BANKERS INSTITUE FOR RURAL DEVELOPMENT, … · 29 June 2016 Dear Sir, Notice Inviting Tender (NIT)...

37
निविदा आमंण एि बी एस सी, लखिऊ म डेकटॉप पीसी एिं एम एफ डी की आप नति , जांच एिं थापिा a) निविदा संदभ संया : एि बी एस सी, लखिऊ म डेकटॉप पीसी एिं एम एफ डी की आप नतभ , जांच एिं थापिा b) निविदा आमंण की नतथ: 29 2016 c) कायभ वििरण : एि बी एस सी, लखिऊ म 60 डेकटॉप पीसी एिं 34 एम एफ डी की आप नतभ , जांच एिं थापिा d) अि मानित लागत : 40,20,000.00 e) निविदा स रा राशि : 80,400.00 f) आिेदि ि : 500.00 g) निविदा ात होिे की अंनतम नतथथ एिं समय : 1430 Hrs, 14 th 2016 h) कायभ प णभ करिे की अिथि : य आदेि जारी करिे से दो सताह i) निविदा खोलिे की नतथथ एिं समय (तकिीकी निविदा) : 1500 Hrs, 14 th 2016 (यह दतािे िीभक प ठ और विय स ची सहहत 36 ठ का है)

Transcript of BANKERS INSTITUE FOR RURAL DEVELOPMENT, … · 29 June 2016 Dear Sir, Notice Inviting Tender (NIT)...

  • निविदा आमंत्रण

    एि बी एस सी, लखिऊ में डसे्कटॉप पीसी एिं एम एफ डी की आपूनत ि, जांच एिं स्थापिा

    a) निविदा संदर्भ संख्या : एि बी एस सी, लखिऊ में डसे्कटॉप पीसी एिं एम एफ डी की आपूनतभ, जांच एिं स्थापिा

    b) निविदा आमंत्रण की नतथथ : 29 2016

    c) कायभ वििरण : एि बी एस सी, लखिऊ में 60 डसे्कटॉप पीसी एिं 34 एम एफ डी की आपूनतभ, जांच एिं स्थापिा

    d) अिुमानित लागत : ₹ 40,20,000.00

    e) निविदा सुरक्षा राशि : ₹ 80,400.00

    f) आिेदि िुल्क : ₹ 500.00

    g) निविदा प्राप्त होिे की अनंतम नतथथ एिं समय

    : 1430 Hrs, 14th 2016

    h) कायभ पूणभ करिे की अिथि : क्रय आदेि जारी करिे से दो सप्ताह

    i) निविदा खोलिे की नतथथ एिं समय (तकिीकी निविदा)

    : 1500 Hrs, 14th 2016

    (यह दस्तािेज़ िीर्भक पषृ्ठ और विर्य सूची सहहत 36 पषृ्ठों का है)

  • Request for Quotations (RFQ)

    Supply, Installation, Testing & Commissioning (SITC) of Desktop PCs, MFDs at NBSC, Lucknow

    a) RFQ Ref. No. : Supply, Installation, Testing & Commissioning (SITC) of Desktop PCs and MFDs at NBSC, Lucknow.

    b) Date of RFQ : 29 June 2016

    c) Description of work : Supply, Installation, Testing & Commissioning (SITC) of 60 Desktop PCs, 34 MFDs at NBSC, Lucknow

    d) Estimated Cost : ₹ 40,20,000.00

    e) Bid Security Value (EMD) : ₹ 80,400.00

    f) Cost of Application : ₹ 500.00

    g) Time and Last Date for Submission of Bids

    : 1430 Hrs, 14th July 2016

    h) Time allowed for completion of work : 02 weeks from date of issue of purchase order

    i) Time and Date of opening of Bids (Technical Bid)

    : 1500 Hrs, 14th July 2016

    (This document contains 36 pages including the Title Page & Table of Content)

  • 2

    NATIONAL BANK STAFF COLLEGE, LUCKNOW

    NAME OF TENDER Supply, Installation, Testing & Commissioning (SITC) of Desktop PCs and MFDs at NBSC, Lucknow

    ADDRESS

    _________________________________

    _________________________________

    _________________________________

    THE PRINCIPAL

    NATIONAL BANK STAFF COLLEGE, LUCKNOW

    SECTOR- H, LDA COLONY

    KANPUR ROAD

    LUCKNOW-226012

    ISSUED TO

    ..............................................................................................................

    ..............................................................................................................

    Last Date for Submission of Tender: 14:30 hrs. on 14th July, 2016

    Opening of Techno Commercial Bid: 15:00 hrs. on 14th July, 2016

  • 3

    Table of Contents

    Sl.No. Particulars No of Page 1 Notice Inviting Tender (NIT) 4-8 2 Form of Tender/Request for Quotation (RFQ) 9-10 3 Introduction 11-17 4 Scope of work 11 5 Eligibility Criterion 11 6 Bid Security 11 7 Availability of RFQ 12 8 Term of execution of work 12 9 Delivery Condition 12 10 Two Part Offer 13 11 Offer Validity Period 13 12 Technical Offer (TO) 13 13 Erasures or Alterations 14 14 Price Composition 14 15 No Price Variations 14 16 Evaluation process 14 17 No commitment to accept lowest or any tender 14 18 Right to alter quantities 14 19 Payment Terms 15 20 Order cancellation 15 21 Confidentiality 15 22 Force Majeure 15 23 Indemnity 15 24 Dispute Resolution 16 25 Limitation of Liability 17 26 Right to Accept/Reject the Offer

    Pre Contract Integrity Pact 1718-2527

    Annexure : Annexure – A (Acceptance of Terms and Conditions) 26 Annexure - B (Organization Profile) 27-28 Annexure - C (Technical Offer) 29-30Annexure - D (Commercial Offer) 31 Annexure - E (Configuration of PCs under Buyback) 32 Annexure - F (Bank Guarantee in Lieu of Bid Security) 33-34 Annexure - G (Manufacturer’s Authorization Form [MAF]) 35 Annexure - H (Letter of Indemnity and Undertaking) 36

  •    

     

    गाँव बढ़े >> तो देश बढ़े           www.nabard.org Taking Rural India >> Forward

    National Bank Staff College ÀãÓ›Èãè¾ã ºãõâ‡ãŠ Ô›ã¹ãŠ ½ãÖããäÌã²ããÊã¾ã

    Ôãñ‡ã‹›À ‘†Þã’, †Êã¡ãè† ‡ãŠãÊããñ¶ããè, ‡ãŠã¶ã¹ãìÀ Àãñ¡, ÊãŒã¶ã„Š - 226 012 • ›ñÊããè: +91 522 2421065 • ¹ãŠõ‡ã‹Ôã +91 522 2422667 • ƒÃ ½ãñÊã : [email protected] Sector ‘H’, LDA Colony, Kanpur Road, Lucknow – 226 012 • Tel.: +91 522 2421065 • Fax: +91 522 2422667 • E mail: [email protected]

    NBSC.LKO./ / DIT- PC & MFDs Purchase / 2016-17

    29 June 2016

    Dear Sir,

    Notice Inviting Tender (NIT) for Supply, Installation, Testing & Commissioning (SITC) of Desktop PCs and MFDs

    We are pleased to invite comprehensive quotations from reputed firms, having strong supply and service network for

    I. Supply of equipments / items indicated in Annexure D (PCs and MFDs) and technical specifications mentioned in respective Annexure C.

    II. Installation and Commissioning of the items. III. Post-installation technical support (for three year) for these items.

    2. Rates to be quoted

    The rates quoted should be inclusive of all taxes like VAT, levies, warranty charges and all other miscellaneous expenditure. Rates should be indicated separately for each item in the Annexure D. The indemnity bond for all the software supplied shall be furnished in the prescribed proforma at the time of delivery of goods.

    3. Tender Forms will be available from NBSC, Lucknow on payment of Rs. 500/- (Rupees Five Hundreds only) towards cost of application by Demand Draft drawn on any Nationalised /Scheduled Bank payable at LUCKNOW drawn in favour of National Bank Staff College.

    4. The tender documents may also be downloaded from the NABARD web site www.nabard.org and www.nbsc.in up to 14th July2016 Those who download the tender documents from the web site will be required to submit a DD of Rs. 500 as the cost of the tender document. No other form of payment will be accepted.

    5. Pre bid meeting is scheduled to be held on 11 July 2016 at 1430 Hrs to clarify the doubts, if any.  

  • 5

    6. Tenders will be opened on 1500 Hrs on 14th July 2016.

    7. The sum of Rs. 500/- towards cost of Tender is not refundable.

    8. Earnest Money Deposit

    A Demand Draft of Rs. 80400/- (Rupees Eighty thousand four hundred only) may be enclosed along with Tender in favour of “National Bank Staff College " payable at Lucknow or through e-payment of which details are as under

    Account No. – 912020055439842 IFSC Code - UTIB0000053 Bank & Branch - Axis Bank, Main Branch, Hazaratganj, Lucknow

    9. Warranty and AMC

    The supplier should provide comprehensive on-site warranty as indicated in the technical specifications for the items supplied. Further, the supplier is also required to provide Technical / Maintenance support for the items supplied, for the period of warranty. However, NBSC reserves the right to award a third party AMC also. At any point in time, the supplier may be required to duly hand over the machines and components thereof to any party, which may be indicated by NBSC, for the purpose of further maintenance.

    10. Delivery Schedule

    If the quotation is accepted, the vendor would be required to complete the installation at site within two weeks of our placing the purchase order. Time is the essence of the contract. Bank may include a penalty clause for unwarranted delay in supply or commissioning of equipment.

    11. Performance Bank Guarantee & Indemnity Bond

    The selected vendor would be required to provide performance bank guarantee from their banker as per the proforma to be supplied by us for an amount equivalent to 100% of the equipment cost for the warranty period. In addition, the vendor will have to furnish an indemnity bond in prescribed proforma in connection with the software to be supplied.

    12. Terms of Payment

    (i) 90% of the value of items will be released on supply, installation & submission of satisfactory equipment installation reports in triplicate.

    (ii) 10% of the value of items will be released after 6 weeks of successful running to our satisfaction and submission of the bank guarantee and indemnity bond in the prescribed format. If bank guarantee is not submitted, the amount will be

  • 6

    retained as security deposit for the period of warranty from the dates of installation.

    13. Eligibility Criteria

    Only those contractors, who have minimum experience as given below in undertaking similar works, have executed similar works individually in Govt./Semi Govt./ Public Sector institutions only need to apply for the work.

    a) The contractor should have experience of 7 years b) The annual turnover of the contractor during each of the last 7 years should be

    at least Rs. 13.50 Lakhs. c) The contractor should also have done at least one of the following work

    assignment

    i) Three similar works whose individual value is not less than Rs.16.10 lakhs or

    ii) Two similar works whose individual value is not less than Rs.20.20 lakhs or iii) One similar work whose value is not less than Rs.32.20 lakhs

    14. Submission of Quotation

    The sealed envelopes containing Tender Documents shall be addressed to Dr. P.J.Ranjith, Principal, National Bank Staff College, Sector 'H', LDA Colony, Kanpur Road, Lucknow - 226012, and shall be dropped in the tender box kept at our office not later than 2:30 PM, 14 July 2016.

    ii. The tender MUST be submitted in 2 SEPARATE ENVELOPEs.

    A) The Envelope I shall contain, 1. EMD, in the form of Demand Draft of Rs. 80400/- or proof of e-payment 2. Copy of Income tax return, audited balance sheet in support of annual

    turnover 3. List of Customers with copies of work orders 4. Value of work executed, with certificate from employer 5. Brochures of products offered, 6. PAN, UPTT and CST certificates 7. Copy of Authorised dealer/ distributor certificate from manufacturer, 8. Compliance to technical specifications (as per proforma indicated in

    annexure I & II for each make / model ),

    The envelope shall be superscribed as "Tender for Desktop PCs and MFDs - TECHNICAL BID". Envelope No.1 will be opened on the same day (last day of receipt of quotation) at 15.00 hrs in the presence of bidders’ representatives, should they choose to be present or a suitable date if required.

  • 7

    B) The Envelope II shall contain only duly filled in Bill of Quantities i.e Annexure D and be superscribed as "Financial Bid for Desktop PCs and MFDs -PRICE BID". Envelope No.2 will be opened on a suitable date, only for those bidders who are found suitable and eligible as per the laid criteria, which will be communicated later.

    C) Tenders submitted in a single envelope, if any, would not be opened and would be returned to the vendor unopened.

    D) Keeping in view the minimum technical specifications, bids, wherever possible, should be for 2-3 models of the same brand.

    Iv Envelope No.1 (Technical Bid) will be opened at 15.00 hrs. on 14th July 2016 in the presence of tenderers / their authorised representative who choose to be present. After opening of the Envelope No.1 (Technical bid) and assessing the conditions, the date and timing of opening of Envelope No.2 shall be intimated to eligible vendors within a reasonable period.

    v. Tenders received late on account of any reason whatsoever as also Telegraphic and Faxed Tenders shall not be entertained.

    vi. The tender shall not include any conditions whatsoever. In case, any conditions are included in the Tender the same shall not be taken in to consideration. The tender in such cases is liable to be rejected. Clarification, if any, shall be obtained from NBSC before submission of the tender

    vii. Quotation would remain valid for acceptance for three months from the last date of submission of quotation.

    15. Other Conditions

    a) All the items of the quotations including rate of Annexure - D shall be filled in by the tenderer. Otherwise quotation may be rejected.

    b) List of installations carried out in last 02 to 03 years alongwith the name of contact persons, contact number of the person and number of PCs supplied must be given with the quotation.

    c) NBSC shall not be responsible for any damage to the equipment during transit. d) Tax will be deducted at source as per rules. e) Licensed copies of third party software / loaded software, if any relating to the

    machine / presentation slides etc. would have to be supplied by you without any additional cost.

    f) The supplier shall arrange the acceptance test at the site. g) On arrival of the equipment on site, the tenderer shall arrange for the following

    services without extra cost to the NBSC, namely:

  • 8

    (i) To carry out on-site unpacking and positioning of the equipment for installation.

    (ii) To install and test the equipment and install the necessary software

    (h) NBSC reserves the right to accept / reject the quotation partially/ fully or change the number of equipment to be purchased / offered under buyback without assigning any reason.

    e) Validity of offer: 120 days from the date of opening of price bids.

    g) Liquidated Damages: 0.25 % of the accepted tender value per week or part of the week subject to maximum of 5% of tender value.

    h) Defects liability Period: 36 months from the date of virtual completion, as certified by National Bank Staff College.

    16. NBSC reserves the right to partly accept any or all the tenders received without assigning any reasons thereof. The tenderer may have to furnish Rate Analysis for the scrutiny of rates by NBSC for negotiation etc., if required. Tenders, which do not fulfill all or any of the above conditions and conditions mentioned in the tender documents or are incomplete in any respect are liable to be rejected. Any discrepancies, omissions, ambiguities in the tender documents or any doubt as to their meaning should be reported in writing to The, Principal, National Bank Staff College, Sector 'H', LDA Colony, Kanpur Road, Lucknow - 226012, where information sought is not clearly indicated or specified. NBSC will issue clarifications to all the tenderers, which will become part of the contract document. NBSC will not be responsible if the discrepancies, omissions, ambiguities in the Tender documents or any doubts as to their meaning are not brought to the notice of NBSC, before three working days prior to the date of submission of the tender.

    17. Undertaking of Authenticity:

    Bidders are required to submit Undertaking of Authenticity for the IT Hardware (as per Annexure H).

    (S. Mukherjee)

    Assistant General Manager

    Encls: As above

  • 9

    NATIONAL BANK STAFF COLLEGE, LUCKNOW

    FORM OF TENDER / REQUEST FOR QUOTATION (RFQ)

    Place:

    Date: _________

    THE PRINCIPAL NATIONAL BANK STAFF COLLEGE SECTOR- H LDA COLONY KANPUR ROAD LUCKNOW-226012

    Dear Sir,

    Having examined the specifications and schedule of quantities relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and having acquired the requisite information relating thereto as affecting the tender, I/We hereby offer to execute the works specified in the said memorandum within the time specified in the said memorandum at the rates mentioned in the attached schedule of quantities and in accordance in all respects with the specifications and instructions in writing referred to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for, and in all other respects and in accordance with such conditions so far as they may be applicable.

    MEMORANDUM

    (a) Description of works : SITC of Desktops, MFDs at NBSC, Sector 'H', LDA Colony, Kanpur Road, Lucknow - 226012,

    (b) Estimated Cost: Rs.40,20,000/-(Forty Lacs and Twenty Thousand Only)

    (c) Earnest money: Rs. 80,400/- (Rupees Eighty Thousand four hundred only)

    (d) RMD: 10% as retention money deposit (RMD) will be deducted from the bill/s.

    (e) Time allowed for completion: Two weeks from date of issue of work order.

    2. Should this tender be accepted, I/We hereby agree to abide by the terms and provisions of the said conditions of Contract annexed here to so far as they may be applicable or in default thereof to forfeit and pay to the NATIONAL BANK STAFF COLLEGE, Lucknow, the amount mentioned in the said conditions.

    3. I/We have deposited a sum of Rs. 80,400/- (Rupees Eighty Thousand four

  • 10

    hundred only) as Earnest Money with NATIONAL BANK STAFF COLLEGE, Lucknow, which is not to bear any interest. Should I/We fail to execute the contract when called upon to do so. I/We do hereby agree that this sum shall be forfeited by me/us to the NATIONAL BANK STAFF COLLEGE, Lucknow

    4. Our bankers are:

    (i)

    (ii)

    The names of partners of our firm are

    (i)

    (ii)

    Name of the partner of the firm authorized to sign

    OR

    Name of person having Power of Attorney to sign the contract. (Certified true copy of the Power of Attorney should be attached)

    Yours faithfully

    _________________________

    (Signature of Contractor) (Signature and addresses of witness)

    (1) ______________________________

    ______________________________

    ______________________________

    ______________________________

    (2) ______________________________

    ______________________________

    ______________________________

  • 11

    Introduction

    1. NATIONAL BANK STAFF COLLEGE – Training Centre of NABARD (hereinafter referred to as “NBSC”) having its Office at Sector H, LDA Colony, Kanpur Road, Lucknow intends to procure 60 Desktops and 34 MFD, configuration of which are provided in Annexure C to be delivered and installed at NBSC, Lucknow.

    1.2 Offers are invited from established vendors, who have a minimum of seven years of experience in supply of IT hardware and authorized resellers (gold partners or equivalent) of reputed OEM Manufacturers such as HP, Lenovo, Dell or equivalent.

    2. Scope of work Supply a n d insta l lat ion of 60 Desktop PCs and 34 MFD a g a i n s t

    buyback of equal number of desktops configuration of which is given in Annexure C .

    3. Eligibility Criteria 3.1 Only those vendors who have atleast seven years of experience in supply of

    computer hardware and are certified partners of reputed OEM Manufacturers with an established service network in Lucknow, only should respond to this RFQ. Vendor should submit documentary evidence “Manufacturer's Authorization Form” a s per t he format given in the Annexure G in respect of above-mentioned criteria while submitting the Proposal.

    3.2 The vendor should provide documentary evidence for the following: iv) Should have completed atleast three works each of the value of Rs 16.10

    Lakh or v) Should have completed atleast two works each of the value of Rs 20.10

    Lakh or vi) Should have completed atleast one work of the value of Rs 32.20 Lakh and vii) Should have a turnover of atleast Rs. 13.50 Lakh each for the past seven

    years 3.3 The vendor is not blacklisted by any Central/State Govt. Depts. /Public Sector

    Banks / Financial Institutions in India. 3.4 The vendor must be an ISO 9001 certified company. 3.5 NBSC reserves the right to verify / evaluate the claims made by the

    vendor independently. Proposal of vendor, who do not fulfil the above criteria or who fail to submit documentary evidence thereon, would be rejected.

    4. Bid Security (EMD) 4.1 The vendor shall furnish a Bid Security in the form of a Demand Draft / Pay Order for an amount of Rs 80,400/- (Rupees Eighty Thousand four hundred only)

    4.2 The bid security should form part of the Technical Offer submitted by the

    vendor.

  • 12

    Failure to comply with this condition, viz., non-submission of Bid Security amount mentioned above shall result in summary rejection of the tender offer. Submission of the Bid Security in the Commercial Offer shall render the bid being rejected on the grounds of non-submission of the Bid Security.

    4.3 The bid security of unsuccessful vendors shall be returned within two weeks after the successful completion of the Bid Process. NO INTEREST is payable on such amount.

    4.4 The bid security of successful vendor will be returned only upon the vendor's completion of indicated scope of work along with the retention money to be deducted from the final payment, which is 10% of final bill amount excluding buyback amount. NO INTEREST would be payable on this amount.

    4.5. The bid security shall be forfeited: i. If a vendor withdraws his offer during the period of validity of the bid. ii. If the successful vendor fails to execute the project within the

    stipulated time schedule. 4.6 If the vendor fails to deliver all the products ordered within the stipulated time

    schedule or by the date extended by NBSC, it will be a breach of contract. In such case, NBSC may foreclose the aforesaid security without any notice.

    5. Availability of RFQ 5.1 The vendors can use the RFQ document uploaded on our website

    (www.nabard.org/English/Tenders.aspx) and www.nbsc.in use it for submission.

    6. Term of execution of work 6.1 The vendor shall deliver and complete the installation of all the devices within

    two weeks from the date of acceptance of the Purchase Order. 7. Delivery Condition 7.1 The 60 Desktop PCs and 34 MFDs are to be delivered at NBSC, Lucknow. 7.2 The vendor may prepare three sets of Installation reports for each item

    countersigned by NBSC representative, one to be submitted to NBSC at the time of Installation, one copy to be submitted along with the bill and one to be retained by the vendor.

    7.3 The products will be accepted by NBSC only after the completion of installation and due signing of the installation reports. The vendor shall insure the products against any damage arising due to transportation and handling at both vendor location as well as delivery location.

    7.4 If the vendor fails to deliver all the products ordered within the stipulated time schedule or by the date extended by NBSC, it will be a breach of contract. In such case, NBSC may foreclose bid security amount without any notice.

    http://www.nabard.org/English/Tenders.aspx)http://www.nbsc.in/

  • 13

    8. Two Part Offer: 8.1 The offer will be in two parts: Technical Offer & Commercial Offer. Both the

    parts must be submitted at the same time but in separate sealed covers, giving full particulars, addressed to The Principal, National Bank Staff College, Sector H, LDA Colony, Kanpur Road, Lucknow - 226012 duly super-scribed on each envelope “Technical offer for purchase of Desktop PCs and MFDs for the year 2016-17” and “Commercial offer for purchase of Desktop PCs and MFDs for the year 2016-17”, respectively.

    8.2 The Commercial Offer (CO) should give all relevant price information and quote prices only in Indian Rupees. The CO should not contradict the Technical Offer (TO) in any manner. The CO should comprise of Bill of Material as per Annexure-D. This must contain all price information. The commercial offer should not be conditional.

    8.3 The offers must reach our office on or before 14:30 hrs on 14th July 2016.

    9. Offer Validity Period The offer should remain valid for a minimum period of 120 days from the last date of submission. NBSC reserves the right to request the vendors for extension of offer validity.

    10. Technical Offer (TO) 10.1 The Technical Offer (TO) as per annexure C should be complete in all

    respects and contain all information asked for in this document. It should not contain any price information. However, TO should confirm that all required rates have been quoted in Commercial Offer (CO), without showing the actual amounts in the TO. Any software(s) or component supplied free along with the system must be indicated separately and specifically. Complete details must be mentioned. Comments like “Yes”, “Complied”, “OK” may lead to rejection of the offer.

    10.2 The TO must be submitted in an organized and structured manner. No brochures / leaflets, etc. should be submitted in loose form.

    10.3 The TO should comprise of following. (i) Acceptance of Terms and Conditions (Refer Annexure – A). (ii) Organisational profile duly filled in (Refer Annexure – B).

    iii. Photocopies of relevant documents / certificates as proof in support of various information submitted in aforesaid annexures and other claims made by the vendor. These should be filed separately and properly indexed for easy reference.

    iv. Applicable Bid security (Pl. refer Clause 4.1), in the form of a demand draft or pay order favouring National Bank Staff College, payable at Lucknow.

  • 14

    v. Letter from the principal vendor addressed to NBSC, certifying that the vendor is an Authorised Reseller and authorized to enter the service agreement on behalf of the OEM. (As per Annexure G)

    11. Erasures or Alterations 11.1 Technical details and commercial quotes must be completely filled up and

    should be typed neatly. Handwritten information will not be accepted. The corrections or alterations, if any should be authenticated. In the case of the corrections / alteration not properly authenticated, the offer will be liable for rejection.

    12. Price Composition 12.1 The prices should be quoted only in Indian Rupees. 12.2 The prices should be inclusive of all taxes, duties, local levies, etc. 13. No Price Variations 13.1 The commercial offer shall be on a fixed price basis. No upward revision in

    the prices would be considered during the offer validity period. 14. Evaluation process 14.1 Only offers received on or before the stipulated date and time for

    responding to the RFQ will be considered for evaluation. 14.2 Technical offers will be evaluated on the basis of compliance with eligibility

    criteria, technical specification, other terms and conditions stipulated in the RFQ. Commercial offers of only those vendors, who qualify in the technical evaluation, would be opened.

    14.3 NBSC reserves the right to reject any or all offers under any of the following circumstances:- i. Bid security / bid document fee is not submitted ii. Offer is incomplete and / or not accompanied by all stipulated documents iii. Offer is not in conformity with the terms and conditions stipulated

    in this document and letter as per Annexure A is not submitted. 15. No commitment to accept lowest or any tender 15.1 NBSC shall be under no obligation to accept the lowest or any other offer

    received in response to this RFQ and shall be entitled to reject any or all offers without assigning any reason whatsoever.

    16. Right to alter quantities 16.1 NBSC will be free to either reduce or increase the quantity to be purchased on

    the same terms and conditions. NBSC reserves the right to alter quantities. 16.2 NBSC also reserves the right to place further / repeat order at the special

    rates offered.

  • 15

    17. Payment Terms

    B) No payment will be made in advance. C) 90% (Ninety Percent) of the payment due upon successful delivery and

    installation of the products against submission of Bills Invoice, delivery challan and Installation reports

    D) Remaining 10% of the payment and the EMD will be retained as Retention Money Deposit and will be released upon submission of (Letter of Indemnity and Undertaking) as per Annexure – H and bank guarantee (Annexure F), after a period of six weeks from the date of installation.

    E) All payments will be made electronically.

    18. Order Cancellation 18.1 If the vendor fails to deliver all the products ordered within the stipulated

    time schedule or by the date indicated by NBSC, it will be a breach of contract. In such case, NBSC reserves the right to cancel the order without assigning any reason therefore and may foreclose bid security amount without any notice.

    19. Confidentiality 19.1 Any publicity by the vendor in which the name of NBSC is to be used should be

    done only with the explicit written permission from NBSC. The vendor should not disclose the technical / commercials offers to NBSC and also the terms & conditions to any other third party without prior written permission of NBSC.

    20. Force Majeure 20.1 In case either party is prevented from performing any of its obligations due to

    any cause beyond its control, including but not limited to act of God, fire, flood, explosion, war, action or request of governmental authority, systemic breakdown, failure of electricity supply, accident and labour trouble, the time for performance shall be extended until the operation or such cause has ceased, provided the party affected gives prompt notice to the other party of any such factors or inability to perform and resume performance as soon as such factors disappear or are circumvented. Decision of NBSC in this regard shall be final and shall not be questioned in arbitration or other legal proceedings.

    21. Indemnity 21.1 The vendor shall indemnify NBSC against all claims in respect of patent

    rights, design, trademarks of name or other protected rights in respect of the required licenses and from against all claims, demands proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto. The vendor shall defend all actions arising from such claims, before any such infringement and receive their permission to proceed, and shall himself pay all royalties, license fees, damages, costs and charges of all and every sort that may be legally incurred in respect thereof. The successful vendor is required to submit a “Letter of Indemnity and Undertaking” as per the

  • 16

    prescribed format at “Annexure G” within thirty (30) days of delivering the products to NBSC.

    22. Dispute Resolution 22.1 All disputes and differences of any kind whatsoever, arising out of or in

    connection with this Agreement or in the discharge of any obligation arising under this Agreement (Whether during the course of execution of the order or after completion and whether before or after termination, abandonment or breach of the Agreement) shall be resolved amicably.

    22.2 In case of failure to resolve the disputes and differences amicably within 30 days of the receipt of notice by the other party, then such unsettled dispute or difference shall be referred to arbitration by sole arbitrator mutually agreed in accordance with the Arbitration and Conciliation Act, 1996. If no agreement is arrived at within 30 days from the date of notice as to who shall be the sole arbitrator, then the sole arbitrator shall be appointed as hereinafter provided.

    22.3 In case vendor raises a dispute and the same is referred to arbitration, NBSC shall send to vendor a list of three names of persons who shall be presently unconnected with NBSC or vendor. Vendor shall, on receipt of the names as aforesaid, select any one person so named to be appointed as sole arbitrator and communicate his name to NBSC within 30 days of receipt of the names. Vendor shall thereupon without delay appoint the said person as the sole arbitrator. If vendor fails to select the person as sole arbitrator within 30 days of receipt of the panel NBSC shall be entitled to appoint one of the persons from the panel as sole arbitrator and communicate his name to vendor. If the person so appointed is unable or unwilling to act or refuses his appointment or vacates his office due to any reason whatsoever, another person shall be appointed by NBSC from the above list of persons.

    22.4 In case NBSC raises a dispute and the same is referred to arbitration, vendor shall send to NBSC a list of three names of persons who shall be presently unconnected with vendor or NBSC. NBSC shall, on receipt of the names as aforesaid, select any one person out of the panel of three so named to be appointed as sole arbitrator and communicate his name to vendor within 30 days of receipt of the names. Vendor shall thereupon without delay appoint the said person as the sole arbitrator. If NBSC fails to select the person as sole arbitrator within 30 days of receipt of the panel, vendor shall be entitled to appoint one of the persons from the panel as sole arbitrator and communicate his name to NBSC. If the person so appointed is unable or unwilling to act or refuses his appointment or vacates his office due to any reason whatsoever, another person shall be appointed by vendor from the above list of persons.

    23.4 The Arbitration shall be governed by the Arbitration and Conciliation Act, 1996 as in force and as amended from time to time. Where the parties appoint an Arbitrator, as per the procedure mentioned hereinabove, the award of the Arbitrator shall be final and binding on the parties. It is hereby agreed that in all disputes referred to the Arbitration, the Arbitrator shall give a separate award in respect of each dispute or difference in accordance with the terms of reference and the award shall be a reasoned award. It is

  • 17

    hereby agreed that the Arbitrator shall not have powers to order any interim measures whatsoever during the course of arbitration.

    23.5 The fees, if any, of the Arbitrator shall initially be paid in equal proportion by each of the parties. The cost of the reference and of the award including the fees, if any, of the Arbitrator shall be directed to be finally borne and paid by such party or parties to the dispute in such manner or proportion as may be directed by the Arbitrator as the case may be in the award.

    23.6 All disputes arising out of or in any way connected with this Agreement shall be deemed to have arisen at Lucknow only and Courts in Lucknow only shall have jurisdiction to determine the same.

    23. Limitation of Liability The maximum average liability of the vendor will be to the extent of the purchase order value. All indirect and consequential damages under this agreement are excluded except for the warranties and representations expressly stated herein.

    24. Right to Accept/Reject the Offer 24.1 NBSC reserves the right to accept or reject any offer submitted in response

    to this RFQ and to annul the process at any time prior to placing of purchase order, without thereby incurring any liability to the affected vendor or any obligation to inform the affected vendors of the grounds for NBSC’s action.

    --END--

    DITTypewritten Text

  •  Only those vendors/bidders who have entered into the Integrity Pact with the Bank will be competent to participate in the bidding' In other words' entering into this Pact would be a preliminary qualification. For a particular contract' IP would be effective from the stage of invitation of bids till the complete execution of the contract. 

        

      General

    PRE CONTRACT INTEGRITY PACT

     

    This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on day of the month of between, on one hand, National

    Bank for Agriculture and Rural Development (NABARD), represented by Shri (hereinafter called the "BUYER", which expression shall

    mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s represented by Shri

    , Chief Executive Officer (hereinafter called the "BIDDER/Seller" which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

     WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and

     WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a body corporate established under NABARD Act, 1981 having its Head Office at Plot No.C-24, Block 'G', Bandra-Kurla Complex, Bandra (East), Mumbai.  NOW, THEREFORE,  To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency ofthe contract to be entered into with a view to :-  Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement and

     Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

     The parties hereto hereby agree to enter into this Integrity Pact and agree as follows :  Commitments of the BUYER

     1.1 The BUYER undertakes that no official of the BUYER, connected directly or

    indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit of any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the

    DITTypewritten Text

    DITTypewritten Text18

  • contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

     1.2 The BUYER will , during the pre-contract stage, treat all BIDDERs alike, and

    will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

      

    1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

      

    2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to the correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry in being conducted by the BUYER the proceedings under the contract would not be stalled.  Commitments of BIDDERs

      

    3. The BIDDER commits itself to take all measures to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during an pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following :-

       

    3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

       

    3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Bank for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Bank.

     3-3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principles or associates.

    DITTypewritten Text19

  • 3-4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract.

       

    3-5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer /integrator/authorized government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

       

    3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

       

    3-7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

       

    3.8 The BIDDER will not accept any advantage m exchange for any corrupt practice, unfair means and illegal activities.

       

    3-9 The BIDDER shall not use improperly for purposes of competition or personal gain or pass on to others, any information provided by the BUYER as part of the business relationship regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

       3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

       

    3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

       3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER either directly or indirectly is a relative of any of the officers of the

    DITTypewritten Text20

  •  

    BUYER, or alternatively if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time offilling oftender.

     The term 'relative' for this purpose would be as defined in Section 6 of the

    Companies Act 1986.    

    3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

       

    4· Previous Transgression    

    4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprises in India or any Government Department in India that could justify BIDDER's exclusion from the tender process.

       

    4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

       

    5· Earnest Money (Security Deposit)    

    5.1 While submitting commercial bid, the BIDDDER shall deposit an amount (to be specified in RFP) as Earnest Money/Security Deposit, with

    the BUYER through any of the following instruments.    

    1. Bank Draft or a Pay Order in favour of _ n. A confirmed guarantee by an Indian Nationalised Bank, promising payment of

    the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment.

    m. Any other mode or through any other instrument (to be specified in the RFP).

    DITTypewritten Text21

  •  

    5.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later.

       

    5-3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

       

    5-4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the period of its currency.

       

    6. Sanctions for Violations    

    6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf(whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required :-

     1. To immediately call off the pre-contract negotiations without assigning any

    reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

    11. The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall not be required to assign any reason therefore.

    m. To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

    IV. To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2%, higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with another contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

    v. To encash the advance bank guarantee and performance bond/warranty bond, iffurnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

    VI. To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

    VII. To debar the BIDDER from participating in future bidding processes of the Government oflndia for a minimum period offive years, which may be further extended at the discretion of the BUYER.

    DITTypewritten Text22

  •  

    vm. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

    IX. In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened.

    x. Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of

    this Pact    

    6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with our without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

       

    6.3 The decision of the BUYER to the effect that a breach of the provisions of the Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

      

    7· Fall Clause  

    7.1 The BIDDER undertakes that it has not supplied/s not supplying similar product/systems or sub systems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and it it is found at any stage that similar product/systems or sub systems was supplied by the BIDDER to any other Ministry/Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded.

      

    8. Independent Monitors  

    8.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission (Names and Addresses ofthe Monitors to be given).

       

    8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

      

    8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

      

    8-4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

    DITTypewritten Text23

  •  

     

    8.5 As soon as the Monitor notices or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

      

    8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.

      

    8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

      

    8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and should the occasion arise submit proposals for correcting problematic situations.

      

    9. Facilitation of lnvestigation  

    In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

      10. Law and Place of Jurisdiction

     This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

      

    11. Other Legal Actions  The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

      

    12. Validity  

    12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later in case

    DITTypewritten Text24

  •  

    BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

      

    12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

      

    13. The parties hereby sign this Integrity Pact at on      

    BUYER BIDDER  Name of the Officer Chief Executive Officer

     Designation

     NABARD

       Witness Witness

     1. 1.

        2. 2.

       *Provisions of these clauses would need to be amended/deleted in line with the policy of the BUYER in regard to involvement of Indian agents of foreign suppliers.

    DITTypewritten Text25

  • 26

    Annexure – A (Acceptance of Terms and conditions)

    (Letter on the vendor’s letterhead) To Principal National Bank Staff College Sector H, LDA Colony, Kanpur Road Lucknow - 226012 Dear Sir, Sub: RFQ for “Purchase of Desktop PCs and MFDs for the year 2016-17” With reference to the above RFQ, having examined and understood the instructions, terms and conditions forming part of the RFQ, we hereby enclose our offer for the supply of Desktop PCs and MFDs as detailed in your above referred RFQ. 2. We further confirm that the offer is in conformity with the terms and conditions

    as mentioned in the RFQ and all required information as per Annexure B. We have enclosed a technical and commercial bid as per the format indicated in the RFQ.

    3. We also confirm that our offer remains valid for 120 days from the last date of

    submission. We also understand that NBSC is not bound to accept the offer either in part or in full and that it has right to reject the offer in full or in part without assigning any reasons whatsoever.

    4. We furnish here under the details of Demand Draft submitted towards RFQ

    document fees and bid security. Bid Security Details DD No. Date Name of the Issuing Bank Name of the Branch Amount

    Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) Date:

  • 27

    Annexure - B (Organization Profile)

    The details filled in this form must be truthful and complete. The vendor should be able to provide sufficient documentary evidence, if sought, failing which the offer will be rejected summarily.

    SNo. Details Response Remarks

    1. Name of the Vendor

    2. Address of the Registered Office Address:

    Telephone:

    Email:

    3. Address of the office at Lucknow Address:

    Telephone:

    Email:

    4. Name and Designation of the authorized to make commitments to the Bank

    Name:

    Designation:

    Mobile:

    Email:

    5. Category of the Firm OEM| Authorised Dealer| Distributor of OEM| Gold partners | Any Other

    6. Authorisation Certificate from the Manufacturer (MAF) is Attached (Yes |No)

    Yes | No

    7. i. Sales Tax Number ii. Income Tax Number iii. PAN

    8. Number of years in Computer Hardware

    9. Number of years in the Business as Authorised dealer for the OEM whose products are quoted

  • 28

    10. Turnover a. 2015-16 b. 2014-15 c. 2013-14 NB: Provide only the figures

    11. Profit a. 2015-16 b. 2014-15 c. 2013-14 NB: Provide Only the Figures

    12. Details of customers whom similar products were supplied in the past two years including client details like contact person/number etc. (NB:- Indicate only customers to whom)

    Contact

    Details No. of Desktop Pcs/MFDs

    Customer (1)

    Customer (2)

    Customer (3)

    13. Name and address of Banker

  • Annexure – C

    (Technical Offer) Configuration of Desktop PCs Brand: Model No.: __________________________

    S.N. Component Minimum Specifications Yes/No*

    1 CPU Intel Fifth Generation Core™ i5

    (i) Processor Base Frequency 3.2 GHz or above

    (ii) Max Turbo Frequency 3.6 GHz or above

    (iii) Intel® Smart Cache 6 MB or above

    (iv) 1600 MHz FSB or above

    2 Memory 4 GB or above (DDR3 or DDR3L – 1600 MHz or above)

    3 Chipset Intel Q 8 Series

    4 Monitor Monitor 18.5" or above

    5 HDD HDD 500 GB SATA 2 (@7200 rpm) or above

    6 Optical Drive DVD R/W

    7 Ports 6 USB (at least 2 on the Front Side)

    8 Key Board Standard

    9 Mouse Standard USB Optical / Laser Scroll Mouse

    10 Ethernet 10/100/1000 Gigabit Ethernet Card

    11 Operating

    System

    Windows 10 Pro or above (pre-installed)

    12 Compliance Energy Star Compliance, ROHS, DMI 2.0, Asset Management

    13 Audio On-board sound card

    14 Warranty Three-years Comprehensive On-site warranty

    * Give complete details

    DITTypewritten Text29

  • Annexure – C (Technical Offer)

    Configuration of MFDs Brand: Model No.:

    S.No. Feature Minimum Specification Yes/No*

    1

    Print Resolution

    600x600 dots per inch (1200 dpi effective)

    2

    Print Speed

    Up to 18 pages per minute or above

    3

    Memory

    64 MB or above

    4

    Duty Cycle

    Up to 8,000 pages or above

    5

    Duplex Printing

    Automatic

    6

    Input Tray

    150 sheets

    7

    Connectivity

    Hi Speed USB 2.0

    8

    Copier Zoom Rate

    25 - 300%

    9 Copy Speed Up to 18 copy per minute or above

    10

    Scan Type

    Flatbed / Sheet fed

    11 Scan resolution

    Up to 300 dpi (Color, Sheet fed), Up to 600 dpi ( Color, Flatbed )

    12 Scan File format

    JPG, PDF, PNG

    13

    Modem Speed

    33.6 kbps and above

    14 Warranty

    3 years Comprehensive onsite warranty

    * Give complete details Authorised Signatories (Name & Designation, seal of the firm)

    DITTypewritten Text

    DITTypewritten Text30

  • 31

    Annexure – D (Commercial Offer)

    Name of the Agency : Permanent Address : Local Address : Name of the contact Person : Telephone No. : Mob.: Email id : Offer by agency for new items:

    S.No Item Unit Rate (Rs.) No. of Units

    Total (Inclusive of all taxes)(Rs.) (In Figures) (In words)

    1 Desktop PCs 60 2 MFDs 34

    Buy-back offer by agency for old items:

    S.No Item Unit Rate (Rs.) No. of Units

    Total (Inclusive of all taxes) (Rs.) (In Figures) (In words)

    1 Desktops PCs 60 * To be filled by vendor Technical details / pamphlets of the model quoted may be submitted along with quotation. Technical configuration must be submitted in the above format with all the specifications. NB:

    i. Unit Price as well as the Total Cost must be quoted in WORDS AND FIGURES. ii. In c a s e of a n y d i s c r e p a n c y, unit p r i c e q u o t e d i n words will b e

    c o n s i d e r e d for computat ion of Total Cost. iii. The prices quoted should be inclusive of all applicable taxes, duties, octroi and

    local levies, however, the details of all these are to be mentioned clearly. Authorised Signatories (Name & Designation, seal of the firm

  • 32

    Annexure – E (Configuration of PCs under Buyback)

    Make Nos.

    Desktops Old desktops of Acer, HCL & HP make on as is where is

    basis 60 Nos.

    Approximately N.B. – Actual quantity may vary

  • 33

    Annexure – F (Bank Guarantee in Lieu of RMD)

    To Principal National Bank Staff College Sector H, LDA Colony, Kanpur Road Lucknow - 226012 Dear Sir

    WHEREAS the National Bank Staff College – Training Centre of NABARD (hereinafter referred to as “NBSC”, which expression shall, include its successors and assigns) has invited tenders for supply of “Desktop PCs and MFDS” (hereinafter referred to as “said Licensee”) at its office at Sector H, LDA Colony, Kanpur Road, Lucknow - 226012

    (2) WHEREAS M/s _____________________, who are our constituents, (hereinafter

    referred to as "the Vendor", which expression shall include the successors and assigns) have taken the RFQ for the said work.

    (3) AND WHEREAS it is one of the condition of the said RFQ that the vendor

    shall deposit with the NBSC 10 % of the total invoice amount (RMD), which shall not bear any interest and w h i c h shall be liable for forfeiture in the event of the vendor, failing to observe any of the terms and conditions of the RFQ or any disruption in the after sales service, vendor not providing services for the said products to the satisfaction of NBSC and / or its Consultants.

    (4) AND WHEREAS at the request of the vendor, NBSC has agreed not to

    insist for payment of the said RMD in cash and accept the guarantee from a Scheduled Commercial Bank in lieu thereof and have agreed to accept the same from us, the Bank, as hereinafter contained.

    (5) In the premises aforesaid and in consideration of NBSC having agreed at our

    request to exempt the vendor from depositing the said RMD in cash. We ___________________ Bank having our Head Office at ___________________and Our Branch at_______________do hereby unconditionally and irrevocably guarantee unto the NBSC that the vendor will execute the Agreement soon upon acceptance of the bid by NBSC and will diligently, efficiently and satisfactorily perform all their obligations under the various terms and conditions of the said RFQ (read with any amendments made thereto by mutual consent of NBSC and the vendor) and supply the said products in the satisfaction of the NBSC / its Consultants within the time stipulated therein, which WE the _________________________ Bank shall, on demand and without demur, pay unto the NBSC the sum _________________________at its office at Lucknow.

    (6) We _______________________ Bank further covenant that We shall pay the

    aforesaid sum on demand made in writing by NBSC without reference to the vendor and notwithstanding any dispute or difference that any exist or arise between the NBSC and the vendor;

  • 34

    (a) that this guarantee shall be a continuing guarantee and shall not be revoked by us without prior consent in writing of NBSC for a period of three years.

    (b) that the decision of NBSC on the breach of any of the terms and conditions of the

    said contract / RFQ by the vendor or their failure to perform their obligations or discharge their duties under the said RFQ / contract shall be final and binding on us and shall not be disputed by us inside or outside the court, tribunal, arbitration or other authority;

    (c) that the notice of demand in writing issued by NBSC shall be conclusive

    proof as regards the amount due and payable to NBSC under this guarantee and it shall not be disputed by us either inside or outside the court, tribunal or arbitration or other authority;

    (d) that any neglect or forbearance on the part of NBSC in enforcing any of the terms

    and conditions of the said RFQ / contract or any indulgence shown by NBSC to the vendor or any variation in the said RFQ / contract terms made by mutual agreement between NBSC and the vendor or any other act or deed on the part of NBSC which but for this clause may have the effect of discharging us under the law relating to guarantee / sureties shall not discharge us from our obligations herein and we shall be discharged only by compliance by the vendor with all their obligations / duties under the said RFQ / contract or by payment of the sum.

    (e) that this guarantee shall not be effected by any infirmity or absence or irregularity

    in the exercise of the powers by or on behalf of the vendor to submit the said RFQ and enter into the said contract or any change in the constitution or dissolution of the vendor or change in its name;

    (f) that it shall not be necessary for NBSC to exhaust its remedies against

    the vendor before invoking this guarantee and the guarantee therein contained shall be enforceable against us notwithstanding any other security which the NBSC may have obtained or may hereafter be obtained from the vendor at the time when this guarantee is invoked is outstanding and unrealized;

    (g) that we hereby agree that this guarantee shall be valid and be in force for a period

    of three years i.e. upto __________________ . Any claim arising under this guarantee shall be preferred by NBSC within a period of three months from the aforesaid date of expiry and unless the claim is so preferred against us, we shall stand discharged of all our liabilities hereunder.

    Yours faithfully For and on behalf of Bank (Authorized Official)

  • 35

    Annexure - G (Manufacturer’s Authorization Form [MAF]) [to be submitted along with Technical Bid]

    Ref. No: Date: To Principal National Bank Staff College Sector H, LDA Colony, Kanpur Road Lucknow - 226012 Dear Sir, Sub: Supply of Desktop PCs and MFDs to NBSC for the year 2016-17 Ref: Your RFQ No. Dated We _____________________________who are established and reputable manufacturers of ______________________________ do hereby authorize M/s_______________ having offices at _________________________________ and (Name and address of Agent/Dealer/Large Account Reseller) to offer their quotation, negotiate and conclude the contract with you against the above invitation for offer. M/s_______________________ is the enterprise vendor / partner /Large Reseller of ________________________ We hereby extend our full guarantee and warranty as per terms and conditions of the offer and the contract for the equipment and services offered against this invitation for offer by the above firm. Yours faithfully [ ] Name and seal of the manufacturer Note: This letter of authority should be signed by a person competent and having the power of attorney to bind the Manufacturer/OEM/Principal and it should be included by the vendor in the bid.

  • 36

    Annexure - H (Letter of Indemnity and Undertaking)

    [To be submitted by the successful vendor after Issuance of PO] (To be stamped)

    To Principal National Bank Staff College Sector H, LDA Colony, Kanpur Road Lucknow - 226012 Dear Sir NBSC’s Request for Quotations (RFQ) for Supply of 60 Desktop PCs, & 34 MFDs In consideration of National Bank Staff College (hereinafter referred to as 'NBSC') agreed to purchase 60 Desktop PCs & 34 MFDs with Windows 8 Professional OS for the various functions as per the Schedule hereunder written and which are hereinafter for brevity sake referred to as 'the said Licenses’, subject to our furnishing declarations submit indemnity as contained hereafter. NOW THEREFORE THIS LETTER OR INDEMNITY WITNESSETH THAT: We, the _________________________________Limited hereby declare and certify that we are the Rightful Owners/ Authorized Resellers of the said Licenses offered for sale to NBSC and that the sale of the said Licenses to NBSC by us and the use thereof by NBSC does not infringe the property or other intellectual property or copy rights of any other person and that the same does not infringe the Copy of Rights Act, 1957 or any other Act for the time being in force. We, the ____________________________________ Limited., hereby agree to indemnify and keep indemnified NBSC which includes its successors and assigns from all claims, suits, actions, losses, damages, judgments, costs and expenses sustained by NBSC for an infringement of a Covered Country patent, trademark or copyright by the licensed Product. Yours faithfully (Name and Designation) of Authorised Official Signed and delivered by the within named In the presence of

    a. Witness I

    b. Witness II