ALLAHABAD BANK

ZONAL OFFICE, MIRZAPUR

Plot No-516, Ward No-2, Putlighar, MIRZAPUR, U.P-231001

Notice No: ZO/MIR/IT/CBS/909 dated 07.12.2013

Bid document

OBJECTIVES –

ALLAHABAD BANK, a leading Public Sector Bank, having its presence throughout the country, intends to make procurement of Computer Hardware for our Zonal Office MIRZAPUR through a limited tendering process.

1 Allahabad Bank, Zonal Office, Mirzapur intends to procure computer hardwareas per the technical specification (Annexure-I) for the purpose of supply, installation, commissioning and maintenance, at various branches under ourZonal Office Mirzapur.

2 In this connection, Sealed Tender are invited from hardware vendors for the supply, installation, commissioning and maintenance of branded hardware.

3. Interested Vendor may quote their price for above mentioned hardware as per the configuration given in Annexure – I.

4. The complete tender documents have been published at the Bank’s website

5. A complete set of sealed tender has to be submitted at the following Address:-

Allahabad Bank

Zonal Office, Mirzapur,

I.T Department,

Plot No-516, Ward No-2,

Putlighar, MIRZAPUR,

U.P-231001

6. Last date and time for submission of Bid

14.12.2013, 3.00 PM IST

7. Date and time of opening of Bids

16.12.2013, 3.00 PM IST or any other future date.

8. No further discussion / interface will be granted to bidders whose bids have been disqualified.

9. Allahabad Bank reserves the right to accept or reject in part or full any or all the offers withoutassigning any reasons whatsoever.

SECTION II

INSTRUCTIONS TO BIDDERS

1. ELIGIBLITY CRITERIA:

1.1 The bidder must have 3 (three) years of experience in supplying, installation, configuration, commissioning and maintenance of Hardware to at least two (2) commercial banks. Credential letters from the relevant Banks.

1.2 The bidder must have their own office/ support service centers in Mirzapur/Allahabad/Lucknow/Varanasi/Kanpur.

1.3 The Bidder should be an OEM or authorized supplier of OEM of the proposed hardware along withAMC support.

2. ELIGIBLE GOODS AND SERVICES:

The Purchaser is looking for Hardware (Technical Specifications are given in Annexure- I),

3.BID SECURITY :

3.1 The Bidder shall have to furnish a security in the form of a Bank Guarantee valid for 3 years of 10%of the Purchase order at the time of delivery of the goods.

3.2 The bid security is required to protect the Purchaser against risk of Bidder’s conductwhich would warrant the security’s forfeiture, pursuant to non compliance of the purchase order.

3.3 The bid security shall be denominated in the INDIAN RUPEES only and shall be in any one of the following forms. A bank guarantee issued by a Scheduled Commercial bank located in India.

4. PERIOD OF VALIDITY OF BIDS:

Bids shall remain valid for 180 days after the date of opening of Quotation Bid.

5 PAYMENT TERMS:

  1. The Vendor’s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and services performed and by documents submitted and upon fulfillment of other obligations.
  2. Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days of submission of an invoice/claim supported by all required documents by the Vendor.
  3. Payment will be made to the Vendor in Indian Rupees only.
  4. Payment on Delivery of Goods: Site-wise payment of 80% of the cost of equipment shall be made by Purchaser, who have placed the purchase order, on receipt of the specified goods at the site and submission of the documents as mentioned below (Delivery And Documents –point no. 2 ) along with Performance Security.
  5. Final Payment: Site-wise payment of balance 20% shall be made by the Purchaser, who has placed the purchase order, after installation and issuance of certificate of successful commissioning/acceptance of the supplied goods by the purchaser.

6 PACKING :

1 The Vendor will be required to make separate packages for each consignee. Each package will be marked on three sides with proper paint/indelible ink with the following -

(i) Contract No.:

(ii) Purchase Order No.,

(iii) Empanelled Vendor’s Name;

(iv) Packing List Reference Number.

2 The Vendor shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.

7 DELIVERY AND DOCUMENTS :

1. Delivery of the goods shall be made by Vendor within 2(two) weeks from Receipt of Purchase Order from the concerned office of the Purchaser. The goods must be supplied with their original and complete printed documentation. Delivery of the goods means the complete set of goods mentioned in purchase order of the purchaser.

2. For goods manufactured in India or goods of foreign origin already located in India, all activities to transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. For goods offered from outside India, all activities to clear the goods and transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. The Bidder will be solely responsible for complying with any applicable export/import regulations. The Purchaser will in no way be responsible for any Deemed Export benefit that may be available to the Bidder.

Documents to be submitted to purchaser:

Original and three copies of -

a) The Vendor’s invoice showing purchase order number, goods description, serial number/s of goods, quantity, unit price, total amount;

b) Delivery note, packing list, lorry/railway receipt;

c) Insurance certificate (if any);

d) Vendor’s certificate that the delivered goods are brand new in all its components and conform to the technical specifications required by the Purchaser. In case of software, the Vendor should certify that the software supplied to the Purchaser is licensed and legally obtained;

e) Manufacturer’s/ Vendor’s warranty certificate;

f) Certificate of origin;

g) Excise gate pass/ octroi receipts, wherever applicable duly sealed indicating payments made; and

h) Any other document evidencing payment of statutory levies.

8 WARRANTY AND POST-WARRANTY MAINTENANCE :

WARRANTY:

  1. The vendor warrants that the Goods supplied under the Contract are new, unused, of the most recent or currentmodels and incorporate all recent improvements in design and materials. The Vendor further warrants that all the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Vendor that may develop under normal use of the supplied Goods in the conditions prevailing at the final destination.
  2. This warranty shall remain valid for a period of 36 months after the Goods have been delivered to and accepted at the final destination after proper installation and commissioning.
  3. Free on-site maintenance services shall be provided by the Vendor during the period of warranty.
  4. The Purchaser shall promptly notify the Vendor in writing of any claims arising under this warranty.
  5. Upon receipt of such notice the vendor shall, within 24 hours repair or replace the defective goods or parts thereof, without any cost to the Purchaser.
  6. If the Vendor, having been notified, fails to remedy the defect(s) within a reasonable period as specified above, the Purchaser may proceed to take such remedial action as may be necessary, at the Vendor’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Vendor under the Contract.

The Vendor must provide the following warranties -

a) The equipment proposed is complete in every way.

b) The hardware/software specification, capabilities and performance characteristics are as stated inthe vendor’s proposal and accompanying documentation.

c) The Vendor will offer the Purchaser all technological updates, cost reductions andfacilities which are offered to other clients during the contract tenure.

d) If during the warranty period, any equipment has a hardware failure on four or more occasions in aquarter, the Vendor shall replace the entire unit or component with another of at leastthe same quality and performance specifications at no cost to the Purchaser.

9 PENALTY FOR DOWN TIME :

The maximum permissible downtime for any equipment is 24 hours. In case an item is not usablebeyond the maximum permissible downtime the Vendor will be required to arrange foranimmediate replacement of the same by temporary substitute (of equivalent or higher configuration) tillit is repaired. Failure to meet the above standards of maintenance will be liable for a penalty ofRs1,000/= for Server and Rs500/= for any equipment (other than Server) per day per item. The amountof penalty will be recovered from maintenance charges payable for subsequent year or bank guarantee held withthe Purchaser.

The Vendor shall conduct preventive maintenance (including inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt fromthe interior andexterior of the equipment and necessary repairing of the equipment) once at least in every 90 days inaddition to the normal maintenance required.

10 PRICES :

The prices once offered must remain firm and must not be subject to escalation during execution of thepurchase order due to fluctuation in foreign currency or change in the duty/tax structure or for any otherreason. However, the entire benefits/advantages arising out of fall in prices, taxes,duties or any otherreason, must be passed on to the Purchaser without the Purchaser specifically asking for it.

11TAXES AND DUTIES :

1)The Vendor will be entirely responsible to pay all taxes including corporate tax and incometax,duties, license fees, octroi, road permits etc. in connection with delivery of goods at site including incidentalservices and commissioning.

2)Sales Tax/VAT and other taxes which will be applicable on the finished goods, should be clearly mentionedseparately which will be paid by the Bank on actual basis on production of proof.

12. ORDER CANCELLATIONS:

The Purchaser reserves the right to cancel the order in the event of one or more of the followingcircumstances -

Delay in delivery and installation beyond a period of 45 days from the date of purchase order.

Serious discrepancy in hardware noticed at the time of installation.

Breach by the Vendor of any of the terms & conditions of the tender.

If the vendor goes into liquidation voluntarily or otherwise.

13. HARDWARE TO BE PURCHASED:

Items / Qty
Desktop(PC) / 100
Passbook Printers / 20
Dot Matrix Printers / 19
Monochrome Laser printer / 5

CHIEF MANAGER

ALLAHABAD BANK,

Zonal Office Mirzapur, U.P.
Technical Specification:-Annexure- I

Desktop PC

Sl. No / Parameter / Technical Specification
1 / Make / HCL/WIPRO/Accer/HP/Dell
2. / Model / Tower Model Required
3. / Processor / Intel dual CoreG630 (2.70 GHz, 2 MB Cache with 1066 MHz FSB) or higher , must support Window-XP
4. / Motherboard / Intel Original / OEM - support for 1066Mhz FSB
5. / Chipset / Intel’sH61 Chipset or higher, , must support Window-XP
6. / Memory / 4 GB DDR31066MHz (upgradeable upto 8 GB DDR32 or more DIMM Slots)
7. / NetworkController & EthernetPort / 10/100/1000 Integrated NIC with Ethernet RJ-45 port
8. / Hard Disk Drive / 500 GB SATA (7200 RPM) with SMARTIII or higher
9. / Other software / Backup and recovery manager
10. / PC management software / PC management software including backup and restoration facilities
11. / Ports / USB 2.0 Ports 2, COM & Parallel
12. / Keyboard / 104 keys windows compatible mechanical keyboard
13 / OS / Window 7 Professional preloaded with license & recovery CD, down gradable to Window XP professional, Driver CDs and product manual should be provided.
14. / Monitor / Minimum 18.50” TFT Monitor, Anti Glare, Anti Static, User Programmable display mode, maximum power consumption should be less than25 watts.
Certification Required – energy Star/TCO05, UL/CSA, RoHS
15. / Display Controller / Integrated Intel’s Graphics Media Accelerator 3100 or higher
16. / Optical Drive / SATA DVD RW Super Multi
17. / Mouse / 2 button scroll Optical Mouse PS2/USB Interface
18. / Power Supply / 300 Watts SMPS with UL/CE mark
19. / Certification / Certificate of Authenticity (COA) certified Microsoft window 7 Professional 32/64 bit edition certified.
20. / Warranty / 3 Yrs warranty
Pass Book Printer :
S.No. / Parameter / Specifications Required
1 / Make / EPSON PLQ20
2 / Model / Must be specified. All the relevant product brochures and manuals must be
submitted
3 / Print Head / 24 PINS
4 / Print Speed / Draft : Min. 360 cps / at 10 CPI
NLQ : Min. 150 cps / at 10 CPI
LQ : Min. 100 cps / at 10 CPI
5 / Print Width / 94 Columns or more @ 10 cpi
6 / Character Pitch / 10, 12, 15, 16.6, 17.1 cpi
7 / Line Pitch / 6, 8 lpi incremental
8 / Print / Mode / Printing / Draft & LQ Condensed, Double H/W, Graphics, Bit image mode, Bi-
Direction / directional Printing with logic seeking
9 / Print Attributes / Bold, Italics, Underline, Wide-front, Superscripting and Subscripting
10 / I/O Interface / Standard RS 232 C Serial with additional Parallel or USBPort
11 / Features / Automatic Gap Adjustment/Auto border/Auto alignment/Auto head cleaning.
To support, both Document and Passbook
To support Horizontal/Vertical Passbook
12 / Print Head life / > 400 million Character (10 CPI Draft Mode with 33% Print Density at 25%
Duty Cycle) or
400 Million Dots per Pin
Must have 3 years Replacement Guarantee
13 / Ribbon life / > 4 Million Characters (10 CPI Draft Mode with 33% Print Density at 25%
Duty Cycle)
14 / MTBF / > 10,000 POH (10 CPI Draft Mode with 33% Print Density at 25% Duty
Cycle)
15 / Ink / Should be indelible Ink to provide extra protection in draft printing.
S.No. / Parameter / Specifications Required
16 / Noise / 55 DB from 1 Meter Distance
17 / Buffer Memory / 32 KB or more
18 / Certification / ISO 9001: 2000 and ISO 14000 Certificates with current validity for OEM
19 / Drivers / Windows XP, Vista, Windows7

Dot Matrix Printer

Sl. No / Parameter / Technical Specification
1 / MakeModel / Epson LQ2090
2. / Print head / 24 pins (Must have 1 years replacement Guarantee)
3. / Print speed
/ Print Width / High Speed Draft -Minimum 420 cps at 10CPI and draft – Minimum 300cps at 10 CPI
/ 136 columns or more
4. / Print Mode & Print Direction / Draft , High Speed Draft and LQ, Bi-directional Logic Seek
5. / Print Attributes / Draft, Italics, Underline, Wide-front, Superscripting and Subscripting
6. / I/O Interface / Bi-directional parallel, Additional RS-232 Serial Port or USB Interface.
7. / Buffer memory / Minimum 128 KB
8. / Drivers / Win XP,2000,2003
9. / MTBF / >=8000POH(10CPI draft Mode with 33% Print Density at 25% Duty Cycyle)
6. / Certification / ISO certificates with current validity for OEM
7. / Warranty / 3 Yrs

Monochrome Laser Printer

SL. No. / Parameter / Specification Required
1 / Make / Must be specified
2 / Model / Must be specified
3 / Print Speed / 15 PPM or more (A4 pages @ 5% print average coverage at 600 x 600 dpi)
4 / Resolution / Normal Printing at 600 x 600 dpi, Best Quality Printing at 1,200 x 1,200 dpi
or higher
5 / First Page Out / Less than 10 Seconds
6 / Paper Input Feed Tray Capacity / 150 Sheets or more
7 / Paper Output Tray Capacity / Minimum 100 Sheets
8 / Paper Handling / Plain paper of A4, Letter, Executive, Legal, Envelopes of different sizes,
Labels, Transparencies
9 / Processor Speed / 250 MHz or higher
10 / Buffer Memory / 8 MB or more
11 / I/O Interface / USB 2.0
12 / Consumable Yield in Pages / Must be specified as number of A4 pages @ 5% print coverage at 600 x 600
dpi for separately for Starter (Economic) and Regular (Full) Toner & Drum
(or Toner cum Drum, as the case be)
13 / Duty Cycle / > 5,000 pages per month (A4 pages @ 5% print average coverage at 600 x
600 dpi)
14 / Drivers / Windows XP, 2000, 2003, Vista, Windows7, Linux Redhat
15 / Certification / Energy Star Compliant, ISO 9001: 2000 and ISO 14000 Certificates with
current validity for OEM