government of karnataka

50
GOVERNMENT OF KARNATAKA FISCAL POLICY INSTITUTE Bangalore-Mysore Road, Kengeri, Bangalore-560 060. Telephone No: 080-26971000 / Fax: 080-26971010, E-mail:[email protected] / [email protected] Web-site: www.fpibangalore.karnataka.gov.in NO: FPI-PROC0/TNDR(IT)/1/2021 DATE: 25-02-2021 TENDER SCHEDULE NOTICE INVITING e- TENDER FOR THE SUPPLY, INSTALLATION AND COMMISIONING OF DESKTOPS, LAPTOPS, SCANNERS and 65”DISPLAY UNITS Date of commencement of Tender 25.02.2021 Place of Availability of Tender Document https://www.eproc.karnataka.gov.in Last date and time for receipt of tender 04.03.2021 at 11.00 AM Time and date of opening of Tenders Technical Bid - 05.03.2021 at 11.30 AM. Financial Bid - Tentatively on 06.03.2021 at 4.00 pm Clarification of Tenders Up to 03-03-2021 between 10.30 AM to 05.00 PM Period for contract Two years from the expiry of three years of warranty period Address for communication The Director, Fiscal Policy Institute, Bangalore-Mysore Road, Kengeri, Bangalore-560 060. Email Id: [email protected] Phone No. 080-26971000 EMD No EMD payable but EMD declaration has to be submitted Tenders details are also available on web-site: www.fpibengaluru.karnataka.gov.in

Transcript of government of karnataka

GOVERNMENT OF KARNATAKA

FISCAL POLICY INSTITUTE Bangalore-Mysore Road, Kengeri, Bangalore-560 060. Telephone No: 080-26971000 / Fax: 080-26971010,

E-mail:[email protected] / [email protected] Web-site: www.fpibangalore.karnataka.gov.in

NO: FPI-PROC0/TNDR(IT)/1/2021 DATE: 25-02-2021

TENDER SCHEDULE

NOTICE INVITING e- TENDER FOR THE SUPPLY, INSTALLATION AND COMMISIONING

OF DESKTOPS, LAPTOPS, SCANNERS and 65”DISPLAY UNITS

Date of commencement of Tender 25.02.2021

Place of Availability of Tender

Document https://www.eproc.karnataka.gov.in

Last date and time for receipt of

tender 04.03.2021 at 11.00 AM

Time and date of opening of

Tenders

Technical Bid -

05.03.2021 at 11.30 AM.

Financial Bid -

Tentatively on 06.03.2021 at 4.00 pm

Clarification of Tenders Up to 03-03-2021 between 10.30 AM to

05.00 PM

Period for contract Two years from the expiry of three years of

warranty period

Address for communication The Director,

Fiscal Policy Institute, Bangalore-Mysore

Road, Kengeri, Bangalore-560 060.

Email Id: [email protected] Phone

No. 080-26971000

EMD No EMD payable but EMD declaration

has to be submitted

Tenders details are also available on web-site: www.fpibengaluru.karnataka.gov.in

Page 2 of 50

Contents of Tender Document

Sl.

No

Sections Descriptions Page

No. 1. Section - 1 Invitation for Tender (IFT) 03-04

2. Section - 2 Scope of Work 05

3. Section - 3 Qualifying Criteria 06-07

4. Section - 4 General Instruction & Bidding Process

- General Instructions / Conditions to the Tenderer …

08-26

5. Section - 5 Technical Specifications: Annexure –5.1 to 5.4 27-30

6.

Section - 6

Annexure –6.1 – Tender Form 31

Annexure 6.2 – Technical Bid (Check list) 32-33

Annexure 6.3 - Technical Specifications declaration 34

Annexure 6.4 – Qualification Criteria 35

Annexure 6.5 - Manufacturer Authorization Form (for OEM) 36

Annexure 6.6 - Manufacturer Authorization Form (for authorized partner)

37

Annexure 6.7 - Undertaking on the Not Debarred Requirement. 38

Annexure 6.8 – Turnover. 39

Annexure 6.9 - Performance Bank Guarantee format. 40-42

Annexure – 6.10 - Proforma for Performance Statement for the last three years.

43

Annexure – 6.11 - Document to prove that the bidder is the Original Equipment Manufacturer (OEM) or an authorized dealer of OEM.

43

Annexure – 6.12 - List of service centers within Bangalore. 44

Annexure – 6.13 - Authorization Letter in letter head. 44

Annexure-6.14 - EMD Declaration. 45

Annexure-6.15 – Undertaking regarding restrictions on procurement from a bidder of a country which shares a Land Border with India.

46

7

Section - 7 Annexure-7.1 - Commercial Bid Format – Price Schedule. 47-48

Annexure-7.2 - Contract Price for AMC after warranty Period. 49-50

Page 3 of 50

SECTION 1

INVITATION FOR TENDERS (IFT)

NOTICE INVITING e-TENDER FOR THE SUPPLY, INSTALLATION AND COMMISIONING OF

DESKTOPS, LAPTOPS, SCANNERS AND DISPLAY UNITS.

Tender Notification (Through e-procurement portal only)

No: FPI-PROC0/TNDR(IT)/1/2021 Date : 25.02.2021

The Director, Fiscal Policy Institute, Bangalore-Mysore road, Kengeri Post,

Kengeri, Bangalore-560060 invites e-tenders from eligible bidders for “Supply,

installation and commissioning of Desktops, Laptops, Scanners and Display Units” by

the suppliers.

Please visit web site https://eproc.karnataka.gov.in for details. Complete sets of bidding documents will be available for free download, by interested bidders, from the e-Procurement portal of the Government of Karnataka.

It will be in the interest of the bidders to familiarize themselves with the e- Procurement system to ensure smooth preparation and submission of the tender documents.

The Bidders are advised to submit the Bids well in advance of the deadline as the

FPI will not be liable or responsible for non-submission of the bids on account of

any technical glitches or in problems in connectivity services used by the bidder.

Terms and Definitions

1. “FPI” shall stand for Fiscal Policy Institute.

2. “GoK” shall stand for the Government of Karnataka.

3. “Bidder” means any firm offering the solution(s), service(s) and /or materials

required in the tender document. The word Bidder when used in the pre award

period shall be synonymous with Bidder, and when used after award of the

Contract shall mean the successful Bidder/Vendor with whom Director, FPI signs

the agreement for rendering of services for this procurement.

4. “Contract” is used synonymously with Agreement.

5. “SLA” means Service Level Agreement between FPI and selected bidder.

6. “KSPCB” means Karnataka State Pollution Control Board

7. “RCA” means Root cause analysis.

Page 4 of 50

8. “MAF” means Manufacturer Authorization Form

9. “INR” means Indian Rupees

10. “NEFT” means National Electronic Funds Transfer

11. “OTC” means Over the Counter.

12. “LOA” means Letter of Acceptance.

13. “LOI” means Letter of Intent.

14. “OEM” means Original Equipment Manufacturer.

Introduction:

Requirement:

Sl. No.

Work Description Quantity (in

numbers) Delivery Schedule

1 Supply, installation, commissioning

of desktop 15(Fifteen)

3 days from the date of

supply order.

2 Supply, installation, commissioning

of Laptops 05(Fifteen)

3. Supply, installation, commissioning

of Scanners 02(Two)

4. Supply, installation, commissioning

of 65” Display Unit 05(Five)

Page 5 of 50

SECTION 2 1 Scope of Work:

Supply, installation, commissioning and configuration of Desktops, Laptops,

Scanners and Display Units as per the specifications given in this tender

document.

Comprehensive onsite maintenance & Warranty for 36 months starting from

successful signing of agreement by both parties. The comprehensive onsite

maintenance includes repair/ replacement of equipment (end to end) &

accessories for any reasons including the equipment damaged due to input power

fluctuations except physical damage due to mishandling by FPI officials/staff and

theft after installation. Replacement of faulty equipment’s to be made during the

Warranty Period. After Warranty months 24 months of Annual Maintenance

Contract (AMC) with applicable Cost (As per Annexure-7.2)

Co-ordination with IT wing in charge of FPI for repair/replacement and

maintenance activities. The vendor shall maintain the status of logged activity and

compliance report on weekly basis to be sent to FPI. The vendor will ensure all

necessary and responsibility with the IT wing in charge of FPI to ensure proper

working condition of IT hardware.

The installation is declared to be completed at particular location only after

successful installation of supplied hardware at user location with user certificate

with signature to this effect.

The supply of computer systems by the authorized partner, the OEM whose

materials are being supplied shall be responsible for adhering to the schedule of

supply and installation. In addition, the responsibility of warranty maintenance

shall also be of the OEM whose materials are being supplied.

The supplied IT hardware (case by case) need to be replaced with new equivalent

hardware, if the service is found unsatisfactory during the Warranty period, which

may be any one or more of the following:

o More than 3 fault instances per month in similar cases.

o The hardware/software declared out of support by the OEM during the

period of contract.

Root cause analysis (RCA) shall be submitted by OEM/bidder for the fault

instances, more than 3 per months.

2 Period of contract This contract shall be valid from signing of agreement/contract by the both parties

till to the end of 36 months Warranty Period from the date of successful supply,

installation, commissioning and integration with all the accessories of Desktops,

Laptops, Scanners and Display Units. 24 months of AMC as per the rate

schedule.

Page 6 of 50

SECTION 3

3. Qualification Criteria (Annexures 6.0 to 6.12)

SI. No

Qualification Criteria Documents/ proof Compliance

1 The Bidder shall be an OEM or authorized by OEM.

Annexure-6.5: Format for Manufacturer Authorization Form (If the Bidder is an OEM): Annexure-6.6: Format for Manufacturer Authorization Form (MAF) (If the Bidder is authorised by OEM): (MAF should be signed by authorised person having Power of attorney.

2 If OEM is bidder: Original Equipment Manufacturer (OEM) engaged in manufacturing Desktops, Laptops, Scanners and Display Units manufacturing and sales for each of last 3 years.

OR If Authorised person by OEM bidder: Authorised person by OEM bidder, whose average annual turnover during the past 3 years in selling Desktops, Laptops, Scanners and Display Units should be not less than Rs. 12.5 lakhs in each year. Also OEM should meet eligibility condition (a) above.

Annexure 6.8: Turnover. Auditor’s certificate issued for this tender for both OEM & Authorised person by OEM in the given format only, regarding company last 3 years turnover and Annual acknowledgement copy of IT returns (i.e., 2017-18, 2018-19 and 2019-20).

3 The Bidder (If Authorised person by OEM is a bidder) is not debarred/ debarred by Government of Karnataka or its agencies or by Central / any other State/UT Government or its agencies for corrupt or fraudulent practices or for indulging in unfair trade practices or for backing out from execution of contract

Annexure 6.7: Affidavit that the bidder

is Not debarred.

Page 7 of 50

after on award of work as on bid submission last date.

4 The bidder should have executed at least one project for Supply, installation, commissioning and maintenance of Desktops, Laptops, Scanners and Display Units in last 3 years i.e., (2017-18, 2018-19 and 2019-20).

Documentary evidence to support this response Purchase Orders copies and Satisfactory Installation and commissioning statement from respective clients with quantity.

5 Technical Specification – The bidder shall comply with the Technical Specification provided in the Annexure 5.1 to 5.4.

Technical specification will be evaluated on the basis of Adherence to specification.

6 OEM should be in the business of supply of IT hardware (Desktops, Laptops, Scanners and Display Units) in Karnataka and should have registered office located in Bangalore for at least 5 years.

A declaration in company letter head by authorized signatory of OEM and Company Incorporation Certificate.

7 Service Centres: Bidder and OEM should have good service and technical support centres in Bengaluru.

Annexure 6.12 and 6.13: Undertaking from authorized signatory of the company along with details of service centres in Bengaluru to be furnished in the prescribed format. Authenticated Documents to be provided.

8 Escalation matrix to co-ordinate with OEM/ Respective vendors for resolution of the incident tickets raised by the users during contract period.

Declaration on OEM/Bidder letter Head: Declaration should mention Escalation matrix, Mailing details, Contact Details of Local authorised staff/office representative.

9 Authorization Letter for signing of Bid documents.

Annexure-6.13: Authorization through affidavit for Power of attorney.

Bidders failing to meet the eligibility qualification criteria with documentary evidence

shall not be considered for Commercial Bid evaluation.

Page 8 of 50

SECTION 4

4. General Instructions and Bidding Process:

1 This invitation for bids is open to all who fulfills prequalification criteria as specified in the Tender.

2 Breach of general or specific instructions for bidding, general and special conditions of contract with Government of Karnataka or any of its user organizations as on bid submission date may make a firm in eligible to participate in bidding process.

3 Any OEM participating directly can submit only one bid of own (No authorized partners allowed). If OEM not participating directly, may authorize maximum 2 eligible partners.

4 Restrictions on the public procurement from bidders of certain countries ;

As per Government order No: FD 455 Exp-12 2020 Bengaluru Dated: 25-

08-2020, Annexure-6.15 the following Eligibility Clauses to be

complied by the tenderer.

1. Any bidder from a country which shares a land with India will be

eligible to bid in this tender only if the bidder is registered with the

Competent Authority.

1.1. “Bidder” (including the term tender consultant or service provider

in certain contexts) means any person or firm or company

including any member of a consortium or joint venture (that is an

association of Several persons, or firms or Companies) every

arterial juridical person not falling in any of the descriptions of

bidders Stated hereinbefore including any agency branch of office

controlled by such person, Participating in a procurement process,

1.2. “Bidder from a country which shares a land border with India” for

the purpose of this Order means:-

a. An entity incorporated established or registered in such a

country; or

b. A subsidiary of an entity incorporated established or registered

in such a Country; or

c. An entity substantially controlled through entities incorporated

established or registered in such a country; or

d. An entity whose beneficial owner is situated in such a Country

or

e. An Indian (or other) agent of such an entity; or

f. A natural person who is a citizen of such a country; or

Page 9 of 50

g. A Consortium or joint venture where anywhere member of the

consortium or joint venture fall under any of the above.

4.1 Procedure for Submission of Bids:

Tender Processing Fees:

Bidder can download the tender document for free from the portal

(https://eproc.karnataka.gov.in) till the due date and time for bid submission. Any

interested bidder shall pay amount as mentioned in e-Procurement portal as tender

processing fee. The tender processing has to be paid through any of the four e-payment

options in the portal:

Credit Card,

Direct Debit,

National Electronic Funds Transfer (NEFT),

Over the Counter(OTC) –designated Axis bank branches located across the country

Please note that payments submitted through Cheque or Demand Draft shall not be

accepted. Further details regarding e-Payment, please refer to e-Procurement portal at

the above mentioned website or call e-procurement help line.

Note: It will be in the interest of the bidders to familiarize themselves with the e-

Procurement system to ensure smooth preparation and submission of the tender

documents.

Modes of Submission:

All interested bidders shall submit EMD Declaration and Tender Processing fee and submit

their Technical and Commercial bid responses electronically using the unified e-

Procurement platform of the FPI. The e-Procurement portal is available at:

https://eproc.karnataka.gov.in.

Companies shall submit the tenders only through the unified e-Procurement system

before the scheduled date and time for bid submission. Tenders submitted after the due

date and time will not be considered and FPI will not be liable or responsible for any delays

due to unavailability of the portal and the internet link.

Page 10 of 50

4.2 Authentication of Bid:

The response bid shall be signed by the Bidder or a person or persons duly authorized by

the Bidder to the Contract. A letter of authorization shall be supported by a written

p o w e r of attorney accompanying the bid. All pages of the bid, except for un-amended

printed literature, shall be initialed and stamped by the person or persons signing the bid.

4.3 Validation of interlineations in Bid:

The bid shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder, in which case such corrections shall be initiated by the

person or persons signing the bid.

4.4 Cost of Bidding:

The Bidder shall bear all costs associated with the preparation and submission of its bid

including cost of presentation for the purposes of clarification of the bid, if so desired by

FPI will in no case be responsible or liable for those costs, regardless of the outcome of

the Tendering process.

4.5 Clarification on Tender Document:

A prospective Bidder requiring any clarification on the Tender Document may submit the

queries, in writing, at the mailing address “[email protected]” and as

per schedule indicated in Tender. The queries must be submitted in the following format

only to be considered for clarification:

Sl. No Section No./

Clause No.

Page No. Reference/Subject. Clarification Sought

.. .. .. .. ..

The queries not adhering to the above mentioned format shall not be responded.

FPI will respond to any request for clarification to queries on the Tender Document,

received not later than the dates prescribed in Invitation for Bids/Key events and dates.

The clarifications (including the query but without identifying the source of inquiry) will

be uploaded on the portal (https://eproc.karnataka.gov.in). However if any of the

tenderer not chooses to get clarification or fails to do so within the date mentioned in

the NIT, it shall be assumed that they have no issues regarding the

Page 11 of 50

Technical/Commercial specifications/conditions and no subsequent representations

from the tenderer in this regard shall be admissible.

4.6 Language of Bids:

The Bids prepared by the Bidder and all correspondence and documents relating to the

bids exchanged by the bidder FPI shall be written in English language only.

4.7 Bid Prices:

The Bidder shall indicate price in the prescribed format Annexure-7.1 (excel Sheet:

without any alteration/deletion/modification of other portions of excel sheet), the unit

rates goods description it proposes to provide under the contract. Prices should be shown

separately for each Item Description as detailed in Tender Document. GST and Bid Prices

for each Item, it proposes to provide under the Contract. In the absence of above

information as requested, the bid may be considered incomplete and liable for rejection.

The price components furnished by the Bidder in accordance with form will be solely for

the purpose of facilitating the comparison of bids by FPI and will not in any way limit FPI

right to contract on any of the terms offered. The bidders shall fill in their rated other

than zero value in the specified cell without keeping blank.

The Bidder shall prepare the bid based on details provided in the tender documents. It

must be clearly understood that the scope of supply is intended to give the bidder an idea

about the order and magnitude of the work and is not in any way exhaustive and

guaranteed by FPI. The Bidder shall carryout all the tasks in accordance with the

requirement of the tender documents & due diligence and it shall be the responsibility of

the Bidder to fully meet all the requirements of the tender documents.

4.8 Firm Prices

Prices quoted in the bid must be firm and final and shall not be subject to any upward

modifications, on any account what so ever except statutory revision in taxes.

The Commercial bid should clearly indicate the price to be charged without any

qualifications whatsoever and should include all taxes, duties, fees, levies, Transport and

other cost incurred during the delivery, installations and commissioning of the goods and

other charges as may be applicable in relation to the activities proposed to be carried

Page 12 of 50

out. Prices in any form or by any reason before opening the Commercial Bid should not

be revealed, failing which the offer shall be liable to be rejected.

4.9 Bid Currencies

Prices shall be quoted in Indian Rupees (INR).

4.10 Bidder Qualification

The "Bidder" as used in the tender documents shall mean the one who has signed the

Tender Form. The Bidder may be either the Principal Officer or his duly Authorized

Representative, in either case the bidder shall submit a certificate of authority. All

certificates and documents (including any clarifications sought and any subsequent

correspondences) received here by, shall, as far as possible, be furnished and signed by

the bidder. It is further clarified that the individual signing the tender or other documents

in connection with the tender must certify whether bidder signs as the Constituted

attorney of the firm or a company.

4.11 Earnest Money Deposit:

The Bids shall contain EMD declaration. The bidder shall be disqualified in the Technical

Evaluation process if the prescribed EMD declaration is not submitted along with the bid

as per Annexure- 6.14.

4.12 Bid Validity Period

4.12.1 Period of Validity of Bids

Bids shall remain valid for 90 days after the due date of submission of tenders.

4.12.2 Extension of Period of Validity:

In exceptional circumstances, FPI may request the Bidder(s) for an extension of the period

of validity. The request and the responses there to shall be made in writing (or by fax or

by mail).

4.13 Contacting Fiscal Policy Institute:

4.13.1 Contact by Writing

No bidder shall contact FPI on any matter relating to its bid, from the time of bid opening

to the time the Contract is awarded. If the Bidder wishes to bring additional information

Page 13 of 50

to the notice of FPI, it should be done in writing or through an email communication with

the email id mentioned in this Tender document.

4.13.2 Rejection of Bid

Any effort by a Bidder to influence the FPI in its decisions on bid evaluation, bid

comparison or contract award may result in rejection of the Bidder’s bid besides taking

action as required under KTPP Rules.

4.14 FPI’s Right to vary Scope of Contract at the time of Award

Fiscal Policy Institute may at any time, by a written order given to the Bidder, make

changes to the scope of the Contract as specified. If any such change causes an increase

or decrease in the cost of or the time required for the Bidder’s performance of any part

of the work under the Contract, whether changed or not changed by the order, an

equitable adjustment shall be made in the Contract Value or time schedule, or both, and

the Contract shall accordingly be amended in discussion and mutual agreement with

bidder. Any claims by the Bidder for adjustment under this Clause must be asserted within

thirty (30) days from the date of the Bidder’s receipt of FPI’s changed order.

4.15 Fiscal Policy Institute’s Right to Accept Any Bid and to reject any or all Bids

Fiscal Policy Institute reserves the right to accept any bid and to annul the Tender process

and reject all bids at any time prior to award of Contract, without giving any reason, with

out there by incurring any liability to the affected Bidders or any obligation to inform the

affected Bidders of the grounds for FPI’s action.

4.16 Notification of Award

4.16.1 Notification to Bidder

LOI will be issued on the e-Procurement portal to the successful bidders. The Bidders

shall acknowledge in writing receipt of the notification of award and shall send the

acceptance to enter in to an agreement within three working days of receiving the LOI.

4.16.2 Signing of Contract

The notification of award will constitute the formation of the contract. The purchaser will

send the tenderer the contract form provided in the tender documents. Incorporating all

agreements between the parties. Within 03 days of receipt of Contract Form, the

successful tenderer shall sign and date the contract and return to the purchaser. In

Page 14 of 50

exceptional circumstances, the Bidder(s) may request FPI for an extension of the period

in writing.

4.16.3 Release of Bid Security

Upon the successful signing of the agreement, FPI shall promptly request the Bidder to

provide performance bank guarantee within 10 days of signing of agreement.

4.16.4 Expenses for the Contract

The incidental expenses of execution of agreement/ contract shall be borne by the

successful bidder.

4.17 Failure to abide by the Agreement

The conditions stipulated in the agreement shall be strictly adhered to and violation of

any of the conditions will entail termination of the contract without prejudice to the rights

of the FPI with such penalties as specified in the tender document and the Agreement.

For any such termination, FPI reserves the right to debar the bidder from participation

in the tenders of FPI for a period up to 3 years in the event of termination is due to one

of the following reasons

1. Fraudulent and Corrupt Practices.

2. fails to furnish performance security and sign the agreement,

3. Successful bidder backs out after signing of the contract agreement.

4. Implementation delay attributable to the successful bidder is beyond 2 weeks.

4.18 Performance Bank Guarantee

The successful bidder is required to furnish an unconditional and irrevocable valid Bank

Guarantee from a Nationalized / public sector bank located in Bangalore for an amount

equivalent to 03% of the total Tender Cost as quoted in the commercial bid within 10

days of issue of LOI/Purchase order for a period of 36 months (i.e. 3 Years) and 3% cost

of the annual maintenance for a period of 2 years from the date of start of maintenance

contract. Failure of the successful Bidder to comply with the requirement shall constitute

sufficient grounds for the annulment of the award.

4.19 Rejection Criteria

Besides other conditions and terms highlighted in the tender document, bids may be

rejected under following circumstances:

Page 15 of 50

4.19.1 General Rejection Criteria

Bids submitted without signed EMD declaration.

Bids which do not conform to required validity of the bid as prescribed in the

Tender.

If the information provided by the Bidder is found to be incorrect/misleading at

any stage/ time during the Tendering Process.

Any effort on the part of a Bidder to influence the bid evaluation, bid comparison

or contract award decisions.

Bids without signature of person(s) duly authorized on required pages of the bid.

Bids without power of authorization and any other document consisting of

adequate proof of the ability of the signatory to bind the Bidder.

Technical Bid containing commercial details.

Revelation of Prices in any form or by any reason before opening the Commercial

Bid.

Failure to furnish proofs for information provided.

If the bid does not confirm to the timelines indicated in the bid.

Any false declaration by the bidder during the bidding process, following action

may be taken:

o Liable for Legal Action.

o Forfeiture of entire PBG.

o Forfeiture of any Released payments.

o Debarring of the Vendor.

4.19.2 Technical Rejection Criteria

Failure to conform Technical criteria as per this Tender document.

Failure to furnish all information required by the Tender document submission of

a bid not substantially responsive to the Tender Document in every respect.

Bidders not complying with the Technical and General Terms and conditions as

stated in the Bid Document.

Page 16 of 50

The Bidder not conforming to unconditional acceptance of full responsibility of

providing services in accordance with the Scope of work and Service Level

Agreements of the tender.

4.19.3 Commercial Rejection Criteria

Incomplete Price Bid.

Price Bids that do not conform to the price bid format.

Item wise price quoted by the Bidder does not include all statutory taxes and levies

applicable.

4.20 Deliverables

The Deliverables of the goods would be as per the Tender document Specifications.

4.21 Liability clause

Neither party shall be liable to the other for any special, indirect, incidental,

consequential (including loss of profit or revenue), exemplary or punitive damages

whether in contract, or other theories of law, even if such party has been advised of the

possibility of such damages.

The total cumulative liability of either party arising from or relating to this Agreement

shall not exceed the contract value provided, however, that this limitation shall not apply

to any liability for damages arising from (a) willful misconduct or (b) indemnification

against third party claims for infringement or (c) death.

4.22 Liquidated Damages

Subject to clause for Force Majeure if the vendor fails to complete the assignment in

compliance to the Tender document before the scheduled completion date or the

extended date or if the vendor repudiates the Contract before completion of the Work,

FPI at its discretion may without prejudice to any other right or remedy available to FPI

the Contract, deduct from the contract price as liquidated damages a sum of equivalent

to 0.5% of the delivered price of delayed goods or unperformed services for each week

or part there of delay until actual delivery or performance up to a maximum deduction

of 10% of the contract price. Once the maximum is reached the purchaser may consider

termination of contract and Forfeit the entire performance bank guarantee submitted by

Page 17 of 50

the vendor apart from debarring of the selected vendor for further participation in any

of the State Government/undertakings tenders for a period of 3 years.

Any such recovery or liquidated damages shall not in any way relieve the vendor from any

of its obligations to complete the Works or from any other obligations and liabilities under

the Contract.

4.23 Warranty

The Bidder hereby declares that the goods supplied to the purchaser under this contract

shall be of the best quality and workmanship and latest in all respects and shall be strictly

in accordance with the specification and particulars contained/mentioned in contract.

The warranty for the goods supplied to the purchaser under this contract shall be valid

till end of the contract of the tender or end of life support for product by manufacturer

whichever is later.

Bidder shall submit a letter from OEM stating that OEM shall be responsible for all

Warranty for the supplied goods during 3 year warranty period and payment shall be

released only after a letter from OEM is produced confirming warranty period of

purchased products.

4.24 Termination of Contract

Any violations/non- compliance of any of the conditions will entail termination of the

contract without prejudice to the rights of FPI with such penalties as specified in the

Tender document and the Agreement. Upon such termination, FPI will have the right to

forfeit the entire performance bank guarantee submitted by the vendor, apart from

debarring of the vendor for further participation in any of the tenders of the FPI and/or

any State Governments for a period of 3 years.

Where a change of management of the vendor has occurred where by the vendor

company has merged, amalgamated or been taken over, due to which the majority

shareholding of the vendor has been transferred to another entity, and in case

requirements for the vendor set out in the Tender document are not complied with, the

FPI can by a 15(Fifteen) days written notice, terminate this agreement and such notice

shall become effective at the end of the notice period.

Page 18 of 50

4.25 Force Majeure

1 Neither Party to this agreement or to the agreement shall be liable to the other for

any loss or damage which may be suffered by the other party directly to the extent

and for the duration of any cause beyond the reasonable control of the Party unable

to perform("Force Majeure") events such as but not limited to acts of God not

confined to the premises of the Party claiming the Force Majeure, flood, drought,

lightning or fire, earthquakes, strike, lock-outs beyond its control, labor disturbance

not caused at the instance of the Party claiming Force Majeure, acts of government

or other competent authority, war, terrorist activities, military operations, riots,

epidemics, civil commotions etc. No failure, delay or other default of any contractor

or sub-contractor to either Party shall entitle such Party to claim Force Majeure

under this Article.

2 The Party seeking to rely on Force Majeure shall promptly, within 2 days, notify the

other Party of the occurrence of a Force Majeure event as a condition precedent to

the availability of this defense with particulars detailed in writing to the other Party

and shall demonstrate that it has taken and is taking all reasonable measures to

mitigate the events of Force Majeure.

a. In the event the Force Majeure substantially prevents, hinders or delays the

Bidder’s performance of Services necessary for project’s implementation or the

operation of Project’s critical business functions for a period in excess of 3 days,

FPI may declare that an emergency exists. However, when the situation arising

out of force Majeure comes to an end in the assessment of FPI, the Vendor shall

resume normal activities under this agreement immediately. If FPI consider it

necessary, may grant an extension of time to the Vendor for resuming normal

activities under this agreement. If the Bidder does not resume normal

activities immediately or within the extended period, if any, granted by FPI, FPI

will have the option to invoke the Performance Guarantee, levy liquidated

damages, obtain substitute performance from an alternate supplier at the cost

of Vendor and/or terminate this Agreement.

3 Notwithstanding the terms of this Article, the failure on the part of the Vendor terms

under the tender to implement any disaster contingency planning, insurance

coverage and back-up and other data safe guards in accordance with the terms of

Page 19 of 50

the Tender or this Agreement against natural disaster, fire, sabotage or other similar

occurrence shall not be an event of Force Majeure.

4.26 Settlement of disputes:

Any dispute arising out of or in connection with this Agreement or the tender shall in the

first instance be dealt with to resolve amicably by direct informal negotiation.

4.27 Scope of Dispute Resolution

Except where otherwise provided in the agreement, all questions and disputes relating to

the meaning of the specifications, design, drawings and instructions here-in before

mentioned and as to the quality of workmanship or materials used on the work or as to

any other question, claim, right, matter or thing whatsoever in any way arising out of or

relating to the agreement, designs, drawings, specifications, estimates, instructions,

orders or these conditions or otherwise concerning the services and deliverables or the

execution or failure to execute the same whether arising during the progress of the

Project or after the cancellation, termination, completion or abandonment thereof shall

be dealt with as mentioned herein after:

If any dispute arises between FPI and the Vendor in connection with, or arising out of, the

agreement or tender or the execution of the Contract, whether during the execution of

the Contract or after its completion and whether before or after the repudiation or other

termination of the agreement, including any disagreement by either party with any

action, inaction, opinion, instruction, determination, certificate or valuation, the matter

in dispute shall, in the first place, be referred to Chair person, Governing Council, FPI and

Additional Chief Secretary FD , who shall give a decision in writing within 30 days of

reference of dispute. Either party may refer a written decision for any arbitration. If

neither party refers the disputes to arbitration within 30 days of the date of such decision.

The decision of the said authority will be final and binding.

In case either party is not satisfied with such decision, they can institute arbitration

proceedings as per Indian Arbitration Act, 1996, after a 30 day notice period. Arbitration

proceedings shall be referred and settled under the Arbitration Center, Karnataka

(domestic and international) rules 2012, by one or more Arbitrators appointed in

accordance with its rules. Arbitration proceedings shall be held in Bengaluru and language

Page 20 of 50

of the arbitration proceedings, all documents and communications between the parties

shall be in English.

“Any dispute or difference or claim arising out of , or in connection with,

or relating to the present contract or the breach, termination or invalidity

thereof, shall be referred and settled under the Arbitration Centre –

Karnataka (Domestic & International) Rules 2012, by one or more

arbitrators appointed in accordance with its rules”.

4.28 Notices

1. Any notice or other document, which may be given by either Party under this

Agreement or Tender document or under the agreement, shall be given in writing in

person or by pre-paid recorded delivery post or through email to the notified address.

2. Any notice or other document shall be deemed to have been given to the other Party

(or, if relevant, its relevant associated company) when delivered (if delivered in person)

if delivered between the hours of 10.00 am and 5.00 pm on a working day at the address

of the other Party set forth above or if sent by mail, provided the copy of the fax/mail is

accompanied by a confirmation of transmission, or on the next working day thereafter if

delivered outside such hours, and 7 days from the date of posting (if by letter).

3. Notice can also be given through email address furnished by the bidder. The time of

the sent message in the out box of the sender will be considered to be time of delivery of

the message. If the email message is not acknowledged within 15 days, a physical copy is

required to be served via post/in person as mention in point 3 above, time of sent

message in the outbox of the sender will be considered to be time of delivery of the

message.

4. Either Party to this Agreement or to the tender document may change its address,

telephone number, contact number and nominated email for notification purposes by

giving the other reasonable prior written notice of the new information and its effective

date.

4.29 Interpretation of Clauses

In case of any ambiguity in the interpretation of any of the clauses in the bid document,

interpretation of the clauses by Director, FPI shall be final and binding on all parties.

Page 21 of 50

4.30 Third Party Claims

The Vendor shall indemnify FPI against all third-party claims of infringement of patent,

trademark or industrial design rights arising from use of the Goods or any part thereof in

reference to this project in India.

4.31 Terms & Conditions and Services Level Conditions

a) Award of Contract: The Contract can be awarded to the successful Bidder

whose Bid has been determined to be substantially responsive and has been

determined as the Best Value Bid(Lowest L1) of each item, The decision of

Director, FPI is final in this regard.

b) Termination of contract: Director, FPI reserves the right to cancel the contract

placed on the bidder if:

The bidder commits breach of any of the terms and conditions.

The bidder goes in to liquidation voluntarily or otherwise.

The service is found unsatisfactory, for which more than 10% of repair requests

not completed within prescribed timelines.

FPI fully reserves the right to terminate the contract of the vendor on the above

grounds or any other grounds by which FPI finds that the vendor is not functioning

as expected after 30 day notice including 1 week cure period.

4.32 Milestones for the successful bidder

Sl. No.

Work Description Milestone

1 Issue of Purchase order to the Successful Bidder T1

2 Acceptance of Purchase Order by the bidder T2 = T1+7 days

3. Submission of PBG and signing of contract by successful bidder T3 = T 1+ 10 days

4. Supply, Installation, and commissioning of Desktops, Laptops,

Scanners and Display Units issued in respective purchase

order

T4= T1 + 2Weeks

5. Operations and maintenance phase T5= T4+ 24

months (after

the warranty

period)

Page 22 of 50

4.33 Performance Related Service Level Agreements (SLAs)

The vendor shall be liable to be penalized if there is a delay in completion of any of

the activities. The penalty levied shall be as follows:

Sl.

No

Work Description Milestone Penalty*

1. Delay in Supply and

installation of goods

as in purchase order.

As above 2% of the Purchase value of the item for

every item delayed for every week of

delay.

2. Delay in replacement

of faulty

hardware/any

servicing.

Within 3 days

(working day)

1. Replace/repair faulty hardware

within 3 working days.

2. Thereafter for delay, penalty of

Rs.200 for day up to next 7 days.

3. Beyond 10 working days, FPI will

replace or get repaired the faulty

hardware / servicing and

deduct/adjust double the

expenditure from any amount due to

the vendor/BG.

3. Multiple failures Max 2 failures

a month for

procured

hardware in

this tender

Additional penalty of Rs.200/- per

occurrence beyond specified limit of

failures. For more than 5 instances where

Laptops/Desktops/ Scanners / Display

Units exhibiting multiple failures, penalty

will increase to Rs.500/- per quoted item

per month

(In case a OEM product failing, the case

shall be brought to the notice of the

manufacturer and the items with high

Page 23 of 50

failure rate should be proactively replaced

within 3 months )

* Total implementation penalty shall not exceed 10% of Purchase Order value and

total maintenance penalty during the contract period shall not exceed 10% of

Purchase Order value. Vendor shall make all arrangements to adhere to the

agreement.

Note – Monitoring of Service Level Agreements (SLAs) – In order to monitor SLAs and

track complaints, it is intended to authorize an agency located in Bengaluru to register

complaints regarding maintenance through Phone, Mail & Web. Till such agency is

established, vendor shall provide a phone number, web interface & email address to

lodge complaints and track them. Vendor shall supply FPI, a monthly/quarterly report

regarding the complaints. Successful bidder shall provide mechanisms to register

complaint through email.

4.34 Submission of Tender:

The original Proposal (i.e., Technical Proposal and Financial Proposal) shall be

prepared and submitted in e-Procurement platform.

The bidder shall digitally sign and submit the proposal electronically through the

unified e-Procurement platform: http://www.eproc.karnataka.gov.in

The completed Technical and Financial Proposal must be submitted electronically

in the e-Procurement platform on or before the due date for bid submission

specified in the e-Procurement platform.

a. Sections of the tender document (need not be signed or uploaded)

i. Notice inviting tender

ii. Instructions to bidders.

iii. Technical specifications.

b. Sections to be filled digitally, signed and uploaded by bidders.

i. Eligibility declaration.

ii. Technical specifications declaration.

iii. EMD declaration.

Page 24 of 50

iv. Declaration of Restrictions on procurement from a bidders of certain

countries.

v. OEM authorization.

vi. OEM partner authorization.

vii. Declaration for non-debarred.

viii. Turnover.

ix. Performance statement.

x. Undertaking

xi. Power of attorney.

xii. Price Schedule (to be downloaded from portal). Just for sample and

indication an exhibit section: 8 price schedule shown. But actual excel

sheet may be slightly different and process should be quoted in the slots

of excel sheet of e-portal. The Price to be quoted item wise only by the

bidders and shall be entered in e-procurement portal only. The item wise

price quoted by Bidders shall be inclusive of all. (i.e. price inclusive of all

taxes/duties and all other related expenses).

c. Other formats (to be used if/as required/uploaded)

i. Performance Bank Guarantee

ii. PAN card, IT returns

iii. GST registration certificate, returns

iv. Registration copy

v. Address proof with photograph

vi. Aadhar card.

vii. Bank details.

4.35 Opening of Tender:

The purchaser will open the tender in the Karnataka public procurement portal at the

designated date and time without requiring the presence of the tenderer. In the event of the

specified of tender opening being declared a holiday for the Employer, the tender will be opened

at the appointed time on the next working day.

The Employer will open the first and second electronic tender document of all the

tenders received in Karnataka Public procurement portal as notified in the NIT.

Page 25 of 50

The commercial quotes submitted by technically qualified bidders will be opened

in e-Procurement portal.

4.36 Evaluation Process

The eligible bids are evaluated as below:

Evaluation is based on Qualification Criteria in section 3.

Evaluation based on Commercial requirement set out in this Tender.

Each item will be evaluated separately and purchase order will be awarded

separately.

4.37 Technical Evaluation Conformance

The eligible Bidders shall be evaluated based on the Qualification criteria in the

Section - 3 of this Tender document. Bidders failing to meet the Technical criteria shall

not be considered for Commercial Bid evaluation.

a. Fiscal Policy Institute reserves the right to seek clarifications and additional

documentary evidence in this regard from the bidders to ascertain qualification

abilities of the bidders.

b. Decision of FPI in the evaluation of the Technical bids shall be final.

4.38 Commercial Bid Evaluation

The lowest amount as indicated in the e-Procurement portal for each item shall be

considered as L1. Each item will be evaluated separately and contract will be awarded

separately.

Evaluation of a tender shall include all taxes and duties excluding GST. GST shall be

indicated separately and same will be considered for comparison purpose while deciding

L1. If the price bid is ambiguous bids shall treated as non responsive. In case of a tie

between two or more bidders, the contract will be awarded to the Tenderer with higher

credential based on, Turn over, Supply orders to Govt. departments and Satisfactory supply

of goods.

4.39 Payment Schedule.

The final bid amount (as determined in the Commercial Evaluation) or the Best Value as

agreed between FPI and successful bidder shall be paid after the satisfactory Supply,

Page 26 of 50

Installation, Commission of goods/equipment’s at FPI as per purchase order. All

payments will be made to the successful bidder within 60 days from the date of

submission of valid invoices on satisfactory completion of work.

The following table provides details about the payment schedule to the successful bidder.

* The Payment shall be made after deducting of Penalties (if any) applicable as per the

tender conditions in section ‘Implementation & Performance related SLAs”

Goods/equipment’s as per P.O shall be supplied and installed during Office working hours

at users place i.e. at Fiscal Policy Institute, Bangalore-Mysore Road, Kengeri, Bangalore -

560060 (Near Panchamuckhi Ganapathi Temple).

4.40 Change in the Applicable Law Related to Taxes and Duties:

Increase or decrease in taxes on account of any change in the applicable Laws of India with respect to Taxes which are directly payable by the Supplier for providing the services i.e. any such applicable tax from time to time shall be revised. The amount payable by FPI before Tax shall remain the same throughout the validity of the contract as per the financial quote specified in the contract. During the validity of the contract, in the event of lowering of Government levies

subsequent to the finalization of the tender, the supplier shall automatically pass on the

benefits to FPI, and in the event of increasing of Government taxes/ levies subsequent to

the finalization of the panel, FPI shall consider the case on merit and the pro-rata benefits

to the supplier may be considered if full reference with documentary evidence is

submitted. The supplier shall submit various tax components and the rates for various

equipment, being levied by Govt. of India or state governments along with the bid.

Sl. No Work Description Payment details *

1 Successful Supply, installation &

Commissioning of desktops, Laptops,

Scanners & Display Units ordered in

Purchase Order.

100% of The Total P.O amount

minus applicable penalties and

liquidated damages if any.

Page 27 of 50

SECTION 5 - TECHNICAL SPECIFICATIONS

The successful bidder has to Supply, installation, commissioning of Desktops / Laptops/Scanners/Display Units with the following specifications

Annexure – 5.1 - Specification for Desktops

Desktop

Sl

No

Description Technical Specification

Make & Model <Specify>

1 From Factor Tower/SFF Model

2 CPU X86 based Intel 8th Generation hexa core i5, with 2.8 Ghz

speed or higher or equivalent or higher.

3 Chipset Chipset Compatible to the above Processor

4 Motherboard OEM Motherboard.

5 Memory 4GB DDR4 RAM or higher Expandable up to 8GB

6 Graphics Integrated Graphics or better

7 HDD 1TB SATA 7200rpm HDD or higher

8 Audio Integrated High Definition (HD) Audio with Internal /

external Speaker.

9 Optical Drive

(Optional) @

DVD Writer

10 Ethernet Integrated Gigabit Ethernet Connection (10/100/1000

Mbps.)

11 Wi-Fi 802.11/b/g/n

12 Ports 6USB ports or higher (Minimum 2 /USB 3.0/3.1), 1

Ethernet(EJ-45), 1 ?HDMI/display port,

headphone/microphone combo jack (3.5mm) VGA

13 Keyboard USB Keyboard (Same make as PC )

14 Mouse USE 2 button Optical Scroll mouse ( Same make as PC )

15 Slats 2 PCI /PCIe Slots or higher

16 Power Supply Minimum 180 Watts, 85% PSU

17 Monitor 19.5 inch (1440x900) Monitor; TCO 07 Certified (Same

Make as PC) or higher

18 Operating Systems Genuine Windows 10 Pro 64 Bit Preloaded

19 Antivirus Pre-Loaded with Latest version of Antivirus Symantec/

MacAfee/ e Trust/Kaspersky/escan/Trend Micro/Microsoft

Defender with 3 years License

20 Certification For OEM := ISO 9001, ISO 140001 or latest

For PC: Windows 10, Energy Star 6.0 EPEAT

21 Warranty 3 Years Onsite Comprehensive Warranty

Page 28 of 50

Annexure 5.2

Specification for Laptops

Sl.

No

Description Specifications Required

1 Make & Model <Specify>

2 Processor 8th Generation Intel core i5- (Quad Core, 1.6GHz, 6MB

3 Chipset Compatible Chipset.

4 Mother board OEM Motherboard with hardware TPM 1.2 or higher

5 Display 14.0” HD (1366x768), Anti –glare, LED backlight display or

higher

6 Ram 4GB DDR4 RAM or higher expandable up to 8GB

7 Hard Drive 1TB SATA 5400 rpm HDD or higher

8 Audio HD Audio, with stereo speakers.

9 Laptop casing Strong Hinges with PC/ABS Casing for longer durability and

stability for good quality support structure

10 WLAN Wireless LAN 802.11 AC with Bluetooth 4.0 or Higher

11 Network

Interface

Integrated Gigabit Ethernet (10/100/1000 Mbps)

12 Graphics

Controller

Integrat5ed Intel HD Graphics

13 Keyboard &

Touch pad

Spill Resistant Keyboard with Touch pad

14 Interfaces Card reader,1 USB 2.0/3.0

2 USB 34.1, VGA, HDMI/Display, Ethernet (R)-45) combo

Audio/Microphone jack

15 Battery Integrated Battery with Minimum 4 Hours Backup or Higher

16 Webcam &

Fingerprint

Integrated HD Webcam, Integrat5ed Fingerprint Reader

(Optional).

17 Security

Features

Power-on password, Hard Disk Password, Supervisor

Password, Lock slot

18 Operating

System

Preloaded Microsoft Windows 10 pro 64 Bit

19 Weight Less than 2.2Kg including Battery

20 Certifications For Laptop-windows 10, FCC, Energy Star, BIS

for OEM-ISO 9001, ISO 14001

21 Accessories With required accessories, connecting cables and AC adaptor

should be supplied.

22 Antivirus Pre-Loaded with Latest version of Antivirus Symantec/

MacAfee / e-Trust / Kaspersky / eScan / Trend Micro /

Microsoft defender with 3 years License

23 Warranty 3 Years Comprehensive Onsite warranty Including OS, Battery

& Adopter

Page 29 of 50

Annexure 5.3

Specification for Scanners

Sl

No

Specification Description

1 Scanner Type ADF + Flatbed (Composite )

2 Scan Speed 55+/-5PPM & above

3 ADF Capacity Minimum 100 Sheet

4 Scan Size AA & legal

5 Daily Duty Cycle Minimum 3000 Scan

6 Scanning Sensor ClS/CCD

7 Scanning Side Duplex

8 Scanning Modes 256 bit Level Grayscale & 24 Bit

Color

9 Scan Resolution Up to 600x600 dpi

10 Interface USB 2.0

11 OS Windows 10,32 and 64 bit

12 File Format Outputs PDF (Searchable), PDF, TIFF,

JPEG, BMP.

13 Warranty 3 Year Comprehensive on Site

Page 30 of 50

Annexure 5.4

Specification for 65” Display Units

Item description

Professional colour LED Display -65”

Sl.

No.

Specification

1 Technology: LED Backlit.

2 Display Size (Diagonal): 65” or higher

3 Aspect Ratio: 16:9

4 Resolution: HD 1920X1080 or higher

5 Panel Contrast Ratio: 4000: 1 or higher

6 Brightness: 450 Nits or better

7 Display Color: 8 bit-16 million colors or higher (OEM Certification

shall be furnished)

8 Input ports: Component/ Composite Video, DVI-HDMI (minimum 2)

VGA, RCA-audio (L/R) and Video, USB (minimum 2)

9 Output port for amplified audio output if internal speakers are not

provided: Min 2x5W RMS (10% THD MAX amplified audio output

using external ampli-speakers with enclosure, cables and connectors are

to be provided. If internal speakers are provided, the same shall be with

min. 2x5W RMS (10% THD MAX) audio output.

10 Communication port : RS 232C/LAN-Ethernet-RJ 45; WiFi,

11 Power supply requirement: 230V AC+-10% 50Hz (In case the display

is designed for a different voltage range, suitable stabilizer / LVC with

time delay relay and high voltage cut off shall be provided to make it

operable at 230V+/- 10%, 50Hz)

12 Certification: CE/UL

13 Accessories: AC power cord, User Manual, Remote control, wall mount

bracket, Necessary cables and connectors shall be provided to make it a

complete operable unit.

14 RoHS: The display shall be RoHS compliant.

15 24x7 Operation: The display shall be suitable for 24x7 operation OEM

certification shall be furnished to support the claim of suitability of

24x7 operation)

Page 31 of 50

SECTION – 6 FORMS OF TENDER, AND QUALIFICATION INFORMATION

Annexure –6.1 - TENDER FORM

e- Tender for supply, Installation and Commissioning of Desktops, Laptops, Scanners and 65” Display Units.

TO:

The Director

Fiscal Policy Institute, Kengeri, Bangalore – 560060.

Dear Sir,

Having examined the Tender Documents including Addendum Nos...............

[Insert, numbers], the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to perform supply, Installation and Commissioning of Desktops, Laptops, Scanners and 65” Display Units.......................................................

(Description of Services) in conformity with the said tender documents.

We undertake, if our tender is accepted, to perform the services in accordance with

the scope of work specified in tender document.

If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent

to 3% of the Contract Price in prescribed format.

We agree to abide by this tender for the Tender validity period specified in tender

document and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Until a formal contract is prepared and executed, this tender, together with your

written acceptance thereof and your notification of award, shall constitute a binding

Contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing)

the above contract, we will strictly observe the laws against fraud and corruption in

force in India namely “Prevention of Corruption Act 1988”.

We understand that FPI is not bound to accept any tender.

We confirm that we comply with the eligibility requirements as per the tender

document.

Date ---------. (Signature)

Tenderer / Authorised person

On behalf of --------------------------------

Page 32 of 50

Annexure 6.2

TECHNICAL BID (Check list)

Sl. No

Details required Uploaded (Yes/ No)

1 Name and address of the firm (Addresses of the head office and local

branch office should be given separately)

2 Year of establishment (Registration copy should be uploaded enclosed)

3 Name and address of the authorised person submitting the tender

whose photograph is affixed along with authorization and attestation

of Signature of the authorized person.

4 Document to prove that the bidder is the original equipment

manufacturer (OEM) or an authorized dealer of OEM

5 Previous experience in the format mentioned under Annexure 7.9

6 Annual turnover for the FY 2017-18, 2018-19 and 2019-20. (Certified by Charted Accountant)

7 Copy of the PAN card

8 Audited balance sheet and Profit and Loss account for the financial years 2017-18, 2018-19 and 2019-20.

9 Income Tax returns filed for the financial 2017-18, 2018-19 and

2019-20. IT returns may be furnished if filed. (Assessment Year 2018-

19,2019-20 and 2020-21)

10 GST Registration certificate.

11 Undertaking to compliance the Technical specifications, and warranty

12 List of service centers within Bengaluru (Annexure 6.12)

13 Banker’s details –

Name and Address, Branch Name, IFSC

code, MICR code, Type of account & No

Note:

1) Tenderer may note that non-submission of relevant supporting documents will

lead to rejection of their tender. It shall be ensured that all relevant supporting

Page 33 of 50

documents are submitted along with their tender in the first instance itself.

Evaluation may be completed based on the details so furnished without seeking

any subsequent additional information.

2) If the Tenderer has executed/completed similar nature of work (as called in

Experience Criteria of NIT (Notice Inviting Tender)), as a part of combined work

order, then it is the responsibility of the Tenderer to produce documentary evidence

from Client to establish the value and description of such works and that the

Tenderer meets the experience requirements of tender.

3) The Enclosures related to Sl. No. 1 to 13 must be self-attested and uploaded.

UNDERTAKING

1. I / We have read and agree to adhere by all terms and conditions of the

same.

2. I / We here by state that none of the employees of my/our organization is

a relative of any employee of FPI and that none of the employees of FPI

is a beneficiary of my/our organization including in the capacity as part-

time employee, agent, partner or shareholder.

Seal and signature of the Tenderer

(SCAN AND UPLOAD)

Page 34 of 50

Annexure 6.3: Technical Specifications declaration

Sl. No

Items Compliance (Yes/No)

1 Product quoted adheres to the specification listed in Section-5 Annexures 5.1 to 5.4

Yes/No

2 Product is compatible with OS mentioned in Technical specifications of Section- 5 Annexures 5.1 to 5.4 and has been configured and tested for Operating systems.

Yes/No

3 Name & Address of Tenderer with photograph Yes / No

4 A. Three (3) year’s Annual Turnover. B. Three (3) year’s Profit & Loss A/c. C. Three (3) year’s Balance Sheet.

Yes / No Yes / No Yes / No

5 EMD Declaration Yes / No

6 Copy of GST Registration Certificate (self-attested) Yes / No

7 Copy of Pan card enclosed (self-attested) Yes / No

8 Authorization letter of the Company in case the person signing the tender document is an authorized representative of the Company.

Yes / No

9 Self-attested copy of Aadhar card of Proprietor or Partner in case tenderer is proprietor or partner as proof of identity.

Yes / No

10 Work Completion / Satisfactory Performance Certificate from the clients.

Yes / No

11 Self-attested copy of Registration and incorporation particulars of the Company. (If Partnership or Proprietorship a copy of Partnership Deed / Registration certificated issued by local authorities).

Yes / No

12 Bank details furnished. Yes / No

13 Tendering document duly uploaded in all respects. Yes / No

Page 35 of 50

Annexure 6.4 - QUALIFICATION CRITERIA

1. The Tenderer shall be either proprietorship or partnership firm or a

company registered under the companies Act 1956 or a registered society

2. Average turnover of Rs. 12.5 lakhs and above per annum for the F/Y 2017-

18, 2018-19 and 2019-20.

3. The tenderer should have minimum of 3 years of experience in the field.

Enclose the experience certificate.

4. Copy of the PAN card of the firm has to be uploaded.

5. Audited balance sheet and Profit and Loss account for the years 2017-18,

2018-19 and 2019-20 has to be uploaded (preferably annual report of the

company)

6. EMD declaration has to be furnished.

7. Copy of Income Tax returns filed for the years 2017-18, 2018-19 and 2019-

20.

8. Previous experience in the format mentioned under Annexure 7.9.

9. GST Registration certificate to be uploaded.

10. All hardware Items (i.e., Desktops / Laptops / Scanners / Display Units) to

be delivered mentioned in Annexure-5.1 to 5.4 to Fiscal Policy Institute,

Bangalore-Mysore road, Kengeri Post, Kengeri, Bangalore-560060 the cost

of which to be borne by the bidder.

Page 36 of 50

Annexure 6.5: Manufacturer Authorization Form (for OEM)

(Should submit MAF for all the products proposed for this tender)

MAF (Manufacturer Authorization Form)

Date:

Ref. Number:

Director,

Fiscal Policy Institute,

Bangalore-Mysore Road,

Kengeri, Bengaluru 560060

Dear Sir/Madam,

SUB: Supply, installation, commissioning and maintenance of Desktops/ Laptops / Scanners / Display Units. ”

Reference: Tender No: <TENDER REFERENCE NUMBER> dated <DD/MM/YYYY>

We <Name of OEM Company> who are established and reputed manufactures of IT

Hardware ……..,……………………….,…………………………,……………………………,…….AND

…................, having factories at <Place of factory> .

We hereby extend our full warranty as per terms and conditions of the tender and or the

contract for all the equipment’s, software’s and licenses and services offered against

this invitation. We hereby commit to the tender terms and conditions and will not

withdraw our commitments during the process and or the period of contract as an OEM.

Yours Faithfully,

(Signature of the OEM)

Name:

Designation:

Seal:

Date: Business Address:

Page 37 of 50

Annexure 6.6: Manufacturer Authorization Form (for authorized partner)

Date:

Ref Number:

Director,

Fiscal Policy Institute,

Bengaluru-Mysore Road,

Kengeri, Bengaluru 560060

Dear Sir,

SUB: Supply, installation, commissioning and maintenance of Desktops/

Laptops / Scanners / Display Units”

Reference: Tender No: ……………………………………….Dated <DD/MM/YYYY>.

We authorize M/s ………………,at Bengaluru to offer their quotation, negotiate and

conclude the contract with you against the above invitation for tender offer and our

partnership exist for more than 2 years.

We hereby extend our full warranty as per terms and conditions of the tender and/or the

contract for the equipment and services offered against this invitation for tender offer by

the M/s ……………., <Full address>Bengaluru. We hereby commit to the tender terms and

conditions and will not withdraw our commitments during the process and/or the period

of contract. As OEM, if the successful bidder is unable to perform services as per contract,

OEM shall offer maintenance services or designate another agency as per tender/contract

for equipment offered and shall be responsible for execution of contract and shall be

eligible to receive payments as per payment schedule.

Yours Faithfully,

(Signature of the OEM)

Name

Designation

Seal

Date:

Business Address:

Page 38 of 50

Annexure 6.7 Undertaking on the Not Debarred Requirement - Bidder should submit

DD/MM/YYYY

To

Director,

Fiscal Policy Institute,

Bengaluru -Mysore Road,

Kengeri, Bengaluru 560060

Dear Sir,

Sub.: Undertaking on the not Debarred Requirement

We _________ hereby confirm that our firm/organization/company is not debarred by

the Government of Karnataka or any of its agencies for any reasons whatsoever, nor is

our firm/organization/company been debarred by Central / any other State/UT

Government or its agencies for indulging in corrupt or fraudulent practices or for

indulging in unfair trade practices or for backing out from execution of contract after on

award of work, as on bid submission date in the current year.

Sincerely yours

Authorized Signatory

Name and Designation

<< Bidder Name>>

Page 39 of 50

Annexure 6.8 - Turnover

[Auditor’s certificate shall be issued by the Chartered Accountant Firm/Chartered

Accountant who regularly audit the Company’s accounts in this format only]

TO WHOMSOEVER IT MAY CONCERN

This is to certify that the annual turnover furnished by << FIRM NAME >> for last 3 years

i.e. 2017-18, 2018-19 and 2019-20 as below. This is as per the Statement of Accounts

which has been duly verified by me and found correct.

(In Rs. Lakhs)

Financial

year

Total Turnover of the

Company

Turnover of the Company in

supply of Desktops and

Laptops.

2017-18

2018-19

2019-20

Chartered Accountant Name

Signature

Seal

Registration No

Page 40 of 50

Annexure 6.9: Performance Bank Guarantee format

PERFORMANCE GUARANTEE

Ref: Bank Guarantee No: Date:

To

Director,

Fiscal Policy Institute,

Kengeri - Mysore Road,

Kengeri, Bengaluru 560060

1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______

covering “<<title of RFP>>” (hereinafter called the said 'contract') entered into between

the Director, FPI, (hereinafter called the Purchaser) and M/s._________________ , and

having its Registered Office at ..................................................(hereinafter called the

Bidder) this is to certify that at the request of the Bidder we (name of the Bank / Branch

.........................................................) a body corporate constituted under the Banking

Companies [Acquisition and Transfer of Undertakings] Act, 1970 and having its,

Registered Office at..................................................................................... and a branch

office at ................................................................................................ are holding in

trust in favour of the Purchaser, an amount of Rs.......................(Rupees

................................................................................................................................only)

To indemnify and keep indemnified the Purchaser against any loss or damage that may

be caused to or suffered by the Purchaser by reason of any breach by the Bidder of any

of the terms and conditions of the said contract and/or in the performance thereof. We

agree that the decision of the Purchaser, whether by any breach of any of the terms and

conditions of the said contract and/or in the performance thereof has been committed

by the Bidder and the amount of loss or damage that has been caused or suffered by the

Purchaser shall be final and binding on us and the amount of the said loss or damage shall

be paid by us forthwith on demand and without demur to the Purchaser.

Page 41 of 50

2. We (Name of the Bank /Branch)........................................................ further agree that

the guarantee herein contained shall remain in full force and effect during the period that

would be taken for satisfactory performance and fulfillment in all respects of the said

contract by the Bidder i.e., till _________________ hereinafter called the said date and

that if any claim accrues or arises against us ______(Name of the Bank /Branch) by virtue

of this guarantee before the said date, the same shall be enforceable against us

.........................(Name of the Bank/Branch) notwithstanding the fact that the same is

enforced within six months after the said date, provided that notice of any such claim has

been given to us .....................(Name of the Bank/Branch) by the Purchaser before the

said date. Payment under this guarantee shall be made promptly upon our receipt of

notice to that effect from the Purchaser.

3. It is fully understood that this guarantee is effective from the date of the said contract

and that we........................ (Name of the Bank /Branch) undertake not to revoke this

guarantee during its currency without the consent in writing of the Purchaser.

4. We undertake to pay to the Purchaser any money so demanded notwithstanding any

dispute or disputes raised by the Bidder in any suit or proceeding pending before any

court or Tribunal relating thereto our liability under this present bond being absolute and

unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our liability

for payment there under and the Bidder shall have no claim against us for making such

payment.

6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall

have the fullest liberty, without affecting in any manner our obligations hereunder to vary

any of the terms and conditions of the said contract or to extend time of performance by

the Bidder from time to time or to postpone for any time or from time to time any of the

powers exercisable by the Purchaser against the said Bidder and to forebear or enforce

any of the terms and conditions relating to the said contract and we,

.....................................(Name of the Bank / Branch) shall not be released from our

liability under this guarantee by reason of any such variation or extension being granted

to the said Bidder or for any forbearance by the Purchaser to the said Bidder or for any

Page 42 of 50

forbearance and or omission on the part of the Purchaser or any other matter or thing

whatsoever, which under the law relating to sureties, would, but for this provision have

the effect of so releasing us from our liability under this guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the Bank

or the Bidder.

Notwithstanding anything contained herein:

i) Our liability under this Bank Guarantee shall not exceed of

Rs............................... (Rupees in words only).

ii) The Bank Guarantee shall be valid up to ...........................; and;

iii) We........................................... (Name of the Bank / Branch) are liable to pay

the guaranteed amount or any part thereof under this Bank Guarantee only

and only if you serve upon us a written claim or demand on or before

##......................................

Authorised Signatory of the Bank

Signature

Full name/designation/ Address of the official and date

WITNESS NO. 1

Signature Full name/designation/ Address WITNESS NO. 2

Signature Full name/designation/ Address

Page 43 of 50

Annexure – 6.10

Proforma for Performance Statement for the last three years

File No………………. Date of Opening…………………. Time ……… Hours

Name of the Firm: ……………………………………………………………………………………………..

Orders placed by

(Full address of Purchaser)

Order No and Date

Description

Of similar goods

ordered

Value of

Order

Date of Completion of delivery

As per contract/

Actual

Remarks indicating

reasons for late

delivery, if any

Have the goods satisfactorily

functioning.(Attach a Certificate from the

Purchaser if any)

1 2 3 4 5 6 7

Signature and Seal of the Tenderer:

(SCAN AND UPLOAD)

Annexure – 6.11

Document to prove that the bidder is the Original Equipment Manufacturer (OEM) or

an authorized dealer of OEM

Sl No

Material Name Brand Name Dealership* certificate

Number

Date of validity

1.

Desktop

2.

Laptop

3.

Scanner

4.

65” Display Unit

*Scanned copy of dealership certificate is to be uploaded.

Page 44 of 50

Annexure – 6.12 List of service centers within Bangalore

Sl No

Name and Address of authorized Service Centre at Bengaluru for the goods to be

supplied

Phone No. and email ID

Annexure – 6.13 Authorization Letter in letter head

From,

--------------- --------------- --------------- To

The Director,

Fiscal Policy Institute, Mysore-Bangalore Road,

Kengeri Post, Kengeri Bangalore – 560060.

Sir,

Subject: Authorisation to sign the documents/agreements on behalf of M/s ----------

Mr/Mrs ------------------of M/s -----------------------is hereby authorized to sign

the documents/agreements on behalf of M/s ------------------

His/Her specimen signature is appended below.

1. -----------------

2. -----------------

3. ----------------

For M/s ---------------------------- Name and Signature with Seal

Page 45 of 50

Annexure-6.14

EMD Declaration

I, hereby submit a declaration that the tender submitted by the undersigned, on

behalf of the tenderer…………… (Name of the tenderer), shall not be withdrawn

or modified during the period of validity or extended period of validity.

I, on behalf of the tenderer……….. (Name of the Tenderer,) also accept the

fact that in case the tender is withdrawn or modified during the period of its

validity/extended validity period or if we fail to sign the contract in case the contract

is awarded to us or we fail to submit a Performance Security and Additional

Performance Security, if any, before the deadline fixed in the Tender Document,

then …………(name of the tenderer) will be debarred for participation in the

tendering process for the Procurements of this Procurement Entity for a period of

one year for the date default.

(Signature of the Authorised Signatory,

Official Seal)

Page 46 of 50

Annexure-6.15

FORMAT FOR UNDERTAKING REGARDING RESTRICTIONS ON PROCUREMENT FROM

A BIDDER OF A COUNTRY WHICH SHARES A LAND BORDER WITH INDIA

(To be submitted on the letterhead of the Tenderer)

[Date]

FROM: (Name of Entity) TO: (Name and Address of the Client)

______________________ _____________________________

______________________ _____________________________

Dear Sir:

Subject: Undertaking Regarding Restrictions on Procurement from a Bidder of a Country Which

Shares a Land Border with India

1. I have read the clause regarding restrictions on procurement from a bidder of a country which shares

a land border with India;

2. I certify that this bidder is not from such a country or, if from such a country, has been registered with

the Competent Authority.

3. I hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered.

(Where applicable, evidence of valid registration by the Competent Authority shall be attached.)"

Yours Faithfully,

Authorized Signature:

Name and Title of Signatory:

Name of the Tenderer:

Office Seal

Page 47 of 50

Section – 7

FINANCIAL BID

Commercial Bid Format

PRICE SCHEDULE

Annexure-7.1 (Amounts in Rs.)

Sl.

No.

Details of

equipment’s for

supply,

installation and

commissioning

Quanti

ty

Rate per Unit

(Including all

excluding

GST)

%

of

GS

T

Amount

of GST

Total

Amount

(4+6 in

figures)

Total

Amount

in

words

(7)

1 2 3 4 5 6 7 8

1

Desktops -

Dell/Lenova/hp

or Equivalent

01

2

Laptops -

Dell/Lenova/hp

or Equivalent

01

3 SCANNER 01

4 65” display unit 01

Note:

1. Tenderer should quote the Item wise cost in e-procurement portal

2. The 3-year warranty for the items supplied shall be from the OEM and in the

name of Director, Fiscal Policy Institute. The bidder shall submit warranty

certificates along with invoices.

3. We undertake, if our tender is accepted, to deliver the goods in accordance with

the delivery schedule specified in the Schedule of Requirements.

4. If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent

to 3% of the Contract Price for the due performance of the Contract, in the form

prescribed by the Client.

Page 48 of 50

5. We agree to abide by this tender for the Tender validity period specified in Clause

4.11 of Section-4 and it shall remain binding upon us and may be accepted at any

time before the expiration of that period.

6. Until a formal contract is prepared and executed, this tender, together with your

written acceptance thereof and your notification of award, shall constitute a

binding Contract between us.

7. We undertake that, in competing for (and, if the award is made to us, in executing)

the above contract, we will strictly observe the laws against fraud and corruption

in force in India namely “Prevention of Corruption Act 1988”.

8. We understand that you are not bound to accept the lowest or any tender you may

receive.

9. We clarify/confirm that we comply with the eligibility requirements as per the

tender documents.

10. I / we confirm that our Financial Tender is unconditional and that we accept all

terms and conditions specified in the Tender Document.

Page 49 of 50

Annexure-7.2

CONTRACT PRICE FOR ANNUAL MAINTENANCE AND REPAIR COST

AFTER WARRANTY PERIOD

A B C D E F

SL.

No.

Item Description Qua

ntity

Annual

Maintenance &

Repair Cost

excluding of GST

for each item for

first year

Annual

Maintena

nce

charges

excluding

of GST for

second

year in

Rupees

Total

D + E

1 Desktops - Dell/Lenova/hp or Equivalent 15

2 Laptops - Dell/Lenova/hp or Equivalent 05

3 SCANNER 02

4 65” display unit 05

1. We undertake, if our tender is accepted, to maintain the goods in accordance with

the AMC contract cost specified in the Schedule.

2. If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent

to.0.3% of the AMC in the form prescribed by the Client.

3. Until a formal contract is prepared and executed, this tender, together with your

written acceptance thereof and your notification of award, shall constitute a

binding Contract between us.

4. We undertake that, in competing for (and, if the award is made to us, in executing)

the above contract, we will strictly observe the laws against fraud and corruption

in force in India namely “Prevention of Corruption Act 1988”.

5. We understand that you are not bound to accept the lowest or any tender you may

receive.

Page 50 of 50

6. We clarify/confirm that we comply with the eligibility requirements as per the

tender documents.

7. I / we confirm that our Financial Tender is unconditional and that we accept all

terms and conditions specified in the Tender Document.

8. The rate and amount of GST may be indicated separately for AMC.

Authorized Signature:

Name and Title of Signatory:

Name of the Tenderer: