punjab & sind bank - · pdf filepunjab & sind bank addendum - 1 (a govt. of india...
TRANSCRIPT
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
Punjab & Sind Bank (A Government of India undertaking)
Addendum No. 1 Dated: 31.01.2018
Tender No. PSB/HOIT/RFP/ 108 /2017-18 Dated 19.01.2018
REQUEST FOR PROPOSAL
FOR
SELECTION OF VENDOR
FOR SUPPLY, INSTALLATION & MAINTENANCE OF
COMPUTER HARDWARE AND SOFTWARE UNDER RATE
CONTRACT FOR TWO YEARS
Head office Information Technology Department Bank House, 21-Rajendra Place
New Delhi-110008
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 PSB/HOIT /RFP /108/2017-18 dated 19.01.2018 Page 2
Introduction
Bank has published Tender no. PSB/HOIT /RFP /108/2017-18 dated 19.01.2018 for Selection of vendor for supply, installation & maintenance of Computer Hardware and Software under rate contract for two years. Following amendment has been made to RFP. All other terms and conditions of the RFP shall remain unchanged. Please treat this Addendum as an integral part of the RFP documents issued.
RFP Page
RFP Section
Original clause Revised clause
3 Key Information
Participation Fee (Non Refundable) : Rs. 20,000/- (Rs. Twenty Thousand Only) In form of DD/ pay order Bid Security (EMD) : Rs. 40,00,000/- (Rs. Forty Lac only) In form of Bank guarantee
Participation Fee (Non Refundable) : Rs. 20,000/- (Rs. Twenty Thousand Only) In form of DD/ pay order Bid Security (EMD) : Rs. 40,00,000/- (Rs. Forty Lac only) In form of Bank guarantee Company registered under National Small Industries Corporation Limited (NSIC) under single registration scheme will be exempted from submitting Participation fee and EMD. Bidder has to submit the valid certificate of registration under NSIC and other relevant documents along with the bid.
17 2.6 DELIVERY PERIOD
The date on which the complete system is delivered will be taken as the date of delivery. In case of part delivery of the system, the date of last items delivered will be taken as the date of delivery. The bidder shall be responsible for delivery of the systems ordered at site within 4-5 weeks from the date of order.
The date on which the complete system is delivered will be taken as the date of delivery. In case of part delivery of the system, the date of last items delivered will be taken as the date of delivery. The bidder shall be responsible for delivery of the systems ordered at site within 4-6 weeks from the date of order.
18 2.7 INSTALLATION
Bidder shall be responsible for installation of the equipments ordered at site within 7 days from the date of delivery or within 3 days of logging the call for installation.
Penalty will be charged @1% of total cost of equipment (order value) for the per week delay in installation subject to maximum
Bidder shall be responsible for installation of the equipments ordered at site within 7 days from the date of delivery or within 3 days of logging the call for installation. Penalty will be charged @1% of total cost of uninstalled equipment/s (order value) for the per week delay in installation
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 PSB/HOIT /RFP /108/2017-18 dated 19.01.2018 Page 3
10% of order value. subject to maximum 10% of order value of uninstalled equipment/s .
19 2.11 ANNUAL
MAINTENANC
E CONTRACT
(AMC)
The AMC rate is fixed at 6% of hardware value for AMC at site for 2 years after the expiry of warranty period of three years. It would be applicable for 9 AM to 6 PM of Banks working days. Support and response time should not be more than 4 hrs. (Excluding travelling time). AMC would cover maintenance patches/bug fixes (available from the original software vendor) for system software & firmware patches/bug fixes, if any, for hardware. The scope of AMC will be same as warranty clause. AMC payment will be released on half-yearly basis, in arrears. AMC is not applicable for software and consumable (i.e. Line item no. 21 –Webcam , line item numbers 22,23,24,25,26, 27,28,29 –Microsoft Licenses )
The onsite AMC rate is fixed at 6% of hardware value per annum for 2 years after the expiry of warranty period of three years. It would be applicable for 9 AM to 6 PM of Banks working days. Support and response time should not be more than 4 hrs. (Excluding travelling time). AMC would cover maintenance patches/bug fixes (available from the original software vendor) for system software & firmware patches/bug fixes, if any, for hardware. The scope of AMC will be same as warranty clause. AMC payment will be released on half-yearly basis, in arrears. AMC is not applicable for software and consumable (i.e. Line item no. 21 –Webcam , line item numbers 22,23,24,25,26,27,28,29 –Microsoft Licenses )
30 1.DESKTOP
WITH INTEL I5
PROCESSOR
System Memory: 8 GB DDR4-2133 MHZ or higher RAM upgradeable up to 16 GB with minimum two DIMM slots
System Memory: 8 GB DDR4-2133 MHZ or higher RAM upgradeable up to 32 GB with minimum two DIMM slots
31 2.DESKTOP
WITH AMD
PROCESSOR
System Memory: 8 GB DDR3-2133 mhz RAM upgradeable up to 32 GB with minimum 2 DIMM Slots
System Memory: 8 GB DDR4-2133 mhz or higher RAM upgradeable up to 32 GB with minimum 2 DIMM Slots
32 3. Database
Server (2
socket server)
CPU: 1 X Intel® Xeon® Gold 5122 Processor ,3.6 Ghz, 4C/8T, DDR4-2666 Mhz capable to accommodate 2 processors
CPU: 2 X Intel® Xeon® Gold 5122 Processor ,3.6 Ghz, 4C/8T, DDR4-2666 Mhz
33 4. Application
Server ( 2
socket server)
CPU: 1 X Intel® Xeon® Silver 4110 2.1G, 8C/16T, 9.6GT/s 2UPI, 11M Cache, Turbo, HT (85W) DDR4-2400
CPU: 2 X Intel® Xeon® Silver 4110 2.1G, 8C/16T, 9.6GT/s 2UPI, 11M Cache, Turbo, HT (85W) DDR4-2400
1 3 Bid Security
(EMD)
Rs. 40,00,000/- (Rs. Forty Lac only) In form of
Bank guarantee
EMD of Rs. 40,00,000/- (Rs. Forty Lac only) In form of Bank guarantee For
the Rate contract is too high. Request you to change it to Rs.20,00,000/-
.
No change , As per RFP
2 7 EC-9 The bidder should have supplied at least 500
Desktops to Govt. organizations /PSU/Banks /
Public sector Insurance companies during last
calendar year i.e. 2017.
The bidder should have supplied at least 500 Desktops to Govt.
organizations /PSU/Banks / Public sector Insurance companies / Private
Sector during last calendar year i.e. 2017.
No change , As per RFP
3 7 EC 10 The bidder should be having support offices/
Support Centers/ Support Locations with
necessary support infrastructure either directly
or through their authorized service
providers/partners for maintenance of
Desktops and Peripherals items in at least at all
cities of the 24 Zonal Office centers of the Bank
as per Annexure XI.
The bidder should be having support offices/ Support Centers/ Support
Locations with necessary support infrastructure either directly or
through their authorized service providers/partners for maintenance of
Desktops and Peripherals items in at least at all cities of the 24 Zonal
Office centers of the Bank as per Annexure XI or Undertaking from
bidder to establish support Offices/Centers/Locations in such specified
cities either directly or through their authorized service
providers/partners within One Month of signing of contract .
No change , As per RFP
4 10 1.1 1.10 Performance Bank Guarantee
The successful bidder has to submit the overall
Performance Bank Guarantee (PBG) of 10 % of
contract value. Initially PBG of Rs. 50 Lac for the
due performance of the contract, valid for 63
months including 3 months claim period is to
be submitted centrally at HO IT Department
level within 10 days from the letter of
selection. Further Bank will review internally
the cost of purchase orders placed and its
coverage any time during contract period and
bidder/vendor has to submit additional
performance bank guaranties on demand of
bank within 10 days. In case vender(s) fails to
perform the contract or fails to pay the due
penalty, if any, as demanded by bank, Bank
shall invoke the Bank Performance Guarantee
to recover penalty/damages.
The successful bidder has to submit the overall Performance Bank
Guarantee (PBG) of 10 % of contract value. Initially PBG of Rs. 25 Lac for
the due performance of the contract , valid for 39 months including 3
months claim period is to be submitted centrally at HO IT Department
level within 10 days from the letter of selection. Further Bank will review
internally the cost of purchase orders placed and its coverage any time
during contract period and bidder/vendor has to submit additional
performance bank guaranties on demand of bank within 10 days. In case
vender(s) fails to perform the contract or fails to pay the due penalty, if
any, as demanded by bank, Bank shall invoke the Bank Performance
Guarantee to recover penalty/damages.
No change , As per RFP
5 15 1.23 The successful bidder(s) shall be required to
enter into a contract with HO IT Department
and if required bidders need to enter into a
separate contract with all GSTN Nodal Centres
of Bank (currently Bank has 32 GSTN Nodal
Centres across PAN India) within thirty (30)
days of the award of the work or within such
extended period, as may be specified by Bank.
This contract shall be based on this RFP
document (read with addendums /
Corrigendum/Clarifications),LOI, Purchase
order and such other terms and conditions as
may be determined by Bank to be necessary for
the due performance of the work, as envisaged
herein and in accordance with the bid.
No change , As per RFP
6 17 2.1 Prices shall be expressed in the Indian Rupees
only. The bidder must quote price inclusive of
charges related to custom duty, freight,
insurance, forwarding, packing, dispatch,
installation etc. All taxes like GST shall be
payable extra on actual basis. The cost will not
depend on any variation in USD/£/€ exchange
rate except price change may be acceptable as
mentioned in clause 2.2 (i.e. Adjustment to
Rate Contract Prices due to Exchange
Variation).
No change , As per RFP
Pre-Bid Query
REQUEST FOR PROPOSAL SELECTION OF VENDOR FOR SUPPLY, INSTALLATION & MAINTENANCE OF COMPUTER HARDWARE AND SOFTWARE UNDER RATE CONTRACT FOR TWO
YEARS Tender No: PSB/HOIT/RFP/108/2017-18 Dated 19.01.2018
ADJUSTMENT TO RATE CONTRACT PRICES DUE TO EXCHANGE
VARIATION
Keeping in view the fluctuating US Dollar-Rupee exchange rate, Request
you to review the prices every six month , (upwards or downwards, as
the case may be). The Daily Rates as published on RBI shall be
considered in this regard. The following will be the important aspects of
the price review mechanism.
7 17 2.2 ADJUSTMENT TO RATE CONTRACT PRICES DUE
TO EXCHANGE VARIATION
Keeping in view the fluctuating US Dollar-Rupee
exchange rate, Bank has agreed for annual
price revision (upwards or downwards, as the
case may be). The Daily Rates as published on
RBI shall be considered in this regard. The
following will be the important aspects of the
price review mechanism.
date of submission of bids will be considered as
base rate.
on the 1st working day of second year of
contract, Base Rate will be reviewed.
exchange rate of USD with INR exceeds +/- 3%
from the previous Base Rate.
exceeds +/- 3% from the previous Base Rate,
individual prices of the line items will be
modified (increased or decreased) by the same
percentage. The average exchange rate for this
purpose, will be the average of closing
exchange rate of every day of the 12th month
of contract period.
No change , As per RFP
8 17 2.3
acceptance by the Bank
due to Bank and the delay is more than 15 days
then the payment will be made as under:-
80% on delivery of equipment (after 15 days of
the delivery date)
20% after 3 month of delivery Date.
80% on delivery, 20 % installation and on acceptance by the Bank
is more than 15 days then the payment will be made as under:-
100% on delivery of equipment (after 15 days of the delivery date)
No change , As per RFP
9 17 2.6 DELIVERY PERIOD
The date on which the complete system is
delivered will be taken as the date of delivery.
In case of part delivery of the system, the date
of last items delivered will be taken as the date
of delivery. The bidder shall be responsible for
delivery of the systems ordered at site within 4-
5 weeks from the date of order.
DELIVERY PERIOD
The date on which the complete system is delivered will be taken as the
date of delivery. In case of part delivery of the system, the date of last
items delivered will be taken as the date of delivery. The bidder shall be
responsible for delivery of the systems ordered at site within 6-8 weeks
from the date of order.
Clause revised. please refer
addendum .
10 18 2.7 INSTALLATION:
Bidder shall be responsible for installation of
the equipments ordered at site within 7 days
from the date of delivery or within 3 days of
logging the call for installation.
Penalty will be charged @1% of total cost of
equipment (order value) for the per week delay
in installation subject to maximum 10% of
order value.
INSTALLATION:
Bidder shall be responsible for installation of the equipments ordered at
site within 10 days from the date of delivery or within 7 days of logging
the call for installation.
Penalty will be charged @0.5% of cost of equipment (uninstalled
Product ) for the per week delay in installation subject to maximum 5%
of uninstalled product .
Clause revised. please refer
addendum.
ADJUSTMENT TO RATE CONTRACT PRICES DUE TO EXCHANGE
VARIATION
Keeping in view the fluctuating US Dollar-Rupee exchange rate, Request
you to review the prices every six month , (upwards or downwards, as
the case may be). The Daily Rates as published on RBI shall be
considered in this regard. The following will be the important aspects of
the price review mechanism.
11 18 2.9 Comprehensive on-site three years warranty
(Except i.e. Line item no. 21 –Webcam , line
item numbers 22,23,24,25,26, 27,28,29
–Microsoft Licenses) from the date of complete
installation and acceptance of ordered items.
The software under rate contract are of
perpetual in nature which does not require any
warranty, but original software developers
patches /updates/in version upgrade should be
available for them.
The bidder shall be fully responsible for the
warranty for all equipments, accessories, spare
parts etc. against any defects arising from
design, material, manufacturing, workmanship
or any act or omission of the manufacturer
and/or bidder any defect that may develop
under normal use of supplied equipment during
warranty period.
Warranty should not become void if the Bank
buys any other supplemental hardware from
third party and install it with/in these
machines. However, the warranty will not
apply to such hardware items installed.
No change , As per RFP
12 Warranty should cover the following:- a. The
equipment should be attended with in four
hours of receipt of complaint (Exclusive of
travelling time). In case problems persist,
systems should be replaced within 48 hours of
receiving complaint and alternate system
should be given till machine is repaired. The
replaced equipment should be installed, so that
normal job of the Bank may not hamper.
b. Warranty would cover updates/maintenance
patches/bug fixes (available from the original
software vendor) for system software &
firmware patches/bug fixes, if any, for
hardware.
c. The bidder will obtain written
acknowledgement from Bank after completion
of warranty period for successful sign off of
warranty period.
d. In case of repetitive hardware failure (two or
three times in a quarter) it shall be replaced by
equivalent new equipment by bidder at no
extra cost to Bank.
a. The equipment should be attended with in 24 Woking hours of
receipt of complaint (Exclusive of travelling time). In case problems
persist, systems should be replaced within 7-8 Days of receiving
complaint and alternate system should be given till machine is repaired.
The replaced equipment should be installed, so that normal job of the
Bank may not hamper.
No change , As per RFP
13 Desktops
checking/File management/reloading of pre
loaded/ordered software/updation of software
if ordered, updated regularly with latest
version. Checking and cleaning of system for
make equipment work smoothly and as per
system uptime on regular basis.
No change , As per RFP
14 Printers and
other
equipment
are included under warranty except
consumables (ribbon cartridge, Toner
printer or the equipment, cleaning of contacts
etc. so that the printer or other equipment
all deliverables including warranty services etc.
under the rate contract shall be the sole
responsibility of the bidder. Bank will not be
responsible for any delays/violation from third
party OEMs.
We request to exclude Fuser Assembly ,Printer head, Drums also from
warranty.
No change , As per RFP
15 19 2.10 Bidder has to guarantee minimum uptime of
97% during warranty and AMC period. For
calculation purpose of up time, Bank will
consider business hours between 9 AM to 6 PM
of Banks working days. For this purpose total
elapsed time between receiving the break
down message (over telephone or otherwise)
and making the system functional or providing
standby machine, will be treated as down time.
Bidder has to guarantee minimum uptime of 90% during warranty and
AMC period. For calculation purpose of up time, Bank will consider
business hours between 9 AM to 6 PM of Banks working days. For this
purpose total elapsed time between receiving the break down message
(over telephone or otherwise) and making the system functional or
providing standby machine, will be treated as down time.
No change , As per RFP
16 2.11 ANNUAL MAINTENANCE CONTRACT (AMC)
The AMC rate is fixed at 6% of hardware value
for AMC at site for 2 years after the expiry of
warranty period of three years. It would be
applicable for 9 AM to 6 PM of Banks working
days. Support and response time should not be
more than 4 hrs. (Excluding travelling time).
AMC would cover maintenance patches/bug
fixes (available from the original software
vendor) for system software & firmware
patches/bug fixes, if any, for hardware. The
scope of AMC will be same as warranty clause.
AMC payment will be released on half-yearly
basis, in arrears. AMC is not applicable for
software and consumable (i.e. Line item no. 21
–Webcam , line item numbers 22,23,24,25,26,
27,28,29 –Microsoft Licenses )
ANNUAL MAINTENANCE CONTRACT (AMC)
The AMC rate is fixed at 8 % of hardware value for AMC at site for 2
years after the expiry of warranty period of three years. It would be
applicable for 9 AM to 6 PM of Banks working days. Support and
response time should not be more than 4 hrs. (Excluding travelling time).
AMC would cover maintenance patches/bug fixes (available from the
original software vendor) for system software & firmware patches/bug
fixes, if any, for hardware.
excluding Fuser Assembley printer heads ,Drums ,consumables ribbon
cartridge, Toner cartridges and stationery only.
No change , As per RFP
17 19 2.13 LIQUIDATED DAMAGES
If supplier fails to deliver any or all goods within
stipulated time schedule, the Bank shall,
without prejudice to its other remedies under
the rate contract, deduct from the ordered
price, as liquidated damages, a sum equivalent
to 1% of the order value for each week of delay
subject to the maximum of 10%. The penalty
will be charged on order value for the items for
which delivery is delayed.
The Bank is entitled to deduct the penalty from
the purchase price or any other amount, which
is due to supplier from this contract, or any
other contract or by invoking the Bank
Guarantee.
LIQUIDATED DAMAGES
If supplier fails to deliver any or all goods within stipulated time
schedule, the Bank shall, without prejudice to its other remedies under
the rate contract, deduct from the ordered price, as liquidated damages,
a sum equivalent to 0.5% of the undelivered product for each week of
delay subject to the maximum of 5% . The penalty will be charged on
order value for the items for which delivery is delayed.
The Bank is entitled to deduct the penalty from the purchase price or any
other amount, which is due to supplier from this contract, or any other
contract or by invoking the Bank Guarantee.
No change , As per RFP
18 27 4.1 Penalty will be charged @1% per week delay in
installation, subject to maximum 10% of total
cost of uninstalled items (out of total order
value).
Penalty will be charged @0.5% per week delay in installation , subject to
maximum 5% of total cost of uninstalled items (out of total order value).
No change , As per RFP
19 4.2 Penalty for Delivery :If the bidder fails to deliver
any or all goods or perform services within
stipulated time schedule, the purchaser shall,
without prejudice to its other remedies under
the rate contract, deduct penalty at the rate of
1% of the order value of undelivered
equipment / system for per week of delay, as
late delivery charges until actual delivery of the
equipment subject to a maximum of 10% of the
order value. The Penalty will be charged on
order value for the items for which delivery is
delayed.
Penalty for Delivery :If the bidder fails to deliver any or all goods or
perform services within stipulated time schedule, the purchaser shall,
without prejudice to its other remedies under the rate contract, deduct
penalty at the rate of 0.5% of the order value of undelivered equipment
/ system for per week of delay.
No change , As per RFP
20 10 1.9 Earnest Money
Deposit (EMD)
our company is registered with NSIC under
Single Point Registration Scheme and
exempted from submitting of Tender Fee &
EMD as per government of india procurement
policy. Kindly find enclosed government of
india declaration on NSIC website regarding
exemption of tender fee & EMD . you are
requestde.to kindly allow exemption for.
submission of tender fee & EMD against NSIC
Certificate.
Clause revised please refer
addendum:
21 10 1.1 Performance Bank
Guarantee
As PER RFP, Sucessful bidder have to submit
50 lacs security deposit valid for 63 months
And after rlease of all POs by all zonal office,
vendor have to submit I0% PBG for wananty
Period, Please clarify ,, after the submission of
10% PBG, is 50 lacs bank guarantee will be
retuned to vendor or both the bank guarantee
will be valid upto expiry if warranty period .
Clarification: Performance
Bank Guarantee (PBG) of 10 %
of contract value has to be
submitted in parts. Intially PBG
of Rs. 50 Lac has to be
submitted on Letter of
Selection and further Bank will
review internally and ask
bidder/vendor to submit
additional performance bank
guarantees on demand of
bank within 10 days.
22 19 2.11 ANNUNL
MAINTENANCE CONTRACT AMC
AMC Rate of 6% is for one year valid for 2 year
AMC period. Or 3% Per Year
Clause revised. please refer
addendum.
23 18 2.9 WARRANTY l) PO will be released by different zonal
offices dunng two years RC pcriod We
understand that wananty period of every pO
will start after the completion of installation of
that PO and end as per that particular pO
installation date. Accordingly, l0% pBG will
be released as per particular po and period of
PBG will be pertaining to that particular pO
warranty peiiod Please clarify
Clarification: Performance
Bank Guarantee/s (PBG) has
to be submitted centrally at
HO IT Department with validity
of 63 Months and it will
released after its exipry
24 25 3.1 The hardware vendor will also coordinate with Networking and
application vendors and provide the necessary assistance for successful
installation, integration and functioning of application. (Need all vendor
details and scope of vendors)
No change , As per RFP
25 During the contract period, bidders have to pass on the benefit of
discount /reduction in prices/ Govt. duties, if any, to the Bank
voluntarily. I (M2H)
No change , As per RFP
26 25 3.9 All the parts of items would be covered under comprehensive warranty
mentioned above except consumables (printer ribbon, toner,
cartridges).If there is any gap between Bank's requirement and OEM
warranty then it will be the responsibility of bidder to fill up the gap.
(physical breakage covered or not?)
No change , As per RFP
27 27 Penalty Point In case of AMC, for every fall of 1% up-time ( after minimum uptime
97%) charges will be deducted @ 10% of the AMC subject to a maximum
of 50% of AMC amount of the item . (Need to validate the same form
Legal)
No change , As per RFP
28 6 Chapter -1,
1.1, EC-2
The bidder should have national presence and
should be in the Business of Supplying and
Maintaining Computer Hardware/ Peripheral
during the last three financial year 2016-17,
2015-16 and 2014-15.
Copy of Relevant Credential Letter or Purchase
Orders and an undertaking in this regard is
required to be submitted by the bidder.
The bidder/ OEM should have national presence and should be in the
Business of Supplying and Maintaining Computer Hardware/ Peripheral
during the last three financial year 2016-17, 2015-16 and 2014-15.
Copy of Relevant Credential Letter or Purchase Orders and an
undertaking in this regard is required to be submitted by the bidder.
No change , As per RFP
29 6 Chapter -1,
1.1, EC-3
The bidder should have a minimum turnover of
Rs. 20 Crore per year during the last three
financial year 2016-17, 2015-16 and 2014-15.
Documents Required:
Copy of Audited Financial statements and CA
Certificate regarding turnover for the last three
financial years needs to be furnished
The bidder should have a minimum Average turnover of Rs. 20 Crore
during the last three financial year 2016-17, 2015-16 and 2014-15.
Documents Required:
Copy of Audited Financial statements and CA Certificate regarding
turnover for the last three financial years needs to be furnished
No change , As per RFP
30 7 Chapter -1,
1.1, EC-10
The bidder should be having support offices/
Support Centers/ Support Locations with
necessary support infrastructure either directly
or through their authorized service
providers/partners for maintenance of
Desktops and Peripherals items in at least at all
cities of the 24 Zonal Office centers of the Bank
as per Annexure XI.
Complete Service Centre details are required to
be submitted in Annexure–VI with address and
contact details wherever applicable. (Bank may
verify the presence and if found incorrect bid
may be rejected)/ Undertaking to set up
support facilities with necessary spare parts
with sufficient manpower at all cities of the 24
Zonal Office centers of the Bank as per the list
enclosed, within one month of awarding the
contract.
The bidder/ OEM should be having support offices/ Support Centers/
Support Locations with necessary support infrastructure either directly
or through their authorized service providers/partners for maintenance
of Desktops and Peripherals items in at least at all cities of the 24 Zonal
Office centers of the Bank as per Annexure XI.
Complete Service Centre details are required to be submitted in
Annexure–VI with address and contact details wherever applicable.
(Bank may verify the presence and if found incorrect bid may be
rejected)/ Undertaking to set up support facilities with necessary spare
parts with sufficient manpower at all cities of the 24 Zonal Office centers
of the Bank as per the list enclosed, within one month of awarding the
contract.
No change , As per RFP
31 7 Chapter -1,
1.1, EC-12
The Printers (Laser & Laser MFP) make offered
should have been sold in the country for
minimum of fifty thousand numbers in the last
calendar year i.e.2017.
Documents Required
Purchase orders/ IDC reports
The Printers (Laser & Laser MFP) make offered should have been sold in
the country for minimum of fifty thousand numbers in the last calendar
year i.e.2017 by OEM
Documents Required
Purchase orders/ IDC reports
No change , As per RFP
32
In Intel i5
PC -
System Memory:8 GB DDR4-2133 MHZ or
higher RAM upgradeable up to 16 GB with
minimum two DIMM slots
TO BE CHANGED TO MEMORY EXPANDABLE UPTO 32GB WITH 2DIMM
SLOTS. This is requested to ensure memory expandibility in future
Clause revised. please refer
addendum.
33
In Intel i5
PC -
Ports: Minimum 6 USB Ports with at least 2 USB
3.0 and 2 in front. VGA, Speaker, Microphone &
1 Parallel Port
TO BE CHANGED TO 4USB2.0, 4USB3.0. This is requested to ensure no
issues to connect multiple devices in one go. Moreover 8 USB Ports are
now standard.
No change , As per RFP
34
In AMD PC
System memmory:8 GB DDR3-2133 mhz RAM
upgradeable up to 32 GB with minimum 2
DIMM Slots
TO BE CHANGED TO MEMORY EXPANDABLE UPTO 64GB WITH 4DIMM
SLOTS. This is requested to ensure memory expandibility in future
Clause revised. please refer
addendum.
35
In AMD PC
Ports: Minimum 6 USB Ports with at least 2 USB
3.0 and 2 in front. VGA, Speaker, Microphone &
1 Parallel Port
TO BE CHANGED TO 4USB2.0, 4USB3.0. This is requested to ensure no
issues to connect multiple devices in one go. Moreover 8 USB Ports are
now standard.
No change , As per RFP
36 CPU:1 X Intel® Xeon® Gold 5122 Processor
,3.6 Ghz, 4C/8T, DDR4-2666 Mhz capable to
accommodate 2 processors
Its advisable to have 2 CPUs integrated from OEM plant only. Clause revised. please refer
addendum.
37 PCI /PCI-e Slots: Total 5 or more PCI/ PCI-etype
slots.
With one CPU , max 3 PCIe slots will be in use. No change , As per RFP
38 Ethernet card: 2 x 1G ports Base T and 2
x 10 G SFP+ ports with 2 X 10G SFP+
TransceiverNetwork management card
39 CPU: 1 X Intel® Xeon® Silver 4110 2.1G,
8C/16T, 9.6GT/s 2UPI, 11M Cache, Turbo, HT
(85W) DDR4-2400 Its advisable to have 2 CPUs integrated from OEM plant only.
Clause revised. please refer
addendum.
40 PCI /PCI-e Slots: Total 5or more PCI/ PCI-e type
slots. With one CPU , max 3 PCIe slots will be in use.
No change , As per RFP
41 Ethernet card: 2 x 1G ports Base T and 2 x 10 G
SFP+ ports with 2 X 10G SFP+ Transceiver
Network management card
42 19 2.9
All parts in Printers including printer heads are
included under warranty except consumables
(ribbon cartridge, Toner cartridges and
stationery only). Print Head is also a cosumable. Please also consider it in consumable.
No change , As per RFP
43 12 1.13.4 Commercial Evaluation
The commercial bid evaluation will be carried
out through sealed envelope containing
“commercial bid Price”. Based on the
commercial bid values obtained, the bidder
with the lowest commercial proposal will be
designated as L1 Bidder. Multiplication Factor
mentioned in Commercial Bid Format–
Annexure VIII is not indicative of any
estimated/tentative quantity to be purchased
by the Bank. Bidders must quote for all the
items required by the bank. If the rate of any of
the items is not quoted, bid will be rejected
summarily as non-responsive.
Can we quote for 1 item in each category of product required by bank Clarfication: Bidder has to
quote for each and every line
item in commercial bid.
This will require 3 PCIe Slots + 1 will be occupied by RAID Card, With 1 CPU
in server , we can use only 3 nos., hence no further expansion possible Need to
change this to 2 CPUs
In Database
Server
This will require 3 PCIe Slots + 1 will be occupied by RAID Card, With 1 CPU
in server , we can use only 3 nos., hence no further expansion possible Need to
change this to 2 CPUs
In
Application
Server
No change , As per RFP
No change , As per RFP
44
Page 34
,
Annexu
re-II
Clause 5,
Item 9
PRINTERS ,SCANNERS ,SOFTWARE AND OTHER
ITEMS: Printers- Laser (Multifunction and Duplex
with LAN Support)
Please Change RAM 256MB or Higher to 128 MB RAM which is Generic &
Available with all the Vendors. Hence Department will get Maximum Benefit
from a healthy competition as more OEM will be able to Participate.
No change , As per RFP
45
Page
No.37,
ANNEX
URE-III
EC-12
The Printers (Laser & Laser MFP) make offered
should have been sold in the country for minimum
of fifty thousand numbers in the last calendar year
i.e.2017.
Please change to 20000 per year. Same criteria was given in PNB for their
recent tender , Under printer category this is the average sell out as per the
industry standards in this category of printers , changing this clause will enable
all the vendors to bid in this tender Hence Department will get Maximum
Benefit from a healthy competition as more OEM will be able to Participate.
No change , As per RFP