A L L A H A B A D DEPARTMENT OF INFORMATION TECHNOLOGY HEAD OFFICE: 2 NETAJI SUBHAS ROAD, KOLKATA , INDIA REQUEST FOR PROPOSAL (RFP) FOR

Similar documents
A L L A H A B A D DEPARTMENT OF INFORMATION TECHNOLOGY HEAD OFFICE: 2 NETAJI SUBHAS ROAD, KOLKATA , INDIA REQUEST FOR PROPOSAL (RFP) FOR

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

TENDER DOCUMENT. Tender Number: 02/ Date: Empanelment, Supply & Installation of Passbook printers

WEBSITE ADVERTISEMENT

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

Bid Processing Fee: Rs. 500

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

Section A OFFICE OF THE DISTRICT INSPECTOR OF SCHOOLS (SECONDARY EDUCATION), KOLKATA BIDDING DOCUMENTS FOR FILING OF E-TDS CORRECTION RETURN

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

Tender for supply of spare parts use in RO Systems & Aquaguards

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

Wanted office Premises on Lease.

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

GAIL/ND/C&P-HR/06/0076 FOR GAIL(INDIA) LTD, 16 B.C.PLACE, R.K. PURAM, NEW DELHI

Charleston County School District. Procurement Services

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

GAIL/GTI/C&P/2K08-38/2008

Reply should be addressed to The Commanding Officer INS Kadamba Naval Base Karwar Quoting: 121/FL/GEN/Illumination 15 Nov 16

TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

REQUEST FOR PROPOSALS

Request for Proposal (RFP) Microsoft Exchange Solution. for. National Rural Support Programme

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

INVITATION FOR BIDS (IFB) Doc.No.:A IFB REV.A. _ Engineers India Ltd., RO, Chennai Sheet 1 of 6

NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG

Dated: Terms & Conditions:-

THE INSTITUTE OF MATHEMATICAL SCIENCES

TENDER CALL NOTICE (PRINTING AND SUPPLY OF PASSBOOKS)

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

Conditions of Purchase FISCHER GmbH & Co. KG Lagertechnik + Regalsysteme, Stutensee

AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE

TENDER DOCUMENT TENDERING ENQUIRY FOR PROCUREMENT UNIFORM CLOTHES FOR FE STUDENTS

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

NATIONAL HOUSING BANK. Quotation Call Letter for Providing Courier Services to the Bank

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

Department of Physics, University of Mumbai, (UDPMU), Potentiostat/Galvanostat

advertisements in newspapers

Patna Divisional Office-2 Jeevan Ganga, Frazer Road, Patna Telephone No. (0612)

THE COTTON CORPORATION OF INDIA LTD. (A Government of India Undertaking) Kapas Bhavan, Plot No.3-A, Sector 10, CBD-Belapur, Navi Mumbai

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

1.1.1 days means any day other than a Friday, or official public holiday in the United Arab Emirates;

COUNTY OF TANEY, MISSOURI

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT GERUGAMBAKKAM, KANCHEEPURAM DISTRICT

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

Notice Inviting Tender (NIT) (Detailed)

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT - BILHARI

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

REQUEST FOR PROPOSAL (RFP) FOR

TERMS AND CONDITIONS OF SALE England Greene, Tweed & Co., Limited. Act the Late Payment of Commercial Debts (Interest) Act 1998;

Bid for Purchase of All-in-one desktops (HP Compaq Elite 8300) On behalf of various Govt. Departments\ Boards\Corporations.

Jaipur Development Authority e-auction :Business Rules Document 2014

THE TAMILNADU INDUSTRIAL INVESTMENT CORPORATION LIMITED No.692, Anna Salai, Nandanam, Chennai

Tender Document for hiring of office space

NLC INDIA LIMITED. Date & Time Description of work No. Tender value 16,76, ,000.00

Bid for Purchase of Tablets on behalf of Commissionerate of Rural Development, Gandhinagar

Chapter 11. Competitive Negotiation: Procedure

Fax: Telephone: /9600. Njrpa fhrneha; Muha;r;rp epwtdk; BID DOCUMENT

BOI RFP HO/IT/MEETING/ dated 22/01/2016

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

THE PLANTATION CORPORATION OF KERALA LTD KOTTAYAM - 4 PCK/SEC/

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

ICSI CCGRT, Plot No.101, Sector-15, Institutional Area, CBD Belapur, New Mumbai TENDER DOCUMENT

West Bengal State Food Processing

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

Invitation to Bid #12/13-09

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

STANDARD TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS

Tamil Nadu Energy Development Agency, Chennai-6

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods

Indian Institute of Technology Bombay

THE TAMILNADU INDUSTRIAL INVESTMENT CORPORATION LIMITED 692 (OLD NO.473), ANNA SALAI, NANDANAM, CHENNAI

IFCI Infrastructure Development Ltd. (IIDL) IFCI Tower, 61, Nehru Place, New Delhi Phone(s): / , Fax:

TERMS AND CONDITIONS OF SALE

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING)

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Transcription:

A L L A H A B A D B A N K DEPARTMENT OF INFORMATION TECHNOLOGY HEAD OFFICE: 2 NETAJI SUBHAS ROAD, KOLKATA-700 001, INDIA REQUEST FOR PROPOSAL (RFP) FOR SUPPLY, INSTALLATION AND MAINTENENCE OF 115 LAPTOP COMPUTERS FOR FIELD INSPECTION OFFICES OF ALLAHABAD BANK RFP REF NO: HO/DIT/LAPTOP/ 17 DATE: 26.02.2014 C O S T O F T H E R F P: Rs. 2 0 0 0/- (R u p e e s Two T h o u s a n d o n l y) Page 1 of 43

OBJECTIVES ALLAHABAD BANK, a leading Public Sector Bank, having its presence throughout the country, intends to make procurement of One Hundred Fifteen (115) Laptop Computers for supply, installation and maintenance for its Field Inspection offices situated at various locations across the country, through an open tendering process. This document is a Request For Proposal (RFP) for bidders to participate in the Bank s evaluation exercise. Page 2 of 43

TABLE OF CONTENTS SECTION SUBJECT PAGE NO I. INVITATION FOR BIDS (IFB)... 4 II. INSTRUCTIONS TO BIDDERS (ITB)... 6 III. CONDITIONS OF PROCUREMENT (COP)...... 20 IV. SCHEDULE OF REQUIREMENTS... 29 V. SPECIFICATIONS AND FORMATS....... 31 Page 3 of 43

SECTION - I INVITATION FOR BIDS (IFB) Ref. No. HO/DIT/LAPTOP/ 17 DATE: 26.02.2014 1. Allahabad Bank intends to make procurement of One Hundred Fifteen (115) numbers of Laptop with Operating system, as per the technical specification given in Annexure-5. 2. The Bank will select one vendor through the process and purchase orders of Laptops will be placed on finally selected vendor, as per the need and project implementation schedule of the Bank. 3. In this connection, sealed Technical bid and Online Commercial Bid are invited, from eligible bidders for the supply, installation, and maintenance of Laptop Computers at various locations. 5. Interested bidders may obtain further information from Allahabad Bank, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, India, during office hours on all working days between 10.00 A.M. to 4.00 P.M. (Monday-Friday) and 10.00A.M. To 1.00 P.M. (Saturdays) 6. A complete set of Request for Proposal (RFP) may be purchased by any interested bidder on submission of a written application, in duplicate, from Allahabad Bank, Head Office, Department of information Technology, 2, Netaji Subhas Road, Kolkata-700 001, India, upon payment of a non-refundable fee of Rs. 2000.00 (Rs 500.00 extra if to sent through courier) in the form of Demand Draft or Banker s Cheque drawn in favor of Allahabad Bank payable at Kolkata. Only those bidders, who purchase the RFP in their name, will be eligible for submission of bid. 7. The RFP can be obtained from the following address during office hours on all working days between 10.00 A.M. to 4.00 P.M. (Monday-Friday) and 10.00A.M. to 1.00 P.M. (Saturdays) either in person or by post. Allahabad Bank Deptt of Information Technology Head Office 2, Netaji Subhas Road Kolkata- 700001 (West Bengal), INDIA Phone No. - 033-22319471, 2231 9472 8. The complete bid documents along with application form have been published at the Bank s website www.allahabadbank.in. The complete application form is available on the web site for purpose of downloading and application made on such a form shall be considered valid for participating in the tender process. 9. The bidders who have downloaded application forms from Bank s website www.allahabadbank.in and want to participate in the bidding process must pay a fee of Rs. 2000.00 in the form of Demand Draft or Bankers Cheque, payable in favour of ALLAHABAD BANK at Kolkata, at the time of submission of bid. 10. The Details are as follows: Sl. Items Details No 10.1 Bid reference HO/DIT/LAPTOP/ dated 26.02.2014 10.2 Price of RFP INR 2000/- 10.3 Courier charges INR 500/- 10.4 Date of commencement of sale of RFP 26.02.2014, 11:00 Hrs IST 10.5 Last date and time of sale of RFP 14.03.2014, 12.00 Hrs IST Page 4 of 43

10.6 Date & Time of Pre Bid Meeting 03.03.2014, 12.00 Hrs IST 10.7 Last date and time for submission of 14.03.2014, 13:00 Hrs IST Bids 10.8 Date and time of opening of Technical Bids 14.03.2014, 15:00 Hrs IST 10.9 Date and time of opening and To be notified later to the eligible bidders downloading of Commercial Bids 10.10 Place of opening of Bids Allahabad Bank Head Office Department Of Information Technology 2 N.S. Road, Kolkata 700 001, India 10.11 Address for communication As above. Telephone : 091-33-2231-9471/2231-9472 Fax: 091-33-2210 6323 E-mail : hodit.hardware@allahabadbank.in 11. The Technical Bid and Online Commercial Bid must be submitted, giving full particulars in, within the time period specified as above. 12. All bids must be accompanied by a bid security as specified in the RFP and must be delivered at the above office on or before specified date and time indicated above. 13. Technical Bids will be opened in the presence of the bidder s representatives who choose to attend on the specified date and time. Technically qualified bids will be taken up for further processing and Commercial Bids of the technically qualified bidders will be opened/downloaded in the presence of their representatives on a specified date and time, which will be notified separately. 14. No further discussion / interface will be granted to bidders whose bids have been technically disqualified. 15. Allahabad Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever. Asst. General Manager (IT) Allahabad Bank, Head Office Kolkata (W.B.) Page 5 of 43

SECTION II INSTRUCTIONS TO BIDDERS (ITB) 1. INTRODUCTION: 1.1 Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter called The Purchaser, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns, intends to issue this bid document, hereinafter called Request for Proposal or RFP, to the vendors to participate in the competitive bidding towards the cost of the Project as per specifications, terms and conditions in this RFP. 1.2 This document is meant for the exclusive purpose of bidding as per the terms, conditions and specifications indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued. 2. ELIGIBLE BIDDERS: A bidder should be required to satisfy the following requirements for being eligible for participation in the bidding process. 2.1 The bidder should have past experience in supplying and maintenance of atleast Hundred (100) Laptops during each of last 2 (Two) years Or Total 250 Laptops in last 3 (Three) years. 2.2 The bidder should have experience in supplying, installation and maintenance of atleast 50 laptops to atleast One (1) Financial institution/psu/pse during last three years. 2.3 The Bidder should have its own Service Centers in at least 06 locations out of 11 locations and have its own or franchisee support centre in remaining locations specified in Annexure-8 2.4 The bidder should have been operating for a minimum period of 5 years in India as on 01.02.2014 2.5 The bidder should have an annual turnover of atleast INR 50 Lakhs (Rupees Fifty Lakhs only) per annum for the each of the last 3 (three) financial years. Further the average of their profit/loss for last three years should be positive. 2.6 The Bidder should be an OEM or authorized supplier of OEM of the proposed Laptop items along with AMC Support Note: (1) The bidder can be an authorized supplier of an OEM or OEM itself, but both OEM and its authorized supplier cannot bid simultaneously. (2) If a bidder submits a bid on behalf of the OEM, the same bidder cannot submit a bid on behalf of another OEM. Credential letters from the purchaser/s as per Annexure -1 Or Bidders undertaking along with documentary evidence/s in support of supply and maintenance. Credential letters from the relevant purchaser /s as per Annexure-1 Or Bidders undertaking along with documentary evidence/s in support of supply and maintenance. Support and Partners Office Details as per Annexure-8 Certificate of Incorporation / Partnership deed to be submitted. (To be submitted as Annexure- 3) Audited Balance sheets and profit /Loss statements for the financial years 2010-2011, 2011-12, 2012-13 along with certificate from the Chartered Accountant. (Annexure-2) Manufacturer s authorization form /certificate, signed by the authorized signatory of OEM. (Annexure-4) Page 6 of 43

3. ELIGIBLE GOODS AND SERVICES: 3.1 The Purchaser is looking for Laptop Computers with Operating systems and other software features, as per the Technical specifications (Annexure-5). 3.2 The Bidder will have to submit Undertaking of Authenticity for Laptop in the format given in Annexure-13, that would certify that all the components/ parts/ assembly/ software used in the Laptop Computer (items as per our Schedule of requirements) like hard Disks, Memory etc. are original/ new components/ assembly/ software and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software were being used or would be used. 4. COST OF BIDDING: 4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid and the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 5. CONTENTS OF RFP: 5.1 The goods required, bidding procedures and contract terms are prescribed in the RFP. In addition to the Invitation for Bids, the RFP includes: 1) Instruction to Bidders (ITB) 2) Schedule of Requirements 3) Condition of Procurement (COP) 4) Specifications and Formats 5.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required by the RFP or submission of a bid not substantially responsive to the RFP in every respect will be at the Bidder s risk and may result in the rejection of its bid. 6. PRE-BID MEETING 6.1 Only the prospective bidders, who have purchased a copy of the RFP, will be eligible to attend a pre-bid meeting to be held, as indicated in the Bid Data Sheet, after publication of RFP and well before the last date for receipt of bids. Upto a maximum of two representatives of each prospective bidder will be permitted to attend the pre-bid meeting. However the Purchaser, at its discretion, may permit any additional representative of any prospective bidder or any representative of manufacturer of the related equipments to attend the pre-bid meeting. 6.2 The purpose of the meeting is to clarify issues and to answer questions on any matter that may be raised upto that stage. The issues/questions to be raised must be in writing. The Purchaser will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the bidders in the meeting. 6.3 Clarifications including the text of the questions raised (without identifying the source of inquiry) will be sent to all prospective bidders who have purchased the RFP, allowing at least 3 days time, prior to the last date for receipt of bids. 6.4 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a bidder. Page 7 of 43

7. AMENDMENT OF RFP: 7.1 Any modification of the RFP, which may become necessary as a result of the Pre-bid Meeting or otherwise, shall be made by the Purchaser exclusively through the issue of an Addendum/ Corrigendum. 7.2 At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the RFP by amendment. 7.3 All prospective Bidders who have purchased the RFP will be notified of the amendment in writing or by fax or e-mail and will be binding on them. 7.4 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Purchaser, at its discretion, may extend the deadline for the submission of bids. 8 LANGUAGE OF BID: The bid prepared by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder & the Purchaser, shall be written in English. 9 NON-TRANSFERABLE TENDER : This tender document is not transferable. Only the vendor, who has purchased this tender, is entitled to quote. 10 TWO BID SYSTEM TENDER (E-Tendering) : 10.1 The Bank would adopt the E-Tendering process for the submission of Commercial Bid, whereas the technical Bid has to be submitted in physical form. 10.2 Technical Bid in duplicate duly sealed and super-scribed Quotation for Supply, Installation, & Maintenance of One Hundred Fifteen (115) Laptop Computers for Field Inspection Offices (FIOs) - Technical Bids shall be submitted as per bid details given in the RFP. Softcopy of the Technical Bid in MS-Word format should be submitted in a CD (R), properly super-scribing Bidder s Name and Quotation for Supply, Installation, & Maintenance of One Hundred Fifteen (115) Laptop Computers for Field Inspection Offices (FIOs) - Technical Bids, in the inner envelope containing Original Technical Bid. 10.3 The tender not submitted in the prescribed format or incomplete in detail is liable for rejection. Allahabad Bank is not responsible for non receipt of quotation within the specified date and time due to any reason including postal delays or Holidays. 10.4 The Technical Bid and Commercial Bid should be prepared in an organized, structured and neat manner. 10.5 Brochures/leaflets etc. should be submitted in Technical Bid as a bound document and not in a loose form. 10.6 All the pages of the Technical bid should be serially numbered indicating beginning and ending page on each and every page. Page 8 of 43

10.7 (TECHNICAL BID): The Technical Bid shall comprise of the following documents : Item Format Credential letters from the Purchasers/Organisations Or Annexure-1 Bidders undertakings along with documentary evidence/s in support of supply and maintenance Audited copy of Balance Sheets and Profit/Loss Statements for the financial years 2010-11, 2011-12 and 2012-2013, along with certificate Annexure-2 from the Chartered Accountant Certificate of Incorporation/ Partnership deed To be submitted as Annexure-3 Manufactures Authorization Form Annexure -4 Technical Specifications of Goods & Services Offered Annexure-5 The specified RFP price (in the form of DD/BC), if not submitted To be enclosed earlier. Bid Form Annexure-6 Deviation Statement Annexure-7 Support /Franchisee Office Details Annexure- 8 The original bid security (in the form of Bank Guarantee/DD/PO) Annexure-9 Masked Commercial Bid (without Price Details) Annexure- 10 Undertaking of authenticity for supply of Laptop Computers The original/downloaded RFP (and addendums if any) duly signed and stamped by the authorised signatory of the bidder. Detailed technical BOM (Bill of Material) for Laptop Computer, Operating system etc. Annexure-13 To be enclosed To be submitted as Annexure-14 10.7.1 It is mandatory to provide the technical details in the exact format of Technical Specifications of Laptop Computer given in Annexure-5 of the RFP. Correct technical information of the product being offered must be filled in. Filling of the information using terms such as OK, Yes, accepted, Complied, Noted, as given in brochure/manual is not acceptable. The Purchaser reserves the right to treat offers not adhering to these guidelines as unacceptable. 10.7.2 The Purchaser shall not allow/permit changes in the technical specifications once it is submitted. 10.7.3 The relevant product information brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. It is mandatory to provide make, model as asked in the technical specification. Non-submission or partial submission of this information along with the offer could result in disqualification. Please note that substituting this information by just brand name is not enough. 10.7.4 The supply and successful operation of Operating System and other Software etc. will be the sole responsibility of the bidder. The Purchaser will not enter into any separate contract for supply of software through any third party. Version number must be mentioned in case of software. Software(s), which will be supplied free, and the ones that will be charged for, should be clearly indicated. Restrictions on software usage, if any, should also be mentioned. 10.7.5 All the formats need to be filled in exactly as per the pro-forma given in the Annexure and any deviation is likely to cause rejection of the bid. Page 9 of 43

10.7.6 Each offer should specify only a single solution for each item which is cost effective and meets the tender specification and should not include any alternative. 10.7.7 The Technical Bid must not contain any price information. 10.8 (COMMERCIAL OFFER): The bidder has to submit the commercial bid online. The Commercial Bid should give all relevant price information and should not contradict the Technical Bid and masked commercial bid in any manner. For both goods manufactured in India or goods of foreign origin already located in India and goods offered from outside India, the prices should be quoted in Indian Rupees only. The bidder shall indicate on the appropriate Price Schedule, specifying the unit prices of the goods proposed to be supplied. The quoted price of goods should include Ex-Factory/Ex-warehouse/Ex-Showroom Price, Packing & Forwarding, Inland Transportation, Insurance and other local costs incidental to delivery of the goods to their final destination. The bidders are advised in their own interest, to quote the best possible offer for the item offered. The Online Commercial Bid shall comprise of the following documents Item Purpose Format Price Schedule for Quoting competitive price for the bid Annexure-10 Goods and Services 11. BID SECURITY (EARNEST MONEY DEPOSIT): 11.1 The Bidder shall furnish a Bid Security (as per Annexure-9) for Rs. 2,00,000/- (Rupees Two Lakhs only), as a part of their bid. 11.2 The bid security is required to protect the Purchaser against risk of Bidder s conduct which would warrant the security s forfeiture, pursuant to ITB Clause-11.7. 11.3 The bid security shall be denominated in the INDIAN RUPEES only and shall be in any one of the following forms. a) A bank guarantee issued by a Scheduled Commercial Bank or a Foreign bank located in India in the form provided in the RFP and valid for Sixty (60) days beyond the validity of the bid; or b) A Demand Draft or Pay Order issued in favour of Allahabad Bank and payable at Kolkata. 11.4 Any bid not secured in accordance with ITB Clause-11.1 and 11.3 above will be rejected by the Purchaser as non-responsive. 11.5 Unsuccessful Bidders bid security will be discharged/returned after the completion of Bid process. Page 10 of 43

11.6 The successful Bidder s bid security will be discharged upon the Bidder signing the Contract and furnishing the performance security, pursuant to ITB Clause -28. 11.7 The bid security may be forfeited: (a) If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; Or (b) In case of the successful Bidder, if the Bidder: i) fails or refuses to sign the Contract in accordance with ITB Clause-28; Or ii) fails or refuses to furnish performance security in accordance with ITB Clause- 28. 12. PERIOD OF VALIDITY OF BIDS: 12.1 Bids shall remain valid for 180 days after the date of opening of Technical Bid prescribed by the Purchaser, pursuant to ITB Clause-15. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. 12.2 In exceptional circumstances, the Purchaser may solicit the Bidders consent to an extension of the period of validity. The request and the responses thereto shall be made in writing or by fax/email. The bid security provided under ITB Clause-11 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid. 13. FORMAT AND SIGNING OF BID: 13.1 The Bidder shall prepare two copies of the Technical bid, clearly marking each Original Technical Bid and Copy Technical Bid as appropriate. In the event of any discrepancy between them, the original shall govern. Original copy of Bid Security should be submitted with the Original Technical Bid. 13.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All pages of the Bid except for un-amended printed literature shall be initialed by the person or persons signing the bid. 13.3 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 initialed by the person or persons signing the bid. 14. SUBMISSION OF BIDS: Bidders are required to submit the Technical Bid in physical form, whereas the Commercial Bid is required to be submitted online on or before the last date and time of submission mentioned in RFP. 14.1 SUBMISSION OF TECHNICAL BID: 14.1.1 The Bidders shall seal the original Technical Bid and copy Technical Bid separately. Thus there will be two outer envelopes named as Original Technical Bid and Copy Technical Bid. If above bids are found not properly sealed in respective inner envelopes, the bid is liable for rejection. Page 11 of 43

14.1.2 The two Outer envelopes for each Pack marked as ORIGINAL TECHNICAL BID and COPY TECHNICAL BID shall be duly marked as DO NOT OPEN BEFORE. 14.1.3 In addition to the above marking, each envelope must be super-scribed with the following information a) RFP Reference Number b) Quotation for Supply, Installation & Maintenance of One Hundred Fifteen (115) Laptop computers for Field Inspection Offices, Allahabad Bank c) Name and Address of Bidder This will enable the Purchaser to return the bid unopened, in case it is declared unacceptable for any reason whatsoever. 14.1.4 All the inner and outer envelopes shall be addressed to the Purchaser at the address given below: The Asst. General Manager (IT) Allahabad Bank Dept. of Information Technology, Head Office, 2 nd Floor 2, Netaji Subhas Road Kolkata- 700 001, INDIA 14.1.5 If the outer envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the bid s misplacement or premature opening. 14.1.6 If envelope earmarked as Original Technical Bid is found to contain copy technical bid, then that bid will be summarily rejected. 14.1.7 Telex, Cable, Facsimile or E-mail Bids will be rejected. 14.2 SUBMISSION OF ONLINE COMMERCIAL BID (E-TENDERING): 14.2.1 The Bank will adopt E-Tendering process for online submission of Commercial Bid. The service provider for e-tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-tendering are available. 14.2.2 The prospective bidders are advised to submit only the commercial bids online. The following steps are to be taken for online submission of Commercial Bids: 14.2.2.1 Registration with Service Provider Portal www.tenderwizard.com/abbank 14.2.2.2 The bidder should possess Class III Digital Signature Certificate Mandatory). (Commercial Bids will not be recorded/uploaded without Digital Signature Certificate) 14.2.2.3 In case of any clarification/assistance please contact M/s Antares Systems Ltd. before the schedule time of Online Bid Submission. Contact Persons:- Mr. Kumar Chandan : 09674758720 Mr. Debraj Saha : 09674758721 Mr. Subrata Bhattacharya : 09674758722 E-mail : kumarchandan@antaressystems.com Page 12 of 43

debrajsaha@antaressystems.com 14.2.3 Bidders are required to do Tender Request latest by 12.00 Hrs on 14.03.2014 (Last Date and time of sale of RFP) at the portal www.tenderwizard.com/abbank. Without the tender request process within the said schedule, the bidder will not be able to submit the Commercial bid online. 14.2.4 The prospective bidders are advised to ensure on-line submission of Commercial Bid (Annexure-10) only in a single pdf file with name Comm.pdf of size less than 5MB, duly signed and stamped by the authorized signatory latest by the last date and time of submission of Bids. 14.2.5 Bidders are advised to submit their commercial Bids well before the last date and time to avoid any unforeseen event. 14.3 Bidders must send the duly signed and stamped copy of Acknowledgement, generated by the E-portal www.tenderwizard.com/abbank, as a proof of successful uploading of Commercial Bid (Annexure-10 of RFP), within 2 Days of opening of Technical Bid on the Purchasers Address as mentioned in ITB 14.1.4, failing which Technical Bid may be rejected. 15. DEADLINE FOR SUBMISSION OF BIDS: 15.1 Technical Bids must be received by the Purchaser at the address specified under ITB Clause 14.1.4 not later than the time and date specified in the IFB. Further they have to ensure that their Commercial Bid must be submitted online latest by the last date and time of submission of bids. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the bids will be received up to the appointed time on the next working day. 15.2 The Purchaser may, at its discretion, extend this dead-line for the submission of Bids by amending the RFP in accordance with ITB Clause-7, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 16. LATE BIDS: 16.1 Any bid (Technical or Online Commercial or both) received by the Purchaser after either of the deadlines for submission of bids prescribed by the Purchaser, pursuant of ITB Clause- 15, will be rejected and returned unopened to the Bidder. 17. MODIFICATION AND WITHDRAWAL FOR BIDS: 17.1 The Bidder may modify or withdraw its bid after the bid s submission, provided that written notice of the modification including substitution or withdrawal of the Bids is received by the Purchaser prior to the deadline prescribed for submission of bids. 17.2 The Bidder s modification or withdrawal notice shall be prepared, sealed, marked and despatched in accordance with the provisions of ITB Clause-14. A withdrawal notice may also be sent by fax/ e-mail but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids. 17.3 No bid may be modified subsequent to the deadline for submission of Bids. 17.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidder s forfeiture of its Bid security, pursuant to ITB Clause-11.7 18. BID OPENING: 18.1 As the Technical bids will be evaluated first for technical suitability, the Purchaser will open only the Technical Bids. The Commercial bids for technically qualified bidders only will be opened/downloaded at a later date subsequent to the technical evaluation. The Page 13 of 43

Purchaser will notify the date and time of opening/downloading of the Commercial bids to the technically qualified bidders. 18.2 Attendance of all the authorized representatives of the bidders who are present at Bid Opening will be taken in a register against name, name of the company and with full signature. 18.3 Each Bid will be numbered serially, signed and dated by three officers of the Office, on the first page. Each page of the bid will also be initialled with date, by two officers. 18.4 The following details will be announced at the bid opening : a) Bidder s names, b) Bid Modifications or withdrawals, c) Make & Model Nos. (In case of Technical bid opening), d) Technical Details (in case of Technical bid opening), e) Bid Prices & Discounts if any (in case of Commercial bid opening), f) Presence or absence of Bid Security (in case of Technical bid opening) and such other details as the Purchaser, at its discretion, may consider appropriate. 18.5 Alterations in the bids, if any, made by the bidder / companies would be signed legibly to make it perfectly clear that such alterations were present on the bids at the time of opening. It would be ensured that alterations are signed by the bidder/company s executive who has signed the bid or by the bidder/company s representative authorized by the executive who has signed the bid. 18.6 Wherever any erasing or cutting is observed, the substituted words would be encircled and initialed by the bank officer singly and the fact that such erasing / cutting of the original entry were present on the bid at the time of opening should be recorded. 18.7 An On the spot statement giving details of the bids opened and other particulars as read out during the opening of the bids will be prepared. 18.8 Bids (and modifications sent pursuant to ITB Clause-17.2) that are not opened and read out at Bid opening shall not be considered further for evaluation, irrespective of the circumstances. Such Bids will be returned unopened to the Bidders. 18.9 Commercial bids of those bidders who have not been technically qualified will not be opened/downloaded. 19 CLARIFICATIONS OF BIDS: 19.1 To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. 20 PRELIMINARY EXAMINATION : 20.1 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 20.1.1 Bids from Agents without proper authorisation from the manufacturer shall be treated as non-responsive. Page 14 of 43

20.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid will be rejected. If there is a discrepancy between words and figures, the amount in words will prevail. 20.3 The Purchaser, at its discretion, may waive any minor informality, nonconformity or irregularity in a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. This shall be binding on all bidders and the Purchaser reserves the rights for such waivers. 20.4 Prior to the detailed evaluation, pursuant to ITB Clause-21, the Purchaser will determine the substantial responsiveness of each Bid to the RFP. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the terms & conditions of the RFP without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Bid Security, Performance Security, Warranty, Force Majeure, Applicable Law and Taxes & Duties will be deemed to be material deviation. The Purchaser s determination of a Bid s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. 20.5 If a Bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the bidder by correction of the non-conformity. 21 EVALUATION AND COMPARISON OF BIDS: 21.1 The Purchaser will evaluate and compare the bids which have been determined to be substantially responsive, pursuant to ITB Clause-20. 21.2 Evaluation of Technical Bids 21.2.1 The Technical Bids opened pursuant to ITB Clause-18 will be evaluated by the Purchaser on the basis of following criteria : a) Completeness of the Technical bid in all respects and availability of all information/details asked for vide ITB Clause-10.7 b) Point to point conformity of the goods offered to the technical specifications provided in the RFP. 21.3 Evaluation of Commercial Bids: 21.3.1 The Bids which are qualified in Technical evaluation would be considered for Commercial evaluation. 21.3.2 For Commercial evaluation, Total Bid Price i.e. Total Cost of all the units for 3 years (inclusive of one year warranty and 2 years AMC) will be basis of comparison amongst the eligible bidders to rank them, in order to determine the lowest evaluated Bid. It is in the bidder s interest to quote AMC as per industry practice. AMC will be recalculated at the rate of 10% p.a. of the cost (i.e. Column A of Annexure 10 of RFP Unit Cost Inclusive of 1 st year warranty) of Laptop for those bidders who quote NIL AMC or AMC less than 10% of cost( i.e. Column A of Annexure 10 of RFP Unit Cost Inclusive of 1 st year warranty ) and the difference will be reduced from the cost (i.e. Column A of Annexure 10 of RFP Unit Cost Inclusive of 1 st year warranty ) without changing the TCO (Unit Cost for 3 years inclusive of one year warranty and two years AMC ) price of Laptop. AMC will be calculated at the rate of actual quoted percentage/value, for those who quote AMC equal to or more than 10% p.a for Laptops. Example: Bidder1 quoted the price bid (Annexure-10 of RFP) as under: Page 15 of 43

Sl. No Description of Item Unit Cost (Inclusive of 1 st year warranty) Annual Maintenance Charges of each unit Unit Cost for 3 years ( Inclusive of one year warranty and two years AMC) No. of Units Total Cost of all the units for 3 years ( Inclusive of one year warranty and two years AMC) A B (A+B*2) (D) (A+B*2)*D 1 LAPTOP 28,000/- 1,000/- 30,000/- 115 34,50,000/- In the above price bid of bidder1: The AMC of each unit i.e. Rs.1000/- is less than 10% of unit Cost (i.e. Rs. 28000/-), Hence the AMC will be recalculated and the difference will be reduced from the unit cost of that item., without changing the TCO (Unit Cost for 3 years inclusive of one year warranty and two years AMC ) price of Laptop The recalculated price/s to be used for evaluation and payment will be as under: Sl. No Description of Item Unit Cost (Inclusive of 1 st year warranty) Annual Maintenance Charges of each unit Unit Cost for 3 years ( Inclusive of one year warranty and two years AMC) No. of Units Total Cost of all the units for 3 years ( Inclusive of one year warranty and two years AMC) A B (A+B*2) (D) (A+B*2)*D 1 LAPTOP 25,000/- 2,500/- 30,000/- 115 34,50,000/- 21.3.3 After completing the above process, the Purchaser will declare L1,L2,L3. Bidder in order to determine the lowest evaluated Bid. 22. PRICE COMPOSITION: The Bidder is expected to quote unit price in Indian Rupees (without decimal places) for all components (hardware, software etc.) and services on a fixed price basis as part of the commercial Bid inclusive of all costs and taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc.. at the respective delivery location of the bank but exclusive of only applicable (in India) Sales Tax/VAT, Service Tax and Octroi / Entry Tax / equivalent local authority cess, which shall be paid / reimbursed on actual basis on production of bills. Further, receipts of such payments made to relevant authorities must be produced for Octroi / Entry Tax / equivalent local authority cess. The Bank will not pay any other taxes, cost or charges. 23. CONTACTING THE PURCHSER : No Bidder shall contact the Purchaser on any matter relating to its Bid, from the time of the bid opening to the time the Contract is awarded. Any effort by a Bidder to influence the Purchaser in the Purchaser s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder s bid. 24. SELECTION CRITERIA: Subject to ITB Clause-26, the Purchaser will establish the reasonableness of prices on the basis of estimated rates, prevailing market rate, last purchase prices, economic indices of raw material/labour and other input costs and intrinsic value etc. If necessary, the Purchaser may negotiate with the lowest evaluated bidder to bring down the prices to the reasonable level. After establishment of reasonableness of prices pursuant to ITB Clause-24.1, the Purchaser will select the successful Bidder whose bid has been determined to be Page 16 of 43

substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. 25. PURCHASER S RIGHT TO VARY QUANTITIES: The purchaser reserves the right to increase or decrease, the quantity of goods & services originally specified in the Schedule of Requirements by up to 15% (rounded off to the next whole number) without any change in price or other terms and conditions. 26. PURCHASER S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser s action. 27. NOTIFICATION OF AWARD: 27.1 Prior to expiration of the period of bid validity, the Purchaser will notify the successful Bidder in writing by letter or fax/email to be confirmed in writing by letter, that its bid has been accepted. The notification of award will constitute the formation of the Contract. 27.2 Upon the successful signing of contract with finally selected vendor, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause-11. 28. SIGNING OF CONTRACT AND SUBMISSION OF PERFORMANCE BANK GUARANTEE: 28.1 At the same time as the Purchaser notifies the selected Bidder that its bid has been accepted, the Purchaser will send the Bidder the Contract Form provided in the RFP, incorporating all agreements between the parties. Within 15 days of notification of award, the successful Bidder shall sign and date the Contract and return it to the Purchaser. 28.2 Failure of the selected bidder to comply with the requirement of ITB clause 28.1 and shall constitute sufficient grounds for the forfeiture of the bid security. 28.3 Within 15 days of notification of award from the Purchaser, the successful Bidder shall also furnish the performance security of 10% of Contract Price ( valid for 3 years +60 days) in the Performance Security Form provided in the Annexure-12 of the RFP. 28.4 Failure of the successful Bidder to comply with the requirement of ITB Clause-28.1 and 28.3 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. 29. CORRUPT OR FRAUDULENT PRACTICES: 29.1 As per CVC directives it is required that Bidders / Suppliers / Contractors observes the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy; (i) Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; Page 17 of 43

And (ii) Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of contract to the detriment of the Purchaser and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition; 29.2 The Purchaser will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt of fraudulent practices in competing for the contract in question. 29.3 The Purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract. Page 18 of 43

SECTION III CONDITIONS OF PROCUREMENT (COP) I N D E X SL NO SUBJECT PAGE NO 1. DEFINITION 20 2. GOVERNING LANGUAGE 20 3. APPLICATION 20 4. STANDARDS. 20 5. INSPECTION AND TESTS 20 6. MANUAL 21 7. PACKING 22 8. DELIVERY AND DOCUMENTS.. 22 9. INSURANCE 23 10. INCIDENTAL SERVICES 23 11. SPARE PARTS 23 12. WARRANTY & POST WARRANTY MAINTENANCE 23 13. PENALTY.. 24 14. TERMS OF PAYMENT 24 15. CHANGE ORDERS 25 16. DELAYS IN THE VENDORS PERFORMANCE.. 25 17. LIQUIDATED DAMAGES 26 18. NOTICES 26 19. TAXES AND DUTIES 26 20. LAPTOP INSTALLATION 26 22. LAPTOP MAINTENANCE 27 22. TRAINING 27 23. TECHNICAL DOCUMENTATION 27 24. RIGHT TO USE DEFECTIVE GOODS 27 25. ORDER CANCELLATIONS 27 26. GUARANTEES 28 27. PUBLICITY 28 Page 19 of 43

SECTION III CONDITIONS OF PROCUREMENT (COP) 1 DEFINITION : In this Section, the following terms shall be interpreted as indicated: (a) (b) (c) (d) (e) (f) (g) The Contract means the Contract entered into between the Purchaser and the vendor, as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein. The Purchase Order means the purchase order placed upon the vendor by Head Office, Allahabad Bank The Goods means all of the Laptops including OS and software etc., which the vendor is required to supply to the Purchaser in terms of the purchase order placed upon the vendor by the Purchaser under the Contract. Services means services ancillary to the supply of the Goods, such as transportation, insurance and any other incidental services, such as site preparation, installation, commissioning, provision of technical assistance, training and other obligations of the vendor covered under the Contract. The Purchaser means Allahabad Bank. The Vendor means the individual or firm selected by the Purchaser for purchase of goods. Day means calendar day. 2 GOVERNING LANGUAGE : The governing language of the contract shall be English. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in that same language. 3 APPLICATION : These Terms & Conditions shall apply to the extent that they are not superseded by provisions in specific purchase order placed by Head office. 4 STANDARDS : The Goods supplied in terms of the purchase order placed upon the vendor by the Purchaser under this Contract shall conform to the standards mentioned in the Technical Specifications and elsewhere in the RFP. 5 INSPECTIONS AND TESTS: PRE-DELIVERY INSPECTION & ACCEPTANCE: 5.1 The Purchaser or its representative shall have the right to make Pre-Delivery Inspection and/or Acceptance/Performance Test of the Goods to confirm their conformity to the requirements of the Purchaser, at no extra cost to the Purchaser. The inspection and testing will be conducted by the Purchaser, their consultant or other such person nominated by the Purchaser at its option. The Purchaser shall notify the Vendor in writing of the identity of any representatives retained for these purposes. Page 20 of 43

5.2 The Pre-Delivery Inspection of Goods will be conducted on the premises of the Vendor or its subcontractor(s). All reasonable facilities and assistance, including access to drawings and production data for such inspections shall be furnished by the Vendor to the inspectors at no charge to the Purchaser. Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject them and the Vendor shall either replace the rejected Goods or make all alterations necessary to meet specification requirements free of cost to the Purchaser. 5.3 The acceptance/performance test will be performed after completion of installation and commissioning of all the machines at the site or installation. Complete hardware and/or Software, as specified in the Purchase Order must have been supplied, installed and commissioned properly by the Vendor prior to commencement of the tests. The acceptance test will be conducted by the Purchaser, their consultant or other such person nominated by the Purchaser at its option. The acceptance will involve trouble-free operation for seven consecutive days at site. The Vendor will be responsible for setting up and running the acceptance test without any extra cost to the Purchaser. No malfunction, partial or complete failure of any part of hardware or excessive heating of motors attached to equipment, or any malfunction in the software etc. is expected to occur. The Vendor shall maintain necessary log in respect of the result of the test, to establish to the entire satisfaction of the Purchaser, the successful completion of the tests specified. An average uptime of 99% in case of equipment for the duration of test period shall be considered as acceptable. 5.4 The Laptops computers shall also undergo the software diagnostic tests to verify the working of various devices. 5.5 In the event of hardware and software failing to pass the acceptance tests, a period not exceeding two weeks will be given to rectify the defects and clear the acceptance tests, failing which the Purchaser reserves the right to get the equipment replaced by the Vendor at no extra cost to the Purchaser or to cancel the order and recall all the payments with interest at 15% per annum from the date of the respective payments till the time of actual receipt of refund. 5.6 Successful conduct and conclusion of the acceptance tests for the installed goods & equipment shall also be the sole responsibility and at the cost of the Vendor. 5.7 The Purchaser s right to inspect, test and, wherever necessary, reject the Goods after the Goods arrival at destination, shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the shipment of the goods. 6. MANUALS: 6.1 Before the goods and equipment are taken over by the Purchaser, the Vendor shall supply operation and maintenance manuals. These shall be in such details as will enable the Purchaser to operate, maintain, adjust and repair all parts of the works as stated in the specifications. 6.2 The manuals shall be in the ruling language (English). 6.3 Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for the purposes of taking over until such manuals have been supplied to the Purchaser. FOR SYSTEM & OTHER SOFTWARE THE FOLLOWINGS WILL APPLY: 6.4 The Purchaser reserves the right to review the user/technical documentation of the proposed software to verify compliance with the technical specifications included in the RFP. 6.5 The Vendor shall provide complete and legal documentation of hardware, all subsystems, operating systems, compiler, system software and the other software. The Vendor shall also provide licensed software for all software products, whether developed by it or Page 21 of 43

7. PACKING: acquired from others. The Vendor shall also indemnify the Purchaser against any levies/penalties on account of any default in this regard. 7.1 The Vendor will be required to make separate packages for each consignee. Each package will be marked on three sides with proper paint/indelible ink with the following - (i) Contract No.: (ii) Purchase Order No., (iii) Vendor s Name; (iv) Packing List Reference Number. 7.2 The Vendor shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit. 8. DELIVERY AND DOCUMENTS: 8.1 Delivery of the goods shall be made by the selected Vendor within 4 weeks from the date of Notification of award. The goods must be supplied with their original and complete printed documentation including Serial Number of Laptops. 8.2 For goods manufactured in India or goods of foreign origin already located in India, all activities to transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. For goods offered from outside India, all activities to clear the goods and transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. The Bidder will be solely responsible for complying with any applicable export/import regulations. The Purchaser will in no way be responsible for any Deemed Export benefit that may be available to the Bidder. 8.3 Within 24 hours of despatch, the Vendor shall notify the Purchaser and the Insurance Company by Cable/fax etc. the full details of the despatch including Contract No., Purchase Order No., Description of Goods, Serial No. of goods, quantity, despatch particulars and the date and name of the consignee etc. The Vendor shall mail the following documents to the Purchaser with a copy to the Insurance Company. Original and three copies of - a) The Vendor s invoice showing purchase order number, goods description, serial number/s of goods, quantity, unit price, total amount; b) Delivery note, packing list; c) Insurance certificate; d) Selected Vendor s certificate that the delivered goods are brand new in all its components and conform to the technical specifications required by the Purchaser. In case of software, the Vendor should certify that the software supplied to the Purchaser is licensed and legally obtained; e) Vendor s warranty certificate; f) Excise gate pass/ octroi receipts, wherever applicable duly sealed indicating payments made; and g) Any other document evidencing payment of statutory levies. The above documents shall be received by the Purchaser before arrival of the Goods (except when the goods are delivered directly to the consignee) and if not received; the Vendor will be responsible for any consequent expenses. Page 22 of 43