ALLAHABAD BANK. ZONAL OFFICE, RAIPUR New Shanti Naga, Raipur. Chattisgarh

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

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

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

WEBSITE ADVERTISEMENT

PURCHASE OF LAPTOPs. The details of the bid and other terms and conditions are enclosed in Annexure-A.

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

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

Bid Processing Fee: Rs. 500

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

Informal Bid No: CRP2017 Bid for: City Sheridan 2018 Computer Replacements Bid Due (no later than): September 29, :00 P.M. (MST) Buyer: Kathy

Bid for Purchase of All-in-one Desktops & Multifunction Laser Printers on behalf of Gujarat Infrastructure Development Corporation Ltd., Gandhinagar.

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

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

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

Dated: Terms & Conditions:-

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

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

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

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

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

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

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

Wanted office Premises on Lease.

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

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

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

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

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

Indian Institute of Technology Bombay

Clarification point as stated in the tender document Query Banks Reply. Sr. No. Page # Point/ Section # 1 12 & & 3.5.2

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

NOTICE OF SOLICITATION INVITATION TO BID. Bulloch County Board of Commissioners FY 2018 Computer Equipment Allotment, Statesboro, GA

NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

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

TENDER DOCUMENT TENDERING ENQUIRY FOR PROCUREMENT UNIFORM CLOTHES FOR FE STUDENTS

STANDARD TERMS AND CONDITIONS OF PURCHASE. 1. Interpretation

Request for Offer. for. Empanelment of Hotels for providing Boarding and Lodging Services

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

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

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

Indian Institute of Technology Bombay

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR Directorate of Information Technology and Support Services (IT&SS)

Indian Institute of Technology Bombay

INDIAN INSTITUTE OF TECHNOLOGY MADRAS Chennai Ref: MET MSTESABI Project Coordinator Dated:

S UPPLY OF BATTERIES WITH & WITHOUT BUYBACK OFFER THROUGH E-PROCUREMENT (REVERSE AUCTION) Ten der Notice

Indian Institute of Technology Bombay

Extension of Due Date

TENDER No: IMU/2018/0009 Issue Date: 15 th May, 2018

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

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

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

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

AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE

COHERENT TERMS AND CONDITIONS OF SALE TAIWAN

RFP for Rented Printer and Services Document Control Sheet

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

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

KISSAN SUPPORT SERVICES (PVT) LIMITED (A subsidiary of Zarai Taraqiati Bank Limited)

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

Pakistan International Airlines Procurement & Logistics Department. Disposal Section

Following are the amendments to the RFP Reference No. IT-04/ dated 24/12/2018:

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

Order & Quotation Terms & Conditions DEFINITIONS: Buyer Order Product Quotation RFQ Seller Terms and Conditions 1. Applicability:

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE (An autonomous Institute under the Ministry of Earth Sciences, Govt.

Installation / maintenance of Lease line links for ERNET Delhi PoP

Notice Inviting Tender under Limited Tendering Method

TERMS AND CONDITIONS OF SALE

GENERAL TRADE RULES FOR WOOD PULP

KALINDI COLLEGE (University of Delhi) East Patel Nagar, New Delhi : ; Fax No.: E mail :

advertisements in newspapers

STANDARD TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS

Notice Inviting Quotations Sealed quotations are invited from bona-fide suppliers for supply of the following items,

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

Pro Flow Dynamics, LLC. Standard Terms and Conditions of Sales

TENDER FOR LEASING OUT SHEDS AND OPEN SPACE AT UDYOG NAGAR, INDUSTRIAL ESTATE, NAINI ALLAHABAD

STATE BANK OF INDIA PREMISES DEPT., 9 TH FLOOR, STATE BANK BHAVAN, CORPORATE CENTRE, NARIMAN POINT, MUMBAI PREMISES REQUIRED ON LEASE

PURCHASE ORDER TERMS AND CONDITIONS

ANDREW YULE & COMPANY LIMITED (A Government of India Enterprise) Tea Division 8, Dr. Rajendra Prasad Sarani Kolkata

Pakistan International Airlines

Jaipur Development Authority e-auction :Business Rules Document 2014

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013

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

Invitation of Tender

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

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

CONDITIONS OF CONTRACT FOR THE PURCHASE OF GOODS AND SERVICES BY PENNON GROUP PLC AND/OR SOUTH WEST WATER LIMITED

Tender Document for hiring of office space

DIRECTORATE GENERAL ASSAM RIFLES : SHILLONG TENDER NOTICE. Tender Notice No. IV.18081/09-10/ORD/M&E/Treadmill Dated, Shillong : 06 Jan 2010

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

Purchase Terms and Conditions

TENDER DOCUMENT. Date: Tender Notice No:230/GM(EMP)/APIIC/EC-IP-Piler/2015,Date:

GENERAL CONDITIONS OF PURCHASE

Skyways Technics - General Terms and Conditions for the Sale of Goods and Services

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

INDIAN INSTITUTE OF TROPICAL METEOROLOGY, PASHAN, PUNE-411

TERMS AND CONDITIONS OF SALE

Transcription:

ALLAHABAD BANK ZONAL OFFICE, RAIPUR New Shanti Naga, Raipur. Chattisgarh Tender Document Sealed quotations for supply and installation of computer hardware OBJECTIVES ALLAHABAD BANK, a leading Public Sector Bank, having its presence throughout the country, intends to make procurement of Computer Hardware for our branches situated in various places under Zonal Office Raipur through a limited tendering process. Allahabad Bank, Zonal Office, Raipur intends to procure computer hardware as per the technical specification (Annexure-I) for the purpose of supply, installation, commissioning and maintenance, at various branches under Zonal Office Raipur. In this connection, Sealed Tenders are invited from reputed vendors, deals in this business for the supply, installation, commissioning and maintenance of branded hardware. Submission of Tender 1. Interested Vendor may quote their best prices and submit sealed envelope super scribing Tender for supply and installation of computer hardware mentioning the date and time. The vendor shall seal the envelopes containing Technical Bid and Price Bid separately and the two envelopes shall be enclosed and sealed in an outer envelope. 2. Envelope Containing Technical Bid (As per annexure-i) should be super scribing as under Technical Bid for supply and installation of computer hardware 3. Envelope containing Price Bid (As per annexure-ii) should be super scribing as under Price Proposal for supply and installation of computer hardware 4. The complete tender documents have been published at the Bank s website https://www.allahabadbank.in 5. A complete set of sealed tender has to be submitted at the following Address:- The Deputy General Manager Allahabad Bank,Zonal Office, New Shanti Nagar Raipur Chattisgarh Phone No-0771-4287708 6. Last date and time for submission of Bid 20.06.2014, 1:00 PM IST 7. Date and time of opening of Bids Date and time will be intimated to successful bidder over phone. 8. No further discussion / interface will be granted to bidders whose bids have been disqualified.

9. Allahabad Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever. SECTION II INSTRUCTIONS TO BIDDERS: The Technical Bid must contain following: i) Detailed Technical specifications of hardware offered by bank and bidder s offer of technical compliance as per Annexure-I. ii) Valid certificate of OEM or authorized dealership/supplier of OEM of the proposed hardware. The Price Bid must contain the following: i) Price Schedule as per Annexure-II No changes are allowed/permitted after the submission of the documents. All the documents including Technical and Price Bid must be properly stamped and signed by the bidder. 1. ELIGIBLITY CRITERIA: 1.1 The bidder must have 3 (three) years of experience in supplying, installation, configuration, commissioning and maintenance of Hardware to at least two (2) commercial banks or PSU/Govt. Organizations. Credential letters from the relevant customers/recent order received from them. 1.2 The bidder must have their own office/ support service centers in atleast Three location in Chattisgarh. 1.3 The Bidder should be an OEM or authorized supplier of OEM of the proposed hardware along with AMC support. 2. ELIGIBLE GOODS AND SERVICES: The Purchaser is looking for Hardware (Technical Specifications are given in Annexure- I), 3. PERFORMANCE SECURITY: 3.1 The bidder/supplier on whom any purchase order will be placed by Purchaser, will be required to furnish a performance security in the form of a Bank Guarantee valid for 5 years of 10% of the order value of the equipment valid up to 60(sixty) days after the date of completion of five years (3 year warranty + 2 year AMC) at the time of delivery of goods or before release of payment of goods by the purchaser. 3.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier s failure to complete its obligations under the contracts. 3.3 The performance security shall be denominated in the INDIAN RUPEES only and shall be in any one of the following forms. A bank guarantee issued by a Scheduled Commercial bank located in India. 3.4 The performance security will be discharged by the purchase and returned to the bidder/supplier not later than 30 (thirty) days following the date of completion of the supplier s/bidder performance obligations, including warranty and maintenance obligations.

4. PERIOD OF VALIDITY OF BIDS: Bids shall remain valid for 180 days after the date of opening of Bid. 5 PAYMENT TERMS: 1. The Vendor s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and services performed and by documents submitted and upon fulfillment of other obligations. 2. Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days of submission of an invoice/claim supported by all required documents by the Vendor. 3. Payment will be made to the Vendor in Indian Rupees only. 4. Payment on Delivery of Goods: Site-wise payment of 80% of the cost of equipment shall be made by Purchaser, who have placed the purchase order, on receipt of the specified goods at the site and submission of the documents as mentioned below (Delivery & Documents point no. 7) along with Performance Security. 5. Final Payment: Site-wise payment of balance 20% shall be made by the Purchaser, who has placed the purchase order, after installation and issuance of certificate of successful commissioning/acceptance of the supplied goods by the purchaser. 6 PACKING : 1 The Vendor will be required to make separate packages for each consignee. Each package will be marked on three sides with proper paint/indelible ink with the following - (i) (ii) (iii) (iv) Contract No.: Purchase Order No., Empanelled Vendor s Name; Packing List Reference Number. 2 The Vendor shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit. 7 DELIVERY AND DOCUMENTS: 1. Delivery of the goods shall be made by Vendor within 3 (Three) weeks from Receipt of Purchase Order from the concerned office of the Purchaser. The goods must be supplied with their original and complete printed documentation. Delivery of the goods means the complete set of goods mentioned in purchase order of the purchaser. 2. For goods manufactured in India or goods of foreign origin already located in India, all activities to transport the equipments to ultimate destination for delivery as

per delivery schedule will be the responsibility of the Bidder. For goods offered from outside India, all activities to clear the goods and transport the equipments to ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. The Bidder will be solely responsible for complying with any applicable export/import regulations. The Purchaser will in no way be responsible for any Deemed Export benefit that may be available to the Bidder. Documents to be submitted to purchaser: Original and three copies of - a) The Vendor s invoice showing purchase order number, goods description, serial number/s of goods, quantity, unit price, total amount; b) Delivery note, packing list, lorry/railway receipt; c) Insurance certificate (if any); d) Vendor s certificate that the delivered goods are brand new in all its components and conform to the technical specifications required by the Purchaser. In case of software, the Vendor should certify that the software supplied to the Purchaser is licensed and legally obtained; e) Manufacturer s/ Vendor s warranty certificate; f) Certificate of origin; g) Excise gate pass/ Octroi receipts, wherever applicable duly sealed indicating payments made; and h) Any other document evidencing payment of statutory levies. 8 WARRANTY AND POST-WARRANTY MAINTENANCE: WARRANTY: a. The vendor warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials. The Vendor further warrants that all the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Vendor that may develop under normal use of the supplied Goods in the conditions prevailing at the final destination. b. This warranty shall remain valid for a period of 36 months after the Goods have been delivered to and accepted at the final destination after proper installation and commissioning. c. Free on-site maintenance services shall be provided by the Vendor during the period of warranty. d. The Purchaser shall promptly notify the Vendor in writing of any claims arising under this warranty. e. Upon receipt of such notice the vendor shall, within 24 hours repair or replace the defective goods or parts thereof, without any cost to the Purchaser. f. If the Vendor, having been notified, fails to remedy the defect(s) within a reasonable period as specified above, the Purchaser may proceed to take such remedial action as may be necessary, at the Vendor s risk and expense

and without prejudice to any other rights which the Purchaser may have against the Vendor under the Contract. The Vendor must provide the following warranties - a) The equipment proposed is complete in every way. b) The hardware/software specification, capabilities and performance characteristics are as stated in the vendor s proposal and accompanying documentation. c) The Vendor will offer the Purchaser all technological updates, cost reductions and facilities which are offered to other clients during the contract tenure. d) If during the warranty period, any equipment has a hardware failure on four or more occasions in a quarter, the Vendor shall replace the entire unit or component with another of at least the same quality and performance specifications at no cost to the Purchaser. 9. POST WARRANTY MAINTENANCE SERVICE: 9.1 After the expiry of the warranty period, annual maintenance and repairs of the entire systems will be done by the vendor and all services available during warranty period will also be made available during the post warranty AMC period 9.2 The maximum response time for maintenance of complaint from any of the destination (i.e. time required for vendor s maintenance engineer to report at the installation site after a request call through telephone/e-mail is made or letter is written) shall not exceed 4 hours. 10. PAYMENT OF ANNUAL MAINTENANCE CHARGES: 10.1 The AMC amount shall be released (after warranty period) on entering an agreement as per the standard format with the purchaser for annual maintenance of the supplied goods. 10.2 Annual Maintenance and repair cost (after warranty period) for the equipment shall be paid by the Zonal Office, who have placed the purchase order, in advance, at the agreed rates, within thirty days from the date of completion of warranty/maintenance period, subject to satisfactory services rendered during the previous year of warranty/maintenance and on submission necessary papers for AMC agreement to the purchaser. 11 PENALTY FOR DOWN TIME: The maximum permissible downtime for any equipment is 24 hours. In case an item is not usable beyond the maximum permissible downtime the Vendor will be required to arrange for an immediate replacement of the same by temporary substitute (of equivalent or higher configuration) till it is repaired. Failure to meet the above standards of maintenance will be liable for a penalty of Rs1,000/= for Server and Rs500/= for any equipment (other than Server) per day per item. The amount of penalty will be recovered from maintenance charges payable for subsequent year or bank guarantee held with the Purchaser. The Vendor shall conduct preventive maintenance (including inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment and necessary repairing of the equipment) once at least in every 90 days in addition to the normal maintenance required. 12. PRICES: The prices once offered must remain firm and must not be subject to escalation during execution of the purchase order due to fluctuation in foreign currency or change in the duty/tax structure or for any other reason. However, the entire benefits/advantages

arising out of fall in prices, taxes, duties or any other reason, must be passed on to the Purchaser without the Purchaser specifically asking for it. 13. TAXES AND DUTIES : 1) The Vendor will be entirely responsible to pay all taxes including corporate tax and income tax, duties, license fees, octroi, road permits etc. in connection with delivery of goods at site including incidental services and commissioning. 2) Sales Tax/VAT and other taxes which will be applicable on the finished goods, should be clearly mentioned separately which will be paid by the Bank on actual basis on production of proof. 14. CHANGE ORDERS: i) The Purchaser may at any time, by written order given to the supplier, make changes within the general scope of the purchase order in any one or more of the following - (a) Drawings, designs or specifications where goods to be furnished under the tender are to be specifically manufactured for the Purchaser; (b) The method of shipment or packing; (c) The place of delivery and / or (d) The Services to be provided by the supplier ii)if any such change causes an increase or decrease in the cost of, or the time required for, the supplier s performance of any provisions under the Tender, an equitable adjustment shall be made in the Tender Price or delivery schedule, or both, and the Tender shall accordingly be amended. Any claims by the supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier s receipt of the Purchaser s change order. 15. DELAYS IN THE supplier s PERFORMANCE: i) Delivery of the Goods and performance of the Services shall be made by the supplier in accordance with the time schedule specified by the Purchaser in its Schedule of Requirements. ii)if at any time during performance of the purchase order, the supplier should encounter conditions impeding timely delivery of the Goods and performance of the Services, the supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier s notice, the Purchaser shall evaluate the situation and may at its discretion extend the supplier s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Tender. iii) A delay by the Vendor in the performance of its delivery obligations shall render the supplier liable to the imposition of liquidated damages pursuant to Clause 16. 16. LIQUIDATED DAMAGES: if the supplier fails to deliver any or all of the Goods or perform the Services within the time period(s) specified in the Tender, the Purchaser shall, without prejudice to its other remedies under the Tender, deduct from the Tender Price, as liquidated damages, a sum equivalent to 0.5% of the delivered price of the delayed Goods for each week or part thereof of delay until actual delivery, upto a maximum deduction of 10% of the tender price.

17. SITE PREPARATION: The supplier will be required to perform a site inspection at its own cost to verify the appropriateness of the sites before the commencement of site-preparation / delivery. The supplier will guide and provide the necessary layout plan and such other information to the Purchaser for preparation of site. Thereafter the supplier shall inspect the site to verify its appropriateness before installation of the equipments. 18. HARDWARE INSTALLATION: i ) The supplier will promptly install the delivered goods at the designated installation sites. The supplier is responsible for installation and configuration of systems at sites including unpacking of cartons / boxes, assembling, wiring, cabling between hardware units and connecting to power supplies. The supplier will test all hardware operations and accomplish all adjustments necessary for successful and continuous operation of the hardware at all installation sites. ii) The Purchaser reserves the right to install third party software/hardware or any other products at the same site. iii) The Purchaser reserves the right to shift any equipment delivered by the supplier from one destination to another at its cost for which the supplier shall extend all assistance and install the equipment at the new site. 19. HARDWARE MAINTENANCE: i) The supplier will carry out preventive and corrective maintenance activities to ensure that all hardware perform without defect or interruption for at least 99% uptime for 24 hours a day for all 7 days a week of operation of the machine. The uptime will be calculated on quarterly basis. ii) If any critical component of the entire configuration is out of service for three days or more, the supplier shall immediately replace the defective unit with a new unit of equivalent or higher performance at no cost to the Purchaser. iii) The supplier will respond to a service call and commence repair work on the equipment within 4 hours of being notified of equipment malfunction/ failure. iv) The supplier will not sub tender or delegate or permit anyone other than its own personnel to provide maintenance services during warranty and maintenance period without the prior written consent of the Purchaser. In such a case, the Purchaser will have the discretion to forfeit the Performance Security. 20. TRAINING: For items being installed, the supplier will train the designated end user personnel of Branch/ Office of the purchaser to effectively operate and handle the entire system. 21. TECHNICAL DOCUMENTATION: The technical documentation involving detailed instruction for operation and maintenance, users manual etc. is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.

22. RIGHT TO USE DEFECTIVE GOODS : If after delivery, acceptance & installation and within the guarantee and warranty & Post Warranty period, the operation or use of the Goods proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such Goods until rectification of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser s operation. 23. ORDER CANCELLATIONS: The Purchaser reserves the right to cancel the order in the event of one or more of the following circumstances - Delay in delivery and installation beyond a period of 45 days from the date of purchase order. Serious discrepancy in hardware noticed at the time of installation. Breach by the Vendor of any of the terms & conditions of the tender. If the vendor goes into liquidation voluntarily or otherwise. 24. GUARANTEES: The equipment must conform to the highest quality and standard. The hardware must be supplied with their original and complete printed documentation. Consistency must be maintained for the entire lot of the equipment ordered. All the required quantity of an item, mentioned in the schedule of requirement (of any purchase order issued), must be of the same brand and same model number. Part numbers also must be same for all pieces of an item. The vendor should not substitute any internal components or subsystems or equipments by similar items from a different manufacturer. All the equipments and peripherals should be supplied with the relevant interface cables. 25. PUBLICITY: Any publicity by the vendor, in which the name of the Purchaser is to be used, should be done only with the explicit written permission of the Purchaser. 26. HARDWARE TO BE PURCHASED: Items Qty (*) in Nos Desktop(PC) 80 Passbook Printer 10 * may vary as per Bank s requirement. CHIEF MANAGER ALLAHABAD BANK, Zonal Office, Raipur, Chattisgarh Phone No-0771-4287708 ******

Technical Specification:- Annexure- I PC Without Monitor( intel Based) SL N o Parameter specifications Required Your Offer(Yes /No) Specify clearly 1 Make Must be specified 2 model Tower Model Required. All the relevent product brochures and manuals must be submitted. 3 processor Intel Dual Core E 6700(3.20 GHz, 2 MB Cache with 1066 HHz FSB) or higher 4 Motherboard Intel Original/OEM-Support for 1066 MHz FSB 5 chipset Intel's 4 Series chipset or Higher 6 Memory 2GB DDR3 1066 MHz( upgradeable up to 4 GB DDR3 1066 MHz) 7 PCI/PCI-E Slots Four slots or more, providing minimum two PCI-x Slots 8 Network Integrated 10/100/1000 base T Network controller with Ethernet RJ-45 Port controller & Ethernet port 9 Disk Controller Support minimum two 320-GB SATA 3.0-GB/s Hard Disk 10 Hard disk Drive 320 GB SATA 97,200 RPM) SMART-III or higher 11 Display Controller Integrated Intel's Graphics Media Accelerator 3100 or higher 12 ports One ECP/EPP parallel, One Serial RS 232, Minimum two USB 2.0 Ports( in the rear) in addition of PS2/USB Ports for Keyboard and Mouse devices, Ethernet Port, One audio-in,one audio-out & MIC-in. 13 Mouse 2-Button Scroll optical Mouse with PS2 (incase of availability of PS port in the motherboard)/ USB interface. 14 Key-Board 104 Keys Heavy Duty Mechanical Keyboard with PS2(incase of avalability of PS2 port in the motherboard)/usb interface. 15 Power Supply 300 Watts SMPS with UL/CE Mark 16 operating System Windows XP professional( Preloaded with latest Service packs) alongwith Media and License (Windows Vista and Windows 17 Other Software backup and Recovery manager 18 PC Management Software Management features includes: PC management Software, Pre failure alert for HDD 19 Certification Windows XP, Vista, Windows7, ACPI 2.0 Complient, ISO 9001: 2000 and ISO 14000 Certificates with current validity for OEM,UL Certification for PC.

SL N o Monitor Parameter specifications Required Your Offer(Yes /No) Specify clearly 1 Monitor Minimum 19" TFT, 1024x768 @ 60Hz (or better) Non-interlaced Resolution, Anti- Static, User Programmable Display Modes, maximum power Consumption should be less than 25 Watts. Certificatio required- Energy star/tco 03, UL/CSA PassBook Printer SL N o Parameter specifications Required Your Offer (Yes /No) Specify clearly 1 Make Epson PLQ 20 2 Model Must be specified. All the relevant product brochures and manuals must be submitted 3 Print Head 24 Pins 4 Print Speed Draft: Min 360 CPS at 10 CPI NLQ: Min. 150 Cps at 10 CPI Min. 100 Cps at 10 CPI 5 Print Width 94 columns or more @ 10 cpi 6 Character Pitch 10,12, 15, 16.6, 17.1 CPI 7 line Pitch 6, 8 lpi incremental 8 Print Mode & Printing direction Draft & LQ condensed, double H/W, Graphics, Bit image mode, Bidirectional Printing with logic seeking. 9 Print Attributes Bold, Italics, Underline, Wide-front, Superscripting and Subscripting 10 I/O interface Standard RS 232 C Serial with additional Parallel or USB port 11 Features Automatic Gap Adjustment/Auto border/auto alignment/auto head cleaning. To support, both document and Passbook To support Horizontal/Vertical Passbook 12 Print Head Life > 400 million Characters (10 CPI Draft Mode with 33% Print density at 25% duty Cycle) or > 400 Million Dots per Pin 13 Ribbon life > 4 million Characters (10 CPI Draft Mode with 33% Print density at 25% duty Cycle) 14 MTBF > 10,000 POH (10 CPI draft Mode with 33% Print Density at 25% duty Cycle) 15 INK Should be indelible Ink to provide extra protection in draft printing. 16 Noise < 55 DB from 1 Meter Distance 17 buffer Memory 32 KB or more 18 Certification ISO 9001:2000 and ISO 14000 Certificates with current validity for OEM LQ: 19 Drivers Windows XP, vista, Windows7

(PRICE BID) PRICE SCHEDULE FOR Desktop PCs and Printers Annexure-II) (Amount in Rs.) Sl. No. Desktop PC with Monitor 1 2 3 4 5 6 7 Item Description (Make & Model) Make and Model to be specified by the Bidder Unit Price with 3 years warranty (Exclusive of Taxes) Qty Total Price (2*3) with 3 years warranty (Exclusive of Taxes) Passbook Make and Model 10 Printer to be specified by the Bidder * Please note that the taxes mentioned in Column.5 only will be paid by the Bank. 80 Total Sales Tax/ VAT * (Please also specify the Rate) Net Price of Hardware along with Taxes (4+5) Total Bid Price with 3 years warranty 8 AMC Price (For 2 Years) Total bid price (Column 7): Rs (Rupees ) Note: In case of discrepancy between unit price and total price, the unit price shall prevail. We understand that the Bank is not bound to accept the lowest or any bid the bank receives and Bank has right to accept or reject in part of full any or all the offers without assigning any reason. Place: Date: Signature of Bidder Company Name/Business: Address

Annexure - III PERFORMANCE SECURITY FORM (BANK GUARANTEE FORMAT) (ON NON-JUDICIAL STAMP PAPER OF RS 100.00) Bank Guarantee No. Date: To: Allahabad Bank Zonal Office Raipur New Shanti Nagar Raipur, Chattisgarh WHEREAS (name of the Supplier) hereinafter called Vendor has undertaken, in pursuance of Purchase Order No. dated 20 to supply (Description of Goods and Services) hereinafter called the order. AND WHEREAS it has been stipulated by you in the said order that the Supplier shall furnish you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for compliance with the supplier s performance obligations under the contract. AND WHEREAS we have agreed to give the Supplier a Guarantee. THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Supplier, up to a total of Rs. (Amount of guarantee in words and figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the contract and without cavil or argument, any sum or sums within the limit of Rs. (Amount of guarantee.) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until day of 20. Signature and seal of Guarantors. Date: Address: Note: 1) Supplier should ensure that seal and code no. of the signatory is put by the bankers, before submission of the bank guarantees. 2) Stamp paper is required for the bank guarantees issued by the banks located in India.

Annexure - IV FORMAT OF BANK GUARANTEE AGAINST ANNUAL MAINTENANCE (ON NON-JUDICAIAL STAMP PAPER OF RS. 100.00) Bank Guarantee No. Date:.. To: Allahabad Bank Zonal Office Raipur New Shanti Nagar Raipur, Chattisgarh WHEREAS (name of the Supplier) hereinafter called the Supplier has under taken, in purchase of contract No. dated 20 to supply. (Description of goods) hereinafter called the Contract. AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall furnish you with a Bank Guarantee by a recognised Bank for the sum specified therein as security for compliance with the Supplier s performance obligations under the contract for Annual Maintenance and Repairs of the entire system including cost of spares after warranty period for next three years. AND WHEREAS we have agreed to give the Supplier a Guarantee. THEREFORE WE hereby affirm that we are guarantors and responsible to you on behalf of the supplier, up to a total of Rs. (Amount of Guarantee in words and figures) being 100% of the Annual Maintenance Charge and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the contract and without cavil or argument, any sum of sums within the limit of Rs. (Amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until day of 20 Signature and Seal of Guarantors Date: NOTE: 1 SUPPLIER SHOULD ENSURE THAT SEAL AND CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK GUARANTEES. 2 STAMP PAPER IS REQUIRED FOR THE BANK GUARANTEES ISSUED BY THE BANKS LOCATED IN INDIA.