Professional Documents
Culture Documents
The e-tenders are hereby invited on behalf of Haryana State Cooperative Apex Bank
Ltd under Two Bid System (Technical Bid and Financial Bid) for the following works
to be carried out from the eligible parties as per details given below:-
Managing Director
Haryana State Cooperative Apex Bank Ltd.
1
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
KEY DATES
Sr. Department Stage Bidder's Stage Start date and Expiry date
No. Time and time
1 12.4.2018 11.5.2018
Tender (17:00 hrs)
Document
Download and
BidPreparation/S
ubmission
2 Manual 14.5.2018 (10:00 hrs to 12:00
submission of hrs)
Technical
Documents (Not
mandatory)
3 Technical Bid Opening 14.5.2018 (14:00 hrs)
4 Financial Bid Opening To be intimated later on
Important Note:
Under this process, the Pre-qualification/ Technical online bid Application as well as online
Price Bid shall be invited at single stage under two covers i.e. PQQ/Technical & Commercial
Envelope. Eligibility and qualification of the Applicant will be first examined based on the
details submitted online under first cover (PQQ or Technical) with respect to eligibility and
qualification criteria prescribed in this Tender document. The Price Bid under the second cover
shall be opened for only those Applicants whose PQQ/ Technical Applications are responsive
to eligibility and qualifications requirements as per Tender document.
1. The Applicants/bidders have to complete ‘Application / Bid Preparation &
Submission’ stage on scheduled time as mentioned above. If any Applicant /
bidder failed to complete his / her aforesaid stage in the stipulated online
time schedule for this stage, his / her Application/bid status will be
considered as ‘Applications / bids not submitted’.
2
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
4.1 In the first instance, the online payment details of tender document fee + e-
Service and EMD & PQQ/Technical Envelope shall be opened. Henceforth
financial bid quoted against each of the item by the shortlisted bidder/
Agency wherever required shall be opened online in the presence of such
bidders/ Agency who either themselves or through their representatives
choose to be present. The bidder can submit online their bids as per the
dates mentioned in the schedule/Key Dates above.
4.2 The payment for Tender Document Fee and e-Service Fee shall be made by
eligible bidders online directly through Debit Cards & Internet Banking
Accounts and the payment for EMD can be made online directly through
RTGS/NEFT Please refer to ‘Online Payment Guideline’ available at the
Single e-Procurement portal of GoH (Govt. of Haryana) and also
mentioned under the Tender Document.
5. Intending bidders will be mandatorily required to online sign-up (create user account)
on the website https://haryanaeprocurement.gov.in to be eligible to participate in the
e-Tender. He / She will be required to make online payment of Rs. 2,00,000
towards EMD fee in due course of time. The intended bidder fails to pay EMD
fee under the stipulated time frame shall not be allowed to submit his / her
bids for the respective event / Tenders.
6. The interested bidders must remit the funds at least T+1 working day (Transaction day
+ One working Day) in advance i.e. on or before (11.5.2018 upto
1700hrs)andmake payment via RTGS /NEFT to the beneficiary account
number specified under the online generated challan. The intended bidder /
Agency thereafter will be able to successfully verify their payment online, and
submit their bids on or before the expiry date & time of the respective
events/Tenders at https://haryanaeprocurement.gov.in.
The interested bidders shall have to pay mandatorily e-Service fee (under
document fee – Non refundable) of Rs.1000/- (Rupee One Thousand Only) online by using
the service of secure electronic gateway. The secure electronic payments gateway is an
online interface between bidders & online payment authorization networks.
The Payment for document fee/ e-Service fee can be made by eligible
bidders online directly through Debit Cards & Internet Banking.
The Bidders can submit their tender documents (Online) as per the dates
mentioned in the key dates above.
The bidders shall quote the prices in price bid format under Commercial Bid.
3
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
All the bidders intending to participate in the tenders process online are
required to get registered on the centralized e - Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for
moredetails.
8.1 The Bids submitted online should be encrypted and signed electronically with
a Digital Certificate to establish the identity of the bidder bidding online.
These Digital Certificates are issued by an Approved Certifying Authority, by
the Controller of Certifying Authorities, Government of India.
8.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e.
Applicant’s PAN Card) and Address proofs and verification form duly attested
by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt
of the required documents, a digital certificate can be issued. For more
details please visit the website – https://haryanaeprocurement.gov.in.
8.3 The bidders may obtain Class-II or III digital signature certificate from any
Certifying Authority or Sub-certifying Authority authorized by the Controller
of Certifying Authorities or may obtain information and application format
and documents required for the issue of digital certificate from.
8.4 The bidder must ensure that he/she comply by the online available important
guidelines at the portal https://haryanaeprocurement.gov.in for Digital
Signature Certificate (DSC) including the e-Token carrying DSCs.
8.5 Bid for a particular tender must be submitted online using the digital
certificate (Encryption & Signing), which is used to encrypt and sign the data
during the stage of bid preparation. In case, during the process of a
particular tender, the user loses his digital certificate (due to virus attack,
hardware problem, operating system or any other problem) he will not be
able to submit the bid online. Hence, the users are advised to keep a backup
of the certificate and also keep the copies at safe place under proper
security (for its use in case of emergencies).
8.6 In case of online tendering, if the digital certificate issued to the authorized
user of a firm is used for signing and submitting a bid, it will be considered
equivalent to a no-objection certificate /power of attorney / lawful
authorization to that User. The firm has to authorize a specific individual
4
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
The bidders can view the detailed N.I.T and the time schedule (Key Dates)
for all the tenders floated through the single portal eProcurement system on
the Home Page at https://haryanaeprocurement.gov.in.
The bidders are strictly advised to follow dates and times as indicated in the
online Notice Inviting Tenders. The date and time shall be binding on all
bidders. All online activities are time tracked and the system enforces time
locks that ensure that no activity or transaction can take place outside the
start and end dates and the time of the stage as defined in the online Notice
Inviting Tenders.
5
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
15. Online Payment of Tender Document Fee, eService fee , EMD fees & Bid
Preparation & Submission (PQQ/ Technical & Commercial/Price Bid):
The online payment for Tender document fee, eService Fee & EMD can be
done using the secure electronic payment gateway. The Payment for Tender
Document Fee and eService Fee shall be made by bidders/ Vendors online
directly through Debit Cards & Internet Banking Accounts and the Payment
for EMD shall be made online directly through RTGS / NEFT. The secure
electronic payments gateway is an online interface between contractors and
Debit card / online payment authorization networks.
ii) PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:
1. Any intending bidder can contact the helpdesk on or before prior to 4 hours of
the scheduled closing date & time of respective e-Auction/ Tender event.
2. For queries pertaining to e-Payment of EMD, please contact the helpdesk at least 2 business
days prior to the closing date & time of e-Auction/Tender event.
3. Help-desk support will remain closed during lunch break i.e. from 1:30 PM up to
2:15 PM on each working day.
Training workshop will be held on 1st, 2nd Wednesday (from 3:30 pm upto 5:00
pm) of each month at following addresses:
For help manual please refer to the ‘Home Page’ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link ‘How to...?’ to
download the file.
7
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
Post registration, bidder shall proceed for bidding by using both his digital
certificates (one each for encryption and signing). Bidder shall proceed to select
the tender he is interested in. On the respective Department’s page in the e-
tendering portal, the Bidder would have following options to make payment for
tender document & EMD:
A. Debit Card
B. Net Banking
C. RTGS/NEFT
A) Debit Card
B) Net Banking
The bidder shall have the option to make the EMD payment via RTGS/ NEFT.
Using this module, bidder would be able to pay from their existing Bank
account through RTGS/NEFT. This would offer a wide reach for more than
90,000 bank branches and would enable the bidder to make the payment
from almost any bank branch across India.
Bidder shall log into the client e-procurement portal using user id and
password as per existing process and selects the RTGS/NEFT payment
option.
Upon doing so, the e-procurement portal shall generate a pre-filled
challan. The challan will have all the details that is required by the
bidder to make RTGS-NEFT payment.
Each challan shall therefore include the following details that will be
pre-populated:
payment, there would be a link for real time validation. On clicking the
same, system would do auto validation of the payment made.
This solution shall allow the bidder having account with ICICI Bank, to make the
payment from any CMS enabled Branch of ICICI Bank in India. Bidders can make the payment via
cash (if amount is<=₹ 49,999), Demand Draft or ICICI Bank Cheque.
Don’t’s
11
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
12
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B,
CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
Don’t’s
13
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
14
KEYINFORMATION
Particulars Details
Email cbsharcobank.haryana@gmail.com
Section – I
1. Brief
Haryana State Cooperative Apex Bank Limited (HARCO BANK) occupies a vital position in the
State economy and has been financing farmers, rural artisans agricultural labourers,
entrepreneurs etc. in the State and serving its depositors for the last 49 years. The Short Term
Coop. Credit Structure consists of three tiers i.e. HARCO BANK at State Level having 13
branches and two Extension Counters at Chandigarh and Panchkula. 19 Central Coop. Banks at
district headquarters with their 594 branches and 718 PACS catering to the financial needs of
31.26 lacs members who are residing mostly in rural areas of Haryana. The HARCOBANK from
the humble beginning in November, 1966 has grown into a sound financing institution of
outstanding credit worthiness. The performance of HARCO BANK has been adjudged as the
best State Cooperative Bank in the country.
2. Introduction and Disclaimer
This RFP for VC (“RFP document” or “RFP”) has been prepared solely for the purpose of
enabling HARCO BANK, to select a vendor for supply, installation, testing & commissioning of
Video Conferencing System at its following –HARCO Bank and 19 DCCBs
Name of Banks
The Haryana State Cooperative Apex Bank
Ambala Central Cooperative Bank
Bhiwani Central Cooperative Bank
Faridabad Central Cooperative Bank
Fatehabad Central Cooperative Bank
Gurgaon Central Cooperative Bank
Hisar Central Cooperative Bank
Jhajjar Central Cooperative Bank
Jind Central Cooperative Bank
Rohtak Central Cooperative Bank
Yamunanagar Central Cooperative Bank
Sirsa Central Cooperative Bank
Kaithal Central Cooperative Bank
Karnal Central Cooperative Bank
Kurukshetra Central Cooperative Bank
Mahendergarh Central Cooperative Bank
Panchkula Central Cooperative Bank
Panipat Central Cooperative Bank
Rewari Central Cooperative Bank
Sonepat Central Cooperative Bank
A Bidder should act as a System Integrator for providing an end to end Solution. The bidders
have to ensure smooth execution of the project.
The RFP document is not a recommendation, offer or invitation to enter into a contract,
agreement or any other arrangement in respect of the services. The provision of the services is
subject to observance of selection process and appropriate documentation being agreed
between the Bank and any successful bidder as identified by the Bank after completion of the
selection process.
Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement portal
https://haryanaeprocurement.gov.in and http://harcobank.org.in
However, the bidders are required to submit the nonrefundable tender document cost
3. Bid Preparation
a. The online payment for Tender document fee, eService Fee & EMD (if required) can be
done using the secure electronic payment gateway. The Payment for Tender Document
Fee and eService Fee can be made by eligible bidders/ contractors online directly through
Debit Cards & Internet Banking Accounts and the Payment for can be made online
directly through RTGS / NEFT.
b. The secure electronic payments gateway is an online interface between bidders and
Debit card / online payment authorization networks.
c. The bidders shall upload their technical offer ((Part-1: General Information & Compliance
to Instructions to Bidder, Part-2: Technical) containing documents, qualifying criteria,
technical specification, schedule of deliveries, and all other terms and conditions except
the rates (price bid).
d. The bidders shall quote the prices in price bid format only.
e. If bidder fails to complete the Online Bid Preparation & Submission stage on the
stipulated date and time, his/hers bid will be considered as bid not submitted, and hence
not appear during tender opening stage.
f. Bidders participating in online tenders shall check the validity of his/her Digital Signature
Certificate before participating in the online Tenders at the portal
https://haryanaeprocurement.gov.in.
g. For help manual please refer to the „Home Page‟ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link „How to ...? ‟ to
download the file.
h. Bidder need to submit the hardcopy of documents mandatory on date: 9.5.2018 (12:00
Hrs)
1. Bid/Tender Rs. 5000/- The Payment for Tender Document Fee Rs. 5000
Document Fee (Nonrefundable)) can be made by eligible bidders
/ contractors online directly through Credit cards/
Debit Cards & Internet Banking Accounts.
2. eService fee Rs. 1000/- The Payment for eService Fee Rs. 1000
(Nonrefundable)) can be made by eligible bidders
/ contractors online directly through Debit Cards &
Internet Banking Accounts.
3. EMD Rs. 200000/- The Payment for eService Fee Rs. 200000
(refundable)) can be made by eligible bidders /
contractors online directly through Debit Cards &
Internet Banking Accounts.
6. Pre-qualification criteria:
Firms which are willing to participate in the tender exercise for supply, installation and
commissioning Video Conferencing system at our various bank should meet the following
eligibility criteria.
IV. Bidder should not be blacklisted from IV. Bidder need to submit the
Central & State Govt, PSU and Banks. relevant undertaking document.
VI. Bidder required to submit MAF VI. Letter of authorization from OEM
(Manufacturer Authorization Form) from
OEM’s (Original Equipment Manufacturer)
for all the equipment’s mentioned in RFP
VII. Bidder will have the responsibility of all VII. Undertaking to be submitted
kind of maintenance and support of
equipment, software etc .
7. Technical Evaluation
The Technical Proposal should consist of the information mentioned in the table below:
S. No. Technical Criteria/Sub Criteria Maximum Documents to be furnished along the
Weightage Technical Bids
15 marks
4. Details of Executed similar kind of 30 Work order/ Completion certificate
Projectsby OEM/SIingovernment sector copies.
/ Public service undertaking/PSU Banks)
Only the bidders, who score a total Technical score of 60 (Sixty) or more, will qualify for the
evaluation of their Commercial bids. The Best Evaluated Bidder will be declared on the basis of
formula mention in QCBC selection.
8. Information Provided
The RFP document contains statements derived from information that is believed to be true
and reliable at the date obtained but does not purport to provide all of the information that
may be necessary or desirable to enable an intending contracting party to determine whether
or not to enter into a contract or arrangement with HARCO BANK. Neither Bank nor any of its
directors, officers, employees, agents, representative, contractors, or advisers gives any
representation or warranty (whether oral or written), express or implied as to the accuracy,
updating or completeness of any writings, information or statement given or made in this RFP
document. Neither Bank nor any of its directors, officers, employees, agents, representative,
contractors, or advisers has carried out or will carry out an independent audit or verification
or investigation or due diligence exercise in relation to the contents of any part of the RFP
document.
The RFP document is intended solely for the information of the party to whom it is issued
(“the Recipient” or “the Respondent”) i.e. Government Organization, PSU, limited Company
or a partnership firm or organization.
10. Confidentiality
The Recipient will not disclose or discuss the contents of the RFP document with any officer,
employee, consultant, director, agent, or other person associated or affiliated in any way with
Bank or any of its customers or suppliers without the prior written consent of HARCO BANK.
11. Disclaimer
Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its
directors, officers, employees, contractors, representatives, agents, and advisers disclaim all
liability from any loss, claim, expense (including, without limitation, any legal fees, costs,
charges, demands, actions, liabilities expenses or disbursements incurred therein or incidental
thereto) or damage (whether foreseeable or not) (“Losses”) suffered by any person acting on
or refraining from acting because of any presumptions or information (whether oral or
written and whether express or implied), including forecasts, statements, estimates, or
projections contained in this RFP document or conduct ancillary to it whether or not the
Losses arises in connection with any ignorance, negligence, casualness, disregard, omission,
default, lack of care, immature information, falsification or misrepresentation on the part of
Bank or any of its directors, officers, employees, contractors, representatives, agents, or
advisers.
12. Recipient Obligation to Inform Itself
The Recipient must apply its own care and conduct its own investigation and analysis
regarding any information contained in the RFP document and the meaning and impact of
that information.
Each Recipient should notify the Bank of any error, fault, omission, or discrepancy found in
this RFP document but not later than five business days prior to the due date for lodgment of
Response to RFP.
Section - II
1. Setup
HARCO Bank has HQ and other remote DCCBs. We need to install new VC System for HQ and
remote branches mentioned above.
a. This document constitutes a formal Request for Proposal (RFP) for Supply,
installation and commissioning of VC System at HARCO bank HQ and DCCBs given
above.
b. Banks will arrange for power points at respective spots, to supply the Video
Conferencing equipment’s including End Points, LED etc., Install, test and
commission the equipment’s so as to make Video Conferencing operational on
daily basis.
c. To provide, as a part of the project, proper guidance about the infrastructure (like
acoustics, lighting arrangement, power supply, network points, etc.,) required to
prepare the sites. Also, provide design for layout of the equipment at the location
and install and commission the equipment accordingly at no extra cost.
d. To provide necessary training to the staff of HARCO BANK on Video Conferencing
which will cover installation, implementation, administration, usage,
troubleshooting and interpretation of reports, logs etc.
e. To maintain and run the Video Conference facilities under Comprehensive Annual
Maintenance Contract (CAMC) for a minimum of 5 years’ technological support
from the date of installation is mandatory.
f. The contractor must provide any software updates / upgrades available in the
market without any additional cost.
Bidder who is interested in participating in this RFP must fulfill the eligibility criteria
mentioned aboveand also in a position to comply the technical specification of equipment’s
mentioned in Annexure F. Only such bids will be processed further and hard copy of all the
documents need to submit.
Apart from the above the bidder must also agree to all our terms & conditions mentioned in
the tender.
Please note that any response which does not provide any / all of the above information in
the specified formats shall be rejected and HARCO bank shall not enter into any
correspondence with the Bidder in this regard.
For any further technical clarifications, you may write an email to following mentioned email
ID.
All costs and expenses incurred by Recipients / Respondents in any way associated with the
development, preparation, and submission of responses, including but not limited to
attendance at meetings, discussions, demonstrations, etc. and providing any additional
information required by BANK will be borne entirely and exclusively by the Recipient /
Respondent.
2. Standards:
All standards to be followed will adhere to Bureau of Indian Standards (BIS) specifications or
other acceptable standards.
For purposes of this clause, “origin” means the place where the products are produced, or the
place from which the related services are supplied. Products are produced when a
commercially- recognized product results that is substantially different in basic characteristics
or in purpose or utility from its’ components
The origin of products and services is distinct from the nationality of the Bidder
4. Language of Tender
The prepared by the Bidder, as well as all correspondence and documents relating to this RFP
and the letters exchanged by the Bidder and the HARCO BANK Chandigarh and supporting
documents and printed literature shall be in English language only.
5. Formats of Bids:
The bidders should use the formats prescribed by the HARCO BANK in the RFP for submitting
both technical and commercial bids.
The HARCO BANK reserves the right to ascertain information from the banks and other
institutions to which the bidders have rendered their services for execution of similar
projects.
6. Timeframe
The following is an indicative timeframe for the overall selection process. HARCO BANK
reserves the right to vary this timeframe at its absolute and sole discretion should the need
arise. Changes to the timeframe will be relayed to the affected Respondents during the
process.
7. Submission of Tender:
Important Note:
1) The Applicants/bidders have to complete ‘Application / Bid Preparation & Submission’ stage
on scheduled time as mentioned above. If any Applicant / bidder failed to complete his / her
aforesaid stage in the stipulated online time schedule for this stage, his / her Application/bid
status will be considered as ‘Applications / bids not submitted’.
2) Applicant/Bidder must confirm & check his/her Application/bid status after completion of
his/her all activities for e-bidding.
3) Applicant/Bidder can rework on his/her bids even after completion of ‘Application/Bid
Preparation & submission stage’ (Application/Bidder Stage), subject to the condition that the
rework must take place during the stipulated time frame of the Applicant/Bidder Stage.
4) In the first instance, the online payment details of tender document fee, e-Service and EMD
& PQQ/Technical Envelope shall be opened. Henceforth financial bid quoted against each of
the item by the shortlisted bidder/ Agency wherever required shall be opened online. The
bidder can submit online their bids as per the dates mentioned in the schedule/Key Dates
above. The bids shall be submitted online in two separate envelopes: Envelope 1: PQQ or
Technical Bid The bidders shall upload the required eligibility & technical documents online in
the Technical Bid. Envelope 2: Commercial Bid.
The bidders shall quote the prices in price bid format under Commercial Bid. FINANCIAL or
Price Bid PROPOSAL shall be submitted mandatorily online under Commercial Envelope and
original needs to be submitted manually)
The Technical Proposal will be evaluated first for ascertaining eligibility and then technical
suitability. Commercial Proposal shall be opened only for the short-listed bidders who have
qualified in the eligibility criteria and Technical Proposal evaluation.
Submission will be valid if:
• Copies of the RFP response documents are submitted as per standard proforma
mentioned in Tender Document on or before 12.00 hrs on 14.5.2018.
• Submission is not permitted by Fax transmission or E-mail.
In case of delay or non-delivery of tenders, HARCO BANK will not assume any responsibility.
Instructions to bidder on Electronic Tendering System These conditions will over-rule the
conditions stated in the tender documents, wherever relevant and applicable.
1. Registration of bidders on e-Procurement Portal:- All the bidders intending to participate in
the tenders process online are required to get registered on the centralized e - Procurement
Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for more details.
3.Important Instructions & Help manual for online bidding: In order to operate on the
electronic tender management system, a user’s machine is required to be set up. A help file on
system setup/Pre-requisite can be obtained from Nextenders (India) Pvt. Ltd. or downloaded
from the link “System Requirement Manual” at home page of the website -
https://haryanaeprocurement.gov.in . The link for downloading required java applet & DC setup
are also available on the Home page of the e-tendering Portal. Kindly visit at the Single
eProcurement Portal for necessary information & help manual for online bidding availabale at
“How to..?”tab.
Post registration, bidder shall proceed for bidding by using both his digital certificates (one each
for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the
respective Department’s page in the e-tendering portal, the Bidder would have following options
to make payment for tender fee & EMD.
A. Debit Card B. Net Banking C. RTGS/NEFT
9. RFP Closing Date
RFP response should be received by the officials indicated above not later than 12.00 hrs on
14.5.2018.
Tenders received after the last date of submission are summarily rejected.
Bidder has to submit a letter of undertaking along with the Tender that they willabide by all
the terms and conditions stated in RFP
The OEM will have the responsibility of the equipment’s supplied through the partner and
should take the responsibility in case of any sales / service support issue arises at any point
of time for which Separate under taking is to be obtainedfrom the OEM and enclosed with
technical tender document as per the annexures.
The HARCO BANK will have the right to decide on the configuration and the quantity thereof
to be ordered.
The systems must be capable of upgrading at a later stage as and when required by the
HARCO BANK.
The Tender submitted by bidder will remain valid and open for evaluation according to the
terms for a period of at least 180 days from the last date for submission of tender. The rates
are valid for the 180 days period and remain same throughout India.
12. Fall Clause:
If the vendor reduces its price or sales or offers to sale the similar system to other
organization during the validity period of the tender at a price lower than the agreed price for
HARCO BANK, then the agreed price will be automatically reduced for all subsequent supplies
under the rate contract with effect from the date from which such offers were made to the
outsiders and the rate contract will be amended accordingly.
Recipients are required to direct all communications related to this RFP, including notification
of late tender submission, through the Nominated Contact person i.e. (HARCO BANK
Chandigarh).
All questions relating to the tender, technical or otherwise must be in writing only to the
Nominated Contact Person.
HARCO BANK will not answer any communication initiated by Bidder later than five business
days prior to the due date for lodgement of tender. However, HARCO BANK may in its
absolute discretion seek, but under no obligation to seek, additional information or material
from any Bidder after the due date for submission of tender closes and all such information
and material provided must be taken to form part of that tender.
Bidder should invariably provide details of contact person(s) their email address (es) as
responses to queries will only be provided to the Bidder via e-mail.
If HARCO BANK in its absolute discretion deems that the originator of the question will gain an
advantage by a response to a question, then bank reserves the right to communicate such
response to all Bidders.
The Technical Proposal will be evaluated only for those respondents who are fulfilling the
eligibility criteria given in Section – I, Prequalification Criteria. The Technical Proposal will be
evaluated for technical suitability.
Bidder meeting minimum technical score only be considered for commercial evaluation.
During evaluation of the Tenders, the HARCO BANK at its discretion, may ask the Bidder for
clarification in respect of its tender. The request for clarification and the response shall be in
writing, and no change in the substance of the tender shall be sought, offered, or permitted.
The HARCO BANK reserves the right to accept or reject any tender in whole or in parts
without assigning any reason thereof.
The HARCO BANK may use the services of external consultants for bid evaluation.
The HARCO BANK decision will be binding & final & bank will not entertain any
correspondence in this regard.
15. Notification
HARCO BANK will notify the Respondents as soon as practicable about the outcome of the
TENDER evaluation process, including whether the Respondent’s TENDER response has been
accepted or rejected. HARCO BANK is not obliged to provide any reasons for any such
acceptance or rejection.
The selected Bidder shall indicate the authorized signatories who can discuss and correspond
with the HARCO BANK with regard to the obligations under the contract.
The selected Bidder shall submit at the time of signing the contract, a certified copy of the
extract of the resolution of their Board, authenticated by Company Secretary, authorizing an
official or officials of the company or of Attorney copy to discuss, sign agreements/contracts
with the Bank. The Bidder shall furnish proof of signature identification for above purposes as
required by the HARCO BANK. The selected Bidder shall indicate the authorized signatories
who can discuss and correspond with the HARCO BANK with regard to the obligations under
the contract.
The HARCO BANK reserves the right to cancel the contract of the selected Bidder and recover
expenditure incurred by the HARCO BANK on the following circumstances. The HARCO BANK
would provide 30 days’ notice to rectify any breach/ unsatisfactory progress:
I. The selected Bidder commits a breach of any of the terms and conditions of the
RFP/contract.
II. The selected Bidder becomes insolvent or goes into liquidation voluntarily or
otherwise
III. The progress regarding execution of the contract, made by the selected Bidder is
found to be unsatisfactory.
IV. If the delivery is delayed by more than two weeks from the due date of delivery.
V. If the selected Bidder fails to complete the due performance of the contract in
accordance with the agreed terms and conditions
VI. An attachment is levied or continues to be levied for a period of 7 days upon
effects of the tender.
No binding legal relationship will exist between any of the Recipients / Respondents and
HARCO BANK until execution of a contractual agreement.
20. Disqualification:
Should either party be prevented from performing any of its obligations under this proposal
by reason of any cause beyond its reasonable control like riots, civil commotion, war, lightning
,earthquake, flood, fire, strike etc. then the time for performance shall be extended until the
operation or such cause has ceased, provided the party affected gives prompt notice to the
other of any such factors or inability to perform, resumes performance as soon as such factors
disappear or are circumvented.
If under this clause either party is excused performance of any obligation for a continuous
period of ninety (90) days, then the other party may at any time hereafter while such
performance continues to be excused, terminate this agreement without liability, by notice in
writing to the other.
22. Arbitration:
In the event of a dispute or difference of any nature whatsoever between HARCO BANK and
the Bidder during the course of the assignment arising as a result of this proposal, the same
will settled through the process of arbitration conducted by Sole Arbitrator appointed by
Bank. Arbitration will be carried out at HARCO BANK Ahmedabad that placed the order. The
provisions of Indian Arbitration Act & Conciliation Act 1996 & its revisions shall apply to the
Arbitration proceeding.
23. Indemnity:
The Bidder shall indemnify, protect and save the HARCO BANK against all claims, losses,
damages, costs, expenses, action suits and other proceedings, resulting from infringement of
any patent, trademarks, copyrights etc. by the Bidder. The Bidder shall always remain liable to
the HARCO BANK for any losses suffered by the Bank due to any technical error and
negligence or fault on the part of the Bidder and the Bidder shall also indemnify the HARCO
BANK for the same in respect of the hardware supplied by him by executing an instrument to
the effect on adequate. The bidder shall execute an indemnity in favour of HARCO BANK on
adequate non judicial paper as per HARCO BANK satisfaction
24. Confidentiality:
The Bidder shall keep confidential any information obtained under the contract and shall not
divulge the same to any other person without consent in writing by HARCO BANK. In case of
non-compliance of the confidentiality agreement, the contract is liable to be cancelled by
HARCO BANK . Further, HARCO BANK shall have right to regulate Bidder staff.
25. Publicity:
The Bidder shall not advertise or publicly announce that he is undertaking work for HARCO
BANK without written consent of HARCO BANK. In case of noncompliance of this clause the
Bidder will be debarred for participating any future tender / contract for a period of three
years.
26. Variation:
HARCO BANK may at any time during the contract require the Bidder to revise the Equipment,
Services or Supplies including Completion Date. In an event of such nature HARCO BANK will
request the Bidder to state in writing the effect such variation will have on the work schedule.
The Bidder shall furnish these details, in writing, in two weeks from the receipt of such
request.
The Contract with the selected bidder shall be governed in accordance with the Laws of India
for the time being enforced and will be subject to the exclusive jurisdiction of Courts at
Chandigarh (with the exclusion of all other Courts).
Section III
Earnest Money Deposit of Rs. 2 Lakhs has to be submitted online. Earnest Money Deposit will
not carry any interest. The Earnest Money Deposit of unsuccessful bidders will be refunded
while intimating the rejection of the bid. The Earnest Money Deposit of the successful bidder
will be adjusted towards security deposit.
The bid not accompanying Earnest Money Deposit is liable to be rejected.
Earnest Money Deposit will be refunded for the unsuccessful bidders within two weeks from
the date of the finalization of purchase order issued to the successful bidder.
The successful bidder has to submit 5% of the accepted tender value towards the initial
security deposit. Amount of EMD already kept at our end is adjusted against the initial
security deposit amount and contractor has to submit the difference amount only.
The security deposit will be refunded by the bank after the expiry of warranty.
Amount of Security Deposit will be rounded off to the nearest thousand.
Bank Guarantee in lieu of Security Deposit is not acceptable.
Commercial quote should be submitted as per format of Annexure-G with sealed envelope.
If the Successful Bidder does not accept the correction of the errors, its Bid will
be rejected, and its Bid security may be forfeited
Best Evaluated Bidder will be arrived on the basis of - 5 – (Five) Years TCO (i.e. Price, with 5
years’ onsite warrantee, inclusive of all taxes)
5. Place of Order
Order will be placed by our office at Chandigarh & Payment will also be released by our office
at Chandigarh on production of following documents.
a. Original copy of Invoice
b. Original copy of Delivery Challan
c. Original copy of Installation report
Bidders shall make necessary arrangements for processing the purchase orders including
the road permit, if any.
6. Repeat Orders
After a Purchase Contract is awarded to a Supplier, the HARCO BANK may, at its discretion,
award further Purchase Contracts to the same Supplier for all / some of the goods originally
quoted by him at the same / reduced prices up to a period of 3 (three) months from the date
of the first Purchase Contract without calling for fresh quotations provided such order will not
exceed 20% of the original purchase order quantity.
The selected bidder has to provide an unconditional and irrevocable Performance Bank
Guarantee of 10% of the contract value from a Public Sector Bank in India towards due
performance of the contract in accordance with the specifications, terms and conditions of
RFP document, within 30 days from the date of letter of indent (LOI). The Performance Bank
Guarantee shall be kept valid three months, beyond the warranty period.
9. Delivery:
The orders for entire quantity would be placed in one go.
The equipment should be delivered within 6-7 weeks from the date of purchase order.
Bidder will be responsible for ensuring proper packing, delivery and receipt of all the components
related at the Location. Sealed packs will be opened in the presence of HARCO BANK officials.
The complete sets of manuals & licenses should be delivered together with the system.
Any component has not been delivered or if delivered is not operational, will be
deemed/treated as non-delivery thereby excluding the HARCO BANK from all payment
obligations under the terms of this contract. Partial delivery of products is not acceptable and
payment would be released as per terms only after full delivery and installation.
Penalty is not applicable for reasons attributable to the HARCO BANK and Force Majeure.
However, it is the responsibility of the bidder to prove that the delay is attributed to the Bank
and Force Majeure. The bidder shall submit the proof authenticated by the bidder and HARCO
BANK official that the delay is attributed to the HARCO BANK and Force Majeure along with
the bills requesting payment.
10. Installation
Installation at the location including unpacking of cartons/ boxes, will be the responsibility of
the Bidder. Bidder will have to install the system and hand it over to respective remote banks
of HARCO BANK within 30 working days from the date of Delivery of the system.
HARCO BANK reserves the right to shift the system to new location/s and warranty / AMC will
continue to be in force at the new location. However, if the system is shifted after installation
then the charges for such shifting, will be borne by the bank.
• Bidder will have to pay penalty liquidated damages (LD) to HARCO BANK @ 1% of the
contract value inclusive of all taxes, duties, levies etc., per week or part thereof, for
late delivery beyond due date of delivery, to a maximum of 5%.
If delay exceeds two weeks from due date of delivery, HARCO BANK reserves the right
to cancel the entire order.
• Bidder will have to pay penalty to Bank @ 0.1% of the contract value per day or part
thereof subject to maximum of 2%, for delay in installation, if the delay is caused
owing to reasons attributable to the Bidder.
• If the selected Bidder fails to complete the due performance of the contract in
accordance to the specifications and conditions agreed during the final contract
negotiation, the HARCO BANK reserves the right either to cancel the contract as a
whole or to accept performance already made by the bidder and get the remaining
Contract performed by another contractor. All expenses incurred by the Bank in calling
fresh bids will be borne by the bidder subject to a maximum of 10 % of contract value
as Liquidated Damages for nonperformance.
• Both the Penalty & Liquidated Damages are independent of each other and are
applicable separately and concurrently
• If the penalty & Liquidated Damages exceeds the maximum of 10%of contract value,
HARCO BANK may de-list the Bidder from participating in any of our banks tender in
future for a period of three years.
12. Documentation:
Bidder will have to supply all necessary documentation for the training, use and operation of
the system. This will include at least one set of original copies per installation of the user
manuals, reference manuals, operations manuals, and system management manuals in
English only.
13. Training:
The Bidder shall provide training to officials (i.e. end-user) of Bank to enable them to
effectively operate the total system. The training should be conducted at the time of
installation at each location up to a comfort level of user and at no cost to the Bank.
Bidder will have to guarantee a minimum uptime of 99%, calculated on a monthly basis.
If Bidder fails to meet the uptime guarantee in any month then the Bidder will have to pay 1%
of cost of the contract value for the said month as liquidated damages OR the warranty period
will have to be extended by one month. The Bidder should immediately provide HARCO BANK
with an equivalent standby system in case of failures.
15. Warranty:
The entire VC System including accessories will remain under, onsite, comprehensive
maintenance warranty for a period of three years. The service support duringwarranty period
shall befor all components of VC System.
Bidder will have to provide Comprehensive AMC support for minimum 2 years post warranty
period.
Bidder may have to upgrade the system during warranty period at no cost to HARCO
BANK.The service support during warranty period includes for all andPeripherals, if any
ordered.
In event of any equipment is replaced or any defect in respect of any equipment is corrected
during the warranty period, where the period of warranty remained is less than twelve month
of the comprehensive warranty, the warranty in respect of the equipment which is replaced /
defect is corrected, will be extended for an additional period of twelve months from the date
of such replacement/ correction of defects.
In case of significant failures of specific component, entire system has to be replaced with
new ones in proactive manner. The proactive action has to be taken immediately without
affecting the banks day to day functioning and in a mutually convenient time. The proactive
action plan is required to be submitted well in advance. The bidder is required to ensure that
this kind of situation never arises
Bidder has to provide details of single point of contact viz. designation, address, email
address, telephone /mobile Number to the HARCO BANK. Escalation matrix for support
should also be provided with full details as per Annexure E.
The HARCO BANK will release the payments, on receipt of all the relevant documents, within
a period of 30 days from the date of receipt of undisputed relevant documents. Any dispute
regarding the relevant documents will be communicated to the selected Bidder within 15
days from the date of receipt of the relevant documents. After the dispute is resolved, HARCO
BANK Chandigarh shall make payment within 15 days from the date the dispute stands
resolved.
19. Comprehensive Annual Maintenance Contract (CAMC) after expiry of warranty period:
The Bidder has to enter into an CAMC agreement with the HARCO BANK at the discretion of
the HARCO BANK after the expiry of warranty period to support the equipment’s supplied for
a minimum period of – 2- (Two) years at the rate quoted in “Commercial Proposal”.
20. Maintenance:
Bidder shall carry out preventive maintenance at least once in quarter in consultation with
the Bank’s team during the warranty period as well as in the subsequent AMC period.
Preventive Maintenance will include replacement of worn-out parts, checking diagnostic etc.
In case equipment is taken away for repairs, the Bidder shall provide a standbyequipment
(of equivalent / higher configuration), so that the work of the HARCO BANK is not affected.
The Bidder shall give an undertaking that sufficient quantity of spares will be kept as stock during
the warranty/CAMC period at their support office.
a. HARCO BANK reserves the right to reduce the size of the order.
b. The bidder will have to give written consent for technological support for a period of
minimum 5 years from the date of installation.
c. All the material should be from same OEM except displays.
d. Bidder can be called for the product demonstration in real time scenario , if failed in the
demo then HARCO can disqualify the bid.
ANNEXURE- A
Following documents are to be enclosed, in the same order, while submitting Technical Bid for
Supply, Installation & commissioning of VC Systems
Page No.
Sr. of
Particulars (Ensure whether the following have been enclosed) Yes No
No. your
Response
1 Self-Certified letter of unconditional acceptance of all Terms & Conditions
Declaration:
1. We confirm that we will abide by all the terms and conditions contained in the RFP.
2. We hereby unconditionally accept that HARCO BANK can at its absolute discretion apply
whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in
short listing of bidders.
3. All the details mentioned by us are true and correct and if HARCO BANK observes any
misrepresentation of facts on any matter at any stage, HARCO BANK has the absolute right to
reject the proposal and disqualify us from the selection process.
4. We confirm that this response, for the purpose of short-listing, is valid for a period of 90 days,
from the date of expiry of the last date for submission of response to RFP.
5. We confirm that we have noted the contents of the RFP and have ensured that there is no
deviation in filing our response to the RFP and that the HARCO BANK will have the right to
disqualify us in case of any such deviations. We have signed and sealed all pages of the tender
document.
Place:
Date :
Seal & Signature of the bidder
ANNEXURE -C
Commercial Bid Format
Detailed commercial sheet should be submitted with specifying each & every equipment
cost as per Annexure G
Place:
Date:
Seal & Signature of the bidder
ANNEXURE –D
Compliance Certificate
To Date:
HARCO BANK
Sector 17,
Chandigarh
Dear Sir,
Ref: -
1. Having examined the Request for Proposal (RFP) including all annexure, the receipt of
which is hereby duly acknowledged, we, the undersigned offer to provide the end to
end services for the in conformity with the said RFP and in accordance with our
proposal and the schedule of Prices indicated in the Price Bid and made part of this bid.
2. If our Bid is accepted, we undertake to complete the project within the scheduled time
lines.
3. We confirm that this offer is valid for 180 days from the last date for submission of RFP
to the HARCO BANK (RFP closing date).
4. This Bid, together with your written acceptance thereof and your notification of award,
shall constitute a binding Contract between us.
5. We undertake that in competing for and if the award is made to us, in executing the
subject Contract, we will strictly observe the laws against fraud and in force in India
namely “Prevention and Corruption Act 1988”
6. We have not been barred/black-listed by any regulatory / statutory authority and we
have the required approval and licenses to be appointed as a service provider to
provide the services to HARCO BANK .
7. We shall observe confidentiality of all the information passed on to us in course of the
tendering process and shall not use the information for any other purpose than the
current tender.
8. We shall permit RBI or any other regulatory body/authority to inspect our books &
records
Signed Dated
Seal & Signature of the
bidder Phone No.:
Fax:
E-mail:
Place:
ANNEXURE -E
ESCALATION MATRIX
Name of Company :
Delivery Related Issues
Sr. No Name Designation Full Office Phone Mobile Fax email
Address No No address
First level Contact
Second level Contact
(If response not recd
in 24 Hours)
Regional / Zonal f
Head(I response not
recd in 48 Hours)
Country Head(If
respons not recd in
One week)
Signature
Name of representative
Designation
Company Seal
ANNEXURE – F
Compliance
S.N Parameter Specifications
Yes / No
1 Sensor Should have 2.1 MP CMOS Sensor or better
2 Zoom The camera should have 12MP (Fixed Lens)
Optical Zoom and 4x Digital Zoom
3 Resolution The system should support upto 1080p @ 30/60
fps or better
4 Viewing Angle The System should have a minimum of 108
degrees viewing angle or more
5 Interface The system should have a USB 3.0 or HDMI
interface
6 S/N Rate The system should have > 50dB Signal to noise
rate
7 White Balance The system should have an Auto / Manual /
Indoor / Outdoor White balance
8 Flicker Should Support 50 Hz & 60 Hz
9 Power The System should be USB Powered or external
12V
10 OEM All the VC items quoted should be from same
OEM
6. Technical Specification of echo cancellation microphone
Compliance
S.N Parameter Specifications
Yes / No
1 General HD Speaker cum microphone
2 External Interface USB 2.0 full Speed, 3.5mm Connection for external Loud
Speakers or Headphones.
3 Power USB Power from PC and Laptop
4 Microphones Should have three or more microphones
5 Speaker Integrated Speaker
6 Echo Cancellation Inbuilt Echo Cancellation
7 Audio Pick Up Upto 9ft or better
Range
8 Cable USB 2.0 or equivalent
9 Noise Reduction Inbuilt Noise Cancellation
10 Output Level 83dBA or better
11 Bluetooth Inbuilt Bluetooth & NFC
12 OEM All the VC items quoted should be from same OEM
COMMERCIAL BID
Bill of Quantities
(A)
Model Qty Total Grand
SNo Nomenclature Unit rate GST Total
(B)
Installation and commissioning Charges
for the Total Project
Total (B)
(C)
Nomenclature Price GST
Total Cost
CAMC (Comprehensive Annual Maintenance
Contract) for 4th year
1 (i.e. after the completion of 3yr warranty) on above equipment
CAMC (Comprehensive Annual Maintenance
Contract) for 5th year (i.e. after the completion of 3yr warranty)
2 on above equipment
Total (C )
Total (A+B+C)
Grand Total
ANNEXURE – H
Name of Banks
The Haryana State Cooperative Apex Bank
Ambala Central Cooperative Bank
Bhiwani Central Cooperative Bank
Faridabad Central Cooperative Bank
Fatehabad Central Cooperative Bank
Gurgaon Central Cooperative Bank
Hisar Central Cooperative Bank
Jhajjar Central Cooperative Bank
Jind Central Cooperative Bank
Rohtak Central Cooperative Bank
Yamunanagar Central Cooperative Bank
Sirsa Central Cooperative Bank
Kaithal Central Cooperative Bank
Karnal Central Cooperative Bank
Kurukshetra Central Cooperative Bank
Mahendergarh Central Cooperative Bank
Panchkula Central Cooperative Bank
Panipat Central Cooperative Bank
Rewari Central Cooperative Bank
Sonepat Central Cooperative Bank
End of Document