You are on page 1of 53

HARYANA STATE COOPERATIVE APEX BANK LTD

SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH


Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

NOTICE INVITING TENDERS

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:-

Tender Ref. No. EDP/2018-19/VC

Description of Item Request of Proposal for Supply,


Installation, Testing & Commissioning of
Video Conferencing System at
HARCO Bank and 19 DCCBs in State

Earnest Money Rs. 200000/-


Tender Fee Rs. 5000/-
(Non-refundable)
e-service Fees Rs. 1000/-
(Non –refundable)
Start date and time of Bid 12.4.2018
preparation & submission on e-
procurement portal
Last date and time for Bid 11.5.2018 (17:00 hrs)
preparation & submission by bidders
Date and time of Tender Opening 14.5.2018 (14:00 hrs)
(Technical Bid Part-I)
Date and time of Tender Opening To be decided later on
(Financial Bid Part-II)
Last date and time for Earnest Money 11.5.2018 (17:00 hrs)
Deposit (EMD) of Bid submission
Pre-bid meeting 26.4.2018 (14:00 hrs)
The complete bidding documents, fee details, technical specifications and key
dates can be viewed / downloaded from the web sites
https://haryanaeprocurement.gov.in and www.harcobank.org.in Bid through any
other mode shall not be entertained. Please note that Managing Director, HARCO
Bank reserves the right to accept or reject the tendering process at any stage
without assigning any reason whatsoever.

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. 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.

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

INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM

These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.

7. 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
moredetails.

8. Obtaining a Digital Certificate:

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

through an authorization certificate signed by all partners to use the digital


certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate authority
of the user to bid on behalf of the firm in the department tenders as per
Information Technology Act 2000. The digital signature of this authorized
user will be binding on the firm.
9. In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about
the change and to obtain the digital signatures of the new person / user on
behalf of the firm / company. The procedure for application of a digital
certificate however will remain the same for the new user.
10. The same procedure holds true for the authorized users in a private/Public
limited company. In this case, the authorization certificate will have to be
signed by the directors of the company.

11. Pre-requisites 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
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.

12. Online Viewing of Detailed Notice Inviting Tenders:

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.

13. Download of Tender Documents:

The tender documents can be downloaded free of cost from the


eProcurement portal https://haryanaeprocurement.gov.in

14. Key Dates:

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):

i) Online Payment of Tender Document Fee + e-Service fee:

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:

Detailed Tender documents may be downloaded from e-procurement website


(https://haryanaeprocurement.gov.in) and tender mandatorily be submitted
online.

Scan copy of Documents to be submitted/uploaded for Prequalification or


Technical bid under online PQQ / Technical Envelope: The
requireddocuments (refer to DNIT) shall be prepared and scanned in
different file formats (in PDF /JPEG/MS WORD format such that file size is
not exceed more than 10 MB) and uploaded during the on-line submission of
PQQ or Technical Envelope.

FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online


under Commercial Envelope and original not to be submitted manually)

16. ASSISTANCE TO THE BIDDERS:-

In case of any query regarding process of etenders and for undertaking


training purpose, the intended bidder can also avail the following and can
contact service provider as per below:

Office Timings of Help-desk support for Single e Procurement Portal


ofGovernment of Haryana- Technical Support Assistance will be available
over telephone Monday to Friday (09:00 am. to 5:30 pm) & Training
workshop will be conducted on every 1st, 2nd Wednesday (from 3:30 pm up-
to 5:00 pm).

All queries would require to be registered at our official email-


chandigarh@nextenders.com for on- time support (Only those queries
whichare sent through email along with appropriate screenshots or error
6
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com
description will be considered as registered with the Help-desk)
Important Note:-

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.

Schedule for Training:

Training workshop will be held on 1st, 2nd Wednesday (from 3:30 pm upto 5:00
pm) of each month at following addresses:

Nextenders (India) Pvt. Nextenders (India) Nextenders (India) Pvt. Ltd.,


Ltd Pvt.Ltd. Public Health Nirman Sadan (PWD B&R),
Municipal Corporation Division No. 2 Plot No.- 01, Basement,
Faridabad, Near Hisar, Model Town Opp. Dakshin Marg, Sec- 33 A,
B.K.Chowk, Opp. N.D Gupta Hospital, Chandigarh -160020
B.K.Hospital, NIT, Hisar For Support- 1800-180-
Faridabad Contact: 9034357793 2097,
Contact no. 0172-2582008-2009
9310335475

For Support Call – 1800-180-2097

Haryana eProcurement Help Desk Office will remain closed on Saturday


Sunday and National Holidays

NOTE:-Bidders participating in online tenders shall check the validity of


his/herDigital Signature Certificate before participating in the online Tenders at
the portal https://haryanaeprocurement.gov.in.

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

GUIDELINE FOR ONLINE PAYMENTS IN E-TENDERING

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

Operative Procedures for Bidder Payments

A) Debit Card

The procedure for paying through Debit Card will be as follows.

i. Bidder selects Debit Card option in e-Procurement portal.


ii. The e-Procurement portal displays the amount and the card charges to be
paid by bidder. The portal also displays the total amount to be paid by
the bidder.
iii. Bidder clicks on “Continue” button
iv. The e-Procurement portal takes the bidder to Debit Card payment
gateway screen.
v. Bidder enters card credentials and confirms payment
vi. The gateway verifies the credentials and confirms with “successful” or
“failure” message, which is confirmed back to e-Procurement portal.
vii. The page is automatically routed back to e-Procurement portal
viii. The status of the payment is displayed as “successful” in e-Procurement
portal. The e-Procurement portal also generates a receipt for all
successful transactions. The bidder can take a print out of the same,
ix. The e-Procurement portal allows Bidder to process another payment
attempt in case payments are not successful for previous attempt.

B) Net Banking

The procedure for paying through Net Banking will be as follows.

i. Bidder selects Net Banking option in e-Procurement portal.


ii. The e-Procurement portal displays the amount to be paid by bidder.
iii. Bidder clicks on “Continue” button
iv. The e-Procurement portal takes the bidder to Net Banking payment
gateway screen displaying list of Banks
8
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

Bidder chooses his / her Bank


The Net Banking gateway redirects Bidder to the Net Banking page of the
selected Bank
Bidder enters his account credentials and confirms payment
The Bank verifies the credentials and confirms with “successful” or
“failure” message to the Net Banking gateway which is confirmed back to
e-Procurement portal.
The page is automatically routed back to e-Procurement portal
The status of the payment is displayed as “successful” in e-Procurement
portal. The e-Procurement portal also generates a receipt for all
successful transactions. The bidder can take a print out of the same.
The e-Procurement portal allows Bidder to process another payment
attempt in case payments are not successful for previous attempt.

1.9. RTGS/ NEFT

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:

 Beneficiary account no: (unique alphanumeric code for e-tendering) 


 Beneficiary IFSC Code: 
 Amount: 
 Beneficiary bank branch: 
Beneficiary name: 

The Bidder shall be required to take a print of this challan and make the
RTGS/NEFT on the basis of the details printed on the challan.
The bidder would remit the funds at least T + 1 day (Transaction + One
day) in advance to the last day and make the payment via RTGS / NEFT
to the beneficiary account number as mentioned in the challan.
Post making the payment, the bidder would login to the e-Tendering
portal and go to the payment page. On clicking the RTGS / NEFT mode of
9
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

payment, there would be a link for real time validation. On clicking the
same, system would do auto validation of the payment made.

2.2. Over-the-Counter (OTC)

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.

The procedure for paying through OTC mode is as follows:

2.3. Bidder selects Over-the-Counter remittance option in e-Procurement


portal.
2.4. The e-Procurement portal displays the amount to be paid. Bidder chooses
the bank account no. for refund of the amount.
2.5. Bidder clicks on “Continue” button
2.6. The e-Procurement portal displays the details of payment. Bidders clicks on
“print _challan” and prints the OTC challan.
2.7. Bidder submits the OTC challan at the counter of any designated
branch of ICICI Bank with Cash / Demand Draft / ICICI Bank Cheque (Payment
in cash is allowed uptoRs. 49,999/-)
2.8. ICICI Bank verifies the URN (format to be discussed and decided) and Amount
with e- Procurement portal prior to accepting the payment
2.9. On successful verification from e-Procurement portal, ICICI Bank accepts the
payment. In case of failure, ICICI Bank shall return back the OTC challan and
payment to the Bidder.
2.10. ICICI Bank will commit the payment transaction (in case of successful
verification from e- Procurement portal) and sends the Bank Transaction
Number (I-Sure Reference Number) online against the URN and Amount.\
ix. ICICI Bank will generate receipt for the payment transaction and issues the
same to the Bidder.
3. The e-Procurement system updates the bank transaction number against the
URN and Amount based on details sent by ICICI Bank online prior to
generation of receipt.
4. The status of payment will be displayed as “verification successful” in e-Procurement
portal, when the bidder clicks on verification option in the portal
5. Bidder would be required to upload the scan copy of receipt as received from
ICICI Bank as part of proof in Nextender portal before submitting the tender

Sr. Scenario Do's / Don’t’s


no.
In the event Do’s
of making
1
Payment  It is the bidder’s responsibility to ensure that RTGS/NEFT
through payments are made to the exact details as mentioned in
10
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

NEFT/RTGS the challan which are:


1) Beneficiary account no: <client code> +
<random number>
3.1.1 Beneficiary IFSC Code: As prescribed by ICICI
Bank (this shall remain same across all tenders)
3.1.2 Amount: As mentioned on the challan. It is
specific for every tender/transaction
3.1.3 Beneficiary bank branch: ICICI Bank Ltd, CMS
3.1.4 Beneficiary name: As per the challan
 For every tender, details in the challan are different
and specific to that tender only. Bidder should not
make use of a challan for making payment for another
tenders’ EMD 
 It is advised that all the bidders make payment via
RTGS/NEFT at least one day in advance to the last day
of tender submission as certain amount of time is
required for settlement and various parites are
involved. The payment may not be available for the
bidder validation. In such cases bidder may not be
able to submit the tender
 Bidder has to make only single payment against a
 challan as per the amount mentioned on the challan. 
 Bidder must do the payment before tender validity
gets expired 

Don’t’s

 Bidder should not enter erroneous details while filling


the NEFT/RTGS form at their bank. The following
 possibilities may arise: 
1) Incorrect IFSC code mentioned:- Transaction would
be rejected and the amount would be refunded
back in to the bidders account
2) Incorrect Beneficiary account number
mentioned(<client code> + <random number>):-a)
In case, the beneficiary account number
mentioned is incorrect the transaction would be
rejected and the bid would not be accepted.
3) Incorrect Amount mentioned: The amount would
be rejected if the amount mentioned in while
making the payment is incorrect. Such cases will
be captured as unreconciled transactions and will
be auto-refunded directly to bidder’s account. In
the event of any discrepancy, payment would not

11
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

be considered and bidder would not be allowed to


bid/ participate.
 Bidder is not supposed to use challan generated in one
tender for payment against another tender since
details in the challan are unique to the tender and
 bidder combination. 
 Bidder must not make multiple or split payments against a
particular challan. Any split payment received against the
same challan will be refunded back to the bidder. 

 Bidder would not be entitled to claim that he is
deprived of participating in the tender because his
funds are blocked with the division on account of
incorrect payment made by the bidder 
Do’s

 It is the bidder’s responsibility to ensure that


OTC 
payments are made to the exact details as mentioned
in the challan which are:
In the event Beneficiary account no: <client code> + <random
of making number> Amount: As mentioned on the challan It is
2 Payment specific for every tender/transaction Beneficiary name:
As per the challan Bidder has to make only single
Through
payment against a challan as per the amount mentioned
OTC on the challan
 Bidder must do the payment before tender validity
 gets expired 
 Bidder needs to mandatorily upload the scan copy of
the payment receipt issued by ICICI Bank, in
Nextender Portal before submitting the Tender 

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

 If the bidding amount is greater than Rs49,999, then


Bidder should not make payment in cash. In this case,
 Bidder should pay via Demand Draft/ICICI Bank Cheque
 It is bidders’s responsibility to ensure that Demand draft
should be valid and should not have discrepancies such as
signature not found, stale DD, mutilated, material alteration,
favouring third party etc., In the event of Demand Draft
returned by bidder’s Bank on account of such discrepancies,
ICICI Bank shall ensure that such communication is sent to the
Client within 3 days from the date of rejection by the Bidder’s
Bank 

 For every tender, details in the challan are different
and specific to that tender only. Bidder should not
make use of a challan for making payment for another
tenders’ EMD 

13
HARYANA STATE COOPERATIVE APEX BANK LTD
SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX)
Email-harcobank@yahoo.com

NOTICE INVITING TENDER (NIT)


FOR
Supply, Installation, Testing & Commissioning of
Video Conferencing System at HARCO Bank
and 19 DCCBs in State

14
KEYINFORMATION

Particulars Details

Tender Number EDP/2017-18/AMC

Tender Title Request of Proposal for Supply, Installation, Testing


& Commissioning of Video Conferencing System at
HARCO Bank and 19 DCCBs in State.

Cost of Bid Rs. 5,000/- to be submitted online


EMD Rs. 200000/-
Bid Validity 180 days

Date of Publishing the tender on Bank’s 12.4.2018


Website
Pre-bid clarification query date 26.4.2018 (14:00 hrs)
Last Date and time for online submission of Bids 11.5.2018 (17:00 hrs)

Date and Time of Opening of Technical Bids 14.5.2018 (14:00 hrs)

Date and Time of Opening of Commercial


Bids To be notified later to the qualifying bidders only.
HARYANA STATE COOPERATIVE APEX BANK
LTD
SCO 78-80, BANK SQUARE, SECTOR-17B,
CHANDIGARH
Place of Opening of Bids
Contact Persons for any clarifications/ Sh. Piyush Hooda, Manager IT
Submission of Bids Sh. Vishal Katiyar, Manager IT
Contact Numbers 9988191110,
8557944616

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)

4. Payment of tender document fee, eservice fee and EMD

Sl No Item Amount Reference

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.

5. Quality and Cost Based Selection:


The method employed for the final selection of the System Partner and award of the contract
will be QCBS i.e. Quality and Cost Based Selection method, which would ensure the quality of the
solution as well as the cost effectiveness of the same. Each bidder would be assigned a technical
score(TS) and a financial score(FS) based on the technical and financial evaluation of the bid
respectively. These scores would then be combined with pre-assigned weights (0.7 for technical
score and 0.3 for financial score) and the bidders would be ranked as per this combined score.
Bidder with the highest final composite score (Final Composite Score = TS*0.70 + FS*0.30) shall
be declared as “Best Evaluated Bidder” and shall be entitled for the award of the contract.

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.

Sr No Eligibility Criteria Documents to be submitted

I. Average Annual turnover of the company I. CA attested Balance sheet to be


should be not less than 1 Crores for attached/Turnover certificate
consecutive 3 years
II. Copy of the last three years
II. Should have made net profits during last audited financial statements.
three financial years.
III. Detailed address of support
III. Should have direct support center at Centre.
Chandigarh/Panchkula/Mohali.

IV. Bidder should not be blacklisted from IV. Bidder need to submit the
Central & State Govt, PSU and Banks. relevant undertaking document.

V. Letter from OEM regarding the V. Unconditional acceptance letter


unconditional acceptance of terms and from OEM is mandatory
conditions related to support to their
products during warranty and subsequent
AMC period if vendor fails to do so

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 .

2  OEM should have established office  Valid Certificate of


in India 10or more Years. incorporation required

 OEM/SI should have at least implemented  Order copies/Appreciation


3Supply order or more of on premise 25 letter should be either in the
Port MCU supplied and running name of OEM or authorized
successfully in government sector bidder.
including Public service undertaking/PSU/
Banks in last 3yrs in INDIA. PO
Copy/Appreciation letter required from
client.

 VC OEM should be ISO certified Company.  ISO Certificate to be attached

 VC OEM should have minimum 15 direct  Service staff details required.


Technical support staff in India.

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

1. Bidder having Quality certification 20 Copy of


ISO 9001:2015 10 Marks Certificate
ISO 27001:2013 10 Marks
2. Bidder having Average annual turnover 20 Turnover certificate Attested by CA
of last 3 financial years:
Upto 5 Crore 10 marks
Above 5 Crore 10 Marks
3. Bidder should have full support office in 10 Address proof
Chandigarh/Panchkula/Mohali to
coordinate with HARCO Head office

15 marks
4. Details of Executed similar kind of 30 Work order/ Completion certificate
Projectsby OEM/SIingovernment sector copies.
/ Public service undertaking/PSU Banks)

Minimum three projects will be


considered

Each project -10 Marks


5. Demonstrate one such installation of 10 Details of solution will be furnished
Video Conferencing Project installed by and Demonstration will be given
them, preferably of a similar quantum
of the models quoted at HARCO bank
and remote locations.
6. Technical Presentation 10 Copy of the Technical presentation

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.

9. For Respondent Only

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 RFP document is confidential and is not to be disclosed, reproduced, transmitted, or


made available by the Recipient to any other person. The RFP document is provided to the
Recipient on the basis of the undertaking of confidentiality given by the Recipient to Bank.
Bank may update or revise the RFP document or any part of it. The Recipient accepts that
any such revised or amended document will be subject to the same confidentiality
undertaking.

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.

13. Evaluation of Offers


The issuance of RFP document is merely an invitation to offer and must not be construed as
any agreement or contract or arrangement nor would it be construed as any investigation or
review carried out by a Recipient. The Recipient unconditionally acknowledges by submitting
its response to this RFP document that it has not relied on any idea, information, statement,
representation, or warranty given in this RFP document.

14. Errors and Omissions

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.

15. Acceptance of Terms


A Recipient will, by responding to the Bank’s RFP document, be deemed to have accepted the
terms as stated in this RFP document.

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.

HARCO Bank can increase or decrease the qty.

2. Scope of Work and Requirements:

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.

g. Vendors are expected to offer solutions covering all the functionality as


mentioned in this RFP document. Incomplete responses will not be considered
and no correspondence in this regard will be entertained.
h. All the vendors will have to mention detailed Bill of Quantity with part numbers,
description and quantity provided by the Bank.
i. Architecture/Diagram must be provided.

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.

mail your queries to: cbsharcobank.haryana@gmail.com

Product specifications – As per Annexure F

Design Consideration: To be furnished along with diagram.

Data sheet to be submitted by the bidders for :

• All the quoted products.


• Test reports if any.

Terms & Conditions:


General Terms

1. Costs Borne by Respondents

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.

3. Eligible Products and services


All systems and related services to be supplied under the Contract shall have their origin in
countries allowed as per the prevailing Import Trade Control Regulations in India

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.

Guideline for Online Payments in e-tendering

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.

10. Compliance to bank’s all terms and conditions:

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.

11. Validity of Tender:

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.

13. Request for Information:

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.

14. Evaluation of Tender

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.

16. Authorized signatory:

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.

17. HARCO BANK reserves the right to:

I. Reject any and all responses received in response to the RFP


II. Waive or Change any formalities, irregularities, or inconsistencies in proposal format
delivery
III. Cancel the selection process as per RFP at any stage, without assigning any reason
whatsoever

18. Cancellation of contract and compensation:

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.

19. No Legal Relationship

No binding legal relationship will exist between any of the Recipients / Respondents and
HARCO BANK until execution of a contractual agreement.

20. Disqualification:

Any form of canvassing/lobbying/influence/query regarding short listing, status etc will be a


disqualification.

21. Force Majeure:

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.

27. Applicable Law and Jurisdiction of Court:

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

Commercial Terms & Conditions

1. Earnest Money Deposit (EMD):

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.

The Earnest Money Deposit will be forfeited if:

 The bidder withdraws his tender before processing of the same.


 The bidder withdraws his tender after processing but before acceptance of
“Letter of appointment” to be issued by the HARCO BANK
 The selected bidder withdraws his tender before furnishing Bank
Guarantee/Security Deposit as required under this RFP.
 The bidder violates any of the provisions of the terms and conditions of this RFP
specification

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.

2. Initial Security Deposit:

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.

3. Submission of commercial quotes

1.Commercial Proposal are to be submitted as under: -

 The prices offered to the HARCO BANK must be in Indian rupees.


 Rate quoted should be inclusive of GST.
 No price increase on account of change in tax structure, duties, levies, charges
etc shall be permitted.
 No price increase on account of exchange rate fluctuations.
 Rate quoted should be inclusive of 3 years onsite comprehensive warranty,
 CAMC rate for a period of 2 years after expiry of warranty to be quoted
separately. In case of AMC extending beyond the 5th year, Bank can refer to the
same rate quoted by successful bidder.

Commercial quote should be submitted as per format of Annexure-G with sealed envelope.

Arithmetical errors will be rectified on the following basis.


 Any discrepancy observed between the unit price and the total price that is
obtained by multiplying the unit price and quantity then the unit price shall
prevail, and the total price shall be corrected accordingly.

 If the Successful Bidder does not accept the correction of the errors, its Bid will
be rejected, and its Bid security may be forfeited

4. Evaluation of Commercial quotes

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.

7. Performance Bank Guarantee:

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.

8. Transportation and Insurance:


The costs should include insurance and freight (c.i.f). However, the Bidder has the option to
use transportation and insurance cover from any eligible source. Insurance cover should be
provided by the Bidder till the successful installation of the System. The Bidders should also
assure that the goods would be replaced with no cost to Bank in case insurance cover is not
provided.

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.

11. Liquidated damages & Penalty:

• 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.

14. Uptime Guarantee:

Bidder will have to guarantee a minimum uptime of 99%, calculated on a monthly basis.

Uptime percentage will be calculated as (100% less Downtime Percentage). Downtime


percentage will be calculated as Unavailable Time divided by Total Available Time, calculated
on a monthly basis. Total Available Time is two shifts a day for seven days a week.
Unavailable Time is the time involved while any part of the core configuration of system
component is inoperative or operates inconsistently or erratically.

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

17. Single point of contact for Support:

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 Bidder should have local service support office in Chandigarh/Panchkula/Mohali

18. Payment Terms: -

 50% against Delivery and 50% on successful testing and commissioning.

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.

Other Terms and Conditions

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

2 If submitting technical bid as a partner - letter of authorization from the OEM

3 If submitting technical bid as a partner - letter from OEM regarding


the unconditional acceptance of terms and condition as regards to
support for their products during warranty and subsequent AMC
period if Partner fails to do so
4 Should have been assessed by the Income Tax department for 3
consecutive Years
5 Certification / Approvals

6 Support office Proof

7 Documentary evidence of satisfactory completion of Project. (With


detail like name of institutions, contact person, telephone No.) and
the locations where the similar configurations of VC Systems are
installed, supplied and supported.
8 Self-certified letter certifying - having technically qualified engineers at all
specified locations , who has expertise to install, support and commission
the VC Systems.
10 Self certified letter that any technical problem would be resolved within 2
days. Of call reported (including time for procuring spare parts)
11 Self certified letter to be submitted for meeting the delivery schedule
and accepting the LD clause along with the copy of the respective OEM's
Confirming to adhere the delivery schedules.
12 Details of VC System Specifications along with compliance & remarks if any
specified
13 Escalation Matrix (Annexure E)
14 Soft copy of Technical Bid on CD along with Original Set.
15 Other Documents
ANNEXURE- B

Declaration:

To be submitted on the letterhead signed by the authorized signatory

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

Terms & Conditions:


• All the commercial value should be quoted in Indian Rupees.
• The amount quoted is inclusive of all taxes - present, duties, levies, etc.,
• HARCO BANK will deduct applicable TDS, if any, as per the law of the land.
• The amount quoted also includes the cost of all material that required for
installation, commissioning and smooth functioning of AV and VC
Infrastructure Products.
• Further, we confirm that we will abide by all the terms and conditions mentioned in
the Request for Proposal document.

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)

Service related Issues :


Sr. No Name Designation Full Office Phone No Mobile Fax email
Address No address
First level of Support
Second level Contact
(If response not recd in 4
Hours)
Regional / Zonal Head
(If response not recd in 24
Hours)
Country Head(If
response not recd in 48
Hours)

Any change in designation, substitution will be informed by us immediately.

Signature

Name of representative
Designation
Company Seal
ANNEXURE – F

1. Technical Specification of MCU/ Multipoint Bridge

Sr. No Parameter Specification Compliance Deviation if


Yes/No any

1. Solution must be hardware based with


capacity of 20 ports Full HD resolution
at 30 fps or better. Solution shall
support multiple Video calls with total
number of participants equal to
number of ports of MCU.
General MCU is required to host the
monitoring system so that
users/clients could login using a client
software or web based interface.
The client software is required to
be hosted on HARCO web site to
enable users to download the same.
2. Solution should support video
Resolution
resolutions (1080p) Tx and Rx.
3. Solution should support Frame
Frame rate
rates up to 30fps or better.
4. The solution should be able to
connect in SD at a bandwidth of
Bandwidth 256kbps, HD at a bandwidth of 512
kbps and above and Full HD at a
bandwidth of 1.5Mbps or above.
5. Solution should be scalable up to
Scalable 50 ports/License in the same chassis
from day one.
6. The Solution must support H.264
/ H.264 HP/SVC/AVC/PRO or better
Video Algorithms
codec which can work on low
bandwidth.
7. Solution should have capability to
Data Collaboration share content in point to point &
Multipoint conference
8. Should be able to play Audio
Multimedia File
Visual files so that audio/video content
Playing
can be shared with all the participants.
9. Architecture The solution must support
distributed architecture from day one.
10. The solution must support Direct
Dial facility
Dial facility to scheduled meetings.
11. Should support 128-bit
Security encryption and web console should
open at https.
12. The Solution shall support
administrator and user-level password
User level security
access for the management of the
system.
13. The Solution shall provide
Conference PIN security PIN/password-protected
conferences.
14. The Solution shall support secure
web interface management & Solution
Web interface shall allow the administrator the
capability to back up and restore the
system configuration.
15. Full High Definition- 1920 x 1080p
@60/30fps
Resolution support High Definition – 1280 x 720p
@60/30fps
640 x 480 pixels /30fps
320 x 240 pixels /30fps
16. The Solution must support
sending/receiving multiple streams of
Streams
video and presentation content
without losing MCU port capacity.
17. The Solution must be
configurable to adapt the continuous
presence screen layouts to
Adaptive layout accommodate newly added or
dropped participants from the
conference, up to 20 participants
automatically.
18. The Solution offered should
support at least 60 personalized
dedicated Video Conference rooms so
Virtual room that each Key Video Conference user
has his own Personalised VC room and
can invite participants for Video
meetings in his Virtual VC rooms.
19. Solution should support
Scheduling Scheduling feature adhoc & non adhoc
basis.
20. Multiparty virtual Solution should support multiple
room rooms with multiparty VC.
21. Solution should have G.711,
G.722/ G.722.1, G.723, G.728, G.729
Audio algorithms
SPEEX codec or MPEG4 - AAC (LC) or
equivalent or better
22. The Solution should support
control of a conference like adding &
removing participants, muting
features participant’s video and/ or audio, lock
a conference. Solution should support
24 Continuous presence mode and
voice activation.
23. Solution should have
inbuilt/external desktop client right
from day one and solution should
support 20 concurrent VC calls. All the
Desktop Client
Clients should support Full HD
resolution from day one. Desktop
Client should work on low bandwidth
like broadband, 3G/4G data cards.
24. Solution should have inbuilt
capability to connect at least 15 Full
Interoperability High Definition legacy devices on
with existing legacy H.323 in a single session right from day
devices one. The Solution should be able to do
content sharing seamlessly using
H.239.
25. Solution should have inbuilt
/external recording facility & able to
record at least 20 concurrent users
simultaneously on VC calls at Full HD
Recording
resolution @ 30/60 fps / 10 concurrent
sessions simultaneously at 1080p
resolution @ 30/60 fps with minimum
1000 Hours of recording storage.
26. The Solution must support a
configurable text overlay function,
Overlay text
wherein the Name, Site Identifier or
terminal info is displayable.
27. Dual video soft feature should be
Dual Video
available in desktop based VC.
28. MCU must support Dual LAN card (2
LAN
x 1 Gbps)
29. MCU should have dual power supply
Power Supply
for redundancy.
30. Rack MCU should be rack mounted
31. All the VC items quoted should be
OEM
from same OEM

2. Technical Specification of Gatekeeper (Inbuilt or External Unit)


S.No Parameter Specifications Compliance
Yes / No
1 Gatekeeper MCU shall support an embedded/external
Gatekeeper. External Gatekeeper should have
minimum 100 registrations and 20 concurrent
calls with Management, address book and
scheduling tool should have capability to
manage minimum 25 devices. Embedded
Gatekeeper shall have the capability to
connect the H.323 call with presentation
sharing over LAN/IP network.
2. OEM All the VC items quoted should be from same
OEM

3. Technical Specification of Desktop based VC

S.No Parameter Specifications Compliance


Yes / No
1 Resolution Desktop Based solution should support
1080p resolution send and receive
simultaneously @ 30/60 fps
2 Login User can download the client from the server
and login to the Video conferencing call.
3 Support Solution should able to support Windows &
Mac machine.
4 Content Sharing Desktop based solution should able to share
the Content from his desktop into the
conference.
5 Password Desktop based VC should have web access to
Protection login the VC with Password.
7 Noise Solution must have inbuilt noise cancellation
cancellation technology
8 AEC Solution should support inbuilt AEC
technology
9 Client Binding Solution should not bind on the MAC ID of
PC/Desktop
10 CP mode Solution should support 24 videos on CP
mode

11 AV file sharing Solution should support sharing of Audio &


Video files in the conference.

12 Desktop Sharing Solution should able to share their desktop in


the conference.

13 Chat Solution should support public & private chat


right from day one.

14 Dual video Solution should support Full HD Dual video


simultaneously sending and receiving videos
+ content

15 Multiple camera Solution should support min 2 camera and 1


input document Camera connectivity, which can be
seen simultaneously to far end along with
presentation.

16 Scheduling Solution should able to invite participant


through email/SMS.

17 Mobile users Solution should allow mobile users to dial in


the VC and allow to see presentation.

18 Recording Solution should support inbuilt recording of


20 concurrent users at 1080p @30fps from
day one.
19 Bandwidth Solution should support min 4 Mbps for point
to point and 18 Mbps for Multipoint or more
and solution should also work on low
bandwidth such as 2G/3G data card, RF
connectivity and broadband.
20 OEM All the VC items quoted should be from same OEM

4. Technical Specification of Full HD Endpoint

S.N0 Parameter Specifications Compliance


Yes / No
1 Video algorithm Solution should support the following video
standards H.263, H.264 /H.264
AVC/SVC/VBR/PRO/ H.265 or equivalent or better
which can work on low bandwidth.
2 IP and SIP based Solution should support H.323 protocol and
upgradable to multiparty (1+8) in future without
changing the hardware.
3 Resolution Solution should support Full HD Resolution upto
supported 1080p @30/60fps or better
4 Aspect Ratio Solution should support 4:3 & 16:9.
5 Solution should support minimum 30 frames per
Frame rates second from 512 kbps of bandwidth.
6 Content sharing Solution should support H.239 for content sharing
7 Multiple Camera Solution should support input of 2 Full HD camera
input videos and content sharing Simultaneously in the
VC call.
8 Solution should support G.711, G.728, G.729,
Audio algorithm G.722 / GIPS / SPEEX or better codec which work
on low bandwidth.
9 Audio inputs Solution should support 2 Omni-directional
microphones in array to cater 30-seater
boardroom.
10 Network port Solution should have 1 X RJ-45 port.
11 Bandwidth Support system should support upto 4 Mbps in a Point to
Point call and 18 Mbps at multipoint call.
12 Display Support System should support dual Display
13 Video Output 2 x HDMI / 2 x DVI or 2X HD ports
14 Audio Output Solution should have 2Ports i.e. HD audio
output/USB and 3.5 mm jack.
15 Camera Resolution Camera should support 1920*1080p resolution at
30fps or better
16 PAN: ± 100 degree or better, Tilt: ±30 degree or
PAN/Tilt/Zoom and better and Zoom: 12x optical zoom. 10 Mtrs or
camera cable more camera cable needs to supply along with
solution.
17 Control Solution should support far end camera control.
18 Solution should support 2 HD input / USB or
Video input
equivalent
19 Presetting position 9 or more
20 PAN speed 90°/sec or better
21 Tilt speed 50°/sec or better
22 Recording Solution should have1 X USB port for recording
the Video conference session.
23 Operating
Temperature 0-55 deg C
24 Accessories Remote controller, Power cables and manuals.
25 OEM All the VC items quoted should be from same
OEM

5. Technical Specification of HD Camera

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

7. Technical Specification of 42” LED panel

S.NO Parameter Specifications Compliance


Yes / No
1. Resolution 1920 x 1080 @ 60 Hz
2 Size 42”inch or better
3 Brightness 350 cd/m² or more
4 Aspect ratio 16:9
5 Built-in speakers 2 x 10W RMS or better

6 Video input DVI-D,HDMI, Component (RCA), USB


7 Audio input 3.5 mm jack, Audio Left/Right (RCA)

8 Audio output Audio Left/Right (RCA), 3.5mm jack

9 External control RJ45, RS232C (in/out) 2.5 mm jack, IR (in/out) 3.5 mm


jack and 10-meter HDMI cable to supplied
10 MTBF 50,000 hour(s)
11 Display colours 16.7 Million
12 Panel Professional panel
13 Preferred make Panasonic/Sony/LG/ Samsung

8. Technical Specification of 55” LED panel

S.NO Parameter Specifications Compliance


Yes / No
1. Resolution 1920 x 1080 @ 60 Hz
2 Size 55”inch or better
3 Brightness 350 cd/m² or more
4 Aspect ratio 16:9
5 Built-in speakers 2 x 10W RMS or better

6 Video input DVI-D, HDMI, Component (RCA), USB


7 Audio input 3.5 mm jack, Audio Left/Right (RCA)

8 Audio output Audio Left/Right (RCA), 3.5mm jack

9 External control RJ45, RS232C (in/out) 2.5 mm jack, IR (in/out) 3.5 mm


jack and 10-meter HDMI cable to supplied
10 MTBF 50,000 hour(s)
11 Display colours 16.7 Million
12 Panel Professional panel
13 Preferred make Panasonic/Sony/LG/Samsung
ANNEXURE – G

COMMERCIAL BID
Bill of Quantities
(A)
Model Qty Total Grand
SNo Nomenclature Unit rate GST Total

MCU/Multiparty Bridge– Full HD


1 20Ports as per Annexure F 1

2 Gatekeeper as per Annexure F 1

3 Desktop Client as per Annexure F 1


Full HD Endpoint as per Annexure
4 F 1

5 HD camera as per Annexure F 1

Echo cancellation microphone as


6 per Annexure F 1
7 LED display 42”inch as per 1
Annexure F
8 LED Display 55”inch as per 1
Annexure F
Total (A)

(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

Identified proposed Locations for Installation

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

You might also like