You are on page 1of 18

Bid Number: GEM/2021/B/1432147

Dated: 01-09-2021

Bid Document

Bid Details

Bid End Date/Time 29-09-2021 12:00:00

Bid Opening Date/Time 29-09-2021 12:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 30 (Days)

Ministry/State Name Ministry Of Finance

Department Name Department Of Financial Services

Organisation Name Union Bank Of India (ubi)

Office Name Central Office Dept Of Information Technology

Total Quantity 330

Desktop Computers , Computer Printers , biometric


Item Category
identification equipment

Minimum Average Annual Turnover of the


30 Lakh (s)
Bidder

OEM Average Turnover (Last 3 Years) 242 Lakh (s)

Years of Past Experience required 3 Year (s)

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Years Of Experience


Yes
and Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Compliance of BoQ
specification and supporting document
Document required from seller
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance 50 %

Bid to RA enabled Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Annual Maintenance Charges Required Yes

Primary product category Desktop Computers

Time allowed for Technical Clarifications


4 Days
during technical evaluation

Evaluation Method Total value wise evaluation

EMD Detail

1 / 18
Required No

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 38

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
Asst General Manager
Union Bank of India, Regional office, NH-7, Allahabad Marg, Sirmour Chowk, Rewa, Dist.-Rewa, Madhya Pradesh,
486001
(Regional Head)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria". If the bidder is OEM of the
offered products, it would also be exempted from the "OEM Average Turnover" criteria. In case any bidder is
seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for
exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria". If the bidder is OEM of the offered products, it would also be exempted from the "OEM
Average Turnover" criteria. In case any bidder is seeking exemption from Turnover / Experience Criteria, the
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
4. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
5. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid

2 / 18
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
6. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
7. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
8. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 50% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

9. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

Desktop Computers ( 80 pieces )

(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Motherboard Chipset Series AMD B Series, AMD Pro Series Or higher

3 / 18
Specification Specification Name Bid Requirement (Allowed Values)

Chipset Number AMD B350, AMD B300, AMD B500, AMD PRO 560,
AMD PRO 500, AMD PRO 565 Or higher

Processor Processor Make AMD

Processor Generation 9.0, 10.0 Or higher

Number of Cores per 4, 6, 8, 10, 12 Or higher


Processor

Processor Base Frequency 3.6, 3.7, 3.8, 3.9, 4, 4.1, 4.2, 4.3 Or higher
(GHz)

Processor Description AMD Ryzen 3, AMD Ryzen 5, AMD Ryzen 7, AMD


Athlon, AMD Ryzen 9 Or higher

Processor Number AMD Ryzen 3 1200, AMD Ryzen 3 PRO 1200, AMD
Ryzen 3 PRO 2200G, AMD Ryzen 3 PRO 2200GE, AMD
Ryzen 3 2200G, AMD Ryzen 3 2200GE, AMD Ryzen 3
PRO 1300, AMD Ryzen 5 1400, AMD Ryzen 5 2400G,
AMD Ryzen 5 2400GE, AMD Ryzen 5 PRO 2400G, AMD
Ryzen 5 PRO 2400GE, AMD Ryzen 5 PRO 1500, AMD
Ryzen 5 1600, AMD Ryzen 5 PRO 1600, AMD Ryzen 5
2600, AMD Ryzen 5 PRO 2600, AMD Ryzen 7 1700,
AMD Ryzen 7 PRO 1700, AMD Ryzen 7 1700X, AMD
Ryzen 7 PRO 1700X, AMD Ryzen 7 2700, AMD Ryzen
7 PRO 2700, AMD Ryzen 5 3400G, AMD Ryzen 5
3400GE, AMD Ryzen 5 PRO 3400G, AMD Ryzen 5 PRO
3400GE, AMD Ryzen 3 3200G, AMD Ryzen 3 3200GE,
AMD Ryzen 3 PRO 3200G, AMD Ryzen 3 PRO 3200GE,
AMD Athlon 300GE, AMD Athlon PRO 300GE, AMD
Ryzen 3 2300X, AMD Ryzen 5 2500X, AMD Ryzen 5
3500, AMD Ryzen 5 3600, AMD Ryzen 5 PRO 3600,
AMD Ryzen 7 PRO 3700, AMD Ryzen 9 PRO 3900,
AMD Ryzen 9 3900, AMD Ryzen 7 4700G, AMD Ryzen
7 4700GE, AMD Ryzen 5 4600G, AMD Ryzen 5
4600GE, AMD Ryzen 3 PRO 4350G, AMD Ryzen 3 PRO
4350GE, AMD Ryzen 3 4300G, AMD Ryzen 3 4300GE
Or higher

Operating System Operating System (Factory Windows 10 Professional


Pre-Loaded)

Memory RAM Size (GB) 4, 8, 16, 32, 64, 128 Or higher

RAM Expandability up to( 8, 16, 32, 64, 0, 128 Or higher


using spare DIMM Slots in
GB)

Storage Type of Drives used to HDD


populate the Internal Bays

Total HDD Capacity (GB) 1000, 1500, 2000, 2500, 3000, 4000 Or higher

Total SSD Capacity (GB) 128, 256, 384, 512, 768, 0, 1024, 2048, 4096 Or
higher

Total SSHD Capacity in 500, 1000, 2000, 0 Or higher


addition to 8 GB Flash (GB)

Cabinet Cabinet Form Factor SFF ( 7 to 13 Litres), Tower (13.1 to 26 Litres)

Monitor Monitor Technology IPS, TN, VA Or higher

4 / 18
Specification Specification Name Bid Requirement (Allowed Values)

LED Backlit Monitor Size 21.5, 22, 23, 24, 27, 23.8, 32 Or higher
(INCHES)

Monitor Resolution (PIXELS) 1366x768, 1440 x 900, 1600 x 900, 1920x1080, 1920
x 1200, 3200x1800, 3840 x 2160, 1280 x 1024, 2560
x 1440 Or higher

Warranty On Site OEM Warranty 3, 5, 4 Or higher


(Year)

Additional Specification Parameters - Desktop Computers ( 80 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Make & Model & URL for Must be specified. All the relevant product brochures and manuals must be
Verification submitted.

Windows 10 Professional 64 bit license with windows 10 recovery media /CD


Operating System license &
& "Certification - Genuine Windows 10 License, Energy Star 5.0 (Windows
Certification
OS) EPEAT Registered"

ROHS(Restriction of Hazardous Substances) Compliant &Energy Star


Compliance
compliant 5.0 or above (Documentary proof should be submitted)

6 USB Ports (preferably 2 in front panel), 1 Serial Port, 1 Parallel port,


Monitor port – 1 VGA / HDMI display, RJ45, audio in/out, headphone and
microphone jack & 180 W or higher watt Power supply. The bidders who are
Ports & Power Supply (SMPS) quoting less than 200Watt has to give undertaking stating that during the
contract period the supplied desktop will have the sufficient power to
support all the peripherals connected with this Desktops through any port
either USB/ Serial etc.

104 keys Mechanical Key Board (USB/PS2 Make) Windows compatible &
Keyboard & Monitor 21.5” wide / flat (or more/better) TFT monitor with TCO 05 or higher
Certification, Energy Star compliant Ver 5.0
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486001,Union Bank of India,


NH-7, Allahabad Marg, Sirmour
1 ASLAM ANSARI 13 90
Chowk, Rewa, Dist.-Rewa,
Madhya Pradesh, 486001

486335,Union Bank of India,


Amha Vasudeo Hanumana, Nh
2 DUBEY,ANUBHAV No.7,SET Main Road, 5 90
Hanumana, Dist.Rewa,Madhya
Pradesh,486335

5 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

484774,Union Bank of India,


New Market, Main Road,DIST-
3 PARMESHGWAR 4 90
SHAHDOL,Madhya
Pradesh,484774

486226,Union Bank of India, At


& Post Chakghat,
4 PRAMEET RANJAN 5 90
Dist.Rewa,Madhya
Pradesh.486226

486006,Union Bank of India,


House No. 286, Ward No.4,
NH7, Near Govt High School,
5 HEMANT MISHRA 4 90
Post-Chorhata, Tehsil-
Huzur,Distt.-Rewa, Madhya
Pradesh, 486006

486661,Union Bank of India,


collectrote
6 PUSHPRAJ 5 90
campus,Sidhi,Madhya
Pradesh.486661

486331,Union Bank of India, At


& Post Mauganj,
7 VARUN GULATI 5 90
Dist.Rewa,Madhya
Pradesh.486331

486450,Union Bank of India,


Jaypee Nagar,
8 KUMAR,ASHWANI 5 90
Garhwa,Dist.Rewa,Madhya
Pradesh.486450

210204,Union Bank of India, At


SUDHANSHU & Post Jankikund, Chitrakoot,
9 4 90
AGARWAL Dist.Satna,Madhya
Pradesh.210204

486114,Union Bank of India, At


& Post Raipur Karchulian,
10 VINIT KUMAR 4 90
Dist.rewa,Madhya
Pradesh,486114

485447,Union Bank of India,


ROHAN NAMDEV poast and vilage
11 4 90
RAKHUNDE karsara,Satna,Madhya
Pradesh,485447

486882,Union Bank of India,


Near Bus Stand, Village & P.O.
12 ABDUL ALAM Chitarangi,Tehsil Chitarangi, 4 90
Dist. Singrauli.Madhya
Pradesh.486882

486117,Union Bank of India,


SRIVASTAVA,BRIJES Post & Village Lalgaon,Tehsil
13 4 90
H KUMAR Sirmour,Dsitrict-Rewa, Madhya
Pradesh,486117

485666,Union Bank of India,


Opposite Govt. HospitalKothi
14 RAM NIWAS MEENA 5 90
Taluka, Satna, Dist.
Satna,Madhya Pradesh.485666

6 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486123,Union Bank of India, at


RAGHVENDRA
15 & post Manikwar, Dist Rewa, 4 90
SINGH
Madhya Pradesh, 486123

486001,Union Bank of India,


RISHABH 16/1308,Allahabad RoadN.H.7
16 5 90
SRIVASTAVA Nehru Nagar, Dist.
Rewa,Madhya Pradesh,486001

Desktop Computers ( 80 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Motherboard Chipset Series Intel H Series, Intel B Series, Intel Q Series, Intel Z
Series Or higher

Chipset Number Intel B 460, Intel Z 490, Intel Q 470, Intel Q570, Intel
B560 Or higher

Processor Processor Make Intel

Processor Generation 10.0 Or higher

Number of Cores per 4, 6, 8, 10, 12 Or higher


Processor

Processor Base Frequency 3.6, 3.7, 3.8, 3.9, 4, 4.1, 4.2, 4.3 Or higher
(GHz)

Processor Description Intel Core i3, Intel Core i5, Intel Core i7, Intel Core i9
Or higher

Processor Number Intel Core i9 10900K, Intel Core i9 10900KF, Intel


Core i9 10900, Intel Core i9 10900F, Intel Core i7
10700K, Intel Core i7 10700KF, Intel Core i7 10700,
Intel Core i7 10700F, Intel Core i5 10600K, Intel Core
i5 10600KF, Intel Core i5 10600, Intel Core i5 10500,
Intel Core i9 10900T, Intel Core i3 10320, Intel Core i5
10400, Intel Core i5 10400F, Intel Core i7 10700T,
Intel Core i3 10300, Intel Core i5 10600T, Intel Core i3
10100, Intel Core i3 10325, Intel Core i3 10305, Intel
Core i3 10105, Intel Core i3 10105F, Intel Core i3
10305T, Intel Core i3 10105T Or higher

Operating System Operating System (Factory Windows 10 Professional


Pre-Loaded)

Memory RAM Size (GB) 4, 8, 16, 32, 64, 128 Or higher

RAM Expandability up to( 8, 16, 32, 64, 0, 128 Or higher


using spare DIMM Slots in
GB)

7 / 18
Specification Specification Name Bid Requirement (Allowed Values)

Storage Type of Drives used to HDD


populate the Internal Bays

Total HDD Capacity (GB) 1000, 1500, 2000, 2500, 3000, 4000 Or higher

Total SSD Capacity (GB) 128, 256, 384, 512, 768, 0, 1024, 2048, 4096 Or
higher

Total SSHD Capacity in 500, 1000, 2000, 0 Or higher


addition to 8 GB Flash (GB)

Cabinet Cabinet Form Factor SFF ( 7 to 13 Litres), Tower (13.1 to 26 Litres)

Monitor Monitor Technology IPS, TN, VA Or higher

LED Backlit Monitor Size 21.5, 22, 23, 24, 27, 23.8, 32 Or higher
(INCHES)

Monitor Resolution (PIXELS) 1920x1080, 1920 x 1200, 3200x1800, 3840 x 2160,


2560 x 1440 Or higher

Warranty On Site OEM Warranty 3, 5, 4 Or higher


(Year)

Additional Specification Parameters - Desktop Computers ( 80 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Make & Model & URL for Must be specified. All the relevant product brochures and manuals must be
Verification submitted.

Windows 10 Professional 64 bit license with windows 10 recovery media /CD


Operating System license &
& "Certification - Genuine Windows 10 License, Energy Star 5.0 (Windows
Certification
OS) EPEAT Registered"

ROHS(Restriction of Hazardous Substances) Compliant &Energy Star


Compliance
compliant 5.0 or above (Documentary proof should be submitted)

6 USB Ports (preferably 2 in front panel), 1 Serial Port, 1 Parallel port,


Monitor port – 1 VGA / HDMI display, RJ45, audio in/out, headphone and
microphone jack & 180 W or higher watt Power supply. The bidders who are
Ports & Power Supply (SMPS) quoting less than 200Watt has to give undertaking stating that during the
contract period the supplied desktop will have the sufficient power to
support all the peripherals connected with this Desktops through any port
either USB/ Serial etc.

104 keys Mechanical Key Board (USB/PS2 Make) Windows compatible &
Keyboard & Monitor 21.5” wide / flat (or more/better) TFT monitor with TCO 05 or higher
Certification, Energy Star compliant Ver 5.0
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

8 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486884,Union Bank of India,


Infront of Delhi Public
DINESH KUMAR School,N.C.L., Nigahi
1 8 90
VISHWAKARMA Project,Nigahi, Dist.
Singrauli,Madhya
Pradesh.486884

486220,Union Bank of India, At


Pachama, Post Teonthar,
2 RAJESH KUMAR 4 90
Dist.Rewa,Madhya
Pradesh.486220

486001,Union Bank of India,


NH-7, Allahabad Marg, Sirmour
3 ASLAM ANSARI 13 90
Chowk, Rewa, Dist.-Rewa,
Madhya Pradesh, 486001

485771,Union Bank of India,


SINGH,PANKAJ Sarla Nagar Road, Bidhan
4 4 90
KUMAR Comlex,At PO Maihar, Dist.
Satna, Madhya Pradesh.485771

486111,Union Bank of India,


KUSHWAH,RAGHVE
5 NH-7, PO Mangawan,Dist. 4 90
NDRA SINGH
RewaMadhya Pradesh.486111

486686,Union Bank of India, at


sanjaynagar chauraha, Post-
6 RISHIKESH SAHAY Kachhni, Post Box-18, Waidhan, 7 90
Dist. Singrauli, Madhya
Pradesh.486686

486445,Union Bank of India,


Near Bus Stand, Satna Road,PO
7 HARISH PRABHAKAR 5 90
Semariya, Dist. RewaMadhya
Pradesh,486445

486661,Union Bank of India,


Bus Stand Road, Sidhi,
8 SANJAY KUMAR 7 90
Dist.Sidhi,Madhya Pradesh
486661

486890,Union Bank of India,


Near Indira Bhawan,
SINGH,DEEPAK
9 Dudhichuwa,Central Workshop 8 90
KUMAR
Colony,Dist.Singrauli.Madhya
Pradesh.486890

486448,Union Bank of India,


Dabhoura Road,At & Post
10 ANIL 4 90
Sirmur, Dist. Rewa,Madhya
Pradesh,486448

484661,Union Bank of India,


11 CHAUDHARY,SUSHIL Station road,umaria,Madhya 4 90
Pradesh,484661

486001,Union Bank of India,


University Road, Tirth Parisar-
12 Vineet Kumar Ananthpur,P.O.Govt.Engg.Colle 4 90
ge, Rewa, Dist.Rewa,Madhya
Pradesh.486001

9 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486886,Union Bank of India,


Hotel Rajkamal & Shopping
13 RAKESH KUMAR Complex,Vindhyanagar Road, 8 90
Waidhan, Dist.Singrauli,Madhya
Pradesh.486886

Computer Printers ( 30 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specifications Cartridge Technology Composite Cartridge, separate toner and drum, Ink Or
higher

Printing Technology Laser

Type of Printing Mono

Paper Size A4, A3 Or higher

Print Speed per minute as 30, 35, 38, 40, 43, 45, 47, 50, 52, 55, 60, 61, 65, 70,
per ISO/IEC 24734 in (A4) 71, 75, 80, 85, 90, 95, 100, 105, 110, 31, 32, 62, 33,
Size - Mono 41, 46, 56, 34 Or higher

Print Speed per minute as 4, 7, 8, 10, 12, 15, 16, 18, 20, 25, 30, 35, 40, 45, 50,
per ISO/IEC 24734 in (A4) - 55, 60, 65, 70, 75, 80, 85, 90, 95, 100, 105, 110, 26,
Color 27, 31, 38, 4.4, 5, 5.7, 5.8, 6.8, 10.4, 15.5, 21, 24, 33,
46, 34, 19, 0, 14 Or higher

Duplexing Feature Yes Or higher

Network Interface, if available Ethernet 10/100/1000, Ethernet 10/100 Or higher

Wireless Connectivity Yes, No Or higher

Number of Main Paper 1, 2, 3, 4, 5 Or higher


Trays

Bypass Tray Facility Yes, No Or higher

On site OEM warranty 1, 3, 5, 2, 4 Or higher


(Years)

Annual Maintenance

Warranty of required product 1 Year

Annual Maintenance Charges Duration (Post


2 Year
Warranty)

Annual Maintenance Charges Frequenecy Quarterly

10 / 18
*Warranty displayed under the AMC/CMC Details section will supersede the warranty displayed under the catalog
specfication

Additional Specification Parameters - Computer Printers ( 30 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Make & Model & URL for Must be specified. All the relevant product brochures and manuals must be
Verification submitted.

Ram & Processor 128 MB RAM OR HIGHER & MINIMUM 500MHZ PROCESSOR OR HIGHER

Specify (Full yield original cartridge must be supplied along with printer
which should print minimum 1500 page- i.e. it should not be a demo
Cartridge yield
cartridge. In case cartridge yield is less than 1500 pages, bidder has to
supply additional cartridge to meet the said requirement)

High Speed USB 2.0 with Ethernet Interface as standard interface – 10/100
Interface
Mbps

Monthly duty cycle & OS


20,000 pages and above & Window Vista7/8/10
Compatibility
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486661,Union Bank of India,


Market Area, At & Post Amiliya,
1 TIWARI,ABHISHEK 1 60
Dist.sidhi,Madhya
Pradesh.486661

485112,Union Bank of India, J P


Cement Plant Campus,Babupur
2 SINGH,AKASH Talu Raghuraj Nagar Dist. 1 60
SatnaP.O Babupur, Madhya
Pradesh,485112

486892,Union Bank of India,


Panchayat
3 GOVIND DAS 1 60
Building,Baggaiya,,Madhya
Pradesh,486892

486776,Union Bank of India,


Jaypee Vihar,Jaypee Sidhi
4 JHA,NISHANT Cement Plant,P.O. Baghwar, 1 60
District Sidhi,Madhya
Pradesh.486776

486001,Union Bank of India,


Gurudwara Sabha, Near Budwa
VERMA, PANKAJ
5 Petrol Pump,Gurudwara Sabha, 1 60
KUMAR
Near Budwa Petrol Pump,Dist:
Rewa, Madhya Pradesh.486001

11 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486226,Union Bank of India, At


& Post Chakghat,
6 PRAMEET RANJAN 1 60
Dist.Rewa,Madhya
Pradesh.486226

486886,Union Bank of India,


KISHOR KUMAR
7 Chaura Branch,Rajmilan,Distt 1 60
TIRKEY
Singrauli.486886

485001,Union Bank of India, Lal


Gulab Tower, Umari Road,
8 VIKAS SANGTANI 1 60
Satna, Distt.- Satna, Madhya
Pradesh, 485001

486111,Union Bank of India,


Village-Puwa 310 PH Sir No 1
PANKAJ KUMAR
9 RIC Garh, Tehsil Mangawan, 1 60
CHOWDHARY
District Rewa, Madhya Pradesh,
486111

486550,Union Bank of India,


Opp. Hospital, Killa Road, Post
10 KUMAR,DEOBRAT & Village Govindgarh, S-Dist. 1 60
Huzur, Dist. Rewa, Madhya
Pradesh 486550

210204,Union Bank of India, At


SUDHANSHU & Post Jankikund, Chitrakoot,
11 1 60
AGARWAL Dist.Satna,Madhya
Pradesh.210204

486886,Union Bank of India,


Mada Branch,Tehsil Mada,Distt
12 VINAY KUMAR 1 60
Singrauli,Madhya
Pradesh.486886

486331,Union Bank of India, At


& Post Mauganj,
13 VARUN GULATI 1 60
Dist.Rewa,Madhya
Pradesh.486331

486884,Union Bank of India,


Infront of Delhi Public
DINESH KUMAR School,N.C.L., Nigahi
14 1 60
VISHWAKARMA Project,Nigahi, Dist.
Singrauli,Madhya
Pradesh.486884

486001,Union Bank of India,


NH-7, Allahabad Marg, Sirmour
15 ASLAM ANSARI 10 60
Chowk, Rewa, Dist.-Rewa,
Madhya Pradesh, 486001

486001,Union Bank of India,


Bansagar Colony, PTS Road,
16 MOHAN 1 60
Saman,Dist.-Rewa,Madhya
Pradesh 486001

486881,Union Bank of India,


AVADH BIHARI
17 Rewa Road, jamodi,Distt 1 60
PATEL
Sidhi,Madhya Pradesh,486881

12 / 18
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486669,Union Bank of India,


18 MITHLESH SARYAM Village & Post Tikri, Dist Sidhi, 1 60
Madhya Pradesh, 486669

484661,Union Bank of India,


19 CHAUDHARY,SUSHIL Station road,umaria,Madhya 1 60
Pradesh,484661

486885,Union Bank of India, TT


Shopping complexvindhya
20 AMRESH KUMAR JHA 1 60
nagar, Dist. Singrauli,Madhya
Pradesh.486885

486886,Union Bank of India,


Hotel Rajkamal & Shopping
21 RAKESH KUMAR Complex,Vindhyanagar Road, 1 60
Waidhan, Dist.Singrauli,Madhya
Pradesh.486886

Biometric Identification Equipment ( 140 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Type Fingerprint Scanner Device for use with Desktop,


Laptop, Tablet, POS Device etc.

Certification for Device and STQC Certified


extractor software/SDK

API/SDK Windows 7 and above (including Windows based


Mobile Phone)

Integrated USB 2.0 and above Yes


Connector

Conformity to the "Terms and Yes


Conditions of UIDAI Certified
Registered Device"

Warranty (Years) 1

Additional Specification Parameters - Biometric Identification Equipment ( 140 pieces )

13 / 18
Specification Parameter
Bid Requirement (Allowed Values)
Name

Compatibility As per UBI Finacle 10 compatibility

Model MORPHO MSO 1300 E3


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

486001,Union Bank of India,


NH-7, Allahabad Marg, Sirmour
1 ASLAM ANSARI 140 60
Chowk, Rewa, Dist.-Rewa,
Madhya Pradesh, 486001

Special terms and conditions-Version:2 effective from 09-04-2021 for category Desktop Computers

1. ‘Local content means the amount of value added in India which shall, unless otherwise Prescribed by the
Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the
value of imported content in the item (including all customs duties) as a proportion of the total value and
percent.

‘Class-I local supplier’ means a supplier or service provider, whose goods, services or works offered for
procurement, has local content equal to or more than 50% as defined under this Order

‘Class-lI local supplier’ means a supplier or service provider, whose goods, services or works offered for
procurement, has local content more than 20% but less than 50%, as defined under this Order

Special terms and conditions-Version:1 effective from 04-05-2020 for category biometric
identification equipment

1. As per notification of MEITY circulated vide letter no. F.No.33(1)/2017-IPHW..dated :14/09/2017, the
minimum local content should be 45 percent to qualify as local or domestic manufacturer.

Buyer Added Bid Specific Additional Terms and Conditions


1. Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
2. Bidders shall quote only those products in the bid which are not obsolete in the market and has at least 7
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.
3. Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.
4. Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.
5. Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.
6. Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.
7. IT equipment shall be IPv6 ready from day one.

14 / 18
8. Malicious Code Certificate:

The seller should upload following certificate in the bid:-


(a) This is to certify that the Hardware and the Software being offered, as part of the contract, does not
contain Embedded Malicious code that would activate procedures to :-
(i) Inhibit the desires and designed function of the equipment.
(ii) Cause physical damage to the user or equipment during the exploitation.
(iii) Tap information resident or transient in the equipment/network.
(b) The firm will be considered to be in breach of the procurement contract, in case physical damage, loss
of information or infringements related to copyright and Intellectual Property Right (IPRs) are caused due
to activation of any such malicious code in embedded software.

9. Non return of Hard Disk: As per Buyer organization’s Security Policy,Faulty Hard Disk of
Servers/Desktop Computers/ Laptops etc. will not be returned back to the OEM/supplier against warranty
replacement.
10. OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.
11. Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.
12. The Buyer has an existing set up / inventory of similar products. The offered / supplied product must be
compatible with existing system. The bidder has to ensure Compatibility of the supplied items or shall
have to include in the supply the necessary hardware / software to make them compatible at no extra
cost to the buyer. The details of items with which compatibility is required are as under: The bidder must
provide 3 (three) years comprehensive on-site warranty on Desktops and 1 (one) year comprehensive on-
site warranty on Printers and Scanners
13. The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price: Installation of banks
software along with Mouse pad and cover.
14. 1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.
15. Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.
16. While generating invoice in GeM portal, the seller must upload scanned copy of GST invoice and the
screenshot of GST portal confirming payment of GST.
17. Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods
18. Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last
three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the
relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
bidder is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria.
19. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in
the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant
periods or a certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for
the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
OEM is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.
20. IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a

15 / 18
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.
21. Indian suppliers of this item are not allowed to participate and/ or compete in procurement by some
foreign governments. Bidders / products from such countries are not eligible / not allowed to participate in
this bid in terms of clause 1 (d) of Public Procurement (Preference to Make in India) Order, 2017
22. Procurement under this bid is reserved for purchase from Micro and Small Enterprises whose credentials
are validated online through Udyog Aadhaar for that product category. If the bidder wants to avail the
reservation benefit, the bidder must be the manufacturer of the offered product in case of bid for supply of
goods. Traders are excluded from the purview of Public Procurement Policy for Micro and Small
Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered Service.
Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service.
23. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated
23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and its subsequent
Orders/Notifications issued by concerned Ministry. If the bidder wants to avail the Purchase preference,
the bidder must be the manufacturer of the offered product in case of bid for supply of goods. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary
evidence in this regard shall be uploaded along with the bid in respect of the offered product or service. If
L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for percentage of 10% of total value.
24. Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.
25. Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.
26. Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.
27. Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
28. ISO 9001: The bidder or the OEM of the offered products must have ISO 9001 certification.
29. Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer’s
Lab & the Results of the Lab will be the Sole Criteria for Acceptance of the Item.
30. The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.
31. Bidder / OEM has to give an undertaking that after expiry of warranty period, it will provide AMC Service
for next 2 years for the offered products at the rate not more than 7 % of contract price per annum. Buyer
reserves the right to enter into an AMC agreement ( covering preventive maintenance and servicing)with
the Successful Bidder / OEM after expiry of the Warranty period at rate as mentioned above and the
payment for the AMC charges would be made Quarterly after rendering of the AMC Services of the
relevant AMC period. Performance Security of the successful bidder shall be forfeited if it fails to accept
the AMC contract when called upon by the buyer. The original Performance Security of contract will be
returned only after submission and verification of AMC Performance Security for 10% of total AMC value
valid up to AMC period plus 2 months (if there is no other claim). (Undertaking of acceptance to be
uploaded with bid).
32. Warranty period of the supplied products shall be as given in specifications from the date of final
acceptance of goods or after completion of installation, commissioning & testing of goods (if included in
the scope of supply), at consignee location. OEM Warranty certificates must be submitted by Successful
Bidder at the time of delivery of Goods. The seller should guarantee the rectification of goods in case of
any break down during the guarantee period. Seller should have well established Installation,
Commissioning, Training, Troubleshooting and Maintenance Service group in INDIA for attending the after
sales service. Details of Service Centres near consignee destinations are to be uploaded along with the
bid.
33. Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement

16 / 18
indicated in the relevant clause of the bid.
34. Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 5 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be
liable to re-imberse the cost of such service / rectification to the Buyer.
35. For fulfilling the experience criteria any one of the following documents may be considered as valid proof
for meeting the experience criteria:
a. Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the
invoices have been executed.
b. Execution certificate by client with order value.
c. Any other document in support of order execution like Third Party Inspection release note, etc.
36. Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of Union Bank of India,
Regional Office rewa payable at Rewa. After award of contract, Successful Bidder can upload scanned
copy of the DD in place of PBG and has to ensure delivery of hard copy to the original DD to the Buyer
within 15 days of award of contract.
37. Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of Union Bank of
India, Regional Office rewa A/C (Name of the Seller). The bank should certify on it that the deposit can be
withdrawn only on the demand or with the sanction of the pledgee. For release of Security Deposit, the
FDR will be released in favour of bidder by the Buyer after making endorsement on the back of the FDR
duly signed and stamped along with covering letter. Successful Bidder has to upload scanned copy of the
FDR document in place of PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within
15 days of award of contract.
38. NET WORTH: Net Worth of the OEM should be positive as per the last audited financial statement.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.

Additional Clause For Annual Maintenance Charges


1.AMC charges to be indicated as percentage of cost of Product/Equipment quoted for each year after the
warranty period.

2. GST shall be included in the AMC Charges quoted.

3. The AMC functionality shall be available in bid only and no direct RA shall be applicable. In case of bid to RA
decrement rules shall be applicable on total price inclusive of AMC charges.

3.1 Buyer shall indicate number of years of warranty by selecting option of 1- 10 Years available in the field

17 / 18
depending on warranty parameter applicable in category parameters for the equipment. The Seller while
participating in Bid/RA will get fields to indicate AMC charges as percentage depending on number of years of
AMC selected by Buyer. The following shall be applicable If 5 year AMC selected.

3.1.1 AMC charges for first year after warranty period – Percentage to be indicated- A1.
3.1.2 AMC charges for second year after warranty period – Percentage to be indicated A2.
3.1.3 AMC charges for third year after warranty period – Percentage to be indicated A3.
3.1.4 AMC charges for fourth year after warranty period – Percentage to be indicated A4.
3.1.5 AMC charges for 5th year after warranty period – Percentage to be indicated A5.

3.2 The calculation of AMC Charges shall take in to account of number of years of warranty and duration of AMC
as specified while creating bid.

3.3 AMC charges to be indicated for each subsequent year should be same or higher than preceding year.

3.4 The AMC charges shall be offered within range of 3 to 10% of cost of equipment.

4.Since AMC charges are to be paid only later for each year during AMC period , applicable performance
guarantee amount after placement of contract shall be based on the cost of product/equipment and not on basis
of cost of equipment along with AMC Charges.

5. Performance bank guarantee applicable for AMC is to be submitted at start of the AMC and shall be applicable
as 2.5% on the total contract value including AMC Charges The PBG submitted after award of contract shall be
released only after new PBG for the AMC period is submitted and accepted by buyer/consignee after due
verification. Bank guarantee for AMC is to remain valid till completion of AMC period plus one year .The bank
guarantee for AMC shall be submitted to buyer directly.

6. In case of splitting of quantity product/equipment cost and AMC charges offered by L-1 in the evaluated cost
shall be matched by higher quoting eligible bidders on one to one basis .The equipment cost shall be matched
and AMC charges shall be matched year to year.

7. The AMC Contract shall be an offline contract to be handled by buyer. The payment of AMC will be made on
AMC frequency (as indicated above) basis after satisfactory completion of said period, duly certified by end user
and scope of AMC will be as per para 1 above.

This Bid is also governed by the General Terms and Conditions

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.

---Thank You---

18 / 18

You might also like