Click here to load reader
Upload
dinhthien
View
212
Download
0
Embed Size (px)
Citation preview
Page 1 of 11
TENDER
FOR
Supply and Installation of
Biometric Fingerprint + Card + Pin Based Attendance Terminal
at
BIT MESRA, Ranchi
Tender No.: IC/000716
Tender date: 19th
Dec., 2017
Last Date of submission: 16th
Jan, 2018
Birla Institute of Technology, Mesra
Page 2 of 11
1. Birla Institute of Technology, Mesra, Ranchi invites tender for supply, erection, installation,
commissioning, testing, demonstration and training of Biometric Attendance Server
, as per specifications given in the Annexure attached to the Tender.
Tender Reference No. IC/000716
Last Date and Time for receipt of Tender 16/01/2018 at 1500 Hrs
Time and Date for Opening of Technical Bid 16/01/2018 at 1600 Hrs
Address for Communication As Stated below in the Instructions to the bidders.
Contact Telephone Numbers, 0651-2276274
For technical Details
[email protected] Dr. Pyiyank Kumar
Opening of Bids Technical Bids will be opened on 16 /01/2018, at
1600 Hrs in the Institute’s Conference Room in
the Main Building.
INSTRUCTIONS TO BIDDERS
All interested vendors are requested to send their sealed quotation for supply of the above item under two bid systems in the following manner:
a) Envelope – I: Technical Bid. b) Envelope – II: Financial Bid.
NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes submitted.
Both the envelops should be sealed, signed, marked and kept in a bigger envelop superscribed with the Tender Reference No. and Tender notice detail as appended hereunder.
with the Tender Reference No. and Tender notice detail as
TENDER FOR SUPPLY OF BIOMETRIC ATTENDANCE SERVER
TENDER REF. NO: IC/000716, DATE: 19/12/2017 LAST DATE FOR
SUBMISSION:16/01/2018 Till 1500 Hrs.
The Registrar
Birla Institute of Technology, Mesra
Ranchi - 835215.
From: M/s --------------------------
Contact No: ----------------------
E-mail ID: ------------------------
Page 3 of 11
Desirable Tender Specification for Biometric Attendance Terminal
Sr No. Technical Specification
1 Applications Access Control System & Time Attendance
2 CPU ARM 32 Bit RISC Processor, 800 MHz or above
3 Memory 256MB (Flash), MicroSD card 4GB (min.)
4 RAM 512 MB or above DDR3
5 Event Buffer 500,000
6 No. Of Finger Template 10000
7 Operation Mode Finger, Card, PIN
8
Sensor
High Quality Scratch Resistance Optical Sensor, Water
proof, 500DPI image, identification and verification time
< 1sec,
9 Finger Score
Display Finger Quality Score @time of finger
Registration
10 Communications Port
TCP/IP & Wiegand, POE, USB (for data transfer and
2G-3G dongle)
11 Display 3.5" TFT Display with Capacitive Touch Panel
Keypad Capacitive Touch Sense 12 Numeric Keypad
14 User capacity 10000 and above per terminal
15 Language English
16 LED -
17 Sound Various Beep Indication
18 Power Supply POE/ remote
19 Enclosure Weather and tamper proof enclosure
21 Color Black (preferable)
22 Mounting Wall Mounting
23 Operating Temperature 0 to 50 Degree Centigrade
24 Humidity 20% to 90%
25 Sensor Specification
26 Image Resolution 500 DPI
27 Template Size 384 Bytes
28 Image Size (Pixel) 272 X 320
29 Sensing Area (mm) 16 X 19
30 EER/FAR/FRR <0.1% / 0.001% / 0.1%
31 Enrollment time &
verification Time < 1 Sec
32 Connectivity All the devices to be connected in the nearest network switch
Page 4 of 11
2. Biometric Attendance & Access Control Software
The Management software should support attendance for staff and students.
The Management software should support Automated data exchange between data access
control to server and report generation used based report. Emanates data duplication and
double entries. accessibility of data export to open format like *.xls/*.pdf..etc.
Super User :- Employee List, Shift List, Leave List, Location List, Attendance Muster,
Employee Shift Allocation Report, Attendance Report along with man hour and shift
details, Leave Details,
Out Duty Details, Attendance Regularization Details, Leave Balance report, Employee
Absentee Report,
Employee Late Come Report, Employee Early Go Report, Employee Weekly off Present
List, Employee Holiday Present List, Holiday List.
Normal User – (Check Own attendance, Holiday List).
Web/Windows based application.
Password protected with Super User, HR Admin, Normal User login Supports
multi/Network Based locations.
Attendance management system software Capturing & storing employees Bio Metric
Finger Print scan pattern in Terminal unit & PC. It shall be possible to configure
employee attendance. Creating & editing Employee Finger Print pattern database (Master
data entry).
Generated attendance data *.xls must be transferred to existing ERP system for salary
preparation automatically/ manually.
All the machines are to be installed at different location in the campus. The machines
will be connected to the nearest network switch.
Associated accessories should be mentioned.
The devices to be placed in the hostel mess should provide the daily report of the student
mess.
A biometric lock is to be provided in the Central Instrumentation Facility.
Page 5 of 11
3. Biometric Attendance Server
Intel core i7
16GB Memory loaded and must be supported 4 UDIMM slots, support up to 32GB
1600Mhz DDR3
1TB or above HDD Storage (500Gb root drive)
Intel Rapid Storage Controller 12.0 supporting SATA 6Gb/s (2 ports-SATA0, SATA1)
SATA 3Gb/s (2 ports+ SATA2, SATA3) 4 SATA connectors (for hard drives and
optical)
Embedded NIC Gigabit Ethernet LAN 10/100/1000
Error Correction Code (ECC) memory; software RAID
LCD/LED 18.5” Display Same OEM
Windows Server 2008R2 or 2012
Warranty Support 3Years with OEM Authorization Certificate must be required.
Database to be provided
Bill of Material
S.N. items description Qty.
1 Biometric Attendance Devices with POE switch 40
2 Biometric Attendance Software 1
3 Biometric Attendance Server 1
5 Biometric Attendance Network connectivity to the nearest
network switch (approx. distance 30-50 mtrs.) 40
Page 6 of 11
SECTION IV: ELIGIBLITY CRITRIA OF BIDDERS & PROCESS OF BID
SUBMISSION
The Applicants should meet all the below listed criteria to qualify for the participation in the
Tender. They need to provide the mentioned documentary evidence to support their
qualification as listed below:
A. Bid shall be submitted in TWO PARTS, viz. Technical Bid comprising (i) EMD should be
in form of DD or a Bank Guarantee in favour of Birla Institute of Technology, Mesra
payable at Ranchi (ii) technical details, compliances etc. as enumerated in the tender
document & and Financial Bid. The bid should be submitted in properly wax sealed covers
indicating the Bid detail. Address of the firm submitting the tender and the officer to whom
the tender is addressed, must appear distinctly on both the inner and outer sealed covers,
indicating also on each envelop
TECHNICAL BID/FINANCIAL BID as may be applicable
Mandatory Teams &Conditions:
In the part relating to Technical Bid, the OEM/Bidder must provide the followings: -
1. Details of the technical features of the offered equipment and solution vis-à-vis specification
complying to tender.
2. Bidder should be an ISO 9001 / 14001 / 27001 certified company.
3. Authorization certificate, bidder if not manufacturer, to sell the quoted item from the OEM of
quoted Items brand specific to this tender, as per the format provided.
Note* :- Any document other than case specific authorization, will not be accepted &
their bid will summarily be rejected.
4. The bidders are required to enclose copy of GST Registration Certificate.
5. The Bidder should have similar experience in terms of project execution / supply of IT items /
similar items only in Government &/or PSU.
6. Bidder must have executed at least one single order for Biometric Attendance System,
valued at Rs. 10 lakhs or more, in last five years covering minimum one solution of Security
applications.
7. The Bidder should be in existence for at least five years as on 31.03.2017.
8. Bidder must enclose copy of their Registration Certificate either under Shop & Establishment
Act &/or under Companies Act &/or Under NSIC/SSI, as per applicable government rules.
Page 7 of 11
9. Bidder to enclose Copy of PAN/TIN & GST.
10. Bidder must have his own service office and infrastructure in the state.
11. The quoted brand / OEM (in case of non-Indian) should have been into business operation in
India, through their sales and service offices in India, for minimum five years as on date of
bidding.
12. The quoted product must be BIS certified.
13. Bidder to enclose Technical Literature along with tender.
14. The Technical compliance of specifications should be under signature of respective OEMs
and the developer.
15. Bidder should enclose Proof of annual turnover (Audited Balance Sheet) of having average
yearly turnover of Rupees five crores in last three financial years (14-15, 15-16, 16-17), with
Rupees ten crore Turnover in any one year.
16. Net worth of the Bidder should be positive & The bidding company shall be a profit-making
company in each of the last five years. A Letter of Undertaking is required to be submitted.
17. Banker’s details of tendering FIRM / Bidder should be clearly mentioned.
18. Bidders are instructed to only use formats provided in the tender document. Use of any
reproduced/reformatted format will lead to summarily rejection of bid.
19. The BIT Mesra will strictly adhere to the specifications given in the tender document. All
pages of the tender document should be duly sealed and signed by the authorized signatory of
the firm.
20. Warranty of the equipment shall be as mentioned in the price bid format item wise.
Undertaking by OEM is required along with the Bid. The warranty shall also comply to the
service/warranty conditions as enumerated in the tendered specification sheet.
21. Earnest Money (EMD) in the form of BG or Demand Draft or FDR only for Rs 25000/-, in
favour of Birla Institute of Technology, Mesra payable at Ranchi.
22. Earnest Money Deposit of the successful bidder will be refunded on receipt of Performance
bank guarantee.
23. The offers, which do not fulfill any or all of the conditions prescribed above or found
incomplete, are liable to be rejected at Institute’s discretion. The Ínstitute reserves the right to
reject any or all offers without assigning any reason.
24. The offer will be summarily rejected if there is any deviation from the formats as given in
annexure.
25. The decision of the Institute in this regard shall be final and binding on all the vendors. All
disputes or differences in connection with or relating to this tender shall be subject to the
jurisdiction of the courts at Ranchi only.
26. The envelope containing ‘’Financial Bid” should include details as per format and each page
duly stamped and signed by the authorized signatory of the bidder.
27. Bidders are not permitted to make any amendment / change in the tender format. Any
amendment/ change noticed will render the tender as disqualified.
28. Quantity, basic price (against item-wise details of specifications of each of the offered items).
29. Prices of each of the optional accessories, as required by specifications and may be relevant
for offered equipment, will have to be specifically stated in the quotation.
a) GST should be indicated separately, item wise.
b) Installation, warranty, delivery & commissioning charge (including GST), should be
included in the basic rate of quoted items, if any. Delivery shall be F.O.R.
c) Freight & insurance charge should be included in the unit basic rate of quoted items,
as mentioned in the Price bid, if any.
Page 8 of 11
30. This is a turnkey based tender. Bidder must quote for all items in each schedule. No partial
compliance of any terms, specification, etc. permitted. Partial compliance and deviation of
any terms and or condition will automatically lead to rejection.
31. In case of discrepancy between unit price and total price, the unit price shall prevail.
32. The enrolment/ registration of the staff and students will have to be done by the successful
bidder.
33. AMC for 3 years should be given.
34. Company should provide a performance guarantee of 10% of the Purchase order value valid
upto 60 days from the date of completion of performance obligation including warranty
obligation.
35. Training of the complete solution should be provided on the site.
Other Instructions :-
I. Rates: Rates quoted should be on F.O.R. BIT Mesra, Ranchi.
II. Validity: Quoted rates must valid for 90 days.
III. Delivery: Unless otherwise stated Delivery & Installation of goods will have to be
within 45 days from the date of issue of the Purchase Order. All aspects of safe
delivery shall be the exclusive responsibility of the OEM/Bidder. Any unjustified and
unacceptable delay in delivery beyond the delivery schedule as per purchase order
will render the Bidder/Manufacturer liable for liquidated damage at the rate of 0.5% -
1% per week, subject to maximum of 10% beyond which order will be cancelled,
EMD forfeited besides recovery of LD.
IV. Late and delayed Tenders: Late and delayed tender will not be considered. In case any
unscheduled holiday occurs on prescribed closing/opening date the next working day
shall be the prescribed date of closing/opening.
V. Ground for Rejection of Tender: The tenders are liable to be rejected if any of the fore
going conditions are not complied with and must be strictly as per this tender
document. The tender should be complete in all respects and duly signed wherever
required. Incomplete and unsigned offer will not be accepted.
VI. Any loss or damage caused to the article in transit to the centralized delivery location
is to be made good by the supplier free of cost within reasonable time.
VII. No escalation in respect of materials, labor, freight etc. will be allowed in any shape.
VIII. A declaration should also be furnished by the agency that they will supply the original
product of the manufacturing company. In case of supply of duplicate product suitable
action will be taken against the agency including forfeiture of EMD/ Security Deposit.
IX. The rates should be quoted and legibly written both in words and Figures. In case of
corrections, the same must be attested by the bidder with full signature; however no
overwriting is permissible.
X. In case of any discrepancy between words and figures, in financial bid, the rates in
words shall be accepted as correct.
XI. The Bidder has to sign at all pages of the bidding document and do the page
numbering. Sealing and Marking of Bids
i. The Bidders shall seal the envelope No.1 Technical envelope and envelope No.2 Financial
envelope in separate inner envelopes, duly marking the envelopes as envelope No.1,
“Technical BID” and “Envelope No.2 Financial BID”. He shall then place these two
envelopes in an outer envelope. Both the inner envelopes and the outer envelope should be
Page 9 of 11
addressed to Address:-
Registrar
Birla Institute of Technology, Mesra,
Ranchi, Jharkhand.
ii. The inner and outer envelopes shall bear the words: “Biometric Attendance System”.
iii. Both the inner envelopes shall indicate the name and address of the Bidder.
iv. If the outer envelope is not sealed and marked, the tender will be summarily rejected.
v. Telex, cable or facsimile bids will be rejected.
4. AWARD OF WORK
i. The finalization of the Proposals will be done by a committee constituted by the Institute
for this purpose.
ANNEXURE I
PROFORMA FOR OTHER DETAILS OF BIDDER, MANUFACTURER AND IT’S
BANK
1. Name & Full Address of
the Manufacturer
2.a Telephone & fax No.
Office/Works
2.b Telex No. Office/Works
2.c Email
3. Location of The
Manufacturing Factory
4. Name & Full Address of
The Bidder
5.a Telephone & Fax No.
Office/Factory/Works
5.b Mobile No.
5.c E-mail Address
Page 10 of 11
6
Financial Details of Bidder
Year 2014-15 2015-16 2016-17 Average Annual
Turnover in (INR)
7
Details of two persons that Institute may contact for requests for clarification during bid
evaluation
First Second
Name
Tele No. (Direct)
Mobile No.
8 Bank details from where the EMD for Bid Security has been issued:
i Name and Address of
The Bank
ii
For a foreign bank,
name of correspondent
Bank in India
iii Name of the Contact
Person
iv Phone Number/Mobile
v Fax Number
vi Email Address
Signature and seal of the Bidder.
Page 11 of 11
ANNEXURE II
Check List
Sl. No. Name of the Document Page Number
a
Authorization certificate from the Manufacturer of Products offered,
specific to this tender, addressed to The Registrar, BIT Mesra,
Ranchi.
b Technical Specification & Compliance.
c ISO Certificate of Bidder.
d GST Tax Registration Certificate of Bidder.
e Proof of 05 years
f Proof of similar orders, as mentioned in Mandatory Terms &
Conditions.
g PAN Certificate of Bidder & ITR for three years.
h Copy of Registration Certificate of Bidder either under Shop &
Establishment Act or under Companies Act or Under NSIC/SSI.
i Proof of Bidder’s Service Infrastructure in State.
j Proof of Manufacturer’s service centers in State.
k BIS Certificate of Products.
l Proof of Bidder being five years old company.
m Copy of Balance sheets for last three years.
n Warranty Confirmation.
o Earnest Money Deposit or Exemption Certificate.
p Proof of The devices designed/developed/manufactured in India.
q Proof of at least five years experience of manufacturer of Biometric
Attendance System as on 31.03.2017.
r Proof of Registration of The OEM of the Biometric Attendance
device in India since last 5 years. The copy of Certificate of
Incorporation shall be submitted.
s Proof of Annual Turnover of the Manufacturer.