36
Request for Proposal (RFP) for Hire/ outright purchase of Computer Hardware for the Bank Pre-Bid- Meeting: 30.08.2019 at 11.00 AM Last Date of Submission:16.09.2019 till 5.00 PM Date of Opening:17.09.2019 at 11.00 AM General Manager The HP State Cooperative Bank Ltd Head Office, The Mall Shimla Ph. No. 0177-2804492 Page | 1

Request for Proposal (RFP) for Hire/ outright purchase

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal (RFP) for Hire/ outright purchase

Request for Proposal (RFP)

for

Hire/ outright purchase

of

Computer Hardware for the Bank

Pre-Bid- Meeting: 30.08.2019 at 11.00 AM Last Date of Submission:16.09.2019 till 5.00 PM Date of Opening:17.09.2019 at 11.00 AM

General Manager The HP State Cooperative Bank Ltd Head Office, The Mall Shimla

Ph. No. 0177-2804492

Page | 1

Page 2: Request for Proposal (RFP) for Hire/ outright purchase

Introduction:

The Himachal Pradesh State Cooperative Bank Ltd (HPSCB) is an Apex Cooperative Bank of HP State of India. HPSCB Ltd is one of the fast growing Banks in India having 218 branches and 23 extension counters spread throughout the state and one branch at Delhi. HPSCB Ltd (herein after called hirer) offers a full range of financial products and services in Himachal Pradesh including deposit taking, electronic banking, term loans and commercial bill acceptances.

The Bank mainly caters to the needs of the farmers through the Cooperative Societies viz. Primary Agriculture Societies, District Federations, Tehsil Unions and Apex Coop. Societies. Apart from this, the Bank also caters to the needs of individuals and govt. employees/ companies.

In order to meet the requirement of hardware in the branches, bank intends to purchase or hire on rental model various computer hardware and consumables with the terms and conditions mentioned below:

GENERAL INSTRUCTIONS

Contacting the purchaser

Any effort by the bidder to influence the Purchaser in evaluation of the purchaser’s bid, bid comparison, or contract award decision may result in the rejection of the Bidders’ bid. Purchaser’s decision will be final and without prejudice and will be binding on all parties.

Purchaser/Hirer right to accept or reject any bid or all bids

The Hirer reserves the right to accept or reject any bid and annul the bidding process or even reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for the Hirer’s action.

The Hirer is not bound to accept lowest or any BID received.

The Hirer reserves the right to accept or reject any technology proposed by the vendor.

The Hirer reserves the right to select one or more than one vendor keeping in view its large requirements.

Page | 2

Page 3: Request for Proposal (RFP) for Hire/ outright purchase

Scope of Work

1. The scope of work is to supply and installation of computer hardware and peripherals as per the specifications mentioned in the technical bid on rental basis or on out right purchase. The quantity of hardware required for the branches is as under:

Computers: 347 Nos Passbook Printers: 201 Nos Dot Matrix Printers: 96 Nos Multifunctional Printers: 57 Nos Scanner: 24 No However, the quantity may increase or decrease at the time of placing purchase order.

2. The Bank will sign an agreement with the successful vendor to provide hardware on rental basis for a period of 6 years and the vendor shall supply, install and commission above mentioned brand new hardware on the rent finalized for this period. However, the Bank shall have option for outright purchase of hardware on its own discretion.

3. After expiry of the rent purchase agreement, the company /vendor shall take back its hardware for which the contract period will be over and the bank shall replace in its place. However, if required, the Bank can extend the rent agreement up to 6 months after expiry of contract period. The vendor shall quote the rates separately for this period with the bid on the enclosed format.

4. Bidder needs to setup service centre in all the eight district offices of the bank i.e. Chamba, Mandi, Sunder Nagar, Bilaspur, Sirmaur, Kinnaur, Narkanda and Shimla along with sufficient spares to ensure uptime of 99.5%. bidder shall arrange to provided services in one branch at Subzi Mandi Azadpur Delhi if required.

5. The Bank intends to replace its existing old hardware which has attained the life of 6 years as mentioned in the Annexure-“X”. Therefore, the vendor shall have to quote rates of old existing hardware on buyback basis. The successful vendor shall purchase back this hardware and produce a certificate to the bank that it has been disposed off strictly in accordance with the GOI “e-waste (Management) Rules, 2016”.

6. The rates of successful bidder shall be freezed for three years from the date of signing of agreement, any additional requirement during this period shall be ordered on these rates only. However the latest model of equipment should be supplied in compliance to the approved specifications.

Page | 3

Page 4: Request for Proposal (RFP) for Hire/ outright purchase

7. All the consumables, accessories, plastic part, printer head etc. shall be the responsibility of supplier; however a maximum cap of four consumables (filing cartridges, replacing ribbon etc) in a year for the printers is fixed, any usage by the bank above this cap will be borne by the bank on outright purchase basis.

8. In future, if there is requirement of up-gradation of hardware, the bAnk will purchase the same at its own level from the market on the basis of competitive rates, but the successful bidder shall install the same free of cost.

9. The vendor shall provide complete solution of end point security for all the nods at branch level and Data Centre level. It will quote the rates of end point security as optional item on the prescribed Proforma attached with RFP. It shall not be counted for finalizing L1. However, the rates of end point security quoted by L1 should be matched with the lowest rates quoted by participating bidder.

10. The Bank shall have the option for outright purchase of hardware if it desires so. Therefore, the bidders should quote their best prices in the commercial bid proforma. In that event, total price quoted for outright purchase shall be considered for finalization of L-I instead of rent. In clear words, the Bank can either purchase hardware or hire the same from the vendor.

Period of validity

Bids shall remain valid for a period of 6 months from the date of bid opening prescribed by the Purchaser/hirer.

A bid valid for shorter period shall be rejected by the Hirer/ purchaser as non-responsive.

Bid Currency

The prices in the bid document shall be expressed in Indian Rupees only.

Pre-bid meeting

A pre-bid meeting shall be held with all interested bidders on the date mention in the tender document. The bidders shall raise their issues, if any, relating to the RFP document and the Bank shall consider them, if they are relevant and thereafter modify the RFP document accordingly. However, accepting bidders suggestion shall not be binding for the bank.

Bidding Process (Two Stages):

Page | 4

Page 5: Request for Proposal (RFP) for Hire/ outright purchase

For the purpose of the present job, a two stage bidding process will be followed. The response to the present tender will be submitted in two parts:

Technical Bid: (Part-I) Commercial Bid: (Part-II)

The Bidder will have to submit the Technical Bid and Commercial portion of the bids separately in red laakh-sealed envelopes (wax seal)/ company seal, duly super scribing “For Supply and Installation of Computer Hardware on rental basis” and “TECHNICAL BID” or “COMMERCIAL BID” as the case may be.

Technical Bid

Technical bid will contain the bidder’s information in the format given in bid document. Technical bid will not contain any pricing or commercial information at all.It shall contain documents pertaining to eligibility, bid price in the form of DD and formats of technical bids in series as mentioned under heading “Documents to be submitted”.

The bid shall be typed or written in indelible ink and shall be signed by the Bidder or person duly authorized to bind the bidder to the contract. The authorization shall be indicated by a written power of attorney accompanying the bid.

All pages of the bid except un-amended printed literature shall be initialed by the person(s) signing the bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder, in which case corrections shall be initialed by the person(s) signing the bid.

The Bank shall evaluate the bids technically and if bidders fulfil the specifications mentioned by the bank in the tender document, only then their commercial proposals shall be entertained.

Commercial Bid

The bidder should quote the price strictly as per Annexure ‘B’ and Annexure ‘C’. Any bid not quoted prescribed format shall be rejected out rightly.

Submission of bids The bidder shall duly seal each envelop with Red Laakh Seal (Wax Seal)/ company seal and should be addressed to the following address:

The General Manager The HP State Cooperative Bank Ltd

Page | 5

Page 6: Request for Proposal (RFP) for Hire/ outright purchase

Head Office, The Mall Shimla

Bid Earnest Money Deposit

Bidder has to submit the bid earnest money of Rs 5, 00,000.00/- (Rs Five Lakh only) in the form of pay order/ demand draft favoring General Manager, HP State Cooperative Bank Ltd payable at Shimla or a fixed deposit of an equivalent amount pledged to General Manager, The HP State Cooperative Bank Ltd.

The technical proposals without EMD will be rejected straight away.

No interest will be paid on EMD and EMD of unsuccessful bidder shall be returned back and successful shall be kept by the bank.

The name and address of the company should be written on the backside of the DD. The EMD deposited by the vendor shall be forfeited if the selected vendor fails to complete the project within the time period agreed mutually by the bank and the vendor. If it comes to the notice of the bank at any stage that equipment supplied by the vendor are not of desired specification even then EMD will be forfeited.

Cost of RPF document

The cost of tender document shall be Rs.1000/- and same will be deposited at the time of submission of RFP document in shape of DD drawn in favour of General Manager HP State Cooperative Bank Ltd. payable at Shimla.

Deadline for submission of Bids

Bids must be received by the purchaser at the address specified in the Bid Document not later than the specified date and time mentioned in the bid document. If the specified date of submission of bids being declared a holiday for the purchaser, the bids will be received up to the specified time in the next working day.

The purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the purchaser and bidders, previously subject to deadline, will thereafter be subject to the deadline extended.

Late bids

Any bid received by the purchaser after the deadline for submission of bids will be rejected and /or returned unopened to the bidder, if so desired.

Modification and withdrawal of bids

Page | 6

Page 7: Request for Proposal (RFP) for Hire/ outright purchase

Bids once submitted will be treated, as final and no modification will be permitted. No correspondence in this regard will be entertained.

No bidder shall be allowed to withdraw the bid after the deadline for submission of bids.

In case of the successful bidder, he will not be allowed to withdraw/back out from the bid commitments. The bid earnest money in such eventuality shall be forfeited and all interest /claims of such bidder shall be deemed as foreclosed.

Documents to be submitted

The bidder shall submit the following documents in sealed covers:

Technical Bid (The same sequence/order should be maintained for easy evaluation)

❖ Bidders letter addressing to the Bank, Bid with earnest money in the form of pay order/ DD/ term deposit.

❖ Demand Draft payable at Shimla equivalent to the cost of RFP document. ❖ Supporting documents in respect of minimum qualification criteria as per

terms in eligibility criteria. ❖ Bidders Company Profile along with copies of audit Balance Sheet for three

years, installation certificate, service centre etc. ❖ Acceptance of the terms and conditions mentioned in the tender document. ❖ Technical bid as per Annexure “A”. ❖ Acceptance of purchasing the used hardware of the Bank as per specification

mentioned in the Annexure “B” on as is where basis.

Commercial Bid (The same sequence / order should be maintained for easy evaluation)

❖ Commercial offer as per annexure “C” of commercial BID.

BID Opening and Evaluation.

The purchaser will open bids , in the presence of Bidders/ their representatives who choose to attend, at time and date mentioned in Bid Document at the address mentioned in Para-“ Submission of Bids”

The bidders/ their representatives, who are present, shall sign the register / paper evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for purchaser, the bids shall be opened at the specific time and place on next working day.

In the first stage, only technical bid will be opened and evaluated. Those bidders satisfying the technical requirements as determined by the bank and accepting the terms and conditions of this document shall be shortlisted.

Page | 7

Page 8: Request for Proposal (RFP) for Hire/ outright purchase

In this second stage, the commercial bids of only those bidders, whose technical bids are shortlisted, will be opened. The purchaser reserve the right to accept or reject any technology proposed by the bidder without assigning any reason thereof. Decision of the purchaser in this regard shall be final and binding on the bidders.

The commercial bids shall be opened in the presence of short listed bidders, if they are present. If the shortlisted bidders or their duly authorized representatives are not present, the commercial bids will be opened in their absence. The intimation of time and place of opening of commercial bids will be informed separately to shortlisted bidders only.

Clarifications of Bids

The purchaser will examine the commercial bids to determine whether they are complete; whether any computational errors have been made; whether required information has been provided as underlined in the bid document; whether the documents have been properly signed and whether bids are generally in order. Bids from agents without proper authorization from the manufacturer as per the authorization form shall be treated as non-responsive and will be out rightly rejected.

Arithmetic errors will be rectified on the following basis. If there is a discrepancy between unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is discrepancy between words and figures, the amount in words will prevail. The bid determined as not substantially responsive will be rejected by the purchaser.

Signing of contract

The successful bidder(s) shall be required to enter into a Rent Contract with HPStCB Ltd within 30 days of the award of the tender or within such extended period as may be specified by the purchaser on the basis of tender document, the tender of the successful bidder, the letter of acceptance and such other terms and conditions as may be determined by the bank to be necessary for the due performance of the work in accordance with the Bid and the acceptance thereof. The rate contract will be valid for three year from date of signing, unless terminated by the Bank before the date.

Governing Law and Disputes

Both parties shall make every effort to resolve amicably through negotiations, any disagreement or dispute arising between them under or in connection with the agreement.

Any dispute or differences what so ever arising between the parties which cannot be resolved amicably, shall be referred to arbitration under The HP State Cooperative Societies Act, 1968 to Registrar Cooperative Societies, H.P. and his decision will be

Page | 8

Page 9: Request for Proposal (RFP) for Hire/ outright purchase

binding on both the parties. In case of any dispute, Shimla H.P. shall be the area of jurisdiction.

The supplier of hardware shall take “B-Class” nominal membership of the bank under HP State Cooperative Societies Act, 1968.

During the arbitration proceedings the vendor shall continue to work under the contract unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or the umpire as the case may be is obtained.

Supply- Terms and Conditions

Use of contract document and information

The vendor shall not, without the purchaser’s prior written consent, make use of any document or information provided by the purchaser in Bid document or otherwise except for purpose of performing contract.

Assignment

The vendor shall not assign to anyone, in whole or in part, its obligation to perform under the contract, except with the Purchaser’s prior written consent.

Delay/ defect in the vendor’s performance

The performance of the vendor shall be judged on the time taken for supply and installation of the solution after placement of order. The entire activity is to be completed within 6 to 8 weeks’ time from the date of order or the time period specified, if any, by bank in the order.

Any defect or delay in providing the supply and services as mentioned above shall attract penalty as mutually agreed. Any deficiency during rental period shall attract penalty Rs.500/- per item after 48 hours subject to climatic/geographic conditions.

The vendor will intimate complaint resolution mechanism with contact number, email and toll free number etc.

Acceptance of order

Purchaser has a right to cancel the order if the same is not accepted within a period of 7 days from the date of the order.

Rent/price of hardware

The rent/ price of hardware quoted should be exclusive of GST.

Delivery period

Page | 9

Page 10: Request for Proposal (RFP) for Hire/ outright purchase

The equipments are to be delivered within 6-8 weeks from the date of order. The purchaser reserves the right to cancel in case delivery is not effected within the stipulated time. It should be ensured that the hardware supplied is brand new and strictly in accordance with the specifications mentioned in RFP.

Placing the order by the concerned offices

The vendor shall be finalized centrally at the Head Office.

The vendor/s has to co-ordinate with branch office personnel for delivery and installation.

The Bank may assign the order in complete or in part on the rates approved for the same. If the Bank decides to give the order only for one product/ service, the Bank reserves the right to procure another product/ service from another vendor for the said project. The quantity mentioned in RFP document is tentative and bank is free to place order as per requirement and quantity may increase or decrease during the rate contract period.

The date on which the complete system is delivered will be taken as the date of delivery. In case of part delivery, the date of last items delivered will be taken as the date of delivery. The rent shall commence from the date on which last item of the purchase/ work order is delivered and installed in the bank.

Payment terms

The rent of each item shall be paid in the succeeding quarter till the end of contract period only after submission of satisfactory installation and working certificate signed and sealed by the concerned branch/District/Section Head. However, in case of outright purchase, the payment shall be made on production of bill(s) along with installation reports of Hardware duly signed by Branch Manager concerned. However, 10% of the cost shall be retained by the Bank to safeguard the Bank’s interest for the period of 6 year or alternatively performance Bank Guarantee of equivalent l amount shall be provided by the vendor for this period. In case of hardware maintenance issues, this amount shall be forfeited or performance guarantee shall be revoked.

Eligibility Criteria

This RFP is open to all firms/ companies both from within India and outside India, who are eligible to do business in India under relevant Indian Laws as in force at the time of bidding should fulfill the eligibility conditions subject to the following requirements:

• All bidders are allowed to quote fully for the project and it is bank’s decision to choose various products/ services from one/ multiple bidders.

Page | 10

Page 11: Request for Proposal (RFP) for Hire/ outright purchase

• Bidders should have minimum annual average turnover of 10 crore for the last three years. However, turnover value should be in excess of Rs 8.00 Crore al least in the last two years out of these three years.

• Bidder should be a profit making company in any of the last two years out of the above three years.

• Certified financial documents/ certificates from company’s Statutory Auditors / CA to be attached in support of above two conditions.

• Bidder should be OEM/MNC or its authorized partner for all the brands quoted in the tender. (Authorization certificate from a competent authority must be attached).

• Bidder must have supplied and maintained hardware of similar scale and volume in the last three years to reputed organization / govt. with proof of satisfactory services.

• Bidder should not be blacklisted by organization. Bidder shall submit an undertaking in this regard and if such incident comes to the notice of the bank later on, its EMD will forfeited.

Page | 11

Page 12: Request for Proposal (RFP) for Hire/ outright purchase

Annexure ‘A’

Quantity

The following items shall be supplied and installed:

In addition to above items, bank may purchase following optional items on outright purchase

S.No Item Qty

1. AIO PC

2. Dot Matrix Printers

3. Pass-book printers

4. Multifunctional Printers

5. Flat Bed Scanner

S.No Item Qty

1. E n d Po i n t S e c u r i t y Solution

1 Central Console and clients as per actual

2. Tonner recommended by OEM for Multi Functional Printer

3. R i b b o n C a r t r i d g e recommended for DMP

4. R i b b o n C a r t r i d g e recommended for Pass Book

Page | 12

Page 13: Request for Proposal (RFP) for Hire/ outright purchase

Annexure ‘A’

Technical Specifications

1. All in PC:

Specification

Feature SpecificationsComplianc

e Y/N

Processor Intel Core i3-8100 or equivalent or Higher

Chipset B360 Series Chipset or Higher

Motherboard

OEM logo should be embossed on the mother board (Sticker is not acceptable). System should be able to support OS – 64 bit.

MemoryMinimum 4 GB DDR4 RAM with higher expandability up to 32 GB, one slot or higher should be free

Ports

6 USB or higher (min. 2 USB 3.1 Gen 2)

1 serial , l audio ports for microphone & head phones /(Combo),

HDMI 2.0 or above

Rj45 Ethernet port

Hard Disk Drive 1TB 7200RPM or higher

Graphics Integrated

Display19.5" or Higher with Antiglare and LED Backlight. Aspect Ratio of 16:9, 1000:1 (Brightness). Resolution of 1600X900 or higher. Should support VESA mount option

Network Connectivity

10/100/100 Ethernet

WiFi

Form Factor AIO

Power Supply

OEM Standard External Power Supply only (Adaptor with Input :100-240 V, 50-60 Hz)

Keyboard OEM USB Keyboard Should also have tilt features

Mouse OEM USB Mouse Should also have tilt features

Operating System Genuine Windows 10 Professional 64 Bit

Webcam720p camera, with single digital microphone, LED indicator, with privacy Feature

Page | 13

Page 14: Request for Proposal (RFP) for Hire/ outright purchase

Note: All unnecessary/undesirable programmes/application like games etc should not be there. Bank should be allowed to load open office.

Annexure ‘A’

2. Passbook Printer:

Mic Inbuilt dual Mic

Wall Mount Capability VESA 100mm

Speakers two internal speakers (2W x 2)

Stand Normal AIO Stand

Information Accessibility

Brochure and specification sheets of the product to be available in public domain

CertificationWin Logo 10 OS, Linux, RoHS,Energy Star, Low Blue Light CertificationCertifications : UL, FCC, ROHS,

Specification for Passbook Printer

Feature SpecificationsCompliance

Y/N

Printer Type 24 pin dot matrix,

Print Technology Serial Impact Printer, Bi-directional

Print Speed(CPS at 10 cpi)

530 (H.S.D), 400 (draft), 150 (N.L.Q), 100 (L.Q)

Line Length 258.76 mm (94 columns at 10 cpi)

Character Pitch 10, 12, 15, 16.6, 17.1

Line Spacing 1/5”, 1/6”, N/216”, N/240”

Paper HandlingFeed width : 245 mm, Completely flat paper feed, Automatic insertion with auto-border, Automatic document thickness monitoring

Number of Copies 1 + 5 copies

Interface IEEE Parallel & RS232 Serial

Interface Options USB Port, Second Serial

Passbook Type Vertical & Horizontal

Fonts OCR A-B, ROMAN, Sans Serif, Italic, Bar Code

Page | 14

Page 15: Request for Proposal (RFP) for Hire/ outright purchase

Emulation Olivetti, IBM, EPSON, HPR 4915, HITACHI, SHINKO

Noise Level <54dBA (ISO7779 with ECMA 132 text)

Dimensions, Weight 203 (H) x 384 (W) x 280 (D) mm, 9.5 kg

Voltage 110 VAC,60Hz, 220VAC, 50Hz

Power Consumption Standby :13 W, Printing : 80W

Print Head Life 400 million dots (PIN)

Consumables Ribbon Cartridge 3.5 million characters.

MTBF 10,000 Hours

Page | 15

Page 16: Request for Proposal (RFP) for Hire/ outright purchase

Annexure ‘A’

3. Dot Matrix Printer:

Specification for Dot Matrix

Feature SpecificationsCompliance

Y/N

Category 24Wire - 136 Column

Print Head Life 200 Million characters [ which is equal to 400 Mn dots per pin (or) strokes / wire]

Ribbon Life 40 Million characters

Inkbank Life 10 Million characters

Speed

Positioning Speed 400cps

Super Speed Draft - 10/12/15 cpi 400 / - / -

High Speed Draft-10/12/15cpi 300 / 360 / -

Draft-10/12/15cpi 250 / 300 / 375

Letter Quality - 10/12/15 cpi 83 / 100 / 125

Draft ISCII-10cpi (Indian Language) 250

LQ ISCII - 10cpi 41

Input Buffer 100 KB

Copy Capability 1+3

MTBF 15000 POH

Interfaces Standard : Parallel Port, USB port Optional: Serial port

Paper Path Rear,Top & Bottom

Tractor Push & Pull

Page | 16

Page 17: Request for Proposal (RFP) for Hire/ outright purchase

FontsDraft, High Speed Draft, Roman, Sans Serif, Script, Courier, Prestige, Script-C, Orator, OCR-B, Orator-S

Printer Built-in Fonts English + Devanagri + one Regional language font

Language Assamese / Bengali / Gujarati / Gurmuki / Kannada / Malayalam / Oriya / Tamil / Telugu.

Noise 55 dBA

Page | 17

Page 18: Request for Proposal (RFP) for Hire/ outright purchase

Annexure ‘A’

4. Multi Functional Printer

Specification for MFP A4 printer

Feature Specifications Compliance Y/N

Functions Print, Copy, Scan

Print speed black (normal, A4) Up to 20 ppm or higher

Scan Type Flatbed

RAM 128 MB

Duty cycle (monthly, A4) Up to 8,000 pages

Print technology Laser

Print Resolution Up to 600 x 600 dpi

Processor speed 600 MHz

Paper Handling 150-sheet input tray

Display 2-line LCD (text)

Connectivity, standard Hi-Speed USB 2.0 port; built-in Fast Ethernet; built-in Wi-Fi

Page | 18

Page 19: Request for Proposal (RFP) for Hire/ outright purchase

Annexure ‘A’

5.Flat Bed Scanner:

Specification for Flatbed Scanner

Feature Specifications Compliance Y/N

Scanner Type Flatbed

Scanner Element CIS

Light Source 3-color (RGB) LED

Optical Resolution (ISO 14473) 2400 x 4800dpi

Selectable Resolution 25 - 19200 dpi

Scanning Bit Depth Color

48 bit input (16 bit for each color)48 or 24 bit output (16 bit or 8 bit for eachcolor)

Preview Speed (Post Pre Processing Time) 14 sec

Scan Speed Color A4, 300 dpi - 16 sec

Scan Speed Color 4*6, 300 dpi 7 sec

Scanning Speed (Reflective) - Windows Color

16.7msec/line (2400 dpi)8.4msec/line (1200 dpi)4.3msec/line (600 dpi) 3.7msec/line (300 dpi)

Maximum Document Size Upto A4

Scanner Buttons (EZ buttons)

4 buttons (PDF, AUTOSCAN, COPY,SEND)

Interface Hi-Speed USB

Temperature 5 - 35°C (41 - 95°F)

Humidity 10 - 90%RH (no dew condensation)

Power Supply Supplied via USB port

Power Consumption 2.5W

Page | 19

Page 20: Request for Proposal (RFP) for Hire/ outright purchase

Environment RoHS(EU, China), WEEE(EU)

Dimension(WxDxH) mm 250×370×40 mm

Dimension(WxDxH) inch 9.9 x 14.6 x 1.6 in.

Weight 1.6 kg

Page | 20

Page 21: Request for Proposal (RFP) for Hire/ outright purchase

Technical Specifications for optional items:

1. End Point Security:

Firewall Manager

Sr. No. Minimum Requirement Description Compliance (Yes/No)

General Specification

1

Appliance must be Hardware based with preloaded OS from the OEM for Management & Reporting

2Appliance must have Single console management

3

Appliance must be able to manage Firewall,Switches, Accesspoint from the same GUI

4Appliance must support Centralized SD-WAN Deployment & Monitoring

5Appliance must support centralized Configuration and Settings Management

6Appliance must support centralized Security Policy Management

7Appliance must have Multi-Tenancy & Role Based Administration

8Appliance must support zero touch deployment

9 Appliance must support Security automation

10Appliance must support Enterprise-grade availability and integration

11Appliance shall provide Centralized Logging/Monitoring through

a. Comprehensive event logging

b. Historical Reporting (at least 3 months)

c. Report generation

d. Syslog

e. SNMP v1, v2 & v3

f. Real Time Monitor

Page | 21

Page 22: Request for Proposal (RFP) for Hire/ outright purchase

g. E-mail Notification

h. GUI based interface

12 Appliance must be manageable through:

a. Web User Interface HTTPS / client software for GUI access

b. Command Line Interface (console)

c. Command Line Interface (SSH)

13

The Central Management & Reporting Server shall be able to handle 2 GB logs / day. The Central Management & Reporting Server shall have storage configured in RAID 1.

14

The proposed management server shall also be able to provide 'At-a-glance-Dashboard' to provide overall status of the Firewall as well as IPS health (CPU, Memory etc), network traffic , concurrent sessions , connections /sec, attacks detected & blocked etc.

15

The centralized management & reporting server shall support IPv4, dual stack (IPv4 & IPV6) and IPv6 from day one.

16

The communicat ion between al l the components of Firewall System (viz Firewall, IPS module, Application Controll logging & policy management server, and the GUI/WebUI/management Console) shall be authenticated and encrypted with one or more of standard authentication and encryption mechanisms like SSH, MD5, SHA, DES, 3DES & IPSec.

17

The authentication between management server & Firewall shall be secured & restricted to specific IP address.

18

The centralized management & reporting server must be capable of pushing Firewall as well as IPS policies and configuration to individual, multiple Firewall & IPS through secure encrypted connection to the Firewall.

Page | 22

Page 23: Request for Proposal (RFP) for Hire/ outright purchase

19

The centralized management & reporting Server shall generate comprehensive GUI based Reports (both Real-time as well as Historical for at least 03 months period) wh ich cou ld be cus tomized as pe r requirement. It shall provide comprehensive reports on attacks, source & destination of attacks, vulnerabilities exploited etc.

20

The Historical Reports shall be provided for multiple timeframe i.e. hourly, daily, weekly, monthly and customized period.

21

The centralized management & reporting Server shall support filtering of Reports based on various factors such as Source / Destination IP Address, TCP/UDP Port Number, Protocol, Signature ID, Application, Device ID, Traffic flow between the Zones, Timestamp, Human readable description of event and action taken (Block / log / email) etc.

22

The Management Server shall provide forensic / investigative features wherein, in case of some attack, it would indicate type of attack, source destination of attack and other relevant information.

23

It shall be possible to take manual or scheduled backup of Firewall & IPS module configuration and policies.

24

The Management server shall support intergradations with SIEM. The Management server shall be able to send logs to SIEM / Log Servers.

25

Automatic online updates, patches against new exploits /vulnerabilities shall be provided by the OEM

26 Hardware Specification

27 Appliance should have minimum 2 GE Ports

28Appliance should have minimum 20 TB Hard disk

29Appliance should have Removable Hard Drives

Page | 23

Page 24: Request for Proposal (RFP) for Hire/ outright purchase

30Appliance should have Redundant Hot Swap Power Supplies

31Update and upgraded must be free during the license period

Page | 24

Page 25: Request for Proposal (RFP) for Hire/ outright purchase

Endpoint Server

Sr. No. Minimum Requirement Description Compliance (Yes/No)

1

Solution must support Centralized Deployment and management of Endpoints

2Solution must have Simple & User Friendly UI

3Solution must have Remote Client Deployment functionality

4Solution must support integration with Active Directory

5 Solution must Antivirus Functionality

6Solution must have Anti Exploit functionality

7

Solution must have Anti ransom ware (sandbox) functionality for unknown files Detection

8

Solution must support integration with On Prem and On Cloud Sandbox Solution

9Solution must have Software inventory Management

10Solution must have Web filtering functionality on Groups and per users

11Solution must have Application Filtering functionality on Groups and per users

12

Solution must have inbuilt VPN functionality in the Endpoint Client to support IPSEC and SSL VPN

13

Solution must support Compliance Enforcement using Dynamic Access Control

14Solution must support Endpoint Telemetry

15Solution must have Endpoint Audit and Remediation with Vulnerability Scanning

Page | 25

Page 26: Request for Proposal (RFP) for Hire/ outright purchase

16Solution must have Automated Endpoint Quarantine

17Solution must support USB Device Control

18

Solution must support password policy on Endpoints so that unwanted removal must be stopped

19Solution must support Security Posture Check

20Solution must support Vulnerability Compliance Check

21Solution must support On-demand Antivirus scan

22Solution must support On-demand Vulnerability Scan

23

Solution must support Real-time Endpoint Status along with client version, OS IP/MAC address, profile assigned, user avatar

24Solution must support Authorized Device Detection

25

Solution must support Windows OS, MAC OS X, Android, iOS, Chrome book and Linux OS

26

Solution must support Windows 2008 server or higher for Management server creation

27

Solution must support Cloud-Based Threat Detection to Protects against emerging threats with real-time threat intelligence

28

Solution must have the functionality to use the same web and application filter from the firewall security policies in real-time sync with Endpoint Manager.

29Update and upgrades must be free during the license period

Page | 26

Page 27: Request for Proposal (RFP) for Hire/ outright purchase

Annexure “B”

Buy Back Rates of existing Equipments

Note: Rates valid for three years.

Note: The bidder will be finalized on the basis of rent quoted or price of hardware ( in case of outright purchase). However, if some bidders quote higher buyback prices than the successful bidder, then successful bidder shall have to match the same.

We hereby undertake to purchase used hardware of the bank as per specifications mentioned above as is where basis and dispose of the same strictly in accordance with “e-waste Management Rules-2016”.

Make of computer hardware

Specification Age of hardware

Buy Back Price

All in One ( Dell Inspiron / vostro 360 Make)

Intel core i3, IInd generation 2120 processor, 4GB RAM 500GB HDD, 23” LED Display, 8xDVD RW Window 7 pro SP -1. 32/64 BIT MS office starter

6 years or above

Thin Client (HCL) Samsung TC190

AMD 210 U 1.5 Ghz, 2 GB RAM/2GB Flash drive/ 19”TFT, windows XPe SP-3 preloaded

6 years or above

Dot Matrix Printer (Wep LQ 1050)

24 PIN. 136 COL, 300 CPS parallel and USB Support, compatible with windows/ linex rest standard specs.

6 years or above

Passbook printers (Wincore 4915)

Multifunction/ flatbed 24 PIN, Passbook upto 1.7 mm thick, 2*RS 232/ USB/ parallel rest standard specs

6 years or above

Multifunctional printers ( Dell 1135 N)

Multifunctional device print/scan/copy print up to 22 ppm 25o sheets paper tray, ADF rest standard specs

6 years or above

Flat Bed scanner Canon 110

1200 DPI flat bed, USB power, support CIS, TIFF, JPEG rest standard specs

6 years or above

Page | 27

Page 28: Request for Proposal (RFP) for Hire/ outright purchase

Signature & seal of the vendor

Annexure “C”

Commercial Bid

The rates shall be quoted on the following format only

Rate of GST:

Signature & seal of the vendor

Sr. No

Item B a s i c cost “ Outright purchase” “A”

C o s t o f ma in tenance for 6 years “B”

To t a l cost “C”=”A ” + “B”

L e a s e r a t e s p e r annum “D”

Leased amount for 6 years “E”

Quarterly leased amount “F”

L e a s e r e n t beyond 6 years for next 6 months

1 AIO PC

2. D o t M a t r i x Printer

3. Passbook Printer

4. M F Printers

5. Flat bed Scanner

G r o s s b i d t o t a l (1+2+3+4+5)

Page | 28

Page 29: Request for Proposal (RFP) for Hire/ outright purchase

Rates of optional item:

Note: - The rates of above items quoted by L1 should be matched with the lowest rates quoted by participating bidders.

S.No Item Qty Rates quoted

1. E n d P o i n t S e c u r i t y Solution

1 Central Console and clients as per actual

2. Tonner recommended by OEM for Multi Functional Printer

1

3. R i b b o n C a r t r i d g e recommended for DMP

1

4. R i b b o n C a r t r i d g e recommended for Pass Book

1

Page | 29

Page 30: Request for Proposal (RFP) for Hire/ outright purchase

Annexure-"X"

Total requirement of Hardware in the branches of the Bank

Sr NoName of the

branch AIOPassbook printer Dot matrix

MF Printer Scanner

Distt. Chamba

1 Banikhet 1 1

2 Bhanjraru 3 1

3 Bharmour 1 1

4 Chamba 3 1

5 Chowari 1

6 Dalhousie 2 1

7 Dulara 4 1

8 Garola 3 1

9 Hatli 1 1

10 Holi 1 1

11 Kakira 1 1

12 Naini Khad 3 1

13 Salooni 3 1

14 Sihunta 3 1

15 Surgani 3 1

16 Tissa 4 1

17 Tundi 1 1

18 Bakloh cantt 3 1

19 Bathri 3 1

20 DO Chamba 1

Distt Shimla-II

21 Bachhunch 2 2 1 2

22 chirgaon 4 2 1 1

23 Chamain 1 1

24 Rohru 4 2 2 1

25 Thanedhar 5 1

26 Jeori 5 1

Page | 30

Page 31: Request for Proposal (RFP) for Hire/ outright purchase

27 Deoli 4 1 1 1

28 Theog 4 2 1 1 1

29 Khlighat 2 1

30 Khatunala 4 1 1 1

31 Sarahan Bhr 3

32 Kumarsain 2

33 Shiwan 3 1 1

34 Rampur 6 2 2 2 1

35 Khaneti sadhoch 1 1

36 Dodra Kwar 3 1 1 1

37 Narkanda 3 1 1 1

38 Ratnari 3 1 1 1

39 Sharotha 1 1

Distt Shimla-I

40 Batar galu 1 1 1 1

41 Bharanu 1 1 1

42 Deha 4 1 1 1

43 Deori khaneti 3 1

44 Ghanahtti 5 1 1

45 Jubbal 5 1

46 Khallini 1 1

47 Kiari 4 1 1

48 Koti 2 1

49 Kotkhai 5 1 1

50 Maraog 3 1 2 1

51 Nerwa 7 2 2 1

52 New shimla 3 1 2

53 Pragti Nagar 1 1 2 1

54 Saraswati Nagar 1 2 2 1 1

55 Secretariat 1 1 1

56 Dhalli 2

57 Chopal 3 1 1

Page | 31

Page 32: Request for Proposal (RFP) for Hire/ outright purchase

58 Kupvi 3 2 1 1

59 Kharapathar 4 1 1

Distt. Mandi

60 Baldwara 1 1 1

61 Barot 3 1 1

62 Chauntra 2 1

63 Dharmpur 1 2 1

64 Joginder Nagar 1 2 1

65 Kotli 2 1 1

66 Makreri 1 1 1

67 Mandi 1 1 1

68 Nagwain 1 1 1

69 Pandoh 3 2 1 1

70 Sandhol 1 1

71 Sarkaghat 1 2 1

72 Bhambla 1 1 1

73 Saulikhad 2 1

74 Bhaderwad 1 1 1

75 Tihra 1 1 1 1

76 Marhi 1 2

77 Longni 1 1

78 Sajao Piplu 1 1 1

79 Smaila 3 1

80 Naubahi devi 1 1 1

81 Bus stand J/Nagar 1 1

82 Kunnu 1 1

83 Chandesh 1 1

84 Awah devi 1 1 1

85 Padar 1

86 Takoli 4 1 1

87 Khanot 2 1

88 Bir Road Ahju 1

Page | 32

Page 33: Request for Proposal (RFP) for Hire/ outright purchase

DO Mandi 2 1

89 DO Sunder Nagar

90 Bagsaid 1 1

91 Bali chowki 1 1 1

92 Chhatri 2 1

93 Churag 1 2

94 Dehar 1 1

95 Gohar 2 2

96 Janjehli 2 2

97 Karsog 1 2 1 1

98 Nerchowk 3 1 1 1

99 Rewalsar 2 2 1

100 Seri Banglow 1 1

101 Sunder Nagar 3 2 1 1 1

102 Thunag 1 2 1 1

103 Chatrokhari 1

104 BSL Colony 1

105 Chail chowk 1 2 1

106 Mamail 1

107 Dhanotu 2 1

108 Keolidhar 2 1 1

109 Chambi 1

110 Baga Chonogi 1 1

111 Pangna 1 1 1

112 Rajgarh 1 1 1

113 Nanawan 1 1

Distt.Bilaspur

114 Barmana 1 2 1 1

115 Bassi 1 1 1 1

116 Beri 2 1 1 1

117 Berthin 2 2 1 1

118 Bharari 1 1 1

Page | 33

Page 34: Request for Proposal (RFP) for Hire/ outright purchase

119 Bilaspur 1 1 1 1 1

120 Dadhol 2 2 1

121 Dangar 1 1 1 1

122 Ghewin 1 1 1 1

123 Ghumarwin 2 2 1 1 1

124 Jhandutta 2 2 1

125 Kalri 1 1

126 Kuthera 1 1 1 1

127 Lakhanpur 1 1 1

128 Naina devi 1 1 1 1

129 Namhol 2 2 1 1

130 Shah Talai 2 2 1 1

131 Swarghat 1 1 1 1

132 Kandraur 1 1 1 1

133 Harnora 0 1 1

134 Guga Mohra 0 1 1

135 Trifalghat 1 1 1

136 Jukhala 1 1 1 1

137 Jejhwin 1 1 1

138 Bum 0 1 1

139 Malokhar 1 1 1

140 Hatwar 1 1 1 1

141 Golthai 1 1

142 Ghawandal 0 1 1 1

143 Gharan 1 1 1 1

144 Kothi pura 1 1 1 1

145 DO BLP 1

District Sirmour

146 D.O.Nahan 2 1

147 Badri Nagar 2 1

148 Dhalukuan 2 1

149 dadahu 2 1

Page | 34

Page 35: Request for Proposal (RFP) for Hire/ outright purchase

150 Kolar 1 1

151 habban 2 1

152 Kala Amb 2 1

153 Katcha tank 2 1

154 Majra 2 1

155 Nahan 2 1

156 Narag 2 1

157 Noradhar 2 1

158 Paonta Sahib 2 1

159 Rajgarh 2 1

160 Salwala Puruwala 2 1

161 Sangrah 2 1

162 Sarahan Sir 2 1

163 Sataun 2 1

164 Shillai 2 1

165 Trilokpur 2 1

166 Kamrau 2 1

167 Lana cheta 2 1

168 DC Office Nahan 2 1

169 Yashwant Nager 2 1

170 Shargaon 2 1

171 Kheri 2 1

172 Jamta 2 1

173 Nainidhar 2 1

174 Rohnat 2 1 1

District Kinnaur

175 bhaba Nagar 2 1

176 Kalpa 1 1

177 Katgaon 5 1 2 1

178 Moorang 3 1

179 Nichar 1 1

180 Pangi 1

Page | 35

Page 36: Request for Proposal (RFP) for Hire/ outright purchase

End of the document -0000-

181 R.Peo 4 2 1

182 Pooh 4 1

183 Powari 1 1 1 1

184 Sangla 2

185 Tapri 4 1 2 1

186 Akpa 1 2

187 Sabzi Mohala 1 1

188 Gyabong 3 2

189 Spillow 1

190 Pension H.O. 1

191 Dy.GM H.O. 1 1

Total 347 201 96 57 24

Page | 36