15

• Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule
Page 2: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule
Page 3: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

• The bidders shall upload their eligibility-cum-technical offer containingdocuments, qualifying criteria, technical specifications, schedule of deliveries,and all other terms and conditions except the rates (price bid).

••

• Pre-requisites for online bidding:• In order to bid online on the portal https://www.hptenders.gov.in, the user

machine must be updated with the latest Java & DC setup. The link fordownloading latest java applet & DC setup are available on the Home page ofthe e-tendering Portal.

o Online Viewing of Detailed Notice Inviting Tenders (N.I.T.) :

• The bidders can view the detailed N.I.T and the time schedule (Key Dates)for all the tenders floated through the single portal e-Procurement system onthe Home Page at https://www.hptenders.gov.in

o Download of Tender Documents:

• The tender documents can be downloaded free of cost from the e-Procurementportal https://www.hptenders.gov.in and www.hpsedc.gov.in,

o Key Dates:

• The bidders are strictly advised to follow dates and times as indicated in theonline Notice Inviting Tenders. The date and time shall be binding on allbidders. All online activities are time tracked and the system enforces timelocks that ensure that no activity or transaction can take place outside thestart and end dates and the time of the stage as defined in the online NoticeInviting Tenders.

o Bid Preparation (Qualification & Financial)

• Payment of Tender Document Fee & EMD of online Bids: The payment forTender document fee and EMD can be made as mentioned in General Terms& Conditions in this tender.

• The bidders shall quote the prices in price bid format only.

• If bidder fails to complete the Online Bid Preparation at Submission stage onthe stipulated date and time, his/hers bid will be considered as bid notsubmitted, and hence not appear during tender opening stage.

• Bidders participating in online tenders shall check the validity of his/herDigital Signature Certificate before participating in the online Tenders at theportal https://www.hptenders.gov.in.

31Page

Page 4: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

..• ~

For help manual please refer to the 'Home Page' of the e-Procurementwebsite at https://www.hptenders.gov.in., and click on the available link 'Howto .. ?' to download the file.

• Post registration, bidder shall proceed for bidding by using both his digitalcertificates (one each for encryption and signing). Bidder shall proceed toselect the tender he is interested in.

• NB: Any changes/corrigendum/revised tender related to this Tender Document will bepublished on our website www.hpsedc.in and https://hptenders.gov.in. Therefore prospectivebidders are requested to see the updates on these websites regularly.

General Terms & Conditions of the e-tender for purchase of equipment(s) are as under:

1. The Bidder should be registered under the Indian Companies Act, 1956/ 2013 or Proprietors/Partnership Firms should have valid Government licence, GSTN and PAN. The biddershould be in existence for not less than preceding 2 years in the relevant field.

2. The bidder should have deposited:(i) Tender Document Fee of Rs. 1500/- (Rs. One thousand five hundred only) in

favour of Managing Director, H.P. State Electronics Development Corporation,LT. Bhawan, Mehli, Shimla-13 in form of DD/ RTGS in HPSEDC account.(State Bank of India Khalini, Shimla-2 Account no. 55069383586 IFSC Code­SBIN 0051132)

(ii) Earnest Money Deposit (EMD) for Rs. 10,000/- (Rs. ten thousand only) for eachitem in the shape of Demand Draft! Bank Guarantee/ Pledged FDR valid for 90days in favour of Managing Director, H.P. State Electronics DevelopmentCorporation, LT. Bhawan, Mehli, Shimla-13. EMD can also be directlydeposited in HPSEDC Bank account. (State bank of India Khalini, Shimla-2Account no. 55069383586 IFSC Code-SBIN 0051132).

3. The bidder should have submitted the declaration of acceptance of terms and conditions as

per Form-A.

4. The Bidder should not have been declared ineligible at the time of bid submission and at the

time of placing of supply order due to corrupt and fraudulent practices with any of the

departments of the Central, State Governments Deptt. and PSUs of Central! State Govt. as

per Form-B.

5. Delivery: FOR within 4 weeks after issue of purchase order.

6. Payment:

Payment shall be made in two instalments.

(i) First Instalment: First Instalment shall be paid after delivery of the Goods. 15t

41Page

Page 5: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

instalment shall be regulated in such a manner that the total payment after

delivery is 85% of the order value. A claim for first instalment shall be staked by

the Supplier when he has supplied 100% ordered equipment(s). The payment will

be made after receipt of duly acknowledged delivery challan(s) & invoice(s), as

required by the Purchaser.

(ii) Second Instalment: Remaining 15% amount shall be released to the supplier

within two weeks of complete delivery of the ordered items and its installation

and execution of Performance Bank Guarantee @10% of the total order value (as

performance security) valid upto 39 months for proper maintenance during

warranty period to safeguard the purchaser against timely delivery/installation and

maintenance of ordered equipment(s) during the currency of the contract.

7. Delays in the Supplier's Performance:7.1 Delivery of the goods and the performance of services shall be made by the

Supplier in accordance with the time schedule specified by the Purchaser.

7.2 Any unjustifiable delay by the Supplier in the performance of his delivery

obligation may render the Supplier liable to any or all the following:

(i) forfeiture of its performance security,

(ii) imposition ofliquidated damages @Rs 50/- per day per equipment of

the unfulfilled order.

(iii) termination of the contract and risk purchase at Supplier's risk

(iv) initiation of any other legal proceedings.

7.3 The Supplier will strictly adhere to the time-schedule for the performance of

Contract. However, the Purchaser can relax this time limit in force majeure

conditions.

8. Warranty and Support: The bidder must ensure that the supplied equipment(s)

should be maintained for three years.

9. Bidder must submit a demo equipment (if required) in HPSEDC for

demonstration.

(ii)

Performance Security:Performance Security for delivery/ installation and maintenance during warranty

period, as mentioned at Clause No.6.

The proceeds of the Performance Bank Guarantee/ additional Performance Bank

e_51Page

10.(i)

Page 6: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

·Guarantee/ FDR as Security shall be payable to the Purchaser as compensation for

any loss resulting from the Supplier's failure to complete his obligations under

this Contract. The Purchaser may claim such compensation in addition to

initiating any other legal proceedings.

(iii) The Performance Bank Guarantee, regarding delivery & installation will be

discharged by the Purchaser and returned to the Supplier not later than 30 days

following the date of completion of the Supplier's performance related

obligations, under the Contract for excluding after sales maintenance.

11. AFTER SALES SERVICES:

Comprehensive Warranty:

(i) The Supplier shall provide Comprehensive OEM warranty (including labour and

spares) for 36 calendar months. The warranty shall cover the System Software,

Labour and all the hardware parts including updation/ upgradation (free of cost)

of the Operating System. The supplier of Items shall ensure genuine add-ons

items & consumables for the items sold in the state for their own brand.

(ii) The supplier will provide prompt after sales support and shall attend any

complaint not later than 24 hours. The minor and major defects shall be rectified

not later than 36 hours. If defect is not rectified within the time stipulated as

above penalty as prescribed at clause No. 10 (iii) by the Purchaser will be

imposed. However, the penalty in such instances shall not exceed 10% of the

equipment(s) cost against a non-attendance/ non rectification of defects against a

service call.

(iii) Imposition of penalty @Rs 50/- per day per equipment and penalty shall not

exceed 10%of the equipment cost.

12. Termination for Default:

12.1 The Purchaser may without prejudice to any other remedy for breach of

contract, (including forfeiture of Performance Security) by written notice of

default sent to the supplier, terminate the Contract in whole or in part after

sending a notice to the Supplier in this regard.

(a) if the Supplier fails to deliver any or all of the goods within the time

period(s) specified in the Contract, or any extension thereof granted by

the Purchaser pursuant to clause 7.3,

V 61Page

Page 7: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

Packet-I (Fee & other Eligibility-cum-Technical Documents) (to be uploaded inFee Packet on e-procurement portal)

~/ ~.71Page

(b) if the Supplier fails to perform any other obligation under the Contract.

12.2 In the event the Purchaser terminates the Contract in whole or in part, he mayprocure, upon such terms in such manner, as it deems appropriate, goodssimilar to those undelivered, and the Supplier shall be liable to pay excess costof such similar goods to the Purchaser. This liability will be in addition toforfeiture of performance guarantee and any other legal proceedings, whichthe Purchaser may initiate as per Para 7.2.

13. Force Majeure:13.1 Notwithstanding the provisions ofthe clauses 7 and 7.3, the Supplier shall not

be liable for forfeiture of its performance security or termination for default, or

payment of any damages, if and to the extent that his delay in performance under the

Contract is the result of an event of Force Majeure.

13.2 For purpose of this clause, Force Majeure means an event beyond the control

of the Supplier and not involving the Supplier's fault or negligence and not

foreseeable. Such events may include, but are not restricted to, acts of the Purchaser

either in its sovereign or contractual capacity, war, revolutions, fires, floods,

epidemics, quarantine restrictions and freight embargoes.

13.3 If a Force Majeure situation arises, the Supplier shall promptly notify the

Purchaser in writing or such conditions and the cause thereof. Unless otherwise

directed by the Purchaser in writing, the Supplier shall continue to perform its

obligations under the Contract, as far as reasonably practical, and shall seek all

reasonable alternative means for performance, not prevented by the Force Majeure

event.

14. Any Dispute shall be subject to Shimla jurisdiction only.

Bid Submission:

The Bidder will prepare the bid in two parts.

I. ELIGIBILITY-CUM-TECHNICAL CLAIM:In support of his eligibility-cum-technical, a Bidder must submit documents as mentioned

in Sr.No. 1 to 9

Page 8: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

II. COMMERCIAL BID:Commercial Bids of only eligible and technically qualified bidders will be opened as per

the date notified by the purchaser on its website (https://hptender.gov.in). Those

technically qualified bidders which have also deposited the tender cost and Bid Security

shall be termed as Substantially Responsive (i.e. eligible and technically qualified and

have also deposited Bid Security & tender cost). The Tender Committee's determination

of a Bid's responsiveness is to be based on the contents of the Bid itself and not on any

extrinsic evidence. However, while determining the responsiveness of various Bidders,

the Tender Committee may waive off any minor infirmity, which does not constitute a

material deviation. The decision of the Tender Committee in this regard shall be final.

The bidder will submit their Commercial Bids online as per BOQ in Packet-2 on the e­procurement portal.(i) Sample BOQ !Price Bid will be as per Schedule I.

GrossBid Value:

The GrossBid Value shall be calculated as under;

GrossBid Value = Item wise with three Yearswarranty inclusive GST

Note 1: The Bidder shall not quote prices subject to certain conditions. Bids containingany conditional prices may be rejected or the Purchasermay take a final decision in itsdiscretion about such conditionality's.

F.O.R.: Destination i.e. Aryabhata Geo Informatics and Space Application Centre, HP RemoteSensing Application Centre, Shimla.

Minimum Technical Specification of Items purchased against this tender:

FACTI COMPLIANCE SHEET(to be submitted with technical bid)

Item No.1: Server with Intel Xeon Gold 5115 Processor Qty.: 4 Nos.Sr. Item Description Model No.1No. Compliance

YeslNo

1. Processor 2 x Intel® Xeon Gold 5115 or higher - 10core

2. Operating Windows Server 2016 Standard or latest versionSystem

3. Chipset Intel C620 series chipset or Equivalent

4. Memory RAM: 128GB DDR4 Registered ECC DIMMs 2666 MHz,Server should support RDIMM ILRDIMMtypes, speeds up to2666MT/s, 3TB max, Server should support 24 DIMM Slots

5. Storage 4 * 1.2TB 10K 12Gbps SASDrive 2.5in Hot Plug HDD. Servershould support 2.5", 3.5" - 12Gb SAS and 6Gb SATA drives

81Page

Page 9: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

Sr. I Item DescriptionNo.

I III Model No.1Compliance

! YeslNo

• 6. RAID! Controller

I Integrate~ 1;(jbps S~S hard~are ~A~D Con~roller s~ppo~i.ngI RAID 0, ,,-,,6, 10, -,0, 60 with 111m. ~GB Nun Volatile CacheMemo '.

BootoptimizedFI . /SSD

Boot Optimized Storage Subsystem should be supported usingI latest M.2 Drives. System should be configured with 2 * 240GB

7.

II I ash ' . s iI

I 8. Optical Internal/External DVD-RW II Device I19. High Server should have Hot-plug Drives, Hot-plug Redundant Fans,

I I Availability I Hot-plug Redundant Power Supplies, HW based RAID BOSS II

(M.2) & should support redundant Hypervisor SO cards. II! 10. Security TPM 2.0 or better !11. I Ethernet Ports Four Gigabit Ethernet ports + Dual Port lOG Base T network

AdaptorI

i2. I Green Energy Star, RoHS/WEEE/REACH, UL & FCC, ACPI 2.0 II Certifications

I

13. Keyboard & OEM English Keyboard (it must have soft keys) with USBMouse Optical Mouse

14. Display 21" or higher, antiglare LED colour display with HD (1920 x1080), TCO 07 certified, EMf/FCC (or ETDC Report formeeting FCC norms) compliance, Energy Star 6.0 or highercompliance, monitor of same brand as that of PC

15. I OS support Windows 2016, Ubuntu, RedHat, SUSE Linux, KYM Hypervisor II latest version, YMWare ESX I ESXi latest version, KYM

16. Form Factor Rack 2U or higher

17. Warrant)' 3 years comprehensive onsite warrantyI

I

I

Item No.2: Stora e Array Qty.: t No.

I StorageI ArchitectureI

Storage System with NSPoF (No Single point offailure)Architecture and be offered with minimum of 4 ports of 10Gb

I iSCSI Base T Port per controller! 4 ports of 10GbESFP +PortII Th hi h ld II didI I per contro cr. e arc itecture s ou a ow mo u ar upgra es Iof hardware and software for investment protection I I

2. Storage The array should be equipped with N+N (with minimum of2 array TController controllers) Nos. of array controllers for better performance Iredundancy and Failover capabilities

3. I Controller The system should have minimum 16GB cache across twoICache I controllers with an ability to rotect data on cache. Cache should

I Requirements I be mirrored and battery back~d. Cache battery backup should be at II I least 48 hours. i I

14. Storage The Storage System should be configured with 13 * 1.8 TB or II Capacity higher 10K RPM SAS 12 Gbps HODs. Each controller to have atleast two nos of 12Gbps or better drive ports for attaching disk Iexpansion enclosures.

5. Configuration At least 512 LUN for mapping to hosts6. Should support more than 100 hosts

91

Page 10: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

, It should be ossible to create a sin Ie LUN of minimum 10TBThe Storage System shall have the capability for Storage Tiering toautomatically manage Hot Spots in the system.

i 9.

I

I The SAN must perform synchronous and asynchronous replication. I

IFurther, the replication must be bi-directional to support multiple Ireplication options. The replication should also allow configuring

1 separate policies for individual application. The replication should II support flexibility to configure incremental updates in less than 60 II seconds for better RPO.No replication license needed to be I

I I I quoted. i1 10. Raid Levels I Storage Subsystem shall support Raid 0, I, 1+0, 5 and Raid 6 or II I equivalent offering mirroring, single and dual parity1 11. I Disk Drive Storage Array shall support 6Gbps dual-ported 300 1 600 1

I II I Support 900/1200 GB hot-pluggable Enterprise class SAS hard drives,

I IMinimum of 200GB SSD Drives along with SAS ISATA - ITBI

I I

I2TB / 3TB 14TB drives.! 12. Performance , The offered storage system shall have capability to use more than

I II i 30 drives per array group or raid group for better performance. I

113. I 1 Should offer real time performance monitoring tools giving

II I I information on CPU utilization, volume t,hroughput,ro rate andlatency

114. Management I Vendor shall provide Storage Array configuration and web based

IISoftware Management software. Proposed management software should also

i provide real time monitoring, historical reports and trend analysis, 15. ' Hot Spare I Stora~e Array .shallsupport ?is~ribut~dGloba.lhot Spare or I1

IAdaptive Sparmg for offereo DIsk drives. HOISpares should oeprovisioned with not less than one hot spare for every 20 drives.

StorageI Scalability

I Snapshots and

The array should be scalable to a minimum of 200 disks of theI offered configuration of the disk count behind the same controllerI pair

Full CopyI (Snap Clone)

I, OS SupportI

I, The storage array should support industry-leading OperatingSystem platforms including: Windows Server 2008, Windows2012 or latest, VMware, Sun Solaris, HP-UX, lBM-AIX, andLinux.

I

I

20.

IDisasterI Recovery 1ReplicationSlL

! Storage System to have Thin Provisioning for entire array capacity. II I

19. I ThinProvisioning

The storage array should support hardware based data replicationI at the array controller level across all models of the offered family.I Dedicated port to be offered else FC-IP router has to be provided Ii

The Storage array shall also support multi-way (Across DataI Centers located over long distances) replication to the data is, replicated synchronously and asynchronously. The storage shouldsupport a zero data loss when configured in synchronous distancesin native fashion (LUN to LUN) without using any additionalreplication appliance. Should support Incremental replication afterresum tion from Link Failure or failback situations.

10 I

Page 11: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

23. Storage The storage array should support storage tiering with a singleTiering volume or LUN being placed across multiple tiers within the

storage array. The Data should be moved automatically betweenthe tiers of storage based on the access patterns.

24. Built in The system shall have Fully Redundant & Hot Swappable or HotRedundancy Pluggable Fans & Power Supplies. There shall be Non Disruptive

Microcode Update & Non Disruptive Parts Replacement25. ACPower 200-240V AC,SOHz26. Form Factor The proposed system should be Rack mountable27. Warranty 3 years comprehensive onsite warranty.

Item No.3: Rugged Tablet Qtv.: 2 Nos.Sr. Item Description Model No.1No. Compliance

YeslNo

1. CPU 64bit Octa-Core CPU with minimum 1.7 GHz2. STORAGE Memory 3GB

&MEMORY Additional storage optional Storage Card: SD (up to 2 GB), SDHC

(up to 32 GB), SDXC (up to 64 GB)3. DISPLAY 4.7" high definition 1280 x 720 display with SOO nits or higher, 10-

point capacitive multi touch with glove touch mode, Rain sensingtouch mode, Anti-reflective treatments.

4. AUDIO Integrated microphone, Loud volume twin speakers up to 100 db,Noise suppression and echo cancellation engine

S. SENSORS Ambient light sensor, digital compass, gyro and accelerationsensors

6. CAMERAS Full HD SMP webcam, Full HD 8MP rear camera with LED light7. INTERFACE Docking connector 9-pin, Micro-USB option to be host 4-pin or

client interface 2.0 (xl), Headphone & microphone Mini-jackstereo, xPak interface 9-pin

8. WIRELESS IEEE802.11 a/b/g/nJac, 4G LTE with HSPA+, UMTS, SIM cardslot, Bluetooth vS.O, GPS 2m CEPSO (±2 to 4m) GLONAS,Near Field Communication (NFC) - Type A, Type B, Felica

9. POWER Standard battery: 3,200 mAh or higher, Standard battery operation:SUPPLY - Talk up to 27 hours, Continuous use data: - 8 to 16 hours,

Warm Swap: - A minimum of 30 seconds, AC Adapter (3-prong),Single Bay Desktop I/O Cradle built-in single battery charger

10. SECURITY FIPS 140-2 level-l compliant, ARM TrustZone (Built-in)FEATURES

11. KEY ID/2D barcode reader (SE47S0) with LED and laser crosshairsFEATURES

12. SOFTWARE Android 8.1 (Oreo) or higher and TDC GIS Data CollectionSoftware

13. Certifications MIL-STD-810G CertifiedIP 66 and IP 68 sealed all weather design7' drop-resistant and tumble testedPort Covers, Raised bezel for LCD impact protection.

14. Accessories Standard accessories and carry case.15. Warranty Three years warranty at nearest service station, parts and labour

11 I P age

Page 12: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

FORM-A(Declaration by the O.E.M.)

To, Date:The Managing Director,H.P.State Electronics Development Corporation ltd.,1st Floor, IT Bhawan, Mehli, Shimla-171013.

Subject: Authorization to a distributor for tender No: HPSEDC/CC/Servers/2K19-.

DearSir,

Please refer to your Notice Inviting Tender for procurement of Servers/ Storage Array/ RuggedTablets published in various National and RegionalNewspapers.

M/s (Bidder), who is our reliabledistributor/channel partner for the last years, is hereby authorized to quote on our behalf forthis prestigious tender. M/s (Bidder) is likely to continue asour business partner during years to come. We undertake the following regarding the supply of theseequipments/ peripherals etc.1. The Servers/ StorageArray/ RuggedTablets of supplied in this tender shall be manufactured by usas per

the specifications required by the Purchaser. M/s (Bidder) shallnot be allowed to do any hardware integration on our equipment.

2. It will be ensured that in the event of being awarded the contract the Servers/ Storage Array/ RuggedTablets will be delivered by M/s (Bidder) & maintained by M/s____________ (ASP)properly as per the conditions of the contract. For this purpose,we shall provide M/S necessary technical support including technicalupdates & spares to the ASP.If M/s fails to maintain the equipments forany reason what-so-ever, we shall make alternative arrangements for proper maintenance of theseitems during the warranty period. During the period of 3 years onsite warranty, we shall provide fullsupport back up to the Bidder/ASP.On the whole, it shall be ensured that the clauses regarding serviceand maintenance of these equipment(s) do not get diluted in implementation due to non-availability ofsparesand lackoftechnical inputs from our side even during AMC period.

3. If due to any reason whatsoever, the tie up between our Company & M/s_________ (Bidder) or M/s (ASP)breaks down subsequently, we shallmake necessaryalternatives arrangements for honoring the terms of the contract.

NameDesignationCompany

/

12 I P age

Page 13: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

13IPage

FORM-B

DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONSCONTAINED IN THE TENDER DOCUMENT

To

The Managing Director,H.P. State Electronics Development Corporation Ltd.,pt Floor, IT Bhawan, Mehli, Shimla-171013.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No.:

HPSEDC/CC/Servers/2k19-] regarding procurement of Servers, Storage Array and Rugged Tablets

by HPSEDC. I declare that all the provisions of this Tender Document contained in Section-l to

Section-5 are acceptable to my Company/firm. I further certify that Iam an authorised signatory of

my company and am, therefore, competent to make this declaration.

Yours very truly,

Name: -------------------Designation: _

Company: _

Address: _

Contact No: Email-id:

Page 14: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

FORM-C

DECLARATION REGARDING PAST PERFOMANCE

To

The Managing Director,H.P. State Electronics Development Corporation Ltd.,1stFloor, IT Bhawan, Mehli, Shimla-13.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No.:

HPSEDC/CC/Servers/2kI9-] regarding procurement of Servers, Storage Array and Rugged Tablets

by HPSEDC. I hereby declare that my company has not been debarredlblack listed by any

Government / Semi Government organizations for quality/ service products nor is there any pending

dispute regarding short shipment! installation/service. I further certify that I am an authorized

signatory of my company and am, therefore, competent to make this declaration.

Yours truly,

Name: ---------------------

Designation: _

Company: _

Address: --------------------

Contact No: Email-id:

14 I P age

Page 15: • Pre-requisites foronlinebidding• The bidders shall upload their eligibility-cum-technical offer containing documents, qualifying criteria, technical specifications, schedule

•SCHEDULE - I

SAMPLE OF PRICE SCHEDULEIBOQ

(to be completed by bidder asper theformat available on e-procurement portal https://hptenders.gov.in)

Validat.e ?BVlf· FB' :M!'Tender Inviting Authority: Managing Director~H_P. State Electronics Development Corporation Ltd.

Name o~Work: E-TENDER FOR PROCUREMENT OF SERVERS, STORAGE ARRAY AND TOUGH BOOK.

Bidding Finn ICompany:

(DOMESTIC TENDERS - RATES ARE TO GIVEN IN RUPEES (INR) ONLY)(This BOQ template must: not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable t.o be

for this tender. Bidders are allowed to enter the Bidder Name and Val

Processor 4 Nos 0.00 0.00 INR Zero Only(Detailed

0.00

Specifications ismentoned in RFItem NO.2: StorageArray

2 (Detailed Nos 0.00 0.00 INR Zero Only

Specifications is

lets3

(Detailed 2 Nos 0.00 INR Zero OnlySpecifications ismentoned in RFP)

15 I P age