Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
eGovernance Society, Department of FCS&CA, GoHP P a g e 1 | 49
REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS / MULTIFUNCTION PRINTERS / UPS
WITH AMC
By: Department of Food, Civil Supplies and Consumer Affairs
Govt. Of Himachal Pradesh
RFQ Ref No: eGF-FCS&CA-6/2014-X
Address for communication & Place of submission of RFQ:
e-Governance Society(eGF),
Department of Food, Civil Supplies and Consumer Affairs,
Aapurti Bhawan, Block No. 42, SDA Complex
Kasumpti, Shimla 171009
Himachal Prades
eGovernance Society, Department of FCS&CA, GoHP P a g e 2 | 49
Contents 1. RFQ events schedule ................................................................................................................ 4
2. Instructions to Bidders ............................................................................................................ 5
2.1 Earnest Money Deposit (EMD) .............................................................................................. 5
2.2 Performance Bank Guarantee ............................................................................................... 6
2.3 Indemnity (Third Party Claims) ............................................................................................. 6
2.4 Conflict of Interest ................................................................................................................. 7
2.5 Project Timelines ................................................................................................................... 7
2.6 Payment Terms ...................................................................................................................... 7
2.7 Penalty ................................................................................................................................... 8
2.8 Other Conditions.................................................................................................................... 9
3. Purpose of RFQ: ..................................................................................................................... 11
4. Cost of RFQ:............................................................................................................................ 11
5. Eligibility Criteria: .................................................................................................................. 11
6. Instructions for submitting proposal .................................................................................... 13
7. Bid Evaluation Process ........................................................................................................... 13
7.1 Opening of Bids .................................................................................................................... 13
7.2 Examination of Eligibility Criteria ........................................................................................ 14
7.3 Opening of Financial Bids .................................................................................................... 14
7.4 Evaluation of the financial bid: ........................................................................................... 14
8. Bidding document .................................................................................................................. 14
9. Language of bids .................................................................................................................... 14
10. Authentication of erasures / overwriting etc. .................................................................. 14
11. Amendments to bidding documents ................................................................................ 15
12. Purchaser’s right to accept or reject any bid or all bids ................................................... 15
13. Modification and withdrawal ............................................................................................ 15
14. Terms and Conditions of the bidding firms ...................................................................... 15
15. Local conditions ................................................................................................................. 15
16. Clarifications ...................................................................................................................... 15
17. Opening of bids .................................................................................................................. 15
18. Period of validity ................................................................................................................ 16
eGovernance Society, Department of FCS&CA, GoHP P a g e 3 | 49
19. Deadline for submission of bids ........................................................................................ 16
20. Late bids ............................................................................................................................. 16
21. Cancellation of bid/ bidding process ................................................................................ 16
Annexure I: Scope of Work ............................................................................................................ 18
Annexure II: Bidder Profile ............................................................................................................ 21
Annexure III: Bid Proposal Sheet .................................................................................................. 23
Annexure IV: Format for Financial Quotation .............................................................................. 25
Annexure V: Bidder’s Authorization certificate ............................................................................ 26
Annexure VI: Proforma for Pre-bid queries .................................................................................. 27
Annexure VII: Self Declaration ...................................................................................................... 28
Annexure VIII: Citations of the Similar Projects Delivered .......................................................... 29
Annexure IX: Compliance Statement (on Company Letter Head) ............................................... 30
Annexure X: Minimum Technical Specifications -Desktops, Multi-function Printers and UPS .. 31
Annexure –XI : Locations of Offices for delivery of equipments ................................................. 36
Annexure- XII : Declaration by OEM ............................................................................................. 48
eGovernance Society, Department of FCS&CA, GoHP P a g e 4 | 49
1. RFQ events schedule
The summary of various activities with regard to the Request for Quotation for
procurement of Desktop Computers, Multi-Function Printers and UPS under ePDS Project
are listed in the table below:
Tender Reference eGF-FCS&CA-6/2014-X
Start date for downloading the RFQ / Sale of
RFQ
9th March, 2015 on www.epds.co.in
Last Date of submission of Pre-bid queries 16th March, 2015 1PM
Date and Time for Pre-bid Conference 17th March, 2015 11AM at Department of Food,
Civil Supplies and Consumer Affairs, H.P.
Aapurti Bhavan, Block No. 42, SDA Complex,
Kasumpti, Shimla 171009
Date and Time for Uploading of Pre-bid
responses
18th March, 2015 5PM
Last date and time for Submission of Bids 30th March, 2015 2PM
Price of RFQ Document INR 2,000/- in favor of e-Governance Society,
Department of Food, Civil Supplies and
Consumer Affairs, H.P.
Earnest Money Deposit Demand Draft (details mentioned in section
2.1) in favor of e-Governance Society,
Department of Food, Civil Supplies and
Consumer Affairs, H.P.
Address for submission of Bids
President (EB) eGF cum Director, Department
of Food, Civil Supplies and Consumer Affairs,
H.P. Aapurti Bhavan, Block No. 42, SDA
Complex, Kasumpti, Shimla 171009
Date and Time of Opening of Bids 30th March, 2015 3 PM
E-mail id for submitting pre-bid queries [email protected]
eGovernance Society, Department of FCS&CA, GoHP P a g e 5 | 49
2. Instructions to Bidders
2.1 Earnest Money Deposit (EMD)
Bidders shall submit, along with their Bids, EMD as per the below mentioned table, in
the form of Demand Draft from nationalized bank in favor of “e-Governance Society,
Department of Food, Civil Supplies and Consumer Affairs, H.P.” payable at Shimla. EMD
(Bid Security) in any other form shall not be entertained.
S.No Items (as per scope of work) EMD Amount
1. Desktops Rs. 2,00,000/-
2. Multi Function Printer Rs. 50,000/-
3. UPS Rs. 50,000/-
In case the bidder is submitting a bid for more than one item as per the scope of work,
the draft for EMD should be consolidated. The drafts for the EMD should be stamped
with the bidder’s stamp on the backside.
The EMD shall remain valid for 180 days (one hundred and eighty) from the Due Date
for Bid Submission specified in this RFQ.
EMD would be refunded to all unsuccessful bidders within 30 days of award of the
Project to successful bidder (after submission of Performance Bank Guarantee).
Bid without adequate EMD will be liable for rejection without providing any opportunity
to the bidder concerned.
The EMD of a bidder could be forfeited, if a bidder:
Withdraws its bid during the period of bid validity specified by the Bidder on the
Bid Form, or
During the bid process, if a Bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization.
The decision of eGF, Department of FCS&CA regarding forfeiture of the Bid
Security shall be final & shall not be called upon any question under any
circumstances, or
Violates any of such important conditions of this RFQ document or indulges in
any such activity as would jeopardize the interest of eGF, Department of
FCS&CA. The decision of eGF, Department of FCS&CA regarding forfeiture of the
Bid Security shall be final & shall not be called upon any question under any
circumstances.
eGovernance Society, Department of FCS&CA, GoHP P a g e 6 | 49
2.2 Performance Bank Guarantee
Performance Bank Guarantee of value of 10 % of cost of work order in the name of “e-
Governance Society, Department of Food, Civil Supplies and Consumer Affairs, H.P.”
should be submitted within 7 working days of issuance of the work order, failing which
Department may revoke its decision. The PBG should be valid for 120 days to safeguard
the purchaser against the timely delivery of ordered items. This would be replaced by
performance guarantee of 5% of the order value valid for 56 months by the Supplier
before expiry of the first Performance Guarantee to ensure proper after sales service
and adherence of AMC terms and Conditions. The PBG regarding delivery & installation
will be discharged by the Purchaser and returned to the Supplier’s performance related
obligations, under the Contract (excluding after sales maintenance for which separate
performance guarantee shall be taken).
All incidental charges whatsoever such as premium, commission etc. with respect to the
Performance Bank Guarantee shall be borne by the bidder. In case of project overrun,
the PBG validity shall be renewed accordingly by the bidder.
In the event of the bidder being unable to service the contract for whatever reason, eGF,
Department of FCS&CA would invoke the PBG. Notwithstanding and without prejudice
to any rights whatsoever of eGF, Department of FCS&CA under the contract in the
matter, the proceeds of the PBG shall be payable to eGF, Department of FCS&CA as
compensation for the bidder’s failure to perform/comply with its obligations under the
contract. eGF, Department of FCS&CA shall notify the bidder in writing of the exercise of
its right to receive such compensation, indicating the contractual obligation(s) for which
the bidder is in default.
Before invoking the PBG, the vendor will be given an opportunity to represent before
eGF, Department of FCS&CA. The decision of eGF, Department of FCS&CA on the
representation given by the vendor shall be final and binding. If circumstances so
warrant, the matter may be referred to an arbitrator to be appointed by eGF,
Department of FCS&CA with mutual consent.
2.3 Indemnity (Third Party Claims)
Vendor shall provide indemnity towards any damage, misdemeanour of the Vendor’s
employees or authorized personnel to eGF, Department of FCS&CA.
Further eGF, Department of FCS&CA shall not be responsible for any payments, statutory
obligations like insurance cover, PF, etc., for accident, mishap, handicap and/or death
occurring and affecting Service Providers employees or authorized personnel, appointed
distributors, agents or subcontractors during and after the provision of the Services at the
Client premises. Such indemnity/payment, if any, shall be the complete responsibility of the
vendor.
eGovernance Society, Department of FCS&CA, GoHP P a g e 7 | 49
Implementation vendor undertakes to indemnify eGF, Department of FCS&CA from and
against all losses, claims or damages including losses, claims or damages on account of
bodily injury, death or damage to tangible property.
2.4 Conflict of Interest
A Bidder should not have a conflict of interest that affects the Bidding Process. Any Bidder
found to have a Conflict of Interest shall be disqualified. In such case the Bidder shall be
disqualified from this bidding process. A Conflict of Interest would be termed as (but not
limited to following):
A bidder is also a constituent of another bidding process having direct or indirect
relation with this bidding process/project.
Such Bidder has a relationship with another Bidder for the Project, directly or through
common third parties, that puts them in a position to have access to each other’s
information about, or to influence the Proposal of either or each of the other Bidders for
the Project.
2.5 Project Timelines
Sr.
No.
Activity Completion Schedule (In days)
1. Issuance of Instructions by
Department (by email / letter)
T
2. Supply and Installation of Desktops/
Multi-function Printers/UPS as per the
instructions received (F.O.R. basis)
T+20 days
2.6 Payment Terms
The invoices may be raised by the selected vendor, at the following milestones:
S.No. Quantum of work Completed
(As per the Scope)
Payment
1. 25% of Supply and Installation made as per
the Instructions received from the
Department. (Including installation of
Softwares / Drivers)
25% of the P.O. Value
2. 50% of Supply and Installation made as per 50% of the P.O. Value
eGovernance Society, Department of FCS&CA, GoHP P a g e 8 | 49
the Instructions received from the
Department. (Including installation of
Softwares / Drivers)
3. 100% of Supply and Installation made as per
the Instructions received from the
Department, (Including installation of
Softwares / Drivers).
70% of the P.O. Value
4. A.M.C. of the Components 6% each year for the A.M.C. period
of 5 years.
The payment will be made after receipt of duly acknowledged (signed and stamped)
delivery challan(s) or invoice(s), as required by the Purchaser from the officer at the
respective location of delivery.
2.7 Penalty
The eGF, Department of FCS&CA is looking for the entire delivery of the mentioned items
as per the scope in 90 days from the issuance of formal work order by the Department.
Any exception to this timeline will prompt the company to impose the penalty on the
bidder as mentioned below:
• Penalty: eGF, Department of FCS&CA shall impose a penalty of 0.25% of the total PO
value for each day of delay of delivery as per the instructions released by the
Department.
• Termination: The eGF, Department of FCS&CA reserves the right to terminate the
purchase agreement any time after a delay of 15 days.
The AMC will include rectification of all Hardware and Software problems. The engineer(s)
will have to ensure that all calls are attended within 24 Hours and the upkeep time for the
repair of any system would be up to three working days. In Case of failure to do so, a
penalty will be charged for downtime at the rate of Rs. 500/‐ (Rupees Five hundred only)
per day or part thereof beyond the demarked time limit (72 hours from the time a
complaint was lodged).The replacements of toners, batteries and other replaceable items
will have to be effected within 72 hours of the lodging of complaint. The downtime
penalty for this work would be double the normal rate.
eGF reserves the right to cancel the contract in case company is failing to provide services
up to the satisfaction level or on security grounds.
The penalties, if any shall be recovered from Security deposits/Performance Bank
Guarantee.
eGovernance Society, Department of FCS&CA, GoHP P a g e 9 | 49
2.8 Other Conditions
Breach of Contract
In case of breach of contract no further payment will be made and Bank Guarantee will
be revoked.
Decision of President (EB) eGF cum Director, FCS&CA, will be final and acceptable to all
bidders.
However, in case of any dispute, in any Court case, a court of competent jurisdiction at
Shimla (under territorial jurisdiction of High Court of Himachal Pradesh) will be the
hearing Court.
Currency of Payment: Payment shall be made in Indian Rupees only.
Contract Amendments: No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by both the parties i.e. the Successful
Bidder and FCS&CA.
FCS&CA Right to Accept any bid and to reject any or all bids: FCS&CA reserves the right
to accept any bid, and to annul the tender process and reject all bids at any time prior to
award of contract, without assigning reasons & without thereby incurring any liability to
the affected bidder or bidders or any obligation to inform the affected bidder or bidders
of the grounds for the FCS&CA action.
Notification of award: Prior tothe expiration of the period of the bid validity, FCS&CA
will notify the successful bidder in writing that its bid has been accepted. The
notification of award will constitute the formation of contract. Upon the successful
bidder's furnishing of performance security, FCS&CA will notify each unsuccessful bidder
and will discharge its EMD.
Period of Validity: Bids shall remain valid for 120 days after last date of bid submission
prescribed by FCS&CA which may be extended bymutual consent. A bid valid for a
shorter period may be rejected by FCS&CA as non-responsive.
Force Majeure:
The bidder shall not be liable for penalty, liquidated damages or termination for default,
if and to the extent that, his delay in performance or other failure to perform his
obligations under the contract is the result of an event of Force Majeure.
eGovernance Society, Department of FCS&CA, GoHP P a g e 10 | 49
For purposes of this clause, “Force Majeure” means an event beyond the control of the
bidder and not involving the bidder and not involving the bidder’s fault or negligence
and not foreseeable. Such events may include, but are not restricted to, instances of,
wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes which would have an impact on FCS&CA.
If a Force Majeure situation arises, the bidder shall promptly notify FCS&CA in writing of
such conditions and the cause thereof. Unless otherwise directed by FCS&CA, the bidder
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.The Force Majeure circumstances and events shall include the following
events to the extent that such events or their consequences (it being understood that if
a causing event is within the reasonable control of the affected party, the direct
consequences shall also be deemed to be within such party's reasonable control) satisfy
the appropriate definition as per this agreement. Without limitation to the generality of
the foregoing, Force Majeure Event shall include the following classes of events and
circumstances and their effects:
Natural events (“Natural Events”) to the extent they satisfy the foregoing requirements
including:
Any material effect on the natural elements, including lightning, fire,
earthquake, cyclone, flood, storm, tornado, or typhoon;
Explosion or chemical contamination (other than resulting from an act of war);
Epidemic such as plague;
Any event or circumstance of a nature analogous to any of the foregoing.
Other Events (“Political Events”) to the extent that they satisfy the foregoing
requirements including:
Act of war (whether declared or undeclared), invasion, armed conflict or act of
foreign enemy, blockade, embargo, revolution, riot, insurrection, civil
commotion, act of terrorism or sabotage; Strikes , work to rules, go-slows
which are widespread, nation-wide, or State-wide and are of political nature;
Termination for insolvency: FCS&CA may at any time terminate the contract by giving
written notice to the successful bidder, without compensation to the successful bidder,
if the successful bidder becomes bankrupt or otherwise insolvent provided that such
termination will not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to FCS&CA.
Termination for Convenience: FCS&CA, may, by written notice sent to the successful
bidder, terminate the contract, in whole or in part at any time for its convenience. The
notice of termination shall specify that termination be for the FCS&CA convenience, the
extent to which performance of work under the Contract is terminated and the date
upon which such termination becomes effective.
eGovernance Society, Department of FCS&CA, GoHP P a g e 11 | 49
Subcontracting / Sublet: The subletting of work is not allowed. In case the Department
finds that the selected vendor has subcontracted the work, it will lead to immediately
termination of contract.
The successful bidder would be required to sign the agreement in the prescribed format
on Non-Judicial Stamp of Rs. 100 and furnish the performance guarantee. The
successful bidder shall pay the expenses of stamp duty for execution of agreement.
If a bidder imposes conditions, which is in addition to or in conflict with the conditions
mentioned herein, his tender is liable to summary rejection.
As the data is of critical in nature, the selected vendor should bear all necessary
measures to ensure privacy and non leakage of data.
3. Purpose of RFQ:
The purpose of this RFQ is to select a vendor for Procurement (Supply, Installation and AMC)
of Desktops, Multi-function printers & UPS as per the timelines and scope of work defined.
4. Cost of RFQ:
The RFQ document is available at cost of Rs. 2,000 in form of a Demand Draft from any
nationalizedbank, payable at Shimla in favor of “e-Governance Society, Department of Food,
Civil Supplies and Consumer Affairs, H.P.”The soft copy of the RFQ may be downloaded from
the Department website: www.epds.co.in.The bidders are required to submit the RFQ
document cost in the form of a demand draft of Rs.2,000 issued from a nationalized bank
along with the bid.
5. Eligibility Criteria:
The Bidders have to meet the following Eligibility criteria to be eligible for Financial Evaluation:
S.
No.
Criteria Required Supporting
Document
Compliance
(Yes / No)
1. The Company/ Proprietorship /
Partnership firm should be
incorporated under Indian Companies
Act 1956 or any other legal entity
registered in India under the act
Provide company registration
certificate issued by the issuing
authority / Registration of
Proprietorship/ Partnership
deed and Registration.
eGovernance Society, Department of FCS&CA, GoHP P a g e 12 | 49
2. The Company/ Proprietorship /
Partnership firm should not be
blacklisted by the Government or
Government Entity in the last 2 years
Self-declaration on Letter Head
3. The Company/ Proprietorship /
Partnership firm must have an average
annualturnover of Rs. 3 Cr. in the past
three years (Considering individually)
Audited Balance Sheet and
Profit and Loss account of 3
financial Years (FY 2011-12, FY
2012-13 and FY 2013-14)
4. The bidder should have delivered
around 300 desktops / 300 UPS / 300
MFD Printers (basis on the component
for which the bidder is submitting the
bid) to any Government organization/
Private Institution / Bank / School /
College in past 5 years along with the
AMC.
Work Order issued specifying
the number of units delivered
and time period.
AMC Certificates.
5. The bidder should be certified partner
of Microsoft.
Copy of Certificate issued from
Microsoft.
6. If the Bidder is not the O.E.M. and/or
the ASP is different from the O.E.M.,
he will be required to enclose an
undertaking (Annexure XII) from the
O.E.M. An authorized signatory of the
O.E.M. as per its internal regulations
should sign this undertaking. Such an
authorization may be seen during
scrutiny of bids.
Duly filled and stamped
Annexure XII
eGovernance Society, Department of FCS&CA, GoHP P a g e 13 | 49
6. Instructions for submitting proposal
Response to RFQ will in two parts:
a. Part I – Envelope I (Super-scribed as Technical Bid)
i. Tender Fee
ii. Bid Security (EMD)
iii. Eligibility Criteria
iv. Bidder Profile
v. Bid Proposal Sheet
vi. Bidder Authorization Certificate
vii. Self-Declaration
viii. Citation of Similar projects delivered
ix. Compliance Statement
b. Part II –Envelope II: (Super-scribed as Financial Bid)
This will include the financial Quotation (As per format mention in ANNEXURE IV).
The Quotation containing Envelope I and Envelope II should reach the following address:
eGF President (EB) cum Director,
Department of Food, Civil Supplies and Consumer Affairs,
HP AapurtiBhavan, Block No. 42, SDA Complex,
Kasumpti, Shimla 171009
Please note that index/contents page in the technical bid should be attached along
with the flags, failing which the technical bid may not be considered for technical
evaluation.
7. Bid Evaluation Process
7.1 Opening of Bids
The Tendering Authority will open the bids in the presence of bidders' representatives who
choose to attend, as per the events schedule,at the following location:
President eGF cum Director,
Department of Food, Civil Supplies and Consumer Affairs,
HP AapurtiBhavan, Block No. 42, SDA Complex,
Kasumpti, Shimla 171009
eGovernance Society, Department of FCS&CA, GoHP P a g e 14 | 49
The bidders' representatives who are present shall mark attendance evidencing their presence.
7.2 Examination of Eligibility Criteria
The Tendering Authority will examine the eligibility criteria to determine whether they are as per
the requirement in the RFQ, whether the documents have been properly signed, whether the
required EMD is enclosed, and whether the bids are generally in order. Any bids found to be non-
responsive for any reason or not meeting the eligibility criteria specified in the bidding
documents will be rejected by the Tendering Authority and not included for further
consideration.
7.3 Opening of Financial Bids
The Bidders who meets the eligibility criteria, The Tendering Authority will open the Financial
Bids of those bidders on the same day or the following day. The bidder's names, the Bid Prices,
the total amount of each bid, and such other details as the Tendering Authority may consider
appropriate, will be announced and recorded by the Tendering Authority at the opening.
7.4 Evaluation of the financial bid:
Bidder has to quote as per format (Annexure IV). Lowest Cost Criteria (specific to each item) will
be considered for deciding the L1 Bidder.
8. Bidding document
The bidder is expected to examine all instructions, forms, terms and conditions and technical
specifications in the Bidding Document. Submission of a bid not responsive to the Bidding
Document in every respect will be at the bidder’s risk and may result in the rejection of its bid
without any further reference to the bidder.
9. Language of bids
The bids prepared by the bidder and all correspondence and document relating to the bids
exchanged by the bidder andeGF,Department of FCS&CA, shall be written in English.
10. Authentication of erasures / overwriting etc.
Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing initial(s)
them.
eGovernance Society, Department of FCS&CA, GoHP P a g e 15 | 49
11. Amendments to bidding documents
At any time prior to the last Date and Time for submission of bids, the eGF, Department of
FCS&CA may, for any reason, modify the Bidding Document by amendments at its sole discretion.
All amendments shall be uploaded on the Department of FCS&CA/GoHP’swebsites
(www.epds.co.in) and will be binding on all who are interested in bidding.In order to provide,
prospective bidders, reasonable time to take the amendment if any, into account in preparing
their bid, the Purchaser may, at its discretion, extend the deadline for submission of bids.
12. Purchaser’s right to accept or reject any bid or all bids
The Purchaser 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 purchaser's action. The Purchaser reserves the right to accept or reject
any technology proposed by the vendor. The Purchaser reserves the right to select more than
one vendor keeping in view its large requirements.
13. Modification and withdrawal
Bids once submitted will be treated, as final and no further correspondence will be entertained
on this. No bid will be modified after the deadline for submission of bids. No bidder shall be
allowed to withdraw the bid, if bidder happens to be successful bidder.
14. Terms and Conditions of the bidding firms
The bidding firms are not allowed to impose their own terms and conditions to the bid and if
submitted will not be considered as forming part of their bids.The bidders are advised to clearly
specify the deviations, in case terms and conditions of the contract applicable to this invitation
isnot acceptable to them. The bidders should also describe clearly in what respect and up to what
extent the equipment and services being offered differ/ deviate from the specifications laid down
in the specifications and requirements.
15. Local conditions
The bidder must acquaint himself with the local conditions and factors, which may have any
effect on the performance of the contract and / or the cost.
16. Clarifications
If deemed necessary Purchaser may seek clarifications on any aspect from the bidder. However
that would not entitle the bidder to change or cause any change in the substance of the RFQ
document submitted.
17. Opening of bids
All the bids will be opened at the date, time and locations mentioned in RFQ(as per schedule).
The bids will be opened in the presence of representatives of the bidders who choose to attend.
eGovernance Society, Department of FCS&CA, GoHP P a g e 16 | 49
18. Period of validity
Bid shall remain valid for one year from the date of bid opening prescribed by the purchaser. A
bid valid for shorter period is liable to be rejected by eGF, Department of FCS&CA as non-
responsive.
19. Deadline for submission of bids
Bid must be received by the Purchaser at the address specified in Bid Document not later than
the specified date and time as specified in Bid Document. In event of the specified date for
submission of bids being declared a holiday for the Purchaser, the bids will be received up to
appointed time on next working day.
The purchaser may, at its discretion, extend this deadline for submission of bids by amending
the bid documents in accordance to clause “AMENDMENTS TO BIDDING DOCUMENTS”, in which
case all rights and obligations of the purchaser and bidders previously subject to the deadline
will thereafter be subject to the deadline as extended.
20. Late bids
Any bid received by the Purchaser after the deadline for submission of bid will be rejected
and/or returned unopened to the Bidder.
21. Cancellation of bid/ bidding process
Purchaser reserves the right to accept or reject any bid and annul the bidding process and reject
all bids at any time prior to award of contract, without thereby incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or bidders of the
ground for its action.
eGovernance Society, Department of FCS&CA, GoHP P a g e 17 | 49
ANNEXURES
eGovernance Society, Department of FCS&CA, GoHP P a g e 18 | 49
Annexure I: Scope of Work eGF, Department of FCS&CA wishes to procure Desktops, Multifunction Printers and UPS for
the following locations:
Desktops Printer UPS
Headquarters 8 8 8
DFSC/ HPSCSC District Offices 26 26 26
Block /Inspector Level 78 78 78
Godowns 116 116 116
Total * 228 228 228
*There may be minor variance in the numbers and allocation mentioned in the above table.
The details of the locations of each of the offices are mentioned in the Annexure –XI. The
items specified as per the specifications listed, should be delivered at the specified office locations as
per the instructions received from the Department, which may be stretched over a period of 2
months or more.
The Bidder can manufacture the Goods in India or import the same (in full or in parts)
from any part of the world. Testing/ Benchmarking as per requirement of the Purchaser and in such
manner and for such size of sample as may be prescribed subsequently may be got done as a part of
the Contract.
The Goods need to be supplied F.O.R. as per the list of destinations to be supplied at the
time of signing the Contract.
The successful bidder for Desktop will contain pre-installed the Microsoft Software
containing (MS Windows 7Basic OEM 64 bit & Anti Virus software with online security (Norton/Quick
heal/Mc Afee). In addition to this, the latest freeware versions of other softwares like Open Office,
Google Chrome, VLC Player etc. should also be installed on the desktops supplied. These Licensed
software contents will also be provided by supplier either on CD/DVD's. The supplier of Printers and
UPS has to integrate these with the supplied Desktop computers. The supplier of these equipments
will ensure the availability of consumables UPS (like SMF battery),Printers/MFDs (like toner/Ink
cartridges, drum, developer, sleeve etc, Formatter card etc) during the warranty and post warranty
period.
The Supplier shall provide comprehensive warranty (including labor and spares) for 48
calendar months on Desktops, MFDs, UPS (including battery for minimum 18 months) (including
eGovernance Society, Department of FCS&CA, GoHP P a g e 19 | 49
labor and spares). The warranty shall cover the System software, Labor and all the hardware parts
including updation / upgradation (free of cost) of the Operating System. An undertaking to this effect
shall be given by the Bidder in the Fact Sheets. The period of 18 months will initiate from the date
ofdelivery of the components.
The Service Centers in the State shall be manned by qualified Engineers and one call
coordinator. It will be equipped, with sufficient inventory of spares. 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 and 60 hours respectively. If defect is not rectified
within the time stipulated as above penalty as prescribed by the Purchaser will be imposed. The
exact quantum of penalty per day/ week shall be decided at the time of signing the contract. The
maximum penalty for a service call not resolved within the agreed period shall be 5% of the
equipment cost. Partial delivery/ installation/ testing of hardware/ system software will not be
permissible for acceptance/ payment. The criteria for benchmarking/ acceptance will be conveyed
separately. There shall be no separate charges for engineer visit or software upgrade or any other
charges whatsoever during the period of AMC. The warranty certificate for the stated period should
be duly stamped by OEM.
The vendor shall deliver the PCs within 20days from the date of the issuance of formal instructions
as per details of delivery locations to be provided with PO release by the Department. Defective
products delivered should be replaced immediately and should not be billed to the Department.
Other Terms and Conditions under AMC
The Contractor shall depute an adequate number of well‐qualified engineer(s) who can maintain the
equipment. Engineer(s) should have an 3 years of experience and should be specialist in repairing
and maintaining Laser and Dot matrix Printer. The engineer(s) shall be required to report on all
working days, if and when required on Saturdays as well.
The engineer(s) would be equipped with Mobile phones to ensure their availability. The contract
will be valid for a period of 4 years and the period of AMC will be informed after finalization of the
contract. The rates quoted will remain in force for the full period of contract. No demand for
revision of rate on any account shall be entertained during the contract period. The firm will
prepare online log books for each of the machines to be taken under the AMC and Preventive
maintenance with virus detection and special cleaning of the Monitor, Printer, Key Board, mouse
etc. from outside with liquid cleaner and inside will be carried out on once in every three months. A
Preventive Maintenance Report from the user would be submitted to Directorte failing which an
appropriate, penalty would be imposed. Theannual AMC payment will strictly be made on the basis of
satisfactory report from the user. The service engineer(s) would take up any reported fault within 24 hours.
As far as possible, the repair would be carried out on‐site itself. However, in case the equipment is taken
to theworkshop, the firm would provide a stand‐by for the same within 72 hours.
eGovernance Society, Department of FCS&CA, GoHP P a g e 20 | 49
It may also be noted that in case of contractor backing out midway without the explicit consent of eGF,
he will be liable for recovery at higher rates, vis‐a‐vis, those contracted with it, which may have to be
incurred by the eGF on maintenance of machines for the balance period of contract through alternative
means. The above act of backing out would automatically debar the firm from any further dealing with eGF&
the security amount would stand forfeited.
eGovernance Society, Department of FCS&CA, GoHP P a g e 21 | 49
Annexure II: Bidder Profile
S.No. Particulars Details to be Furnished
Details of the Bidders(Proprietorship/ Partnership Firm/Company)
1. Name
2. Address
3. Telephone : Fax:
4. Email: Website:
Details of Authorized Person
5. Name
6. Address
7. Telephone: Email:
Information about the company
8. Status of company (Public Date:
Ltd/Pvt. Ltd/ Proprietorship/ Partnership)
(Provide Ref e.g. Roc Ref#)
Ref#:
9. Number of Professionals
10. Location and Address of Offices(in Himachal Pradesh and India (Head office))
11. Service Tax Registration Number
12. Income Tax Registration Number (PAN)
13 Sales Tax Registration Number
eGovernance Society, Department of FCS&CA, GoHP P a g e 22 | 49
(VAT)
--------------------------------
Stamp & Signature of the Bidder
eGovernance Society, Department of FCS&CA, GoHP P a g e 23 | 49
Annexure III: Bid Proposal Sheet
Bidders Proposal Reference No. and Date :
Bidders Name and Address :
Person to be contacted :
Designation :
Telephone No(s) :
Fax No. :
To,
The President (EB) eGF cumDirector, FCS&CA
Department of Food, Civil Supplies and Consumer Affairs,
HP AapurtiBhavan, Block No. 42, SDA Complex
Kasumpti, Shimla-171009 (Himachal Pradesh)
Subject: RFQ for Selection of Procurement of Desktops, Multifunction Printers and UPS
Sir,
We, the undersigned Bidders, having read and examined in detail the Specifications and all the bidding
documents as specified in the RFQ documents No. < __________________>.
We confirm that the information contained in this response or any part thereof, including its exhibits,
and other documents and instruments delivered or to be delivered to Department of FCS&CA, GoHP is
true, accurate, verifiable and complete. This response includes all information necessary to ensure
that the statements therein do not in whole or in part mislead the department in its short-listing
process. We fully understand and agree to comply that on verification, if any of the information
provided here is found to be misleading the short listing process or unduly favors our company in the
short listing process, we are liable to be dismissed from the selection process or termination of the
contract during the project. We agree to abide by the conditions set forth in this RFQ.
It is hereby confirmed that:I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document.
We hereby declare that our proposal is made in good faith, without collusion or fraud and the
information contained in the proposal is true and correct to the best of our knowledge and belief.
Thanking you,
Yours faithfully,
eGovernance Society, Department of FCS&CA, GoHP P a g e 24 | 49
(Signature)
Printed Name and Designation
Seal
Date:
Place :
Business Address :
eGovernance Society, Department of FCS&CA, GoHP P a g e 25 | 49
Annexure IV: Format for Financial Quotation
S.No Category (Configuration and Specs as per Annexure
X)
Unit Cost (Rs.)
Taxes, Delivery charges,
Octroi duty, Edu Cess. Etc. (all
inclusive for hardware
components)
Annual Maintenance Support for 5
years (Rs.)
Taxes, Octroi
duty, Edu Cess., Site Visits Etc.
(all inclusive for AMC)
Grand Total (Rs.)
As per Indicative number of
Units mentioned in
the Scope
A B C D A+B+C+D
1 Desktops
2 Multifunction Printers
3 UPS
*Attach Model, Make and Specifications with the financial bid
Breakup of AMC Costing
S.No
Category (Configuration and Specs as per Annexure
X)
AMC for first year
(Rs.) (With all
inclusive of Taxes and
other charges)
AMC forsecond year (Rs.) (With all
inclusive of Taxes and
other charges)
AMC for third year (Rs.) (With
all inclusive of Taxes and
other charges)
AMC for fourth year (Rs.) (With
all inclusive of Taxes and
other charges)
AMC for fifth year (Rs.)
(With all inclusive of Taxes
and other
charges)
Total (Rs.)
1 Desktops
2
Multifunction Printers
3 UPS
eGovernance Society, Department of FCS&CA, GoHP P a g e 26 | 49
Annexure V: Bidder’s Authorization certificate
To,
President (EB) eGF cum Director, FCS&CA
Department of Food, Civil Supplies and Consumer Affairs,
HP AapurtiBhavan, Block No. 42, SDA Complex
Kasumpti, Shimla 171009 (Himachal Pradesh)
<Bidder’s Name>___________________________________, <Designation>
____________________ is hereby authorized to sign relevant documents on behalf of the
company / firm in dealing with RFQ reference ____________________. He is also authorized to
attend meetings & submit technical & commercial information as may be required by you in the
course of processing above said RFQ document.
Thanking you,
Authorized Signatory.
_________________________________
<Company / Firm Name>
Seal
eGovernance Society, Department of FCS&CA, GoHP P a g e 27 |
49
Annexure VI: Proforma for Pre-bid queries
Bidders requiring specific points of clarification may communicate with Department during the
specific period using the following format. All clarification should be mailed ( in .xls format) on
[email protected]. The bidders who find it difficult to be physically present in the pre-bid
conference, may attend the same using Google Hangouts at the stated time of pre-bid
conference by connecting at the Google Account: [email protected]
Bidder’s Request for Clarification
Name of Organization Name & Position of Address of Org. including submitting request Person phone, Fax, e-mail Points
submitting request Of
Contact
Tel:
Fax:
e-Mail:
S.No. Bidding Document Content of Points of Suggestions Reference RFQ Clarification (if Any) (Number/Page) Requiring Required
Clarification
1.
2.
3.
eGovernance Society, Department of FCS&CA, GoHP P a g e 28 |
49
Annexure VII: Self Declaration Ref: ____________________ Date: ________________
To,
President (EB) eGF cum Director, FCS&CA
Department of Food, Civil Supplies and Consumer Affairs,
HP AapurtiBhavan, Block No. 42, SDA Complex
Kasumpti, Shimla 171009 (Himachal Pradesh)
In response to the RFQ Ref No. ____________________________________ dt. ____________Of
Ref._____________________________________ as a owner/partner/Director/proprietor of
___________________________________________ I / We hereby declare that our Agency
___________________is having unblemished past record and was not declare ineligible for
corrupt & fraudulent practices either indefinitely or for a particular period of time.
Name of the Bidder: -
Signature: -
Seal of the Company/ proprietorship/ partnership firm: -
eGovernance Society, Department of FCS&CA, GoHP P a g e 29 | 49
Annexure VIII: Citations of the Similar Projects Delivered
S.
No
Name of
Assignment
Client Name
and
Description
(Government
Department/
Private)
Contact
Details
of Client
Services
delivered
(specifying the
number of
units)
Project Value,
dates/duration
and current
status
Supporting
documentation
eGovernance Society, Department of FCS&CA, GoHP P a g e 30 | 49
Annexure IX: Compliance Statement (on Company Letter Head)
DECLARATION
We hereby undertake and agree to abide by all the terms and conditions stipulated by eGF,
Department of FCS&CA in the RFQ including all annexure(s), addendum(s) and corrigendum(s).
Signature and Seal of Bidder
eGovernance Society, Department of FCS&CA, GoHP P a g e 31 | 49
Annexure X: Minimum Technical Specifications of Desktops, Multi-function Printers and UPS
The Minimum technical specifications are listed below. The bidders must bid for equivalent or higher
configurations only.
Category A: Desktop Computer Systems
Motherboard either branded for OEM of the Computer Manufacturer or that of Intel
3 PCI Slots (Including minimum 1 PCI‐Express 2.0 x16 slot or better)
Intel Core‐i3 4th Gen. Processor (3.4GHz and above)
3 MB L3 cache
5 GT/s QPI
Intel H8X Series Express Chipset or better
4 GB Dual Channel DDR3 @1333/1666 MHz Non ECC (Expandable up to 8 GB)
500 GB SATA Hard Disk Drive (7200 rpm).
16X or higher DVD‐RW
Integrated on M/B High Definition audio
Intel extreme graphics on mother board
Integrated Stereo Sound with two internal Speakers and Digital Array Mike.
Integrated Serial ATA (3 Gbps) controller with 4 port
Integrated on M/B 10/100/1000 Mbps Ethernet controller with full duplex & WOL support
Ports ‐1xSerial, Rear: 6xUSB, Front:2 USB, 1xVGA & 1xRJ45
18.5" widescreen LED display colour monitor with maximum 0.3 mm dot pitch, TCO‐
05, 1366x768, 1000:1 contrast ratio, 250 cd/m2, 5ms response time,160/160 degree view angle,
VGA connectivity, EMI/FCC (or ETDC Report for meeting FCC norms) compliance, Energy star
compliance for same brand as that of PC.
104 Keys OEM English USB Keyboard (it must have soft keys ) , same brand as that of PC
USB Optical Mouse of same brand as that of PC.
eGovernance Society, Department of FCS&CA, GoHP P a g e 32 | 49
MIC and Headphones port at the front side of Cabinet.
ATX/BTX/ MicroATXChassis with 1 x 3.5" & 2 x 5.25" front accessible bays, 2 x3.5" internal drive bays
With adequate power supply.
Warranty: 5 years comprehensive on‐site.
Manageability Features:
Asset Management: Gives summary of computer: BIOS, Disk Drives, Installed Applications,
Memory, Motherboard, Slots, Multimedia, OS Information, USBPorts, Processor, System
Resources, asset tag.
Health Monitoring: Log entry for critical changes in Drive (Space), CPU Fan (Speed), CPU
Voltage, CPU Temperature. Automatic shutdown can be set when CPU temperature
exceeds threshold limit.
Security: Removable media boot control , serial , parallel and USB interface control ,
power on and setup password. Provision for external lock and Kensington slot (Desirable)
Remote Management: Remote shutdown, Reboot
Certifications :
Designed for Windows 8 or latest.
Linux Ready
Energy Star 5.0/BEE for the quoted model
UL, FCC (EMI EMC) certified
PCI 2.3 compliant
ACPI 1.0 compliant
ISO 9001: 2000 certification for design, manufacturing and services.
ISO 14001: 1996 certification for environmental standard
IPV6 compatible
Preloaded with Microsoft Windows 7 Basic OEM 64 bit
with recovery CD and Drivers (as a Microsoft Partner).
Latest Antivirus software (McAfee / Norton / Quick Heal) with 5 yr licensing and online security.
All the hardware/software components should be compatible with each other.
eGovernance Society, Department of FCS&CA, GoHP P a g e 33 | 49
5 Year Onsite Support & Warranty
Category B: Configuration for Multi-Function Printer
Copy
Copy Type Monochrome Laser
Copy Speed Up to 18 / 19cpm (A4 / LTR)
Copy Resolution Speed priority mode: 600 x 400dpi
Resolution priority mode: 600 x 600dpi
Halftones 256 levels
Warm up Time (From Power On) 10secs. or less
Recovery Time (From Sleep Mode) 2secs. or less (Copy)
0.3sec. or less (Print)
First Copy Time (FCOT) 12.0 / 11.8secs. (A4 / LTR)
Paper Source 150-sheet cassette
Paper Weight
60 to 163g/m2 (cassette)
Paper Output 100 sheets (face down)
Zoom 50 - 200% in 10% increments
Copy Size Platen: Up to A4 / LTR
Copy Features 2 on 1, ID Card Copy
Copy Memory 64MB (Shared)
Printer Type Monochrome Laser
Print Speed Up to 18 / 19ppm (A4 / LTR)
First Printout Time (FPOT) 7.8 / 7.7secs. (A4 / LTR)
Print Language UFR II LT
Print Resolution Up to 600 x 600dpi, 1200 (equivalent) x 600dpi
Print Memory 64MB (Shared)
Scan
Scan Type CIS
Scan Resolution Optical: Up to 600 x 600dpi
Driver enhanced: Up to 9600 x 9600dpi
eGovernance Society, Department of FCS&CA, GoHP P a g e 34 | 49
Color Depth 24-bit
Document Size Platen: Up to A4
Compatibility TWAIN, WIA
Output File Format Win: Hi-Compression PDF, Searchable PDF, PDF, JPEG, TIFF, BMP
Mac: PDF, JPEG, TIFF, BMP, PNG
Pull Scan Yes, USB
Scan To PC None
Interface / Software
Standard Interface USB 2.0 Hi-Speed
USB Function Print, Scan
Compatible Operating Systems Windows 8 (32 / 64-bit), Windows 7 (32 / 64-bit), Windows Vista (32 / 64-bit), Windows XP (32 / 64-bit), Windows 2000, Mac OS X 10.4 - 10.8
Linux
General Specifications
LCD Display 7 Segment (1 digit) LED
Dimensions 372 x 276 x 254mm (With the cassette closed)
(W x D x H) 372 x 371 x 254mm (With the cassette opened)
Weight w/CRG: 8.2kg
w/o CRG: 7.6kg
Power Consumption Max: 960W
During Operation: 450W
Standby: 2.5W
Sleep: Approx.1.4W
TEC (Typical Electricity Consumption)
0.6kWh/W
Toner Cartridge Cartridge 325 (1,600 pages)
(Bundled cartridge 700 pages)
Monthly Duty Cycle 8,000 pages
5 years Onsite Support & Warranty
eGovernance Society, Department of FCS&CA, GoHP P a g e 35 | 49
Category C: Configuration for UPS
Capacity 650VA .
Microprocessor based controller.
Rated Output Voltage 230 V(1-Phase).
Rated Output Current 2.8 A at 0.8 p.f.
Input Voltage Range 160-270 VAC .
Input Frequency Range 50 Hz ± 6%
Waveform quasi sinewave.
Power Factor 0.60
Output Frequency regulation (inverter mode).
Frequency regulation in Inverter Mode 50Hz ± 0.5%.
Overall Efficiency >85%
Smart Charge+ Intelligent Continuous charging profile adjustment for longer battery life and
faster charging.
Cold Start capable: Allows PC to boot on battery.
Fast Charging: within 4-6 hrs.
No load Shutdown: Prevents battery deep discharge.
5 year warranty on electronics and 18 months on battery.
eGovernance Society, Department of FCS&CA, GoHP P a g e 36 | 49
Annexure –XI : Locations of Offices for delivery of equipments
a) Headquarters
S.No Name Location
1. Department of Food, Civil Supplies and Consumer
Affairs
Kasumpti, Shimla-9
2. H.P. State Civil Supplies Corporation Kasumpti, Shimla-9
b) District Controller Offices
DFSC Solan 01792-224114
DFSC Shimla 0177-2657022
DFSC Mandi 01905-222197
DFSC Kinnaur 01786-222207
DFSC Una 01972-222335
DFSC Hamirpur 01972-222335
DFSC Chamba 01899-222401
DFSC Sirmour 01702-222558
DFSC Kullu 01902-222535
DFSC Bilaspur 01978-222349
DFSC Kangra 01892-222877
DFSC, Lahaul & Spiti 01900-222229
eGovernance Society, Department of FCS&CA, GoHP P a g e 37 | 49
c) Wholesale Godown Locations
S.No. Godown
Name Name of Incharge
Land Line No. Mobile
No. Area Name
District Name
1 Bhatt Kuffar Devinder Manta
177-2842281 098160-41796
Shimla Shimla
2 Shimla Town
Hardev Sarta 177-2808117 098054-53521
Shimla Shimla
3 Theog Rajesh Sharma 1783-238430 098170-38600
Shimla Shimla
4 Gumma Narinder Kumar
1783-253953 094185-70003
Shimla Shimla
5 Jubbal Narinder Singh 1781-252807 098052-66343
Shimla Shimla
6 Rohru Trilochan Thakur
1781-240148 098161-58341
Shimla Shimla
7 Chopal Gian Chand 094185-18543
Shimla Shimla
8 Nerwa Shiv Pal 1783-264015 098162-91563
Shimla Shimla
9 Rampur Mintu 1782-271120 094181-95188
Shimla Shimla
10 Kawar Satyawan 094598-74077
Shimla Shimla
11 Chirgaon Sher Singh 1781-277679 088945-88701
Shimla Shimla
12 Narkanda Joginder Singh 1782-242774 094594-49277
Shimla Shimla
13 Anni Jawar Lal 1904-253267 098163-61084
Shimla Kullu
14 Nirmand Chet Ram 1904-255802 094182-10701
Shimla Kullu
15 Tapri Vinod 1786-261220 098167-11359
Shimla Kinnaur
16 Kaza Kuldeep 1906-222253 089882-03677
Shimla L & Spiti
17 Pooh Padma 094184-02697
Shimla Kinnaur
eGovernance Society, Department of FCS&CA, GoHP P a g e 38 | 49
18 Recong Peo Jagbir Negi 1786-223625 098164-78903
Shimla Kinnaur
19 Bawa Nagar Promila 1786-253519 094184-80912
Shimla Kinnaur
20 Chango Padma 094184-02697
Shimla Kinnaur
21 Nankhari Rahul 1782-205240 097368-87212
Shimla Shimla
22 Dodra Yashwant 094185-26702
Shimla Shimla
23 Tikkar Kuza Singh 088940-92223
Shimla Shimla
24 Chambaghat Suresh Chand 01792-230556 098164-04566
Solan Solan
Chambaghat Yash Pal 098055-58995
25 Chambaghat Prem Sagar 098161-33892
26 Kandaghat Sudhir Behl 01792-257112 098872-85834
Solan Solan
Dharampur Vesu Dev Sharma
01792-264085 094182-31218
Solan Solan
27 Dharampur Narender Thakur
094185-00969
Solan Solan
28 Arki Hem Raj Sharma
01796-220043 094181-00080
Solan Solan
Nalagarh Arjun Singh 01795-222413 094182-68596
Solan Solan
29 Nalagarh Balbir Rana 094180-92692
Solan Solan
30 Ramshehar Chaman Lal 01795-258750 094180-32988
Solan Solan
Bilaspur Jai Dev Sharama
01978-224228 098171-70204
Solan Bilaspur
31 Bilaspur Suraj Parkash 094189-73279
Solan Bilaspur
32 Ghumarwin Jagdish Chand 01978-254301 094182-56389
Solan Bilaspur
eGovernance Society, Department of FCS&CA, GoHP P a g e 39 | 49
33 Jhandutta Shyam Lal 01978-272937 088945-09387
Solan Bilaspur
34 Sh.Naina Devi Ji
Chander Shekhar
01978-288128 0981722-06388
Solan Bilaspur
35 Lunapani Krishan Chand 1905-242364 094181-39722
Mandi Mandi
Mandi Vijay Awasthi 1905-221326 094182-80688
Mandi Mandi
36 Mandi Parkash 098571-00765
Mandi Mandi
Ladbharol Rajinder Rana 1908-278130 098170-34085
Mandi Mandi
37 Ladbharol Madan Lal 098171-43880
Mandi Mandi
Joginder Nagar
Dinesh Kumar 1908-224137 094182-50975
Mandi Mandi
38 Joginder Nagar
Dhain Singh 094185-50266
Mandi Mandi
Sarkaghat Bhoop Singh 1905-231563 098164-78815
Mandi Mandi
39 Sarkaghat Uttam Chand 094595-15782
Mandi Mandi
40 Baldwara Jagdish Chand 1905-222129 086791-24397
Mandi Mandi
41 Sandhole Anil Singh 1905-274972 094183-12178
Mandi Mandi
42 Dharampur Sheesh Pal 1905-272910 094186-15357
Mandi Mandi
Nerchowk N.R Dogra 1905-242133 094184-91061
Mandi Mandi
43 Nerchowk Som Chand 1905-242133 098573-61762
Mandi Mandi
Thunag Suresh Chand 1905-257507 089881-51172
Mandi Mandi
44 Thunag Mehar Chand 094184-03470
Mandi Mandi
45 Chail Chowk Kunadan Lal 1905-250128 094182-42177
Mandi Mandi
eGovernance Society, Department of FCS&CA, GoHP P a g e 40 | 49
Sunder Nagar
Hem Singh 1907-263583 094181-80858
Mandi Mandi
46 Sunder Nagar
Chaman Lal 098575-36154
Mandi Mandi
47 Padhar Suresh Thakur 1907-260170 094189-30867
Mandi Mandi
48 Nihri Sher Singh 098161-42560
Mandi Mandi
49 Chowki Sher Singh 098161-42560
Mandi Mandi
50 Karsog Prem Thakur 1907-221655 094189-43780
Mandi Mandi
51 Churag Diwan Chand 089882-81800
Mandi Mandi
Talyar Sohan Singh 1905-221416 094181-82303
Mandi Mandi
52 Talyar Govind Ram 094188-90213
Mandi Mandi
53 Barot Trilok Chand 094180-50301
Mandi Mandi
54 Balichowki Prem Sood 1905-229141 094180-14814
Mandi Mandi
55 Dhaman Alam Chand 094594-31224
Mandi Kullu
56 Banjar Alam Chand 094594-31224
Mandi Kullu
57 Kullu Anil Kumar 1902-222357 094186-61830
Mandi Kullu
58 Bhunter Mohan Singh 1902-265314 094184-58719
Mandi Kullu
59 Patlikulh Raghubir Singh 1902-240094 098163-82399
Mandi Kullu
60 Keylong Bir Chand 094187-09479
Mandi L & Spiti
61 Udaipur Narender 094187-26505
Mandi L & Spiti
62 Killar Vijay Singh 094182-71823
Mandi Chamba
eGovernance Society, Department of FCS&CA, GoHP P a g e 41 | 49
63 Dharwas Brij Lal 094590-64725
Mandi Chamba
64 Purthi Tek Chand 094185-23232
Mandi Chamba
65 Sach Kewal 094188-02055
Mandi Chamba
66 Sahli Kewal 094188-02055
Mandi Chamba
67 Nahan Ashok Chopra 0172- 222915 094180-28564
Nahan Sirmour
68 Dadahu Vinod Gogna 01702-267517 098171-75207
Nahan Sirmour
69 Sarahan Anand Kumar 01799-236036 097361-63437
Nahan Sirmour
70 Paonta Kalyan Singh 01704-222197 094182-68814
Nahan Sirmour
71 Shillai Sant Ram, 01704-278563 094182-66538
Nahan Sirmour
72 Kafota Balwant Singh 01704-273471 098161-57331
Nahan Sirmour
73 Rajgrah Om Parkash 01799-220011 098053-90217
Nahan Sirmour
74 Nohra Dharm Singh 01702-240458 098163-21865
Nahan Sirmour
75 Haripurdhar Jagdish Attri 01702-243329 098164-30142
Nahan Sirmour
76 Kupvi Baru Ram 01793-270301 098164-50941
Nahan Shimla
77 Hamirpur Paramjeet Singh
01972-222462 094592-96773
Hamirpur Hamirpur
78 Nadaun Sohan Singh 01972- 233668 094182-13105
Hamirpur Hamirpur
79 Sujanpur Subhash Chand
01972-272246 094186-80065
Hamirpur Hamirpur
80 Badsar Sanjeev Kumar 01972-289843 094182-55817
Hamirpur Hamirpur
81 Nagrota Gajjan
Surjeet Varma 01972-260097 094186-02894
Hamirpur Hamirpur
eGovernance Society, Department of FCS&CA, GoHP P a g e 42 | 49
82 Panjot Mehar Singh 01972-275222 094181-59887
Hamirpur Hamirpur
83 Bohni Purshotam Lal 01972-258072 094183-29220
Hamirpur Hamirpur
84 Patta Sanjeev Verma - 098050-18496
Hamirpur Hamirpur
85 Una Krishan Dogra 01975-203145 094184-69700
Hamirpur Una
86 Bangana Sansar Chand 01975-263070 098169-85236
Hamirpur Una
87 Amb Sudarshan 01976-261340 094184-07136
Hamirpur Una
88 Gagret Deepak Kumar 01976-240083 098573-29701
Hamirpur Una
89 Haroli Rai Singh 01975-203503 094184-68207
Hamirpur Una
Chamba Yash Pal 01899-222695 094182-92300
Chamba Chamba
90 Chamba Nishikant 222695 098052-81601
Chamba Chamba
Banikhet Gian Thakur 254885 094182-18635
Chamba Chamba
91 Banikhet Sunil Verma 094180-13911
Chamba Chamba
92 Chowari Nagin Lal 266722 094181-87062
Chamba Chamba
93 Sihunta Kapil 265569 098165-13936
Chamba Chamba
94 Tissa Surinder 227300(01896) 094180-43814
Chamba Chamba
95 Sundla Sohia Ram 242319 (01896)
094181-52630
Chamba Chamba
96 Salooni Navneet 233471(01896) 094180-63900
Chamba Chamba
Kharamukh Dharam Singh 200076 098056-18732
Chamba Chamba
97 Kharamukh Kewal 200076 098054-27171
Chamba
eGovernance Society, Department of FCS&CA, GoHP P a g e 43 | 49
Bharmour Ashwini 225050(01895) 094187-92519
Chamba Chamba
98 Bharmour Mohinder 225050(01895) 094181-86490
Chamba
99 Holi Satpal 232300(01895) 094181-93965
Chamba Chamba
Kandrori Sh. Rajender Dutta.
01893-244041 098161-71849
Dharamshala Kangra
100 Kandrori Joginder Pal 098161-93796
Dharamshala Kangra
Nurpur Rakesh Kumar Sharma
01893-226232 094180-35896
Dharamshala Kangra
Nurpur Rajat Sharma -do- 094181-88320
Dharamshala Kangra
101 Nurpur Prem Singh -do- 098164-60190
Dharamshala Kangra
Rehan Janak Singh Chambial
01893-250585 094181-86584
Dharamshala Kangra
Rehan Grajesh Kumar -do- 094184-95642
Dharamshala Kangra
102 Rehan Asleet Kumar -do- 098055-83513
Dharamshala Kangra
103 Bhadwar Subhash Chand
01893-235072 098053-46303
Dharamshala Kangra
Chetru Rajesh Walia 01892-233020 094180-69422
Dharamshala Kangra
104 Chetru Ranjeet Singh Rana
-do- 093185-36874
Dharamshala Kangra
Dari Sunil Kumar 01892-223570 098051-43125
Dharamshala Kangra
105 Dari Deep Raj -do- 098162-67075
Dharamshala Kangra
Nagrota Bagwan
Randev 01892-251628 098570-21116
Dharamshala Kangra
106 Nagrota Bagwan
Kulwant Singh -do- 098161-72372
Dharamshala Kangra
106 Maranda Harpal Singh 01894-238312 098161-62567
Dharamshala Kangra
eGovernance Society, Department of FCS&CA, GoHP P a g e 44 | 49
107 Maranda Tilak Raj -do- 094182-49508
Dharamshala Kangra
108 Panchrukhi Bhawani Parsad
01894-253360 097364-73401
Dharamshala Kangra
Paprola B.C. Katoch 01894-242235 094181-11113
Dharamshala Kangra
109 Paprola Shakti Chand -do- 098164-82235
Dharamshala Kangra
Thural Surjeet Singh Rana
01894-276008 098167-67535
Dharamshala Kangra
110 Thural Kalyan Singh -do- 094182-50911
Dharamshala Kangra
111 Dheera Tek Chand Sharma
01894-222009 094181-55759
Dharamshala Kangra
Lambagaon Narender Kumar
01894-228033 098166-04782
Dharamshala Kangra
112 Lambagaon Nirmla Devi -do- 094189-36784
Dharamshala Kangra
Dehra Satpal Verma 01970-234177 094184-76946
Dharamshala Kangra
113 Dehra Gurmail Singh -do- 094187-63891
Dharamshala Kangra
113 Dhaliara Ravinder Vaid 01970-268900 094590-59857
Dharamshala Kangra
114 Dhaliara Nirmala Devi -do- 098170-64729
Dharamshala Kangra
115 Nagrota Surian
Prabhat Singh 01893-265975 098161-33098
Dharamshala Kangra
116 Jourbar Pawan Kumar 0970-276581 082638-39556
Dharamshala Kangra
117 Khundian Rajinder Kumar Walia
01970-272050 094185-66654
Dharamshala Kangra
Ranital Ramesh Chand 01892-269004 094182-92812
Dharamshala Kangra
118 Ranital Naveen Kumar -do- 094184-47245
Dharamshala Kangra
Shahpur (Puhara)
Tilak Raj Shastri
01892-237075 094181-05614
Dharamshala Kangra
eGovernance Society, Department of FCS&CA, GoHP P a g e 45 | 49
d) Inspector Locations – Block Level
S.No. District Name of Block
1 Bilaspur Bilaspur
2 Bilaspur Naina Devi
3 Bilaspur Jhanduta
4 Bilaspur Ghumarwin
5 Chamba Chamba
6 Chamba Mehla
7 Chamba Salooni
8 Chamba Tissa
9 Chamba Bhatiyat at Chowari
10 Chamba Killar (Pangi)
11 Chamba Bharmour
12 Hamirpur Tonni Devi
13 Hamirpur Bhoranj
14 Hamirpur Nadaun
15 Hamirpur Bijjari at Badsar
16 Hamirpur Sujanpur Tihra
17 Kangra Baijnath
18 Kangra Bhawarna
19 Kangra Panchrukhi
20 Kangra Lambagaon
21 Kangra N/Surian
22 Kangra N/Bagwan
23 Kangra Kangra
24 Kangra Rait
25 Kangra Nurpur
26 Kangra Indora
27 Kangra Dehra
28 Kangra Pragpur
29 Kangra Fatehpur
30 Kangra Sulah/Badu Mahadev
eGovernance Society, Department of FCS&CA, GoHP P a g e 46 | 49
31 Kangra D/Shala
32 Kinnaur Pooh ADC office
33 Kinnaur Kalpa DFSC Reckong Peo
34 Kinnaur Nichar SDM Bhawa Nagar
35 Kullu Anni
36 Kullu Banjar
37 Kullu Kullu
38 Kullu Nirmand
39 Kullu Nagar
40 Lahaul & Spiti Keylong/Udaipur
41 Mandi Mandi Sadar
42 Mandi Mandi
43 Mandi Balh
44 Mandi Gohar
45 Mandi Drang
46 Mandi Seraj at Janjalli
47 Mandi Karsog
48 Mandi S/Nagar
49 Mandi Sarkaghat
50 Mandi Dharmpur
51 Mandi Chountra
52 Shimla Shimla
53 Shimla Basantpur at Suni
54 Shimla Theog
55 Shimla Mashobra at DFSC Shimla
56 Shimla Rampur
57 Shimla Chopal
58 Shimla Shimla HQ
59 Shimla Jubbal
60 Shimla Rohru
61 Shimla Chirgaon
62 Shimla Nankhari
63 Shimla Narkanda
eGovernance Society, Department of FCS&CA, GoHP P a g e 47 | 49
64 Sirmour Nahan
65 Sirmour Pachhad at Sarahan
66 Sirmour Paonta Sahib
67 Sirmour Sangran
68 Sirmour Rajgarh
69 Sirmour Shillai
70 Solan Dharmpur
71 Solan Kandaghat
72 Solan Nalagarh
73 Solan Arki
74 Solan Solan
75 Una Una
76 Una Amb
77 Una Gagret
78 Una Haroli
79 Una Bangana
eGovernance Society, Department of FCS&CA, GoHP P a g e 48 | 49
Annexure- XII : Declaration by OEM To Date : President (EB) eGF cum Director, FCS&CA
Department of Food, Civil Supplies and Consumer Affairs,
HP Aapurti Bhavan, Block No. 42, SDA Complex
Kasumpti, Shimla 171009 (Himachal Pradesh)
Subject : Authorization to a distributor for RFQ No. …………..
Dear Sir,
Please refer to your Notice Inviting Tenders for procurement of desktop computers, Multifunctional Printers, UPS for ePDS
Project.
M/S ________________________________________(Bidder), who is our reliable distributor for the last ____________years,
is hereby authorized to quote on our behalf for this prestigious tender. M/S
_____________________________________(Bidder)is likely to continue as our business partner during years to come. We
undertake the following regarding the supply of these equipments/ peripherals etc.
1. The equipments supplied in this tender shall be manufactured by us as per the specifications required by the Purchaser.
M/S _______________________________ (Bidder) shall not 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 equipments 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 technical updates, & spares to the ASP. If
M/S _________________________ fails to maintain the equipments for any reason what-so-ever, we shall make
alternative arrangements for proper maintenance of these equipments during the warranty period. During the period of
5 years or 2 years warranty in the case may be, we shall provide full support back up to the Bidder/ASP. On the whole, it
shall be ensured that the clauses regarding service and maintenance of Laptops/Printers do not get diluted in
implementation due to non-availability of spares and lack of technical 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,
eGovernance Society, Department of FCS&CA, GoHP P a g e 49 | 49
we shall make necessary alternatives arrangements for honoring the terms of the contract.
Yours very truly,
Name :___________________________ Designation :___________________________ Company :___________________________ Signature:
(Stamp and Seal of OEM)