49
eGovernance Society, Department of FCS&CA, GoHP Page 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

REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 2: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 3: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 4: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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]

Page 5: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 6: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 7: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 8: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 9: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 10: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 11: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 12: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 13: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 14: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 15: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 16: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 17: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

eGovernance Society, Department of FCS&CA, GoHP P a g e 17 | 49

ANNEXURES

Page 18: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 19: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 20: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 21: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 22: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

eGovernance Society, Department of FCS&CA, GoHP P a g e 22 | 49

(VAT)

--------------------------------

Stamp & Signature of the Bidder

Page 23: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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,

Page 24: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

eGovernance Society, Department of FCS&CA, GoHP P a g e 24 | 49

(Signature)

Printed Name and Designation

Seal

Date:

Place :

Business Address :

Page 25: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 26: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 27: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 28: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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: -

Page 29: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 30: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 31: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 32: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 33: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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)

Print

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

Page 34: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 35: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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.

Page 36: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 37: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 38: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 39: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 40: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 41: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 42: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 43: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 44: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 45: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 46: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 47: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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

Page 48: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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,

Page 49: REQUEST FOR QUOTATION FOR PROCUREMENT OF DESKTOPS

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)