TENDER NOTICE For purchse of Computer … Tender Document 1… · The following annexures are...
-
Upload
trinhxuyen -
Category
Documents
-
view
249 -
download
12
Transcript of TENDER NOTICE For purchse of Computer … Tender Document 1… · The following annexures are...
1
PHONE: 0731-2549053-56 FAX: 0731-2432432 E MAIL: [email protected] WEBSITE: www.njgb.in
NARMADA JHABUA GRAMIN BANK HEAD OFFICE, INDORE 201, Arcade Silver – 56 01, New Palasia, Indore
No.NJGB/HO/GRAMSHAKTI/2013-14/10 Date: 26-03-2014
TENDER NOTICE
For purchse of Computer Hardware/Peripherals
(FOR EMPANELLED VENDORS ONLY)
1) M/S Swan Solutions & Services Private Limited
2) Infinity
3) Zenith Computers Ltd.
4) Unicom Infotel Private Limited.
5) HCL Infosystems Ltd.
6) Acer India Pvt. Ltd.
7) Wipro Limited.
8) CMS Infosystems Private Limited.
9) CCS Computers Private Limited
10) Dynacons Systems & Solutions Ltd.
11) Team Computers Pvt. Ltd.
12) Accel Frontline Limited.
13) Sai Infosystems (India) Limited.
14) EPSON
15) LIPI
The Bank intends to procure Computer Equipments/Peripherals etc. and for the purpose,
invites sealed quotations for supply, installation and commissioning of said equipments, as per
the details given below, at present Offices of the Bank. The quantity / number of said
equipments/ type of equipments can vary at the time of placing order for supply, which will be at
the sole discretion of the Bank. The Tender Document will be available on our website (
www.njgb.in) from 28-03-2014.
Brief particulars of Computer Equipment, Peripherals and System Software etc. to be
procured (Schedule of Requirements) are as under:
Item No. Item Description Quantity (Approx)
1 PC without OS 305
2 Scanner HP G4010 or equivalent 61
3 High Speed Dot Matrix Printer
EPSON DLQ3500 or equivalent
98
4 Pass Book Printer
EPSON PLQ20 or equivalent
47
5 9U Rack 32
1
Actual quantity to be purchased may vary depending upon the requirement at the time of
purchase.The delivery and installation of equipments should be completed within 4 weeks from
the date of award of purchase order. Late delivery will be levied panaulty at the rate of 1% per
week.Different centers will be supplied with above hardware/software as per Annexure V.
The following annexures are enclosed with this letter:-
1- Instructions to Vendors Annexure I
2- Terms & Conditions (TCC) Annexure II
3- Specifications for PCs /Desktops without OS Annexure III
4- Specifications for Printers and otheres Annexure IV
i. Pass Book Printers ii. High speed DMP iii. Scanner iv. 9U Rack
The price quoted shall remain valid for all orders placed with the selected vendor for a
period of 6 (six) months from the date of first such purchase order duly accepted by the vendor.
You are requested to send your proposals – Technical and Price as per enclosed formats. The
minimum desired Technical specification is required as per annexure III and IV.
2. In this regard, a two-envelope bidding Procedure (Technical Bid and Price Bid) in separate
envelopes has to be adopted. The Technical Bid envelope should not contain any financial
terms like cost of Hardware/system software or any of its components. The financial bid
envelope should contain both the cost of the hardware as well as the Warranty / AMC charges as
mentioned in the enclosures.The specifications given are the minimum requirements and the
bidders may choose any specification equivalent or superior to the one given by the Bank in
case the exact match is not in their production line.
3. The envelopes of quotations should clearly bear the following:
A. Specifications for PCs/Desktops and Peripherals Quoted.
B. Cost/Financial part for PCs/Desktops and Peripherals Quoted.
4. Narmada Jhabua Gramin Bank reserves the right to increase or decrease the quantities
specified in the tenders. Bank also reserves the right to delete one or more items from the list of
items specified in tender. Bank also reserves the right to place a repeat order to the vendor on the
same terms and conditions for all or some of the items mentioned in tender document.
5. Financial Bids of only those vendors who are technically compliant would be considered
for further evaluation. The bidders are requested to note the following:
(i) Only one Model / Make, strictly conforming to the specifications should be
quoted.
(ii) Total cost to the Bank will be decided on the basis of cost of the hardware
inclusive of one year on site warranty.
(iii) All standard (default) items / components and optional items / components, if any,
should be separately and clearly mentioned. Detailed cost breakup should be
furnished in the Price Schedule as per the format prescribed.
(iv) Technical specifications of the equipment offered (against the requirements
specified) as well as the Technical Details (in the prescribed format) should be
furnished along with the Bid, for all the standard and optional items if any
offered.Otherwise the offer would be treated as Nonresponsive.
(v) Detailed product brochures, catalogues, technical literature, system/reference
manuals, instruction booklets and all supporting documentation (in the English
language) specific to the make/model(s) of the equipment (whether standard
or optional) offered should be submitted along with the offer. Otherwise the
offer would be treated as Non-responsive.
1
(vi) Any deviation from the specifications in the products offered should be
separately brought out explicitly, in the column provided for this purpose.
(vii) The Bank reserves the right to accept or reject in part or full, any or all the offers
without assigning any reasons thereof.
6. Tender forms can be downloaded from our Website (www.njgb.in) also.In such cases,
Demand Draft / Pay Order for Rs. 1000/- payable at Indore in favour of Narmada Jhabua Gramin
Bank towards cost of the Tender forms (non-refundable) shall be deposited at the time of
submitting the tender, otherwise the tender document may be rejected by the Bank.
7. The tender forms will be also issued at the above address on deposit of Demand Draft/
Pay Order for Rs. 1000/- (non-refundable) in favour of “Narmada Jhabua Gramin Bank”
payable at Indore.
8. The proposal shall remain valid for 90 days from the date of opening of Proposal and the
rates of items finally selected shall remain valid for 180 days from the date of award of contract.
9. The last date for submission of the proposal is 12-04-2014 and should reach Indore Head
Office, Information Technology Department at the above mentioned address by 2.00 p.m. on
that day.
communicated.
Date and Time of commencement of inspection / Sale of Bid Document
28.03.2014
Last date for requesting any clarification
04.04.2014
Last Date and Time for Receipt of Bids at Narmada Jhabua Gramin Bank(Address as given below)
12/04/2014 by 2.00 p.m. on that day.
Date and Time of opening of Technical Bids
15/04/2014, by 1.30 P.M.
Date and time of opening of Price Bids / reverse auction
17/04/2014, by 3.30 P.M.
Contact Person Shri Sandeep Bhatnagar Chief Manager (IT & FI) 09425306250
Shri Vinod Vani Manager (IT) 8120001950
Address for Communication and submission of bid.
The General Manager Narmada Jhabua Gramin Bank,
Head Office 201, Arcade Silver, Near 56
Shops, 1-New Palasia, INDORE (M.P.)
Pin – 452 001
Telephone No.: 0731-2549053-56
Email: [email protected]
Website: www.njgb.in
Fax Number: 0731-2432432
Bid Document Availability Bidding document can be downloaded from our website www.njgb.in
1
10. The person representing the participants should be of decision making level. Further if
the vendor himself is not the manufacturer of the equipment but is quoting on behalf of his
principal an authorization certificate from the principal should be enclosed wherein the principal
should specifically underwrite the commitments given by the vendor. This authorization
certificate should be submitted with the Technical Bid.
12. Address for communication & submission of BIDs:
Narmada Jhabua Gramin Bank,
Head Office 201, Arcade Silver, 56 Shops 1,
New Palasia, INDORE (M.P.) – 452 001
Ph. Nos.: 0731-2549053, 2549054, 2549055, 2549056
Email: [email protected] (Website: www.njgb.in)
13. BID price: A non-refundable BID amount of Rs. 5000/- to be paid means of DD/Pay
Order fvg. “Narmada Jhabua Gramin Bank, Head Office” payble at Indore at the time of
submission of BID.
14. Bid Security deposit of Rs.1, 00,000/- (Rupees One lakhs only) as specified below:-
The Bidder shall furnish, as part of its Bid, a Bid security. The Bid security is required to protect the Bank against the risk of Bidder’s conduct, which would warrant the security’s forfeiture.The Bid security shall be denominated in Indian Rupees and shall be in one of
the following forms:-
a) a bank guarantee issued by a Scheduled Commercial Bank in India (other than Narmada Jhabua Gramin Bank , acceptable to the Bank, in the form as per format 6.4 provided in the Bid, valid for forty-five (45) days beyond the validity of the Bid
OR b) a Banker’s Cheque/Demand Draft, issued by a nationalised/public sector
bank in India (other than Narmada Jhabua Gramin Bank ), drawn in favour of “Narmada Jhabua Gramin Bank” and valid for six months.
Any Bid not secured, as above, will be rejected by the Bank, as non-responsive. Unsuccessful Bidders’ Bid security will be discharged or returned as promptly
as possible but not later than sixty (60) days after the expiration of the period of Bid validity (i.e. not later than prescribed by the Bank).
The successful Bidder’s Bid security will be discharged upon the Bidder signing the Contract and furnishing the performance security as per format 5
The Bid security may be forfeited:
a) if a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form;
1
OR b) if a Bidder makes any statement or encloses any form which turns out to
be false/incorrect at any time prior to signing of Contract; or
c) in the case of a successful Bidder, if the Bidder fails;
(i) to sign the Contract; OR
(ii) to furnish Performance Security as mentioned in Clause 3.34 herein.
Thanking you,
Enclose: - As above yours faithfully,
(H.J.Vesukar) GENERAL MANAGER
1
Annexure - I Instructions to Vendors
Submission of Proposals (Methodology) The Proposal shall be submitted in two separate envelopes – Part I covering the Technical, Commercial (except equipment price and AMC charges) and Qualification aspects hereinafter referred to as the
„Technical Proposal‟ and Part II covering only the price schedules hereinafter referred to as the „Price
Proposal‟. The two parts should be in two separate covers, each super-scribed with the name of the
Project (“Technical Proposal” for Procurement of Computer Hardware/System Software and Peripherals for Various Branches/Offices of Narmada Jhabua Gramin Bank) and (“Price Proposal” for Procurement of Computer Hardware/System Software and Peripherals for Various Branches/Offices of Narmada Jhabua Gramin Bank) as the case may be.
Documents comprising the Technical Proposal Envelope should be:
(a) Compliance to Terms and Conditions of Contract (TCC) (Annexure-II) (b) Compliance to Technical Specifications of each item (Annexure-III and IV) (c) Proposal Form (FORM-1) completed and duly signed by the vendor;
Any Technical Proposal not containing the above will be rejected.
Any Technical Proposal containing any price information will be rejected.
Documents comprising Price Proposal Envelope should be:
(a) Full Price Schedule of the Goods and/or System and/or Services (FORM-3)
(b) The Proposal Form (Form-2) duly signed by the vendor and completed. Each copy of the Proposal should be in two parts, as mentioned below.
The vendors shall seal the “Technical Proposal” and “Price Proposal” separately and the same shall:
(a) Be addressed to the Bank at the address given; and
(b) Bear the Project Name “PROPOSAL FOR PROCUREMENT OF HARDWARE/PERIPHERALS for various offices of NJGB and a statement: “DO NOT OPEN BEFORE 21-04-2014 Proposals must be received by the Bank at the address specified, no later than the date & time specified in Request for Proposal.
1
Annexure II
Terms and Conditions of Contract (TCC)
(I. These terms and conditions, printed On Company’s letterhead duly sighned by the
authorized representative of the vendor will form the part of the documents to be
submitted. Empanelled vendors will be bound by these Terms and Conditions at the time of
participating in the tender process for supply of hardware. An undertaking as per
Annexure 13 will form part of the each subsequent bid from empanelled vendors)
II. These terms and conditions are generic in nature, which have been mentioned for the
knowledge of the bidders and are subject to change at the sole discretion of the bank.)
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated:
(a) “The Goods” means all of the equipment, machinery, and/or other materials which the Supplier is required to supply to the Bank;
[
(b) “The Bank” means the Narmada Jhabua Gramin Bank; (c) “The Services” means those services ancillary to the supply of the Goods, such as
transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other such obligations of the Supplier covered under the Purchase Contract;
(d) “TCC” means the Terms and Conditions of Contract contained in this section; (e) “The Supplier” or “the Vendor” means the individual or firm supplying or
intending to supply the Goods and Services under this Contract; and (f) “The Project Site” means various branches/administrative offices of Narmada Jhabua
Gramin Bank.
2. Country of Origin
2.1 All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India.
2.2 For purposes of this clause, “origin” means the place where the goods are produced, or
the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.
3. Standards
3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the
Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’ country of origin. Such standards shall be the latest issued by the institution concerned.
4. Use of Contract Documents and Information
4.1 The Supplier shall not, without the Bank’s prior written consent, disclose the Contract, or
any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a
1
person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.
4.2 The Supplier shall not, without the Bank’s prior written consent, make use of any
document or information enumerated in this document except for purposes of performing the Contract.
4.3 Any document, other than the Contract itself, shall remain the property of the Bank and
shall be returned (in all copies) to the Bank on completion of the Supplier’s performance under the Contract, if so required by the Bank.
5. Patent Rights
5.1 The Supplier shall indemnify the Bank against all third-party claims of infringement of
license agreement, patent, trademark, or industrial design, intellectual property or copy rights etc. arising from use of the Goods or any part thereof in India.
6. Performance Security 6.1 Within 7 days of the award of Purchase order, the Supplier shall furnish to the Bank, the
Performance Security for an amount of 50% of amount of advance valid up to 60 days after the date of completion of performance obligations including warranty obligations.
Provided that the Bank may, having regard to the value and/or nature of the goods of the purchase contract and, at its sole discretion, waive the performance guarantee
6.2 The Bank shall be at liberty to set off/adjust the proceeds of the performance security
towards the loss, if any, sustained due to the supplier’s failure to complete its obligations under the contract. This is without prejudice to the Bank’s right to proceed against the Supplier in the event of the security being not enough to fully cover the loss/damage.
6.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of
the following forms:
(a) A bank guarantee issued by a reputable bank in India, including limitation clase acceptable to the Bank, in the form provided in Bid Form and Other Formats;
Or
(b) A Banker’s Cheque / Demand Draft favoring “Narmada Jhabua Gramin Bank”
6.4 The performance security will be discharged by the Bank and returned to the Supplier not
later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty or AMC obligations under the contract.
6.5 In the event of any contract amendment, the Supplier shall, within 7 days of receipt of such
amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for further period of 60 days thereafter. In the event of any correction of defects or replacement of defective equipment during the warranty period, the warranty for the corrected / replaced equipment shall be extended to a further period of 12 months. The performance guarantee for a proportionate value shall be extended by 60 days over and above the extended warranty period.
1
7. Inspection and Quality Control Tests
7.1 Inspection and Quality Control tests before evaluation, prior to shipment of Goods and at
the time of final acceptance are as follows:
(i) Inspection of Goods as per quality control formats including functional testing, burn-in tests and mains fluctuation test at full load, facilities etc., as per the standards may be done at factory site of the Supplier before award of the Purchase Contract, by the Bank / Bank’s Consultants;
Provided that the Bank may, at its sole discretion, waive inspection of goods
having regard to the value of the order and/or the nature of the goods and/or any other such basis as may be decided at the sole discretion of the Bank meriting waiver of such inspection of goods.
(ii) The inspection of the Goods is to check whether the Goods are in conformity with
the technical specifications mentioned in the Invitation for Quotation or the Quotation submitted by the Supplier. The Supplier will dispatch the goods to the ultimate consignee after internal inspection/testing alongwith the Supplier’s inspection report, manufacturer’s warranty certificate. The Bank / Bank’s Consultants may also carry out pre-dispatch inspection. In such a case, the entire cost of such inspection, including the board, lodging, travelling, incidental expenses of the Bank’s representatives and/or Consultants, shall totally be borne by the Supplier, for the complete duration of the inspection. Successful conduct and conclusion of pre-dispatch inspection shall be the sole responsibility of the Supplier;
(iii) Also, the Bank will test the equipment after completion of the installation and
commissioning at the site of the installation (for site preparation, the Supplier should furnish all details to the Bank sufficiently in advance so as to get the works completed before receipt of the equipment). Complete hardware and software should be supplied, installed and commissioned properly by the Supplier prior to commencement of performance tests;
(iv) The acceptance test will be conducted by the Bank / Bank’s Consultants or any
other person nominated by the Bank, at its option. The acceptance will involve trouble-free operation for a period to be decided by the Bank, but not exceeding seven consecutive days. There shall not be any additional charges for carrying out acceptance tests. No malfunction, partial or complete failure of any part of hardware or excessive heating of motors attached to printers, drivers etc. or bugs in the software should occur. All the software should be complete and no missing modules / sections will be allowed. The Supplier shall maintain necessary log in respect of the results of the tests to establish to the entire satisfaction of the Bank, the successful completion of the test specified. An average uptime efficiency of 98% for the duration of test period shall be considered as satisfactory;
Provided that the Bank may, at its discretion, require the Supplier to devise and conduct the acceptance test, at his own cost, in the presence of Bank’s representative(s) to establish to the satisfaction of the Bank that the configuration/performance of the goods supplied are in conformity with the specifications laid down in the purchase contract.
(v) In the event of the hardware and software failing to pass the acceptance test, a
period not exceeding two weeks will be given to rectify the defects and clear the acceptance test, failing which, the Bank reserves the right to get the equipment replaced by the Supplier at no extra cost to the Bank.
1
(vi) Successful conduct and conclusion of the acceptance tests for the installed goods and equipment shall also be the sole responsibility and at the cost of the Supplier.
7.2 The inspections and quality control tests may be conducted on the premises of the
Supplier, at point of delivery and / or at the Goods’ final destination. If conducted on the premises of the Supplier, reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors, at no charge to the Bank.
7.3 Should any inspected or tested Goods fail to conform to the Specifications, the
Bank may reject the Goods, and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements, free of cost, to the Bank.
7.4 Nothing stated hereinabove shall in any way release the Supplier from any
warranty or other obligations under this Contract. 7.5 Manuals and Drawings 7.5.1 Before the goods and equipment are taken over by the Bank, the Supplier shall
supply operation and maintenance manuals together with drawings, wherever applicable, of the goods. The manuals and drawings shall be in English.
7.5.2 Unless and otherwise agreed, the goods and equipment shall not be considered to
be completed for the purpose of taking over, until such manuals and drawings have been supplied to the Bank.
7.6 For the System & Other Software, the following will apply:
The Supplier shall provide complete and legal documentation of hardware, all subsystems, operating systems, compiler, system software and the other software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The Supplier shall also indemnify the Bank against any levies/penalties on account of any default in this regard.
7.7 Acceptance Certificates: 7.7.1 On successful completion of acceptability test, receipt of deliverables, etc., and after the
Bank is satisfied with the working on the system, the acceptance certificate signed by the Supplier and the representative of the Bank will be issued. The date on which such certificate is signed (unless otherwise provided for) shall be deemed to be the date of successful commissioning of the systems.
Training shall be conducted on the dates mutually agreed up on and within two months from the date of acceptance of supply.
8. Packing
8.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Size and weights of packing case shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.
8.2 Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each package will be marked on three sides with proper paint/indelible ink with the following:
(i) Contract No.; (ii) Supplier’s Name; (iii) Consignee’s Name (iv) Packing List Reference number.
1
9. Delivery and Documents
9.1 Delivery of the Goods shall be made by the Supplier with in 4 weeks from the date of
purchase Order. The details of shipping and/or other documents to be furnished by the Supplier are specified hereunder:
(i) 3 copies of Supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount; (ii) Delivery note, Railway receipt or acknowledgement of receipt of goods from the
Consignee or in case of goods from abroad, original and two copies of the negotiable, clean, on-board bill of lading marked freight prepaid and two copies of non-negotiable bill of lading;
(iii) 2 Copies of packing list identifying contents of each package; (iv) Insurance certificate; (v) Manufacturer’s / Supplier’s warranty certificate; (vi) Inspection certificate issued by the nominated inspection agency, if any, and the
Supplier’s factory inspection report and Quality Control Test Certificates,
The above documents shall be received by the Bank before arrival of Goods (except where it is handed over to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.
10. Insurance
10.1 The insurance shall be in an amount equal to 100 percent of the value of the
Goods from “Warehouse to final destination” on “All Risks” valid for a period not less than 1 month after installation and commissioning and issue of acceptance certificate by the Bank.
Should any loss or damage occur, the Supplier shall –
(a) Initiate and pursue claim till settlement, and (b) Promptly make arrangements for repair and/or replacement of any damaged
item/s irrespective of settlement of claim by the underwriters.
11. Transportation
11.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within India, transport to such place of destination in India, including insurance and storage, as shall be specified in the Contract, shall be arranged by the Supplier, and the related costs shall be included in the Contract Price.
12. Incidental Services
12.1 The incidental services to be provided are as under:
(a) Performance of on-site assembly and start-up of the supplied hardware, operating system and other software packages.
1
(b) Furnishing of appropriate hardware, device drivers, system design and programming services required for development and/or maintenance of the supplied Goods.Even if the hardware is initially purchased for use with particular Operating System(s), the Bank may, at any future date, use the hardware with any other operating system and in such cases, the Supplier shall provide the device drivers required for the hardware components in order for them to function satisfactorily in the new operating environment. In the event of such device drivers not being available, the Supplier should substitute the hardware component with another with comparable performance and having device driver software for the proposed operating system.
(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of
the supplied goods and equipment; (d) Maintenance, repair and software updates of the supplied Goods for a period of three
years after expiry of the warranty, provided, that this service shall not relieve the Supplier of any Warranty obligations under this Contract; and
(e) Training of the Bank’s personnel at the Supplier’s office or other facility, in the
installation and operation of the computer hardware, utilities and all contracted software, as specified in TCC Clause 38.
13. Spare Parts
13.1 As specified in the TCC, the Supplier may be required to provide any or all of the
following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:
(a) Such spare parts as the Bank may elect to purchase from the Supplier, provided, that
this election shall not relieve the Supplier of any warranty obligations under the Contract; and
(b) In the event of termination of production of the spare parts: (i) Advance notification to the Bank of the pending termination, in sufficient
time to permit the Bank to procure needed requirements; and
(ii) Following such termination, furnishing at no cost to the Bank, the blueprints, drawings, and specifications of the spare parts, if requested.
(iii) The vendor shall stock adequate spares as indented by the Bank at their
respective Zonal Offices to ensure a better uptime, at no cost the bank.
14. Warranty
14.1 The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in India.
14.2 The warranty period shall be minimum 12 months from date of acceptance of the Goods.
Provided that wherever the Goods could not be installed due to the site not being ready or for any reason attributable solely to the Bank. The Supplier shall, in addition, comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with TCC Clause 7.
1
14.3 The Bank shall promptly notify the Supplier in writing of any claims arising under this
warranty. 14.4 In case an equipment, peripheral or components (such as CPU, monitors, printers etc. are
taken away for repairs, the vendor shall provide a similar standby equipment so that the equipments can be put to use in the absence of the originals/replacements without disrupting the Bank’s regular work.
14.4 Upon receipt of such notice, the Supplier shall, with all reasonable speed, in any case not
later than 2 days, repair or replace the defective goods or parts thereof, without cost to the Bank.
14.5 If the Supplier having been notified, fails to remedy the defect(s) within 2 (two) days
from the of receipt of such notice , the Bank may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Bank may have against the Supplier under the Contract.
14.6 If during operation, the real Mean Time between Failures (MTBF) of any piece of
equipment or component thereof does not prove to be within 70% (seventy percent) of the specified MTBF, the Supplier shall replace the unit of component with another of at least the same performance and quality, at no cost to the Bank.
14.7 Maintenance Service:
14.7.1 Free on-site maintenance services shall be provided by the Supplier during the period of
warranty. The vendor will enter into AMC agreement with the bank after the expiry of the warranty period of equipments viz. Computer Systems, Peripherals, UPS, Systems Software & other software for such a period that support of vendor is available for a period of 3 years after the date of expiry of minimum 1 year warranty. The Bank may at its discretion enter into AMC contract with the supplier. The AMC charges should be quoted separately in the commercial bid. The rate for Annual Maintenance Contract for the hardware & peripherals supplied is to be quoted in the commercials.
14.7.2 The maximum response time for a maintenance complaint (i.e. time required for
Supplier’s maintenance engineers to report to the installations after a request call / telegram / fax /e-mail is made or letter is written) shall not exceed 3 (Three) hours from the receipt of such communication in case the service centre is situated at the same location where the hardware/software are installed and 1 (one) day in other cases.
14.7.3 It is expected that the average downtime of an item will be less than half the maximum
downtime (i.e. defined as number of days for which an item of equipment is not usable because of inability of the Supplier to repair it) as mentioned in the form of Technical Details. In case an item is not usable beyond the stipulated maximum downtime the Supplier will be required to arrange for an immediate replacement of the same till it is repaired. Failure to arrange for the immediate repair / replacement will be liable for penalty of Rs.500/- per day per item. The amount of penalty will be recovered from Bank guarantee or the deposit made by the Supplier, during warranty and/or annual maintenance charges and/or by lodging a claim against the Supplier, as the case may be. In the event of Deposit or Bank Guarantee amount not sufficient to set off the liability of the Supplier under this head the Bank shall be at liberty to proceed against the Supplier for recovery of the balance as may be advised.
15. Payment
15.1 Payment shall be made in Indian Rupees, in the following manner: (i) Advance Payment: Ten (10)% of the total Contract Price shall be paid within 7 days
of sigining of contract and upon submission of claim against a simple receipt and a bank guarantee for the equivalent amount valid until the entire consignment of goods is delivered and in the form acceptable to the Bank;
1
(ii) On Delivery: Eighty (80) % of the order value on installation and commissioning
of the Hardware ordered, and Bank's acceptance of the Hardware ordered. Wherever installation could not be carried out by the vendor due to the site not being ready even after 30 days after the last date for delivery mentioned in the purchase order, the payment would be released upon Vendor’s submission of a certificate from the location concerned, duly signed (with the office-seal affixed) by the Bank’s authorities concerned that site is not ready. In such a case, the Vendor has to give an undertaking to complete installation within a week of being informed that the site is ready. As already stated, for reasons of delays in installation not attributable to the Bank and/or in the absence of vendor submitting the certificate within the stipulated period as mentioned herein, the liquidated damages would be levied as stated above.; and
(iii) After expiry of Warranty – The remaining Ten (10) % of the contract price shall
be paid within Thirty (30) days after the expiry of warranty or signing of the AMC, whichever is later
Or
Against submission of Performance Bank Guarantee of a reputed Bank, acceptable to the Bank, for an equivalent amount valid for the period of 4 years warranty / AMC.
(iv) The payment schedule may be modified by the bank depending on the project/procurement etc.
15.2 Payment for annual maintenance charges:
The annual maintenance and repair cost (after minimum 1 year warranty period) shall be paid by the bank in equal half yearly installments within thirty (30) days from the date of completion of respective half yearly period, subject to satisfactory services rendered from the date of installation, commissioning and acceptance of the system at the rates quoted in the price schedule. Year for this purpose will be calculated from the date of successful installation of the hardware. If services rendered by vendors are not found to be satisfactory, in such cases bank shall terminate the AMC contract after giving 1-month notice to the vendor and bank shall not be liable to pay any AMC charges for the said period.
Provided that the Bank shall have the option of entering into AMC in respect of all the goods or part of the Goods or completely opt out of the AMC.
Further provided that the Bank may, during the currency of the warranty or AMC, shift the goods wholly or in part to other location(s) within the Country and in such case the Supplier undertakes to continue to warrant or maintain the goods at their new location without any other additional cost to the Bank.
(ii) The payment schedule may be modified by the bank depending on the project/procurement etc.
15.3 (i) For all the payments to be made against bank guarantees, the bank guarantees shall be issued by a Scheduled Indian Bank or a Foreign bank operating in India, acceptable to the Bank, in the format enclosed. The guarantees issued by other banks should be confirmed by a scheduled Indian Bank or a foreign bank operating in India, acceptable to the Bank.
(iii) Bank guarantees for advance payment shall be released not later than 30 days after the
date of completion of installation of the goods at their final destination.
1
16. Prices
Prices payable to the Supplier as stated in the Contract shall be firm and not subject to adjustment during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc.
17. Change Orders
17.1 The Bank may, at any time, by a written order given to the Supplier, make changes
within the general scope of the Contract in any one or more of the following:
(a) Specifications; (b) The method of shipment or packing; (c) The place of delivery; and/or (d) The Services to be provided by the Supplier.
17.2 If any such change causes an increase or decrease in the cost of, or the time required for
the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within 7 days from the date of Supplier’s receipt of Bank’s changed order.
18. Contract Amendments
18.1 No variation in or modification of the terms of the Contract shall be made, except by
written amendment, signed by the parties.
19. Assignment
19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the
Contract, except with the Bank’s prior written consent.
20. Subcontracts
20.1 The Supplier shall notify the Bank in writing of all subcontracts awarded under the
Contract, if not already specified in the quotation. Such notification, in the original quotation or later, shall not relieve the Supplier from any liability or obligation under the Contract. Sub-contract shall be only for bought-out items and sub-assemblies.
20.2 Subcontracts must comply with the provisions of TCC.
21. Delays in the Supplier’s Performance
21.1 Delivery of the Goods and performance of Services shall be made by the Supplier in
accordance with the time schedule prescribed by the Bank. 21.2 If at any time during performance of the Contract, the Supplier or its subcontractor(s)
should encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Bank shall evaluate the situation and may, at its discretion, extend the Suppliers’ time for performance, with or without liquidated damages, in which case, the
1
extension shall be ratified by the parties by amendment of the Contract. 21.3 Except as provided in the above clause, a delay by the Supplier in the performance of its
delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
22. Liquidated Damages
22.1 If the Supplier fails to deliver any or all of the Goods or perform the Services within the
time period(s) specified in the Contract, the Bank shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 1.00 percent per week or part thereof of contract price subject to maximum deduction of 10% of the delivered price of the delayed Goods or unperformed services for each week or part thereof of delay, until actual delivery or performance. Once the maximum is reached, the Bank may consider termination of the Contract.
23. Termination for Default
23.1 The Bank, without prejudice to any other remedy for breach of Contract, by a written
notice of default sent to the Supplier, may terminate the Contract in whole or in part:
(a) If the Supplier fails to deliver any or all of the Goods and Services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank;
or (b) If the Supplier fails to perform any other obligation(s) under the Contract.
23.2 In the event the Bank terminates the Contract in whole or in part, it may procure, upon
such terms and in such manner as it deems appropriate, Goods and Services similar to those undelivered, and the Supplier shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.
24. Force Majeure
24.1 Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture of
its performance security, liquidated damages, or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
24.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the
Supplier and not involving the Supplier’s fault or negligence and not foreseeable such as acts of the Govt. in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.
24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in writing
of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
25. Termination for Insolvency
25.1 The Bank may, at any time, terminate the Contract by giving written notice to the
Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Bank.
1
26. Termination for Convenience
26.1 The Bank, by written notice sent to the Supplier, may terminate the Contract, in whole or
in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
26.2 The Goods that are complete and ready for delivery within 7 days after the Supplier’s
receipt of notice of termination shall be accepted by the Bank at the Contract terms and prices. For the remaining Goods and Services, the Bank may elect to have any portion completed and delivered at the Contract terms and prices.
27. Resolution of Disputes
27.1 The Bank and the Supplier shall make every effort to resolve amicably by direct informal
negotiation, any disagreement or dispute arising between them under or in connection with the Contract.
27.2 If, after thirty (30) days from the commencement of such informal negotiations, the Bank
and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed national forum.
27.3 The dispute resolution mechanism to be applied shall be as follows:
a) In case of Dispute or difference arising between the Bank and a Supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. Where the value of the contract is above Rs. 1 Crore, the arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Bank and the Supplier. The third Arbitrator shall be chosen by mutual discussion between the Bank and the Supplier.
b) Arbitration proceedings shall be held at Indore, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English;
c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and
d) Where the value of the contract is Rs. 1 Crore and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties.
28. Governing Language
28.1 The governing language shall be English.
1
29. Applicable Law
29.1 The Contract shall be interpreted in accordance with the laws of the Union of India and
the Supplier shall agree to submit to the courts under whose exclusive jurisdiction the Registered Office of the Bank falls.
30. Notices
30.1 The following shall be the address of the Bank and Supplier.
Bank’s address for notice purposes: Narmada Jhabua Gramin Bank, Head office,
201, Arcade Silver-56, Near 56 Dukan 01, New Palasiya, Indore (M.P.) 452 001
Supplier’s address for notice purposes: ............................................. ............................................. ............................................. .............................................
30.2 A notice shall be effective when delivered or on the notice’s effective date whichever is later.
31. Taxes and Duties
31.1 Supplier will be entirely responsible for all applicable present and future taxes, duties,
levies, charges, license fee, road permits etc .in connection with delivery of goods at site including incidental services and commissioning. However, payment of octroi, entry-tax, sales tax, value added tax, if applicable shall be made at actual, on production of suitable evidence of payment by the supplier. Income / Corporate Taxes in India:
31.2 The Supplier shall be liable to pay all corporate taxes and income tax that shall be levied
according to the laws and regulations applicable from time to time in India and the price bid by the Supplier shall include all such taxes in the contract price.
31.3 Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Supplier. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Supplier from his responsibility to pay any tax that may be levied in India on income and profits made by the Supplier in respect of this contract.
31.4 The Supplier’s staff, personnel and labour will be liable to pay personal income taxes in
India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Supplier shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.
32. Supplier Integrity:
32.1 The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.
1
33. Supplier’s obligations:
The Supplier is obliged to work closely with the Bank’s staff, act within its own authority
and abide by directives issued by the Bank and implementation activities. The Supplier will abide by the job safety measures prevalent in India and will free the
Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Supplier’s negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.
The Supplier is responsible for managing the activities of its personnel or sub-contracted
personnel and will hold itself responsible for any misdemeanours. The Supplier will treat as confidential all data and information about the Bank, obtained
in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.
34. Patent Rights:
In the event of any claim asserted by a third party of infringement of copyright, patent,
trademark or industrial design rights arising from the use of the Goods or any part thereof in India, the Supplier shall act expeditiously to extinguish such claim. If the Supplier fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Supplier shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Supplier shall on a mere demand by the Bank reimburse whatever expenses incurred by the Bank in this regard, within a period of 7 days of receipt of demand.
35. Site preparation and installation:
The Bank is solely responsible for the construction of the hardware sites in compliance
with the technical and environmental specifications defined by the Supplier. The Bank will designate the installation sites before the scheduled installation date, to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the hardware.
Provided that whereevre site preparation work is awarded wholly are in part to the supplier as part of this purchase contract, or any other purchase contract, the supplier shall be responsible for site preparation to such extent.
36. Hardware Installation:
The Supplier is responsible for all unpacking, assembling, wiring, installations, cabling
between hardware units and connecting to power supplies as well as transferring data if required/requested by the bank. The Supplier will test all hardware operations and accomplish all adjustments necessary for successful and continuous operation of the hardware at all installation sites.
37. Hardware & System Software Maintenance:
The Supplier will accomplish preventive and breakdown maintenance activities to ensure
1
that all hardware execute without defect or interruption for at least 98% uptime for 24 hours a day, 7 days a week of operation of the machine, worked on a quarterly basis.
If any critical component of the entire configuration is out of service for more than a day,
the Supplier shall either repair the defective unit within 24 hours or immediately replace the defective unit or replace the same immediately at its own cost.
The Supplier will respond to a site visit and commence repair work on the equipment
within two (2) hours of being notified of equipment malfunction. During warranty and later during AMC period, the Supplier will, in addition to attending
the service calls as provided above, perform Preventive Maintenance once a quarter on a mutually convenient day.
At the time of entering into AMC, the Bank will be required to sign an AMC contract as
per the format given in Bid Form and Other Formats. The bank reserves right to modify above requirements depending on a
project/procurement etc.
38. Training:
For each hardware and software component installed, the Supplier is required to train the
designated Bank’s technical and end-user personnel to enable them to effectively operate the total system. The number of users to be trained and the duration of the training shall be as specified in the Invitation for Quotation or as quoted by the Bank in his Quotation. The venue, arrangements for provision of hardware/software and costs for the training shall be as specified in the Invitation for Quotation.
39. Technical Documentation:
The Technical Documentation involving detailed instruction for operation and
maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.
40. Right to use defective equipment:
If after delivery, acceptance and installation and within the guarantee and warranty
period, the operation or use of the equipment proves to be unsatisfactory, the Bank shall have the right to continue to operate or use such equipment until rectification of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Bank’s operation.
41 Standards:
All standards to be followed will adhere to Bureau of Indian Standards (BIS) specifications or other acceptable standards like ANSI, IEEE, ISO, X/Open etc. Please note that any quotation which does not provide the above information in the specified formats is likely to be rejected and the Bank will not enter into any correspondence with the vendor in this regard. You are requested to quote only one model against each item.
1
42 Award Criteria:
The Bank will award the Contract to the successful Bidder, out of the Bidders who have responded to Bank's Invitation for Quotation, who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest evaluated Bid. For evaluation purpose the unit price of each item will be multiplied by approximate quantity. The total cost of individual item (Inclusive of 1 Year Warrantee) will be taken for evaluation of lowest bidder. However, the Bank also reserves the right to distribute the orders in fair, transparent and equitable manner amongst L1, L2 & L3 vendors subject to written consent of L2 & L3 vendors to match the rates quoted by L1 vendor.
43 Bank’s Right to Reject Any or All Bids
The Bank reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time, 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 Bank’s action.
44 Repeat Orders
After a Purchase Contract is awarded to a Supplier, the Bank may, at his discretion, award further Purchase Contracts to the same Supplier for all/some of the goods originally quoted by him at the same/reduced prices up to a period of 6 (six) months from the date of the first Purchase Contract without calling for fresh quotations.
1
FORM 1
PROPOSAL FORM (TECHNICAL PROPOSAL)
(To be kept in the Technical Proposal Envelope)
Date :----------------
To:
Narmada Jhabua Gramin
Bank,
Head office,
201, Arcade Silver-56,
Near 56 Dukan
01, New Palasiya, Indore (M.P.)
452 001
Gentlemen,
Re: Request for Proposal for Hardware/Peripherals
at the Bank’s Branches/ Offices in various zones.
Having examined the Proposal Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to supply and deliver Hardware/Peripherals, in conformity with the
said Proposal documents.
We undertake, if our Proposal is accepted, to deliver, install and commission the system in
accordance with the delivery schedule specified in clause 9.1 of Annexure II.
If our Proposal is accepted, we will obtain the guarantee of a bank for a sum equivalent to 10
percent of the Contract Price for the due performance of the Contract, in the form prescribed by
the Bank.
We agree to abide by the Proposal and the rates quoted therein.
Until a formal contract is prepared and executed, this Proposal, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any Proposal you may receive.
Dated this ....... day of ............................ 20…..
_______________________________
(Signature) (In the capacity of)
Duly authorized to sign Proposal for and on behalf of _________________________________
*****
1
FORM 2
PROPOSAL FORM (PRICE PROPOSAL)
(To be kept in the Price Proposal Envelope)
Date :..............................
To:
Narmada Jhabua Gramin Bank,
Head office,
201, Arcade Silver-56,
Near 56 Dukan
01, New Palasiya, Indore (M.P.)
452 001
Gentlemen,
Re: Request for Proposal for Hardware/ Peripherals
At the Bank’s Branches/Offices in various zones.
Having examined the Proposal Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to supply and deliver Hardware/ Peripherals, in conformity with the
said Proposal documents for the sum of ..................... (Total Proposal amount in words and
figures) or such other sums as may be ascertained in accordance with the Schedule of Prices
attached herewith and made part of this Proposal.
We undertake, if our Proposal is accepted, to deliver, install and commission the system in
accordance with the delivery schedule specified in clause 9.1 of Annexure II.
If our Proposal is accepted, we will obtain the guarantee of a bank for a sum equivalent to 10
percent of the Contract Price for the due performance of the Contract, in the form prescribed by
the Bank.
We agree to abide by the Proposal and the rates quoted therein for the orders awarded by the
Bank.
Until a formal contract is prepared and executed, this Proposal, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any Proposal you may receive.
Dated this ....... day of ............................ 20….
_________________________________ ________________________________
(Signature)(in the capacity of)
Duly authorized to sign Proposal for and on behalf of
_________________________________
1
Specifications for PCs /Desktops with
Price Schedule Form-3
1 2 3 4 5 6 7
Item Description
(with Item No. as shown in Technical
Specifications)
Make/
Model
Countr
y of
Origin
Unit price
inclusive of 1
year warranty
Rs.
Comprehens
ive on-site
Annual
Maintenance
Cost for
further 3
years, Rs.
Total Unit Price
inclusive of Warranty /
AMC for total period
of 4 years
(Column No 4 +
Column No 5 )
Rs. (In Figures)
Total Unit
Price in
Words
PC without OS
Scanner HP G4010 or equivalent
High Speed Dot Matrix Printer
EPSON DLQ3500 or equivalent
Pass Book Printer
EPSON PLQ20 or equivalent
9U Rack
1. Unit Price quoted should be inclusive of all costs, duties, levies, taxes and all other applicable charges. The price so quoted, shall be valid for
180 days from the date of award of Contract.
2. No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons (including exchange rate fluctuations) whatsoever, shall be
admissible during the Price validity Period.
3. Vendor will be responsible for obtaining necessary clearance/approval from the local sales tax authorities (at destination place)
Signature of Bidder :
Name :
Business Address :
25
Annexure - III
TECHNICAL SPECIFICATIONS (MINIMUM) FOR PCs/DESKTOP WITHOUT OS.
No. Component Description Offered
Y/N Deviations if any
1. Make/Model The vendor should quote for only one model. Make………………………Model…………………………….
2. Warrantee Specify the period of warrantee offered by OEM
3. CPU Intel Core i3 Processor 2100 (3.30 GHz or better, 3 MB L2 Cache, 5 GT/s or better system bus capability
4. Memory 2 GB DDR3 – 1333 MHz DIMM (1x2 GB DDR3) expandable to min. 4 GB. Minimum 2 DDIM slots
5. Mother Board Intel H 6X Series chipset, PCI Bus Architecture, with at least 2 PCI Slots, Should be ACPI compliant.
6. Monitor 0.3 mm dot pitch, non-interlaced, low radiation, anti glare and anti-static screen, 19” or better LED, 256 colour monitor capable of minimum 1440*900 or 1280*1024 resolution in non-interfaced mode, with ISO-9241 TCO-05, CE mark. Plug and Play and Microsoft PC99 compatible. The company make should the same that of CPU and TCO Certificate should be in name of same company.
7. Speaker Built in Speakers
8. Display Controller
Integrated Graphics Controller, capable of at least 256*1024 *768 resolution in non-interlaced mode.
9. Hard Disk Drive
Minimum 500 GB or more with Serial ATA Disk Controller
10. DVD Drive 16X DVD Writer (Read & Write)
11. Ports 6 USB ports (2 in front panel) 1 Serial port, one parallel port, 1 RJ45, 1 Graphics, 1 VGA, Keyboard and Mouse ports. Plug and Play support.
12. Keyboard Minimum 104-Key, heavy duty, tactile, MS Windows compliant USB Keyboard. Key life of at least 20 Million operations.
13. Mouse Two-button USB optical scroll mouse, MS-Windows compliant, with good quality mouse pad.
14. Ethernet Interface
Microsoft certified, 32 bit, PCI 10/100/1000 Mbps auto-sensing Gigabit Ethernet adapter having UTP (RJ-45) interface, Wake-on-LAN enabled. Should conform to IEEE 802.3 standards and should be CE Mark compliant.
15. Manageability Should be DMI 2.0 compliant. Manageability features like Asset tracking (BIOS, HDD, Memory, O/S Information, BIOS, Serial number, Model and Manufacturer), Pre-failure alert etc. There should be (bundled) software tools to optimize system configuration and software installation. There should be tools for diagnosing system faults and minimizing downtime of the node.
16. Cabinet/ Housing
Mini Tower Cabinet. Minimum 4 bays, 2* front accessible 3.5” bays, 2*front accessible 5.25” bays & recommended cooling arrangement.
17. Power Supply Energy Star 5 Compliant, CE Mark compliant, surge tolerant SMPS and subject to successful demonstration of the PC's functionality during inspection / evaluation, including the feature that the offered Wattage of the Power Supply shall be able to take the load of an additional Peripheral on the Serial Port of the PC
18. Certification ISO 9002, ISO 14001, DMI 2.0, Microsoft 7 professional Certified. Greenpeace ratings>4.
The bidders are requested to carefully note the following: 1) Please enclose detailed original product brochures, catalogues, technical literature, system/reference manuals, instruction booklets and all supporting documentation (in English language) specific to the make/model(s) of the equipment or details of the model and make of the PC displayed on your website. Please note that Bid not containing product brochures, manuals may be treated non-responsive.
2) Please bring out explicitly any deviation from the specifications in the products offered.
26
Annexure - IV TECHNICAL SPECIFICATIONS (MINIMUM) FOR SCANNER, HIGH SPEED DMP, PASS BOOK PRINTER,
LASERJET PRINTER, LINE METRIX PRINTER AND 9U RACK
No. Component Description Offered
Y/N Deviations if any
1. Scanner Windows 07 and above versions complaint Flatbed Scanner, Scan size 216 x 311 mm, scan speed 8 sec, Min scanning resolution 4800 x 9600 dpi, 96 bit, capable of scanning paper (plain, inkjet, photo, banner), envelopes, labels, cards, 35 mm slides and negatives. Should support scan file formats of bmp, jpeg, tiff, tiff compressed, png, pcx, flashpix, pdf, rtf, htm, txt etc. USB 2.0 connectivity. Warranty should be offered by OEM. Scanner should be tested for Finacle Environment.
2. High Speed Dot Matrix Printer
24 pin, 136 column Dot Matrix Printer greater than 480 cps @ 10 CPI Draft & 700 CPS @ 15 CPI Draft with serial and parallel interface. Should support standard emulations like EPSONS, IBM, OKI Microline etc.
3. Pass Book Printer
24 Pin Dot matrix, 240X360 dpi, Fonts-> OCR A-B, Roman, Sans Serif, Italic, Courier), Interfaces -> Standard: RS232 serial, IEEE 1284 parallel and USB 2.00., Print speed at 10 cpi -> 560 cps(VHSD), 510 cps(HSD), 370 cps(DRAFT), 185 cps(NLQ), 125 cps(LQ). Noise Level <54dB (ISO 7779 with ECMA 132 Text), Ribbon Cartridge life should be min 10 million characters. Printer should be teted for Finacle Environment. Warranty should be offered by OEM.
4. 9U Rack 1. Wall Mount single section 2 fan provision 9U*600W*500D
2. 230v AC Fans 90 CFM 3. A/C Box 5 Socket 5 amp 4. Pkt. 1 set (Containing 10 nos. each of 3) 5. Cable Manager Metal (1U) 6. 19” Cantilever tray – 1U 250mm
The bidders are requested to carefully note the following:
1) Please enclose detailed original product brochures, catalogues, technical literature, system/reference manuals, instruction booklets and all supporting documentation (in English language) specific to the make/model(s) of the equipment or details of the model and make of the PC displayed on your website. Please note that Bid not containing product brochures, manuals may be treated non-responsive.
2) Please bring out explicitly any deviation from the specifications in the products offered.
27
FORMAT 5
PERFORMANCE SECURITY FORM To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No................. dated,........... 2013 to supply...................... .................................................(Description of Products and Services) (hereinafter called "the Contract"), AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein, as security for compliance with the Supplier's performance obligations in accordance with the Contract, AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. Not with standing anything contained here in before , our liability under this guarantee is restricted to Rs. ------------(Rupees---------------) in the aggregate and it Will remain in force till the ---------day of 20---- Unless a claim or demand in writing is made against us under this guarantee before the expiry of one months from the aforesaid date that is before the --------day of ----20---- all your rights under the said guarantee shall be forfeited and we shall be relived and discharged from all liability hereunder. This guarantee is valid until the ........day of................... Signature and Seal of Guarantors (Supplier’s Bank) .................................................................... …………..................................................... .................................................................... .................................................................... .................................................................... ....................................................................
28
Address:..................................................... ………………………………………………....... …………………………………………………… …………………………………………………… Date : ……………………………………………
Important Notes
1. Depending on costs/requirement, the Bank reserves the right to choose any configuration or model,
Bank’s choice will be final and binding on the bidders
2. All items/components should be separately and clearly mentioned. Detailed cost breakup should be
furnished in the Price Schedule as per the format prescribed.
3. Technical specifications of the equipment offered (against the requirements specified) as well as the
Technical Details (in the prescribed format) should be furnished along with the Bid, for all the items
offered. Otherwise the offer would be treated as Non-responsive.
4. Detailed product brochures, catalogues, technical literature, system/reference manuals, instruction booklets
and all supporting documentation (in the English language) specific to the make/model(s) of the equipment
offered should be submitted along with the offer. Otherwise the offer would be treated as Non-responsive.
5. Software drivers for Microsoft-XP Professional, Microsoft Windows 7, Microsoft Windows NT (v4.x),
Microsoft Windows 2000 and Novell IntranetWare (v4.20) with and without SFT-II should be supplied for
Mother Board, SCSI Controllers, IDE/EIDE Controller, Display Controller, Ethernet Interface, CD-ROM,
etc.
6. Hard copies (in original) of as many – product brochures, catalogues, technical literature, system/reference
manuals, instruction booklets, supporting documentation, installation and user manuals for all the
components like Mother Board, SCSI Controllers, Disk Drives, IDE/EIDE Controller, Display Controller,
Ethernet Interface, CD-ROM etc. Monitor, Keyboard, etc., - as the number of units being indented as per
the Schedule of requirements, should be included in the offer.
7. All software supplied should be legal and licensed and supplied on standard CD-ROM media, with user
documentation (English language versions).
8. Any deviation from the above specifications in the offered products should be separately brought out
explicitly, in the column provided therefor.
9. Software drivers for Microsoft-XP Professional, Microsoft Win 2Kserver/ Professional and all components
like Mother Board, Disk Drives, IDE/EIDE Controller, Display Controller, Ethernet Interface, CD-ROM,
etc. Monitor, Keyboard, etc., would be made available at all the locations with the systems at the time of
delivery of equipments.
10. Hard copies (in original) of as many – product brochures, catalogues, technical literature, system/reference
manuals, instruction booklets, supporting documentation, installation and user manuals for all the
components like Mother Board, Disk Drives, IDE/EIDE Controller, Display Controller, Ethernet Interface,
CD-ROM, etc. Monitor, Keyboard, etc., - should be included in the offer.
***************END***************
29
FORMAT 6.4
BID SECURITY FORM
Whereas........................... (Hereinafter called “the Bidder”) has submitted its Bid dated...................... (Date of submission of Bid) for the supply of................................. (Name and/or description of the Products/system) (Hereinafter Called “The Bid”).
KNOW ALL PEOPLE by these presents that WE..................... (Name of bank) of.................. (Name of country), having our registered office at.................. (Address of bank) (Hereinafter called “the Bank”), are bound unto............................. (Name of Purchaser) (Hereinafter called “the Purchaser”) in the sum of _______________________for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 2013.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of Bid validity:
(a) Fails or refuses to execute the Contract Form if required; or
(b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
Not with standing anything contained here in before , our liability under this guarantee is restricted to Rs. ------------(Rupees---------------) in the aggregate and it Will remain in force till the ---------day of 20---- Unless a claim or demand in writing is made against us under this guarantee before the expiry of one months from the aforesaid date that is before the --------day of 20---- all your rights under the said guarantee shall be forfeited and we shall be relived and discharged from all liability hereunder .
(Signature of the Bidder’s Bank)
Note: Presence of restrictive clauses in the Bid Security Form such as suit filed clause/clause requiring the Purchaser to initiate action to enforce the claim etc., will render the Bid non-responsive.
30
Annexure V
List of centers /Branches
S.NO. BRANCH ADDRESS PIN
CODE
CONTACT NO.
1 HEAD OFFICE 201,ORVADE SILVER 56, SHOP
INDORE(MP)
452001 0731-2549053
2 RO DEWAS SEASON 1, KALANY BAG, A.B. ROAD
DEWAS (MP)
455001 07272-251021
3 DEWAS 161, BHAGAT SINGH MARG (GOYA),
DEWAS 455001 07272-223078
4 SINGAWDA V&P- SINGAWDA TEH.& DIST.-
DEWAS (M.P.) 455001 07272-261438
5 AGROD V&P- AGROD TEH.- DEWAS, DIST.-
DEWAS (M.P.) 455001 07272-262301
6 ITAWA IN FRONT OF RAJBHARTI NARSING
HOME, VIJAY NAGAR, DEWAS (M.P.) 455001 07272-228601
7 BAROTHA V&P- BAROTHA TEH : DEWAS DIST :
DEWAS (M.P.) 455112 07272-249220
8 NAGDA
(DEWAS)
V&P- NAGDA TEH.- DEWAS, DIST.-
DEWAS (M.P.) 455178 07272-269251
9 SIYA V&P- SIYA TEH.- DEWAS, DIST.-
DEWAS (M.P.) 455001 07272-263223
10 JAMGOD V&P- JAMGOD TEH.- DEWAS, DIST.-
DEWAS (M.P.) 455115 07272-246478
11 DOUBLE CHOKI V&P- DOUBLE CHOKI TEH.- DEWAS,
DIST.- DEWAS (M.P.) 455221 0731-2866361
12 BHORASA V&P- BHONRASA TEH.- SONKUTCH
DIST.- DEWAS (M.P.) 455115 07270-273303
13 MENDKI
DHAKAD
V&P- MENDKI DHAKAD TEH. &
DIST.- DEWAS (M.P.) 455001 07272-265441
14 TONKKHURD IN FRONT OF JANPAND
PANCHAYAT, TONKKHURD DIST.-
DEWAS (M.P.) 455116
07270-270226
15 CHIDAWAD V&P- CHIDAWAD,TEH.-
TONKKHURD, DIST.- DEWAS (M.P.) 455001 07270-246752
16 CHOBARA
DHIRA
V&P- CHOUBARA DHIRA, TEH.
TONKKHURD DIST.DEWAS 455116 07270-244307
17 IKLERA -
DEWAS
V&P- IKLERA,TEH.- TONKKHURD,
DIST.- DEWAS (M.P.) 455116 07270-244307
18 GANDHARV
PURI
V&P- GANDHARV PURI , TEH.-
SONKUTCH, DIST.- DEWAS (M.P.) 455119 07270-277127
19 PIPALRAWA V&P- PIPALRAWA,TEH.- SONKUTCH,
DIST.- DEWAS (M.P.) 455118 07270-277733
20 BABAI V&P- BABAI, TEH.- SONKUTCH,
DIST.- DEWAS (M.P.) 455118 07270-274911
21 SONKUTCH SONKUTCH, TEH.- SONKUTCH, DIST.-
DEWAS (M.P.) 455118 07270-222286
31
22 CHAPDA V&P- CHAPDA ,TEH.- BAGLI, DIST.-
DEWAS (M.P.) 455227 07271-273341
23 DEVGAD V&P- DEVGAD ,TEH.- BAGLI, DIST.-
DEWAS (M.P.) 455225 07271-277025
24 PUNJAPURA V&P- PUNJAPURA ,TEH.- BAGLI,
DIST.- DEWAS (M.P.) 455227 07271-277450
25 PIPRI V&P- PIPRI , TEH.- BAGLI, DIST.-
DEWAS (M.P.) 455227 07271-277913
26 MANKUND V&P- MANKUND, TEH.- BAGLI, DIST.-
DEWAS (M.P.) 455225 07271-276465
27 DERIYA SAHU V&P- DERIYA SHAU,TEH.- BAGLI,
DIST.- DEWAS (M.P.) 455221 07271-276221
28 HATPIPALYA V&P- HATPIPALYA, TEH.- BAGLI,
DIST.- DEWAS (M.P.) 455223 07271-272534
29 KUSMANIYA V&P- KUSMANIYA ,TEH.- KANNOD,
DIST.- DEWAS (M.P.) 455332 07273-268427
30 KANNOD MG ROAD, TEH.- KANNOD, DIST -
DEWAS (M.P.) 455332 07273-222459
31 LOHARDA V&P- LOHARDA, TEH.- KANNOD,
DIST.- DEWAS (M.P.) 455440 07273-262484
32 AJNAS V&P- AJANAS, TEH.- KHATEGAON,
DIST.- DEWAS (M.P.) 455336 07274-277235
33 HARANGAON V&P- HARANGAON, TEH.-
KHATEGAON, DIST.- DEWAS (M.P.) 455336 07274-276905
34 SANDALPUR V&P- SANDALPUR, TEH.-
KHATEGAON, DIST.- DEWAS (M.P.) 455339 07274-278129
35 KHATEGAON SAVARKAR MARG, TEH. -
KHATEGAON, DIST - DEWAS (M.P.) 455336 07274-232266
36 JIYAGAON V&P- JIYAGAON, TEH.- KHATEGAON
DIST.- DEWAS (M.P.) 455336 07274-277754
37 SHAJAPUR NAI SADAK, SHAJAPUR, THE/DIST:-
SHAJAPUR (M.P.) 465001 07364-222150
38 BERCHHA
MANDI
V&P- BERCHHA MANDI TEH.-
SHAJAPUR, DIST.- SHAJAPUR (M.P.) 465110 07363-235155
39 TANKI
CHORAHA,
SHAJAPUR
TANKI CHOURAHA, SHAJAPUR (M.P.)
465001
07364-228452
40 SUSNER V&P SUSNER TEH.SUSNER (M.P.) 465447 07361-233068
41 NALKHEDA V&P NALKHEDA TEH. NALKHEDA
DIST. SHAJAPUR (M.P.) 465445 07361-223023
42 TILAWAD V&P- TILAWAD TEH.- KALAPIPAL,
DIST.- SHAJAPUR (M.P.) 465333 07360-256426
43 BEHARAWAL V&P- BEHARAWAL TEH.-
KALAPIPAL, DIST.- SHAJAPUR (M.P.) 465337 07360-266225
44 KHARDON
KALAN
V&P- KHARDONKALAN TEH.-
KALAPIPAL, DIST.- SHAJAPUR (M.P.) 465339 07360-264449
45 RANAYAL V&P- RANAYAL TEH.- KALAPIPAL
DIST.- SHAJAPUR (M.P.) 465337 07360-256609
46 KALAPIPAL TEH.- KALAPIPAL, DIST. SHAJAPUR
(M.P.) 465337 07360-268401
47 MODI V&P- MODI TEH.- SUSNER, DIST.-
SHAJAPUR (M.P.) 465447 07361-236720
32
48 AKODIYA
MANDI
V&P- AKODIYA MANDI TEH.-
SHUJALPUR, DIST.- SHAJAPUR (M.P.) 465223 07360-253295
49 DUPADA V&P- DUPADA, TEH.- SHAJAPUR,
DIST.- SHAJAPUR (M.P.) 465001 07364-253525
50 MOHANA V&P- MOHANA, TEH-MOMAN
BADODIYA,DIST.- SHAJAPUR (M.P.) 465226 07364-255830
51 KANAD V&P- KANAD, TEH.- AGAR, DIST.-
SHAJAPUR (M.P.) 465230 07362-251409
52 AGAR MALWA HATPURA, AGARMALWA, THE -
AGARMALWA, DIST.- SHAJAPUR
(M.P.) 465441
07362-258781
53 JAISINGHPURA VILL.- JAISINGHPURA, POST- LALA
TEH.- AGAR, DIST.- SHAJAPUR (M.P.) 465550 07362-254042
54 BAROD MALWA V&P- BAROD MALWA,TEH.-
MOMAN- BADODIYA, DIST.-
SHAJAPUR (M.P.) 465550
07362-257890
55 AWANTIPUR
BADODIYA
V&P- BADODIYA TEH.- SHAJAPUR,
DIST.- SHAJAPUR (M.P.) 465118 07360-251940
56 SHUJALPUR
MANDI
CHOBE MARG, SHUJALPUR MANDI,
TEH.- SHUJALPUR, DIST.- SHAJAPUR
(M.P.) 465333
07360-242538
57 SHUJALPUR
CITY
NEAR BUS STAND SHUJALPUR CITY
TEH.SHUJALPUR DIST.SHAJAPUR
(MP) 465331
07360-244700
58 CHAMUNDA
COMPLEX
BEHIND INDIAN COFFEE HOUSE, AB
ROAD, DEWAS (M.P.) 455001 07272-253123
59 DEWAS MANDI A, 3/1, AWAS NAGAR MAIN GATE,
MAKSI ROAD,DEWAS 455001 07272-255660
60 SATWAS MAIN ROAD, SATWAS TEH:- SATWAS
DIST:- DEWAS (M.P.) 455459
61 RO KHARGONE HOTEL VALLABHA,DIVERSION
ROAD, KHARGONE (M.P.)
451001 07282-231926
62 BEDIYA V&P- BEDIYA, TEH.- BARWAHA,
DIST.- KHARGONE (M.P.)
451113 07280-275300
63 BHAGIYAPUR V&P- BHAGYAPUR,TEH.-BHAGWAN-
PURA, DIST.- KHARGONE (M.P.)
451441 07282-282555
64 BHAGWANPURA TEH.- BHAGWANPURA, DIST -
KHARGONE (M.P.)
451444 07282-263429
65 BHIKANGOAN TEH.- BHIKANGOAN, DIST-
KHARGONE (M.P.)
451331 07288-223115
66 RAJPUR TEH.- RAJPUR, DIST - BADWANI (M.P. 451447 07284-256358
67 KHETIYA V&P- KHETIYA, TEH.- PANSEMAL ,
DIST.- BADWANI (M.P.)
451881 07286-232217
68 BARWAHA TEH.- BADWAHA, DIST- KHARGONE
(M.P.)
451115 07280-222338
69 CHAINPUR V&P- CHAINPUR, TEH.- ZIRNIYA,
DIST.- KHARGONE (M.P.)
451376 07289-265223
70 CHACHRIYA
PATI
V&P- CHACHARIYA, TEH.-
SENDHAWA , DIST.- BADWANI (M.P.)
451666 07281-265402
71 DHANORA V&P- DHANORA, TEH.- SENDHAWA ,
DIST.- BADWANI (M.P.)
451666 07281-263297
72 DHAWALI V&P- DHAWALI,TEH.- SENDHAWA , 451666 07281-291187
33
DIST.- BADWANI (M.P.)
73 GOGAWA V&P- GOGAWAN,TEH.- KHARGONE
DIST.- KHARGONE (M.P.)
451335 07287-221203
74 SILAWAD V&P- SILAWAD TEH.- BADWANI ,
DIST.- BADWANI (M.P.)
451552 07290-236333
75 NIWALI V&P- NIWALI, TEH.- PANSEMAL ,
DIST.- BADWANI (M.P.)
451667 07286-273265
76 JALGOAN V&P- JALGAON, TEH.- PANSEMAL ,
DIST.- BADWANI (M.P.)
451770 07286-243502
77 SANAWAD V&P- SANAWAD, TEH.- BADWAHA
DIST.- KHARGONE (M.P.)
451111 07280-234411
78 KHARGONE BISTAN ROAD,KHARGONE (WEST
NIMAR) M.P.
451001 07282-231439
79 KELI V&P- KELI, TEH.- SEGAON, DIST.-
KHARGONE (M.P.)
451442 07282-272282
80 KATKUT V&P- KATKUT, TEH.- BADWAHA,
DIST.- KHARGONE (M.P.)
451115 07280-263307
81 MANDLESHWAR V&P- MANDLESHWAR, TEH.-
MAHESHWAR, DIST.-KHARGONE
(M.P.)
451221 07283-233643
82 KASRAWAD TEH.- KASRAWAD, DIST.-
KHARGONE (M.P.)
451228 07285-231365
83 KANAPUR V&P- KANAPUR, TEH.- BADWAHA,
DIST.- KHARGONE (M.P.)
451113 07280-274704
84 LONARA V&P- LONARA, TEH.- BADWAHA,
DIST.- KHARGONE (M.P.)
451442 07282-227453
85 LALKHEDA V&P- LALKHEDA, TEH.-
BHIKANGAON DIST.- KHARGONE
(M.P.)
451331 07288-211640
86 MULTHAN V&P- MULTHAN, TEH.- KASRAWAD,
DIST.- KHARGONE (M.P.)
451335 07285-264525
87 MAINGOAN VILL- MAINGAON POST - PIPRATA
TEH. - KHARGONE DIST.- KHARGONE
(M.P.)
451001 07282-267667
88 PALSUD V&P- PALSUD, TEH.- RAJPUR , DIST.-
BADWANI (M.P.)
451447 07284-269226
89 MEHATWADA V&P- MEHATWADA, TEH.- MAHESH-
WAR, DIST.- KHARGONE (M.P.)
451224 07283-271250
90 MAHESHWAR TEH.- MAHESHWAR DIST-
KHARGONE (M.P.)
451224 07283-273608
91 NIMRANI V&P- NIMRANI, TEH.- BADWAHA,
DIST.- KHARGONE (M.P.)
451659 07285-255450
92 JULWANIYA GAYATRI MANDIR CHOURAHA,
JULWANIA TEH. RAJPUR (M.P.)
451449 094245 76171
93 OZRA V&P- OZRA, TEH.- KASRAWAD,
DIST.- KHARGONE (M.P.)
451228 07285-264134
94 PANSEMAL TEH.- PANSEMAL, DIST - BADWANI
(M.P.)
451770 07286-241267
95 SOMAKHEDI V&P- SOMAKHEDI, TEH.- MAHESH-
WAR, DIST.- KHARGONE (M.P.)
451221 07283-262248
96 BARWANI KHANDELWAL COMPLEX, M.G.
ROAD IN FRONT OF MASJID,
451551 07290-222474
34
BADWANI (M.P.)
97 SENDHWA TEH.-SENDHAWA, DIST - BADWANI 451666 07281-222177
98 TALWADA DEB V&P- TALWADA DEB, TEH.- THIKRI ,
DIST.- BADWANI (M.P.)
451556 07284-255524
99 SEGOAN TEH.- SEGAON DIST - KHARGONE
(M.P.)
451442 07282-261173
100 ZIRNIYA TEH.- JHIRNIYA DIST - KHARGONE
(M.P.)
450332 07289-247041
101 DHULKOT
(KABRI)
V&P- DHULKOT KABRI, TEH.-
BHAGVANPURA, DIST.- KHARGONE
451441 9926498745
102 PAMAKHEDI V&P- PAMAKHEDI POST BAYI
JOGWADA , THE. PUNASA DIST.-
KHANDWA (M.P.)
455459 9926060411
103 ARUD V&P- ARUD, TEH.- PANDHANA DIST.-
KHANDWA (M.P.)
450661 07320-287672
104 AMALPURA V&P- AMALPURA, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450001 0733-2283790
105 BAGMAR V&P- BAGMAR, TEH.- PANDHANA
DIST.- KHANDWA (M.P.)
450053 0733-2281283
106 BEED V&P- BID, TEH.- KHANDWA DIST.-
KHANDWA (M.P.)
450110 07326-286134
107 BILLOD V&P- BILLOD, TEH.- HARSOOD DIST.-
KHANDWA (M.P.)
450118 07571-280154
108 BURHANPUR TEH.- BURHANPUR DIST.-
BURHANPUR (M.P.)
450331 07325-255527
109 CHICHGOHAN V&P- CHICHGOHAN, TEH.-
KHANDWA ,DIST.- KHANDWA (M.P.)
450551 07320-281505
110 DESHGOAN V&P- DESHGAON, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450001 07320-285556
111 DHULKOT V&P- DHULKOT, TEH.- NEPANAGAR
DIST.- BURHANPUR (M.P.)
450331 07325-272281
112 DIWAL V&P- DIWAL, TEH.- PANDHANA
DIST.- KHANDWA (M.P.)
450384 07320 280080
113 GANDHWA V&P- GANDHWA, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450881 0733-2282482
114 PUNASA V&P- PUNASA, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450114 07323-288071
115 KHALWA V&P- KHALWA, TEH.- HARSOOD
DIST.- KHANDWA (M.P.)
450117 07328-282774
116 HAIDARPUR V&P- HAIDERPUR, TEH.-
NEPANAGAR DIST.- BURHANPUR
(M.P.)
450332 07325-277735
117 CHHANERA V&P- CHHANERA, TEH.- HARSUD
DIST.- KHANDWA (M.P.)
450116 07327-272254
118 JASWADI V&P- JASWADI, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450881 0733-2281684
119 MOONDI V&P- MUNDI, TEH.- KHANDWA
DIST.- KHANDWA (M.P.)
450112 07326-286952
120 KHANDWA ANAND NAGAR ROAD IN FRONT OF
SHUBHAM HOSPITAL, KHANDWA
(M.P.)
450001 0733-2248630
121 KOHDAR V&P- KOHDAD, TEH.- KHANDWA 450220 0733-2285974
35
DIST.- KHANDWA (M.P.)
122 KHAKNAR V&P- KHAKNAR, TEH.- BURHANPUR
DIST.- BURHANPUR (M.P.)
451332 07329-276388
123 PANDHANA TEH.- PANDHANA DIST –
KHANDWA(M.P)
450661 07320-237234
124 ROSHANI V&P- ROSHANI, TEH.- HARSOOD
DIST.- KHANDWA (M.P.)
450117 07328-283483
125 CHHEGOAN
MAKHAN
V&P- CHHEGAON MAKHAN, TEH.-
KHANDWA, DIST.- KHANDWA (M.P.)
450771 07320-247754
126 SAROLA V&P- SAROLA, TEH.- BURHANPUR
DIST.- BURHANPUR (M.P.)
450331 07325-289873
127 SHAHPUR V&P- SHAHPUR, TEH.- BURHANPUR
DIST.- BURHANPUR (M.P.)
450445 07325-268212
128 SHAIKHPURA V&P- SHAIKHPURA, TEH.-
BURHANPUR DIST.- BURHANPUR
(M.P.)
450332 07329-285583
129 ANJAD V&P- ANJAD TEH. & DIST BARWANI 450556 07284-251251
130 KARHI V&P- KARAHI TEH.MAHESHWAR
DISTT KHARGONE
451220 07283-255755
131 DY.KHARGONE BAVDI,BUS STAND, RAGHUVANSHI
BHAVAN DIVERSION
ROAD,KHARGONE (MP)
451001 07282-234333
132 PIPALGOAN MAIN ROAD PIPALGONE DIST.
KHARGONE
451228 07285-263746
133 THIKARI CHOUPATY A.B.ROAD THIKRI
TEH.THIKRI DIST.BADWANI (MP)
451660 07284-267645
134 OMKARESHWAR MAIN MARKET, OMKARESHWAR,
THE/DIST:- KHANDWA (M.P.)
451660 07280-271297
135 DAWANA MAIN MARKET, BARWANI ROAD,
DAWANA, THE:- THIKARI,DIST:-
BARWANI
451660 07284-233205
136 PHOPHNAR MAIN ROAD, POST PHOPHNAR,THE.
BURHANPUR , DISTT. BURHANPUR
(MP)
450445 07325-281049
137 DAPORA MAIN ROAD, POST DAPORA,THE.
BURHANPUR , DISTT. BURHANPUR
(MP)
450445 07325-287366
138 NANGALWADI MAIN ROAD, POST
NAGALWADI,THE. RAJPUR, DISTT.
BARWANI (MP)
451449 07284-275250
139 RO SEHORE BHOPAL NAKA, SEHORE, 466116 07562-224247
140 PADANA NEAR HOSPITAL,V&P- PADANA
TEH.- SARANGPUR, DIST.- RAJGARH
455697 07371-229257
141 BODA V&P- BODA TEH.- NARSINGHARH,
DIST.- RAJGARH
465685 07375-243125
142 BHAYANA V&P- BHAYANA TEH.- SARANGPUR,
DIST.- RAJGARH
465687 07371-228256
143 BIAORA Old A.B. ROAD IN FRONT BIAORA
THANA TEH.- BIAORA, DIST.-
RAJGARH
465674 07374-232133
144 KHILCHIPUR THAWARIYA BAJAR,KHILCHIPUR
TEH.- KHILCHIPUR, DIST.- RAJGARH
465679 07370-277862
36
145 BERASIYA V&P- BAIRASIYA, TEH.-
NARSINGHARH , DIST.- RAJGARH
465661 07375-32066
146 PADONIYA BIAORA BAIPASS A.B. ROAD,
BIAORA TEH.-BIAORA, DIST.-
RAJGARH
465674 07374-233457
147 KHUJNER V&P-KHUJNER TEH.- RAJGARH,
DIST.- RAJGARH
465687 07372-257225
148 CHATUKHEDA V&P-CHATUKHEDA TEH.- RAJGARH,
DIST.- RAJGARH
465661 07372-256432
149 SARANGPUR BHENROO DARWAJA ROAD,
SARANGPUR TEH.- SARANGPUR,
DIST.- RAJGARH
465697 07371-222587
150 EKLERA
(RAJGARH)
TALEN KURAWAR ROAD V&P-
EKLERA TEH.-NARSINGHARH, DIST.-
RAJGARH
465680 07375-248344
151 GOGHATPUR VILL- GOGHATPUR TEH.- JEERAPUR,
DIST.- RAJGARH
465693 07370-272337
152 GAGORNI VILL - GAGORANI TEH.-JEERAPUR,
DIST.-RAJGARH
465691 07370-273711
153 GINDORHAT V&P- GINDORHAT TEH.-BIAORA,
DIST.-RAJGARH
465677 07374-238345
154 JHADLA V&P- JHADLA, VIA.KURAWAR, TEH.
NARSINGHARH DIST.-RAJGARH
465667 07375-248502
155 JEERAPUR JAMAI COLONY, JEERAPUR,TEH.-
JEERAPUR DIST-RAJGARH
465691 07370-275534
156 KALIPEETH V&P - KALIPEETH TEH. RAJGARH,
DIST.- RAJGARH
465661 07372-259112
157 LAKHANWAS NARSINGARH SUTHALIYA
RAODV&P - LAKHANWAS TEH.
BIAORA, DIST.- RAJGARH
465669 07375-247407
158 MAU V&P MAU TEH. SARANGPUR, DIST.
RAJGARH
465697 07371-229320
159 SUTHALIYA MADHOOSUDANGARH ROAD,
SUTHALIYA TEH. BIAORA, DIST.-
RAJGARH
465677 07374-238535
160 MANDAWAR V&P MANDAWAR TEH.
NARSINGHGARH, DIST.- RAJGARH
465685 07375-247623
161 NARSIGHGARH FOOLBAG CHOURAHA,
NARSINGHGARH DIST.- RAJGARH
465669 07375-245567
162 PADLYAMATA NEAR BUSSTAND,VILL & POST-
PADLYAMATA TEH. SARANGPUR,
DIST.- RAJGARH
465697 07371-224079
163 CHHAPIHEDA V&P - CHHAPIHEDA TEH.
KHILCHIPUR, DIST.- RAJGARH
465689 07370-276246
164 PIPLYAKULMI V&P- PIPLYAKULMI, TEH. JEERAPUR
DIST.- RAJGARH
465691 07370-272259
165 KURAWAR KURAWAR MANDI, KURAVAR TEH.
NARSINGHARH, DIST.- RAJGARH
465667 07375-244022
166 RAJGARH NEW BUS STAND IN FRONT OF
DARGAH GATE HOTEL IMPERIAL
RAJGARH TEH.& DIST.- RAJGARH
465661 07372-255099
167 MACHALPUR MACHALPUR, TEH. JEERAPUR, DIST.- 465693 07370-271140
37
RAJGARH
168 SANDAWATA V&P- SNADAWTA, TEH.
SARANGPUR, DIST.- RAJGARH
465687 07371-227532
169 UDANKHEDI V&P - UDANKHEDI, TEH.
SARANGPUR, DIST.- RAJGARH
465683 07371-225315
170 NGRH.MANDI NARSINGHGAARH, BUS STAND, TEH.
NARSINGHGAARH, DIST.- RAJGARH
465669 94254-45482
171 TALEN V&P- TALEN, TEH. NARSINGHGARH,
DIST.- RAJGARH
465680 07371-224843
172 PADAMPURA OLD A.B. ROAD, PACHORE, TEH.&
DIST.- RAJGARH
465683 07371-226830
173 CHHIPANER V&P- CHHIPANER, TEH.- NASRULLA-
GANJ, DIST. - SEHORE
466331 07563-203374
174 NASRULAGANJ INDORE ROAD NASRULLAGANJ,
TEH. - NASRULLAGANJ, DIST. -
SEHORE
466331 07563-279247
175 JAWAR GANDHI CHOUK KAJLAS RAOD ,
JAWAR TEH.- ASHTA DIST. - SEHORE
466221 07560-259329
176 ICHHAWAR GANJEE BAR, ICHHAWAR, TEH.-
ICCHAWAR DIST. - SEHORE
466115 07561-274405
177 ASHTA SIKANDAR BAJAR, ASHTA, TEH. -
ASHTA DIST. - SEHORE
466116 07560-242333
178 SEHORE KOTWALI CHOURAHA TEH.& DIST. -
SEHORE - 466001
466001 07562-227363
179 REHATI REHATI, TEH. - BUDHNI DIST. -
SEHORE
466446 07565-232559
180 SIDDIQGANJ SIDDIQUIGANJ TEH : ASHTA DIST :
SEHORE
466120 07560-256218
181 BUDHANI BUS STAND BUDNI,
DIST.SEHORE(M.P.)
466445 07564-235380
182 SHAHGANJ V&P- SHAHGANJ TEH.BUDNI DIST.
SEHORE(M.P.)
466554 07564-238694
183 SHYAMPUR V&P- SHYAMPUR TEH./DIST.
SEHORE(M.P.)
466651 07562-260001
184 BPL NAKA,
SEHORE
INDORE BHOPAL ROAD,BHOPAL
NAKA SEHORE
466001 07562-221225
185 BHAKHTARA NEAR STATE BANK OF INDIA, MAIN
MARKET BAKHTARA TEH.BUDHNI
DIST.SEHORE
466448 07564-262530
186 BILKISGANJ NEAR BUS STAND BILKISGANJ
TEH/DIST.SEHORE
466111 07562-267878
187 AHAMADPUR MAIN ROAD AHAMADPUR,THE:-
SHYAMPUR DIST:-SEHORE (M.P.)
466665 07562-266088
188 SEHORE MANDI MATA MANDIR CHOURAHA, GALLA
MANDI SEHORE(MP)
466002 07562-224490
189 BAKHED V&P- BHAKED TEHSIL KHUJNER
DIST. RAJGHAR(M.P.)
465687 77469-07700
190 RO UJJAIN 64, VISHV VIDHALAYA MARG,
UJJAIN 456010
0734-2526920
191 UJJAIN 8 SHANKU MARG, FREEGANJ, UJJAIN
(M.P.) 456010
0734-2511204
192 NARSINGA V&P- NARISNGHA,TEH.-DANGWADA 456222 07367-262944
38
DIST.- UJJAIN (M.P.)
193 CHINTAMAN
JAWASIYA
V&P- CHINTAMAN JAWASIYA,
TEH.& DIST.- UJJAIN (M.P.) 456001
0734-2502270
194 TARANA KHANDERAV BAJAR, TARANA TEH.-
TARANA, DIST.- UJJAIN (M.P.) 456665
07369-236381
195 DANIGATE 52, DANI GATE, UJJAIN (M.P.) 456010 0734-2584567
196 KHARSOD
KHURD
V&P- KHARSOD KHURD, TEH.-
BADNAGAR, DIST.- UJJAIN (M.P.) 456771
07367-262419
197 PIPALODA V&P- PIPLODA DWARKADHISH
DIST.- UJJAIN (M.P.) 456664
0734-2501563
198 CHIMANGANJ
MANDI
01 MUNDADA COLONY, OPPOSITE
TO NAGAR NIGAM, AGAR ROAD,
UJJAIN (M.P.) 456006
0734-2559423
199 NAGJHIRI NAGJHIRI, DEWAS ROAD UJJAIN 456010 0734-2521792
200 KHEDAWADA V&P- KHEDAWADA, TEH.-
BADNAGAR, DIST.- UJJAIN (M.P.) 456771
07367-263424
201 KANASIA KANASIYA NAKA VILL & POST-
KANASIYA, TEH.-TARANA, DIST.-
UJJAIN (M.P.) 456670
07363-233566
202 GHOSALA BUS STAND CHOURAHA, GHONSALA
TEH.-MAHIDPUR, DIST.- UJJAIN (M.P.) 456551
07365-262260
203 MAHIDPUR NARAYNA ROAD, NEAR TO BUS
STAND, TEH.-MAHIDPUR, DIST.-
UJJAIN (M.P.) 456443
07365-251876
204 MAHIDPUR
ROAD
RAILWAY STATION ROAD, VILL &
POST- MAHIDPUR ROAD,TEH.-
MAHIDPUR, DIST.- UJJAIN (M.P.) 456440
07365-263392
205 KAYATHA V&P- KAYTHA, TEH.- TARANA,
DIST.- UJJAIN (M.P.) 456665
07369-242160
206 CHAPAKHEDA V&P- CHANPAKHEDA,TEH.-
KHACHROD, DIST.- UJJAIN (M.P.) 456224
07366-237475
207 BARNAGAR STATION ROAD, OPPOSITE TO
M.P.E.B., BADNAGAR DIST - UJJAIN
(M.P.) 456771
07367-225156
208 NINORA V&P- NINORA, TEH. & DIST.- UJJAIN
(M.P.) 456010
0734-2702000
209 MAKDON SUBHASH CHOUK, VILL & POST-
MAKDON, TEH.- TARANA, DIST.-
UJJAIN (M.P.) 456668
07369-261135
210 INGORIA V&P- INGORIYA, TEH.-BADNAGAR,
DIST.- UJJAIN (M.P.) 456222
07367-227037
211 UNHEL BADA BAJAR, UNHEL, TEH.-
KHACHROD, DIST.- UJJAIN (M.P.) 456221
07366-240481
212 KHACHROD 10, BHATEWRA GALI, KHACHROD,
TEH.- KHACHROD, DIST.- UJJAIN
(M.P.) 456224
07366-230299
213 NAGDA (UJJAIN) 196, JANWAHAR MARG, NAGDA,
TEH.- KHACHROD, DIST.- UJJAIN
(M.P.) 456335
07366-241198
214 RANGWASA V&P- RANGAWASA VIA BETMA,
TEH.- DEPALPUR , DIST.- INDORE
(M.P.) 453001
07322-246640
39
215 INDORE 192, JAWAHAR MARG, MALGANJ
CHOURAHA, INDORE 452001
0731-2341813
216 DARJI KARADIA V&P- TARANA, POST- GURAN, TEH.-
SANWER , DIST.- INDORE (M.P.) 453551
07321-223515
217 BARLAI VILL- BARLAI, POST- KSHIRPA,
TEH.& DIST.- INDORE (M.P.) 455001
07272-264380
218 MUSAKHEDI MAIN ROAD, MUSAKHEDI, TEH.&
DIST.- INDORE (M.P.) 452001
0731-2710665
219 SANWER NEAR TO BUS STAND, OPP. POLICE
STATION TEH.- SANWER DIST -
INDORE (M.P.) 453551
07321-220181
220 MHOW MAIN STREET, MHOW, TEH. - MHOW,
DIST - INDORE (M.P.) 453441
07324-272551
221 DEPALPUR NEAR TO BUS STAND TEH.-
DEPALPUR, DIST - INDORE (M.P.) 453115
07322-220414
222 GOUTAMPURA V&P- GOUTAMPURA, TEH.-
DEPALPUR , DIST.- INDORE (M.P.) 453220
07322-230469
223 KALARIA V&P- KALARIYA, TEH.& DIST.-
INDORE (M.P.) 452005
0731-2897678
224 KAMPEL V&P- KAMPEL, TEH.& DIST.- INDORE
(M.P.) 452020
0731-2867324
225 CHANDRAWATI
GANJ
V&P- CHANDRAWATIGANJ, TEH.-
SANWER , DIST.- INDORE (M.P.) 453236
07321-221341
226 KHAJARANA 43, PIPAL CHOWK, KHAJARANA
MAIN ROAD, INDORE (M.P.) 452001
0731-2594721
227 BHERAVGARH MAIN ROAD NEAR ANNAPURNA
MANDIR,SIDDWAT,BHERAVGARH -
UJJAIN 456003
0734-2581031
228 SERVICE
BRANCH
192, JAWAHAR MARG, MALGANJ
CHOURAHA, INDORE 453001
0731-2341814
229 RAU 2, KRISHNA VIHAR
COLONY,STATION RAOD,RAU,
THE/DIST:- INDORE 453661
0731-2857010
230 BETMA DHAR ROAD, BETMA, THE:-
DEPALPUR, DIST:- INDORE (M.P.) 452001
07322-260640
231 MANPUR A.B.ROAD , MANPUR , DIST:- INDORE
(M.P.) 453661
07324-291945
232 JHUTAWAD V&P JHUTAWAD POST JHUTAWAD
TEHSIL MAHIDPUR DIST UJJAIN 456440
07365-253253