14.07.2015 Views

tender for supply & installation of biometric device - Igrmaharashtra ...

tender for supply & installation of biometric device - Igrmaharashtra ...

tender for supply & installation of biometric device - Igrmaharashtra ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

INSPECTOR GENERAL OF REGISTRATION & CONTROLLER OF STAMPSGround Floor, Opp. Vidhan Bhavan (Council Hall)New Administrative Building,Pune 411 001, MaharashtraTENDER FOR SUPPLY & INSTALLATION OFBIOMETRIC DEVICERef: IGRO/Comp/bio-metric/rfp/572/2011Events Date Location21/12/2011 Office <strong>of</strong> :Date <strong>of</strong> Tender ReleaseMeeting <strong>for</strong> anyclarifications/queriesLast Date & Time <strong>of</strong>submission <strong>of</strong> Bidder’sResponseDate & Time <strong>of</strong> Opening <strong>of</strong>Bid30/12/2011 at 11 A.M.11/01/2012 at 3 P.M.11/01/2012 at 3.30 P.M.Inspector General <strong>of</strong> Registration& Controller <strong>of</strong> Stamps,Electronics Ground Floor, Opp.Vidhan Bhavan (Council Hall)New Administrative Building,Pune 411 001, Maharashtra


Contents1. INSTRUCTIONS TO BIDDERS ............................................................................................................ 32. SCOPE OF WORK ............................................................................................................................. 43. GENERAL TERMS & CONDITIONS .................................................................................................... 53.1 QUALIFICATION CRITERIA FOR BIDDERS ................................................................................. 53.2 COSTS & CURRENCY ................................................................................................................ 53.3 COST OF BIDDING ................................................................................................................... 53.4 BID VALIDITY PERIOD .............................................................................................................. 63.5 LATE TENDER BIDS .................................................................................................................. 63.6 WITHDRAWAL OF BIDS ........................................................................................................... 63.7 RESPONSIBILITIES OF OEM AND DEALERS .............................................................................. 63.8 QUALITY OF GOODS & SERVICES ............................................................................................ 63.9 INSPECTION OF STORES/FACTORY INSPECTION ..................................................................... 63.10 PACKING AND MARKING ......................................................................................................... 63.11 DESPATCH INSTRUCTIONS AND NOTIFICATION...................................................................... 63.12 DELIVERY TIME & RISK PURCHASE .......................................................................................... 73.13 INSTALLATION, COMMISSIONING & ACCEPTANCE ................................................................. 73.14 PAYMENT TERMS .................................................................................................................... 73.15 WARRANTY.............................................................................................................................. 73.16 PENALTY FOR DOWNTIME ...................................................................................................... 73.17 EMD ......................................................................................................................................... 83.18 PERFORMANCE GUARANTEE .................................................................................................. 8ANNEXURE .............................................................................................................................................. 9Annexure A - SPECIFICATIONS FOR BIOMETRIC DEVICE ..................................................................... 9Annexure B - LETTER OF ACCEPTANCE ............................................................................................. 10Annexure 3 – COMMERCIAL BID FORMAT........................................................................................ 112


1. INSTRUCTIONS TO BIDDERSThe Inspector General <strong>of</strong> Registration & Controller <strong>of</strong> Stamps, Maharashtra State, Pune is inthe process <strong>of</strong> computerizing all the <strong>of</strong>fices <strong>of</strong> the department across the state. In this regard,the department invites proposal from eligible manufacturers or their authorized vendors <strong>for</strong><strong>supply</strong> and <strong>installation</strong> <strong>of</strong> Biometric Device to all <strong>of</strong>fices <strong>of</strong> the department across the state <strong>of</strong>Maharashtra.Prospective bidders should submit their proposal along with the necessary supportingdocuments as specified in this <strong>tender</strong> and also their commercial quote as specified inAnnexure 3. The manufacturers or their authorized vendors should be selected on the basis<strong>of</strong> the bidders meeting the qualification criteria as per clause 3.1 and on the lowestcommercial quote discovered through this <strong>tender</strong>.Proposal shall be submitted in a sealed envelope as specified below:Envelope 1: Letter <strong>of</strong> Acceptance (as per Annexure B), Compliance with the qualificationcriteria and necessary supportings shall be enclosed in the sealed envelope super-scribing“Technical Proposal <strong>for</strong> Supply & Installation <strong>of</strong> Biometric Device,”Envelope 2: EMD and Commercial Bid shall be enclosed in the sealed envelope superscribingas “EMD and Commercial Proposal <strong>for</strong> Supply & Installation <strong>of</strong> Biometric Device.”The above three sealed envelopes should be submitted in one master envelope in sealedcondition super-scribing “Proposal <strong>for</strong> Supply & Installation <strong>of</strong> Biometric Device” to the <strong>of</strong>fice<strong>of</strong> the Inspector General <strong>of</strong> Registration & Controller <strong>of</strong> Stamps, Ground Floor, Opp. VidhanBhavan (Council Hall), New Administrative Building, Pune 411 001, Maharashtra on orbe<strong>for</strong>e 11/01/2012 at 3 P.M. The bid will be opened at 11/01/2012 at 3.30 P.M. in the abovementioned <strong>of</strong>fice, in the presence <strong>of</strong> the bidders who may wish to attend. More than onemanufacture or their authorized vendors can be selected by the department <strong>for</strong> this project.The department reserves the right without any obligation or liability to accept or reject any orall <strong>of</strong> the proposals at any stage <strong>of</strong> the process, to cancel or modify the process or any partthere<strong>of</strong> or to vary any <strong>of</strong> the terms and conditions at any time, without assigning any reasonwhatsoever. Any type <strong>of</strong> corrigendum shall be communicated to the bidders by email.Inspector General <strong>of</strong> Registration & ControllerStamps, Maharashtra State, Pune3


2. SCOPE OF WORKThe bidder is expected to <strong>supply</strong> the following items at all the <strong>of</strong>fices <strong>of</strong> the department.Sr.No. Item Name Quantity Specifications1 BiometricDevice500 units As per Annexure AIt will be the responsibility <strong>of</strong> the selected bidder to install the Biometric <strong>device</strong> on thecomputer designated <strong>for</strong> the purpose in each Sub Registrar Offices and make the samefunctional. The supplier may have to deal with the BOT operator who should be running the<strong>biometric</strong> <strong>device</strong>s on department’s behalf.4


3. GENERAL TERMS & CONDITIONS3.1 QUALIFICATION CRITERIA FOR BIDDERS1 Only the following OEMs/its authorized dealers are only eligible to participate in this<strong>tender</strong>.- Morpho (Sagem)- France- Secugen- USA- ZKS<strong>of</strong>tware- USA- Suprema- Korea2 OEM/its authorized dealers shall be registered under Companies Act 1956 or PartnershipAct. Documentary Pro<strong>of</strong> must be submitted <strong>for</strong> this.3 OEM/its authorized dealers shall be a pr<strong>of</strong>it making company <strong>for</strong> the last three financialyears. Documentary Pro<strong>of</strong> in the <strong>for</strong>m <strong>of</strong> Certificate <strong>of</strong> Chartered Accountant along withBalance sheet and Pr<strong>of</strong>it & Loss statements <strong>for</strong> the financial year 2010-11, 2009-10,2008-09 must be submitted.4 OEM/its authorized dealers must have at least one <strong>of</strong>fice in Maharashtra.5 OEM/its authorized dealers shall not have been blacklisted by any department/<strong>of</strong>fice <strong>of</strong>the Government <strong>of</strong> Maharashtra/Government <strong>of</strong> India. The OEM/Partner shall submit aletter from competent authority (a person nominated on behalf <strong>of</strong> OEM who is authorised<strong>for</strong> the purpose <strong>of</strong> the entire <strong>tender</strong> and the project <strong>for</strong> billing, penalties and contacts etcin respect <strong>of</strong> this <strong>tender</strong>) confirming that the company is not blacklisted.The bidders should comply with all the above qualifying criteria <strong>for</strong> the opening <strong>of</strong>their commercial bid. In case a bidder fails to meet one <strong>of</strong> the above criteria, hisbid will be out rightly rejected and the Commercial bid will be returned withoutbeing open.3.2 COSTS & CURRENCYThe bid must be given in Indian Rupees only, inclusive the following:• Cost <strong>of</strong> the equipment• Transportation and Forwarding charges to the site• Installation and commissioning charges• Insurance to cover equipment up to <strong>installation</strong> <strong>of</strong> equipment at the respective sites andhanding it over to end-user• All taxes and levies, both direct and indirect.• 3 Years warranty3.3 COST OF BIDDINGThe Bidder shall bear all costs associated with the preparation and submission <strong>of</strong> its <strong>tender</strong>,and the Bidder will in no case be responsible or liable <strong>for</strong> these costs, regardless <strong>of</strong> theconduct or outcome <strong>of</strong> the <strong>tender</strong>ing process.5


3.4 BID VALIDITY PERIODThe <strong>tender</strong> bid must be valid <strong>for</strong> 90 days from the date <strong>of</strong> opening <strong>of</strong> the <strong>tender</strong>. However,the Tendering Authority may extend this period <strong>for</strong> further period.3.5 LATE TENDER BIDSTender bid brought by the bidder after the deadline prescribed in the <strong>tender</strong> will not beaccepted.3.6 WITHDRAWAL OF BIDSBids once submitted will not be permitted to be withdrawn.3.7 RESPONSIBILITIES OF OEM AND DEALERSThe service support during the contract period shall be exclusive responsibility <strong>of</strong> theOEM/its authorized dealers and the same shall be discharged through their own serviceengineer. OEM/its authorized dealers shall submit support plan to the department.3.8 QUALITY OF GOODS & SERVICESThe equipment/product must con<strong>for</strong>m to the specifications given and <strong>of</strong> desired quality.Consistency in delivery shall be maintained <strong>for</strong> the entire lot <strong>of</strong> products ordered. All therequired quantity <strong>of</strong> product/s in schedule <strong>of</strong> requirement shall be <strong>of</strong> the same brand andmodel number. OEM/its authorized dealers shall not substitute any internal components orsubsystems <strong>of</strong> the product by similar items <strong>of</strong> different manufacturer/s. OEM/its authorizeddealers shall be jointly and severally responsible <strong>for</strong> and quality <strong>of</strong> the <strong>supply</strong>.3.9 INSPECTION OF STORES/FACTORY INSPECTIONOEM/its authorized dealers should submit in detail Quality Control Procedures andstandards adopted in the manufacturing process. The Inspection <strong>of</strong> the Product may bedone by the department and shall be carried out at the OEM/its authorized dealers’spremises or at the warehouse/dispatch centre in Maharashtra. The entire cost <strong>for</strong> Inspectionshall be borne by the OEM/its authorized dealers.3.10 PACKING AND MARKING• Unless specified otherwise, consignment shall be securely and properly packed, andevery precaution taken to avoid loss or damage during transit. The packing shall be allweatherpro<strong>of</strong> and sufficient to withstand, without limitation, rough handling during transitand exposure to extreme temperatures, Packing case size and weights shall take intoconsideration, where appropriate, the remoteness <strong>of</strong> the goods' final destination and theabsence <strong>of</strong> heavy handling facilities at all points in transit.• Each package should be clearly marked to indicate Description and Quantity <strong>of</strong> stores,Name and Address <strong>of</strong> the in<strong>tender</strong>/buyer, Gross weight <strong>of</strong> the Package, S.O. No. andDate and the Name <strong>of</strong> the Bidder as provided in the General Conditions <strong>of</strong> the Contract.3.11 DESPATCH INSTRUCTIONS AND NOTIFICATION• The stores will be delivered free at in<strong>tender</strong>’s/buyer’s end including freight.• It will be responsibility <strong>of</strong> supplier <strong>for</strong> safe arrival <strong>of</strong> stores in full and good conditions atin<strong>tender</strong>’s/buyer’s specified destination and in<strong>tender</strong>/buyer will not pay separately <strong>for</strong>transit insurance, if any.6


• Product shall confirm to standard guarantee/warranty effecting <strong>for</strong> a period <strong>of</strong> three yearsfrom the date <strong>of</strong> <strong>installation</strong> and commissioning.3.12 DELIVERY TIME & RISK PURCHASEOEM/its authorized dealers should deliver the <strong>biometric</strong> <strong>device</strong> across all <strong>of</strong>fices <strong>of</strong> thedepartment within one month <strong>of</strong> the issue <strong>of</strong> the purchase order. The <strong>installation</strong> across all<strong>of</strong>fices should be completed within two weeks from the delivery <strong>of</strong> the <strong>biometric</strong> <strong>device</strong>.In case the OEM/its authorized dealers fails to deliver the quantity as stipulated in thedelivery schedule, the in<strong>tender</strong>/buyer reserves the right to procure the same or similarmaterials from alternate sources at the risk, cost and responsibility <strong>of</strong> the OEM/its authorizeddealers.3.13 INSTALLATION, COMMISSIONING & ACCEPTANCEOEM/its authorized dealers shall be responsible <strong>for</strong> delivery and <strong>installation</strong> at site <strong>of</strong> theequipment ordered and <strong>for</strong> making them fully operational within the stipulated period. If notpossible, it shall be communicated to the department be<strong>for</strong>ehand.3.14 PAYMENT TERMS70% payment towards <strong>supply</strong> will be made within 30 days from the date <strong>of</strong> receipt andacceptance <strong>of</strong> stores. Balance 30% payment shall be made after receipt <strong>of</strong> satisfactory<strong>installation</strong> <strong>of</strong> equipment/s.3.15 WARRANTYOEM/its authorized dealers shall provide comprehensive onsite warranty <strong>for</strong> a period <strong>of</strong>three years from the date <strong>of</strong> <strong>installation</strong> and commissioning <strong>of</strong> equipment/s supplied. Anydefect observed within 3 months <strong>of</strong> the <strong>supply</strong>, the Bidder shall be obliged to change theequipment with new piece <strong>of</strong> equipment without making any charge.The warranty shall cover the following:a) The equipments/products should be repaired and made operational within 48 or 72 hoursas the case may be, failing which a replacement should be given till the equipment isrepaired.b) The warranty period will get extended by 3 months <strong>for</strong> each failure to provide a qualityservice cum check-up, which is required to be provided by the OEM.c) If, during the warranty period, any equipment has any failure on two or more occasions, itshall be replaced by equivalent or higher but compatible new equipment by the OEM/itsauthorized dealers at no cost to the department.3.16 PENALTY FOR DOWNTIMEAny equipment that is reported to be down should be either fully repaired or replaced bytemporary substitute (<strong>of</strong> equivalent or higher configuration but compatible) within 48 hours inmajor cities - Mumbai, Pune, Nashik, Nagpur, Amravati and Aurangabad and within 72 hours<strong>for</strong> all other places <strong>of</strong> <strong>installation</strong>. Public Holidays as declared by Government <strong>of</strong>Maharashtra are excluded <strong>for</strong> the above downtime calculation. The reporting will be througha telephonic message or any other mode as the department may decide. In case Vendorfails to meet the above standards there will be a penalty <strong>of</strong> Rs. Per 200/- per day. In case the7


equipment is still not repaired within a period <strong>of</strong> another 72 hours, the penalty will becharged at 5 (Five) times <strong>of</strong> the penalty shown above. The temporary substitute machine orequipment should be replaced by the original machine or equipment duly repaired within oneweek, failing which the above penalty will be imposed <strong>for</strong> the number <strong>of</strong> days exceeding oneweek. In case the equipment failed <strong>for</strong> two or more occasions, replacement with a newequipment (equivalent or higher but compatible) within one week <strong>of</strong> such scenario should bemade, failing which the above penalty will be imposed <strong>for</strong> the number <strong>of</strong> days exceeding oneweek.3.17 EMDAn Earnest Money Deposit (EMD) <strong>of</strong> 3% <strong>of</strong> the commercial bid <strong>of</strong> the bidder in the <strong>for</strong>m <strong>of</strong>Demand Draft (refundable) favouring Assistant Inspector General Registration (Desk No 7),M.S., Pune and payable at Pune must be enclosed with the EOI response.• EMD <strong>of</strong> all the unsuccessful bidders will be refunded as promptly as possible but not laterthan 30 days after the decision <strong>of</strong> the commercial bid is taken.• EMD <strong>of</strong> the successful bidders will be discharged only after the completion <strong>of</strong> thecontract papers.• EMD shall be <strong>for</strong>feited in the following cases:‣ If a bidder withdraws its bid during the period <strong>of</strong> bid validity.‣ In case <strong>of</strong> a successful bidder, if the bidder fails to sign the contract or to furnish theper<strong>for</strong>mance security.3.18 PERFORMANCE GUARANTEEThe successful bidder shall be required to make a Security Deposit towards Per<strong>for</strong>manceGuarantee in the <strong>for</strong>m <strong>of</strong> a Bank Guarantee <strong>for</strong> an amount equal to 10% <strong>of</strong> their commercial bid.• The proceeds <strong>of</strong> the per<strong>for</strong>mance security shall be payable to the department ascompensation <strong>for</strong> any loss resulting from the Bidder’s failure to complete its obligationsunder the Contract.• The Per<strong>for</strong>mance Security shall be denominated in Indian Rupees and shall be in thefollowing <strong>for</strong>m :‣ A Bank guarantee issued by a nationalized/scheduled bank located in India within 15days after the issue <strong>of</strong> the work order.‣ The validity <strong>of</strong> the Per<strong>for</strong>mance Security will be till the warranty period <strong>of</strong> the<strong>biometric</strong> <strong>device</strong> to be supplied by the selected bidder.• The Per<strong>for</strong>mance Guarantee will be <strong>for</strong>feitable <strong>for</strong> non-per<strong>for</strong>mance.8


ANNEXUREAnnexure A - SPECIFICATIONS FOR BIOMETRIC DEVICEBiometric DeviceSingle Finger Capture DeviceShould Work with Client/Server andWeb TechnologyAuto-On (Automatic FingerPlacement Detection)Image ResolutionOperating Temperature (Approx.)Operating HumidityDimensions and Weight (Approx.)Supply Voltage / Max. Current500 DPI & above0° to +40°C< 90% RH noncondensing27 x 40 x 73 mm, 100 g (without stand)5.0V ±5% supplied by USBESD Tolerance / Platen HardnessInterfaceSupported StandardsCertifications12 to 15 kV / 750 Hk (6.8 Mohs)USB 2.0 high speedISO 19794, INCITS 378, BioAPI, FIPS201 (PIV) , SP 800-76FCC, CE, RoHS, GSA FIPS 201 APL,FBI IAFIS CertifiedSupported Operating Systems(32bit and 64bit)Windows 7 / Vista / XP> Windows Server 2008 R2, 2003> Java, LinuxIn case Device not working with OS mentioned or Application developedusing Technology, vendor should assist in development and provide SDK <strong>for</strong>the same and make <strong>device</strong> operational within a week <strong>of</strong> issue raised date.9


Annexure B - LETTER OF ACCEPTANCETo,Inspector General <strong>of</strong> Registration & Controller <strong>of</strong> Stamps,Maharashtra State, PuneSubject: Proposal <strong>for</strong> <strong>supply</strong> & <strong>installation</strong> <strong>of</strong> Biometric DeviceReference: No:Dear Sir,Having examined the <strong>tender</strong> documents, we, the undersigned, <strong>of</strong>fer to, (or through ourdealers), <strong>supply</strong> and <strong>installation</strong> <strong>of</strong> the <strong>biometric</strong> <strong>device</strong> in con<strong>for</strong>mity with the specifications(Annexure 1) specified in the <strong>tender</strong>.We hereby confirm that we are in the compliance with the General Terms and Conditionsas specified in the <strong>tender</strong>. Necessary supportings (in original) are attached herewith <strong>for</strong>your perusal to ensure our compliance with the Qualification criteria. We also declare thatall the in<strong>for</strong>mation and statements made in this proposal are true and accept that anymisrepresentations contained in it may lead to our disqualification.We hereby declare that our company has not debarred/black listed by anyGovernment/Semi Government organizations. I further certify that I am the competentauthority in my company authorized to make this declaration.The commercial bid is attached herewith in a separate sealed envelope.We understand that you are not bond to accept the lowest or any <strong>of</strong>fer you may receive.Yours sincerely,Authorized Signatory (in full & initials):Name and Title <strong>of</strong> Signatory:Duly authorized to sign the bid <strong>for</strong> and on behalf <strong>of</strong>:AddressDated on _____ day <strong>of</strong> ___________10


Annexure 3 – COMMERCIAL BID FORMATItem DescriptionCost <strong>of</strong> one unit (inINR)Total Cost (in INR)(Unit Cost X 500)Biometric Device (including allcharges as specified in Clause3.2 <strong>of</strong> the <strong>tender</strong>)Authorized Signatory (in full & initials):Name and Title <strong>of</strong> Signatory:Duly authorized to sign the bid <strong>for</strong> and on behalf <strong>of</strong>:AddressDated on _____ day <strong>of</strong> ___________11

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!