0% found this document useful (0 votes)
269 views33 pages

Request For Proposal of Supply, Installation of Computer, Printers, Laptop, Networking and Miscellaneous Items For Jabalpur Smart City LTD

The document is a request for proposal for supply, installation of computers, printers, laptops, networking and miscellaneous items for Jabalpur Smart City Limited. It provides information about the scope of work, instructions to bidders, general conditions and requirements of the proposal. Bidders are invited to submit online bids for a one year contract to supply items on an as-needed basis.

Uploaded by

rocketspeed
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
269 views33 pages

Request For Proposal of Supply, Installation of Computer, Printers, Laptop, Networking and Miscellaneous Items For Jabalpur Smart City LTD

The document is a request for proposal for supply, installation of computers, printers, laptops, networking and miscellaneous items for Jabalpur Smart City Limited. It provides information about the scope of work, instructions to bidders, general conditions and requirements of the proposal. Bidders are invited to submit online bids for a one year contract to supply items on an as-needed basis.

Uploaded by

rocketspeed
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
  • Disclaimer
  • Invitation For Proposal
  • Instructions to Bidders
  • Technical Bid
  • Bill of Quantities
  • EPABX System
  • LED
  • Access Control System

"Request for Proposal of Supply, Installation of Computer, Printers,

Laptop, Networking and Miscellaneous Items for Jabalpur Smart City


Ltd"

Jabalpur Smart City Limited

1|Page
Disclaimer

The information contained in this Request for Proposal document ("RFP Document") or Subsequently
provided to Applicant(s), whether verbally or in documentary or in any other Form, by or on behalf of
Jabalpur Smart City Limited (hereafter referred to as "JSCL") or any of its employees or advisors, is
provided to the Applicant(s) on the terms and conditions set Out in this RFP document and all other
terms and conditions subject to which such Information is provided in writing. This RFP document is
intended to be and is hereby issued only to the prospective Applicants. The purpose of this RFP
document is to provide the Applicant(s) with information to assist the formulation of their Proposals.
This RFP Document does not purport to contain all the information that each Applicant may require.
This RFP document may not be appropriate for all persons, and it is not possible for the JSCL, its
employees or advisors to consider the investment objectives, financial situation and Particular needs of
each Applicant who reads or uses this RFP document. The assumptions, Assessments, statements and
information contained in the RFP document may not be complete, accurate, adequate or correct. Each
Applicant should, therefore, conduct its own Investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this RFP document and where necessary obtain independent
advice from appropriate sources. The JSCL, its employees and advisors make no representation or
warranty and shall incur no Liability under any law, statute, rules or regulations as to the accuracy,
adequacy, correctness, Reliability or completeness of the RFP document. Information provided in this
RFP document to the Applicant(s) is on a wide range of matters, some of which may depend upon
interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The JSCL
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law
expressed herein.

The JSCL, its employees and advisors make no representation or warranty and shall have no liability
to any person, including any Applicant under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, "Request for Proposal of Supply,
Installation, of Computer , Printers, Laptop ,Networking and Miscellaneous Items for Jabalpur
Smart City Ltd" in JSCL area damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this RFP document or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the RFP document and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP document
or arising in any way for participation.

The JSCL also accepts no liability of any nature whether resulting from negligence or Otherwise
howsoever caused arising from reliance of any Applicant upon the statements Contained in this RFP
document.

The JSCL may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP document
before the last date of bid submission.
2|Page
The issue of this RFP document does not imply that the JSCL is bound to select an Applicant or to
appoint the selected Applicant or Concessionaire, as the case may be, for the Project and the JSCL
reserves the right to reject all or any of the Applicants or Bids without assigning any reason
whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and Submission of
its Bid including but not limited to preparation, copying, postage, delivery Fees, expenses associated
with any demonstrations or presentations which may be required by the JSCL or any other costs
incurred in connection with or relating to its Bid. All such costs and expenses will remain with the
Applicant and the JSCL shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Applicant in preparation or submission of the Bid, regardless of
the conduct or outcome of the Bidding Process.

Chief Executive Officer


Jabalpur Smart City Ltd.

3|Page
1. Invitation For Proposal

Name of the Work:- Request for proposal of “ Supply, Installation, of Computer , Printers,
Laptop , Networking and Miscellaneous Items for Jabalpur Smart City Ltd".

1.1 JSCL hereby invites online bids for Selection of a agency for “Supply, Installation, Computer,
Printers, Laptop, Networking and Miscellaneous Items for Jabalpur Smart City Ltd".

Broadly the project includes following works:-


a) Supply and Installation of Computers, Desktops, Printers , Networking and Miscellaneous
items for Jabalpur Smart City Limited for the period of One YEAR (12 Months) on "AS
AND WHEN REQUIRED BASIS" with effect from Agreement date

1.2 The RFP document can be downloaded from www.jscljabalpur.org or https:// mptenders.gov.in,
and can be purchased from https://mptenders.gov.in. Applicant is required to submit bid document
online and offline at the office, details of which are given below.

Address for Document Submission


Executive Director
Reg. Office- Jabalpur Smart City Limited
Manas Bhawan, Wright Town,
Jabalpur, M.P- 482001
Website:-www.jscljabalpur.org
Email:[email protected], [email protected]
Contact:-7611136800,7611136802
All subsequent notifications, changes and amendments will be uploaded on the JSCL’s website
www.jscljabalpur.org and https://mptenders.gov.in

1.3 Applicant (authorized signatory) shall submit its offer for preliminary qualification, Technical and
financial proposal mptenders.gov.in system. However, Tender Document Fees and Earnest Money
Deposit (EMD) should be deposited online. The bid document complete in all respect is to be
submitted on or before the time of last date of submission of bid through mptenders.gov.in system.
JSCL will not be responsible for delay in submission due to any reason.

4|Page
1.4 Key Events and Dates

Last Date for Document Submission Online :- 27/09/2019

Last Date for Document Submission Offline :- 28/09/2019

Date of Opening of Technical Bids Online :- 30/09/2019

Cost of Tender Document :- 2000/-

Earnest Money Deposit :- 25,000/-

Chief Executive Officer


Jabalpur Smart City Ltd.

5|Page
SECTION 2

INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL
PROJECT OBJECTIVE AND KEY COMPONENTS

The brief scope of work comprises of Carrying out supply and installation of computer , laptop ,
printers , networking, , firefighting system and miscellaneous data networking works for Jabalpur
Smart City Limited on "as and when required basis" or on the basis of requirement, supply is to be
carried out for the period of 12 Months ..

2. GENERAL QUALITY OF WORK:


The work shall have to be executed in accordance with the technical specifications specified in
the Bill of Quantities.

3. PROCEDURE FOR PARTICIPATION IN E- TENDERING:


The procedure for participation in e-tendering is given in the Bid Data Sheet.

4. ONE BID PER BIDDER


1.1 The bidder can be an individual entity or Firm/LLP/Company. NO Joint Venture will be
allowed.
1.2 No bidder shall be entitled to submit more than one bid whether jointly or severally. If he
does so, all bids wherein the bidder has participated shall stand disqualified.

5. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of his bid, and no claim
whatsoever for the same shall lie on the JSCL or the Authority

6. Payment Terms: Whenever JSCL will give work order to the selected bidder, the bidder
will supply and install the require items. After that the bidder will raise the invoice against

6|Page
the work order. After that JSCL will pay to the bidder within 30 days. 15 % of the invoice
value will be released after the completion of defect liability period.

B.BID DOCUMENTS

7. CONTENT OF BID DOCUMENTS:


The Bid Document comprises of the following documents:

1. NIT with all amendments.


2. Instructions to Bidders, Bid Data Sheet with all ANNEXURE
3. Conditions of Contract :
I. Part I General Conditions of contract and the Contract Data with all ANNEXURE, and
II. Part II Special Condition of Contract.
4. Specifications
5. Priced bill of quantities
6. Technical and Financial bid
7. Letter of Acceptance
8. Agreement, and
9. Proof of online payment / Bank Guarantee of any Nationalized or all commercial Scheduled
Bank against EMD in favour of "Executive Director Jabalpur Smart City Limited".
10. Copy of documents related to qualifying requirement of bidders as per NIT clause.
11. Certificate of Financial Turnover duly certified by CA as indicated above.
12. Acknowledgement towards cost of tender fee submission.
13. All pages of the entire Corrigendum (if any) duly signed by the authorized person
14. Any other document(s), as specified

8. INFORMATION
The bidder is expected to examine carefully all instructions, conditions of contract, the Contract data,
forms, terms and specifications, bill of quantities, forms and drawings in the bid document, Bidder
shall be solely responsible for his failure to do so.

9. AMENDMENT OF BID DOCUMENTS


14.1 Before the deadline for submission of bids, the Employer may amend or modify the bid
document by publication of the same on the website.
14.2 All amendments shall form part of the Bid Document.

7|Page
14.3 The Employer may, at its discretion, extend the last date for submission of bids by publication
of the same on the website.
C. PREPARATION OF BID

10, BID PREPARATION.


The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms and submit Bid
Seals (Hashes) of all the envelopes and documents related to the bid required to be uploaded as per the
time schedule mentioned in the key dates of the Notice Inviting e-tenders after signing of the same by
the Digital Signature of their authorized representative.

10. DOCUMENTS COMPRISING THE BID:


The bid submitted online by the bidder shall be in the following parts:

Part1- This shall be known as online Envelop A and would apply for all bids. Online envelop A shall
contain the following as per details given in the bid data sheet:

i) Registration number or proof of application for registration and organizational details in the
format given in the bid data sheet.
ii) Payment of the cost of Bid Document.
iii) Earnest Money : and
iv) An Affidavit Duly Notarized.

Part 2 – This shall be known as Online Envelope B and required to be submitted only in work where
pre-qualification conditions and / or special eligibility conditions are stipulated in the Bid Data Sheet.
Online Envelope B shall contain a self-certified sheet duly supported by documents to demonstrate
fulfilment of pre-qualification conditions.

Part 3- This shall be known as online Envelope C and would apply to all bids. Envelop C shall contain
financial offer in the prescribed format enclosed with the Bid Data Sheet and shall only be submitted
online.

11. LANGUAGE:
The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and
the Employer shall be in English or Hindi. Supporting documents and printed literature that are part of
the Bid may be in another language provided they are accompanied by an accurate translation of the
relevant passages in English. In such case, for the purposes of interpretation of the bid, such translation
shall govern.

8|Page
12. TECHNICAL PROPOSAL:
12.1. Only, in case of bids with pre-qualification conditions defined in the Bid Data Sheet, the
Technical Proposal shall comprise of formats and requirements given in the Bid Data Sheet.

12.2. All the documents/ information enclosed with the Technical Proposal should be self-attested
and certified by the bidder. The Bidder shall be liable for forfeiture of his earnest money deposit, if any
document/information is found false/fake/untrue before acceptance of bid. If it is found after
acceptance of the bid, the bid sanctioning authority may at his discretion forfeit his performance
security / guarantee, security deposit, enlistment deposit and take any other suitable action.

13. FINANCIAL BID:


i. The bidder shall have to quote rates in format referred in Bid Data Sheet, in overall item wise,
if the bid is in absolute amount, item wise rates would be arrived at in relation to the probable
amount of contract given in NIT. The overall item rate would apply for all items of work.
ii. The bidder shall have to quote rates inclusive of all duties, royalties, levies and taxes except
Goods and Services Tax (GST). The amount of applicable GST will be paid separately to the
Contractor with each bill at the time of payment. The employer shall not be liable for any
duties, taxes (except GST) royalties and levies.
iii. The material along with the units and rates, which shall be issued, if any, by the department to
the contractor, is mentioned in the Bid Data Sheet.

14. PERIOD OF VALIDITY OF BIDS:


The bids shall remain valid for a period specified in the Bid Data Sheet after the date of “close
for biding” as prescribed by the Employer. The validity of the bid can be extended by mutual
consent in writing.

D. SUBMISSION OF BID

16. BID SUBMISSION


The bidder is required to submit online bid duly signed digitally and envelop “A” in physical
form also at the place prescribed in the Bid Data Sheet.

E. OPENING AND EVALUATION OF BID

17. PROCEDURE:
19.1 Envelope “A” shall be opened first online at the time and date notified and its contents
shall be checked. In cases where Envelope “A” does not contain all requisite documents,
such bid shall be treated as non-responsive , and envelop B and / or C of such bid shall not
be opened.

9|Page
19.2 Wherever Envelope ‘B’ (Technical Bid) is required to be submitted, the same shall be
opened online at the time and date notified. The bidder shall have freedom to witness
opening of the Envelope ‘B’ Envelope ‘C’ (financial bid) of bidders who are not qualified
in Technical Bid (Envelop ‘B’) shall not be opened.
19.3 Envelope ‘C’ (Financial Bid) shall be opened online at the time and date notified. The
bidder shall have freedom to witness opening of the Envelope ‘C’
19.4 After opening Envelope ‘C’ all responsive bids shall be compared to determine the lowest
evaluated bid.
19.5 The Employer reserves the right to accept or reject any bid, and to annul the bidding
process and reject all the bids at any time prior to contract award, without incurring any
liability. In all such cases reasons shall be recorded.
19.6 The employer reserves the right of accepting the bid for the whole work or for a distinct
part of it.

18. CONFIDENTIALITY:
20.1 Information relating to examination, evaluation, comparison and recommendation of
contract award shall not be disclosed to bidders or any other person not officially
concerned with such process until final decision on the bid.

20.2 Any Attempt by a bidder to influence the employer in the evaluation of the bids or
contract award decisions may result in the rejection of his bid.

F. AWARD OF CONTRACT

19. AWARD OF CONTRACT:


The Employer shall notify the successful bidder by issuing a ‘Letter of Acceptance’ (LOA) that
his bid has been accepted.

20. PERFORMANCE SECURITY


20.1 Prior to singing of the contract the bidder to whom LOA has been issued shall have to furnish
performance security of the amount in the form and for the duration, etc. as specified in the
Bid Data Sheet.

21. SIGNING OF CONTRACT AGREEMENT:


21.1 The successful bidder shall have to furnish Performance Security and Additional Performance
Security, if any, and sign the contract agreement within 15 days of issue of LOA

21.2 The signing of contract agreement shall be reckoned as intimation to commencement of work.
No separate work order shall be issued by the employer to the contractor for commencement
of work.

10 | P a g e
21.3 In the event of failure of the successful bidder to submit Performance Security and Additional
Performance Security, if any or sign the Contract Agreement, his EMD shall stand forfeited
without prejudice to the right of the employer for taking any other action against the bidder.

22. CORRUPT PRACTICES:


The Employer requires that bidders observe the highest standard of ethics during the
procurement and execution of contracts. In pursuance of this policy, the employer.

i. May reject the bid for award if it determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract ; and
ii. May debar the bidder declaring ineligible, either indefinitely or for a stated period of time, to
participate in bids, if it at any time determines that the bidder has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in
executing , a contract.

For the purposes of this provision, the terms set forth above are defined as follows:
a. ‘Corrupt Practice’ means the offering, giving, receiving or soliciting directly or indirectly,
anything of value to influence improperly the actions of another party ;
b. ‘Fraudulent Practice’ means any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a fanatical or
other benefit or to avoid an obligation:
c. ‘Coercive Practice’ means impairing of harming, or threatening to impair or harm, directly
or indirectly, any party or the property of the party to influence improperly the actions of a
party,
d. ‘Collusive practice’ means an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another party.

(END OF ITB)

11 | P a g e
Technical Bid

Eligibility Criteria

S. Basic Specific Requirements Documents Required


No. Requirement
1. Applicant Registered firms /agency a) Certificates of incorporation
Entity /companies Legal entities duly or
registered under the Companies Registration Certificates
Act 1956/ 2013 is allowed. b) GST

2 General 1. Applicant should be in Work order and experience


Requirement operation for a period of at least certificate copy issued by
3 years’ experience. Government organisations.

2. The bidder must provide a A self declaration of the same


minimum of 1 year warranty should be furnished.

3. The bidder should have Work


Experience in Supplying, Work order copy and all
Installation. Certificates to be enclosed.

4. The firm has to give a A self declaration of the same


declaration that it has not been should be furnished.
blacklisted in the past by any
Govt. /Private institution of the
country and there is no vigilance
/any other investigating agency,
Ease pending against the
firm/supplier.

12 | P a g e
3 Turnover The Applicant shall a) Certificate(s) from statutory
have an average annual turnover auditors of the Applicant or its
of at Associates or the concerned
least INR 12.5 lakh in last 3 client(s) stating the payments
Financial Year (2016-17,2017- made / received or works
18,2018-19) commissioned, as the case may
be, during the past 3 (three)
years;
and
b) Audited financial statements
for the last three financial
years(2016-17,2017-18, 2018-
19).

13 | P a g e
|| AFFIDAVIT ||
(To be contained in Envelope A)
(On Non Judicial stamp of Rs. 100)

I/We _________________________________________ who is / are


____________________________________ (status in the firm / company) and competent for submission
of the affidavit on behalf of M/S _______________ (contractor) do solemnly affirm an oath and state that :
I/We am / are fully satisfied for the correctness of the certificates/ records submitted in support of
the following information in bid documents which are being submitted in response to notice inviting e-
tender No.__________ for _______________ (name of work) dated __________ issued by the
____________________ (name of the Department).
I/We am/ are fully responsible for the correctness of following self- certified information / documents and
certificates.
1. That the self – certified information given in the bid document is fully true and authentic.
2. That :
1. Term deposit receipt deposited as earnest money, demand draft for cost of bid document and other
relevant documents provided by the Bank are authentic.
2. Information regarding financial qualification and annual turnover is correct.
3. Information regarding various technical qualifications is correct.
3. No. close relative of the undersigned and our firm/company is working in the department.
Or
Following close relatives are working in the department:

Name ____________- Post _______________ present Posting ________

Signature with seal of the Deponent (bidder)

I/We, __________________ above deponent do hereby certify that the facts mentioned in above
paras 1 to 4 are correct to the best of my knowledge and belief.
Verified today _____________ (dated) at _________ (place).

Signature with seal of the Deponent (bidder)

Note: Affidavit duly notarized in original shall reach at least one calendar day before opening of the
bid.

14 | P a g e
LETTER OF ACCEPTANCE (LOA)

No. _______________ Dated: ________

To,

M/s.__________________________

(Name and address of the contractor)

Subject: ______________________________________

(Name of the work as appearing in the bid for the. work)

Dear Sir(s),

Your bid for the work mentioned above has been accepted on behalf of the Jabalpur Smart City
Limited at item Rates of the Bill of Quantities and item wise rates given therein.

You are requested to submit within 15 (Fifteen) days from the date of issue of this letter:

a. The performance security/ performance guarantee of Rs. ___________________ (in-


figures) (Rupees _______________ in words only). The performance security shall be in
the shape of term deposit receipt / bank guarantee of any nationalized / schedule commercial
bank valid up to three months after the expiry of defects liability period.

b. Sign the contract agreement.

Please note that the time allowed for carrying-out the work as entered in the bid is __________
months including/ excluding rainy season, shall be reckoned from the date of signing the-contract
agreement.

Signing the contract agreement shall be reckoned as intimation to commencement of work and no
separate letter for commencement of work is required. Therefore, after signing of the agreement, you are
directed to contact the Engineer-in-charge for taking the possession of site and necessary instructions to
start the work.

Yours Faithfully

Chief Executive Officer

15 | P a g e
PERFORMANCE SECURITY

To
_______________________________________[name of Employer]
________________________________________[address of Employer

WHEREAS _________________________[name and address of Contractor) (Hereinafter called


‘the Contractor”) has undertaken, in pursuance of letter of Acceptance No-_______________ dated to
execute ______________[name of Contract and brief description of Works] (hereinafter called “the
Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with
his obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf
of the Contractor, Up to a total of ________________ [amount of guarantee]* ________________ _(in
words), such sum being payable in the types and proportions of currencies in which the Contract Price is
payable, and we undertake to pay you, upon your first written demand and Without cavil or argument, an
sum or sums within the limits of _______________________[amount of guarantee] as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before presenting us
with the demand.
We further agree that no change or addition to or other modification of the term of the Contract of the
Works to be performed there under or of any of the Contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee shall be valid until 12(twelve) months from the date of expiry of the Defect Liability
Period.
Signature, Name and Seal of the guarantor ______________________________
Name of Bank_____________________________________________________
Address__________________________________________________________
Phone No, Fax No., E-mail Address, of Signing Authority __________________
Date ____________________________________________________________

*An amount shall be inserted by the Guarantor, representing the percentage the Contract Price
specified in the Contract including additional security for unbalanced Bids, if any and denominated in
Indian Rupees.

16 | P a g e
AGREEMENT FORM
AGREEMENT
This agreement, made on the __________________ day of _________________ between:
__________________ (name and address of Employer) (hereinafter called “the Employer)
and_________________________________________ (name and address of contractor) hereinafter called
“the Contractor’ of the other part.
Whereas the Employer is desirous that the Contractor execute
_________________________________(name and identification number of Contract) (hereinafter called
“the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of
such Works and the remedying of any defects therein, at a cost of Rs..........
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meaning as are respectively assigned
to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be
read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works
and remedy any defects therein in conformity in all aspects with the provisions of the contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other Sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i. Letter of Acceptance
ii. Contractor’s Bid
iii. Condition of Contract: General and Special -
iv. Contract Data
v. - Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.

In witnessed whereof the parties there to have caused this Agreement to be executed the day and year first
before written.
The Common Seal of _________________________________________ was hereunto affixed in the
presence of:
Signed, Sealed and Delivered by the said __________________________ in the presence of:
Binding Signature of Employer _________________________________
Binding Signature of Contractor ___________________________________

17 | P a g e
18 | P a g e
BILL OF QUANTITIES (BOQ)
(Financial Bid)
Part – 1
SUPPLY OF LAPTOP, DESKTOP
S. Item Description Unit Qty Rate
No
1 Desktops Processor Make Intel * Processor Generation 7th * Each 01
Processor Intel Core I3-6300 (3.8 Ghz, 4 Mb Cache, 2 Cores) *
Motherboard Chipset Intel H170 * Expansion Slots (pcie X 1)
(number) 1 * Expansion Slots (pcie X 4) (number) 2 * Expansion
Slots (pcie X 16) (number) 1 * Graphics Type Dedicated/discrete *
Graphic Memory 1gb * Operating System Operating System (pre-
Loaded) Windows 10 Profession Al, Windows 10 Home, Windows 10
Professional Under Microsoft Shape The Future Program)
3 Laptop with Processor - Intel® Core™ i5 840QM Processor , RAM - Each 01
8 GB RAM DDR3-1333 , Graphics Card - 2GB , HDD - 1 TB SSD
Hard disk , Writer - DVD ROM , Screen - 15.6” Screen, Battery - 4-6
Hrs. backup , Keyboard - Latest with Rupees sign., OS - Windows 10
license version, Network - LAN-Gigabit (1000 mbps) LAN subsystem
using the Intel® 82578DC Gigabit Ethernet Controller, Bluetooth &
Wireless, Webcam , Other Device’s - AS Per motherboard Standard,
Quote with Normal\Deluxe Laptop Bag with Company logo,
Company Logo on LCD back panel, Modem, Card Reader, USB
Controller, Power –AC adapter of same company, Wi-Fi and
Bluetooth connectivity
Make – Dell/Acer/Lenovo/HP
4 Laptop with Processor - Intel® Core™ i5 , RAM - 4 GB RAM Each 01
DDR3-1333, HDD - 1 TB SSD Hard disk , Writer - DVD ROM,
Screen - 15.6” Screen, Battery - 4-6 Hrs. backup, Keyboard - Latest
with Rupees sign, OS - Windows 10 license version, Network - LAN-
Gigabit (1000 mbps) LAN subsystem using the Intel® 82578 DC
Gigabit Ethernet Controller, Bluetooth & Wireless, Webcam, Other
Device’s - AS Per motherboard Standard , Quote with Normal\Deluxe
Laptop Bag with Company logo, Company Logo on LCD back panel,
Modem, Card Reader, USB Controller , Power –AC adapter of same
company , Wi-Fi and Bluetooth connectivity
Make – Dell/Acer/Lenovo/HP

19 | P a g e
Printers

Sr. No. ITEMS Unit QTY. RATE


1 HP Laser Jet 1020 Plus Printer Each 1

2 HP Laser Jet 1020 Plus Printer Cartridge Each 1


HP Laser Jet 1020 Plus Printer Cartridge Refilling
3 Each 1
Cost
4 HP Printer All-in-One (M1005) Each 1

5 HP Printer All-in-One (M1005) Cartridge Each 1


HP Printer All-in-One (M1005) Cartridge Refilling
6 Each 1
Cost
7 Canon printer 2900 B Each 1

8 Canon printer 2900 B Cartridges Each 1

9 Canon printer 2900 B Cartridges Refilling Cost Each 1

10 HP Laser m 154 A Printer Each 1

11 HP Laser m 154 A Printer Cartridges Each 1

12 HP Laser m 154 A Printer Cartridges Refilling Cost Each 1

13 HP Laser Jet Pro m 203 Printer Each 1

14 HP Laser Jet Pro m 203 Printer Cartridges Each 1


HP Laser Jet Pro m 203 Printer Cartridges Refilling
15 Each 1
Cost
16 Samsung ML 3310 ND Printer Each 1

16 Samsung ML 3310 ND Printer Cartridges Each 1


Samsung ML 3310 ND Printer Cartridges Refilling
17 Each 1
Cost
18 Antivirus quick heal total security Each 1

19 Xerox photo copy Toner c7025 Cartridge Each 1

20 Xerox photo copy toner sc2020 Cartridge Each 1


Xerox photo copy toner sc2020 Cartridge Refilling
21 Each 1
Cost
21 Xerox work center 3335 Printer Each 1

20 | P a g e
22 Xerox work center 3335 Printer Cartridge Each 1
Xerox work center 3335 Printer Cartridge Refilling
23 Each 1
Cost
24 HP Leser Jet Pro MFP M128FN printer Each 1
25 HP Leser Jet Pro MFP M128FN Cartridge Each 1
HP Leser Jet Pro MFP M128FN Cartridge Refilling
26 Each 1
Cost

21 | P a g e
Others
Sr. No. ITEMS Unit QTY. RATE

1 Mouse -Logitech / Del l / HP. Each 1

2 Keboard Logitech / Del l / HP. Each 1


Pen Drive - Capacity: 16 GB
3 Each 1
,Interface: USB v3.0
Pen Drive - Capacity: 32 GB
4 Each 1
,Interface: USB v3.0
Pen Drive - Capacity: 64 GB
5 Each 1
,Interface: USB v3.0
Hard Disk - That Supports Windows
XP SP3 (32-bit and 64-bit) / 7/
Vista and Above, 1 TB expansion
external hard disk, with its
6 Each 1
whopping capacity. Black, sleek
HDD with USB v2.0 and USB v3.0
connectivity for seamless and easy
data transfer.
Providing & Laying of HDMI
7
Cable of
a) 25 Mtrs. Each 1
b) 20 Mtrs. Each 1
c) 10 Mtrs. Each 1
d) 4.5 Mtrs. Each 1
e) 2 Mtrs. Each 1
8 MS Office 2016 Each 1
9 VGA cable 2 Mtrs. Each 1
10 HDMI to VGA converter Each 1
11 VGA to HDMI converter Each 1
12 Mouse pad Each 1
13 UPS 600 VA Each 1
14
Wireless Presenter Each 1
15
Printer Cable Each 1
16
Power Cable for Computer Each 1
17
Windows 10 licenced Each 1

22 | P a g e
18
All in one convertor () Each 1

Network
S. No. Item Description Unit Qty Rate
LAN NETWORKING
1 (SOR Providing & Fixing of 19" Modular Patch - 1U Patch Panel 24, RJ 45 Each 1
No. 8.13) Cat-6 Connector.

2 Providing & Fixing of Providing & Fixing of 24-Port Data Switch of Each 1
[Managed Layer-2 with 2-Giga Ports (10/100/1000)]

Make : D-Link / Netgear / Airpro


3 (SOR Providing & Fixing of 9U cabinet 504.65X600X500, wall mounting Each 1
No. with power power supply and fan etc.
38.15.2)
4 (SOR Providing & Fixing of RJ-45 Computer Jack Cat 6 with shutter Each 1
No. 38.9) module (1 Module)

5 Providing & Fixing of Wire Manager. Each 1


Make : D-Link / Netgear / Techroutes
6 Providing & Fixing of Hardware. Each 1
Make : D-Link / Netgear / Techroutes
7 Providing & Fixing of Patch Cord
a) (SOR CAT 6 RJ45 Patch Cord F/UTP 1 Mtr. Each 1
No.
38.12.1)
b) (SOR CAT 6 RJ45 Patch Cord F/UTP 3 Mtr. Each 1
No.
38.12.3)
8 (SOR Providing & Fixing of RJ-11 Telephone Jack Modular (1 Module) Each 1
No. : 38.6)
9 Providing & Fixing of special Boss Secretary (1+1) Sysem. Each 1
Make : Beetel, Panasonic,BPL
10 Supply, Installation testing and commissioning of telephone Tag
block Krone connector with enclosure and lock complete
100 Pair Each 1

23 | P a g e
11 (SOR Providing & Laying 4 pair shielded 0.5mm PVC insulated copper Per 1
No. : conductor un-armoured Cat-6 computer cable FR in existing surface / Mtr.
38.11) concealed steel / PVC conduit / Casing-N-Capping as required.
12 Providing & laying following pair of 0.5 mm size solid annealed
Copper conductor PVC insulated telephone cable as per DOT
Specifications in existing surface / concealed steel / PVC Conduit /
Casing-N-Capping as required.
(SOR No. 2 Pair Per 1
: 38.2.2) Mtr.
13 Providing & laying of .5 mm Copper conductor PVC telephone cable Per 1
of 5 Pair Mtr.
14 (S.O.R. Supplying and fixing PVC conduit ISI marked along with the
No. : 16) accessories in concealed system etc. as required
(S.O.R. PVC . Conduit 25 mm (HMS) Per 1
No. : 16.2) Mtr.
15 Providing & Laying of fire proof DLP Trucking with cover of size Per 1
80mm X50mm Mtr.
16 Providing & Laying of MS Cable Tray of Size 300mm X 80mm with Per 1
Hardware for Hanging arrangement Mtr.

24 | P a g e
PA System
S. No. Item Description Unit Qty Rate
1 Providing & Fixing of 120 Watts Booster Amplifier with Voltage : 230 Each 1
VAC ±10%, 50/60 Hz, Inrush current : 8 , Max power consumption :
400 VA, Output power (rms/maximum) : 120 / 180 W, Frequency
response 50 Hz to 20 kHz (+1 / -3 dB at -10 dB ref. rated output),
Distortion <1% at rated output power, 1 kHz
S/N (flat at max volume) >90 dB.
Make : Bosch / Martin Audio / Crown
2 Providing & Fixing of 240 Watts Booster Amplifier with Voltage : 230 Each 1
VAC ±10%, 50/60 Hz, Inrush current : 9A , Max power consumption :
760 VA, Output power (rms/maximum) : 240 / 360 W, Frequency
response 50 Hz to 20 kHz (+1 / -3 dB at -10 dB ref. rated output),
Distortion <1% at rated output power, 1 kHz, S/N (flat at max volume)
>90 dB.
Make : Bosch / Martin Audio / Crown
3 Providing & Fixing of Plena Booster Amplifier of 480 Watts with Each 1
Frequency Response : 60Hz to 15kHz (+1/-3dB), Impedance : 20 Kohm,
Sensitivity : 1.0V balanced, S/N Ratio : > 80 dB.
Make : Bosch / Martin Audio / Crown
4 Providing & Fixing of Special Music Speakers with 6 Watts RMS output
with Line Matching Transformer with max. Power : 9 Watts, Rated
Power : 6 Watts (6-3-1.5), Effective frequency range (-10dB) : 200 Hz -
15000Hz, Rated Voltage : 100 V, Rated impedance : 1667 ohm

A) Ceiling Speaker Each 1


B) Wall Mount Speaker Each 1
Make : Bosch / Martin Audio / JBL
3 Providing & Fixing of Volume Control knob Each 1
4 Providing & Fixing of Six-zone Plena System pre-amplifier, with single Each 1
or dual channel operation,
Two input channels for call stations, Frequency
Response : 50 Hz to 20 kHz (+1 / -3dB), Distortion : <(><<)>0.5% "
Make : Bosch (LBB1925/10) / Brahler / Beyer
Dynamic
5 Providing & Fixing of Stylish Plena six-zone call Each 1
station, intended for LBB 1925/10 system
pre-amplifier having voltage range : 18 to 24V (24V supplied by LBB
1925/10), current
consumption : <(><<)> 30mA, nominal
sensitivity : 85 dB SPL, Frequency Response :
100Hz to 16 KHz.

25 | P a g e
Make : Bosch (LBB1946/00) / Brahler / Beyer
Dynamic
6 Providing & Fixing of Paging Microphone (Table Top Microphone), Each 1
high-quality tabletop unidirectional condenser microphone for making
calls and announcements in a public address system. Phantom power
supply - Voltage range: 12 to 48 V, Current consumption : <8 mA,
Frequency response : 100 Hz to 16 kHz, Output impedance : 200 ohm.
Make : Bosch / AKG / Sennheiser
7 (SOR Providing & Fixing of 6U cabinet 371.30X600X500, wall mounting Each 1
No. with power supply and fan etc.
38.15.1)

8 Providing & Laying of 48/0.2 mm 2-core sheathed copper special Per 1


Speaker Cable Mtr.
Make: Krystal / RR/ Finolex
9 Supplying and fixing PVC conduit ISI marked along with the
(S.O.R. accessories in concealed system etc. as required
No. :
16)
(S.O.R. PVC . Conduit 25 mm (HMS) Per 1
No. : Mtr.
16.2)

26 | P a g e
Conference Room
S. No Item Description Unit Qty Rate

.
1 Providing & Fixing of following units for Conference System

(a) Delegate Unit Long Microphone with Microphone stem length - 488mm Each 1
(19.2 inch), DC Supply 24V ± 1V typical, frequency response : 125 Hz
to 12.5 KHz
Make : NX Audio / Bosch (CCS700-CCSE-DL) / AKG (Harman Pro) /
Philips

(b) Chairman Unit Microphone with Microphone stem length - 488mm Each 1
(19.2 inch) has a prioirity switch facility with DC Supply 24V ± 1V
typical, frequency response : 125 Hz to 12.5 KHz.
Make : NX Audio / Bosch (CCS700-CCSE-CML) / AKG (Harman Pro)
/ Philips

(c) Power Supply Unit (Conference Controller) with Mains Voltage : 100 to Each 1
240VAC ± 10%.

Make : NX Audio / Bosch (CCS700-CCSE-CU) / AKG (Harman Pro) /


Philips

2 Providing & Fixing of 12 Watt Cabinet Loudspeaker with Rated Each 1


power(PHC) : 12 W (12-6-3), Effective frequency range (-10 dB) : 200-
1500 Hz, Rated voltage : 100 V,
Rated impedance : 1667 ohm.
Make : Bosch / Martin Audio / JBL

3-A) Providing & Fixing of 120 Watt Mixing Amplifier with Frequency Each 1
response (Line) : 60 Hz to 20 kHz (+1/-3 dB @ -10 dB ref. rated output),
Power consumption : 400VA, Bass / Treble Control : Max. ± 8 dB,
Impedance : >1 kohm (mic.); A3 >5 kohm (line)
Make : Bosch / Martin Audio / Crown

27 | P a g e
3-B) Providing & Fixing of Amplifier 240 / 250 Watts RMS Amplifier with 6 Each 1
Mic. / 1 Aux. Input .

Make : Bosch / Martin Audio / Crown

4 Providing & Fixing of CD / Cassette Deck Player / Blue Ray Player Each 1

5 Providing & Fixing of 4000 Ansi – Lumen Projector with Each 1

Technology : Digital Light Processing

Min Brightness : 4000 Ansi Lumens

Min Contrast Ratio : 3000:1

Image Size : 0.78 - 9.38m (30.79"-369.43” ) Diagonal 4:3

Native Resolution : XGA (1024 x 768)

Video Compatibility : PAL, SECAM 576i/p, NTSC 480i/p, HD


720p/1080i/1080p

Aspect Ratio : Native 4:3, Compatible 16:9

Power Supply : 100 - 240V, 50 - 60Hz

Make : Optoma / Infocus / L.G.

28 | P a g e
6 Providing & Fixing of 8’X6’ Matt finish Motorized Screen. Each 1

Make : Star Screen / Liberty / Suvira

7 Providing & Fixing of Ceiling Mount Kit Each 1

8 Providing & Fixing of Cable Cubby for access to A/V, Power Data & Each 1
video Connections including architectural adapter plates. Designed to
mount discretely into a table, cable slide in out for easy access, one AC
power outlet, Lid slides down in to enclosure, LAN connectivity, Audio
Connectivity.
9 Providing & Laying of HDMI Cable of 20 Mtrs. Each 1

10 Electronic Podium with all accessories Each 1

11 Providing & Laying of 48/0.2 mm 2-core sheathed copper special Per 1


Speaker Cable Mtr.

12 PWD SOR No. 16 Supplying and fixing PVC conduit ISI marked along
with the accessories in concealed system etc. as required

PWD SOR No. 16.2 PVC . Conduit 25 mm (HMS) Per 1


Mtr.

29 | P a g e
EPABX SYSTEM
S. No. Item Description Unit Qty Rate
1 (S.O.R. Supply, installation, testing and commissioning of EPABX
43.A.1 System consist, No. of extension, No. of Junction, No. of
Expandable ports, Operator Console. Current on max. load
with ISDN compatible of approved make and labor as required
as per Specifications.
(S.O.R. EPABX consists of 48 nos. extensions, 8 nos. junctions, & up Each 1
43.A.1.2 to 96 nos. expandable ports with one Operator Console. 2 amp.
Max. Current
2 (S.O.R. Supplying & Fixing of Float cum Boost charger for EPABX
43.A.2 system of approved make with all necessary material as
required as per specifications.
43A.2.1 10 Amp., 48 V float cum boost charger Each 1
3 (S.O.R. Supplying & Fixing of Essential additional Accessories to
43.A.3) EPABX System of approved make with all necessary material
as required as per specifications.
a)S.O.R. EPABX - Operator Console Each 1
No.
43.A.3.4
b) S.O.R. EPABX System Digital Line Card 8 line Each 1
No.
43.A.3.9
c) S.O.R. 4 Push Button CLI Phone Each 35
No.
43.A.3.10

30 | P a g e
LED
S. Item Description Qty. Unit Rate
No.

1-a) Providing & Fixing of 55" LED T.V. Each 1


(Make : Sony / Equivalent)
2-b) Providing & Laying of HDMI Cable of 10 Mtr. Each 1
(Make : Chetan)
2-a) Providing & Fixing of 55" LED Display (Panel) with Screen size : 55", Each 1
Aspect ratio - 16:9, Resolution : 1920 x 1080 (FHD), Brightness (cd/m2) :
400, Contrast Ratio -1,300:1, 500,000:1 (DCR), Viewing Angle : 178 X
178 deg.
Make : LG / Sony / NEC

31 | P a g e
ACCESS CONTROL SYSTEM
S. Item Description Unit Qty Rate
No
1 Providing & Fixing of Fingerprint / Time Access Machine 2,000 Each 1
(Finger / Card / Password)
Transaction Log capacity : 120000,
Sensor type : Optical Sensor,
Card Reader : 125kHz EM / 13.56 MHz, Mifare LCD display : 2.4"
TFT color screen 320x240 pixel, Interface : TCP/IP, USB (host n
slave),
Wiegand 26-bit 1x In, 1x Out
Voice instruction 16-bit Hi-Fi voice & sound indication Language
English Verification time
Professional Access Control
Make : Time Watch / Virdi / Spectra
2 Providing & Fixing of Software for Time Access Machine Each 1

3 Providing & Fixing of 12V 4 amp. Power Supply for the System. Each 1
Make: Proton / Time watch / Virdi
4 Providing & laying of 8X.75 Sq mm Cable for Communication . Per 1
Mtr.
5 Providing & Fixing of 600 LBS Lock. Make : EL Each 1

6 Providing & Fixing of Press to Open Switch. Each 1


Make : Proton / Time watch / Virdi
7 Face and Finger Biometric Attendance machine with installation, Each 1
required software and accessories. 2 hr Battery backup,
8 Logitech BCC950 HD small video Conference setup with Each 1
Webcam, mic and other accessories

Note:
• Rate will be excluding of all applicable taxes.
• The rates are to be quoted item wise and shall be valid for 12 months. if any item will
be require than the work will be given to that vendor whose rates are minimum.
• If there is any query then send it to [email protected] before 20-09-2019

32 | P a g e
33 | P a g e

You might also like