0% found this document useful (0 votes)
139 views6 pages

Contract: Buyer Details Organisation Details

The document details a contract for the purchase of 16 desktop computers with specifications like Intel Core i5 processors, 8GB RAM, 1000GB HDD, Windows 10 Professional by Uttar Pradesh Police from DIGIZONE. The total order value is Rs. 958,352. Delivery to be completed by January 3, 2021.

Uploaded by

PANKAJ SAXENA
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)
139 views6 pages

Contract: Buyer Details Organisation Details

The document details a contract for the purchase of 16 desktop computers with specifications like Intel Core i5 processors, 8GB RAM, 1000GB HDD, Windows 10 Professional by Uttar Pradesh Police from DIGIZONE. The total order value is Rs. 958,352. Delivery to be completed by January 3, 2021.

Uploaded by

PANKAJ SAXENA
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
You are on page 1/ 6

Contract Contract No: GEMC-511687730102904

Generated Date:19-Nov-2020
Bid/RA/PR No:GEM/2020/B/862737

Organisation Details Buyer Details


Type: State Government Name: Brijesh Kumar Singh
Ministry: - Designation: additional suprintendent of police
Department: Home Department Uttar Pradesh Contact No.: -
Organisation Name: Uttar Pradesh Police Email ID: [email protected]
Office Zone: Adg Office Kanpur Zone GSTIN: N
sp office lalitpur,
Address:
LALITPUR, UTTAR PRADESH-284403, India

Financial Approval Detail Paying Authority Details


IFD Concurrence: No Name: Brijesh Kumar Singh
Designation of Administrative Approval: sp Designation: additional suprintendent of police
Designation of Financial Approval: sp lalitpur Email ID: [email protected]
GSTIN: N
sp office lalitpur,
Address:
LALITPUR, UTTAR PRADESH-284403, India

Seller Details
Company Name: DIGIZONE
Contact No.: 09935497000
Email ID: [email protected]
C- 187,Nirala Nagar,
Address:
Lucknow, UTTAR PRADESH-226020, -
MSME verified: Yes
MSE Social Category: General
MSE Gender: Male
GSTIN: 09AAFFD1971Q1ZV

*GST / Tax invoice to be raised in the name of - Buyer

Product Details
Price
Category Ordered
# Item Description Model HSN Code Unit (Inclusive of all Duties
Name Quantity
and Taxes in INR)
acer Intel Core i5 9400 8 GB/ 1000 GB HDD/ Desktop Veriton HSN not specified
1 16 pieces 958,352
Windows 10 Professional Computers M200-H310 by seller

Total Order Value (in INR) 958,352

Consignee Detail

Lot Delivery Delivery To Be


S.No Consignee Item Quantity
No. Start After Completed By
Name: Brijesh Kumar Singh
Designation: -
Email ID: [email protected]
Contact: - acer Intel Core i5 9400 8 GB/ 1000 GB HDD/
1 - 16 19-Nov-2020 03-Jan-2021
GSTIN: N Windows 10 Professional
Address: sp office lalitpur,
LALITPUR, UTTAR
PRADESH-284403, India

Product Specification for acer Intel Core i5 9400 8 GB/ 1000 GB HDD/ Windows 10 Professional

Specification Sub-Spec Value


Chipset Series Intel H Series
Expansion Slots (PCIe x 1) (Number) 0

Chipset Number Intel H310

Motherboard Expansion Slots (PCIe x 4) (Number) 0

Expansion Slots (PCIe x 16) (Number) 1

Expansion Slots (PCI) (Number) 0

Expansion Slots (M Dot 2) 1

Processor Make Intel

Processor Generation 9

Number of Cores per Processor 6

Processor Base Frequency (GHz) 2.9


Processor
Processor Description Intel Core i5

Processor Number Intel Core i5 9400

Out of Band Management NA

Cache (MB) 9

Graphics Type Integrated

Graphic Card Description NA


Graphics
Size of Memory in Case of Dedicated Graphic Card (GB) 0

Size of VRAM in case of Integrated Graphics (MB) 0

Operating System (Factory Pre-Loaded) Windows 10 Professional

Operating System Recovery Image Media Stored in Partition of the Hard Disk

OS Certification Windows

Type of RAM DDR4

RAM Size (GB) 8

RAM Speed (MHz) 2666


Memory
Total Numbers of DIMM Slots Available 2

Number of DIMM Slots populated 1

RAM Expandability up to( using spare DIMM Slots in GB) 32

Total Number of Internal Bays available 2

Number of 2 point 5 inches internal Bays 1

Number of 3 point 5 inches Internal Bays 1

Number of 2 point 5 Inches Internal Bays Populated 0

Number of 3 point 5 Inches Internal Bays Populated 1

Type of Drives used to populate the Internal Bays HDD

Number of Internal Bays populated with HDD 1

Capacity of each HDD (GB) 1000 @7200 rpm

Total HDD Capacity (GB) 1000

Storage Number of Internal Bays populated with SSD 0

Capacity of each SSD (GB) 0

Total SSD Capacity (GB) 0

Number of Internal Bays populated with SSHD 0

Capacity of each SSHD (GB) NA


Total SSHD Capacity in addition to 8 GB Flash (GB) 0

Number of Internal Bays populated with SSED 0

Capacity of each SSED (GB) 0

Total SSED Capacity (GB) 0

Optane Memory (GB) 0

Cabinet Form Factor Tower (13.1 to 26 Litres)

Cabinet Volume (Litres) 26

External Bays (Number) 1

Optical Drive DVD R/W

Cabinet Internal Speaker No

Audio-in Yes

Audio-out Yes

Headphone out Yes

Microphone-in Yes

Wireless Connectivity No

If Yes, Type of Wireless Connectivity NA

Number of Ethernet Ports 1


Connectivity
Type of Ethernet Ports 10/100/1000 on board Integrated Gigabit Port

Bluetooth Connectivity No

If Yes, Version of Bluetooth Available 0

Number of USB Version 2 Point 0 Ports 4

Number of USB Version 3 point 0 / 3 point 1, Gen 1 Ports 4

Number of USB Version 3 point 1, Gen 2 Ports 0

Number of USB Type C Ports 0

Ports Number of Serial Ports 0

Number of Parallel Ports 0

Number of VGA Ports 1

Number of HDMI Ports 1

Number of DP Ports 0

Model of the Monitor OEM

Monitor Technology TN

LED Backlit Monitor Size (INCHES) 21.5

Monitor Resolution (PIXELS) 1920x1080

TCO Certification for Monitor NA

Number of VGA Ports in the Monitor 1


Monitor
Number of HDMI Ports in the Monitor 0

Number of Display Ports in the Monitor 0

Availability of Webcam integrated with Monitor No

If Yes, Resolution of Webcam NA

Availability of Speakers integrated with Monitor No

If Yes, Number of Speakers available 0


Power Supply Capacity (Watt) 250
Power
Minimum Power Efficiency Range (%) 85 - 89

ROHS Compliance Yes


Certification
BEE / Energy Star for the given Model Yes

Mouse Connectivity Wired

Type of Mouse Optical Scroll


Input Devices
Keyboard Connectivity Wired

Type of Keyboard Standard

Minimum Operating Temperature 10

Maximum Operating Temperature 40


Operating Conditions
Minimum Operating Humidity (%RH) 10

Maximum Operating Humidity (%RH) 90

Warranty On Site OEM Warranty (Year) 3

Terms and Conditions

1. Special terms and conditions

1.1 As per notification of MEITY circulated vide letter no. F.No.33(1)/2017-IPHW..dated :14/09/2017, the minimum local content should be 45.percent to qualify as
local or domestic manufacturer.\n\nSeller has to ensure that operating system software etc comes preloaded with machine from respective OEM . Any deviation in
respect of genuinity and authenticity of OS will attract severe penalty on part of seller as law of the land and contractual provisions. Buyer are also requested to verify
the key no of OS etc with server of Microsoft/Linux before accepting machines to avoid complexity at latter stage.

2. General Terms and Conditions

2.1 This Contract between the Seller and the Buyer, is for the supply of the Goods and/ or Services, detailed in the schedule above, in accordance with the General
Terms and Conditions (GTC) as available on the GeM portal (unless otherwise superseded by Goods / Services specific Special Terms and Conditions (STC) and/ or
BID/Reverse Auction Additional Terms and Conditions (ATC), as applicable

2.2 Terms of delivery: Free Delivery at Site including loading/unloading. In respect of items requiring installation and / or commissioning and other services in the
scope of supply (as indicated in respective product category specification / STC / ATC), and the cost of the same is also included in the Contract price.

2.3 Delivery period: The Delivery Period/Time shall be essence of the Contract and delivery must be completed not later than such date(s). Any modification thereto
shall be mutually agreed and incorporated in the Contract as per the provisions of the GTC.

2.4 Performance Security: If the Seller fails or neglects to observe or perform any of his obligations under the contract it shall be lawful for the Buyer to forfeit either
in whole or in part, the Performance Security furnished by the Seller.

2.5 Taxes and Duties: Contract Prices are all inclusive i.e. including all taxes, duties, local levies / transportation / loading-unloading charges etc. Break up of GST
shall be indicated by the Seller while raising invoice / bill on GeM. While submitting the bill / invoice Seller shall undertake that the Goods and Services Tax (GST)
charged on this bill is not more than what is payable under the provision on the relevant Act or the Rules made there under and that the Goods on which GST has
been charged have not been exempted under the GST Act or the Rules made there under and the charges on account of GST on these goods are correct under the
provision of that Act or the rules made there under.

2.6 Octroi Duty and / or other local taxes: Contract Prices are all inclusive hence no reimbursement over and above the contract price(s) shall be allowed to seller
towards payment of local taxes (such as levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies etc).

2.7 Limitation of Liability: The provisions of limitation of liability between Buyer and Seller as given in the GTC shall be applicable here.

2.8 Resolution of disputes: The provisions of DISPUTE RESOLUTION BETWEEN BUYER AND SELLER as given in the GTC shall be applicable here.

2.9 Liquidated Damages: If the Seller fails to deliver any or all of the Goods/Services within the original/re-fixed delivery period(s) specified in the contract, the Buyer
will be entitled to deduct/recover the Liquidated Damages for the delay, unless covered under Force Majeure conditions aforesaid, @ 0.5% per week or part of the
week of delayed period as pre-estimated damages not exceeding 10% of the contract value without any controversy/dispute of any sort whatsoever. In case, Service
Level Agreement (SLA) is applicable the same shall be applicable for the Contract.

2.10 Financial Certificate:

2.10.1 The expenditure involved for this purpose has received the Sanction of the competent financial authority.
2.10.2 The funds are available under the proper head in the sanction budget allotment for the concern financial year.

2.10.3 I have been fully authorized by the department to sign the supply order or incur the liability of the Goods being ordered.

2.11 The bidder should submit a self declaration to the effect in bidder's official letter head that their agency have not been black listed by any Agency whatsoever till
date.

3. Additional Terms and conditions

3.1 Scope of supply (Bid price to include all cost components) : Supply Installation Testing and Commissioning of Goods

3.2 Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the previous financial
year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate from the
Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution /
incorporation of the bidder is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.

3.3 OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product during the last three years, ending on 31st March of
the previous financial year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of
constitution / incorporation of the OEM is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be
taken into account for this criteria. In case of bunch bids, the OEM of CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

3.4 IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a registered office in India to provide after sales service
support in India. The certificate to this effect should be submitted.

3.5 Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each Consignee's Location in case of carry-in warranty. (Not
applicable in case of goods having on-site warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have to establish one
within 30 days of award of contract. Payment shall be released only after submission of documentary evidence of having Functional Service Centre.

3.6 Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free Telephone No. for Service Support.

3.7 Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers for Service Support.

3.8 ISO 9001: The bidder must have ISO 9001 certification.

3.9 Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer's Lab & the Results of the Lab will be the Sole Criteria for
Acceptance of the Item.

3.10 The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test certificate, approval certificates and other certificates as
prescribed in the Product Specification given in the bid document.

3.11 Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the Bid document, ATC and Corrigendum if any.

3.12 The Bidder / OEM {themselves or through reseller(s)}, should have executed project for supply and installation / commissioning of same or similar Category
Products during preceding 3 financial years (i.e. current year and three previous financial years) as on opening of bid, as per following criteria:

(i) Single order of at least 35% of estimated bid value; or


(ii) Two orders of at least 20% each of estimated bid value; or
(iii) Three orders of at least 15% each of estimated bid value.
Satisfactory Performance certificate issued by respective Buyer Organization for the above Orders should be uploaded with bid. In case of bunch bids, the Category
related to primary product having highest bid value should meet this criterion

3.13 Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid, Manufacturers Authorisation Form (MAF)/Certificate with OEM
details such as name, designation, address, e-mail Id and Phone No. required to be furnished along with the bid.

3.14 Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers can match and verify the Data Sheet with the product
specifications offered. In case of any unexplained mismatch of technical parameters, the bid is liable for rejection.

3.15 Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly, manufactured and supplied same or similar Category
Products to any Central / State Govt Organization / PSU / Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be submitted
along with bid in support of having supplied some quantity during each of the year. In case of bunch bids, the primary product having highest value should meet this
criterion.

3.16

Malicious Code Certificate:

The seller should upload following certificate in the bid:-


(a) This is to certify that the Hardware and the Software being offered, as part of the contract, does not contain Embedded Malicious code that would activate
procedures to :-
(i) Inhibit the desires and designed function of the equipment.
(ii) Cause physical damage to the user or equipment during the exploitation.
(iii) Tap information resident or transient in the equipment/network.
(b) The firm will be considered to be in breach of the procurement contract, in case physical damage, loss of information or infringements related to copyright and
Intellectual Property Right (IPRs) are caused due to activation of any such malicious code in embedded software.

3.17 OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up to 25 percent at the time of placement of contract.
The purchaser also reserves the right to increase the ordered quantity by up to 25% of the contracted quantity during the currency of the contract at the contracted
rates. Bidders are bound to accept the orders accordingly.

3.18 ISO 27001: 2018 for Information Technology Services.

3.19 Bidder financial standing: The bidder should not be under liquidation, court receivership or similar proceedings, should not be bankrupt. Bidder to upload
undertaking to this effect with bid.

Note: This is system generated file. No signature is required. Print out of this document is not valid for payment/ transaction purpose.

You might also like