0% found this document useful (0 votes)
14 views26 pages

1 AIOrebid

Uploaded by

Ashim Sahu
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)
14 views26 pages

1 AIOrebid

Uploaded by

Ashim Sahu
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/ 26

RE-BID DOCUMENT

(BID NO: GEM/2023/B/3414844)


for

Supply & Installation of Desktop Computers


(All-in-One) and Accessories
At
Intellectual Property Offices (IPO)
Under
Office of the Controller General of Patents, Designs and
Trademarks (CGPDTM)

Tel No.: 022-24159192/24159194/24130387

Email: tenderenquiry.ipo@gov.in
Website: https://www.gem.gov.in/

1
Introduction
On behalf of The President of India, digitally signed online e-bidders are invited for Supply and
Installation of Desktop Computer (All-in-One) and Accessories by Controller General of Patents Designs
and Trade Marks (here after called CGPDTM), Mumbai, online bids are invited under Two Stage
Bidding System from Established/Reputed Agencies based in India through GeM- bidding process for
Supply and Installation of Desktop Computer (All-in-One) and Accessories to Intellectual Property Offices
(IPOs) under the administrative control of O/o CGPDTM, Mumbai.
TABLE-1

GeM Bid ID No. Description Estimated Bid Value EMD@5% (INR)


Supply and Installation Rs. 0.54 (values in
of 1200 Desktop Crs.) in the form of
Computer (All-in- 10.80 (values in Crs.) Bank Guarantee on
One) and Accessories GeM portal in the
in all prescribed format*
IPOs under the
administrative control
of O/o CGPDTM,
Mumbai
* Scanned copy of the same (EMD) shall be uploaded by Seller in the online bid and hard copy of the same will have to be
submitted directly to the Buyer within 5 days of bid opening date (GeM 3.0 terms & conditions).

Bidders can download complete set of bidding document from GeM portal. The e-bid notice and
Bid documents are also available on our website: www.ipindia.nic.in. Bidders have t o submit
the bids online by uploading all the required documents through Gem portal.
S.No Parameter Dates
1. Date of publication of Bid GEM/2023/B/3414844 04.05.2023
2. Date of publication of Re-Bid 14.06.2023
3. Bid Closing Date 23.06.2023
4. Opening of technical Bid To be informed through GeM to the
Technically Qualified Bidders with at
least two days’ time for representation
as per term & conditions of GeM
5. Opening of Financial Bid -do-
The re-bid is published in continuation of earlier BID NO: GEM/2023/B/3414844 incorporating the
corrigendum issued after pre-bid meeting. No pre-bid meeting as it is re-bid for the earlier published
bid i.e. BID NO: GEM/2023/B/3414844. Bids shall be accepted only through online mode (GeM).
Manual bids will not be accepted under any circumstances. The CGPDTM reserves the right to
accept or reject any quotation in full or part thereof without assigning any reason.
Note: Non- submission of the required documents by any bidder will summarily be rejected
from the bidding process.
2
Disclaimer

This re-bid is not an offer by the O/o CGPDTM, Mumbai but an invitation to receive offer from
vendors/bidders. No contractual obligation whatsoever shall arise from the bidding process
unless and until a formal contract is signed and executed by duly authorized Officers of the O/o
CGPDTM, Mumbai with the vendor/ bidder.

Clarification of bidding documents

A prospective bidder requiring any clarification of the bidding documents shall contact the service
receiver in writing at the following e-mail address i.e.
Email: tenderenquiry.ipo@gov.in
Office Landline no.: 022-24159192/ 24159194/ 24130387

The receiver will respond in writing (e-mail/website/GeM) to any request for clarification,
provided that such request is received well within the time specified for submission of queries. No
queries will be responded to after this day.

3
Re-Bid for Supply and Installation of 1200 Desktop Computer (All-in-One) and
Accessories at Intellectual Property Offices at Delhi, Mumbai, Kolkata, Chennai,
Nagpur, and Ahmedabad.

1. GENERAL

The Office of the Controller General of Patents, Designs & Trade Marks
(CGPDTM) (hereafter called as Office) is located at Mumbai, Maharashtra. The Head
Office of the Patent office is at Mumbai and its Branch offices are located at Chennai, New
Delhi and Kolkata. The Head Office of the Trade Marks Registry is at Mumbai and its
Branches are located in Kolkata, Chennai, Ahmadabad and New Delhi. The IPR Archives is
located at Ahmadabad in the TM Registry. The Design Office is located at Kolkata in the
Patent Office. The Offices of The Patent Information System (PIS) and Rajiv Gandhi National
Institute of Intellectual Property Management (RGNIIPM) are at Nagpur. The
Semiconductor Integrated Circuits Layout Design Registry (SICLDR) is located at Delhi in
the Patent Office. The Copyright Office is located at Delhi in the Trade Marks Registry. The
Controller General supervises the working of the Patents Act, 1970, as amended, the
Designs Act, 2000, the Trade Marks Act, 1999, the SICLD Act, 2000, the Copyright Act,
1957and also renders advice to the Government on matters relating to these subjects. In order
to protect the Geographical Indications of goods a Geographical Indications Registry has
been established in Chennai to administer the Geographical Indications of Goods
(Registration and Protection) Act, 1999 under the CGPDTM.

Bids are hereby invited by the Controller General of Patents, Designs and Trademarks
(here after referred to as CGPDTM) on behalf of the President of India from reputed and
experienced Companies/Firms/Agencies providing Supply and Installation of Computer Systems
and Accessories in Intellectual Property Offices located at the locations mentioned below.

4
5
2. PARTICULARS OF THE BID

(a) NAME AND ADDRESS OF THE AUTHORITY:


The Controller General of Patents, Designs and Trademarks,
Boudhik Sampada Bhawan, S. M. Road, Antop Hill,
Mumbai- 400 037.

(b) ADDRESS FOR THE DISTRIBUTIONOF BID DOCUMENT:


The specification can be downloaded from the following websites: http://www.gem.gov.in

(c) COST OF BID:


(i) BID FEES:
Document is available online and no hardcopy shall be supplied by office. Hence as
per directions of procurement policy of Government of India, no bid fee should be
charged by department.
(ii) EARNEST MONEY DEPOSIT (EMD):
The Earnest Money Deposit (EMD) of Rs. 54,00,000/- (Rupees Fifty Four Lakh
only), (refundable without interest) shall accompany the Pre-qualification Bid of the
Bidder in the form of bank guarantee the format specified on GeM portal failing
which the bid shall be rejected summarily.
The EMD of Unsuccessful bidders shall be released after the work order is placed to
the successful bidder.
Scanned copy of the same (EMD) shall be uploaded by Seller in the online bid and
hard copy of the same will have to be submitted directly to the Buyer within 5 days
of bid opening date (GeM 3.0 terms & conditions).
EMD exemption as per GeM GTC: According to the GFR and OM of the Indian
government, startups and MSME are free from EMD.
(iii) PERFORMANCE SECURITY DEPOSIT:
On receipt of the Letter of Acceptance of Bid from the O/o CGPDTM, the successful
Bidder should give a Performance Guarantee in the form of bank guarantee as per
GeM format in favour of “The Controller of Patents” payable at Mumbai from State
Bank of India/any Nationalized Bank or from any Scheduled Bank, amounting to
10% of the total contract/PO value. Performance Guarantee shall be released after
satisfactory completion of the maintenance period and on expiry of the warranty
period and issue of the certificate of final acceptance of the entire system without any
fault of services.
6
(d) ADDRESS OF THE OFFICES for DELIVERY (Annexure-VI):

I. Delhi: Patent, Trademarks, SICLDR & Copyright Office:

Boudhik Sampada Bhavan, Plot No 32, Sector 14, Dwarka New Delhi- 110 078. Phone:
011-25300200, 28034315, Fax No. 011-28034301/02 E-mail: delhi-patent@nic.in

II. Mumbai: O/o CGPDTM (HQ), Patent & TMR:

Boudhik Sampada Bhawan, S. M. Road, Antop Hill, Mumbai - 400 037 Phone:+91-22-
24159196, +91-22-24101145, +91-22-24101147; Fax: 022-24130387 Email: mumbai-
patent@nic.in

III. Chennai: Patent, TMR & GIR:

Intellectual Property Building G.S.T. Road, Guindy, Chennai-600032 Phone: 044-


22505280, 90; Fax: 044-22502066 Email: chennai-patent@nic.in
IV. Kolkata: Patents & Designs:

Boudhik Sampada Bhawan, CP-2 Sector V, Salt Lake City,Kolkata-700091 Phone:+91-


33-23679101, +91-33-22905973; Fax: 033-23671988 Email: kolkata-patent@nic.in

V. Kolkata: TMR (No Delivery):

TMR, Kolkata MSO 2 Build. 7th Floor Nizam Palace, Kolkata-20

VI. Nagpur: PIS/RGNIIPM:

Rajiv Gandhi National Institute of Intellectual Property Management, 03, Hislop College
Road, Civil lines, Near Nagpur University, Nagpur, Maharashtra – 440001 Phone: 0712-
2540922; Fax: 0712 - 2542955 / 2540916; Email: nagpur-patent@nic.in

VII. Ahmedabad: TMR & IPR Archives:

Trademarks Registry, Ahmedabad Boudhik Sampada Bhawan, Near Chanakyapuri


overbridge, Besides AMC City Civic Centre, ghatlodia, Ahmedabad – 380061,
Phone:079-27601782; Fax: 079-27601779; Email: ahmedabad-patent@nic.in

7
3. Request for bid on GeM:

The agencies/parties interested in responding to this RFB must submit their bids online using
GeM portal (gem.gov.in) in the prescribed formats along with all necessary documents and
information requested herein.

Financial bids for only those bidders will be opened who are declared qualified in technical
evaluation. The date and time for opening of financial bids shall be separately notified on GeM Portal
(gem.gov.in.). O/o CGPDTM may seek any further clarification or documents as required.

All details regarding the subject RFB are available on websites: www.gem.gov.in,
https://ipindia.gov.in. Prospective bidders are therefore requested to visit above mentioned websites
regularly to keep themselves updated. O/o CGPDTM shall not be liable to send any individual
information or issue a public notice.

A. ELECTRONIC SUBMISSION OF BIDS:

i. Bids against this RFB shall be received only electronically through the GeM Portal
(www.gem.gov.in). No bids shall be accepted in hard copy or in any other form.
ii. For submission of e-bids, bidders are required to get themselves registered with gem.gov.in
website.
iii. The bid will be submitted online in two Electronic Envelop systems.
a) Electronic Envelope No-I: - Eligibility documents & Technical Bid (Annexure-III).
b) Electronic Envelope No-II: - Price Bid (Annexure-I).
iv. The Earnest Money Deposit (EMD) is required to be submitted in the form of bank guarantee in the
format specified on GeM portal, failing which the bid shall be rejected summarily.
v. Scanned copy of the same (i.e. point (iv)) shall be uploaded by Seller in the online bid and hard
copy of the same will have to be submitted directly to the Buyer within 5 days of bid opening date
(GeM 3.0 terms & conditions).

vi. On Line bid can only be submitted after uploading following valid scanned documents (i.e. e-
8
Envelope-I) related to eligibility conditions up to Last date and time of online
submission/uploading of bid.
vii. Validity of bid shall be for 90 days from the date of opening of bid.
viii. The bidding process will be accepted only through GeM portal. As bidders are invited
through e-Bidding process, physical copy of the bid document would not be available for sale.
Bidder can upload documents in the form of JPG format, PDF format and any other format as
permissible by the GeM portal.
For any queries relating to the process of online bid submission or queries relating to GeM Portal
(gem.gov.in), Bidder may contact GeM Helpdesk Mail: gem[at]gov[dot]in; Toll Free Numbers:
1800-419-3436;1800-102-3436.
ix. The envelope containing the EMD and undertaking along with Covering Letter mentioning the
details of Bidder Company on the company’s Letter head should be sealed and super-scribed as
“Desktop Computers All In One of Intellectual Property Offices” and submitted physically to O/o
CGPDTM, Mumbai (Address: Boudhik Sampada Bhawan, S. M. Road, Antop Hill, Mumbai - 400
037). The O/o CGPDTM will not responsible if Bidder document not submitted to office or delay in
delivery.
x. Bids and undertaking for the said bid if not received within timelines as prescribed in bid
document (other than the exempted cases) in the prescribed manner shall be rejected summarily.
xi. O/o CGPDTM shall not be responsible for non-receipt/non/delivery/delayed receipt of the EMD
due to any reason whatsoever.
xii. EMD shall not carry any interest and EMD of unsuccessful bidders shall be returned after
Award of Contract to the Successful Bidder. EMD of the successful bidder shall remain with O/o
CGPDTM, Mumbai and shall be returned after expiry of the contract without interest within a period
of two months.
xiii. The bidders availing exemption under MSME / Startup as defined in MSE Procurement Policy
issued by Department of Micro, Small and Medium Enterprises (MSME) or are registered with the
Central Purchase Organization or the concerned Ministry or Department or Startups (as defined by
Department of Industrial Policy and Promotion) are required to submit documentary proof for
claiming such exemption subject to meeting of quality & technical specifications. Relevant
documentary proof should be submitted by the bidder for claiming such relaxation to the office
before closing date of bid.
9
B. BID DETAILS:

Bidders are required to furnish the rates including all taxes/GST etc., strictly in the prescribed
Performa of Financial bid. Financial bid shall contain price only and no other documents shall be
enclosed with the financial bid.

C. ELIGIBILITY CRITERIA FOR OEM:

a) The Equipment offered by the OEM or equipment of the same series/family from the same OEM
should have been satisfactorily working in Ministry/Departments of Govt. of India/Central PSUs/
Nationalized Banks/State Govt. Departments Autonomous/Statutory Bodies/ Corporations in India.
The certificates from the actual users will have to be submitted online.
b) The original equipment manufacturers shall possess ISO Certificate for their establishment. The copy
of the valid ISO Certificate shall be placed with the Technical Bid.
c) The intending Bidder, in case of Authorized Distributor of OEM / Authorized Dealer of OEM shall
possess valid authorized Distributorship / Dealership license from Original Equipment Manufacturers
who should have valid ISO Certificate and shall be engaged in regular manufacturing or/and supply of
similar Desktop Computers. The Bidder shall enclose the copy of the same in Technical bid while
submitting the bid.
d) The OEM should have proven facilities for Engineering, manufacture, assembly, integration and
testing of the equipment’s and basic facilities with respect to space, Engineering, Personnel, Test
equipment, Manufacture, Training, Repair, Service Center Supports in the country from where the
proposed equipment are planned to be supplied. The certificates/Undertaking for the same will have to
be submitted offline (The bidder will have to submit the proof of establishment for the facility in
India.).

D. QUALIFYING CRITERIA FOR BIDDER:

a) The yearly average turnover shall be Rs. 6,50,00,000/- during the preceding three years.

10
b) ITR details must be submitted by the bidder for last three years.

c) The bidder should have authorization, specific to this bid from respective OEM as per Annex-
II.

i. The bidder shall have successfully completed similar works during the last five years as mentioned
below:

“Three similar work orders each costing not less than the amount equal to 40% of
advertised value of the bid”

OR

“Two similar work orders each costing not less than the amount equal to 50% of
advertised value of the bid”,

OR

“One similar work order costing not less than the amount equal to 80% of advertised value
of the bid”.

The OEM/Bidders exempted under Micro and Small Enterprises (MSEs) as defined in MSE
Procurement Policy issued by Department of Micro, Small and Medium Enterprises (MSME) or are
registered with the Central Purchase Organization or the concerned Ministry or Department or
Startups (as defined by Department of Industrial Policy and Promotion) are required to submit
documentary proof for claiming such exemption subject to meeting of quality & technical
specifications. Relevant documentary proof shall be submitted by the bidder for claiming such
relaxation to the office before closing date of bid.
Office of CGPDTM reserves the right to verify the proof of having experience and expertise of the
bidder in executing similar works and the bidder has to produce the proof thereof.

E. WARRANTY:

a) All-in-One Desktop computer shall be supplied with Five years on-site warranty. If during the said
guarantee/warranty period, the Goods are found not conforming to the requisite description and
quality and/or not giving satisfactory performance or have deteriorated, and the decision of the buyer
in that behalf shall be final and binding on the seller and the buyer shall be entitled to call upon the

11
Seller to rectify and /or replace the Goods or such portion thereof as is found to be defective by the
buyer within 7 days. Otherwise, the seller shall have to pay Rs. 500/- per week or part of week for
failed equipment subject to a maximum 10% of equipment cost to the buyer as compensation.
b) Equipped with necessary hardware/software to comply all above required/support features.
c) Five Year Back to back onsite warranty with respective OEM’s for both Hardware and software.
The certificates/undertaking for the same will have to be submitted along with bid from respective
OEM.
d) OEM should have its service center in India. Service Center Details to be shared along with the
address and contact no. of the person.
e) Bidder shall provide maintenance support after successful installation product. The on-site warranty
obligations for a minimum period of 5 years for All-in-One Desktop Computer form the date of
installation. IPO offices should be extended the benefits of periodical software patches/updates made
by OEM on the system from time to time for equipment security/performance without any additional
cost to O/o CGPDTM.

F. SLA DURING WARRANTY PERIOD:

a) After having been notified of the defects / service requirement during warranty period, Seller has to
complete the required Service /Rectification/replacement of defective part, within time limit of max.
7 days. If the Seller fails to complete service /rectification/replacement with in defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from
the seller & upto max. of 10% of Unit Price of the product. Seller can deposit the penalty with the
Buyer directly else the Buyer shall have a right to recover all such penalty amount from the
Performance Bank Guarantee (PBG) or from the running bill.
b) During the warranty period, purchaser shall rectify and fix the defects of Desktop Computers at the
location where expert(s) shall be deputed at site by the bidder within three working days from the
date of request from office where the desktop computer(s) have been supplied. The cost of deputation
of expert(s) and any other associated expenditure shall be borne by the bidder.
c) Any part or parts, if found defective within the on-site warranty period specified above, owning to
defect in design, material or workmanship, the bidder shall have to replace them at the place of
installation without asking for any charges.
12
G. PAYMENT CONDITIONS:

a) 100% payment against acceptance of full supply after successful installation


Certificates from all locations and documents as under:

i. On-site warranty certificate of OEM


ii. Original of BG
iii. Certificate of receipt of Goods in good condition & installation thereof from all locations of IPO
offices under the administrative control of O/o CGPDTM.

H. CONTRACT PERFORMANCE GUARANTEE:

a) On receipt of the Letter of Acceptance of Bid from the O/o CGPDTM, the successful Bidder
should give a Performance Guarantee in the form of DD/Banker’s Cheque/ bank guarantee in favour
of “The Controller of Patents” payable at Mumbai from State Bank of India/any Nationalized
Bank or from any Scheduled Bank, amounting to 10% of the total contract/PO value.

b) The successful bidder shall have to submit a Performance Guarantee (PG) within 2 1 (twenty one)
days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG
beyond 21 (twenty one) days and upto 30 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, a penal interest of 15% per
annum shall be charged for the delay beyond 30 (thirty) days, i.e., from 31st day after the date of
issue of LOA. In case the Bidder fails to submit the requisite PG even after 60 days from the date of
issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable
against that contract. The failed Bidder shall be debarred from participating in re-bid for that work.

c) The Performance Bank Guarantee should be furnished by the successful Bidder after letter of
acceptance has been issued, but before singing of the agreement. The agreement should normally be
signed within 30 days after issue of LOA and Performance Guarantee should also be submitted
within this time limit. The PBG will be returned only after fulfillment of contractual
obligations.

13
d) Performance Guarantee shall be released after satisfactory completion of the
maintenance period and on expiry of the warranty period and issue of the certificate of
final acceptance of the entire system.

e) Wherever the contracts are rescinded, the Performance Bank Guarantee shall be en-cashed and the
balance work should be got done separately.
f) The Performance Bank Guarantee should be valid up to sixty four month.

I. Delivery:

a) Penalty on Delay in Supply: Any delay in supply of the equipment’s will invite a penalty @ 0.5% per
week or as per GeM policy.
b) The material shall be inspected on receipt at site (at every location as mentioned) and bidder shall be
responsible for any damage during the in- transit of Desktop Computers/ equipment.
c) The bidder shall not arrange part shipments and/or trans-shipments without the permission of
purchaser. The insurance cover including insuring the goods against the loss or damage incidental to
manufacture or acquisition, transportation, storage and delivery/Installation & Commissioning shall
be obtained by the bidder in his own name and not in the name of purchaser. The purchaser will as
soon as possible but not later than 30 days from the date of arrival of goods at destination shall notify
the bidder of any loss or damage to the goods.

J. Evaluation methodology:

a) Pre-Qualification of Bid:

The bidders are required to upload soft copies of the following documents for Technical Evaluation. If
Bidders fails to upload soft copy of any of the Following document in technical Evaluation. Bidder
will not be considered for financial evaluation and shall be treated as disqualified. Bidders should
submit EMD; undertakings on judicial stamp papers (original documents) on or before closing date of
bid for verification at the time of technical Evaluation.

14
i. Copy of PAN Card No and GSTIN No.
ii. Scanned copy of Demand Draft/Banker cheque submitted towards Earnest Money Deposit as
mentioned in the technical bid or self-attested copy of MSME Registration certificate with the name
of bidder or DPIIT certification for startups with the name of bidder.
iii. Copy of required Experience Certificate (work order and Satisfactory Completion Certificate).
iv. Proof of yearly average turnover shall be Rs. 6,50,00,000/- during the preceding three years with
CA certified.
v. Manufacturers Authorization Form (MAF)/Certificate from OEM details such as name,
designation, address, e-mail Id and Phone No. required to be furnished along with the bid for back to
back support*.
vi. Undertaking (INR 100 non judicial stamp paper and to be duly notarized) :

A. Bidder should not be under liquidation, court receivership or similar proceedings should not
be bankrupt.
B. A bidder has no business or family relationship with any employee of Intellectual Property
Offices under the administrative control of O/o CGPDTM.
C. The firm have not filed any lawsuits or requested arbitration with regard to any contract(s)
within the last five years.
D. There are no judgments, claims, arbitration proceedings or suits pending or outstanding
against your firm or its officers.
Bidder has to upload undertaking to this effect with bid.
Note: Submit hard copy of undertakings to O/o CGPDTM, Mumbai on or
before closing date of bid.
vii. The bidder should submit s i gn e d a n d s t a m p e d b i d d o c u m e n t i . e acceptance to
GeM bid and ATC. If t h e compliance as above is not submitted, it will be presumed as
non-acceptance by bidder to GeM bid conditions and ATC.
viii. The bidder should submit details of make and model with compliance to technical
specifications in Annexure-III of this document.
ix. Data Sheet of offered equipment.
x. Compliance for non-violation of IPR i.e. copyright, trademarks, patents and design should be

15
submitted by bidder on letter head of the company.
*CGPDTM reserve right to verify All MAF (OEM) during technical evaluation.
Bidders should submit EMD; undertakings on judicial stamp papers (original documents) to office on or
before closing date of bid for verification at the time of technical qualification bid. Successful bidders
meeting Technical qualification criteria after verification of uploaded documents with original bidder
shall be allowed to be considered for technical evaluation. Bidders are required to upload all documents
supporting for technical evaluation.

b) Technical Evaluation:

The technical evaluation will be done only for the proposals submitted by the Companies
fulfilling all pre-qualification criteria as mentioned above. The capability and eligibility of
the Bidder shall be determined based on the information provided by the Bidder i.e.
experience in the field, presence of the Bidder at multiple locations, technical specifications
etc.

c) Financial Evaluation:
 The financial evaluation shall be based purely on the total cost charged to IPO.
 The Financial bid shall consider all expenses, statutory liabilities, tax liabilities and all associated
costs, whatsoever. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be
included in the Financial Bid. The total cost should be stated clearly inclusive of all applicable
taxes. The Financial Bid shall be submitted in INR only.
 The rate once quoted by a vendor cannot be changed later on during the contract period.
 Conditional bids/offers will summarily be rejected. Also, the bids which are not conforming to
terms and conditions of the bid document are liable for rejection out rightly.
 IPO will not make any other payment other than specified in the bid.
 The total amount indicated in the Financial Bid shall be unconditional, unequivocal, final, and
binding on the bidder. If any assumption or condition is indicated in the Financial Proposal, it shall
be considered as non-responsive, and the proposal shall be rejected.
 Finally qualified bidder will be required to demonstrate the offered product to ensure the compliance
on the request of committee before supply of product.

16
14. SPECIAL CONDITIONS OF CONTRACT:

a) In the specification wherever support for a feature has been asked for, it will mean that the feature
should be available without IPO requiring any other hardware/software/ licenses. Thus, all
hardware/software/licenses required for enabling the support/feature shall be included in the offer.
b) OEM or Authorized distributor/Partner of OEM should have a registered office in the State of India
preferably wherever the IP offices are located for providing the sales and 24x7 supports. The
certificate to this effect should be submitted. The bidder should be either OEM or his authorized
dealer/distributor. In case of the authorized distributor/ partner certificate from the OEM to this effect
should be submitted. If OEM is quoting then OEM should submit the certificate.
c) Equipment offered should have complete data sheets and detailed description for technical
compliance preferably published by OEM. Bidders are required to submit duly filled and signed
Technical compliance of the equipment’s/systems offered in Annexure-III, failing which the bids
may be rejected.
d) Bidder shall submit the detailed BOM of the equipment offered duly verified and certified by the
respective OEM.
e) GSTIN ID of vendor should be provided from where goods will be supplied.
f) The Bidder will submit his bid after examining the bid documents, the scope of work, specifications,
clauses, additional terms of contract agreement, special terms & conditions, bill of quantities, etc.
g) The value of bid cannot be increased or decreased, and any item cannot be added, deleted,
withdrawn, or substituted without any notice as per the requirements of O/o CGPDTM without
assigning any reason.
h) If a Bidder whose bid is accepted and fails to supply and install the desktop All-in-one computer on
specified locations as per bid document, the earnest money deposited will be forfeited.
i) O/o CGPDTM does not bind itself to accept the lowest or any bid and reserves the right to reject any
or all bid without assigning any reason.
j) O/o the CGPDTM will not pay any expense, whatsoever incurred by the Bidder for the preparation
and submission of bid.
k) This notice inviting bid will form part of the contract agreement to be executed by the successful
Bidder with “O/o CGPDTM, Mumbai”.
17
l) The successful Bidder shall have to sign the contract agreement within 10 days of the allotment of
work.
m) Correspondence, if any, by the bidder shall be addressed to Head of Office (Finance), O/o
CGPDTM, Boudhik Sampada Bhawan, S. M. Road, Antop Hill, Mumbai - 400 037, and any
communication addressed to any other person shall not in any manner to be binding upon the O/o
CGPDTM.
n) Even though the applicants may meet the above criteria, they are subject to be disqualified if they
have:
i. Made misleading or false representation in the form, statement, documents and attachments
submitted, or
ii. Record of poor performance such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures, etc., or
iii. Found to have been blacklisted in any work assigned by the department earlier which was not
completed within the prescribed period, or
iv. Conditional bidder or Telegraphic bidder or Bidder containing remarks uncalled for or Bidder not
submitted on prescribed Performa or Bidder submitted late shall be rejected.
o) The Bidder shall stamp and sign (with name of signatory) at the bottom right-hand corner of every
page of the bidder documents in token of acceptance of bidder conditions and for the purpose of
identification.
p) Supply of computers shall be as per MeiTY Guideline.
q) No advance payment will be made to the Bidder.
r) The envelope containing EMD or MSME/Startup Certificate (DIPP recognized), in case exemption
requested, should reach the office before the closing date.
s) CGPDTM reserves the right to forfeit the earnest money deposit (EMD) if the Bidder fails to
commence signed contract the work within the stipulated time.
t) The Bidder should furnish performance security deposit to O/o CGPDTM, Mumbai of an amount of
10% of the price quoted. Performance Security may be furnished in the form of an Account Payee
Demand Draft, Fixed Deposit Receipt from a Commercial bank, Bank Guarantee from a Commercial
bank or online payment in an acceptable form in the name of Controller of Patent. Performance
Security should remain valid for a period of sixty days beyond the date of completion of all. EMD
shall be refunded to the successful bidder on receipt of Performance Security. The performance
18
security deposit is to be furnished within 21 (twenty-one) days after notification of award and it
should remain valid for a period 60 (sixty) days after the completion of all contractual obligation.
The Performance security shall be forfeited and credited to the Government account in the event of a
breach of a contractual obligation by the applicant. It will be refunded to the Bidder without any
interest, after he duly performs and completes all obligations under the contract.
u) EMD shall be refunded to the unsuccessful bidder without any interest.
v) The earnest money can be adjusted against the performance security deposit, to be furnished by the
successful bidder.
w) The performance security deposit would be refunded after the successful completion of the
performance security period and no interest would be paid.
y) All the required tools (software and hardware) and devices shall be arranged by the Bidder for smooth
functioning of on-site warranty period of Equipments.
z) In case if any items not covered under scope, should be identified, and intimated to O/o CGPDTM in
advance for further necessary action before closing date of bid.
aa) The Bidder shall ensure that all the staff deployed by the agency at the site shall be suitably
qualified with adequate experience in carrying out the installation work covered in the scope of
work.
bb) The Bidder shall provide and ensure sufficient safeguards to avoid any accident.
cc) If a Bidder whose bid is accepted, fails to undertake the supply and install computers as per terms
& conditions of the contract, bidder document, and as mentioned in the award letter, the earnest
money deposited will be forfeited.
dd) O/o CGPDTM will not pay any expense, whatsoever incurred by the Bidder for the preparation
and submission of bidder.
ee) Security staff shall be at liberty to exercise check on any of the workers, supervisors while
entering and while leaving from the premises during installation and warranty period.
ff) As soon as any defect is noticed in any of the equipment / accessories, the same will be brought to
the knowledge of the Head of the office, IPO offices or his authorized representative for each
location or address mentioned.
gg) COMPLIANCE TO REGULATIONS AND BYELAWS: Compliance for no-violation of IPR
i.e., copyright, trademarks, patents, and design should be submitted by bidder on latter head of the
company.
19
hh) Land Border clause is applicable as the per the OM F. No 6/18/2019-PPD dated 23.07.2020 of
Ministry of Finance in term of Rule 144(xi) in the General Financial Rules (GFRs) 2017.

15. Scope of Work:

1. Supply of All-in-One desktop computers including preloaded Linux/Dos/Microsoft operating system


(Word processing, spread sheet, presentation applications etc.) with latest version software, at IPO
offices at the addresses mentioned as above.
2. After the supply of All-in-One Desktop Computers as mentioned in the Annexure III, the bidder must
execute its installation & commissioning at the designated site on the location(s). No extra cost shall
be paid for this reason.
3. The bidder shall offer on-site comprehensive warranty of All-in One Desktop Computers for at least
five (05) years from the date of successful commissioning of Desktop Computers at the designated
location. The purchaser is not liable to pay any extra charges on any account during warranty period.

20
Annexure I

Product Details- SOR for purchase of End User Devices:

Sr No. Item Quantity UOM Unit GST (as Total Gran Make
Specification Rate applicable Unit d and Warranty
as per ) cost(incl. Total Model
Annexure III GST)
1. All in One 1200 Nos.
Desktop PC
including
softwares
and
accessories
i.e
connector
VGA and
HDMI vice-
versa

Total Cost

Note:-
1. Please refer the specifications in Annexure-III. Rates quoted should be inclusive of all taxes,
CIP to the destination.
2. Compliance to the specifications as given in Annexure-III should be duly filled and signed
by the bidder on letterhead of company, failing which it may result in rejection of the bid.

21
Annexure II

Performa for Manufacturer Authorization form (MAF)

The O/o CGPDTM, Dated: …………….


…………………………………
………………………………....
………………………………....

Subject: Manufacturer Authorisation form (MAF) to M/s ............................ for


……………………

Ref: GeM Bid No…….……………..dated……………….

Dear Sir,

We, M/s……………, are established and reputed manufacturer and service provider of
……………….(Product details), having our registered office at
……………………………………………………………………………….

We hereby authorise M/s …………………….. (bidder name), Office


…………………………………………………. to participate in bid and subsequently upon
award of the bid to execute the supply and Installation & Commissioning of our range of
products against your above said bid.

We further extend our warranty for ..................... years for our range of products offered by M/s
………………. against the above-said bid.

Thanking you, Best

regards, Authorised

Signatory

22
Annexure III

SPECIFICATIONS FOR HIGH-END ALL-IN-ONE

Technical
S.No. Description
Details
1 MAKE/MODEL Should be specified by Bidder
2 PROCESSOR Intel i7 12700 or Higher
3 CHIPSET Intel Q Series or Higher
4 RAM 16 GB DDR4 with 2 physical
DIMM slots with RAM
Expandability upto 64 GB
5 DISPLAY Screen size 23.8” or above (with resolution of 1920x1080 or Higher)
6 GRAPHICS Integrated
7 AUDIO
Two built-in stereo speakers in the Monitor

8 BLUETOOTH Enabled 4.0 or higher


10 Storage 512 GB SSD
11 ETHERNET
CONTROLLERS Gigabit Ethernet

12 WIRELESS AND
BLUETOOTH Wifi b/g/n/ac, Bluetooth 4.0 or higher
13 USB Port and At least 5 USB Ports (Preferably 4 USB Ports with minimum 10 GBPS Speed
Interfaces including 01 no C USB port)
14 KEYBOARD &
Mouse OEM USB keyboard 104 keys and OEM USB mouse
15 Chassis All in ONE Form Factor with Height Adjustable Stand
16 SECURITY BIOS password, Hardware TPM 2.0
17 OPERATING Linux Mint 21.1 (Cinnamon Edition)/DOS/Microsoft
SYSTEM (OS)
Preferably pre-loaded or to be installed by the bidder.
18 Out of band Management Intel V Pro Enterprise (supportable on WiFi)

19 Office Suit
Open Source (Word processing, spread sheet, presentation applications etc.)
20 WARRANTY 5 years onsite warranty

23
Annexure III

21 CERTIFICATION
Preferably required EPEAT Gold India, MET, CE, EnergyStar 8.0, FCC, ISO
27001, ISO9001, ISO14001, SA8000:2014, ISO 20000- 1:2018

22 Webcam integrated with


Display 2 MP or Higher with microphone integrated with speaker
23

OEM logo should be embossed on Motherboard, Monitor, Keyboard, Mouse etc. (No sticker), KB &
Mouse should be of same make and confirmation for the same need to be submitted on OEM letter head

The organization logo should be displayed during system boot. Logo Image shall be provided by O/o
CGPDTM to the successful bidder.

Built-in Pre-boot system hardware Diagnostics Utility must be available from OEM.

OEM must have online or offline system hardware diagnostic facility.

OEM must have facility to download updates of pre-installed software, device drivers, and firmware
from its website.

OEM must support recovery media creation through its website to reinstall the operating system when
required and bring the computer back to its original factory condition as configured by the OEM.

OEM Must Provide malicious code certificate and make In Content on Its Letter head

OEM Must issue the Ink Signed MAF So That Authenticity of MAF can be ensured

Service escalation matrix on OEM letter head with tender reference no

Malicious code certificate on OEM letterhead mentioning tender reference no.


Warranty declaration certificate on OEM letterhead mentioning tender reference no

OEM should have pan India presence of Service centre directly or through Authorised Service provider.

24
Annexure IV

DECLARATION BY THE BIDDER (ON COMPANY LETTERHEAD)

To
O/o CGPDTM,
Boudhik Sampada Bhawan,
S. M. Road, Antop Hill,
Mumbai - 400 037

Name of the firm/Agency_


Name of the bidder: Supply of All-in-One desktop at IPO offices functioning under the administrative
control of O/o CGPDTM, Mumbai.

Sir,

1. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms
and conditions.
2. I/We hereby agree to pay the earnest money of amount as mentioned in the “Memorandum to this
Form of Bidder” in favour of Controller of patents, payable at place as mentioned in the “Bid”.
3. I/we are also enclosing herewith the Acceptance letter on the prescribed performa as referred to in
condition of Bid as Annexure-“”
4. If/We fail to commence the work within 10days of the date of issue of Letter of Intent and/or I/we fail
to sign the agreement as per contract and/or I/we fail to submit performance guarantee as per contract,
I/ we agree that CGPDTM, IPO shall, without prejudice to any other right to remedy, beat liberty to
cancel the Letter of Intent and to forfeit the said earnest money as specified above.

Dated the day of

SIGNATURE OF Bidderer
NAME (CAPITAL LETTERS):
ADDRESS:
SEAL OF BIDDERER
SIGNATURE OF WITNESS

NAME (CAPITAL LETTERS) :


OCCUPATION

25
Annexure-V

Sl. No. Office Location Quantity


1 Patent Office Delhi 310
2 Patent Office Mumbai 100
3 Patent Office Kolkata 180
4 Patent Office Chennai 180
5 TMR Ahmedabad 50
6 RGNIIPM Nagpur 100
7 TMR Delhi 110
8 TMR Mumbai 90
9 TMR Kolkata 5
10 TMR Chennai 60
11 CG Office Mumbai 15
Total 1200

26

You might also like