comprehensive amc of computers/servers/laptops/ printers

CSIR-NATIONAL INSTITUTE OF SCIENCE COMMUNICATION
AND INFORMATION RESOURCES (NISCAIR)
DR KS KRISHNAN MARG, NEW DELHI 110012
14, SATSANG VIHAR MARG, NEW DELHI 110067
Tele: 25843182 Email: [email protected]
No. 20(48)/2015-Pur
08.08.2016
TENDER DOCUMENT
COMPREHENSIVE AMC OF
COMPUTERS/SERVERS/LAPTOPS/
PRINTERS/ SCANNERS
1
SCHEDULE DATE AND TIME
Tender No. and Date
20(48)/2015-Pur dated 08.08.2016
Name of Work
COMPREHENSIVE AMC OF COMPUTERS/ SERVERS/ LAPTOPS/
PRINTERS/ SCANNERS
Period of contract
Earnest Money Deposit
One year
Rs.20,000.00 (Rs. Twenty Thousand only)
Last date for receipt of tenders
01.09.2016 upto 02:30 PM
Opening of Tenders
(Technical Bid)
Enclosures
01.09.2016 2016 at 03.00 PM
Annexure-I : DETAILS OF COMPUTERS/SERVERS/LAPTOPS/
PRINTERS/SCANNERS FOR WHICH CAMC IS TO BE AWARDED
Annexure-II : PROFORMA FOR TECHNICAL BIDDING
Annexure-III : PROFORMA SHOWING DETAILS OF CAMC EXECUTED OF
VALUE FIVE LAKHS ANDABOVE DURING THE PREVIOUS THREE YEARS
Annexure-IV: PROFORMA FOR PRICE BID
2
1.
INTRODUCTION
1.1
The CSIR-NISCAIR have Desktop Computers, Servers, Laptops, LaserJet Printers, Ink Jet
Printers and Scanners installed in CSIR-NISCAIR Pusa Campus and Satsang Vihar Marg Campus,
New Delhi and requires services for their regular maintenance and prompt repair for their proper
functioning.
2.
INTENT OF THE CAMC
2.1
CSIR-NISCAIR intends to hire the services of a professional company for the award of the
Comprehensive Annual Maintenance Contract (CAMC) for proper functioning of all Computer
systems, Servers, laptops, printers, scanners generally HP/Compaq/Lenovo/IBM/Dell Make and
peripherals as per Annexure I installed in its offices in New Delhi and providing Facility
Management services including installation of software/specialized software, operating system
related problems.
2.2
The company/firm selected for award of Comprehensive AMC shall be required to replace
all the defective parts of the equipment with genuine/original spare parts of respective OEM
make. Toner, inkjet cartridges, ribbons of the printers are excluded from the scope of CAMC. In
the service report, the details regarding the part number, serial number (if any) and make must
be brought out clearly.
2.3
The details of equipments viz. make, model etc. and quantities of the equipment for
which CAMC is to be awarded are indicated at Annexure I of Tender Document. Bids received as
per the prescribed instructions will be evaluated on the basis of documents,
qualification/eligibility criteria as indicated in the tender documents and over all quoted prices.
However, Director, CSIR-NISCAIR reserves the right to make variation in the quantities to be
brought under CAMC at any given point of time.
3.
INSTRUCTIONS TO THE BIDDERS
3.1
The bid should be submitted in Two Parts, in properly sealed cover in accordance with the
instructions contained in this document and addressed to Director, CISR-NISCAIR, Pusa, New
Delhi-110012.
and
superscribed
‘TENDER
FOR
COMPREHENSIVE
AMC
OF
COMPUTERS/LAPTOPS/SERVERS/PRINTERS/SCANNERS.’
The Interpolations, insertions, cuttings and corrections in the bids are not permissible.
3.2
Each bidder shall submit his bid in Two Parts viz. ‘Technical Bid’ and
‘Financial Bid’ in separate sealed cover superscribed with ‘Technical Bid’ and ‘Financial Bid’ as
3
the case may be. The Earnest Money in the shape of Demand Draft/Pay order should be
submitted along with the Technical Part of bid.
3.3
The bidders shall be free to inspect the equipments as indicated in Annexure-I, between
10.00 AM to 05.00 PM up to 31.08.2016.
3.4
The offers/bids can be submitted by Registered Post/ By hand/Speed Post sufficiently in
advance so as to reach the CSIR-NISCAIR Office by the scheduled date and time i.e. on or before
01.09.2016 up to 02.30 PM. Any bid received after due date and time by whatever means shall
not be considered and nobody from CSIR-NISCAIR will be responsible for delay in receipt of
tenders.
3.5 Technical bids will be opened on 01.09.2016 at 03.00 PM. In case the said day happens to
be a holiday, the bids will be accepted and opened on the next working day at the same time.
The bidder or any of his authorized representatives may remain present at the time of opening
of bids if they wish so.
3.6 The tenders received at CSIR-NISCAIR after the prescribed date and time of receipt, will be
treated as late/delayed tenders. The late/delayed tenders will not be opened and considered at
all. The same will be returned to the concerned firm in unopened condition.
4. Evaluation:
The evaluation of the technical bid will be done in a scientific and logical manner. The Technical
bid with EMD will be opened first and evaluated on the basis of documents as required and
qualification criteria for its acceptability. The tenderers shall also be called for discussions if
needed and shall also be allowed to give desired information along with the supporting
documents to suit the CSIR requirement to treat the bidder at par. Those firms who do not
provide desired information and documents as required shall be rejected as technically
unqualified /non-responsive bidder.
4.1 The date and time of opening the price bid will be intimated to the technically qualified
responsive bidders and the same will be opened in the presence of the representatives of the
technically qualified firms who wish to be presented at the time of price bid opening. The
evaluation of price bids will be made on the basis of overall rates quoted separately.
4.2 The price must be in accordance with the Proforma (Annexure IV) of Price Bids for CAMC
and failure to do so shall result in rejection of the tender. The price bid shall be evaluated on
the basis of overall CAMC charges for all the items mentioned in the above Annexure(s) taken
together and not on the basis of the charges quoted for the individual items. The vendors
should quote rates of all the items and quantities positively. If the vendor is not quoting rates
4
of all the items and quantities, the offer of the bidder will be treated as incomplete and
rejected.
The contract shall be awarded to lowest bidder (L1) out of technically qualified bidders.
4.3
The rates should be quoted both in figures and words. No upward changes in the rate will
be acceptable during the period of contract.
4.4
Taxes and Duties: The prevailing taxes and duties should be quoted separately and
clearly. The terms such as Taxes and duties as applicable or at actual should not be mentioned
in the quotation. In the event of an increase in taxes/duties, the extra liability on account of
these taxes shall be borne by CSIR-NISCAIR.. Similarly in the event of abolition reduction of
taxes/duties, the savings accruing to the bidder shall be passed on to CSIR-NISCAIR.
4.5
Discrepancies in Prices: Any discrepancy between quoted prices in figures and that in
words, if noted, will be sorted out in the following manner.
i.
ii.
iii.
iv.
If there is a discrepancy between the unit price and the total price the unit price shall
prevail and the total price will be corrected accordingly.
If there is an error in a total corresponding to the addition or subtraction of Sub totals,
the sub totals shall prevail and the total shall be corrected.
If there is a discrepancy between words and figures, the amount in words shall prevail
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to above.
If there is a discrepancy in a bid, the same is to be conveyed to the bidder and if the
bidder does not agree to the observation of the CSIR, the tender is liable to be ignored.
4.6
Conditional or ambiguous tenders are liable to be rejected summarily.
5.
QUALIFYING CRITARIA AND DOCUMENTS TO BE FURNISHED
5.1 The technical bid should consist of the following documents. The information asked in
Annexure should be provided without fail. It may also be noted that supporting documents alone
shall not be accepted as a substitute for the information in technical bid, In case any bidder
mention prices in the technical bid the same will be considered at his risk. Bidders are required
to provide all the information along with the supporting documents as requested in the tender
documents in the absence of which the bid is liable to be rejected. Conditional tenders shall not
be accepted.
5
5.2
The bidder should have been in the business of Computer Hardware Maintenance for
the last Five Years or more. Documentary proof as CERTIFICATION on this aspect should be
submitted.
5.3
The bidder is required to submit a list of reputed Clients/Organization of Central
Govt./PSU/Autonomous Bodies/CSIR or any of its constituent Labs./Instt. with whom bidder has
entered into the CAMC contract for such items during last 3 years i.e 2013-14, 2014-15 and
2015-16. Please fill the Annexure III and attach copies of order.
5.4
The firm should have proper workshop with well qualified engineers and the
latest/modern gadgets and tools for service/repair/ maintenance of computers/Servers/printers
/scanners/servers etc. (Documentary evidence with complete current address, name of contact
person with Telephone/Mobile No. should be submitted).
5.5
The bidder should have successfully executed singly order CAMC for maintenance of
computers and peripherals (such as Printers, Laptops, Servers, Scanners etc.) for value of Rupees
Five lakhs or more for Central Govt./PSU/Autonomous Bodies/CSIR or its laboratories/Instts. in
every financial year during last three financial years i.e. 2013-14, 2014-15 and 2015-16. Fill the
Annexure III and attach copies of order along with copies of satisfactory performance
certificates. These orders can be verified by any means, if CSIR-NISCAIR so desires. Any
information found to be incorrect/faulty the bid shall be summarily rejected and no
correspondence will be entertained in this regard.
5.6
Attach copies of Certificate of Incorporation of the Firm, Service Tax Registration
Certificate, Sales Tax/VAT Registration Certificate and PAN No. Certificate.
5.7
The bidder shall indicate the complete address of the Company Office and Service
Centre along with the name(s) of the contact person(s) and their telephone/Fax/Mobile
numbers/Email Ids and the other particulars as per the Performa at Annexure II.
5.8 A Certificate shall be furnished by the bidder along with the Technical Bid that all costs of
Resident Engineers, repair, replacement and maintenance charges have been included in
Financial Bid.
5.9
The Resident Engineers should have their own/vendor vehicle and mobile phone
to facilitate them at work place. All the charges towards fuel, maintenance of vehicle and mobile
phones/call charges shall be borne by the vendor.
6.
EMD:
The bidders are required to deposit the Earnest Money of Rs.20000/- (Rs. Twenty Thousand only)
in a sealed cover along with Technical Bid. The earnest money deposit (EMD) shall be in the form
of a Demand Draft/Pay Order drawn in favour of the Director, NISCAIR and payable at New Delhi.
The tender shall be summarily rejected in the absence of EMD. No interest on the Earnest
6
Money shall be paid. The Demand Draft/Pay Order towards EMD of all bidders whose technical
bids have not been accepted shall be returned within one month of finalization of the technical
bids. The EMD of technically qualified bidders, with the exception of the successful bidder, shall
be returned within one month of the finalization of financial bids. The EMD of the successful
bidders shall be returned within one month of furnishing of necessary performance bank
guaranty. The EMD is liable to be forfeited if the bidder withdraws or impairs or derogates the bid
in any respect or manner within the period of validity of the offer. If the successful bidders fails to
furnish the acceptance of CAMC and Performance Bank Guarantee within 15 days, the earnest
money shall be forfeited.
7.
GENERAL TERMS AND CONDITIONS
7.1
The bidder should be conversant with the handling of repair and maintenance of
all the Computer Systems and associated peripherals covered in the specifications.
7.2
The officers of CSIR-NISCAIR may visit the premises of the bidders to assess their
capability to handle such jobs without giving any prior intimation. The report of this inspection, if
carried out, would serve as an input for the competent authority to decide as to whether or not a
bidder is technically qualified to fulfill the CAMC.
7.3
Acceptance and date of start of the contract: The successful bidder after
receiving the award letter of the contract shall submit his/her acceptance immediately along with
the required performance bank guarantee within 15 days of issue of the award letter failing
which EMD shall be forfeited.
The date of start of CAMC shall be after:
(i)
(ii)
Submission of Acceptance and Performance Security
Submission of inspection report within 10 days
7.4
PERFORMANCE SECURITY: The successful bidder will have to submit a
performance security equivalent of 10% of the contract value in the form of Performance Bank
Guarantee valid for 60 days beyond the end of CAMC period along with the acceptance of the
CAMC. In case the performance security is not submitted by the successful bidder, it will be
presumed that the successful bidder is not fulfilling obligation of the contract and in such
situation the EMD shall be forfeited. In case the performance of the successful bidder is found
unsatisfactory during the period of contract or if there is any breach of terms and conditions of
the contract due to his/her fault, the Director, CSIR-NISCAIR reserves the right to terminate the
contract along with forfeiture of the performance security giving prior notice of one month and
the contact for remaining period shall be cancelled. The performance security shall be refunded
to the contractor after satisfactory completion of the CAMC period.
7
7.5
The successful bidder shall have to execute a contract with this office on a NonJudicial stamp paper incorporating the terms & conditions. The Stamp duty for the said contract
will be paid by the contactor.
7.6
Variation of charges/price: There will be no change in the agreed amount of
service charges during the currency of the contract. However in case if the service provider
concludes the contract with other parties for similar items on the similar terms and conditions at
lower charges/ rates, the same charges/price will be automatically made applicable by the
service provider from that date for the remaining period of contract.
7.7
If any equipment covered under the contract is taken out of the premises of the
CSIR-NISCAIR for any repair, it shall be under full responsibility of the vendor, till the same is
returned to the concerned department in satisfactory working condition. Item may be taken out
only with the written permission/Gate Pass issued by the concerned person of CSIR-NISCAIR.
7.8 Any faulty part so replaced by the vendor needs to be submitted back to Stores Division of
CSIR-NISCAIR. Vendor should be fully responsible for any damage to the man & machine that
occurs due to faulty workmanship of the vendor/RE of the vendor during the period of the
contract.
7.9
Tenderer will not be entitled to claim any compensation of what so ever nature if
the termination/cancellation of CAMC is imposed by CSIR-NISCAIR for any reason.
7.10
Any damage caused for CSIR-NISCAIR property or personnel within CSIR-NISCAIR
premises by the Tenderer’s Representative (RE/Tech.Asstt of Vendors) during the operation of
the contract will be to his account and are recoverable.
8.
SCOPE OF COMPREHENSIVE AMC AND ITS IMPLEMENTATION
8.1
The services comprise preventive and corrective maintenance covering hardware
as well as trouble shooting to make operational all sort of OS/windows updates/Driver
updates/system software installation like MS Office, Acrobat Reader etc/Network & Bug related
problems, configuring mail client on outlook etc. – and also includes carrying out necessary
repairs and replacement of all parts and fittings including plastic parts.
CAMC is comprehensive in nature and includes all parts of the
computers/Servers/printer/scanner/Laptop (including plastic part) excluding toner, inkjet
cartridges
and
ribbons
of
the
printers.
Any
defective
part
of
the
computer/printer/scanner/Laptop (including plastic part) has to be repaired/replaced by the
vendor at his own cost. Parts so replaced should be new original parts of the OEM depending on
the item under contract. All small accessories of computer/printer/scanner/Laptop which are
8
essential for running the item are covered under CAMC. All type of adopters, amplified speakers,
all power supplies of computers/printers/Laptop/scanner are to be repaired/replaced by the
vendor, irrespective & the cause of the fault development.
The contract will also include providing the Facility Management System
including software/specialized software installation/OS installations ensuring/configuring
network connectivity on all clients/configuring outlook emails on all clients wherever required.
The details of the Facility Management Services required is given below.
Details of the Facility Management System
A.
(a)
(b)
(d)
(e)
(f)
(g)
Desktop Management Service
Operating Systems and Office related application trouble shooting and support.
Installing operating systems, configuration of driver, update latest patches and latest
Windows Service Pack and other OEM based software (CD and license would be
provided).
Backups/restore for all desktop systems along with the user data when formatting is
required.
Cleaning and uninstalling unnecessary files from desktop, laptops and servers.
Outlook based mailing support to users.
Desktop login and basic windows policy problem solving.
Updating new software application (CD and license would be provided).
B.
(a)
(b)
Network Management Services
Networking configuration like IP address/DNS/DHCP/Gateway etc.
Networking connectivity with desktop to server and vice versa.
C.
(a)
(b)
On-site Helpdesk
Escalation of the critical issues to appropriate IT supports team.
Regular touch with users for their problems.
(c)
The vendor should provide a printed status report at the end of each month, showing the status
of all the complaints logged in the month & their status, whether resolved, unresolved/pending.
8.2
The bidders are required to depute two separately for NISCAIR, PUSA and
NISCAIR, S V Marg technically qualified certified diploma/degree Resident Engineers who should
have minimum two years of working experience in computer hardware and different type of
peripherals including laser printers/scanners etc. as mentioned in Annexure-I of tender document
& software related maintenance and should be equipped with the maintenance kit comprising of
tool box, multimeter, diagnostic software, device driver software, external CD-ROM/storage drive
9
and any other tools required for carrying out such services. The Resident Engineer(s) should be
made available in CSIR-NISCAIR on all working days between 09.00 AM to 05.30PM for
maintenance/repair of the systems/peripherals in CSIR-NISCAIR premises. In case of emergency
repairs during holiday and after working hours, the RE shall be made available at no extra
charges. The resident engineer(s) shall not carry out any maintenances repair work of any other
party in CSIR-NISCAIR premises. REs have also to provide IT Support during the events of CSIRNISCAIR like high level meetings etc.
8.3
The vendor shall also provide the regular preventive maintenance service
minimum once in three months. Under this activity, following jobs are to be done:
(a)
(b)
(c)
(d)
(e)
(f)
The AMC Engineer will be single point of contact for any complaint released to service.
Who will further contact their Company.
The Resident Engineer should inform about any planned leave and will ensure the
alternate manpower.
Cleaning of all equipments externally using soft cloth, carbon tetra chloride & appropriate
polish etc. the material in question will be provided by successful vendor within CAMC
charges.
Internal cleaning of the equipments (only which are under CAMC) using /other
appropriate means. vacuum cleaner
Trouble shooting for operational problems related to software/antivirus.
Up-keeping of PC HDD/components to maintain satisfactory performance of the items in
question.
8.4
Vendor will maintain an itemwise logs for preventive maintenance through FMS
software. For preventive maintenance, two Resident Engineer (s) are required to be deputed by
successful bidder in CSIR-NISCAIR on all working days between 09.00 AM to 05.30 PM. The
preventive maintenance work needs to be completed in two weeks time before the end of each
quarter. They will also shift the systems/peripherals as and when required at no extra cost. REs
will also help in keeping the inventory of IT products whether they are under warranty or CAMC.
Payment of emoluments etc. to the engineers, etc. will be the responsibility of the successful
bidder.
8.5
The CAMC would be comprehensive in nature i.e. including cost of Resident Engineers
(both locations i.e. NISCAIR PUSA and NISCAIR S V Marg) maintenance of equipments and
replacement of all new original spares in original packing for proper functioning of all systems
and peripherals as per Annexure-I installed in Delhi at two locations. If any part gives repeated
problems i.e. 2 or more repairs in a period of two months time, then the contractor/vendor must
replace it immediately with an original new one without any additional cost on the part of CSIR-
10
NISCAIR. All the components required to be replaced will be of original make. In the service
report, the details of the part number and serial number (if any) must be brought out clearly.
8.6
The breakdown maintenance call shall have to be attended to within four hours and the
machine will have to be made functional within twenty four hours of the complaint, failing which
the firm has to arrange for the alternative systems with identical configuration till the machine is
repaired. In case the standby machine is not provided or the system is not set right to put the
same under satisfactory operation within 48 hours, a penalty may be charged @ Rs. 100/- per
day, per system for the delayed period upto 10 days. After that the review of contract may
happen which may lead to termination of contract.
8.7
Complaint Register/Computer will be kept in I.T. Division, CSIR-NISCAIR for registering the
complaint. It will be the responsibility of the Resident Engineer to attend to the call on day-today basis within one hour and make it usable immediately, in any case not more than 24 hours.
Nodal Officer, IT Division will take feedback from user about complaint. The Contractor shall
intimate the status of complaints pending/rectified on a daily basis. The Contractor shall also
submit a consolidated report furnishing the details of calls attended, remedial action take and
their status on a monthly basis.
8.8
The Contractor shall keep sufficient number of spares, such as CPUs, Monitors, Keyboards,
Mouse, Printers, HDDs, Combo Drive, cables etc. with IT Division, CSIR-NISCAIR., as standby so as
to put these in systems whenever required systems/peripherals can be repaired urgently. Any
cost incurred towards transportation of the faulty/repaired as well as standby equipment shall be
borne by the Contractor.
8.9
The Contractor shall not subcontract the maintenance job to outside agency.
8.10 CSIR-NISCAIR reserves the right to withdraw any number of equipment
(computer/printer/scanner/Server/Laptop) from the CAMC at any point of time during the
contract.
8.11 All those computers/printers/scanners/Laptops coming out of warranty during the
contract period, should be added to CAMC from the next date of the expiry of the warranty.
Resident Engineer should have his own vehicle and mobile with him for emergency
contact on Saturday/Sunday/holiday. Vehicle & mobile number are to be submitted in advance
before deputing any RE for duty at CSIR-NISCAIR.
8.12
8.13 Items taken under CAMC would be decided by preparing a joint inspection report for the
items under use to be signed by representative of the vendor and representative of IT Div, CSIRNISCAIR. The Quarterly bill should be raised based on the items taken under CAMC, mentioned in
the joint inspection report only.
11
8.14 Vendor is required to keep with him sufficient stock of spares for each item taken under
CAMC at the beginning of the contract period. In case at any point of time during contract, the
vendor is unable to repair any item under contract due to non-availability of parts or item
declared obsolete by the OEM, the charges paid by CSIR-NISCAIR for that particular item, since
the beginning of the contract would be deducted from next quarterly payment to the vendor. In
addition, a penalty of 10% of the cost value of item would also be deducted from next quarterly
payment to the vendor.
9.
TERMS OF PAYMENT
9.1
No advance payment will be made to the contractor. The performance of the contractor
will be monitored/assessed by the I.T. Division on quarterly basis. Accordingly the payment will
be made on quarterly basis after certification of I.T. Division for satisfactory performance of the
services rendered by the contractor for the said quarter and production of Preventive
Maintenance Reports. The payment will be made through e-payment mode. Bidders are
requested to submit their complete bank details in their offer.
9.2
The Contractor shall submit his bill along with preventive maintenance reports towards
the CAMC Charges on quarterly basis after the end of each quarter. The payment for the same
shall be subject to recoveries, if any.
9.3
DEDUCTION: If Resident Engineer does not report for duty, vendor should provide
alternative RE of the same capacity. If vendor fails to provide alternate REs, then DEDUCTION @
Rs.500.00 for per engineer per day upto 10 days will be deducted from the bill of CAMC after that
review of contact may happen which may further lead to termination of contract.
9.4
CSIR-NISCAIR shall have the right of addition/deletion of the quantity of the items under
the contract, either before the start of the CAMC or at the starting each quarter during the CAMC
under intimation to the contractor and the payment will be made on pro-rata basis, and deduct
amount from payments as per terms and conditions of the contract.
9.5
TDS will be deducted at source from the contract price payable to contractor for
performing the service under the contract.
10.
PERIOD AND AWARD OF CONTRACT
10.1
The CAMC shall be awarded for a period of one year on rendering satisfactory services
with the successful technically-commercially qualified lowest bidder. The performance of the
contractor will be assessed by the I.T. Division on quarterly basis.
10.2 Performance of the contract: In case the services of the firm are found not satisfactory at
any time during the period of the contract, the Director, CSIR-NISCAIR reserves the right to
terminate the contract along with forfeiture of the performance security.
12
11.
HANDING OVER
11.1 The Contractor shall provide services for minimum ten working days beyond the date of
expiry of the contract without any extract cost so that all the equipment under maintenance
contract are handed over to the next contractor.
11.2 Any equipment not made available in working condition on the last working day of the
contract period shall be rectified/repaired by the Contractor within the next ten working days
failing which the equipment shall be got rectified from alternative sources and the cost thereof
shall be deducted from the last quarter CAMC payment.
12.
ARBITRATION
13.1 If at any time there shall arise any dispute, doubt, difference or question with regard to
the interpretation or meaning of any terms and conditions, prices, etc. of this Rate Contract or in
respect of the rights, duties and liabilities of the parties hereto or in any way touching or arising
out of these presents or otherwise in relation to the present CAMC, then every such dispute,
difference, doubt or question (except the decision whereof is herein expressly provided for) shall
be referred to the arbitration of the sole arbitrator to be appointed by the Director General, CSIR
under Indian Arbitration & Conciliation Act, 1996 or any statutory modification re-enactments
thereof and rules made there under for the time being in force shall apply to such arbitration.
The venue of arbitration shall be the place from where the contract is finalized. The language of
the arbitration will be English only.
13.
REJECTION OF TENDER
13.1 Failure to comply with all the terms and conditions mentioned herein would result in the
tender being summarily rejected.
13.2 The Director, CSIR-NISCAIR reserves the right to reject or accept any or all the quotations
or terminate the contract at any time without assigning any reason.
13
Annexure-I
DESKTOPS COMPUTER SYSTEMS/LAPTOPS/PRINTERS/SCANNERS
S.No
Item
Model No
Serial No.
User Name
Installation
Year
DESKTOPS COMPUTERS/WORKSTATIONS
1.
2.
3.
4.
5.
Desktop
Desktop
Desktop
Desktop
Desktop
Lenova
HCL
HP
Dell
Dell
L900417
A076A4068499
INI63703J2
1S5G8R1
1S5Q7R1
Harish kr.
Ranbir Singh
Ashok kr.
Neendar
L K Chopra
6.
7.
8.
9.
10.
11.
Desktop
Desktop
Desktop
Desktop
Desktop
Desktop
IBM
HP Workstation Z600
HP Workstation Z600
HP Workstation HPZ210
HP Workstation HPZ210
HP Workstation xw 4600
99TN503
SGH230P744
SGH230P743
SGH123SV2C
SGH123SV2D
SGH91506ZN
Azam
Neeru Sharma
Abhinav Raj
Sarla Dutta
Neeru Vijan
Manender Singh
12.
13.
14.
15.
16.
17.
Desktop
Desktop
HP Compaq dx2480 Business
HP Compaq dx2280MT
INA93501GV
INI63703G1
IBM
IBM
IBM
IBM
IBM
IBM
IBM
IBM
IBM
IBM
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
IBM think Centre
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
Hp Compaq elite B3300
INA9380BQP 17'' TFT
Monitor
L9B3440
L9B3054
L9B3163
L3YH407
L9B3058
L3YH417
L9B2959
L3YH410
L3YH431
L3YH426
INA308XJ27
INA308XJ58
INA308XJ14
INA302V6T1
INA308XJ5J
INA308XHYK
INA302V6VQ
INA302V6S0
INA308XJ4T
INA302V6TN
INA308XJ2K
INA302V6T4
INA308XHV0
N.N Vaid
Mahesh Singh
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
HP DC 7900
14
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
IT Cell S V Mar
NSL Cte room
16.08.12
16.08.12
30.06.11
30.06.11
12-06-09
2009
16.08.12
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
HP DC 7900
HP DC 7900
HP DC 7900
HP Elite Desk
Lenovo Core 2
Lenovo Core 2
Lenovo Core 2
Lenovo Core 2
Lenovo Core 2
Lenovo Core 2
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
IBM Pentium-IV
Dell Optiplex 980
Dell Optiplex 9010
Dell Optiplex 980
Dell Optiplex 980
OPTIPLEX 990
OPTIPLEX 990
OPTIPLEX 990
INA9380BQW 17'' TFT
Monitor
INA9380BSS 17'' TFT Monitor
INA9380B6R 17'' TFT Monitor
INA44ITC2C 800 GI TWR
L900395
L900514
L900437
L900515
L900400
L900517
L3YH436
L9B3459
L9B2713
L3YH419
L3YH415
L9B3105
L3YH416
L9B3044
L3YH437
L983181
L983024
L3YH411
L3YH447
L3YH423
L3YH449
L3YH435
L3YH445
L3YH400
99TN513
L9B3204
L3YH438
L3B3090
L9B3037
L3YH409
L3YH403
Service Tag No. 38WG7BS
Service Tag No. 5FKFBX1
Service Tag No. H7WG7BS
Service Tag No. 58WG7BS
DELL
DELL
DELL
15
1st Floor
1st Floor
1st Floor
2nd Floor
Ground Floor
1st Floor
1st Floor
Ground Floor
1st Floor
1st Floor
1st Floor
1st Floor
1st Floor
1st Floor
1st Floor
G. Floor
Counter
2nd Floor
2nd Floor
Counter
Counter
Counter
Counter
Scanning Division
(2nd Floor)
1S5X8R1
7RXQPQ1
1S5Z8R1
Ground Floor
Ground Floor
Ground Floor
Ground Floor
PAWAN KUMAR
SURYA PRAKASH
ITD
81.
82.
83.
84.
85.
86.
87.
88.
89.
90.
91.
92.
93.
94.
95.
96.
97.
98.
99.
OPTIPLEX 990
IBM P4 THINK
CENTRE
OPTIPLEX 990
OPTIPLEX 990
OPTIPLEX 990
HP COMPAQ
OPTIPLEX 980
OPTIPLEX 980
OPTIPLEX 980
OPTIPLEX 980
LENOVO THINK
CENTRE
LENOVO THINK
CENTRE
OPTIPLEX 990
Dell Optiplex 980
i3 ID: 00371
Desktop
Desktop
DELL
7S25PQ1
ITD
IBM
DELL
DELL
DELL
HP
DELL
DELL
DELL
DELL
L3YM414
7S2TPQ1
1S5S7R1
7RXPPQ1
INI63703KN
J5WF7BS
H5WF7BS
16WF7BS
31ZG7BS
ITD
ITD
ITD
SERVER ROOM
SERVER ROOM
C.B SINGH
SANJAY BURDE
CHARU VERMA
SANJAY BURDE
LENOVO
L900404
SANJAY BURDE
LENOVO
DELL
L900422
1S5B8R1
SANJAY BURDE
SANJAY BURDE
Vijayalakshmi
Asthana
G K Mandal
8992671-00524
L9B2783 3296DK4
L9B2907
23-MKCC3
V6-HL 298
Dell
HP
Dell
Dell opti 980
HP Compaq
C1ZG7BS
LE1902x
Optiplex 980, with 18.5 inch
TFT colour monitor
J 1ZG 7BS
Kamlesh Arora
Hasan J. khan
Dr N. Majumdar
PERIODICALS
HALL
100.
Dell
1 S5V 7R1
PERIODICALS
101.
Dell
Optiplex 980, with 18.5 inch
TFT colour monitor
Optiplex 980, with 18.5 inch
TFT colour monitor
1 S62 8R1
PERIODICALS
102.
HP
DC 7000
Indian J Chem
103.
Dell
Optiplex 990
Indian J Chem
104.
HP
HP DC 7000 Series with 17'' TFT
Monitor
Dell Optiplex 990 with 18.5''
TFT Monitor
HP-15, model HP40641
HP40641
Indian J Chem
105.
106.
HP Computer
Dell
L1710
Optiplex 980
107.
HP
HP Compaq elite 8300 MT
INA9470MDH
CN-OU417N641809D-2UEM
3CQ24205HS
108.
HCL
TFT1560PS
344073700479
Neelu Srivastav
Dr. Sanjay
Sengupta
Dr. Sanjay
Sengupta
Dr. Sanjay
Sengupta
109.
110.
HP
DELL
111.
LENOVO
NR855PA#ACJ
OPTIPLEX 990
hp monitor
2PBDH-7PGM6
INA91504PF
HD3TPQ1 (Service
Tag)
11543N9605ZVJ43
3890F27
16
IJEB (RSJS)
IJEB (RSJS)
IJBB (RSJS)
Dell
HP
HCL
112.
PC (Lenovo)
45R6131
00144-483-816130
IJBT (MAAK)
113.
PC (HCL)
BL1230
A076A4068485
IJBT (MAAK)
114.
PC (Dell)
000GJ3
00184-032-846147
IJBT (MAAK)
115.
116.
117.
118.
119.
120.
121.
Dell
Dell
Lenovo
HP
HCL
HP
HP
Optiplex 990
Optiplex 990
19 TFT
DC 8000
15 TFT
DC7900
ELITE8300
HCYSPQL
1BHOCQ1
L900403
INA02003YZ
A076A4068502
INA915048K
INA308X07F
WOI/IJNPR(PM)
WOI/IJNPR(PM)
WOI/IJNPR(PM)
WOI/IJNPR(PM)
WOI/IJNPR(PM)
IJTK (KPS)
IJTK (KPS)
122.
123.
124.
HP
HP
Dell
L1710
L1710
Optiplex 990
INA947062M
INA9470644
11956822552
Monika Sharma
Amiya B. Gupta
Kailash Parewa
17
S.No
Item
Model No
Serial No.
User Name
Installati
on Year
HP248G1
HP248G1
5CG426JL75
5CG426JLKV
Neeru Vijan
Neeru Sharma
16.03.15
16.03.15
41820674968,
System Tag: J7MY7BS
G. Floor
LAPTOPS
1.
2.
Laptop
Laptop
3.
Laptop
4.
5.
6.
7.
8.
9.
Laptop
Laptop
Laptop
Laptop
Laptop
Laptop
10.
11.
12.
13.
14.
15.
Laptop
Laptop
Laptop
Laptop
Laptop
Dell Inspiron 4010
HP Compaq 6530b
Dell Inspiron 15R 5537
HP 4430
HP 4430S
LAPTOP HP NOTE BOOK
HP PROBOOK 4420S
HP PROBOOK 4420S
HP PROBOOK 4431S
HP PROBOOK 4431S
HP PROBOOK4431S
HP PROBOOK 4431S
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
HP Probook 4431s
38543602429
INA209PNT3
INA312ZL3D
CNV2163GZH
CNF0466VSZ
CNF0466VT4
CNU21717W7
CNU2163HN8
CNU2163HOF
CNU2163HQW
CNU2163GZH
CNU2163H8L
CNU2163HC3
CNU21717WW
CNU21717X9
CNU21717Y9
CNU2171814
CNU2171866
F. floor
F. floor
G. Floor
G Floor
SANJAY BURDE
C. B SINGH
ITD
CHARU VERMA
CHARU VERMA
CHARU VERMA
CHARU VERMA
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
IT Cell SVMarg
HP Compaq 6730b
6730b
Geeta Mahadevan
4440S HP
VAIO Computer PCG-71313W
INA312YYJY
275161767005648
Neelu Srivastav
Dr. Sanjay
Sengupta
26. Laptop
HP4430
INA211QNTD
IInd floor
27. SONY
VAIO E series VPCEB3AGG
PCG-71313W
27516176 7002853/
Service tag C607F3AF
IJEB (RSJS)
28. SONY
VAIO E series VPCEB3AGG
PCG-71313W
27516176 7000981/
IJEB (RSJS)
29. SONY
VAIO E series VPCEB3AGG
PCG-71313W
Think Pad-L440
Service tag: C606MK2G
IJBT (MAAK)
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
Sony Laptop
30. Lenovo
PG-00AAFU 15/01
18
IJNPR (PM)
S.No
Item
Model No
Serial No.
User Name
Installation
Year
HP P1505N
HPK-B0ISB-060400 (B)
Harish kr.
HP Laser jet pro MFP M128FN
HP Laser jet P3005d
HP Laser jet M 1005 MFP
Laser jet P3005d
CNB7GC4KB2
CNC1B04907
CNG987V8MP
CNC1C04724
Ranbir kr.
Neendar
L K Chopra
Azam
HP P3015dn
VNBJ9C402V
Neeru Sharma
08.03.2010
HP 4100DTNd
SGMGD59398
28.03.2003
HP CP2025dn
CNHS903057
Manender
singh
Neeru Sharma
HP Laserjet P3015
VNBJB3LOMD
Abhinav Raj
24.01.2011
HP Laserjet P3015
VNBJB420JL
Sarla Dutta
24.01.2011
HP Laserjet 2200D
SGF6602323
N.N Vaid
2005
HP Laserjet 500 Color M551
HP Laserjet Color Printer -2025N
HP Laserjet Printer -9040DN
HP Laserjet Printer -9040DN
HP Laserjet P1606dn
HP Laserjet P1606dn
HP Laserjet P1606dn
HP Laserjet 1320
HP Laserjet 1320
HP LASERJET 5200L
CNCXF3B968
CNHSTOO785
JPFSB25020
JPFSB250IP
VNC3Z03726
VNC3Z02903
VNC3Z02257
CNHJ55T003
CNHJ55J005
CNFXC26962
CNRXB38873
VNC3T21269
LASERJET PRINTER
1.
2.
3.
4.
5.
HP Laser Jet
P1505N
Printer
Printer
Printer
HP Pirnters
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
Laserjet B/W
Printer
Laserjet B/W
Printer
Laserjet Colour
Printer
Laserjet B/W
Printer
Laserjet B/W
Printer
Laserjet B/W
Printer
HP Printer
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
1st Floor
1st Floor
Counter
Ground Floor
Ground Floor
Counter
2nd Floor
Ground Floor
C. B SINGH
SANJAY
BURDE
Vijayalakshmi
Asthana
Hasan J. khan
Kamlesh Arora
CNCKS 10586
VNC3T 21277
23.
HP Laserjet
HP LASERJET M3035 MFP
HP Laserjet P2055dn
24.
25.
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
Laser Printer
Laser Printer
MFP M128fn
1606DN
HP Laserjet
HP Laserjet
Laserjet Printer
Laserjet Printer
HP - 3005D
HP CP2025DN
Geeta Mahadevan
HP Printer
HP Laserjet
P3005D
HP Laserjet P1606dn
CNCICO4245
VNC3P05154
Neelu Srivastava
26.
27.
28.
29.
30.
31.
HP LaserJet P2055dn
HP LaserJet P2055dn
19
Geeta Mahadevan
Dr. Sanjay
Sengupta
25.11.2010
32.
HP Laserjet
HP Laserjet P1606dn
VNC3P05039
Dr. Sanjay
Sengupta
33.
HP Laserjet
B/W
HP Laserjet
B/W Printer
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
Colour
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
B/W
HP Laserjet
Colour
HP Laserjet P3015dn
VNVJB1T0JK
IJEB (RSJS)
HP Laserjet 2420 DN
05959A
HP Laserjet 1000 series-Q1342A
CNHKD19872
IJEB (RSJS)
CNCR235938
IJEB (RSJS)
HP Laserjet P1606dn
VNC3Z03716
IJBB (RSJS)
HP Laserjet P3005d
CNC1B04446
IJBT(MAAK)
HP Laserjet CP1525n
CNCG208932
IJBT(MAAK)
HP Laserjet P1505n
CNC2310833
HP laserjet 1606dn
VNC3P05044
HP laserjet 1606dn
VNC3702764
HP laserjet 2055dn
CNCK123003
HP laserjet (with scanner)
Pro M128FN
CP1515n
CNB7GC4H2X
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
CNDJ9750YJ
20
IJBT(MAAK)
IJNPR (PM)
IJNPR (PM)
IJNPR (PM)
IJNPR (PM)
IJTK (KPS)
S.No
Item
Model No
Serial No.
User Name
Installation
Year
Sarla Dutta
Manender
Singh
Abhinav
Raj
Neeru
Vijan
N.N Vaid
Mahesh
Singh
2009
11.06.2007
SCANNER
1.
2.
SCANNER
SCANNER
HP-SCANJET 5590
HP-SCANJET 5590
CN926TSOW6
CN6BBSR016
3.
SCANNER
HP-SCANJET 5590
CN6BBSR0Z4
4.
SCANNER
HP-SCANJET 5590
CN7CNTH102
5.
6.
SCANNER
SCANNER
HP-SCANJET 5590
HP-SCANJET 7450C
CNC7CJTH02T
CN2B6S0268
7.
8.
HP scanner
HP Scanjet N6310
CN26BDF0C7
HP Scanjet
HP Scanner 5590
CN16KVH189
Vishal
Singh
9.
HP SCANJET
HP SCANJET 8270
CN9ARA0167
10.
Scanner
HP ScanJet 5590
CN 6BB SR04D
11.
HP Laserjet
HP Scanjet 5590
L1910B
SANJAY
BURDE
Dr N.
Majumdar
Scanning
Division
(2nd
Floor)
HP Scanjet 8270
HP Scanjet N6350
HP Scanjet 8270
HP Scanjet 8390
HP Scanjet 5590
L1975A
L2703-64001
L1975-64003
L1967A-AC3
L1911B
12.
13.
14.
15.
16.
17.
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
HP Laserjet
CN49DS0102
18.
19.
HP Laserjet
HP Scanjet SJ 7450C
HP Scanjet 5000
HP Scanjet
HP Scanjet 8270
20.
HP Scanjet
HP Scanjet 5590
5590
21.
SCANNER
HP-SCANJET 5590
CN7CJTH0BX
CN99YC701Y
CN44L72541
21
Ground
Floor
1st Floor
Indian J
Chem
Neelu
Srivastav
IJEB (RSJS)
11.06.2007
2009
2007
2003
Geeta
Mahadevan
S.No
Item
Model No
Serial No.
HP
HP
HP
HP
HP
HP
HP
IBM
IBM
IBM
HP Proliant DL580
HP Proliant DL580
HP Proliant DL580
Hp Proliant DL580
HP Proliant DL580
HP Proliant DL180
HP Proliant DL180
IBM X 3650
IBM X 3610
IBM X 3650
CN721600CS
CN72150BCR
CN721600C3
CN711207H1
CN711207GZ
SGH2122KDT
SGH9243WM4
ME10523
ME11007
99GN281
IBM
IBM SERVER X235
99TN070
DELL
DELL SERVER POWER EDGE
DVW38BS
DELL
DELL SERVER POWER EDGE
9MS38BS
IBM
IBMX3650
99GN279
User Name
Servers
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
22
SANJAY
BURDE
SERVER
ROOM
SERVER
ROOM
SERVER
ROOM
Installation
Year
Annexure-II
PROFORMA FOR TECHNICAL BIDDING
1. Name of the Company
2. Address (with Tele. No., Fax No. and E-mail ID)
3. Contact Person Name and Mobile Number
4. Number of years of experience in the trade
5. Number of years of experience in Maintenance Business
6. Total value per year of Maintenance Business during the last three years (Computers+
Laptops + Printers + Peripherals)
7. Registration No.___________________________
8. Sales Tax/VAT No._________________________________
9. PAN No._________________________________
10. Service Tax No.___________________________
11. Details of Technical Manpower (Category-wise)-Degree Holders/Diploma Holders/Others
S.
No.
Total Strength of RE(s)
and
TA (S)
Qualification
Length of
Average
Experience
12. Address of Workshop/Service Centre with area of premises
13. Whether Owned/Rented
14. Name of Bank
Confirm the following:
a)
b)
Whether the firm is in existence for over five years in the
trade. If yes, necessary supportive document has been
attached? (Please refer to Para 4.1)
Have you attached the copy of Service Tax
Registration Certificate? (Please refer to Para 5.6)
23
Yes/No
Yes/No
c)
d)
e)
f)
g)
h)
i)
j)
Have you attached the copies of single order of CAMC valueing Rs. 5
lakhs or more in every financial year i.e. 2012-13, 13-14, 14-15
(Please refer to Para 5.5)
Have you submitted the required EMD?: (Please refer to Para 6)
Yes/No
Whether PAN Number / VAT No. copy is attached? (Please refer to
Para 5.6)
Have you attached the certificate/documents related to Para 5.10 of
the tender documents?
Have you attached the Annexure-II? Please refer to Para 5.9
Have you attached the certificate that all the terms and conditions
indicated in the tender document are acceptable to your firm?
Have you attached a copy of the tender document duly signed with
company seal on each page of the tender document?
Have you quoted for all the items in your financial bid?
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Declaration
I hereby certify that the information furnished above are full and correct to the best of our
knowledge. I/We understand that in case any deviation is found in the above statement at any
stage, the company will be black-listed and will not have deal with the Organizations in future.
Authorized Signature
with seal of the Company
24
Annexure-III
PROFORMA SHOWING DETAILS OF CAMC EXECUTED OF VALUE FIVE LAKHS
AND ABOVE DURING THE PREVIOUS THREE YEARS
Details of all Comprehensive Annual Maintenance Contracts successfully executed singly or jointly
in any financial year during last three financial years 2012-13, 2013-14 and 2014-15 having order
value more than Five lakhs.
S. No.
Name of
the Organization
/Address
Contract Period
(if renewed,
give details)
Whether CAMC
was with Resident
Engineer/Technical
Personnel or not; if yes,
the no. of RE/
Technical Personnel
deployed
Attached Award
Letter
copy (Yes/No)
Attached
Performance
Certificate (Yes/No)
1.
2.
3.
Date: _______________
Place: _______________
Signature of Bidder
with company
Tax: @
The rates quoted are valid for entire duration of CAMC i.e. one year and inclusive of all charges as
per Clause No. 5.10, 5.11, 8.1 and 8.5 of the tender document.
Signature of Authorized Person
With seal of the firm
Date: ________________
25
Annexure IV
PROFORMA FOR PRICE BID
S.No.
Details
1.
Desktop
Computer
2.
Laptop
3.
4.
5.
Printer
Scanners
Scanners
Server
Server
Item
DESKTOPS COMPUTERS
Lenova
HCL
DELL
HP
IBM
Other Desktop
Total
LAPTOPS
HP
Dell
Sony
Lenova
Total
Qty.
Rate / unit
/ annum
11
4
31
38
38
02
124
23
2
4
1
30
LASERJET PRINTER
HP Laserjet Printer
Total
44
44
HP
21
HP
IBM
Dell
7
5
2
Total
14
26
Rates in words
Tax, if any
Total Amt.
27