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
© Copyright 2026 Paperzz