national fertilizers limited zonal office, bhopal · 1 seal and signature of tenderer national...

28
1 Seal and Signature of Tenderer National Fertilizers Limited Zonal Office, Bhopal Tender Documents for Annual Maintenance Contract for Desktops, Laptops, Printers, MFDs, UPS, Modems, Routers & LAN at Zonal Office Bhopal, Area offices and District Office 1. Tender Particulars a. Tender Enquiry No. : NFL/ZO/CS/AMC/2014-16 b. Due On : 14/07/2014, 3:00 PM c. Requirement : To carry out Breakdown / Preventive Maintenance of IT Equipments like Desktops, Laptops, Printers, MFDs, UPS, Modems, Routers & LAN at Zonal Office, Bhopal , Area Offices and District Offices . The specifications of IT Equipments are given at Annexure-C. d. Earnest Money Deposit : Rs.10,000/- through crossed Demand Draft. e. Tender Closing date : 14/07/2014 at 3:00 PM f. Tender Opening date : 14/07/2014 at 3:30 PM in the presence of tenderers or their authorised representatives. g. Expected Tender validity : 90 days from the date of tender opening. h. Tender to be addressed to : Zonal Manager (Mktg.) National Fertilizers Limited A/A-2,Office Complex Gautam Nagar Bhopal (M.P.) Pin-462023 i. Estimated value of work : 4,71,394.00/- (for two year)( (exclusive of all taxes) 2. Enclosures Annexure-A : Instructions to Tenderers. Annexure-B : Technical & Commercial Terms including Pre- qualification requirements, Scope of work, Special requirements & other terms & conditions. Annexure-C : Specification of IT Equipments for AMC. Annexure-D-I : Schedule of AMC Rates for IT Equipments. Annexure-D-II : Schedule of Rates for LAN Passive Components & Laying / Installation Annexure-E : Declaration Form Annexure-F : Undertaking Annexure-G : Checklist of Enclosures Annexure-H : Compliance Statement Annexure-I : Format to indicate Tenderer’s Experience Annexure-J : Format to indicate Addresses of Tenderer’s Service centres against each Location of our Marketing Offices. Annexure-K : Format for AMC Service Card

Upload: phamxuyen

Post on 09-Feb-2019

229 views

Category:

Documents


0 download

TRANSCRIPT

1 Seal and Signature of Tenderer

National Fertilizers Limited Zonal Office, Bhopal

Tender Documents for Annual Maintenance Contract for

Desktops, Laptops, Printers, MFDs, UPS, Modems, Routers & LAN at Zonal Office Bhopal, Area offices and District Office

1. Tender Particulars

a. Tender Enquiry No. : NFL/ZO/CS/AMC/2014-16 b. Due On : 14/07/2014, 3:00 PM c. Requirement : To carry out Breakdown / Preventive Maintenance of

IT Equipments like Desktops, Laptops, Printers, MFDs, UPS, Modems, Routers & LAN at Zonal Office, Bhopal , Area Offices and District Offices . The specifications of IT Equipments are given at Annexure-C.

d. Earnest Money Deposit : Rs.10,000/- through crossed Demand Draft. e. Tender Closing date : 14/07/2014 at 3:00 PM f. Tender Opening date : 14/07/2014 at 3:30 PM in the presence of tenderers

or their authorised representatives. g. Expected Tender validity : 90 days from the date of tender opening. h. Tender to be addressed to : Zonal Manager (Mktg.)

National Fertilizers Limited A/A-2,Office Complex Gautam Nagar Bhopal (M.P.) Pin-462023

i. Estimated value of work : 4,71,394.00/- (for two year)( (exclusive of all taxes) 2. Enclosures

Annexure-A : Instructions to Tenderers. Annexure-B : Technical & Commercial Terms including Pre-

qualification requirements, Scope of work, Special requirements & other terms & conditions.

Annexure-C : Specification of IT Equipments for AMC.

Annexure-D-I : Schedule of AMC Rates for IT Equipments.

Annexure-D-II : Schedule of Rates for LAN Passive Components & Laying / Installation

Annexure-E : Declaration Form

Annexure-F : Undertaking

Annexure-G : Checklist of Enclosures

Annexure-H : Compliance Statement

Annexure-I : Format to indicate Tenderer’s Experience

Annexure-J : Format to indicate Addresses of Tenderer’s Service centres against each Location of our Marketing Offices.

Annexure-K : Format for AMC Service Card

2 Seal and Signature of Tenderer

Annexure-A Instructions to Tenderers

1. Tender must reach on or before the tender closing date & time.

2. Request for extension of time for submission of tender shall not be entertained.

3. NFL shall not accept delays in postal transit as ground for extension of tender submission time or acceptance of tenders.

4. The Tender Enquiry number must appear on all correspondence and documents. While submitting the bids, tenderer shall ensure the completeness of the information/documents as detailed in the tender document.

5. Tenders shall be submitted in sealed covers.

6. Cover should bear the following information:

i. Inscribe on the cover “Tender for AMC of IT Equipments.” ii. Tender Enquiry Number iii. Tender Closing date & time iv. Tender Opening date & time v. Name & Address of tenderer

7. If the tenders are opened before due date because of tenderer failing to comply with Para 5 & 6 above, the risk and responsibilities for disclosing tender confidentiality shall rest with tenderer, NFL shall have no obligation as consequence thereof.

8. Any clarifications on procedure, tender specification both technical and commercial can be had from Zonal Manager (Mktg.) at any time before tender closing date and time either personally or by post at least 7 days prior to closing date of the Tender. Postal delays shall not cause postponement of tender processing date & tenderers in their own interest shall take all steps that are necessary for them to participate in tender well in time.

9. All information sought by NFL during tender evaluation shall be provided within the time set out in the communication on the subject. Failure of tenderer to comply with requirements of NFL within stipulated time shall entitle NFL to proceed with the tenders on the basis of information available with it. No responsibility for postal delays shall rest on NFL.

10. Tender shall be submitted in a Two-Stage Bid as specified below:

i. First envelope shall be super scribed: “Technical & Commercial Un-Priced Offer with Earnest Money”. It shall contain all the required documents as spelt out in the tender document.

ii. Second Envelope shall contain item wise Prices as per format of schedule for AMC rates. (Annexure-D-I & D-II). This envelope shall be super scribed as “Price Bid”.

iii. Both the above envelopes shall be sealed individually and placed in another envelope (Outer) and marked as per Clause 6 above.

iv. First Envelope will be opened on the due date of opening. The tenderer may send their authorised & competent representative to take part in the discussions on the Technical & Commercial Terms as and when called for. During the discussions, the representative should be able to take immediate decision on all the matters pertaining to the bid. The representative of the tenderer must submit the authorisation letter for taking part in the discussions.

3 Seal and Signature of Tenderer

11. NFL reserves the right to accept or reject any bid in whole or in part or accept other than lowest bid without assigning any reason there of.

12. NFL may not consider any bid, which is incomplete or not submitted in accordance with the provisions, set forth in the bid documents as incomplete and may reject the same or waive any deficiencies in any or all the bids.

13. The tenderer should submit photocopy of the Registration Certificate duly verified / attested of the following along with the bid:

a. PAN (Permanent Account Number). b. PF Registration Number. c. Service Tax Number.(Attached in Annexure L) d. ESI Registration e. Labour License from appropriate authority f. MSMED (micro, small and medium enterprise)Registration

14. Earnest Money Deposit (EMD) i. Tenders must be accompanied by EMD as indicated at 1(d). EMD shall be made

in favour of “National Fertilizers Ltd., BHOPAL” in the form of Cross Demand Draft payable at BHOPAL only from any scheduled bank; “CHEQUE WOULD NOT BE ACCEPTED”.

ii. EMD shall be forfeited at the sole discretion of NFL in case the tenderer after having submitted the tender withdraws the same or changes the quoted prices or terms and conditions within the period of its validity or after intimation from NFL of the acceptance of his tender wholly or partly refuses to accept the tender in full or part or changes any of the conditions of the tender.

iii. EMD of the successful tenderer shall be returned on submission of Security Deposit.

iv. EMD of the un-successful tenderer shall be returned immediately after award of the job.

v. EMD shall carry no interest.

15. The tenderers must sign all the papers of their bid. All corrections and alterations in the Tender will be signed in full with date by the tenderer. No eraser or overwriting is permissible.

16. Validity of the bids shall be for 90 days from the date of opening of the price bid.

17. The price bids of only such tenderer will be opened at a later date who meet all the laid down Technical & Commercial requirements. The date and venue of price bid opening will be intimated to the tenderers.

18. The tenderer shall confirm in the technical & commercial bid that all the payment & other terms & conditions stipulated in the enquiry are acceptable to them.

19. Detailed list of locations where AMC services are required, is enclosed at Annexure-J. Tenderer shall indicate details of their Service Centres from where they shall be providing the AMC services against each location indicated in Annexure-J.

20. The tenderer shall quote their rates with reference to each item of Annexure-D-I & D-II and shall quote total cost of the package. The tenderer must bid for all the items shown in the schedule of rates. In case if any deviation is found in total contract price mentioned by the tenderer in the price bid, the total contract value arrived at by considering the unit rates shall be considered by NFL for the purpose of evaluation

4 Seal and Signature of Tenderer

of bids. The tenderer shall also confirm in the technical bid that the unit rates quoted in the price bid are inclusive of all costs (e.g. cost of the Service Engineer at NFL AMC locations) and no separate cost shall be considered.

21. The tenderer to include details of qualification, set of skills, experience of their Service Engineers to be posted at Zonal Office, Bhopal.

5 Seal and Signature of Tenderer

Annexure-B

Technical and Commercial Terms & Conditions 1 ESSENTIAL PREQULIFICATION REQUIREMENTS FOR THE TENDERER

Qualification Criteria given below specify minimum Qualification Criteria in various areas to ensure that tenderer has necessary experience, expertise, financial and human resources to successfully provide the maintenance services of desired quality service. Offers from the tenderers not meeting these criteria shall not be considered, therefore tenderers who do not meet these criteria may not submit their bid.

i. The tenderer should either be an Original Equipment Manufacturer of Computers / Printers or its Authorized Service Providers (ASP) or should have an arrangement with ASP of any Computer Hardware OEM to ensure use of original / genuine spares to undertake AMC of computer hardware. In such case, tenderer shall have to furnish the copy of the MoU / Agreement signed with the OEM or its ASP to carry out the job of AMC of computer hardware / LAN against this specific tender. A general letter will not be considered as sufficient.

ii. Experience for Annual Maintenance services: The tenderer should have executed / in hand at least 3 contracts of similar nature involving maintenance of computer hardware including PCs, Laptops, Printers,MFDs, UPS etc. and Local Area Network at different locations for PSUs or Govt./Semi Government Department / Corporate.

iii. The tenderer should be in Computer Maintenance business since five years and in support of this, a copy of the work order along with completion certificate from the client is required to be submitted.

iv. Satisfactory performance certificate from the clients of 3 (three) similar AMC contracts completed or in hand with contract value more than Rs 2.5 lacs to be provided.

v. The tenderer should be an ISO-20000:2005 certified company. Copies of the certification to be submitted.

vi. Tenderer’s Turnover should not be less than Rs.32 Lacs from the business of AMC of Computer/LAN hardware in India during the last 2 financial years. The tenderer should be a profitable company. Copy of the document proof viz audited annual report for last two years to be submitted.

vii. The tenderer should have National Presence with its offices / support facilities to cater maintenance services to Zonal offices, Area offices, ans District Offices of NFL. The list of locations where AMC services are required is given at Annexure-J. The tenderer shall update this list indicating its support office against each location of NFL from where the maintenance services shall be provided for all the above locations of NFL.

viii. The tenderer should have well proven testing & repairing facility for computer equipments. NFL may conduct a survey to assess the suitability of this facility. Tenderer shall also furnish the details in respect of the facility management / call monitoring software to be used for attending the calls. The SW should have features like Users Registering / Tracking a complaint, Periodic Reports to monitor the status of registered complaints indicating Action taken, Pending Calls, etc.

ix. The tenderer should be financially sound to undertake AMC of such nature.

6 Seal and Signature of Tenderer

x. The tenderer should have expert and qualified manpower to undertake AMC of computer hardware / LAN. To undertake AMC and management of LAN, the tenderer should have CISCO certified Engineers.

xi Additional Instructions: a. The tenderer shall furnish the Clause-by-Clause Compliance Statement with respect to

technical and Commercial Specifications & Bid evaluation criteria with respect to desired Tender Specs.

b. Details of the tenderer’s experience as mentioned above at S.NO 1(ii) should be submitted in the format given at Annexure-I.

c. The tenderer is required to furnish the requisite necessary Qualification Criteria supporting documents and Credentials as specified above along with other pre-qualification Criteria details as mentioned in the tender, failing which the bids are likely to get rejected.

d. The tenderer shall also endorse all the compliance statements required by NFL duly signed with office seal.

e. The tenderer shall employ only such individuals as are skilled and experienced in the works to be executed under the contract. On direction from the Engineer in charge, contractor shall immediately remove from the works any of his employees who in the opinion of the Engineer in charge is not a fit person to be retained on the works or by his conduct has made his presence undesirable and such person shall not be positioned on the works again.

2. SCOPE OF WORK The Desktops, Laptops, Peripherals and active/passive components of LAN are to be maintained in good working condition. The Services under AMC shall consist of the following (but shall not be limited to):

i. The scope of the AMC shall include carrying out breakdown / preventive maintenance of Desktops, Laptops, Printers, MFDs UPS, Modems, Routers & other Peripherals and Active / Passive components of LAN. The detailed specifications of all the IT equipments installed at different locations are given in Annexure-C.

ii. The scope covers Repair / Replacement of all Parts / Items including plastic components of Printers, Laptop Power adapter & LAN except consumables like Printer Ribbons, Media like Magnetic Tapes, Diskettes, Computer Stationary, Printer Heads, Laptop Batteries and UPS Batteries.

iii. Preventive Maintenance: The tenderer shall provide regular preventive maintenance at least once per quarter.

iv. General System Support: Installation of OS (Window 7, Windows Vista, XP, Linux, etc.), Office Automation Software, Antivirus Software, Updation of Antivirus Definitions, Configuration of e-mail / Internet Explorer, Application of OS patches / OS Service packs / MS Office patches / Latest version of Internet Explorer, LAN Connectivity & Dial-up Connectivity. Partitioning of Hard Disc & Formatting. Beside this, the following services shall also be covered under this contract:-

a. Shifting of PC / Printer from one location to another in the same office and functionality testing of machines

7 Seal and Signature of Tenderer

b. Backup of data of individual PCs at least once per quarter and also when Hard disk requires re-formatting.

c. Removal of Virus with the help of Anti-Virus software provided by NFL

d. Quarterly cleaning of the equipment with suitable fluid to remove spots from the equipment.

v. There are some Desktops / Laptops / Peripherals which are under Warranty (Hardware support) with the OEM, for these equipments, the tenderer shall co-ordinate with the OEM to Log-In a complaint and follow-up with the OEM to ensure that the complaint is attended at the earliest. Such equipments are indicated in Annexure-D-I by mentioning Date in Column (E).

vi. The Tender shall also provide General System Support (SW) (Para 2(iv)) for the equipment mentioned at Para 2(v) above for entire Contract period.

vii. The Tender shall also provide Hardware support for the equipment mentioned at Para 2(v) above after expiry of Warranty period.

viii. NFL reserves the right to cover additional equipments or remove some of the equipments from the scope of work. For such additions or deletion AMC charges shall be adjusted based on the item rate for such equipment.

ix. The Tenderer shall observe the following response time:-

NFL Zonal Offices : Same day by Service Engineers.

NFL Area Offices : Next business day

NFL District Office : Next business day

x. Call Logging Software: The tenderer shall provide call logging / monitoring software which should be user friendly. The SW should be web enable with features like users Registration / Tracking a complaint, Periodic Reports to monitor the status of Registered complaints indicating Action taken, Pending calls, etc.

xi. Standby System: In case a system / equipment could not be repaired at site, then the contractor will carry the system after providing a stand by system of the same or higher configuration. Such system shall be brought back after repair within 6 working days. Any equipment that remains unattended for more than 3 working days without a standby shall attract a penalty as detailed at Para 2(xii). For this purpose the tenderer shall maintain a service card in the format given at Annexure-K for each user at each location. The call logging Software shall also be used for this purpose.

xii. Penalty: In case any equipment or part thereof remains under breakdown for more than three working days without providing a Standby System, a penalty of Rs. 250/- per day per equipment shall be levied subject to maximum of 10% of the total contract value for the year. In addition, if the system / equipment remain un-operational for 15 days or if the contractor fails to perform the contract in accordance with the terms and conditions of the contract, NFL shall have a right to get the job completed by any other agency at the risk and cost of the contractor.

xiii. Posting of Service Engineers at Zonal Offices Bhopal, For maintenance of IT equipments, the tenderer is required to post One qualified Service Engineers at NFL Zonal Offices Bhopal during all working days (Full working day) for entire contract period. Site Service Engineer shall leave the site only with the

8 Seal and Signature of Tenderer

permission of ZM (Mktg.) or by any person authorized by ZM (Mktg.). The Tenderer shall ensure that service engineers are available on all working days. Holidays/leave period of service Engineer will be covered by the contractor by providing a suitable substitute acceptable to ZM (Mktg.) The Service Engineer posted at Zonal Offices shall also look and coordinate the complaints of Area Offices of respective Zone for speedy redressal.

xiv. Up Time: Up-time of IT Equipments & Peripherals should be more than 95%. To monitor this, an AMC Service card (Annexure-K) shall be maintained at NFL’s location by the tenderer which shall be duly got checked by the NFL’s Engineer-in-charge on daily basis. An analysis report of the availability and downtime shall be provided to NFL on quarterly basis. Complete diagnostics and history of Computers including peripherals etc shall be kept & furnished as soft copy along with quarterly report. The call logging SW should be able to provide such reports.

xv. Spares Stock: The tenderer shall keep stock of sufficient spares locally at Zonal Offices Bhopal in order to provide an efficient service. The tenderer shall maintain pre specified list of spares to be maintained at Bhopal location . These spares shall be available at Bhopal location within 7 days of commencement of the contract.

xvi. Any part like I/O card, Mother board, CD / DVD drive, Monitor, RAM,HDD etc. which cannot be rectified, shall be replaced by new one of standard make as per details given below:

Sr. Item Acceptable Make a. I/O card, Mother Board &

CPU Intel/Acer/HCL/Wipro/Dell

b. CD / DVD drive LG/Creative/Acer/Samsung/Sony c. HDD Seagate/Quantum/Samsung/WDC d. RAM OEM / Kingston / Hynex /Transend e. Monitor OEM/LG/Acer/Samsung/Dell f. UPS APC/WeP/Microtech/Uniline/Luminous g. Printer / Scanner / MFD HP/Samsung/WeP/Canon/Epson h. Data Switches (Managed) CISCO/3COM/ i. Data Switches (Un-

Managed) D-Link/CISCO/HPProcurve/3COM/Netgear

j. Edge Routers 1751 CISCO k. ADSL Routers D-LINK l. DSLAM Unit D-LINK m. UTP Cable & other passive

Components of LAN including I/Os Structured cords, Switch racks Jack panels etc

Lucent/AMP

n. Keyboard OEM/Samsung/Logitech/iBall o. Mouse OEM/Samsung/Logitech/iBall

Use of other brands of equivalent or better hardware can only be allowed on specific approval of ZM (Mktg.) or his authorized representative.

xvii. Local Area Networking (LAN) – The services under AMC of LAN shall also consist of the following

9 Seal and Signature of Tenderer

a. Trouble shooting of the network connectivity between PC & the switch.

b. Repair/Replacement of the passive components in case of its failure.

c. Replacement & re-laying of UTP cable in PVC conduit/Channel in case of any fault on the back bone/segment.

d. Replacement / Re-laying of Lan cable in PVC Conduit in case of any fault on the main back bone / segment.

e. Splicing of OFC.

f. Terminations of OFC.

g. Termination of UTP cable on Information outlets and Jack Panels.

h. Repair / Replacement of accessories like Jack Panel, Cable Manager, Fans, Power Distribution Unit (PDU) etc. of switch mounting rack including cable dressing.

i. Testing of the LAN segment after carrying out any repair/replacement.

j. Repair of CISCO switches. In case any of the switch is found beyond repair, the same shall be replaced with a switch of same or higher configuration.

k. 3-COM-4400 switches installed at Units/Zonal offices are covered under lifetime warranty by its OEM and only liaison with M/s 3-COM / HP for its repair/replacement and on-site support shall be provided by the tenderer and therefore tenderer may quote accordingly for AMC for these switches. For liaison with 3-COM / HP, the tenderer shall follow all the procedures of 3-COM including obtaining RMA Number etc. The tenderer shall Deposit defective Switches/Fibre Module and also Collect the replacement from 3-COM and the same shall be re-installed by the tenderer at the relevant location. The tenderer shall however provide the stand-by switch and its accessories till a replacement is received from.

xviii. For Laptops the Tenderer shall provide carry-in-support and turn around time shall be three working days. If turn around time exceeds three working days, a stand by Notebook will have to be provided.

xix. In case of any unforeseen eventuality like excessive voltage Fluctuation at NFL’s premise causing damages to the computer equipments, NFL reserves the right to decide the actual cause of problem and in case the problem is found to be occurred beyond the control of the contractor, the damages so caused may be got repaired by NFL.

3. GENERAL AND COMMERCIAL TERMS & CONDITIONS

i. Award of Contract will be made at the sole & absolute discretion of NFL, which shall not be disputed. Work Order issued on the basis of this tender will be called to be award of contract.

i(a) The general terms and conditions mutually accepted by the parties and more specifically described in the NIT , communication, classification, negotiation held in between the parties before award of work order shall from part of the contract and collectively called as “ Contract”.

ii. Contract Period of Annual Maintenance Contract will be for two years w.e.f. 01.07.2014 or from the date of award of the contract or from the date of posting of Service Engineer whichever is later. Contract period may be reduced or extended at

10 Seal and Signature of Tenderer

the discretion of NFL depending upon performance. The rates shall remain firm for the entire contract period. The Contract may be extended for a further period of one year with mutual agreement.

iii. Clear understanding: When a tenderer submits his tender in response to these tender documents, he will be deemed to have understood fully about requirements terms and conditions. No claim from tenderer shall be entertained whatsoever on the plea that the tenderer did not have a clear idea on any particular point and or a clause of the tender.

iv. Assignment or Subletting of Contract: The successful tenderer shall not sublet or assign the contract or any part thereof or assign any rights or delegate any obligation there under without the prior written consent of NFL.

v. Force Majeure: The terms and conditions agreed upon under the contract shall be subject to force majeure. Neither the tenderer nor NFL shall be considered in default in the performance of their obligations contained therein, if such performance is prevented or delayed or restricted or interrupted with by reasons of war, hostilities, revolution, civil commotion, strike, epidemics, accident, fire, floods, earthquake, regulation or ordinance or requirement of any government or any sub-division thereof or authority of representative of any such government and / or due to technical snag / reasons or any other act whatsoever whether similar or dissimilar to those enumerated, beyond the reasonable control of the parties hereto or because of any Act of God. The party so effected, upon giving prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists provided that the party so effected shall use its best efforts to avoid or remove such causes of non-performance if possible and shall continue performance hereunder with the utmost dispatch when ever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract.

vi. Workmen Compensation: The tenderer will be solely responsible for any liability of his workers in respect of any accident, injury arising out of and / or in the course of execution of job at the site of NFL.

vii. Agreement: The successful tenderer shall be required to execute an Agreement on a non-judicial stamp paper of Rs. 100/- with NFL within ten days of receipt of the Letter of Intent. The agreement to be executed will be in the Agreement Performa to be specified by NFL. The cost of stamp paper will be borne by the tenderer.

viii. Jurisdiction: Notwithstanding the place where the work under the contract is to be executed, it is mutually understood and agreed by and between the parties hereto that the contract shall be deemed to have been entered into at Bhopal and all suits in respect of the contract shall be subject to the jurisdiction of the Courts at Bhopal only to the exclusion of all other courts in India.

ix. Conciliation: At the first instance both the parties shall make efforts to resolve the disputes through conciliation as per the procedures laid down in the Arbitration and conciliation Act 1996 failing which disputes shall be referred to the arbitration as per the provision provided hereunder.

x. Arbitration ”Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which shall at any time arise between the parties hereto,

11 Seal and Signature of Tenderer

touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the arbitration of Zonal Manager, National Fertilizers Limited , Bhopal or his/her nominee.

The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under shall govern the Arbitration proceedings.

The contractor hereby agrees that he shall have no objection if the arbitrator so appointed is an employee of NFL and he had to deal with the matter to which the contract relates and that in the course of his duties as such he has expressed his views on all or any of the matter in dispute or differences.

If the arbitrator to whom the matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit.”

“It is agreed by and between the parties that in case a reference is made to the Arbitrator or the Arbitral Tribunal for the purpose of resolving the disputes / differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR /Base Rate as applicable to NFL on the date of award of contract.”

xi. Secrecy: Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be regarded as secret and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use of by the supplier except for the purpose of implementing the contract.

xii. Safety: The tenderer shall comply with all statutory requirements and laws in performing the contract. The tenderer shall be solely responsible for the safety and security of his employee while performing their job at his site of NFL.

xiii. Indemnity (a) The contractor shall at all times indemnify NFL against all claims which may

be made in respect of any equipment, used in the services under the contract for infringement of any right protected by patent, registration of designs or trade mark provided always that in the event of any claim in respect of alleged breach of patent, register designs or trade mark made against the company (owner), the same will be notified to the contractor and the contractor shall at his own cost either settle any such dispute or conduct any litigation that may arise there from.

(b) The Contractor shall indemnify and legally protect NFL and/or its employees against all claims, actions, proceedings, demands, costs, expenses causes of action or suit arising out of, incidental to any/or consequent upon the services provided by the contractor under the contract or due to the failure of the contractor in the performance of his obligations under the terms of the contract. The tenderer shall indemnify NFL against any infringement of trademark /copyright or title to goods / services by him and shall be solely responsible for goods / services offered.

12 Seal and Signature of Tenderer

xiv. Blood Relation: Should a tenderer has a relation whether by blood or otherwise with any of the employees of NFL, the tenderer must disclose the relations in the Form of Declaration as per format at Annexure-E at the time of submission of Tender failing which NFL may at its discretion reject the tender or rescind the contract.

xv. Laws governing contract: The contract shall be governed by the laws of Union of India for the time being in force

xvi. Taxes: The prices quoted by tenderer are inclusive of all Taxes, duties and other statutory levies or which may become applicable / leviable in future or from time to time. Unless specified to the contrary in the bid, all present and future taxes & other statutory levies shall be borne and paid for by the tenderer. Payment of Service Taxes shall be applicable as per the rule. Rates quoted by the tenderer and agreed finally by NFL shall be firm and shall not be subject to any escalation whatsoever throughout the contract period or extended period thereof.

xvii. TDS: Income Tax as per provisions of Income Tax Act and its amendments from time-to-time, shall be recovered from your bills. TDS certificate shall be issued to you.

xviii. Security Deposit a. The successful tenderer shall require to furnish a security deposit of the amount

equivalent to 10% of the total contract value by way of Bank Guarantee from any Nationalized / Scheduled bank in favour of National Fertilizers Ltd., for due and faithful performance of the contract within a period of 15 days from the date of award of the contract. The Bank Guarantee shall be valid till the period of the contract or any extension together with a claim period of six months.

b. The above deposit shall be deemed to be security for the faithful performance of the contract and for the purpose of Section 74 of the Indian Contract Act 1872 and for the extension of that section. The contract shall be deemed to be borne / given by the tenderer for the performance of an essential duty.

c. This security deposit shall be refunded (or BG released) after one month of successful completion of AMC period and certification to that effect has been issued by NFL. It shall be lawful for NFL, if any differences or dispute are likely to occur, to defer payment of the security deposit or any portion thereof, which may be due for release until such difference and dispute, has been finally settled or adjusted.

d. The security deposit shall not bear any interest.

e. The tenderer shall submit the Security Deposit / Bank Guarantee at Zonal Office Bhopal.

xix. Claims: NFL shall be entitled to retain the amount, if any, of its claim against the successful tenderer, whether liquidated or un-liquidated arising out of the contract under reference or otherwise, however and set off the same pro-rata against any amount payable to the successful tenderer under the contract under reference, without prejudice and in addition to the other rights of NFL, to cover the amount of claim by other remedies, legally available.

xx. Risk & Cost: If tenderer fails to perform the Contract in accordance with the terms and conditions of the Contract, NFL shall have the right to get the job done by any other agency at risk and cost of the tenderer plus 25% (Twenty Five Percent)

xxi. Payment Terms: AMC payment shall be released at the end of each quarter from BHOPAL Office for IT Equipments including LAN installed at Zonal Office, & all

13 Seal and Signature of Tenderer

Area/District/ Offices on submission of Bills enclosing duly verified item-wise inventory by Engineer-in-charge at Zonal offices along with performance report mentioning the details of equipment-wise down time for penalty calculation. Quarterly performance reports as indicated in the tender shall also be submitted along with the Quarterly Bills. Payment shall be released by RTGS/CHEQUE by F&A department within 15 days after submission of duly verified bills from CS department Zonal Office Bhopal.

4. TERMINATION OF THE CONTRACT: The Contract is liable to be terminated if the Contractor:

i. Becomes bankrupt or insolvent or goes into liquidation (other than a voluntary liquidation for the purpose of amalgamation or reconstruction, in the case of a Company) or is ordered to be wound up or has a receiver appointed on its assets or execution or distress is levied upon all or substantially all of his/their assets or property on the works or

ii. Makes an arrangement with or assignments in favour of his/their creditors; or

iii. Abandons the work; or

iv. Persistently disregards the instructions of Engineer in contravention of any provision of the Contract; or

v. Fails to adhere to the agreed program of work; or

vi. Assigns or sublets the work in whole or in part thereof without prior written consent of NFL; or

vii. Defaults in the performance of any material undertaking under the contract and fails to correct such default to the reasonable satisfaction of NFL within fifteen days after written notice of such default is provided to the Contractor. Such termination will be by 15 (fifteen) days notice in writing and no claim/compensation shall be payable by NFL as a result of such termination.

viii. At any time, the contractor makes default in proceeding with the works/job with due diligence and continues to do so after a notice in writing of seven (7) days from EIC/OIC.

ix. If the contractor obtains the contract with NFL as a result of ring tendering, or with illegal measures;

x. Information submitted/furnished by the contract is found to be incorrect.

xi. Otherwise Performance is not satisfactory; or

xii. The above shall be without prejudice to NFL’s other rights under the law.

xiii. NFL reserves the right to cancel the contract, if services are found to be unsatisfactory without giving any explanation on this account

5. CONSEQUENCES OF TERMINATION In case contract is terminated for reasons detailed above or for any other reasons whatsoever:

i. The owner shall reserve the right to get work completed at the risk and cost of the contractor and to recover from the contractor any amount by which the cost of completing the work by any other agency shall exceed the value of the contract without prejudice to any other remedies/rights/claims etc. that may be available to the owner.

14 Seal and Signature of Tenderer

ii. Performance Guarantee Bond/Security in any form submitted by the contractor shall stand forfeited.

iii. The contractor shall have no claim to compensation for any loss sustained by him by reason of having entered into any commitment or made any advances on account of or with a view to the execution of works or on account of loss of expected profits.

iv. All the dues payable to the contractor for the work executed by him before and up to termination shall only be released after making adjustments for the expenses, charges, demands, expected losses etc. incurred by the owner as a consequence of termination of the contract.

6. RIGHTS OF NFL A unilateral stoppage of work by the Contractor shall be considered a breach of the contract and NFL reserves its right to take necessary and suitable action as it may deem fit, to adequately protect its interests; at the risk and cost of the Contractor. Any aforesaid action shall be without prejudice to any other action, right and remedies etc. that may also be available to NFL.

7. Rates: The tenderers should quote the rates both in figure and words. In case of any discrepancy, rates quoted in words shall be applicable.

8. Opening of Tenders: The tenders will be opened in the presence of the tenderers who may wish to be present. The tenderers who are not in a position to make them present, their authorized representative may be present. The authorized representative shall submit written authorization issued by the tenderer.

9. Incomplete tenders or tenders not accompanying the required details or tenders received late shall be liable to be rejected.

10. In case the contractor has any relationship whether by blood or otherwise with NFL such relationship must be disclosed while submitting tenders.

11. Incorrect Information: In case any information submitted by the tenderer in the tender is found incorrect, untrue or false or it is noticed during execution of the contract or prior to award of the contract that any information having material bearing on the contract has been concealed by the contractor, the owner shall have right to terminate/rescind the contract.

15 Seal and Signature of Tenderer

Annexure-C SPECIFICATION OF IT Equipments FOR AMC

A) DESKTOPS and LAPTOPS Sno Type MAKE CONFIGURATION

1 Desktops Zenith Dual Core, P-D915, 2.8 Ghz,512 MB RAM,CD/DVD Reader,160 GB HDD,TFT Monitor

2 Desktops Zenith C2D, E4300, 1.8 Ghz,1GB RAM, CD/DVD Reader, 160 GB HDD, TFT Monitor 3 Desktops Zenith C2D,E7300, 2.66 Ghz,2GB RAM,CD/DVD Writer,160 GB HDD, TFT Monitor 4 Desktops Acer Dual Core, E6700,3.20 Ghz,3GB RAM,DVD-RW,320 GB HDD,18.5" TFT Monitor 5 Desktops Acer Intel core i5-2400 3.10 Ghz, 2 GB RAM,DVD-RW,320GB HDD,18.5" TFT Monitor

B) PRINTERS, SCANNERS and MFD Sno Type MAKE CONFIGURATION

1 Laserjet HP 1020, 1022,1007,1008,1525,2055dn 2 Laserjet WIPRO Laser jet WEP-1600 3 Laserjet SAMSUNG Laser Jet Model ML-1450 4 DJ/LQ EPSON LQ-2090 5 MFD HP All in one 3030 5 Scanners HP HP-5400C,SJG2410

C) UPS (Offline and Online) Sno Type MAKE CONFIGURATION

1 Offline APC UPS-APC (500VA) 2 Offline Luminous 650 VA 3 Offline Microteck 500 VA 4 Offline Uniline 500 VA 5 Online Uniline 2 KVA UPS Online

D) Switches/Routers/Hub Sno Type MAKE CONFIGURATION

1 Edge Switch 3 Com 24-Ports 10/100 Mbps Base TX auto sensing with out 100 FX MDA Fiber ports 2 Edge Switch 8-Ports 10/100 Mbps Unmanagable Switches 3 Edge Router CISCO Edge Router 1751 4 8 Port Switch D-Link 10/100 Mbps 5 8/16 Port Hub D-Link 10/100 Mbps 6 ADSL Router D-Link GLB-802C ADSL Router with Ethernet for USB Port along with splitter cum Micro Filter

16 Seal and Signature of Tenderer

Annexure-D-I

Format for Schedule of AMC Rates of IT Equipments

Sno Description Make Qty Warranty up to (Pl.

see F-Note)

HW & SW

Maintenance Rate

per year(`)

SW & FM

Maintenance Rate Per Year

(`)

AMC Charges for First Year (`)

AMC Charges

for Second Year (`)

(A) (B) (C ) (D) (E) (F) (G) (H) (I) I ZONAL OFFICE, BHOPAL / AREA

OFFICE/DISTRICT OFFICE

a Desktops 1 Zenith Dual Core (PD-915) Zenith 19 2 Zenith C2D 4300 Zenith 2 3 Zenith C2D E7300 Zenith 25 4 Acer Veriton Acer 21 5 Acer Veriton M200 C-i5 Acer 2 18-Jun-15 Sub Total (a) 69

b Laptops 1 Laptop HP Compaq 6710b HP 45 2 Laptop Lenovo THINKPAD R-500 Lenovo 9 Sub Total (b) 54

c Printers 1 EPSON LQ 2090 Epson 1 2 ZO LJ-SAMSUNG-1450 SAMSUNG 2 3 HP all-in-one-3030 HP 1 4 HP P1008 HP 1 5 HP P1007 HP 1 6 HP LJ-1020/1022 HP 19 7 HP Laserjet P1007 HP 16 8 HP Laserjet CP 1525 HP 1 9 HP Laserjet P 2055dn HP 2 10 Wipro Laser jet Wep - 1600 Wipro 1 Sub Total (c) 45

d Scanners / MFD / All-in-one 1 Scanner HP-G4050 HP 1 2 Scanner HP-5400c HP 1 3 Document Scanner A4,HP/SJG2410 HP 1 Sub Total (d) 3

e UPS 1 UPS-APC (500VA) APC 2 2 UPS 2 KVA Online Uniline 1 3 UPS-Microtek (500 VA) MicroTek 21 4 UPS Uniline 500 VA Uniline 7 5 UPS Luminous 650 VA Luminous 10 6 UPS Luminous 650 VA Luminous 23 Sub Total (e) 64

A TOTAL (A) (a+b+c+d+e)

LAN Active Components

17 Seal and Signature of Tenderer

1 Edge Switch –24 Ports 10/100 Mbps Base TX auto sensing with out 100 FX MDA fiber ports

3COM-4400 1

2 Edge Switch –8 Ports 10/100 Mbps Base

D-Link 2

3 D-link Hub 16 Ports D-Link 1 4 D-link Hub 8 Ports D-Link 1 5 Trouble shooting & Service Charges AMP 39 6 CISCO Edge Router 1751 CISCO 1 B Total (B)

TOTAL (A+B) of ZO, BHOPAL Note

Desktops / Laptops shall be under SW support for the contract period. All IT Hardware of Annexure-D-I shall be under HW support from commencement of Contract or from the Date mentioned in Col (E). SW & FM support shall be provided only for the IT HW against which Date is indicated in Col (E), which are under OEM HW Warranty. THe SW & FM Rates shall be indicated in Col (G) only for those IT HW against which date is mentioned in Col (E). The HW & SW Rates shall be indicated in Col (F) for all the IT HW.

18 Seal and Signature of Tenderer

Annexure-D-II

Schedule of Rates for LAN Passive Components & Laying / Installation (Rates in `)

Sr. Item Desciption Acceptable Make Unit Unit

Rate (`) A) LAN PASSIVE COMPONENTS

1 UTP Cable (ECAT5) Lucent/AMP Meter 2 Patch chord - Full duplex (OFC) - Structured i.e. SC-

SC / SC-ST / SC-MTRJ / ST-ST / ST-MTRJ / ST-SC Lucent/AMP No

3 Mounting Chord (7 Ft.) -Structured Lucent/AMP No 4 Patch chord (UTP)- (3 Ft) - Structured Lucent/AMP No 5 SC/ST connectors Lucent/AMP No 6 SC/ST Couplers Lucent/AMP No 7 Splice tray 8 Connector Panel 9 Information Outlets Lucent/AMP No 10 BS Face plate including gang box Lucent/AMP No 11 Surface Mount box Lucent/AMP No 12 FAN for Switch rack ISI mark No 13 LIU 12 ports Lucent/AMP No 14 LIU 24 ports Lucent/AMP No 15 Media Conveter No. Applicable VAT shall be paid extra

B) LAYING / INSTALLATION 1 Laying/Re-laying Charges of UTP cable in PVC conduit / Channel Meter 2 Laying/Re-laying Charges of OFC in GI Pipe / PVC Conduit Meter 3 Fusion Splicing of OFC cable Per Core 4 Installation of I/Os No 5 UTP Termination No 6 OFC termination No 7 Testing of Node (Penta scanning) No Applicable Service Tax shall be paid extra

Note:-

1 The cost of GI / PVC pipe & fixtures like bends, Junction box (two ways, three ways, T-Junction), Clamps, Elbow charges etc inclusive for Items of B(1),and B(2)

2 Only Rates against each may be quoted and would not be considered for evaluation.

19 Seal and Signature of Tenderer

Annexure-E Declaration Form

“Tender for Maintenance of IT Equipments”

1. If the tenderer has relations whether by blood or otherwise with any of employees of NFL (Owner), the tenderer must disclose the relation at the time of submission of Tender, failing which, NFL shall reserves the right to reject the Tender or rescind the Contract.

YES / NO

(If Yes, give the following details) Name and Designation of the Employee Place of Posting Relation with the Employee

2. P.F. Registration No of te Contractor (along with Documentary proof thereof)

3. PAN No of the Contractor (along with Documentary Proof thereof)

(Signature of the tenderer with SEAL) Place: ______________ Date: ______________

20 Seal and Signature of Tenderer

Annexure-F Undertaking

“Tender for Maintenance of IT Equipments”

To, Zonal Manager (Mktg.) National Fertilizers Ltd.

A/A-2,Office Complex Gautam Nagar Bhopal (M.P.) Pin-462023

Subject: Tender for Maintenance of IT Equipments Ref. No: NFL/ZO/CS/AMC/2014-16/_____ Dated: ___________

Dear Sir,

I/We _____________________________________ have read the conditions of tender attached hereto and agree to abide by such conditions. I/We offer to do the job of “Maintenance of IT Equipments” work at the rates quoted in the attached Schedule of Rates (Annexure-D of Tender Documents).

I / We further agree to abide by the conditions of contract and to carry out all work within the specified time in accordance with Terms and Conditions referred to in the Tender Documents.

In case of acceptance of the Tender by National Fertilizers Limited, I / We bind myself / ourselves to execute the contract as per the conditions mentioned in the Tender documents, failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with National Fertilizers Limited.

Thanking you,

Yours faithfully;

For M/s ______________________

(Signature of the tenderer with SEAL)

Address: ____________________

____________________

____________________

21 Seal and Signature of Tenderer

Annexure-G Checklist of Enclosures

Sr. Enclosures Yes / No Remarks (If any)

1. Outer envelope contains the Two inner Envelopes and the covering letter

a) Inner Envelope-I contains – A Demand Draft of Rs 10000/- towards EMD

b) Technical & Commercial terms & conditions as indicated at Annexure-B of our NIT shall be duly signed by the tenderer as a token of acceptance

c) Copy of MOU / Agreement signed with OEM / ASP

d) Copy of Work Order with Completion Certificate to depict that the Tenderer is in Computer Maintenance business since 5 years.

e) Satisfactory performance certificate of 3 AMC Contracts of value more than 2.5 lakhs.

f) Copy of ISO 20000:2005 g) Audited annual report for last 2 years h) List of Service stations with their contact

person/address, Email and Tel No. etc. from where maintenance services shall be provided to Zonal /Area and District offices in the Format given at Annexure-J.

i) Qualification, skills & Experience of the service Engineers and Supervisor to be deputed for AMC.

j) Permanent Account Number (PAN) k) Compliance statement

2. Sealed Inner Envelope-II - Price bid strictly in the format at Annexure-D-I & D-II enclosed duly signed

3. Annexure E- Declaration Form 4. Annexure F- Undertaking 5. Annexure G- Checklist of Enclosures 6. Annexure H- Compliance Statement 7. Annexure I- Tenderer’s Experience 8. Annexure J- Service Centres

22 Seal and Signature of Tenderer

Annexure-H Compliance Statement

Sr.No. Item Compliance

(Yes/No) Remarks/Documents enclosed (If any)

1. We confirm that there is no deviation from the Technical & commercial terms & conditions as stipulated in the Enquiry document at Annexure-B from S.NO 1 to 2

2. We confirm that we agree for all General terms & conditions including payment terms as stipulated in the Enquiry document at Annexure-B from S.NO 3 to 11

3. We confirm that cost of Posting of Service Engineer at Zonal Bhopal for full day has been included in the offered price

4. We confirm that the AMC rates quoted are inclusive of all taxes & duties. Applicable Service Tax extra

5.

PREQUALIFICATION CRITERIONS

A We confirm that we are OEM of Computers/ its ASP /have arrangement to procure original spares / peripherals with any ASP of OEM of computer.

B We confirm that our turnover is not less than 32 Lacs from the business of AMC of computer hardware / LAN for last 2 years.

C We confirm that we have multi-location presence to cater AMC services to all the locations of NFL including, Zonal/Area/District/ offices.

D We confirm that we are ISO-20000:2005 Certified company.

E We confirm that we have expert manpower including CISCO certified Engineers suitable to undertake AMC of Computer hardware/LAN

F We confirm that we have a well proven IT Facility management including call monitoring software that can provide various reports including Service Card (Annexure –K)

G We confirm that we have a proven repair / testing facility to provide quality maintenance services.

H We confirm that we have executed /in hand at least 3 contracts involving maintenance of computer hardware including PCs, Printers, UPS etc. and local area networking at different locations. (Please enclose copy of the orders executed/in hand)

6. We confirm that the validity of the offer is 90 days from the date of opening of the Price bid.

23 Seal and Signature of Tenderer

Annexure-I Format to indicate Tenderer’s Experience

Sr. Name of the

Client / Company Contact Person along with contact details

Details of the job

Period of Execution of the job

Value of the job

Copy of the work orders

24 Seal and Signature of Tenderer

Annexure-J

Format to indicate Addresses of Tenderer's Service Centers

Sr. Location Address Contact Person Phone Tenderer's Service Centers Address

1 ZO Bhopal A/A-2, Office Complex, Gautam Nagar, Bhopal Shri Neeraj Trivedi 9300402438

2 Rajgarh Gali No.2 Sudama Nagar N.F.L Biaora Distt.Rajgarh.M.P PIN-465674

Suresh Pal Singh Sup(Mktg)SG1 ,9329574529

3 Betul c\o Arun Shrivastav Gandhi Nagar ,Ganj Betual Dist Betual -460001

Divakar Dev 9302126950

4 Hoshangabad 21-MIG HOUSING BOARD COLONY HOSHANGABAD-461001 Rakesh Kumar Chauhan 9302210968

5 AO INDORE NFL, Ist Floor, Vikas Tower, Indra Complx, Naulakha, Indore Shri A K Yadav/V K Thakar

7489754111/9300617759

6 Khandwa House No-3, Vijay Nagar,Nagchun Road, Khandwa Suresh Kumar Ujjainiya AM(M) 9303331207 7 Dhar 137 B kashi bagh Dhar Ram Kumar 9329580647 8 KHARGONE 140/A, ADARSH NAGAR, KHARGONE R. Sidappa 9302188844 9 Jhabua 150 RAMKRISHNA NAGAR JHABUA-457661 Shoyji Ram Sharma 9301966343

10 Neemuch 133-VIKAS NAGAR, 14/2 NEEMUCH-454001 Avinash Kumar Saronja 9329516699 11 Ratlam 456- katju nagar, Ratlam-457001 K.M. Pathak 9300919926

12 Shajapur c\o ANIL KUMAR SHUKLA, 291/4 ,BHAGAT SINGH MARG

COLONY SHAJAPUR M K Singh 9300205009

13 AO Gwalior 27-B, Vijay Nagar, Near Chetakpuri, Laskar, Gwalior Shri Badan Singh 9302250054 14 GUNA H.No 10 NFL CANTT OFFICER COLONY GUNA Mahipal Singh 9303006090

15 Morena C/O Satya Prakash Sharma ,Bhagwat Vihaar , Gandhi Colony Morena-476001

R. V. Singh 9329789005

16 Shivpuri C?O chajjad bandhu, New Block Shiv Puri-473591 R R Meenu 9329734388

17 AO Satna Sai Kripa Gali No. 4,Rajendra Nagar, Satna Shri A K Singh 9302884181

18 Sagar A-7, GEET ANJALI APARTMENT NEHANAGAR,MAKRONIA-

SAGAR AJAY KUMAR SINGH 9303914971

19 Chattarpur C/O Balkrishna Prem Narayan ,Galla RANA SINGH 9301481084

25 Seal and Signature of Tenderer

Mandi,Chhatarpur

20 AO Jabalpur 642/A, Wright Town, Stadium Gate, Jabalpur, MP Shri Pradeep Kumar 8815158188 21 Narsinghpur Sidheshwar coloney, Station ganj, Narsinghpur Mukesh kushwaha (MFR) 93030-97980

22 Chhindwara C/O Motilal Subhodh Kumar Jain Gandhi ganj Chhindwara B K Mishra 8815111102

23 AO Raipur 17/390, Govind Nagar, Raipur-492001 Shri R K Jain 9300322725 24 Rajnandgaon BHAWANI NAGAR, GALI No 3 RAJNANDGAON-491441 S.K. Tyagi 9301745340

25 DURG MIG-47, NEAR TRIPTI RESTURANT ,PADNABHPUR ,DURG-

482001 Pankaj Vijayvargiya 9301822595

26 AO Bilaspur Lala Kashyap Colony, Karbala Road, Bilaspur, MP, 495001 Shri P K Sharma 9300471438

27 Ambikapur C/O Lal Bahu Singh Near Sunita Sonograpgy centre dari

para Ambikapur Ramvir Singh 9303081050

28 RAIGARH MADHUBAN PARA , NEAR PAPPU KIRANA STORE

RAIGARH(CG)-496001 Ramendra Kumar 9300018500

29 AO Pune 203, Grepkin Arcade, Dhule, Patil Road, Pune- 411001 Shri V J Ogle 9021148008

30 AO Aurangabad Flat 104, Wing-A,Tulsi Arcade, N-5, CIDCO, Aurangabad Shri B B Singh

9326428206

31 DHULE C/o N.M.Patil, Plot no. 99,Gatt no. 28,Near SMIT college,Muktainagar colony,Jalgaon (M.S),PIN No-425001 S.P.Patil,

9373057280

32 NAGPUR flat No: 504,Rahul residency,Agyaram Devi Road , Ganeshpath, Nagpur-440018 J P Kaspyap

9371206655

33 NANDED FLAT No. 301 SHIV RESIDENCY VINAYAK NAGAR PATEL COLONY NANDED(MAHARASTRA)

M.T. Sirsat 9370854624

34 Balasore NATIONAL FERTILIZERS LTD, C/O SATYA SHIBA DAS,SWOSTI NAGAR, NEAR TAMULIA GATE,BALASORE, ODISHA Shri B K Behra 9337223497

35 Hydrabad FLAT NO.301 PLOT NO.107 LAKSHMI NILAYAM, SRINAGAR COLONY, HYDERABAD-500073 Shri P K Kapila 9392531503

26 Seal and Signature of Tenderer

AMC Service / History Card IT Equipment Model Make Serial Number User Name Desktop Designation Laptop Department Printer Seat No. UPS Others Sr. Equipment Problem Problem

Reported Problem Attended

Date Standby provided

Signature Equipment Repair at Sysnet

TRC

Complaint Resolved

Downtime Days

Solution provided

Date Time Date Time User S. E. Date Sent

Date Received

1 2 3 4 5 6 7 8 9 10 11

27 Seal and Signature of Tenderer

Annexure-II

LOCATION OF OFFICES WITH DETAILS OF IT HARDWARE

Zonal Office / Area Office ZO Laptop

HP Laptop Lenovo

Zenith/ ACER

DC/C2D

Desk Jet / LMP /

DMP

Laser Jet

Printer Scanners UPS

A ZONAL OFFICE , BHOPAL 1 ZO BHOPAL BPL 5 4 41 1 25 3 41 2 RAJGARH 1 3 BETUL 1 4 HOSHANGABAD 1 5 INDORE BPL 3 6 3 4 6 Khandwa 1 7 Dhar 1 8 KHARGONE 1 9 Jhabua 1

10 Neemuch/Mandsore 1 11 Ratlam 1 12 Shajapur 1

13 GWALIOR BPL 2 3 2 3 14 Guna 1 15 Morena 1 16 Shivpuri 1

17 SATNA BPL 1 1 2 2 2 18 Sagar 1 19 Chattarpur 1

20 JABALPUR BPL 3 3 2 3 21 Narsinghpur 1 21 Chhindwara 1

28 Seal and Signature of Tenderer

24 AO Raipur 2 3 4 3 4 25 Rajnandgaon 1 26 DURG 1

27 AO Bilaspur BPL 1 2 2 1 28 Ambikapur 1 29 RAIGARH 1

30 PUNE BPL 2 1 4 3 3

31 AURANGABAD BPL 2 2 1 1 32 Dhule 1 33 Nagpur 1 34 Nanded 1

35 BALASORE BPL 1 1 1

36 HYDRABAD BPL 1 1 1 Sub Total-A 45 9 69 1 45 3 64