Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 1 of 76
OFFICE OF THE Member Secretary, Punjab State E-Governance Society (PSeGS),
SCO 193-195, Sector-34A, Chandigarh 0172-2614031, 0172-2661808-118
TENDER NOTICE
FOR Appointment of Maintenance Service Provider for the
comprehensive maintenance of Computer Hardware, Software,
Peripherals, LAN/WAN, Networking Devices etc.
Sealed Tenders are invited for the appointment of
Maintenance Service Provider (MSP) for the maintenance of computer hardware, software, peripherals, LAN/W/N, Network Devices etc. installed in the office of the Chief Electoral Officer, at Chandigarh and
in the offices of 22 District Elections Officers in the State of Punjab and Election Store, Patiala. The TENDER DOCUMENT comprises of detailed terms and conditions of the tender, specimen of Agreement
and other related documents and can be purchased from the office of the Member Secretary, PSeGS, SCO 193-195, Sector 34A, Chandigarh, by depositing a sum of Rs 1000/- in cash or demand
draft in favour of Deputy Chief Electoral Officer, Punjab payable at Chandigarh. These documents can also be downloaded from the
official web site of the CEO, Punjab at www.ceopunjab.nic.in. In that case, a demand draft of Rs. 1000 /- in favour of Deputy Chief Electoral Officer,Punjab along with earnest money amounting to Rs.
10,000.00 (Rupees Ten Thousand only) in the shape of Demand Draft in favour Deputy Chief Electoral Officer,Punjab payable at Chandigarh is to be deposited along with the tender.
Tenders should reach in the office of the Member
Secretary, PSeGS ,SCO 193-195, Sector – 34 A, Chandigarh by 24.03.2014 up to 12.30 PM and will be opened in the office of Member Secretary on the same day at 3.00 PM in the presence of bidders, who
wish to be present. In case tender opening day is declared holiday, then the tenders can be submitted and will be opened on next working day at the same times. Member Secretary reserves the right to reject
all or any of the tender(s) received, and to annul the tendering process without assigning any reason. Late tenders will not be considered/
accepted.
Member Secretary, Punjab State E-Governance Society
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 2 of 76
DOCUMENT CONTROL SHEET
S. No. Particular Details
1. Tender Notice Date 24.02.2014
2. Tender Document Reference Number Elec/ACT-01 of 2013
3. Start date of issue of tender document 24.02.2014
4. Last date of issue of tender document 19.03.2014
5. PreBid meeting 05.03.2014
6. Last date and time for receipt of tender 20.03.2014 upto 12.30 P.M.
7. Date and time of opening of tender 20.03.2014 at 3.00 P.M.
8. Date of Presentation To be intimated later
9. Venue for opening tenders Committee Room, O/o The Member Seceretary, PSeGS, SCO 193-195,
sector 34 A, Chandigarh-160022.
.
10. Earnest Money Deposit (EMD) Rs. 10,000/- (Rupees Ten Thousand only)
in the form of Bank Draft in favor of Deputy Chief Electoral Officer,Punjab, Chandigarh
11. Office Address The Member Seceretary, PSeGS,SCO 193-195,
sector 34 A, Chandigarh-160022. 0172-2661808, Fax 0172-2666265
12. Website www.ceopunjab.nic.in
Note: In case a Central/State Holiday is declared on any day, the
event will be shifted to the next working day, same time.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 3 of 76
TABLE OF CONTENTS
Item No.
Job Description
Enclosures/
Annexure
Page numbers
1. Document Control Sheet 2
2. Tender Document 4-30
a) Brief Discription of Work Section-1 4-5
b) Instructions to Bidders Section-2 6-16
c) General Contract Conditions Section-3 17-28
d) Scope of Work (SOW) Section-4 29-30
3. Services, Deliverables & Time-Lines Annexure-1 32-33
4. List of items to be covered under Comprehensive Annual Maintenance Contract
Computer Servers, PCs Computers, Printers, Scanners & Software (Operating Systems),
UPSs & Networking Equipments etc.
Annexure-2 34-54
5. List regarding addresses of the office of Deputy
Chief Electoral Officer,& District Election Offices (DEOs) along with contact numbers and
name of Officer Incharge (Election Tehsildar)
Annexure-3 55-56
6. Master Service Agreement Template Annexure-4 57-58
7. List of Equipment For AMC Annexure-5 59-60
8. Application Form Template Annexure-6 61-62
9. Checklist for Technical Evaluation (TE) Criteria Annexure-7 63-64
10. Project Information Template Annexure-8 65
11. Commercial Bid Annexure-9 66-67
12. Checklist for Pre-Qualification Creteria Annexure-10 68-69
13. Compliance of Services Under AMC by Bidder Annexure-11 70-71
14. Proforma of Company Profile Annexure-12 72-73
15. Proforma For Performance Bank Guarantee Annexure-13 74-76
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 4 of 76
TENDER DOCUMENT (Tender Document No Elec/ACT-01 of 2013)
FOR (Tender Notice published in news paper on ______, 2014)
Tender for the appointment of Maintenance Service
Provider for Comprehensive Maintenance Computer
hardwares, Softwares and all the Peripherals to the
Computer hardwares including LAN/WAN, Network devises
& UPSs etc. installed in the office of the Deputy Chief Electoral Officer,Punjab, Chandigarh and 22 District
Election Offices & Election Store Punjab Patiala i.e. total
24 locations in the State of Punjab.
The Member Secretary PSeGS, Chandigarh invites tender for the comprehensive Maintenance Contract of Computer hardwares,
Softwares and all the Peripherals to the Computer hardwares including LAN/WAN, Network devises & UPSs etc. installed in the office of the Deputy Chief Electoral Officer, Punjab, Chandigarh (CEO)
as well as in the offices of the District Election Offices (DEOs) in 22 districts and Election Store Punjab, Patiala i.e. at total 24 locations in the State of Punjab.
SECTION-1: BRIEF DISCRIPTION OF WORK:
The CEO and DEOs, at their premises, have Computer hardwares, Softwares and all the Peripherals to the Computer hardwares including LAN/WAN, Network devises & UPSs etc. With a
view to give Comprehensive Maintenance Contract for Computer Hardwares and Networking devices, it intends to appoint a suitable Company/firm. The scope of this tender covers the entire campus of
the CEO office as well as 22 DEO offices & Election Store Punjab Patiala i.e. 24 locations in the State of Punjab. The bidder has to maintain onsite the Computer hardwares, Softwares and all the Peripherals to
the Computer hardwares including LAN/WAN, Network devises & UPSs etc. installed in the CEO & DEOs offices. Sealed Tenders are invited from experienced Companies/Firms in the prescribed format
for Comprehensive Maintenance Contract of above mentioned service installed in the various locations of the CEO/DEOs as mentioned ANNEXURE–2 of tender document.
The bidders can visit CEO, DEOs offices & Election Store
Punjab Patiala i.e. 24 locations in State of Punjab to see the actual installations for themselves to assess the quantum of work involved
before submitting the tender. Once the tender is submitted, it will be presumed that the bidder has seen and understood the complete
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 5 of 76
maintenance work/LAN/WAN system installed in the offices of the CEO & DEOs. The List regarding addresses 24 locations of the offices
of Chief Electoral Office, District Election Offices (DEOs) & Election Store Punjab Patiala along with contact numbers and name of Officer Incharge (Election Tehsildar) is annexed as Annexure-3 of tender
document.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 6 of 76
SECTION-2: INSTRUCTIONS TO BIDDERS
2.1. DEFINITIONS:-
i) CEO means Chief Electoral Officer Punjab
ii) DEO means District Elections Officer in the State of Punjab
iii) PSEGS means Punjab State E-Governance Society
iv) TD means Tender Document.
v) Items means all the Computer Servers, Computer PCs, Laptop, Printers, Scanners, CD Writers (external),
LAN/WAN systems, Network devises (UTP cable, Fiber, LAN switches, I/O devises, UTM. Routers, Hubs, Modems, etc.)
vi) Part of Items means part of any item as detailed in para
2.1(iv) above.
vii) Similar Works means the Company/firm should have rendered their services for maintenance of similar works i.e. Comprehensive Annual Maintenance the Server
Computers, PC Computers, Laptop, Printers, Scanners, CD Writer (external), LAN system, Network devices (UTP cable, Fiber, LAN switches, I/O devises, UTM, Routers & Modems
etc), UPS and related equipment etc.
viii) MSP means Bidder will be defined as Maintenance Service Provider (MSP) after the selection of Bidder.
ix) MIS means Maintenance Information Services.
x) SOW means Scope of Work.
xi) MSA means Master Service Agreement
xii) PQ means Pre-Bid Qualifications
xiii) TQ means Technical Bid Qualifications
xiv) End User means Office of the CEO/DEO as the case may
be.
2.2. IMPROTANT INSTRUCTIONS:-
i) The bidders are advised to study the Tender Document carefully. Submission of response to this TD shall be
deemed to have been done after careful study and examination of the TD with full understanding of its implications.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 7 of 76
ii) The maintenance work is for Comprehensive Annual Maintenance Contract of Server Computers, PCs, Laptop,
Printers, Scanners and Softwares (OS), Local Area Network, Network Devices and UPSs etc. installed in the office of the Deputy Chief Electoral Officer, Punjab at
Chandigarh as well as at 22 offices & Election Store Punjab
Patiala of the District Election Offices in the State of Punjab i.e. 24 locations. The bidders feel free to visit and examine
the whole system and satisfy themselves before submitting their tenders.
iii) No exclusivity rights will be provided to the bidder and no
complaint will be entertained at any stage after filing of tender.
iv) Sealed tenders prepared in accordance with the procedures
enumerated in the TD should be submitted to Member Secretary, not later than the date and time laid down, at the address given in the Schedule of Events as mentioned
in Document Control sheet.
v) Tender Document can be downloaded from www.ceopunjab.nic.in. The cost of this TD is Rs. 1000/- (Rupees one thousand only). Bidder are advised to either
purchase this TD from the office of Member Secretary, PSeGS, SCO 193-195, Sector 34-A, Chandigarh or alternatively, download this document & submit the TD
fees along with the response, in a separate envelop marked ‘Tender Document-Cost’ by Demand draft in favour of Deputy Chief Electoral Officer, Punjab payable at
Chandigarh. This tender document can also be purchased by POST by pay of Rs. 1500/- (Rupees one thousand and
five hundred only) by Demand draft in favour of Deputy Chief Electoral Officer, Punjab payable at Chandigarh on bidder risk. This Department will not take any
responsibility for the delivery of the tender document well in time by POST.
vi) The tender must be accompanied by an EMD of Rs. 10,000/- (Rupees Ten Thousand Only) in the form of a
demand draft drawn in favor of Deputy Chief Electroral Officer , Punjab payable at Chandigarh in the envelope containing Technical bid.
vii) This draft must be enclosed in a separate envelope marked ‘EMD for Tender for AMC. EMD is required to protect CEO against the risk of agency’s/company’s conduct, which
would warrant the EMD’s forfeiture. The EMD & Tender Document Cost shall be denominated in Indian Rupees, and shall be in form of a Demand Draft drawn in favour of
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 8 of 76
Deputy Chief Electoral Officer, Punjab, payable at Chandigarh. No interest will be payable by the CEO on the
amount of the EMD. Unsuccessful bidder’s EMD will be refunded as promptly as possible however, not later than 30 days after the award of contract is signed with selected
bidder and on request from the bidder.
viii) Bidders who qualify the Pre-qualification and Technical Criteria rounds of evaluation will be shortlisted for the
Commercial Round subject to their fulfilling the other conditions.
ix) This Tender document is Not Transferable.
2.3. FOR PRE-QUALIFICATIONS (PQ) CRITERIA:-
i) The Bidder should be a National/ State Level Company in
operation for at least the last five years as on 31st March 2013 in trade in the business of computer hardware
supply and maintenance service and should be registered under Company Act.
ii) No Consortium is allowed.
iii) Bidder [agency] should be financial sound.
iv) The Company should be an ISO 9001 certified.
v) The bidder should have minimum average turnover of Rs. Rs. 2 crore from supply & installation of hardware, networking including Maintenance business, 1.5 crores
from Govt./PSUs/Banks and 0.5 crores from Privates companies for the preceding three financial years ended on 31st March 2013.
vi) The bidder should have successfully completed or in
process (having Purchase order) at least two relevant maintenance projects of value Rs. 10 lacs or above each
from any Govt./PSUs/Banks in the preceding two years ending 31.03.2013.
vii) The bidder should have professionally qualified personnel (having minimum qualification of Diploma in computer
science/ IT/ Hardware/ networking or equivalent (minimum 1 year Full time course) with two years of experience) in similar services, deployed on the core (AMC)
business in Punjab State.
viii) The bidder shall submit a self declaration in the shape of affidavit on required value of Non-Judicial paper for not
being under any ineligibility for corrupt or fraudulent practices by any of its clients.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 9 of 76
ix) The firm should neither be blacklisted by any Govt. Department nor any Criminal Case is registered against
the firm or its owner/partners anywhere in India and should submit a certificate to this effect.
x) Successful bidder shall open site locations in Punjab to
cater all districts within 15 days of signing of contract failing which shall be treated as breach of contract. with the latest/ modern gadgets and infrastructure for
service/repair/maintenance of Computers/Printers/ UPSs/Scanners/Servers/Network etc.( Provide Self decleration)
xi) Attested copy of PAN/TIN No., Service Tax No., and Income
Tax Clearance Certificate to be furnished /enclosed.
xii) Firm’s Registration Certificate alongwith Warranty Service Provider(WSP)/Authorised Service Provider (ASP) certificate
for Chandigarh/Punjab for suppling and maintaining the system integration from Original equipment Manufacturer (OEM).
xiii) Bidders are also required to fill details in Annexure-10 for Checklist for Pre-qualification & Annexure-7 for Checklist for Technical Qualification.
2.4. BUSINESS OPERATION PROPOSAL/TECHNICAL
EVALUATION :-
i) The bidder is required to make a presentation towards Technical Evaluation (TE) not exceeding 20-25 mins, to a
committee, w.r.t. their AMC Proposal, to include but not restricted to the following:
Sr. No.
Item Approximate
Time Plan
Weightage
1. Basic Model & Methodology of operation
(Deviations to Service, Turn over,
Experience, Implementation plan,
Service methodology and Deliverables &
Time-Line as per Annexure-1 to Draft
tender agreement are to be included in
complete details)
15-20 mins 20
2. Technical Evaluation as per Annexure 7 -- 80
ii) The presentation may be followed with a round of discussions with the committee. The bidder will submit a hard and soft copy (Read Only on CD) of the presentation
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 10 of 76
on the detailed ‘Business Operation Proposal’ along with the Bid.
iii) The response of the bidder will be evaluated based on the PQ & TE criteria and Bidder must qualify PQ and score a minimum of 70% in technical evaluation to qualify for the
Commercial Round.
iv) The committee reserves the right to accept or reject the bid proposal of the bidder in case the committee found the bidder not able to fulfill the required objectives.
2.5. COMMERCIAL BID EVALUATION CRETERIA:-
i) After the evaluation of the technical bids, the commercial bid will be opended on the notified date, which will be communicated to short-listed bidder after technical bid
evaluation. Commercial bid of the bidder will be evaluated on the total cost of AMC for three years. The bidder who
quoted lowest bid will be considered as L-1 (successful bidder).
i) No negotiation with L2 or so shall be made in case successful bidder fails to sign the agreement. Re-tendering
shall be done in such a case. EMD of successful bidder shall be forfieted if successful bidder fails to sign the agreement.
ii) In case of any tie situation after opening of commercial bids, Bidder with higher Technical Scores (among Technically Qualified Bidders), shall be declared as
successful bidder and shall be eligible to enter into the agreement.
2.6. SUBMISSION OF TENDERS:-
Instructions for submission of tenders to this TD are as under:
i) The envelope must be sealed and bear the Seal, Postal address, Contact Person’s Name, Land-line, Mobile and
Email ID to enable PSeGS office to return un-opened in case of late receipt or any other eventuality.
ii) The envelope must be addressed to The Member Secretary
, PSeGS, SCO No.: 193-195, Sector: 34-A, Chandigarh.
iii) Words, ‘Tender No. PSeGS/ACT-01 of 2013 for AMC’ must be super-scribed on the envelopes.
iv) The envelope must contain the following Sealed Envelopes,
and the contents as mentioned against each, duly super-scribed with the words as mentioned against each:
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 11 of 76
Envelope I Drafts towards EMD & TD Cost
Envelope II Pre-Qualification Documents
Envelope III Technical Evaluation Documents
Envelope IV Commercial Bid Documents
v) The costs must be mentioned only in Commercial Bid
Documents and nowhere else.
vi) All Envelops i.e Envelope-I, Envelop-II, Envelope-III &
Envelop-IV should be sealed and kept in single Envelop. These Envelops must contain bid documents and CDs in duplicate and sealed in separate envelopes super-scribed
‘Original’ and ‘First Copy’.
vii) The application form is required to be submitted on the company’s letter head. The format of application form shall
be as per Annexure-6.
viii) Tenders submitted after due time and date are liable to be rejected.
ix) If the tender submission day is declared a holiday, the
tenders can be submitted on next working day at the same time lines.
x) Erasures or other changes in the tender document shall be
attested and dated the initials of the person.
xi) The Member Secretary reserves the right to reject any tender which is not deposited accordingly to the instructions stipulated in the tender document.
xii) TECHNICAL- BID (Envelope No-III) -The complete tender document in original (including the unfilled Commercial-BID Proforma Annexure-9) duly signed and stamped as a
token of acceptance.
xiii) COMMERCIAL-BID (Envelope No. IV)-The Commercial-Bid as per Performa given in the tender documents as
Annexure-9 shall be photo copied and then price filled up and submitted in Envelope No-IV, duly sealed superscript with name of tender. Any conditions given in the
Commercial Bid may cause rejection of Bid.
xiv) Rates should be quoted in figure as well as in words in the Performa enclosed herewith.
xv) No addition/alteration/deletion in the tender are allowed.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 12 of 76
xvi) The authorized signatory of the firm should sign all pages of the tender document as a token of their acceptance. Any
deviation, if desired by the bidder, is to be clearly mentioned giving item No and page No and reason for deviation for this purpose in separate sheet duly super-
scribed “Deviation Sheet” and be placed in Envelop-III.
xvii) All the pages of the tender submitted by the Company/firm should be serially numbered and signed.
xviii) Late tenders will not be considered and will betreated as
rejected.
xix) The unsigned tenders will not be considered and will be treated as rejected.
xx) Tender application without complete
documents/information shall not be considered.
xxi) The tender could be delivered in the office of the Member Secretary, Punjab State E-Govenanace Society, SCO 193-
195, Sector-34A, Chandigarh-160022 in TENDER-BOX or by post/courier etc. on or before the due date and time. If sent by post or courier, any delay in submission to the
Member Secretary office, may debar the bidder from opening or consideration.
2.7. OPENING OF BIDS:
i) Bid shall be opened in the office of Member Secretary,
Punjab State E-Governance Society, SCO 193-195, Sector-34A, Chandigarh-160022 on scheduled date and time, in case the scheduled day of opening of the tenders is
declared holiday the tender will be opened on next working day on same time and at same venue in the presence of
bidder or their representatives who may wish to be present on due date and time as mentioned in the tender document.
ii) If the tender submission day is declared a holiday, the
tenders can be submitted on next working day as per timing in Document Control Sheet.
iii) Only the authorized representatives of the firm will be
allowed to attend the Opening/proceedings of bids by the Committee. They should also bring letter head of the firm and any decision taken by them would be accepted by the
bidder.
iv) Number of representatives may not be allowed to exceed two officials per bidder.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 13 of 76
v) The Technical bid (Envelop No. III) shall be opened first. The Commercial Bid (Envelop No. IV) will be opened only of
those bidder who scores minimum pass marks as per Technical Evaluation Criteria for which they shall be intimated separately about date and time by E-mail/fax/
telephone.
vi) The bidder who has not submitted the documents as per tender conditions, major deviations, proper EMD and
experience certificate etc. their tender may be treated as non responsive and their Commercial Bid (Envelop No. IV) shall not be opened.
vii) The successful Company/firm will be intimated and
contract agreement will be entered into for a period of three years. The preparation of the contract agreement with
proper stamp paper etc. would be done by the bidder in consultation with CEO. The cost of stamp papers will be borned by successful bidder.
viii) During evaluation of bids PSeGS office may, at its
discretion ask the bidder(s) for clarification of their bid. The request for clarification and the response shall be in writing and no change in prices or substance of the bid
shall be sought, offered or permitted.
2.8. SUBLETTING- The contractor shall not be assigned or sublet the work assigned to him.
2.9. VALIDITY OF TENDER:-
i) Proposals shall remain valid for a period of 120 (One hundred & twenty) days from the date of opening of Proposal. Member Secretary reserves right to reject a
proposal valid for a shorter period as non-responsive.
ii) In exception circumstances, the Member Secretary may solicit the bidder’s consent to an extension of the period of
validity. The request and the response thereto shall be made in writing. Extension of validity period by the bidder should be unconditional. A bidder may refuse the request
without forfeiting the Earnest Money Deposit (EMD). A bidder granting the request will not be permitted to modify its Proposal.
2.10. RIGHT TO ACCEPT OR REJECT TENDER(S)-
Member Secretary reserves the right to annul the tender process, or to accept or reject any or all the Proposals in whole or part at any time without assigning any reasons and without
incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for such decision.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 14 of 76
2.11. FRAUD AND CORRUPTION:-
It is required that the Bidders submitting tender and the bidder
selected through this tender must observe the highest standards of ethics during the process of selection of Maintenance Service Provider and during the performance and
execution of contract.
i) For this purpose, definition of the terms are set forth as follows:
a) "Corrupt practice" means the offering, giving,
receiving or soliciting of anything of value to
influence the action of the End Customer or its
personnel in contract executions.
b) "Fraudulent practice" means a misrepresentation of
facts, in order to influence a selection process or the
execution of a contract, and includes collusive
practice among bidders (prior to or after tender
submission) designed to establish Proposal prices at
artificially high or non-competitive levels and to
deprive the End Customer of the benefits of free and
open competition;
c) “Unfair trade practice” means supply of services
different from what is ordered on, or change in the
Scope of Work given in Section IV.
d) ”Coercive practice” means harming or threatening
to harm, directly or indirectly, persons or their
property to influence their participation in the
selection process or execution of contract.
ii) The Member Secretary will reject a proposal for award, if it is established that the Bidder recommended for award, has
been determined to having been engaged in corrupt, fraudulent or unfair trade practices.
iii) The Member Secretary will declare contractor ineligible,
either indefinitely or for a stated period of time, for awarding the contract, if it at any time determines that the Contractor has engaged in corrupt, fraudulent and unfair
trade practice in competing for, or in executing, the contract.
2.12. CLARIFICATIONS AND AMENDMENTS OF TENDER DOCUMENT (TD):-
i) During process of evaluation of the tenders, Member Secretary, at its discretion, ask Bidders for clarifications on
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 15 of 76
their tenders. The Bidders are required to respond within the prescribed time frame.
ii) Member Secretary may for any reason, modify the TD from time to time. The amendment(s) to the TD would be clearly spelt out and the bidders may be asked to amend their
proposal due to such amendments.
iii) All bidders are advised to check for all further clarifications, corrigendum and any other important related information to this tender at the website
http://www.ceopunjab.nic.in
2.13. EARNEST MONEY DEPOSIT (EMD)
i) The bidder shall furnish, as part of the Pre-qualification Proposal, an Earnest Money Deposit (EMD) amounting to
Rs. 10,000/- (Rupees Ten Thousand Only).
ii) The EMD shall be in Indian Rupees and shall be in the form of Bankers Cheque or Demand Draft in favour of
Deputy Chief Electoral Officer,Punjab payable at Chandigarh.
iii) Refund of EMD: The earnest money of unsuccessful bidder
shall be refunded on request by the bidder after final award of contract.
iv) The EMD lying with the CEO in respect of other tender/ tender awaiting approval or rejected or on account of
contracts being completed will not be adjusted towards EMD for this tender. The EMD may however, be taken into consideration in case tender are re-invited.
v) EMD of the successful bidder will be released after the bidder signs the final agreement and furnishes the performance security.
vi) The Earnest Money will be forfeited on account of one or more of the following reasons:
a) Bidder withdraws its tender during the validity period
specified in tender document and in the Covering
Letter.
b) Bidder does not respond to requests for clarification of
its tender.
c) Bidder fails to provide required information during the
evaluation process or is found to be non-responsive.
d) In case of a successful bidder, the said bidder fails to
sign the Agreement in time; or furnish security.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 16 of 76
2.14. DISQUALIFICATIONS
Member Secretary may at its sole discretion and at any time
during the evaluation of tender, disqualify any Bidder, if the
Bidder has:
i) Made misleading or false representations in the forms,
statements and attachments submitted in proof of the eligibility requirements.
ii) Exhibited a record of poor performance such as
abandoning works, not properly completing the contractual obligations, inordinately delaying completion or financial failures, etc. in any project in the preceding three years.
iii) Submitted a proposal that is not accompanied by required documentation or is non-responsive.
iv) Failed to provide clarifications related thereto, when sought.
v) Submitted more than one tender.
vi) Declared ineligible by the Government of India/State/UT Government for corrupt and fraudulent practices or blacklisted.
vii) Submitted a proposal with price adjustment/variation provision.
2.15. AWARD OF CONTRACT
Member Secretary will notify the successful bidder in writing that its
tender has been accepted. The bidder will sign the Contract
Agreement with in Deputy Chief Elctoral Officer , Punjab with in 7
days from the issuance of letter of intent/work order. After signing
of the Contract Agreement, no variation in or modification of the
term of the Contract shall be made except by written amendment
signed by the parties. The cost of blank stamp papers will be borne
by the bidder.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 17 of 76
SECTION-3: GENERAL CONTRACT CONDITIONS
3.1. COMPLAINTS MANAGEMENT
i) Call / Asset Management Software- The firm has to provide Call/Help Desk System having Call/Asset Management
Software (to record and maintain all the calls logged their status, engineer deployed. The software should be able to provide Daily call reports in terms of no. of calls received,
no. of calls attended, no. of calls pending and no. of calls escalated, Weekly call reports, Monthly call analysis, Asset management and tracking, Equipment history sheet,
Monthly network management report etc.) The space for the Call Desk will be provided at CEO office, if required.
ii) Bidder will provide single window complaint logging system
to enable the various users to log/complaint of their problems by all the following communication means:
a) Toll Free number for registration of complaints from
24 locations of Chandigarh & Punjab is preferable.
b) Mobile
c) Landline
d) Fax
e) E-mail, Computer with web application.
Bidder will provide a unique complaint number for
progress and close looping the complaints.
iii) Call/Feed back/Performance report- All records of complaints will be maintained and properly recorded by
the contractual firm with the details such as time when the call was reported and attended, signatures of the user, problem, comments of the user etc. A copy of the call/feed
back report is to be given to the user.
iv) For fault analysis and tracking problems, the contractor will require submitting summary of monthly call reports to
end customer (CEO) on 5th of every month.
v) Working hours- The firm will correct any faults & failures in any equipment under this contract during normal
working hours from Monday to Friday or in Peak Hours From Monday to Saturday/Sunday. As few of the units of end customer work round the clock and in case of urgent
and emergent situations, it can be asked to rectify the problem on holidays and after working Hours also, at no extra cost.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 18 of 76
3.2. REPAIR OF IT EQUIPMENT & PENALTY
Repair/maintenance/Service of IT Equipment, software and
network will be provided as per deliverables & service levels
defined at Annexure 1
i) The engineer from the selected bidder must attend the call,
rectify the fault within stipulated time and a certificate of satisfactory repairs obtained from the user.
ii) In case there is any major fault/repair identified by bidder
and requiring more time than stipulated time, the bidder must replace the faulty equipment with equipment of similar configuration & quality and make it operative as
original to avoid penalty.
iii) PEAK HOURS-During the revision of photo electoral rolls and during the General elections/Bye-elections of Lok
Sabha & Vidhan Sabha, time bound activities are to be carried out by the Department under the directions of the Election Commission of India, the maintenance of the
computer systems, software and peripherals is more critical and the 24 hours service will be required during that period.
iv) In case of any deficiency in the service levels the penalty
will be imposed as under:
Sr. No.
Equipment Downtime Penalty Max. Penalty
A- Normal Hours
1.
Server/
PC
Up to 2 days Nil 2 hours for inspection & remaining for repairs
3 day to 7 days beyond
permissible time for repair.
2% of AMC cost per
server per day
Standby arrangement is allowed only for 10 days,
delay of one day beyond 10 days by which the equipment is to be returned, the firm will be penalized of 2% of AMC cost per server per day besides the repair could be got done through open market at the risk and cost of the contractual firm.
2. All other IT Equipment
Up to 3 days Nil 4 hrs for inspection & remaining for repairs.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 19 of 76
under AMC 4 Day to 9 days
1% of AMC cost per equipment per day.
Standby arrangement is allowed only for 10 days, delay of one day beyond 10 days by which the equipment is to be returned,
the firm will be penalized of 2% of AMC cost per equipment per day besides the repair could be got done through open market at the risk and cost of the contractual firm.
10 days to 14 days
2% of AMC cost per equipment per day.
3. Non Providing of Site
Engineer
Upto one day with prior
consent of the end user in one month
Nil Substitute arrangement will be made by the bidder by 4th
day or Rs 1200/- penalty shall be deducted for each subsequent day.
2 day to 3 day Rs 1000 per day
B- Peak Hours
1.
Server/
PC
Up to 1 days Nil 2 hours for inspection & remaining for repairs
1 day to 6 days beyond permissible time for repair.
2% of AMC cost per server per day
Standby arrangement is allowed only for 10 days, delay of one day beyond 10 days by which the equipment is to be returned,
the firm will be penalized of 2% of AMC cost per server per day besides the repair could be got done through open market at the risk and cost of the contractual firm.
2. All other IT Equipment under AMC
Up to 2 days Nil 3 HRS for inspection & remaining for repairs.
3 Day to 9 days
1.5 % of AMC cost per equipment per day.
Standby arrangement is allowed only for 10 days, delay of one day beyond 10 days by which the equipment is to be returned, the firm will be penalized of
2% of AMC cost per equipment per day besides the repair could be got done through open market at the risk and cost of the
10 days to 14 days
2% of AMC cost per equipment per day.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 20 of 76
contractual firm.
3. Non Providing of Site Engineer
Upto one day with prior consent of the end user in
one month
Rs 500 per day
Substitute arrangement will be made by the bidder by 4th day or Rs 1200/- penalty shall be deducted for each
subsequent day.
2 day to 3 day Rs 1000 per day
v) The above mentioned hours and days will be working hours of end customer. However, on specific request by
end customer where equipment is required urgently by the end customer then bidder has to provide services beyond working hours also. In such case, End customer
department/office will ensure that the equipment is made available to the bidder enabling them to carry out repairs.
3.3. PERIOD OF AMC
i) The contract will be valid for a period of three years and
the commencement of AMC will be informed after finalization of the contract.
ii) On expiry or premature termination of this agreement, the
firm shall handover the equipments in good condition to end customer (CEO/DEO) or to the new AMC vendor, except fair wear and tear, failing which the firm shall pay
to end customer (CEO) such damages.
3.4. In the case of Computer hardware and its peripherals, the contract will be comprehensive in nature, i.e., the rates approved will cover the maintenance of operating systems,
software installation and configuration of internet/e-mail on computers and cost of all spare parts inclusive of Printer bands, Fuser assemblies, Power adopter, Roller of printers,
Printer’s Teflon and HDD media exclusive of consumables like plastic parts, printer ribbons, toners for laser-jet printers and inkjet cartridges, printer head, scanner lamp, monitor picture
tube, and Laptop batteries etc.
3.5. This contract agreement specifically excludes damages caused due to fire, theft, Riots, accidents and other exceptional
circumstances like rat menace etc.
3.6. No item will be taken to workshop by the company/firm. Only defective parts may be taken to workshop by the company/firm
unless it is very essential. In case Company/firm have to take any item/part to the workshop for its repair, he has to provide
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 21 of 76
standby arrangement in advance so that the work may be continued.
3.7. If company/firm provides standby arrangement for any item which is out of order, it will be the responsibility of the company/firm that before expiry the contract agreement it
should repair/replace the defective item and only then he could take its standby item back otherwise the CEO may deduct/recover from the security and payable amount equal to
the cost of that item.
3.8. No item should be remained down on the basis that the part equivalent to defective part is not available. The company/firm has to install the latest parts in the system so that the work
may be continued.
3.9. All services regarding computer hardware and network will be provided by the company/firm at our place.
3.10. The contractor shall provide spare parts, assemblies and sub-assemblies which develop defects or breakdown during the period of AMC. All spare parts replaced shall be Original
Equipment Manufacturer (OEM) /supplier.
3.11. In case, firm feels necessary to get the help from some Specialist to repair the item, then the Specialist Engineer should accompany with Firm’s Site Engineer.
3.12. INCLUSION OF ADDITIONAL EQUIPMENT UNDER AMC
i) The IT equipments of end customer department under warranty at present, on the expiry of warranty period will be added to the list of equipment under AMC with selected
bidder, at the discretion of end customer.
ii) Letters for the each product /equipment to be added under AMC with the bidder will be issued separately duly signed
by authorized signatory of end customer deptt. Referring the agreement under the tender.
iii) IT Equipments will be added under the same terms and
conditions as per the terms of this agreement under this tender. The validity of the agreement will not be changed due to addition of these equipments.
iv) Payment for additional equipment(s) will be made on
prorata basis for the period of AMC.
3.13. INCLUSION OF ADDITIONAL SITES/LOCATIONS UNDER AMC:-
Incase the new office(s) or new office(s) created/established
under this department will be included under the AMC. The
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 22 of 76
validity of the agreement will not be changed due to addition of new sites/locations.
3.14. PAYMENT TERMS
i) Contract cost would comprise of the total AMC cost per equipment, inclusive of all taxes & charges as per the bid value negotiated and approved as a fixed cost. The bidder
shall be deemed to have satisfied itself as to the correctness and sufficiency of the Contract cost, which shall, except as otherwise provided for in the Contract,
cover all its obligations under the Contract.
ii) Payment will be made to the bidder quarterly after deduction of penalties, if any. Payment thereof will be due
on 01 January, 01 April, 01 July and 01 October every year, irrespective of the date of signing of the agreement, till the currency of the agreement. For first Quarterly,
payment will be made on prorate basis for number of days in the first Quarterly.
iii) Bidder will submit a Pre-receipted bill in triplicate for
previous Quaterly to the end customer head office/ Nodal officer along with the Quaterly Maintenance Information Services (MIS) on complaints/resolutions/repairs as per
deliverables described at Annexure-1, duly justifying amount due/penalties, if any.
iv) End customer department will ensure the bills are verified by Monitoring and evaluation committee and the payments
shall be made after deduction of penalty, if any, after submission of a valid invoice by the bidder. All payments
shall be made in the INR.
v) No advance payment will be made under any circumstances.
3.15. CONFIDENTIALITY
i) Information relating to the examination, clarification and
comparison of the tenders shall not be disclosed to any bidder or any other persons not officially concerned with such process until the selection process is over. The undue
use by any bidder of confidential information related to the process may result in rejection of its tender. During the execution of the project except with the prior written
consent of the Department, the bidder or its personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the
Contract.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 23 of 76
ii) Confidential information shall mean and include any and all confidential or proprietary information furnished, in
whatever form or medium, or disclosed verbally or otherwise by the bidder and/ or the Department to each other including, but not limited to, the services, plans,
financial data and personnel statistics, whether or not marked as confidential or proprietary by the parties.
iii) The selected bidder will maintain the confidentiality of the
data stored on the computer systems of end customer. The firm will be required to take appropriate actions with respect to its personnel to ensure that the obligations of
non-use & non-disclosure of confidential information are fully satisfied. In case of failure, End Customer has right to take legal action against the firm.
3.16. TAKING/HANDING OVER
i) The firm will take over under AMC all the equipments in working order and will hand over all the equipments in working order to the new vendor after expiry of the AMC
period.
ii) The equipments to be taken over under AMC by the firm alongwith signing of the agreement in working condition.
iii) AMC vendor may inspect and bring out faulty units which
are not in a position to be taken over for AMC without repairs. (The repair may have to be got done by outgoing AMC vendor or by End Customer as applicable) if no such
list/information is submitted within 10 next working days to end customer it will be treated as all the machines have
been taken over by the firm and no separate letter will be issued by end customer in this regard.
iv) In case of major repairs requiring in any machine for which separate charges are to be claimed, the contractor may
submit the details of all such equipments alongwith the problem and estimated expenses to be incurred to the end customer within a period of 10 days from the date of
agreement and thereafter all the systems shall be deemed to have been taken over by the vendor satisfactorily and no such claim will be entertained.
v) After expiry of the contract all the machines are to be handed over by the outgoing AMC vendor to the new AMC vendor within 10 working days of expiry of contract in
working conditions and a certificate to this effect is required to be obtained by the firm from the concerned officer in-charge of the maintenance and to be produced
alongwith the final claim of the AMC charges.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 24 of 76
vi) The faults pointed out by new AMC vendor during the inspection before taking over of the equipments are to be
rectified within next two working days by the outgoing AMC vendor, and any further delay in rectification of faults thus pointed out shall make the firm liable for imposition
of penalty as per Tender terms and conditions applicable to outgoing AMC vendor.
3.17. SECURITY DEPOSIT:
i) The successful bidder will have to deposit Security in form
of jointly Fixed Deposit in favour of the name of Company & Chief Electoral Officer,Punjab, Chandigarh/Performance Bank Guarantee (PBG) (from any Nationalized/ Schedule
Bank) of appropriate amount, within seven days (inclusive of holidays) from the date of the notification of Contract
award through Letter of Intent (LOI). The Performance Security shall be denominated in INR for an amount equal to 10 (Ten) percent of the total Contract Cost (Round off to
higher value) valid from contact period plus three months.
ii) The security shall be in the form of a Performance Bank Guarantee (PBG), issued by a Nationalized/Secduled bank located in India and acceptable to End customer. The
security shall be returned to the contractor not later than thirty (30) days after expiration of the Agreement.
iii) Additional performance security needs to be provided in
case more items are added in the AMC in future, reduced appropriately by a factor on pro-rata basis on the period of warranty left-over under this agreement.
iv) Failure to comply with the requirements shall constitute sufficient grounds for the forfeiture of the security.
v) The security shall be released immediately after expiry of contract provided there is no breach of contract on the part
of the contractor.
vi) No interest will be paid on the security in case of PBG.
vii) In case the Company/firm fails to comply with the requirement of contract shall constitute sufficient grounds
for the annulment of the awards and forfeiture of the security, in which event the CEO/DEO offices may get done the work at the risk cost of the Company/firm.
3.18. TAXES & DUTIES
i) For Goods or Services supplied from outside/within India, the bidder shall be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 25 of 76
ii) The Bid Price would include all taxes, duties, fees etc. No
payment would be entertained over and above the commercial bid.
iii) The payment would be in INR only as per commercial bid
irrespective to change in Forex Rates.
iv) The bidder shall be liable to pay all statuary taxes that
shall be levied according to the laws and regulations applicable from time to time in India and the price bid by bidder shall include all such taxes, duties etc.
v) Levy/Taxes payable by Company/firm - Sales Tax/ VAT or
any other tax on materials in respect of this contract shall be payable by the Company/firm and the CEO shall not
entertain any claim whatsoever in this respect.
3.19. STOCKING OF SPARE PARTS:-
i) The stock of spares of following hardware items should be readily avaiable with firm’s Site Engineer for quick
response and resolution time:-
a) Motherboards
b) Main memory (RAM)
c) Storage devices, i.e. Hard Disk Drives, CD-ROM
Drives.
d) Mouse
e) SMPS unit
f) Network switches etc.
3.20. TERMINATION OF CONTRACT -
The bidder’s association with the end customer will terminate in
following ways:-
3.20.1. The term of Contract expires.
3.20.2. Termination of Contract by the end customer due to non-performance during the execution of Project:-
a. Performance is below expected level.
b. Non adherence to the timelines of the Project.
c. Quality of work is not satisfactory.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 26 of 76
3.20.3. TERMINATION FOR INSOLVENCY, DISSOLUTION ETC.-
The end customer may at any time terminate the
Contract by giving written notice to the contractor, if
the contractor becomes bankrupt or otherwise
insolvent or in case of dissolution of firm/company or
winding up of firm/company. In this event termination
will be without compensation to the contractor,
provided that such termination will not prejudice or
affect any right of action or remedy, which has accrued
or will accrue thereafter to the End customer (CEO).
3.20.4. TERMINATION FOR CONVENIENCE-
The End customer reserves the right to terminate, by
prior written notice, the whole or part of the contract,
at any time for its convenience. The notice of
termination shall specify that termination is for the
End customer’s convenience, the extent to which
performance of work under the contract is terminated,
and the date upon which such termination becomes
effective.
3.20.5. FORCE MAJEURE-
i. The bidder shall not be liable for forfeiture of its
security or termination of contract for default if and to
the extent that it’s delay in performance or other
failure to perform its obligations under the Contract is
the result of an event of Force Majeure.
ii. For purposes of this clause, “Force Majeure” means
an event beyond the control of the contractor and not
involving the contractor’s fault or negligence, and not
foreseeable. Such events may include, but are not
restricted to, acts of the End customer in its sovereign
capacity, wars or revolutions, riot or commotion,
earthquake, fires, floods, epidemics, quarantine
restrictions and freight embargoes.
iii. If a Force Majeure situation arises, the contractor
shall promptly notify the End customer in writing of
such condition and the cause thereof. Unless
otherwise directed by the End customer in writing,
the contractor shall continue to perform its
obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 27 of 76
means for performance not prevented by the Force
Majeure event.
3.21. RESOLUTION OF DISPUTES
If any dispute arises between parties, then these would be resolved
in following ways:
A. Amicable Settlement
Performance of the Contract is governed by the terms and
conditions of the Contract, however at times dispute may
arise about any interpretation of any term or condition of
Contract including the scope of work, the clauses of
payments etc. In such a situation either party of the contract
may send a written notice of dispute to the other party. The
party receiving the notice of dispute will consider the Notice
and respond to it in writing within 30 days after receipt. If
that party fails to respond within 30 days, or the dispute
cannot be amicably settled within 60 days following the
response of that party, then the Sub-clause-B of Resolution
of Disputes shall become applicable.
B. Resolution of Disputes
In case dispute arising between the End Customer and the
contractor, which has not been settled amicably, the
contractor can request the End Customer to refer the
dispute for Arbitration under Arbitration and Conciliation
Act, 1996. Such disputes shall be referred to the Principal
Secretary/ Secretary/ Head of the End Customer. The Indian
Arbitration and Conciliation Act, 1996 and any statutory
modification or re-enactment thereof, shall apply to these
arbitration proceedings. Arbitration proceedings will be held
at Chandigarh. The decision of the arbitrator shall be final
and binding upon both the parties. All arbitration awards
shall be in writing and shall state the reasons for the award.
The expenses of the arbitration as determined by the
arbitrator shall be borne by the contractor. However, the
expenses incurred by each party in connection with the
preparation, presentation shall be borne by the party itself.
C. Legal Jurisdiction
Only the Courts at Chandigarh shall have the jurisdiction
with respect to any dispute, controversy or claim arising out
of or relating to or touching upon any terms and conditions
contained in this agreement.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 28 of 76
3.22. MONITORING AND EVALUATION COMMITTEE
i. A monitoring committee will be constituted as under to
monitor the state of repair/maintenance of the equipment
under AMC as per terms and conditions:-
Deputy Deputy Chief Electoral Officer,or his Representative
Chairman
Deputy Controller (F&A) or his
Representative
Member
System Manager CEO office Member
ii. Monitoring committee will:
a) Quarterly review and monitor the repairs/preventive maintenance by contractor and verify the invoices
submitted by contractor. b) Return the duly verified invoices to contractor within
seven working days of its receipt.
c) Make suitable recommendations to End Customer
(CEO) in case of any amendment to the agreement is essential, duly justifying the same.
d) Make recommendation for renewal.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 29 of 76
SECTION-4: SCOPE OF WORK (SOW)
The contractor would be responsible for carrying out the following tasks during the comprehensive maintenance contract for the period of three years.
4.1. Hardware
i) Inspection of the entire infrastructure to take stock of
present status of its functioning and submission of report to the client within one week from the assignment of work.
ii) Keep the infrastructures including Hardware, Software, Networking up & in running condition as per the service levels prescribed by providing the required support and
services.
Presently Department will go for maintenance
contract for approximately 240 items as detailed in Annexure-5 (List of Equipments for AMC).
Deploying adequate engineers to ensure the service
level/uptime agreed in the contract at CEO/DEO offices for maintenance, trouble-shooting and repair purpose.
Stock of required spares of hardware items at
CEO/DEO offices for quick response and resolution time.
iii) Providing a landline number for registration of the
complaints.
iv) Implementing Complaints Mangement Systems of IT equipments.
v) Providing MIS for registration of online complaints of IT
equipments, and tracking of complaint status with a complete assess to CEO.
vi) Smooth Functioning & operation of LAN.
vii) Study problems of slow down of machine & occupying heavy hard disk space in the existing antivirus and suggest measures to overcome those problems for
smooth operations of Antivirus.
viii) E-mail service within and outside network (to internet).
ix) Expansion of hardware, software, LAN network etc., where required.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 30 of 76
Note: The bidder shall provide the following facility during the period of AMC for immediate responses & resolving of complaints of CEO/DEO offices.
S. No.
Category of Manpower
No. of Manpower
Location
A-NON-PEAK HOURS
1. Engineer 01 CEO Office
B- PEAK HOURS
1. Help Desk 01 CEO office
2. Engineer 01
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 31 of 76
AANNNNEEXXUURREESS
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 32 of 76
Annexure-1
SERVICES, DELIVERABLES & TIME-LINES
S.
No.
Stake
Holder
Description of
Service/ Activities
Deliverables @ Service level/Time
line
I Bidder
Complaint
Registration/
Closing
(a) Complaint Number (a) Immediate on
complaint
(b) Call for complaint
closing
(b) On Rectification
Preliminary
Inspection
Equipment Inspection
Report
Within 24 Hours
Repair of IT
Equipment
Equipment Service call
Report
(a) Servers (a) Within one days
(b) All IT
Equipment &
network other
than servers
(b) Within three days
Preventative
Maintenance and
Cleaning of IT
equipment.
Preventive Maintenance &
Cleaning Report
Every month
Maintenance
Information
Services (MIS)
(a) MIS of repairs carried
out
Every month
Also three month
reports with invoice (b) MIS of Maintenance/
Cleaning
(c) MIS of Complaints/
Resolutions
Manpower Computer professionals (a) Immediately on
commencement of
agreement
(b) Replacement
within 3 days
2 End User
Access to the
equipment for
smooth
maintenance/
repair
Necessary security
clearance and access to
representative of bidder.
As and When required
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc Page 33 of 76
Payments to bidder Quaterly Payment against
invoice of bidder (Due on
01 January,01 April, 01
July & 01 October
Within 30 working
days after receipt of
valid invoice from
bidder duly verified
@ The quality of the deliverables is expected to be as per
National/International Best Practice Standards and to the
entire satisfaction of End Customer.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 34 of 76
Annexure-2
List of items to be covered under Comprehensive Annual Maintenance Contract Computer Servers, PCs Computers, Printers, Scanners & Software (Operating
Systems), UPSs & Networking Equipments etc.
Sr. No.
Election Office
Name
Category Make/Model/Model
No.
Serial No.
Item Detail Status Purchase Date
0 Head Office
Server HCL-Intel Xeon
8063A1054161
Intel Xeon 3.40 GHZ, 8-GB RAM, DLT VS80,
DVD-ROM, 6*146 GB HDD, Dual Channel
RAID-5 Controller
Working 16-Mar-07
Server IBM-X225 2FZ9756 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD), 104, keys
keyboard.
Working 04-Mar-04
Server IBM-X225 2FZ9631 IBM Server X225, Intel
Xeon 2.8 GHZ, 8.0 GB
RAM, (5*300) GB HDD,15" Monitor, 1.44 MB Floppy Disk Drive (FDD) , 104,
keys keyboard.
Working 04-Mar-04
Server
SVR-RACK-HCL-QSSC-
S4R
C101AG
520140
Intel Xeon processor 7520 , 1.86 GHz or higher
(4 Core or higher) with Quad CPU, 128 GB ECC
DDR3, 3 x 146GB Hot Swap Hard Disks, RAID 0,
1, RAID 5
Working
Server
SVR-RACK-HCL-QSSC-
S4R
C101AG520139
Intel Xeon processor 7520 , 1.86 GHz or higher
(4 Core or higher) with Quad CPU, 128 GB ECC
DDR3, 3 x 146GB Hot Swap Hard Disks, RAID 0,
1, RAID 5
Working
Laptop IBM-Think
Pad T43
2668-
CF4
1.7Ghz 915G 512 MB
RAM DVD RW Gigabit Lan
Card
Working 28-Mar-06
PC IBM-8196-
31A 2FN0631 P-IV, 2.83 Ghz , 3GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse, ISM Dongle, 17 inch Colored Monitor,
with Anti Glare Screen
Working 04-Mar-04
PC IBM-8196-31A
2FN0897 P-IV, 2.83 Ghz , 3GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 04-Mar-04
PC IBM-8196-
31A 2FN0861 P-IV, 2.83 Ghz , 3GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 04-Mar-04
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 35 of 76
PC IBM-8196-
31A 2FN0797 P-IV, 2.83 Ghz , 3GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 04-Mar-04
PC IBM-8196-31A
2FN0819 P-IV, 2.83 Ghz , 3GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 04-Mar-04
PC IBM-8196-31A
2FN0820 P-IV, 2.83 Ghz , 1GB RAM 1*40 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 04-Mar-04
PC IBM-8196-
31A 2FN0820 P-IV, 2.83 Ghz , 1GB RAM
1*40 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 04-Mar-04
PC IBM-M/T-8296
L9A3818 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296 29R7077 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296 L9A2945 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse, ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC PC-HCL-
Q9550
C101AA4
36899
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36727
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-Q9550
C101AA436728
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 36 of 76
RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
PC PC-HCL-Q9550
C101AA436729
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36730
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36891
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-Q9550
C101AA436892
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36893
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36894
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36895
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS
Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 37 of 76
disabler of all ports .
PC PC-HCL-Q9550
C101AA436896
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36897
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36898
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36900
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-IBM-
MT-8196 2FN0631
P-IV, 2.83 Ghz , 3GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse, ISM Dongle, 17 inch Colored Monitor,
with Anti Glare Screen
Working
PC PC-HCL-
Q9550
C101AA4
36901
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36902
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 38 of 76
PC PC-HCL-Q9550
C101AA436903
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36904
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2
Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS
disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36905
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz,
1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM,
320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
PC PC-HCL-
Q9550
C101AA4
36906
Intel Core 2 Quad Q 9505
S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB
cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD
RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion
Switch, 18.5” TFT, BIOS disabler of all ports .
Working
Printer HP- Laserjet
4350dtn
CNHXC4
3684
One Heavy Duty with dual
printing ,Min 30-40 PPM Speed, Network Ready
Working 28-Mar-06
Printer PR-HP-M1213
CNG9C8HBSB
HP LaserJet M1213nf features all-in-one unit comprising of a printer, copier, scanner and fax machine .The printer prints at resolutions of 600 x 600 dpi and can max out at 1200 dpi effective resolutions
Working
Printer PR-HP-M1213
CNG9C8HBRS
HP LaserJet M1213nf features all-in-one unit comprising of a printer, copier, scanner and fax machine .The printer prints at resolutions of 600 x 600 dpi and can max out at 1200 dpi effective resolutions
Working
Printer PR-CN-
LBP6300dn MFTA006
860
ONE HEAVY DUTY PRINTER MIN.30-40 PPM SPEED,NETWORK READY.
Working
Printer HP- Laserjet420
0dtn
SGHX204219
One Heavy Duty with dual printing ,Min 30-40 PPM
Speed, Network Ready
Working 04-Mar-04
Printer HP- Photosmart
2608
MY49FC32PJ
Photosmart 4 in 1 printer scanner copier fax
Working 02-Dec-05
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 39 of 76
Printer HP- Laserjet
1022
CNBJ63
90SL 19PPM Working 28-Mar-06
Printer HP- Laserjet 1022
CNBJ6390RW
19PPM Working 28-Mar-06
Printer HP- Laserjet
P4515n
CNFY33
2332 Printer Working 20-Feb-09
Printer HP- Laserjet P4515n
CNFY332347
Printer Working 20-Feb-09
Printer HP- Laserjet
P1505
VNF3L59
451 P 1505 Working
Printer HP-Laserjet P1505
VNF3F58456
P 1505 Working
Printer HP-Laserjet
P1007
VNF4338
391 P 1007 Working 16-Mar-09
Printer PR-HP-
4515N
CNFYC1
3389 Printer Working
Scanner HP- Scanjet
5590
CN932T
SOYR Scanner Working 12-Jan-07
Scanner Microtek-
9800 XL SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
Switch DLINK- 24-Port Switch Working
Switch DLINK- 24-Port Switch Working
Switch DLINK- 24-Port Switch Working
Switch DLINK- 24-Port Switch Working
SWITCH
SW-DL-24P-10-
100M NULL 12 Port Hub Working
SWITCH
SW-DL-24P-10-
100M NULL 12 Port Hub Working
SWITCH
SW-DL-24P-10-
100M NULL 12 Port Hub Working
SWITCH
SW-DL-24P-10-
100M NULL 12 Port Hub Working
ROUTER CISCO-2921
FGL161010GT
Cisco Router Working
ROUTER CISCO-
2921
FGL1610
10GN Cisco Router Working
HUB DLINK-DE-1812
12 Port Hub Working
HUB DLINK-816
TP 16 Port Hub Working
UPS UPS-APC-
1000 NULL
1 KVA With External
Battries Working
UPS UPS-TLB-
2000 NULL 2KVA Tata Libert Make Working
UPS
UPS-
ULINE-10KVA
NULL
UNILINE 10 KVA/180V
ONLINE WITH 45AHX30 BATTERY WITH RACK
Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 40 of 76
UPS UPS-TTNX-
10KVA
D038081
011
10KVA ONLINE UPS WITH
2 HR BATTERY BACKUP Working
UPS UPS-TTNX-
10KVA
D038091
011
10KVA ONLINE UPS WITH
2 HR BATTERY BACKUP Working
1
Pathankot
Printer PR-CN-
LBP6300dn MFTA00
6856 Printer Working
Printer PR-CN-
LBP6300dn
MFTA00
6806 Printer Working
Server SVR-HCL-
GL-2700
1121AG1
17603
Intel Xeon 2.66GHz , Hcl
Keyboard, Hcl Mouse, Hcl Monitor (LED)
Working
UPS UPS-TTNX-
5KVA
A035131
011-1
5KVA Online UPS with 15
Battries ( 2Hrs Backup) Working
2 Gurdaspur
Server IBM-X225 2FZ960355GZYP
G
IBM Server X225, Intel Xeon 2.8 GHZ, 8.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD), 104, keys keyboard.
Not Working
04-Mar-04
Server SVR-HCL-GL-2700
C101AG496515
Infinty Global line 2700
HC, Intel 5520, Xeon 56xx series, XEON E5640, 2.66
Ghz, 12 M, 6.4GT, 300 GB SAS/SATA HDD, 8GB
DDR3 RAM, DVD Writer, 17”” TFT Monitor,
Keyboard, Mouse
Working
PC IBM-M/T-8296
L9A2119 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Not Working
28-Mar-06
PC IBM-M/T-
8296 L9A2066 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-Laserjet
2420
CNHKH6
6549 Laserjet 2420 Not
Working 28-Mar-06
Printer HP-Laserjet-
P4515n
Laserjet-P4515n Working 20-Feb-09
Printer HP-Laserjet-
3005
CNCK714209
Laserjet-3005 Working 20-Feb-09
Printer PR-HP-1022
VNRJ68813W
Laserjet 1022 Not working
Printer PR-HP-
1022
VNRJ68
813W Laserjet 1022
Not
working
Scanner Microtek-
9800XL
S42G419
653
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS
UPS-
ULINE-5KVA
2LAM08
0130101010143
UPS Uniline 5KVA Not Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 41 of 76
3 Amritsar Server IBM-X225 2FZ9614 IBM Server X225, Intel
Xeon 2.8 GHZ, 8.0 GB RAM, (3*73 GB +2*36 GB)
HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
496516
INFINITI GLOBAL LINE
2700HC XEON 2X2, 66GH2, 8X8GB ODR3,
2X300GB SAS HDD, SATA DVD WRITER, RAID SAS LSI CARD, INTEL
REMOTE MANGEMENT MODULE,
Working
PC IBM-M/T-
8124 L9B8943 P4 3.00GHz, 1GB RAM,
INTEL ® 9.15/P/GV PROCESSOR TO I/O
CONTROLLER-2580, 80GB HDD, DVD ROM,
KEYBORD, MOUSE, MONITOR
Working 28-Mar-06
PC IBM-M/T-
8124 L9B8929 P4 3.00GHz, 1GB RAM,
INTEL ® 915/P/GV PROCESSOR TO I/O
CONTROLLER-2580, 80GB HDD, DVD ROM, KEYBORD, MOUSE,
MONITOR
Working 28-Mar-06
Printer HP-2420dn CNHKG88889
P 2420dn Working 28-Mar-06
Printer HP-P4515n CNFY12
8740 P 4515n Not
Working 20-Feb-09
Scanner Microtek-
9800XL
S42G419
652
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS Tata -
Liebert
9928500
065AF1T1
1 KVA Not
Working
UPS Uniline 5644645
46 Uniline-625 Not
Working
UPS Uniline ULP10L-
08AA Unline 5KVA on-line Working
4 Tarn-
Taran Server IBM-MT-M
7975- I4S Dual core Intel Xeon
processor, 3 GB RAM
Working 2006
Server SVR-HCL-
GL-2700
C101AG
496521
Intel Xeon Processor 5640
2.66 GHz or hogher(4Coreor higher)with Dual
CPU,8MB L3 cache or higher,64 GB ECC
DDR3,2*300 GB Hot Swap Hard Disk
Working
PC IBM-
9389A79 L903521 P-IV 3.0GHz, 1GB, 80GB
SATA, 17", DVD Writer
Working 2006
PC IBM-
9389A79 L903517 P-IV 3.0GHz, 1GB, 80GB
SATA, 17", DVD Writer
Working 2006
Printer HP- Laserjet 2420dn
CNHJC 48185
HP Printer 2420 Not Working
28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 42 of 76
Properly
Printer HP-
4350dtn
CNHXP
12137 HP Printer 4350 Not
Working Properly
28-Mar-06
Scanner HP-5590 CN68WTR190
HP Scanjet 5590 C Legal Size
Working 12-Jan-07
UPS UNILINE ULP-10L-
09AA
5KVA/180V Online UPS, AHX 30 Batteries
Working
5 Kapurthala
Server IBM-X225 2FZ9628 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD), 104, keys keyboard.
Not Working
04-Mar-04
Server SVR-HCL-GL-2700
C101AG
496532
Ibfiniti Global line
2700HC MBD Hanlancreek S55020
XEON-NH DDR3 SATA 2*4-BAY SAS BLACK HS
CAGE FOR COMRADE SMPS ZIPPY 1+1 RP 650
W 24+8+4P TYL 2*XEON E5630 2.5 3G 12 M 5.86G
T2A 2HEXIVQB7 8*MEM 8GB DDR3 UNBUF ECC
1066 DUAL
Working
PC IBM-M/T-
8296 L9A2103 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-8296
L9A2194 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-
DRIVE, 1.44 MB FDD, Keyboard, Mouse, ISM
Dongle, 17 inch Colored Monitor, with Anti Glare
Screen
Working 28-Mar-06
Printer HP- 2420DN
CNHKG90911
HP Printer 2420DN Working 28-Mar-06
Printer HP- 3005
dn
CNS2N2
0327 HP Printer 3005 dn Working 20-Feb-09
Scanner Microteck-9800XL
MRS-3200A3
SCAN MAKER 9800 XL 1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS UNILINE UCP10C
BAA
5 KVA UPS with 45AH 30
Battery
Working
UPS NUMERIC V090200
110
2 KVA UPS with 16
Battery
Working
6 Jalandhar Server IBM-X225 2FZ9646 IBM Server X225, Intel
Xeon 2.8 GHZ, 8.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys
Working 04-Mar-04
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 43 of 76
keyboard.
Server SVR-HCL-GL-2700
C101AG496513
Intel Remote MGHT
MODULES 104K MEM HEAVY DUTY USB BLK
WIN 2K8 SERVER X64BIT-TESTING BG000420, 47 CM (18.5)
HCL011 WIDE LCD W/SPKR TC05 BLK
C101BG449952 (HCL MOUSE, KEY BOARD)
Working
PC IBM-M/T-
8296 L9A2139 P-IV,3.00Ghz, 512 MB
RAM, 1X80 GB SATA, CD-Drive, 1.44MB FDD,
Keyboard, Mouse with PAD, ISM Dongle, 17 inch
Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296 L9A2140 P-IV,3.00Ghz, 512 MB
RAM, 1X80 GB SATA, CD-Drive, 1.44MB FDD,
Keyboard, Mouse with PAD, ISM Dongle, 17 inch Colored Monitor, with Anti
Glare Screen
Working 28-Mar-06
Printer HP- LASERJET
2420dn
CNHKG90919
LaserJet 2420dn Working 28-Mar-06
Printer HP-4515n CNFY332357
LaserJet 4515n Working 20-Feb-09
Scanner Microtek
Make -9800 XL
541G418
771
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
UPS UNILINE ULP10L-07AA
5KVA 18V Online UPS 45AH*12V*30 Batteries
Working
7 Hoshiarpu
r Server IBM-X225 2FZ9629 IBM Server X225, Intel
Xeon 2.8 GHZ, 4.0 GB RAM, (3*73 GB +2*36 GB)
HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-GL-2700
C101AG496514
HCL Server, DDR3 SATA 64GB ECC DDR3, 47CM
HCL wide LCD DVD ROM, Working
PC IBM-M/T-
8296 L9A2041 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296
L9A2072
P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 44 of 76
Printer HP-P4515n CNFY12
8734 HP LASERJET P4515n Working
Printer HP-2420dn CNHKG92491
HP LASERJET 2420dn Working 28-Mar-06
Scanner Microtek-
9800XL
S42G419
654
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
UPS NUMERIC -DIGITALHP
2000
V08480496
UPS DIGITALHP2000 with 16 Batteries
Working
UPS UNILINE ULP-10L-
02AA
5KVA/180V UPS 45AHX12VX30
BATTERIES & RACK
Working
8 S.B.S Nagar
Server IBM-X225 2FZ9571 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, 250 GB HDD, 15" Monitor, 1.44 MB Floppy
Disk Drive (FDD) , 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
496523
Intel(R ) Xeon( R)
[email protected], 64GB RAM, 2*150, 64-Bit
Operating System,2*150 GB SATA, DVD-Driver,Keyboard, Mouse
with PAD, , 19 inch LCD
Working
PC IBM-M/T-8296
L9A2642 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296 L9A3863 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse, ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
Printer HP-/2420dn
CNHKH65861
HP Laserjet 2420dn Working 28-Mar-06
Printer HP- 3005
dn
CNS2P2
0653 HP Laserjet P3005dn Working 20-Feb-09
Scanner Microtek-9800XL
S42G419651
SCAN MAKER 9800 XL 1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS UNILINE-
HR-49F-0358
ULP10L-
10AA
UNILINE 5 KAV/180V Ups
with 45AH*30 Battery with Battery Rack
Working
UPS NUMERIC-
HP 2000
V084804
964
DIGITAL HP 2000 with
28Ah*16 Battery with Battery Rack out of 8
Battery are damged
Working
9 Rupnagar Server IBM-X225 2F29565 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys keyboard.
Working 04-Mar-04
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 45 of 76
Server SVR-HCL-
GL-2700
C101AG
496524
Intel® Xeon® CPU
[email protected], 32 bit OS, 64 GB Ram HCL LCD
Monitor (Model-PW185H,Sl.no-
C101BG458885) HCL KEYBOARD(Model-
5137,sl.no-G0360008994) & MOUSE (HCL-LZ044AE0C28)
Working
PC IBM-M/T-
8296 L9A4127 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-8296
L9A2779 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Not Working
28-Mar-06
Printer HP-
/2420dn
CN HKG
90923 HP LASEJET Working 28-Mar-06
Printer HP-3005 DN
CNSIR05877
HP LASEJET Working 20-Feb-09
Scanner Microtek-
9800XL
S42G419
656
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
UPS Numeric-Digital HP
2000
V 0902001
08
2 KVA with 16 Batteries Working
UPS Numeric-
Digital HP 2000
V
090200109
2 KVA with 16 Batteries Working
UPS Uniline UPL10L-
18AA
5 KVA with 30 Batteries,
Cap: 5KVA/180 V-45Ah x 30
Working
10 S.A.S
Nagar Server IBM-MT-M
7975- I4S
X3400/9
9A4110
Dual core Intel Xeon
processor, 3 GB RAM
Working 2006
Server SVR-HCL-
GL-2700
AG1V06
33R
Inter(R) XEON®, CPU [email protected] 32 BIT
OS , 64GB RAM Working
PC IBM-A79 Intel-IV with 1
GB RAM
Upgraded from 512MB RAM to 1 GB RAM
Working 2006
PC IBM-A79 Intel-IV with 1
GB RAM
Upgraded from 512MB RAM to 1 GB RAM
Working 2006
Printer HP-/4350dtn
CNHXP12138
HP Laserjet Printer 4350 Working 28-Mar-06
Printer HP-
/2420dn
CNSKL7
8910
HP Laserjet Printer
2420dn
Working 28-Mar-06
Scanner HP- Scanjet 5590
0407/5590/L191
1B
HP Scanjet 5590 Working 12-Jan-07
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 46 of 76
UPS Liebert-
ITON1000
0631900
037IT01LI
1 KVA, 220-240
Vac,50/60 Hz,with 30 min backup
Working
UPS Liebert-
GXT2000MT(L.B)/0621
000037MT02LB
0621000
037MT02LB
2 KVA/1.4 KW, with 1
hour backup
Working
UPS Liebert-
ITON1000
0631900
037IT01LI
1 KVA, 220-240
Vac,50/60 Hz, with 30 min backup
Working
UPS Uniline UPL10L-
18AA
5 KVA with 30 Batteries,
Cap: 5KVA/180 V-45Ah x 30
Working
11 Fatehgarh
Sahib PC IBM-M/T-
8124
M/T-
8124
P4 3.00GHz, 1GB RAM,
INTEL ® 9.15/P/GV PROCESSOR TO I/O
CONTROLLER-2580, 80GB HDD, DVD ROM,
KEYBORD, MOUSE, MONITOR
Working 28-Mar-06
PC IBM-M/T-
8124
M/T-
8124
P4 3.00GHz, 1GB RAM,
INTEL ® 9.15/P/GV PROCESSOR TO I/O
CONTROLLER-2580, 80GB HDD, DVD ROM,
KEYBORD, MOUSE, MONITOR
Working 28-Mar-06
Server SVR-HCL-GL-2700
INFINITI GLOBAL LINE
2700HC MBD HANLANCREEK S5520
XEON-NH DDR3 SATA 2X4-BAY SAS BLACK HS CAGE FOR COPRADE
INTEL REMORT MANAGEMENT MODULE
-3 KIT RAID SAS LSI8708 8P PEX4 300 HH 128M
22X INT SATA DVD WRITER –BLACK HCL
104KEYS MEM HDUTY USB KBD BIK VISTA HCL
3BUTN W/SCROLL OPT USB MOUSE-BLK 47 CM918.5)HCL WIDE LCD
W/SPKR TCO5 BLK
Not Working
Printer HP-2420dn 2420dn HP Laser jet 2420dn Working 28-Mar-06
Printer HP-3005dn 3005dn HP Laser jet 3005dn Working 20-Feb-09
Scanner Microtek -
9800XL
Microtek
Make Scan
Maker
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
UPS Uniline ULP10L -20 AA
5 KVA/180V online with 45AHx30 Battery with
Rack
Working
12 Ludhiana Server IBM-X225 2FZ9612 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys keyboard.
Working 04-Mar-04
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 47 of 76
Server SVR-HCL-GL-
2700 C101AG4
96518
Intel Xeon processor e 5640,2.66 GHZ or higher (4Core or higher) with DUAL CPU,8 MB L3 cache or higher,64 GB ECC DDR3, 2X300 GB Hot Swap Hardisks RAID 0.1,On Board dual GB Ethernet Card,5PCI Express Gen 2 Slots , Cooling Fans Pre failure alerts for processors, memory, power supply, fans, HDD Min 6PCA Slots.DVD Rom Drive, 18.5" TFT,PCI Latest version slotsKeyboard, Mouse with PAD, , 19 inch LCD, Server 2008
Working
PC IBM-M/T-8296
L9A2102 P-IV,3.00Ghz, 1 GB RAM, 1X80 GB SATA, CD-Drive,
1.44MB FDD, DVD-Writer Keyboard, Mouse with
PAD, ISM Dongle, 17 inch Colored Monitor, Win XP
Working 28-Mar-06
PC IBM-M/T-
8296 L9A2105 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
Printer HP-
/2420dn
CNKG90
912 HP Printer 2420dn Working 28-Mar-06
Printer HP-4515N CMFY33
2333 HP Printer P4515N Not
Working 20-Feb-09
Scanner Microtek-9800XL
S42G419657
SCAN MAKER 9800 XL 1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Not Working
04-Mar-04
Scanner SN-MT-
9800-XL
S42G419
657
Microtek Make ScanMaker
9800 XL Scanner Working
UPS UNILINE-HR-49F-
0743
ULP10L-19AA
UNILINE 5 KVA/180V ONLINE WITH 45AHX30
BATTERY WITH RACK
Working
UPS UNILINE- 2K61-3523
Uniline-625 VA Offline UPS
Not Working
13 Moga Server IBM-X225 2FZ9651 IBM Server X225, Intel
Xeon 2.8 GHZ, 4.0 GB RAM, (3*73 GB +2*36 GB)
HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD) , 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-GL-2700
C101AG496526
36 Months (Warranty Period)
Working
PC IBM-M/T-
8296 L9A4189 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
Working 28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 48 of 76
with Anti Glare Screen
PC IBM-M/T-
8296 L9A4141 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-P
3005dn
CNS2N2
0281 HP Laserjet P3005dn Working 20-Feb-09
Printer HP-
/2420dn
CNHKH6
5687 HP Laserjet 2420dn Working 28-Mar-06
Scanner Microtek-
9800XL
S42G419
650
SCAN MAKER 9800 XL
1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS Uniline ULP10L-
11AA
5 KVA/180 v Online 45
Ah (30 Batteries)
Working
14 Ferozepur Server IBM-X225 2FZ9611 IBM Server X225, Intel
Xeon 2.8 GHZ, 8.0 GB RAM, (3*73 GB +2*36 GB)
HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD) , 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
495527
HCL Server, DDR3 SATA 64GB ECC DDR3, 47CM
HCL wide LCD DVD ROM, Working
PC IBM-M/T-
8296 L9A2179 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-
8296 L9A2079 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
Printer HP-Laserjet 2420
CNHKH66549
Laserjet 2420 Not Working
28-Mar-06
Printer HP-
Laserjet-P4515n
CNFY33
7868 Laserjet-P4515n Working 20-Feb-09
Scanner Microtek-
9800XL
S42G419
618
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN
AREA 12" X 17"
Working 04-Mar-04
UPS Uniline Energy
System Pvt. Ltd-
ULP-10L-
12AA
5 KVA/180 v online UPS 45 AH*30 Batteries (ULP-
10L-06AA)
Working
15 Fazilka
UPS
UPS-TTNX-
5KVA
A035121
011-1
5000VA ON LINE UPS
WITH 8MF BATT. 7 RACK Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 49 of 76
Printer PR-CN- LBP6300dn
MFTA002063
ONE HEAVY DUTY
PRINTER MIN.30-40 PPM SPEED,NETWORK
READY.
Working
Printer PR-CN- LBP6300dn
MFTA006855
ONE HEAVY DUTY
PRINTER MIN.30-40 PPM SPEED,NETWORK
READY.
Working
Server SVR-HCL-
GL-2700
1121AG1
17602
Intel Xeon 3.40 GHZ, 8-GB RAM, DLT VS80,
DVD-ROM, 6*146 GB HDD, Dual Channel
RAID-5 Controller
Working
16 Muktsar Server IBM-X225 2FZ9641 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD), 104, keys
keyboard.
Working 04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
496528
HCL Server, DDR3 SATA
64GB ECC DDR3, 47CM HCL wide LCD DVD ROM,
Working
PC IBM-M/T-
8296 L9A1862 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE , 1.44 MB FDD, Keyboard,
Mouse, ISM Dongle, 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-8296
L9B2554 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-
/2420dn
CNHKG8
9875
HP Laser Jet Printer 2420
DN
Working 28-Mar-06
Printer HP-P 3005dn
CNS2N20312
HP Laser Jet Printer P3005 DN
Working 20-Feb-09
Scanner HP-SCAN
JET5590
CN68WT
R0VV HP Scanjet 5590 Scanner Working 12-Jan-07
UPS UNILINE ULP10L-03AA
5KVA, 30 Batteries with capacity of 12V 45AH with
20Hr
Working
17 Faridkot Server IBM-X225 2FZ9580 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys
keyboard.
Not Working
04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
496529
HCL Server, DDR3 SATA 64GB ECC DDR3, 47CM
HCL wide LCD DVD ROM, Working
PC IBM-
8124MQL L9B9030 P-IV, 3.00 Ghz , 512 MB
RAM 1*80 GB SATA, CD-DRIVE , 1.44 MB FDD,
Keyboard, Mouse , ISM Dongle , 17 inch Colored
Working 28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 50 of 76
Monitor,
PC IBM-
8124MQL L9B8937 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17 inch Colored Monitor,
Working 28-Mar-06
Printer HP-Laserjet
2420
CNHKG8
9875 Laserjet 2420 Working 28-Mar-06
Printer HP-
Laserjet-3005
CNS2P2
061613 Laserjet-3005 Working 20-Feb-09
Scanner Microtek-
9800XL
S42G419
661
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS UNILINE 625 VA OFFLINE Working
UPS Uniline UPL10L-18AA
5 KVA with 30 Batteries, Cap: 5KVA/180 V-45Ah x
30
Working
18 Bathinda Server IBM-X225 2FZ9608 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys
keyboard.
Working 04-Mar-04
Server SVR-HCL-GL-2700
C101AG496530
AG1V0633R INFINITI GOLOBAL LINE 2700HC
MBD HANDLANCREEK S 5520 XEON -NH DDR3
SATA 2*4 BAY SAS BLACK HS CAGE FOR COMRADE SMPS ZIPPY
1+1 RP 650W 24+8+8+4P TYL<(<&>)> BEN 2*XEON
E5630 2.53G 12M 5.86G T2A 2HEXIVQB7 8*MEM
8GB DDR3 UNBUF ECC 1066 DUAL INTEL
REMOTE MANAGEMNT MODULE-3 KIT RAID SAS
LS18708 8P PEX4 300 HH 128 M 2*300GB SAS 15KRPM 16MB BUFFER
3.5HDD 22X INT SATA DVD WRITER BLACK HCL
104KEYS MEM HDUTY USB KBD BLK VISTA HCL
3BUTN W/SCROLL OPT USB MOUSE-
BLK<(>&<)>SL
Working
PC IBM-M/T-8124
L9B8920 P4 3.00GHz, 1GB RAM, INTEL ® 9.15/P/GV
PROCESSOR TO I/O CONTROLLER-2580,
80GB HDD, DVD ROM, KEYBORD, MOUSE, MONITOR
Working 28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 51 of 76
PC IBM-M/T-
8124 L9B9061 P4 3.00GHz, 1GB RAM,
INTEL ® 9.15/P/GV PROCESSOR TO I/O
CONTROLLER-2580, 80GB HDD, DVD ROM,
KEYBORD, MOUSE, MONITOR
Working 28-Mar-06
Printer HP-2420dn CNHKG9
0918 HP Printer 2420dn Working 28-Mar-06
Printer HP-P 3005dn
CNS2N20244
HP Printer 3005dn Working 20-Feb-09
Scanner Microtek -
9800XL
S42A419
623
Microtek Make ScanMaker
9800 XL Scanner
Working 04-Mar-04
UPS Uniline UPL10L-18AA
5 KVA with 30 Batteries, Cap: 5KVA/180 V-45Ah x
30
Working
19 Mansa Server IBM-X225 2FZ9582 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys keyboard.
Not Working
04-Mar-04
Server SVR-HCL-
GL-2700
C101AG
496531
HCL Server, DDR3 SATA 64GB ECC DDR3, 47CM
HCL wide LCD DVD ROM, Working
PC IBM-M/T-
8296 L9A4217 P-IV, 3.00 Ghz , 512 MB
RAM 1*80 GB SATA, CD-DRIVE , 1.44 MB FDD,
Keyboard, Mouse , ISM Dongle , 17 inch Colored
Monitor
Working 28-Mar-06
PC IBM-M/T-8296
L9A4136 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-Laserjet
2420
CNK2N3
7323 Laserjet 2420 Working 28-Mar-06
Printer HP-
Laserjet-
3005
CNHK99
2499 Laserjet-3005 Working 20-Feb-09
Scanner Microtek-
9800XL
MRS320
0A3
SCAN MAKER 9800 XL
1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS Uniline ULP-
10L-06AA
5 KVA/180v online UPS
45 AH*30 batteries (ULP-10L-06AA)
Working
20 Sangrur Server IBM-X225 2FZ9637 IBM Server X225, Intel
Xeon 2.8 GHZ, 36.4 GB, 512 MB, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-GL-2700
C101AG496519
INTEL XEON PROCESSOR
E5640, 2.66 GHz OR HIGHER (4 CORE OR
HIGHER) WITH DUAL
Working
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 52 of 76
CPU, 8MB L3CACHE OR
HIGHER, 64 GB ECCDDR3, 2*300 GB
HOT SWAP HARD DISK, RAID 0, 1, SHOULD HAVE 8 OR HIGHER HS HDD
BAYS, HOT PLUG REDUNDANT POWER
SUPPLY, ON BOARD DUAL GIGABIT
ETHERNET CARD, 5 PCI EXPRESS GEN 2 SLOTS,
HOT SWAP AND REDUNDANT POWER
SUPPLY SHOULD HAVE ENOUGH COOLONG FANS TO COOL THE
ENTIRE SERVER IN FULL CONFIGURATION, PRE
FAILURE ALTERS FOR PROCESSORS MEMORY,
POWER SUPPLY, FANS, HDD, MINIMUM SIX PCA
SLOTS. ALL CARDS SHOULD BE ON 64 BITS
PCI-X/PCI-E SLOTS, 18.5" TFT, PCI LATEST VERSION SLOTS, DVD
ROM DRIVE, SERVER WITH FIVE YEAR ONSITE
WARRANTY.
PC IBM-M/T-8296
L9A2252 IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44
MB Floppy Disk Drive (FDD) , 104, keys
keyboard.
Working 28-Mar-06
PC IBM-M/T-8296
L9A3856 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-2420dn CNHKG8
8881 HP Laser Jet 2420dn Not
Working 28-Mar-06
Printer HP-P4515n CNFY33
9241 HP Laser Jet P4515n Working 20-Feb-09
Scanner Microtek -
9800XL
S42G419
617
SCAN MAKER 9800 XL
1600 X 1600 DPI OR HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS Uniline ULP-
10L-14AA
5KVA/180V ONLINE UPS
SYSTEM WITH 45 AH + 30 BATTARY
Working
21 Barnala Server IBM-M 7975-14S
99A4116
IBM Server X225, Intel Xeon 2.8 GHZ, 4.0 GB
RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys keyboard.
Working 28-Mar-06
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 53 of 76
Server SVR-HCL-GL-2700
C101AG496520
Infiti Global Line 2700
HC,MBD XEON-NH DDR3 sata,8*MEM 8GB DDR3
UNBUF FCC 1066 Dual and other peripherials
Working
PC IBM-M/T
9389-A79 L903625 IBM-Think Centre P-IV
3.0GHz, 512MB, 80GB SATA, 17", DVD Multi
Player, Keyboard, Mouse , One ISM Dongle, 17 inch
Colored Monitor
Working 28-Mar-06
PC IBM-M/T
9389-A79 L903469 IBM-Think Centre P-IV
3.0GHz, 512MB, 80GB SATA, 17", DVD Multi
Player, Keyboard, Mouse , One ISM Dongle, 17 inch
Colored Monitor
Working 28-Mar-06
Printer HP-/2420dn
CNSJC67048
HP LaserJet 2420 dn Working 28-Mar-06
Printer HP- Laserjet
4350dtn
CNHXN0
7621
HP LaserJet 4250/4350
dtn
Working 28-Mar-06
Scanner HP-SCAN JET5590
L1911B HP Scanjet 5590C Legal Size
Working 12-Jan-07
UPS Uniline
Energy system
Pvt.Ltd
ULP-
10L-15AA
5KVA/180V ONLINE UPS
WITH 45 AHX 30BATTERY & RACK
Working
22 Patiala Server IBM-X225 2FZ9642 IBM Server X225, Intel Xeon 2.8 GHZ, 8.0 GB
RAM, 160 GB HDD, 15" Monitor, 1.44 MB Floppy
Disk Drive (FDD) , 104, keys keyboard.
Working 04-Mar-04
Server SVR-HCL-GL-2700
C101AG496522
HCL Server, DDR3 SATA
64GB ECC DDR3, 47CM HCL wide LCD DVD ROM,
Working
PC IBM-M/T-
8296 L9A2351 P-IV, 3.00 Ghz , 1GB RAM
1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17 inch Colored Monitor,
with Anti Glare Screen
Working 28-Mar-06
PC IBM-M/T-8296
L9A2801 P-IV, 3.00 Ghz , 1GB RAM 1*80 GB SATA, CD-DRIVE
, 1.44 MB FDD, Keyboard, Mouse , ISM Dongle , 17
inch Colored Monitor, with Anti Glare Screen
Working 28-Mar-06
Printer HP-P4515n CNFY22
3266 HP Printer P4515n Working 20-Feb-09
Printer HP-1022 CNCKD42449
HP Printer 1022 Working 28-Mar-06
Printer HP-2420 dn CNHKG8
8894 HP Printer 2420 Working 28-Mar-06
Scanner Microtek-9800XL
SCAN MAKER 9800 XL 1600 X 1600 DPI OR
HIGHER A3 SIZE SCAN AREA 12" X 17"
Working 04-Mar-04
UPS UNILINE WL9-8F-
113
2KVA UPS Uniline (15
Batteries)
Battery Problem
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 54 of 76
UPS UNILINE ULP-
10L-16AA
5KVA UPS ONLINE (30
Batteries)
Working
Note:- Following operating systems are running on the Computer Servers, PCs in the CEO/DEO offices:-
1. Windows Server 2008 64Bit R2 (Enterprises edition)
2. Windows Server 2008 32Bit R2 (Standard edition)
3. Windows Server 2003 SBS
4. Windows Server 2003 Standard
5. Windows XP, Windows 7
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 55 of 76
Annexure-3
List regarding addresses of the office of the Deputy Chief Electoral
Officer,along with contact numbers and name of Officer
Sr.
No.
Name of
Officers
Designation Addresses Telephone No.
(Office)
Residence/
Mobile No.
1. Sukhdev
LAL
Deputy Deputy
Chief Electoral Officer,Punjab
SCO No. 29-30, Sector:
17-E, Chandigarh
0172-2704701 97791-15407
List regarding addresses of the District Election Offices (DEOs) along with contact numbers and name of Officer Incharge (Election Tehsildar)
Sr.
No.
Name of
District
Name of
Tehsildar/Officers
Addresses Telephone No.
(Office)
Residence/
Mobile No.
1. Pathankot Rajinder Singh C/o Sh. Anil Bakshi, Mohalla Rampura,
Badroa Road, Near SDM Court Pathankot. PIN-
145001
0186-2220415 98153-86852
2. Gurdaspur Varinder Mohan
2nd Floor, Building no. 514/18, Police Line
Road, Gurdaspur PIN- 143521
01874-223487 96469-01600
3. Amritsar Rakesh Kumar District Election Office, D.C. Office, Amritsar –
PIN -143001
0183-2227118 0183-2451432,
98146-57634
4. Tarn Taran Arsal Singh Room No. 26, IInd Floor, DC Office,Tarn Taran
PIN-143401
01852-224115 98555-95394
5. Kapurthala Harish Kumar, District Election Office, Zila Parishad Complex,
2nd Floor, Char Batti Chowk, Kapurthala PIN-144601
01822-239448 98155-11651, 98152-89794
EK
6. Jalandhar Raj Kumar
Tangri
New Court Complex,
Jalandhar PIN-144001
0181-2244059 9888932583,
94630-61844 EK
7. Hoshiarpur Hardev Singh. Room No. 219, IInd Floor, Mini Secretariat,
Near D.A.V. College, Hoshiarpur PIN-146001
01882-225013 94175-58059
8. Nawan
Shahr
Karnail Singh District Election Office,
D.C. Office, Nawan Shahr PIN-144514
01823-222580 98152-76076
9. Ropar Yadwinder Singh
District Court Complex, Ropar PIN-140001
01881-221469 98722-12022
10. Mohali Hardeep Singh D.C. Office, Old PUDA Building, Phase 1, SAS
Nagar Mohali PIN-160055
0172-5044569, 5044570 FAX -
5044510
94170-85231
11. Fatehgarh
Sahib
Labh Singh Room No. 303, IIIrd
Floor, Mini Secretariat, Fatehgarh Sahib PIN-
140406
01763-232102 94630-60309
12. Ludhiana Bharat Bhushan
District Election Office, D.C. Office, Ludhiana PIN-141001
0161-2431430 94170-26842
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 56 of 76
13. Moga Anju Bala Mini Secretariat, Moga
PIN-142001
01636-234073 99140-43200
14. Ferozepur Ratinder Kaur Red Cross Complex, IIIrd
Floor, Ferozepur PIN-152001
01632-242473 99154-65025
15. Fazilka Prem Kumar DC Office, Fazilka, Room No. 205 PIN-152123
01638-262620 94636-25237
16. Muktsar Hukam Singh New District Administrative Complex,
Muktsar PIN-152026
01633-262857 98885-85826
17. Faridkot Suresh Kumar District Election Office, D.C.Office, Faridkot–PIN
-151203
01639-253602 94630-22739
18. Bhatinda Harphool
Singh
Room No. 303, Mini
Secretariat, Bhatinda PIN-151001
0164-2211022 97795-68589
19. Mansa Sukhdev Singh
Bhangu
District Election Office,
Mini Secretariat, Mansa PIN-151505
01652-227687 0164-
2281170, 94177-75444
20. Sangrur Namdev Singh Mini Secretariat,
Sangrur PIN-148001
01672-230726 01762-
243125, 96467-00682
21. Barnala Kapoor Singh District Election Office, Court Complex, Barnala PIN-148101
01679-241111 98155-14515
22. Patiala Jagroop Singh Room No. 325, IInd
Floor, Mini Secretariat, Block –A, Patiala PIN-
147001
0175-2350779 99145-00485
23. Patiala Store
Sanjeev Kumar Election Tehsildar, Incharge Election Store,
Punjab, Baradari Garden, Patiala PIN-147001
0175-2305013 0175-2208939,
94647-74171
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 57 of 76
Annexure-4
MASTER SERVICE AGREEMENT TEMPLATE
CONTRACT AGREEMENT
THIS AGREEMENT is made on the <<day>> day of <<month>> 2014
BETWEEN:
Department of <<name of Department>>, Government of Punjab having its
office at the o/o <<address of Department>> India hereinafter referred to as
“The Department” (which term or expression unless excluded by or repugnant
to the subject or context shall mean and include its successors-in-office and
assigns) of the FIRST PART;
AND
M/s <<name of selected company>>, incorporated in India under the
Companies Act, 1956 and having its registered office at <<registered office
address>> (India) and place of business at <<business address of company>>
hereinafter referred to as “The Company” (which term or expression unless
excluded by or repugnant to the subject or context shall mean and include its
successors-in-office and assigns) of the SECOND PART;
WHEREAS
a) The Department is desirous that the Maintenance Service Provider for AMC
of IT Equipments/Network installed in the office of the CEO office (Head
Office) as well as in DEO offices.
b) The MSP, having represented to the Department that it has the required
professional skills, and personnel and technical resources, has agreed to
provide the services on the terms and conditions set forth in this Contract;
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
a) In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the tender.
b) The following documents in relation with request for Proposal issued for
selection of Consultants shall be deemed to form and be read and construed
as part of this Agreement viz:
1. Notice Invitation for tender (NIT)
2. Tender Document 01 of 2013 for AMC
3. Brief Distriction of Work.
4. Instructions for Bidders
5. General Conditions of Contract
6. Scope of Work.
7. All Annexure, amendments, supplements, corrigendum or clarifications thereto
8. Award of Contract.
c) The contract shall begin from the date of signing of the contract, as and
when the Project would be assigned to the MSP and will be valid for three
year.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 58 of 76
d) The mutual rights and obligations of the Department and the MSP shall be
as set forth in the Contract, in particular:
1. The MSP shall carry out the services in accordance with the provisions of
the Contracts.
2. The MSP shall provide professional, objective and impartial advice and at
all times hold the Department’s interest paramount, strictly avoid
conflicts with other assignments/jobs, downstream projects or their
corporate interests and act without any consideration for future work.
and
3. The Department shall make payments to the MSP in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
signed in their respective names as of the day and year first above written.
Date of Commencement of Agreement. ____________________________
Date of Termination of Agreement. ____________________________
Signed on behalf of the MSP
Signature :
Name :
Designation :
Witness - I
Signature :
Name :
Designation :
Organization : (As selected by MSP)
Signed on behalf of the <<Department>>
Signature :
Name :
Designation :
Witness - II
Signature :
Name :
Designation :
Organization : (As selected by <<Deptt.>>)
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 59 of 76
Annexure-5
List of Equipments For AMC
S.
No
Categor
y
Model/
Model No.
Item Detail Purchase
Date
Qty.
1. 2. 3. 4. 5. 6.
1. Server HCL-Intel Xeon
Intel Xeon 3.40 GHZ, 8-GB RAM, DLT VS80, DVD-ROM,
6*146 GB HDD, Dual Channel RAID-5 Controller
16-Mar-07 1
2. Server IBM-MT-M
7975- I4S
Dual Core Intel Xeon Processor,
3 GB RAM
2006 3
3. Server IBM-X225 IBM Server X225, Intel Xeon 2.8
GHZ, 4.0 GB RAM, (3*73 GB +2*36 GB) HDD, 15" Monitor, 1.44 MB Floppy Disk Drive
(FDD), 104, keys keyboard.
4-Mar-04 18
4. Server SVR-RACK-HCL-QSSC-
S4R
Intel Xeon processor 7520 , 1.86 GHz or higher (4 Core or higher) with Quad CPU, 128 GB ECC DDR3, 3 x 146GB Hot Swap Hard Disks, RAID 0, 1, RAID 5
2
5. Server SVR-HCL-
GL-2700
INFINITI GLOBAL LINE 2700HC XEON 2X2, 66GH2, 8X8GB ODR3, 2X300GB SAS HDD, SATA DVD WRITER, RAID SAS LSI CARD, INTEL REMOTE MANGEMENT MODULE,
22
6. Laptop IBM-Think
Pad T43
1.7Ghz, 915G, 512 MB RAM
DVD RW Gigabit LAN Card
28-Mar-06 1
7. PC IBM-8296-MQL &
M/T-8124
P-IV, 3.00 GHZ, 512 MB RAM 1*80 GB SATA, CD-DRIVE ,
1.44 MB FDD, Keyboard, Mouse, ISM Dongle, 17" Colored
Monitor,
28-Mar-06 37
8. PC IBM-8196-
31A
P-IV, 2.83 GHZ, 3GB RAM 1*80
GB SATA, CD-DRIVE, 1.44 MB FDD, Keyboard, Mouse, ISM
Dongle, 17" Colored Monitor, with Anti Glare Screen
4-Mar-04 7
9. PC IBM-9389-
A79
P-IV 3.0 GHZ, 1GB, 80GB SATA,
17", DVD Writer
2006 6
10.
PC PC-HCL-Q9550
Intel Core 2 Quad Q 9505 S or higher ( 2.83 GHz, 1333 MHz FSB, 6 MB cache) 4 GB DDR3 RAM, 320 GB Hard disk, DVD RW ATI, PS-2 KB, PS-2 Mouse, Chassis Intrusion Switch, 18.5” TFT, BIOS disabler of all ports .
20
11. Printer HP-1022 HP Printer 1022 28-Mar-06 5
12. Printer HP-2420-
dn
HP Printer 2420 28-Mar-06 20
13. Printer HP-3005 dN HP LASEJET 20-Feb-09 10
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 60 of 76
14. Printer HP-4515n LaserJet4515 20-Feb-09 11
15. Printer HP- Laserjet 4350-dtn
One Heavy Duty with dual printing, Min 30-40 PPM Speed,
Network Ready
28-Mar-06 4
16. Printer HP- Laserjet
P1007
P 1007 2009 1
17. Printer HP- Laserjet
P1505
P 1505 2
18. Printer HP- Laserjet
4200-dtn
One Heavy Duty with dual
printing, Min 30-40 PPM Speed, Network Ready
4-Mar-04 1
19. Printer HP- Photo Smart 2608
Photo Smart 4 in 1 printer scanner copier fax
2-Dec-05 1
20.
Printer PR-HP-M1213
HP LaserJet M1213nf features all-in-one unit comprising of a printer, copier, scanner and fax machine .The printer prints at resolutions of 600 x 600 dpi and can max out at 1200 dpi effective resolutions
2
21.
Printer PR-CN-
LBP6300dn
ONE HEAVY DUTY PRINTER MIN.30-40 PPM SPEED,NETWORK READY.
5
22. Scanner HP-5590 HP Scanjet 5590 C Legal Size 12-Jan-07/
Year 2009
5
23. Scanner Microtek-9800 XL
SCAN MAKER 9800 XL 1600 X 1600 DPI OR HIGHER A3 SIZE
SCAN AREA 12" X 17"
4-Mar-04 17
24. Switch DLINK 24-Port Switch 4
25. SWITCH
SW-DL-24P-10-100M
12 Port Hub
4
26. ROUTE
R
CISCO-
2921
Cisco Router
2
27. HUB DLINK-816 TP
16 Port Hub 1
28. HUB DLINK-DE-
1812
12 Port Hub 1
29. UPS UNILINE UNILINE 10 KVA/180V ONLINE WITH 45AHX30 BATTERY WITH
RACK
1
30. UPS UNILINE UNILINE 5 KVA/180V ONLINE WITH 45AHX30 BATTERY WITH
RACK
22
31.
UPS UPS-TTNX-10KVA
10KVA ONLINE UPS WITH 2 HR
BATTERY BACKUP
2
32. UPS APC-RT-
1000
1 KVA With External Batteries 1
33. UPS TATA-Liebert
(GXT-2000)
2 KVA, 220-240 VAC, 50/60 Hz, with 30 min backup
1
Total Equipments: 240
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 61 of 76
Annexure-6
APPLICATION FORM TEMPLATE
(On Company’s Letterhead)
<reference no. , date>
To,
The Member Secretary,
Punjab State E-Governance Society,
SCO 193-195, Sector 34-A, Chandigarh
Subject: Selection of Maintenance Service Provider of Computer
hardwares, softwares, peripherals and Networking
equipments etc. for the office of Deputy Chief Electoral
Officer (HQ) at Chandigarh and 22 District Election
Officer’s offices in Punjab i.e. for 24 locations
Dear Sir,
This has reference to the advertisement published in
<Newspaper, Edition, Date> pertaining to the above-mentioned subject.
We are interested in submitting our tender for the same. We
are enclosing demand draft No. <________> dated <________> for Rs
1,000/- (Rupees One Thousand Only) towards ‘tender document Cost
being download form your website’ and DD.No. <________> dated
<________> for Rs 10,000/- (Rupees Ten Thousand Only) towards ‘EMD
Security’ both drawn on <Name of Bank> in favor of “Deputy Deputy
Chief Electoral Officer,Punjab” payable at “Chandigarh”.
We would like to clearly state that we qualify for this work as our
company meets all the pre-qualifying criteria indicated by you in the
document. We understand that if the details given in support of
claims made by us are found to be untenable or unverifiable or both
our bid will be rejected without any reference to us.
Yours sincerely,
<Signature of Authorized Signatory>
<Name>
<Designation>
<Contact Address>
Company
Seal
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 62 of 76
<Telephone Numbers( Mobile & Land)>
<Email>
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 63 of 76
Annexure-7
Checklist & Technical Evaluation (TE) Criteria
S.No Criteria/ Sub-criteria for
evaluation
(Max total 100
Marks) Documents required
Checklist
(Yes/No)
1
Presentation Basic Model & Methodology of
operation (Deviations to Service, Turn over, Experience,
Implementation plan, Service methodology and Deliverables & Time-Line
as per Annexure-1 to Draft tender agreement are to be included in complete
details)
20 Presenataion
2
The bidder should have minimum average turnover
of Rs. 2 crore from supply & installation of hardware, networking including
Maintenance business from any Govt./PSUs/Banks for the
preceding three financial years ended on 31st March 2013.
Slab Points 2 cr to 5 cr
15
More than 5 cr
20
• Attach Copies of Audited Financial Statements; Balance
sheet & Profit & Loss A/c for the last 3 years. • Attach Statutory
Auditor’s Certificate certifying the last 3 Years turnover from core
business (in case the same is not explicitly mentioned in the
submitted audited financial statements).
3
Out of total turnover, the average turnover from
AMC from any Govt./PSUs/Banks for the preceding three financial
years ended on 31st March 2013.
Slab Points
10 Lacs
to 15 lacs
10
More than 15 lacs to
20 lacs
15
More than 20 lacs
20
Extraxts from audited Balance sheet/P&L A/c
along with Certificate from a practising Chartered Accountant
confirming these figures clearly
4
The bidder should have professionally qualified personnel
(having minimum qualification of
Diploma in computer science/ IT/ Hardware/
networking or equivalent (minimum 1 year Full time
course) with two years of experience) in similar services,
deployed on the core (AMC) business in Punjab State
Slab Points
5 to 15 15
16 & above
20
Self certified list of such personnel along with their Date of Joining
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 64 of 76
5
The bidder has provided
AMC to any Govt./PSUs/Banks with minimum two (2) locations
in last three Finacial Years as on 31-March-12
Slab Points
2 to 4 projects
15
More than 5 projects
20
Copy of each work order
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 65 of 76
Annexure-8
Project Information Template
1. Name of client
2. Name of the Project
3. Brief Description of the Project Attach
Additional Sheets
and
Annexure,
if required.
4. Scope of the Project (Activities Involved)
5. Brief Approach & Methodology of Project.
6. No. of Locations at which Project is being/was
implemented
7. Value of the project (INR)
8. Date of award of contract
9. Date of commencement of the project
10. Date of successful completion of the project
11. If not completed, expected date of completion
12. Name of the person who can be referred to from
Clients’ side, with name, designation, postal
address, contact phone, fax number, e-mail id etc.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 66 of 76
Annexure-9
COMMERCIAL-BID
Table ‘A’
Maintenance Charges for three years of Computer Hardware, Software, Peripherals, LAN/WAN, Networking Devices etc. installed in CEO office as well as
in all the DEOs offices in the State of Punjab (figures in Rupees)
S.No Equipments
category Quantity
Unit Rate per Annum inclusive
of all taxes & duties etc.
Total Cost per annum
(B*C)
Total Cost for three years
(B*C*3)
# A B C D E
1 Servers
2 PCs
3 Laptop(s)
4 Printers
6 Scanners
7 UPS (500VA to 3 KVA)
8 UPS (More than 3 KVA to 5KVA)
9 UPS (More than 5KVA)
10 HUBs
11 Switchs
12 Routers
Total Price of AMC for three Years (In Figures) (In words)
a. If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall prevail and
the total price shall be corrected.
b. If there is a discrepancy between words and figures of the total price, the
amount in words will prevail.
c. If there is a discrepancy between Quanity in commercial bid and the
actual quantity the bid would be decided on actual quanity.
d. If the bidder doesn’t accepts the correction of error(s) as specified, its bid
will be rejected.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 67 of 76
Table ‘B’ [For Additional LAN Points (if required)]
S. No.
Description Unit Costs (in INR)
Basic Rate
Tax Total
1. Cost of providing additional LAN points including the followings:
a) Provisioning and Laying of Cat 5e or better cable (per meter) in Conduit/baton
b) Provisioning and fixing of I/O with SMB box
c) Patch Cord of Length 1 Mtr.
d) Patch Cord of Length 3 Mtr.
e) Patch Cord of Length 5 Mtr.
For the purposes of providing level platform, the list of equipment and their quantity is as listed against each at serial 1 to 32 above, however, there may be a marginal difference in quantities of each on ground.
Fresh quantities of equipment across all makes, brands and models to be added to the AMC list will be on the same terms as above and will be in addition to the quantities listed above.
No figures or words should be overwritten. Overwritten figures or words should be scored out and re-written under full signature of the authorized signatory. Tender/quotation that do not fulfill this condition will not be considered.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 68 of 76
Annexure-10
Checklist for Pre-Qualification (PQ) Creteria
S.No Pre-Qualification Criteria & Checklist Required Documents
Provide
(Yes/No) & Pg No
1 Cost of Tender Document Demand Draft if downloaded from website or cash receipt if
purchased from department
2 INR 10,000 as EMD DD in favour of Deputy Chief Electoral Officer, Punjab
3
The Bidder should be a National/ State Level Company in operation for at least the last five years as on 31st March 2013 in trade in the
business of computer hardware supply and maintenance service and should be registered
under Company Act. Certificate of Incorporation
4 No Consortium is allowed Self-Declaration
5 Response to tender has to be submitted in Hard
copy as well as Softcopy (Read Only) on a CD. Hard Copies & CDs
6
Response to tender must be signed by the
authorized signatory with company seal on each page of the document & CDs submitted.
Authorization letter on Bidders letter Head
7 The Company should be an ISO 9001 certified. Valid ISO Certificate
8
The bidder should have minimum average turnover of Rs. Rs. 2 crore from supply & installation of hardware, networking including
Maintenance business, 1.5 crores from Govt./PSUs/Banks and 0.5 crores from Privates companies for the preceding three financial
years ended on 31st March 2013.
• Attach Copies of Audited Financial Statements; Balance
sheet & Profit & Loss A/c for the last 3 years. • Attach Income Tax Clearance
Certificate for the last 3 Years ending 31st March 2013. • Attach Statutory Auditor’s
Certificate certifying the last 3 Years turnover from core business (in case the same is not explicitly
mentioned in the submitted audited financial statements).
9
The bidder should have successfully completed or in process (having Purchase order) at least two relevant maintenance projects of value Rs.
10 lacs or above each from any Govt./PSUs/Banks in the preceding two years ending 31.03.2013
1. Project Information Template as per Annexure 8 2. Purchase Orders for each order
separately. 3. Attach Completion Certificates, if any, for each order separately.
10
The bidder should have professionally qualified personnel (having minimum qualification of Diploma in computer science/ IT/ Hardware/
networking or equivalent (minimum 1 year Full time course) with two years of experience) in similar services, deployed on the core (AMC)
business in Punjab State.
Self-certified list of such personnel
along with their brief resume.
11
The bidder shall not being under any ineligibility
for corrupt or fraudulent practices by any of its clients.
Self-declaration in the shape of
affidavit on required value of Non-Judicial paper
12
The firm should neither be blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner/partners
anywhere in India and should submit a certificate to this effect.
Self-declaration
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 69 of 76
13
Successful bidder shall open site locations in
Punjab to cater all districts within 15 days of signing of contract failing which shall be treated as breach of contract. with the latest/ modern
gadgets and infrastructure for service/repair/maintenance of Computers/Printers/
UPSs/Scanners/Servers/Network etc.( Provide Self declaration) Self-Certificate
14 No Consortium is allowed Self-declaration
15 Attested copy of PAN/TIN No., Service Tax No.,
and Income Tax Clearance Certificate to be furnished /enclosed.
Attested copy of PAN/TIN No., Service Tax No., and Income Tax
Clearance Certificate to be furnished /enclosed.
17
The bidder should also enclose company profile
as per Annexure-12 and a list of places where they are currently providing Annual Maintenance Services along with contact person name, phone
and fax number. As per Annexure 12
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 70 of 76
Annexure-11
Compliance of Services Under AMC by bidder
S. No.
Scope of Services Compliance Yes / No
1 The contractor at his cost shall inspect the site during
the working hours before quoting the rates and
ascertain about the facilities/ hindrances and
generally obtain his own information on matters
effecting the rates and execution of the work.
2 MSP shall maintain & repair the said equipment to
keep it under working condition for normal usage
during the AMC.
3 Vendor will provide services through its employees or
authorized agents.
4 MSP should have adequate technical expertise/field
experience/ infrastructure facilities/ spares in stock/
back up facilities and manpower. Documentary
evidence to be submitted on demand.
5 Preventive Maintenance/Cleaning as per international
standards once in six months.
6 The services are to be provided during working
hours/days of the end customer department and in
case of urgent requirements; End customer
department will ensure equipment availability under
such cases.
7 Breakdown complaints to be attended to and
equipment repaired/maintained as per international
norms to return the equipment in original or better
operational condition.
8 Replacements of parts/components/assemblies and
sub-assemblies by original or other branded quality
duly supported with invoices, where required.
9 The contractor shall provide all materials and/or
labour of every description and all tools, plants,
storage and transport necessary for carrying on,
execution and completion of the work to the
satisfaction of respective CEO/DEO office and the cost
shall be covered in the rates quoted.
10 The contract charges are fully comprehensive including
the all spares, tools, manpower, time & expertise, cost
of travel, accommodation, and incidental expenses.
11 Payment will be released Quaterly as due on 01
January, 01 April, 01 July and 01 October every year
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 71 of 76
till currency of agreement and payable within one
month of submissions of respective invoice by bidder.
Date: Bidder Signature with Seal
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 72 of 76
Annexure-12
PROFORMA OF COMPANY PROFILE
1. Name of Firm and registered address
2. Name and Designation of Coordination Person.
3. Address of Office in Chandigarh/Punjab with Landline Phone
No., Mobile No. and Fax No., Website and e-mail address.
4. Does the firm posses any Certification/any other
accreditation : Yes/No
If yes, give details with year of certification
5. Years of operation
Maintenance: ______________yrs
Other Computer related business ______________yrs
Total: ______________yrs
6. Yearly turn-over 2010-2011, 2011-2012 & 2012-13
2010-2011 2011-2012 2012-2013
Maintenance
Other
Activities
Total
7. Support staff and qualifications
No. of Qualified Hardware Engineers/ Technical Staff
Others
Total
8. Details of Service Center/ Service Partners
9. Enclose list of major clients preferably in Govt./Public Sector
Undertaking (Enclose list with Contact Person & Phone, email IDs
and duration of contract.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 73 of 76
10. Whether the firm is black-listed by any Govt. agency/PSU?
Yes/No
11. Any other information considered important by Bidder
I agree to all terms and conditions mentioned in the tender
document.
Signature and seal of the
Bidder
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 74 of 76
Annexure-13
PROFORMA FOR PERFORMANCE BANK
GUARANTEE (On stamp paper of appropriate value from any Nationalized Bank)
To,
The Chief Electoral Officer,Punjab, SCO No. 29-30, Sector: 17-E,
Chandigarh-160 017
Dear Sir,
Whereas M/s.____________________________ (here-in-after
referred to as the said Company/firm or Company/firm’ when expression shall wherever the subject of context so permits include its successors) and assigns have entered into an agreement dated_____________________
with the Deputy Chief Electoral Officer,Punjab, SCO No. 29-30, Sector: 17-E, Chandigarh (here-in-after called as the CEO which expression
shall include his successor) for the Maintenance Contract of Computer Hardwares, Softwares, all type of Peripherals, LAN/WAN, all types of Networking Devices etc. installed in the office of the Deputy Chief
Electoral Officer,Punjab, Chandigarh and in all the District Election Offices in the State of Punjab.
In terms inter-alia, of the CEO’s Letter No. _________________ dated _____________and the General Conditions of Contract and upon the
condition of the Company/firm’s furnishing security for the performance of the Company /firm’s obligations and discharge of the Company/ firm’s liability under in connection with the said contract up to a sum of
Rs________________________ (Rupees____________________ Only) amounting to 10 % (Ten) percent of the total contract value.
1. We_________________________________ (here in after called
“The Bank which expression shall include its successors and assigns) hereby jointly and severally undertake to guarantee the payment to The CEO in rupees forthwith on demand in
writing and without protest of demur or any and all moneys anywise payable by the Company / firm to The CEO under in respect of or in connection with the side contract inclusive
of all The CEO’s losses and damages and costs, (inclusive between attorney and client) charges and expenses and other moneys anywise payable in respect of the above to this
guarantee up to an aggregate limit of Rs. _________________ (Rupees___________________________only).
2. We __________________________________ Bank further agree
that The CEO shall be sole judge of and as to whether the said Company / firm has committed any breach or breaches of any of the terms and conditions of the said contract and
the extent of loss, damage, cost, charges and expenses caused to or suffered by or that may be caused to or suffered by The CEO on account there of and the decisions of The
CEO that the said Company / firm has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered
by The CEO from time to time shall be final and binding on us.
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 75 of 76
3. The CEO shall be at liberty without reference to the bank and without affecting the full liability of the bank hereunder
to take any other security in respect of the Company/firm’s obligations and liabilities hereunder or to vary the contract
or the work to be done there under vis-à-vis the Company/firm or to grant time or indulgence to the Company/firm or to reduce or to increase or otherwise vary
the prices of the total contract value or to release or to forbear from enforcement of all or any of the security and/ or any other security(ies) now or hereafter held by the CEO and
no such dealing (s) reduction (s) increase (s) or other indulgence (s) or arrangements with the Company / firm or release or forbearance whatsoever shall absolve the Bank of
the fail liability to The CEO hereunder or prejudice the rights of The CEO against the bank.
4. This guarantee shall not be determined or affected by the liquidation or winding up, dissolution, or change of
constitution or insolvency of the Company / firm but shall in all respect and for all purposes be binding and operative
until payment of all monies payable to The CEO in terms thereof.
5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the obligations of the
bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or dispute having been raised by the Company / firm stopping or preventing or
purporting to stop or prevent any payment by the bank to The CEO in terms hereof.
6. The amount started in any notice of demand addressed by
the CEO to the bank as liable to be paid to the CEO by the Company / firm or as suffered or incurred by The CEO on account of any losses or damages of cost, costs, charges and
/or expenses shall be conclusive evidence of the amount so liable to be paid to The CEO of suffered or incurred by The CEO as the case may be and shall be payable by the bank to
The CEO in terms hereof.
7. This guarantee shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the CEO and
liabilities of the Company/firm arising up to and until midnight of________________________________________.
8. This guarantee shall be addition to any other guarantee or security whatsoever that The CEO may now or at any time
anywise may have in relation to the Company / firm’s obligations/ or liabilities under and/ or in connection with
the said contract, and The CEO shall have full authority to have recourse to or enforce this security in preference to any other guarantee or security which The CEO may have or
obtain and no forbearance on the part of The CEO in enforcing or requiring enforcement of any other security shall have the effect or releasing the Bank from its full
liability hereunder.
9. It shall not be necessary for the CEO to proceed against the said Company / firm before proceeding against the Bank and the Guarantee herein contained shall be enforceable against
the bank notwithstanding that any security which the CEO
D:\NISG Work\Election\CEO AMC\Uploading\CEO AMC Tender Document .doc
Page 76 of 76
may have obtained or obtain from the Company / firm shall at the time when proceedings are taken against the said
bank hereunder be outstanding or unrealized.
10. We the said Bank undertake not to revoke this guarantee during its currency except with the consent of the CEO in
writing and agree that any change in the constitution of the said Company / firm or the said Bank shall not discharge our liability hereunder.
11. We__________________________________the said Bank further that we shall pay forthwith the amount stated in the NOTICE OF DEMAND notwithstanding any dispute/
difference pending between the parties before the arbitrator and/ or that any dispute is being referred to arbitration.
12. Notwithstanding anything contained herein above, our liability under this guarantee shall be restricted to Rs.
__________________ (Rupees_______________________ only) and this guarantee shall remain in force till
________________________ and unless a claim is made on us within 3 months from that date, that is before ____________________ all the claims under this guarantee
shall be forfeited and we shall be relived of and discharged from our liabilities thereunder.
Dated _______day of ___________2014 .
For and on behalf of Bank.
Issued Under Seal
*****