22
TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS AND OTHER PERIPHERALS FOOD CORPORATION OF INDIA REGIONAL OFFICE KHADYA BHAWAN VANI VIHAR BHUBANESWAR- 751 007.

TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS

AND OTHER PERIPHERALS

FOOD CORPORATION OF INDIA

REGIONAL OFFICE KHADYA BHAWAN

VANI VIHAR

BHUBANESWAR- 751 007.

Page 2: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

ANNEXURE-I

Food Corporation of India Regional Office “Khadya Bhawan”

Bhubaneswar – 751 007 No : Compu.5(15)/Maint-Compu/2012-13 Date : 27.08.2013

TENDER CALL NOTICE

1.

NAME OF WORK : Maintenance of Computer System and other peripherals in FCI offices and Food Storage Depots of Orissa Region.

2.

PERIOD AND TIME OF SALE OF TENDER PAPER : On all working days, from 1100 hrs. on 27.08.2013 to 1500 hrs. on 04.09.2013.

3.

LAST DATE AND TIME OF RECEIPT OF TENDER PAPER : 1500 hrs. on 05.09.2013.

4.

DATE AND TIME OF OPENING : 1530 hrs. on 05.09.2013.

5.

Each page of the tender Document should be signed by the party/firm indicating the date and capacity. The official seal of the signatory should also be affixed.

6.

Each Tender should be accompanied with EMD of Rs.10,000/- (Rupees ten thousand only) in shape of ‘Bank Draft’ or ‘Pay Order’ or ‘Banker’s Cheque’ drawn in any Scheduled Bank, in favour of ‘Food Corporation of India, Bhubaneswar” payable at “Bhubaneswar”. In case the tender is downloaded from the website, the party/firm is required to deposit the tender document cost of Rs.525/- (Rs.500/- + Rs.25/- VAT @ 5%) in addition to the EMD cost. (A single Demand Draft comprising EMD and tender document cost is to be submitted). In case the tender document is collected from the Regional Office, Bhubaneswar, photocopy of the CASH RECEIPT should be furnished. Tenders without the EMD and TENDER DOCUMENT COST will be summarily rejected.

Page 3: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

ANNEXURE-II

TERMS AND CONDITIONS FOR TENDER TO BIDDERS 1. SUBMISSION OF TENDER: 1.1. Tender shall be submitted in Two Bid Systems i.e. ‘Technical Bid’

and ‘Commercial Bid’ alongwith other documents and super scribed on the envelope “Tender for Maintenance contract of Computer systems and Other Peripherals.”

1.2. The 1

st Cover Superscribed with “Tender for Maintenance contract

of Computer systems and Other Peripherals.”- “TECHNICAL BID”, should contain Annexure-I to III

1.3. The 2

nd Cover Superscribed with “Tender for Maintenance

contract of Computer systems and Other Peripherals.”- “COMMERCIAL BID”, should contain Annexure-IV duly filled in with rates for different items and signature of the Tenderer. There should not be any over writing or corrections in the Tender Paper.

2. RATE:

The Annual Maintenance Charges quoted shall be exclusive of all types of taxes that will be charged by Govt. of Orissa as well as Govt. of India.

3. EARNEST MONEY: The Tender should be accompanied with the Earnest Money of Rs.10,000/- (Rupees ten thousand only) in shape of Bank Draft drawn in favour of “Food Corporation of India, Bhubaneswar” payable at Bhubaneswar. The earnest money of the unsuccessful parties/firms will be returned after finalization of tender.

4. PAYMENT: Payment of Maintenance Charges will be made in Phased Manner, 50% after signing of the Agreement, 25% after completion of 6 (six) months and the balance 25% after completion of the contract period, subject to production of “No Demand Certificate” from different sites of AMC. The Tenderer will submit the bill along with the downtime statement within one week of completion of the above period to the Incharge, Computer Section at Regional Office, FCI, Bhubaneswar. The Incharge, Computer section will reconcile this and release the payment within 3 weeks of submission of the bills. The Incharge, Computer section will arrange to get data from all districts in the state to reconcile the admissible payment amount for all equipment in the state under AMC. However, if due to any reasons, Incharge Computer section is unable to reconcile the penalty amount, 80% of the total amount will be released. The balance 20% will be released after reconciling the penalty amount. Penalty of delayed report can be adjusted in the next bill. In case penalty exceeds AMC amount the excess amount may be adjusted in the next bill.

5. SECURITY DEPOSIT: The successful tenderer will have to furnish a Security Deposit @ 5% of quoted AMC price which will be refunded on successful completion of the contract. The Security Deposit amount will be deducted from the first bill of the successful party.

Page 4: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

6. SERVICE TO BE PROVIDED: 6.1. The Agency shall be responsible for rendering ONSITE COMPREHENSIVE maintenance and repair services including provision of spare parts for the above equipments. 6.2. The charges shall also cover the replacement of sealed modules i.e. Hard Discs etc., but does not cover replacement of Printer Head and other consumables. 6.2.1. In case of UPS, the AMC does not cover the SMF Batteries. The Batteries will be supplied by FCI. However, the replacement of the SMF Batteries will be done by the AMC Provider free of cost. The old batteries removed from the UPS will be the property of FCI. 6.3. The Servers in FCI operate under Windows Server 2003 and SCO Unix Openserver Operating Systems. The Agency will provide Support for maintenance of the Operating Systems in the computer systems installed in the different unit offices. 6.4. Besides attaining to the ‘Breakdown Maintenance’, periodic ‘Preventive Maintenance’ will also be done on quarterly basis. 6.5. The Agency has to make alternative arrangements in the event of its necessity, without any extra charges, for uninterrupted functioning of the systems.

7. SERVICE ASSURANCE:

FOR ALL EQUIPMENT OTHER THAN LASER PRINTER AND LINE DRIVERS:

7.1. Maximum acceptable downtime will be One day excluding holidays for District Offices at Bhubaneswar, Cuttack, Berhampur & Balasore and Two days excluding holidays for District Offices at Sambalpur, Titilagarh & Jeypore. This is excluding the date of lodging the complaint.

FOR LASER PRINTERS ONLY:

7.2. A backup Laser printer will be provided by the tenderer within the service assurance period as per para 7.1 above, failing which penalty will be applicable. Also, the working Laser Printer has to be restored within 10 working days. Failing which penalty would be applicable.

FOR LINE DRIVERS ONLY: Maximum acceptable downtime will be Two days excluding holidays. This is excluding the date on which the complaint was lodged.

8. PENALTY:

1. DOWNTIME PENALTY:

Penalty for completing the calls after the time as indicated in Service Assurance will be as follows: ( For downtime penalty all systems have been categorised as having Critical & Non critical components. In all these systems Floppy Disk Drive constitute as Non Critical Components. For any down time of this non critical component Penalty will be Rs 75/- Per working day).

8.1.1 Rs 250/- per working day- Server Systems. 8.1.2 Rs 75/- per working day – Client Systems/Laptops. 8.1.3 Rs 50/- per working day - for Laserjets/PSC/DMP/Scanners. 8.1.4 Rs. 80/- per working day – for 2 KVA UPS/Projector/Switch. 8.1.5 Rs. 15/- per working day - UPS below 1 KVA.

Page 5: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

Note : 1. Maximum Penalty per day will be limited equal to penalty of system /printer/Terminal Server (whichever is

more) , if the system and attached DMP/Ports are down at the same time. LTS attached in a Network System is a separate device, if down simultaneously, penalty will be charged separately.

2. For OS & AVS support –System penalty will be charged in full only when system is fully not working. If any command line or file is not working in a system, no penalty will be charged.

3. Whenever the system and printers cannot be repaired on site within the specified limits, the vendor will have the option to provide an alternate equipment of matching specification which will be replaced within the period of maximum 30 days with the equipment of same make/ model. But in case of computer system, the original CPU will be restored, failing which, penalty clause will apply.

2. PREVENTIVE MAINTENANCE (PM) PENALTY

Penalty on failure of scheduled PM would be as follows :

8.2.1 Rs 425/- per PM- Server Systems. 8.2.2 Rs 175/- per PM – Client Systems/Laptops. 8.2.3 Rs 150/- per PM - for Laserjets/PSC/DMP/Scanners 8.2.4 Rs. 120/- per PM – for 2 KVA UPS/Projector/Switch. 8.2.5 Rs. 50/- per PM - UPS below 1 KVA.

9. CALL REGISTRATION AND COMPLETION:

All the maintenance calls will be logged through email or telephonically followed for post/email. Completion of calls will be certified by the Manager (Computer) at District Offices and Regional Office and Manager (Depot) at FSDs. In case these officers are not available, their nominee will sign. The AMC Provider will prepare the call service slips in triplicate, These will be signed by FCI & the AMC Provider or their representative. One copy will be given to the user and one copy will be submitted to the In-charge, Computer section at Regional Office, Bhubaneswar. Third copy will be retained by the AMC Provider. No other documents will be used to workout downtime for penalty calculation.

10. REVISION OF MAINTENANCE CHARGES: Changes or enhancement in systems features may necessitate revision of the specified minimum maintenance charges and shall be covered by an addendum to this contract.

11. FORCE MAJEURE: The Tenderer shall not be liable or deemed to be default of any delay or failure in performance stated herein under resulting directly or indirectly from causes beyond its reasonable control and if the Tenderer is prevented from performing its function under the instrument for a period longer than six months, the Tenderer’s liability ceases under this contract and then both the parties shall discuss the course of action to be taken afterwards.

12. CHANGE OF OWNERSHIP: The obligation of the Tenderer under this contract shall cease forthwith if FCI ceases to the owner of the machine.

13. VALIDITY OF THE OFFER:

The offer shall remain valid for 45 days from the date of opening of the tender and can be extended further on mutual understanding.

Page 6: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

14. RIGHT AND AUTHORITY OF REJECTION: The Tenders received after due date and time will be summarily rejected. FCI reserves the right to reject any or all the tenders without assigning any reason thereof.

15. AGREEMENT: The successful party/firm will have to execute an agreement as per ANNEXURE-V.

Page 7: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

ANNEXURE-III

The Technical Bid Terms should contain the following: 1. Company Profile: 2. Experience in the job:

Since there are Servers with ‘Windows Server 2003’ and

‘SCO Unix Openserver’ Operating Systems, the Agency should specifically bring out and mention their experience in maintaining Servers with ‘Windows Server 2003’ and ‘SCO Unix Openserver’ OS.

3. Locations of Service Centres in Orissa: The location of their Service Centres with detailed address,

alongwith Name and Telephone no. of the Contact Person should be furnished.

4. List of Service Engineers in Orissa and their Qualifications:

It should indicate their qualification and experience in maintaining the ‘Type of Servers’ as well as in Operating Systems.

5. Client List: Clearly bringing out the list of Servers along with the

Operating Systems etc. presently under maintenance contract with them. The list should specifically mention the organization wise type of Servers and the OS used alongwith the detailed address of the clients and the Name and Address of the Contact Person of the organization.

6. Submission of EMD: THE EMD for Rs.10,000/- (Rupees ten thousand only) in

shape of ‘Demand Draft’ or ‘Pay Order’ or ‘Banker’s Cheque’ from any Scheduled Bank, drawn in favour of “Food Corporation of India, Bhubaneswar” and Payable at “Bhubaneswar” should be submitted alongwith the Technical Bid.

Page 8: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

ANNEXURE-V MAINTENANCE CONTRACT BETWEEN

FOOD CORPORATION OF INDIA AND

____________________________ FOR

MAINTENANCE OF COMPUTER SYSTEMS AND PERIPHERALS

PREAMBLE : This contract is made on _______of __________20__ between the General Manager, Food Corporation of India, Orissa Region, herein after referred to as ‘FCI’ (Which expression shall unless excluded by or repugnant to the context be deemed to include his successor in office or assign) of the one part and _____________________________ herein after referred to as ‘________________________________’ ( Which expression shall unless excluded by or repugnant to the context be deemed to include his successor in office or assign) on the other part.

WHEREAS: 1. FCI is desirous of entering into a maintenance contract with ________________________________ for

comprehensive maintenance of computer systems and peripherals as listed in Annexure-A. These computer Systems & Peripherals are installed in FCI District Offices and Regional Office, Bhubaneswar.

2. ________________________________ is desirous of renting such services under terms and conditions as per this contract.

CONTRACT: ________________________________ agrees to maintain the systems and peripherals as listed in Annexure-A in accordance with the provisions laid down in the contract, at yearly charges as given in the contract.

CONTRACT PERIOD: For the equipment under maintenance with _______________________________________________________, the AMC will be valid for the period as detailed in Annexure-A.

SCOPE AND SERVICES : ________________________________ agrees to provide the following services under the contract to keep the systems & peripherals in good working order.

A) Scheduled preventive maintenance once in Three Months for all systems, printers & Scanners as detailed in Annexure-A. PM can be clubbed with corrective maintenance. ____________________ would submit these calls sheets/ PM reports to respective Area Manager(s)/ Manager (Computer) at District office(s)/Manager (Computer) at Regional Office. In case ________________________________ fails to submit PM Reports, penalty clause will apply. PM shall be carried out within a month to the following the period. If not, then a penalty equal to thrice the amount of penalty rate is applicable, beyond this period, 5% of AMC amount will be added on weekly basis. If the penalty amount of ________________________________ exceeds the AMC amount then the issue will be taken to the higher authorities and vendor may not be considered for subsequent award of AMC

B) Unscheduled, on call corrective and remedial maintenance service to set right the malfunctions of the system.

This includes replacement of unserviceable parts. The parts replaced will either be a new parts or equivalent in performance to new parts. Whether a defective item or components is to be replaced or repaired shall be at the sole discretion of ________________________________. In the case of a part, the defective part removed from the system will become the property of ________________________________.

C) Operating System (OS) Support : This contract is comprehensive inclusive of OS support on all the systems

covered under this contract. Any problem related with OS maintenance, reloading of OS with all device drivers, OS upgrade, device drivers, System configuration and network configuration will be attended & rectified by ________________________________. All required device drivers will be provided by ________________________________. For OS upgradation FCI will provide a set of OS upgrade software.

Page 9: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

D) Anti Virus Software(AVS) Support : This contract includes the Anti virus software support on the systems covered under this contract. Any problem related with System Virus will be attended and rectified by the ________________________________. ________________________________ will update their anti virus software as and when required and also during preventive maintenance of the systems.

TERMS:

A. The AMC rates mentioned in this contract will be valid upto _________. This contract may be renewed for further periods of three years, starting from ___________, with same rate, terms and conditions, provided FCI is satisfied with the services of ________________________________ or on the terms & conditions mutually agreed by FCI and ________________________________. Either party can terminate the contract at any time by giving three months notice in writing.

B. System maintenance charges shall not include the cost of consumables and supply items such as ribbons, media like magnetic tapes, cartridges , printer bands, floppy diskettes, print heads, UPS Batteries, computer stationery & CDs. ________________________________ Engineer will install print heads for Dot Matrix Printers, Batteries in UPS however print heads/ UPS Batteries will be provided by FCI. Laser/Inkjet Printer maintenance charges include all parts except Toner/Ink Cartridge & Print Cartridge (Drum Unit).

C. New equipment purchased will be included in AMC as soon as warranty expires or after the expiry of the common date of warranty, if the equipment is purchased in lots over a period. This will be done through Addendum signed by FCI and ________________________________.

D. The new upgrade items (Memory, HDD, MM Kit etc.) purchased from ________________________________ or any other vendor and upgraded into the existing AMC system , will be included in AMC with ________________________________ as soon as warranty expires or after the expiry of the common date of warranty of upgraded items, if the items are purchased in lots over a period. This will be done through Addendum signed by FCI and ________________________________.

E. For down time calculation, the day on which the call is lodged will not be taken as part of downtimes. Also If the User is not able to hand over the system to ________________________________ engineer

for maintenance purpose, such time will not be considered for the down time penalty. F. In case of intermittent failures and repetitive problems due to improper diagnosis or repair, the system will be

treated as continuously down. G. This contract extends only to problems arising out of normal functioning of equipment and the contract

does not cover break down or services or spares cost, arising out of damages caused due to fire, theft, riots, accidents, earthquakes, storm and other natural calamities.

H. At each location, FCI will keep record of machine failure including the nature of failure, date and time of booking the complaint (at mutually agreed location), when the machine as made up and the total down time. This record will be singed by ________________________________ service engineer and FCI representative. Format for keeping this record will be as per the Annexure-B.

I. FCI personnel will be responsible for operating the systems and peripherals , During the period of contract, FCI will restrict to operational activities only and will not repair/ maintain any equipment.

J. INTERNET facilities, if available, will be provided (through FCI staff) for fault reporting and status enquiry. K. The equipment will be handed over back to FCI after the AMC period in good working condition. L. Any new hardware will be brought into maintenance through a written intimation or the Addendum. The

new hardware will be inspected by ________________________________ and its maintenance will be taken up after acceptance of the same. In case FCI decides to withdraw any equipment from contract during the AMC period, the same would be taken out of this contract with written information to ________________________________.

M. To monitor the maintenance activity and to discuss other related matters, a monthly meeting between FCI and ________________________________ will be held at Regional Office, FCI, Bhubaneswar. Similar meetings may be held at the District Office(s) depending on the needs and convenience of Area Manager(s) / Computer Section In-charge.

N. Any damage to the system when the system gets burnt due to site problem would not be covered under this contract and it will be discussed mutually on case to case basis.

O. This contract does not cover any Database or User applications related problems. For OS support a set of OS will be provided by user. Initial level loading of OS will be attempted by user, in case not successful then problem will be reported to ________________________________.

P. Levies, Taxes if any introduced by Government will be extra.

Page 10: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

SERVICE ASSURANCE: FOR ALL EQUIPMENT OTHER THAN LASER PRINTER AND LINE DRIVERS: A. Maximum acceptable downtime will be One day excluding holidays for District Offices at Bhubaneswar,

Cuttack, Berhampur & Balasore and Two days excluding holidays for District Offices at Sambalpur, Titilagarh & Jeypore.

FOR LASER PRINTERS ONLY: B. A backup Laser printer will be provided by ________________________________ within the service assurance

period as per ‘A’ above, failing which penalty will be applicable. Also, the working Laser Printer has to be restored within 10 working days. Failing which penalty would be applicable.

FOR LINE DRIVERS ONLY:

C. Maximum acceptable downtime will be Two days excluding holidays.

PENALTY:

1. DOWNTIME PENALTY :

Penalty for completing the calls after the time as indicated in Service Assurance will be as follows: (For downtime penalty all systems have been categorised as having Critical & Non critical components. In all these systems Floppy Disk Drive constitute as Non Critical Components. For any down time of this non critical component, Penalty will be Rs 75/- Per working day).

1.1 Rs 250/- per working day- Server Systems. 1.2 Rs 75/- per working day – Client Systems/Laptops. 1.3 Rs 50/- per working day - for Laserjets/PSC/DMP/Scanners. 1.4 Rs. 80/- per working day – for 2 KVA UPS/Projector/Switch. 1.5 Rs. 15/- per working day - UPS below 1 KVA.

Note : 1. Maximum Penalty per day will be limited equal to penalty of system /printer/Terminal Server (whichever is

more) , if the system and attached DMP/Ports are down at the same time. LTS attached in a Network System is a separate device, if down simultaneously , penalty will be charged separately.

2. For OS & AVS support –System penalty will be charged in full only when system is fully not working. If any command line or file is not working in a system, no penalty will be charged.

3. Whenever the system and printers cannot be repaired on site within the specified limits, the vendor will have the option to provide an alternate equipment of matching specification which will be replaced within the period of maximum 30 days with the equipment of same make/ model. But in case of computer system, the original CPU will be restored. Failing to these replacements, penalty clause will apply.

2. PREVENTIVE MAINTENANCE (PM) PENALTY

Penalty on failure of scheduled PM would be as follows :

2.1 Rs 425/- per PM- Server Systems. 2.2 Rs 175/- per PM – Client Systems/Laptops. 2.3 Rs.150/- per PM - for Laserjets/PSC/DMP/Scanners. 2.4 Rs.120/- per PM – for 2 KVA UPS/Projector/Switch. 2.5 Rs. 50/- per PM - UPS below 1 KVA.

Page 11: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

AMC CHARGES: The present Maintenance contract will be for a period from ___________ to ___________. The Maintenance Charges will include all the Taxes. The AMC charges for the period for the various equipments at a flat rate irrespective of locations.

PAYMENT TERMS: The implementation of AMC is decentralised. The payment will be released in Phased manner, 50% after signing the agreement, 25% after completion of six months and the balance 25% after the expiry of the AMC period. ________________________________ will submit the bill along with the downtime statement within one week of completion of the above period to the Incharge, Computer Section at Regional Office, FCI, Bhubaneswar. The Incharge, Computer section will reconcile this and release the payment within 3 weeks of submission of the bills. The Incharge, Computer section will arrange to get data from all districts in the state to reconcile the penalty for all equipment in the state under AMC with ________________________________. However, if due to any reasons, Incharge Computer section is unable to reconcile the penalty amount, 80% of the total amount will be released. The balance 20% will be released after reconciling the penalty amount. Penalty of delayed report can be adjusted in the next bill. In case penalty exceeds AMC amount the excess amount may be adjusted in the next bill.

CALL REGISTRATION AND COMPLETION:

All the maintenance calls will be logged through email or telephonically followed for post/email. Completion of calls will be certified by the Manager (Computer) at District Offices and Regional Office and Manager (Depot) at FSDs. In case these officers are not available, their nominee will sign. ________________________________ will prepare the call service slips in triplicate, These will be signed by FCI & ________________________________. One copy will be given to the user and one copy will be submitted to the Incharge, Computer section at Regional Office, Bhubaneswar. Third copy will be retained by ________________________________. No other documents will be used to workout downtime for penalty calculation.

REVISION OF MAINTENANCE CHARGES: Changes or enhancement in systems features may necessitate revision of the specified minimum maintenance charges and shall be covered by an addendum to this contract.

FORCE MAJEURE: ________________________________ shall not be liable or deemed to be default of any delay or failure in performance stated herein under resulting directly or indirectly from causes beyond its reasonable control and if ________________________________ is prevented from performing its function under the instrument for a period longer than six months, ________________________________ liability ceases under this contract and then both the parties shall discuss the course of action to be taken afterwards.

Page 12: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

CHANGE OF OWNERSHIP: The obligation of ___________ under this contract shall cease forthwith if FCI ceases to the owner of the machine.

GENERAL PROVISIONS: This agreement shall supersede all previous communications, both oral and written and the provisions herein contained shall not be omitted, added to or amended in any manner except in writing and signed by both parties hereof.

ARBITRATION CLAUSE: In case of any dispute, the decision of the General Manager, FCI, Orissa Region, Bhubaneswar will be final and binding

FOR AND ON BEHALF OF THE FOR AND ON BEHALF OF THE FOOD CORPORATION OF INDIA ________________________________. SIGNATURE SIGNATURE NAME NAME DESIGNATION DESIGNATION

DATE DATE IN THE PRESENCE OF IN THE PRESENCE OF SIGNATURE SIGNATURE NAME NAME

Page 13: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

DO NOT QUOTE RATE IN TECHNICAL BID

ANNEXURE – A

AMC Period : _________ to _________

SL NO

ITEM DESCRIPTIONS LOCATION-WISE

NO OF UNITS

TOT NO OF UNITS

UNIT AMC RATE

TOTAL AMC RATE

Remarks

SERVERS

1

HP ML 350 G3 Server - Intel Xeon 2.4 Ghz Processor, 512x2 MB DDR ECC RAM, 10/100/1000 NIC, 1.44 MB FDD, 5 x 36 GB SCSI HDD, DAT Drive, 48X CDROM, Compaq RILOE, HP OEM Smart Array, HP OEM BBWC, Multimedia Keyboard, Scroll Mouse and 15" Color monitor

RO BBSR 1 1

2

HP ML 350 G5 Server - Intel Xeon 3.2 GHz Processor, 2x512 MB 667 MHz DDR2 FBD RAM, CDROM Drive, 1.44 MB FDD, 3x73.4 GB 15K rpm SCSI HDD, Integrated NC373i PCI Express Multifunctional Gigabit Server Adapter, Smart Array, E200i Controller on System Board, Integrated Remote Lights Out 2 Controller, HP 17” Color Monitor, HP Keyboard, HP Scroll Mouse.

RO BBSR 1 1

3

Acer Altos G510 Server - Intel Xeon @ 2.4 GHz Processor, 2x512 MB RAM, 3x36 GB Ultra 320 SCSI hard drive hot swappable,16X IDE DVD ROM drive, Internal 20/40 GB SCSI DAT Drive, Optical Scroll Mouse, PS2 Keyboard, 17" Color Monitor

DO BLS 1

7

DO BMP 1

DO CTC 1

DO JYP 1

DO SBP 1

DO TIG 1

DO BBSR 1

4

IBM x206 Server, Inter P-IV 3 GHz Processor, 2*512 MB DDR RAM, Integrated 10/100/1000 Mbps NIC, 1x72 GB Ultra SCSI HDD, 52x IDE CDROM, 1.44 MB FDD, Integrated 32 bit SCSI Controller, Adaptec SCSI Controller, 17” Color Monitor, PS2 Keyboard &Mouse.

DO TIG 1 1

5

Intel P-IV Server, 2.6 Ghz Processor, Intel Server Mother Board, 512 KB Cache, 256 MB DDR RAM, 36.4 GB SCSI HDD, 1.44 MB HDD, 52X CD ROM, Scroll Mouse, PS/2 Keyboard, 10/100 MBPS on board NIC, 10/100 NIC, Tandberg SCSI Tape Drive, 15" SVGA Color Monitor.

DO BBSR 1 1

6

Intel P-III Server, 600 Mhz Processor, 256 MB SD RAM, 36 GB SCSI HDD, 52x24x52x Combo Drive, SCSI CDROM, SCSI Tape Drive, Multimedia

DO SBP (a/c RO BBSR)

1 1

Page 14: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

Keyboard, Scroll Mouse, Integrated 10/100 NIC and 15" Color Monitor.

7

HP ML 150 G2 Server, Intel Xeon 2.8 GHz Processor, 512 MB PC 2700 DDR SDRAM, Integrated 10/100/1000 Mbps NIC, Slot bases single channel Ultra 320 SCSI adapter, 2*36.2 GB SCSI HDD, Tandberg 4.2 GB SCSI Tape Drive, 52x CDROM, 15” Color Monitor, PS2 Keyboard and Mouse.

DO SBP 1 1

8

Intel Pentium MMX Processor @ 200 MHz, 512 KB L2 Cache Memory, 2 Serial & 1 Parallel Ports, Integrated EIDE Controller, Full Tower Cabinet with SMPS, 32 MB EDO RAM, PCI Fast SCSI II Controller, 2 GB SCSI Hard Disk Drive, 1.44 MB Floppy Disk Drive, 14” SVGA Monochrome Monitor, VGA Card with 1 MB RAM, 104 Keys Keyboard, 12x SCSI CD ROM Drive (Internal), 525 MB SCSI CTD (Internal), 8 Port Intelligent Card (Specialix), PCI 10/100 Ethernet Card

DO BLS 1

5

DO BMP 1

DO CTC 1

DO JYP 1

DO TIG 1

DESKTOP PC

9

HP PC Intel P-IV, 2.6 Ghz Processor, Intel 865G Chipset 256 MB DDR RAM, Onboard AGP, 1.44 MB FDD, 40 GB ATA 100 HDD, 48X CDROM, Multimedia Keyboard, Scroll Mouse, Microtek Speakers, Integrated 10/100 NIC, Microphone and 15" Color Monitor.

RO BBSR 5 5

10

Acer Veriton Desktop PC –Intel P-IV 3.0 Ghz with HT, 256 MB DDR RAM, 80 HDD, 17” Monitor, Combo Drive, OEM Mouse.

RO BBSR 5 5

11

HP Compaq d290 Desktop PC - Intel P-IV Processor with HT Technology @ 2.66 GHz, Intel 915GV Chipset, 256 MB PC 3200 DDR RAM, 80 GB SATA HDD (7200 rpm), 52x CDROM Drive, 1.44 MB FDD, Integrated 10/100 Mbps NIC, Integrated Audio & Graphics, HP PS/2 Standard Keyboard, HP USB 2 Button Scroll Mouse and 15" Color Monitor.

RO BBSR 23

41

DO BLS 3

DO BMP 3

DO CTC 3

DO JYP 3

DO SBP 4

DO BBSR 2

12

Acer Apsle PC - Celeron 2.4 Ghz Processor, 256 MB DDR RAM, 40 GB HDD, 52x CDROM Drive, PS2 Keyboard, PS2 Mouse, 15" Color Monitor.

23 FSDs 46 46

13

HCL Infiniti PRO BL 1110 Celeron 2.8 GHz with 256 MB DDR RAM, 40 GB HDD, 48x or higher CD ROM Drive with PS2 Keyboard and 15" Color Monitor

FSD ATTABIRA

2 2

14 HCL B2 Desktop PC

RO BBSR 3

22

DO BLS 3

DO BMP 3

DO CTC 3

Page 15: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

DO JEY 3

DO SBP 4

DO BBSR 3

15 HP Dx 6120 PC RO BBSR 2 2

16

HP DX2000 Series PC - Intel Core 2 Duo E4600, 2.4 GHz, 2 MB L2 Cache and 800 FSB, Intel 3 Series Motherboard, Ports - Stereo In(back), Stereo Out(front), Headphone, RJ-45 Network Port, 8 USB 2.0 Ports (2 front and 6 back), 1 VGA Port, 1 Parallel Port and 1 Serial Port, 2 GB 667 MHz DDR2 RAM, 160 GB 7200 rpm SATA HDD, 17” TFT Monitor, Optical Mouse, DVD R/W Drive, 10/100/1000 Mbps Onboard NIC, Dell 104 Keys Keyboard, Dell Optical Mouse. Operating System – Windows Vista Business Edition with License and CD Media

RO BBSR 9 9

17

Dell Optiplex 330 Desktop PC - Intel Core 2 Duo Processor, 1.8 GHz, 2 MB L2 Cache, 800 MHz FSB, Intel G31 Chipset Motherboard, Ports - Stereo In(back), Stereo Out(front), Headphone, RJ-45 Network Port, 8 USB 2.0 Ports (2 front and 6 back), 1 VGA Port, 1 Parallel Port and 1 Serial Port, 1 GB 667 MHz DDR2 RAM, 160 GB 7200 rpm SATA HDD, 17” TFT Monitor, Dell Optical Mouse, DVD R/W Drive, 10/100/1000 Mbps Onboard NIC, Dell 104 Keys Keyboard, Dell Optical Mouse. Operating System – Windows Vista Business Edition with License and CD Media

RO BBSR 5

6

DO BMP 1

18

Dell Optiplex 380 PC - Intel Core 2 Duo Processor, 2.4 GHz, 2 MB L2 Cache, 800 MHz FSB, Intel 3 Series Motherboard, Ports - Stereo In(back), Stereo Out(front), Headphone, RJ-45 Network Port, 8 USB 2.0 Ports (2 front and 6 back), 1 VGA Port, 1 Parallel Port and 1 Serial Port, 2 GB 667 MHz DDR2 RAM, 160 GB 7200 rpm SATA HDD, 17” TFT Monitor, Dell Optical Mouse, DVD R/W Drive, 10/100/1000 Mbps Onboard NIC, Dell 104 Keys Keyboard, Dell Optical Mouse. Operating System – Windows 7 Business Edition with License and CD Media

RO BBSR 5

30

DO BLS 2

DO BMP 2

DO CTC 2

DO JEY 5

DO SBP 9

DO TIG 3

DO BBSR 2

19

Dell Optiplex 980 PC - Intel Core i5-650 Processor, 3.2 GHz, 4 MB L3 Cache, Intel Q57 on OEM Motherboard, Integrated Graphics, 2 PCI, 1 PCI Express, Ports - Stereo In(back), Stereo Out(front), Headphone, RJ-45 Network Port, 6 USB Ports, 1 VGA Port, 2 GB DDR3 RAM, 320 GB HDD, 18.5” TFT Monitor, Dell Optical Mouse, DVD R/W Drive, 10/100/1000 Mbps Onboard NIC, Dell

RO BBSR 5

26

from February

2014 after expiry of warranty

period

DO BLS 3

DO BMP 3

DO CTC 3

DO JEY 3

DO SBP 3

DO TIG 3

DO BBSR 3

Page 16: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

104 Keys Keyboard, Dell Optical Mouse. Operating System – Windows 7 Business Edition with License and CD Media

20

Del Inspiron 660S PC - Intel® Pentium® processor G2030 (3M Cache, 3.0 GHz), 2GB DDR3 SDRAM, 3.5" 500GB 7200RPM 500 GB SATA Hard Drive, Intel® Integrated Graphic, HH SATA tray load DVD+/-RW, Keyboard, Mouse, Dell™ IN1930 18.5" Widescreen Flat Panel Monitor, Windows 7 Single Language

DO BBSR 2 2

from February

2014 after expiry of warranty

period

21

HP p2-1334in PC - Intel H61 Motherboard, Intel Core i3 2120T Processor, 2 GB DDR3 SDRAM, Intel PCH Integrated Graphics, Integrated Realtek ALC662 Audio, Integrated 10/100 Ethernet, 500 GB HDD, HP USB Keyboard and Mouse, 18.5" TFT Monitor

DO BLS 2

4

from April 2014 after expiry of warranty

period

DO TIG 2

22

HP p2-1331il PC - Intel H61 Motherboard, Pentium G645T, 2 GB DDR3 SDRAM, Intel PCH Integrated Graphics, Integrated Realtek ALC662 Audio, Integrated 10/100 Ethernet, 500 GB HDD, HP USB Keyboard and Mouse, 18.5" TFT Monitor

DO JEY 1 1

from April 2014 after expiry of warranty

period

23

HP p2-1401il PC - Intel H61 Motherboard, Intel Core i3 3220T, 2 GB DDR3 SDRAM, Intel PCH Integrated Graphics, Integrated Realtek ALC662 Audio, Integrated 10/100 Ethernet, 500 GB HDD, HP USB Keyboard and Mouse, 18.5" TFT Monitor

DO JEY 1 1

from April 2014 after expiry of warranty

period

24

HP p2-1258in PC - Intel H61 Motherboard, Pentium G640T , 2 GB DDR3 SDRAM, Intel PCH Integrated Graphics, Integrated Realtek ALC662 Audio, Integrated 10/100 Ethernet, 500 GB HDD, HP USB Keyboard and Mouse, 18.5" TFT Monitor

DO CTC 2 2

from April 2014 after expiry of warranty

period

LAPTOPS

25 Sony VIAO VPCEG35EN RO BBSR 2 2

from February

2014 after expiry of warranty

period

26 HP Pavilion G6-2202TX DO BMP 2 2

from February

2014 after expiry of warranty

period

PRINTERS

27 Wipro LQ DSI 5235 Dot Matrix Printer

RO BBSR 1

37

DO BLS 1

DO BMP 2

DO CTC 1

Page 17: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

DO JYP 2

DO SBP 2

DO TIG 3

DO BBSR 1

23 FSDs (1 additional at FSD Attabira)

24

28 WIPRO HQ1070+DX DM PRINTER

DO BLS 1

DO BMP 1

DO CTC 1

DO JEY 1

DO SBP 2

DO BBSR 1

29 Epson FX 2175 Dot Matrix Printer DO SBP 1 1

30 HP LaserJet 1200 Series Printer RO BBSR 1 1

31 HP LaserJet 1020 Series Printer RO BBSR 5 5

32 HP LaserJet 3005dn Printer RO BBSR 2 2

33 HP LaserJet 2600n Color Printer RO BBSR 1 1

34 HP LaserJet 1022 Printer

RO BBSR 3

14

DO BLS 1

DO BMP 2

DO CTC 2

DO JYP 2

DO SBP 1

DO TIG 2

DO BBSR 1

35 HP LaserJet 1010 Series Printer

RO BBSR 1

3

DO BLS 1

DO SBP 1

36 HP LaserJet 1160 Series Printer

DO BMP 1

5

DO CTC 1

DO JYP 1

DO TIG 1

DO BBSR 1

37 HP Laser Jet 1505 Printer RO BBSR 10 10

38 HP Laser Jet P1007 Printer

RO BBSR 22

68

DO BLS 4

DO BMP 6

DO CTC 5

DO JEY 9

DO SBP 11

DO TIG 6

DO BBSR 5

39 SAMSUNG ML 2010 Laser jet Printer

RO BBSR 1

8

DO BLS 1

DO BMP 1

DO CTC 1

DO JEY 1

DO SBP 1

Page 18: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

DO TIG 1

DO BBSR 1

40 HP Laserjet CP1025 Printer DO BMP 1 1

from February

2014 after expiry of warranty

period

41 SAMSUNG ML 1866 Laser jet Printer

RO BBSR 4

24

from February

2014 after expiry of warranty

period

DO BMP 4

DO CTC 3

DO JEY 3

DO SBP 5

DO TIG 3

DO BBSR 2

42 HP LaserJet 1108 Printer DO SBP 1 1

from February

2014 after expiry of warranty

period

SCANNERS

43 HP Scanjet 3670 Scanner RO BBSR 1 1

44 HP/SJ 5590 Scanner

RO BBSR 2

7

DO BLS 1

DO BMP 1

DO JEY 1

DO SBP 1

DO TIG 1

45 HP Scanjet Professional 3000 Scanner

RO BBSR 1

2

from February

2014 after expiry of warranty

period

DO CTC 1

PSCs

46 HP LaserJet 3015 PSC RO BBSR 1 1

47 HP LaserJet 3050 PSC RO BBSR 3 3

48 HP LaserJet 1136 PSC DO SBP 1 1

from February

2014 after expiry of warranty

period

49 HP Deskjet 2515 PSC DO SBP 1 1

from April 2014 after expiry of warranty

period

50 HP Laserjet M1005 PSC DO JEY 1 1

from April 2014 after expiry of warranty

period

UPSs

Page 19: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

51 APC 0.65 KVA UPS

RO BBSR 26

62

DO BLS 4

DO CTC 3

DO JEY 8

DO SBP 11

DO TIG 6

DO BBSR 4

52 APC 0.65 KVA UPS DO CTC 2 2

from April 2014 after expiry of warranty

period

53 APC 0.5 KVA UPS RO BBSR 9 9

54 MGE 0.6 KVA UPS RO BBSR 4 4

55 APC 2 KVA UPS DO SBP 1

2

DO TIG 1

56 NUMERIC 2 KVA UPS FSD Attabira

1 1

57 Keptron 500 VA UPS

DO BLS 3

DO CTC 3

DO JEY 3

DO SBP 4

DO TIG 4

DO BBSR 3

58 Eaton 0.6 KAV LI UPS

RO BBSR 5

26

DO BLS 3

DO BMP 3

DO CTC 3

DO JEY 3

DO SBP 3

DO TIG 3

DO BBSR 3

59 Eaton E-Series DX 2KVA UPS DO BMP 1

2

DO SBP 1

60 True Power 1 KVA UPS

RO BBSR 15

73

DO BLS 5

DO BMP 5

DO CTC 5

DO JEY 5

DO SBP 5

DO TIG 5

DO BBSR 5

23 FSDs 23

61 True Power 1 KVA UPS

RO BBSR 5

33

from April 2014 after expiry of warranty

period

DO BLS 5

DO BMP 4

DO CTC 3

DO JEY 4

DO SBP 5

DO TIG 5

DO BBSR 2

Page 20: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

62 Microtek 0.6 KVA UPS DO TIG 2 2

from April 2014 after expiry of warranty

period

63 iBall 0.6 KVA UPS

DO BLS 4

12

from April 2014 after expiry of warranty

period

DO SBP 8

64 Zebronics 0.6 KVA UPS DO JEY 2 2

from April 2014 after expiry of warranty

period

PROJECTORS

65 Hitachi CP-RX70 Projector RO BBSR 1 1

SWITCHES

66 Cisco Catalyst Switch 2950 RO BBSR 2 2

Grand Total

Taxes if any (1)

Taxes if any (2)

Grand Total including taxes

DO NOT QUOTE RATE IN TECHNICAL BID

Page 21: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

List of Offices and FSDs where hardware installed

Sl List of Offices

1 Regional Office, Bhubaneswar

2 District Office, Balasore

3 District Office, Berhampur

4 District Office, Bhubaneswar

5 District Office, Cuttack

6 District Office, Jeypore

7 District Office, Sambalpur

8 District Office, Titilagarh

Sl List of Food Storage Depots (FSDs)

1 Food Storage Depot, Ranital

2 Food Storage Depot, Rupsa

3 Food Storage Depot, Jaleswar

4 Food Storage Depot, Barbil

5 Food Storage Depot, Keonjhar

6 Food Storage Depot, Badampahar

7 Food Storage Depot, Jagannathpur

8 Food Storage Depot, Parlakhemundi

91 Food Storage Depot, Phulbani

10 Food Storage Depot, Anugul

11 Food Storage Depot, Dhenkanal

12 Food Storage Depot, Umeri

13 Food Storage Depot, Rayagada

14 Food Storage Depot, Nowrangpur

15 Food Storage Depot, Attabira

16 Food Storage Depot, Rourkela

17 Food Storage Depot, Hirakud

18 Food Storage Depot, Jharsuguda

19 Food Storage Depot, Balijhari

20 Food Storage Depot, Dunguripali

21 Food Storage Depot, Kesinga

22 Food Storage Depot, Bhubaneswar

23 Food Storage Depot, Khurda Road

Page 22: TENDER FOR MAINTENANCE CONTRACT OF THE COMPUTER SYSTEMS ...fci.gov.in/app2/webroot/upload/ee11_2013_035_2-tech_2.pdf · systems and Other Peripherals.” 1.2. The 1st Cover Superscribed

ANNEXURE - B ADDRESS : MONTH & DATE :

Sl N

o

Failu

re

Dat

e/Ti

me

Co

mp

lain

t

Dat

e/Ti

me

Bo

oki

ng

Co

mp

. No

.

Att

end

ed

Dat

e/Ti

me

Rep

aire

d

Dat

e/Ti

me

Do

wn

tim

e

in d

ays

Engi

nee

r’s

Nam

e &

Sign

atu

re

Rem

arks