centre for dna fingerprinting and diagnosticscdfd.org.in/tender/nit_pcamc-2017.pdf · 1 centre for...

27
1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology, Ministry of Science and Technology, Govt. of India) Hostel & Residential Complex Opp. Uppal Water Tank, Beside BSNL Telephone Exchange Uppal, Hyderabad – 500 039 Tel.No.040-27209498/489, Fax. No.040-27209490 Website: www.cdfd.org.in Email: [email protected] NOTICE INVITING TENDER TENDER NO.CDFD/CAMC/2017 30.08.2017 Centre for DNA Fingerprinting and Diagnostics (CDFD), Hyderabad is an autonomous Institution of the Department of Biotechnology, Ministry of Science and Technology, Government of India established in the year 1996. The Centre provides services for forensic DNA fingerprinting, wildlife DNA fingerprinting, Bioinformatics and for the diagnosis of various human genetic disorders. The objective of the present assignment is to provide On-Site Comprehensive Annual Maintenance Contract (CAMC) of Workstations, Desktops Computers, All-In-One Desktops, GPU based Workstations, Laptops, Apple Mac Desktops, MacBooks, Printers, Scanners & LAN at CDFD. Sealed tenders in Single Bid are invited on behalf of and by the Director CDFD, from reputed and experienced service providers to enter into a Comprehensive Annual Maintenance Contract for the following: a. Workstations, Desktops PCs, Laptops, Macintosh Desktops, MacBooks, All-in-one Desktops, GPU based workstations, Printers (LaserJet / Monochrome / color / desktop model / network model), DeskJet, InkJet printers, multifunction printers, Scanners and components / assemblies / sub-assemblies of all equipments. b. CAMC for LAN includes L3 switches, Ports / Jacks, patch cord and patch panels. c. Maintenance of software procured by this office and installed in the computer and peripherals. They include Operating Systems such as variants of Windows / Linux / Macintosh and application software such as MS Office, Abode CS / MS Outlook / Antivirus / etc. 1. Due Date for Receipt of Tenders: 20-09-2017 @ 6.00pm. 2. Opening of Bids: 21-09-2017 @ 11.00am at Committee Room, Uppal Campus, Interested bidders may witness the Tender Opening. 3. Earnest Money Deposit / Bid Security: E.M.D. amounting to Rs.40,000/- (Rupees Forty thousand only) by way of Demand Draft / Bank Guarantee of a scheduled / nationalized bank in favour of “Director, CDFD and payable at Hyderabad should be enclosed along with the Tender Document. 4. If the above stated opening or closing date(s) happens to be Govt. holiday(s)/BANDH, the submission/opening of the tender will be on the next working day as per the time scheduled. 5. This Notice Inviting Tender (N.I.T) shall form part and parcel of the Tender Document. 6. The tenderer shall sign all the pages of CDFD tender document and other documents submitted by him along with the quotation. Signature of the Bidder with Seal

Upload: lekhue

Post on 06-Mar-2018

228 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

1

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology, Ministry of Science and Technology, Govt. of India)

Hostel & Residential Complex Opp. Uppal Water Tank, Beside BSNL Telephone Exchange

Uppal, Hyderabad – 500 039 Tel.No.040-27209498/489, Fax. No.040-27209490

Website: www.cdfd.org.in Email: [email protected]

NOTICE INVITING TENDER TENDER NO.CDFD/CAMC/2017 30.08.2017 Centre for DNA Fingerprinting and Diagnostics (CDFD), Hyderabad is an autonomous Institution of the Department of Biotechnology, Ministry of Science and Technology, Government of India established in the year 1996. The Centre provides services for forensic DNA fingerprinting, wildlife DNA fingerprinting, Bioinformatics and for the diagnosis of various human genetic disorders. The objective of the present assignment is to provide On-Site Comprehensive Annual Maintenance Contract (CAMC) of Workstations, Desktops Computers, All-In-One Desktops, GPU based Workstations, Laptops, Apple Mac Desktops, MacBooks, Printers, Scanners & LAN at CDFD. Sealed tenders in Single Bid are invited on behalf of and by the Director CDFD, from reputed and experienced service providers to enter into a Comprehensive Annual Maintenance Contract for the following:

a. Workstations, Desktops PCs, Laptops, Macintosh Desktops, MacBooks, All-in-one Desktops, GPU based workstations, Printers (LaserJet / Monochrome / color / desktop model / network model), DeskJet, InkJet printers, multifunction printers, Scanners and components / assemblies / sub-assemblies of all equipments.

b. CAMC for LAN includes L3 switches, Ports / Jacks, patch cord and patch panels.

c. Maintenance of software procured by this office and installed in the computer and peripherals. They include Operating Systems such as variants of Windows / Linux / Macintosh and application software such as MS Office, Abode CS / MS Outlook / Antivirus / etc.

1. Due Date for Receipt of Tenders: 20-09-2017 @ 6.00pm.

2. Opening of Bids: 21-09-2017 @ 11.00am at Committee Room, Uppal Campus, Interested bidders may witness the Tender Opening.

3. Earnest Money Deposit / Bid Security: E.M.D. amounting to Rs.40,000/- (Rupees Forty thousand only) by way of Demand Draft / Bank Guarantee of a scheduled / nationalized bank in favour of “Director, CDFD and payable at Hyderabad should be enclosed along with the Tender Document.

4. If the above stated opening or closing date(s) happens to be Govt. holiday(s)/BANDH, the submission/opening of the tender will be on the next working day as per the time scheduled.

5. This Notice Inviting Tender (N.I.T) shall form part and parcel of the Tender Document. 6. The tenderer shall sign all the pages of CDFD tender document and other documents submitted

by him along with the quotation.

Signature of the Bidder with Seal

Page 2: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

2

7. The tender shall be submitted in single Tender Basis. The sealed cover duly super-scribed with Tender No. CDFD/CAMC/2017 Due on 20-09-2017 @ 6:00 PM containing Tender along with the relevant documents should be dropped in the Sealed Tender Box kept at the Purchase Section, Hostel & Residential Complex, Opp. Uppal Water Tank, Beside BSNL Telephone Exchange, Uppal, Hyderabad – 500 039, on or before 20-09-2017 @ 6:00 PM. The Tender document should not be handed over to any persons.

8. Tenders submitted without EMD/BS will be rejected. Tenders received after due date and time

will not be entertained. Institute is not responsible for any postal delay. CDFD does not take any responsibility for loss of Tender in transit sent by courier or any postal delays, Tenders received after the due date and time will be summarily rejected. Incomplete, conditional or defective tenders are liable for rejection.

9. CDFD does not bind itself to accept the lowest or any other tender and reserves the authority to reject any or all tenders without assigning any reason.

10. Unsealed Tenders, unsigned Tenders, incomplete Tenders, or Tenders otherwise considered defective are liable to be rejected.

11. The tenderer should be the Authorized service provider of Hewlett Packard / IBM / Dell / Apple or any of the reputed (OEM) manufactures.

12. The authorization should be obtained on the letter head of the concerned OEM with date of issue, validity with signature, name and company seal affixed.

13. Authorizations obtained through emails and without the above details will be summarily rejected.

14. The Bidder should be in the similar business of providing AMC services for Workstations, Desktops Computers, All-in-one Desktops, GPU based Workstations, Laptops, Apple Mac Desktops, MacBooks, Printers, Scanners & LAN for the past 5 years and rendering the similar services to State/Central/PSU Departments/ reputed Private Firms located at Hyderabad.

15. The Bidder should submit photocopies of the latest Income Tax returns.

16. The Bidder should submit photocopies of all applicable Registration Certificates.

17. Latest performance certificates at least from two clients to be provided along with the Tender.

18. The firm should have an office at Hyderabad with adequate manpower, Office Space, Godown

Space, Repairing Centre to take care of the above services and details may be provided.

19. Quotations submitted in open condition, fax/email quotes, will not be considered. Therefore, you are advised to submit the quotations only in sealed condition.

20. The Director, CDFD reserves the right to accept or reject any or all the proposals in full or in part without assigning any reason.

21. CDFD does not take any responsibility for loss of Tender in transit sent by courier or any postal delays, Tenders received after the due date and time will be summarily rejected. Incomplete or conditional tenders are liable for rejection.

22. CDFD does not bind itself to accept the lowest or any other tender and reserves the authority to reject any or all tenders without assigning any reason. All the tenders, in which any of the prescribed conditions are not fulfilled or incomplete, in any respect, are also liable to be rejected.

Signature of the Bidder with Seal

Page 3: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

3

TENDER DOCUMENT

FOR

Comprehensive Annual Maintenance Contract for Computers, Laptops, Printers, Scanners and Other Computer

Peripherals at CDFD Campus

TENDER # CDFD/CAMC/2017

CDFD

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An autonomous Centre of the Department of Biotechnology)

Ministry of Science & Technology, Govt. of India) Office Block: Hostel & Residential Complex

Opp. Uppal Water Tanks, Uppal, Beside BSNL Telephone Exchange, Hyderabad – 500 039

Tel. No. 040 27209498/489, Fax. No. 040 27209490

Page 4: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

4

CHAPTER - I INSTRUCTIONS TO BIDDERS

1. The Incharge, Stores & Purchase on behalf of Director, Centre for DNA Fingerprinting and

Diagnostics, Hyderabad will receive tenders in respect of the items / works mentioned in the “Notice Inviting Tender”.

2. Tenders received after the date and time fixed for receipt of tenders as indicated in “Notice Inviting Tender” are liable to be rejected.

3. CDFD takes no responsibility for delay, loss or non-receipt of tender documents sent by post/courier

etc. Bidders intending to send by courier are advised to send their quotes well in advance.

4. Email / Fax offers/ offers received in open condition are not treated as unresponsive and rejected.

5. Director, CDFD is not bound to accept the lowest or any tender or to assign reasons for non-acceptance of any tender.

6. The bidder shall not be entitled to claim any costs, charges, expenses incidental to or incurred by him through or in connection with his submission of tender, even if the Director, CDFD decides to withdraw or cancel the “Invitation to Tender”.

7. Unsealed tenders, unsigned tenders, incomplete tenders, or tenders otherwise considered defective are liable to be rejected.

8. Director, CDFD reserves the right to accept the tender either in whole or in part and the prices quoted by the bidder shall be deemed to hold good even if the tender is accepted in part by the Director, CDFD.

9. All the pages of CDFD Tender documents shall be read by the tenderer and signed by the Tenderer duly affixing the company seal, attesting and agreeing to all the contents of the tender document.

10. CONTENT OF BIDDING DOCUMENTS: The services required, bidding procedures and contract terms are prescribed in the bidding documents. The bidding documents, apart from the Notice Inviting Tenders have been divided into 5 chapters as under:

1. Chapter 1 :Instructions to Bidders 2. Chapter 2: Eligibility Criteria 3. Chapter 3 :Detailed Terms and Conditions 4. Chapter 4 :Price Schedule format 5. Chapter 5 :Other Formats

11. The rates quoted shall be in INR and inclusive of all taxes, i.e. the rates quoted shall be inclusive

of all duties / taxes on the date of bid submission.

12. Please quote for all the requirements as indicated in price schedule (BOQ).

o In case the bidders are unable to quote for all the items for genuine reasons, they may indicate the same against such items.

o CDFD reserve the right to accept or reject such partial quotations depending on the

recommendations of the Tender Evaluation Committee.

  

Signature of the Bidder with Seal  

Page 5: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

5

 

13. Post tender change in quoted specifications and amount are not acceptable. No request for correcting typographical errors will be considered, after opening tenders.

14. Rates shall be entered in figures as well as in words in the price schedule format against each item.

15. All the duties / taxes with respect to the work should be borne and paid by the Contractor himself.

CDFD shall not be responsible for any payment / Penalty on this account at any stage.

16. The firm shall not at any time do, cause or permit any nuisance on the site / do anything which shall cause unnecessary disturbances or inconvenience to the occupants / visitors at site or near the site of work. To undertake the works during nights, the contractor should obtain necessary prior permission from CDFD authorities.

17. Child Labour is strictly prohibited; the tenderer should not employ any under aged persons for

carrying out any works in CDFD.

18. In case of any damage to the existing structure due to negligence attributable to the contractor, the tenderer should rectify the same free of cost to the satisfaction of the competent authority.

19. The firm should protect the work till its completion and handing over against any possible damages, etc.

20. The contractor should make arrangements for cleaning the work site every day and on completion of the work from the work area at his cost.

21. The firm should abide by the rules and regulations of the premises especially in respect of the working hours, entry to the workers to the premises, interpersonal relation with the staff members.

22. The Tenderer should be the Authorized Service Provider of Hewlett Packard / IBM / Dell/ MAC or any of the reputed manufacturers.

23. The authorization certificate should be obtained on the Letter Head of the concerned OEM, duly

authorizing the Service Provider indicating the date of authorization, validity period etc.,

24. In case, the Tenderer does not wish to quote for the work, he should inform the same to the office on or before the due date of submission of the Tender.

25. PERIOD OF VALIDITY OF BIDS: Bids shall remain valid for (60) days after the date of bid opening prescribed by the Institute.

26. APPLICABLE LAW: a) The Agreement shall be governed by Indian Law and both the parties on sent to the jurisdiction of Secunderabad and Hyderabad courts in all matters regarding the Agreement.

27. IN WITNESS WHEREOF the parties have caused this Agreement to be executed by the hands of duly authorized representatives on the day, month and year first before written.

28. Assignment: The Vendor shall not assign in whole or in part, the obligations to perform under the

contract, to any third party except with prior express consent of the Director, CDFD.

29. CDFD is not responsible for any payments, statutory obligations for accidents mishaps, hardships or death occurring and affecting the AMC Contractor employees / authorized personnel, or any other employees deputed at CDFD and after the provision of services at CDFD premises.

Signature of the Bidder with Seal

Page 6: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

6

30. BID SECURITY / EARNEST MONEY DEPOSIT (EMD): The Bidder shall furnish, as part of its bid, a

bid security (BS)/ Earnest Money Deposit (EMD) for an amount of Rs. 40,000/- (Rupees Forty Thousand only) as specified in the Invitation for Bids. The BS shall be submitted either by the principal or by the Indian agent and in the case of indigenous bidders, the BS shall be submitted by the manufacturer or their authorized dealer.

31. The Bid Security is required to protect the Institute against the risk of Bidder’s conduct, which would warrant the security’s forfeiture. The Bid Security shall be in Indian Rupees for offers received for supply within India or freely convertible currency in the case of offers received for supplies from foreign countries. The bid security shall be in one of the following forms at the bidders’ option:

32. A bank guarantee issued by a Nationalized/Scheduled bank as per Annexure-C provided in the bidding documents and valid till 30.11.2017; or 33. A Banker’s cheque or demand draft in favour of Director, CDFD, payable at Hyderabad. 34. The Bid Security of unsuccessful bidder will be discharged /returned as promptly as possible but not later than 15 days after the expiration of the period of bid validity or placement of order whichever is later. 35. The successful Bidder's Bid Security will be discharged upon the Bidder furnishing the performance security. 36. The firms registered with DGS&D & NSIC, if any, are exempted from payment of BS provided such registration includes the item they are offering. 37. The bid security may be forfeited:

• If a Bidder withdraws or amends or impairs or derogates its bid during the period of bid validity specified by the Bidder; or

• In case of a successful Bidder, if the Bidder fails to furnish order acceptance within 7 days of the

order and/or fails to furnish Performance Security within 7 days from the date of contract/ order. 38. PERFORMANCE SECURITY: Wintin 7 days of receipt of the Work Order, the Contractor shall furnish Performance Security for 10% of the Order value in the form of Demand Draft / Bank Guarantee to be valid till 30-11-2020. The proceeds of the performance security shall be payable to the Institute as compensation for any loss resulting from the Contractor’s failure to complete its obligations under the Contract.

The Performance security shall be in one of the following forms:

1. A Bank guarantee issued by a Nationalized/Scheduled bank located in India or a bank located abroad as per the ANNEXURE-C.

2. The Performance security may also be in the form of Banker’s cheque or Account payee demand

draft in favour of Director, CDFD, Hyderabad

3. The performance security will be discharged by the Institute and returned to the Supplier not later than (60) days following the date of completion of the Contractor's performance obligations, including any warranty obligations.

4. The Performance security is to be provided irrespective of Registration with DGS&D and NSIC

and there is no exemption available for submission of PBG.

Signature of the Bidder with Seal

Page 7: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

7

39. Award Criteria: The Bids will be evaluated based on the eligibility criteria and other terms and conditions of this tender and the lowest evaluated bidder will be awarded the contract. The evaluation of the bid will be made on over all financial outflow and not item wise. The over all lowest evaluated bidder will be awarded the contract . 40. Duration of Contract: The contract shall be valid for a period of three years initially and extendable based on the performance of firm and mutually agreed terms. 41. No requests for increase in prices will be entertained for three years from the date of entering into the rate contract. 42. Submission of Tender:

1. CLARIFICATION OF BIDS: To assist in the examination, evaluation, comparison and post qualification of the bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its 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. Any clarification submitted by a bidder in respect to its bid which is not in response to a request by the purchaser shall not be considered.

2. WITHDRAWAL, SUBSTITUTION AND MODIFICATION OF BIDS: A Bidder may withdraw,

substitute, or modify its Bid after it has been submitted by sending a written notice and is received by the Purchaser prior to the deadline for submission of bids. No Bid may be withdrawn in the interval between dead-line for submission tender document. Withdrawal bids will be returned to the bidder without opening of the same during the opening of technical bids. However, no withdrawals of Bids are permitted after the Deadline for submission.

3. NEGOTIATIONS: There shall not be any negotiation normally. Negotiations, if at all, shall be an exception. Negotiations shall be held with the lowest evaluated responsive bidder.

4. UNSOLICITED POST BID MODIFICATION: No suo-moto reduction in prices quoted by bidder shall be permitted after tender submission due date & time / extended due date & time. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the bid(s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for comparison of prices but shall be binding on the bidder in case he happens to be a successful bidder for placement of Order.

5. Tenders shall be submitted in Single bid Due Date for Receipt of Tenders: 20.09.2017 @ 6.00 pm

If the above stated opening or closing date(s) happens to be Govt. holiday(s)/BANDH, the submission/opening of the tender will be on the next working day as per the time scheduled.

6. The sealed cover duly super-scribed with Tender No. TENDER # CDFD/CAMC/2017 due on 20.09.2017 @ 6.00pm containing bid along with the relevant documents should be dropped in the Sealed Tender Box kept at the Purchase Section, Uppal Campus on or Before 6.00 PM of 20.09.2017. The Tender document at any cost should not be handed over to any persons.

7. FRAUD AND CORRUPTION: The purchaser requires that the bidder’s suppliers and contractors observe the highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, the following are defined:

Signature of the Bidder with Seal

Page 8: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

8

“Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution; “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract; “Collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the purchaser, designed to establish bid prices at artificial, noncompetitive levels; and “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract.

The purchaser will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question.

CHAPTER II

ELIGIBILITY CRITERIA

1. Legal Capacity: Any person signing the tender should submit documentary evidence that his signature on the tender, submitted by him, is legally binding upon himself, his firm or company, as the case may be. If it is detected that the person so signing the tender has no authority to do so, the Director, CDFD may, without prejudice to other civil and criminal remedies, not consider the tender and hold the signatory liable for all costs and damages.

2. ELIGIBLLITY CRITERIA: The eligible bidder shall be registered under the applicable Laws. The bidder should be in existence for over 5 years in the trade of maintenance of Servers, Work Stations, Desktops Computers, All-In-One Desktops, GPU based Workstations, Laptops, Apple Mac Desktops, MacBooks, Printers, Scanners & LAN Printers, Scanners, LAN etc., and should be having a turnover of at least Rupees 150 lakhs per annum in said maintenance services only.

3. The firm should have their own office in Hyderabad / Secunderabad and in the similar business of providing AMC services for Workstations, Desktops Computers, All-In-One Desktops, GPU based Workstations, Laptops, Apple Mac Desktops, MacBooks, Printers, Scanners & LAN for the last 5 years, with adequate technical manpower.

4. The firm must have expertise in preventive on-site maintenance and repair of various brands / makes of servers, clients, standalone computers, networked computers, laptops, Apple Desktops, MacBooks, Laser/Inkjet/networked/standalone/MFP printers, scanners, network components, associated peripherals and other hardware parts and accessories. The firm also must have expertise and experience in LAN maintenance and troubleshooting.

5. The firm should submit at least two performance certificates obtained from any University/R&D Institute/State/Central/PSU Departments/ Reputed Private Firms indicating the performance of the contract and these certificates should have been obtained on or after 01-09-2012 with a minimum AMC value of Rs.15,00,000/- and above.

6. This Institute would be free to verify such certificates from the concerned office/organization, if necessary.

7. The Institute may if required will visit the bidders office to ascertain the genuiness of the documents / information submitted and if it found that the bidder made attempts to submit false documents or false information, the bid submitted by the bidder will be summarily rejected without further information.

8. The bidder should have executed satisfactorily at least two Annual Maintenance Contracts with any University/R&D Institute/State/Central/PSU Departments/ Reputed Private Firms having more than 500 computers, work stations connected in LAN under Unix / Linux / Windows 7 / Windows 8 / Windows 10/ Macintosh environment for more than 5 years.

Signature of the Bidder with Seal

Page 9: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

9

9. The firm must have duly allotted PAN and GST Tax Registration number allotted by the concerned authorities. These numbers must be pre-printed on the bills submitted by the firm for payment.

10. The tenderer should not sub-contract all or any portion of the contract.

11. The firm should be free from all encumbrances and possess adequate resources for executing the contract.

CHAPTER III DETAILED TERMS AND CONDITIONS

1. The equipment would be moved in and out of the premises by the firm only after following the proper

official procedure. 2. It will not be open to the firm to refuse maintenance of any equipment which on the date of entering

into contract is in working condition. 3. Review meeting would be held periodically with the representative of the firm along with the

engineers to ensure smooth functioning of the contract. 4. The quantity of equipment under AMC may vary from time to time as and when the new equipment is

purchased / expiry of warranty/guarantee period / as and when the items are decided to be excluded from the AMC contract. Such revised AMC items (inclusions / exclusions) will be informed to the onsite engineer / contractor and the same have to be included/excluded in/from the contract. The new inclusions are to be serviced/ maintained at the corresponding quoted AMC prices on pro-rata basis and on same terms and conditions. Whenever new items are procured by CDFD after the commencement of the AMC contract, if there are no corresponding quoted AMC prices and/or configuration of the new equipment does not match with the existing AMC items, the contractor is to seek approval of new AMC price from CDFD before being finally accepted by CDFD to be included in the list of equipment covered under CAMC. The contractor shall note the changes in the quantity of the equipment under each category at the beginning of every quarter and the payment of the quarter shall be adjusted accordingly as per the agreed AMC rates.

5. Configuration inventory of the equipment has to be maintained regularly and upgraded peripherals, if any have to be included in the AMC and maintained as the internal parts.

6. Documents to be enclosed with the Bid:

a. CDFD Tender document duly signed on all the pages b. Detailed quotation along with Terms and Conditions.. c. EMD / Bid Security amounting to Rs.40,000/- d. Copies of AMC contracts e. Two Performance certificate(s) obtained from any University/R&D Institute/State/Central/

PSU Departments/ Reputed Companies. f. Photocopy of Firm Registration Certificate. g. Photocopy of latest Income Tax Returns. h. Photocopy of GST Registration. i. Photocopy of valid authorization from the concerned OEM(s). j. Proof of execution of more than 500 Computers, Workstations etc., as per Chapter II,

clause no.8. k. Organization structure, manpower details with qualifications and experience, resources

available etc., at Hyderabad office. l. Duly filled in Check List as per Annexure D

YOUR BID WILL BE REJECTED IF ANY OF THE ABOVE DOCUMENTS ARE NOT ENCLOSED.

Signature of the Bidder with Seal

Page 10: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

10

7. CDFD reserves the right to include / exclude / upgrade / change the configuration of any computer / peripherals in AMC. The firm shall note the change in the configuration of the equipment and update the inventory.

8. The AMC does not include Electrical work, external to equipment or maintenance of accessories, attachments, sub equipment, or other devices not covered under this contract.

9. All replacement of the defective parts of equipment carried out during the above AMC would be the property of CDFD while the defective parts become the property of the contractor and can be taken by the contractor.

10. Detailed Scope of Work: The comprehensive maintenance shall be inclusive of preventive maintenance, essential servicing and troubleshooting / repairs and free replacement of all defective electrical / electronic / mechanical accessories / components and peripherals of all equipment under schedule of quantities mentioned and these include assemblies / sub-assemblies such as monitor tubes, CRT/LED/LCD/Touch screen Monitors, Printer-head of printers, HDD, SMPS, CPU, motherboards, keyboards, Mouse, RAM, internal CD-ROM/Combo drives/DVD Writers, Graphic cards, NICs, other Add-on cards, Connector & cables, cabinet and cabinet fans, CPU fans, connecting cables and power adapters and other such non-consumable parts required in the listed equipment to function smoothly. It may be please noted that repairs of items such as power adapters, cables is not acceptable. Such items should be replaced with new. However, this contract does not include the replacement of exhausted consumables such as computer stationery, ribbon, paper, ink/toner cartridges and laptop batteries.

11. Preventive Maintenance: The firm will prepare log books for all the equipment to be taken under the AMC as well as records of the online tickets, DC, gate passes (returnable/ non-returnable) of the material carried by the engineers to their respective service centre. The firm shall ensure that preventive maintenance is done for all the equipment such as virus scanning, virus removal, cleaning dust on the equipment like monitor, printer, keyboard, mouse, etc. from outside with liquid cleaner and cleaning inside will be carried out on quarterly basis. The firm shall be responsible for deputing the necessary staff if required for cleaning the equipment. Separate reports shall be furnished for preventive and corrective maintenance.

12. The AMC consists of preventive and corrective maintenance and includes carrying out of the necessary repairs with original spares parts only. The contractor is expected to repair / replace the item within 24 hours (next working day) after the defect has been identified. Separate reports shall be furnished for preventive and corrective maintenance.

13. LAN Support: The firm has to ensure uninterrupted connectivity of LAN in all sections till end users. It includes installation of NIC drivers, crimping of connectors, connecting I/O ports, configuring computers, printers & switches (wired / wireless) in LAN. LAN Maintenance includes maintenance of racks and networking equipment in good and clean conditions. It also includes new cable laying activities as and when required in various sections to extend network connectivity at our request, repairing/removal/relaying/testing of cables, refitting of patch panels, I/O ports of existing connections (required material like cable, patch panels / cards, I/O ports, jack’s connectors would be provided by CDFD).

14. Software maintenance includes installation, maintenance and debugging / troubleshooting of Operating Systems, application software procured by CDFD and other general purpose software already installed at the time of commencing of AMC and also as and when there is requirement during the period of AMC. It shall include installation of updates / patches, OS upgrade, installing device drivers and configuring devices, data recovery in case of crashed hard disk drives, installing antivirus software, pre-empting actions against virus spread, detection/removal of virus, configuration of internet, outlook email client and configuration of applications. It includes Operating Systems such as variants of Windows, variants of Linux, Macintosh.

Signature of the Bidder with Seal

Page 11: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

11

15. Shifting of CDFD Campus: CDFD is presently operating from two interim campuses

1. Lab located at Tuljaguda, Opp. MJ Market, Nampally and 2. Administrative Sections located at its Staff Residential quarters, Uppal.

A permanent campus is under construction at Uppal beside Hyderabad Metro Rail Depot, and the above 2 campuses may eventually shift completely to the permanent campus in Uppal. The AMC service provider has to coordinate the shifting process of Computers peripherals and switches by uninstalling and re-installing the same at Uppal campus within the above scope of AMC without any additional cost.

16. Deployment of Engineers: For regular and proper maintenance of the computers and peripherals,

the successful firm shall depute 5 resident engineers on all working days including Saturday from 9:30am to 6:00pm throughout the contract period. However, in case of emergency, maintenance may have to be done beyond the working hours and even on holidays with prior intimation to the concerned department and user. All of them should be provided with mobile phones to ensure their availability.

17. It is the responsibility of the contractor to check the attendance of the AMC resident manpower and to inform the concerned officer at CDFD reg. the absence of the manpower and to immediately provide for equivalent substitute to failing which would attract the penalty as per the penalty clause.

18. The Contractor shall not depute any employees who are insane or possessing contagious diseases. They should be well cultured with good communication skills so as to interact with users properly while handling problems.

19. The firm should issue the Photo ID card to the resident engineers bearing the Name, Address, Phone#, Blood Group, Date of Birth.

20. The firm shall furnish a list of employees deployed as resident engineers in CDFD with their names, age, designations, qualifications, previous experience with the firm, attested copy of IDs and mobile numbers. The engineers will be allowed to enter CDFD premises only after furnishing the above mentioned details.

21. Engineers deputed shall be changed with prior permission of the Officer Incharge. Frequent changes of the resident engineer shall not be allowed.

22. It is the sole responsibility of the Contractor to pay all the Statutory payments such as PF, ESI, Medical Insurance or any compensation amounts etc., to its employees deputed at CDFD in the event of unforeseen accidents resulting in death or partial disablements.

23. The contractor shall provide a single responsible point of contact at their local office to communicate and escalate the problems and also identify one of the resident engineers as team leader / onsite single point of contact.

24. The manpower provided by the firm shall be a Graduate / Diploma holder in Computers / Electronics having vast experience in Computer Hardware, Software, Networking and knowledge of all flavors of Windows, Mac OS and Linux (Centos / Ubuntu / Bio Linux). In order to avoid / reduce downtime by carrying the equipment to service centre / TRC for repairs. The engineers should also have hardware expertise in order to diagnose and troubleshoot onsite itself the problems in Printer/Scanner/multi-functional printer / switches, etc.. The resident engineers should also have certified network expertise (CCNA) in order to resolve the issues of network, configuring network switches, laying cable, Crimping cable, repairing I/O jack/patch panel and testing LAN cable

25. The resident engineers shall be well equipped with their own maintenance kits including namely but not just limited to toolbox, cleaning kits, diagnostic software & hardware, LAN tester, one external Hard disk drives, ladder, soldering iron, multimeter and pen drives and any other tools that are essential for day-to-day troubleshooting activities.

Signature of the Bidder with Seal

Page 12: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

12

26. The resident engineer / technician from the firm will be allowed to handle the respective equipment

only with prior permission of the concerned user or Officer In-charge, CDFD.

27. All the equipment proposed under CAMC operates on 24 x 7 basis except printers and is connected with UPS power supply under centralized air-conditioning environment.

28. On daily basis, the resident engineers shall submit completed work reports / call reports / service reports duly signed by the users / Group heads of the respective sections / labs and update the present status of the pending issues, if any, and action taken by them to Officer In-charge, CDFD.

29. The resident engineers would attend to any reported fault within one hour. As far as possible, the repairs involving software problems and minor hardware problems would be carried out and rectified onsite on the same day itself by providing the required replacements / expertise. However, in case of major hardware problems, if the equipment is decided to be taken to workshop, the firm would provide an equivalent stand-by replacement for the same before collecting the defective equipment from the user so that the work is not hampered.

30. In case if the equipment is required to be carried to the workshop for repairs, the resident engineer

should certify that there is no burnt / physical damage to the equipment being carried out and it will be carried at the risk and cost of the contractor.

31. The contractor shall correspond with the Officer Incharge, CDFD for dealing all the matters relating to this contract.

32. Quality and timeline of the work: Uptime: The uptime of each machine shall be at least 95% in a month. In case, any equipment / peripheral is required to be taken out to service centre, the same should be replaced by similar equipment / peripheral in working condition, so that the work does not suffer.

33. The firm shall maintain the equipment as per manufacturer’s guidelines and shall use only standard genuine OEM parts / peripherals / components for replacement. Any replacement should be of same / equivalent / superior model and quality.

34. In case of replacements, the firm shall provide at no extra cost new equipment or new spare parts having same or higher configuration in sealed condition and having full or minimum 6 months’ product warranty and preferably same model. For the new item to be accepted as replacement, the requisite technical documentation citing technical specifications comparative statement and compliance is submitted to and approved by Officer-In-charge, CDFD.

35. The equipment which are currently in warranty period, shall be included in AMC automatically from the date of expiry of their warranty period.

36. Stock maintenance: The Firm has to maintain onsite stock of 5 nos. each of Network Printers; Desktop Printers; Workstations; Desktop PCs; keyboards and mouse in order to provide immediate stand-by replacements for users during downtime of their respective computers and peripherals. Sufficient space would be provided by CDFD for storing such stock.

37. The original specification / characteristics / features of the equipment shall not be changed without prior written intimation to concerned authority and approval of the Officer Incharge.

38. Complaints will be treated as rectified only if the firm gets satisfactory report from the user.

39. The firm shall give an undertaking ensuring that no unlicensed / pirated software is installed in any of the CDFD systems and also that the licenses are not misused or disclosed to anyone in CDFD or outside CDFD.

Signature of the Bidder with Seal

Page 13: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

13

40. The firm shall safeguard users‘ data before performing any operation on the computers.

41. The firm shall if required obtain certificates / satisfactory report from all the group heads every quarter regarding the coordination / activities of the resident engineers and satisfactory working of the equipment, including preventive maintenance report taken up in their lab / section during the previous quarter.

42. Laser printer and scanner maintenance includes installation and configuration of the printers and scanners in LAN, preventive maintenance, troubleshooting / repairs and free replacement of all parts such as formatter cards, paper feeders, gears, heating lamp, scanner unit, etc. that are essential parts required in the printers and scanners to function smoothly.

43. Coordinating the installation of newly procured computers and peripherals and making inventory of the items under contract and updating it regularly.

44. CDFD will not provide any manpower or facilities for movement of material at CDFD premises or outside CDFD premises and transportation, Labour and other requirements are to be arranged by the Contractor himself.

45. The firm must provide necessary support for maintaining VIRUS free computer environment in the Department by installing the antivirus procured by the institute in all the computers, doing regular antivirus checks, implementing disaster recovery solutions and to ensure that all the equipment work efficiently.

46. Hardware under CAMC: The following are the hardware included under CAMC

1. Workstations, Desktop PCs, Laptops, Apple Mac Desktops, MacBooks, All-in-one Desktops,

GPU based workstations, Printers (LaserJet [Monochrome / color / desktop model / network model], DeskJet / InkJet printers, Multifunction printers, Scanners and components / assemblies / sub-assemblies of all equipment indicated above

2. AMC for LAN includes installing, diagnosing and repairing network Ports / Jacks, patch cord, patch panels.

47. Penalty Clause : The contractor has to troubleshoot the reported problem within 24hours from the

time of receiving the complaint, failing which a stand-by replacement has to be provided immediately and the status of the original equipment along with the tentative time required to return it in repaired condition shall be informed to the Officer Incharge, CDFD, within 7 days of receiving the complaint. If the original equipment is not returned / repaired within a period of 45 days, an amount of Rs.250/-(Rupees Two hundred and fifty only) per day per equipment would be levied from the 46th day onwards and the same will be deducted from the bill or adjusted from the performance security as the case may be.

48. In case where no standby / no accepted replacement is provided within 7 days of receiving the written complaint, the firm shall be penalized an amount of Rs.500/- Rupees five hundred only) per day per equipment from the date of receiving the complaint till the date of resolution.

49. In case if the outgoing firm fails to rectify the problems found in the equipment during the handing-over period, CDFD shall be at liberty to get the same repairs done from outside source and recover the cost from the outgoing firm in addition to the penalty levied on it by CDFD and would be recovered from the pending AMC bill and/or from performance bank guarantee of the outgoing firm.

50. At any point of time, the firm shall depute 5 qualified resident engineers in the institute. The firm shall provide equally qualified and competent substitute engineer in case of absence of any of the resident engineers. An amount of Rs.500/- (Rupees Five hundred only) per working day will be deducted if any resident engineer remains absent / leave without providing substitute.

Signature of the Bidder with Seal

Page 14: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

14

51. Coordinating with OEMs for troubleshooting / claiming warranty replacements of the equipment under warranty.

52. Payment Terms: Payment will be made on quarterly basis on submission of Invoice in duplicate duly incorporating the rates as per the contract terms. The Bill will be verified /certified by the Officer Incharge, CDFD before it is forwarded for release of payment.

53. Any clarifications, with regard to the rates, equipment details etc to be verified with the Officer Incharge, CDFD before the bill is submitted to avoid any delays in the payment.

54. Payment will be released subject to deducting of TDS as per the IT Act and other Taxes, penalty, if any as per GOI guidelines.

55. CDFD is not responsible for any payments, statutory obligations for accidents mishaps, hardships or death occurring and affecting the AMC Contractor employees / authorized personnel, or any other employees deputed at CDFD and after the provision of services at CDFD premises.

56. In case of Dispute or difference arising between the institute and the contractor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian Arbitration & Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall apply to the arbitration proceedings. The dispute shall be referred to the Director, CDFD and if he is unable or unwilling to act, to the sole arbitrator appointed by him shall be final conclusive and binding on all parties to this order. The Venue of the arbitration shall be CDFD.

57. TERMINATION FOR DEFAULT : The Institute may, without prejudice to any other remedy for

breach of contract, by written notice of default sent to the Contractor, terminate the Contract in whole or part

a. If the Contractor fails to deliver any or all of the services as per the contract

term b. If the Contractor fails to perform any other obligation(s) under the Contract. c. If the Supplier, in the judgment of the institute has engaged in corrupt or

fraudulent or collusive or coercive practices.

58. In the event the Institute terminates the contract in whole or in part, the Institute may take recourse to any one or more of the following action:

a. The Performance Security will be forfeited;

b. The Institute may procure, upon such terms and in such manner as it deems appropriate,

stores similar to those undelivered, and the contractor shall be liable for all available actions against it in terms of the contract.

59. The Director, CDFD reserves the right to terminate contract in whole or in part and forfeit EMD at any

time within the contract period with 3-months notice period if ;

d. The firm fails to maintain any or all equipment within the time periods specified in the contract or any extension thereof granted by the CDFD.

e. If at any stage, it is found that the parts supplied by the firm are duplicate or of inferior quality,

the CAMC may be summarily terminated and the Bank Guarantee may be revoked and CDFD may take any other suitable action.

f. If the firm, in either of the above circumstance(s) does not remedy its failure a

review meeting will be called and a notice will be sent by the competent authority to correct its fault within a period of 30 days Failing which a notice terminating the contract in whole or in part will be served.

Signature of the Bidder with Seal

Page 15: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

15

d. The vendor may also request for termination of agreement by giving three-month Advance notice to CDFD.

e. The firm becomes bankrupt or is otherwise declared insolvent

f. In all the matters of dispute relating to the proposed comprehensive service maintenance

contract, the decision of the Director, CDFD shall be final and binding on the contractor.

60. TERMINATION FOR INSOLVENCY: The Institute may at any time terminate the Contract by giving written notice to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Institute.

61. Responsibilities of CDFD

a. An office area with phone no. would be provided to the Resident Engineers.

b. The resident engineers or technicians from the firm can use the common facilities such as canteen, drinking water, toilets etc., provided at the premises. However, it should be ensured that the same should be kept in clean and hygienic condition.

c. Handing over all the equipment in working condition to the awardee of the contract.

62. Taking over & handing over of equipment - Responsibilities of the contractor

Taking over: Immediately on award of the contract & with signing of the agreement, all the systems are to be taken over for maintenance by the contractor in working condition. In case any item is not in working condition during taking over process, the contractor is to list out such items and report to CDFD within 7 working days. In case any items are listed out as not in working condition, the contractor may repair such items at an extra cost to be borne by CDFD with prior approval of competent authority, CDFD and thereafter all the systems shall be deemed to have been taken over by the contractor in working condition. If no such list/ information is submitted to CDFD, it will be deemed as all the equipment have been taken over by the contractor in working condition. Thereafter, it shall be the responsibility of the contractor to maintain uptime of all equipment throughout the contract period.

Handing over: In the event of expiry / termination of the contract, the outgoing contractor is liable to hand over all the equipment covered in the contract in working condition to CDFD in seven working days prior to expiry of contract and submit a declaration certificate to the above effect duly verified by the competent authority of CDFD, which is to be produced along with the final claim of the AMC bill.

63. During the handing over process if any of the equipment is found to be not in working condition, such item/s are to be repaired/replaced by the outgoing AMC vendor within three working days. In any case, the contractor shall return all equipment covered under the contract in repair/replaced condition or as-is condition not later than three days beyond the contract expiry. If the item cannot be repaired/replaced, CDFD shall be at liberty to get such equipment repaired from outside source and shall recover such cost from contractor either from the pending AMC bill or from performance bank guarantee as the case may be. 64. The Successful Bidder is required to execute the CAMC Contract Agreement on a non-judicial stamp paper worth Rs.200/- incorporating the above terms and conditions detailing the scope of work and other matters.

Force Majeure: Notwithstanding the provision of the Contract, the Contractor shall not be liable for forfeited of its Performance Bank Guarantee, Penalty or termination for default if and to the extent that it is a delay in performance or other failures to perform its obligations under the contract is the result of an event of standard Force majeure Clause.

Signature of the Bidder with Seal

Page 16: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

16

Chapter IV Price Schedule Format

1. The Contractor should indicate the prices in the following format and enclose the same with the

quotation.

2. If there is a discrepancy between the price quoted in words and figures, the rate quoted in words will be taken as final and shall be binding on the Bidder

Workstations under Warranty

Make Model Quantity Unit Price Total Amount Supermicro Supermicro 2

Lenovo ThinkStation 4

HP Z820 Workstation 2

Tyrone Supermicro 5

Pentium Computers under Warranty

Make Model Quantity Unit Price Total Amount HP 406 G1 DESKTOP 2

HP Elite 800G1 Tower 6

Apple Desktops under Warranty

Make Model Quantity Unit Price Total Amount Apple Imac 21.5 1

Apple Imac 1

Laptops under Warranty Make Model Quantity Unit Price Total Amount

Apple Mac Book Air 1

Apple Mac Book pro 15'' Retina 2

Toshiba Portege Z30-BY4302 2

Dell 3460 Latitude 1

HP 430 G3 Pro Book 1

Signature of the Bidder with Seal

Page 17: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

17

Scanners under Warranty

Make Model Quantity Unit Price Total Amount

canon CanoScan LIDE 220 1

Workstations out of Warranty

Make Model Quantity Unit Price Total Amount

Dell Precision T7500 2

Dell precesion T1700 1

Dell Precisin 490 8

HP Z400 1

HP xw6200 7

HP xw8200 1

HP xw9400 5

HP xw4100 2

HP xw4600 3

HP Z200WS 2

SuperMicro Supermicro 3

HP xw4300 24

Pentium Computers out of Warranty

Make Model Quantity Unit Price Total Amount

Dell Optiplex 9020 All-In‐One 1

Fujistu Fujistu Siemens 2 Siemens Assembled 1 PC Carl Ziess 1

Compaq Presario SR5240IL 2

Compaq Presario SR5140IL 4

Compaq Presario SG3350IL 2

Compaq Presario SG3143IL 1

Signature of the Bidder with Seal

Page 18: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

18

Compaq Presario SR1130IL 2

Compaq Presario SG1239IL 1

Compaq D380mx 1

Dell Optiplex 380 2

Dell Optiplex 760 1

Dell Dimention E520 1

Dell Inspiron 560S 7

Dell Inspiron 620s 2

Dell Optiplex 745 2

Dell Optiplex 755 2

Dell Optiplex GX620 1

Dell Optiplex 790 1

Dell Optiplex GX520 2

Dell Optiplex GX270 2

Dell Optiplex 980 3

Dell Insp D06S 1

Dell Optiplex GX260 1

Dell Vostro D10M 1

Dell Optiplex 990 52

HP Elite 8300 SFF 51

Dell Vostro 220s 2

Dell Optiplex 7010 1

Dell Vostro 230 3

HCL EC2 25

HP dc7700 17

HP dc7900 35

HP dc7600 40

HP dc7100 22

HP dx6120mt 11

HP dx2480 7

HP dx7400 1

HP dx2300 1

HP dx2255 1

Signature of the Bidder with Seal

Page 19: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

19

HP d290mt 2

HP d260mt 1

HP Pro 3090mt 4

HP d240mt 1

IBM Think Center 2

Lenovo 57068310 2

Lenovo Think Center 2

HP dc8000 4

HP HP Pavilion P6 1

Apple Desktops out of Warranty

Make Model Quantity Unit Price Total Amount

Apple I Mac 27" 2

Pentium Laptops out of Warranty Make Model Quantity Unit Price Total Amount

Dell Latitude E6500 2

Dell Inspiron 1564 1

Compaq Evo N800C 1

Dell Latitude E6410 3

Dell XPS12 1

HP EliteBook 8560W 1

Sony VAIO VPCSB 17GG/B/S 1

Compaq nw8440 1

Dell Latitude D830 1

Dell Latitude D420 1

Dell Studio XPS1340 1

Dell XPS M1210 1

Dell Vostro i3 1

Signature of the Bidder with Seal

Page 20: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

20

Dell Vostro 3560 1

HP Compaq 6710B 1

HP HP Compaq 6730B 2

HP Compaq 6910P 3

HP Compaq nx7010 2

HP Compaq nx9420 1

HP Elitebook 6930P 1

HP EliteBook 8540W 2

HP ProBook 4530s 1

Lenovo R500 1

Sony Vaio VGN S279GN 1

Sony Vaio Sony VAIO VGNZ37D 1

Sony VAIO VGN�TX27GP 1

Toshiba Portege R700 1

Toshiba Toshiba Satellite M55 1 S3315 Apple Mac Book Pro 3

Dell Latitude 2100 1

Sony VAIO VGN-Z56GG/B 2

Apple# Mac Book Air 4

Asus 1

Sony VPCF 137HG 1

Monochrome Printers - Local - out of Warranty Make Model Quantity Unit Price Total Amount

HP LaserJet P3005 14

HP Laserjet P2035 1

HP LaserJet 1200 1

HP LaserJet P1108 3

Signature of the Bidder with Seal

Page 21: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

21

HP LaserJet P1106 1

HP LaserJet 1022 14

HP LaserJet 1020 2

HP LaserJet 1015 2

HP LaserJet 1010 2

HP LaserJet P1008 1

HP LaserJet P1007 13

HP LaserJet 1000 3

EPSON Cheque Writer LQ300II 1

Monochrome Printers - Network - out of Warranty

Make Model Quantity Unit Price Total Amount

HP A4 Mono Laserjet 2 M202DW HP A4 Mono Laserjet M506dn 2

HP Mono laserjet pro 400 3 HP 5025MFP 1

HP LJ M 126NW 1

HP 4515x 4

HP 4350dtn 4

HP 4250dn 1

HP 3035XS MFP 1

HP 3027X MFP 1

HP P3005dn 6

HP P3005x 2

HP 2420dn 4

HP P2055dn 1

HP P2015dn 9

HP Laserjet M1536dnf 2

HP LaserJet P3015dn 4

HP 1522mfp 1

HP P1505n 1

HP 1120 MFP 1

Signature of the Bidder with Seal

Page 22: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

22

Color Printers out of Warranty Make Model Quantity Unit Price Total Amount

HP color Laserjet M552dn 6

Brother DCP-T300 1

HP 4025 2

HP CP3525n 1

HP CP3505dn 5

HP Color LaserJet 200 pro 1 M251n HP color Laserjet m451 3

HP 2840 2

HP 2700 1

HP 1515 2

HP CP1215 5

HP Deskjet 1510 All in one 1

HP CP1025 1

HP DeskJet 2050 1

HP M551 2

HP M451dn 1

HP DeskJet 450 1

Epson Photo R350 1

HP 3in1 C4688 1

Samsung CLP-300 1

Zebra P430i 1

Scanners out of warranty

Make Model Quantity Unit Price Total Amount

HP ScanJet G3010 2

Acer S2W3300U 2

Epson 3170 Photo 1

Signature of the Bidder with Seal

Page 23: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

23

HP 8270 7 HP 2400 1 HP 3500C 1 HP 3670 1 HP 4500 2 HP 5590 3 HP 7800 1 HP 8300 1 HP 2410 2 HP ScanJet G3110 1 HP Scanjet N6350 1 HP ScanJet 4010 1 HP Astra 5800 1

GRAND TOTAL : RS._____________________ IN WORDS ( RUPEES __________________________________________________________________)

Declaration I/we __________________________________________________________ have read the entire terms and conditions of this Tender document and we are fully agreeable to the terms and conditions mentioned herein.

Signature of the Bidder with Seal

Networking Switch

Make & Model Quantity Unit Price Total Amount

Cisco Catalyst 4506 (WS-X4148RJ‐48ports 1 Module, WS-X4124‐RJ‐24ports Module, WS‐X4448-GB RJ45‐48ports Module)

Page 24: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

24

CHECK LIST – ANNEXURE D

S. No. Particulars Indicate Yes/No

Enclosure No.

1 Copy of Firm Registration attached 2 Copy of GST attached 3 Copy of Latest IT Returns attached 4 Earnest Money Deposit/BG attached 5 Exemption claimed for EMD / BG and proof

attached

6 Photocopies of AMC Contracts as per eligibility criteria attached

7 Two Performance Certificates for successful completion attached

8 Proof of local office, with manpower details etc., attached

9 CDFD Tender Document duly signed and stamped attached

10 Bid Form ( Bid Covering Letter ) attached 11 Authorization Certificates from OEM attached 12

Proof of execution of more than 500 Computers, Workstations etc., - attached

13 Proof of turn over attached

SIGNATURE OF BIDDER WITH SEAL: Email ID :

Contact Number :

Page 25: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

25

Chapter V Other Formats

(Annexure-A)

BID FORM (BID COVERING LETTER) - Annexure-A

[The Bidder shall type this Form on their Letter Head and enclose this along with Technical Bid (Part-I).]

To:

The I/c – Stores & Purchase Centre for DNA Fingerprinting & Diagnostics, Uppal: Opp :Water Tank, Beside: BSNL Tel. Exchange HYDERABAD – 500039. We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda (if any)

(b) We offer to provide services in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Tender Document

(c) Our bid shall be valid for from the date fixed for the bid submission deadline, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our bid is accepted, we commit to submit the performance security in accordance with tender documents for due performance of the Contract (e) We understand that this bid, together with your written acceptance thereof included in your notification of award/placement of Order, shall constitute a binding contract between us. (f) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed:

Name:

Duly authorized to sign the bid for and on behalf of:

Dated on ____________ day of __________________, _______

Page 26: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

26

ANNEXURE - B

BID SECURITY / EARNET MONEY DEPOSIT FORM Whereas ________________________________________________________ (hereinafter called the tenderer”) has submitted their offer dated ___________________________________________ for the supply of _______________________________________________________(hereinafter called the tender”)Against the purchaser’s tender enquiry No._________________________________ KNOW ALL MEN by these presents that WE _______________________________of ________________________________________ having our registered office at_________________________________are bound unto _____________________(hereinafter called the “Purchaser”)In the sum of _______________________________________________________

For which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ______________day of ____________20__________.

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the tenderer withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of this tender. (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:

a) If the tenderer fails to furnish the Performance Security for the due

Performance of the contract.

b) Fails or refuses to accept/execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.

Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch

Page 27: CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICScdfd.org.in/tender/NIT_PCAMC-2017.pdf · 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An Autonomous Institute of Department of Biotechnology

27

ANNEXURE -C

Format of Bank Guarantee (BG) for Performance Security Guarantee No. _______________________ Amount of Guarantee Rs.______________________ Guarantee cover from (Name of Bank) ___________________________ Last date for lodgment of claim(s) ___________________________ B.G. in No. of pages including this page ___________________________ THIS DEED OF GUARANTEE made this __________ day of _______________ year by_________________________ having one of its Branch at _______________________________ acting through its Manager (hereinafter called ‘The Bank’ which expression shall whenever the context so requires include its successors and permitted assigns) in favour of the Director, Centre for DNA Fingerprinting and Diagnostics, Building No.7, Gruhakalpa Campus, Nampally, Hyderabad 500001. (hereinafter called the CDFD) which expression shall include its successors and assigns. WHEREAS in accordance with the terms of said contract the contractor has agreed to furnish an unconditional Bank Guarantee for Rs. ___________________ (Rupees___________________only) for due performance of this contract awarded to the contractor. AND WHEREAS THE BANK at the request of the contractor has agreed to give this guarantee. NOW THEREFORE THIS DEED OF GUARANTEE WITNESSETH AS FOLLOWS: 1. We the bank hereby irrevocably guarantee that the contractor will duly comply with his obligation during the guarantee period in accordance with the said contract agreement and the general terms and conditions forming part of the work agreement, failing which the bank undertake to pay CDFD on demand and without demur, such amount or amounts as the bank may be called upon to pay not exceeding a sum of Rs.____________________(Rupees _____________________________only) on invocation of this guarantee. Any claim made by CDFD on us within the sanctioned guarantee amount shall be final and binding on us. 2. Not with understanding anything contained hereinbefore, the liability of this bank in respect of this guarantee is restricted to Rs._________________ (Rs._______________________________________ only) and shall remain in force till 30-11-2017 unless an action/claim is made on us in writing within 120 days from this date i.e. up to ______________________all rights under the said guarantee will be forfeited and we shall be relieved and discharged from all liabilities hereunder. IN WITNESS WHEREOF THE BANK HAS SUBSCRIBED AND SET ITS NAME AND SEAL HERE UNTO. (Authorized Signatory) DATE: - (Signature of the Witness) Name of Witness Address of Witness