bid document - national metallurgical laboratory

156
Page 1 of 156 E-PROCUREMENT ON OPEN TENDER TO BE QUOTED IN INR ONLY (RESERVED FOR LOCAL SUPPLIERS AS PER MAKE IN INDIA POLICY) BID DOCUMENT PROCUREMENT OF Comprehensive Maintance Contract for Servers, Computers and Networking Component etc. for 3 (Three) years from the issue of work order. Tender No. : P/C/62/SKC/SM/OTE/22-23 Dated: 20/07/2022 Through “Submission of offer In Two-Bid Format[ONLY CLASS-I OR CLASS-II LOCAL SUPPLIERS UNDER MAKE IN INDIA ARE ELIGIBLE TO PARTICIPATE IN THIS TENDER] The Bids must be submitted in the Central Public Procurement Portal (URL: https://etenders.gov.in/eprocure/app) only.Manual/Offline bids shall not be accepted under any circumstances. N.B.: THIS BID DOCUMENT IS FREE OF COST IF DOWNLOADED FROM THE WEBSITE https://etenders.gov.in/eprocure/app and FROM INSTITUTE WEBSITE www.nmlindia.org, HOWEVER, THE BIDS HAVE TO BE SUBMITTED ONLINE IN THE CENTRAL PUBLIC PROCUREMENT PORTAL (URL: https://etenders.gov.in/eprocure/app) ONLY. Kindly Note : 1. Only those documents/ forms which are relevant to this tender and which have been called for should be submitted. 2. Kindly note we would prefer you to convey your acceptance of NIT terms and conditions in toto on your letter head as a self declaration rather than submitting our NIT (duly signed and sealed). 3. Submission of Technical specification, Brochure Technical Literature is mandatory. Kindly cooperate with us in saving the environment by reducing the requirement of printing

Upload: khangminh22

Post on 08-May-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 156

E-PROCUREMENT ON OPEN TENDER TO BE QUOTED IN INR ONLY (RESERVED FOR LOCAL SUPPLIERS AS PER MAKE IN

INDIA POLICY)

BID DOCUMENT

PROCUREMENT OF Comprehensive Maintance Contract for Servers, Computers and Networking Component etc. for 3

(Three) years from the issue of work order.

Tender No. : P/C/62/SKC/SM/OTE/22-23 Dated: 20/07/2022

Through “Submission of offer In Two-Bid Format”

[ONLY CLASS-I OR CLASS-II LOCAL SUPPLIERS UNDER MAKE IN INDIA ARE

ELIGIBLE TO PARTICIPATE IN THIS TENDER]

The Bids must be submitted in the Central Public Procurement Portal (URL: https://etenders.gov.in/eprocure/app)

only.Manual/Offline bids shall not be accepted under any circumstances.

N.B.: THIS BID DOCUMENT IS FREE OF COST IF DOWNLOADED FROM THE WEBSITE https://etenders.gov.in/eprocure/app

and FROM INSTITUTE WEBSITE www.nmlindia.org,

HOWEVER, THE BIDS HAVE TO BE SUBMITTED ONLINE IN THE CENTRAL PUBLIC PROCUREMENT PORTAL

(URL: https://etenders.gov.in/eprocure/app) ONLY.

Kindly Note :

1. Only those documents/ forms which are relevant to this tender and which have been called for should be submitted.

2. Kindly note we would prefer you to convey your acceptance of NIT terms and conditions in toto on your letter head as a self

declaration rather than submitting our NIT (duly signed and sealed).

3. Submission of Technical specification, Brochure Technical Literature is mandatory.

Kindly cooperate with us in saving the environment by reducing the requirement of printing

Page 2 of 156

INSTRUCTIONS FOR ONLINE BID SUBMISSION

1.Tender documents may be downloaded from Central Public Procurement Portal https://www.etenders.gov.in. Aspiring

bidders who have not enrolled/registered in e-procurement should enrol/ register before participating through the website

https://www.etenders.gov.in. The portal enrolled is free of cost. Bidders are advised to go through the instructions provided

at “Instructionsforonlinebidsubmission”.

2.Tenderer scan access tender documents on the website (for searching in the NIC site https://www.etenders.gov.in, kindly

go to Tender Search option, select tender type and select Council of Scientific and Industrial Research in organization tab and

select CSIR-NML, Jamshedpur in department type. Thereafter, click on “Search” button to view all CSIR-NML, Jamshedpur

tenders). Select appropriate tender and fill them with all relevant information and submit the completed tender document

online on the website https://www.etenders.gov.in.

3.The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature

Certificates. The instructions given below are meant to assist the bidders in registering on the CPPPortal, prepare their bids

in accordance with the requirements and submitting their online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at:

https://etender.gov.in/eprocure/app.

REGISTRATION

4.Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal

(URL:https://etenders.gov.in/eprocure/app) by clicking on the link “Click here to Enroll”. Enrolment on the CPP Portal is free

of charges.

5.As part of the enrolment process, the bidder will be required to choose a unique username and assign a password for their

accounts.

6.Bidders are advised to register their valid email address and mobile numbers as part of the registration process.These would

be used for any communication from the CPP Portal.

7.Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with

signing key usage) issued by any Certifying Authority recognized by CCA India (e.g.Sify/nCode/eMundraetc.), with their profile.

8.Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not

lend their DSCs to others which may lead to mis use.

9.Bidder then into the site through the secured log-in by entering their userID/password and the password of the DSC/e-

Token.

SEARCHING FOR TENDER DOCUMENTS

10.There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several

parameters. These parameters could include TenderID, Organization Name, Location, Date, Value, etc. There is also an option

of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization

Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

11. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender

schedules. These tenders can be moved to the respective ‘MyTender’ folder. This would enable the CPP Portal to intimate the

bidders through SMS/e-mail in case there is any corrigendum issued to the tender document.

12.The bidder should make a note of the unique TenderID assigned to each tender, incase they want to obtain any

clarification/help from the Helpdesk.

PREPARATION OF BIDS

13.Bidder should take into account any corrigendum published on the tender document before submitting their bids.

14.Please go through the tender advertisement and the tender document carefully to understand the documents required to

be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the

number of documents–including the names and content of each of the document that need to be submitted. Any deviations

from these may lead to rejection of the bid.

15.Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule

and generally, they can be in PDF / XLS /RAR/ DWF /JPG formats. Bid documents may be scanned with 100 dpi with black

and white option which helps in reducing size of the scanned documents.

16.To avoid the time and effort required inuploading the same set of standered documents which are required to be submitted

as a part of everybid, a provision of uploading such standard documents (e.g PAN card copy, annual reports, audit or certificate

etc.) has been provided to the bidders. Bidders can use “MySpace” or “Other Important Documents” are a available to the

Page 3 of 156

mto upload such documents. These documents may be directly submitted from the “Myspace” area while submitting a bid,

and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder has uploaded his

Documents in My Documents space, this does not automatically ensure these Documents being part Technical Bid.

SUBMISSION OF BIDS

17.Bidder should log into the site well in advance for bid submissions so that they can upload the bid in time i.e. on or before

the bid submission time. Bidders will be responsible for any delay due to other issues.

18.The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

19.Bidders are requested to note that they should necessarily submit their financial bids in the format provided no other

format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to

be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the

white colored (unprotected) cells with their respective financial quoted and other details (such as name of the bidder) NO other

cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without

changing the file name. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

It may be noted that only duly submitted bids shall be evaluated and bids just saved but not submitted shall not be part of

evaluated process. Submission of MS-Excel BOQ file is mandatory.

20.The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the

deadlines for submission of the bids by the bidder, opening of bids etc.The bidders should follow this time during bid

submission.

21.All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the

secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The

confidentiality of the bids is maintained using the secured Socket Layer 128-bit encryption technology. Data storage encryption

of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system

generated symmetric key. Further this key is subjected to a symmetric encryption using buyers/bidopener’s public keys.

Overall, the uploaded tender documents become readable only after the tender tender opening by the authorized bid openers.

22.The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

23.Upon the successful and timely submission of bids (i.e.after Clicking “Freeze Bid submission” in the portal), the portal will

give a successful bid submission message &a bid summary will be displayed with the bid no.and the date &time of submission

of the bid with all other relevant details.

24.Kindly add scanned PDF of all relevant documents in a single PDF file of compliance sheet.

ASSISTANCE TO BIDDERS

26. Any queries relating to the tender document and the terms and conditions contained there in should be addressed to the

Tender Inviting Authority for a tender of the relevant contact person indicated in thetender.

27. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed

to the 24x7 CPP Portal Helpdesk.

28.Tenderer are advised to follow the instructions provided in the ‘Instructions to the Tenderer’ for the e-submission of the

bids online through the Central Public Procurement Portal for eProcurement https://www.etenders.gov.in.

Page 4 of 156

INVITATION FOR BIDS / NIT

01.Director, CSIR- National Metallurgical Laboratory, Jamshedpur, invites online bids from Original manufacturers, authorized

Indian dealers or distributors who are either Class I/ Class II Local suppliers as per the OM No. P-45021/2/2017-PP (BE-II)

dated 16September 2020 issued by DPIIT, Ministry of Commerce & Industry, GOI for the procurement of the items as indicated

below. The offer/quotation must be strictly as per required specifications and the tender terms & conditions.

Sl.

No.

Tender No. Description of items Quantity Single/

Double

bid

Bid Security (EMD)

(in Indian Rupees)

01 P/C/62/SKC/SM/

OTE/22-23 Procurement of

Comprehensive

maintance contract for

Servers, Computers and

Networking component

etc. for 3 (Three) years

from the issue of Work

Order.

1 (One)

consolidated

job.

Two Bid EMD is to be submitted for Rs.

96,000.00 (Rupees Ninety Six

Thousand Only)

02. E-bids are invited through electronic tendering process and the tender document can be downloaded from the Central

Public Procurement Portal of Govt. of India (https://etenders.gov.in/eprocure/app) or from our website (www.nmlindia.org)

free of cost. Please note that the submission of e-bids will be only through Central Public Procurement Portal

(https://etenders.gov.in/eprocure/app). Bids will not be accepted in any other form. Further, it may be noted that bids which

are duly submitted on e-tender portal shall only be considered and bids just saved without submission will not be available to

the Evaluation Committee of CSIR-NML.

Interested Bidders may obtain further information from the office of the Controller of Stores & Purchase, CSIR-NML,

Jamshedpur-831007.

03. An offline Pre-bid Conference will be held on 29/07/2022 at 11:30 AM (IST) in CSIR- National Metallurgical

Laboratory, Jamshedpur. All prospective bidders are requested to kindly submit their queries, if any to the address indicated

above so as to reach the Controller of Stores & Purchase, CSIR-NML, Jamshedpur latest by 27/07/2022 (03:00 hours IST).

04. Earnest Money Deposit (EMD), if applicable, will be required to be paid offline by Demand Draft drawn in favour of

the Director, CSIR-NML payable at Jamshedpur, Jharkhand, India.

Alternatively, EMD can also be furnished in the shape of Bank Guarantee issued by any Nationalized / Scheduled Bank of

India. Original EMD to be sent to the Director (Attn.: Stores & Purchase Officer), CSIR-NML, Jamshedpur-831007before the

date and time mentioned in the Critical Date Sheet.

Whenever the bidder chooses to submit the Bid Security (EMD) in the form of Bank Guarantee, then he should advise the

banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the

Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness, genuineness,

etc.

Bids of those tenders whose EMD are not received within the deadline will be summarily rejected. Any postal delay in this

respect will not be entertained.

A bid securing declaration is to be submitted as per the provided format on your letter head as per Annexure IV by the bidder.

Bids of those tenders whose bid securing declaration are not received with the bids will be summarily rejected.

Hard copy of Bid Securing Declaration Form must be submitted to CSIR-NML Jamshedpur, Jamshedpur before opening of

Technical Bid.

05. In the event of the dates specified for bid opening being declared as closed holiday for Purchaser’s Office, the due

date for submission of bids and opening of bids will be the following working day at the appointed time.

06. The bidder must comply with Order Nos. P-45021/2/2017-PP (BE-II) (E-43780) dated 24.08.2020, 28.08.2020 and

31.08.2020 and also Make in India Order No. P-45021/2/2017-PP (BE-II) dated 16th September 2020 of Department for

promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry, Government of India and any

amendments thereon. THE ONUS FOR ENSURING COMPLIANCE TO THE PROVISIONS OF THESE POLICY NOTIFICATIONS

KEEPING IN VIEW THE REQUIREMENTS UNDER THIS TENDER DOCUMENT ENTIRELY RESTS WITH THE BIDDER.

a) As per Govt. of India procurement policies the eligibility of the suppliers is restricted to Class I and Class II local

suppliers as per Department for Promotion of Industry and Internal Trade, Govt. of India, vide OM No. P-45021/2/2017-PP

(BE-II) dated 04 June 2020 and OM No. P-45021/2/2017-PP (BE-II) dated 16 September 2020 as per the definition below*

Page 5 of 156

Page 6 of 156

INDEX

Chapter Content

1 Instructions to Bidders

2 Conditions of Contract

3 Schedule of Requirement

4 Specifications and Allied Technical Details

5 Price Schedule Forms

6 Qualification Requirements

7 Contract Form

8 Other Forms

CRITICAL DATE SHEET

Sl. No. Stage Date & Time Date & Time

1 Publish Date & Time

As per CPP Portal

2 Sale/document Download Start Date & Time

3 Last Date & time for receipt of queries

4 Pre-bid Conference, if any

5 Date of technical corrigendum after pre-bid

conference

6 Bid Submission Start Date & time

7 Bid Submission End Date & Time

8 Bid Opening Date & Time

TENTATIVE TIME SCHEDULE OF PROCUREMENT PLANNING

Sl.No Stage Tentative Time Frame (in days)

1. Date of Bid Opening As per CPP Portal

2. Date of Completion of Technical Bid Evaluation XX + 65

3. Date of communication of Rejection of Bids XX + 90

4. Date of Receipt of context, if any, from Bidders XX + 100

5. Opening of Financial Bid XX + 120

6. Notification of Award XX + 180

NOTE TO BIDDERS, INSTRUCTION TO BIDDERS, GENERAL CONDITIONS OF CONTRACT, SPECIAL CONDITIONS OF CONTRACT,

CONTRACT FORM AND OTHER FORMS

Page 7 of 156

NOTE TO BIDDERS

1. Bids/Tenders are invited only from Class I/Class II local suppliers. Provisions of the Public Procurement (preference to

Make in India) order issued by the Department for Promotion of Industry and Internal Trade, Govt. of India, vide OM No.

P-45021/2/2017-PP (BE-II) dated 04 June 2020and the subsequent amendment vide OM No. P-45021/2/2017-PP (BE-

II) dated 16 September 2020 shall be applicable in Tendering Process.

2. Offers should on INR basis only. Provisions of supplies from outside India will not be acceptable in the tendering process.

3. For contracts with value more than Rs. 25 lakh, It shall be mandatory for the successful Bidder [Supplier] to be registered

on the Government E-Marketplace [GEM] and obtain a unique GEM seller ID prior to release of Purchase Order/ execution

of contract. No Purchase Order/ contract will be issued to any Supplier who do not possess the said unique Seller ID.

4. Bidder’s from a country which shares a land border with India will not be eligible to participate in this tender, unless the

bidder is registered with Department for Promotion of Industry and Internal Trade (DPIIT) under Order (Public procurement

No. 1) issued by Ministry of Finance, Department of Expenditure in line with OM No. F.No.6/18/2019-PPD dt 23rd July,

2020 inserting Rule 144 (xi) in GFR 2017.

5. Bidder seeking preference under any policy scheme of the Govt. of India viz. Public Procurement policies for MSEs, Make

in India etc. must enclose all relevant documents and certificates at the time of submission of bids. If the bidder fails to

declare its status and/or fails to claim the policybenefit/preference/exemption etc. and/or fail to submit necessary

documents/certificates in support of its claim at the time of bidding itself, its claim shall not be entertained at a later

stage in the bidding process and no opportunity shall be provided to it to submit any document/certificate in support of

its claim as it vitiates the tendering process.

6. Bidders must ensure that all documents pertaining to fulfillment of qualification requirement/ minimum eligibility criteria

are furnished with their bid. Bidder who do not submit such documents shall be rejected.

7. Micro and Small Enterprises (MSE) must, along with their offer, provide proof of their being registered as MSE (indicating

the terminal validity date of their registration) for the item tendered, with any agency mentioned in the notification of the

Ministry of Micro, Small and Medium Enterprises (Ministry of MSME), indicated below:

a) District Industries Centre

b) Khadi and Village Industries Commission

c) Khadi and Village Industries Board

d) Coir Board

e) National Small Industries Corporation

f) Directorate of Handicraft and handloom and

g) Any other body specified by the Ministry of MSME

8. For ease of registration of Micro and Small Enterprises (MSMEs), Ministry of MSE has started Udyog Aadhar Memorandum

which is an online registration system (free of cost) w.e.f. 18th September, 2015 and all Micro & Small Enterprises (MSEs)

who are having Udyog Aadhar Memorandum should also be provided all the benefits available for MSEs under the Public

Procurement Policy for Micro and Small Enterprises (MSEs), Order 2012.

9. The MSE registration certificate as furnished by the Bidder should be dated prior to the date of publication of tender on

the CPP portal. In case the registration certificate is dated after the publication of the tender on CPP portal, the Purchaser

reserves the right to visit the MSE’s facility / works to judge whether the unit has the necessary infrastructure, technical

and other capabilities to carry out the tendered work/job/supply/project.

10. The PUBLIC PROCUREMENT POLICY FOR MSEs is meant for procurement of only goods produced and services rendered

by MSEs and not for any trading activities by them. Bidder shall submit proof that he is a manufacturer of the item for

which he is quoting and he shall highlight the details of his manufacturing status in the MSE certificate against the item(s)

he is proposing to bid in the tender.

11. The MSE Registration certificate issued must be valid as on Bid closing date of the tender. Bidder shall ensure validity of

registration certificate in case bid closing date is extended.

12. The MSEs who have applied for registration or renewal of registration with any of the above agencies/ bodies, but have

not obtained the valid certificate as on close date of the tender, are not eligible to avail benefits under PP Policy. Where

validity of such certificates such as NSIC certificate has lapsed, it shall be the responsibility of the bidder to seek renewal

from the concerned Govt. agency before such expiry.

13. The bidder who intends to participate as “Start-up” company should enclose the Certificate of Recognition issued by

Department of Industrial Policy and Promotion (DIPP), Ministry of Commerce & Industry, Govt. of India during submission

of Technical bid.

Page 8 of 156

14. The Start-up companies, recognized by DIPP are exempted from payment of EMDs. However, A bid securing declaration

is to be submitted as per the provided format on your letter head as per Annexure IV by the bidder.

15. Relaxation of prior turnover and prior experience is applicable only to all startups recognized by Department for Promotion

of lndustry & Internal Trade (DPllT) subject to meeting of quality and technical specifications. Startups may be MSMEs or

otherwise.

Relaxation of prior turnover and prior experience is applicable only to all MSMEs recognized by Department

for Promotion of lndustry& Internal Trade (DPllT) subject to meeting of quality and technical specifications.

16. One distributor/dealer can participate in a tender on behalf of one manufacturer. The offer(s) will not be entertained if

the same distributor/dealer is representing more than one manufacturer. Similarly an authorized distributor/dealer and

the manufacturer should not quote simultaneously.

17. For supplies made from within India, Customs Duty Exemption Certificate [CDEC] will not be issued by Purchaser.

Page 9 of 156

CHAPTER - 1

INSTRUCTIONS TO BIDDERS

Table of Contents

Sl. No. CONTENTS

A. Introduction

1.1 Eligible Bidders

1.2 Cost of Bidding

1.3 Code of Integrity for Public Procurement

B. The Bidding Documents

1.4 Cost of tender Documents

1.5 Content of tender Documents

1.6 Clarification of tender documents

1.7 Amendment of tender Documents

C. Preparation of Bids

1.8 Language of Bid

1.9 Purchase Preference Policies

1.10 Documents Comprising the Bid

1.11 Bid form and price schedule

1.12 Bid Prices

1.13 Bid Currencies

1.14 Documents Establishing Bidder’s Eligibility and Qualifications

1.15 Documents Establishing Goods’ Eligibility And Conformity toBidding Documents

1.16 Bid Security

1.17 Period of Validity of Bids

1.18 Format and Signing of Bid

D. Submission and Sealing Bids

1.19 Submission, Sealing and Marking of Bids

1.20 Deadline for Submission of Bids

1.21 Late Bids

1.22 Withdrawal, substitution and Modification of Bids

E. Opening and Evaluation of Bids

1.23 Opening of Bids by the Purchaser

1.24 Confidentiality

1.25 Clarification of Bids

1.26 Preliminary Examination

1.27 Responsiveness of Bids

1.28 Bidders right to question rejection

1.29 Non-Conformity, Error and Omission

1.30 Examination of Terms & Conditions, Technical Evaluation

1.31 Conversion to Single Currency

1.32 Evaluation and Comparison of bids

1.33 Contacting the Purchaser

1.34 Post qualification

F. Award of Contract

1.35 Negotiations

1.36 Award Criteria

1.37 Option Clause

1.38 Purchaser’s right to vary Quantities at Time of Award

1.39 Purchaser’s right to accept any Bid and to reject any or all Bids

1.40 Notification of Award

1.41 Signing of Contract

1.42 Order Acceptance

1.43 Performance Security

1.44 Pre-bid Conference

1.45 Integrity Pact

Page 10 of 156

A Introduction

1.1. Eligible Bidders

1.1.1 This invitation to bids is open to all the suppliers subject to Para 6 of the invitation of bids/NIT.

1.1.2 Requirement of Registration Order No. F.NO.6/18/2019-PPD, dated 23/07/2020 of Department of Expenditure,

Ministry of Finance, Govt. of India.

I. Any bidder or the items offered for an OEM ( Original Equipment Manufacturer ) pertaining to a country which shares a

land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority.

Copy of the registration is to be submitted along with bid Or technical bid in case of Two –Bid format online failing which their

bid will not be accepted.

II. “Bidder” (including the term ‘tenderer’, ‘consultant’, or ‘service provider’ in certain contexts) means any person or firm

or company, including any member of a consortium or joint venture (that is an association of several persons, or firms

or companies), every artificial juridical person not failing in any of the descriptions of bidders stated hereinbefore,

including any agency branch or office controlled by such person, participating in a procurement process.

III. “Bidder from a country which shares a land border with India” for the purpose of the Order means:-

a) An entity incorporated, established or registered in such a country; or

b) A subsidiary of an entity incorporated, established or registered in such a country; or

c) An entity substantially controlled through entities incorporated, established or registered in such a country; or

d) An entity whose beneficial owner is situated in such a country; or

e) An Indian (or other) agent of such an entity; or

f) A natural person who is a citizen of such a country; or

g) A consortium or joint venture where any member of the consortium or joint venture falls under any of the above.

IV. The beneficial owner for the purpose of (iii) above will be as under:

1) In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whether acting

alone or together, or through one or more juridical person, has a controlling ownership interest or who exercises control

through other means.

a) “Controlling ownership interest” means ownership of or entitlement to more than twenty-five percent of shares or capital

or profits of the company;

b) “Control” shall include the right to appoint majority of the directors or to control the management or policy decisions

including by virtue of their shareholding or management rights or shareholders agreements or voting agreements;

2) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or together, or

through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of

the partnership;

3) In case of unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether

acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen

percent of the property or capital or profits of such association or body of individuals;

4) Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant natural person

who holds the position of senior managing official;

5) In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the

trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising

ultimate effective control over the trust through a chain of control or ownership.

V. An agent is a person employed to do any act for another, or to represent another in dealings with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a land

border with India unless such contractor is registered with the Competent Authority.

A certificate would have to be submitted by the bidders regarding their compliance with this order. If such certificates given by

the bidder is found to be false, this would be a ground for immediate rejection and further legal action may be taken.

A certificate would be submitted by the bidders regarding their compliance with this order. If such certificate given by a bidderis

found to be false, this would be a ground for further legal action in accordance with law.

1.1.3 MSEs would be treated as owned by Scheduled Caste/Schedule Tribe enterprises as under:

(a) In case of proprietaryMSE,proprietor(s)shallbeSC/ST.

Page 11 of 156

(b) In case of partnership MSE, the SC/ST partners shall be holding at least 51% (fifty one percent) shares in the unit.

(c) In case of Private Limited Companies, at least 51% (fifty one percent) share shall be held by SC/ST promoters.

1.1.4 MSEs owned by women shall also be determined as per the above analogy/criteria.

1.1.5 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its

affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation

of Bids.

1.1.6 Bids would be accepted from Joint Ventures, Consortium or Associations so long as they are formed and registered

prior to the bid submission date.

1.1.7 The bidders who have been temporarily suspended or removed from the list of registered suppliers by the purchaser or

banned from Ministry/country wide procurement shall be ineligible for participation in the bidding process.

1.1.8 :- Manufacturer’s Authorization:-

(i) Either the authorized dealers/distributors on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot

bid simultaneously for the same item/product in the same tender.

(a) Manufacture’s authorization must be submitted by the authorized distributor / dealer / Indian Agent. If it is not submitted

along with offer then the offer will be rejected as non-responsive. Manufacturer’s authorization must be issued by the

manufacturer in their letterhead failing which offer/bid will not be accepted. Manufacturer’s authorization issued /

declared by dealer / distributor / Indian Agent will not be accepted.

(b) Manufacture’s authorization must be provided in the format as mentioned in the NML’s Tender Enquiry.

(c) MSME Manufacturers will submit their quote directly. If quote is submitted by their authorized dealer then MSME

manufacturer’s registration documentary evidence will be required for availing price preferences etc.

(d) If quoting firm is MSME registered firm but not the manufacturer of the offered equipment then offered requirement must

be under the scope of manufacturing of MSME manufacturer for price preferences. If MSME registered firm submits

the quotation on behalf of non-MSME manufacturer then price-preferences will not be considered for commercial

evaluation and any benefits pertaining to exemption from submission of EMD etc.

(e) EMD exemption to MSME(NSIC) registered firm will be accepted as per guidelines of Govt. of India. Bid Securing Declaration

will be applicable to all bidders, if any, failing which offer / bid will be rejected.

(ii) OEM / Authorized Dealer / Agents of Supplier : Except in case of Commercially-Off-the-Shelf (COTS) items, when a firm

sends quotation for an item manufactured by some different company, the firm is also required to attach, in its

quotation, the manufacturer’s authorization certificate and also manufacturer’s confirmation of extending the required

warranty for that product. This is necessary to ensure quotation from a responsible party offering genuine product, also

backed by a warranty obligation from the concerned manufacturer.

(iii) In case of large contracts (two bid system), especially capital equipment, the manufacturer’s authorization must be insisted

upon on a tender specific basis, not general authorization / dealership, by so declaring in the bid documents clearly.

(iv) In cases where the manufacturer has submitted the bid. The bids of its authorized dealer will not be considered.

1.1.9 Conflict of Interest among Bidders / Agents :

A bidder shall not have conflict of interest with other bidders. Such conflict of interest can lead to disqualification. A bidder may

be considered to have a conflict of interest with one or more parties in this bidding process, if :

a) They have controlling partner (s) in common; or

b) They receive or have received any direct or indirect subsidy / financial stake from any of them; or

c) They have the same legal representative / agent for purposes of this bid; or

d) They have relationship with each other, directly or through common third parties, that puts them in a position to have

access to information about or influence on the bid of another bidder; or

e) Bidder participates in more than one bid in this bidding process. Participation by a bidder in more than one Bid will result

in the disqualification of all bids in which the parties are involved. However, this does not limit the inclusion of the

components / sub-assembly/ assemblies from one bidding manufacturer in more than one bid.

f) In case of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot represent

two manufacturers or quote on their behalf in a particular tender enquiry. One manufacturer can also authorize only

one agent / dealer. There can be only one bid from the following :

The principal manufacturer directly or through one Indian agent on his behalf; and

Indian / foreign agent of behalf of only one principal.

Non-Local supplier are not eligible for participation in this case.

g) A Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of

the contract that is the subject of the Bid;

h) In case of a holding company having more than one independently manufacturing units, or more than one unit having

common business ownership / management, only one unit should quote. Similar restriction would apply to closely

Page 12 of 156

related sister companies. Bidders must proactively declare such sister / common business / management units in

same / similar line of business.

1.1.10 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its

affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of the goods to be purchased under this invitation

of Bids.

1.1.11 If before/after the placement of the Purchase Order it is found/noticed that the supplier has been black-

listed/debarred by any firm then such supplier will be dropped from the tendering process as technically not suitable

to quote or order will be cancelled. Thus, black-listed/debarred firms are requested not to participate in our tendering

process.

The bidders who have been temporarily suspended or removed from the list of registered suppliers by the purchaser or

banned from Ministry / Country wide procurement shall be ineligible for participation in the bidding process.

1.1.12 CSIR-NML reserves the right to ask the vendors/prospective bidders to submit the shortfall documents pertaining to

their eligibility criteria, if not readable, mentioned in the tender document after opening of the bids / technical offer

(under Two-Bid Format) within the stipulated time failing which their technical offer may be considered as non-

responsive. No document pertaining to eligibility criteria will be asked for submission after opening of bids and offer

will be rejected.

1.2 Cost of Bidding

1.2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and “the Purchaser", will in

no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

1.3 Code of Integrity

1.3.1 The bidders/suppliers should sign a declaration about abiding by the Code of Integrity for Public Procurement in bid

documents. In case of any transgression of this code, the bidder is not only liable to be removed from the list of

registered suppliers, but it would be liable for other punitive actions such as cancellation of contracts, banning and

blacklisting or action in Competition Commission of India, and so on.

1.3.2 Code of integrity for Public Procurement: The Purchaser as well as bidders, suppliers, contractors and consultants

should observe the highest standard of ethics and should not indulge in the following prohibited practices, either directly

or indirectly, at any stage during the procurement process or during execution of resultant contracts:

i) “corrupt practice”: making offers, solicitation or acceptance of bribe, rewards or gifts or any material benefit, in

exchange for an unfair advantage in the procurement process or to otherwise influence the procurement process or

contract execution;

ii) “Fraudulent practice”: any omission or misrepresentation that may mislead or attempt to mislead so that financial or

other benefits may be obtained or an obligation avoided. This includes making false declaration or providing false

information for participation in a tender process or to secure a contract or in execution of the contract;

iii) “anti-competitive practice”: any collusion, bid rigging or anti-competitive arrangement, or any other practice coming

under the purview of the Competition Act, 2002, between two or more bidders, with or without the knowledge of the

purchaser, that may impair the transparency, fairness and the progress of the procurement process or to establish bid

prices at artificial, non-competitive levels;

iv) “coercive practice”: harming or threatening to harm, persons or their property to influence their participation in the

procurement process or affect the execution of a contract;

v) “conflict of interest”: participation by a bidding firm or any of its affiliates that are either involved in the consultancy

contract to which this procurement is linked; or if they are part of more than one bid in the procurement; or if the bidding

firm or their personnel have relationships or financial or business transactions with any official of purchaser who are

directly or indirectly related to tender or execution process of contract; or improper use of information obtained by the

(prospective) bidder from the purchaser with an intent to gain unfair advantage in the procurement process or for

personal gain; and

vi) “Obstructive practice”: materially impede the purchaser’s investigation into allegations of one or more of the above

mentioned prohibited practices either by deliberately destroying, falsifying, altering; or by concealing of evidence

material to the investigation; or by making false statements to investigators and/or by threatening, harassing or

intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from

pursuing the investigation; or by impeding the purchaser’s Entity’s rights of audit or access to information;

1.3.3 Obligations for Proactive disclosures

i) The Purchaser as well as bidders, suppliers, contractors and consultants, are obliged under Code of Integrity for Public

Procurement to sue-moto proactively declare any conflicts of interest (coming under the definition mentioned above –

pre-existing or as and as soon as these arise at any stage) in any procurement process or execution of contract. Failure

to do so would amount to violation of this code of integrity; and

Page 13 of 156

ii) The bidder must declare, whether asked or not in a bid document, any previous transgressions of such a code of

integrity with any entity in any country during the last three years or of being debarred by any other Procuring Entity.

Failure to do so would amount to violation of this code of integrity;

iii) To encourage voluntary disclosures, such declarations would not mean automatic disqualification for the bidder making

such declarations. The declared conflict of interest would be evaluated and mitigation steps, if possible, taken by the

purchaser.

1.3.4 Punitive Provisions

Without prejudice to and in addition to the rights of the Purchaser to other penal provisions as per the bid documents or contract,

if the Purchaser comes to a conclusion that a (prospective) bidder/supplier, directly or through an agent, has violated

this code of integrity in competing for the contract or in executing a contract, the purchaser may take appropriate

measures including one or more of the following:

i) If his bids are under consideration in any procurement:

a) Forfeiture or encashment of bid security;

b) Calling off of any pre-contract negotiations; and

c) Rejection and exclusion of the bidder from the procurement process.

ii) If a contract has already been awarded

a) Cancellation of the relevant contract and recovery of compensation for loss incurred by the purchaser;

b) Forfeiture or encashment of any other security or bond relating to the procurement;

c) Recovery of payments including advance payments, if any, made by the purchaser along with interest thereon at the

prevailing rate.

iii) Provisions in addition to above:

a) Removal from the list of registered suppliers and banning/debarment of the bidder from participation in future

procurements of the purchaser for a period not less than one year;

b) In case of anti-competitive practices, information for further processing may be filed under a signature of the Joint

Secretary level officer, with the Competition Commission of India;

c) Initiation of suitable disciplinary or criminal proceedings against any individual or staff found responsible.

B.The Bidding Documents

1.4 Cost of Tender Documents

1.4.1 The bidding documents can be downloaded from the Purchaser’s website (www.nmlindia.org) as indicated in the

Invitation for Bids / NIT free of cost as also from (https://etenders.gov.in/eprocure/app) under the relevant Tender ID.

1.5 Content of Tender Documents

1.5.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents which should be

read in conjunction. The bidding documents, apart from the invitation for bids and Critical Date Sheet have been divided

into 8 Chapters as under:

Chapter 1: Instructions to Bidder (ITB)

Chapter 2: General Conditions of Contract (GCC) and Special Condition of

Contract (SCC)

Chapter 3: Schedule of Requirements

Chapter 4: Specifications and Allied Technical Details

Chapter 5: Price Schedule Forms

Chapter 6: Qualification requirements

Chapter 7: Contract Form

Chapter 8: Other Standard Forms comprising:

(1) Bidder Information Form

(2) Manufacturer’s Authorization Form (Specific to this tender);

(3) Bid Security Form

(4) Bid Securing declaration

(5) Performance Statement form

(6) Deviation Statement Form;

(7) Service Support details;

(8) Bid form

(9) Performance Security Form;

(10) Acceptance Certificate Form

Page 14 of 156

(11) Integrity pact

(12) Format for declaration by the bidder for code of integrity and Conflict of

interest.

(13) Financial Statement of the Tenderer

(14) Organization Chart with Technical Qualification /Power of Attorney.

(15) Price Schedule Form in Foreign Currency

(16) Price Schedule Form in Indian Currency

(17) Format for Affidavit of Self Certification regarding Class of Local Supplier,

Local Content and Domestic value addition for the quoted item(Annexure XIV)

(18) Declaration of Eligibility Bidders.

(19) Checklist

(20) Compliance Statement Form

(21) Purchase Order copies of identical or similar type of equipment during

the last 3 years along with details of such supplies and prices eventually or

finally paid.

(22) Form Of No Claim Certificate (To be submitted in case of selected party)

(23) Self Certification regarding land border sharing with India. (Annexure XXI)

Note: Bidders not submitting the above certificate will be considered as non-

responsive and liable to be summarily rejected

1.5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure

to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the

bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

1.6 Clarification of tender documents

1.6.1 A prospective Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the

Purchaser’s address specified in the Special Conditions of Contract (SCC), latest by the date specified in the critical

date sheet. No request for clarification or query shall normally be entertained after the deadline/pre-bid conference if

any. Should the Purchaser deem it necessary to amend the Tender Documents as a result of a clarification, it shall do

so following the procedure under Clause relating to amendment of Tender Documents and Clause relating to Deadline

for Submission of Bids.

The queries, clarifications and amendments issued would also be hosted on the website of the Purchaser and as

Corrigendum onhttps://etenders.gov.in/eprocure/appfor the benefit of the other prospective bidders.

1.7 Amendment of Tender Documents

1.7.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative

or in response to a clarification requested by a prospective bidder, modify the tender documents by amendment. The

same would also be hosted on the website of the Purchaser and all prospective bidders are expected to surf the website

before submitting their bids to take cognizance of the amendments. The modified tender document would also be

available on https://etenders.gov.in/eprocure/app as a Corrigendum.

1.7.2 In order to allow prospective bidders’ reasonable time in which to take the amendment into account in preparing

their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids and host the changes on

the website of the Purchaser and on the Central Public Procurement Portal (https://etenders.gov.in/eprocure/app).

C. PREPARATION OF BIDS

1.8. Language of Bid

1.8.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the

Bidder and the Purchaser shall be written in English language only.

1.8.2 The Supplier shall bear all costs of translation, if any, to the English language and bear all risks of the accuracy of such

translation, for documents provided by the Supplier.

Page 15 of 156

1.9 Purchase Preference Policies

1.9.1 The purchaser intends to give product reservation/purchase preference/price preference in line with current Govt. of

India procurement policies to help inclusive national economic growth by providing long term support to Small and

Medium enterprises (SMEs) and disadvantaged sections of the society and to address environmental concerns along

with preferential market access in govt. procurements.

1.9.2 For the above purpose, local supplier means a supplier or service provider whose product or service offered for

procurement meets the minimum local content as prescribed in DIPP Order No.P-45021/2/2017-PP (BE-II) dated

04thJune, 2020 or by the competent Ministries/Departments in pursuance of this order and local content means the

amount of value added in India which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the

items procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all

customs duties) as a proportion of the total value, in percent.

1.10.1 Documents comprising the bid

The bid prepared by the Bidder shall include documents as under:

A. Techno-Commercial bid (COVER-1)

Sl. No. Name of Document

(a) Bidder Information Form

(b) The technical specification including the Catalog/Brochure of model quoted

(c) Declaration abiding by the Code of Integrity and no conflict of interest for public

procurement;

(d) Bid Securing Declaration

Bid security as specified in the Invitation to Bids

(e) Service support details form

(f) Deviation Statement Form

(g) Performance Statement Form;

(h) Manufacturer’s Authorization Form (specific to this tender)

(i) Documentary evidence establishing that the bidder is eligible to bid and is qualified to

perform the contract if its bid is accepted

(j) Integrity Pact, if required;

(k) Documents establishing goods eligibility and conformity to bidding documents; indicating

the Indian Customs Tariff Number (ICT & HSN No.), approx. gross and net weight, volume

of goods.

(l) Schedule of requirements.

(m) Format for Affidavit of Self Certification regarding Class of Local Supplier, Local Content and

Domestic value addition for the quoted item

(Annexure XIV)

(n) Documentary evidence about the status of the bidder i.e. whether MSE or not, owned by

SC/ST or not and whether the MSE is owned by a women entrepreneur or not.

(o) Purchase Order copies of identical or similar type of equipment during the last 3 years

alongwith details of such supplies and prices eventually or finally paid.

(p) Declaration of Eligibility Bidders

(q) Checklist

(r) Compliance Statement Form

(s) Self Certification regarding land border sharing with India. (Annexure XXI)

Note: Bidders not submitting the above certificate will be considered as non-responsive

and liable to be summarily rejected

(t) PAN and GST details to be attached / indicated with documentary evidence.

B Price bid (COVER-2)

Sl. No. Name of Document

(a) Bid form

(b) Bill of Quantities (BOQ)

Page 16 of 156

(c) Applicable Price Schedule Form

1.11. Bid form and price schedule

1.11.1The bidder shall complete the Bid Form and the appropriate price schedule form furnished in the bidding documents.

These forms must be completed without any alterations to its format and no substitutes shall be accepted. All blank

spaces shall be filled in with the information requested. The Bid Form and the appropriate Price Schedule form shall

be submitted in accordance with Clause 1.18.3 of the bidding documents.

1.12. Bid Prices

1.12.1 The Bidder shall indicate on the appropriate price schedule form, the unit prices and total bid prices of the goods it

proposes to supply under the contract.

1.12.2 Prices indicated on the price-schedule form shall be entered separately in the following manner:

(a) For Goods manufactured within India

(i) The price of the goods quoted Ex-works including taxes already paid.

(ii) GST and other taxes, if any which will be payable on the goods if the contract is awarded.

(iii) The charges for inland transportation, insurance and other local services required for delivering the goods at

the desired destination as specified in the price schedule form.

(i) Wherever applicable, the cost towards the installation, commissioning, spares, extended warranty, AMC/CMC,

site preparation and training including any incidental services, if any.

(b) For Goods manufactured abroad

(i) The price of the goods, quoted on FCA (named place of delivery abroad) or FOB (named port of shipment), as

specified in the price schedule form.

(ii) The charges for insurance and transportation of the goods to the port / place of destination both by Air/Sea.

(iii) The agency commission charges, if any.

(iv) Wherever applicable, the cost towards the installation, commissioning, spares, extended warranty, AMC/CMC,

site preparation and training including any incidental services, if any.

1.12.3

The terms FOB, FCA, CIF, CIP etc. shall be governed by the rules prescribed in the current edition of the Incoterms

published by the International Chambers of Commerce, Paris.

1.12.4

Where there is no mention of packing, forwarding, freight, insurance changes, taxes etc. such offer shall be rejected

as incomplete.

1.12.5

The price quoted shall remain fixed during the contract period and shall not vary on any account.

1.12.6

All lots and items must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed

but not priced, their prices shall be assumed to be included in the prices of other items. Lots or items not listed in the

Price Schedule shall be assumed to be not included in the bid.

1.12.7

CSIR-NML is registered with Dept. of Scientific & Industrial Research, Govt. of India and concessional customs duty and

GST & IGST are leviable vide notification No. 54/2002-Customs on all imports covered under Notification No.51/96-

Page 17 of 156

Customs dated 23.07.1996, Notification No.47/2017-Integrated Tax (Rate) and Notification No. 45/2017-Central Tax

(Rate) both dated 14th November, 2017 as amended from time to time.

CSIR-NML GST No.: 20AAATC2716R2ZS

1.12.8

CSIR-NML is not empowered to issue any Sales Tax Concessional Certificates [FORM C / FORM D]; thus Bidders shall

ensure that the normal rate of Sales Tax is quoted wherever applicable.

1.12.9

CSIR-NML shall not issue any exemption certificates (CDEC etc.) for materials / commodities that go into production of

the quoted item / equipment.

1.12.10

Please state specifically in your offer whether the duties and taxes are extra over the prices quoted, failing which it will

be presumed that the prices are inclusive of taxes and duties and no claim would be entertained for statutory variations

at a later date.

1.12.11

Stipulations like “GST is presently not applicable but the same will be charged if it becomes leviable later on” is not

acceptable unless in such cases it is clearly stated that GST will not be charged if the same becomes applicable later

on due to increase in turn over etc. If a bidder fails to comply with this requirement, his quoted price shall be loaded

with the quantum of duty which is normally applicable on the item in question for the purpose of comparison with the

prices of other tenderers.

Note:

a) All payments due under the contract shall be paid after deduction of statutory levies at source (like TDS etc.),

wherever applicable.

b) The bidders offering imported products will fall under the category of Non-Local suppliers. They cannot claim

themselves as Class-I/ Class-II local suppliers by claiming profit, warehousing, marketing, logistics, freight etc. as

local value addition.

c) Also, the bidders offering imported products will fall under the category of Nonlocal suppliers. They can’t claim

themselves as Class-I local supplier / Class-II local supplier by claiming the services such as transportation,

insurance, installation, commissioning, training and after sales service support like AMC/CMC as local value

addition.

1.13. Bid Currencies

1.13.1

Prices shall be quoted in Indian Rupees (INR) only. Quotes in other currencies shall be rejected.

1.14. Documents Establishing Bidder’s Eligibility and qualifications

1.14.1

The bidder shall furnish, as part of its bid, documents establishing the bidders’ eligibility to bid and its qualification to

perform the contract if its bid is accepted.

1.14.2

The documentary evidence of the bidder’s qualification to perform the contract if the bid is accepted shall establish to

the purchaser’s satisfaction that;

(a) The bidder meets the qualification criteria listed in bidding documents if any.

Page 18 of 156

(b) Bidder who doesn’t manufacture the goods it offers to supply shall submit Manufacturers’ Authorization Form

(MAF) using the form specified in the bidding document to demonstrate that it has been duly authorized by the

manufacturer of the goods to quote and/or supply the goods.

(c) In case a bidder not doing business within India, it shall furnish the certificate to the effect that the bidder is

or will be represented by an agent in India equipped and able to carry out the supply, maintenance, repair

obligations etc. during the warranty and post warranty period or ensure a mechanism at place for carrying out

the supply, maintenance, repair obligations etc. during the warranty and post-warranty period.

1.14.3

Conditional tenders shall not be accepted.

1.15 Documents Establishing Goods' Eligibility and Conformity to Bidding Documents

1.15.1

To establish the goods’ eligibility, the documentary evidence of the goods and services eligibility shall consist of a

statement on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin

at the time of shipment.

1.15.2

To establish the conformity of the goods and services to the specifications and schedule of requirements of the bidding

document, the documentary evidence of conformity of the goods and services to the bidding documents may be in the

form of literature, drawings and data, and shall consist of:

(a) A detailed description of the essential technical and performance

characteristics of the goods;

(b) A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc.,

necessary for the proper and continuing functioning of the goods during the warranty period following

commencement of the use of the goods by the Purchaser in the Priced-bid; and

(c) An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial

responsiveness of the goods and services to those specifications or a statement of deviations and exceptions

to the provisions of the Technical Specifications.

1.15.3

For purposes of the commentary to be furnished pursuant to above, the Bidder shall note that standards for

workmanship, material and equipment, designated by the Purchaser in its Technical Specifications are intended to be

descriptive only and not restrictive. The Bidder may substitute these in its bid, provided that it demonstrates to

the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the

Technical Specifications.

1.15.4 Alternate offers/makes/modelswould not be considered.

1.16. Bid Security

1.16.1 A bid securing declaration is to be submitted on your letterhead as per Annexure IV by the bidder.

Bids of those tenders whose bid securing declaration are not received with the bids will be summarily rejected. Hard

copy of Bid Securing Declaration Form must be submitted to CSIR-National Metallurgical Laboratory, Jamshedpur

before opening of Technical Bid.

The Bidder shall furnish, as part of its bid, a bid security (BS) for an amount as specified in the Invitation for Bids. In

the case of foreign bidders, 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 specifically authorized dealer/bidder.

The copy of Bid Security (EMD) details should be available at the time of tender opening.

1.16.2

The bid security is required to protect the Purchaser against the risk of Bidder's conduct, which would warrant the

security's forfeiture.

1.16.3

Page 19 of 156

The bid security shall be in Indian Rupees for offers received for supply within India and denominated in the currency

of the bid or in any freely convertible foreign exchange in the case of offers received for supplies from foreign countries

in equivalent Indian Rupees. The bid security shall be in one of the following forms at the bidders’ option:

(a) A bank guarantee issued/confirmed by a Scheduled Commercial Bank in India in the form provided in the

bidding documents and valid for 45 days beyond the validity of the bid. In case a bidder desires to submit a

BG issued from a foreign bank, then the same should be confirmed by a Scheduled commercial bank in India;

or

(b) A Banker’s cheque or demand draft in favour of the purchaser issued by any Scheduled commercial bank in

India.

(c) Bid Securing Declaration

1.16.4

The bid security shall be payable promptly upon written demand by the purchaser in case the conditions listed in the

ITB clause 1.16.10 are invoked.

1.16.5

The bid security should be submitted in its original form. Copies shall not be accepted.

1.16.6

The bid security of unsuccessful bidder will be discharged /returned as promptly as possible positively within a period

of 30 days after the expiration of the period of bid validity or placement of order whichever is later, without any interest.

1.16.7

The successful Bidder's bid security will be discharged upon the Bidder furnishing the performance security, without

any interest.

1.16.8

Bidders thatarecurrentlyregisteredwiththepurchaser or registered as MSEs

willcontinuetoremainregisteredduringthetendervalidityperiodalso and are exempted from payment of

EMD.Incasethetendererfallsinthesecategories,thebiddershouldfurnishacertifiedcopyofitsvalidregistrationdetails.Exceptfo

rMSEs,thisexemptionisvalidforthetradegroupandmonetaryvalueofregistration only. The MSEs are exempted from the

payment of Bid Security provided the goods are produced and the services are rendered by them and not for any trading

activities undertaken by them. Further firms who are having UdyogAadhar Memorandum are entitled to all benefits available

for MSEs under the Public Procurement Policies for MSEs and can get registered with any of the following agencies:

a) District Industries Centre

b) Khadi and Village Industries Commission

c) Khadi and Village Industries Board

d) Coir Board

e) National Small Industries Corporation

f) Directorate of Handicraft and handloom and

g) Any other body specified by the Ministry of MSME

1.16.9

Where any aggregator has been appointed by the Ministry of MSME, themselves quote on behalf of some MSE units,

such offers will be considered as offer from MSE units and all such facilities would be extended to these aggregators

also.

1.16.10

The bid security may be forfeited:

Page 20 of 156

(a) If a Bidder withdraws or amends or modifies or impairs or derogates its bid during the period of bid validity

specified by the Bidder on the Bid Form; or

(b) In case of a successful Bidder, if the Bidder fails to furnish order acceptance within 14 days of the order or

fails to sign the contract and/or fails to furnish Performance Security within 21 days from the date of contract/

order.

1.16.11

Whenever the bidder chooses to submit the Bid Security in the form of Bank Guarantee, then he should advise the

bankerissuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the

Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness,

genuineness, etc.

1.17. Period of Validity of Bids

1.17.1

Bids shall remain valid for minimum of 180 days after the date of bid opening prescribed by the Purchaser. A bid valid

for a shorter period shall be rejected by the Purchaser as non-responsive.

1.17.2

In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity.

The request and the responses thereto shall be made in writing (by post, fax or e-mail). The bid security provided shall

also be suitably extended failing which the bid would be summarily ignored. A Bidder may refuse the request without

forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid.

1.17.3

Bid evaluation will be based on the bid prices without taking into consideration the above corrections.

1.18. Format and Signing of Bid

1.18.1 The bids may be uploaded in single bid or in two parts as specified in the Invitation for Bids.

1.18.2 In case the bids are invited on two-bid system, the Bidder shall upload the bids in two separate parts. One part shall

contain Technical bid comprising all documents listed under clause relating to Documents Comprising the Bid excepting

bid form and price schedules. The other part shall contain the priced-bid comprising bid form, price schedules and the

BOQ.

1.18.3The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized

to bind the Bidder to the Contract. All pages of the bid, except for un-amended printed literature, shall be initialed by

the person or persons signing the bid detailing his/her name and contact details.

1.18.4Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons signing the

bid.

D. Submission and sealing of Bids

1.19. Submission, Sealing and Marking of Bids

1.19.1 The bidder should upload their duly encrypted bid on https://etenders.gov.in/eprocure/app before the due date & time.

The bidder is required to go through the upload process well in advance so as to avoid last minute problem (Bids

received by email would not be considered for evaluation).

1.20. Deadline for Submission of Bids

1.20.1

Bids must be uploaded on https://etenders.gov.in/eprocure/app against the relevant Tender ID before the due date &

time of submission.

1.20.2

The Purchaser may, at its discretion, extend the deadline for submission of bids by amending the bid documents in

accordance with Clause relating to Amendment of Bidding Documents in which case all rights and obligations of the

Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

Such amendments would appear as a Corrigendum in https://etenders.gov.in/eprocure/app against the applicable

Tender ID.

Page 21 of 156

1.21. Late Bids

1.21.1

Bidders must note that Central Public Procurement Portal shall not permit uploading of bids after the scheduled time

of submission / uploading.

1.22. Withdrawal, substitution and Modification of Bids.

1.22.1

It would be governed by the standard operating procedure of Central Public Procurement Portal.

E. Opening and Evaluation of Bids

1.23 Opening of Bids by the Purchaser

1.23.1

The decryption of the bids would be done at the time indicated on the Central Public Procurement Portal. In the event

of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the

appointed time and location on the next working day. In two-part bidding, the financial bid shall be opened only after

technical evaluation.

1.24. Confidentiality

1.24.1

Information relating to the examination, evaluation, comparison, and post qualification of bids, and recommendation

of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process

until publication of the Contract Award.

1.24.2

Any effort by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and post qualification of

the bids or contract award decisions may result in the rejection of its Bid.

1.25. Clarification of Bids

1.25.1

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. However, no negotiation shall be

held except with the lowest bidder, at the discretion of the purchaser. 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.

1.26. Preliminary Examination

1.26.1

The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB

Clause 1.10 have been provided, and to determine the completeness of each document submitted.

1.26.2

The Purchaser shall confirm that the following documents and information have been provided in the Bid. If any of

these documents or information is missing, the offer shall be rejected.

(a) Bid Form and Price Schedule, in accordance with ITB Clause 1.10;

(b) All the tenders received will first be scrutinized to see whether the tenders meet the basic requirements as

incorporated in the tender enquiry document. The tenders, who do not meet the basic requirements, are to be treated

as unresponsive and ignored. The following are some of the important points, for which a tender may be declared as

unresponsive and to be ignored, during the initial scrutiny:

(i) The Bid is unsigned.

(ii) The Bidder is not eligible.

(iii) The Bid validity is shorter than the required period.

Page 22 of 156

(iv) The Bidder has quoted for goods manufactured by a different firm

without the required authority letter from the proposed

manufacturer.

(v) Bidder has not agreed to give the required performance security or has

not furnished the bid security.

(vi) The goods quoted are sub-standard, not meeting the required

specification, etc.

(vii) Against the schedule of Requirement (incorporated in the tender

enquiry), the bidder has not quoted for the entire requirement as

specified in that schedule.

(viii) The bidder has not agreed to some essential condition(s) incorporated in the tender enquiry.

1.27 Bidder’s right to question rejection.

1.27.1

A Bidder shall have the right to be heard in case he feels that a proper procurement process is not being followed

and/or his tender has been rejected wrongly. Only a directly affected bidder can represent in this regard as under:

i) Only a bidder who has participated in the concerned procurement process i.e. pre- qualification, bidder

registration or bidding, as the case may be, can make such representation;

ii) In case pre-qualification bid has been evaluated before the bidding of Technical bids, an application for review

in relation to the technical bid may be filed only by a bidder who has qualified in pre-qualification bid;

iii) In case technical bid has been evaluated before the opening of the financial bid, an application for review in

relation to the financial bid may be filed only by a bidder whose technical bid is found to be acceptable.

iv) Following decisions of the purchaser in accordance with the provision of internal guidelines shall not be subject

to review:

a) Determination of the need for procurement;

b) Selection of the mode of procurement or bidding system;

c) Choice of selection procedure;

d) Provisions limiting participation of bidders in the procurement process;

e) The decision to enter into negotiations with the L1 bidder;

f) Cancellation of the procurement process except where it is intended to subsequently re-tender the

same requirements;

g) Issues related to ambiguity in contract terms may not be taken up after a contract has been signed,

all such issues should be highlighted before consummation of the contract by the vendor/contractor;

and

h) Complaints against specifications except under the premise that they are either vague or too specific

so as to limit competition may be permissible.

1.27.2

In case a Bidder feels aggrieved by the decision of the purchaser, he may then send his representation in writing to

the Purchaser’s address as indicated in special conditions of contract (SCC) within 05 working days from the date of

communication of the purchaser intimating the rejection for reconsideration of the decision by the purchaser.

1.28 Responsiveness of Bids

1.28.1

Prior to the detailed evaluation, the purchaser will determine the substantial responsiveness of each bid to the bidding

documents. For purposes of this clause, a substantive responsive bid is one, which conforms to all terms and condition

of the bidding documents without material deviations, reservations or omissions. A material deviation, reservation or

omission is one that:

Page 23 of 156

(a) Affects in any substantial way the scope, quality, or performance of the Goods and Related Services specified

in the Contract; or

(b) Limits in any substantial way, inconsistent with the Bidding Documents, the Purchaser’s rights or the Bidder’s

obligations under the Contract; or

(c) If rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive

bids.

1.28.2

The purchasers’ determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse

to extrinsic evidence.

1.28.3

If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made

responsive by the Bidder by correction of the material deviation, reservation or omission.

1.28.4

If a bidder quotes Nil Charges/consideration, the bid shall be treated as unresponsive and will not be considered.

1.29 Non-Conformity, Error and Omission

1.29.1

Provided that a Bid is substantially responsive, the Purchaser may waive any nonconformities or omissions in the Bid

that do not constitute a material deviation.

1.29.2

Provided that a bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary

information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions

in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the

Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

1.29.3

Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit

price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion

of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line

item total as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail

and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount

expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject

to (a) and (b) above.

1.29.4

Provided that a bid is substantially responsive, the purchaser may request that a bidder may confirm the correctness

of arithmetic errors as done by the purchaser within a target date. In case, no reply is received then the bid submitted

shall be ignored and its Bid Security may be forfeited.

1.30 Examination of Terms & Conditions, Technical Evaluation

1.30.1

The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have

been accepted by the Bidder without any material deviation or reservation.

1.30.2

The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 1.15, to confirm

that all requirements specified in Schedule of Requirements of the Bidding Documents have been met without any

material deviation or reservation.

1.30.3

Page 24 of 156

If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the

Bid is not substantially responsive in accordance with ITB Clause 1.28, it shall reject the Bid.

1.31 Conversion to Single Currency

1.31.1

To facilitate evaluation and comparison, the Purchaser will convert all quoted prices expressed in various currencies to

Indian Rupees at the selling exchange rate established by any bank in India as notified in the Newspapers on the date

of bid opening (techno-commercial bid in the case of two-part bidding) For this purpose, exchange rate notified in

www.xe.com or www.rbi.org or any other website could also be used by the purchaser.

1.32 Evaluation and comparison of bids

1.32.1

The Purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially

responsive.Bids in INR only will be considered for evaluation.

1.32.2

To evaluate a Bid, the Purchaser shall only use all the factors, methodologies and criteria defined below. No other

criteria or methodology shall be permitted.

1.32.3

Purchase preference shall be given to all local Suppliers in all procurements undertaken by the Purchaser in the manner

prescribed by the Department for Promotion of Industry and Internal Trade, Govt. of India, vide OM No. P-

45021/2/2017-PP (BE-II) dated 04 June 2020 and subsequent amendments made vide OM No. P-45021/2/2017-

PP (BE-II) dated 16 September 2020.

For all procurements above 5 lakhs undertaken by the purchaser, purchase preference shall be given to Class I local

suppliers in the following manner:

In the procurements of goods or workswhich are divisible in nature, the 'Class-I local supplier' shall get purchase

preference over 'Class-II local supplier'as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is 'Class-Ilocal supplier', the

contract for full quantity will be awarded to L1

ii. If L1 bid is not a 'Class-I local supplier', 50% of the order quantity shall be awarded to L1.

Thereafter, the lowest bidder among the 'Class-I local supplier' will be invited to match the L1

price for the remaining 50% quantity subject to the Class-I local supplier's quoted price falling

within the margin of purchase preference, and contract for that quantity shall be awarded to such

'Class-I local supplier' subject to matching the L1 price. In case such lowest eligible 'Class-I local

supplier' fails to match the L1 price or accepts less than the offered quantity, the next higher

'Class-I local supplier' within the margin of purchase preference shall be invited to match the L1

price for remaining quantity and so on, and contract shall be awarded accordingly. In case some

quantity is still left uncovered on Class-I local suppliers, then such balance quantity may also be

ordered on the L1 bidder.

In the procurements of goods or workswhich not divisible in nature, and in procurement of services where the bid is

evaluated on price alone, the 'Class-I local supplier' shall get purchase preference over 'Class-II local supplier' as per

following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is 'Class-I local supplier', the contract will be

awarded to L1.

ii. If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I local supplier', will be invited to match

the L1 price subject to Class-I local supplier's quoted price falling within the margin of purchase preference,

and the contract shall be awarded to such 'Class-I local supplier' subject to matching the L1 price.

iii. In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the 'Class-I local supplier' with

the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on

and contract shall be awarded accordingly. In case none of the 'Class-I local supplier' within the margin of

purchase preference matches the L1 price, the contract may be awarded to the L1 bidder.

Page 25 of 156

"Class-II local supplier" will not get purchase preference in any procurement, undertaken by procuring entities.

1.32.4

Further,In tender, where the items are divisible, the participating Micro and Small Enterprises (MSE) quoting price within

price band of L1+15 (fifteen) per cent shall also be allowed to supply a portion of requirement by bringing down their

price to L1 price in a situation where L1 price is from someone other than a MSE and such MSE shall be allowed to supply

up to 25 (twenty five) per cent of total tendered value. The 25 (twenty five) per cent quantity is to be distributed

proportionately among these bidders, in case there are more than one MSMEs within such price band.

1.32.5

Within this 25% (Twenty five Percent) quantity, a purchase preference of 25 (twenty five) per cent out of 25 (twenty five

percent) is reserved for MSEs owned by Scheduled Caste (SC)/Scheduled Tribe (ST) entrepreneurs (if they participate in

the tender process and match the L1 price). Further, out of the total annual procurement from the MSEs, (3%) three

percent from within the 25% target shall be earmarked for procurement from MSEs owned by women. Provided that, in

the event of failure of such SC/ST MSE to participate in tender process or meet tender requirements and L1 price, four

per cent sub-target shall be met from other MSE.

1.32.6

In case the items are not divisible, then the MSE quoting price within price band L1 + 15% may be awarded for

full/complete supply of total tendered quantity to MSE, considering the spirit of the policy for enhancing the Government

procurement from MSEs.

1.32.7

The bids shall be evaluated on the basis of final landing cost which shall be arrived as under:

For goods manufactured in India

(i) The price of the goods quoted ex-works including all taxes already paid.

(ii) GST and other taxes, if any which will be payable on the goods if the contractis

awarded.

(iii) Charges for inland transportation, insurance and other local services required

for delivering the goods at the desired destination.

(iv) Charges for Warranty.

(v) Installation, Commissioning and Training charges

(vi) The cost towards the spares, extended warranty, AMC/CMC,if any.

IN CASE OF DOMESTIC BIDDING, PROSPECTIVE BIDDERS SHALL NOT BE ALLOWED TO OFFER PRICES FOR SUPPLY OF

GOODS FROM OUTSIDE INDIA IN FOREIGN CURRENCY.

For goods manufactured abroad

(i) The price of the goods, quoted on FCA (named place of delivery abroad) or FOB

(named port of shipment), as specified in the Price Schedule Form.

(ii) The charges for insurance and transportation of the goods to the port/placeof

destination.

(iii) The agency commission etc., if any.

(iv) Charges for Warranty.

(v) Installation, Commissioning and Training

(vi) The cost towards the spares, extended warranty, AMC/CMC, if any.

1.32.8

The comparison between the indigenous and the foreign offers shall be made on FOR destination basis and CIF/CIP

basis respectively. However, the CIF/CIP prices quoted by any foreign bidder shall be loaded further as under:

(a) Towards customs duty and other statutory levies–as per applicable rates.

Page 26 of 156

(b) Towards custom clearance, inland transportation etc. - 2% of the CIF/CIP value.

The bidder should give a clear cut breakup of EXW, FOB/FCA, CIF/CIP prices to facilitate proper comparison with the

purchaser reserving the right to order on either basis, failing which the bid would be summarily ignored.

1.32.9

Orders for imported stores need not necessarily be on FOB/FCA basis rather it an be on the basis of any of the incoterm

specified in ICC Incoterms 2020 as may be amended from time to time by the ICC or any other designated authority

andfavourable to the purchaser.

1.32.10

Wherever the price quoted on FOB/FCA and CIF/CIP basis are the same, the Contract would be made on CIF / CIP basis

only.

1.32.11

The GCC and the SCC shall specify the mode of transport i.e., whether by air/ocean/road/rail.

1.32.12

There is no provision to purchase optional items. The specifications embodied in the tender documents would be the

basis of evaluating the responsiveness of bids received.

1.32.13

The Purchaser shall compare all substantially responsive bids to determine the lowest valuated bid, in accordance with

ITB Clause 1.32.

1.33 Contacting the Purchaser

1.33.1

Subject to ITB Clause 1.24.2, no Bidder shall contact the Purchaser on any matter relating to its bid, from the time of

the bid opening to the time the Contract is awarded.

1.33.2

Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award

may result in rejection of the Bidder's bid.

1.34 Post qualification

1.34.1

In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder that is selected

as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in

accordance with the criteria listed in ITB Clause 1.14.

1.34.2

The determination will take into account the eligibility criteria listed in the bidding documents and will be based upon

an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such

other information as the Purchaser deems necessary and appropriate.

1.34.3

An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination

will result in rejection of the Bidder’s bid.

F. AWARD OF CONTRACT

1.35 Negotiations

1.35.1

Normally, there shall not be any negotiation. Negotiations, if at all, shall be an exception and only in the case of items

with limited source of supply. Negotiations shall be held with the lowest evaluated responsive bidder. Counter offers

tantamount to negotiations and shall be treated at par with negotiations in the case of one time purchases.

Page 27 of 156

1.36 Award Criteria

1.36.1

Subject to ITB Clause 1.39, the Purchaser will award the contract to the successful Bidder whose bid has been

determined to be substantially responsive and has been determined to be the lowest evaluated bid, provided further

that the Bidder is determined to be qualified to perform the contract satisfactorily. The details of the award would be

hosted on the website of the Purchaser.

1.37 Purchaser's right to vary Quantities at Time of Award

1.37.1

The Purchaser reserves the right at the time of Contract award to increase or decrease the quantity of goods and

services originally specified in the Schedule of Requirements to the extent of 25% without any change in unit price or

other terms and conditions.

1.38 Option Clause

1.38.1

The Purchaser reserves the right to increase or decrease the quantity of the required goods up to 25% (Twenty-Five)

per cent at any time, till final delivery date (or the extended delivery date of the contract), by giving reasonable notice

even though the quantity ordered initially has been supplied in full before the last date of the delivery period (or the

extended delivery period).

1.39 Purchaser's right to accept Any Bid and to reject any or All Bids

1.39.1

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any

time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders.

1.40 Notification of Award

1.40.1

Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in writing by registered

letter or by cable or telex or fax or e mail that the bid has been accepted and a separate purchase order shall follow

through post.

1.40.2

Until a formal contract is prepared and executed, the notification of award should constitute a binding contract.

1.40.3

Upon the successful Bidder’s furnishing of the signed Contract Form and performance security pursuant to ITB Clause

1.43, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security.

1.41 Signing of Contract

1.41.1

Promptly after notification, the Purchaser shall send the successful Bidder the Agreement/Purchase Order.

1.41.2

Within twenty-one (21) days of date of the Purchase Order, the successful Bidder shall sign, date, and return it to the

Purchaser.

1.42 Order Acceptance

1.42.1

The successful bidder should submit Order acceptance within 14 days from the date of issue of order/signing of

contract, failing which it shall be presumed that the vendor is not interested and his bid security is liable to be forfeited

pursuant to clause 1.16.9 of ITB.

1.42.2

The order confirmation must be received within 14 days. However, the Purchaser has the powers to extend the time

frame for submission of order confirmation beyond the original date. Even after extension of time, if the order

confirmation is not received, the contract is liable to be cancelled provided that the purchaser, on being satisfied that

it is not a case of cartelization and the integrity of the procurement process has been maintained, may, for cogent

reasons, offer the next successful bidder an opportunity to match the financial bid of the first successful bidder, and if

the offer is accepted, award the contract to the next successful bidder at the price bid of the first successful bidder.

1.43 Performance Security

1.43.1

Within 21 days of receipt of the notification of award/PO, the Supplier shall furnish performance security (PS) in the

amount specified in SCC, valid till 60 days after the expiry of warranty period.

1.43.2

The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting

from the Supplier's failure to complete its obligations under the Contract.

1.43.3

The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and

denominated in the currency of the contract in the case of offers received for supply from foreign countries or in

equivalent Indian rupees in case the performance security is submitted by the Indian Agent.

1.43.4

Page 28 of 156

In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of

purchases from indigenous sources, the PS may be submitted by either the manufacturer or their authorized

dealer/bidder.

1.43.5

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

(a) A Bank guarantee or stand-by Letter of Credit issued by a Nationalized/ Scheduled bank located in India or a

Foreign bank with preferably its operating branch in India in the form provided in the bidding documents. Or

(b) A Banker’s cheque or Account Payee demand draft in favour of the purchaser.

1.43.6

The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days

following the date of completion of the Supplier's performance obligations, including any warranty obligations, unless

specified otherwise in SCC, without levy of any interest.

1.43.7

In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the

amendment to the performance security, rendering the same valid for the duration of the contract, as amended for

further period of 60 days thereafter.

1.43.8

The performance security must be received within 21 days. However, the Purchaser has the powers to extend the time

frame for submission of Performance Security (PS). Even after extension of time, if the PS is not received, the contract

is liable to be cancelled provided that the purchaser, on being satisfied that it is not a case of cartelization and the

integrity of the procurement process has been maintained, may, for cogent reasons, offer the next successful bidder

an opportunity to match the financial bid of the first successful bidder, and if the offer is accepted, award the contract

to the next successful bidder at the price bid of the first successful bidder.

1.43.9

Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee, then he should

advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate

copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the

correctness, genuineness, etc.

1.44. Pre-bid Conference (PBC)

1.44.1

A Pre-bid Conference shall be held as indicated in invitation to bid, if any. All prospective bidders are requested to

kindly attend the Pre-bid Conference. In order to facilitate the purchaser the proper conduct of the Pre-bid Conference,

all prospective bidders are requested to kindly submit their queries (with envelope bearing Tender No. and Date on top

and marked “Queries for Pre-bid Conference”) so as to reach the purchaser as indicated in invitation to bid. The

purchaser shall answer the queries during the pre-bid conference, which would become a part of the proceedings of

the Pre-bid Conference. The proceeding of the Pre Bid Conference would be hosted on the website of the purchaser

and https://etenders.gov.in/eprocure/app. Before formulating and submitting their bids, all prospective bidders are

advised to surf through the purchaser’s website after the Pre-bid Conference, in order to enable them take cognizance

of the revised tender conditions.

1.45 Integrity Pact

1.45.1

Integrity Pact bindsbothbuyersandsellerstoethicalconductandtransparencyinallactivitiesfrompre-

selectionofbidders,biddingandcontracting,implementation,completionandoperationrelatedtothecontract.

1.45.2

The Integrity pact essentially envisages an agreement between the prospective vendors/bidders and the buyer,

committing the persons/officials of both sides, not to resort to any corrupt practices in any aspect/stage of the contract.

Only those vendors/bidders, who commit themselves to such a Pact with the buyer, would be considered competent to

participate in the bidding process. In other words, entering into this Pact would be a preliminary qualification. The

essential ingredients of the Pact include:

i) Promise on the part of the Purchaser to treat all bidders with equity and reason and not to seek or accept any

benefit, which is not legally available;

ii) Promise on the part of bidders not to offer any benefit to the employees of the Purchaser not available legally

and also not to commit any offence under Prevention of Corruption Act, 1988 or Indian Penal Code 1860;

iii) Promise on the part of bidders not to enter into any undisclosed agreement or understanding with other bidders

with respect to prices, specifications, certifications, subsidiary contracts; etc.

iv) Undertaking (as part of Fall Clause) by the bidders that they have not and will not sell the same

material/equipment at prices lower than the bid price;

Page 29 of 156

iv) Foreign bidders to disclose the name and address of agents and representatives in India and Indian Bidders

to disclose their foreign principals or associates;

v) Bidders to disclose the payments to be made by them to agents/brokers or any other intermediary;

vi) Bidders to disclose any past transgressions committed over the specified period with any other company in

India or Abroad that may impinge on the anti-corruption principle;

vii) Integrity Pact lays down the punitive actions for any violation.

1.45.3

Each page of such Integrity pact proforma would be duly signed by Purchaser’s competent signatory. All pages of the

Integrity Pact are to be returned by the bidder (along with the technical bid) duly signed by the same signatory who

signed the bid, i.e. who is duly authorized to sign the bid and to make binding commitments on behalf of his company.

Any bid not accompanied by Integrity Pact duly signed by the bidder shall be considered to be a non-responsive bid and

shall be rejected straightway.

1.45.4

The SCC shall specify whether there is a need to enter into a separate Integrity pact or not.

1.45.5

The Integrity Pact would be effective from the date of invitation of bids till complete execution of the contract.

1.45.6

The names and contact details of the Independent External Monitors (IEM) on the event of the need of IP is as detailed

in the SCC.

1.45.7

The model format of IP is at Chapter-8.

Page 30 of 156

CHAPTER 2

CONDITIONS OF CONTRACT

A GENERAL CONDITIONS OF CONTRACT (GCC)

Table of Contents

Sl. No. Clause

2.1 Definitions

2.2 Contract Documents

2.3 Code of Integrity

2.4 Joint Venture, Consortium or Association

2.5 Scope of Supply

2.6 Suppliers’ Responsibilities

2.7 Contract price

2.8 Copy Right

2.9 Application

2.10 Standards

2.11 Use of Contract Documents and Information

2.12 Patent Indemnity

2.13 Performance Security

2.14 Inspections and Tests

2.15 Packing

2.16 Delivery and Documents

2.17 Insurance

2.18 Transportation

2.19 Incidental Services

2.20 Spare Parts

2.21 Warranty

2.22 Terms of Payment

2.23 Change Orders and Contract Amendments

2.24 Assignment

2.25 Subcontracts

2.26 Extension of time

2.27 Liquidated Damages Clause

2.28 Termination for Default

2.29 Force Majeure

2.30 Termination for insolvency

2.31 Termination for Convenience

2.32 Settlement of Disputes

2.33 Governing Language

2.34 Applicable Law

2.35 Notice

2.36 Taxes and Duties

2.37 Right to use Defective Goods

2.38 Protection against Damage

2.39 Site preparation and installation

2.40 Import and Export Licenses

2.41 Risk Purchase Clause

2.42 Option Clause

2.43 Integrity Pact

2.44 Order Acceptance

GENERAL CONDITIONS OF CONTRACT (GCC)

Page 31 of 156

2.1 Definitions

2.1.1

The following words and expressions shall have the meanings hereby assigned to

them:

(a) “Contract” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the

Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated

by reference therein.

(b) “Contract Documents” means the documents listed in the Contract Agreement, including any amendments

thereto.

(c) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such

additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

(d) “Day” means calendar day.

(e) “Completion” means the fulfilment of the Goods and related Services by the Supplier in accordance with the terms

and conditions set forth in the Contract.

(f) “GCC” means the General Conditions of Contract.

(g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the

Supplier is required to supply to the Purchaser under the Contract.

(h) “Related Services” means the services incidental to the supply of the goods, such as transportation, insurance,

installation, training and initial maintenance and other such obligations of the Supplier under the Contract.

(i) “SCC” means the Special Conditions of Contract.

(j) “Subcontractor” means any natural person, private or government entity, or a

combination of the above, to whom any part of the Goods to be supplied or

execution of any part of the Related Services is subcontracted by the Supplier.

(k) Supplier” means the natural person, private or government entity, or a

combination of the above, whose bid to perform the Contract has been

accepted by the Purchaser and is named as such in the Contract Agreement.

(l) The “Council” means the Council of Scientific & Industrial Research (CSIR), registered under the Societies

Registration Act, 1860 of the Govt. of India having its registered office at 2, Rafi Marg, New Delhi-110001, India.

(m)The “Purchaser” means any of the constituent Laboratory/Institute of the Council situated at any designated place

in India as specified in SCC.

(n) “The final destination,” where applicable, means the place named in the SCC.

2.2 Contract Documents

2.2.1

Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all

parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall

be read as a whole.

2.3 Code of Integrity

2.3.1

Without prejudice to and in addition to the rights of the Purchaser to other penal provisions as per the bid documents or

contract, if the Purchaser comes to a conclusion that a (prospective) bidder/supplier, directly or through an agent, has

violated this code of integrity in competing for the contract or inexecuting a contract, the Purchaser may take appropriate

measures including one or more of the following:

a) Cancellation of the relevant contract and recovery of compensation for loss incurred by the purchaser;

b) Forfeiture or encashment of any other security or bond relating to the procurement;

c) Recovery of payments including advance payments, if any, made by the Purchaser along with interest thereon

at the prevailing rate.

a) Provisions in addition to above:

1) Removal from the list of registered suppliers and banning/debarment of the bidder from participation

in future procurements of the purchaser for a period not less than one year;

2) In case of anti-competitive practices, information for further processing may be filed under a signature

of the Joint Secretary level officer, with the Competition Commission of India;

Page 32 of 156

3) Initiation of suitable disciplinary or criminal proceedings against any individual or staff found

responsible.

2.4 Joint Venture, Consortium or Association

2.4.1 If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the

Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with

authority to bind the joint venture, consortium, or association. The composition or the constitution of the joint venture,

consortium, or association shall not be altered without the prior consent of the Purchaser.

2.5 Scope of Supply

2.5.1 The Goods and Related Services to be supplied shall be as specified in Chapter 4 i.e. Specifications and allied technical

details.

2.6 Suppliers’ Responsibilities

2.6.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with Scope

of Supply Clause of the GCC, and the Delivery and Completion Schedule, as per GCC Clause relating to delivery and

document.

2.7 Contract price

2.7.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not

vary from the prices quoted by the Supplier in its bid.

2.8 Copy Right

2.8.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the

Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly

or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain

vested in such third party.

2.9 Application

2.9.1 These General Conditions shall apply to the extent that they are not superseded by

provisions in other parts of the Contract.

2.10 Standards

2.10.1 The Goods supplied and services rendered under this Contract shall conform to the standards mentioned in the

Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to

the Goods' country of origin and such standards shall be the latest issued by the concerned institution.

2.11 Use of Contract Documents and Information

2.11.1

The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or

any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to

any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes

of such performance.

2.11.2

The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information

enumerated above except for purposes of performing the Contract.

2.11.3

Any document, other than the Contract itself, enumerated above shall remain the property of the Purchaser and shall

be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so

required by the Purchaser.

2.12 Patent Indemnity

2.12.1

The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 2.12.2 Indemnify and hold harmless

the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings,

claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which

the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model,

registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date

of the Contract by reason of:

(a) The installation of the Goods by the Supplier or the use of the Goods in India;

and

(b) The sale in any country of the products produced by the Goods.

2.12.2

If any proceedings are brought or any claim is made against the Purchaser, the Purchaser shall promptly give the

Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such

proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

2.13 Performance Security

2.13.1 Within 21 days of receipt of the notification of award/PO, the Supplier shall furnish performance security in the amount

specified in SCC, valid till 60 days after the warranty period.

Page 33 of 156

2.13.2

The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting

from the Supplier's failure to complete its obligations under the Contract.

2.13.3

The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and

denominated in the currency of the contract in the case of offers received for supply from foreign countries or in

equivalent Indian Rupees in case the Performance Security is submitted by the Indian Agent.

2.13.4

In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of

purchases from indigenous sources, the PS may be submitted by either the manufacturer or their authorized

dealer/bidder.

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

(a) A Bank guarantee or stand-by Letter of Credit issued by a Nationalized/Scheduled bank located in

India or a bank located abroad in the form provided in the bidding documents.

Or

(b) A Banker’s cheque or Account Payee demand draft in favour of the purchaser.

2.13.6

The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days

following the date of completion of the Supplier's performance obligations, including any warranty obligations, unless

specified otherwise in SCC, without levy of any interest.

2.13.7

In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the

amendment to the performance security, rendering the same valid for the duration of the contract, as amended for

further period of 60 days thereafter.

2.13.8

The order confirmation must be received within 14 days. However, the Purchaser has the powers to extend the time

frame for submission of order confirmation and submission of Performance Security (PS). Even after extension of time,

if the order confirmation /PS are not received, the contract shall be cancelled provided that the purchaser, on being

satisfied that it is not a case of cartelization and the integrity of the procurement process has been maintained, may,

for cogent reasons, offer the next successful bidder an opportunity to match the financial bid of the first successful

bidder, and if the offer is accepted, award the contract to the next successful bidder at the price bid of the first

successful bidder.

2.13.9

Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee, then he should

advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate

copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the

correctness, genuineness, etc.

2.14 Inspections and Tests

2.14.1

The inspections & test, training required would be as detailed in Chapter-4 of the

Bidding Document relating to Specification and Allied Technical details.

2.15 Packing

2.15.1

The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration

during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without

limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit

and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of

the Goods' final destination and the absence of heavy handling facilities at all points in transit.

2.15.2

The packing, marking and documentation within and outside the packages shall comply strictly with such special

requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in

any subsequent instructions ordered by the Purchaser.

2.16 Delivery and Documents

2.16.1

Delivery of the Goods and completion and related services shall be made by the supplier in accordance with the terms

specified by the Purchaser in the contract. The details of shipping and/or other documents to be furnished by the

supplier are specified in SCC.

2.16.2

The terms FOB, FCA, CIF, CIP, etc. shall be governed by the rules prescribed in the current edition of the Inco terms

published by the International Chambers of Commerce, Paris, currently it is Incoterms 2020.

2.16.3

Page 34 of 156

The mode of transportation shall be as specified in SCC. In case the purchaser elects to have the transportation done

through Air, then air lifting needs to be done through Air India only. In case Air India does not operate in the Airport of

despatch, then the bidder is free to engage the services of any other Airlines.

2.17 Insurance

2.17.1

The charges for insurance up to CSIR-NML premises have to be borne by the supplier. Should the purchaser elect to

buy on CIF/CIP basis, the Goods supplied under the Contract shall be fully insured against any loss or damage incidental

to manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC.

2.17.2

Where delivery of the goods is required by the purchaser on CIF or CIP basis the supplier shall arrange and pay for

Cargo Insurance, naming the purchaser as beneficiary and initiate & pursue claims till settlement, on the event of any

loss or damage.

2.17.3

Where delivery is on FOB or FCA basis, insurance would be the responsibility of the purchaser.

2.17.4

With a view to ensure that claims on insurance companies, if any, are lodged in time, the bidders and /or the Indian

agent shall be responsible for follow up with their principals for ascertaining the dispatch details and informing the

same to the Purchaser and he shall also liaise with the Purchaser to ascertain the arrival of the consignment after

clearance so that immediately thereafter in his presence the consignment could be opened and the insurance claim

be lodged, if required, without any loss of time. Any delay on the part of the bidder/Indian Agent would be viewed

seriously and he shall be directly responsible for any loss sustained by the purchaser on the event of the delay.

2.18 Transportation

2.18.1

Where the Supplier is required under the Contract to deliver the Goods FOB, transport of the Goods, up to and including

the point of putting the Goods on board the vessel at the specified port of loading, shall be arranged and paid for by

the Supplier, and the cost thereof shall be included in the Contract price. Where the Supplier is required under the

Contract to deliver the Goods FCA, transport of the Goods and delivery into the custody of the carrier at the place named

by the Purchaser or other agreed point shall be arranged and paid for by the Supplier, and the cost thereof shall be

included in the Contract Price.

2.18.2

Where the Supplier is required under the Contract to deliver the Goods CIF or CIP, transport of the Goods to the port of

destination or such other named place of destination in the Purchaser’s country, as shall be specified in the Contract,

shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.

2.18.3

In the case of supplies from within India, where the Supplier is required under the Contract to transport the Goods to a

specified destination in India, defined as the Final Destination, transport to such destination, including insurance and

storage, as specified in the Contract, shall be arranged by the Supplier, and the related costs shall be included in the

Contract Price.

2.19 Incidental Services

2.19.1

The supplier may be required to provide any or all of the services, including training, if any, specified in chapter 4.

2.20 Spare Parts

2.20.1

The Supplier shall be required to provide any or all of the following materials, notifications, and information pertaining

to spare parts manufactured or distributed by the Supplier:

(a) Such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall

not relieve the Supplier of any warranty obligations under the Contract; and

(b) In the event of termination of production of the spare parts:

(i) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser

to procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and

specifications of the spare parts, if requested.

2.21 Warranty

2.21.1

The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they

incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

2.21.2

The Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier

or arising from design, materials, and workmanship, under normal use in the conditions prevailing in India.

2.21.3

Page 35 of 156

Unless otherwise specified in the SCC, the warranty shall remain valid for Twelve (12) months after the Goods, or any

portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC,

or for Eighteen (18) months after the date of shipment from the port or place of loading in the country of origin,

whichever period concludes earlier.

2.21.4

The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available

evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for

the Supplier to inspect such defects.

2.21.5

Upon receipt of such notice, the Supplier shall, within a reasonable period of time, expeditiously repair or replace the

defective Goods or parts thereof, at no cost to the Purchaser.

2.21.6

If having been notified, the Supplier fails to remedy the defect within a reasonable period of time; the Purchaser may

proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and

expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the

Contract.

2.21.7

Goods requiring warranty replacements must be replaced on free of cost basis to the purchaser.

2.22 Terms of Payment

2.22.1

The method and conditions of payment to be made to the Supplier under this Contract shall be as specified in the SCC.

2.22.2

The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing,

as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to Delivery

and document Clause of the GCC and upon fulfilment of other obligations stipulated in the contract.

2.22.3

Payments shall be made promptly by the Purchaser but in no case later than thirty (30) days after submission of the

invoice or claim by the Supplier. While claiming the payment, the supplier should certify in the bill/invoice that the

payment being claimed strictly in terms of the contract and all obligations on the part of the supplier for claiming the

payment have been fulfilled as required under the contract.

2.22.4

Payment shall be made in currency as indicated in the contract.

2.23 Change Orders and Contract Amendments

2.23.1

The Purchaser may at any time, by written order given to the Supplier pursuant to Clause on Notices of the GCC make

changes within the general scope of the Contract in any one or more of the following:

(a) Increase or decrease in the quantity required, exercise of quantity opinion clause;

(b) Changes in schedule of deliveries and terms of delivery;

(c) The changes in inspection arrangements;

(d) Changes in terms of payments and statutory levies;

(e) Changes due to any other situation not anticipated;

2.23.2

No changes in the price quoted shall be permitted after the purchase order has been issued except on account of

statutory variations.

2.23.3

No variation or modification in the terms of the contract shall be made except by written amendment signed by the

parties.

2.24 Assignment

2.24.1

The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the

Purchaser's prior written consent.

2.25 Subcontracts

2.25.1

The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified

in the bid. Such notification, in the original bid or later, shall not relieve the Supplier from any liability or duties or

obligation under the contract.

2.26 Extension of time.

2.26.1

Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time

schedule specified by the Purchaser.

2.26.2

Page 36 of 156

If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions

impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in

writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s

notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for

performance with or without liquidated damages, in which case the extension shall be ratified by the parties by

amendment of the Contract.

2.26.3

Except as provided under the Force Majeure clause of the GCC, a delay by the Supplier in the performance of its delivery

obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to liquidated damages

Clause of the GCC unless an extension of time is agreed upon pursuant to above clause without the application of

penalty clause.

2.27 Liquidated Damages

2.27.1

Subject to GCC Clause on Force Majeure, if the Supplier fails to deliver any or all of the Goods or to perform the Services

within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the

Contract, deduct from the Contract Price, as penalty, a sum equivalent to the percentage specified in SCC of the

delivered price of the delayed Goods or unperformed Services or contract value in case the delivered price of the

delayed goods or unperformed services cannot be ascertained from the contract, for each week or part thereof of delay

until actual delivery or performance, up to a maximum deduction of the Percentage specified in SCC. Once the

maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause on Termination

for Default.

2.28 Termination for Default

2.28.1

The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to

the Supplier, terminate the Contract in whole or part

(a) If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the contract, or within any

extension thereof granted by the Purchaser pursuant to GCC Clause on Extension of Time; or

(b) If the Supplier fails to perform any other obligation(s) under the Contract.

(c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent or collusive or coercive

practices etc. as defined in GCC Clause and ITB clause on code of integrity in competing for or in executing the

Contract.

2.28.2

In the event the purchaser terminates the contract in whole or in part, he may take recourse to any one or more of the

following action:

(a) The Performance Security is to be forfeited;

(b) The purchaser may procure, upon such terms and in such manner as it deems appropriate, stores similar to

those undelivered, and the supplier shall be liable for all available actions against it in terms of the contract.

(c) However, the supplier shall continue to perform the contract to the extent not terminated.

2.29 Force Majeure

2.29.1

Notwithstanding the provisions of GCC Clauses relating to extension of time, Liquidated damages and Termination for

Default the Supplier shall not be liable for forfeiture of its performance security, liquidated damages or termination for

default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract

is the result of an event of Force Majeure.

2.29.2

For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not

foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such

events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires,

floods, epidemics, quarantine restrictions, and freight embargoes.

2.29.3

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and

the cause thereof within 21 days of its occurrence. Unless otherwise directed by the Purchaser in writing, the Supplier

shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure event.

2.29.4

Page 37 of 156

If the performance in whole or in part or any obligations under the contract is prevented or delayed by any reason of

Force Majeure for a period exceeding 60 days, either party may at its option terminate the contract without any financial

repercussions on either side.

2.30 Termination for Insolvency

2.30.1

The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier 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 Purchaser.

2.31 Termination for Convenience

2.31.1

The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time. The

notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which performance

of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

2.31.2

The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination

shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may

elect:

(a) To have any portion completed and delivered at the Contract terms and prices; and/or

(b) To cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for

materials and parts previously procured by the Supplier.

2.32 Settlement of Disputes

2.32.1

The Purchaser and the supplier shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the Contract.

2.32.2

If, after twenty-one (21) days, the parties have failed to resolve their dispute or difference by such mutual consultation,

then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as

hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced

unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration

has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced

prior to or after delivery of the Goods under the Contract.

2.32.3

The dispute settlement mechanism/arbitration proceedings shall be concluded as

under:

(a) If any dispute or difference arises between the Purchaser and a domestic supplier 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 Delhi International Arbitration Centre

(DIAC), Delhi High Court, New Delhi. The award of the arbitrator so appointed shall be final, conclusive and binding

on all parties to this order.

(b) In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shall be settled by arbitration

in accordance with provision of sub-clause (a) above. But if this is not acceptable to the supplier then the dispute

shall be settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade

Law) Arbitration Rules.

2.32.4

The venue of the arbitration shall be the place from where the purchase order or contract is issued.

2.32.5

Notwithstanding, any reference to arbitration herein,

(a) The parties shall continue to perform their respective obligations under the Contract unless they otherwise

agree; and

(b) the Purchaser shall pay the Supplier any monies due the Supplier.

2.33 Governing Language

2.33.1

Page 38 of 156

The contract shall be written in English language which shall govern its interpretation. All correspondence and

other documents pertaining to the Contract, which are exchanged by the parties, shall be written in the English

language only.

2.34 Applicable Law

2.34.1

The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to

place of jurisdiction as specified in SCC.

2.35 Notices

2.35.1

Any notice given by one party to the other pursuant to this contract/order shall be sent to the other party in writing or

by cable, telex, FAX, e-mail or and confirmed in writing to the other party’s address specified in the SCC.

2.35.2

A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

2.36 Taxes and Duties

2.36.1

For goods manufactured outside India, the Supplier shall be entirely responsible for all taxes, stamp duties, license

fees, and other such levies imposed outside India.

2.36.2

For goods Manufactured within India, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc.,

incurred till its final manufacture/production.

2.36.3

If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in India, the Purchaser shall

make its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

2.36.4

All payments due under the contract shall be paid after deduction of statutory

levies (at source) (like IT, etc.) wherever applicable.

2.36.5

Customs Duty – If the supply is from abroad this Institute is permitted to import goods as per notification No.51/96 –

Customs and pay a concessional duty up to 5% as per notification 24/2002 – Customs on all imports.

2.37 Right to use Defective Goods

2.37.1

If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the

goods proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such goods until

rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering

with the Purchaser’s operation.

2.38 Protection against Damage

2.38.1

The system shall not be prone to damage during power failures and trip outs. The normal voltage and frequency

conditions available at site as under:

(a) Voltage 230 volts – Single phase/ 415 V 3 phase (+_ 10%)

(b) Frequency 50 Hz.

2.39 Site preparation and installation

2.39.1

The Purchaser is solely responsible for the construction of the equipment sites in compliance with the technical and

environmental specifications defined by the Supplier. The Purchaser will designate the installation sites before the

scheduled installation date to allow the Supplier to perform a site inspection to verify the appropriateness of the sites

before the installation of the Equipment, if required. The supplier shall inform the purchaser about the site preparation,

if any, needed for installation, of the goods at the purchaser’s site immediately after notification of award/contract.

2.40 Import and Export Licenses

2.40.1

If the ordered materials are covered under restricted category of EXIM policy in India the Vendor / Agent may intimate

such information for obtaining necessary, license in India.

2.40.2

If the ordered equipment is subject to Vendor procuring an export license from the designated government agency /

country from where the goods are shipped / sold, the vendor has to mention the name, address of the government

agency / authority. The vendor must also mention the time period within which the license will be granted in normal

course.

2.41 Risk Purchase Clause

2.41.1

If the supplier fails to deliver the goods within the maximum delivery period specified in the contract or Purchase Order,

the purchaser may procure, upon such terms and in such a manner as it deems appropriate, Goods or Services similar

Page 39 of 156

to those undelivered and the Supplier shall be liable to the purchaser for any excess costs incurred for such similar

goods or services.

2.42 Option Clause

2.42.1

The Purchaser reserves the right to increase or decrease the quantity of the required goods up to 25% (Twenty-Five)

per cent at any time, till final delivery date (or the extended delivery date of the contract), by giving reasonable notice

even though the quantity ordered initially has been supplied in full before the last date of the delivery period (or the

extended delivery period)

2.43 Integrity Pact

2.43.1

The SCC shall specify whether there is a need to enter into a separate Integrity pact or not.

2.43.2

The names and contact details of the Independent External Monitors (IEM) on the event of the need of IP is as detailed

in the SCC.

2.44 Order Acceptance

2.44.1

The successful bidder should submit Order acceptance within 14 days from the date of issue of order/signing of

contract, failing which it shall be presumed that the vendor is not interested and his bid security is liable to be forfeited

pursuant to clause 1.16.10 of ITB.

Page 40 of 156

B SPECIAL CONDITIONS OF CONTRACT

Table of Contents

Sl. No. GCC Clause

01. GCC 2.1.1 (l)

02. GCC 2.1.1 (m)

03. GCC 2.13.1

04. GCC 2.15.2

05. GCC 2.16.1

06. GCC 2.16.3

07. GCC 2.17.1

08. GCC 2.21.3

09. GCC 2.22.1

10. GCC 2.27.1

11. GCC 2.27.1

12. GCC 2.34.1

13. GCC 2.35.1

14. GCC 2.43.1

15. GCC 2.43.2

16 GCC 1.32.3

17 GCC 1.32.3

Page 41 of 156

Special conditions of contract (SCC)

The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC).

Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

S.N. GCC Clause

Ref

Condition

1 GCC 2.1.1(l) The Purchaser is: Director, CSIR-National Metallurgical Laboratory, Jamshedpur - 831 007

2 GCC 2.1.1(m) The Final Destination is:

CSIR-National Metallurgical Laboratory,

Jamshedpur - 831 007

The successful bidder shall provide services at following places: (a) CSIR-NML Main Building, Burmamines (b) Magnesium Pilot Plant (c) LSTF & MBPP Plant Area (d) Agrico & Tuiladungri Dispensary and (e) Official residence of the Director, CSIR-NML.

3 GCC 2.13.1 The amount of the Performance Security shall be 3% of the contract value. The Performance Bank Guarantee

should be valid till end of the contract period plus 60 days.

4 GCC 2.15.2 The marking and documentation within and outside the packages shall be:

(a) Each package should have a packing list within it detailing

the part No(s), description, quantity, HSN Code, Gross &

Net Weight, Volume of goods etc.

(b) Outside each package, the contract No., the name and

address of the purchaser and the final destination should

be indicated on all sides and top.

(c) Each package should be marked as 1/x, 2/x, 3/x……x/x,

where “x” is the total No. of packages contained in the

consignment.

(d) All the sides and top of each package should carry an Appropriate indication/ label/ stickers indicating the

precautions to be taken while handling/storage.

5 GCC 2.16.1 Details of Shipping and other Documents to be furnished by the Supplier are :

For goods manufactured within India

Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also

supply following documents by registered post / speed post and copies thereof by FAX/Email.

(a) Two copies of Supplier’s Invoice indicating, inter-alia

description and specification of the goods, quantity, unit

price, total value, HSN Code, Gross & Net Weight, Volume

of goods;

(b) Packing list;

(c) Certificate of country of origin;

(d) Insurance certificate, if required under the contract;

(e) Railway receipt/Consignment note;

(f) Manufacturer’s guarantee certificate and in-house inspection certificate;

(g) Inspection certificate issued by purchaser’s inspector, if any; and

(h) Any other document(s) as and when required in terms of the contract.

Page 42 of 156

Note:

01. The nomenclature used for the item description in the invoices(s), packing list(s) and the delivery note(s) etc.

should be identical to that used in the contract. The dispatch particulars including the name of the

transporter should also be mentioned in the Invoice(s).

02. The above documents should be received by the Purchaser before arrival of the Goods and, if not received,

the Supplier will be responsible for any consequent expenses.

For goods manufactured abroad

Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also

supply following documents by Registered Post/courier and copies thereof by FAX/Email.

(a) Two copies of supplier’s Invoice giving full details of the

goods including quantity, value, etc.;

(b) Packing list;

(c) Certificate of country of origin issued by supplier;

(d) Manufacturer’s guarantee and Inspection certificate;

(e) Inspection certificate issued by the Purchaser’s Inspector, if any;

(f) Insurance Certificate, if required under the contract;

(g) Name of the Vessel/Carrier;

(h) Bill of Lading/Airway Bill;

(l) Any other document(s) as and when required in terms of the contract.

Note:

01. The nomenclature used for the item description in the Invoices (s), packing list(s) and the delivery note(s)

etc. should be identical to that used in the contract. The dispatch particulars including the name of the

transporter should also be mentioned in the Invoice(s).

02. The above documents should be received by the Purchaser before arrival of the Goods and, if not received,

the Supplier will be responsible for any consequent expenses.

6 GCC 2.16.3 In case of supplies from within India, the mode of transportation shall be by Road.

In case of supplies from abroad, the mode of transportation shall be by Air.

7 GCC 2.17.1 The Insurance shall be for an amount equal to 110% of the CIF or CIP value of the contract from within “warehouse

to warehouse (final destination)” on “all risk basis” including strikes, riots and civil commotion.

8 GCC 2.21.3 1 year onsite Warranty for whole system from the date of successful installation, training /demo and

commissioning as Certified by NML’s user Scientist to be provided by supplier.

In any of the quoted goods by the Indian Agent it will be his responsibility to ensure manufacturer’s warranty.

Vendor must quote consecutive 3-year non-comprehensive AMC rate (minimum 02 preventive + 1 breakdown visit

per year) for equipment after warranty. However, the cost of AMC charges shall not be included for price

comparison.

N.B.- However, it will be the prerogative of competent authority, CSIR-NML to enter or not to enter into an AMC with

the Supplier at the time of placement of P.O.. Competent authority, CSIR-NML may also decide to go for AMC on a

later date (i.e. just after completion of warranty period), however the price quote for the AMC should stand valid

for a minimum of 6 months after completion of warranty period.

All items/components should be covered under warranty, without any exclusion.

9 GCC2.22.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

Payment for Goods supplied from abroad:

Payment of foreign currency portion shall be made in currency of the Contractin the following manner:

(a) On Shipment: NINETY percent ( 90 %) of the Contract Price of the Goods shipped shall be paid through

irrevocable letter of credit opened in favour of the Supplier in a bank in itscountry, upon submission of documents

specified in GCC Clause 2.16.

(b) On Acceptance: TEN percent ( 10 %) of the Contract Price of Goods received shall be paid within thirty (30)

days of receipt of Goods and successful installation & commissioning upon submission of claim supported by

the acceptance certificate issued by the Purchaser along with the Performance security, if any.

Page 43 of 156

The Performance Security of 10% (Ten percent) of value of Purchase Order should be valid till 60 (Sixty) days

beyond the date of expiry of Warranty Period of 5 (Five) years.

10 GCC 2.22.1 The L/C will be confirmed at the suppliers cost, if requested specifically by the supplier. All bank charges abroad

shall be to the account of the beneficiary i.e. supplier and all bank charges in India shall be to the account of the

opener i.e. purchaser. If L/C is requested to be extended/ reinstated for reasons not attributable to the purchaser,

the charges thereof would be to the suppliers’ account. Payment of local currency portion shall be made in Indian

Rupees within thirty (30) days of presentation of claim supported by a certificate from the Purchaser declaring that

the Goods have been delivered and that all other contracted Services have been performed. The LC for 100%

value of the contract shall be established after deducting the agency commission payable if any, to the Indian

agent from the FOB/FCA value.

Payment for Goods and Services supplied from India:

The payment shall be made in Indian Rupees, as follows:

The payment will be made against pre receipted bill/ Invoice at the end of each quarter, within 30 days (from the

date of quarter ending). The bill/ Invoice should be accompanied with original service report duly certified by

the IT department/ Indenter.

The bidder will also have to submit a Performance Security which shall be 3% of the contract value. The

Performance Bank Guarantee should be valid till end of the contract period plus 60 days. Performance Bank

Guarantee has to be submitted within 21(Twenty One) days from the date of placement of work order.

Note:

All payments due under the Contract shall be paid after deduction of statutory levies at source (like ESIC, Income

Tax, GST-TDS etc.), wherever applicable.

Payments will be made through e-payment mode, i.e. RTGS. Bills for partial supply (if any) should not be raised.

Bills can only be raised after completion of the entire supply.

(a) On Delivery & Inspection: 70 (Seventy) % of the Contract + 100% taxes Price shall be paid after delivery &

inspection by the user in presence of the representative/s of the supplier, of the all ordered Goods.

(b) On Acceptance: The remaining 30 (Thirty) % of the Contract value shall be paid to the Supplier thirty (30) days

of receipt of Goods and successful installation & commissioning upon submission of claim supported by the

acceptance certificate issued by the Purchaser subject to submission of performance security 3% of the contract

value

OR

Hundred percent ( 100%) of the Contract Price of Goods received shall be paid within thirty (30) days of receipt of

Goods and successful installation & commissioning upon submission of claim supported by the acceptance

certificate issued by the Purchaser along with the Performance security, if any. (WHICHEVER IS APPLICABLE)

OR

Hundred percent (100%) of the Contract Price of Goods received shall be paid within thirty (30) days of receipt

and acceptance of goods.

The Performance Security of 3% (Three percent) of value of Purchase Order should be valid till 60 (Sixty) days

beyond the date of expiry of Warranty Period of 1(One) Years Warranty from the date of installation, commissioning

and acceptance.

11 GCC 2.27.1 The penalty shall be 0.5% per week or part of a week towards late delivery and services.

12 GCC 2.27.1 The maximum amount of penalty shall be 10%

13 GCC 2.34.1 The place of jurisdiction is Jamshedpur, Jharkhand, India.

Page 44 of 156

14 GCC 2.35.1 For notices, the Purchaser’s address is

The Director

Attention: Controller of Stores & Purchase

Location: CSIR- National Metallurgical Laboratory, Burmamines, Jamshedpur, 831 007

Electronic mail address : [email protected]

15 GCC 2.43.1 The integrity pact is not to be signed.

16 GCC 2.43.2 The name and contact details of the IEMs are as under:

(NOT APPLICABLE)

17 GCC 1.32.3 Purchase Preference Make in India – Applicable

18 GCC 1.32.3 Purchase Preference MSE –Applicable

(Controller of Stores & Purchase)

CSIR-NML, JAMSHEDPUR

For and on behalf of Council of Scientific & Industrial Research

Page 45 of 156

CHAPTER 3

(To be filled by the bidder as appropriate and enclosed with the Technical Bid)

SCHEDULE OF REQUIREMENT

Sl.

No.

Brief Description of Goods &

Servicesalongwith HSN Codes

Quantity Physical Unit Final destination/

Place

Delivery Schedule

(to be filled by

thebidder)

Time frame required for conducting

installation, commissioning of the

eqpt., acceptance test, etc. after the

arrival of consignment

(to be filled by the bidder)

Term of delivery: FOB/FCA/CIF/CIP ________________FOR NML_______________ (named port of shipment or named place of delivery)

(retain only one)

Period of delivery shall count from: ____________________________________ Country of Shipment: ___________

(to be filled by the bidder) Country of Origin: ___________

Scope of Supply: ____________________________________ Approx. Gross & Net Wt. with volume: ___________

Training requirement: ____________________________________

(Location, no. of persons, period of training, nature of training)

Date : ……………………………

Place : ……………………………Signature of the Bidder

Notes for Bidders:

(1) The delivery schedule shall clearly indicate the time period within which the successful bidder must deliver the consignment in full from the date of establishment

of LC or from the date of contract etc. It should also indicate separately the time period desired for installation and commissioning of the equipment after arrival

of the consignment at the premises of the Purchaser.

(2) The date or period for delivery should be carefully specified, taking into account

(a) The implications of delivery terms stipulated in the Instructions to Bidders pursuant to the Incoterms rules (i.e., EXW, or CIF, CIP, FOB, FCA terms—that “delivery”

takes place when goods are delivered to the carriers), and

(b) The date prescribed herein from which the delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of credit, date of

releasing advance payment etc.).

Page 46 of 156

Chapter 4

Specifications and Allied Technical Details for “Procurement Of Comprehensive Maintance Contract

For Servers, Computers And Networking Component etc. for 3 (Three) years from the issue of Work

Order.”

4.1 Scope of Service and Supply : “Procurement Of Comprehensive Maintance Contract For

Servers, Computers And Networking Component etc. for 3 (Three) years from the issue of Work Order.”

Bidders are instructed to submit the consolidated price in the BOQ (.xls) format and give the break up cost

of the items in the respective price schedules.

4.2 Specifications

PROCUREMENT OF COMPREHENSIVE MAINTANCE CONTRACT FOR SERVERS, COMPUTERS AND

NETWORKING COMPONENT etc. for 3 (Three) years from the issue of Work Order

List of Item and details of the same :

Sl. No. Description of Material

List of items

Quantity*

(in Nos.)

1. Access Point 30

2. Computer 460

3. CVT 4

4. External DVD Writer 10

5. Laptop with Battery 118

6. Monitor 17

7. Printer (Total: 248)

I. Deskjet 18

II. Dot Matrix Printer 2

III. LaserJet 227

8. IV. Line Matrix Printer 1

9. Router 3

10. Scanner 54

11. Server 20

12. Switch 28

13. Tape Drive 2

14. UPS with Battery (Total : 50)

I. 0.5 KVA 2

II. 0.6 KVA 1

III. 1 KVA 20

IV. 1.1 KVA 1

V. 1.5 KVA 1

VI. 2 KVA 6

VII. 2.2 KVA 1

VIII. 3 KVA 4

IX. 5 KVA 2

X. 6 KVA 6

XI. 10 KVA 2

XII. 15 KVA 2

XIII. 30 KVA 2

15. Workstation 9

16. Comprehensive maintenance of LAN with around 600 nodes with

MM-FO Backbone 10G (1.7 KM) & edge wiring of 1G with CAT 6

including all passive components & their connectivity.

1

(Lump

sum)

Total: 1054

Page 47 of 156

Item quantity mentioned against each item is indicative and will be finalized after site survey

by successful bidder (after placement of Purchase Order) as per terms and conditions mentioned

under this contract.

Sl No.

PIR Number Division Item Type Quant ity

Description

1 20160674 MNP Printer LaserJet

1 Laserjet Printer, MF4820d, Make : Cannon Sl.No.QYR32164

2 20090007 D'OFF Computer 1 Dell, Desktop Computer, Model : VOSTRO - 320 all in one, 2GB DDR2 RAM, SATA Hard Drives 160 GB with 19 inch TFT Monitor, Sl.No.CN- 0GRH04-70163-98D-004K & CN-0GRH04-70163-98D-00D3

3 20090007 D'OFF Computer 1 Dell, Desktop Computer, Model : VOSTRO - 320 all in one, 2GB DDR2 RAM, SATA Hard Drives 160 GB with 19 inch TFT Monitor, Sl.No.CN- 0GRH04-70163-98D-004K & CN-0GRH04-70163-98D-00D3

4 20100011 D'OFF Laptop 1 Dell Laptop, Model : Inspion 15R, 15.6 inch High Definition WLED Glossy Display, Servive Tag No. BW2C7BS.

5 20070004 D'OFF Printer LaserJet

1 HP Printer LaserJet, CLJ2605DN, Sl.No. CNHJ72HOFM Qty: 1 NO Supplier:Shova International

6 20100012 D'OFF Printer LaserJet

1 HP Printer LaserJet MFP - 1005, Sl.No. CNG9B9L61K Qty: 1 NO

7 20080006 D'OFF Scanner 1 Scanner 5590 Digital Flatbed , Make: HP , S/N. CN837TR16D . Qty: 1 NO

8 20130106 ADMN Computer 1 Desktop Computer, Make : Lenovo, Model : M 72, Intel R Core TM i7 3770, 8GB DDR3, 1000GB Hard Disk Drive, with 20" LCD Monitor, USB Optical Mouse, USB Keyboard, One Pr. stereo desktop Speaker & Windows R Professional 64 bit with Three year on-site warrenty, Sl.No. CPU - PG-62244, Monitor - VN-39867

9 20130113 ADMN Laptop 1 HP Laptop, Model : Probook 4540S, Intel R Core i7 3632QM Quad Core, 4 GB 1600 MHz DDR3 SDRAM, 500GB 7200 RPM Hard Drive, 15.6" HD antiglare LED backlit with carry case & Win 7 Professional and 3 yrs. warrenty, Sl.No. INA307WVLT

10 20120092 ADMN Printer LaserJet

1 HP Printer LaserJet LJ Pro M 401D Mono, S/No. VNC3G01224 Qty: 1 NO

11 20080056 MEF Computer 1 Desktop Computer , Model No. dx 7400 , 19" TFT Color monitor , Make: HP , CPU Sl.No. SGH8270BYT , Monitor Sl.No. 3CQ8241306 .

12 20090061 MEF Laptop 1 HP Compaq model - 2230S Notebook PC, Sl.No.CNU9358HWM Qty: 1 NO

13 20080945 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No: CNK75112SN , CPU No.

INA81600QM . Qty: 1 NO

14 20121393 MEF Computer 1 HP Desktop Computer, Processor - Core i5-2400s, Ram : 4GB DDR3, HDD : 570GB, Wireless Mouse, 1 GB Graphic Card with 20" LED Monitor, Sl.No. CPU-4CE1200QNF & Monitor - CNC145QPGR

15 20070800 ENG Laptop 1 Computer Notebook (Laptop) Intel core2 Duo T5600, 1.83GHz, 512MB RAM, 80GB HDD, 15.4" Display, DVD R/W, Win. XP Pro, Carry

case, Make : Toshiba, Model : Satellite A100, Sl.No. Z6156855Q Qty: 1 NO

16 20121448 MEF Scanner 1 HP Scanjet + G3110 Scanner [ Copy, Scan to e-mail/pdf ] 48 bit flatbed ecD

Page 48 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

17 20101244 MEF Computer 1 1] HP Pavilion Desktop Computer P6378IN, Intel Core i5 650 Processor , Ram - 4 GB , HDD - 750

GB , Graphics Card - 1 GB , OS- Preloaded Genuine Win 7 HOme Premiume , CPU Sl No -

INA03000FN , 1 Nos 2] LCD Monitor 20 Inch , Monitor Sl No CNCO21Q7JR , CNCO21Q7JR , 2

Nos

18 20101244A MEF Printer

LaserJet

1 HP Printer LaserJet M1005 Multifunction Printer , Print, Scan, Copy Qty: 1 NO

19 20080509 ENG Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No: CNK75112CX

, CPU Sl.No. INA817072K .

20 20090008 D'OFF Computer 1 Desktop Computer, Make : Dell All-In-One Vostro-320, Intel R Core TM 2 Duo Processor, 2 GB

DDR2 RAM, 160 GB Sata Hard Drives with Dell 19 inch Wide Screen Flat Panel TFT Monitor, Sl.No. CH

- OGRH04-

70163 - 98C -0039

21 20090009 D'OFF Printer

LaserJet

1 HP Printer LaserJet P2055d, Duplex print facility, Sl.No. CNCJC02093

22 20110018 D'OFF Printer

LaserJet

1 HP Laserjet PRO CM1415fn Multi-Function Printer [Print / Copy / Scan / Fax / Network ], Sl.No.

CNH8C881KS

23 20070003 D'OFF Printer

DeskJet

1 HP Officejet 7408 AIO All - in - One Printer [ Print, Scan, Fax, Copy] Sl.No. MY6C9Q72SB

24 20060068 F&A Printer

LaserJet

1 HP Printer LaserJet, 2420dm, Sl.No.CNHKG 39855 Qty: 1 NO

25 20130100 ADMN Computer 1 HP Desktop Computer, MOdel : Pro4300 SFF, Intel R Core TM 15 2520, Memory : 8 GB DDR3 HDD,

1000GB Monitor 20" LCD, Graphics

: Dedicated with 1 GB Memory, Mouse, USB Entry Keyboard, Speaker - 1 Pr. with Gen Win R 7

Professional 64 Bit & 3 yrs on Site warrenty. Sl.No. INA307WRT9 & Monitor - CNC 230QXFL

26 20090570 ENG Printer

DMP

1 EPSON Dot Matrix Printer, Model No : LQ300, Sl.No. DCAY 170684 Qty: 1 NO

27 20101084 ENG Monitor 1 16 Inch DEL LCD Monitor Model E1609W, Sl No - CNOUU578 Qty: 1 NO

28 20101085 ENG Monitor 1 ACER 15.6 Inch Wide LCD Monitor , Sl No - AOCVHDNA270113 Qty: 1 NO

29 20070467 ENG Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426,

Sl.No. CPU No. 07CABW12000020 & Monitor No. AOCWHM5D70800316 Qty: 1 NO

30 20130224 ENG Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426,

Sl.No. CPU No. 07CABW12000041 & Monitor No. AOCWHM5D70800032 Qty: 1 NO

31 20070461 ENG Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426,

Sl.No. CPU No. 07CABW12000064 & Monitor No. AOCWHM5D70800280 Qty: 1 NO

Page 49 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

32 20110628 ENG Laptop 1 Laptop, HP 8510 with Carry Case, Mobile Intel Core 2 DUO Processor, T 7200, 2.0 GHz with \ 4 MB L2

Cache 667 MHz FSB, 1 x 1 GB DDR2

SDRAM, 80 BG HDD, 39.1 cm TFT Active Matrix Display, Sl.No .

CNU8072TV9 Qty: 1 NO

33 20110622 ENG Printer

LaserJet

1 HP Laserjet Colour Printer, Model No - CP1525n Qty: 1 NO

34 20130223 ENG Printer

LaserJet

1 Printer LaserJet Model ; 1020, Sl.No. CNCKD38618 Qty: 1 NO

35 20130222 ENG Scanner 1 HP Scanjet G 3110, Photo Scanner 48 bit, 4 buttons, buil in Transparenet materials adapter, Sl.No.

CN396BA1J1

36 20011161 MEF Printer

LaserJet

1 H.P. Printer LaserJet , Model 2100 , Sl.No. SGGJ073784 Qty: 1 NO

37 20110581 MNP Laptop 1 HP Mini Laptop , Intel atom Processor N570, 320 GB SATA Hard Disk, 10.1" LED Widescreen, Sl.NO. 5CB

1191CWJ with carry case

38 20100537 MNP Laptop 1 Dell Latitude E-6000 Series Computer Note Book, Intel Core 2 Duo Configuration with P9600/T9550,

Sl.No. 38571035320 add on Standard Software & Norton Antivirus

39 20110221 S&P Computer 1 Dell Inspiron 620 ST Base Desktop Computer, Intel Core i5 Processer

, RAM - 4 GB DDR3 , HDD - 1 TB SATA, Monitor - Dell 20 Inch LED

Flate Panel Monitor , Graphics - 1 GB AMD HD 6450 Graphics Card , Dell Mouse , Dell Keyboard , OS -

Win 7 Professional 64 Bit and Etc , CPU TAG No - DZ8KWQ1 , Monitor SL No - 03H28 -72872 -17SJ5KM

40 20070875 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426,

Sl.No. CPU No. 07CABW12000024 & Monitor No. AOCWHM5D70800197 Qty: 1 NO

41 20101221 MEF Printer

LaserJet

1 HP Laserjet P1007 Printer Sl No - VNFNP08694 Qty: 1 Unit

42 20130241 S&P Computer 1 HP Desktop Computer, MOdel : Pro4300 SFF, Intel R Core TM 15 2520, Memory : 8 GB DDR3 HDD,

1000GB Monitor 20" LCD, Graphics

: Dedicated with 1 GB Memory, Mouse, USB Entry Keyboard, Speaker - 1 Pr. with Gen Win R 7

Professional 64 Bit & 3 yrs on Site warrenty. Sl.No. INA307WRTF & Monitor - CNC 230QXN7

43 20130625 MNP Computer 1 Dell Desktop Computer, Model - Optiplex TM 7010MT Base, Intel R Core TM i3 - 3225 Processor, 8 GB

[ 2 x 4 GB] Non-ECC DDR3 1600MHz SDRAM Memory, 500 GB SATA Hard Drive with 7200 RPM speed,

Dell TM AX210CR USB Stereo Desktop Speaker 1 Pr. with Dell Keyboard & Mouse with Dell 21.5" Wide

Screen Flat Panel LED Monitor No. CN-01MVD1-64180-39C-12VT, System Service Tag NO - 51FRXX1

44 20120235 S&P Printer

LaserJet

1 HP Printer LaserJet Multifunction, Model ; M1136, Sl.No. CNG 7D4CJ46

45 20101034 MST Computer 1 HP Desktop Computer, Pavilion A6040-IN, Intel Core 2 Duo Processor @ 2.8 GHz, 3 GB DDR2 RAM, 500 GB

SATA HDD, DVD + RW with dual

layer write capabilities with 18.5 inch Wide Screen LCD TFT Colour Monitor. Sl.No.System -

INA9120HSD & Monitor - 3CQ933335P Qty: 1 Unit

46 20080861 MST Computer 1 Computer Intel Pentium 4 , 21" TFT - Monitor Qty: 1 Unit

Page 50 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

47 20060602 MST Monitor 1 Samsung 17" TFT Monitor, Sl.No. HR17HHBL508691 Qty: 1 NO

48 20090962 MST Laptop 1 HP Business Note Book, Sl.No. CNU9133LKL, Model : 6730, core 2 Dur, 2 GHz, 2 GB RAM, 160 GB,

HDD,DVD RW, Webcom 15.4 inch.

display with XPP OS Qty: 1 NO

49 20090522 MNP Computer 1 HP DC 7000 Series Desktop Computer 2 GB DDR2, RAM 667 MHz, Sl.No. CPU - INA 9350080 & TFT

Monitor No. CNC934QRGG

50 20060414 MNP Printer

LaserJet

1 HP Printer LaserJet 1320 No.CNHJ63POY3 Qty: 1 NO

51 20080868 MST Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD ROM ,

Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No: CNK75112D3, CPU

Sl.No. INA81600R2.

52 20080542 ENG Switch 1 Switch K HP Pro Curve switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever ( J 8436A),Sl.No.

SG834KJ06M and DE831DK04N

53 20010119 BDM UPS 2 Make : APC [SU 1000 1 net] , 1 KVA Line interactive UPS with 6-8 min. Backup time on full load & 10-12

min. Backup time on 10 % Less Load .

54 20080143 BDM Workstati

on

1 Dell Workstation Computer, Make & Model - Dell / T5400, Intel T5400 Processor based 250 GB SATA II

HDD, 2 GB RAM, TFT Monitor, sound blaster, sound cord machine Sl.No.2J6LIBS, Monitor No.CN-

0FY007-72872-7B8-030U

55 20130238 S&P Computer 1 HP Desktop Computer, MOdel : Pro4300 SFF, Intel R Core TM 15 2520, Memory : 8 GB DDR3 HDD,

1000GB Monitor 20" LCD, Graphics

: Dedicated with 1 GB Memory, Mouse, USB Entry Keyboard, Speaker - 1 Pr. with Gen Win R 7

Professional 64 Bit & 3 yrs on Site warrenty. Sl.No. INA307WRTC & Monitor - CNC 230QXJF

56 20100211 S&P Printer

LaserJet

1 HP Printer LaserJet , Make - HP , Model No - P2055D, Sl No - CNCJ021627.

57 20080055 BDM Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD ROM ,

Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No: CNK75115V4 , CPU No.

INA8150QPK . Qty: 1 NO

58 20070013 IMDC Computer 1 High End Personal Computer Intel Pentium with 19" TFT Monitor, Make : HCL, Model : Busybee

A2L00137, Sl.No. CPU - 4074A2429187

& Monitor - F0SN6130029025 Qty: 1 Unit

59 20100042 IMDC Printer

LaserJet

1 HP Printer LaserJet, P-1505 Qty: 1 NO

60 20090434 BDM Printer

LaserJet

1 HP Printer LaserJet, P3005DN, Sl.No. CNSIR47849 Qty: 1 NO

61 20130118 BDM Printer

LaserJet

1 HP Printer LaserJet M1005 MFP, Sl.No. CNH8DDL6x4 Qty: 1 NO

62 20070359 ANC Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426, Sl.No.

CPU No. 07CABW12000028 & Monitor No. AOCWHM5D708000179 Qty: 1 NO

Page 51 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

63 20080392 MER Computer 1 PC, Make: Lenovo , 1.6 GHz Processor, 1.5GB DDR2RAM ,160 GB SATA HDD, DVD Writer

, Model 3GQ, 17 inch TFT monitor , Sl.No. CPU-1553122GQMB13273 , Sl.No. Monitor -

3MO257075020659

64 20080392 ANC Printer

DeskJet

1 Printer DeskJet , Make: HP , Model: D1460 , Sl.No. TH7BF312GD , 01 No.

65 20090439 ANC Computer 1 HP Compaq Presario Desktop 3640 PC Intel dual core, 2.2 Ghz, 2GB DDR RAM, 250 GB HDD

with 17" TFT Colour Monitor, CPU No.INA90404IR, Monitor No.CN843VIBV - Free of cost

66 20090444 ANC Computer 1 HP Compaq Presario Desktop Computer 3640, No.INA90603JG with 17" TFT colour monitor,

Sl.No.CNT849V12H

67 20130386 ANC Computer 1 HP Compaq Desk Top PC , 160GB SATA HDD , 1GB DDR2 RAM, with 17" TFT LCD Monitor CPU

S/No. INA829019M , Monitor S/No.

3CQ8092901 Qty: 1 NO

68 20130386 ANC Printer

DeskJet

1 Hp Desk Top Printer Qty: 1 NO

69 20050090 ANC CVT 1 Constant Voltage Transformer 0.5 KVA, Sl.No. 584 Qty: 1 NO

70 20090440 ANC Printer

LaserJet

1 HP Printer LaserJet,P-1007 (Mono), Sl.No. VMC01709 - Free of Cost Qty: 1 NO

71 20090445 ANC Printer

LaserJet

1 HP Printer LaserJet, Model : P-1007, Sl.No.VNF7K38682 Qty: 1 NO

72 20080905 MST Printer

LaserJet

1 Printer [B&W] , Model : HP LaserJet P3005 DN , Sl.No. CNK2N42026 .

73 20130237 S&P Computer 1 HP Desktop Computer, MOdel : Pro4300 SFF, Intel R Core TM 15 2520, Memory : 8 GB

DDR3 HDD, 1000GB Monitor 20" LCD, Graphics

: Dedicated with 1 GB Memory, Mouse, USB Entry Keyboard, Speaker - 1 Pr. with Gen

Win R 7 Professional 64 Bit & 3 yrs on Site warrenty. Sl.No. INA307WRT8 & Monitor - CNC

230QXJG

74 20130244 S&P Printer

LaserJet

1 HP Printer LaserJet, M1136 MFP, Sl.No. CNJ8F8VGB5 Qty: 1 NO

75 20120209 ICTU DVD

Writer

1 External DVD Cd writer Drive , Combo with USB interface ,16 x DVD, 52 x 32 x 52 x1.

76 20030142 ICTU DVD

Writer

1 HP CD Writer , 9200C , Make : IOMEGA , USB CD Writer , Sl.No.

4DAT12006R6 . Qty: 1 NO

77 20120202 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000055 & Monitor No.

AOCWHM5D70800060 Qty: 1 NO

78 20120205 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000060 & Monitor No.

AOCWHM5D70800142 Qty: 1 NO

Page 52 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

79 20120206 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000006 & Monitor No.

AOCWHM5D7080050 Qty: 1 NO

80 20070096 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000012 & Monitor No.

AOCWHM5D70800214 Qty: 1 NO

81 20070097 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000017 & Monitor No.

AOCWHM5D70800143 Qty: 1 NO

82 20120203 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000025 & Monitor No.

AOCWHM5D70800020 Qty: 1 NO

83 20070094 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000054 & Monitor No.

AOCWHM5D70800302 Qty: 1 NO

84 20070095 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000062 & Monitor No.

AOCWHM5D70800287 Qty: 1 NO

85 20070104 ICTU Computer 1 Wipro Supergenious 7000 Computer with 17" Digital Colour Monitor No.

D068501IL006031N

86 20030141 ICTU Tape

Drive

1 External Tape Drive , HP Surestore Ultrium 230e , Model No. C7401 , Sl.No. IE72B00661 .

87 20120208 ICTU Laptop 1 HCl Ezeebee Laptop Batch No. 3064AX050136 .

88 20120204 ICTU Printer

LaserJet

1 HP Printer LaserJet 5 , 600 DPT, 12 PPM, 2 MB RAM, Sl.No. SGISO 78860

89 20050028 ICTU Monitor 1 Colour Monitor 17 " , Make: SAMSUNG , Sl.No. 17HHAY103189 .

90 20070068 ICTU Printer

DeskJet

1 [ HP Officejet 7408 AIO All - in - One Printer [ Print, Scan, Fax, Copy] Sl.No. MY6C9Q731F]

Replacement on 26.11.13 : HP Officejet Pro 8600 plus All - in - One Printer [ Print, Scan,

Fax, Copy] Sl.No.CN240BR31B

91 20100164 ICTU Router 1 Cisco Router 2821 , Sl no - FHK1352F1G9 Qty: 1 NO

92 20050027 ICTU Router 1 CISCO 1721 Router with WICIENET and WICIBST . Qty: 1 Unit

93 20090158 ICTU Access

Point

1 DIR-G55 xtreme N Wireless Broudband Router , Sl.No.

F37H387001001 .

Page 53 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

94 20070100 ICTU Router 1 CISCO 1841 Router with advanced sercurity bundle , 64FL/256DR SL.No. FHK1135F3ZL

95 20080131 ICTU Scanner 1 Professional Flatbed Colour Scanner HP Scanjet 7450C . Qty: 1 NO

96 20070069 ICTU Server 5 Server 2u Rack Mount, make Acer, Sl.No. AWR24000117177643IE, AWR24000117177644IE,

AWR24000117177645IE, AWR24000117177646IE, & AWR24000117177647IE,

97 20080144 ICTU Server 1 Computer Server , Make : HP , Model : HP/DL 580 four Processor capable intel Xeon

Quad Core Configuration , Rack Max 4u with two Quad Core Xeon Processor , 17" CRT

Monitor, Monitor S/N:CNC821006L, 8 GB RAM , 72 GB HDD- 3 Nos., 146 GB HDD- 3

Nos. , 19" Rack , CPU S/N: SGH823X8TX .

98 20050025 ICTU Server 1 Server HCL Infinite Global Line 4750 Dual Intel Xeon 2.0 GHz Processor System Bus

Speed 40 MHz , Keyboard , Mouse , 17 " Colour Monitor .

99 20080153 ICTU Switch 1 HP Pro Curve Switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever (

J8436A), Sl.No.SG834KJ06W and DE831DK06A Qty: 1 Set

100 20080154 ICTU Switch 2 HP Pro Curve Switch 6400cl series (J8474A) with 2-Port 10GBE add - on Modules HP

Procurve CL Media Flex [J8435A] and 8 Nos. of 10 GBE x 2- SC SR Transciever ( J

8436A), Sl.No. SG824S100G, SG824S100E and SG810QL00S , SG810QL011, And

DE831DK00J , 0P, 0U, 0X, 12, 23, 27, 31, 1E, 1N , 1R, 1U, 1X , 1Y, 2H, 47.

101 20080152 ICTU Switch 1 HP ProCurve Switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever ( J 8436A),

Sl.No. SG834KJ06S and DE831DK068.

102 20100165 ICTU Computer 5 Samsung TFT Monitor Large Format Display , 1920 x 1080 , 1016 cm / 40 Inch , Model No -

Samsung 400 MXn2, Monitor Sl No - MG40HMUZ400119 , MG40HMUZ400131 ,

MG40HMUZ400128 , MG40HMUZ400017 , MG40HMUZ400116

103 20110169 ICTU Workstati

on

1 Sun Blade 2000 Workstation :- Dual 1.2 GHz Ultra SPARC III Cu Processor with 21" Colour

Monitor,

104 20130058 CNT Computer 1 HCL Busybee Alpha 4950 Personal Computer with 17" TFT HP Monitor, Sl.No. CPU -

4064A2061663 & Monitor - F6PN650147458

105 20110225 S&P Computer 1 Dell Computer, Model : Inspiron 620 ST Base, 2nd Geration Intel [R] Core TM i5-2320

Processor, 2 x 2GB DDR3 SDRAM, 20" Wide Screen Flat Panel LED Dell Monitor No. CN-

03H828-72872-19N-F9LM, Tag No. 59YH8R1

106 20120648 ENG Printer

LaserJet

1 HP Printer LaserJet M1536dnf, Multi-Function, Sl.No. CND9D59DXZ Qty: 1 NO

107 20131551 MEF Computer 1 Desktop Computer, Model ; Dell Optiplex 7010 MT Base, Intel R Core TM i5 - 3470

Processor, 8GB RAM with 1600 MHz FSB, 500 GB 7200 RPM 3.5" SATA HDD with Dell TFT

21.5" HD + WLED Monitor, USB

Optical Mouse, USB Entry Keyboard , One Pr. USB Stereo Desktop Speaker along with

Genuine Window 7 Professional 64 -Bit and 3 yrs onsite comprehensive Warranty,

System Service Tag No.GF6T5Z1, Monitor no. CN-0638CF-74261-3B8-1WVM

Page 54 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

108 20070872 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000026 & Monitor No. AOCWHM5D70800310 Qty: 1

NO

109 20111300C MEF Computer 1 Wipro supergenious Home 7000 computer, 14 inch colour monitor, Make : Wipro, Sl.No.99E-

88350705

110 20091087 MEF Laptop 1 HP Compaq Laptop, Model 510, Sl.No.CNU9368522 - 1 No - free of cost

111 20070821 MEF Printer

LaserJet

1 HP Printer LaserJet 3005DN, Sl.No. CNFIT 58790 Qty: 1 NO

112 20121388 MEF Printer

LaserJet

1 HP Printer LaserJet, MFP - 1005, Sl.No. CNG8D2KZVH Qty: 1 NO

113 20201791 MST Computer 2 DELL Inspiron 2310 Desktop Computer , Intel Core i5 480M Processer

, RAM - 4 GB DDR3 , HDD - 500 GB SATA Graphics - ATI Radeon HD 1

GB Graphics Card DDR3 , Monitor - 23 Inch WLED, Softwae - Windows 7 Professional 64 bit,

Service Tag No - J3783P14 , 6R53NQ1 Qty: 2 NO

114 20050261 ENG Laptop 1 Computer Notebook, Model: NX-7010, Sl.No. CND42112MF with optical Mouse, MS Office

2003, Professional OEM, Make : HP, Sl.No.

CND42112M7

115 20120102 ADMN Computer 1 Dell Desktop Computer, Model : Inspiron, Intel R Core TM i3-550 Processor, 4 GB DDR3

SDRAM 1333 MHz Memory, 500GB SATA HDD

with Dell TM 18.5" Wide Screen Flat Panel Monitor & Speakers, Service Tag No. 2683CQ1,

Sl No. Monitor - CN-01WK23-7461-13P- 2P7S

116 20060072 ADMN Computer 1 HCL Busybee PDP Computer Intel Pentium Duo Core Processor 3.4 GHz, intel 945 chipset

motherboard/ Integrated Graphics Media Accelerator /Integrated high defination Audio

with Speakers/ DVD writer /Multimedia Keyboard/ Optical Mouse/ 19" TFT Monitor/ Win.

XP CPU-No.1074A2305372 & Moniroe-05N6B0028601

117 20060070 ADMN Printer

LaserJet

1 HP Printer LaserJet, 2420dn, Sl.No. CNHKG 92772 Qty: 1 NO

118 20131360 MST Computer 2 Dell Desktop Computer, Model : Optiplex TM 7010, Intel R Core TM i3 - 3225 Processor, 500

GB SATA Hard Drive 8GB DDR3 1600 MHz SDRAM Memory with Dell TM 20" Wide Screen

Flat Panel LED Monitor & One Pr. Dell TM AX210CR USB Stereo Desktop Speakers, Key Board

& Mouse, Preloaded Microsoft Win. R 7 Professional, Three Yrs. Onsite Comprehensive

Warranty & Service.

119 20141427 MST Computer 1 Lenovo make Computer, Model Eadge 872, intel R Core Tmi-3- 3225,8GB RAM, HDD

500GB 7200 RPM 3.5" Sata with 20" Lenovo

Monitor & One Pr. Stereo Desktop Speaker, Windows 8 Professional 64 Bit, Sl.No. CPU-

PG000BG8 & Monitor V5031201

120 20121241 MST Laptop 1 Dell XPS L502X Laptop ,2nd Generation Intel Core TM i3 2330M 2.2 GHz Processor , 4 GB

DDR3 SDRAM , HDD 500 GB Sata, 15.6 Inch WLED Monitor and Carry Bag , Laptop Service

Tag No. - D6FJ 8R1 Qty: 1 NO

121 20131415 MST Printer

LaserJet

1 HP All - In - One Multi Function Printer, Model : M1136, Print/Scan/Copy, Sl.No.

CNJ8F87757, with14 Months Onsite Comprehensive Warranty.

Page 55 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

122 20080945 MST Computer 2 Disktop Computer System , Make: Compaq Presario , Model : SG36701L , With 19" LCD TFT

Monitor , Monitor S/No: CNT843VRW & CNT843V195 , CPU. S/No: INA9080325 &

INA9080345 .

123 20101035 MST Computer 2 Dell Optiplex Desktop Computer with Intel V Pro Configuration add 2 GB DDR2 RAM 667 MHz,

DVD 8X Rewriter & McAfee Antivirus with Monitor, Sl.No. CPU-1GZ75BC & 2GZ75BC,

Monitor - TFT - CNOU274R6418098U1LL & CNOU274R6418098GOG4V

124 20060641 MST Computer 1 HCL Personal Computer Busybee Data 4950 with 17" LCD TFT Monitor, Sl.No. CPU

7064A2025456, Monitor-735062720444 Qty: 1 NO

125 20101104 MST Computer 1 Dell Desktop PC , with 20 Inch TFT Monitor, Make a Dell , Intel Core 2 Duo , Ram - 4 GB , HDD -

250 GB , and ETC. System Track No - 4ZK97BS, Monitor Sl no - CN-OC7CPY-74261-089-OM2S

126 20101105 MST Computer 1 Pc workstation. Qty: 1 NO

127 20060664 MST Scanner 1 HP Flatted Scanner with negative secanning facility, HP Scanjet 5590, Sl.No.CN698TR02X

128 20080033 IMDC Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75112SG , CPU No.

INA8160056 , Qty: 1 NO

129 20090520 MNP Computer 1 HP DC 7000 Series Desktop Computer 2 GB DDR2, RAM 667 MHz, Sl.No. CPU - INA 935008D &

TFT Monitor No. CNC935RVB2

130 20110558 MNP Laptop 1 HP Laptop Pavalion, Model : dv6-6017 TX with carry case, Sl.No.

5CH11623SA Qty: 1 NO

131 20130614 MNP Printer

LaserJet

1 HP Laserjet Colour Printer, HP CLJ Pro 200 [M251n], Product No : CF146A, Sl.No. CNCFT00069

132 20110561 MNP Printer

LaserJet

1 HP Printer LaserJet P2055D Make - HP , Sl No - CNCJ512527 Qty: 1 NO

133 20080147 ADMN Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112D6, CPU Sl.No. INA8150QPL.

134 20070141 ADMN Printer

LaserJet

1 HP Laserjet 1160 Printer, Sl.No. CNM IH 51899 Qty: 1 NO

135 20100268 ANC Computer 1 HP Compaq Presario Desktop PC No. INA01804QZ with 18.5 inch TFT Colour Monitor No.

CNTO14V345 - 1 Set.

136 20090230 ANC Computer 1 Desktop Computer : Dell Optiplex with Intel V Pro Configuration with 19 inch TFT Monitor,

Sl.No. CPU- 9CSX3BSTFT-787803951870003 - 1 Set - Rs. 38,495.00 & OEM add 2 GB DDR2

RAM 667 MHz - 1 No. - Rs.2,162.00, DVD 8X Rewriter - 1 No - 350.00

137 20060153 ANC Computer 1 High end Desktop Computer 915 G Chipset, Processor 3.6 GHz, Intel P4, 1 GB RAM 533 MHz,

80 GB HDD, Head set with Microphobne, 19" TFT Monitor, Sl.No (CPU) C063A1244417,

Monitor- 925064201096 Qty: 1 NO

Page 56 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

138 20130364 ANC Computer 1 HP Computer i3 Intel Processor Model : HPLV1911, SlNo. INA324RSF2 with 15.5" HP

SVGA Monitor No. GCM30803MB

139 20130370 ANC Computer 1 HP Desktop Computer Model : P6-236in with i7 Processor with 18.5" LCD Monitor Sl.No. CPU-

INA315P79B &Monitor - 6CM3271C6T,

140 20130370 ANC Printer

LaserJet

1 HP Colour Printer LaserJet, Model : 1025, Sl.No. CNC1X32051 - 1 No Qty: 1 Unit

141 20130376 ANC Access

Point

2 D - Link Access Point, Model : DWL - 3200AP, Sl.No. PVKEID6000751 & PVKEID6000752

142 20090238 ANC Laptop 1 Laptop - Sony VAIO VGN - Z46GD, Black, Intel Core 2 Duo P9700 Processor, 2.80 GHz, 6 GB

DDR3 with TFT 13.1 inch colour display screen with carry bag

143 20090235 ANC Printer

LaserJet

1 HP Colour Printer LaserJet,2025N, Sl.No.CNHST00062 Qty: 1 NO

144 20050043 ANC Printer

LaserJet

1 Printer LaserJet 1320, Make : HP, Sl.No.CNBJ49305V Qty: 1 NO

145 20120346 ANC Switch 1 HP Procurve Part No. J9145A HP E2910 - 24 G al L-3 - 1GB x 24 Port + 10 GB uplink HP Procurve

Switch, Sl.No. SG240IP0FN

146 20130399 ANC UPS 1 10 KVA UPS with 60 Mins. Backup, Make ; power One Microsystem Pvt. ltd., Model ; UH F

Digital Series, Sl.No. 20140203213

147 20080882 MST Monitor 1 TFT LCD Colour Monitor, 17", make : Samsung, Model : 740NW, Sl.No.HA17H9NQ511214

148 20040060 MST Computer 1 Personal Computer HCL Infinite P-IV, with 17" Colour Monitor, Sl.No.

CPU- 1043A1005324 & Monitor- 702040122232

149 20101107 MST Laptop 1 1] Dell Mini Laptop , Intel Atom N450 , Ram - 2 GB , HDD - 320 GB,

10.1 Inch WXGA TFT Screen , 1.3 MP Web Cam OS - Win XP , with Carry Bag , Service Tag No -

9QKC6BS, 1 Nos - RS 24000.00. 2] Carry Bag PRO DLX Business Laptop BKPK VO9 09009 , 1 Nos -

RS 6200.00

150 20060628 MST Monitor 1 Benq 17" colour Monitor, Sl.No.ETM7608331SLO

151 20131417 MST Monitor 1 Dell TFT LED Monitor, Model ; E 1914H, DP/N : 0657PN, Sl.No. CN- 0657PN-64180 36K-

1SQU

152 20070843 MST Computer 1 Perosnal Computer, desktop, Pentium D830, 3Ghz,2x1 MB L2 catch with 17" SVGA TFT Colour

Monitor Sl.No. CPU- 9074A2100080 & Monitor - 782073207851 - 1 Unit

153 20060630 MST Computer 1 HCL Personal Computer P-4, 80GB HDD /Combo Drive/Speakers/Headset/17" LCD

Monitor/Windows XP Professional, Three year warranty. CPU Sl.No. 7064A2025461, Monitor

Sl.No.

735062720501

154 20121275 MST Computer 1 Dell Desktop Computer genuine Window 7 Professional, 4 Gdr-3

RAM, 500 GB Sl.No. 9PR5ZR1 with Monitor Sl.No.CN0855R77287217MH4DS

Page 57 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

155 20070823 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000056 & Monitor No. AOCWHM5D70800087 Qty: 1

NO

156 20101128 MST Laptop 1 HP Laptop Mini 110 - 3536 TU, Intel Atom Dual Core Processor N550, 2 GB DDR3 RAM, 320 GB

HD, 10.1 inch [25.6 Cm) Screen, with Carry Bag & USB External Portable DVD Writer, Bluetooth

Optional Mouse.

Sl.No. Laptop - 4 CZ0500ZX2 & DVD - R6186GSZ300065 Qty: 1 NO

157 20040033 MST Printer

LaserJet

1 HP Printer LaserJet - LJ 1300, Model- No. 2300, Sl.No. SGCFF48040 Qty: 1 NO

158 20130543 CSE Computer 1 Desktop Computer, Dell, Model ; Optiplex TM 7010 MT Base, 3rd Gen Intel Core TM i5-

3570 Processor, 8 GB SDRAM, with 20" Wide Screen Flat Panel LED Monitor, 1000 GB HDD,

Speakers, Microsoft Windows R 7 Professonal 64 bit No. 1WXGYX1, Monitor - CN-01X2HC-

6418032Q-0EZS

159 20060329 CSE Computer 1 HCL Personal Computer P-IV with 17" LCD TFT Monitor, DVD Writer,

1GB DDR 2 Ram,HDD 80 GB, Handset with Microphone, XP Professional preload CD & License

etc. Monitor Sl.No.6063A1193297, Monitor - F6PN650148715

160 20070358 CSE Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000065 & Monitor No. AOCWHM5D70800142 Qty: 1

NO

161 20080409 CSE Computer 1 HCL , Computer with 17 Inch LCD TFT Monitor , Sl.No. 8087AZ036898 [ CPU] , 8085BG055431

[Monitor ]. Rs. Free Of Cost with

Qty: 1 NO

162 20060326 CSE Printer

LaserJet

1 Printer LaserJet , HP model 1320, Sl.no. CN HZ 62218Z Qty: 1 NO

163 20080420 CSE Computer 1 Computer , Make: HP, Model: DX2280 , TFT Monitor S/No.

CNC825PQ4V , CPU S/No. INA8260F96 - 01 No

164 20130551 CSE Scanner 1 HP Scanjet G3110 Flatbed Photo Scanner, Model : G3110, Sl.No.

CN32NBA0KT Qty: 1 NO

165 20080418 CSE Switch 1 HP Pro Curve Switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever ( J 8436A),

Sl.No. SG826KJ03U and DE831DK03Z Qty: 1 Set

166 20080940 CSE Computer 1 PC, make : Intel Q, Model : VS11925 P-IV, 21"TFT Monitor,Sl.No.QCC064901056,CPU,

Sl.No.RE07091611 - 01 No.

167 20080869 CSE Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112SM, CPU Sl.No. INA81600SF.

168 20070839 CSE Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160 GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000072 & Monitor No. AOCWHM5D70800200 Qty: 1

NO

Page 58 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

169 20091021 CSE Computer 1 HP Compaq, V18SC, Desktop Computer Intel Core 2 Duo 6300,160 GB 7200 rpm HDD with 19

inch TFT Monitor, Sl. No. CPU - INA925052V & Monitor - CNT91690D8

170 20110504 CSE Computer 1 1] HCL PC , Lx Infiniti Pro BL 1280 C2D 2.8 - 2 GB - 160, Sl No -

6093A1454934, 1 No 2] 17 Inch TFT Monitor , HCL , Sl No -

5095BG256624 , 1 No.

171 20080927 CSE Computer 1 Computer P- IV , CPU S/No.- 90874AZ09755, Make: HCL with 17" LCD TFT Monitor S/No.

AOCCMBN81701954 , .

172 20060504 CSE CVT 1 CVT 0.5 KVA, OPTO, Sl.No. 9053655

173 20090982 CSE Laptop 1 Laptop, Toshiba make, Model : Satellite-300, Intel pentium 12 core Model No.PSL BGG-

00NGOON, Sl.No.Y8119768Q

174 20091022 CSE Printer

LaserJet

1 HP Printer LaserJet, Model : P-1007, Sl.No. VNF7K43385 Qty: 1 NO Supplier:TTL Technologies Pvt. Ltd.

175 20110505 CSE Printer

LaserJet

1 HP Printer LaserJet P1007 , SL No - VNF3J09552 Qty: 1 Unit

176 20120533 CSE Computer 1 Dell Desktop Computer, Model : OPTIPLEX 7010 MT, Intel R Core TM i7 - 3770 Processor, 4GB

SDRAM, 500 GB SATA Hard Drive, Dell Stereo Speaker 1 Pr., Dell Key Board & Mouse with Dell

20" Wide Screen Flat Panel LED Monitor, Preloaded Microsoft Windows R 7 Professional with

windows XP, CPU Serviceing Tag : BN72QV1, Monitor - CN06KTXV-64180-288-3KWL

177 20120534 CSE Computer 1 Dell Desktop Computer, Model ; OPTIPLEX 7010 MT, Intel R core TM i7 - 3770 Processor, 4 GB

SDRAM, 500 GB SATA Hard Drive, Dell Stereo Speakers 1Pr., Dell Key Board & Mouse with Dell

20" Wide Screen Flat Panel LED Monitor, Preloaded Microsoft Windows R 7 Professional with

windows XP, System Service Tag No. 7Z72QV1 & Monitor - CN03H828-72872-16M-0C6M

178 20100467 CSE Laptop 1 Dell Latitude E-6000 Series Computer Notebook , Confrigration : - Intel Core 2 due ,

Confrigration with P9600/T9550 , SL No - 2XXJBS , 01No - Rs 69676.00 Symantic Add - on

Standard Softwere For Laptop

, Nortone Antivires Valid up to 1 Year , 01No - Rs 1270.00 Qty: 1 Unit

179 20060513 MEF Computer 1 Personal Computer , HCL infinite , Intel P-4 with 17 inch Colour Monitor , SVGA , CPU No.

C053A1255457 , Monitor No.795053021521 Updated on 25.11.10/IV-1850/2562 - with Mother

Board, Processor Intel 2.8 GHz, DVD Writer, RAM DDR-2 - 2 GB & ATX Cabinate - 1 No each - Rs.

11,300.00

180 20111334 MEF DVD

Writer

1 Portable D.V.D. Writer, make - Sumsung, Sl.No. R8KGXB804199E Qty: 1 NO

181 20070894 MEF Laptop 1 Laptop , HP Compaq 67106 with carrybag Sl.No. CNU7503KS3 Qty: 1 NO

182 20121391 MEF Printer

LaserJet

1 HP 1136 MEP Printer, Sl.No. CNG7CCJ28 Qty: 1 NO

183 20101089 MST Computer 1 Computer Dell Studio X PS 8100 with 21.5" TFT Monitor , Intel Core i5 -760 Processor, Ram - 6

GB , HDD - 500 GB, Softwere - Genuine Win 7 Home Premium 64 Bit , And Etc.

184 20060498 MST Computer 1 Compaq Personal Computer No. IN1512047T with Colour Monitor No. CNN5083VB4

Page 59 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

185 20111132 MST Printer

LaserJet

1 Hp Printer LaserJet P2055dn , Sl No - VNC3H01044 Qty: 1 NO

186 20060657 MST Monitor 1 17" TFT Colour Monitor No. HA17H4BLB08787 Qty: 1 NO

187 20111134 MST Computer 1 Dell OptiPlex 380 Tag No.5741LMi with Dell ST2220M 21.5 Inch , TFT Monitor With LED , Sl NO -

CM-0YCR55-74261-09.(Inv No.20060657) Qty: 1 NO

188 20060640 MST Scanner 1 HP Scanner 4890 ,Sl. No. CN 5ADTAOY6 Qty: 1 NO

189 20080931 MST Computer 1 Dell PC 2 Duo with 20 inch TFT Monitor Qty: 1 Unit

190 20080931 MER Printer

Laserjet

1 HP Printer LaserJet,1105 Qty: 1 Unit

191 20080018 ADMN Computer 1 Desktop Computer, Make & Model:HP/dc7800,160GB HDD.

48.3cmTFT SlNo.CNK75112D2,CPU Sl.INA81600RZ

192 20040479 ADMN Printer

LaserJet

1 Printer LaserJet, HP LJ 1015 Qty: 1 NO

193 20091053 MEF Computer 1 HPdc 7900 Series Desktop Computer with Intel V Pro Configuration with 2 GB DDR2 RAM

667 MHz & better DVD ROM -, as per DGS&D rate contract.

194 20070851 MEF CVT 1 Constant Voltage Transformer 0.5 KVA, Sl.No. 7217.06.03, Admiral make

195 20050396 MEF Printer

LaserJet

1 HP Printer LaserJet 1320, Sl.No. CNBJ48Q0BY Qty: 1 NO

196 20011193 MEF Scanner 1 H.P Scanjet -7400C Scanner , Model: C7710A , Sl.No.TW122A2504 Qty: 1 NO

197 20040270 MEF Computer 1 Lenovo CPU model No.K4Q, Sl.No. L920160 with Lenovo 18.5 inch LCD Monitor, Model No.

D186WA, Sl.No.VILT834

198 20111356 MEF Computer 1 Dell Desktop Computer , Model - Inspiron TM One 2310, Intel R Core TM i5-480M Processor,

with Dell TM Inspiron 23" Non-Touch Screen, Service Tag no. 7YDC3P1, [ 36 months Hardware

Warranty, Service & Remote Diagnosis ]

199 20101168 MEF Laptop 1 HP Pavillion Laptop , Model - DM4-1024 , Sl NO - CNU0242QYS Qty: 1 NO

200 19991286 MEF Printer

LaserJet

1 HP Printer LaserJet , Model - 2100 M , Sl.No.- SGCB007553 .

201 20121436 MEF Scanner 1 HP Scanjet Scanner, Model ; SJ-4-2410, Sl.No. CN25RE20JP Qty: 1 NO

202 20070873 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000016 & Monitor No. AOCWHM5D70800189 Qty: 1

NO

203 20080892 MEF Printer

LaserJet

1 Printer LaserJet HP 1505 N , Sl.No. CNC2406578 .

204 20110564 MNP Computer 1 Computer Dell Vostro 460, intel Core i5 - 2400, with 20" Flat Panel Monitor No. CN-OVHTTG-

64180-19F-OGKM, CPU No 5GVXYR1

Page 60 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

205 20100543 MNP Computer 1 Desktop Computer Pavillion P63381N with 18.5 Inch TFT Monitor , Intel Core i3 - 530

Processor, Ram - 4 GB, HDD - 500 GB , OS - Genuine Win 7 Home Premium 32 Bit , Hp

Utilities Softwere, Etc.

206 20110565 MNP Printer

LaserJet

1 Colour Printer LaserJet, HP Model : CP1525n, Sl.No. CNCG108054 Qty: 1 NO

207 20130638 MNP Computer 1 HP Desktop HP Pro 3330 with configuration intel Pentium Dual Core G2010, 2 GB DDR3

RAM, 500GB Hard Disk, DVD RW Optical Drive, Win 8 Pro Downgrade 18.5" LED Monitor

208 20130638 MNP Printer

DeskJet

1 HP Deskjet Printer Qty: 1 Unit

209 20100544 MNP Printer

LaserJet

1 HP Printer LaserJet P2055D. Sl No - CNCJY17099, Qty: 1 NO

210 20110560 MNP Printer

LaserJet

1 HP Colour Laser Jet Printer CP1525N, Sl No - CNCG104430 Qty: 1 NO

211 20110566 MNP Scanner 1 HP Scanjet G 3110 Photo Scanner, Model : G3110, Sl. No.

CN16DAA15Z Qty: 1 NO

212 20131477 MEF Computer 1 Dell Desktop Computer, Optiplex 7010 Intel R Core TM i7 3770 processor, 4GB DDR3 1600

MHz SDRAM Memory, 500GB7200RPM SATA HDD, with 20" Dell Wode screen LCD Monitor,

Kbd & Mouse alongwith Genuine Windows 7 Professional & Three Year on-site warranty,

CPU No. H3M3QV1 & Monitor - CN-OIX2HC-64180-2C4- 05GS

213 20001466D MEF Computer 1 Wipro supergenious 7000 PC-AT, Sl.No.99E88350685, 14 inch colour monitor, Head phone

214 20060707 MEF Scanner 1 HP Scanjet 4370, Sl.NO.CNSC1A2276

215 20101212 MEF UPS 2 UPS 5KVA, APC make [SURT 5000 UXI ] Sl.No. ES1011005165 & ES1011005200 - 2 Nos

- Rs. 1,11,000.00, with 1] 12V/65AH SMF

Rocket make Batteries for 120 Min. Backup - 32 Nos - Rs.

1,31,200.00, 2] SNMP Card - 2 Nos - Rs. 20,000.00 3] Battery Rack

65AR - 16 - 2 Nos - Rs. 11,000.00

216 20070363 CSE Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo

Drive + DVD Writer, Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour

Monitor, Speakers, Model : WSG15426, Sl.No. CPU No. 07CABW12000073 & Monitor No.

AOCWHM5D7080036 Qty: 1 NO

217 20080396 CSE Computer 1 Computer P-IV, 1GB RAM, Combo Drive ,17 inch TFT Monitor , CPU Sl.No. - 7087AM014264 ,

Monitor Sl.No - 8085BG037501

218 20110493 CSE Laptop 1 Sony Vaio Laptop , Model No - VPCS133GN/B , S Series , Intel Core i3 370M Processer 2.40

GHz , Ram - 3 GB , HDD - 320 GB , Display Size -

13.3 Inch , OS - Windows Professional 64 bit with Carry Bag , Sl No - 7000463

219 20120526 CSE Printer

LaserJet

1 HP Printer LaserJet 1020 plus, Sl.No. CNCFM31155 Qty: 1 NO

220 20080378 CSE Computer 1 PC, Make : Lenova, Sl.No.MB14830 17" TFT Monitor, Sl.No.3MO257081621226

221 20080379 CSE Printer

LaserJet

1 Printer LaserJet, Make : HP, Sl.No.CN6J602166 Qty: 1 NO

Page 61 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

222 20060335 CSE Scanner 1 HP Scanjet 4850 Photo Scanner, Sl.No. CN62DTA1TB Qty: 1 NO

223 20091052 MEF Computer 1 Dell Optiplex with Intel V Pro Configuration with 19 inch TFT Monitor Sl.No. CPU-2DSX3BS &

Monitor - 787803951850002

224 20060790 MEF Computer 1 HCL Busybee PDP Computer Intel Pentium Duo Core Processor 3.4 GHz, intel 945 chipset

motherboard/Integrated Graphics Media Accelerator /Integrated high defination Audio with

Speakers/DVD writer /Multimedia Keyboard/ Optical Mouse/ 19" TFT Monitor/ Win. XP CPU-

No.1074A2305370 & Moniroe-F05N6B0028587

225 20070864 MEF Computer 1 Lenovo H 100 Lenovo 3CQ Intel Pentium 4 Processor 524 with HT includes Intel extended

memory 64 technology 3.06GHz with 17" TFT LCD Monitor, 256 MB RAM, 40 X DVD CD/RW

Combo, 80 GB HDD,

Modem, Speakers, Anti Bacterial Key board win XP Prof. OS or higher Qty: 1 Unit

Supplier:Perkin Elmer (India0 Pvt. Ltd.

226 20091098 MEF Laptop 1 Laptop Sony Vaio - X117LG/B, Black, Model : VCPX117LG/B with Carry Bag. Sl.No. SOI -

70001150

227 20070910 MEF Laptop 1 Laptop , Model No Wipro Little Genius with Carry case , 80 HB Sata , 512 MB DDR II , Vista

Business SL.No. ANZ00100016

228 20070822 MEF Printer

LaserJet

1 HP Printer LaserJet, P 3005 DN, Sl.No. CNFIT44219 Qty: 1 NO

229 20091033 MEF Printer

LaserJet

1 HP Printer LaserJet M2727 nf, Sl.9873G18 Qty: 1 NO

230 20070866 MEF Printer

LaserJet

1 HP Printer LaserJet, Model 1600, No. CNBJ76MOSL Qty: 1 NO

231 20060009 IMDC Computer 1 Personal Computer HCL, P-IV 1 GB DDR RAM, 80 GB HDD with XP Professional Preloaded,

Sl.No. CPU-9063A1080332, LAN Card- DRCC263002605,Wireless Lan Card - 1 No Rs. 1800.00,

On 27.10.10 -

Nelito repaplaced - TFT Monitor 18.5" Sl.No. AOCWAM5NA3400692 [against 17" Monitor No.

F6PN650146876]

232 20070016 IMDC Printer

LaserJet

1 Printer LaserJet, HP Model No. 1160, Sl.No. CNN 2DO3811 Qty: 1 NO

233 20100066 BDM Computer 1 Desktop Computer - HP Pavillion P63301N , with 19 inch Hp Colour TFT Monitor Sl No - CPU -

INA0230HCS , Monitor - 3CQ0262FDN Qty: 1 NO

234 20100075 BDM Laptop 1 Laptop Hp Pavilion DV6-3043 TX, Make - HP , Model - 3043TX Service Tag no- Sl No -

CNF0163HXH

235 20100038 ADMN Computer 1 Desktop Computer Compaq CQ3350IX with 18.5 TFT Monitor , Intel Core 2 Due Processer ,

Ram - 2 GB , HDD - 320 GB , OS Win 7 and Anti Vires, CPU Sl No - INA0350B1P , Monitor Sl No

- CNT027L7K4.

236 20090524 MNP Computer 1 HP DC 7000 Series Desktop Computer 2 GB DDR2, RAM 667 MHz, Sl.No. CPU - INA 935008J &

TFT Monitor No. CNC931PRKC

237 20070446 MNP Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000045 & Monitor No. AOCWHM5D70800006 Qty: 1

NO

Page 62 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

238 20120607 MNP Laptop 1 Laptop Sony Vaio, DATA Acquisition System, Model : SVS 13 A15 GG/N, Product No.

S017000023+, 3rd Gen Intel Core i7-3520 M @

2.9 GHz, 8 GB RAM, 750 GB HDD with USB Optical Mouse, make : Logitech, M100-USB Black,

& Carry Case and Warranty 1Yr. + 2 yrs.

extended = 3 Yrs.

239 20100548 MNP Computer 1 3] Acer-ASP IE4752 Desktop 4750, Sl.No. AWS23DS283A125642LE

with 18.5 inch TFT Monitor Qty: 1 NO

240 20100548 MNP Printer

LaserJet

1 HP Printer LaserJet 1007, Sl.No. VNFN111674 - 1 No. -Rs. 7,500.00, Qty: 1 NO

241 20100548 MNP UPS 1 APC UPS 1100 VA, Model : BR1100CI-IN, Sl.No.EB1015000172 - 1 No Qty: 1 NO

242 20100548 MNP UPS 1 APC UPS 2.2 KVA Model : SUA2200 I , Sl.No. J5101900969 with

Battery - 1 No. Qty: 1 NO

243 20050253 MNP Printer

LaserJet

1 Printer LaserJet HP, Model : LJ 1150, Sl.No.SGBB003181 Qty: 1 NO

244 20090496 MNP Printer

LaserJet

1 Printer LaserJet , Make: HP , Model: P2015 , S/No. CNC 1 F 15028 .

245 20050304 MNP CVT 1 4. 0.5 KVA Constant voltage Transformer, Sl.No.9053589 - 01 No. [Rs.4000]

246 20050101 MNP Computer 1 Zenith One up PC Pentium 120 MHz , 18 MB , FDD , RAM 512 KB Cache , 1.2 GB HDD , EIDE

5.25.4 , 3.5 FDD , 14 " Mono Monitor with Buffer Mouse , 16 Bit E Net , Win - 95 PC Sl.No.

712040569 Monitor No. 961101425 .

247 20090495 MNP Computer 1 Computer , Make: HP Compaq with 19" LCD Monitor , S/No. CPU - INA9040HTD , S/No.

Monitor - 3CQ8183B26 , Accessory of Vibratory Sieve Shaker Analysette -3 Pro .

248 20050250 MNP Scanner 1 HP Scanjet Scanner SJ3300C, Sl.No.MY0741251X Qty: 1 NO

249 20050342 MNP Scanner 1 Scanner - 4070 , Make : HP , Sl.No.: CN539AL2C8 .

250 20060416 MNP Printer

Laserjet

1 7] HPLJ 1600 colour Printer LaserJet, Sl.No. CNBJ62K073 Qty: 1 Unit

251 20131332 MST Computer 1 Dell Desktop Computer Optiplex 7010, Intel Core i7 3770 Processor, Memori : 8 GB DDR3

1600MHz SDRAM Memory, 1TB 7200RPM DATA

HDD with Native Command Queing with Dell Series E2011H 20" wide Monitor, Kbd & Mouse,

Graphics Card 1GB, Op System ; Gen. Win. 7 Professional, Sl.No. CPU - 85Y3QV1 & Monitor -

CN-01X2HC-64180- 2C4-0TKS, Three year on-site warrenty.

252 20121318 MST Computer 1 Lenovo IBM Thinkcentre Edge - 72 Desktop Computer, Intel R Core TM i5 3470, Ram 4 GB

DDR-3, 500 GB Sata HDD, Optical Mouse, USB Keyboard, Stereo Speaker, Lan Card with 20" LED

TFT Monitor Sl.No. CPU- L9CKE71 & Monitor- V2D7553 with 3 yr. On-Site Warranty.

253 20070829 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No.07C ABW12000067 & Monitor No. AOCWHM5D70800279 Qty: 1

NO

Page 63 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

254 20101056 MST Computer 1 7] HP Computer with 19 inch Flat Panel Monitor - 1 No., 8]

255 20111237 MST Computer 1 Dell Computer T3400 with Intel Core 2 Duo Processor with 22 inch Flat Panel Monitor - 2 Set.

256 20090949 MST Computer 1 12.. Dell Personal Computer with Intel Core 2 Due Processor 9490- 646 with 17" TFT Colour

Monitor ,CPU S/No. - 2KMXH - 8DFV9PGC3Y

, TFT S/No. CN-OG3321- 64180

257 20090949 MST Printer

LaserJet

1 HP Laserjet 242dn S/N: CNHKD77801 Qty: 1 Unit

258 20121370 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK7500GDQ , CPU No.

INA81600R5 . Qty: 1 NO

259 20060744 MEF Computer 1 HCL Personal Computer P-4, 80GB HDD /Combo Drive/Speakers/Headset/17" LCD

Monitor/Windows XP Professional, Three year warranty. CPU Sl.No. 7064A2025466, Monitor

Sl.No.

735062720647

260 20050445 MEF Computer 1 IBM A50 Series personal computer , keyboard , Mouse , CD Writer ,

17 inch colour Monitor Model OEM-Microsoft XP-Port with Service Pack 2, Sl.No. PCI-GPIB, IEEE

4882 IS 8122 KOBL 9A 1217

261 20060717 MEF Printer

LaserJet

1 Printer LaserJet, Model HP 1320, Sl.No. CNHJ5BT12V Qty: 1 NO

262 20050446 MEF Printer

LaserJet

1 HP Printer LaserJet-1022 Sl.No. CNBJ5SJ0T5 .

263 20111302 MEF Scanner 1 HP Scanjet G2410 Scanner , SL No - CH14WT2363 Qty: 1 NO

264 20111216 MST Computer 1 Dell Desktop Personal Computer, Intel 15 - 3.1 Ghz, 4 GB RAM, 1 Tb HDD with 22" LED Flat

Panel Full HD Widescreen Monitor Np. CN 031 G6M 74261 155 04TM, CPU No. 1CX4ZRI

265 20050407 MST Computer 1 Personal Computer, HCL, P-IV, infinite Keyboard, DVD Writer, Monitor, Scroll Optical Mouse etc.

Qty: 1 Unit

266 20131325 MST Laptop 1 Dell Laptop Latitude E5530, Intel R Core R i5 3360M Processor, 8GB 1600 MHz DDR3 SDRAM,

500GB 7200 RPM Hard Drive, Wireless Lan, WebCam, Graphics controller, Bluetooth, Optical

Drive, Mouse & Keyboard, O.S. : windows 7 Professional, 15.6" HD Anti-glare LED- backlit

screen, with warranty : 3 year on Laptop & 1 yr on Battery.

Sl.No. 59Q3QV1 Qty: 1 NO

267 20111133 MST Printer

LaserJet

1 Hp Printer LaserJet P2055dn , Sl No - VNC3H01088 Qty: 1 NO

268 20090991 MST Computer 1 HP Compaq Desktop DX 2060, Sl.No.INI6500NQP with 15 inch TFT Monitor, Sl.No.CNF75032Z6 - 1

unit - Euro 80,148.00

269 20060743 MEF Computer 1 HCL Personal Computer P-4, 80GB HDD /Combo Drive/Speakers/Headset/17" LCD

Monitor/Windows XP Professional, Three year warranty. CPU Sl.No. 7064A2025464, Monitor

Sl.No.

735062720571

Page 64 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

270 20070882 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000003 & Monitor No. AOCWHM5D70800029 Qty: 1 NO

271 20060739 MEF Printer

LaserJet

1 HP Printer LaserJet All-in-One-3050, Sl.No. CNC J096572 Qty: 1 NO

272 20050386 MST DVD

Writer

1 External CD Writer, Speed 52 x 32 x52 with necessary Driver & Software

273 20080870 MST Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112RZ, CPU Sl.No. INA81600QS.

274 20050385 MST Printer

LaserJet

1 Laser Duplex Printer, HP 2420D, Sl.No. CNBG49003R Qty: 1 NO

275 20070852 MST Monitor 1 19 inch TFT SVGA Digital Colour Monitor , Make ACER , SL.No.

ETL800C048752064794020 .

276 20050387 MST Scanner 1 Scanner, HP, Scannerjet 4070 flatbed, Sl.No. CNSITALOZB Qty: 1 NO

277 20131548 MEF Computer 1 Desktop Computer Corporate Model, Make : HP Elite 8300 SFF PC, Intel Core i7 - 3770 CPU on

Q77 Series, 4 GB Memory, 500 GB HDD, with 20" wide Screen Flat Panel LED Monitor No.

CNC3020GNO, And 1 Pr. stereo Speaker, USB Optical Mouse, Keyboard, CPU Sl.No.

INA312Z9SD

278 20070878 MEF Computer 1 Wipro Personal Computer, Desktop, P- IV Processor, Combo Drive +

DVD Writer, Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor,

Speakers, Model : WSG15426,Sl.No. CPU No. 07CABW12000038 & Monitor No.

AOCWHM5D70800198 - 1 Unit -

Rs. 49,594.00,Add : On 26.06.13 /I.Slip 4924 - USB Keyboard with Multimidia Keys - 1 No -

Rs.819.00

279 20101180 MEF Printer

LaserJet

1 HP Printer LaserJet M 1005 , Printer Scanner , Compier Sl No - CHG9B9H8QS

280 20131501 MEF Scanner 1 HP Scanner, Model : G3110, 48 bit Flated CCD, 4800 x 9600 dpi resolution, 4 buttons Copy,

scan, scan to E-mail & scan to PDF, Sl.No.

CN078A51M4, With One year On-site Service & Warrenty.

281 20130219 ICTU Computer 1 Desktop Computer, Dell Optiplex TM 7010 DT Base, Intel R Core TM i7 - 3770 Processor, 8 GB

Non-ECC DDR3 1600 MHz SDRAM Memory, 500 GB 7200RPM 3.5" SATA Hard Drive, with Dell

24" TFT LED

Monitor and Dell TM AX210CR USB Stereo Speakers, Mouse & Keyboard.Sl.No. CPU-Track No.

3NLQFY1 * Monitor Sl.No.

CN05YH4P742613732CRU, 3 Yrs. Warranty OnSide.

282 20130220 ICTU Printer

LaserJet

1 HP Printer LaserJet Pro M1136, Sl.No. CNJ8F874HH Qty: 1 NO

283 20060383 MNP Printer

LaserJet

1 Printer LaserJet, Model HPLJ 1022, Sl.No.CNBJ61R026 Qty: 1 No

284 20111276 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No: CNK75112CJ

, CPU No.

INA81600SH . Qty: 1 NO

Page 65 of 156

Sl No.

PIR Number Division Item Type Quantity Description

285 20091046 MEF Computer 1 HP de 7000 series Desktop Computer V Pro configuration, Sl.No.INA92702KF with 18.5

inch Monitor No.CNT 9255CG4 consisting of 2 GB DDR2 RAM 667 MHz - 01 No. and DVD

8X Rewriter

- 01 No. Replaced - 09.03.10/821/2183 - Std. Keyboard - 1 No - Rs. 450.00, ADD - 2568/LP-

260/06.03.12 - 1. Speaker - 1 Set - Rs. 275.00,

2. Head Phone - 1 No - Rs. 1475.00 Qty: 1 Unit

286 20060112 MEF Computer 1 P-IV P C 2.8 GHZ Processor, Mother board 845 GV chip 256 MB DDR RAM, 40 GB HDD, ATX

cabinate with SMPS, Keybioard, 17" Colour Monitor replaced on 23.11.10. Add - 2568/

LP-260/06.03.12 - DDR RAM 1 GB - 1 No - Rs. 1890.00

287 20111341 MEF Printer

LaserJet

1 HP Printer LaserJet P2055D with Duplex Print facility, Sl.No.

CNCJR08495 Qty: 1 NO

288 20111265 MEF Laptop 1 HP Mini Laptop 110-3536tuPC, Intel Atom Processer N550 , Ram - 2 GB DDR3 , HDD - 320

Gb 7200 rpm, Screen - 10.1 Inch VGA Panel , OS

- Win 7 Starter and Carry Case , Laptop SL No - 4CZ0500ZVZ . Qty: 1 NO

289 20101162 MEF Laptop 1 HP Notebook Intel Core-i3-330M/4 GB DDR3 Ram , 500 GB HDD/ DVD Writer, 14.1 Inch

Screen , Sl No - INA02004K1 , With Laptop Bag Pack - HP

290 20091047 MEF Printer

LaserJet

1 HP Printer LaserJet 1007, Sl.No.VNF5H30332 Qty: 1 NO

291 20111298 MEF Printer

LaserJet

1 HP Laser Ject 1020 Plus Printer , Sl No - CNCFT16712 Qty: 1 NO

292 20080947 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD,

8x DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor

No: CNK75112CD, CPU No.

INA81600QK . Qty: 1 NO

293 20121377 MEF Computer 1 Dell Computer, Model ; Inspiron, 2 nd Generation Intel R Core TM i5- 2320 Processor, 4 GB

DDR3 SDRAM, 500 GB SATA 3.0Gb/s Hard Drive with Dell 20" Wide Screen TFT Monitor,

System Service Tag. No.

DGH58RI & Monitor - CN-03H82872872-1B3-C33M Qty: 1 NO

294 20111337 MEF Laptop 1 Dell Vestro Laptop, Core-13/4 GB RAM / 500 GB HDD, Windows 7 Pro with USB Mouse &

Carry Case, Sl.No. BP86NPI

295 20121377A MEF Printer

LaserJet

1 HP Printer LaserJet P2055D, Dupllex Print Facility include USB, Sl.No.CNCJ 527323

296 20121438 MEF Printer

LaserJet

1 HP Printer, Model : 1108, Sl.No. VNC6410778 Qty: 1 NO

297 20121413 MEF Computer 1 Computer Windows XP Professional & Widescreen Flat Monitor, USB Optical Mouse, Key

Board

298 20111140 MST Computer 1 Dell Inspiron 580 Desktop Computer , Intel Core i5 - 760 Processer, Ram - 6 GB DDR3 , HDD

- 1000 TB , Monitor - 21.5 Inch HD

WideScreen LED , Graphics - 1 GB ATI Redeon HD 5450 , OS - Preloaded Genuine Win 7

Homw Premium 64 Bit And Etc. CPU Sl No - 52B4CQ1 , Monitor Sl No - CN-031G6M-74261 -

13Q-114L.

299 20141435 MST Laptop 1 Laptop HP Pavilion DV6-3050 TX, Sl.No. NA0258B7 with HP wireless Keyboard. - Rs.

57,950.00 Add : 01.07.13/1627 - Laptop Cooling Pad, Belkin make - 1 No - Rs.1,200.00, &

Head Phone, Fronteck - 1 No. - Rs. 200.00

Page 66 of 156

Sl No.

PIR Number Division Item Type Quantity Description

300 20111211 MST Printer

LaserJet

1 HP Printer LaserJet P - 2055 Qty: 1 NO

301 20121280 MST Monitor 1 Samsung Monitor 20" LED, Model : 520B300B, Sl.No. ZUMWHMCC 704913D

302 20121270 MST Printer

LaserJet

1 HP 1005 Printer, Sl No - CNG8D5JOPH Qty: 1 NO

303 20131341 MST Workstati

on

1 Dell Desktop Workstation, Model : Precision T5600, Intel Xenon Quard Core E5 - 2609,

Chipset - Intel C600 series, 4GB DDR3 RDIMM Memory, 1TB 7200 RPM 3.5" 512e/4K Hard Disk

Drive, with Dell TM Professional P2412H 24" Widescreen Flat Panel Monitor VGA/DVI, Dell

Keyboard & Dell USB optical Mouse, WindowsR 7 Professional 64 bit preinstalled and 3 yrs.

on-site warrenty. Service Tag : 8F1W7X1, Monitor - CN-05YH4P-74261-321-1YWU

304 20080189 ANC Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112S7, CPU Sl.No. INA81600RD.

305 20090231 ANC Laptop 1 Dell Latitude D-830 Computer Notebook Configuration : Computer Notebook Intel Core 2 Duo

Configuration with T9300 chipset with Laptop Case, Sl.No. 89FY3BS - 1 No - Rs. 71,000.00,

With External miniature USB Optical Mouse - 1 No - Rs. 475, and WEB Camera 1.3 mega pixel

or more of OEM, make INVILD - 1 No - Rs. 1,000.00

306 20090229 ANC Printer

LaserJet

1 HP Printer LaserJet LJ M1522, Sl.No. CNC984TQ07 Qty: 1 NO

307 20110280 ANC Printer

LaserJet

1 HP 1025 Laserjet Colour Printer, SL No - CNCH108694.

308 20090234 ANC Printer

Laserjet

1 HP Printer LaserJet Sl.No. CNCK263882 - 1 No.

309 20080866 MST Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112CK, CPU Sl.No. INA81600QV.

310 20070831 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000008 & Monitor No. AOCWHM5D70800090 Qty: 1 NO

311 20121252 MST Printer

LaserJet

1 HP Printer LaserJet P1108 , Make - HP , Sl No - VNC7K03874 Qty: 1 NO

312 20040075 MST Workstati

on

1 SIS Workstation Extened, Sl.No. 23040701 Replaced on 29.10.10 - 1 No. TFT Monitor, Make: LG,

Sl.No. 008LPEF011036 - Rs. 9,568.00 Qty: 1 NO

313 20131490 MEF Printer

LaserJet

1 HP Printer LaserJet, M1005 MPP, Sl.No. CNH8F2J041 Qty: 1 NO

314 20060796 MEF Monitor 1 17" TFT Monitor, Samsung, Sl.No. HA17HHBP112689 Qty: 1 NO

315 20120153 ADMN Computer 1 Dell Desktop Computer 2nd Generation Intel R Core i5-2320 Processor, 6 GB DDR SDRAM,

1000GB SATA Hard Drive, with USB Keyboard and Optical Mouse, 2.1 Desktop Speaker &

21.5 inch Flat Panel HD LED Monitor, Sl.No. CPU - GRV1ZR1, Monitor -

CN0P9H7F742611BV252L

Page 67 of 156

Sl No.

PIR Number Division Item Type Quantity Description

316 20120154 ADMN Printer

LaserJet

1 HP Colour Printer LaserJet, Model : CP1525N, Sl.No. CNCG213286 Qty: 1 NO

317 20050132 ADMN Printer

LaserJet

1 HP Printer LaserJet - 1022, Sl.No. SNBJ55V08K Qty: 1 NO

318 20120155 ADMN Scanner 1 HP Scanner, Model : G2410, Sl.No. CN0B9T20T3 Qty: 1 NO

319 20070832 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000010 & Monitor No. AOCWHM5D70800186

320 20070816 MST Computer 1 Personal Computer Desktop type Pentium IV Processor, make - Wipro, Pentium D830,

3Ghz 2 x 1 MB L2 Cache, 160 GB SATA HDD, Keyboard, Optical Mouse, Combo Drive, with

19" TFT Colour Monitor, Speakers 5w RMS set of 2 Nos., PCI Express 128 MB graphics

Accelerator card. Sl.No. CPU-AAP 11400007 & monitor - 54464JA000193. [ IV No.149,

Issue slip No.1557 dt.07.08.08,USB-

6259, Automatic data processing plug-in board - 01 No. Rs.90642.00] Qty: 1 Unit

321 20070833 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000043 & Monitor No. AOCWHM5D70800074

322 20121305 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No.

CPU No. 07CABW12000079 Qty: 1 NO

323 20050279 MST DVD

Writer

1 External CD - RW DVD ROM [DVD Combo Drive] Sony & Super Comp USB 2 interface

324 20121307 MST Printer

LaserJet

1 HP Printer LaserJet, HP-1160, Sl.No.CNM1H29374 Qty: 1 NO

325 20090980 MST Printer

LaserJet

1 HP Printer LaserJet, Model : P 1007, Sl.No. VNF 5733679 Qty: 1 NO

326 20121306 MST UPS 1 UPS of 1 KVA Cap. with 30 Min. Battery back-up Qty: 1 No

327 20050456 MEF Computer 1 HP Branded PC intel P-IV , HT Technology , DVD ROM , 17 inch Monitor , Keyboard , Mouse ,

etc.

328 20080981 MEF Printer

LaserJet

1 Printer , HP , P2015DN , S/No. CNCJM33874 .

329 20070879 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer,

Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers,

Model : WSG15426, Sl.No. CPU No. 07CABW12000014 & Monitor No. AOCWHM5D70800193

330 20091050 MEF Laptop 1 Laptop Dell Studio XPS 13, make : Dell, 13.3 inch Widescreen WXGA [1280 x 800], CCFL TFT

display Monitor, Sl.No. 4R924BS

331 20101125 MEF Computer 1 Desktop Computer make: Compaq Model : CQ3280IX , CPU SL No - INA01700LG, TFT Monitor

SL No - CNT005VB3C

Page 68 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

332 20101229A MEF Laptop 1 Sony VIAO Laptop VPCS137GG/B, Intel Core i5 -560m Processor , Ram - 4 GB DDR3 , HDD - 500

GB , 13.3 inch ONXGA TFT Colour

Display , OS - Win 7 Professional Genuine , Anti - Virus - McAfee and Carry bag.

333 20131484 MEF Printer

LaserJet

1 HP Printer LaserJet, Model : M1536dnf, Multi-Function Facility : Print

/ Scan/Copy/Fax/ Network & Duplex Print Facility, Sl.No : CND9DB9BY1

334 20080864 MST Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112S3, CPU Sl.No. INA81600QL.

335 20050262 MST Computer 1 Personal Computer, Zenith Premium, PC pentium Intel -IV, with colour Monitor, Speaker etc.

336 20101127 MST Printer

LaserJet

1 HP Printer LaserJet P 1606 DN with automatic Duplex & Network facility, Sl.No. VNC 3 P07949

337 20101118 MST Scanner 1 Scanjet G3110 , Make - HP , Sl No - CN0B4A5004

Qty: 1 NO

338 20050417 MST Computer 1 Personal Computer, HCL Egeebee Intel Pentium, with Colour Monitor, Multimedia Speaker &

Microphone, Keyboard, Scrol Mouse etc. Sl.No. CPU- C04PZ169410, [ Cond. 1 No Monitor No.

BZ000436346563 thro. SDC-6 dt. 01.03.12 ]

339 20131337 MST Laptop 1 HP Laptop, Probook 4540S, 3rd Gen Intel R Core TM i5 - 3210M, 4 GB

1333 MHz DDR3 SDRAM Processor, 500GB SATA HDD, 15.6" LED

Backlit HD Antiglare [ 1366 x 768 ] Display with Carry Case & Microsoft Windows R 7

Professional 64-Bit , Sl.No. INA 303VFQC with 3 yrs on site comprehensive and service warrenty

by Comptech.

340 20101126 MST Printer

LaserJet

1 HP Printer LaserJet P 1606 DN with automatic Duplex & Network ready printer, No VNC3Z01529

341 20121294 MST Printer

LaserJet

1 HP Printer LaserJet M - 1005 MFP, Sl.No. CNG 8D1G190 Qty: 1 NO

342 20111138 MST Monitor 1 HD TFT Monitor 21.5 inch Wide Screen with WLED , Sl No - 031G6M - 74261 - 12J - 30RL

343 20111152 MST Scanner 1 HP Scanjet G2410 , Flatbed Scanner , Make - HP , Sl No - CNIIXT21WQ

344 20131366 MST UPS 1 2] UPS 3 Phase 10 KVA, Make - Numeric, Sl.No. II110707939 with 2 Nos Transformers - 1 Unit - Rs.

2,72400.00,

345 20131366 MST Printer

Laserjet

1 5] High Resolution HP Colour Printer LaserJet Model : CP1025, S/No.

CNCH119678 - 1 No - Rs.24,970.00

346 20121414 MEF Computer 1 Dell Desktop Computer V260ST C51, Professional 2nd Gen i5-2400, 4 GB DDR3 1333MHz SDRAM,

HDD 500 GB SATA, with 18.5" Dell Flat

Panel Monitor, Sl.No. CPU - BQR5ZR1, Monitor - CN098W4H7287224Q3AMS,

347 20070877 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000049 & Monitor No. AOCWHM5D70800209 Qty: 1 NO

Page 69 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

348 20070841 MEF Laptop 1 Computer Notebook , Make ACER , TM 629, Sl.No. 73906379625 with Carry Bag .

349 20091051 MEF Printer

LaserJet

1 HP CL5 CP2025N Printer LaserJet, Sl.No. CNCS 120921 Qty: 1 NO

350 20121415 MEF UPS 1 UPS 1000VA APC, Sl.No. EB121700945 Qty: 1 NO

351 20070876 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000068 & Monitor No. AOCWHM5D70800185 Qty: 1 NO

352 20080865 MST Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112D7, CPU Sl.No. INA81600SS .

353 20121281 MST Printer

LaserJet

1 HP Printer LaserJet 1020 Plus, Model : 1020 Plus, Sl.No. CNCFY83872 Qty: 1 NO

354 20050404 MST Printer

LaserJet

1 Printer LaserJet LJ 2420D, HP, Sl.No. CNFJD57872 Qty: 1 NO

355 20090948 MST Printer

LaserJet

1 Laser Jet Printer , Make: HP , Model No. - P2015D , S/No.

CNCJF00818 . Qty: 1 NO

356 20090523 MNP Computer 1 HP DC 7000 Series Desktop Computer 2 GB DDR2, RAM 667 MHz, Sl.No. CPU - INA 9350082 &

TFT Monitor No. CNC934QQLW

357 20060401 MNP Computer 1 Personal Computer P-IV, HCL, 1 GB DDR 2 RAM, 80 GB HDD with 17" LCD TFT Monitor & XP

Professional Preloaded, & Wireless LAN Card - Rs. 1800/- Sl.No. CPU-9063A1080333 & Monitor-

F6PN650146529 Qty: 1 NO

358 20060410 MNP Computer 1 Computer Compaq with 15" Colour Monitor, Sl.No. CPU-INI6040BDB, Monitor CNC6020VB1

359 20060411 MNP Printer

DeskJet

1 Deskjet Printer HP 3940, Sl.No.CN5BAIJ3XS Qty: 1 NO

360 20120604 MNP Laptop 1 Acer Laptop, E5-573G-736M/i7/5th Gen, Sl No.

NXMVMSI0435340CB457600

361 20060348 MNP Printer

LaserJet

1 Printer LaserJet , LJ1160 , Sl.No: CNK2D07124 .

362 20050343 MNP Scanner 1 Scanner Scanjet - 3770 , Make: HP , Sl.No. CN52PAS646 .

363 20110576 MNP Printer

LaserJet

1 HP Printer LaserJet Pro CP 1525N, Sl.No. CNCG108890 Qty: 1 NO

364 20120609 MNP Printer

LaserJet

1 HP Printer LaserJet, 1020 Plus, Sl.No. CNCFM40009 Qty: 1 NO

365 20110577 MNP Scanner 1 Scanner Model ; HP Scanjet G 3110, Sl.No. CN17XAA1W1 Qty: 1 NO

Page 70 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

366 20060424 MNP Laptop 1 HCL Note book ( Lap top) AX 008005 Intel Core Duo 1.6 GHz, 512 MB DDRZ SD RAM/100GB

Sata 2 MB Catch/ 14.1" W x GA wide one VGA port, 6 cell battery, Dual player DVD- RW

internal/integrated intel PRO wireless 3495 network BO5 1 B/G RJ modem/ RJ 45 connector

Laptop Bag - 1 No., Blue tooth Dongle USB - 1 No, Optical Mouse 2025 - 1 No, Sl.No.

C064AX265611

367 20060419 MNP Printer

LaserJet

1 HP Printer LaserJet 1022, Sl.No. VNRJ6050L5 Qty: 1 NO

368 20080469 MNP Computer 1 desktop PC with 17" TFT colour display Sl.No. CPY-NA8090CPK & Monitor CNC752QLZF.

369 20070448 MNP Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000023 & Monitor No. AOCWHM5D70800305 Qty: 1

NO

370 20090512 MNP Laptop 1 Laptop Computer Sony, Model : VGN-Z46GD, Intel core 2 Duo P9700 processor 2.80 GHz, TFT

colour display 13.1 inch wide screen, Sl.No.

7005606

371 20060382 MNP Scanner 1 HP Scanjet 4370, Sl.No.CN5C1A20FB

372 20070834 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000039 & Monitor No. AOCWHM5D70800022 Qty: 1

NO

373 20101071 MST DVD

Writer

1 USB External DVD Writer (Transcend) - model for desktop Computer/Laptop , Sl No - 340357-

2365

374 20111163 MST Laptop 1 Dell Hi - End Laptop , Model Dell Inspiron 15 R T560116 , Intel Core i5

-480M 2.66 Ghz Processor , Ram - 4 GB , HDD - 500 GB , Graphics - ATI Redeon 1 Gb Dedicated

Graphics , Screen - 15.6 inch HD wide LED Display , OS - Windows 7 Professional 64 Bit and

Carry Case , Laptop SL No - 00180447037717.

375 20070850 MST Printer

LaserJet

1 HP Laser Jet Printer , Model No. LJP3005DN , S.No. CNK2NO6719.

376 20080015 ADMN Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112CN, CPU Sl.No. INA8150QPH.

377 20080022 ADMN Printer

LaserJet

1 Printer LaserJet , Make: HP , Model No. M1120N MFP, S/No.

CNE8893QY3 . Qty: 1 NO

378 20101069 MST Laptop 1 Laptop Sony Vaio Vpc - EA 25F G/B make Sony Vpcea 25 F G/B Black , Model - VPC - EA 25 FG Sl

No - 7002337

379 20121321 MST Printer

LaserJet

1 HP Printer LaserJet, Model : 1015, Sl.No. SGFBR03907 Qty: 1 NO

Page 71 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

380 20110026 ADMN Computer 1 Dell Inspiron 620 ST Base Desktop Computer, 2nd Generation Intel R Core TM i5-2320 Processor,

4 GB DDR3 SDRAM 1333MHz, with Dell TM IN2030MF 20 inch Widescreen Flat Panel LED

Monitor, 1000GB SATA HDD, Dell TM USB Keyboard and Dell MS111 Laser Optical Mouse,

Microphone & headphone, Sl.No. CPU - CJH58R1, Monitor - CN-03H828-72872-1B3-CL9M

381 20110006 ADMN Printer

LaserJet

1 HP Laser Jet 2420 D Printer Sl.No. 05957A (China) Qty: 1 No

382 20110025 ADMN Printer

LaserJet

1 HP Printer LaserJet PRO CM1415 fn Multi Function [

Print/Copy/Scan/Fax/Network] Sl.No. CNH8C881MO Qty: 1 NO

383 20110224 S&P Computer 1 Dell Computer, Model : Inspiron 620 ST Base, 2nd Geration Intel [R] Core TM i5-2320 Processor,

2 x 2GB DDR3 SDRAM, 20" Wide Screen Flat Panel LED Dell Monitor No. CN-03H828-72872-

19N-F89M, Tag No. 59YNWQ1

384 20110081 ADMN Computer 1 Dell Inspiron 620 ST Desktop Computer, Intel Core i5 2310 Processor, RAM - 4 GB DDR3 , HDD - 1

TB Sata, Graphics - 1 GB AMD HD 6450

Graphics Card , Monitor - 18.5 Inch Wide Screen Flate Monitor , Dell Mouse , Dell Keyboard , OS

- Windows 7 Home Premium 64 Bit and Etc , CPU Service Tag No - 1SSVWQ1 , Monitor - SL No -

CN-01WK23- 74261-13J-1VCC.

385 20050528 ADMN Printer

LaserJet

1 Printer LaserJet 1320, HP, Sl.No. CNCJJ05577 Qty: 1 NO Supplier:0

386 20110085 ADMN Scanner 1 HP Scanjet G3110 Photo Scanner, Sl.No. CN1AWAA194 Qty: 1 NO

387 20141431 ENG Printer

DeskJet

1 HP Deskjet Printer - 1020, No. CNCKC51985 Qty: 1 NO

388 20131362 ENG Laptop 1 Laptop HP Probook 4440S D5J48PA#ACJ, Intel Core i5 - 3210 3rd gen Processor, 4GB X 2GB RAM

DDR3 RAM 1600 MHz FSB, 750 GB HDD

with 14" LED Antiglare Screen, Webcam, Bluetooth, Win 8 Professional & 3 Yrs. warranty,

Sl.No.INA328T2KL

389 20121423 MEF Computer 1 Desktop Computer, Make - LENOVA, Sl.No. L9CK170 with 19" TFTMonitor No. 6M0239873222650

390 20121420 MEF Laptop 1 Computer Notebook (Laptop) Intel core2 Duo T5600, 1.83GHz, 512MB RAM, 80GB HDD, 15.4"

Display, DVD R/W, Win. XP Pro, Carry

case, Make : Toshiba, Model : Satellite A100, Sl.No. Z6157394Q - 1 No - Rs. 54,900.00 Repaced :

On 26.06.13/ I.Slip 4923 - Internal Key Pad - 1 No. - Rs. 3,550.00, Internal Speaker - 1 No - Rs.

2,450.00, USB Key Board & Optical Mouse - 1 Set - Rs. 1075.00, Add : Battery - 1 No

- Rs.5,950.00 Qty: 1 NO

391 20121422 MEF Printer

LaserJet

1 Laser Jet Printer , HP: CP3505N , Sl.No. CNBJ83X01D . Qty: 1 NO

392 20121421 MEF Workstati

on

1 Dell Workstation Computer, Make & Model - Dell / T5400, Intel T5400 Processor based 250 GB

SATA II HDD, 2 GB RAM, TFT Monitor, sound blaster, sound cord machine Sl.No.4J6LIBS,

Monitor No.CN- DFY007-72872-7B8-0F5U

393 20070885 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000013 & Monitor No. AOCWHM5D70800024 Qty: 1 NO

Page 72 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

394 20091004 MEF Laptop 1 HCL Laptop, with carry case, Model No.T3904, Sl.No.C084AX211108 Qty: 1 NO

395 20060787 MEF Printer

LaserJet

1 HP Printer LaserJet 1320, Sl.No. CNHJ62NOWX Qty: 1 NO

396 20101047 MST Computer 1 Desktop Computer Make -Dell Model - Vostro 320 - All IN One , SL.No . 57NTTJ1

Qty: 1 NO

397 20070830 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000005 & Monitor No. AOCWHM5D70800050 Qty: 1 NO

398 20070844 MST Computer 1 Desktop PC Pentium D830 , 3 GHz 2x1 MB L2 Cache Intel 945G chipset , 1 GB 400 MHz DDR2 RAM

, 160 GB 400 SATA HDD , 1.44 MB FDD , 104 Combo Drive 16x10x40 CDRW & 12x DVD 10/100/1000

Ethernet with remote booting , 17 " Colour Monitor Sl.No. 782073207851 , CPU

Sl.No.9074A2100080 , Keyboard , Optical

Mouse , Speakers 5 w set of 2 Nos., - Free Of Cost Qty: 1 NO

399 20111150 MST DVD

Writer

1 External DVD Writer , Sl No - 6BAB020405, Make - Lomega, Qty: 1 NO

400 20080855 MST Computer 1 PC , Make HP Compaq , SL.No. CZC7110J40 , Monitor SL.No.

CNC646QKYR .

401 20080855 MST Printer

LaserJet

1 Printer LaserJet SL.No. - VNC3630793 , Model No. - H11020 Plus Qty: 1 Unit

402 20080936 MST Switch 1 HP Pro Curve switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever ( J 8436A), Sl.No.

SG834KJ06H and DE831DK04H Qty: 1 NO

403 20130225 ICTU Computer 1 Dell Computer, Model; Optiplex TM i7-3770 Processor, 8GB dual Channel DDR3 1600 MHz SDRAM

Memory, 500GB 7200RPM

3.5" SATAHard Drive with Dell 24" Wide Screen Monitor LED Back Light with 1 Pr. Dell

Speaker & Win 7 Professional Operating System Media, 3 Yrs. Onsite Comprehensive

Warranty, Sl.No. CPU- 9H6T5Z1 & MonitorCN-0504H1-74261-374-12MS

404 20070099 ICTU Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel 945G

chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model : WSG15426,

Sl.No. CPU No. 07CABW12000033 & Monitor No. AOCWHM5D70800296,

ADD : On 14.05.13 - Web Cam, Make : Logitech - 1 No - Rs. 1,000.00 Qty: 1 NO

405 20080107 ICTU Printer

LaserJet

1 HP , Colour Printer LaserJet 2605DN , Sl.No. [ CNJJ82000J ] replaced with Sl.No. CNJJ85P01P

406 20130217 ICTU Scanner 1 Scanner HP Scanjet G3110, Sl.No. CN24QAA26Q Qty: 1 NO

407 20070884 MEF Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000050 & Monitor No. AOCWHM5D70800037 Qty: 1 NO

Page 73 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

408 20131491 MEF Scanner 1 HP Scanjet G3110 Photo Scanner, 48 bit Flatbed CCD, 4800 x 9600 dpi resolution, facility -

Copy, Scan to E-mail, Scan to PDF, 1 yr warrenty, Sl.No. CN25CAA1K6

409 20130662 ENG Laptop 1 HP make Laptop, Probook 4440S, Intel Core i5 3210QM Processor, 4 GB DDR3SDRAM, 500 GB

HDD, Web Cam, Graphics Controller, Bluetooth with 8 Professional Win. & Carry Case, Sl.No.

INA308XKG5, Warranty : One Yr. + HP Care pack for additional two yrs. Warranty. - Rs. 5301

410 20080030 IMDC Computer 10 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Issue S. No.

814/821/822/823/824/825/826/827/828/830 , Monitor Sl.No: CNK75115DL, CNK75112SJ ,

CNK75115ZW,CNK75115CT,CNK75112CF,CNK75116CY, CNK75112CS,

CNK75115CZ,CNK75112CB,CNK75112DI . CPU Sl.No.

INA81600RK,INA81600SM,

INA81600SD,INA81600R7,INA81600QR,INA81600R6,INA81600RW,

INA81600SK,INA817072J,INA81600RR

411 20080032 IMDC Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75112D4 , CPU No.

INA81600RY. Qty: 1 NO

412 20110054 IMDC Scanner 1 HP Scanjet Enterprise 7500, Flatbed scanner Series,UP to 50ppm/100imp, Sl.No. SG1AD4102 P

413 20080038 IMDC Scanner 1 Scanner - HP/SJ 8390, Sl.No. CN66AA0075, DGS & D RC Sl.No. 101 Qty: 1 NO

414 20080039 IMDC Scanner 1 Scanner , Bar code LIPI 6860/ LIPI Held with USB interface . Sl.No.

SG357062 , DGS & D RC Sl.No. 103 Qty: 1 NO

415 20080035 IMDC Server 1 Computer Server , Make : HP , Model : HP/DL 580 four Processor capable intel Xeon Quad

Core Configuration , Rack Max 4u with two Quad Core Xeon Processor , 17" CRT Monitor,

Monitor S/N:CNC82100G2, 8 GB RAM , 72 GB HDD- 3 Nos., 146 GB HDD- 3 Nos. , 19" Rack ,

CPU S/N: SGH823X8TV .

416 20080040 IMDC Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBE X 2-SC SR Transceiver [J8436A] Sl.No.

SG851KJ047 [ update ] and DE831DK03E Qty: 1 Set

417 20130059 IMDC UPS 1 ONline UPS System Emerson Liebest adapt BX 6KVA UPS System with 30 mini backup, KW -

6000 VA/ 4800W , Input 110V - 300V, Sl.No.

83621203100237

418 20110637 ENG Computer 1 Dell Desktop Computer XPS 8300, 2nd Generation Intel R Core TM i5- 2320 Processor, 8 GB

DDR3 SDRAM 1333MHz, with Dell TM 21.5 inch Full HD Widescreen Flat Panel LED Monitor,

1000GB SATA HDD, Dell TM USB Multimedia Keyboard and Dell TM USB Laser Optical Mouse,

Dell TM 2:1 Multimedia Desktop Speaker System, Sl.No. CPU - HZB08R1, Monitor - CN-

0NN41N-74261-1B9-1AH - OCJM

419 20110636 ENG Computer 1 Dell Desktop Computer XPS 8300, 2nd Generation Intel R Core TM i5- 2320 Processor, 8 GB

DDR3 SDRAM 1333MHz, with Dell TM 21.5 inch Full HD Widescreen Flat Panel LED Monitor,

1000GB SATA HDD, Dell TM USB Multimedia Keyboard and Dell TM USB Laser Optical Mouse,

Dell TM 2:1 Multimedia Desktop Speaker System, Sl.No. CPU - FBW7BR1, Monitor - CN-

0NN41N-74261-1B9-1ULM

Page 74 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

420 20060379 ENG Printer

LaserJet

1 Printer LaserJet All in one HP-3050 No. CNCK 242070 Qty: 1 NO

421 20120109 F&A Printer

LaserJet

1 HP Printer LaserJet 1020 Plus, S/No. CNCFY91783 Qty: 1 NO

422 20060065 F&A Printer

LaserJet

1 HP Printer LaserJet 1020, Sl.No. CNCKF65545 Qty: 1 NO

423 20100098 F&A Monitor 1 Samsung TFT Colour Monitor 20 Inch , SL No - 012HPGB106800 Qty: 1 NO

424 20070835 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000047 & Monitor No. AOCWHM5D70800155 Qty: 1 NO

Supplier:Wipro Ltd.

425 20080188 ANC Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112CY, CPU Sl.No. INA81600RJ.

426 20110300 ANC Computer 1 Dell Desktop Computer - Dell XPS 8300 Direct Base, 2nd Generation Intel R Core TM i7-2600

Processor, 6GB DDR3 SDRAM 1333MHz, Dell TM Studio Multimedia Keyboard and Dell TM Laser

Mouse with 24- Inchs HD Widescreen Dell Monitor, Sl.No. CPU - FRDVW01 & Monitor

- CN-OW8V49-74261-1B2-1AFU

427 20060148 ANC Computer 1 Personal Computer P-IV 3.0 GHz, 80 GB,512 RAM, Mouse l, with 17" Colour Monitor No.612NCYX

059298

428 20100267 ANC Laptop 1 Laptop Sony VA10, Model : VPCEB34EN/BI, Sl.No. 7002383 Qty: 1 NO

429 20100246 ANC Printer

LaserJet

1 HP Printer LaserJet P3015 for Capillary Electrophoresis System, Sl.No.

VNBV9DGGYH Qty: 1 NO

430 20080210 ANC Printer

LaserJet

1 Printer HPLJ Photosmart all in one, Model:C6288, Sl.No.MY837H50NI Qty: 1 NO

431 20100245 ANC Computer 1 HP Compaq dc 7900 No. C2C94778BH & HP LE1901W Monitor 17 inch TFT, No. 3CQ9341S6L,

432 20080375 CSE Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK7511252 , CPU No. INA817072M , Keyboard Sl.No. TVS0706007720 , With Multimedia

Speaker - 340 W.

433 20060343 CSE Computer 1 HCL Busybee PDP Computer Intel Pentium Duo Core Processor 3.4 GHz, intel 945 chipset

motherboard/ Integrated Graphics Media Accelerator /Integrated high defination Audio with

Speakers/ DVD writer /Multimedia Keyboard/ Optical Mouse/ 19" TFT Monitor/ Win. XP CPU-

No.1074A2305371 & Moniroe-F05N6B0028600

434 20060338 CSE Computer 1 Personal Computer HCL, P-IV 1 GB DDR 2 RAM & 80 GB HDD with 17" LCD TFT monitor with XP

Frofessional Preloaded, Sl.No. CPU- 9063A1080329 Monitor - F6PN65014469

Page 75 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

435 20070361 CSE Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000029 & Monitor No. AOCWHM5D70800046 .

436 20050093 CSE Computer 1 Personal Computer Compaq, Model : Presario SR 1215 IL with 15 inch colour Monitor

437 20090454 CSE Computer 1 Dell Computer higher configuration with SATA 160 GB HDD, Intel Core 2 duo Processor, 4 GB

DDr RAM, DVD & CD Writer with 19 inch TFT Monitor, CPU : Service Tag. 751T3BS, Express

Code : 15542844184, Monitor : CN-OW937G-64180-96P-19HU

438 20070355 CSE Printer

LaserJet

1 HP Mono Printer LaserJet, LJ P2015 DN, Sl.No. CNCJL02201 Qty: 1 NO

439 20060339 CSE Printer

LaserJet

1 HP Printer LaserJet 2340 All in One, Sl.No. CNR J65X00Y Qty: 1 NO

440 20090455 CSE Printer

LaserJet

1 HP Printer LaserJet P1007, Sl.No. VNF8M08334 Qty: 1 NO

441 20040019 CSE Printer

LaserJet

1 Printer LaserJet, HP CLJ 4600DN, Sl.No. 69661A Qty: 1 NO

442 20060775 MEF Computer 1 Personal Computer HP DX 2280 Pentium , 2533 Mhz RAM, 80 GB HDD with 19" TFT Colour

Monitor , Seaker, head set, Micro Phone, CPU Sl.No.INI6420G2W & Monitor - CNN6250TLF,

Replaced on

14.03.12 - Harddisk 500 GB - 1 No, RAM - 4 GB - 1 Set & Mother Board - 1 No = Rs. 15,000.00

443 20080507 ENG Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75115DM, CPU Sl.No. INA81600S9.

444 20130671 ENG Computer 1 CPU Dell Optiplex 3020, Intel R Core TM i3-4130 4th Generation Processor, 8GB DDR3 SDRAM

Memory, 500GB HDD, W/out Monitor, Keyboard & mouse, Win 8.1 professional upg. Academic

OLPNL electronic license. Service Tag No. CF20HZ1

445 20070480 ENG Printer

LaserJet

1 HP Laser Jet Printer 3050 MFP , Model 3050 MFP , Make HP , SL.No.

CNCKM79770 Qty: 1 NO

446 20100606 ENG Printer

LaserJet

1 HP Laser Jet Printer , Monochrome , Sl No - M1005MFP Qty: 1 NO

447 20080137 ICTU Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75115ZQ , CPU No.

INA81600RH . Qty: 1 NO

448 20080136 ICTU Laptop 1 Computer Notebook [Laptop] ,Make: Lenovo , Intel Core 2 Duo, R Series , T7100 , 1.8 GHz , 1.5

GB RAM , 80 GB HDD , 15.4" Display ,

DVD Combo , Window vista , Carry case , USB optical Mouse , Sl.No: L3-F9029 .

449 20080145 ICTU Server 1 Computer Server , Make : HP , Model : HP/DL 580 four Processor capable intel Xeon Quad

Core Configuration , Rack Max 4u with two Quad Core Xeon Processor , 17" CRT Monitor,

Monitor S/N:CNC82100G3, 8 GB RAM , 72 GB HDD- 3 Nos., 146 GB HDD- 3 Nos. , 19" Rack ,

CPU S/N: SGH823X8TW .

Page 76 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

450 20080150 ICTU Switch 1 HP Procurve 2900-48G Switch Layer 3 SNMP Managed basic Configuration , 48 Ports 1000

Mbps Switch with 4 GB Combo Slots and one 10 G Slot . ,Part No. J9050A#ACQ , Sl.No.

SG834KJ06D . Qty: 1 NO

451 20080121 ICTU Tape

Drive

1 External Tape Drive, HP Surestore Ultrium 230e, Model C7401, Sl.No.

1E72B00657 Qty: 1 NO

452 20060716 MEF Computer 1 17" TFT LCD Monitor , SAMSUNG , Sl.No. HHBL 508093 Qty: 1 NO

453 20060756 MEF Computer 1 Personal Computer P-IV, HCL, 80 GB HDD, 1 GB DDR 2 RAM, with 17" LCD TFT Monitor, and XP

Professional Preloaded & Wireless LAN Card -Rs. 1800/- Sl.No. CPU- Sl.No.CPU-9063A1080330 &

Monitor - F6PN650146542, LAN- DRCC 263002599

454 20050307 MEF Computer 1 Personal Computer, HCL Infinite with 17" CRT Colour Flat Screen Monitor, CPU No. B043A1163753,

455 20060750 MEF Laptop 1 Computer Notebook (Laptop) P-IV, 60 GB HDD, 512 MB RAM, wireless optical Mouse, Sl.No.

CNU6070LSZ

456 20050463 MEF Printer

LaserJet

1 HP Printer LaserJet 1005 , Sl. No. SGBS003313 Qty: 1 NO

457 20050296 MEF Printer

LaserJet

1 HP Printer LaserJet, Model : LJ1320, Sl.No. CNBJ4860J Qty: 1 NO

458 20121475 MEF Computer 1 1. HP Desktop Computer - INA237PK2L, Dell Monitor NO- CN-04530N- 72872-13QAM71 1 One Set.

459 20121475 MEF Printer

LaserJet

1 2. HP Colour Printer LaserJet No - CNCFX07011 - One No Qty: 1 Unit

460 20121475 MEF UPS 1 3. UPS 1KVA Make : NUMARIC Sl.No. - 441207303519 - 1 No, Qty: 1 Unit

461 20121475 MEF UPS 1 4. UPS 2 KVA Make : Asia Power Sl.No. - AP20000SW-10102120090 - 1 No

462 20060561 MEF Computer 1 Desktop PC DELL make with 18.5 inch Dell make TFT Monitor, Sl.No. CPU - 6QPZ5BS & Monitor -

CN-OU417N-64180-039-38KU - 1 Set - Rs.47,500.00,

463 20121404 MEF Laptop 1 1] HP Mini Laptop, Model No - 4006TU, Sl No - 5CD2181KLX. Qty: 1 NO

464 20131531 MEF Scanner 1 Portable Scanner, make Portronics, Model : POR470, Sl.No.

43D009000275 Qty: 1 NO

465 20121405 MEF DVD

Writer

1 Transcand External USB DVD Writer, Sl No - A18310-1843 Qty: 1 NO

466 20101046 MST Computer 1 Desktop Computer (Dell Vostro 320 - All in one - Make - Dell , Model - Vostro 320 Sl No. 3CNTTJ1

467 20101096 MST Printer

LaserJet

1 HP Printer LaserJet P 1008, Sl.No. VNFNN02134 Qty: 1 NO

468 20111254 MEF Computer 1 Dell Insprion Desktop Computer , Intel Core i3 - 550 Processer , Ram - GB DDR3 SDRAM , HDD - 500

GB , Graphics Card - NVIDIA GeForce G310 with 512 MB Memory , Monitor - 18.5 Inches Wide

Screen Flate Panel , OS - windows 7 Professional 64 Bit , MS Office Starter 2010 and Etc , CPU SL

No - 4ZFH6Q1, Monitor Sl No - CN-0321DV -

72872 - 138 - 0671.

Page 77 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

469 20121385 MEF Printer

LaserJet

1 HP Printer LaserJet PRO Colour M 175 series, Multi-Fuction : Printer/Copier/Scanner/Fax, Sl.No.

CNC9D2TV3F

470 20111282 MEF Server 1 IBM Server Model: X3650 Sl.No.99FC985 with 19" TFT Monitor No.V1Y5126 D-Link sport switch

Gigabite DGS-1008D, Sl.No.F370487000507

471 20070463 ENG Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000002 & Monitor No. AOCWHM5D70800051 Qty: 1 NO

472 20100263 ANC Computer 1 Dell Inspiron Desktop Computer Cire -1-3, 540 Processor/4 Gb Ram DDR 3 /320 GB HDD /DVD

Writer/ Keyboard /Mouse /18.5 Inch TFT Monitor/ Windows 7 Home Badic/Mcafee Antivires

Speaker, 512 MB Graphics Card , CPU Sl No - 17Id6bs , Monitor Sl No- CN-07-VCK,- 64180-051-

058K

473 20100259 ANC Computer 1 HP Pro 3090 Intel Dual Core 2.7 GHZ/2 GB

/DDR2/320gb/DVDRW/Intel 4500M Graphics/18.5inch TFT, SLNo - CPU - INA02202XN &

Monitor SLNo - CNT937572H - 1 SET 2] Slip No - 2343 , Date - 20.08.10

474 20100254 ANC Computer 1 HP Pro 3090 Inter Duel Core 2.7 GHZ/2GB/DDR2/320GB/DVDRW/ Intel 4500m Graphics 18.5inch

TFT, SL No - CPU - INA02202S4 & Monitor - CNT015524D 1 Set

475 20100254 ANC Printer

LaserJet

1 HP Laser jet Mono P - 1007 Printer Sl No- VNFNP11764, 1 Set Qty: 1 Set

476 20100254 ANC UPS 1 APC 550VA 20 minutes back UP UPS , SL No - EB1007000993, 1 SET

477 20090222 ANC Laptop 1 HP Laptop , Model: 22303 , With Carry Case , S/No. CNU8386NC8 .

Qty: 1 NO

478 20080208 ANC Printer

LaserJet

1 Printer, HP LJ 1505N, Sl.No. VNF3T04218 Qty: 1 NO

479 20120331 ANC Scanner 1 48 bit flatted CCD Scanner 1200 x 1200 dpc resolution Qty: 1 NO

480 20080511 ENG Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112D5, CPU Sl.No. INA8150QPZ.

481 20121260 ENG Laptop 1 Netbook, Acer - Aspire One D270,Sl.No. LUSGA 0801220270207614 - 1 No, Software, Battery

Adoptor 7 Netbook Adoptor - 1 No each Qty: 1 Unit

Supplier:Technofour

482 20050295 MEF Printer

LaserJet

1 Printer, Make ; HP, Model : 1015, Sl.No. SGFB927192 Qty: 1 NO

483 20130616 MNP Laptop 1 HP Laptop, Model : Probook 4540S, 3rd Gen Intel R Core TM i5 - 3210M Processor, 4GB 1333

MHz DDR3 SDRAM , 500GB SATA hard

Disk drive with 7200RPM, 15.6 inch LED Backlit HD antiglare Display, with preloaded Microsoft

Win R 7 Professional + Carry Bag, Sl.No.

INA303VFVR Qty: 1 NO

484 20110555 MNP Printer

LaserJet

1 Printer LaserJet - P1566 , Sl No - VNC3F22625 Qty: 1 NO

Page 78 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

485 20070824 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000053 & Monitor No. AOCWHM5D70800014 Qty: 1 NO

486 20090998 MST Printer

LaserJet

1 HP 1007 Printer LaserJet, Sl.No.VNF8P18422 Qty: 1 NO

487 20090029 ADMN Computer 1 HP dx 2000 series Desktop Computer with intel V pro config. , Sl.No.INA9340QBY with

Monitor 18.5 inch No.CNT9375BQJ2 with MSoffice 2007 Professional MOLP with Media

software with better DVD ROM

488 20130115 ADMN Laptop 1 HP Laptop, Probook 4440S, Part No. DON 73PA, Intel R Core TM i7 36320QM Processor, 4GB

SDRAM, 500GB 7200 RPM Hard Drive, 14"

HD Antiglare LED-backlit, Windows R 7 Professional 64 bit, Sl.No.

1NA250T5HV withCarry Bag, 3 Yr Warranty.

489 20090026 ADMN Printer

LaserJet

1 HP Mono Laserjet P 3005 dn Laser jet Printer as per DGS&D item No.126 Sl.No.CNS2N57480

490 20090519 MNP Computer 1 HP DC 7000 Series Desktop Computer 2 GB DDR2, RAM 667 MHz, Sl.No. CPU - INA 935007G &

TFT Monitor No. CNC934QRPB

491 20120593 MNP Laptop 1 HP Pavilion DV6 Laptop, Intel 3rd Generation Core i7 3610QM 2.3 GHz Processor, Ram - 6 GB

1600 MHz, HDD - 640 GB Sata Hard Disk, Graphics Card - 2 GB DDR3 NVIDA GeForce Garaphics

card, 8x DVD Writer, Screen Size - 15.6 Inch HD LED Widescreen Display, OS - Windows 7

Ultimate 64 bit genuine. Extra Item - Optical Mouse and Carry Bag, Laptop Sl No - 2CE213014F

492 20090504 MNP Printer

LaserJet

1 HP Printer LaserJet P 1505, Sl.No. VNF3F10585 Qty: 1 NO

493 20070837 MST Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000036 & Monitor No. AOCWHM5D70800025 Qty: 1 NO

494 20050377 MST Computer 1 Personal Computer, HCL, ezeebee No. B04PAZ150252 with 21" Monitor No.

BZ000447346105 with Speakers & Microphone Qty: 1 Unit

495 20050375 MST Printer

LaserJet

1 Printer LaserJet HP 2550L, Sl.No. CNHSB31555 - 1 No.

496 20131367 MST Printer

LaserJet

1 HP Printer LaserJet, Model : M10005 Qty: 1 NO

497 20091041 MEF Computer 1 Desktop Computer, intel core 2 duo 2.8 GHz, 1 GB Ram, 320 GB HDD with 17" TFT Monitor No.

OJ672H-64180-958-2MYL

498 20091038 MEF Printer

LaserJet

1 HP Printer LaserJet, Model P1008, Sl.No. VNF4H11147 Qty: 1 NO

499 20111256 MEF Computer 1 HP Desktop Computer , Intel Core i3 - 550 - H57 Processer , Ram - 3 GB DDR3 , HDD - 500 GB ,

Monitor - 20.1 Inch LCD, OS - Win 7 Basic , SL No - 1NA052RCXC , Monitor - 3CQ02313ZB

500 20030032 MEF Printer

LaserJet

1 HP Printer LaserJet - 1150, Sl.No. SGBB032615 Qty: 1 NO

Page 79 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

501 20031612 MEF Scanner 1 Scanner Scanjet 3570C, make : HP, Sl.No.CN31AN61H4 Qty: 1 NO

502 20090063 BDM Computer 1 HP Desktop Computer DX 2000 Series, D X 2480 with 19 inch TFT Monitor, Sl. No. CPU - INA

8200C58 & Monitor - 3CQ921279X Qty: 1 Unit

503 20100078 BDM Computer 1 HP Pavilion P6330IN Desktop Computer Along with 18.5 inch TFT Monitor , Processor Intel

Core 2 Duo E7500, Processer Speed 2.93 GHz , Ram 3 GB ,HDD SD Ram 500 GB , Dual Layer

DVD writer , 2 Microphone, 1 Hedphone side Speaker Wiresless Keyboard , Optical Mouse,

Win. 7 Home Basic , Sl No - CPU-INA0200DK9, Monitor - 3CQ95052ZT

504 20140121 BDM DVD

Writer

1 External DVD Writer with VSB Port, Sl.No.25544614699124 Qty: 1 NO

505 20100067 BDM Laptop 1 Sony Mini Laptop -W Series - VPCW219AG/L, Atom N450, 1.66GHz

,320 GB , 2 GB DDR2 RAM, Wireless Lan , Intel Media Acc 3150, IEEE

802.11 b/g/n, Blue Tooth , VGA CAM , Windows 7 Startar 32 bit, Cell

, 1.33 Kg , 1 Yr Warranty . Free Carrying Pounch , Wireless Optical Mouse , Wireless Hedphone

, with Fm , Life Time Anti Vires . 1] Laptop SL No - SOI700938D, 2] Optical MOuse S. NO -

7789012898888 Wireless Hedphone SL No - 0909070893

506 20100074 BDM Laptop 1 Laptop Hp Pavilion DV6-3043 TX, Make - HP , Model - 3043TX Service Tag no- Sl No -

CNF0163HXT

507 20110086 BDM Printer

LaserJet

1 HP Laserjet Multifunction 1005, Sl.No. CNG8C3H1ZL - 1 No, Speaker Creative A335 - 1 No, Head

Phone - 1 No.

508 20080060 BDM Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBE X 2-SC SR Transceiver [J8436A] Sl.No.

SG834KJ073 and DE831DK073

509 20131505 MEF Printer

Laserjet

1 HP Mono Printer LaserJet, Model : 1606DN, Sl.No. VNF3C04168 Qty: 1 Unit

510 20110076 Hindi Computer 1 Dell Desktop Computer , Intel coe i5 Processor 3.1 Ghz , HDD - 500 GB SATA , RAM - 4 GB DDR

3 , Graphics - 1 GB NVIDIA GT 420,

Monitor - Dell 20 Inch LED , OS - Windows 7 Professional 64 Bit and Etc. CPU SL No - CN-

03H828-72872-16A-02VOS, Monitor SL No - 221QWQ1

511 20091045 MEF Computer 1 HP Desktop Computer DX 2480 wiith 18.5 inch TFT SVGA digital Colour Monitor, Sl.No. CPU

- INA9040K06 & Monitor - CNT9255C3Z Replaced with final No CNT047406H

512 20131535 MEF Computer 1 Dell Desktop Computer, Model : Optiplex TM 7010 MT Base, 3rd Gen Intel R Core TM i5 - 3570

Processor, 4 GB Non-ECC DDR3 1600MHz SDRAM Memory, 500 GB DATA Hard drive with

7200RPM speed, Dell TM AX210CR USB Stero Desktop 1 Pr. Speaker,& Dell Key Board and

Mouse with 21.5" Wide Screen Monitor [ S2240L ] Sl.No. CN- 01MVD1-64180-395-1MXT &

CPU - Tag No. 4WBP7X1

513 20131536 MEF Computer 1 Dell Desktop Computer, Model : Optiplex TM 7010 MT Base, 3rd Gen Intel R Core TM i5 - 3570

Processor, 4 GB Non-ECC DDR3 1600MHz SDRAM Memory, 500 GB DATA Hard drive with

7200RPM speed, Dell TM AX210CR USB Stero Desktop 1 Pr. Speaker,& Dell Key Board and

Mouse with 21.5" Wide Screen Monitor [ S2240L ] Sl.No. CN- 01MVD1-64180-39C-138T &

CPU - Tag No. CWBP7X1

Page 80 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

514 20111342 MEF Computer 1 HP Computer Intel g620 4 GB RAM, 1 TB HDD with 20" LAD/TFT Monitor, Sl.No. CPU-

INA144XCO & Monitor - CNK1270KBY

515 20131546 MEF Computer 1 Computer, Make : IBM, Lenovo, Intel R Core TM i5-3450, 8GB RAM memory, 500GB 7200 RPM

3.5" SATA HDD, 20" LED Monitor, Sl.No.

CPU-PGCLO37, Monitor - VN65530

516 20131545 MEF Computer 1 Computer, make ; IBM, Lenovo, Intel Core TM i5 - 3450, 8 GB RAM Memory, 500GB 7200

RPM 3.5" Sata HDD, with 20" LED, 1 Pr. Stereo Desktop Speaker, Head Phone etc., Sl.No.

CPUPGCLO36 & Monitor - VN65898

517 20091082 MEF Laptop 1 Laptop, DELL-S560926, 14.1 inch Widescreen WXGA-True Life, Sl. No.

787804788680002

518 20101235 MEF Laptop 1 HP Mini Notebook 210-1122TU Laptop , Intel Atom N455 Processor , Ram - 2 GB DDR3 , HDD -

320 GB , Display Screen Size 10 inch , OS - Win 7 Starter 32 bit and Carry Bag, Laptop Sl No -

CNF0407 USB External Portable DVD Writer , Sl No - 3168342730.

519 20091043 MEF Printer

LaserJet

1 HP Printer LaserJet P 1008 # VNC 6336439 Qty: 1 NO

520 20141573 MEF Printer

LaserJet

1 HP Printer LaserJet Pro P1606dn, Sl.No. VNF3C21783 Qty: 1 NO

521 20111329 MEF Printer

LaserJet

1 HP Printer LaserJet, 1020 Plus, Sl.No. CNCFT39551 Qty: 1 NO

522 20131486 MEF Printer

LaserJet

1 HP Printer LaserJet, Pro P1108, Sl.No. VNF3N06455 Qty: 1 NO

523 20121402 MEF Monitor 1 Samsung 20 Inch LED Monitor, Sl No - ZUMWHMBC214378A Qty: 1 NO

524 20101163 MEF Printer

LaserJet

1 Hp Printer LaserJet CP 1215 Make - HP , SL No- CND9B6P0JD Qty: 1 NO

525 20141574 MEF Scanner 1 HP Scanjet 200 Scanner, Sl.No. CN38QB1468 Qty: 1 NO

526 20111330 MEF Scanner 1 Scanner LIDE 110, make - Canon, Sl.No. KEFB19618 Qty: 1 NO

527 20091092 MEF UPS 1 2 KVA True Online UPS with 30 Minutes power backup APC, Model

:Surt 2000 UXI, Sl.No. JS0952010404 with Quanta make 12V 26 AH Battery, Rack.

528 20111235 MST Computer 1 Dell Inspiron One 2310 Desktop Computer , Intel Core i5 Processor, Ram - 4 GB DDR3 , HDD -

500 GB Sata, Graphics Card - 1 GB ATI Radeon HD 5470 Card, 8x DVD RW Writer, Monitor -

Dell 23Inch LED Monitor, Dell Wireless Key Board and Mouse, Webcam Integrated

2.0 Mega Pixel , Internal TV Tuner with Remote, OS - Win 7 Professional and Etc,

System Service Tag no - 4DVXMQ1.

529 20111156 MST Laptop 1 HP Laptop 540 P IV , Intel Core 2 Due CPU P8600 , Ram - 2 GB , HDD - 320 GB , DVD Writer , OS

- Genune Windows Vista , Wireless mouse and Requires Softwere , Laptop Sl No -

CNU03337CS. Add - On

23.08.12 - I.Slip - 3709 - Internet USB Data Card - 1 No. - Rs. 2,000.00 Qty: 1 NO

530 20101103 MST Computer 1 Desktop PC, DELL No. CN-01WK23-742661-074-OEAS, with 18.5 inch

TFT Monitor - 1 Set.

Page 81 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

531 20101103 MST Printer

LaserJet

1 HP Printer LaserJet M 1005 MFP, No. CNG9B9H7ND - 1 No

532 20091005 MST Scanner 1 HP Scanjet Photo Scanner, Model No.G4010, Sl.No.CN94KA61K2 Qty: 1 NO

533 20090163 MEF Computer 1 HP dc 7000 series Desktop Computer with intel V pro config. , Sl.No.INA92907 JL with

Monitor 18.5 inch No.CNT9255C5F including better DVD ROM and 2GB DDR, 2 RAM 667 MHz

534 20101237 MEF Laptop 1 HP Pavilion Laptop DV6 , Model - 3123TX , Intel Core i5-460M Processer , Ram - 4 GB

DDR3 , HDD - 640 GB , Display - 15.6 Inch WXGA ,Graphics - Intel High Definition Media

Accelators HD 4550 with 1 GB Memory , OS - Genuine Windows XP HOme Premium , Other

Utility Softwere and Etc, Sl No - INA101RTNM

535 20090162 MEF Printer

LaserJet

1 HP CLJ CP 1515N Printer LaserJet as per DGS&D, Sl. No. CDNJ96B028 Qty: 1 NO

536 20090995 MST Computer 1 HP dc 7000 Series Desktop Computer with intel V pro configuration, Sl.No. CPU-INA9380B5M,

Monitor - CNC934QSBM including 2 GB DDR2 RAM 667 MHZ & DVD 8X rewriter

537 20111199 MST Laptop 1 Dell XPS 17 3D Laptop , Intel Core i7 263QM Processer , Ram - 8 GB DDR3 , HDD - 1 TB Sata

7200 RPM, Monitor - 17 Inch 3D HD Monitor

, Graphics Card - 3 GB NVIDIA GeForce Graphics Card, OS - Win 7 Professional 64 Bit , Laptop

Carry Bag , Laptop Service Tag No - JNWJWQ1

538 20091001 MST Printer

LaserJet

1 HP 1007 Printer LaserJet, Sl.No.VNF8P17854 Qty: 1 NO

539 20060112A MEF Computer 1 Upgraded Inv. No. 20040112 : Unicorp Pentium-IV Computer, 133 HHZ processor, with 14"

SVGA colour Monitor, supporting HT tech.

3.4 GHz processor speed, intel 945 chip set, Integrated Graphics,Int. Media Accelerator/udio,

eathernet 512 MB DDR 2 RAM/ 80GB Sata HDD, DVD R/RW, Cabinate, Keyboard, Mouse- 1

Set - Rs. 42700.00 Add : On 26.02.14 - I.Slip 4107 - Dell TFT Monitor, 21.5 inch, Sl.No.

CN-01MVD1-64180-38C-016T - 1 No - Rs. 9,975.00

540 20131485 MEF Computer 1 Windows-Based Desktop Computer with VPM Monitor & Inkjet Colour Printer

541 20091042 MEF Printer

LaserJet

1 HP Printer LaserJet, Model : P1008, Sl.No. VNC6H02725 Qty: 1 NO

542 20080996 MEF Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBEX2-SC SR Transceiver [J8436A]

Sl.No. SG834KJ06F and DE831DK04F

543 20110575 MNP Computer 1 HP Desktop Computer, Intel G620 [2.6 GHz], 4 GB RAM, 1TB HDD, Sl.No. INA144X1CJ with 20"

TFT Monitor No. CNK14K1450577

544 20120592 MNP Printer

LaserJet

1 HP Printer LaserJet Model : M1005 MEP, Sl.No. CNG8D5J0QJ Qty: 1 NO

545 20120091 BDM Computer 1 HP Pavelion P7-1030IN Desktop Computer, Intel Core i5 2.5 GHz Processor, Ram - 4 GB DDR3,

HDD - 720 GB, Graphics - 1GB ATI Radeon HD 6450, Monitor - 18.5 Inch TFT Monitor, HP

Wireless Keybord and Mouse, CPU Sl No - 4CE1200QNP, Monitor Sl No - 6CM210005S7.

Page 82 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

546 20120093 BDM Computer 1 Wipro Personal Computer, Pentium - IV Processor, Combo Drive + DVD Writer, Intel 945G

Chipest, 1GB RAM, 160BG SATA HDD with 19" TFT Color Monitor, Speaker, Model :

WSG15426, CPU Sl.No. 07 CABW12000078

547 20100076 BDM Laptop 1 Laptop Hp Pavilion DV6-3043 TX, Make - HP , Model - 3043TX Service Tag no- Sl No -

INA0320278

548 20100064 BDM Printer

LaserJet

1 HP Printer LaserJet 3015DN, Mono 600 x 600 Print Speed ,Sl.No.

VNBJB1T0J8 Qty: 1 NO

549 20090085 F&A Computer 1 As per DGS&D rate contract : Dell Optiplex with Intel V Pro Configuration Desktop

Computer 2 GB DDR2 RAM 667 & Better DVD ROM INVID, Sl.No. CPU No. JRTX3BS with Monitor

Sl.No. TFT-U274R

550 20090086 F&A Printer

LaserJet

1 HP Printer LaserJet HP P1007 as per DGS&D, SlNo. VNF5P30966 Qty: 1 NO

Supplier:Eha Shivam Technology

551 20100272 ANC Computer 1 Compaq Desktop CQ3258 Desktop Computer , Intel Core i3 Processor 530, RAM - 2 GB ,

HDD - 320 GB , Monitor - 18.5 Inch TFT Monitor , OS - win 7 Professional and Etc. CPU Sl No -

INA03700H2 , Monitor Sl No - 3CQ0124CKN ,

552 20090236 ANC Computer 1 High end desktop Computer 915 G Chipset, Processor 3.6 GHz, Intel P4, 1 GB RAM 533 MHz,

80 GB HDD, Head set with Microphobne, 19" TFT Monitor, Sl.No (CPU) C063A1244416,

Monitor- 925064201904

553 20130350 ANC Laptop 1 HP Laptop, Model : Probook 4540S, Intel Core i5 3210 3 rd Gen 8 GB DDR3 RAM 1600 MHz

FSB, 500 GB SATA Hard disk Drive, with 15.6 inch LED Antiglare HD Display, preloaded

Microsoft Win 8 Professional operating system, Carry Case, Sl.No. INA249SPZM & 3 yrs

Warrenty

554 20090241 ANC Printer

LaserJet

1 HP Printer LaserJet MFP -M 1005, Sl.No. CNG99DF78N Qty: 1 NO Supplier:0

555 20110291 ANC Access

Point

2 Wireless Router , D-Link DIR -655 , SL No - QB572B4000042, QB572B4000043.

556 20120596 MNP Computer 1 Dell Desktop Computer Intel [email protected] GHz, Memory : 4GB DDR3 SDRAM with 20" TFT

Monitor, Sl.No. CPU- 7HQVVS1, Monitor - CN- OVHTTG6418026403VL

557 20120608 MNP Computer 1 Lenovo IBM Desktop computer, Model : Think Centre Edge 72, CPU Intel R Core TM i5 3470, 8

GB RAM, 500 GB HDD with 22" LCD

Monitor, USB Mouse & Keyboard, 1 Pr. Stereo desktop Speaker, Windows R 7 professional

64 bit. 3 yrs. on-site warranty. Sl.No. CPU L9CKE52 & Monitor - VN095B3

558 20120600 MNP Printer

LaserJet

1 HP LJ Pro M 410D Mono Printer LaserJet, Sl.No. VNC4J00768 Qty: 1 NO

559 20120601 MNP Scanner 1 HP SJ 4010 A4 Size Flat Bed Scanner, Sl.No. CN21 9ACOGP Qty: 1 NO

560 20080512 ENG Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112CH, CPU Sl.No. INA81600R8.

Page 83 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

561 20110556 MNP Computer 1 HP Pavilion Desktop Computer , Intel Core i3 -550 Processer, Ram - 4 GB DDR3 , HDD - 500 GB

7200 RPM, Monitor - 18.5 Inch Widescreen Flat LCD Monitor , Graphics - ATI Radeon NVIDIA 1

GB Graphics Card OS - Genune Windows 7 Professional 32 bit . CPU Sl No - INA108VFQR ,

Monitor Sl no - 3CQ1080J7F

562 20120594 MNP Laptop 1 HP Pavilion Laptop, Model ; DV6-7010TX, 3rd Generation Core i7 - 3610QM 2.3 GHz, Memory

: 6GB 1600 MHz DDR3, Hard Disk ; 640 GB

SATA, 15.6" HD LED Display,Genuine Windows R 7 Ultimate with optical Mouse, Carry Bag,

Sl.No. 2CE21301Q8

Qty: 1 NO

563 20110557 MNP Printer

LaserJet

1 HP Printer LaserJet P 2055d Qty: 1 NO

564 20120230 S&P Printer

LaserJet

1 HP Coulor Laserjet Peinter, CP 1025, Sl.No. CNCH213313 Qty: 1 NO

565 20110052 ADMN Computer 1 Desktop Computer, Dell - Inspiron 580 MT Base, Intel Core TM i5 - 760 Processor, 4 GB DDR3

SDRAM 1333 MHz Memory, 500 GB SATA

HDD, 16X DVD - RW Drive with 20 inch Dell TFT Monitor No. CN- OCTCPY-74261-138-

3DVM & CPU Tag No. 908F6Q1

566 20100013 D'OFF DVD

Writer

1 External Portable DVD Writer Qty: 1 Unit

567 20100259 ANC Printer

LaserJet

1 Hp Laser Jet (Mono)P -1007 Printer , SlNo- VNFP20143, 1 SET Qty: 1 Set

568 20100259 ANC UPS 1 APC 550 VA 20 Minutes Back Up UPS, SLNo - EB1005005640 , 1 SET

569 20050031 ICTU WorkStati

on

1 Dual CPU WorkStation , Make: HCL Infinite Challenger 5205 , Two Intel Xeon Processor , 19

" SVGA Flat Panel LCD Monitor 97/16 Bit Stereo Full Duplex with Speaker , Microphone

and head Phone , Mouse , Keys Integrated Fax Modem , CPU No. 4053A1087015 ,

Monitor No. MJ19HMDY401424T .

570 20070824 MST Computer 1 Wipro Personal Computer, PentiumIV Processor, Intel945G with 19"TFT CPU

No.07CABW12000053 & Monitor No.AOCWHM5D70800014

571 20090515 MNP Printer

LaserJet

1 HP 1515N SlNo.CNAJ86V09W

572 20090515 MNP Computer 1 Dell Computer SlNo112008 & Monitor No.DP/...

573 20150247 S&P Scanner 1 Scanner, SlNo.SGCFF35578

574 20050106 CSE Computer 1 HCL Busybee Pentium Computer No. 99PAD036072 with Seaker, Key Board, Mouse, Head

Phone, 1 No - Rs. 59997.50 with Colour Monitor No. 502906343 - Rs. 59,997.50

575 20070068 ICTU Printer

DeskJet

1 HP Pro8600

Qty: 1 No. Supplier:

576 20080017 ADMN Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x

DVD ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112CP, CPU Sl.No. INA81600R9.

577 20050106 CSE Computer 1 HCL Busybee Pentium Computer No. 99PAD036072 with Seaker, Key Board, Mouse, Head

Phone, 1 No - Rs. 59997.50 with Colour Monitor No. 502906343 - Rs. 59,997.50

Page 84 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

578 20080946 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75112SO , CPU No.

INA817072P

579 20080373 CSE Computer 1 HP Desktop Computer Model - dc7800 , Intel core 2 Duo 6300 , 160

GB HDD, Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75115ZD , CPU No. INA8150QPB , Keyboard Sl.No. TVS0706007893 , With Multimedia

Speaker - 340 W.

1 Unit - Rs. 42,843.00 Add : on 11.07.12 - TFT Colour Monitor, Compaq No. CN404904PO - 1

No - Rs. 8,137.50 with Power supply Unit - 1 No - Rs. 682.50

580 20080944 MEF Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor No:

CNK75112CM , CPU No.

INA8150QRF

581 20111186 MST Computer 1 DELL Inspiron 2310 Desktop Computer , Intel Core i5 480M Processer

, RAM - 4 GB DDR3 , HDD - 500 GB SATA Graphics - ATI Radeon HD 1

GB Graphics Card DDR3 , Monitor - 23 Inch WLED, Softwae - Windows 7 Professional 64 bit,

Service Tag No - J3193P1 , J2073P1 Qty: 1 No.

582 20091019 MST Computer 1 Desktop Computer [ Dell Vostro 320 - All In One ] 2 GB DDR2 RAM, 160 GB HDD, with 19 inch TFT

Monitor, Sl.No. CN-OGRH04 - 70163 - 98 D - 000R

583 20080080 F&A Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital colour Monitor , Monitor Sl.No:

CNK75112DO, CPU Sl.No. INA81600SP

584 20070360 CSE Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo Drive + DVD Writer, Intel

945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour Monitor, Speakers, Model :

WSG15426, Sl.No. CPU No. 07CABW12000042 & Monitor No. AOCWHM5D70800163

585 20080508 ENG Computer 1 Desktop Computer , Make & Model: HP/dc7800 , Intel core 2 Duo 6300 , 160 GB HDD, 8x DVD

ROM , Bilingual Keyboard , 48.3 cm TFT SVGA Digital Colour Monitor No: CNK75112SF & CPU

Sl.No.

INA81600QW

586 20070449 MNP Computer 1 Wipro Personal Computer, Desktop, Pentium IV Processor, Combo

Drive + DVD Writer, Intel 945G chipset, 1GB RAM, 160GB SATA HDD with 19" TFT Colour

Monitor, Speakers, Model : WSG15426, Sl.No. CPU No. 07CABW12000058 & Monitor No.

AOCWHM5D70800122

587 20121266 MST Printer

LaserJet

1 HP 3015d SlNo.VNC3900175

588 20121317 MST Scanner 1 HP Scanjet G3110 flatbed photo scanner Sl No.CNO78A51SR Qty: 1 No.

589 20131345 MST Laptop 1 HP Probook 4540s , I7 3632Q quad core, 4gb 1600 MHZ DDR3 SD RAM, 500GB HDD slno

INA307WVL5 warranty 3 years

.

590 20080476A MNP Computer 1 Computer pentium 120mhz, with 17"digital monotor No.DO6S501IL006006IN

591 20090984 CSE Computer 1 HCL Personal computer,Model : EC2, Sl.No.CPU-609A1954225 & 17inch Monitor

No.609BG285500

Page 85 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

592 20080397 CSE Computer 1 Computer PIV, 2.4Ghz 1GB RAM,160GB HDD SlNo6087AZ217030

with 17inch Monitor Slno.7085BG000089 Qty: 1 No.

593 20111208 MST Laptop 1 HP Pavilion G4-1201 TU 2nd generation Core i5-2430m 4GB RAM SlNo.5CD1360N22

594 20150580 CSE Printer

LaserJet

1 HP LaserJet Printer M1005MFP SlNo.CNH8H4L3SH Qty: 1 No.

595 20111302 MEF Scanner 1 HP scanjet G2410 SlNo.CH14WT2363 Qty: 1 No.

596 20141455 MST Scanner 1 HP Scanjet G3110 photo scanner, SlNo.CN3BECA03F Qty: 1 No.

597 20151484 MST Scanner 1 HP Scanjet G3110 Flated Photo Scanner SlNo CN534CAOYZ Qty: 1 No.

598 20090233 ANC UPS 1 3KVA UPS Make Microtek Model:MN72MX3KK11 Qty: 1 No.

599 20100271 ANC UPS 1 15KVA UPS, True online double conversion UPS system make:Microtek SLNO.10LLTEU-1001

Qty: 1 No.

600 20100596 ENG Laptop 1 HP make Laptop DV63050 Tx Corei-7-720 quad core 4gb RAM 640GB HDD 15.6 TFT screen SlNo.

INA02704HD

Qty: 1 No.

601 20080190 ANC Computer 1 HP Desktop DC7800 SlNoINA81600RV. TFT SVGA monitor SlNo.CNK75115ZF

Qty: 1 No.

602 20141476 MST Scanner 1 HP Scanjet G3110 SlNo. CN42CCAOMN

603 20070091 ICTU UPS 2 Numerical Brand On Line UPS System, 30 KVA with Mins Backup, Three Ph. input & Single Ph.

output with RS232 serial Port included.

Sl.No. IV070800507 & IV070800508 With 12V SMF type Exide

Powersafe Battery - 108 Nos. Transformer - 2 Nos. & MS Stand - Rack

- 6 Nos.

604 20091030 MTE Laptop 1 Laptop Sony VPCW AG, Intel Atom Processor N280 1.66GHz, 2 GB

DDR2 SDRAM, 250 GB HDD 10.1 inch TFT Colour display Model : W 125 [Brown] Sl. No. S01-

7004158-B [P-27507976-P]-01 unit

605 20131366 MTE UPS 1 UPS 3 phase 15 KVA, Make_Numeric , Sl. No. 11110606654 with 2 Nos Transformers

– 1 Unit for New TEM JEOL FEG -2200FS

606 20140674 ENG Computer 1 HP Desktop-8300 intel core i5-3470, 3.2 GHz, 4GB RAM, 500 GB HDD,

windows 8 Professional, Sl. No. INA406S33P with 18.5―TFT Monitor, Sl. No. 6C412139T

607 20121412 MER UPS 1 UPS 3 KVA with 30 min. Backup, Sl No. 12ALOEU-12782 with 6 Batteries

608 20141462 AMP Computer 1 Dell OptiPlex 9030, Desktop Computer with Intel Core i5 V Pro Congfig., 500

GB HDD, 4 GB RAM, 23" LED Dell Monitor, Sl.No. 6FND622 with Dell A210 Speaker Sl.No. 042DJY

609 20161509 AMP Printer DeskJet

1 HP Deskjet Printer,2135,AIO,Sl No. CN5B43800R

610 20150662 MNP Laptop 1 15.6" HP Laptop ProBook 450 G2, Intel Core i7-5500U, Sl.No. CND5206YF8

611 20070010 ADMN Computer 1 Wipro PC, PIV, Sl No. AAP11400003 19" TFT Monitor, Sl. No. 54464JA000049

612 20070011 ADMN Computer 1 Wipro PC, PIV, Sl No. CPU No. 07CABW12000034 19" TFT Monitor, No. AOCWHM5D700172

613 20100051 ADMN Computer 1 HP Pavilion 6378 Desktop CXomputer, Intel Core i5 Processor - 650

3.20 GHz, DMI 2.5 GTs, RAM - 4 GB DDR3, HDD - 750 GB, Graphics Memory - 1GB, Os - Genuine

Windows Home Premium 32 bit, HP cordless optical Scroller Mouse, HP Cordless keyboard 2.4

Ghz, and software.

614 20100055 ADMN Printer LaserJet

1 Samsung Colour LaserJet Printer CLP - 326, Sl No. Z4SGAMZ900136

615 20140646 MNP Printer LaserJet

1 HP Laserjet Printer M1136 [ all in one [ Print, Scan & Copy ]

Page 86 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

616 20161573 MTE Printer DeskJet

1 Cannon Multi-function 4820d Duplex printer print/scan/copy Sl. no. : QYR41666

617 20160694 MNP Printer LaserJet

1 Laser jet Printer,MF-4820d, make :Canon Sl.No.Q4R32151

618 20140572 MTE Computer 1 Dell Computer, Model : 9020SSF, Intel Core i7-4790, 1 TB HDD, 8GB RAM, Windows 8.1

Professional, with 19.5" Monitor, Sl.No. CPU- 25CVH32 & Monitor - CN-0HHGGM-64180-4C4-

115U, 1 Set Cost: 70286

619 20141457 MTE Scanner 1 HP Scanjet G3110 Photo Scanner, Sl. No. Cn3bfca024

620 20070444 MNP Computer 1 Wipro PC, P- IV, Model : WSG15426, Sl.No. 07CABW12000021

621 20161555 WSM Printer LaserJet

1 Laser Printer, MF4820d, Sl No. Q4R41514

622 20151487 MTE Computer 1 Lenovo Desktop computer, Model:E-73, Intel R Core TM i7 - 4770, HDD-1TB, RAM-8GB,Win

8.1 Pro, with 21.5" LED Monitor, Model : 60B7HARiNP, Sl.No. CPU - PG00CIDQ, Monitor -

V5177243.

623 20171749 MER Printer LaserJet

1 Printer HP LJ126NW Batch No.CNB6JC7G8H

624 20101221 MER Printer LaserJet

1 HP Laserjet P1007 Printer Sl No - VNFNP08694

625 20141468 MTE Scanner 1 HP scanjet G3110 Scanner, Sl No. Cn3bdca1hd

626 20130377 MER Computer 1 CPU, Dell Optiplex 3020, Intel R Core TM i3-4130 4th Generation Processor, Chipset : Intel H-

81, 6GB DDR3 SDRAM memory, 500 GB HDD, 8.1 Window Professional upg. Academic OLPNL

Electronic License, and Three Years on-site warranty, Service Tag Sl.No. 5H20HZ1 & Sl.No. 11915219197

627 20171762 MER Printer LaserJet

1 Laserjet Printer, MF 4820d, Make : Canon, Sl.No.QRY55078

628 20141456 AMP Laptop 1 HP Laptop 4th Gen. intel Core i7 - 4510 Processor, 4 GB RAM, HDD 500GB, Win. 8.1 Pro, Model :

Probook 430 G2, Product Part - K3B47PA with 13.3" HD LED Backlit Screen with Carry Case,

Sl.No. CND438B1JM

629 20141454 AMP Printer LaserJet

1 HP Laserjet printer, M - 1005 MFP, Sl.No. CNH8FCXGD8

630 20150579 AMP Laptop 1 HP Laptop Probook 430G2, i5, 4GB RAM, SL No. - CND5161HMK

631 20070166 AMP Laptop 1 Acer Laptop Aspire 4710Z, Sl No. LXAHV0CD117370D120D

632 20151612 MTE Laptop 1 Laptop Lenevo ideapad flex 10, Make : Lenovo, Model : Ideapad Flex 10 with carry case Sl.No.UB02711586:

633 20070772 AMP Laptop 1 Light Weight Laptop with carry case, ACER, Sl.No. 71800042425

634 20121276 AMP Computer 1 Dell Desktop Computer, Model ; Inspiron One 2310, Intel R Core TM i5 - 480M Processor

635 20161506 AMP Printer DeskJet

1 HP Officejet Printer, Pro 6830, Sl.No. TH5666105T

636 20060388 MNP Printer LaserJet

1 HP Laserjet Printer CLJ2420DN, Sl.No. CNHKH52023

637 20141469 MER Laptop 1 Laptop HP Probook 430G2 Intel Core i7 4510 U 4th G. 500GB HDD, 8GB RAM, 13.3"Screen with

carry Bag, Sl.No. CND4383P5R

638 20091018 MST Computer 1 Desktop Computer All-In-One [Vostro-320] Dell Make, 2 GB DDR2 RAM, 160 GB HDD with 19 inch

TFT Monitor Sl.No. CN-OGRH04 - 70163 - 98D - 0071(mother board replaced Sl.No.DNLTTJ1)

639 20091027 MST Scanner 1 HP Scanjet G3110 Photo Scanner, Sl.NO.CN9AAA 5150

640 20161656 MER Printer LaserJet

1 HP Laserjet Printer, Pro MFO 126 NW, Sl.No.CNB6H9P94D

641 20160693 MNP UPS 3 1. Rack mountable smart UPS 2U, 900 w 1 KVA,Make Cyberpower,part no.

OLS1000ERT 2U,sl. no. IDL4V300006 &

IDL4V3000063= 02 no.

2. Rack mountable smart UPS 2U,1800 watts/2 KVA, make Cyberpower,part no.

OLS2000ERT 2U,sl. no. IDQV3000079=01 no.

642 20170712 MNP Printer DeskJet

1 Printer Canon MF4820D 6371B127 QYR63417

643 20110219 S&P Computer 1 Computer, Dell Inspiron 580 ST Base, Sl. No.396YBQ1 21.5" LED Moniter No.CN-031G6M-74261-13B-OWP2

644 20120236 S&P Printer LaserJet

1 HP Laserjet printer Model : 1136, Multifunction, Sl.No. CNG7D4CJ3P

645 20130243 S&P Printer DMP

1 EPSON Dot Matrix Printer, LQ2190, Sl.No. MK3Y022691

Page 87 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

646 20170266 S&P Printer LaserJet

1 Laserjet Printer, MF 4820d, Sl.No.Q4R42920

647 20141460 AMP Computer 1 Dell AIO Optiplex 9030 Desktop computer, intel core i5, 1 TBB HDD, 8 GB RAM with 23" LED

Monitor, OS-Windows 8.1 & Dell A210 Speaker, Sl.No. HJDF622

648 20131404 AMP Scanner 1 HP Scanjet Scanner, Model No. G3110, Sl.No. 00264755

649 20131362 AMP Laptop 1 Laptop HP Probook 4440S D5J48PA#ACJ, Intel Core i5 - 3210 3rd gen Processor, 4GB X 2GB RAM

DDR3 RAM 1600 MHz FSB, 750 GB HDD

with 14" LED Antiglare Screen, Webcam, Bluetooth, Win 8 Professional & 3 Yrs. warranty,

Sl.No.INA328T2KL

650 20121259 AMP Computer 1 Tailor make CPU Unit Intel i5 Processor with Intel Motherboard, ATX Cabinet, 500 GB HDD, 4 GB

DDR3 RAM, DVD writer, 2 COM Ports extra, 4 USB Port, USB/PS2 & Soft Keyboard and Mouse

651 20171750 MER Printer

LaserJet

1 Printer HP LJ 126 NW Batch No.CNB6JC7G3G

652 20161570 MTE Printer

LaserJet

1 HP Colour Laserjet Printer CP1025, Sl No. CNF1X46128

653 20101099 MTE UPS 1 Backup UPS 1500 VA Make:APC, SL No. EB1040004788

654 20141605 MTE Printer LaserJet

1 HP Lasejet Printer M1136MFP, Sl No. CNJ8GC529M

655 20121279 MST Computer 1 HP Desktop Computer, Processor-Core i5 - 2400, RAM 4GB DDR3 HDD 750 GB with Monitor

18.5 inch LED, with Key Board & Mouse, Sl.No. CPU-INA215SZ5Q, Monitor - 6CM21108RK - 1

Set - Rs.

51,545.00 Add : On 26.02.14 - HP Desktop USB Key Board - 1 No - Rs.

660.00

Qty: 1 Set Supplier:Shova International

656 20131421 MST Computer 1 Dell desktop Computer All-in-One, Model : Optiplex TM 9020, 4th

Gen intel Core i7-4770S Processor, 8GB 1600MHz DDR3L, 1000GB 3.5" Serial ATA Hard Drive

with Dell TM 23" WLEDNon-touch with Camera Screen, Windows R 8.1 Pro , Processor Label

with Three Yrs.Onsite Comprehensive Warranty, Service Tag no 73YDo2

Qty: 1 Set Supplier:Comtech

657 20160696 MNP Computer 1 PC, Dell Optiplex 7440, all in one, i-7-6700 processor, 1TB hard disk,

16GB RAM, DRR4, DVD Drive, Keyboard, mouse, Service tag No.2RSF9F2

658 20161706 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C4M6C2,

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM, 500

GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A9MS

659 20161707 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C1M6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM, 500

GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AF1S

660 20161708 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.671M6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM, 500

GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A54S

661 20161709 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C5N6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM, 500

GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

Page 88 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

662 20161710 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C2Q6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-ADHS

663 20161711 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BWQ6C2,

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LE

664 20161712 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BWK6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

665 20161713 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.673M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7GS

666 20161714 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C8T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

667 20161526 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.673P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-ADWS

668 20161527 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.67QS6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AFMS

669 20161541 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C3P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5HS

Page 89 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

670 20160675 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C2R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

671 20160676 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C6L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5AS

672 20160677 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BCQ6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9ES

673 20160678 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.672R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9RS

674 20160679 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.671R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7ES

675 20160680 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C7P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9AS

676 20160681 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.674V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7OS

Page 90 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

677 20160682 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C7L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A79S

678 20160683 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.673L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9HS

679 20160072 AMP Computer 1 Dell PC, Optiplex 9020, Intel Core i7-

4770,Sl.No.672S6C2,3.4 GHz,

Intel Q8 series,chipset,8GB,1600 MHz DDR3 RAM, 500 GB

HDD, 8X DVD RW Drive, USB

Keyboard, Optical Mouse, 10/100/1000 on board,

integrated NIC with preinstalled windows 8.1,21.5 inch W

680 20160040 AMP Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.671V6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

681 20160021 DNML Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6B9V6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

682 20160022 AMP Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.673N6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AFAS

683 20160023 DNML Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6BFQ6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AA9S

684 20161678 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6BXT6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

685 20161679 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C4N6C2 500 GB HDD, DVD RW

Drive, Keyboard, Mouse, integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED Digital colour Monitor,

Sl.No.CN-OVCX8C-72872-61L-A9CS, Monitor-CN-0VCX8C-72872-61L- A9CS

686 20161680 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.673Q6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-ADES

Page 91 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

687 20161681 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.674L6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-ADAS

688 20161683 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C8L6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

689 20161684 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.673Q6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AE6S

690 20161685 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C7T6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61G-A7CU

691 20161686 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C2N6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A6GS

692 20161687 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.674S6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AD9S

693 20161688 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.671P6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A72S

694 20161689 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C5R6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A7HS

695 20161690 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C4R6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A4DS

696 20161691 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C4V6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AA7S

697 20161692 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.674P6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AFOS

Page 92 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

698 20161693 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C3M6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-ADGS

699 20161694 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C7M6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

700 20161695 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.672P6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W

701 20161696 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C6V6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AAOS

702 20161697 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C7V6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AAWS

703 20161698 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.673R6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AAMS

704 20161699 MTE Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.675M6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A8LS

705 20161700 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C8R6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AEYS

706 20161701 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C856C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-A7RS

707 20161702 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C3T6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AFLS

708 20161703 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.670Q6C2 DVD RW Drive, USB

Keyboard,Optical Mouse, windows 8.1,

21.5 inch WXGA LED Monitor,

Sl.No.CN-OVCX8C-72872-61L-A8PS, Monitor-CN-0VCX8C-72872-61L- A8PS

Page 93 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

709 20161704 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.673S6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61G-ADRU

710 20161705 MER Computer 1 Dell PC, Optiplex 9020, Intel Core i7-4770, Sl.No.6C5S6C2

3.4 GHz, Intel Q8 series, chipset, 8GB 1600 MHz DDR3 RAM,

500 GB HDD, 8X DVD RW Drive, USB Keyboard,

Optical Mouse, 10/100/1000 on board integrated NIC with

preinstalled windows 8.1, 21.5 inch W, Monitor-CN-0VCX8C-72872-61L-AA1S

711 20161528 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BNQ6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AEWS

712 20161529 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C7S6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AEJS

713 20161530 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.67C7N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED, Monitor-CN-0VCX8C-72872-61L-A96S

714 20161531 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.674T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

715 20161532 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C5P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5YS

716 20161533 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.675V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9DS

Page 94 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

717 20161534 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.675S6C2

Keyboard,Optical Mouse,

21.5 inch LED Monitor, Sl.No.CN-OVCX8C-72872-61L-

A7YS

718 20161535 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.671Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

719 20161536 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BSN6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A81S

720 20161537 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.675T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61G-A6WU

721 20161538 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BYN6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AACS

722 20161539 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BZK6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A6VS

723 20160685 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C4S6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7NS

724 20160686 MNP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BJT6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A6WS

Page 95 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

725 20160437 ANC Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C9L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AE3S

726 20160438 ANC Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BQM6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AAKS

727 20160440 ANC Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C8P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AAES

728 20160442 ANC Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.675P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9TS

729 20160137 BDM Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.674Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A92S

730 20160139 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BQT6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5FS

731 20160140 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C5Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A99S

Page 96 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

732 20160141 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C9M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

733 20160698 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C2T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AEDS

734 20160699 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BZP6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5GS

735 20160702 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.675N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-ADUS

736 20160703 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C6N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A8MS

737 20160704 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.69ZL6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

738 20160705 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6B6N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A6TS

Page 97 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

739 20160706 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.675Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

740 20160707 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C8N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

741 20160708 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C5L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

742 20160257 S&P Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.672N6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor

743 20160258 S&P Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C3S6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9GS

744 20160259 S&P Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C8V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A9PS

745 20160260 S&P Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.674R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AF5S

Page 98 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

746 20160262 S&P Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C6Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A8HS

747 20160126 F&A Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6B8M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

748 20160131 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.672V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AF9S

749 20160132 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C3V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

750 20160133 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BGV6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

751 20160134 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C2V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

752 20160136 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BVM6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AETS

Page 99 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

753 20160137 BDM Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.671L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A92S

754 20160138 BDM Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.674M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AEUS

755 20160139 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BIM6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A5FS

756 20160140 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C5V6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A99S

757 20160128 F&A Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.675R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A6RS

758 20160129 F&A Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BHT6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A74S

759 20160130 F&A Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6COP6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-ADCS

Page 100 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

760 20160131 Admn Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6COT6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AF9S

761 20160599 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6CUT6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AAPS

762 20160600 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BTN6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61G-ACLU

763 20160601 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.670V6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED

764 20160602 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C3N6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7AS

765 20160603 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6BPN6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A53S

766 20160604 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.674N6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled windows 8.1,

21.5 inch WXGA LED

Page 101 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

767 20160605 MTE Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C4P6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7FS

768 20160236 ENG Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C4Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

769 20160062 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C7Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

770 20160063 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6bls6c2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A7TS

771 20160065 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C8Q6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-A8ES

772 20160160 Medic Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.670T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

773 20160161 DNML Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C8M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3 RAM,

500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

Page 102 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

774 20160228 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C6M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED , Monitor-CN-0VCX8C-72872-61L-AEKS

775 20160229 MER Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C3R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

776 20160230 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C6R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

777 20160231 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6BXM6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

778 20160232 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.672L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

779 20160233 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.6C6T6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

780 20160234 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.670R6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

Page 103 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

781 20160235 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.675L6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

782 20160162 Medic Computer 1 Dell PC,Optiplex 9020, Core i7-4770,

Sl.No.672M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

783 20160064 KRIT Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6C9M6C2

3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on

board integrated NIC with preinstalled windows 8.1, 21.5 inch WXGA LED

784 20160237 KRIT Laptop 1 Computer Notebook,Satellite Pro R50-B, Make : Toshiba,Sl.No.XF059279H

785 20160238 KRIT Laptop 1 Computer Notebook,Satellite Pro R50-B, Make : Toshiba,Sl.No.XF059305H

786 20160239 KRIT Laptop 1 Computer Notebook,Satellite Pro R50-B, Make : Toshiba,Sl.No.XF059277H

787 20160240 KRIT Laptop 1 Computer Notebook,Satellite Pro R50-B, Make : Toshiba,Sl.No.XF059309H

788 20160241 ENG Laptop 1 Computer Notebook,Satellite Pro R50-B, Make : Toshiba,Sl.No.XF059222H

789 29141608 MER Computer 1 Dell Computer, Optiplex 3030 AIO, 4th Gen, intel i3 - 4590s, 500 GB

Sata HDD, 4GB RAM, 19.5" HD Screen, Win. 8.1 Pro...: Inv. No.: 20141608

790 29141594 MER Printer LaserJet

1 HP Colour Laserjet Printer, Model: M251n, Sl. No.: VNC3J00942: Inv. No.: 20141594

791 20151499 MST Computer 1 Dell Computer Model: optiplex 9020-C i7, RAM 8GB, HDD 1TB,

Graphics, Win 8.1 Pro with Dell 21.5 " TFT Monitor, Sl No. CPU- CN01K77D6418040MOZWB

792 20161670 MER Laptop 1 Laptop, HP Envy 13-d014tu, Core i7, Sl.No.CND6121X0K

793 20140650 MNP Laptop 1 13.3" Laptop Probook430-G2, Core-i5 4200, 4th Gen, Sl.No.

CND4327MCM

794 20180153 FAID Printer

LaserJet

1 Printer Cannon MFP 3010B, Sl No : WXM88494

795 20140122 RPBD Printer

LaserJet

1 HP Laserjet Printer M-1005, Sl.No-CNH8G5MHNH

796 20160669 MNP Laptop 1 Laptop, Sl. No. 5CD6086V8V

797 20151494 MST Printer

LaserJet

1 HP Laserjet Printer M-1005 MFP, Sl.No. CNH8FCXJM8

798 20121281 MST Printer

LaserJet

1 HP Laserjet Printer 1020 Plus, Model : 1020 Plus, Sl.No. CNCFY83872

799 20120018 MST Computer 1 Dell Computer, Model : Optiplex TM 7010 MT Base, Intel R Core TM i7 - 3770 processor, 16GB

SDRAM, 500GB SATA Hard Drive with Dell TM 24" wide Screen Flat Panel LED Monitor & Dell

Keyboard & Mouse, Sl.No. CPU - 4V82NV1, Monitor - CN-00JVDR-74261-2B8- 164Q

800 20090948 MST Printer

LaserJet

1 Laser Jet Printer , Make: HP , Model No. - P2015D , S/No.

CNCJF00818

801 20171638 AMP Computer 1 HP PC, Elite Desk 800G3, Sl.No.INA738YXH1 HP 21.5 inch Monitor, CNC721177W

Page 104 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

802 20150424 ANC Laptop 1 1. Laptop HP PC Pavilion 11N109TUX360, Make : HP, Model : Pavilion with carry case.

Sl.No.CND4527FH3 = 1 No. = Rs.38000/-

803 20070815 MER Computer 1 High End Personal Computer, HCL, Intel Pentium Duo Core Processor

3.4 GHz/2*2MB cache/800 MHz FSB/Intel 945 chipset Motherboard with speakers/Interated

Gigabit Ethernet/ 1GB DDR II 533 mh/80GB SATA/DVD Writer, Micro ATX/ Multimedia

Keyboard/Optical Mouse

with 19" TFT Monitor, Windows XP Professional, Sl.No. CPU- 4074A2429188 12.01.12 -

Replaced TFT Monitor 18.5" Model-ET- 0025-NA, BENQ, Sl.No.ETC5B03995026 - 1 No.

804 20131543 MER Laptop 1 HP Laptop, Model : Probook 4440S, D5J48PA#ACJ, Intel Core i5-3210 3rd Gen Processor,

4GB*2DDR3 RAM 1600 MHz FSB,750GB HDD, 14"

LED Antiglare Screen with carry case, Sl.No. INA328T2N5, 3yrs. Warranty through ASP.

805 20050293 MER Scanner 1 Scanner, Make: HP, Model : 2400, No. CN46E570ZK

806 20171617 MTE UPS 1 UPS, 6 KVA, Make: EMERSON, Model:522700630030, Sl No.: 170306AS7990

807 20171591 MTE UPS 1 UPS, 6 KVA, Make: EMERSON, Model:522700630030, Sl No.: 161006AS7438

808 20171591 MTE UPS 1 UPS, 6 KVA, Make: EMERSON, Model:522700630030, Sl No.: 161006AS7415

809 20171617 MTE UPS 1 UPS, 6 KVA, Make: EMERSON, Model:522700630030, Sl No.: 170306AS7991

810 20181647 MTE UPS 1 UPS, 6 KVA, Make: EMERSON, Model:522700630030, Sl No.: 170806AS8545

811 20161542 MTE Computer 1 Dell PC, Optiplex 3020 MT, tag no.7KPK632

812 20161563 MTE Scanner 1 Cannon Scanner, LIDE, Sl.No.KJKV03630

813 20161572 MTE Scanner 1 HP 23.8 IPS LED TFT Monitor 24ES, Product T3M78-

60007,Sl.No.3CM6340X2G

814 20161716 MER Printer DeskJet

1 Cannon Printer, PIXMA G1000, Sl.No.KKEV03816

815 20090461 CSE Laptop 1 Sony Vaio laptop with 3GB Ram, 250GB HDD, Core 2 duo 2.2 GHz, Sl No. 275058837001695, Service Tag 0603P3AU

816 20170642 ANC Printer DeskJet

1 Cannon Printer, MF241d, Sl.No.WQP02756

817 20151489 MST Laptop 1 Dell Laptop, Model : Latitute E5550/5550 Service Tag. 1F67N62 with Dell Carry Bag & Three Yrs. Warrenty

818 20161558 MST Printer LaserJet

1 HP Laserjet Printer, Pro M202dw [duplex and wireless], Sl.No.VNC3J18834

819 20091067 MER Printer LaserJet

1 HP Laserjet Printer CP2025DN , Sl.No. CNHS900535

820 20121265 MTE UPS 1 Power One, Model No. UHF302A08, Sl. No. 20120306083, 3 KVA, Supplier:Powerone Micro Systems Pvt.Ltd, Bengaluru

821 20121265 MTE UPS 1 Power One, Model No. UHF302A08, Sl. No. 20120306084, 3 KVA, Supplier:Powerone Micro Systems Pvt.Ltd, Bengaluru

822 20150660 MNP Scanner 1 HP Scanjet G3110 Flated Photo Scanner, Sl.No. CN4C8CA1Q8

823 20140061 ADMN Computer 1 Dell Computer Model : Vostrol 3800, 4th Gen Intel i3-4150, 500 GB HDD, Ram 4GB with TFT

LED Monitor 18.5", Service Tag No. 8H9V022 & Monitor No. CN-0657PN-64180-479-1T3I

824 20160123 ADMN Computer 1 HP Desktop Computer, 280 GI MT series, Corei5, Sl.No.INA550VVKD, HP Monitor,18.5" TFT, Sl.No.3CQ54737RY

825 20160128 ADMN Printer LaserJet

1 Cannon Laserjet Printer, MF 4820d, Sl.No.QYR29980

826 20180165 ADMN Printer LaserJet

1 Printer, L6160 wifi duplex, Make : EPSON, Sl.No.E4EL001700

827 20150656 MNP Laptop 1 Laptop HP Probook 430 G2(HP part No.K3B47PA), Make: HP, Model: Probook 430 G2 Sl.No.CND51813GN

828 20151492 MTE Printer LaserJet

1 Canon Laserjet Printer Multi Function 4820d MFP, Sl.No. QYR22732

829 20171620 MTE Laptop 1 Laptop, TP Edge E470 20H1A017IG, Thinkpad E470/14 inch HD/i7 7500U Sl.No. PFOR6B92

830 20181682 MTE Laptop 1 HP Laptop,348 G4 with carry Bag, Sl.No. 5CG8090RG7

Page 105 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

831 20171590 MST Laptop 1 HP Laptop Pro Book 440 G4, i7, Sl.No.5CD 6453LLJ

832 20100206 S&P Computer 1 Dell PC Optilex, S/N. 2FFJ5BS Monitor No.CN-03CC49-BO300-761- 3XRE-A00

833 20160250 S&P Printer LaserJet

1 HP Laserjet Printer, M1136MFP, Sl.No.CNJ8J15HG2

834 20170267 S&P Printer LaserJet

1 HP laserjet Printer,203dn, Batch No.VNCF02699, Sl.No.32J2-HWW2K

835 20191746 MST Printer

LaserJet

1 Brother DCP-L2520D Mono Laser Multifunction Centre Sl No.

E73800E9N01717

836 20120109 F&A Printer LaserJet

1 HP Laserjet Printer 1020 Plus Sl. No.CNCFY91783

837 20060063 F&A Printer LaserJet

1 HP Laser Jet Printer 1010, sl no.- SGFB975166

838 20181673 MST Server 1 2U Rack mountable Intel Xeon Based server, Model HPE DL 180 GEN 9 8SFF CTO Server with USB

keyboard, Optical Scroll Mouse etc.

839 20161569 MST Computer 1 Desktop Computer,Dell Optiplex 5040 Mini Tower, service Tag No.GD779F2 24 inchDell E2416H

TFT FHD LED Monitor No.CN- 00N0DK

840 20070456 ENG Computer 1 Wipro Personal Computer, Desktop, Pentium IVProcessor, Combo Drive + DVD Writer, Intel945G

chipset, 1GB RAM, 160GB SATA HDDwith 19" TFT Colour Moniter, Speakers, Model:

WSG15426, Sl.No. CPU No.07CABW12000031 & Monitor No.AOCWHM5D70800169

841 20050124 ENG Printer LaserJet

1 HP Laserjet Printer - 1010, Sl.No. SGFB368430

842 20180652 ACC Computer 1 HP computer, Sl. No. INA738YDX2, 21.5 inch TFT LED Monitor, Sl. No. CNC74513CP.

843 20180653 ACC Printer LaserJet

1 Cannon Printer 241d MFP, Sl. No. : WQPO2711

844 20170146 KRIT Printer LaserJet

1 Printer HP Laserjet M1136 MFP, Sl No. : CNJKK9DFWC

845 20180147 KRIT Printer LaserJet

1 HP Laserjet Printer, M1136MFP, Sl.No.CNJKK9DFC

846 20180154 KRIT Computer 1 HP ProOne 400 G2 AIO, Sl No. : SGH722RBTJ, USB Keyboard, USB mouse, HP FHD LED Screen 20 "

847 20180163 KRIT Laptop 1 Loptop HP Envy 13 ,Screen size:13.3, Carry bag, Sl No. 5CG7092M29

848 20150129 KRIT Computer 1 19.5" Dell Computer,Optiplex 3030 AIO, Core i5 - 4590s, Service Tag - BZ91T72

849 20140125 KRIT Laptop 1 15.6" HD LED Dell Laptop V35 46 x 510332IN9, Core i5, 4th Gen, Sl.No. H12Z912

850 20190172 KRIT Printer LaserJet

1 Brother DCP-B7535DW Mono Laser Multi Function Centre

851 20190176 KRIT Laptop 1 ASUS Laptop Notebook, AS4SX507VA, i5/win 10 Pro, Sl.No.JANOCV06F79142A with carry bag,

add on: 25.3.2021 wireless keyboard mouse = 01 No. Rs.1329

852 20181654 MST Laptop 1 HP Laptop, Envy 13, Sl No.5CG70B5L4Q

853 20160133 MST Printer LaserJet

1 HP LaserJet Printer M 1005 MFP, No. CNG9B9H7ND

854 2020727 ANC Laptop 1 HP Laptop Core i5

/8GB/1TB/DVDRW/15.6/WIN10,Sl.No.CND0121CCM with carry bag.

855 20200195 BDM Laptop 1 HP Laptop Core i5

/8GB/1TB/DVDRW/15.6/WIN10,Sl.No.CND0121CD2

856 20160136 BDM Server 1 Dell server, power edge T430 with OS & E2216HV, service tag #FT1L6C2, Adapter & TFT LED

Monitor No.CN-OKHR1X72872-617 DFJU

857 20180159 BDM Printer

LaserJet

1 Hp Laserjet printer, M1136 MFP, Sl No. CNJKKOCLJX

858 20170650 ANC Printer LaserJet

1 HP Laser jet Printer, Model:CP1025nw,Sl.No.MKTNG-00662

859 20190704 ANC Printer DeskJet

1 HP Desk Jet Printer, Model: InkAdvantage 2135, Sl.No.CN8824N5SY

860 20190705 ANC Computer 1 HP Desktop computer,280 G4, MT i7/win-10P 813/ wifi with P223,Sl.No.INA910ZXKN HP

N 223 V 21.5inch display Monitor, Sl.No.CN49220JFN

861 20200723 ANC Printer LaserJet

1 HP Laser jet Pro M202dw Printer,Sl.NO.VNC4L14288 = 01 No.

862 20060139 ANC UPS 1 600 VA UPA, Make BPE, including Battery

Page 106 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

863 20120332 ANC Monitor 1 Samsung 20" LED Monitor No. ZuMW4MCC317059

864 20130368 ANC Computer 1 HP-P-2-1331il Desktop PC, S/N - 3CR2371Z5B with 19" LED monitor No. -6CM22712CV, 1 Set,

attached with Metrohm Ion Exchange Chromatography System IC Plus

865 20130368 ANC Printer

LaserJet

1 HP Laserjet 1020 plus Printer No. CNCFY87364 - 1 No. attached with Metrohm Ion Exchange

Chromatography System IC Plus

866 20130368 ANC UPS 1 1 KVA Offline UPS, Make : Libert - 1 No, attached with Metrohm Ion Exchange

Chromatography System IC Plus

867 20130369 ANC Laptop 1 HP Laptop, 14S-DR 1010TU, Sl.No.5CD033GSBK, i7/gen-10/8GB/512

GB SSD/14 inch display/ win-10 Pro

868 20170640 ANC Printer

LaserJet

1 Cannon Printer, MFD 241D, Sl.No.WQP03012

869 20180654 ANC Computer 1 Dell Vostro CPU, Sl.No.8QHCT12

870 20190679 ANC Printer

LaserJet

1 HP Printer, M227sdn, Sl.No.VNC4X02227

871 20190685 ANC Computer 2 HP Computer,280G3 SFF, i5, win-10, Sl.No.INA847TVBJ, 18.5 inch Monitor, Sl.No.ICR8410F5N

Add on: 26.3.2021 Webcame with mic = 02 Nos. Rs.4398

872 20180729 MNP Laptop 1 Lenovo laptop,V310, Intel core i5-7200, 80T2A039IH, Sl.No.LR09KQ5H

873 20170635 ACC Laptop 1 HP Laptop, Probook 440 G4, Model : 7265NGW, with carry case,Sl.No.5CD6453L79

874 20200696 AMP Printer LaserJet

1 Cannon Printer, MF244DW, Sl No. YGU3239

875 20171626 MST Printer DeskJet

1 Deskjet Printer-cum- Copier-cum Scanner ( Model: CANON G2000 ) S.No. KKXD24641

876 20181672 MST Computer 1 Computer Lenovo-i7, Sl. No. PG012TC8, 19 inch monitor, Sl No.VKK83825

877 20181860 MER Printer LaserJet

1 Laserjet printer M132A, Sl No. VNFPM03757

878 20171764 MER Printer LaserJet

1 Laserjet printer, MF4820d, make:Canon, Sl.No.Q4R54703

879 20190673 ANC Computer 1 Hp desktop, 600 G3MT, i7-7700, 16- 2000-DVD RW-Win 10 PRO,

OEM-27- 3 years warranty, CPU Sl.No.INA828Q9BT 27 inch HP Monitor, Sl.No.6CM81328PD

880 20191717 MST Printer

LaserJet

1 Canon Printer, MF244DW, Sl.No.WQE64286

881 20181889 MER Computer 1 Lenovo Desktop, V520S, Sl No. SPGO18U5W, Lenovo LED Monitor, Sl No. SU3POK3XN

882 20181826 MER Computer 1 HP PC, Elite Desk 800G3 MT Desktop[Business] Intel core i7 7700U - 3.6

GHz upto 4.2 GHz Processor, 16 GB DDR4 RAM upto 64 GB, 2 TB SATA HDD, DVD-RW,

Gigabit LAN, USB 3.0, USB Wired Keyboard and mouse, 4GB dedicated graphics, Genuine

Microsoft Windows 10 Pro [64-Bit] 3 yrs. on site warranty

883 20191959 MER Laptop 1 Dell Laptop, Dell Vostro 3580, Sl.No.7THYSW2 with carry bag.

884 20130663 ENG Computer 1 Desktop Computer, make : LENOVA, No. 9CW624 with 19" TFTMonitor No. 6M0239873221925

885 20090562 ENG Printer LaserJet

1 HP Laserjet Printer-MFP-4PL JM 1522N, Sl.No.CNF98DGQB8

886 20130669 ENG Computer 1 Desktop Computer, Model : Dell Vostro V270 - 5781N8, CPU- 3rd GenIntel R Core TM i5 -

[email protected] GHz, 8 GB Dual Channel DRR3 RAM @1600 MHz FSB, 1000 GB 3.5" SATA HDD @

7200 RPM with

20" WideLED Backlit Flat Panel Monitor & 2.0 Stereo Spkr Set with USB Keyboard& USB

Mouse, Sl.No. cpu - 3CR3HY1 & Monitor - CN022R0T7287239PCWFM

887 20130673 ENG Laptop 1 Laptop Model : Lenovo Think Pad E49, Intel R Core i3 3130M Memory, 8GB 1600 MHz

DDR3 memory, 500 GB 5400 RPM SATA

Hard Drive 14"HD Display with Optical Mouse, win 8 with carry case & one yr. on sitewarranty. Sl.No. PF0L55Z

888 20200695 ACC Printer DeskJet

1 Printer, Cannon Mono MF264dw, Sl. No. 2EF02531

889 20140678 ENG Printer LaserJet

1 HP, Laser Jet printer, Model: HP LJ M1005MFP, Sl No. CNH8G9SBHQ

890 20190741 ENG Laptop 1 HP, Laptop, Model HP 250 G6, Sl No. CND8S14LDJ

Page 107 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

891 20170650 ANC Computer 1 Dell PC, D13S, Model: Vostro, Sl.No.10G2HLZ, RAM – 8GB, HDD-1TB.

Dell Monitor, Sl.No.OT95GC-72872-6CSC8RI-A00, Monitor size – 21 inch.

892 20190704 ANC Computer 1 HP Desktop computer, CPU No.INA919RS27, RAM – 4GB, HDD-1TB. HP Monitor,

Model V190, Sl.No.ICR91402LS, Monitor size-19 inch

893 20200723 ANC Computer 1 HP Pro Desktop 800G PCI Microtower PC, Model: ELITEDESK, Part No.5LU82PA,

Sl.No.INA937YGCC, RAM – 8GB, HDD – 1TB. HP Pro Display monitor, Model -

P223, Size - 21.05 inch, Part No.X7R61A7, Sl.No.CNK9120QC5.

894 20150428 ANC Computer 1 Dell Optiplex 7050 intel core i7, Sl.No.HH5NQM2 ,Monitor 22" No.

CN0638CF74261464376U, 16GB RAM,,1TB HDD

895 20150428 ANC Printer LaserJet

1 HP Laserjet Printer 1020 Plus Monolaser, Sl.No. CNCH490436

896 20100270 ANC Printer LaserJet

1 HP Laserjet Printer, M1136 MFP, Sl.No. CNB9854B2Y

897 20160436 ANC Laptop 1 all in one laptop. SI No.NTL4SEB0154437B7F07200,RAM:2GB,

Model: Aspire SW5-012, Processor: Intel (R) atom (TM)CPU Z3735F@ 1.33GHz

898 20080221 ANC Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBE X 2-SC SR Transceiver [J8436A] Sl.No. SG834KJ054

899 NML/Network

/Infrastructur

e

Technical

Block

Switch 1 HP Pro Curve, (Earlier 24 Port Switch), Repalced Switch Details: HP (Aruba) 2920 24G, J9726A,

S/N: SG65FLWHN4) (ENG Work order)

900 20080937 AMP Switch 1 Switch K HP Pro Curve switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever (

J8436A),Sl.No. SG834KJ06T and DE831DK05T . Qty: 1

901 20212101 MTE Switch 1 D Link 24 Port, Model: DGS-3130-30TS,SN- SG1620C000263

902 20080205 S&P Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBEX2-SC SR Transceiver [J8436A] Qty: 1

903 20080995 MER Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBEX2-SC SR Transceiver [J8436A] Sl.No.

SG834KJ06J and DE831DK061 Qty: 1

904 NML/Network

/Infrastructur

e

ITG Switch 1 D Link Switch, (DES - 3226S 24 port Managed Switch) Sl No. (Eng workorder)

905 20080204 S&P Switch 1 HP Pro-Curve Switch 2900-48G [J9050A] with 10 GBEX2-SC SR Transceiver [J8436A] Sl.No.

SG834KJ06J and DE831DK061 Qty: 1

906 20080083 F&A Switch 1 Switch K HP Pro Curve switch 2900-48G-(J9050A) with 10GBE x 2 - SC SR Transciever ( J 8436A),

Sl.No. SG834KJ06U and DE831DK069 Qty: 1

907 20140113 F&A Switch 1 DES - 3226S24 port Managed Switch serial No. DR5H163000523

908 NML/Network

/Infrastructur

e

ITG Switch 1 HP Pro Curve, Earlier 24 Port Switch replaced under OEM warranty with 48 Port, HP 2910al-48G,

J9147A, S/N: SG302IR0HT) (Eng. Workorder)

909 20120021 ADMN Switch 1 D Link 8 Port, Model: DGS-3200-10, S/N: PVJ2IC2000024 with patch pannel

910 20060386 MNP Switch 4 24 Port DES-3226S24 Managed Switch S/N: DR5H162001002 Qty: 01, HP Procurve 24 Port Switch,

Part No: J9726A Qty: 01, 24 Port HP Procurve Switch Qty: 02

911 20160444

AAC

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U SlNo.1DL4V3000033

912 20160445

MNP

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part

No - OLS1000ERT2U SlNo.1DL4V3000040

913 20160263

S&P

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000041

914 20160144

RPBD

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000053

915 20160608

AMP

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000055

916 20160710

ENG

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000056

917 20160132

F&A

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000057

918 20160068

KRIT

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000058

919 20161717

MER

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part

No - OLS1000ERT2U SlNo.1DL4V3000059

920 20161718

MTE

UPS

1 Rack Mountable Smart UPS 2U, 1800 Watt /2 KVA , Make : Cyber Power ,

,Part No - OLS2000ERT2U, SlNo.1DQV3000072

Page 108 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

921 20161543

AMP

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part

No - OLS1000ERT2U SlNo.1DL4V3000060

922 20161544

AMP

UPS

1 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part

No - OLS1000ERT2U SlNo.1DL4V3000061

923

20160693

MNP

UPS

3 Rack Mountable Smart UPS 2U, 900 Watt /1 KVA , Make : Cyber Power , Part No - OLS1000ERT2U

SlNo.1DL4V3000062, 1DL4V3000063, Rack Mountable

Smart UPS 2U, 1800 Watt /2 KVA Make : Cyber Power , Part No -

OLS2000ERT2U, SlNo.1DQV3000079 Qty: 3 Nos.

924

NML-

7(02/ICTU/BK)/

15-PS(226)

ITG

Access

Point

12 Wireless Access Point, Make: DLink Model-DWL-3200AP Sl No.

PVKE1DB000166, PVKE1DB000167, PVKE1DB000168, PVKE1DB000169, PVKE1DB000170, PVKE1DB000036,

PVKE1DB000037, PVKE1DB000038, PVKE1DB000039, PVKE1DB000040, PVKE1DB000204, PVKE1DC000701

Qty:

12 Nos.

925

NML-

7(02/ICTU/BK)/

15-PS(225)

ITG

Access

Point

12

Wireless Access Point, Make: CISCO AIR-CAP17021-D-K9, S3G5K9W7- 15303JAB,SWAP1700-

K9/RAIL/BRACKET,CON-SNT-AIR17DK9, AIR- PWRINJ/CORD Sl No. FGL2010X8TN, FGL2010X8TD,

FGL2010XDBK, FGL2010X8TF, FGL2010XDBL, FGL2010XH20, FGL2010XH1V, FGL2010XH1U,

FGL2010XH1W,FGL2010XH1S, FGL2010XDBJ,FGL2010XH1Z Qty: 12 Nos.

926

20160663

MNP

Server

1 HP Server ML 150 G9 M5N00A, Sl.No.SGH535XF82 -01 No. RAM 8 GB Pc4 2133 72618-B21, Sl.No.

Q53E738MHT87 -01 No. HP 800W/900W Gold AC power 744689-B21, Sl.No.5FFKU0BLL9H1I0 -01. HP 1 TB

6G SATA 655710- B21, Sl.No.TH15352081/TH1535207L/TH1535207F -03 No. Acer Desktop

UXVJSSID06, Sl.No.uxvjssido6f0616896 -01. TFT Monitor 21.5", Sl.No.MMT3RSS00254A3634207-01 No.

927 20080203 S&P Server 1 Computer Server, HP/DL 580, CPU S/N: SGH823X8TP with four processor capable intel Xeon

Quad Core Configuration. Rack Max 4u with two Quad Core Xeon Processor, 8 GB RAM, 72 GB

HDD-3 Nos., 146 GB HDD-3 Nos. 19" Rack Dell TFT Monitor 20 inch, S/N:CN- 09Y41J-72872-615-CWTI

928 20120172 ICTU Server 5 IBM X 36050 M3 2U Rack Server single Intel Xeon 6C, X 3650 M3, Single Intel Xeon 6c X5670

95W 2.93 GHz/1333MHz,12MB,O/Bay 2.5in HS SAS/SATA, SR M5015,p/s,Rack(part no.

7945XXX) - 1 No, AddOn Intel Xeon 6C Processor Model X5670 95W

2.93GHz/1333MHz/12MB(part no. 59Y4025)- 1 No, 8GB (1x8GB,2 Rx4,1.5 V) PC3-10600CL9

ECC DDR3 1333 MHz LP RDIMM(part no.

49Y1436) - 6 Nos, Internal Storage: IBM 300 GB 2.5in SFS Slim-HS 10K 6Gbps SAS HDD(part no.

42D0637) - 6 Nos., Emulex 8GB FC Dual-port HBA for IBM System x(part no. 42D0494) - 2 Nos,

IBM 675W Redundant AC Power Supply(part no. 46M1075)- 1+1 Nos, IBM Ultra Slim Enhanced

SATA Muti-Burner(part no. 46M0902) - 1 No, IBM Virtual Media Key(part no. 46C7526) - 1 No,

Emulex 10GB Ethernet Adapter(part no. 49Y4250) - 2 Nos.

929 20171757

MER

Printer LaserJet

1 HP Printer, LJ: 126NW, Batch No.CNB6JC7GC8

930 20190739

ENG

Laptop

1 Dell laptop, Latitude 3490, Sl.No.12MKKPZ

931 20181656

MST

Printer LaserJet

1 HP Laser jet printer, MFP M126NW, Sl. No.CNBKKD63DK

932

20181702

MST

Workstati

on

1

Workstation Computer, make and model : Fusionstor invento 1731 purelyseries workstation,

CPU Sl.No.17314848261021018, Monitor Sl.No.CN-03KWD-QDC00-86M21TB

933 20141 437

MST

Scanner

1 HP Scanjet G3110 Scanner, Sl.No. CN3BDCA1QX

934

20171642

MST

Printer

DeskJet

1

Deskjet Printer/copier/scanner make L:Cannon, sl.no.KLGK12679

935

20211829

MST

Laptop

1

HP Laptop, 340S G7 Note Book, win-10,Sl.No.6CD035892B

936 20090030

ADMN

Computer

1 HP Desktop Computer DX 2480, 160 GB with 18.5 inch TFT SVGA Digital Colour Monitor

937 20090031

ADMN

Printer LaserJet

1 HP Laserjet printer, 2055dn, Sl.No.SCNCK103934

938 20130109 ADMN Computer 1 Desktop Computer, Make : Lenovo, Model: M 72, Intel R Core TM i7

3770, 8GB DDR3, 1000GB HDD, with 20" LCD Monitor, USB

939 20080057 ITG Server 1 Computer Server , Make : HP , Model : HP/DL 580 four Processor capable

intel Xeon Quad Core Configuration , Rack Max 4u with two Quad Core Xeon Processor , 17" CRT

Monitor, Monitor S/N:CNC821006S, 8 GB RAM ,

940 20200170 ADMN Printer

LaserJet

1 Printer, Brother DCP-B7535DW, MF Centre, Sl.No. E8346K9N366291

941 20141461 AMP Computer 1 Dell Optiplex Desktop computer 9030, intel core i5, 1 TB HDD, 8 GB RAM with 23" LED Monitor,

OS- Windows 8.1 & Dell A210 Speaker, Sl. No. 9JDF622

Page 109 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

942 20141452 AMP Printer LaserJet

1 HP LaserJet Printer M 1005, Sl.No. C2B8G7L07V

943 20161518 AMP Computer 1 HP Business Desktop, M-406GI, Sl.No.SGH602QLRS 23 inch LED Monitor, Sl.No.6CM53703ZD

944 20181687 AMP Workstati

on

2 High End workstation computer FUJITSU workstation CELSIUM M770,

Sl.No.YMFD003051/YMFD003351 = 02Nos. 24 inch Samsung LED Monitor, Sl.No.

ZZW3H4ZJ801396/ZZW3H4ZJ801399 = 02 Nos.

945 20141473 AMP Laptop 1 Lenovo Z50 - Core i7 Laptop with 8GB RAM, HDD 1 TB, Display 15.6" LED, Windows 8.1,

Sl.No.YB03542951. (Laptop attached with Computer Controlled Uncooled Infrared Camera,

Inv.No. 20141473)

946 20161503 MTE Scanner 1 Scanner, Make: HP, Model : G4010, Sl. No. CN36HAC053

947 20201801 MTE Printer LaserJet

1 Laserjet printer, MF244DW, Cannon Image Class, Sl.No. YGU3243

948 20070887 MER Computer 1 Wipro Personal Computer, Desktop, Pentium IVProcessor, Combo Drive + DVD Writer, Intel945G

chipset, 1GB RAM, 160GB SATA HDDwith 19" TFT Colour Moniter, Speakers, Model:

WSG15426, Sl.No. CPU No.07CABW12000044 & Monitor No.AOCWHM5D70800079

949 20191956 MER Printer LaserJet

1 EPSON Printer, L565, Sl. No. YJNY086613

950 20202054 MER Scanner 1 Scanner, Epson work force DS- 1630, Sl.No. X2VV3134829

951 20202074 MER Printer LaserJet

1 Printer LBP, 161dn with 1 year external and 2 year additional warranty

952 20202076 MER Printer LaserJet

2 HP Laser Printer, 1020+, Sl.No. CNCGY65010, CNCGY60703

953 20201214 MER Printer LaserJet

2 Printer, Brother DCP-B7535DW, Sl.No. E78346A1N731051, E78346A1N731043

954 20192009 MER Access Point

1 Wireless access point DWL-7620

955 20202051 MER Laptop 1 Dell Laptop, MC34NB114, model: Dell latitude 3400, S Tag No. 2QQZLW2 with carry bag.

956 20202052 MER Computer 1 Dell Optiplex 5070 Computer, MCO5MT050, CPU S. Tag. No. 93SZX23, Monitor S. Tag. No. 5SB8VS2

957 20212113 MER Computer 2 Dell, computer, Optilex5080/i7-10700/16GB RAM/1TB/265 GB SSD/DVDR/W/WIN-10, CPU

Sl.No. CH1MQB3, DH1MQB3 Monitor No.

CNOGF7HOFCC000AA9BAO4,CNOGF7HOFC000B3AABAO4

958 20141603 MEF Printer LaserJet

1 HP Colour Laserjet Printer M251N, Sl. No. VNC3D03772

959 20161649 MEF Monitor 1 TFT LED Colour monitor, 21.5", make: Dell, Sl. No. CNOVJRF7-64180- 5851J4T

960 20171751 MEF Laptop 1 Laptop HP Probook, 440 G3, Sl. No. 5CD63778M1 with carry case.

961 20181854 MEF Computer 1 1. TFT Led 21.5" Dell Monitor, Sl. No. JHM68D2 =01 No Rs. 11500. 2) USB dell key board = 01 No

Rs.750. 3) USB Dell Optical Mouse = 01

No Rs.490. 4) Wireless USB Dell D-Link = 01 No Rs.1200 N series adaptor

962 20191973 MEF Printer LaserJet

1 Cannon Laserjet Printer, Aio4820D, Sl.No.QYR81634

963 20190744 MNP Printer LaserJet

1 HP Laserjet printer, M403d, Sl.No.PHCMDO1224

964 20141467 MEG Laptop 1 Laptop (Dell Inspirron 15 3542)

965 20150684 ENG Scanner 1 HP Scanjet Flated Photo Scanner, Sl. No. CN55SB11WH

966 20191761 MTE Printer LaserJet

1 HP Printer, M254, Sl.No. VNC7D01215

967 20171644 MTE Computer 1 HP PC, Elit 800G3 MT i7-7700 1 TY 65PA, Sl.No.: INA738YXLZ = 01 Rs.78942, HP 21.5 Inch TFT

Monitor = 01 Rs.8576 Sl. No: 1CR7380GS1

968 20201784 MTE Computer 1 HP Desktop Computer, i7-870/8GB/1TB/Win 10 Pro, CPU Sl.

No.1NA952S8G3, Monitor Sl. No.3CQ9190QQR

969 20180277 S&P Laptop 1 Laptop hp250G6 with carry bag, Sl. No. CND7319ZLF

970 20160132 RPBD Laptop 1 Laptop Probook 450 G2( Part No.N0C03PA) make: HP, Sl.

No.CND5206YDX Add on: 31.10.2017 Combo Keyboard : 01 No = Rs 1695.00

Page 110 of 156

Sl No.

PIR Number Division Item Type Quant ity

Description

971 20160142 RPBD Computer 1 Dell PC, Optiplex 9020, Core i7-4770, Sl. No.6BRQ6C2 3.4 GHz, Intel Q8 series, chipset, 8 GB, 1600 MHz

DDR3 RAM, 500 GB HDD, 8X DVD

RW Drive, USB Keyboard, Optical Mouse, 10/100/1000 on board intergrated NIC with preinstalled

windows 8.1, 21.5 inch WXGA LED Digital colour Monitor, Sl. No.CNOVCX8C-72872-61L-A52S Add on :

29.11.2018 PCI Express wireless LAN Card, Tenda, TP Link, Sl.

No.E2161010751001188 =01 No. Rs.2331 add on: 20.10.21 Logitech

Webcam C310 = 01 No. Rs.2836

972 20160143 RPBD Computer 1 Computer Notebook,Toshiba Satellite Pro R50-B, Sl.No.XF059244H

973 20190170 RPBD Laptop 1 Laptop, Dell Latitude 3490, i7/8th Gen. 8GB/1TB/14 inch/3 year, Sl.No.5WVRDPZ with carry bag

974 20200184 RPBD Monitor 1 49 inch, Sony Smart LED TV, Sl. No.49X7002F

975 20200190 RPBD Laptop 2 Laptop, Dell Vostro 3580, i5/1TB/W-10 pro, Sl.No.216L5Z2 and JTTK5Z2

976 20200197 RPBD Printer LaserJet

1 Brother MFC-L5900 DW Mono Laser Multi Function Centre, Sl.No.E75673CON400608

977 20160140 RPBD Computer 1 Dell PC, Optiplex 9020, Core i7-4770, Sl. No.6C5Q6C2 3.4 GHz, Intel Q8 series, chipset, 8 GB, 1600 MHz

DDR3 RAM, 500 GB HDD, 8X DVD

RW Drive, USB Keyboard, Optical Mouse, 10/100/1000 on board intergrated NIC with preinstalled

windows 8.1, 21.5 inch WXGA LED Digital color Monitor, Sl.No.CN-OVCX8C-72872-61L-A6ES add on:

20.10.21 Logitech Webcam C310 = 01 No. Rs.2836

978 20180149 RPBD Laptop 1 Laptop-iBall Compbook exellence, Sl.No.1700254004108

979 20190175 RPBD Printer LaserJet

1 Brother Printer, DCP-B7535DW, Sl.No.E7834618N776710

980 20210208 RPBD Printer LaserJet

1 Colour printer, Make: Brother, Model: L3270CDW

981 20121250 AMP Laptop 1 HP laptop, Intel Core i5-2450M 2.5 Ghz, RAM-6GB RAM,HDD-500

982 20121299 AMP Printer LaserJet

1 HP Printer LaserJet - 1005 MPP, S/No.- CNG8DIKODO Qty: 1 NO

983 20161540 AMP Computer 1 Dell PC,Optiplex 9020, Core i7-4770, Sl.No.6B2R6C2 3.4 GHz, Intel Q8 series, chipset, 8G,1600 MHz DDR3

RAM, 500 GB HDD,8X DVD RW

Drive, USB Keyboard,Optical Mouse, 10/100/1000 on board integrated NIC with preinstalled

windows 8.1, 21.5 inch WXGA LED

984 20171608 AMP Laptop 1 HP Laptop, Probook 440 G4, Sl.No.-5CD7072CS6

985 20181676 AMP Computer 1 Dell Optiplex 7010 CPU Intel R core TM i7-3770 Processor Sl.No. 03H828-72872-6M-1 W2M

986 19990395 ADMN Line

Matrix

Printer

1 Lipi T6045 Line Matrix Printer Universal Power supply RS 232 Serial and Cintronics parralel interface,

Industrial Graphics Capability, Coresident QMS Code V and PGL Capability with pedestal, paper shelf

and additional original ribbon Sl No. I46BC72840

987 20210249 ICTU Computer 1 ASUS All_in_One PC, Model: V222FA, S/N: LCPTCJ005259498, LCD:21.5 FHD, CPU:INTEL 6405U, 1TB

STORAGE, MEMORY: 4GB

DDR4, COLOR:BLACK

988 1 Comprehensive maintenance of LAN with around 600 nodes with MM-FO Backbone 10G (1.7 KM) & edge wiring of 1G with CAT 6 including all passive components & their connectivity.

Total 1054

THE PERIOD OF CAMC WILL BE 3 (THREE) YEARS FROM THE AWARD OF WORK ORDER. THE PARTIES SHOULD INDICATE THE

COST FOR 1 YEAR AS WELL AS TOTAL COST OF 3 YEARS.

The Director, CSIR-NML, Jamshedpur reserves the right to terminate the maintenance contract at any time after giving 1 (One)

month notice without assigning any reason. The contractor will not be entitled to claim any compensation against such

termination. However, while terminating the contract, if any payment is due to the contractor for maintenance services already

performed in terms of the contract, these would be paid to it/him as per the contract terms.

Service Level Agreement (SLA) and Terms and conditions of the tender document.

1) Vendors if required may visit CSIR-NML & do the survey of the listed systems, peripherals prior to submitting quotation

Page 111 of 156

and will contact Purchase Section in CSIR-NML, Jamshedpur.

2) ORDER ACKNOWLEDGEMENT/ CONFIRMATION BY SUCCESSFUL VENDOR:

(a) After receipt of purchase order from CSIR-NML the order acceptance letter (official email/hard copy on letter head)

must be provided by the successful bidder to CSIR-NML within 10 (Ten) working days.

(b) After order confirmation by successful bidder, no claim for any cost escalation (due to exchange rate variation,

material cost escalation, etc.) would be entertained by CSIR-NML. The Prices will remain firm during entire period of

contract and will not be subject to any variation on any account. Order acknowledgement/ confirmation should be

clear and the content should be stated in unconditional and unambiguous terms.

(c) The bidder will also have to submit a Performance Security which shall be 3% of the contract value. The Performance

Bank Guarantee should be valid till end of the contract period plus 60 days. Performance Bank Guarantee has to be

submitted within 21 (Twenty One) days from the date of placement of work order.

3) The successful bidder, after providing acceptance of contract must verify all the listed items for its functionality. If any

item found in nonworking condition, Successful bidder shall provide the list of such systems within seven working days to

CSIR-NML so that the damaged systems shall be repaired by CSIR-NML before entering into the AMC list or such systems

shall be deleted from CMC list. Accordingly, the vendor will raise the quarterly bill for remaining systems only.

4) If no list is provided by the successful vendor within the stipulated time as mentioned in Clause No. (3), it shall be

presumed that all listed systems are in working condition and the successful bidder is agree to cover all listed items under

comprehensive AMC with spares.

5) Item quantity provided against each item at page no. 47 in chapter 4 is indicative, and the successful bidder needs to

conduct a survey as per Clause number (3) to ascertain the exact number of item and furnish a list with approval of CSIR-

NML to IT Group.

6) Participating vendors are supposed to quote for all items as per detailed list at page no. 47 so that their offers can be

evaluated. (i) Failure to quote for any one item would lead to a technically unresponsive bid and their offer would be

rejected. (ii) Failure to provide duly filled compliance sheet as per Annexure-B against each query with required supporting

documents would also lead to a technically unresponsive bid and their offer would be rejected.

7) Bidder is expected to go through all the prescribed terms & conditions and submit its bid accordingly. Failure to furnish the

required information or submission of a bid not substantially responsive to this Tender document will be entirely at

bidder's risk and may result in cancellation of the offer submitted.

8) The successful bidder will station 2 (two) resident engineers on all working day of NML (should be a permanent employee

of successful bidder), to attend break down calls, carry out preventive and corrective maintenance at CSIR-NML,

Jamshedpur.

9) Qualification of Resident Engineer: At least 1 (one) CCNA/MCSE or equivalent certified engineer and other must having

BCA/B.Sc. or equivalent degree in computer science with prerequisite knowledge of servicing/maintaining IT items as

well as good hands on experience for handling LAN component configuration, printers as per scope of this tender. (Copy

of certificate for qualification of both Service Engineer along with employer appointment letter in the name of service

engineer is to be attached with technical bid).

10) The CMC vendor shall ensure the following service norms:

a) Service availability timings: 09:15 hours to 18:00 hours, Monday to Friday, Saturday (if working day of CSIR-NML). In

Emergency Situation, the Resident Engineer will have to be available to attend the service call on 24X7 day basis. CMC

vendor must ensure the services of two resident Engineer on every working day without fail.

b) In the situation of increased workload, the vendor will deploy the additional manpower at CSIR-NML to ascertain the

prescribed job completion timeline with no extra cost.

c) The successful bidder will be required to inspect the equipment (servers, computers, printers, scanners, networking

components and other items as mentioned in page number 47 to 111 of chapter 4 and prepare an inventory with

detailed specification, OEM Serial No. & location of the equipments. A copy of this inventory will be handed over to

the GL/Head, IT Division, CSIR-NML. Identification stickers will be provided by the vendor and these are to be pasted

on the covers of the equipments at the time of preparing the inventory.

d) The Service response time must be less than 2 hours. If problem persist more than 8 hours CMC vendor must provide

the standby until the permanent solution in consultation with end user/user department.

e) The successful bidder shall ensure an uptime of 98% of all PCs/Peripherals/Servers/all networking components.

f) The resident engineers shall intimate the status of complaints pending/ rectified on daily basis and provide weekly

status report for pending jobs with firm completion timeline to coordinator and GL IT Group.

g) The resident engineers shall device a system for collecting user feedback, preventive maintenance carried out report,

Page 112 of 156

breakdown call report with details of spare parts replaced (if any) on per call basis. The reports will be submitted to

coordinator and GL IT Group on monthly basis.

h) The successful bidder shall provide services at following places: (a) CSIR-NML Main Building, Burmamines

(b) Magnesium Pilot Plant (c) LSTF & MBPP Plant Area (d) Agrico & Tuiladungri Dispensary and (e) Official residence of

the Director, CSIR-NML.

11) The successful bidder will ensure that genuine operating system (OS key/media will be provided by end user) and other

necessary software as available with IT Group are loaded & updated to all systems including systems covered under OEM

warranty. In addition to this CMC vendor will provide support to install & update the followings open source/utility

software (a) Adobe Acrobat Reader (b) JavaScript/ Java Support

(c) 7 Zip (d) Google Chrome/Mozilla Firefox/Opera (none is covered under OS) (e) Installation of Antivirus (f) Hindi software

(g) other freeware software which are essential for performing day to day work on the system. Installation of Service Packs

/ Patch management / Software / Firmware updates from OEM’s should be carried out regularly and it is mandatory part

of the contract.

12) The Successful bidder should provide comprehensive AMC (preventive, corrective maintenance with spares) for all items

as listed in page no. 47of chapter 4 along with all deployed Networking components, UPS including batteries and Laptops

including batteries. The vendor will be liable to carry out the service management from OEM for tendered category of IT

Items which is under OEM warranty.

13) BATTERY REPLACEMENT POLICY:

(a) UPS: The battery capacity should be at least 25% of its rated capacity, otherwise battery should be replaced.

(b) Laptop: if back up falls below 45 minutes in standard operating condition.

(c) CMOS battery will be replaced as and when required for all the applicable systems covered under CMC.

14) NETWORK MAINTENANCE: (a) The successful bidder shall maintain all the Passive components viz. UTP/STP and Fiber

cables, I/O boxes. Patch cords (CAT6 & Fiber), LIU Patch Panels (Punching/ Connectorization / FO

Splicing (if required, for network restoration on urgent basis), replacement with same passive components, relaying of

CAT6/Fiber cables with conduit pipe & Saddling of sagging network cables. CMC vendor will also provide the support for

punching, crimping, FO splicing etc. under new network establishment work at no extra cost (if required). (b) The

successful bidder shall maintain all deployed active components viz. Network Switch, Switch UPS along with battery,

Access points and other necessary components to run the network smoothly.

15) ATTENDANCE OF RESIDENT ENGINEER: CMC vendor will maintain the attendance proforma for each resident engineer on

monthly basis. There will be no leave for deployed resident engineer from CSIR-NML side. In case of any resident engineer

opts for leave on any working day, one day prior intimation with replacement person detail must be provided to

coordinator/GL ITG by CMC vendor.

16) REPLACEMENT, UPGRADATION OF HARDWARE:

(a) CMC vendor will ensure that the replacement parts are the same or better in functionality and configuration. In case

the same make of component is obsolete, CMC vendor will replace the defective component with new one that is

equivalent/better in configuration in consultation with end user, coordinator, GL-IT/ Head.

(b) The obsolescence of components shall not be taken as an excuse for declaring faulty hardware ‘’Repair Not Possible

(RNP)’’. In case it becomes impossible to maintain the hardware due to obsolescence of the technology, the vendor,

shall suitably upgrade the faulty hardware without any extra charge to CSIR- NML. Transportation and safety of

hardware from NML site to repair center (if required) and vice versa shall be sole responsibility of CMC Vendor. Please

note that in case of replacement of HDD or any storage device both replaced hardware and defective hardware will be

the property of CSIR-NML and will not be returned or handed over to CMC vendor.

17) PREVENTIVE MAINTENANCE: (a) The Successful bidder will perform preventive maintenance for all the items covered

under CMC in every six month from the receipt of Work Order. The report of every preventive maintenance must be

provided to coordinator/GL-ITG.

18) EXCLUSION: Any damage to the system due to short circuit burnt, lightening, over voltage (as certified by Head-EEU),

fire, theft, riots, user induced physical damages due to mishandling, unnatural breakage, accidents, other natural

calamities cases will not be covered under this contract.

19) IT SYSTEM CONNECTED WITH SPECIALIZED EQUIPMENT/ INSTRUMENT: Components with special form factor,

specialized communication card, any kind of software support, database, add-on items installed on computer connected

with equipment etc. would not come under the purview of comprehensive AMC and the cost would be borne by End

User/CSIR-NML.

20) CSIR-NML reserves the right to procure spares from vendors other than CMC vendor for upgrading of its computers and

peripherals.

21) INCLUSION / REMOVAL OF ITEMS DURING CMC PERIOD: Inclusion, Deletion of items from CMC on pro-rata basis with

Page 113 of 156

following procedures

(a) During the course of CMC tenure, if any new item, not in CMC list, needs to be included in the existing list under the

same category at the rate of contract for that item (on PIR Holder’s written request to coordinator/ GL/ Head IT and

written consent from CMC Resident Engineer after functionality inspection/ testing of item), then a letter from CSIR-

NML shall be given to the CMC vendor (after any quarter) after which they have to provide maintenance for the item

included. The CMC vendor can do necessary changes in their quarterly billing with a copy of letter from CSIR-NML for

inclusion of items (if any). During the CMC tenure, denial for inclusion of item under tendered category must be

supported with properly justified document from relevant sources.

(b) During the course of CMC tenure, if an item covered under ongoing CMC, needs to be removed from the existing list of

item under CMC (on PIR Holder’s written request to CMC Coordinator/ GL IT Group), then a letter from CSIR-NML

through Purchase Section shall be given to the vendor (after any quarter) after which CMC vendor has to amend the

list and bill for the remaining items only with a copy of letter from CSIR-NML for deletion of items (if any).

22) STOCKING OF MATERIAL: After survey by successful bidder for getting exact quantity of item, the following spares &

arrangements must be maintained at CSIR-NML main building premises at any time for which the necessary space would

be provided by GL/Head IT. The stocking level of below said items will be checked quarterly by CSIR-NML:-

a) Almirah with Lock & Key 1 No.

b) New Branded i5 or above Computer with genuine OS (CPU) 2 Nos.

c) 19.5” TFT Monitor 2 Nos.

d) B&W Laser Printer with cartridge 2 Nos.

e) A4 Scanner 2 Nos.

f) Desktop and Server SMPS 4 Nos. each

g) SATA HDD with cable 4 Nos.

h) New Keyboard & Optical Mouse 4 Nos. each

i) Compatible or equivalent Motherboard 4 Nos.

j) CMOS battery 10 Nos.

k) 48 port SNMP Network Switch 2 Nos.

l) 24 port SNMP Network Switch 2 Nos.

m) Network troubleshooting/detection/repairing tools, Crimping, Punching Tool, Multimeter,

Cat 6 cable tester, arrangements for F.O. splicing within one hour of reported failure, Cat

6 cable roll (Min. 100 Meter) etc.

1 No. each

n) Cat 6 I/O box complete set , 3 meter Cat 6 & F.O. Patch cord 10 Nos. each

o) Tools for fault finding, repairing Computers/Printers 2 set

p) DVD Drive (External and Internal) 2 Nos. each

q) Hand Portable blower, cleaning brush 2 No. each

23) It should be ensured by CMC vendor that the prices charged for CSIR-NML should not exceed prevailing market rate,

charged by successful vendor from other organizations for providing similar kind of service.

24) VALIDITY: The CMC contract shall remain valid for a period of three (03) years from the date of Work order and subject

to rendering of satisfactory performance. The contract can be extended beyond three years with the existing rate, and

terms & condition with the approval of purchase committee.

25) PAYMENT: Payment will be made in four equal installments against pre-receipted invoice from CMC vendor on post

quarterly basis. Pre-receipted invoice for any quarter during contract, must be submitted with satisfactory service

report duly signed by end user. CMC vendor has to provide account details in invoices for effecting e-payment. No

advance payment will be made.

26) GATE PASS AND ROAD PERMIT: if it is felt necessary to take the material out of CSIR-NML for repair, the CMC vendor

will raise a request letter (mentioning complete job details) for Gate Pass to user/user Div. Gate Pass will be issued

by user Division/Section/Unit in whose PIR the material exist. A copy of Gate Pass as well as request letter may be

sent to Stores Section for record purpose. E-way bill will be arranged by the service provider.

27) Participating Vendors must attach work order copy issued to vendor by any Central Government

Departments/Autonomous bodies/Ministries/Govt. undertakings/PSU/MNC for execution of similar nature of CMC

job of IT systems, peripherals, networking components etc. The vendor should have executed minimum two or more

Page 114 of 156

order per year other than CSIR-NML in last five years of such CMC job the value of which are of not less than

Rs.10,00,000/- (Rupees Ten Lacs). Copy of recent Purchase order must be enclosed with bid.

Relaxation of prior turnover and prior experience is applicable only to all startups recognized by Department for

Promotion of lndustry & Internal Trade (DPllT) subject to meeting of quality and technical specifications. Startups

may be MSMEs or otherwise.

Relaxation of prior turnover and prior experience is applicable only to all MSMEs recognized by Department for

Promotion of lndustry& Internal Trade (DPllT) subject to meeting of quality and technical specifications.

28) On expiry of the contract, the firm shall hand over all the systems in perfect working condition, failing which penalty

as decided by Competent Authority will be deducted from the CMC service provider.

29) SELECTION OF PARTY/ AWARD CRITERIA: The Purchaser (CSIR-NML) will award the contract to the successful Bidder

whose bid has been determined to be substantially responsive and has been determined to be the lowest evaluated

bid on total, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily.

30) PREMATURE TERMINATION OF THE CONTRACT: -

i. CSIR-NML would reserve the right to terminate the contract on unsatisfactory performance of the vendor.

“Unsatisfactory Performance” would mean - CMC Vendor is unable to provide solution to a problem within 21

days of lodging the complaint, if such instances occur more than three times in a single quarter or eight times in

a year without valid technical justification and documentary evidence for delay, then contract termination would

be initiated based on the recommendation of GL/Head- IT/KRIT and with the approval of Purchase Committee

and the Director, CSIR-NML. Termination/debarring the firm from business would be effected in such cases where

serviceable and performing assets of CSIR-NML have been taken by the CMC vendor and cannibalized and

returned in unserviceable form “Not fit for use” or subsequently not returned even after three persistent

reminders from user Division/Unit in whose PIR of the material exists. In aforesaid case CSIR-NML would initiate

termination/debarring the firm from business for the period as decided by the Director, CSIR-NML.

ii. The Director CSIR-NML reserves the right to terminate the comprehensive Maintenance Contract at any point of

time by giving one month notice period without assigning any reason without prejudice to any other CSIR-NML’s

right under this contract.

31) FINANCIAL COMPLICATION: CSIR-NML will not accept any claims towards any new scope of work additionally added

by the party and thereby not be liable to any claim or any sort of financial compensation. If there is any new scope of

additional work proposed by the bidder then it would be due to lack of understanding of the technical specifications

contained in this NIT on the part of the bidder.

32) The successful bidder/ vendor shall submit a certificate to this effect that they are having an office in Jamshedpur

Notified Area. This should be submitted within one month from the date of placement of Work Order by this office.

33) PRE-BID CONFERENCE (PBC): A Pre-bid Conference shall be held as indicated in invitation to bid, if any. All

prospective bidders are requested to kindly attend the Pre-bid Conference. In order to facilitate the purchaser the

proper conduct of the Pre-bid Conference, all prospective bidders are requested to kindly submit their queries (by

email) so as to reach the purchaser as indicated in invitation to bid. The purchaser shall answer the queries during the

pre-bid conference, which would become a part of the proceedings of the Pre-bid Conference. The proceeding of the

Pre Bid Conference would be hosted on the website of the purchaser and https://etenders.gov.in/eprocure/. Before

formulating and submitting their bids, all prospective

bidders are advised to surf through the purchaser’s website after the Pre-bid Conference, in order to enable them take

cognizance of the revised tender conditions.

34) FORCE MAJEURE: As per GCC Clause of this tender document.

Page 115 of 156

Compliance Statement as under needs to be filled up by the Bidders in the technical bid in their Company Letter Head.

Compliance Sheet

Name of the Firm:

Complete Address:

Tender No. with Date:

Sl No. Query

(supporting document, undertaking needs to be attached with

Technical Bid where ever mentioned & applicable)

Your

Response

(Yes or No)

Remarks or (attached

supporting

document/undertaking

Number)

1 The price charged for the services under this contract by my firm is not

exceeding the lowest price at which we provide the services of

identical items/description to any person/organizations including

Govt. agencies/PSUs/State

Govt./ Central Govt.

(*undertaking on letter head needs to be provided)

2 Our both Resident Engineer have the pre requisite qualification,

awareness & expertise to handle the issues independently as per scope

of this tender, in case unsatisfactory performance as monitored by

CSIR-NML, we will be bound to change the manpower up to the

requisite level of expertise.

3 Our Firm is not been Black listed by any of the Government Agency in

the past years for any reasons whatsoever.

(*undertaking on letter head needs to be provided)

4 We fully understand the eligibility criteria, terms and conditions

mentioned in this tender document, will

abide by this during entire contract tenure.

5 The Copy of certificate for qualification of both Service Resident

Engineer along with employer appointment letter in the name of

service engineer is attached with

Technical bid.

Page 116 of 156

6 We are valid ISO certified company for providing CMC services of IT

assets.

7 During the tenure, If any problem persist for more than 8 hours we will

provide the standby until the permanent

solution in consultation with end user/user department

8 If any of our deployed service engineer opts for leave, we will intimate

with the replacement person details one

day prior to CSIR-NML.

9 We will keep proper stocking of material and tools at

NML premises as per requirement of this tender.

10 Our firm will be abide by the replacement, upgradation

of hardware policy of this tender.

11 Our firm will be abide by the timeline specified in the tender for

service, replacement, Upgradation of

hardware.

12 If case of HDD or any storage device replacement, the defective parts

should be handover to end user/inventory holder, proper record for

replacement and receipt from end user should be submitted to IT

Group.

13 If the end user/IT Group is not satisfied on technical ground with

the replaced item/part, CSIR-NML has the

right to reject the item.

14 In case, an equipment/system is not repaired due to unavailability of

spare part, an equivalent / superior / better equipment will be

provided by us within the

specified time frame of this tender.

15 Copies of break down service reports duly signed by the end user of the

system will be submitted to the IT Group

on a quarterly basis along with the invoice for payment.

16 Escalation matrix to be submitted along with the order

confirmation.

17 The Vendor will be liable to replace the engineer immediately, if the

IT Group CSIR-NML is not satisfied

with RE’s performance.

18 Vendor will ensure that all the Engineers deployed by the

CMC Vendor should have Company ID Card and its uniform or dress

code (if any).

19 All REs must be able to attend any IT related problems/issues under

the scope of contract irrespective of their specializations and provide

the

permanent solution.

Page 117 of 156

20 The CMC vendor shall ensure to abide by the copy right, intellectual

property rights and other laws as may be applicable for providing any

replacements for any malfunctioning of the components/ items/

software. INSTALLATION OF PIRATED SOFTWARE and violation of any

legal requirement by the vendor in this regard, CSIR- NML will not take

any responsibility and shall lead to termination of the contract.

Ensuring compliance to all legal requirements will be the responsibility

of the CMC vendor and failure to do so would lead to consequences

aforesaid.

21 Participating Vendors must attach work order copy issued to vendor

by any Central Government Departments/Autonomous

bodies/Ministries/Govt. undertakings/PSU/MNC for execution of

similar nature of CMC job of IT systems, peripherals, networking

components etc. The vendor should have executed minimum two or

more order per year other than CSIR-NML in last five years of such

CMC job the value of which are of not less than Rs.10,00,000/-

(Rupees Ten Lacs). Copy of recent Purchase order must be enclosed

with bid

22 Bidders to indicate whether the Class I/Class II Local Supplier.

23 Bidder to indicate the place of local value addition

24 Bidder to indicate the % (percentage) of Local Content

25 Submission Land Border Sharing Form

26 Submission of any other documents as required asked for in the

tender.

27 Acceptance of All terms & conditions of Tender Document

Name:

Designation:

Date:

Signature with company seal

Relaxation of prior turnover and prior experience is applicable only to all startups recognized by Department for Promotion

of lndustry & Internal Trade (DPllT) subject to meeting of quality and technical specifications. Startups may be MSMEs or

otherwise.

Relaxation of prior turnover and prior experience is applicable only to all MSMEs recognized by Department for Promotion

of lndustry& Internal Trade (DPllT) subject to meeting of quality and technical specifications

4.3 Delivery of Materials:

Delivery of all ordered materials is to be made within 60 days from the date from the date of receipt of Purchase Order&

approval of Layout Drawings.

4.4 Scope of Supply and incidental works:

Supply, Installation and Commissioning of Equipment Packaging, Transportation & Insurance charges to be quoted by the

supplier

Bidders are instructed to submit the consolidated price in the BOQ (.xls) format and give the break up cost of the

items in the respective price schedules. However, there should not be any variance between BOQ ( .xls ) and Price

Schedule Form (PDF prices). The Purchase Order will be placed on the basis of the BOQ prices.

Page 118 of 156

4.5 Inspection & Tests: Installation, Commissioning and training should be provided by the supplier as mentioned in the

specification.

4.5.1 General

1. The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the

Goods and Related Services as are specified here.

2. The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at the point of delivery

and/or at the Goods final destination.

3. Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice,

including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer

any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or

inspection.

4. Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the

Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of

cost to the Purchaser.

5. The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at final destination shall

in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser

or its representative prior to the Goods shipment.

6. The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

7. With a view to ensure that claims on insurance companies, if any, are lodged in time, the bidders and /or the Indian

agent, if any, shall be responsible for follow up with their principals for ascertaining the dispatch details and informing the

same to the Purchaser and he shall also liaise with the Purchaser to ascertain the arrival of the consignment after

customs clearance so that immediately thereafter in his presence the consignment could be opened and the insurance

claim be lodged, if required, without any loss of time. Any delay on the part of the bidder/ Indian Agent would be viewed

seriously and he shall be directly responsible for any loss sustained by the purchaser on the event of the delay.

8. Before the goods and equipment are taken over by the Purchaser, the Supplier shall supply operation and maintenance

Manuals together with Drawings of the goods and equipment built. These shall be in such details as will enable the

Purchase to operate, maintain, adjust and repair all parts of the works as stated in the specifications.

9. The Manuals and Drawings shall be in the ruling language (English) and in such form and numbers as stated in the

Contract.

10. Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for the purposes of taking

over until such Manuals and Drawing have been supplied to the Purchaser.

11. On successful completion of acceptability test, receipt of deliverables, etc. and after the Purchaser is satisfied with the

working of the equipment, the acceptance certificate signed by the Supplier and the representative of the Purchaser will

be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the

equipment.

4.5.2 Manufacturer’s Inspection Certificate

After the goods are manufactured and assembled, inspection and testing of the goods shall be carried out at the

supplier’s plant by the supplier, prior to shipment to check whether the goods are in conformity with the technical

specifications. Manufacturer’s test certificate with data sheet shall be issued to this effect and submitted along with

the delivery documents. The purchaser reserves the options to be present at the supplier’s premises during such

inspection and testing.

4.5.3 Pre Dispatch Inspection. As per Point No. 2 of other conditions of the technical specifications

a) Vendor should get all Layout drawings approved from NML within 14 days from the issue of P.O. before taking

up the fabrication/assembly work.

b) The supplier should arrange for pre-dispatch inspection and demonstration for 2 persons at supplier’s site

with the help of SS Crucible of wall thickness 2 mm or any alternate susceptor of equipment dimensions.

Related expenditure which includes travel and accommodation etc. towards PDI will be borne by NML.

c) The Vendor should intimate minimum one week in advance for the inspection call.

d) PDI will also be a part of the acceptance criteria mentioned. If any discrepancy or deviation is identified with

respect to above mentioned Technical Specifications during PDI, the bidder has to take up corrective actions

up to the satisfaction of the tenderer, within 2 weeks and followed by re-inspection by them.

Non –compliance during PDI may lead to cancellation of the order.

e) The cost of travel, hospitality for the PDI will be borne by NML, Jamshedpur. However, all costs related to

demonstration of equipments will have to be borne by the supplier.

Page 119 of 156

4.5.4 Third Party Inspection . : Not applicable.

4.5.5 Acceptance Test

The acceptance test will be conducted by the Purchaser, their consultant or other such person nominated by the

Purchaser at its option after the equipment is installed at Purchaser’s site in the presence of supplier’s representatives.

The acceptance will involve trouble free operation. There shall not be any additional charges for carrying out acceptance

test. No malfunction, partial or complete failure of any part of the equipment is expected to occur. The Supplier shall

maintain necessary log in respect of the result of the test to establish to the entire satisfaction of the Purchaser, the

successful completion of the test specified.

On the event of the ordered item failing to pass the acceptance test, a period not exceeding two weeks will be given to

rectify the defects and clear the acceptance test, failing which, the Purchaser reserve the right to get the equipment

replaced by the Supplier at no extra cost to the Purchaser.

Successful conduct and conclusion of the acceptance test for the installed goods and equipment shall also be the

responsibility and at the cost of the Supplier.

The acceptance tests at the final destination include the following:

(a) Acceptance of the item is based on the satisfactory supply, Installation, Commissioning and Performance at buyer’s

site.

(b) The PDI will also be a part of the acceptance criteria. If any discrepancy or deviation is identified with respect to

above mentioned Technical Specifications during PDI, the bidder has to take up corrective actions up to the satisfaction

of the tenderer, within 2 weeks and followed by re-inspection by them. Non –compliance during PDI may lead to

cancellation of the order

(c) Supplier should demonstrate system operation with actual load for one full trial melting and draining of glass as per

the specification.

4.6 Installation, Demonstration, Commissioning &Training

4.6.1 Installation, Demonstration & Commissioning :-

(i) To be provided by the vendor. It should be carried out by vendor’s skilled team with fitting, software installation,

commissioning & testing of the quoted system at no extra cost and it will be the part of evaluation criteria.

(ii) Installation Demonstration & Commissioning will be the sole responsibility of the Supplier. Installation &

Commissioning with all infrastructural works have to be done by the supplier. The vendor will complete the

installation & commissioning including demonstration & training, if applicable, within 30 days from the date of

supply of equipment to CSIR-NML or the site of delivery as mentioned in the contract/Purchase Order. Delay in

installation, commissioning and training will attract Liquidated Damages (L.D.) clause.

(iii) Pre-requisite for installation:- Offer/bid/quotation must include pre-requisite for installation and commissioning of

the goods/equipment at CSIR-NML.

(iv) It will be the part of the evaluation criteria. Bidder may confirm the same in their bid/Technical Bid (in case of Two-

Bid Format).

(v) Delay beyond the prescribed period will attract the imposition of Liquidated Damage Clause as mentioned in this

tender document.

4.6.2 Training :-

(i) Required in this case.

(ii) It should be imparted for Two (2) persons for two days to the purchaser at purchaser’s premises. It should be

completed within the 30 days from the date of supply of equipment to CSIR-NML or the site of delivery as

mentioned in the contract/Purchase Order.

(iii) It will be the part of the evaluation criteria. Bidder may confirm the same in their bid/Technical Bid (in case of

Two-Bid Format) failing which offer will be considered as Non-responsive and non-compliant to the terms and

conditions of NML’s tender document.

(iv) Delay in training beyond the prescribed period will attract the imposition of Liquidated Damage Clause as

mentioned in this tender document.

4.7 Warranty :-

1. The period of the Warranty shall be 01 (One) year/s from the date of acceptance, installation and commissioning

including training. All items/components should be covered under warranty without any exclusion.

Page 120 of 156

Page 121 of 156

CHAPTER 5

Price Schedule Forms

Table of Contents

Sl. No. Type of Price Schedule Form

01. Bid Form

02. Bill of Quantities (BOQ)

03. Price schedule for Goods being offered from abroad

04. Price schedule for Goods offered from India

i) On opening the BOQ (Bill of Quantity) “Please Enable Macros to View BoQ Information”. Please go to enable editing just below

the task bar.

ii) As macros have to be enabled please click on enable content.

iii) Bidders are requested to note that they should necessarily submit their financial bids in the format provided no other format

is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be

downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white

colored (unprotected) cells with their respective financial quoted and other details (such as name of the bidder) NO other cells

should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the

filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

It may be noted that only duly submitted bids shall be evaluated and bids just saved but not submitted shall not be part of

evaluated process. Submission of MS-Excel BOQ file is mandatory.

Bidders are instructed to submit the consolidated price in the BOQ (.xls) format and give the break up cost of the items

in the following price schedules. However, there should not be any variance between BOQ ( .xls ) and Price Schedule

Form (PDF prices).

THE PERIOD OF CAMC WILL BE 3 (THREE) YEARS FROM THE AWARD OF WORK ORDER. THE PARTIES SHOULD INDICATE

THE COST FOR 1 YEAR AS WELL AS 3 YEARS AS GIVEN IN ANNEXURE “Y”

Note: The bidder may fill in the appropriate Price Schedule Form and enclose as per Clause 1.10 and 1.18.3 of the bidding

documents.

Page 122 of 156

Format for Price for Comprehensive Maintance Contract for 1 (One) Year Annexure-Y

A B C D E F G H

Sl No

Items Qty Rate Per Unit

(Without Tax)

Total Rate (Without Tax) (Column C x

D)

GST Rate applicable

(%)

Total GST component

(Column E x F)

Total value (Column E + G)

1 Access Point 30 18%

2 Computer 460 18%

3 CVT 4 18%

4 External DVD Writer 10 18%

5 Laptop with Battery 118 18%

6 Monitor 17 18%

7 Printer

I. Deskjet 18 18%

II. DotMatrixPrinter 2 18%

III. LaserJet 227 18%

IV. LineMatrixPrinter 1 18%

8 Router 3 18%

9. Scanner 54 18%

10 Server 20 18%

11 Switch 28 18%

12 Tape Drive 2 18%

13 UPS with Battery

I. 0.5KVA 2 18%

II. 0.6KVA 1 18%

III. 1KVA 20 18%

IV. 1.1KVA 1 18%

V. 1.5KVA 1 18%

VI. 2KVA 6 18%

VII. 2.2KVA 1 18%

VIII. 3KVA 4 18%

IX. 5KVA 2 18%

X. 6KVA 6 18%

XI. 10KVA 2 18%

XII. 15KVA 2 18%

XIII. 30KVA 2 18%

14 Workstation 9 18%

15 LAN with around 600 nodes with MM-FO Backbone 10G

18%

Page 123 of 156

(1.7 KM) & edge wiring of 1G with CAT6 including all passive components & their connectivity.

1 Set

Lump sum

Total : 1054

Total offer value with Tax in Word for 1 (One) Year : _____________________________________________________________ (as per Column H total above) Total offer value with Tax in Word for 3 (Three) Years : Note : The above format to be submitted in vendor’s official letterhead along with sign, office seal and date.

Page 124 of 156

PRICE SCHEDULE FOR GOODS BEING OFFERED FROM INDIA

Name of the Bidder_________________ Tender No.______________

1 2 3 4 5 6 7 8 9 10 11 12

Sl.

No

Item

Description

With HSN

code

Country of

origin

Unit Quantity Unit Rate

Ex-Works,

Ex-

warehouse,

Ex-show

room off the

shelf price

(inclusive of

all taxes

already paid)

Total price

Ex-Works, Ex-

warehouse, Ex-

show room off

the shelf price

(inclusive of all

taxes already

paid) 5x6

GST &

other taxes

payable, if

contract is

awarded

Packing &

forward-

ing up to

station of

dispatch

if any

Charges for

inland

transporta-tion,

insurance up to

Lab. / Instt.by

road

Total Price Installation,

Commis-

sioning and

training

charges, if

any

Note:

(a) Cost of Spares, if any

(b) Approx. Gross Weight & Net Weight _____________

(c) Volume of goods _____________

Total Bid price in Indian currency______________________________

In words _________________________________________________

Signature of Bidder ________________________________________

Name ___________________________________________________

Business Address __________________________________________

PRICE SCHEDULE FOR GOODS BEING OFFERED FROM ABROAD

Page 125 of 156

Name of the Bidder_______________________________ TENDER No.____________________________

1 2 3 4 5 6 7 8 9 10 11 12

Sl.

No.

Item

Description

Country of

origin

Unit Qty. Unit price

Indicating

currency

FOB (named

port of

shipment or

FCA (named

place of

delivery)

(retain only

one)

Total price

(5x6)

FOB (named

port of

shipment) or

FCA (named

place of

delivery)

(retain only

one)

Charges for

Insurance &

transportation to

port//place of

destination

Total price

CIF/CIP

(retain one

only)

(7+8)

Indian Agents

Commission as a

percent of FOB

/FCA price

included in the

Quoted price

Approx.

Ship-ment

weight

and

volume

Indian

Customs

Tariff No

and HSN

No.

(ICT &

HSN No.)

Note:

Currency _______________________ Total Bid price in foreign currency ____________________

in words ________________________________________

(a) Indian agents name & address __________________________

(b) Installation, commissioning & training charges, Signature of Bidder ________________________________

if any _______________ Name ________________________________

(c) Cost of Spares, if any __________________ Business Address ________________________________

(d) The Indian agent’s commission shall be paid in Indian Rupees only based on the Exchange Rate prevailing on the date of negotiation of

documents in accordance with clause 2.22 of GCC.

(e) Approx. Gross Weight & Net Weight _____________

(f) Volume of goods _____________

Page 126 of 156

CHAPTER 6

Qualification Requirements

Criteria 1 -

Criteria 2 - Experience and Past Performance:

a) The bidder (manufacturer or principal of authorised representative – hereinafter referred simply as ‘The Bidder’)

should have regularly for at least the last _ [___] years, ending 31st March of the previous financial year

(hereinafter called ‘The relevant Date’), manufactured and supplied (/erected/ commissioned _________, with

the same or higher specifications having/with ____________parameters(hereinafter called ‘Item Name’). The

bidder should submit the manufacturer authorisation form as appended in Chapter-8 and

b) ‘The bidder’ should have manufactured at least minimum and supplied (installed &commissioned) at least ----

_____numbers of ‘(Name of Items)’in the last five years ending on 31st March of the previous financial yearand

out of whichto Government Labs/Government R&D Organizations/CSIR Labs.

c) At least ___[_______] numbers of offered version/model of ‘Item name”should be in successful operation for

at least ____[_______] years on the date of bid opening. NOT APPLICABLE

Criteria 2 - Capability- Equipment & manufacturing Facilities:

‘The bidder’ must have an annual capacity to manufacture and supply(/erected/ commissioned)at least _______(The

Qualifying Quantity)

Criteria 3 - Financial Standing – under all conditions

a) The average annual financial turnover of ‘The bidder’ during the last three years, ending on 31st March of the

previous financial year, should be at Rs. Xxxxxxxx (or equivalent in foreign currency at exchange rate prevalent

on ‘31st March of the previous financial year) (fix the value as 40-80% or any other percentage of the estimated

cost of the quantity in the bid document) as per the annual report (audited balance sheet and profit & loss

account) of the relevant period, duly authenticated by a Chartered Accountant/Cost Accountant in India or

equivalent in relevant countries.

Ministry of MSME have clarified that all Central Ministries/Departments/Central Public Section

Undertakings may relax condition of prior turnover and prior experience with respect to Micro and Small

Enterprises in all public procurements subject to meeting of quality and technical specifications. Further, the

condition of prior turnover and prior experience may be relaxed for Start-ups (as defined by Department of

Industrial Policy and Promotion) subject to meeting of quality & technical specifications and making suitable

provisions in the bidding document (rule 173 (i) of GFR 2017))

b) Bidder Firm (manufacturer or principal of authorised representative) should not have suffered any financial loss

for more than one year during the last three years, ending on 31st March of the previous financial year.

c) The net worth of the Bidder firm (manufacturer or principal of authorised representative) should not be negative

on 31st March of the previous financial year and also ii) should have not eroded by more than 30% (thirty

percent) in the last three years, ending on 31st March of the previous financial year.

Note: In case of Indian Bidders/companies (manufacturer or principal of authorised representative) who have been

restructured by Banks in India, under the statutory guidelines, they would be deemed to have qualified the Financial

standing criteria considering the institutional financial backing available to them.

Applicability in Special Cases:

a) Applicability to ‘Make in India’ :Bidders (manufacturer or principal of authorised representative) who have a

valid/approved ongoing ‘Make in India’ agreement/ program and who while meeting all other criteria above,

except for any or more of sub-criteria in Experience and Past Performance above, would also be considered to

be qualified provided:

i) their foreign ‘Make-in-India’ associates meet all the criteria above without exemption, and

ii) the Bidder submits appropriate documentary proof for a valid/approved ongoing ‘Make in India’

agreement/program.

iii) the bidder (manufacturer or principal of authorised representative) furnishes along with the bid a legally

enforceable undertaking jointly executed by himself and such foreign Manufacturer for satisfactory

manufacture, Supply (and erection, commissioning if applicable) and performance of ‘The Product’ offered

including all warranty obligations as per the general and special conditions of contract.

b) Authorized Representatives: Bids of bidders quoting as authorised representative of a principal manufacturer

would also be considered to be qualified, provided:

i) their principal manufacturer meets all the criteria above without exemption, and

ii) the principal manufacturer furnishes a legally enforceable tender-specific authorisation in the

prescribed form assuring full guarantee and warranty obligations as per the general and special

conditions of contract; and

iii) the bidder himself should have been associated, as authorised representative of the same or other

Principal Manufacturer for same set of services as in present bid (supply, installation, satisfactorily

commissioning, after sales service as the case may be) for same or similar ‘Product’ for past three

years ending on ‘The Relevant Date’.

c) For Existing Successful Past Suppliers: In case the bidder (manufacturer or principal of authorised

representative) who is a successful past supplier of ‘The Product’ in at least one of the recent past ______

Page 127 of 156

procurements, who do not meet any or more of requirements above, would also be considered to be qualified

in view of their proven credentials, for the maximum quantity supplied by him in such recent past.

d) Joint Ventures and Holding Companies: Credentials of the partners of Joint ventures cannot (repeat cannot) be

clubbed for the purpose of compliance of PQC in supply of Goods/Equipment, and each partner must comply

with all the PQC criteria independently. However, for the purpose of qualifying the Financial Standing Criteria,

the Financial Standing credentials of a Holding Company can be clubbed with only one of the fully owned

subsidiary bidding company, with appropriate legal documents proving such ownership.

Note for Bidders:

a) ‘Doctrine of Substantial Compliance’: The Pre-Qualification Bidding (PQB) and Pre- Qualification Criteria (PQC)

are for shortlisting of sources who are competent to perform this contract to ensure best value for money from

expenditure of Public Money. This process is neither intended to bestow any entitlement upon nor to create any

rights or privileges for the Bidders, by way of overly hair-splitting or viciously legalistic interpretations of these

criteria, disregarding the very rationale of the PQB and PQC. Keeping this caveat in view, interpretation by the

Purchaser would be based on common usage of terminologies and phrases in public procurement in accordance

with the ‘Doctrine of Substantial Compliance’ and would be final.

b) The Bidder must declare, whether asked or not in a bid document, any previous transgressions of such a code

of integrity with any entity in any country during the last three years or of being debarred by any other Procuring

Entity. Failure to do so would amount to violation of this code of integrity.

c) In case of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot

represent two manufacturers or quote on their behalf in a particular tender enquiry. One manufacturer can also

authorise only one agent/ dealer. There can be only one bid from the following:

i) The Principal manufacturer directly or through one Indian agent on his behalf; and

ii) Indian/foreign agent on behalf of only one principal.

d) Along with all the necessary documents/certificates required as per the tender conditions, the bidder should

furnish a brief write-up, backed with adequate data, explaining his available capacity (both technical and

financial), for manufacture and supply of the required goods/equipment, within the specified time of completion,

after meeting all their current commitments.

e) Supporting documents submitted by the bidder must be certified as follows:

i) All copy of supply/work order; respective completion certificate and contact details of clients;

documents issued by the relevant Industries Department/National Small Industries Corporation (NSIC)/

manufacturing licence; annual report, etc., in support of experience, past performance and

capacity/capability should be authenticated by the by the person authorised to sign the tender on

behalf of the bidder. Original Documents must be submitted for inspection, if so demanded.

ii) All financial standing data should be certified by certified accountants, for example, Chartered

Accountants/Cost Accountants or equivalent in relevant countries; and Indian bidder or Indian

counterparts of foreign bidders should furnish their Permanent Account Number.

f) A bidder or any of its affiliates who participated as a consultant in the preparation of the design or technical

specifications of the contract i.e. the subject of the bid; cannot participate in the bidding process.

g) Indian agents quoting on behalf of its foreign principal need to submit an copy of the agency agreement with

the foreign principal detailing the services to be rendered by them on behalf of the principals, failing which its

bid shall not be considered.

(h) Foreign bidders to disclose the name and address of agent and representatives in India and Indian bidder to

disclose their foreign principal or associates.

(i) One distributor/dealer can participate in a tender on behalf of one manufacturer. The offer(s) will not be

entertained if the same distributor/dealer is representing more than one manufacturer. Similarly an authorized

distributor/dealer and the manufacturer should not quote simultaneously.

Page 128 of 156

CHAPTER 7

Contract Form

Contract No. _____________________________ Date:_____________________

THIS CONTRACT AGREEMENT is made the [ insert: number ]day of [ insert: month ], [ insert: year ].

BETWEEN

(1) The Council of Scientific & Industrial Research registered under the Societies Registration Act 1860 of the Government of

India having its registered office at 2, Rafi Marg, New Delhi-110001, India represented by ___________[ insert complete name and

address of Purchaser (hereinafter called “the Purchaser”), and

(2) [ insert name of Supplier ], a corporation incorporated under the laws of [ insert: country of Supplier ] and having its principal

place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”).

WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief description of Goods and Services] and

has accepted a Bid by theSupplier for the supply of those Goods and Services in the sum of [insert Contract Price in words and figures,

expressed in the Contract currency(ies) ](hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

01. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the

Conditions of Contract referred to.

02. The following documents shall constitute the Contract between the Purchaser and the Supplier, and each shall be read and

construed as an integral part of the Contract:

(a) This Contract Agreement

(b) Special Conditions of Contract

(c) General Conditions of Contract

(d) Technical Requirements (including Schedule of Requirements and Technical Specifications)

(e) The Supplier’s Bid and original Price Schedules

(f) The Purchaser’s Notification of Award

(g) [Add here any other document(s)]

03. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the

Contract documents, then the documents shall prevail in the order listed above.

04. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the

provisions of the Contract.

05. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the

remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at

the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Union of India on

the day, month and year indicated above.

For and on behalf of the Council of Scientific & Industrial Research

Signed: [insert signature]

in the capacity of [ insert title or other appropriate designation ]

in the presence of [ insert identification of official witness ]

Signed: [ insert signature ]

in the capacity of [ insert title or other appropriate designation ]

in the presence of [ insert identification of official witness ]

For and on behalf of the Supplier

Signed: [ insert signature of authorized representative(s) of the Supplier ]

in the capacity of [ insert title or other appropriate designation ]

in the presence of [ insert identification of official witness ]

Page 129 of 156

CHAPTER 8

Other Forms to be enclosed with Technical Bid

Table of Contents

Sl. No. Name Annexure

1. Bidder Information Form (to be enclosed with the technical bid) I

2. Manufacturers’ Authorization Form (to be enclosed with the technical bid) II

3. Bid Security Form (to be enclosed with the technical bid) III

4. Bid Securing Declaration. (to be enclosed with the technical bid)

IV

5. Performance Statement Form (to be enclosed with the technical bid)

V

6. Deviation Statement Form (to be enclosed with the technical bid)

VI

7. Service Support Detail Form (to be enclosed with the technical bid)

VII

8. Performance Security Form (to be enclosed with the technical bid) VIII

9. Acceptance Certificate Form (to be enclosed with the technical bid) IX

10. Integrity Pact (to be enclosed with the technical bid) X

11. Format of declaration of abiding by the code of integrity and conflict of interest

to be submitted by the bidder. XI

12. Organizational Chart with Technical Qualification / Power of Attorney of

Tenderer XII

13. Financial Statement of the Tenderer XIII

14. Format for Affidavit of Self Certification regarding Class of Local Supplier, Local

Content and Domestic value addition for the quoted item XIV

15. Declaration of Eligibility Bidders. XV

16. Bid Form XVI

17. Price Schedule Form in Foreign Currency XVII (i)

18. Price Schedule Form in Indian Currency XVII (ii)

19. Checklist XVIII

20. Compliance Statement Form XIX

21. Purchase Order copies of identical or similar type of equipment during the last

3 years along with details of such supplies and prices eventually or finally paid.

22. Documentary evidence about the status of the bidder i.e. whether MSE or not,

owned by SC/ST or not and whether the MSE is owned by a women

entrepreneur or not.

23. Form Of No Claim Certificate XX

24. Self-Certification that the goods are not manufactured in any country which

shares its land border with India. XXI

Page 130 of 156

Annexure–I

Bidder Information Form

(a) The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to

its format shall be permitted and no substitutions shall be accepted. This should be done of the letter

head of the firm]

Date: [insert date (as day, month and year) of Bid Submission]

Tender No.: [insert number from Invitation for bids]

Page 1 of_______ pages

01. Bidder’s Legal Name [insert Bidder’s legal name]

02. In case of JV, legal name of each party: [insert legal name of each party in JV]

03. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of

Registration]

04. Bidder’s Year of Registration: [insert Bidder’s year of registration]

05. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country

of registration]

06. Bidder’s Authorized Representative Information

Name: [insert Authorized Representative’s name]

Address: [insert Authorized Representative’s Address]

Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]

Email Address: [insert Authorized Representative’s email address]

07. Attached are copies of original documents of: [check the box(es) of the attached original

documents]

Articles of Incorporation or Registration of firm named in 1, above.

Signature of Bidder ____________________

Name _________________________________

Business Address _______________________

Page 131 of 156

Annexure–II

MANUFACTURERS' AUTHORIZATION FORM

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This

letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with

the proper authority to sign documents that are binding on the Manufacturer and be enclosed with the technical

bid.

Date: [insert date (as day, month and year) of Bid Submission]

Tender No.: [insert number from Invitation for Bids]

To: [insert complete name and address of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods

manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert

complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured

by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 2.21 of the General Conditions of

Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Page 132 of 156

Annexure–III

BID SECURITY 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 or modifies or impairs or derogates from the Tender in any

respect within the period of validity of this tender.

Or

(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 i.e., up to

_____________ and any demand in respect thereof should reach the Bank not later than this date.

______________________

(Signature of the authorized officer of the Bank)

Name and designation of the officer

Seal, Name & Address of the Issuing Branch of the Bank

Note: Whenever the bidder chooses to submit the Bid Security in the form of Bank Guarantee, then he should

advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped

duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG

for the correctness, genuineness,etc.

Page 133 of 156

Annexure–IV

Bid-Securing Declaration Form

Date:___________________

Bid No. _________________

To (insert complete name and address of the purchaser)

I/We. The undersigned, declare that:

I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one year from the date

of notification if I am /We are in a breach of any obligation under the bid conditions, because I/We

(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during the period of

bid validity specified in the form of Bid; or

(b) having been notified of the acceptance of our Bid by the purchaser during the period of bid validity (i) fail or

reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance

with the Instructions to Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful Bidder, upon

the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration

of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of

person signing the Bid Securing Declaration).

Name: (insert complete name of person signing he Bid Securing Declaration)

Duly authorized to sign the bid for an on behalf of : (insert complete name of Bidder)

Dated on _____________ day of ___________________(insert date of signing)

Corporate Seal (where appropriate)

(Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint

Venture that submits the bid)

Page 134 of 156

Annexure–V

PERFORMANCE STATEMENT FORM

(For a period of last 3 years)

Name of the Firm……………………….

Order

Placed by (full

address of

Purchaser)

Order

No. and

date

Descrip-

tion and

quantity

of ordered

equip-

ment

Value

of

order

Date of

comple-

tion of

deliver as

per

Contract

Date of

actual

completio

n of

delivery

Remarks

indicating

reasons for

late

delivery, if

any

Has the

equipment

been

installed

satisfactory?

(Attach a

certificate

from the

purchaser/Co

nsignee)

Contact

person along

with

Telephone

No., FAX No.

and

e-mail

address

Signature and Seal of the manufacturer/Bidder …………………………….

Place :

Date :

Page 135 of 156

Annexure–VI

DEVIATION STATEMENT FORM

Sl.No. Name of

Specifications /

Parts / Accessories

of Tender Enquiry

Specifications of

Quote Model / Part

/Accessory

Compliance

Whether Yes of

No

Deviation, if any

to be indicated in

unambiguous

terms (The

compliance /

Deviation should

be supported by

relevant

Technical

Literature)

Technical

justification for

the deviation, if

any. If

specification is

superior

/inferior than

asked for in the

enquiry, it

should be

clearly brought

out in the

justification

Signature of Bidder

If the bidder offers more than one model, then the Compliance Statement must be enclosed for each and

every model separately.

The technical and commercial deviations should be indicated separately.

If the bidder fails to enclose the compliance statement, his bid is likely to be rejected.

Place:

Date:

Signature and seal of the

Manufacturer/Bidder

NOTE:

1) Where there is no deviation, the statement should be returned duly signed with an endorsement indicating

“No Deviations”.

Page 136 of 156

Annexure–VII

SERVICE SUPPORT FORM

Sl. No. Nature of training

Imparted

List of similar type of

equipment serviced in

the past 3 years

Address, Telephone

Nos. , Fax Nos. and

e-mail address

Signature and Seal of the manufacturer/Bidder…………………………….

Place :

Date :

Page 137 of 156

Annexure–VIII

PERFORMANCE SECURITY FORM

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY

To,

…………………………..

WHEREAS ………………………………. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken,

in pursuance of contract No. ……………………………………….…. dated ……………….to supply (description of goods and

services) (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank

guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance

with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a

total of …………………………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon

your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any

sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds

or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the

demand.

We further agree that no change or addition to or other modification of the terms of the contract to be performed there

under or of any of the contract documents which may be made between you and the supplier shall in any way release

us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the ………………….. day of ……………………, 20…………..

(Signature of the authorized officer of the Bank)

………………………………………………………….

Name and designation of the officer

………………………………………………………….

Seal, Name & Address of the Issuing Branch of the Bank

Note: Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee, then he

should advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped

duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the

correctness, genuineness, etc.

Page 138 of 156

Annexure–IX

ACCEPTANCE CERTIFICATE FORM

No.___________________ Dated: ________________

M/s. ____________________________________

____________________________________

____________________________________

Sub: Certificate of commissioning of equipment

---------------------

01. This is to certify that the equipment as detailed below has/have been received in good condition along with

all the standard and special accessories (subject to remarks in Para 2). The same has been installed and

commissioned.

(a) Contract No. _____________________________ Date___________

(b) Description of the equipment_______________________________

(c) Name of the consignee___________________________________

(d) Scheduled date of delivery of the consignment to the Lab./Instts.______

(e) Actual date of receipt of consignment by the Lab./Instts._____________

(f) Scheduled date for completion of installation/commissioning_________

(g) Training Starting Date ___________________________________

(h) Training Completion Date ___________________________________

(i) Names of People Trained ___________________________________

(j) Actual date of completion of installation/commissioning_____________

(k) Penalty for late delivery (at Lab./Instts. level)₹___________________

(l) Penalty for late installation (at Lab./Instts. level ₹________________

Details of accessories/items not yet supplied and recoveries to be made on that account:

Sl. No. Description Amount to be recovered

Page 139 of 156

02. The acceptance test has been done to our entire satisfaction. The supplier has fulfilled his contractual

obligations satisfactorily

or

The supplier has failed to fulfil his contractual obligations with regard to the following:

(a) ………………………………

(b) ………………………….….

(c) ………………………………

(d) ……………………………...

The amount of recovery on account of failure of the supplier to meet his contractual obligations is as indicated

at Sr. No. 3.

For Supplier For Purchaser

Signature ….………………………….. Signature…………………………..

Name ………………………………….. Name………………………………...

Designation ………………………….. Designation………………………….

Name of the firm………………………. Name of the Lab/Instt.……………...

Date ……….…………………………… Date………………………………….

Page 140 of 156

Annexure–X

Format of Integrity Pact

INTEGRITY PACT

Between

Council of Scientific & Industrial Research (CSIR) a Society registered under the Indian Societies Act 1860

represented by _________________________________________ hereinafter referred to as “The Principal”.

And …………………………………………………herein referred to as “The Bidder/ Contractor.”

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for

……………………………………….The Principal values full compliance with all relevant laws of the land, rules, regulations,

economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/or Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the

tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following

principles:

(a) No employee of the Principal, personally or through family members, will in connection with the tender for, or

the execution of a contract, demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

(b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in

particular, before and during the tender process, provide to all Bidder(s) the same information and will

not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an

advantage in relation to the tender process or the contract execution.

(c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under

the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance

Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

(1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits

himself to observe the following principles during his participation in the tender process and during the

contract execution.

(a) The Bidder(s)/Contractor(s) will not, directly or through any other Person or firm, offer, promise or give to any

of the Principal’s employees involved in the tender process or the execution of the contract or to any third

person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any

advantage of any kind whatsoever during the tender process or during the execution of the contract.

(b) The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding,

whether formal or informal. This applies in particular to prices, specifications, Certifications, subsidiary

contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce

cartelization in the bidding process.

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the

Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to

others, any information or document provided by the Principal as part of the business relationship, regarding

plans, technical proposals and business details, including information contained or transmitted electronically.

(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the

Agents/representatives in India, if any. Similarly the Bidder(s)//Contractors(s) of Indian Nationality shall

furnish the name and address of the foreign principals, if any. Further details as mentioned in the “Guidelines

on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned

Page 141 of 156

in the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only.

Copy of the “Guidelines on Indian Agents of Foreign Suppliers” is annexed and marked as Annexure.

(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is

committed to or intends to make to agents, brokers or any other intermediaries in connection with the award

of the contract.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an

accessory to such offences.

(3) The person signing IP shall not approach the courts while representing the matters to IEMs and he/she will

await their decision in the matter.

Section 3 – Disqualification from tender process and exclusion from future Contracts

(1) If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a

violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the

Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the

procedure mentioned in the “Guidelines on Banning of business dealings”. Copy of the “Guidelines on Banning

of business dealings” is annexed and marked as Annex -“B”.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section

3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid

Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate

the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor

liquidated damages of the contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 Years with any other Company in

any country conforming to the anti-corruption approach or with any other Public Sector Enterprise in India that

could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or

action can be taken as per the procedure mentioned in “Guidelines on Banning of business dealings.”

Section 6 – Equal treatment of all Bidders / Contractors/ Sub-contractors

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all Subcontractors a commitment in conformity with

this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and

Subcontractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its

provisions.

Section 7 – Criminal charges against violating Bidders / Contractors/ Subcontractors

(1) If the Principal obtains knowledge of conduct of a bidder, Contractor or Subcontractor or of an employee or a

representative or an associate of a bidder, Contractor or Subcontractor which constitutes corruption, or if the

Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance

Officer.

Section 8 - Independent External Monitors

(1) The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the

Monitor is to review independently and objectively, whether and to what extent the parties comply with the

obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions

neutrally and independently. He reports to the JS (A), CSIR.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project

documentation of the Principal including that provided by the Contractor. The Contractor will also grant

the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional

Page 142 of 156

access to his project documentation. The same is applicable to Subcontractors. The Monitor is under

contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s) /

Subcontractor(s) with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to

the Project provided such meetings could have an impact on the contractual relations between the Principal

and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notice, or believes to notice, a violation of this agreement, he will so inform the

Management of the Principal and request the Management to discontinue or take corrective action, or to take

other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the

Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or

tolerate action.

(6) The Monitor will submit a written report to the JS(A), CSIR within 8 to 10 weeks from the date of reference or

intimation to him by the Principal and should the occasion arise, submit proposals for correcting problematic

situations.

(7) Monitor shall be entitled to compensation on the same terms as being extended to/provided to Independent

Directors on the CSIR.

(8) If the Monitor has reported to the JS(A),CSIR, a substantiated suspicion of an offence under relevant IPC/PC

Act, and the JS(A), CSIR has not, within the reasonable time taken visible action to proceed against such

offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to

the Central Vigilance Commissioner.

(9) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally singed it. It expires for the Contractor 10 months after the last

payment under the contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the

lapse of this pact as specified above, unless it is discharged/determined by JS(A), CSIR.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and Jurisdiction is the Registered Office of the

Principal, i.e. New Delhi

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have

not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium

members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement

remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

_____________________________ _______________________________

(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

(Office Seal) (Office Seal)

Place………………… Place………………………

Date………………….. Date…………………..

Witness 1:(Name & Address): ______________________________________________

Witness 2::(Name & Address): _____________________________________________

Page 143 of 156

Annexure–XI

Format for declaration by the Bidder for Code of Integrity & conflict of interest

(On the Letter Head of the Bidder)

Ref. No: ______________________ Date _________________

To,

______________________________

______________________________

(Name & address of the Purchaser)

Sir,

With reference to your Tender No.________________ dated _____________ I/We hereby declare that we shall

abide by the Code of Integrity for Public Procurement as mentioned under Para 1.3.0 of ITB of your Tender document

and have no conflict of interest.

The details of any previous transgressions of the code of integrity with any entity in any country during the last

three years or of being debarred by any other Procuring Entity are as under:

a

b

c

We undertake that we shall be liable for any punitive action in case of transgression/ contravention of this

code.

Thanking you,

Yours sincerely,

Signature

(Name of the Authorized Signatory)

Company Seal

Page 144 of 156

ANNEXURE XII

ORGANIZATION CHART WITH (TECHNICAL QUALIFICATION) / POWER OF ATTORNEY OF TENDERER

I. Please give details hereafter of the Organization Chart of your Company,showing the position of directors, key personnel and functions.

II. Please attach here the Power of Attorney of the signatory of the Questionnaire and tender documentation.

Page 145 of 156

ANNEXURE XIII

FINANCIAL STATEMENT OF THE TENDERER

I. FINANCIAL STATEMENT OF THE TENDERER

I. Basic Capital: Authorised:

Issued:

II. Annual value of construction work undertaken for each of the last three years

Details 20…. - 20… 20..-20.. 20.. -20.. TOTAL

III. Approximate value of Work in hand ………………...………….........

IV. Please attach copies of the Company's previous three years certified statements of account (with

translation in English) from which the following basic data shall be abstracted:

20 -20 20 -20 20 -20

1.Total Assets ..............… ..............…. ..............….

2.Total Liabilities ….……… ;.…..… .……...

3.NET VALUE (1-2) ........... .......... ..........

4.Current Assets ..............… ..............…. ..............….

5.Current Liabilities ….……… .……... .……...

6.Circulating Capital (4-5) ........... .......... ..........

7.Profit (before taxation) ..............… ............…… ............……

8.Loss …. .

V. Name and address of Bankers:

......................................................................................................……………………..............................................

....................................................…

VI. Please enclose a reference/certificate about the financial situation of the Company and access to credit

facilities (maximum amount of credit facility to be stated): ..................…………………………………….

(Equivalent of Indian Rupees).

VII. Please provide financial projections for the forthcoming year

Signature of the Tenderer______________________

Page 146 of 156

ANNEXURE XIV

Format for Affidavit of Self Certification regarding Class of Local Supplier, Local Content and Domestic value

addition for the quoted item

Date: ________________

I ________________ S/o, D/o, W/o ___________________,Resident of

_________________________ do hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued vide Notification – Public procurement (preference to Make in India) Order2017 dt. .15th June, 2017, its revision dated 04th June, 2020 and its subsequent amendments.

That the information furnished hereinafter is correct to be of my knowledge and belief and I undertake to produce relevant records before the procuring entity or any authority so nominated for the purpose of assessing the local content.

That the local content for all inputs which constitute the said equipment has been verified by me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be incorrect and not meeting the prescribed value-addition norms, based on the assessment of an authority so nominated for the purpose of assessing the local content, action will be taken against me as per Order No. P-45021/2/2017/-E.E.-II dated 15.06.2017, its revision dated 04th June, 2020 and its subsequent amendments.

I agree to maintain the following information in the Company’s record for a period of 3 years and shall make this available for verification to any statutory authority: (Kindly fill up the below mentioned particulars)

i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing Unit location, nature of legal entity)

ii. Date on which this certificate is issued iii. R &D Equipment for which the certificate is produced iv. Procuring entity to whom the certificate is furnished v. Percentage of local content claimed

vi. Name and contact details of the unit of the manufacturer

I/We do hereby declare that as per the order no.P-45021/2/2017-PP (BE-II) dated 04 June 2020 issued by

Department for Promotion of Industry and Internal Trade (DPIIT), Govt. of India, We are ________________

(Class-I/Class-II) supplier.

The bidders offering imported products will fall under the category of Non-Local suppliers. They cannot

claim themselves as Class-I/ Class-II local suppliers by claiming profit, warehousing, marketing, logistics,

freight etc. as local value addition.

Also, the bidders offering imported products will fall under the category of Non-local suppliers. They can’t

claim themselves as Class-I local supplier / Class-II local supplier by claiming the services such as

transportation, insurance, installation, commissioning, training and after sales service support like

AMC/CMC as local value addition.

I/WE CERTIFY THAT ALL INFORMATION FURNISHED BY THE OUR FIRM IS TRUE & CORRECT AND IN

THE EVENT THAT THE IFNORMATION IS FOUND TO BE A FALSE DECLARATION IT WILL BE A BREACH

OF THE CODE OF INTEGRITY UNDER RULE 175(1)(i)(h) OF THE GENERAL FINANCIAL RULES FOW

WHICH A BIDDER OR ITS SUCCESSORS CAN BE DEBARRED FOR UP TO TWO YEARS AS PER RULE

151(iii) OF THE GENERAL FINANCIAL RULES ALONG WITH SUCH OTHER ACTIONS AS MAY BE

PERMISSIBLE UNDER LAW.

For and on behalf of (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Director)

Bidders not submitting the above certificate will be considered as non-responsive and liable to be summarily rejected.

Page 147 of 156

ANNEXURE XV

DECLARATION OF ELIGIBILITY

Name of the Contract:

Name and address of The Controller of Stores &Purchase

CSIR-National Metallurgical Laboratory,

Burmamines, Jamshedpur – 831 007

Phone: ------------

Fax: -----------

Name and address of Tenderer:

Whereas the Tenderer declares in accordance of Tender Prices, Instructions to Tenderers; Conditions of

Tender; that all eligibility criteria set for documents forming the tender.

(I) None of the following applies to us, that:

a) We are bankrupt. b) Payments to us have been suspended in accordance with the judgment of a court or a judgment declaring

bankruptcy and resulting, in accordance with our national laws, in total or partial loss of the right to administer and dispose of our property.

c) Legal proceedings have been instituted against us involving an order suspending payments and which may result, in accordance with our national laws, in declaration of bankruptcy or in any other situation entailing the total or partial loss of the right to administer and dispose of our property.

d) We are guilty of serious misrepresentation with regard to information required for participation in an invitation to tender.

e) We are in breach of contract on another contract with the Employer and/or in any part of the country. f) We (including all partners of a joint venture) have any connection with a firm or entity which has provided

consulting services during the preparatory stages of the Works or of the project of which the Works form a part, or which has been hired(or is intended to be hired) as the Employer’s Representative for the Contract.

Signature(s) for and on behalf of the Tenderer_______________________________

Date:__________

Page 148 of 156

ANNEXURE XVI

Bid Form

[The Bidder shall fill in this Form in accordance with the instructions indicated. No alterations to its format shall be

permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]

Tender No.: [insert number from Invitation for Bids]

Invitation for Bid No.: [insert No of IFB]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: [insert the

number and issuing date of each Addenda];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules

specified in the Schedule of Requirements the following Goods and Related Services [insert a brief description of

the Goods and Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert the total bid price in words

and figures, indicating the various amounts and the respective currencies];

(d) The discounts offered and the methodology for their application are:

Discounts: If our bid is accepted, the following discounts shall apply. [Specify in detail each discount offered and the

specific item of the Schedule of Requirements to which it applies.]

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 1.17.1 from the date fixed for the bid

opening, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB Clause 1.43 and GCC

Clause 2.13 for the due performance of the Contract and also submit order acceptance within 14 days from the

date of contract in accordance with ITB Clause 1.42 and GCC Clause 2.44;

(g) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process

or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each

commission or gratuity was paid and the amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

________________ _____________ _____________ ___________

________________ _____________ _____________ ___________

________________ _____________ _____________ ___________

(If none has been paid or is to be paid, indicate “none.”)

(h) We understand that this bid, together with your written acceptance thereof included in your notification of

award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

Page 149 of 156

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed:

[insert signature of person whose name and capacity are shown]

In the capacity of [insert legal capacity of person signing the Bid Submission Form]

Name: [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of ________________, _______ [insert date of signing]

Page 150 of 156

Annexure–XVII (i)

PRICE SCHEDULE FORM FOR GOODS BEING OFFERED FROM ABROAD

Name of the Bidder_______________________________ TENDER No.____________________________

1 2 3 4 5 6 7 8 9 10 11 12

Sl.

No.

Item

Description

Country

of origin

Unit Qty. Unit price

Indicating

currency

FOB (named

port of

shipment or

FCA (named

place of

delivery)

(retain only

one)

Total price

(5x6)

FOB (named

port of

shipment) or

FCA (named

place of

delivery)

(retain only

one)

Charges for

Insurance &

transportation to

port//place of

destination

Total price

CIF/CIP

(retain one

only)

(7+8)

Indian Agents

Commission as a

percent of FOB

/FCA price

included in the

Quoted price

Approx.

Ship-ment

weight

and

volume

Indian

Customs

Tariff No

and HSN

No.

(ICT &

HSN No.)

Note:

Currency _______________________ Total Bid price in foreign currency ____________________

in words ________________________________________

(a) Indian agents name & address __________________________

(b) Installation, commissioning & training charges, Signature of Bidder ________________________________

if any _______________

Name ________________________________

(c) Cost of Spares, if any __________________ Business Address ________________________________

(d) The Indian agent’s commission shall be paid in Indian Rupees only based on the Exchange Rate prevailing on the date of negotiation of documents in

accordance with clause 22.1 of GCC.

(e) Approx. Gross Weight & Net Weight _____________

(f) Volume of goods _____________

Page 151 of 156

Annexure–XVII (ii)

PRICE SCHEDULE FORM FOR GOODS BEING OFFERED FROM INDIA

Name of the Bidder_______________ Tender No.______________

1 2 3 4 5 6 7 8 9 10 11 12

Sl.

No.

Item

Descrip-

tion

With HSN

code

Country of

origin

Unit Quantity Unit Rate

Ex-Works, Ex-

warehouse, Ex-

show room off

the shelf price

(inclusive of all

taxes already

paid)

Total price

Ex-Works, Ex-

ware- house, Ex-

show room off

the shelf price

(inclusive of all

taxes already

paid) 5x6

GST &

other

taxes

payable, if

contract

is

awarded

Packing &

forwarding

up to station

of dispatch,

If any

Charges for

inland

transportation

, insurance up

to Lab. /

Instt.by

air/road/

rail

(retain one

only)

Total Price Installation,

Commissionin

g and training

charges, if

any

Note:

(a)Cost of Spares, if any

(b) Approx. Gross Weight & Net Weight _____________

(c) Volume of goods _____________

Total Bid price in Indian currency______________________________

in words _________________________________________________

Signature of Bidder _________________________________________

Name ___________________________________________________

Business Address _________________________________________

Page 152 of 156

CHECKLIST Annexure–XVIII

(Please fill it up. Don’t write “As per quotation” / “At Actual” / “Refer to our offer”)

Sl No. Formalities Yes/No

01 Manufacturer’s Authorisation form enclosed

02 EMD submitted

03 EMD(s) is / are in favour of Director, CSIR-NML, Jamshedpur and payable at

Jamshedpur.

04 Bidder’s Name / Quotation Ref. No. etc. has been mentioned on the back side of

DDs.

05 Certified copy of the Agency Agreement between the Principal and the Agent is

submitted

(Mandatory, in case an Indian agent bids directly on behalf of the Foreign

Principal)

06 Name and address of Agent/Representative in India

(In case foreign bidder bids directly)

OR

Name and address of all Foreign Principal/Associates

(In case an Indian Agent bids directly)

07 Main Equipment Model Number (if any) & Make is mentioned

08 To be filled up if the offer is in foreign currency

08A Ex-works value quoted in Price Bid

08B FCA/ FOB value quoted in Price Bid

08C Insurance & Airfreight/Sea freight Charges quoted in Price Bid

08D CIF/CIP Value of the Package quoted in Price Bid

08E Installation, commissioning, Training quoted

All the fields of Sl No. 08 (From 08A to 08E) are mandatory for foreign offer

09 Indian Agency Commission (if any) included and mentioned

10 To be filled up if the offer is in Rupees(INR)

10A Ex-works value quoted in Price Bid

10B GST quoted

10C Packing, Forwarding, Freight, Insurance and all other charges quoted so that

FOR, CSIR-NML price can be arrived at.

10D Installation, commissioning, Training quoted.

All the fields of Sl No. 10 (From 10A to 10D) are mandatory for Indigenous offer.

11 Payment Terms

(Conditional Payment Terms NOT accepted)

12 Price schedule form filled up

13 Delivery Time mentioned

14 Warranty Period mentioned

15 Extended Warranty quoted (if any)

16 Validity of Quotation mentioned

17 Country of Origin (Product) mentioned

18 Port of Shipment mentioned

19 Approx. Shipment weight (Chargeable Weight) of the items (in kg.) mentioned in

quotation

20 Approx. Dimensions / Volume of the packed Consignment mentioned in quotation

21 HSN Code indicated.

We have gone through this checklist # and have duly filled it up. We have also read and understood the

tender terms and conditions. The undersigned is competent to sign the tender document including this page

on behalf of the quoting firm.

Date (Signature with Seal) #This Checklist should be attached with the Technical Bid.

Page 153 of 156

Annexure–XIX

COMPLIANCE STATEMENT FORM

Name of the Firm……………………….

S. No. Name of specifications/

part Accessories of

tender enquiry

Specifications of

quoted Model/

Item

Complian

ce

whether

"YES" or

"NO"

Deviation, if any,

to be indicated

in unambiguous

terms

Whether the

compliance/

deviation is clearly

mentioned in

technical/ literature

Page no. in OEM

technical brochure

1 2 3 4 5 6

Signature and Seal of the manufacturer/Bidder …………………………….

Place :

Date :

Page 154 of 156

Annexure–XX

FORM OF NO CLAIM CERTIFICATE

(On company letter head)

To,

Name & Address of CSIR Labs/Instts ________________________

Attention:

NO CLAIM CERTIFICATE

Sub: Contract Agreement no. ..........................dated ............ for the supply of .....................

We have received the sum of Rs. ………………….(Rupees ..................................................... only) in full

and final settlement of all the payments due to us for the supply of ........................................

…………………………………………………………………… under the abovementioned contract agreement, between us.

We hereby unconditionally and without any reservation whatsoever, certify that with this payment, we shall

have no claim whatsoever, of any description, on any account, against afore said contract agreement

executed by us. We further declare unequivocally, that with this payment, we have received all the amounts

payable to us, and have no dispute of any description whatsoever, regarding the amounts worked out as

payable to us and received by us, and that we shall continue to be bound by the terms and conditions of the

contract agreement, as regards performance of the contract.

Yours faithfully,

Signatures of Supplier or

Officer authorised to sign the contract documents

on behalf of the supplier

(company stamp)

Date: ..................

Place: ..................

Page 155 of 156

Annexure–XXI

CERTIFICATE

[To be submitted by the bidding/participating firm in their letter Head]

With reference to NML tender Enquiry bearing No. …………………………………………………………………… dated

………………………. it is certified that:

We have read clause regarding restriction on procurement from a bidder of a country which shares a land border with India and on sub-contracting to contractors from such countries; We certify that the bidder is not from such a country or, if from a such a country, has been registered with the Competent Authority and will not sub-contract any work to a contractor from such countries unless such contractor is registered with the competent Authority. A valid certificate issued by the Competent Authority has been attached with the bid. I hereby certify that this bidder fulfill all requirements in this regard and is eligible to be considered. (As per requirements under P-45021/112/2020-PP(BE-II)(E-43780) dated 24.08.2020 of Ministry of Commerce and Industry, Department for Promotion of Industry and Internal Trade and any amendments thereon.) For and on behalf of M/s…………………………….

[Seal of the firm]

Place:- ………………… Date:-………………….

Page 156 of 156

TO BE SUBMITTED ON COMPANY’S LETTERHEAD

NEFT/RTGS/ECS DETAILS FOR CONTRACTORS

IF THE PARTY HAS AN ACCOUNT WITH ANY BRANCH OF SBI WITHIN JAMSHEDPUR THEN NO SERVICE CHARGE

WILL BE REQUIRED. THE OTHERS HAVE TO PAY FOR RTGS TRANSFER. A DECLARATION TO THAT EFFECT IS

REQUIRED.

LESS THAN Rs.1 lakh Rs.5/-

LESS THAN Rs.5 LAKH Rs.25/-

MORE THAN Rs.5 LAKH Rs.50/-

SIGNATURE (WITH OFFICE SEAL)

1 Bank Account No.

2 Beneficiary Name:

3 Address:

4 BANK & Branch Name:

5 Address:

6 MICR Code:

7 Branch Code

8 IFSC Code:

9 VAT NO.

10 PAN No.

11. SERVICE TAX REGISTRATION NO.

12. GST No.

13. EPF REGN. NO

14. ESI REGN. NO.

15. CONTACT NO. & E MAIL ID:

16. NAME OF THE CONTACT PERSON WITH

DESIGNATION, ADDRESS & CONTACT NO. :