e-tender notice e-tender for annual maintenance …
TRANSCRIPT
1
FileNo.15/D/21/24/07/2019-General Dated:
E-Tender Notice
E-TENDER FOR ANNUAL MAINTENANCE CONTRACT (AMC) OF NETWORK
SWITCHES, COMPUTERS, PRINTERS, UPSs, LAN & OTHER ITEMS and LAN, POWER
CABLING AND EARTHING WORK OF VARIOUS ESI SITES ACROSS RAJASTHAN
1) Regional Office, E.S.I. Corporation, Jaipur invites online tender from eligible, reputed, and
bonafide maintenance providers/agencies capable of providing above captioned work for its
various sites in RAJASTHAN Region for a period of TWO Years.
2) The tender document can be downloaded from https://www.esic.nic.in/tenders, Central Public
Procurement Portal: https://eprocure.gov.in/eprocure/app.
3) The interested bidders may submit the tender online at e-procurement portal
https://eprocure.gov.in/eprocure/app in two bid system in the prescribed proforma. Tenders are
to be submitted online only through e-procurement portal. All the supporting documents
required are requested to be submitted physically also along with EMD. Online bids for
which all supporting documents are not submitted physically will be treated as invalid. In
other words, online submission of bids along with submission of all the supporting
documents physically is required for every participating bidder.
4) The documents may be submitted by eligible bidders in the document downloaded from the
website along with Earnest Money Deposit in the form of a Demand Draft of Rs. 2,00,000/-
(Rupees Two Lakh Only) in favour of “E.S.I. Fund Account No.1” drawn on Jaipur, in a
separate envelope marked “EMD for AMC of COMPUTERS, PRINTERS, UPSs, LAN &
PROJECTION ITEMS, other Equipment(s) & LAN, Power Cabling & Earthing work”.
5) Bidders are requested to submit all-inclusive rates as per Appendix-IV.
6) For all practical purposes, the e-tender shall be considered for evaluation, however in case of
any dispute, the physical documents would be scrutinized.
7) In addition to e-Tender which has to be filed online, the bidders also shall be required to file hard
copies of Tender documents duly completed and supported by requisite documents and the forms
as mentioned in the tender document which should be submitted with covering letter in a sealed
envelope duly super scribed with the words “Tender for AMC of COMPUTERS, PRINTERS,
UPSs, LAN & PROJECTION ITEMS, other Equipment(s) & LAN, Power Cabling &
Earthing work”. The sealed cover containing the Technical and Financial Bids should be
dropped in the Tender Box kept at General Branch on Ground Floor, Regional Office, E.S.I.
Corporation, Panchdeep Bhawan, Bhawani Singh Road, C-Scheme, Jaipur - 302001 along with
a separate cover containing EMD as mentioned in Sl.No.4 above.
Rajasthan- 302001 PH: 0141-2223990
2
8) There will be a Pre Bid meeting with bidders in Conference Hall, 2nd Floor, ESI Corporation,
Panchdeep Bhavan, Bhawani Singh Road, C-Scheme, Jaipur. Interested bidders may attend the
meeting.
9) If any information furnished by the bidder is found to be false at any stage, the bid shall be
cancelled forthwith and earnest money will be forfeited. The applicant shall also be liable to be
debarred from tender.
10) Regional Director, ESIC, Jaipur reserves the right to reject any or all bids without assigning any
reason.
11) Only the bids complete in all respect will be considered for evaluation.
12) Bidders are required to ensure that there is no discrepancy in physical submitted bid and online
financial bid. In case of discrepancy between online and physical financial bids, the online bid
will be taken as final for evaluation.
13) Prospective bidders may contact to Sh. Shambu Dayal Chandel, Deputy Director at Regional
Office, ESIC, Panchdeep Bhawan, Bhawani Singh Road, C-Scheme, Jaipur, Phone No. 0141-
2989583 for any clarifications regarding the tender documents, e-bidding etc. on any working
day between 09.30 AM to 6.00 PM, Monday to Friday till one day before the last date for
submission of the tender.
JAIPUR Regional Director
Date : E.S.I.CORPORATION
Regional Office, Jaipur
Important Dates:-
1 Start Date and Time for submitting of E-Tender 14.12.2020, 05.00 PM
2 Last Date and Time for submitting of E-Tender 11.01.2021, 03:00PM
3
Bid(s) opening Date and Time
12.01.2021, 04:00PM
4 Pre Bid meeting Date and Time
29.12.2020, 03:00PM
Fee Details:-
1
Earnest Money Deposit
(To be paid by Demand Draft / Pay Order / Bankers Cheque) in favour
of ESI Fund A/C No. 1, payable at Jaipur
RS. 2,00,000
3
4
Appendix-I
GENERAL TERMS AND CONDITIONS OF CONTRACT:
1. Delivery of Tender
The e-tender is required to be filled online on e-procurement portal as per the prescribed format duly
completed and signed on each page should be submitted along with A/C payee Demand Drafts of Rs.
2,00,000/- (Rupees Two Lakh Only) towards refundable / adjustable Earnest Money Deposit in favour
of ESI Fund A/C No. 1 drawn at Jaipur. The bid documents should be enclosed in sealed cover and
addressed to the Regional Director, ESIC, Jaipur and dropped in the Tender Box kept at General
Branch on Ground Floor, Regional Office, E.S.I. Corporation, Panchdeep Bhawan, Bhawani Singh
Road, C-Scheme, Jaipur-302001. The top of the envelop should contain the following superscription
in bold letters –
"Tender for AMC of COMPUTERS, PRINTERS, UPSs, LAN & PROJECTION ITEMS, other
Equipment(s) & LAN, Power Cabling & Earthing work”
Incomplete bids are liable to be rejected. Regional Director reserves the right to reject any tender
without assigning any reason. Only one bid will be enclosed in one envelope.
2. Last Date and Time for Receipt of the Tender
Online Bids along with relevant supporting documents should reach this office within the time notified
in the Tender Notice. In the event of the said date of opening of the tender being declared a closed
holiday for Govt. Office; the date of receipt and opening of the tenders(s) will be the next working day
at the same time & place. Tender submitted by hand must be dropped in the Tender Box kept at this
office within the due and time stipulated in the schedule to tender. Late tenders will be summarily
rejected.
3. PRE- BID CONFERENCE:
There will be a pre-bid conference as per the time and venue notified in this tender notice.
4. Opening of Tender
ESIC will open all eligible bids at date and time specified in the tender document in the presence
of bidders' or their representatives who are present on tender opening' venue at the following location:
Conference Hall, 2nd Floor,
Regional Office, E.S.I. Corporation,
Panchdeep Bhawan, Bhawani Singh Road,
C-Scheme, Jaipur - 302001.
The bidders' or their representatives present shall sign the register confirming their attendance. ESIC
shall not be held responsible in any manner whatsoever in case the bidder or his/her representative fails
to sign in the register provided for this purpose. A person not signing as above shall be deemed to have
chosen not have attended the meeting and shall be dealt with accordingly.
5
If the delay has arisen from any cause beyond control such as strikes, lockouts, fire accidents, riots
etc. the Regional Director, ESIC, Jaipur may admit as reasonable ground for grant of further additional
time required by circumstances of the case only for extending the opening of tender. The ESIC may also
change or extend the date and time of opening of the tender without assigning any reason whatsoever.
ESIC reserves the right to accept the whole or any part of the tender without assigning any reason
to the bidder.
5. Special Instructions
5.1. Bidders are requested to submit their bids online on the e-procurement portal
https://eprocure.gov.in/eprocure/app and submit the bid documents along with the all other
required supporting documents in sealed envelope on firm rate basis, showing separately rates for
each item in the documents.
5.2. Rates quoted shall be in Indian Currency and should be exclusive of all charges Taxes, including
Goods and service tax, Duties etc. as applicable should be shown separately for each item of work
and should be marked 'NIL' if not being applicable. Any ambiguous quote on these accounts shall
render the tender liable to be rejected. Tenders not complete in all respect are liable to be rejected.
5.3. The bidder shall, wherever called upon to do so, give full information with reference to the services
in hand and shall permit the Regional Director or any other officer nominated by him to inspect
the premises of the tenderer/client at all reasonable times and shall give full assistance and
information as may be required by him in connection with the contract.
5.4. If a contractor quotes NIL charges /consideration, the bid shall be treated as unresponsive and will
not be considered.
6. Signing of Tender
The tender will be liable to be rejected in case complete information is not given therein. Individuals
signing tender or other documents connected with the contract must specify as to whether he is signing
as:
i) 'Sole Proprietor' of the firm or his Attorney.
ii) 'Registered Active Partner' of the firm or his Attorney.
In case of company registered under the Companies Act (new as well as old) and firms registered under the
Indian Partnership Act, the person signing must clearly indicate his capacity in which he is signing (e.g.
Secretary, Manager, and Partner etc.). In case it is being signed by an attorney or representative the signatory
shall produce and attach a copy of the documents empowering him to sign, if called upon to do so.
7. Key Deliverables:
ESIC intends to obtain the Annual Maintenance services from reputed and experienced services under
AMC which includes the following key deliverables:
6
a) Call Management Services- Receipt and manage calls received on dedicated telephone number
provided by the vendor / VOIP / E-mails and attending of calls related to user complaints.
b) Desktops and Peripherals Management Services- Hardware/Software servicing/maintenance in
condition.
c) Servers Management Services- Hardware/Software servicing / maintenance in condition.
d) Network Management Services- Switches (POE/NPOE)/Distributers/Patch panels/LAN Cables/
Hardware/ Software servicing /configuration/ maintenance in condition.
e) Preventive and Proactive Maintenance of Equipment- Routine checks and maintenance of IT
Assets by the agency, including preventive dusting/cleaning of all items under AMC as detailed in
Appendix-IV. The periodical maintenance report also should be counter signed by end user. The
report should be submitted along with quarterly bill, without which payment will not be released.
f) UPS Management Services- Maintenance and upkeep of all online and offline UPS.
g) Antivirus management and Support: - Antivirus software provided by ESIC need to maintained by
agency for all windows desktop including installation and update the client from the server.
h) Stock Management: - Vender will keep maintain sufficient spare/ stock with engineer of each
location and share details of spare parts available with engineer on weekly basis with the IT Manager
and IT Assistant.
8. Period of validity of bids
Bids shall remain valid for 90 days after the date of tender opening prescribed by the ESIC (Customer);
a bid valid for a shorter period would be liable to be rejected by the ESIC (Customer) as non-responsive.
In exceptional circumstances, the Regional Director may solicit the bidder consent to an extension of
the period of validity. The request thereto shall be made in writing (or by cable or telex or fax or email).
The EMD provided shall also be suitably extended. A bidder may refuse the request without forfeiting
his EMD.
9. Other General / Eligible Conditions of Contract
9.1. In the interpretation of the contract the general / special condition governing it, unless otherwise
required:-
a) The term 'Contract' shall mean the invitation to tender, the instructions to tenderer, the
acceptance of the tender, particulars thereinafter defined and those general and special
conditions as may be added.
b) The term 'Contractor' shall mean the person, firm or company with whom the order for
providing AMC Services is placed and shall be deemed to include the contractor's successors
(approved by the customer), representatives, legal heirs, executors and administrators unless
excluded by the contract.
c) 'Contract value' shall mean the sum accepted or the sum calculated in accordance with the rates
accepted by or on behalf of the ESIC.
7
d) The term Customer or 'Corporation' or 'ESIC' shall mean the Regional Office, Employees' State
Insurance Corporation, Jaipur.
9.2 Validity of contract: The contract shall be valid for a period of two years from the date of award
in accordance with the terms and conditions mentioned herein. The contract may be extended for
another term of one year on the same terms and conditions with mutual consent of the parties and
at the discretion of Regional Director, ESIC, Jaipur, Rajasthan.
9.3. Authority of person signing documents: A person signing the tender form or any documents
forming part of the contract on behalf of another shall be deemed to warranty that he has authority
to bind such other and if, on enquiry, it appears that the person signing so has no authority to do
so, the Regional Director may, without prejudice to other civil and criminal remedies, cancel the
contract and hold the signatory liable for all costs and damages.
9.4. Responsibility for executing contract: The agency will to be entirely responsible for the execution
of the contract in all respects in accordance with the terms and conditions as specified in the
acceptance of tender.
9.5. The agency shall not sublet, transfer or assign the contract or any part thereof without the written
permission of the Regional Director, ESIC. In the event of the contractor contravening this
condition, Regional Director, ESIC shall be entitled to place the contract elsewhere on the
contractors account at his risk and cost and the agency shall be liable for any loss or damage,
which the ESIC may sustain in consequence or arising out of such replacement of the contract,
apart from forfeiture of the Security Deposit and / or invoking the Bank Guarantee or other
financial instrument given for due performance of the contract, for such breach. The Regional
Director, ESIC or the Competent Authority of the ESIC may grant such permission for
substitution subject to any further conditions as it may deem necessary on the existing as well as
the proposed contractor and both of them shall be bound to comply with such further condition
as may be imposed.
9.6. Earnest Money: The tenderer shall have to deposit earnest money of Rs. 2,00,000/-(Rupees Two
Lakh only) with the tender failing which the tender is liable to be rejected out rightly. The earnest
money is to be paid by Demand Draft (and in no other form). The same should be drawn in favour
of ESI Fund A/C No. 1, payable at Jaipur and attached with the tender. Cheque will not be
accepted for Earnest Money. In the event of the withdrawal / revocation of tenders by agency
within the valid period of the offer, the earnest money shall be forfeited. The earnest money will
however, be returned to the tenderer whose tender is not accepted.
9.7. No interest shall be paid on the Earnest Money Deposit and the Performance Security, deposited
by the firm.
9.8. EMD of the unsuccessful bidders shall be returned after award of the contract to the successful
bidder. No correspondence/request for withdrawal of the same shall be entertained before the
award of the contract to the successful bidder.
9.9. Performance Security: To ensure due performance of the contract, Performance Security is to be
submitted by the successful bidder to the contract. The successful bidder shall within the period
specified by ESIC, deposit as performance security, a sum equivalent to 10% of the value of
8
the contract as specified in the bid document of successful bidder. The amount of earnest
money may be adjusted towards Performance Security Deposit, for fulfilment of the terms and
conditions of the contract. The ESIC shall be entitled to forfeit the Performance Security or any
part thereof without prejudice to any other remedies provided in the contract or available under
the law for non-performance or failure to satisfactorily perform the contract as per terms and
conditions. The Performance Security may be furnished in the form of an Account Payee Demand
Draft, Fixed Deposit Receipt from a Commercial bank, and Bank Guarantee from a Commercial
bank in an acceptable form safeguarding the ESIC interest in all respects. The Performance
Security should be made in favour of “ESI fund A/C No. 1” payable at Jaipur. Performance
Security should remain valid for a period of sixty days beyond the date of completion of all
contractual obligations of the successful bidder including warranty obligations. No interest shall
be payable on Performance Security.
a) If the contractor is called upon by the office of the ESIC to deposit Performance Security and
the contractor fails to provide/deposit the Performance security within the period
specified/granted, such failure will constitute a breach of the contract and the Regional Director
will be entitled to make other arrangements at the risk and expense of the contractor whereby
the contract shall be awarded to the next eligible bidder in order and forfeiture of the earnest
money shall be effected.
b) After a period of sixty days from the due date of performance and completion of the contract in
all respects, the Performance Security will be refunded to the contractor without any interest
after deducting downtime and other charges, having remained unrealized, if the same cannot be
realized from the contractor's pending bills.
9.10. Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of or
under this contract against the contractor, Regional Director, ESIC, Jaipur shall be entitled to
recover such sum by appropriating, in part or whole the performance security money deposited
by the contractor and/or by deduction from the pending bills of the contractor. When there remains
a balance of the total sum to be recovered, it shall be deducted from any sum due to them or at
any time thereafter may become due under this or any other contract with ESIC. If this sum is not
sufficient to cover the full amount recoverable, the contractor shall pay to ESIC the remaining
balance due along with interest at the rate of 24% per annum from the date when the first demand
is made till the date of actual payment for each day of delay.
9.11 Insolvency and breach of contract: The ESIC may at any time, by notice in writing, summarily
terminate the contract without compensation to the contractor in any of the following events:-
i) If the contractor being an individual or firm, such individual or partner in the contractor's firm
as the case may be, is at any time adjudged insolvent or has a receiving order or orders for
administration of his estate being made or any proceedings for liquidation or composition under
any law of insolvency being or not for the time being in force or has made conveyance or
assignment of this effects or enter into any arrangements or compromise with his creditors for
suspend payment or if the firm be dissolved under any law which governs it or which is
otherwise for the time being in force; or
ii) If the contractor being a company registered under the law for the time being in force, passes a
resolution for winding up or the court passes any order for the liquidation of the affairs of the
company or that any Liquidator, Receiver or Manager is appointed for the management of the
affairs of the company; or
9
iii) If the contractor commits any breach of the contract or any other direction of the Regional
Director, ESIC, Jaipur issued from time to time not otherwise specifically provided in this
contract he/she can terminate the contract without any compensation to the contractor which
shall be without prejudice of its right to claim the damages which have been suffered due to
such breach of contract or of the direction issued by ESIC.
9.12. Arbitration: in the event of any question, dispute or difference arising under these conditions or
any special conditions of the contract, or in connection with this contract, except as to any matter
the decision of which is not specially provided for by these or the special conditions, the same
shall be referred to the sole arbitration as per the decision of the Regional Director ESIC, Jaipur
as per Arbitration & Conciliation Act, 1996.
9.13. That no person other than the Regional Director, ESI Corporation, Jaipur or the person appointed/
approved by him should act as arbitrator.
9.14. Upon every such reference, the assessment of the costs incidental to the reference and award
respectively shall be in the discretion of the arbitrator.
9.15. Subject as aforesaid to the Arbitration & Conciliation Act, 1996 and the rules there under the
statutory modifications thereof for the time being in force shall be deemed to apply to the
arbitration proceedings under this clause. Work under the contract shall, if reasonably possible,
continue during the arbitration proceeding so as to ensure continuity of the business of the
customer, other than the ones which are subject to arbitration, shall normally be withheld on
account of the arbitration proceedings unless it is considered necessary to do so to cover the
quantum of amount likely to be recoverable from the bidder.
9.16. The venue of arbitration shall be at Jaipur only.
9.17. For the purpose of the contract including arbitration proceedings there under, the Regional
Director, ESIC, Jaipur or an officer authorized by him, shall be entitled to exercise all the rights
and powers of ESIC.
9.18. Assistance to contractor: The vendor shall not be entitled to assistance either in the procurement
of raw materials required for the fulfilment of the contract or in the acquiring of transport facilities
which they have to arrange on their own.
9.19. Eligibility Testimonial and records to be furnished:
The bidder should enclose the following records, duly self-certified, in support of their
bonafide:-
a) Testimonials from not less than three (3) Govt. / Semi-Govt. / Public Sector Organisations /
Nationalized Banks regarding their satisfactory work completion/performance of AMC of
Computer Hardware &/or LAN Cabling, Power Cabling work in last three financial years
ending 2019-20. Bidding Firm should have at least one single satisfactory work completion
certificate of AMC of Hardware work of at least Rs 45 Lakhs and at least one single
satisfactory work completion certificate of at least Rs 20 Lakhs from LAN &/or Power
cabling of in any of the financial years mentioned above.
10
b) Copy of last three financial years' audited balance sheet and profit and loss account
commencing w.e.f 2017-18 which should have the minimum Annual turnover of Rs. 2 Crore
(Rupees Two Crore) or more in each year and should have been profitable in each year as well.
Note:- Since last date of Audit for Financial year 2019-20 as per Income Tax act is not
over, Chartered Accountant in practice signed Financial statements for the year 2019-20
are acceptable.
c) List of Professionally qualified personnel (hardware/software/network) of the vendor indicating
at least 50 qualified personnel on the rolls of the agency.
d) Copy of Certificate of Registration/Incorporation of the Firm.
e) Copy of Income Tax Registration Certificate/PAN and GST Registration.
f) Copy of Allotment Letter of Code No. of ESIC & EPFO.
g) Copy of ISO Certification i.e. ISO 20000 or equivalent in Services related to IT infrastructure
repair and maintenance etc.
h) Escalation Matrix, (Name/Designation of persons if matter is not solved at Resident Cum Field
Engineer's Level to whom the matter may be forwarded by Engineer himself or ESIC)
i) Self certificate to the effect that the firm/Agency has not been blacklisted in providing
IT Services earlier by any Central Govt./State Govt./P.S.U. and have satisfactory track
work record of compliance of statutory liability such as payment of minimum wages in
time, ESI/EPF contribution etc.
If at any stage, any information in this self certificate found to be false/ wrong, the
consideration of Bid/awarded tender may be cancelled/ terminated and EMD/Performance
Security will also be forfeited.
9.20. Business name and constitution of tendering firm: if the firm registered under
j) The Indian Companies Act, 1956 and the Indian companies Act 2013 amended as on date.
ii) The Indian Partnership Act, 1932 and amended as on date.
iii) Any other Act, accepted by the Govt. of India for execution of such contract in India.
In the absence of any of the aforesaid documents, the bids may not be rejected at the discretion
of the Regional Director, ESIC, Jaipur.
10. Addendum to Terms and Conditions.
10.1 The contract shall be on a comprehensive maintenance service basis, no extra cost
for any general wear and tear/spare parts, etc. shall be borne by ESIC except
printer cartridges and papers for printer, burnouts and physical damage.
11
It will be the responsibility of the Company to keep the equipment in perfect working
order.
Physical damage :- If any hardware will be damaged or broken by any circumstance due to fall
or drop will not be covered in AMC but if any minor part or parts will be broken or damaged in
or during working / movement of hardware by Company staff itself, then it will be covered in
AMC and replaced under AMC cost.
Rat Bitten/Pee Case: If any hardware and any part of hardware (cables, circuit board, power
supply, sensors or any item) will be damaged by any circumstance due to Rat Bitten/Pee case will
be covered in part of AMC and repaired (or) replaced under AMC cost.
10.2 The repair works will have to be carried out at the location of the equipment except in
the exceptional circumstances where the equipment or any component may be required
to be taken out for repairs in workshop. In such cases, the standby arrangement shall
be made by the contractor and in no way the working of computer shall be held up for
want of any standby arrangements. Vendor can provide standby arrangement having
same or higher configuration maximum up to 30 days and vender will be responsible
for all consumable items required during standby arrangement. Also, if faulty hardware
could not be repaired within 30 days, then agency will provide the replacement by new
hardware with same or higher configuration.
10.3 The contractor shall ensure to abide by the copy right, intellectually property rights and
their laws as may be applicable for providing any replacements for any malfunctioning
of components/ items/ software under and any violation of any legal requirement by
the agency in this regard shall lead to termination of the contract forthwith and
forfeiture of performance security money. To ensure compliance of all legal
requirements, the agency will be responsible in all respects. Failure to do so would lead
to consequences thereon as per relevant provision of Act.
10.4 Regional Director reserves the right to further add any IT item(s) as and when required
under the same AMC with same rates and terms and conditions as mutually agreed
between ESIC and the agency, the payment of which shall be made on Pro-rata basis.
10.5 Regional Director reserves the right to remove any IT item(s) as the same is not
repairable under provision of the AMC agreement due to Physical damage or being
burnt or any other reasons from the scope of the contract.
10.6 For any computer/peripherals etc. found on inspection by the agency, which require
pre-CAMC (Comprehensive Annual Maintenance Contract) Repairs, the agency shall
submit estimate for approval and such peripherals would be counted for CAMC only
after pre-CAMC repairs are done.
10.7 All hardware parts and software should be available with all engineers at their base
locations. They shall all be equipped with maintenance kits comprising tool box, multi
meter, diagnostic, software and external DVD/combo drive/DVD drive/external Hard
12
disk etc. including device driver, software CD/DVD and any other tools & tackles
required for carrying out such services.
10.8 All deployed Engineers should mark daily online attendance at their respective
location in Biometric attendance software. Previous day attendance of Resident
Engineer deployed at different locations shall be sent by Helpdesk personnel to ESIC
IT Department at Regional office through email by 10:30 A.M on every next working
day. Monthly attendance certificate offline/online has to be signed by location In-
charge with work satisfaction certificate.
10.9 In case of absence of Resident Engineer at any of the location, immediate replacement
should be provided. No leave of any sort will be given to the engineer/help desk
personnel and in case of absence, vendor must provide suitable substitute. Regional
Director may impose penalty in case of deviation from the above stipulation. It is
recommended to keep a backup manpower pool to address such issues.
10.10 All devices including network rack should be properly checked during PAV activity.
Any issues fault or damage not reported in PAV will not be accepted for pre CAMC
repair cost.
10.11 Resident Engineers are to be deployed exclusively for ESIC AMC duty and in no
circumstances should be diverted to any other work.
10.12 The Resident Engineer’s / Help Desk personnel should be contactable over phone/e-
mail. They should be provided with a mobile phone and should have an E-mail ID.
10.13 Duty Duration of all RE’s will be normally 8 hours for six days a week. However, the
exact duty hours will be determined by the respective location heads or as per
requirement. They may be asked to report on Sundays/holidays or before schedule
hours or stay late if situation so demands for which no extra remuneration is chargeable
to ESIC.
10.14 RE should be proficient to deal with and resolve issues of computer hardware including
printer, UPS etc.
10.15 Details of the REs including qualifications, mobile no., address etc. will be furnished
by the vendor at the start of the AMC. Copy of any Govt. issued photo ID card (Voter
Card/ Aadhar Card/ PAN Card) shall also be submitted in r/o each RE. Vendor shall
check the identity, antecedent etc of these personnel before deployment. Frequent
change of REs is to be avoided.
10.16 The vendor should provide the personnel with Identity cards within 15 days of start of
AMC which they should wear at all time during their duty hours.
10.17 ESIC may at any time ask the vendor to replace any residence engineer if they do not
meet the requirements properly or do not perform to the satisfaction of ESIC or due to
13
no adherence of duty hours, impolite/unprofessional approach or any other dereliction
of duty. Vendor must provide suitable replacement in such cases within 7 working days.
10.18 The deployed personnel will work under the supervision of ESIC IT Manager/ IT Asst
or other officer as decided by the Regional Office or location-in-charge and shall be
answerable to them.
11. Penalties and Other conditions are as under:
11.1 If this office feels that any of the electronic/electrical items, was not properly
maintained/ serviced by the Company or does not function for reasonable period after
repairs, a suitable deduction from the bills will be made. The decision of the Regional
Director as regards to the reasonableness of deduction will be final and binding on the
agency.
11.2 Regional Director, ESIC, Jaipur may terminate the contract at any time without
assigning any reason thereof, if the work of the successful bidder is found
unsatisfactory and he/she will be at liberty to entrust the same to any other agency at
the risk and expense of the defaulting agency. In this connection, the decision of the
Regional Director, ESIC, Jaipur shall be final and binding upon the agency.
11.3 In all matters of dispute relating to this contract, the decision of Regional Director,
ESIC, Jaipur will be final and binding upon the agency.
11.4 While submitting the quotation, the bidder is deemed to have read, understood and
accepted all the terms and conditions stated in the document and no change, whatsoever
desired, will be entertained by ESIC.
11.5 In the event of the contractor failing to observe or perform any of the conditions of the
work as set out herein or execute the work with regard to the material and printing
quality to the satisfaction of and by the time fixed by the Regional Director, ESIC,
Jaipur etc. in executing the work, the deposited money will be forfeited by the ESIC
and the contract will be terminated immediately. The contractor shall be liable to make
good the loss(es), if any, that may be suffered by the ESIC due to his/her action and/or
omissions.
11.6 In case of TFT Monitors, if it is not physically damaged, then it should be repaired/
replaced in all circumstances.
JAIPUR Additional Commissioner & Regional Director
Date : E.S.I.CORPORATION
Regional Office, Jaipur
14
Appendix-II
SPECIAL TERMS & CONDITIONS FOR CONTRACT / SCOPE OF WORK.
1. Key Deliverables / Scope of work:
1.1. Provision of comprehensive maintenance services of the computers and peripherals, network and
other related devices on site at various ESIC/ESIS offices in the state of Rajasthan mentioned in
Appendix-V.
The agency shall provide Resident Cum Field Engineers (RCFEs) with
Computer/Hardware Engineering qualification (with minimum one year of experience in the
field) technical person for attending the routine maintenance related complaints. Besides, the
agency shall provide any other expert Engineer (fees inclusive in AMC Charges) from time to
time as may be required, for assistance to on site hardware Engineers, in case the latter are not
able to intervene and solve some complaints. The Resident Cum Field engineers are to be
provided at the following locations: -
List of Locations for Engineers
S. No District Location Total Number of Engineers
1 Jaipur RO 2+1(Supervisor)
2 Jaipur Hospital 2
3 Jaipur DMHS 1
4 Jaipur Others 2
5 Ajmer BO 1
6 Bhilwara Hospital 1
7 Bhiwadi Hospital 1
8 Jodhpur SRO 1
9 Jodhpur Hospital 1
10 Kota Hospital 1
11 Udaipur SRO 2
12 Alwar Hospital 1
13 Pali Hospital 1
14 Shri Ganganagar BO 1
15 Bikaner BO 1
16 Bharatpur BO 1
Total Engineers 21
Regional Director, ESIC Jaipur reserves the right to increase more number of engineers as
and when required under the same AMC with same rates and terms and conditions as mutually
agreed between ESIC and the Vendor, the payment for which shall be made on Pro-rata basis.
The Engineers will be assigned duties at the discretion of Regional Director and also all Engineers
15
attendance will be verified by the reporting person of ESIC at the discretion of Regional Director,
ESIC, Jaipur (RAJASTHAN).
1.2. A- Duty duration of the RE’s will be normal office working hours; however exact hours will be
determined by the respective location heads or as per requirement. They may be asked to report
on Sundays /Holidays or before schedule hours or stay late if situation so demands for which no
extra remuneration is chargeable to ESIC.
1.2 B-Engineers will be required to perform the task whenever assigned by IT Manager and IT
Assistant.
1.3. Call Management Services
1.4. Desktops and peripherals Management Services
1.5. Servers Management Services
1.6. Network Management Services
1.7. Preventives and proactive Maintenance of equipment’s, including quarterly cleaning of outer
parts / covers with appropriate non-corrosive cleaner and periodical testing of less used /idle /
standby systems / peripherals and submit Preventives/proactive maintenance report month wise
or quarter wise in prescribed format provided by Regional Director, ESIC Jaipur.
1.8. All type of UPS Management and maintenance Services
1.9. Diagnostic check-up of the items/equipment’s which are under warranty of OEM and are not
under the AMC or otherwise.
1.10. Antivirus Management and support.
2. Call Management Services
For online compliant procedure:
2.1. Providing a single point contact for escalation.
2.2. Maintain an updated on-line help-desk telephone number and E-mail ID where users can log the
complaint.
2.3. Problem escalation in case service levels is not adhered.
2.4. Identification and resolution of chronic faults and problems.
2.5. Implementation will be done as under:-
a) Logging of user calls and once ticket logged, provide ticket number to the user.
b) Keep maintains record for each call.
c) Tracking each call for resolution.
d) Escalation of calls if necessary to get the same resolved.
e) Monthly analysis of calls received and resolved.
f) Maintain proper data of PAV (Physical Asset Verification)
16
For on-site manual complaint procedure: By stationed Service Engineer, as per the formats
provided at sites, mapping the above procedure.
3. Desktop and Peripherals Management Services
a) Support and installation for Windows Vista/7/8/10, Suse Linux and MS Office 2007/2010/
2013/2019 and other software installed thereon.
b) Installation and upgradation of anti-virus software for version OS and System software. As
per ESIC requirement and instruction, installation of any new software, hardware and any
specific application/updates.
c) Asset tagging for all types of listed hardware’s installed in the premises by affixing stickers
printed for the purpose. The contractor is required to complete the above activity within 15
days from the date of commencement of agreement. Non-completion of this activity will
attract a penalty of 0.1 percent of the total value of the agreement. In case, the activity is
partially completed within the given period, penalty would be imposed proportionally. No
AMC charges will be paid for the items not tagged as above.
d) System Maintenance Task: In addition to the preventive maintenance, ESIC intended to carry
out the following tasks:
1) Cleaning of the Hardware’s - Internal and External parts (CPU, Monitor, Keyboard,
Mouse, Printer, Switch)
2) Disk Cleaning: Defragmentation, Clearing of Cache Memory, Clearing of Temporary and
perfecting Files, improve the RAM Usage and the performance of CPU.
3) Software Maintenance: Clearing of Browser history, Updation of Antivirus, removal of
unwanted software. Creation of Bookmarks for ESI Related portals as suggested by the
ESI Officials, Clearing of unwanted files in the desktop.
e) Printer Management and maintenance.
f) Maintenance of all related Hardware including display/projection devices.
g) Management and maintenance of all offline/online UPSs.
4. Server Management Services
Vender shall perform the following Server-Administration activities for:-
17
a) Support of WINDOWS.
b) Server performance monitoring, fine-tuning and optimization.
c) Server diagnosing and problem resolution.
d) Server Applications and Configuration Changes.
e) Weekly data backup of all servers.
f) Understand and report performance bottlenecks.
g) Printer Management.
h) Anti-virus related to system maintenance.
i) Desktop LAN connectivity.
j) Network Security.
k) Maintenance of all related Hardware including display / projection devices.
5. Network Management Services: LAN Management:-
I. Management of Network Equipment i.e. Switches, patch panel, Hubs, I/O Ports/Boxes and
cabling. The tools (Tool Kit, Blower, Crimping Tool, LAN Tester, etc) required for the
above work should be brought by the Engineer.
II. Maintenance of Switches, LAN Cables and I/O ports.
III. Configuration of all type of switches like Layer2/ Layer3 etc.
IV. Ensure complete connectivity of the computers with respective networks. Network Switch
including power spikes of network rack, patch panel, to I/O port and I/O port to desktop/
Printer including LAN Cables.
V. Activity related to trouble shooting of connectivity related problem including
a) Testing and verification related to Network Interface Card (NIC) being bad or out
of order.
b) Problem related to device drivers of NIC being corrupted.
c) Verifying and testing version IP, IRQ and other ID issues related to NIC as and
when required.
d) Switch configuration backup, Cleaning of Rack, and network rack dressing
(crimping if needed) quarterly or whenever required.
e) In case of site being down/ isolated, such cases will be first diagnosed by the local
Resident Engineer.
f) Ensuring print & scanning services for network printers.
g) If at any site network down, service engineers of agency will provide indication
first level troubleshoot (FLT) of Broadband modem, SD-WAN etc., whenever
required in AMC cost. ESIC will not pay extra for it.
h) Biometric attendance system- Agency will provide support for maintenance of
biometric devices including installation, updation of biometric software etc.
VI. Installation of switches, I/O ports and LAN cables for installation of any
computer/peripherals or in case of any new/existing site/site shifting as per requirement and
18
quoted rates, the agency shall submit estimate for approval. After providing approval from
Regional Director, ESIC, Jaipur agency shall complete the work within the given time frame.
VII.Identifying and trouble-shooting physical (NIC, UTP etc.) connectivity problems at the
desktop (user) as well as at the Hubs / Switches / SD WAN ends i.e. giving point-to-point
network connectivity solution, even crimping and punching.
VIII. Identifying, trouble shooting and replacement of defective parts on the Hubs, Switches,
patch panel and network racks.
IX. Management, maintenance and ensuring print services for network printers.
X. Visit sites for trouble shoot hardware or network related issue and provide site survey or site
readiness report whenever required by the user.
XI. Agency will provide the design diagram of Network Architecture for all ESIC / ESIS offices.
6. UPS Management Services:-
a) Support for all types of listed UPS installed in the premises including guiding the staff for
proper upkeep of UPSs & Batteries.
b) Maintenance of all related UPSs including replacement of defective boards, circuits,
connectors and water top up of batteries as per requirement.
c) Preventive/proactive maintenance of UPSs and batteries including water top-up, monthly
cleaning of parts/covers with periodical testing of loss and idle stand by UPSs for its
functional condition.
d) In case of replacement of UPS and Batteries, it will be the responsibility of agency to get it
resolved within time frame.
7. Report and Review:-
Process Documentation
a) Call Register
b) Call Summary
c) Daily Call pending report
g) Detailed Report of each call
h) Report of replaced parts
d) Equipment log
e) Server information
f) Engineer attendance report.
g) PAV (Physical Asset Verification) report.
h) PM (Preventive Maintenance) report, Reports of preventive maintenance will be submitted
invariably within 7 working days of completion of quarter to IT branch RO Jaipur.
i) Site Readiness report.
j) Site Survey Report.
19
Note: If any site is down or online function is hampered for any reason, Resident Engineer will visit
concern site immediately, diagnose the issue and make it functional. If on visit and diagnosis, he finds
that the issue is beyond the scope of AMC, RE will Report to Regional Office, ESIC, Jaipur.
Scope of Work for LAN, Power Cabling and Earthing:-
Successful Bidder (L1) is supposed to do the following works during the contract period:-
1. LAN Cabling &/or Power Cabling and/or Earthing at ESI locations as and when required
during the Agreement period. Work has to be completed within a period of one month from
date of award of work.
Specification required work of LAN Cabling, Power Cabling and/or Earthing:-
ELECTRICAL WORK
S.
No.
DESCRIPTION OF ITEMS UNIT QUANTITY
1
Supply & complete installation of electricity
wires (PVC insulated 1100 volt grade
standard copper wires) inside PVC conduit
pipe as per the direction of competent
authority.
Mts As required
A. Recessed wiring with 2x(1x2.5sqmm)
+1x(1x1.5sqmm) copper wire for
computers.
Mts As required
B. Recessed wiring with 2x (1x4sqmm) + 1x
(1x2.5sqmm) copper wire for main power
cable & 15/5 amp socket.
Mts
As required
2
Supplying & fixing of computer terminal
boxes made of Plastic (white color) fitted
with (3nos. of 6 Amp switches + 3 nos.
6Amp socket), all clip in as per direction of
competent authority. (wiring-
2x(1x2.5sqmm) +1x(1x1.5sqmm) copper
wire)
Set
Approximate 7 for
each site.
3
Supply & fixing of plastic switch box with
all required materials & wiring (2x
(1x4sqmm) + 1x (1x2.5sqmm) copper wire)
to clip in 15 /5 amp socket point controlled
by 1 no 15 amp switch complete in all
respect as per direction of competent
authority.
Nos Approximate 2 for
each site.
EARTHING
20
1
Providing and fixing of chemical earth
electrode made out of 50mm dia class-B
Asahalock or equivalent 2m length with
copper plate made out of 600x600x3.15 mm
tinned copper plate along with one number
40x5mm tinned copper strip grazed with the
plate buried vertically with top edge of the
plate at a depth of 1500 mm with arrangements
for termination of copper strip of earth
continuity conductor including cost of
charcoal, salt reign soil, water pouring
arrangements brick masonry encloser on top
with R.C.C cover complete with labour and
material as per direction of component
authority.
Set 1
2
The earth lead by 8sq.mm PVC single core
cupper wire in GI pipe to connect from earth
electrodes to UPS outgoing earth bus and after
completion of earthing work, earthing
parameter N-E to be less than 2 V & as per
direction of competent authority.
Mts
As required
LOCAL AREA NETWORK (LAN)
1
Supply & complete installation of Cat-6 LAN
cable inside PVC conduit with required
accessories (including suddle, flexible pipe,
tie, band etc.) and as per the direction of
competent authority.
Note- Single independent conduit pipe for
each single wire is not required for end to end
link. We can carry these wires together inside
one or two conduit pipes after that conduit
pipe for single wire can be used. (we can use
bus structure for conduit pipe)
Mtrs. As required
2
Supply and fixing of Cat-6 IO boxes with
cover for LAN
(Gang box, faceplate & IO port of d-link &
white color)
(numbering tag on each IO box & plastic tag
strip on each cable) and as per the direction of
competent authority.
Nos. Approximate 8 for
each site.
3 Supply and fixing of Patch Panel -24 port d-
link Nos. 1 for each site
21
4 Supply and fixing of Cat-6 Patch chord 3 mtr
long Nos. 8 for each site
5 Supply and fixing of Cat-6 Patch chord 1mtr
long Nos. 8 for each site
6 Supply and fixing of 9U Data Rack-D-Link Nos. 1 for each site
7 Supply and fixing of Power extension (6-
Socket) inside rack Nos. 1 for each site
DISMANTLING OF EQUIPMENT
1
Proper removal / detachment of LAN wiring
including conduit pipes, IO boxes, router rack,
electrical wiring along with switches, sockets
and earthing material including electrodes,
copper plates, copper wires, pipes etc.
2
Transportation / shifting of above material
from old location to new location & proper
fixing / installation of that material at new
location.
LIST OF APPROVED MAKE
S. No. Items Make
1 PVC conduit SEIKO / AVON PLAST / POLYPACK
2 Wires Finolex / HAVELLS
3 MCB & MCCB L&T / SIEMENS/ GE
4 Plastic Switch Box with plate ROMA/ L&T/ SIEMENS
5 Switches & Sockets L&T / SIEMENS
6 Power cable Finolex / HAVELLS
7 GI Pipe Anchor/TATA/ Jindal/ Zenith
8 Patch Panel d-link
9 Cat 6 LAN wire d-link
10 IO Port, Gang box, faceplate d-link
8. Other Conditions:-
8.1. The Annual Maintenance Contract includes preventive as well as corrective maintenance of all
hardware and software components under AMC.
8.2. The agency shall depute minimum 20 number Engineer and 1 Project Manager. The agency
will compulsorily deploy one Professionally qualified Project Manager having at least
qualification of B.E/ B.tech/ MCA in Computer Engineering/Information Technology with
minimum 7 years experience for single point contact along with Minimum 20 (twenty)
Professionally qualified skilled service engineers (hardware/ software/ network/ engineering) at
various locations decided by ESIC. Skilled Service Engineers should be minimum Graduate with
22
at least one year Govt approved Computer course from govt approved organisation. The
agency/vendor should have some additional specialized engineers for UPS, printer issues. The
agency may depute more number of service engineers at its discretion besides, the agency shall
provide any other expert Engineer from time to time as may be required, for assistance to on site
hardware Engineers, in case the latter are not able to intervene and solve any complaint. No extra
charge will be payable for such extra personnel provided by the agency. All engineer's attendance
record (also bio-metric) will be maintained and verified by IT cell or officer in-charge of ESIC at
location. Agency will deploy these engineers exclusively for ESIC.
8.2.1. Regional Director, ESIC, Jaipur is at the full discretion to pre-informed visit(s) to vendor’s
premises to check the capabilities of the vendor before and/or after award of tender
8.2.2. Regional Director or an officer authorized by him is at the full discretion to interview the
person(s) deputed as Service Engineers / project co-ordinator to assess the capabilities w.r.t.
tender awarded, if any service engineer disqualified in the interview or found without above
mentioned qualification then he/she will not be counted as service engineer.
8.2.3 Escalation Matrix, (Name/Designation/Contact Number/ E-mail ID of persons if matter is
not solved at the level of Project Manager to whom the matter may be forwarded by Project
Manager himself or ESIC.
8.3 Maintain and keep the record of all engineers posted at all base location and if any engineer going
on leave agency should arrange backup engineer for the leave period and inform in advance to
the reporting person of ESIC.
8.4. AMC shall cover each and every part including plastic body and parts, replacement of any part
necessary for keeping the computer systems active and free from any defects/disturbance; any
unscheduled call for corrective and/or preventive maintenance services; taking appropriate
measures/steps in time to set right the malfunctioning of the computer system. The replacement
of all spares including plastic parts and body is included in the AMC. The replacement of all
defective parts with good quality and Original Equipment Manufacturer of the same brand will
be done by the service provider without any extra cost. Used/repaired parts of any other brand
from any other source are not acceptable.
8.5. In case of need to replace any item/component, the agency shall provide original make genuine
parts/components of similar or higher configurations.
8.6. The agency shall produce the Cash Memo’s/Certificate/Document in proof of providing genuine
components to replace the faulty ones; on demand.
8.7. The company 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 the components/ items/
software under AMC and any violation of any legal requirement by the agency in this regard shall
lead to termination of the contract forthwith and forfeiture of performance security. To ensure
compliance all the legal requirements, it will be the responsibility of the agency. Failure to do so
would lead to consequences aforesaid and the contractor will keep the corporation/customer
indemnified against any liability which may arise on this account.
8.7.1 The successful bidder shall abide by and comply with all the relevant laws and statutory
requirements covered under various labour laws such as Minimum Wages Act, Payment of
wages Act, Bonus Act, Contract Labour (Regulation and Abolition) Act 1970, EPF Act,
23
ESI Act and various other Acts as applicable from time to time with regard to the personnel
engaged by the successful bidder for execution of contract.
8.7.2 The antecedents of staff deployed shall be got verified by the successful bidder from local
Police authorities and an undertaking in this regard will be submitted to this office.
8.7.3 The successful bidder will be required to maintain an attendance register for each location
in which day to day deployment of personnel will be entered. While raising the bill, the
deployment particulars of the personnel engaged during each month, should be shown and
signed by the successful bidder with proper seal. It should be duly verified /countersigned
by the authorized officials ESIC and or ESIS. The register shall remain available round the
clock for inspection by the authorized representatives of the Regional Director, Regional
Office, ESI Corporation, Bhawani Singh Road, C-Scheme, Jaipur.
8.7.4 All liabilities arising out of accident or death while on duty, if any, shall be borne by the
successful bidder/agency.
8.7.5 The successful bidder shall pay the wages of the deputed engineers and staff through
ECS/NEFT on or before 7th of the following month and submit a sealed and signed copy
from bank for such payment. This payment of wages is not linked to payment/clearance
of the bill by the Regional Director, Regional Office, ESI Corporation, Bhawani Singh
Road, C-Scheme, Jaipur.
8.7.6 Under no circumstances payments will be made in cash. To ensure this, service providers
will get a bank account opened for every engaged worker. If the successful bidder does
not make payment to the workers through ECS/NEFT, the contract is liable to be
terminated and the Performance Security Deposit shall be forfeited by the ESI
Corporation.
8.7.7 In order to ensure that such workers get their entitled wages, the billing cycle is to be
calendar month. The bill by the successful bidder to be submitted up to 10thof the following
month after the end of each quarter along with all the certificates/documents.
8.7.8 Copies of Challans of ESI/EPF/Service Tax/GST/Other statutory dues for the last month to
be enclosed.
a. Employee wise detail of ESI, EPF contribution paid is to be submitted for every month.
b. Undertaking that all statutory labour laws including the provision of Minimum Wages
Act are being complied with.
c. Proof of payment of GST (Copy of paid challans to be enclosed).
d. The successful bidder shall compulsorily issue the salary slip to every deputed
engineers & supervisors. If it is brought to the knowledge of the ESI Corporation that
proper compliance of labour and other applicable laws are not being done by successful
bidder, The Regional Director will be free to terminate the agreement by one month’s
advance notice.
e. Bank Account statement for Engineers salary credit.
f. Invoice will be submitted in triplicate along with all required documents/ reports such
as:-
i. Certified attendance sheet with work satisfaction report
ii. Photocopy of salary register
iii. Copy of bank’s E.C.S. regarding payment to engineers.
iv. Challan of ESI, PF GST and any other liability.
v. Detailed list of engineers including qualification & experience.
vi. Declaration regarding fulfillments of all the requirements/ conditions of
contract.
24
vii. And any other required documents.
8.7.9 Failure to comply with any of the above provision will attract a penalty of Rs. 10000/- in
each case which may be recovered from the bills or any other dues payable to the
successful bidder. However, payment of such penalty will in no way indemnify the
successful bidder from any penal amount imposed by any statutory authority for
noncompliance of the above provisions.
8.7.10 RO Jaipur shall not be responsible for any financial or other injury to any person deployed
by service providing agency in the course of their performing the functions/duties, or for
payment towards any compensation.
8.7.11 The persons deployed by the contracting agency shall not claim nor shall be entitled to
pay, perks and other facilities admissible to regular/confirmed employees of the ESIC
during the currency or after expiry of the contract.
8.7.12 The tenderer shall pay at least the minimum bonus to the staff deployed in accordance
with the Payment of Bonus Act, 1965 irrespective of the profitability or otherwise of the
tenderer’s business. The component of bonus claimed by the contractor through monthly
bills shall be paid on annual basis to the staff deployed and proof of the same must be
submitted to Regional office Jaipur failing which the amount of bonus paid to the
contractor may be recovered from the performance security deposit and pending bills.
8.7.13 While submitting the quotation, the bidder is deemed to have read, understood and
accepted all the terms and conditions stated in this document and no change, whatsoever
desired, will be entertained by ESIC.
8.10. The agency will provide electrical cabling with casing in case of shifting of site as per the
requirement of client. In such case reimbursement shall be made as per approved rate which
include dismantle and reinstallation. (Cable and Casing should be of standard OEM).
8.11. The agency will provide LAN cabling with casing and IO port in case of shifting of site as per the
requirement of client. In such case reimbursement shall be made as per approved rate which
include dismantle and reinstallation. (LAN Cable and Casing should be of standard OEM).
8.12. Supply and installation of UPS and batteries for 600VA, 2KVA/3KVA, online & offline
whenever required by client and in such case reimbursement shall be made as per approved rate.
9. Scope of work for Service Engineer:-
9.1 Desktop/ Application/Network and other peripheral Support
• Install, upgrade, support and troubleshoot Enterprise Applications hosted on Linux Server SUSE®
LINUX Enterprise Server 10.
• Install, upgrade, support and troubleshoot Windows Vista/7/8/10 and Microsoft Office 2007/2019
and any other utility desktop applications.
• Install, upgrade, support and troubleshoot of Biometric Attendance system and Aadhar
verification devices application.
• Install, upgrade, support and troubleshoot servers, desktop, printers, switches and any other
authorized peripheral equipment.
25
• Diagnose and quickly resolve a wide range of Windows applications and networking problems
to help minimize downtime.
• Performs general preventative maintenance tasks on servers, desktop, printers, switches and any
other authorized peripheral equipment.
• Performs remedial repairs on servers, desktop, printers, switches and any other authorized
peripheral equipment.
• Troubleshooting network connectivity in a LAN/WAN environment, provide network diagram
of all sites whenever required by ESIC.
• Responsible for monitoring, operating, managing, troubleshooting and restoring to service any
personal computers (PC), Printers or switches that has authorized access to the network.
• When the restoration is beyond the scope of the servers, desktop, printers, switches and any other
authorized peripheral equipment, the Residence Engineer will escalate the issue/problem to the
higher authority.
• Engineers will also provide required support for items that are not AMC without any extra cost.
9.2 Operational Support:
• Dealing with hardware and application support queries and issues reported by the Call
Coordinator.
• Provide user data backup of the server on weekly basis or whenever required.
• Use diagnostic tools to troubleshoot problems associated with network connectivity, desktop and
any other hardware/software issue.
• Provides switch configuration for all switches installed in the premises.
• Responsible for hardware and software inventory/ PAV
• Familiarize end users on basic software, hardware and peripheral device operation • Take
ownership and responsibility of queries, issues and problems reported by user.
• Escalate issues and involve experts wherever required in order to resolve issues as quickly as
possible
• Works and coordinate with network team members to resolve network related issue.
• Maintain adequate knowledge of operating systems and application software used to provide a
high level of support.
9.3 CUSTOMER FOCUS
Ensure that there is satisfactory support and provide friendly customer services to the ESIC users.
9.4 EXPERIENCE/KNOWLEDGE & SKILLS
• Working technical knowledge of current protocols, operating systems and standards.
• Ability to operate tools, components and peripheral accessories.
• Software and Hardware troubleshooting.
• Linux Server SUSE® LINUX Enterprise Server 10 / 11 and Windows 7/8/10 experience.
• Working experience of Network switches and other network devices.
• Microsoft Office 2007/2010/2013/2019 support.
• Knowledge of all software applications used within the organization.
26
• Self-confidence and interpersonal skills.
• Analytical and problem solving skills.
• Good communication (both verbal and written) skills.
• Planning and organizing skills.
• Good administration management skills.
• Strong listening skills.
• Able to operate effectively in a team environment with both technical and nontechnical team
members.
• Able to operate with minimal supervision.
• Able to manage time effectively, set priorities appropriately, schedule calls.
• Able to operate within customer standard operating procedures.
10. Validity:-
10.1 Subject to the general terms and conditions, special terms and conditions as well as other term of
the tender, the contract shall be valid for a period of two years from the date of award and it may
be extended by another term of one year at the discretion of Regional Director, ESIC, Jaipur.
Regional Director will have exclusive right to terminate the contract at any time by giving one
months notice.
10.2 The agency has to give three months notice before cancellation of the contract. Contravention of
the same would lead to forfeiture of Performance Security money along with all outstanding dues.
11. Standard of performance and Penalty for failures:-
11.1 The Agency will ensure 90 per cent uptime in respect of desktop PCs, UPSs & printer and 99%
uptime in respect of server & Projection Items. In case of failure of the technical personnel to
attend on any working day, a penalty of Rs. 300/- per working day will be levied in addition to
down-time penalty for individual Hardware/Software as herein after detailed. The uptime will be
computed on calendar month basis in a non-cumulative manner.
11.2 The down-time penalty charges, if not rectified within 24 hours shall be as follows Subject to
maximum penalty under this clause as 25% of the quarterly payment :-
No. Item Amount
(In Rupees) / day
1. Server Systems (Hardware) Rs. 400/-
2. Client (Desktop) Systems (Hardware) Rs. 250/-
3. Laser / Deskjet / Inkjet Printer Rs. 300/-
4. Mouse Rs. 100/-
5. Keyboard Rs. 100/-
6. Operating System/Application Software for each server Rs. 400/-
7. Operating System/Application Software for each client Rs. 250/-
8. Network Switches Rs. 500/-
9. Node’s Network (each I/O Box) Rs. 10/-
10. CD/DVD Writer Drive Rs. 100/-
27
11. UPS (500/600/800/1000 VA) Rs.200/-
12. UPS 2 KVA/3 KVA/6 KVA Rs.500/-
13. Any Other IT Equipment/Item Rs. 250/-
14. Absence of engineer Rs. 500/- per person per
day
11.4 If the agency repeatedly fails to rectify the faults for a period exceeding 7 days, apart from the
repairs of their cost and risk as ibid, Regional Director, ESIC, Jaipur may terminate the contract
of the agency forth with and forfeit the Performance Security.
11.5 If any peripheral replacement issue escalated more than a week then penalty should be the half of
the cost of the peripheral per day after the week and If the penalty amount increases more than
25% of the quarterly payment for any two quarter, Regional Director, ESIC, Jaipur may terminate
the contract of the agency and blacklist and or bar the agency from participation in similar CMAC
tenders of ESIC for a period ranging one to three years .
11.6 The agency shall, in no case, replace any item/component with inferior item and if found doing so,
the contract shall stand terminated forthwith and performance security shall be forfeited.
11.7 Regional Director, ESIC, Jaipur reserves the right to reject any or all the bids and cancel the tender
without assigning any reason.
11.8 The calls will be received centrally and shall be provided daily to the concerned Service Engineer
and shall be attended immediately on receipt of the same. The firm shall maintain proper service
Call sheets / Register which will be duly signed by the Engineer and the User of the equipment
and Central Call Register shall be updated accordingly.
11.9 Computer power cables, printer port, chords, carriage etc. are also covered under CAMC.
11.10 The service provider shall also be responsible for cleaning and removal of virus of any nature
and should intimate in time / recommend licensed copy of latest Anti-virus software with
upgrades / updates facilities.
11.11 ESIC shall not be responsible for any use of unlicensed antivirus software, if any, used by the
service provider. The responsibility shall rest with the service provider for using unlicensed
software.
11.12 Hard Disk, Logic Cards, SMPS, Mother Boards, Mouse, Keyboard should not be repaired and
shall be replaced with OEM branded parts/products only.
11.13 In case of failure in Quarterly Preventive Maintenance, a penalty by way of 10% of total
amount due for that quarter may be levied.
11.14 ESIC will review the status of pending complaints with the Vendor from time to time. If it is
found that large number (more than 10) of complaints requiring repair of systems/printers/UPS
etc are pending for over a month, ESIC reserves the right to withhold the payment of quarterly
bills temporarily till all pending complaints are cleared.
28
12. Payment Terms:-
12.1 The comprehensive maintenance charges shall be payable to the service provider in four equal
quarterly instalments and paid at the end of each quarter of CAMC period after deducting
downtime charges / penalties, if any.
12.2 Any increase or decrease of taxes, duties or prices of components, imposition of any new taxes
etc. will affect the CAMC rates during the entire period of CAMC.
12.3 No extra remuneration for Resident Engineer or any kind of TA/DA would be admissible and only
the mutually agreed sum as per contract would be payable.
12.4 Agency should submit all engineers’ attendance report duly verified by the reporting officer of
ESIC/ESIS with quarterly invoice of CAMC.
13. Agreement:-
The successful bidder shall have to sign on standard agreement, on non-judicial stamp paper of
appropriate value, containing details of terms and conditions after issue of letter of intent (LOI), to begin
AMC. All the terms and conditions of this tender document shall deem to have been part and parcel of
the agreement.
14. Commencement:-
1. The CAMC shall be commenced by the agency from the effective date of commencement of
AMC.
2. All the systems and peripherals under CAMC shall be physically verified by the successful bidder
and the ESIC representative jointly before the commencement of CAMC Agreement and
conditions of the same shall be noted on the date of commencement of CAMC. No payment
whatsoever will be made for the period of such physical verification. The successful bidder is
expected to complete this exercise at the earliest within a maximum period of 15 days. An
extension of this period may be granted by the Regional Director only in exceptional and duly
justifiable cases only.
15. Severance:-
At the time of termination of contract and of the contract period including extended period, if
any, or otherwise, the agency shall tender back all the systems and peripherals and components under
their CAMC in good working condition failing which, the same would be got rectified at the agency’s
cost and risk and sum may be recovered from the unpaid bill or performance security or in case the same
being higher as per the terms of the contract entered between the parties. After completion of contract,
the agency will give a proper hand-over to ESIC or successful bidder of next year tender.
The agency will give a comprehensive report w.r.t. any hardware item along with proper
recommendation whenever asked to, for all locations under ARM contract.
29
Appendix – III (Technical Bid)
Sr. License / Certificate / Code no. Enclosed
Rem
arks
No. /
Not
enclosed
1 Name of Tenderer
2 Address of Tenderer
3 Address of Firm/Company
4 Bank A/c No., IFSC Code & MICR No. of Firm/Company
5 Bank Address of Firm/Company
6 Contact no. & Email id of
Tenderer/Firm/Company
7 Certificate of Registration /
Incorporation of the agency/ Firm/Company.
8 Trade License
9 GST Registration
10 Copy of TIN and PAN
11 Copy of Labour License/ License under Shop & Establishment
Act
12 Allotment letter of Code No of ESIC
13 Allotment letter of Code No of EPFO
14 Audited Balance sheets of last 3 years (Annual turnover of the
Firm should be minimum Rs. 200.00 lakh. This should be clearly
indicative in the certified/ audited annual reports.)
15 Certificate clarifying that firm or its subsidiary or promoters has
not been black listed by any of the government agency and no
such case is undergoing/pending upon the firm/promoters.
16 Copy of Income Tax/Service Tax returns of the last three years.
17
Copy of ISO Certification i.e. ISO 20000 or equivalent in Services
related to IT infrastructure repair and maintenance etc.
18
Testimonials from not less than three (3) Govt. / Semi-Govt. / Public
Sector Organisations / Nationalized Banks regarding their
satisfactory work completion/performance of AMC of Computer
Hardware &/or LAN Cabling, Power Cabling work in last three
financial years ending 2019-20
30
Bidding Firm should have at least one single satisfactory work completion
certificate of AMC of Hardware work of at least Rs 45 Lakhs and at least
one single satisfactory work completion certificate of at least Rs 30 Lakhs
from LAN &/or Power cabling of in any of the financial years mentioned
above.
1
9
EMD Detail: Amount, Bank, DD No
NOTE: Self attested copies of above stated certificates / documents must be
enclosed.
Signature of the bidder or his authorized representative
with seal of the Company
31
Appendix – III (Forms)
Form “A”
Sr.
No. Particulars
1 Name of Tenderer
2 Address of Tenderer
3 Address of Firm/Company
4
Bank A/c No., IFSC Code & MICR No. of
Firm/Company
5 Bank Address of Firm/Company
6 Contact no. & Email id of
Tenderer/Firm/Company
7 Certificate of Registration /
Incorporation of the agency/ Firm/Company.
8 Trade License
9 GST Registration
10 Copy of TIN and PAN
11
Copy of Labour License/ License under Shop
& Establishment
Act
12 Allotment letter of Code No of ESIC
13 Allotment letter of Code No of EPFO
14
Certificate clarifying that firm or its subsidiary
or promoters has
not been black listed by any of the
government agency and no
such case is undergoing/pending upon the
firm/promoters.
32
15
Copy of Income Tax/Service Tax returns of
the last three years.
16
Copy of ISO Certification i.e. ISO 20000 or
equivalent in Services related to IT
infrastructure repair and maintenance etc.
17
EMD Detail:
Amount, Bank, DD No.
I. FORM ‘B’ (Experience & Running Contracts)
Sl. No. Name of Organisation
(With Address and
Phone Number)
Experience
(For last 3
years)
Nature of
Experience
( AMC
work/LAN
Cabling etc)
Value of
Contract
From
Date
To Date
1.
2.
3.
4.
5.
6.
Signature of the bidder or his authorized representative
Seal of the Company
33
II. FORM ‘C’ (Turnover and Profitability)
Sl
No.
Financial /
Accounting Year
Total Turnover Profit
1 2019-20
2 2018-19
3 2017-18
Signature of the bidder or his authorized representative
Seal of the Company
34
FORM 'D' (Number of 50 professionally qualified employees)
Qualification: (Please put a tick (_/) mark in appropriate column)
Name M.Sc(IT / Comp) /
BCA /
DOEACC ‘A’ Level
B.Sc (IT
/Comp) /
PGDCA /
DOEACC
‘O’ level
Others
(Pl.
specify)
Addl.
Qualification-I
CCNA, MCSE,
MCSA, CNE
etc. (Pl.
specify)
Addl.
Qualification-
2
(Hardware ,
etc)
Remark
s
(workin
g since)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
….
48.
49.
50.
Signature of the bidder or his authorized representative
Seal of the Company
35
DECLARATION FORM 'E'
1. I,…………………… Son/ Daughter of Shri……….…….…….Proprietor/ Partner/ Director/
Authorized Signatory of …………....…..am competent to sign this declaration and execute this
tender document.
2. I have carefully read and understood all the terms and conditions of the tender and hereby convey
my acceptance of the same.
3. The information / documents furnished along with the above application are true and authentic
to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of
any false information / fabricated document would lead to rejection of my tender at any stage
besides liabilities towards prosecution under appropriate law.
4. I have apprised myself fully about the job to be done during the currency of period of agreement
and also acknowledge to bear the consequences of non performance or deficiencies in services on
my part.
5. I certify that the firm/Agency has not been blacklisted in providing services, earlier by any
Central Govt./State Govt./P.S.U. and have satisfactory track work record of compliance of statutory
liability such as payment of minimum wages in time, ESI/EPF contribution etc.
If at any stage, any information in this self certificate/ declaration found to be false/ wrong, the
consideration of Bid/awarded tender may be cancelled/ terminated and EMD/Performance Security
will also be forfeited.
Signature of the bidder or his authorized representative
Seal of the Company
Note:- Self Attested Copies of above stated Certificates/Documents must be enclosed.
36
Appendix – IV
(Financial Bid)
INDICATIVE DETAILS OF COMPUTERS, PRINTER ETC. FOR A.M.C
(Number of items may vary marginally on redistribution / un-serviceability, if any and shall
be finalised by joint verification by both parties for the purpose of AMC).
The numbers shown below are indicative and may vary. Vendors are requested to visit
the site for actual assessment before submitting quotes/bids.
(A)
List of Items to be included in AMC only for Service of Engineers (these items are already
in onsite warranty of OEM)-
Name of Items
Specification
Quantity
(Appro
x.
In
No.)
Rate per
Annum
per item
(excluding
Taxes, if any)
Total
AMC
Charge
s Remarks /
Verification
All In One
Computers
ALL All In One
Computers
available at all
ESIS/ ESIC
locations. 781
Acer
Computers
All Acer
Computers
available at all
ESIS/ ESIC
locations. 45
Canon
Printers
Canon 244dw
printers available
at all ESIS/ ESIC
locations. 218
Kyocera
Printers ESIC Model
Hospital Jaipur 63
UPS (3-
KVA)
Microtek
All UPS (3-KVA)
Microtek available
at all ESIS/ ESIC
locations. 16
UPS (3-
KVA) BPE
All UPS (3-KVA)
BPE available at
all ESIS/ ESIC
locations. 12
37
Small 600 VA
UPS ESIC Hospital
Alwar 10
Total Charges (A) 1145
1. The above-mentioned items are only applicable for maintenance of Software, Application Issues &
general troubleshooting. Hardware Issues are to be resolved by the OEM as the system are under warranty.
2. Number of above items is tentative and based on the latest information available and may vary due to
operational reasons. These items shall be jointly verified and taken on record for CAMC. Any item(s)
may be added / deleted later on during the period of contract on the basis of functionality and final CAMC
Value will be calculated accordingly as the quantity mentioned above is an approximate figure. Bidders
are requested to quote all inclusive rates keeping in consideration the provision of Resident Engineers and
other actual requirements. The items are likely to be increased, however, a provision for + 10% may be
taken into account.
(B)
List of Items to be included completely in AMC (these items are not covered in any
warranty)-
Server, PC,
ETC.
including
Monitor,
Keyboard,
Mouse &
other
peripherals Specification
Quan
tit
y
(Appr
o
x.
In
No.)
Rate per
Annum
per item
(excluding
Taxes, if
any)
Total
AMC
Charges
Rema
rks /
Verifi
catio
n
Windows All windows
host/ hosts/computers 152
standalone including
computers keyboards,
mouses, monitors,
power cords, VGA
cables and others
Multi-Function HP Officejet Pro
Printers 276dw 70
(Monochrome)=85
Lipi Printers 3
(LMP)
38
Plasma TV Plasma TV/LCD 09
VOIP Phones CISCO IP Phone 581
Video
Video
conferencing
Conference device including 11
Devices peripherals
Devices peripherals
Projectors 04
Amplifiers 01
Motorized 04
Screens
Speakers 02
Mikes 04
Public Complete system 01
Address
including Mikes-
16,
System
Amplifier-01 and
all
connecting
devices, wires etc.
installed at RO
NODES I/O
All I/O ports and
its 1510
Boxes/Port connections
s
Patch Panels All patch panels 154
Switch Catalyst 3750 24 154
10/100/1000+4SFP
+IPS
39
Image; 1 RU and
Catalyst 2960 24
Power Boxes All power boxes 1500
(computer including
power box) connections
UPS (APC/ All UPS of 1 KVA 41
Emerson/
Power One to 5 KVA installed
other)- for power backup
1KVA to 5
KVA
Earthing Complete earthing 101
Maintenance maintenance
including
electrode,
plate, wire,
chamber etc.
required for proper
parameter
BAS/ Aaadhar MFS 100/Tab 105
devices
complete
including
hardware &
software
Total Charges (B)
4407
40
(C)
List of Items to be included completely in AMC after expiry of warranty as mentioned
below (Currently these items are in warranty (OEM))
Server, PC,
ETC.
including
Monitor,
Keyboard,
Mouse &
other
peripherals Specification
Quanti
t
y
(Appr
o
x.
In
No.)
Rate per Total
Rema
rks /
Annum AMC
Verifi
catio
per item
Charge
s n
(excluding
Taxes, if any)
Acer Desktops-1
ALL
available at
all ESIS/
ESIC
locations.
35
Acer Desktop-2 10
Small 600 VA UPS 10
Microtek 3 KVA
UPS
16
Canon Printer-1 30
Canon Printers-2 3
Canon Printers-3 94
Canon Printers-4 66
Canon Printers-5 04
AIO Computers-1 441
AIO Computers-2 81
AIO Computers-3 37
AIO Computers-4 121
AIO Computers-5 101
Total
Charges(C ) 1049
These above-mentioned items are currently under OEM warranty. These items will be added
in AMC after the expiry of warranty as mentioned below. Effective date of AMC will be as
follows:-
41
S. No. Item Name Quantity Location AMC Effective Date
1 Acer Desktop-I 35 SNR Sites 26.07.2021
2 Acer Desktop-II 10 ESIC Hospital Alwar 05.01.2022
3 Small 600 VA UPS 10 ESIC Hospital Alwar 23.11.2020
4 Microtek UPS 16 SNR Sites 06.07.2021
5 Canon Printer-1 30 Rajasthan 12.04.2021
6 Canon Printer-2 3 ESIC Hospital Alwar 22.11.2021
7 Canon Printer-3 94 Rajasthan 01.01.2022
8 Canon Printer-4 66 Rajasthan 23.09.2022
9 Canon Printer-5 04 SRO-Udaipur 23.08.2022
10 AIO Computer-1 441 Rajasthan 17.04.2022
11 AIO Computer-2 81 Rajasthan 23.10.2022
12 AIO Computer-3 37 ESIC Hospital, Jaipur 30.01.2022
13 AIO Computer-4 121 ESIC Hospital, Jaipur 13.07.2022
14 AIO Computer-5 101 ESIC Hospital, Bhiwadi 26.09.2022
15 Kyocera Printers 63 ESIC Hospital, Jaipur 28.08.2022
As these items will be considered as part of complete AMC then these items will be
removed from the service part i.e. Part A in mentioned quantity. These above-mentioned items will
be shifted from Part A to complete AMC i.e Part C after expiry of OEM warranty.
D. Rates for New LAN, Power Cabling & Earthing works (if required in future)-
Rates invited for new Lan, Power Cabling & Earthing works at new sites/ shifting sites/ other
cases if required in future.
ELECTRICAL WORK
Quantity Rate
Rate per
Annum per
item
(excluding
Taxes, if
any)
Remar
ks
DESCRIPTION OF ITEMS
(approx.)
Per /
S.No.
UNIT
Unit/
verificati
on
Meter
Supply & complete installation of electricity
wires (PVC insulated 1100 volt grade
standard copper wires) inside PVC conduit
pipe as per the direction of competent
1 authority.
A. Recessed wiring with
2x(1x2.5sqm
m) Meter
83
+1x(1x1.5sqmm) copper wire for computers.
B. Recessed wiring with 2x (1x4sqmm) + 1x Meter 34
42
(1x2.5sqmm) copper wire for main power
cable & 15/5 amp socket.
Supplying & fixing of computer terminal boxes 8 made of Plastic (white color) fitted with (3nos.
2 of 6 Amp switches + 3 nos. 6Amp socket), all Set
clip in as per direction of competent authority.
(wiring- 2x(1x2.5sqmm)
+1x(1x1.5sq
mm)
copper wire)
Supply & fixing of plastic switch box with all 2 required materials & wiring (2x (1x4sqmm) +
3 1x (1x2.5sqmm) copper wire) to clip in 15 /5
Set
amp socket point controlled by 1 no 15 amp
switch complete in all respect as per direction
of competent authority.
EARTHING
Providing and fixing of chemical earth 1 electrode made out of 50mm dia class-B
Asahalock (or equivalent) 2m length with
copper plate made out of 600x600x3.15 mm
tinned copper plate along with one number
40x5mm tinned copper strip grazed with the
plate buried vertically with top edge of the Set
1 plate at a depth of 1500 mm with
arrangements for termination of copper strip
of earth continuity conductor including cost of
charcoal, salt reign soil, water pouring
arrangements brick masonry encloser on top
with R.C.C cover complete with labour and
material as per direction of component
authority.
The earth lead by 8sq.mm PVC single core 5 cupper wire in GI pipe to connect from earth
electrodes to UPS outgoing earth bus and
after completion of earthing work, earthing
ensure following parameters -
a. P-N=220 to 240 V meter
b. P-E=220 to 240 V
c. N-E= less than 2V
Earthing should be less than 2V.
All earthing work will be done as per direction
of competent authority.
LOCAL AREA NETWORK (LAN)
Supply & complete installation of Cat-6 Lan cable inside PVC conduit with required
43
accessories (including suddle, flexible pipe,
tie, band etc.) and as per the direction of 230
1 competent authority.
Note- Single independent conduit pipe for Meter
each single wire is not required for end to end
link. We can carry these wires together inside
one or two conduit pipes after that conduit
pipe for single wire can be used. (we can use
bus structure for conduit pipe)
Supply and fixing of Cat-6 IO boxs with cover for LAN
2 (Gang box, faceplate & IO port of d-link & Nos. 10
white color)
(Numbering tag on each IO box and plastic
tag strip on each cable) and as per the
direction
of competent authority.
3 Supply and fixing of Patch Panel -24 port d-
Nos. 1
link
4 Supply and fixing of Cat-6 Patch chord 3 mtr
Nos. 8
long
5 Supply and fixing of Cat-6 Patch chord 1 mtr
Nos. 8
long
6 Supply and fixing of 9U Data Rack-D-Link Nos. 1
7 Supply and fixing of Power extension (6-
Nos. 1
Socket) inside rack
Total Charges (D)
Conditions for New Lan, Power Cabling & Earthing Works:-
A. All works will be done under supervision, direction & presence of concerned Office
Incharge and Assistant Director (I.T)/ I.T Manager/ I.T Assistant.
B. All connections, installations including clipping etc. work should be done by the agency
without extra cost.
C. Vendor will responsible to provide end to end connectivity of electricity from main power
supply to end terminal boxes. That includes following work-
i. Earthing & its connection.
ii. Power Cabling from Main power supply to UPS input socket.
iii. Installation of socket box with socket (15/5 AMP) & switch (15AMP) for power supply
to UPS input.
iv. Installation of socket box with socket (15/5 AMP) & switch (15AMP) for power supply
to router & other components of router rack.
44
v. Provide electricity supply from UPS o/p to end terminal boxes.
D. Vendor will responsible to provide end to end connectivity. That includes following work-
i. Router rack mounting & installation and connection of required equipment inside the rack
such as patch panel, switch, power extension, router, modems etc.
ii. Installation of I/O gang boxes with accessories and their connection.
iii. LAN wiring inside conduit pipe with proper connection.
E. Contractor would be required to furnish after completion, two sets of detailed drawings.
F. The work must be guaranteed for a period of 12 months for its satisfactory performance
from the date of completion and all defects cropping up within this period must be rectified
at contractor's cost immediately.
G. Caution boards as per statutory requirements must be displayed wherever required.
H. Work has to be carried out without disturbing normal site operations.
J. Rates as quoted against each type of site will include supply of the material, no extra charges
like transportation, loading & unloading will be payable.
K. If any work awarded, the agency will have to complete the installation/ commissioning within
the period mentioned in actual work order.
L. Penalty: Failure to commission all equipments on or before the stipulated date mentioned in
work order will entail a penalty equal to Rs. 1000 per day per location (over and above period
mentioned in work order for completion of work) subject to maximum of 10% of value of
specified location.
M. These works will be carried out at sites on actual requirement and payment will be made on
actual measurement basis. Other details will be as per actual work order.
The tender will be awarded to the lowest bidder and the formula for calculating the lowest bidder(L1) is as under:-
L1= 0.9A+B+0.1C +20D
Authorized Signatory
45
Appendix-V List of ESIC/ESIS Locations of Rajasthan State
S. No Location Name Location Type Address (With PIN code & Landmark)
1 Kishangarh Dispensary ESI Dispensary,Manak Sadan(Vyas Bhawan),Near goverment college
,city road Kishangarh,305801
2 Ajmer Dispensary ESI Dispensary No.1,C/o Sh. Sudarshan Datta, UIT Plot No. 3, Data
Nagar Road, Opposite "RAM BHAWAN" ,Lohagal Road, Ajmer-
305001
3 Ajmer Dispensary ESI Dispensary No.2, Gandhi Bhawan, Purana Setalite Hospital, Adarsh
Nagar, Ajmer-355002
4 MATILA Dispensary ESI Dispensary,C/o Shri Sant Ram, Near Hem Dharam Kanta, Matila,
Alwar, Pincode-301018
5 NEEMRANA Dispensary ESI Disp. P Plat No. 12, New Colony, Behind Panchayat Samiti,
Neemrana, Distt. Alwar,301705
6 KHUSHKHERA Dispensary ESI Disp. Khushkera, C/o Sh.Rakesh kr Goyal , GOYAL SHOPPING
COMPLEX, TAPUKARA, TEH. TIJARA, ALWAR, RAJ.,301707
7 Alwar Dispensary ESCI Dispensary No.1 ,ESIC Quarter, South West Block, Kala Kua,
Alwar,301001
8 Alwar Dispensary ESI Dispensary No 2, Matsya Industrial Area , Alwar-301001
9 Beawar Dispensary Beawar College Road, Beawar, Distt. Ajmer-305901
10 Bharatpur Dispensary ESI Dispensary , Ranjeet Nagar, Bharatpur-321001
11 Bharatpur Dispensary ESI Dispensary , Super bazar, Near old power station, Bharatpur-321001
12 BHAWANI
MANDI
Dispensary ESI Disp., C/o Sh. Durga Shankar, Plat No. 25, Near Aurvadic Hospital,
Old Bus Stop, Ward no. 16, BHAWANI MANDI, Distt. Jhalawar-
326502
13 BHIWADI Dispensary ESI Dispensary , RIICO Industrial area BHIWADI ,ALWAR-301019
14 BHIWADI Hospital ESIC Hospital,Ricco Industrial Area,Opp BKT,Near Ajanta Chowk-
301019
15 Dholpur Dispensary ESI Dispensary , Pratap Nagar Colony, Near Nagar Palika , Dholpur-
328001
16 Jaipur Dispensary ESI Disp. No. 1, C/o Sh. Ram Gopal SharmaPlot No.91/92, Shivaji
Nagar, Civil lines, JAIPUR-302006
17 Jaipur Dispensary ESI Dispensary No.2 , E-36, Balaji Marg, Shastri Nagar, Jaipur,302032
18 Jaipur Dispensary ESI Disp No.3, Ramganj Chopar, Jaipur-302003
19 Jaipur Dispensary ESI Disp. No.4, ESI Hosp. Campus, Laxmi Nagar, Ajmer Road, Jaipur-
302006
20 Jaipur Dispensary ESI DISP. No. 5 , C/o Sh. Anil Kumar Mathur, C-95, Jagraj Marg,
BAPU NAGAR , JAIPUR-302015
21 Jaipur Dispensary ESI Disp. No. 6, C/o Sh. Raghuveer Singh, D-138,Ground Floor, Durga
Path, Ambabari, JAIPUR-302039
22 Jaipur Dispensary ESIs Disp. No. 7, C/o Sh Vishal Dubay, D-157, Kabir Marg, Durga
Marg, Near Collectrat, Banipark, Jaipur,302016
23 Jaipur Dispensary ESI Disp. No.8, ESI Hosp. Campus, Laxmi Nagar, Ajmer Road, Jaipur-
302006
24 Jaipur Dispensary ESI Disp. No.9 Near 32 Dukan, Road No. 9, V. K. I. Area, Jaipur-
302013
46
25 Jaipur Dispensary ESI Disp No. 10 , C/o Smt. Seema Khurana, 2/3 ,MALVIYA NAGAR,
JAIPUR,302017
26 Jaipur Dispensary ESI Disp. No. 11, C/o Dr. Rakesh Kedawat, Plot NO.21, Kumud Vihar,
Near Sec.3, PRATAP NAGAR , Sanganer, JAIPUR-302033
27 Kanota Dispensary ESI Disp., C/0 Smt. Kalawati, Behind of Police Thana, Agra Road,
Kanota, Jaipur -303012
28 Bagru Dispensary ESI Disp., SH. Nathu lal Gujar ka Makan, Chirota Road, Narayan
Nagar, RIICO INDL. Area, Bagru, Jaipur-303007
29 Jaipur State
Directorate
Directorate Medical & Health Services (ESI), Laxmi Nagar, Ajmer
Road, Jaipur,302007
30 JAIPUR Hospital ESIC Model 302007 Hospital, Ajmer Road, Jaipur,302007
31 Kota Dispensary ESI Disp. No. 4, Near Police Thana, Udyog Nagar Indl. Area, Kota
324007
32 Kota Dispensary ESI Disp. 2&3 , ESI Hosp. Campus, Jhalawar Road , Kota,324005
33 Kota Dispensary ESI Disp. No. 1, Kota Super Thermal Power Station, Shade No. 5, Kota-
324008
34 KOTA Hospital ESI Hospital,Jhalawar Road, Kota,324001
35 MAKRANA Dispensary ESI Disp., Sayed Maukhtar Ali Ka Bhawan Noorani Colony, Behind of
Hotel President, Makrana, Distt.- Nagaur-341505
36 REENGUS Dispensary ESI Dosp. SH B. L. Chuleta Hoouse, Bus Stand, Reengus, Distt.-
Sikar,332404
37 Behror Branch Office Shri k.k. Sharma(Advocate) house, KK Colony, National Highway,
Bahror,301701
38 BEAWAR Branch Office Branch Office,ESI Corporation,Tat garh Road,Beawar-305901
39 BHAWANI
MANDI
Branch Office Branch Office, ESI Corporation,Panchdeep Bhawan, Ricco Industrial
Area, Pachpahar Road, Bhawani Mandi,326502
40 BHARATPUR Branch Office Branch Office, ESI Corporation, ESIC Plot no. 85-86 Near Baba sugriv
school Agrasen Nagar Bharatpur-321001 Rajasthan
41 JAIPUR Branch Office Branch Office, ESI Corporation,36/105, Pratap Nagar Housing Board
Colony, Tonk Road, Jaipur-302033
42 JAIPUR Branch Office Branch Office,ESI Corporation,Nehru Place,Second floor,Tonk Road,
Jaipur,302015
43 JAIPUR Branch Office Branch Office, ESI Corporation,Road No. 9, Near 32, Shop,
Vishvkarma Ind Area, jaipur-302013
44 AJMER Branch Office Branch Office,ESI Corporation,Panchdeep Bhawan,Behind Kar
Bhawan, Todar Mal Marg,Ajmer-305001
45 KOTA Branch Office Panchdeep Bhawan, Udyog Nagar, Near Police Station, KOTA,324007
46 Jaipur RO/SRO Employee's State Insurance Corporation Regional Office Panchdeep
Bhawan Bhawani Singh Marg,Jaipur 302001
47 KISHANGARH Branch Office Branch Office,ESI Corporation,Bose Building, Near Manish Hotel,
Ajmer Road, Madanganj-Kishangarh,305801
48 BHIWADI Branch Office Branch Office, ESI Corporation,Panchdeep Bhawan, Phull Bagh, Rico
Industrial Area, Bhiwadi ALWAR-301019
49 ALWAR Branch Office Branch Office,ESI Corporation Mangal Vihar, OPP.ALL india Radio,
Alwar-301001
50 JAIPUR Branch Office Kamdhenu Complex, Ajmer Road,Jaipur,302007
51 Udaipur RO/SRO Sub Regional Office, E.S.I. Corporation,5, R.K. Plaza, Near Shahstri
Circle, Bhupalpura, Udaipur,313001
52 BHILWARA Branch Office Branch Office, ESI Corporation, Near Esi Dispensary,No.1,Pratap
Nagar,Pur road, Bhilwara-311001
47
53 GULABPURA Branch Office ESI Corporation, Sugan Chand Jee Ka Nohra, Near Jain Hosp., Builwara
Road,Gulabpura,311021
54 Kankroli Branch Office Branch Office, ESI Corporation,Srinath Nagar,Plot no. 1,J.K. circle,
Kankroli-Dist- Rajsamand-313324 (Rajasthan)
55 BANSWARA Branch Office Branch Office, ESI Corporation,plot no. 12, fisrt floor, pratap circle ke
pass, link road, Basnwara-327001
56 UDAIPUR Branch Office ESI Corporation, "Panchdeep Bhawan", sec-4, tagore nagar. Behind
BSNL, Udaipur ,313001
57 BHILWARA Hospital Bapu Nagar, Bhilwara-311001
58 Bhilwara Dispensary ESI Dispensary-1, Pratap Nagar, Bhilwara-311001
59 Bhilwara Dispensary ESI Dispensary-2,Ramdwar Road, Bhilwara-311001
60 Bhilwara Dispensary ESI Disp. No. 3, c/o Smt. Sohani Devi W/o Sh. Bhairu Lal Gurjar,
Village- Guwardi, Post- Swaroopganj, opp- Mandapia railway Station,
Via- Hameergarh, Distt. Bhilwara-311001, Raj.
61 GULABPURA Dispensary ESI Disp., C/o Sh. Gyan Swarup Jain, Tushar Villa, Adinath Colony,
Khari Gram Raod, Gulabpura ,Distt.-Bhilwara-311021
62 GANGAPUR Dispensary ESI Dispensary , Genl. Hosp. Premises, Gangapur, Bhilwara-311801
63 udaipur Dispensary ESI Disp. No.1, AshoK Nagar, Udaipur-313001
64 udaipur Dispensary ESI Disp. No. 2 , Near Khichi Indl Area, Madri,
Udaipur,313001
65 SUKHER Dispensary ESI Disp. No. 3, Fatehpura Bedala Road, Sukher, UDAIPUR,313001
66 Dabok Dispensary ESI Disp., Paliwal Colony, Airport Road, Dabok, Distt. Udaipur-313022
67 Chittorgarh Dispensary cum
Branch Office
ESIC DCBO,Industrial Area Chanderia,Chittorgarh,312021
68 Dungarpur Dispensary ESI Dispensary , Old General Hospital, Dungarpur,314001
69 Kankroli Dispensary ESI Disp., Bhilwara Road, Kankroli, Disttl. Rajsamand-313324
70 GUNJOL Dispensary ESI Dispensary , Sh. Kishan Lal Sharma Ka Makaan, Near Panchayat
Samiti , New Aabadi, V-Gunjol, The. Nathdawara, Gunjol,
Rajsamand,313708
71 Rishabhdev Dispensary ESI Disp. C/o Sh. Abhishek Kumar. Jain , Mahaveer Nagar,
Rishabhdev, Udaipur,313802
72 Banswara Dispensary ESI Dispensary, C/o Smt. Phoolvanti Jain, Silver Plaza Complex, In
front of Hira Bag, Near Virangana Talkies, Dahod Road, Banswara-
321001
73 JODHPUR RO/SRO ESIC sub Regional1/3 and 1/4, Pal Link Road, First Floor, Jodhpur-
342008
74 JODHPUR Branch Office Branch Office,ESI Corporation,Panchdeep Bhawan, Opp. Sati Mata Ka
Than, Airforce Road,Jodhpur,342001
75 PALI Branch Office Branch Office,ESI Corporation,mhaveer nagar near BSNL office
mandiya road,pali-306401
76 BIKANER Branch Office Branch Office, ESI Corporation,Panchdeep Bhawan, Jaisalmer road
Bikaner-334001
77 ABU ROAD Branch Office A-130, RIICO Housing, Board Colony ABU ROAD-307026
78 HANUMANGAR
H
Branch Office Branch Office,ESI Corporation Plot NO. 213, New Dhan
Mandi,Ganganagar Road, Hanumangarh Juction,335513
48
79 Shri Ganganagar Branch Office Branch Office, ESI Corporation,Panchdeep Bhawan, Near Microwave
Tower,Sri ganganagar-335001
80 Jodhpur Dispensary ESI Disp. No. 1, Opp. Medical College, Jodhpur-342001
81 Jodhpur Dispensary ESI Disp No. 2, C/o Sh, Naresh Kumar, 10, Maderna Colony,
Bhadvasiya Road, Jodhpur 342007
82 Jodhpur Dispensary ESI Disp. No- 3, Near Police Thana, MIA Road, Fase-II, Basni ,
JODHPUR,342005
83 Jodhpur Dispensary ESI Disp. No. 4, Kamla Nehru Nagar, E.S.I. Hosp. Campus , Jodhpur-
342008
84 Boranada Dispensary ESI Disp. RIICO-PHED Campus, Opp. SBI Boranada, Jodhpur-342012
85 Pali Dispensary DISP 1 , JODHPUR RD ,Near LMJ maruti showroom PALI ,306401
86 Pali Dispensary ESI Disp. No. 2, ESI Hospital Campus, Main Mandia Road, Pali-
306401
87 Bikaner Dispensary ESI Dispensary No.1, Bikaner Kolayat Road, BIKANER-334001
88 Bikaner Dispensary ESI Dispensary 2, Rani bazar, Indl arear, Bikaner
89 SIROHI Dispensary ESI Disp. RIICO Indl. Area, Road No. 6 , Abu Road, Sirohi,307026
90 Hanumangarh Dispensary ESI Dispensary, House No. 3/6, Rajasthan Housing Boad Colony, Shiv
Kutia Road, , Hanumangarh-335512
91 SHRI
GANGANAGAR
Dispensary ESI Dispensary , Labour Colony, Shri Ganganagar-335001
92 SHRI
GANGANAGAR
Dispensary SI Dispensary , Near Weather Dept., Kheenchi Chowk, Shri
Ganganagar-335001
93 Falna Dispensary ESI Disp., Near Kali Murti, Ind. Area, FALNA , Distt. -Pali,313333
94 JODHPUR Hospital Kamla Nehru Nagar I Ext., Jodhpur-342001
95 PALI Hospital Esi Hospital,Main Mandia Road, Chungi Naka, Pali,306401
96 Tonk Dispensary ESI Disp., Ward No 31 Sh. Mahavir Prasad Jain ka Makan, Kali Paltan,
Near Krishi Upaj Mandi , Tonk,304001
97 Kukas Dispensary ESI Disp. C/o RICCO Ltd, RICCO Ind. Area, Bank & Post office
Building, Kukas, JAIPUR-302028
98 Balotra Dispensary ESI Dispensary ,Ricco Industrial Area,II Phase near Police Choki,
Balotra, Distt. Barmer-344022
99 Jaitpura Dispensary ESI Disp., C/o Sh. Arjun Lal Chodhari, N.H.52, Mangalam Ind. Area,
Jaitpura, Via- Chomu, JAIPUR-303704
100 Jhunjhunu Dispensary cum
Branch Office
ESIC DCBO, Abusariakrishi farm, Near New colony, station road,
Jhunjhunu- 333001
101 Bikaner Dispensary ESI DISP , Plat No. A-9, SWM, Residential Colony, Industrial Area,
Bichhawal, Bikaner
102 Udhyog Vihar Dispensary ESI Disp.-UdhyogVihar, C/o Sh. NiranjanLal, A-1, Bank Colony,
Hanumargarh Road, Near Khemka Farm house, Shri Ganganagar
103 Alwar Hospital ESIC Hospital, M.I.A, Etarna Road, Alwar, Rajasthan, 301001
104 Mandal Dispensary ESI Disp. Mandal, C/o sh.Vijay Singh, Vill-guda,Tahsil-Mandal, Distt.
Bhilwara-311403
105 Kotputli Dispensary ESI Dispensary , C/o Smt. Ashalata W/o Late Sh, Ram Kumar Yadav,
House No. 4652, Infront of Hansa Marriage Home, Putali Road, Shakti
Vihar, Putali Road, Kotputali, Jaipur 303108
49
106 Kaladera Dispensary ESI Disp.-Kaladera, C/o Sh. Narottam Yogi, Near Police Station, Bus
Stand, Kaladera, Jaipur
107 Neem Ka Thana Dispensary ESI Disp-Neem Ka Thana, Plat No 85, Vill-Godvas Shahpura Road,
RIICO IND. Area, Neem Ka Thana, Distt.-Sikar-332713
108 Sarnadungar Dispensary ESI Disp-SarnaDungar, C/o sh. Om Prakash Dabariya, Plot No. 7-8,
Model Towan, Khorabisal, Via-jhotwara, Jaipur-302012
109 Shambhupura Dispensary ESI Disp. Shambhupura C/o Smt. Manju Devi Joshi, Plot No 32-33 ,
Near Telephone Exchange, Sambhupura, Distt- Chittorgarh
110 Dausa Dispensary ESI Disp. Dausa C/o smt. Anuradha Sharma, Near Ma Sidhi Vinayak
andir, Infront of Pannu Petrol PUMp & Rajput Hospital, Jaipur Road-
Dausa-303303
111 Jaisalmer Dispensary ESI Disp. C/o Sh Mangej Singh Bhati, 424, Achalwansi Colony,
Dedansar Road, Jaisalmer 345001
112 Udaipur Hospital ESIC Hospital, Chitrakoot Nagar, Bhuwana, Udaipur, Rajasthan-313001
JAIPUR Additional Commissioner & Regional Director
Date : E.S.I.CORPORATION
Regional Office, Jaipur
50
Appendix-VI
Important Instructions for Bidders for online procedure
All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both
DSC Components i.e. Signing & Encryption to participate in the E-Tenders.
Bidders should get registered at https://eprocure.gov.in/eprocure/app
For tender documents please visit https://www.esic.nic.in/tender
Bidders can contact Helpdesk at
https://eprocure.gov.in/eprocure/app?page=FrontEndContactUs&service=page
Help Desk Support
For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk
Contact No. : +91 0120-4200462, +91 0120-4001002, +91 0120-4001005
Email : [email protected]
For any Issues / clarifications relating to the published tender (s), kindly contact the respective
Tender Inviting Authority.
51