projects & development india limited tt aitof · pdf fileprojects & development india...
TRANSCRIPT
PROJECTS & DEVELOPMENT INDIA LIMITED
Tit tt aiTOF (A Govt. of India Undertaking)
PDIL Post Box No. 125, A-14, Sector-1
Noida — 201301, Dist. Gautam Budhh Nagar (U.P.) India
CIN : U74140UP1978G01028629 E-Mail: Fax:0120-2529801 Phone: 2529842 / 43 / 47 / 49 / 53
anupamapdilin.com 0120-2541493 / 54 supriya(&pdilin.com Ext: 443 / 453/461
2539409(Dir)
INVITATION TO BID TO ITB NO. : PNCM/27/01/2015/AMC/E/100737
DATE OF ISSUE : 11-08-2015
BID CLOSING DATE & TIME : 07-09-2015 AT 3:00 PM 1ST
TYPE OF BID : TWO STAGE/ PUBLIC TECHNICAL BID OPENING DATE & TIME : 07-09-2015 AT 3:30 PM IST
EARNEST MONEY DEPOSIT : 41,000/-
Kindly submit your bid in sealed cover addressed to DGM(IT) with Ref. No. and Bid closing date duly super-scribed on the cover for the under mentioned items, subject to the terms and conditions enclosed at
Annexure-III.
Item : AMC services of Desktops/Workstations, Laptops, Printers and other peripherals for 2 years.
S No Item Qty
Desktops/Workstations
1 Dell Optiplex 980 120
2 HP Compaq 8000 Elite 120
3 HP XW4600 workstation grade desktop 10
4 Acer Power Q35 80
5 HP Compaq dc7800 20
6 HP dx7380 MT(RX445AV) 59
7 HP Pavalion B100 1
Laptops
8 Sony Vaio laptop 29
9 Acer Aspire AS5745 notebook 10
Printers & other peripherals
10 HP CLJ cp2025n 2
11 DesignJet T610 1
12 HP LaserJet 4014 10
13 Hp Color LaserJet 3525dn 2
14 HP Color LaserJet 3800 1
15 HP Color LaserJet CP2605dn 2
16 HP Design Jet 500 1
17 HP Design Jet 500+ 1
18 HP LaserJet 13I9f 20
19 HP LaserJet 9040dn Printer 10
PDILJ ITB No.: PNCM/27/01/20 I 5/AMC/E/100737
dated 11-08-2015
S No Item Qty
20 HP LaserJet 1505 14
21 HP LaserJet P1606dn Printer 10
22 . HP LaserJet P3015dn Printer 10 23 HP LaserJet Pro 400 Color m451dn 1 24 HP LaserJet Pro M1536dnf MFP 1 25 PANASONIC KX-MB2085 1 26 HP LaserJet M1319f MFP 6 27 HP All-in-one MFP 3050 4 28 HP LaserJet 1020 4 29 1-IP LaserJet 1022 . 20 30 HP ScanJet N9120 _ ' 31 Canon MF4350d 1 32 HP Color LaserJet CM2320fxi MFP 1 33 HP LaserJet 5200N A3 Size 1 34 HP Color LaserJet CM1312nfi MFP I 35 Panasonic KX-FL422CX 2 36 HP ScanJet G2410 Flatbed Scanner . 5 37 HP Scanjet G2410 5 38 HP 5590 Scanner 15
39 HP ScanJet 5590 Digital 5 40 Support Engineer 2
Any bidder who meets the Bidders' Pre-Qualification criteria as per ITB and wishes to quote against this
tender may download the bidding document from http://eprocure.govirt/eprocure/app or http://pdilin.com and submit the Bid complete in all respects as per terms & conditions of contract on or before the due date.
FOR & ON BEHALF OF PROJECTS & DEVELOPMENT INDIA LTD.
DGM (IT)
ENCL.: i) Pre-Qualification Criteria-- Annexure-I ii) Instruction to Bidders--Annexure-II iii) Terms and Conditions--Annexure-Ill iv) Check List-- Annexure-IV v) Un-priced Summary of Price Schedule --Annexure-V vi) Format of Details for payment-- Annexure-VI vii) Tender Acceptance letter-- Annexure-VII
2
PDIL ITB No. . PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-I SH. 01 OF 01
Pre-Qualification Criteria for Bidders
a. The vendor have successfully executed Work order/ P.O. for AMC of Desktops,
notebooks / laptops, Printers and other peripherals, within the last seven (7) years, as
follows:
• at least one (1) Contract / P.O. more than or equal to 24.13 Lacs annually
or
• at least two (2) Contract / P.O. for value more than or equal to 15.08 Lacs annually
or
• at least three (3) Contract / P.O. for value more than or equal to Z 12.06 Lacs
annually
Copies of Work Order/ Purchase Order in support of the above should be enclosed.
b. Average Annual Turnover during the last 03(three) financial years i.e 2011-12, 2012-13
& 2013-14 should be at least 9.00 Lacs. Bidders are required to submit copies of
Audited Financial Statement for the last 03(three) financial years i.e 2011-12, 2012-13
& 2013-14 towards proof of Annual Turnover.
c. The vendor has to submit letter showing back to back arrangement with HP or Dell for
desktops/workstations, Laptops and HP for, Printers and other peripherals
(scanners/plotters/MFPs). Alternatively, the vendor shall be authorized from HP/Dell to
quote for our ITB. The letter shall mention out ITB Ref. No.
3
ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-II SH. 01 OF 05
Instruction To Bidders
1. Bids can be submitted either in electronic format or in physical form to PDIL Noida by
07.09.2015 (3.00 PM), as detailed below:
A. INSTRUCTION TO BIDDERS FOR ON LINE SUBMISSION:
(Instructions to the Bidders to submit the bids online through the Central Public Procurement
Portal for e Procurement at hups://eprocure.gov.in/eprocure/app)
1) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the
contractors/bidders on the e-procurement / e-tender portal is a prerequisite for e-tendering.
2) Bidder should do the enrollment in the e-procurement site using the "Click here to Enroll"
option available on the home page. Portal enrollment is generally free of charge. During
enrollment/registration, the bidders should provide the correct/true information including
valid email_id. All the correspondence shall be made directly with the contractors/bidders
through email_id provided.
3) Bidder need to login to the site thro' their user ID/ password chosen during
enrollment/registration.
4) Then the Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA
India on eToken/SmartCard, should be registered.
5) The DSC that is registered only should be used by the bidder and should ensure safety of the
same.
6) Contractor/Bidder may go through the tenders published on the site and download the
required tender documents/schedules for the tenders he/she is interested.
7) After downloading / getting the tender document/schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise bid will be rejected.
8) If there are any clarifications, this may be obtained online thro' the tender site, or thro' the
contact details. Bidder should take into account the corrigendum published before submitting
the bids online.
9) Bidder then logs in to the site through the secured log in by giving the user id/ password
chosen during enrolment/registration and then by giving the password of the
eToken/SmartCard to access DSC.
10) Bidder selects the tender which he/she is interested in by using the search option and then
moves it to the 'my tenders' folder.
11) From my tender folder, he / she selects the tender to view all the details indicated.
4
ITB No. : PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-II SH. 02 OF 05
12) It is construed that the bidder has read all the terms and conditions before submitting their
offer. Bidder should go through the tender schedules carefully and upload the documents as
asked; otherwise, the bid will be rejected.
13) If there are any clarifications, this may be obtained through the site, or during the pre-bid
meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids.
14) The Bidders can update well in advance, the documents such as certificates, annual report
details etc., under My Space option and these can be selected as per tender requirements and
then send along with bid documents during bid submission. This will facilitate the bid
submission process faster by reducing upload time of bids.
15) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should
be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.
16) While submitting the bids online, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets.
17) The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
18) The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.
19) The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all sections
and pages of the bid document including General conditions of contract without any
exception and have understood the entire document and are clear about the requirements of the tender requirements.
20) The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected.
21) If the price bid format is provided in a spread sheet file like BOQ_xxxx.xls, the rates offered
should be entered in the allotted space only and uploaded after filling the relevant columns.
The Price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.
22) The bidders are requested to submit the bids through online e-tendering system to the Tender
Inviting Authority(TIA) well before the bid submission end date & time (as per Server
System Clock). The TIA will not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders at the eleventh hour.
5
ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXU'RE-11 SH. 03 OF 05
23) After the bid submission (i.e after Clicking "Freeze Bid Submission" in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept as a
record of evidence for online submission of bid for the particular tender and will also act as
an entry pass to participate in the bid opening date.
24) The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system.
The bidders should follow this time during bid submission.
25) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the time of
bid opening.
26) Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid openers public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
27) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
28) The bidder should logout of the tendering system using the normal logout option available at
the top right hand corner and not by selecting the (X) exit option in the browser.
29) For any queries regarding e-tendering process, the bidders are requested to contact as
provided in the tender document. Parallel for any further queries, the bidders are asked to
contact over phone: 1-800-233-7315 or send a mail over to — [email protected].
6
FrotVanil PDILJ ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-II SH. 04 OF 05
B. INSTRUCTION TO BIDDERS FOR PHYSICAL SUBMISSION AT PDIL NOIDA:
Bidders are required to submit their bid under three covers:
➢ ENVELOPE A: EMD
➢ ENVELOPE B : TECHNICAL AND COMMERCIAL UNPRICED BIDS
The following documents shall be enclosed in this envelope:
■ Annexure I— All the required documents in support of meeting Pre
Qualification Criteria (duly signed & stamped)
■ Annexure III —Terms & Conditions of ITB duly signed and stamped
■ Annexure IV — Check List, all the details duly filled in, signed and stamped
■ Annexure V — Un-priced Summary of Price Schedule mentioning Quoted /
Not Quoted against each head (duly signed & stamped)
■ Annexure VI — Format of Details for payment, all the details duly filled in,
signed and stamped
■ Annexure VII — Tender Acceptance letter, all the details duly filled in, signed
and stamped.
➢ ENVELOPE C: PRICE BID i.e. PRICE SCHEDULE WITH QUOTED RATES.
All the above three covers should be super scribed with respective Envelope No., ITB No. and
closing date of the bid. These three covers should be sealed and placed in a fourth envelope which
should be addressed to the under mentioned and super scribed with our ITB No.
PNCM/27/01/2015/AMC/E/100737 on the cover of your quotation with due date. You are
requested to clearly mention the details enabling us to identify your quotation for the job under
reference. Sealed quotations must be submitted latest by 07.09.2015, 3.00 PM to:
Dy. GENERAL MANAGER (IT) PROJECTS & DEVELOPMENT INDIA LIMITED A-14, SECTOR-1 GAUTAM BUDH NAGAR NOIDA — 201301 (UP)
2. VALIDITY: Prices quoted should be net and should remain valid for our acceptance for a minimum
period of 90 days from the date of opening of bids. PDIL will not allow any revision in prices within
validity period after sealed tenders are opened.
3 EARNEST MONEY DEPOSIT (EMD1: Earnest Money Deposit shall be submitted by way of
Demand Draft favoring Projects & Development India Ltd., NOIDA issued by any Nationalized /
Scheduled Bank. Offer without EMD shall be rejected. No interest shall be payable on EMD.
3.1 In case of unsuccessful bidder, EMD will be refunded immediately on placement of order or on
expiry of validity of bid whichever is earlier.
3.2 EMD of the successful bidder shall be returned after submission of acceptance of the work order.
3.3 EMD may be forfeited without prejudice to any other right or remedy of owner:
7
trl tr PDIL, ITB No. : PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-H SH. 05 OF 05
a) If a bidder withdraws his bid during the period of bid validity specified by the Bidder or,
b) In the case of successful bidder, if the bidder fails;
i. To sign the order
4. Bid Document is non-transferable. Bidder must bid directly.
5. Bids through Fax/ E-mail shall not be considered.
6. The Bid Document calls for offers on single point "Sole Bidder" responsibility basis. Order will be
placed on the "Sole Bidder" alone who will be responsible for all contractual purposes. Further the
bidders are advised to ensure that their offer is on single bidder responsibility basis and in total
compliance of scope of supply as specified in Bid Document.
7. Any change in the bid after due date of submission of tender will not be considered.
8. Bidders are advised to quote strictly as per terms and conditions of the tender documents. Please
note that any exceptions/deviations to tender document is necessarily to be recorded in
exceptions/deviations statement attached with your offer. Any exceptions/deviations brought out in
the price bid or elsewhere in the bid shall not be construed as valid & shall be rejected.
9. PDIL reserves the right to accept or reject the lowest or any or all the offers without assigning any
reason whatsoever.
10. The bids should accompany the bidder's confirmation to the agreed terms and conditions, all
technical and commercial details and confirmation.
11. PDIL will appreciate submission of offer based on the terms and conditions in the enclosed general
terms and conditions to avoid wastage of time and money in seeking clarification on commercial
aspects of the offer.
12. PDIL reserve the rights to assess bidder's capability and capacity to perform the contract.
8
PDIL 1TB No. PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-III SH. 01 OF 03
TERMS AND CONDITIONS
1. SCOPE OF WORK: Comprehensive on-site AMC services of Desktops, laptops, Printers, Plotters,
and other peripherals as listed in the subject ITB document. The scope of work will include:
i. Assistance for resolving operational problem
ii. Analysis of operation / operating system error to identify problem areas to evolve correct procedure.
iii. Assistance in data back up and carrying out operating system installation in case of operating system problem
iv. Replacement / repair of faulty parts except for consumables. All replacement should be of OEM.
v. Carrying out preventive maintenance as per planned arrangement
vi. Placement of two personnel at our NOIDA office of PDIL on daily basis for full time. The
personnel posted shall have to abide by PDIL's office timing.
vii. Any other assistance required for resolving issues related to AMC
2. PERIOD OF CONTRACT : 2 years from date of PO/LOI.
3. Certificate of incorporation to be enclosed along with the offer.
4. Any number of items can be removed from the AMC services during the contract period.
Corresponding reduction shall be made in the quantity and cost of AMC. The charges will be
calculated on monthly pro-rata basis. Similarly more items could also be added in the scope of AMC
services anytime during the contract period on monthly pro-rata basis. Unconditional acceptance of
this clause is mandatory.
5. PRICE BASIS: Prices shall be firm and subject to no escalation till the execution of the order. The
contractor should not give consolidated price for all items. We propose to award rate contract to the
contractor. Accordingly, the contractor should quote AMC cost strictly as per price schedule given at
Annexure-V. Price quoted shall be firm till execution of the order. Offer quoted with variable price
will not be accepted. Due care should be taken to fill the Price Schedule. Corrections /
overwriting shall not be acceptable in prices. Wherever Unit Price is to be mentioned, fill it
completely. In case of any discrepancies in Total Price, Unit Price will be considered for
evaluation.
6. TAXES & DUTIES: Service tax and other levies as applicable should be indicated against appropriate
head separately in price schedule.
7. VALIDITY: Prices quoted should be net and should remain valid for our acceptance for a minimum
period of 90 days from the date of opening of bids. PDIL will not allow any revision in prices within
validity period after sealed tenders are opened.
8. EARNEST MONEY (EMD): Earnest Money Deposit for 41,000/- (Rupees Forty One Thousand
only) shall be submitted by way of A/c payee Demand Draft payable to Projects & Development India
Limited at NOIDA / Delhi and drawn on any nationalized/scheduled bank favoring Projects &
Development India Limited. Offer without EMD will not be considered.
9. PAYMENT TERMS: Payment shall be made within 30 days of receipt of bills by AGM(Finance-
Corporate) , PDIL, Noida duly certified by DGM (IT). Bill shall be submitted on quarterly basis by the
seventh day of every month for the services rendered during the preceding quarter.
9
5-t•
PDIL, PDIL
ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANTNEXURE-HI SH. 02 OF 03
10. PERFORMANCE BANK GUARANTEE: There will be NO Performance Bank Guarantee (PBG) as
payment shall be made on quarterly basis for the completed quarter only.
11. SECURITY DEPOSIT: The successful bidder shall deposit Security Deposit money equivalent to 10% of Annual order value. The amount shall be deposited within 15 days of receipt of the LOUP()
by way of Demand Draft / FDR, failing which the same shall be deducted from the first Bill(s).
Security Deposit shall be refunded after 30 days on satisfactory completion of contract as per
certification of indenter. No interest shall be payable on Security Deposit.
ti 12. TAX DEDUCTION AT SOURCE: Income Tax as applicable shall be deducted at source from your
bills and a certificate towards this deduction shall be issued to the contractor. Vendor has to furnish the
details of the income tax assessment i.e.: address of the income tax counter where they file their
income tax return. Also please furnish your PAN NO. and Service Tax Registration Number. The
vendor has to supply all necessary documents to enable PDIL to claim CENVAT in respect of service
tax/ excise duty / countervailing duties, if any. The amount of benefit under CENVAT, if any, to PDIL
will be considered while evaluating the price.
13. REPAIR OUTSIDE PDIL BHAWAN: In case of emergency, if any machine or its part is required to
be taken to contractor's work place, the entire cost and risk involved shall be borne by the contractor.
The contractor shall ensure that the machine is placed back in order before the office starts on next
working day or as may have been agreed.
14. END — USER'S CERTIFICATE: After attending break down / repair job, the contractor will obtain
a certificate from end user that job has been attended and machine is working satisfactorily. This
certificate shall be submitted to the Contact Person or his representative as mentioned at. SI. No 25.
15. BREACH OF CONTRACT: In case the contractor leaves the job at any stage during the currency of
the contract, PDIL reserves the right to get the job completed through any other means/agency at
contractor's risk and cost.
16. TERMINATION OF CONTRACT: PDIL shall have the right to terminate the contract without
assigning any reason whatsoever after giving one month's notice in writing or compensation in lieu
thereof. In the event of Contractor terminating this contract, one month's notice in writing shall be
served on PDIL.
17. DEPUTATION OF SERVICE ENGINEER: Placement of two Resident Engineers at our NOIDA
office of PDIL on daily basis. The Resident Engineers must be Diploma in Computer or
equivalent with at least 3 years of experience in maintenance of Desktops/workstations,
Laptops, Printers and other peripherals (scanners/plotters/MFPs). The resident engineer shall be governed by PDIL's working hours and timings. If resident engineer remains absent/leave, an alternate
arrangement shall be made by the contractor to provide a person having similar experience. If the
o
contractor fails to do so, a sum of x500% per day shall be deducted from the bill of the contractor. All
statutory payments and formalities of the resident engineer including PF, Bonus, ESI and Medical etc.
shall be the responsibility of the vendor.
10
t1 mf PDIL ITB No. PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-III SH. 03 OF 03
18. ENTRY OF CONTRACTOR'S PERSONNEL INSIDE: PDIL shall allow entry of the personnel of
AMC provider and the contractor will ensure that the personnel employed by him do not engage in any
undesirable or unlawful activities, whether within or outside the PDIL premises, failing which the
contractor shall be liable to replace them with other suitable hands with the written approval of PDIL
and the Contractor shall be liable to make good to PDIL any losses caused by their activities without
prejudice to the right of PDIL to terminate the Contract without any liability on the part of PDIL.
19. INSURANCE: Necessary insurance(s) to cover accidental risk for his employee's loss of life, material
etc. to the crew or the third party to be arranged by contractor at his cost. The Contractor shall act as an
independent operating agency not as an Agent or employee of PDIL.
20. FORCE MAJEURE : The act of God, epidemic, wars, revolution, official strike shall be treated as
force majeure condition. In event of occurrence of such condition neither party shall be responsible
for delay in performance provided that it is notified within 07 days of its occurrence.
21. ARBITRATION: All cases of dispute arising during execution of contract shall be resolved by
mutual discussion of parties operating the Contract. However, in the event of failure to do so, matter
will be settled as per Arbitration and Conciliation Act,1996, as amended from time to time.
22. JURISDICTION: Contract shall be deemed to have been entered into at Noida and all cases of action
in relation to the contract shall, therefore, be deemed to have assigned within the jurisdiction of
Gautam Buddh Nagar, (UP) and venue of Arbitration shall be Noida.
23. CONTRACTOR'S RESPONSIBILITY: The contractor shall cover all aspects of security written or
implied.
24. RESOLUTION TIME: The normal resolution time for maintenance calls will be within 4 hours of
problem reporting for calls requiring no part replacement and 2 business days for calls requiring part
replacement.
25. CONTACT PERSON: The following officer or his authorized representative shall be contact person
for this contract. Dy. GENERAL MANAGER (IT) PROJECTS & DEVELOPMENT INDIA LIMITED A-14, SECTOR-1 GAUTAM BUDH NAGAR, NOIDA — 201301 (UP)
26. UP KEEP TIME AND DAMAGES:
i. The contractor shall maintain each item in perfect working condition. All the faults booked shall
be attended within 24 hours. In no case, the machine should be rectified beyond three working
days. However, if the call is booked to HP/Dell for want of spares maximum one week time for
non-critical spares and two weeks time for critical spares will be allowed. If the contractor fails to
replace the parts and bring the machine into working condition beyond this time, a penalty of
' 50/- per day per machine shall be levied for the total period.
27. WORKING CONDITION OF MACHINES ON COMPLETION OF AMC: All the systems/ must
be in perfect working condition on the date of expiry of AMC.
11
ttauf; PDIL
ITB No. : PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-IV SH. 01 OF 02
CHECK LIST
(Summary of Terms And Conditions Quoted)
(Bidder must confirm point by point and strike out whichever is not applicable)
ENQUIRY NO.: PNCM/27/01/2015/AMC/E/100737 dated: 11-08-2015
NAME OF BIDDER: OFFER NO.:
We confirm / clarify as follows:
SL. NO.
DESCRIPTION BIDDER'S CONFIRMATION
L Price basis firm till the AMC period (Two years from date of PO/LOI)
Confirmed
2. All applicable taxes and duties & octroi etc are included in price or separately mentioned.
Confirmed
3. Terms of Payment: as per Cl. 9 of Annexure-HI of ITB Confirmed
4. EARNEST MONEY (EMD): Z 41,000/- Submitted
5
SECURITY DEPOSIT: The successful bidder shall deposit Security Deposit money equivalent to 10% of Annual order value.
Confirmed
6. Effective date of contract. From date of issue of PO/LOI.
7. Validity of offer : 90 days from bid opening date Confirmed
8. List of Deviations, if sought Furnished/Not furnished
9. Acceptance of Terms & Conditions as per annexure- III Confirmed (by enclosing a copy of Annexure-III duly signed and stamped at each page)
10 Un-priced price bid enclosed Furnished/Not furnished
11.
The vendor has successfully executed Work order/ P.O. for AMC of Desktops, notebooks / laptops, Printers and other peripherals, within the last seven (7) years as per PQ criteria. Copies of Work Order/ Purchase Order in support of the above should be enclosed
Furnished / Not Furnished
12. Certificate of incorporation enclosed along with the offer Furnished / Not Furnished
13. Submit copies of Audited Financial Statement for the last three financial years i.e 2011-12, 2012-13 & 2013-14 towards proof of Annual Turnover.
Furnished / Not Furnished
P
14.
Submit letter showing back to back arrangement with HP or Dell for desktops/workstations, Laptops and HP for, Printers and other peripherals (scanners/plotters/MFPs). Alternatively, the vendor shall be authorized from HP/Dell to quote for our ITB. The letter shall mention out ITB Ref. No
Furnished / Not Furnished
12
ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE-IV SH. 02 OF 02
CHECK LIST
(Summary of Terms And Conditions Quoted)
(Bidder must confirm point by point and strike out whichever is not applicable)
SL. NO.
DESCRIPTION BIDDER'S CONFIRMATION
13. Name & address of bankers
14 PAN No.
15 Address of the Income Tax Counter where the bidder file their Income Tax Return.
16 Service Tax Registration No.
17
eiC
Name of Contact Person for this Enquiry
DESIGNATION,
TELEPHONE NOS.
FAX NO.
Email ID
18 It is confirmed that in case any of the Terms and Conditions mentioned in this summary are at variance with those indicated anywhere else in our offer; the condition indicated in this summary shall prevail.
Authorized signatory of the bidder :
Title :
Designation:
Date:
13
ITB No. : PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
ANNEXURE —V SH. 01 OF 02
PRICE SCHEDULE
NAME OF BIDDER:
OFFER NO.:
ITEM: AMC services of Desktops/Workstations, Laptops, Printers and other peripherals for 2 years.
SI No
Item Qty
(A)
Annual (1 year) Unit Rate
(B)
Unit Rate for 2 years
(C= B*2)
Total Cost of AMC for the period and
referred quantity
D = A * C
Desktops/Workstations
1 Dell Optiplex 980 120
2 HP Compaq 8000 Elite 120
3 HP XW4600 workstation grade desktop
10
4 Acer Power Q35 80
5 HP Compaq dc7800 20
6 HP dx7380 MT(RX445AV) 59
7 HP Pavalion B100 1
Laptops
8 Sony Vaio laptop 29
9 Acer Aspire AS5745 notebook 10
Printers & other peripherals
10 HP CLJ cp2025n 2
11 DesignJet T610 1
12 HP LaserJet 4014 10
13 Hp Color LaserJet 3525dn 2
14 HP Color LaserJet 3800 1
15 HP Color LaserJet CP2605dn 2
16 HP Design Jet 500 1
17 HP Design Jet 500+ 1
18 HP LaserJet 1319f 20
19 HP LaserJet 9040dn Printer 10
20 HP LaserJet 1505 14
21 HP LaserJet P1606dn Printer 10 r 22 HP LaserJet P3015dn Printer 10
23 HP LaserJet Pro 400 Color m451dn 1
24 HP LaserJet Pro M1536dnf MFP 1
14
tt3irogi PDIL ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
SI No
Item Qty
(A)
Annual (1 year) Unit Rate
(B)
Unit Rate for 2 years
(C= B*2)
Total Cost of AMC for the period and
referred quantity
D = A * C 25 PANASONIC KX-MB2085 1
26 HP LaserJet M1319f MFP 6
27 HP All-in-one MFP 3050 4
28 HP LaserJet 1020 4
29 HP LaserJet 1022 20
30 HP ScanJet N9120 2
31 Canon MF4350d 1
32 HP Color LaserJet CM2320fxi MFP 1
33 HP LaserJet 5200N A3 Size 1
34 HP Color LaserJet CM1312nfi MFP 1
35 Panasonic KX-FL422CX 2
36 HP ScanJet G2410 Flatbed Scanner 5
37 HP Scanjet G2410 5
38 HP 5590 Scanner 15
39 HP ScanJet 5590 Digital 5
40 Charges for Deployment of personnel for the above contract 2
41 Total Cost of AMC (exclusive of taxes)
42 Taxes & Duties
42.1 Service tax @ .....% on above
42.2 Any other taxes and duties
43 GRAND TOTAL (inclusive of taxes) :
F.:}2rg Total Price ( In words) :
Bidder's Signature :
Name:
Designation :
Seal :
Date :
15
PDIL ITB No. : PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
Annexure — VI
Format of Details for payment
Bidders are required to submit the following details on the company's letter head for online
transfer to amount to their account:
1. Contractor Name / Company Name
Address:
Phone No.
E-mail ID
2. a)
Name of the Bank
b) Address of the Branch
c) Telephone No.
9 Digit Code number of the Bank and Branch appearing on the MICR cheque issued by the Bank
d) 11 Digit NEFT/IFSC Code of the Bank Branch
e) Account Type (SB/CC/CA)
f) Bank Account No.(as appearing on the Cheque)
\ g'
Permanent Account Number (PAN) Under Income Tax Act.
h) Service Tax Registration Number
i) Name of Authorized Signatory
_ j) Contact Person Name
We hereby declare that the particulars given above are correct and complete
Authorized signatory of the bidder :
Title :
Designation :
Date :
16
trTif PDIL ITB No.: PNCM/27/01/2015/AMC/E/100737 dated 11-08-2015
Annexure- VII
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date: To,
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No:
Name of Tender / Work: -
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned 'Tender/Work' from the web site(s) namely:
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents
from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein.
3. The corrigendum(s) issued from time to time by your department/ organisation too have also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
17