Document Detail

Title: Tender Document
Reference No.: IRDAI/IT/18-19/15
Date: 01/02/2019
RFP for providing Comprehensive Annual Maintenance of IT Systems & Peripher

Tender ID 2019_IRDAI_438007_1

Insurance Regulatory and Development Authority of India

 

RFP No. - IRDAI/IT/18-19/15

01/02/ 2019

Tender Document for

 

Invitation of RFP for providing Comprehensive Annual Maintenance of IT Systems & Peripherals in IRDAI (Hyderabad)

Through E-Procurement (CPPP) - Open Tender in two bid system

 

Issued By

Insurance Regulatory and Development Authority of India

Survey No. 115/1, Financial District,

Nanakramguda, Gachibowli,

Hyderabad – 500032

Ph: (040) 20204000

Telangana State (INDIA)

Email: it@irda.gov.in

 

 

 

 

 

 

 

Schedule

Time line

1.

Publish date of tender

01/02/2019 11:00 AM

2.

Document download Date

01/02/2019 11:00 AM

3.

Clarification start Date and End Date

01/02/2019 12:00 PM

to

07/02/2018 02.00 PM

4.

Pre-Bid Meeting

08/02/2018 11.00 AM

5.

Bid submission Start date and end date by the intending bidders

15/02/2018 02.00 PM

To

21/02/2018 02.00 PM

6.

Last date of submission of Demand Draft in original payable in favour of Insurance Regulatory and Development Authority of India payable at HYDERABAD towards Earnest Money Deposit (EMD)

21/02/2018 02.00 PM

7.

Amount of Earnest Money Deposit

?24,000/-

8.

Tenders/ Bids opening and technical bids/cover opening

22/02/2018 02.00 PM

9.

Date of download of financial bids

To be notified later to only those bidders who qualify in technical bids.

10.

For any query

Ph: (040) 2020 4219/325

email: it@irda.gov.in ;


(“
RFP No – IRDAI/IT/18-19/15” shall be present in subject line, otherwise query will not counted.)

INSURANCE REGULATORY AND DEVELOPMENT AUTHORITY

Sy No. 115/1, Financial District, Nanakramguda, Hyderabad – 500032

 

Invitation of RFP for providing Comprehensive Annual Maintenance of IT Systems & Peripherals in IRDAI (Hyderabad)

 

On-line bids are invited under two bid system (Technical and Financial) from the AMC Service Providers (based in Hyderabad / Secunderabad only) for the Annual Maintenance of IT Systems & Peripherals etc as per Annexure – ‘A’.

 

The detailed bidding document etc. can be viewed / downloaded from the website: http://eprocure.gov.in. Bidders are required to upload and submit their e-bid on Central Public Procurement Portal (CPPP) only. All amendments, time extension, clarifications, etc., will be uploaded on the CPPP only and will not be published in newspapers. Bidders should regularly visit website to keep themselves updated.

 

1.   IRDAI Background

 

Insurance Regulatory and Development Authority of India (hereinafter ‘IRDAI’) is a Statutory body established under Section 3(1) of IRDAI Act, 1999 to protect the interests of policyholders of insurance policies and to regulate, promote and ensure orderly growth of the Insurance Industry and for matter connected therewith or incidental thereto. Please visit the website www.irdai.gov.in for information about the IRDAI. IRDAI is having its head office at Hyderabad and regional offices at Mumbai and New Delhi.

 

 

 

 

2.   Scope of work:

 

1.    The scope of work consists of Comprehensive On-site maintenance of IT Systems and peripherals as specified in Annexure A and as per the Terms and Conditions mentioned in the RFP for IRDAI offices in Hyderabad.

2.    The AMC is for a period of 2 years and may be extended for one more year based on the requirement.

3.    The comprehensive maintenance of IT hardware includes repair / replacement of all faulty systems / parts including mouse, keyboard, fusser assemblies and plastic parts of the printers.

4.    Vendor shall station qualified and competent personnel at the premises of IRDAI and shall provide details of such persons including their names, addresses and qualifications etc. to the IRDAI. It shall also inform the hierarchy of personnel to be contacted by IRDAI in case of unsatisfactory performance of its authorized personnel. At least THREE qualified and competent service engineers shall be present in the office of IRDAI on full-time basis on all working days of the Authority including Saturdays for resolving computer related problems.

5.    Installation of OS and other software of the system as per requirements.

6.    Update the patches of the all systems and keep them in working condition

7.    Troubleshooting network related problems. Wherever replacement of Network point or cable is required, it will be done on a chargeable basis

8.    On-site support for Home Office systems provided to the top officials (if any). Only local conveyance charges (Bus/ Auto) shall be reimbursed to Service Engineer for attending such calls.

9.    Users call management / help desk facility with proper software.

10. Maintenance support / facility management includes problem/issues, trouble shooting and correction, device drivers & Firm Ware Upgrades, disks & RAID Systems support like O.S Reinstallation, registration of problems/issues to Original Equipment Manufacturer (OEM) raise the tickets and follow up.

11. Provide support in day to day operation in Hardware / Network, video conference systems, issues in outlook, other mail clients etc as required by authority.

12. Maintenance includes all O.S. related Technical Support like O.S, Upgrade installation, configuration, service packs & O.S. Upgrade installation, etc.,    

13. Maintain the IT assets of IRDAI, providing IT related solutions as required.

14. Vendor shall maintain the call logging reports on a daily-basis along with the status of the calls registered. A cumulative call logging report shall be submitted at the end of every week along with the status of all the calls registered during the week. All the user complains shall be closed on the same day. Parts which are to be replaced shall be completed within 24 Hrs or else standby should be provided.

15. Vendor meeting with IRDAI officials minimum once in a quarter or as per the request of the authority.

16. Vendor shall provide 3 No’s Computers with necessary peripherals and accessories having the latest configuration and also 3 No’s HP Network B/W Duplex Laser printers, 2 No’s Scanners as a standby in the premises of IRDAI. Vendor shall maintain the stock of 5 No’s both Mouse and Keyboard in IRDAI office to meet urgent requirement and to replace the faulty one.

17. Vendor shall carry out preventive maintenance once in three months of all the IT Systems including its peripherals and other accessories of IRDAI. The preventive maintenance shall include creation of Emergency diskette for the Servers. The preventive maintenance shall be completed during the first week of every quarter.

18. The preventive maintenance activities includes but not restricted to the following:

a.    Cleaning of all ‘systems’ by Vacuum Cleaner or such other device as may be permitted by IRDAI.

b.    Cleaning of Mouse, Key Board and CD-ROM Drives etc using cleaning liquids and cartridges.

c.    Checking hard disks / memory and other parts of the systems periodically.

d.    Running diagnostic tools.

e.    Any other preventive maintenance activity for smooth functioning of the ‘systems’ at the request of IRDAI.

 

19. It is hereby clarified that all the parts of the Desktop / Laptops systems including Monitors, Keyboard, Mouse, Network Interface cards, Internal modem cards, Operating systems (Microsoft related), Multimedia kit, speakers and mic are covered under the maintenance to be provided by the Vendor.

20. Printers including plastic parts, fusser assemblies but excluding toner cartridges shall be maintained by Vendor

 

3.   Pre-Qualification (PQ) / Eligibility Criteria (EC)

Sl. No.

Basic

Requirement

          Specific Requirements

Documents Required

1

Sales Turnover

Annual Turnover during each of the last three financial years should be a minimum of ? 60 Lakh.

Extracts from the audited Balance sheet and Profit & Loss Account;

OR

Certificate from the Statutory Auditor

2

Letter of authorization from OEM

The Bidder should have a Letter of Authorization / channel Partner / Authorized Service Provider from Dell / HP / Lenovo (any one).

-       Date not less than 6 month earlier from the date of RFP publishing

or

-       Duration should cover the entire tenure of the work.

Letter of authorization; as per template provided (Form 3)

3

Technical Capability

The Bidder successfully undertaken one of the following number of similar nature work / engagement(s) , in last 3 years, of value specified herein :

-       One project  not less than the amount ? 10 Lakh

-       OR

-       Two projects  not less than the amount equal ? 6 Lakh

-        OR

Three projects not less than the amount equal ? 4.8 Lakh

-       Definition of “similar nature” of work :  Similar work means providing comprehensive annual maintenance for Desktops, Servers, Printers, scanners, Laptops etc and also providing facility management services

Work Order /Purchase Order / Invoice;

 

-       One project  not less than the amount ? 10 Lakh

-       OR

-       Two projects  not less than the amount equal ? 6 Lakh

-        OR

Three projects not less than the amount equal ? 4.8 Lakh

4

Legal Entity

The Bidder should be a registered firm / company must have well established Business Representative Office / Presence in Hyderabad / Secunderabad.

Also the company should be registered with the Tax Authorities and operating for the last 5 years.

(i)      Certificates of incorporation / Registration Certificates with proof of 5 years completion. (Proof under Shop and Establishment act is also applicable)

(ii)   PAN NO , GSTIN

(iii) Latest IT returns of the bidder

5

EMD Submission

The bidder should submit the Earnest Money Deposit (EMD) by way of Demand Draft in favour of Insurance Regulatory and Development Authority of India payable at HYDERABAD as the non-interest bearing Earnest Money Deposit 

EMD amount of  

? 24,000/- (Rupees Twenty Four Thousand only).

6

Debarment

 

The bidder should not have been blacklisted by any State Government/Central Government and/or any Central PSU

A Self Certified letter from the bidder

 

4.   INSTRUCTIONS, TERMS & CONDITIONS

 

1)    Vendor shall provide for both preventive and remedial measures which include free replacement of defective parts of devices, for the maintenance and upkeep of computers including its peripherals, systems and other accessories.

2)    Vendor shall provide escalation matrix to IRDAI along with the contact details of the officials.

3)    Important Points – Interested Bidders are requested to take a note on the below mentioned points –

a)    During the AMC period Desktops may be replaced by Laptops. In that case the AMC amount will be recalculated according the unit rate quoted by the bidder. For example – The AMC cost for that Desktop will be subtracted and unit rate for the laptop will be added. In this case unit rate of Lenovo L460 intel core i7 (Sl. No. 6.2 of the Annexure A) laptop will be considered for the newly added laptops.

b)    Number of Printers under AMC may be reduced significantly during the tenure of AMC period. The cost of the same will be recalculated accordingly.

 

4)    EMD Deposit of ? 24,000.00 (Rupees Twenty Four thousand only) by way of demand draft / pay order of any nationalized banks / scheduled bank in favour of Insurance Regulatory and Development Authority of India payable at HYDERABAD as the non-interest bearing Earnest Money Deposit in Technical cum Commercial Bid. Technical cum Commercial Bid without EMD shall be rejected. Cheques, Bank Guarantees will not be accepted towards EMD. The EMD normally to remain valid for a period of 45 days beyond the final bid validity period.

The original Demand Draft towards Earnest Money Deposit and hard copy of the documents mentioned above must be submitted on or before bid submission closing date and time to the under signed. Failure to do so is likely to entail rejection of bids. (The Demand Draft should be in sealed cover by mentioning the RFP Name and Number along with the Bidders Name, Address, Phone and Email Id)

* Exemption allows for MSME & NSIC registered company as per GFR -2017 rules after submission of valid proof.

Presently EMD/Tender Fee exemptions and price preference are applicable to only Micro and Small Industries. View above, if you are claiming EMD/Tender Fee exemptions , you should meet above criteria for Micro and Small Industries. You have to submit your supporting documents like NSIC registration certificate, MSE registration certificate issued by competent Govt bodies to become eligible for the above exemption. Also your certificate (NSIC) / MSE shall cover the items tendered to get EMD/Tender fee exemptions. NSIC certificate shall be valid as on due date / extended due date of the tender. This is not applicable if you are non NSIC unit.

 

The bid / proposal submitted without EMD, mentioned above, will be summarily rejected. The EMD may be forfeited:

       If a Bidder withdraws its bid during the period of bid validity.

       In case of a successful Bidder, if the Bidder fails to sign the contract in accordance with this RFP.

 

5)    Validity of tender: Offer should remain valid for 180 days from the date of opening of tender.

 

6)    PERFORMANCE BANK GUARANTEE (PBG):

a)    The successful bidder, within 15 days of the date of issue of Letter of Award/ Work Order, will be required to furnish Performance Bank Guarantee of 20% of value of AMC in the form of a Bank Guarantee for the due performance of the contract period.

b)    The PBG should remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the supplier including warranty/contract period.

c)    No interest will be payable on the PBG AMOUNT.

d)    The PBG amount will be returned to the Supplier after satisfactory completion of the delivered works as per terms and condition of the Work/Job Order.

e)    The PBG shall contain a claim period of three months from the last date of validity. The selected Bidder shall be responsible for extending the validity date and claim period of the PBG as and when it is due on account of non-completion of the project and Warranty period. In case the selected Bidder fails to submit PBG within the time stipulated, IRDAI at its discretion may cancel the order placed on the selected Bidder without giving any notice. IRDAI shall invoke the PBG in case the selected Vendor fails to discharge their contractual obligations during the period or IRDAI incurs any loss due to Vendor’s negligence in carrying out the project implementation as per the agreed terms & conditions.

 

7)    Process: On the day of Tender opening only Technical Bids will be opened and the Price/ Commercial bid will be opened on later date for the technically qualified bidders only.

8)    The Mean Time to repair (MTIR) any equipment during Operations and Maintenance would be 2 hours from time of logging the call and shall be carried out as per the following clauses.

a. All calls logged in before 13.00 Hrs on all working days shall be resolved on the same day.

b. All calls logged in after 14.00 Hrs shall be resolved by 11.30 Hrs on the next working day.

 

 

9)    Price: Price in the Commercial Bid / BOQ shall be excluding tax but including all other costs. The bidder should quote the amount as per the format (BOQ) given in price bid and the price should be inclusive of all charges, delivery charges, labour cost etc. No additional amount will be payable by IRDAI. The quoted price should exclude all taxes as per the format given. The applicable taxes will be payable at the time of payment.

10) The L1 will be selected based on the price excluding tax.

11) Vendor shall not have any objection regarding the third party hardware installation by IRDAI, during the agreement period. However, when new systems are added by IRDAI, the payment to be made to vendor for additional responsibility of maintaining these systems in terms of this agreement shall be increased proportionately. Similarly if there is any reduction in the number of IT Systems to be maintained under this Agreement for any reason whatsoever, the payment shall be proportionately reduced.

 

12) PAYMENT TERMS:

a)    Payment will be made on quarterly basis at the end of every quarter and the payment shall be made on a claim made by the vendor and the vendor shall quote its PAN No. and GST No. in all such claims

b)    In case, a system is not repaired or not attends to within 24 hours or if no standby is provided, the payment for that quarter for that system shall not be made.

c)    If any service engineer absent for more than 2 consecutive days, substitute must be provided by the vendor, failing which a penalty of Rs 500/- per day per engineer will be applicable.

d)    Failure to attend the vendor meeting, a penalty of Rs 5000/- will be applicable.

e)    If the preventive maintenance is not carried out or delayed in any quarter, a penalty of 10% of the quarterly payment shall be recovered from the payment due.

 

 

13) Vendor shall guarantee a minimum uptime of 98% during the maintenance period. Vendor shall maintain a record of ‘breakdown and repair’ of scheduled equipment, which shall be in the custody of the Authority.

14) In case of extremely unsatisfactory execution, incompetence, bad workmanship, IRDAI is empowered to terminate the contract and engage separate agencies for completing the work on successful bidders risk & cost by serving 2 weeks’ notice to the successful bidder.

15) The selected vendor should enter into an agreement with IRDAI and the required stamp fee and other cost should be borne by the selected vendor.

16) In case of change of service engineer or change of vendor at the start / end of the AMC period, knowledge transition and handing over the jobs to be done.

17) A person digitally signing the tender documents forming part of the tender on behalf of another person should have an authority to participate in the bid on behalf of such other person and on enquiry, if appears that the persons so signing had no authority to do so, the IRDAI, without prejudice would have every right to cancel the bids.

18) No interest is payable on the EMD. In case of withdrawals or amends or impairs or derogates or non-compliance of bid/Tender condition(s) of the offer in any respect within the validity period of the tender or refusal of furnishing Contract / Job / Work Order, the amount is liable to be forfeited.

19) The EMD will be returned to the all unsuccessful bidders after finalization of the tender.

20) IRDAI, Hyderabad reserves the right to accept or reject any tender / bid in part or parts only with such conditions as it may be prescribed. Further IRDAI reserves the right to open or not to open the tenders on the day specified or next working day due to un-avoidable circumstance.

21) Tender must be complete in all respects. The bid will be summarily rejected without assigning any reasons, if found incomplete.

22) In case, clarifications if any, sought by IRDAI after opening of Tenders, then the reply should be restricted to the clarifications sought.

23) Vendor shall maintain confidentiality and integrity of Authority’s information. Neither the vendor nor any of its authorized personnel shall indulge in unauthorized use of Software of IRDAI. In case of breach of information the Authority has right to take appropriate action and claim damages for non-compliance

24) Vendor shall not divulge any information to which it had access under this agreement. Neither vendor nor any of its authorized personnel shall indulge in unauthorized use of software of IRDA.

25) Vendor shall not publicize this agreement for its sales promotion.

 

 

26) General:

a)    All information supplied by the Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the IRDAI on the basis of this RFP

b)    No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the IRDAI. Any notification of preferred Bidder status by IRDAI shall not give rise to any enforceable rights by the Bidder. IRDAI may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of the IRDAI.

c)    While effort has been made to provide comprehensive and accurate background information and requirements and specifications, Bidders must form their own conclusions about the support required.

d)    The RFP supersedes and replaces any previous public documentations and communications and Bidders should place no reliance on such communications.

e)    Bidders are advised to study all instructions, forms, requirements, appendices and other information in the RFP documents carefully. Submission of the bid / proposal shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

f)     Bidders who meet the pre-qualifications/eligibility requirements would be considered as qualified to move to the next stage of financial evaluations. The Services offered should meet all the technical and functional specifications given in the section “Scope of Work”. Non-compliance of any of the technical and functional specifications will attract rejection of the bid.

27) Prior to the expiration of the validity period, IRDAI may notify the successful Bidder in writing or by email, that its proposal has been accepted. In case the tendering process has not been completed within the stipulated period, IRDAI, may request the Bidders to extend the validity period of the bid. In such case, only the bids of the bidders, who submit written consent for extension of such bid validity, will be considered for evaluation.

 

28) Force Majeure:

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or IRDAI as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the contract, such as:

1. Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics

2. Acts of any government, including but not limited to war, declared or undeclared priorities, quarantines and embargos

3. Terrorist attack, public unrest in work area provided either party shall within 10 days from occurrence of such a cause, notifies the other in writing of such causes. The Bidder or IRDAI shall not be liable for delay in performing his/her obligations resulting from any force majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination. Notwithstanding this, provisions relating to indemnity, confidentiality survive termination of the contract.

29) IRDAI reserves the right to cancel any/all the tender(s) without assigning any reason. 

30) IRDAI’s decision in any of the matter(s) is final and binding on each other.

31) Suite or any legal proceedings in regard to this matter arising in any respect under this contract shall be instituted in any court in HYDERABAD only.

  

Sd|-
A.R.Nithiyanantham
Chief General Manager (IT)

ANNEXURE: FORMAT FOR SUBMISSION OF QUOTATION

Form 1: Particulars of the Bidders

SL

No.

Information Sought

Details to be Furnished

A.    

Name and address of the bidding

Company

 

B.    

Incorporation status of the firm (public limited / private limited, etc.)

 

C.    

Year of Establishment

 

D.    

ROC Reference No., Date & details

 

E.    

Details of registration with appropriate authorities for tax - GSTIN, PAN NO & others (if any)

 

F.    

NEFT Details

 

 

G.    

Name, Address, email, Phone nos. and Mobile Number of Contact

Person

 

 

 

Form 2: Compliance Sheet for Pre-qualification Proposal

Sl. No.

Basic Requirement

Documents Required

Provided

Details

Page

1)       

Sales Turnover

Balance sheet and Profit & Loss Account; OR

Certificate from the statutory auditor

*last three financial years

*min of ? 60 Lakh per year

(SL No 1 of PQ criteria)

Yes / No

 

 

2)       

Letter of authorization

Letter of Authorization / channel Partner / Authorized Service Provider from Dell / HP / Lenovo (any one). (SL No 2 of PQ criteria)

Yes / No

 

 

3)       

Technical Capability

Work Order /Purchase Order / Invoice

-       One project  not less than the amount ? 10 Lakh -   OR

-       Two projects  not less than the amount equal ? 6 Lakh - OR

Three projects not less than the amount equal ? 4.8 Lakh

* in last 3 years, similar nature project

(SL No 3 of PQ criteria)

Yes / No

 

 

4)       

Legal Entity

(i)      Certificates of incorporation /    Registration Certificates with proof of 5 years completion.

(Proof under Shop and Establishment act is also applicable)

(ii)   PAN NO , GSTIN

(iii) Latest IT return

* Presence in Hyderabad / Secunderabad

(SL No 4 of PQ criteria)

Yes / No

 

 

5)       

EMD

? 24,000/- DD in favour of Insurance Regulatory and Development Authority of India payable at HYDERABAD (SL No 5 of PQ criteria)

Yes / No

 

 

6)       

Debarment

A self certified letter

(SL No 6 of PQ criteria)

Yes / No

 

 

7)       

Particulars of the Bidders

As per Form 1

Yes / No

 

 

 

*        Please Check “Pre-Qualification (PQ) / Eligibility Criteria” of the RFP and submit all the documents as asked.

 

Form 3: Authorization Form

 

No. Date:

To:

 

Authorization Letter

Dear Sir:

Ref: Your RFP Ref: * dated *

 

We who are established and reputable manufacturers / producers of _____________________having factories / development facilities at ___________________________________(address of factory / facility) do hereby authorize M/s ___________________________________________________________ ____________________________________________ (Name and address of Agent / Bidder), who is our Authorized Channel Partner / Authorized Service Provider valid from __/__/____, to __/__/____, to submit a Bid, and sign the contract with you against the above Bid Invitation _____________________(RFP No, Name and date).

 

We hereby declare that our full guarantee and warranty for the Solution, Products and services offered by the above firm against this Bid Invitation.

 

 

Yours faithfully,

(Name)

(Name of Producers)

 

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and duly authorized to bind the OEM, by way of a board resolution or power of attorney to bind the manufacturer. The Bidder in its Bid should include it.

 

ANNEXURE: A (IT Systems and peripherals)

Sl. No

Schedule of Equipments

Qty

Scope/ remarks

1

Desktops

   

1

HP Dual Core-P4-2.8Ghz-1 GB ram-160 gb hdd-Windows-xp-Optical mouse-dvd-rw-TFT17

1

Comprehensive AMC including helpdesk

2

Acer Veriton M200-Q45 SFF-intel core 2 duo 3GHz-2GB RAM-320GB HDD-DVD RW-Windows 7-18.5 LCD monitor-DVD RW-Optical mouse and keyboard

1

Comprehensive AMC including helpdesk

3

Dell Optiplex 790SF-i5 3.1GHz-2GB DDR3-320GB HDD -Windows 7 Professional-18.5 LCD monitor-DVD RW-Optical mouse and keyboard

1

Comprehensive AMC including helpdesk

4

HP 8300 Elite Pro SFF-i7 3.4GHz-2GB DDR3-500GB HDD -Windows 7 Professional-18.5 LCD monitor-DVD ROM-Optical mouse and keyboard

63

Comprehensive AMC including helpdesk

5

HP 406G1 – Intel core i7-4770 3.4 GHz 8M HD 4600 CPU Windows 8.1 pro 64 Bit OS 4GB DDR3 1600 DIMM(1x4GB) RAM, 500 GB Hard Disk with 7200 RPM SATA 6G 3.5” HDD Super Multi DVD RW HPv192 18.5 LED Color Monitor

10

Comprehensive AMC including helpdesk

6

Dell Desktop Optiplex 9020 MT Intel Core i7-4790 Processor Quad Core 3.6Ghz 8MB Cache, 4GB(1x4GB) 160Mhz, DDR3 RAM 500 GB SATA Hard Disk with 7200 RPM HDD 8x Slimline DVD/RW, Intel Integrated Graphics, DVI-A to VGA Adapter, Dell MS111 Mouse, Dell KB212 Keyboard, Windows 8 with 64-bit OS
Dell Monitor 20” E2014H

11

Comprehensive AMC including helpdesk

7

HP 406G1 – Intel core i7-4770 3.4 GHz 8M HD 4600 CPU Windows 8.1 pro 64 Bit OS 4GB DDR3 1600 DIMM(1x4GB) RAM, 500 GB Hard Disk with 7200 RPM SATA 6G 3.5” HDD Super Multi DVD RW HPv192 18.5 LED Color Monitor

10

Comprehensive AMC including helpdesk

8

HP Desktop 406G1 - Intel Corei7-4770 (3.4Ghz.Processor) 4GV DDR3 Ram, 500GB HDD DVD/RW,USB Keyboard, USB Mouse. Windows 8.1 Pro 64bit.
HP Monitor 18.5

25

Helpdesk support to be provided - Facility Management till - 07-06-2019.
Then Comprehensive AMC including helpdesk

9

Dell Optiplex 7040 Intel core i5-6500 CPU @ 2.50GHZ (4 CPU) 8 GB Ram 500 GB HDD wireless HDMI cable micro tower SFF Monitor 19’’ LED Windows 10 64bit

163

Helpdesk support to be provided - Facility Management tiil 13-08-2019.
Then Comprehensive AMC including helpdesk

10

DELL 7450 AIO Desktop 23.8 inch screen, 7th Gen, Intel Core i7-7700 (3.6 GHz, 8 MB Cache, 4 Cores), 1 TB HDD, DDR4 8 GB RAM, Win 10 Pro, Touch Screen, HD Webcam

2

Helpdesk support to be provided - Facility Management tiil 31-05-2021.
Then Comprehensive AMC including helpdesk

 

Total Desktops

287

 

2

iMac

8

Only helpdesk support to be provided - Facility Management

3

Scanners

   

1

Canon LiDE 700F

1

Comprehensive AMC including helpdesk

2

HP Scanjet 5000

1

Comprehensive AMC including helpdesk

3

HP ScanJet G3110

1

Comprehensive AMC including helpdesk

4

HP Scanjet N6350

1

Comprehensive AMC including helpdesk

5

HP-Scanjet G3010

1

Comprehensive AMC including helpdesk

6

Canon DR-F120

2

Comprehensive AMC including helpdesk

7

Canon DR-C225

2

Comprehensive AMC including helpdesk

8

Canon 9000F

1

Comprehensive AMC including helpdesk

9

Hp Scanjet 8270

1

Comprehensive AMC including helpdesk

10

Canon DR-C125

1

Comprehensive AMC including helpdesk

11

Canon scanner image DR-C225

3

Only helpdesk support to be provided - Facility Management till 05/03/2020, then includes in AMC

12

Canon scanner image DR-c225

1

Only helpdesk support to be provided - Facility Management till 22/03/2019, then includes in AMC

13

CANON DR-F120 Document Scanner

1

Only helpdesk support to be provided - Facility Management till 28/06/2019, then includes in AMC

14

Canon Image Formula DR-F120

1

Only helpdesk support to be provided - Facility Management till 18/09/2019, then includes in AMC

 

Total Scanners

18

 

4

Printers

   

1

HP LaserJet 1010

1

Comprehensive AMC including helpdesk

2

HP LaserJet 1020

5

Comprehensive AMC including helpdesk

3

HP LaserJet 1020plus

5

Comprehensive AMC including helpdesk

4

HP Laserjet 1200 Series

1

Comprehensive AMC including helpdesk

5

HP Color Laserjet CP1525n

1

Comprehensive AMC including helpdesk

6

HP Laserjet 2420dn

1

Comprehensive AMC including helpdesk

7

HP LaserJet 2600N Color Laser

1

Comprehensive AMC including helpdesk

8

HP LaserJet 3030

1

Comprehensive AMC including helpdesk

9

HP Laserjet M1005 MFP

4

Comprehensive AMC including helpdesk

10

HP Laserjet Pro 400 M401dn

8

Comprehensive AMC including helpdesk

11

HP LaserJet P1007

4

Comprehensive AMC including helpdesk

12

HP LaserJet P1106 Printer

4

Comprehensive AMC including helpdesk

13

HP LaserJet P1108 Printer

2

Comprehensive AMC including helpdesk

14

HP LaserJet P1606DN Printer

1

Comprehensive AMC including helpdesk

15

HP Laserjet P2055DN Printers

2

Comprehensive AMC including helpdesk

16

HP Laserjet Pro MFP M226dn

7

Comprehensive AMC including helpdesk

17

HP Laserjet Pro MFP M226dn

1

Only helpdesk support to be provided - Facility Management till 01/08/2019, then includes in AMC

18

HP Laserjet Pro 200 Color M251n

1

Comprehensive AMC including helpdesk

19

HP LASERJET 1136 MFP

1

Comprehensive AMC including helpdesk

20

HP Laserjet Pro M202DW

4

Comprehensive AMC including helpdesk

21

HP Laserjet Pro M202DW

1

Only helpdesk support to be provided - Facility Management till 04/12/2020, then includes in AMC

22

HP Color Laserjet Pro M252n

4

Comprehensive AMC including helpdesk

23

HP LASERJET PRO MFP M377 PCL6

2

Only helpdesk support to be provided - Facility Management till 11/05/2019 then includes in AMC

24

HP Color Laserjet pro m254dw

15

Only helpdesk support to be provided - Facility Management till 20/11/2019, then includes in AMC

 

Total Printers

77

 

5

Server
SunOS irda-oracledbs 5.9 Generic_112233-05 sun4u sparc SUNW,Sun-Fire-280R
1GB RAM
System Configuration: Sun Microsystems sun4u Sun Fire 280R (UltraSPARC-III+)
System clock frequency: 150 MHz
Memory size: 1024 Megabytes

1

Comprehensive AMC including helpdesk

6

Laptops

   

1

LENOVO IDEAPAD S510P
Core i5-4200U(1.60 GHz) 4 GB DDR3, 500 GB HDD

1

Comprehensive AMC including helpdesk

2

Lenovo L460
Intel Core i7 (1.8 Ghz), 4GB RAM, 500GB HDD

6

Only helpdesk support to be provided - Facility Management till 02/08/2019, then includes in AMC

3

HP 2in1 x2 1012
Intel Core M (5th Gen) , 1.1 GHz with Turbo Boost Upto 2.7 GHz ,
8 GB DDR3, 256 GB SSD
12 inch touch

1

Only helpdesk support to be provided - Facility Management till 22/03/2020, then includes in AMC

 

Total Laptops

8

 

7

Resident Engineers

3

 

 

  • Download


  • file icon

    RFP for providing Comprehensive Annual Maintenance of IT Systems & Peripher.pdf

    11.4 MB
  • file icon

    RFP for providing Comprehensive Annual Maintenance of IT Systems & Peripher Attachment-1.doc

    212 KB