You are on page 1of 31

01/CAO/C/SC/2010,DT:08.01.

2010 (ITEM-3) Page - 1

SOUTH CENTRAL RAILWAY

Issued to: M.R.No. dt:


Sri/M/s:__________________________________

__________________________________

__________________________________

for Chief Admn. Officer/Con/SC.

(NOT TRANSFERABLE)

FORM-‘A’
(For works and supplies above Rs.10,000/-)

REGULATIONS FOR TENDERS AND CONTRACTS.


CONDITIONS OF TENDER AND SCHEDULE OF RATES AND QUANTITIES
FOR

Tender Notice No. 01 /CAO/C/SC/2010 dt.08.01.2010 (ITEM-3)

***

Name of work: Maintenance and repairs of Personal Computers including all peripherals and
Windows 2003 LAN system, as per schedule, in CAO/C’s office, S.C.Railway,
Secunderabad for a period of 2 (Two) Years.

Approximate Value : Rs. 1,41,600/-

Earnest money to be deposited : Rs. 2,840 (In Cash/DD/FDR/PO)

Date and Time of closing


of Tender Box. : 18.02.2010 at 11.00 A.M.

Date and Time of opening : 18.02.2010 at 11.30 A.M.


of Tender Box.
ATTENTION TO TENDERER
The ‘General Condition of Contract’ (G.C.C) has been revised, as such the tenderers should
read the relevant provisons carefully before quoting their rates. Major items to be noted are:
1. Scale of EMD has been revised (Para: 6 ) of Regulisations for tender and contracts.
2. Procedure for deduction of SD has been revised.(Para :11) Regulisation for Tender
3. New provision for Performance Guarantee has been added (Para-10) Regulisation for
Tender
4. No post tender correspondence will be entertained.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 2

The President of India acting-


Through: Chief Administrative Officer (Construction)
Chief Engineer(Construction),
Dy.Chief Engineer (Construction),
South Central Railway,
Secunderabad.

I/We_____________________________________________________________ have read


the various conditions of tender attached hereto and hereby agreed to abide by the said conditions.
I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed
for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest
Money Deposit of Rs.2,840/-

I/We offer to do the work “Maintenance and repairs of Personal Computers including
all peripherals and Windows 2003 LAN system, as per schedule, in CAO/C’s office,
S.C.Railway, Secunderabad for a period of 2 (Two) Years” at the rates quoted by me/us in the
attached schedule and bind myself/ourselves to maintain the computers for period of 2 (Two)
Years from the date of issue of letter of acceptance of this tender. I/We also hereby agree to abide
by the General and Special Conditions of contract and to carry out the works according to the
specification of materials and works laid down by south Central Railway for the present contract.

2. A sum of Rs.2,840/- is herewith forwarded as earnest money deposit. The full value of the
earnest money shall stand forfeited without prejudice to any other rights or remedies if –

a) I/We do not execute the contract document within seven days after receipt notice of
issued by the Railway that such documents are ready:
OR
b) I/We do not commence the work within ten days after receipt of orders to that effect.

3 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us and
indicated in the letter of acceptance of my/our offer for this work.

4 Payment of stamp duty on the agreement to be executed in pursuance of this tender will be
borne by the Railway.

Signature of witnesses:

1.

2.
Signature of contractor (s) & Date
Contractor’s address:

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 3

I ACCEPT THE TENDER AND AGREE TO PAY THE RATES AS ENTERED IN THE
SCHEDULES.

CHIEF ENGINEER(CONSTRUCTION),
S.C.RAILWAY : SECUNDERABAD.
FOR AND ON BEHALF OF THE
PRESIDENT OF INDIA.

WITNESSES:

1.

2.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 4

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF


CONTRACTORS FOR CIVIL ENGINEERING WORKS:

MEANING OF TERMS:
DEFINITIONS:

1. In these regulations for tenders and contracts the following terms shall have the meaning
assigned hereunder except where the context otherwise requires:

(a) “RAILWAY” shall mean the president of the Republic of India or the Administrative
Officers of the South Central Railway or of the successor Rly. authorized to invite tenders
and enter into contracts for works on his behalf.

(b) “GENERAL MANAGER” shall mean the Officer in Administrative charge of the whole
of South Central Railway and shall mean and include the General Manager of the successor
Railway.

( c) “CHIEF ADMINISTRATIVE OFFICER (CONSTRUCTION)” shall mean the officer in


Administrative charge of construction Organisation of south Central Railway and shall
mean and include the chief Administrative Officer of the successor railway.

(d) “CHIEF ENGINEER (CONSTRUCTION): shall mean the Officer-in-charge of the


Engineering Department South Central Railway and shall also include the Chief Engineer
(Construction), Chief Signal and Tele-communication Engineer and shall mean and include
the Chief Engineer, Chief Engineer (Construction) and Chief Signal and Tele-
communication Engineer of the successor Railway.

(e) “DEPUTY CHIEF ENGINEER (CONSTRUCTION) shall mean the deputy Chief
Engineer (Construction) of the south Central Railway or the successor Railway.

(f) “DIVISIONAL RAILWAY MANAGER” shall mean the Administrative Officer-in-


charge of a division of south Central Railway.

(g) “SENIOR DIVISIONAL/DIVISIONAL ENGINEER” shall mean the officer –in-charge


of a division or district of South Central Railway.

(h) “TENDERER” shall mean the person, the firm or company who tenders for the work with
a view to execute the work of contract with the railway and shall include their personal
representatives, successors and permitted assigns.

(i) “LIMITED TENDERS” shall mean tenders invited from all or some contractors on the
approved list of contractors with the railway.

(j) “OPEN TENDERS” shall mean tenders invited in Open and Public manner and with
adequate notice.

(k) “WORKS” shall mean the works contemplated in the drawings and schedules set forth in
the tender forms and description of contract and required to be executed according to
specifications.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 5

(l) “SPECIFICATIONS’ shall mean the specifications for materials and works, South Central
Railway, issued under the authority of the chief engineer or as amplified, added to or
superceded by special specifications, if any, appended to the tender forms.
(m) “SCHEDULE OF RATES, SOUTH CENTRAL RAILWAY” shall mean the schedule of
rates issued under authority of the chief engineer from time to time.
(n) “DRAWINGS” shall mean the drawings, plans and tracings or prints thereof annexed to the
tender forms.
2. Words imparting the singular number shall also include the plural SINGULAR
vice versa where the context requires. PLURAL

3. These regulations for tenders and contracts shall be read in INTERPRE-


connection with general conditions of contract which are referred to TATION
herein and shall be subject to modifications, additions or super
session by special conditions, if any, annexed to the tender forms

4. A contractor who has not carried out any work so far on this CONTRACTOR’S
Railway should furnish particulars regarding – CREDENTIALS

(a) His position as an independent contractor.


(b) His capacity to undertake and carryout works satisfactorily as
vouched for by a responsible official or firm
©) His previous experience on works similar to that to be contracted
for, in proof of which original certificate or testimonials may be
called for and their genuineness verified, if need be, by reference to
the signatories thereof.
(d) His knowledge, from actual personal investigation, of the resources
of the Zone or Zones in which he offers to work.

(e) His ability to supervise the works personally or by competent and


duly authorized agents.
(f) His financial position
5. Should a tenderer find discrepancies in, or omissions from the OMISSIONS AND
drawings or any of the tender forms or should be in doubt as in their DESCRIPANCIES
meaning, he should, at once notify the authority inviting the tenders
who may send written instructions to all tenderers. It shall be
understood that every endeavor has been made to avoid any error
which can materially affect the basis of the tender and the successful
tenderer shall take upon himself and provide for the risk of any error
which may subsequently be discovered and shall make no
subsequent claim on account thereof.

6a The tenderer shall be required to deposit Earnest Money with the EARNEST
tender for the due performance with the stipulation to keep the MONEY
offer open till such date as specified in the tender, under the
conditions of tender. The Earnest Money shall be 2% of the
Estimated Tender Value costing upto Rs.1 Crore and for works
estimated to cost more than Rs.1 Crore the earnest money shall be
Rs.2 lakhs plus 1/2 % (half percent) of the excess of estimated cost
of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore
i.e., Rs. 2,840/- as indicated in the Tender Notice.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 6

b It shall be understood that the tender documents have been


sold/issued to the tenderer and the tenderer is permitted to tender
in consideration of stipulation on his part, that after submitting his
tender he will not resile from his offer or modify the terms and
conditions thereof in a manner not acceptable to the Engineer.
Should the tenderer fail to observe or comply with the said
stipulation, the aforesaid EMD amount shall be liable to be
forfeited to the Railway.

c If his tender is accepted, this earnest money will be retained as


part of security for the due and faithful fulfillment of the contract
in terms of Clause 16 of the General conditions of contract. The
Earnest money of other tenderers shall save as herein before
provided, be returned to them, but the Railway shall not be
responsible for any loss or depreciation that may happen thereto
while in their possession nor be liable to pay interest thereon.

d The Earnest Money should be in Cash or in any of the following


forms:-

(i) “Deposit Receipts/Pay Orders/Demand Drafts.executed by


State Bank of India or any of the Nationalised Bans or by a
scheduled Bank” in favour of FA&CAO/C, S.C.Railway,
Secunderad.

7. Before submitting a tender, the tenderer will be deemed to have CARE IN


(a) satisfied himself by actual inspection of the site and locality of the SUBMISSION
works that all conditions liable to be encountered during the
execution of this works are taken into account and that the
percentage/rates he enters in the tender forms is/are adequate and
all inclusive to accord with the provisions in Clause 37 of the
General conditions of contract for the completion of works to the
entire satisfaction of the Engineer.

7 When the work is tendered for a firm or company of contractors


(b) shall sign the tender signed by the individual legally authorized to
enter into commitments on their behalf.
The Railways will not be bound by any power of attorney granted
by the tenderer or by changes in the composition of the firm made
subsequent to the execution of the contract. It may, however
recognize such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the
contractor.

8 Tenderer(s) who are submitting down loaded (from website) SUBMISSION OF


(a) tender documents must enclose with the tender form a TENDER
Demand draft issued by any Nationalised bank “IN FAVOUR DOCUMENTS
OF FA & CAO/CONSTRUCTION, S.C.RAILWAY, DOWNLOADED
SECUNDERABAD” towards the cost of tender documents. FROM WEBSITE
Tender offers not accompanying with the requisite tender fee
as above shall summarily be rejected.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 7

b) Only the original computer printout of the Tender documents


down loaded from the website must be submitted. Photo copies
are not acceptable. Tenders submitted in photo copies of
down loaded documents is liable to be rejected.

© If during the process of tender finalisation it is detected that


tenderer has submitted tender documents after making any
changes/additions/deletions in the tender documents down
loaded from website, his offer will be summarily rejected and
the earnest money deposited by the tenderer shall be forfeited
by the Railway.
9 The Railway reserves the right of not to invite tenders for any RIGHT OF
works, to invite open or limited tenders, and when tenders are RAILWAY TO
called to accept a tender in whole or in part or reject any tenders or DEAL WITH
all tenders without any assigning reasons for any such action TENDERS.

10 The successful bidder shall submit a Performance Guarantee (PG) PERFORMANCE


a) amounting to 5% of the contract value in any of the following GUARANTEE
forms : (P.G)
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5
percent below the market value,
(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee
Bonds. These forms of Performance Guarantee could be either of
the State Bank of India or of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by
all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 percent below market value or at
the face value which is less.
(xii) FDR in favour of FA&CAO/C/S.C.Railway/Secunderabad,
(free from any encumbrance) may be accepted.
(xiii) The prescribed format for Bank Guarantees ( BGs ) to be
accepted from the contractor is enclosed with the tender document
and it will be verified verbatim on receipt with original document.
(xiv) Bank Guarantees ( BGs) to be submitted by
supplies/contractors should be sent directly to the concerned
authorities by the issuing bank under registered post with A.O.

(b) A Performance Guarantee shall be submitted by the successful


bidder after the letter of acceptance has been issued, but before
signing of the agreement. The agreement should normally be
signed within 15 days after the issue of LOA and the Performance
Guarantee shall also be submitted within this time limit. This
guarantee shall be initially valid up to the stipulated date of
completion plus 60 days beyond that. In case, the time for
completion of work gets extended, the contractor shall get the

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 8

validity of Performance Guarantee extended to cover such


extended time for completion of work plus 60 days.

© The Performance Guarantee (PG) shall be released after physical


completion of the work based on the ‘Completion Certificate”
issued by the competent authority stating that the contractor has
completed the work in all respects satisfactorily. The security
deposit, however, shall be released only after the expiry of the
maintenance period and after passing the final bill based on
‘No Claim Certificate’.

(d) Wherever the contract is rescinded, the security deposit shall be


forfeited and the Performance Guarantee shall be encashed and the
balance work shall be got done independently without risk and
cost of the failed contractor. The failed contractor shall be
debarred from participating in the tender for executing the balance
work. If the failed contractor is a JV or a partnership firm, then
every member/ partner of such a firm shall be debarred from
participating in the tender for the balance work either in his / her
individual capacity or as a partner of any other JV / partnership
firm.
The Engineer shall not make a claim under the Performance
Guarantee except for amounts to which the President of India is
entitled under the contract (not withstanding and / or without
prejudice to any other provisions in the contract agreement) in the
event of :
i) Failure by the contractor to extend the validity of the
Performance Guarantee as described herein above, in which event
the Engineer may encash the full amount of the Performance
Guarantee.
ii) Failure by the contractor to pay President of India any amount
due, either as agreed by the contractor or determined under any of
the Clauses / Conditions of the agreement, within 30 days of the
services of notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of
the GCC the Performance Guarantee shall be forfeited in full and
shall be absolutely at the disposal of the President of India.

11 The scale of Security Deposit i.e., to be recovered from the


contractor shall be as follows:
Security Deposit should be 5% of the contract value.

The rate of recovery will be at the rate of 10% of the bill amount
till the full Security Deposit is recovered.
Security Deposit will be recovered only from the running bills of
the contract and no other mode of collecting SD such as SD in the
form of instruments like Bank Guarantee, Fixed Deposit Receipt
etc., shall be accepted towards Security deposit.

The security deposit shall be released only after the expiry of the
maintenance period and after passing the final bill based on ‘No
Claim Certificate’.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 9

i) After the work is physically completed, security deposit


recovered form the running bills of a contractor can be returned to
him if he so desires, in lieu of FDR/irrevocable Bank Guarantee
for equivalent amount to be submitted by him.
12 The tenderer whose tender is accepted shall be required to appear EXECUTION OF
in the office of the Chief Administrative Officer (Const), chief CONTRACT
Engineer, Deputy Chief Engineer (Construction), Divisional DOCUMENTS.
Engineer as the case may be in person or if a firm or corporation a
duly authorized representatives shall also appear and to execute
the contract document within (7) days after notice that such
documents are ready. Failure to do so shall constitute a breach of
the agreement effected by the acceptance of tender in which case
the full value of the earnest money accompanying the tender shall
stand forfeited without prejudice to any other rights or remedies.
In the event of any tenderer whose tender is accepted shall refuse
to execute the contract documents as herein before provided, the
Railway may determine that such tenderer has abandoned the
contract and there upon his tender and the acceptance thereof shall
be treated as cancelled and the Railway shall be entitled to forfeit
the full amount of earnest money and to recover the liquidated
damages for such default.

13. Every contract shall be completed in respect of the documents it FORM OF


shall constitute. Not less than 5 copies of the contract documents CONTRACT
shall be signed by the competent authority and the contractor and DOCUMENTS.
one copy given to the contractor.

14 The tender should be submitted in prescribed form annexed hereto. FORM OF


(a) The quotations will be subject to the General. Instructions QUOTATIONS
contained in pages of Schedule of Rates and quantities to which
the tenderer’s special attention is drawn. Tenderers are required to
quote item-wise rates/percentage rates as stipulated in the
schedules of the tender. The rates/percentage must be clearly
written in figures and in words.

(b) If any item is excluded by the tenderer in submitting his tender,


the Chief Admn.Officer (Construction), Chief Engineer (Const),
DY.Chief engineer (Const), Divisional Railway Manager, Senior
divisional Engineer/Divisional Engineer may reject the tender.

PLACE :

DATE :

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 10

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER

The tenderers who fulfils the following ELIGIBILITY CRITERIA are only eligible to
quote:

1.0 ELIGIBILITY CRITERIA & CREDENTIALS OF THE CONTRACTOR:

1.1 a) The tenderer(s) should have physically completed at least one similar single work
executed for Government departments or Semi Government / Public Sector undertaking
viz., “Maintenance and Repairs of Personal computers, Servers, Printers and Plotter
including all peripherals and Windows NT/2003 System” for a minimum value of 35%
of advertised tender value in the last three financial years (ie., current financial year and
three financial years).

1.2 The total contract amount received during the last 3 financial years should be a minimum of
150% of advertised tender value. Tenderer(s) should submit to this effect current ITCC or
attested certificate from the Central Govt./Public Sector under takings for the work done for
them or Audited balance sheet duly certified by the Chartered Accountant.

1.3 The value of work completed will not include the cost of any materials issued free of cost by
the Railway/ Department concerned. Only cash value of the Agreement and executed cash
value will reckon for eligibility.

1.4 Certificates from private individuals for whom such works are executed/being executed will
not be accepted.

1.5 The works executed by the tenderer for Government Departments or Semi
Governments/Public Sector undertaking shall only be considered for eligibility. Works
executed for private parties shall not be considered. The experience certificate shall issued
by a Junior Administrative Grade Officer or Superintending Engineer or equivalent grade in
other departments indicating therein the name of works executed, value of works and period
during which completed, bills paid etc., The certificate should bear the signature and seal of
the Officer and attested by Railway Officer ( Gazetted).

1.6 i)In case the tenderer is a partnership firm(s), the experience, and turnover shall be in the
name and style of the firm only.

ii) If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for
successful completion of the work and no request for change on the constitution of the Firm
shall be entertained.
iii) During the currency of the contract, no partner of the firm shall be permitted to withdraw
from the partnership business and in such an event it shall be treated as breach of trust and
abandonment of contract.

1.7 CONSORITUM AGREEMENTS, JOINT VENTURES AND MOUs WILL NOT BE


CONSIDERED FOR ELIGIBILITY.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 11

1.8 The tenderer(s) shall also submit the following documents along with his/their tender.

a. List of personnel, organization available on hand and proposed to be engaged for the
subject work.
b. List of plant and machinery available on hand (own) and proposed to inducted (own
and hired to be given separately) for the subject work.
c. List of works completed in the last three financial years giving description of work,
organization for whom executed, approximate value of contract at the time of award,
date of award and date of scheduled completion of work. Date of actual start, actual
completion and final value of contract should also be given.
d. List of works on hand indicating description of work, contract value, and
approximate value of balance work yet to be done and date of award.

1.9 In case of Clause 1.8 (c) and (d) mentioned above, supportive documents/ certificates from
the organizations with whom they worked/are working should be enclosed.

NOTE: The tenderer who do not fulfill the requisite qualifications and who do not furnish
documentary evidence along with Tender document will be summarily rejected. Any
misleading information will be rescinded and will lead to disqualification of tender.

2.0 General conditions of contract and specifications for materials and works of south Central
Railway, be seen in the office of the Chief Administrative Officer (Construction)
S.C.Railway/Secunderabad or had on payment at the rates fixed for each book from time to
time.

3.0 The tenderers are required to take note of all the taxes including service tax and cess
leviable under works contract and quote their rates inclusive of all taxes and cess.

4.0 The tenderer shall quote percentage rate on total value as stipulated in the schedule.

5.0 Tenders containing erasures and alterations of the tender documents are liable to be
rejected. Any corrections made by the tenderer/tenderers in his/their entries must be
attested by him/them.

6.0 The work are required to be completed within a period of (24) months from the date of issue
of acceptance letter including intervening monsoon period.

7.0 The work is maintenance of computers for a period of 2 (Two) Years from the date of
issue of acceptance letter including intervening monsoon period.

8.0 The tender must be accompanied with Earnest Money Deposit of Rs.2,840 i.e 2 % of the
Estimated Tender Value deposited in cash / DD / FDR failing which, the tender will not be
considered and will be summarily rejected.

(i) In cash, paid to the Railway Administration’s chief cashier at Secunderabad or Divisional
Cashier (Pay)/Secunderabad, Vijayawada, Guntakal, Guntur and Nanded.

(ii) By bank instruments as mentioned in para 6(d) of regulations for tenders and contracts.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 12

NOTE:
(1) Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after
10.00 hrs on 18.02.2010 (i.e., Tender opening day). .

Cheques, War Bonds and government Promissory Notes will not be accepted towards the
earnest money.No interest shall be allowed on the earnest money.

The tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold/issued to the tenderer and the
tenderer is being permitted to tender in consideration of the stipulation on his part that after
submitting his tender he will not resole from his offer or modify the terms and conditions
thereof in a manner not acceptable to the Chief Administrative Officer (Const)/Chief
Engineer(Const)/South Central Railway/ Secunderabad.

Should the tenderer fail to observe or comply with the foregoing stipulation, the amount
deposited as security for the due performance of the above stipulation shall be forfeited to
the Railway. If the tender is accepted, the amount of Earnest Money will be held as security
deposit for the due and faithful fulfillment of the contract. The earnest monies of
unsuccessful tenderers will save as herein before provided be returned to the unsuccessful
tenderers but the Railway shall not be responsible for any loss or depreciation that may
happen to the security for the due performance of the stipulation to keep the offer open for
the period specified in the tender documents or to the earnest money while in their
possession nor be liable to pay interest thereon.

9.0 It shall not be obligatory on the said authority to accept the lowest tender and no
tenderer/tenderers shall demand any explanation for the cause of rejection of his/their
tender.

10.0 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their
tender or creates/create circumstances for the acceptance of his/their tender, the Railway
reserves the right to reject such tender at any stage.

11.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender,
the railway shall deem such tender is cancelled. If a partner of a firm expires after the
submission of their tender or after the acceptance of their tender, the Railway shall deem
such tender as cancelled, unless the firm retains its character.

b) Documents testifying to the tenderer/tenderer previous experience and financial status


should be submitted along with the tender.

12.0 Tenders must be enclosed in a sealed cover, subscribed with the name of the work as
appearing on the top sheet and must be sent by registered post to the address of the Chief
Administrative Officer (construction)South Central Railway/Secunderabad-500 071 or so
as to reach this office not less than 11.00 hrs on 18.02.2010 or deposited in the box allotted
for the purpose in the Tender Hall adjacent to main gate of office of Chief
Administrative Officer /Construction / S. C. Railway, Secunderabad. The Boxes will be
closed and sealed at 11.00 hrs on 18.02.2010 and will be opened at 11.30 hrson
18.02.2010 at the places mentioned above.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 13

13.0 Non-compliance with any of the condition set forth herein above is liable to result in the
tender being rejected.

14.0 The authority for acceptance of the tender will rest with the Chief Engineer
(Construction)/S.C.Railway/Secunderabad who does not bind himself to accept the
lowest or any other tender nor does he undertake to assign reasons for declining to
consider any particular tender or tenders.

15.0 The successful tenderer/tenderers shall be required to execute an agreement with the
president of India acting through the chief Engineer (Const)/Divisional Railway Manager,
Divisional Engineer, superintending engineer of the Railway for carrying out the work
according to the General Conditions of contract and specifications for works and materials,
1970 of south Central Railway including correction slips issued from time to time.

16.0 The tenderer shall keep the offer open for a minimum period of 90 days from the date
of Opening of the tender, within which period, the tenderer cannot withdraw his offer,
subject to the period being extended further if required , by mutual agreement from time to
time. Any contravention of the above condition will make the tenderer liable for forfeiture
of Earnest Money Deposit for due performance of the foregoing stipulations.

17.0 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer
called for negotiations should furnish the following form of declaration before
commencement of negotiations.

I/We---------------------------------------------------do declare that in the event of failure of


contemplated negotiations relating to Tender No.-------------------------------opened on -------
-------------------------my original tender shall remain open for acceptance on its original
terms and conditions

18.0. Should a tenderer be a retired Engineer of the gazetted rank or any other gazetted officer
working before his retirement, whether in the executive or administrative capacity, or
whether holding a pension able post or not, in the Engineering department of any of the
Railways owned and administered by the President of India for the time being or should a
tenderer being Partnership Firm have as one of its partners a Retired Engineer or a retired
gazetted officer as aforesaid, or should a tenderer being an incorporated Company have, any
such retired Engineer or retired officer as one of its directors, or should a tenderer have, in
his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full
information as to the date of retirement of such Engineer or gazetted officer from the said
service and in cases where such Engineer or officer had not retired from Government
service,atleast two years prior to the date of submission of the tender as to whether
permission for taking such contract, or if the contractor be a Partnership firm or an
Incorporated Company, to become a partner or director as case may be, or to make
employment under the contractor has been obtained by the tenderers or the Engineer or the
Officer as the case may be from the President of India or any officer duly authorized by him
in this behalf, shall be clearly stated in writing at the time of submitting the tender.
Tenderers without the information above referred to or a statement to the effect that no such
retired Engineer or retired gazetted officer is so associated with the tenderer, as the case
may be shall be rejected.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 14

19.0 Should a tenderer or contractor being an individual on the list of approved contractors, have
a relative employed in the gazetted capacity in the Engineering department of the South
Central Railway or in the case of partnership firm or Company incorporated under the
Indian company Law should a partner or a relative of the partner or a share holder or a
relative of shareholder be employed in gazetted capacity in the Engineering department of
the south Central Railway, the authority inviting tenders shall be informed of the fact at the
time of submission of tenders, failing which the tender may be rejected, or if such fact
subsequently come to light, the contract may be rescinded in accordance with the provision
in clause 62 of the General conditions of contract.

20.0 DEDUCTION OF INCOME TAX AT SOURCE: In terms of Section 194-C inserted by


the Finance Act, 1972, in the Income-Tax Act, 1961, the Railway shall, at the time of
arranging payments to the contractor and/or sub-contractor (in the case of sub-contractor
only when the Railway is responsible for payment of consideration to him under the
contract) for carrying out any work (including supply of labour for carrying out any work)
under the contract, be entitled to deduct Income-Tax at source on income comprised in the
sum of such payment.
The deductions towards income-tax to be made at source from the payment due to non-
residents shall continue to be governed by Section 195 of the Income-Tax Act 1961.

21.0 Tenderers are required to submit the following documents along with the tender;

i). EMD
ii) Certificate in support of credentials.
iii) DD towards the cost of tender form in case it is downloaded.
iv) Turnover certificate
v) Any other document specified by the Railway for the tender work.

21.1 If the tender is not accompanied by any of the documents mentioned above, the tender shall
be summarily rejected. No post tender correspondence will be entertained, however, if any
clarification is required by Railway, the same may be sought from the tenderer.

21.2 i) The onus of establishing the credentials of the tenderer(s) from the Office records or
other wise does not lie with the Railway. Railway shall evaluate the offer only from the
certificates/documents (as referred above) submitted along with the tender offer.

ii) Any Certificate/Documents offered after the tender opening shall not be given any
credit and shall not be considered.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 15

GENERAL CONDITIONS OF CONTRACT

The General Conditions of Contract governing the performance of the works covered by
this tender are the “General conditions of Contract” of the Engineering Department of the South
Central Railway, as amended from time to time up to date. A copy of the book-let incorporating
the above “General Conditions of Contract” may be perused in the office of the Chief
Administrative Officer/Construction/South Central Railway Secunderabad-500 071.

In submitting his tender it would be deemed that the tenderer has kept himself fully
Informed of the provision of the General Conditions of contract including all corrections and
Amendments issued up to date.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 16

ANNUAL MAINTENANCE CONTRACT CONDITIONS

The S.C.Railway is desirous of entrusting to the Tenderer for maintenance and repair of the
computer equipment located at Secunderabad, as per SCHEDULE and described herein under
referred to as EQUIPMENT.

And whereas the Tenderer has agreed to undertake such maintenance, as per the terms and
conditions set out hereunder in ANNEXURE.

Now it is hereby agreed by the parties hereto as follows:

1.0 SCOPE:

1.1 The Tenderer by acceptance of this tender by South Central Railway hereof agrees to
undertake the maintenance of the said EQUIPMENT installed at Secunderabad so as to
make it fit for normal usage on the terms conditions contained in this agreement. The
service consists of preventive and corrective maintenance and includes carrying out
the necessary repairs and providing and fitting parts in replacement as required
(including HDD, Monitor, Mother Board, Processor, SMPS, FDD, RAM, CD ROM
drives, CD writers, Printer heads, Ethernet cards etc. ). The Windows 2003 Server
maintenance system includes corrective maintenance and carrying out repairs &
replacement as required to Net Work accessories. The successful Tenderer should ensure
to keep the equipment in good functional and efficient order. This includes providing
temporarily free of charge an alternative equipment in the duration of down time of
equipment.

1.2 At least one Service Engineer should be report daily on all working days i.e from 09.30 AM
to 05.30 PM and on holidays if the need arises to carry out corrective and preventive
maintenance on daily basis. Tenderer has to appoint one resident engineer who is familiar
with all types of computer and peripherals maintenance.

1.3 The S.C.Railway shall provide full and free access of the said EQUIPMENT to the
Tenderer’s representatives for the performance of this agreement, subject to security
procedures prescribed by the S.C.Railway for entry of personnel or bringing in or taking out
material.

1.4 The S.C.Railway shall also provide adequate working space including necessary
conditioned environment, electrical power and such other facilities as required for the use of
representatives of successful Tenderer. These facilities shall be within a reasonable
distance of the said EQUIPMENT to be serviced and shall be provided free of charge to
Tenderer.

1.5 The REPRESENTATIVES of successful Tenderer alone shall undertake the maintenance
and repairs to the EQUIPMENT. If persons other than the representatives of the Tenderer
perform maintenance, or repair, or effect modifications to the said EQUIPMENT, the
Tenderer shall be discharged of his obligations under the agreement. In such an event if any
special maintenance service is required to restore the said EQUIPMENT to operating
conditions, the same may be provided by the successful Tenderer on such terms and
conditions as are mutually agreed upon in writing.

1.6 Consumables like printer stationery, printer ribbons etc., are not covered under the
agreement.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 17

1.7 FORCE MAJEURE

Neither the S.C.Railway nor the Tenderer, shall be liable to the other for any delay in or
failure of their respective obligations under this agreement caused by occurrence beyond the
control of S.C.Railway or the Tenderer, as the case may be including ( but not limited to )
fire, explosion, floods, power shortage, acts of God, hostility, acts of public enemy, wars,
insurrections, riots, strikes, lock-outs, sabotage, any law, state of ordinance, order, action of
regulations of the Government, local or other public authorities. Either party shall promptly
( but not later than 30 days of the commencement thereof ) notify the other in writing of
such contingency and prove that such is beyond the control and affects the implementation
of this agreement adversely and materially. If such contingency continues beyond 90 days,
both the parties agree to discuss and agree upon an equitable solution for termination of the
agreement or otherwise decide the course of action to be adopted.

1.8 The successful Tenderer herein after called the contractor shall only be responsible for
rendering maintenance and repair service to the said EQUIPMENT, but shall not be
responsible for the consequential damages arising out of any mal-functioning or non-
availability of the said EQUIPMENT.

1.9 In case, if any new EQUIPMENT is procured by SOUTH CENTRAL RAILWAY, the same
will be covered under this agreement after the expiry of warranty period and will be aligned
to the nearest quarter by charging on prorata basis. In such case the relevant item of
schedule which is nearer to the newly procured EQUIPMENT (as decided by S.C.Railway)
will be operated.

1.10 In case if any part of the EQUIPMENT is withdrawn from the service (by S.C. Railway)
under the agreement by prior notice in writing to the tenderer, the corresponding charges for
the un-utilised period will be adjusted in the bills.

2.0 DURATION OF AGREEMENT:

2.1 The agreement will remain in force for a period of Two years from the date of
commencement of AMC period.

3.0 MAINTENANCE SERVICE AVAILABILITY:

3.1 The Contractor, agrees to provide maintenance services for the said EQUIPMENT at their
office at Secunderabad, on all days during working hours, i.e. 9 A.M. to 6 P.M., excluding
Sundays and Holidays for which the Contractor's employees are eligible. Such period is
hereinafter referred to as the Principal period. Services rendered during Principal period
shall be charged as per specified in Clause 4.1.

3.2 Preventive maintenance has to be done by the Contractor, monthly. A schedule for the
preventive maintenance will be drawn by the Tenderer, and the time for carrying out the
same will be decided upon mutually by both the parties. The maintenance includes
problems arising out of software and hardware.

3.3 If any sub-system or component (Computer accessories like Modems, CD Writers etc.) are
added to the said EQUIPMENT, Installation of Hardware, Software related configuration
shall be done by Contractor at free of charge. This should be taken into consideration while
quoting for items.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 18

3.4 If any sub-system or component of the said EQUIPMENT is in need of reconditioning at


the Tenderer’s plant, the cost of such reconditioning, including to and from transportation,
packing, insurance and all other incidental charges shall be borne by the Tenderer.

3.5.1 In the event S.C.Railway is desirous of having any alternative arrangement to be made by
the Contractor, during the period of reconditioning of any part of the said EQUIPMENT,
which is likely to involve a long idle period, the Contractor, shall agree to such an
arrangement. Payment for such arrangement will be made as if the said Railways
EQUIPMENT is maintained by the Tenderer in the normal course.

3.5.2 Software maintenance includes loading, unloading of operating system, application


software, utilities, anti virus etc. If necessary the system should be formatted and reloaded
with necessary software so that the system can be put into normal use. The back up of data
should be taken up before formatting the system and the same should be restored.

3.6 Data recovery should be done by the firm with their data recovery software or tools. The
firm should ensure that no data is lost during recovery.

3.7 The systems are connected in LAN/Railnet. The firm should insured that Networking is
available always without any interpution. Data recovery and Networking charges as per
item in the schedule which includes spares such as network card, cable, jumper, IO Boxes
etc.,

3.8 The data recovery, virus removal, software and operating system trouble shooting, printer
driver installation to be carried out without any extra charges for All Systems & Printers.

3.9 The maintenance service does not include electrical work external to the machines or other
devices not covered under the agreement.

3.10 Any damage to systems occurring due to rat or pest attack, physical damage, electrical
mishap, fire or breakage because of mishandling is not covered under the scope of contract.

3.11 The required software/media such as OS, drivers etc, are to be provided by the Railway.

4.0 PERIOD OF AMC

4.1 Two years from the date of acceptance of AMC by the contractor with a provision of
extending further period of one year on mutually acceptable terms and conditions.

5.0 MAINTENANCE CHARGES:

5.1 The S.C.Railway shall be liable to pay the charges as quoted in SCHEDULE for the
maintenance services during the principal period.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 19

PAYMENT TERMS:
6.1 The cost of maintenance service charges includes both the charges for the normal
preventive maintenance and during breakdown.

6.2 The charges quoted by the firm will be firm and not subjected to any price variations and
the rates should be inclusive of all Taxes.

6.3 The Railway will pay the maintenance charges in four half yearly installments each, each
installment becoming payable at the end of 6 months period from the beginning of the
contract. The Tenderer, shall submit half yearly bills to the S.C.Railway.

6.4 All other charges payable by the S.C.Railway not covered in SCHEDULE of this agreement
shall be billed separately by the Tenderer, after mutually agreeing to the rates.

6.5 During the down time of any equipment the contractor shall provide free of charge, an
alternative equipment to enable Railway works to continue normally. In case he fails to do
so, Pro-rata deduction will be made in the half yearly maintenance charges for each full
working day the computer EQUIPMENT is down during the currency of the agreement. For
purpose of calculation, any fraction of a day in excess of one working day during which the
EQUIPMENT is down will also be counted as a day, if the fraction exceeds 3 working
hours.

6.6 The computer equipment, is said to be down if either CPU or any one of the peripherals is
malfunctioning with the result the system cannot be effectively put to use.

6.7 In case of part of the computer system (not leading to total break down of the system), is
down for more than TWO continuous days in a month, prorata deduction shall be made
from the maintenance charges of that month.

6.8 Defective spare parts should be replaced by the successful Tenderer at his own cost within
two days of the call.

6.9 The Tenderer has to deposit 10% of the value of the contract value, towards security
deposit, at the time of awarding of contract.

7.0 TAXES
7.1 The rates are deemed to include all Taxes, leaviable under Central, State or Local bodies
Act or Rules, Octroies, Toolas, Royalties, Seignioages Cess and similar imposts that may be
prevailing from time to time in respect of Land structures and all materials supplied in the
performance of this contract.

8.0 CHANGE OF LOCATION:


8.1 In case the S.C.Railway desires to shift the said EQUIPMENT from one location to another,
such shifting shall be done under the supervision of the Tenderer’s representatives. No
separate payment will be made for such shifting.

8.2 If the shifting of the said EQUIPMENT is beyond 25 kms. from the existing location, the
Contract shall be discharged of the obligations under this agreement, unless the terms and
conditions of this agreement are extended on mutual consent to the said EQUIPMENT at the
location to which it is shifted on such further terms and conditions as agreed by both the parties.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 20

9.0 TERMINATION OF AGREEMENT:

9.1 Not withstanding the provision of Article 2, S.C.Railway can terminate the agreement with
three month’s notice in writing for non-performance of any of the articles of this agreement by
the contractor or for any other reason.

9.2 Personnel sponsored by S.C.Railway will be allowed to observe maintenance work by the
Contractor's Engineers for a period of 4 weeks prior to the termination of the contract to gain
practical knowledge on the maintenance of the system.

10.0 ARBITRATION

10.1 In the event of any question, dispute or difference arising under this conditions of or in
connection with this contract (except as to any matters the exclusion of which is specially
provided for this condition) the same shall be referred to the Sole Arbitrator of gazetted
RAILWAY OFFICER to be appointed as Arbitrator by the PCE, South Central Railway,
secunderabad. The award of arbitrator shall be final and binding on the parties to this
contract.

10.2 Subject as aforesaid, the arbitrator and conciliation Act 1996, shall apply to the rules there
under and any statutory modifications there of for the being in force in Andhra Pradesh
shall be deemed to apply to the Aribitration proceedings under this section.

10.3 The venue of arbitration shall be the place from which the acceptance certificate is issued or
such other places as the Arbitrator at the discretion may determine. In this section, the
authority to appoint the arbitrator include, if there be no such authority, the Officer who is
for the time being discharging the functions of that authority whether in relation to other
function otherwise.

11.0 JURISDICTION:

1.1 Subject to the Arbitration herein above, provided. Any suit or proceedings to enforce the rights
of either of the parties hereto under this agreement shall be instituted in and tried only by the
Courts in the city of Hyderabad/Secunderabad and by no other Court, and both the parties
hereto, hereby expressly agree to submit to the jurisdiction of such Court.

11.2 In witnesses thereof the parties thereto acting through their properly constituted
representatives thereupon duly authorised, have caused these presents to be signed and
executed for in their respective names and on their behalf on the days, month and year first
above written at SECUNDERABAD.

11.3 “SOUTH CENTRAL RAILWAY” standard conditions of contract (for works) also apply
to this contract. They are deemed to be a part of this agreement. In case any of the conditions
given in this contract conflict with standard conditions, the former prevails.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 21

FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

GUARANTEE BOND

To

FA&CAO/Construction/S.C.Railway,
Secunderabad.

In consideration of the President of India hereinafter called "the Government" having


agreed to exempt_________________(hereinafter called "the said Contractor's from the
demand, under the terms and conditions of an Agreement dated __________ made
between_________________and _____________for ___________ (hereinafter called "the
said Agreement"), of Performance Guarantee for the due fulfilment by the said Contractor(s)
of the terms and conditions contained in the said Agreement, on production of a bank
Guarantee for Rs._______(Rupees _______________________ only).
We,______________________ (hereinafter referred to as "the Bank”) at the request
(indicate the name of the bank) of______
_________________________ (Contractor(s) do hereby undertake to pay to the
Government an amount not exceeding Rs.___________against any loss or damage caused to
or suffered or would be caused to or suffered by the Government by reason of any breach by
the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We ____________________________________ do hereby undertake to pay the amounts


due
(indicate the name of the bank)
and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount/claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Government by reason of breach by the said
contractor(s) of any of the terms or conditions contained in the said Agreement or by reason
of the contractor(s) failure to perform the said agreement. Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs.___________.

3. We undertake to pay to the Government any money so demanded notwithstanding any


dispute or disputes raised by the contractor(s)/ supplier(s) in any suite or proceeding pending
before any court or Tribunal relating thereto our liability under this present being absolute
and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the contractor(s)/supplier(s) shall have no claim against us for making
such payment.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 22

4. We,_______________________________ further agree that the guarantee herein contained


(indicate the name of bank)
shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the
dues of the Government under or by virtue of the said Agreement have been fully paid and
its claims satisfied or discharged or till ______________________office/ Department)
Ministry of Railways certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Contractor(s) and accordingly discharges
this guarantee. Unless a demand or claim under this guarantee is made on us in writing on
or before the _________________, we shall be discharged from all liability under this
guarantee thereafter.

5. We ________________________________further agree with the government that the


(indicate the name of Bank)
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said contractor(s) from time to time or
to postopone for any time or from time to time any of the powers exercisable by the
Government against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said Contractor(s) or for
any forbearance, act or omission on the part of the Government or any indulgence by the
Government to the said Contractor(s) or any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/ Supplier(s).

7. We, _____________________________ lastly undertake not to revoke this guarantee


(indicate the name of bank) during its currency except with the previous consent of the
Government in writing.

Dated the___________day of ______

for _____________________________
(indicate the name of bank)

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page23

SOUTH CENTRAL RAILWAY


Name of Work : Annual Maintenance Contract of Computers and Peripherals in CAO/C Office
SCHEDULE-A
S.No. Location System Configuration AMC Charges per year in
(Rs.)
1 CAO/C IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated Integrated AGP controller with 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM

2 CE/C/I IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated Integrated AGP controller with 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM

3 CE/C/IV HP compaq SG 3570 Intel core2 DUO E7300 2.66 Ghz, Inrtel Mother Board
1 GB DDR RAM, 80 GB HDD, 10/100 Mbps Integrated LAN, CD ROM,
1100
17" TFT Monitor

4 CE/C/V IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated Integrated AGP controller with 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM

5 Secy to CAO/C HP D 330 PIV 2.6 GHZ 512 KB Cache Intel 865 chipset, 1 GB RAM,
40GB HDD, 1.44 MB FDD, Keyboard, mouse, 6 bays (4 external & 2
Internal), 6 USB ports, 52 x CD ROM drive 10/000 NIC card, Combo drive, 1100
IBM 15" TFT monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page24

S.No. Location System Configuration AMC Charges per year in


(Rs.)
6 Dy.CE/C/Stores Wipro P IV 3.00 GHZ 512KB Cache, 256MB DDRAM, 40GB ATA 100
5400 RPM HDD, Key Board, Mouse 10/100/1000 MBPS LAN, 52 x IDE 1100
CDROM, 52 x CDRW, 15" TFT Monitor.

7 Dy.CE/C/Stores HCL Infiniti pro BL 1200 P IV 3 GHZ 512 KB Cache, Intel 915 G Chp set
512 MB DDR RAM, 80 GB HDD, 1.44 MB FDD, Combo Drive, key
Board, Mouse, 15" HCL Monitor 6 USB ports, 10/00/1000 Integerated LAN 1100

8 Dy.COM/C/SC HP D 330 PIV 2.6 GHZ 512 KB Cache Intel 865 chipset,256 MB RAM,
40GB HDD, 1.44 MB FDD, Keyboard, mouse, 6 bays (4 external & 2
Internal), 6 USB ports, 52 x CD ROM drive CD writer, 10/000 NK card, 1100
Combo drive, IBM 15" TFT monitor.

9 Dy.CE/C/Designs HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 1GB RAM , 40 GB
DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" HP Monitor.

10 Sr. Law Officer HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 256 MB RAM , 40
GB DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" HP Monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page25

S.No. Location System Configuration AMC Charges per year in


(Rs.)
11 XEN/C/Survey HCL Infiniti Pro BL 1090 PIV 2 GHZ, 512 KB Cache 128 MB DDR RAM
40 GB HDD, 1.44 MB FDD, 52 xCDROM Drive, CD writer key board, 1100
mouse 15" monitor

12 PS TO CAO/C HP D 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 256 MB RAM, 40
GB HDD, 1.44 MB FDD, Keyboard, mouse. 6 bays (4 external & 2 Internal)
1100
6 USB ports, 52xCD ROM, CD writer 15" HP Monitor.

13 PS to CE/C/II IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM,

14 PS to CE/C/III IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 512 MB RAM, 80 GB HDD 10/100
Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 serial & 1 1100
parallel port/optical mouse, keyboard CD ROM, COM

15 PS to CE/C/IV HP D 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 256 MB RAM, 40
GB HDD, 1.44 MB FDD, Keyboard, mouse. 6 bays (4 external & 2 Internal)
1100
6 USB ports, 52xCD ROM, CD writer 15" HP Monitor.

16 PS to CE/C/VI HCL Infiniti Pro BL 1090 MV 2.8 GHz, HCL Mother Board 800 FSB, 512
Cache, 256MB RAM, 40 GB ATA, 1.44 MB FDD 100 IDE HOD, 52 x CD
1100
ROM Drive, CD RW Drive, Keyboard, Mouse, 15" Monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page26

S.No. Location System Configuration AMC Charges per year in


(Rs.)
17 Planning section PCS Prodigy Intel P-IV 3.0 Ghz 1 MG Cache, Intel Monter Board, 512 DDR
RAM 80 GB HDD, 10/100 MBPS Integrated LAN, Ley Board, Mouse, 1100
Combo Drive, 17" PCS Monitor.
18 Planning section PCS Prodigy Intel P-IV 3.0 Ghz 1 MG Cache, Intel Monter Board, 512 DDR
RAM 80 GB HDD, 10/100 MBPS Integrated LAN, Ley Board, Mouse,
1100
Combo Drive, 17" PCS Monitor.

19 Arbitration IBM Think Centre , Intel PIV 3.0 GHZ EM 647 processor, 953 FSB, IMB
Cache, 915 GV Chipset 1.44 MB FDD, 1 GB DDR RAM, 80 GB HDD,
10/100 MBPS Integrated LAN/Integrated AGP contfroller, 4 USB ports, 2 1100
serial 21 parallel port optical mouse, key board, CD ROM,

20 Non-P.way Section Intel P IV 1.7 GHZ 845 chipset, 384 MB RAM, 40 GB HDD, 1.44 MB
FDD, keyboard ATX cabinet 52 x CD ROM, CD writer 15" monitor 1100

21 Hindi Section Acer power series Intel P IV 3 GHZ, MBL2 Cache 800MHZ, Intel 915G
MB, 256 MB RAM, 80 GB SATA HOD,1.44 MB FDD, 104 keys keyboard,
mouse, 6USB ports, 10/100/10000 NIC Card, CD ROM, CD Writer, 17" 1100
SVGA Digital Monitor.

22 Hindi Section Acer power series Intel P IV 3 GHZ, MBL2 Cache 800MHZ, Intel 915G
MB, 256 MB RAM, 80 GB SATA HOD,1.44 MB FDD, 104 keys keyboard,
mouse, 6USB ports, 10/100/10000 NIC Card, CD ROM, CD Writer, 17" 1100
SVGA Digital Monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page27

S.No. Location System Configuration AMC Charges per year in


(Rs.)
23 Design Section IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB RAM, 80 GB HDD 10/100
Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 serial & 1 1100
parallel port/optical mouse, keyboard CD ROM, COMBO

24 Design Section IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB RAM, 80 GB HDD 10/100
Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 serial & 1 1100
parallel port/optical mouse, keyboard CD ROM, COMBO

25 Design Section HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 640 MB RAM , 40
GB DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 17" TFT Monitor.
26 Design Section HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 1GB RAM , 40 GB
DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" TFT Monitor.

27 Dy.CE/C/Works HP D 330M PIV 2.66 GHZ, 512 KB Cache, Intel 865G Chipset, 1 GB RAM
Office 40 GB HDD, 6 Bays (4 External & 2 Internal), 6 USB Ports, 52 x CD ROM
1100
Drive, CD writer 15" HP Monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page28

S.No. Location System Configuration AMC Charges per year in


(Rs.)
28 Computer Cell HP Proliant ML 150 server, Intel XEON 3.06 GHZ dual processor, 2 GB
DDR SDRAM, Intel E 7501 Mother Board 3x72 GB SCSI HDD, 1.44 MB
FDD, Ravid controler, Integrated LAN, 8 MB video controller, Combo 2000
drive, key board, Mouse.
29 Computer Cell IBM x 226 server, Intel Xeon 3.2GHZ, 800 MHZ 2 MB L2 Cashe, 4x512
MB ECC DDR2 SD RAM, 3x734GB Hot swap 320 10K SCSI HDD, Server 2000
6" I Raid controller, CD ROM, 15" monitor

30 Computer Cell HCL Infiniti Pro BL 1200 Intel, PIV 3 GHZ, 1 MB 22 Cache Memory, 800
MHZ, Intel 915G chipset, 5123 MB DDR2RAM 80GB SATA HDD, 1.44
MB FDD, 2 Bays (2 external & 2 internal 6 USB ports, 10/100/1000 NIC, 1100
48 x CD RDM Drive, Sony DVD writer, 15" monitor.

31 Computer Cell HCL Infiniti Pro BL 1200 Intel, PIV 3 GHZ, 1 MB 22 Cache Memory, 800
MHZ, Intel 915G chipset, 512 MB DDR2RAM 80GB SATA HDD, 1.44
MB FDD, 2 Bays (2 external & 2 internal 6 USB ports, 10/100/1000 NIC, 1100
48 x CD RoM Drive, Sony DVD writer, 15" monitor.

32 Computer Cell HP d 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 1 GB RAM, 40
GB HDD, 1.44 MB FDD, 6 Bays (4 external & 2 internal 6 USB ports, 52 x 1100
CDROM Drive, CD writer, 15" HP Monitor.

33 Computer Cell HP d 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 1 GB RAM, 40
GB HDD, 1.44 MB FDD, 6 Bays (4 external & 2 internal 6 USB ports, 52 x 1100
CDROM Drive, CD writer, 15" HP Monitor.

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page29

S.No. Location System Configuration AMC Charges per year in


(Rs.)
34 Computer Cell HCL Infiniti Pro BL 1090 PIV 2.8 GHZ, 800 FSB, 512 KB Cache 128 MB
DDR RAM 40 GB ATA/100 1 DE HDD, HCL Mother Board, 52x CD
ROM Drive, CD RW Drive, Key Board, Mouse, 1.44MB FDD, 15" 1100
Monitor.

35 Computer Cell HCL Infiniti Pro BL 1090 PIV 2.8 GHZ, 800 FSB, 512 KB Cache 128 MB
DDR RAM 40 GB ATA/100 1 DE HDD, HCL Mother Board, 52x CD RO
Drive, CD RW Drive, Key Board, Mouse, 1.44MB FDD, 15" Monitor. 1100

36 Computer Cell HCL Infiniti Pro BL 1090 PIV 2.8 GHZ, 800 FSB, 512 KB Cache 128 MB
DDR RAM 40 GB ATA/100 1 DE HDD, HCL Mother Board, 52x CD RO
Drive, CD RW Drive, Key Board, Mouse, 1.44MB FDD, 15" Monitor. 1100

37
CAO/C HP 2608 All in one printer 1000
38
CE/C/I HP Office jet all in one 6188 printerr 1000
39
CE/C/II HP Office jet all in one 6188 printer 1000
40
CE/C/IV HP PSC 2608 All in one printer 1000
41
CE/C/V HP Deskjet 1180C printer 1000
42
CE/C/VI HP Office jet J 6488 All in one printer 1000
43
Secy to CAO/C HP Deskjet 1180C printer 1000

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page30

S.No. Location System Configuration AMC Charges per year in


(Rs.)
44
Dy.CE/C/Stores HP Photosmart 3108 All in one printer 1000
45
Dy.CE/C/Stores HP Deskjet 1180C printer 1000
46
Dy.CMM/C HP Office jet 5610 All in one printer 1000
47
Dy.CPO/C TVSE MSP 450 Dot matrix printer 500
48
Dy.CE/C/Designs HP Laserjet 1010 printer 500
49
Dy.CE/C/Designs HP PSC 2410 All in One printer 1000
50
Sr. Law Officer HP Inkjet 4268 printer 500
51
XEN/C/Plg HP Deskjet 1280C printer 1000
52 Works Section HP Deskjet 1180C Printer 1000
53 Planning section HP Deskjet 1180C printer 1000
54 Staff Section TVSE Dot Matrix A3 size 900
55 Staff Section Heave duty Dot matrix printer A3 size 900

56 Non-P.way Section Epson Lq 1152 Dot matrix 900

57 Computer Cell HP Deskjet 1180C printer (A3 Size) 1000

Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page31

S.No. Location System Configuration AMC Charges per year in


(Rs.)
58 Computer Cell HP Deskjet 1180C printer (A3 Size) 1000
59 Computer Cell HP Laserjet 1022 printer A4 size 1000
60 Computer Cell HP PSC 2410 All in One printer 1000
61 Computer Cell TVSE Q Heavy duty Dotmatrix prifnter 900
62 PS TO CAO/C HP Deskjet 1180C printer 1000

63 PS to CE/C.III HP Officejet J 4580 All in one printer 1000


64 PS to CE/C/IV HP Deskjet 1180C printer 1000
65 PS to CE/C/VI HP Inkjet 5550C printer 500
66 Hindi Section HP PSC B 1Q8 All in one printer 1000
67 Hindi Section Benq Scanner 500 900
68 Hindi Section TVSE MSP 445 Dot matrix printer 900
(Sixty Eight (68) Items only)

Total amount for one year 70800


Total amount for two years 141600
Total amount for two years 141600

PERCENTAGE ABOVE/AT PAR/BELOW

TOTAL OF SCHEDULE - 'A'


Note: The tenderer shall quote percentage rates both in figures and words. In case
of any discrepancy between the figures and the words in the quoted rates, the
rates in words only will prevail.

Signature of Tenderer/Contractor

You might also like