+ All Categories
Home > Documents > GOVERNMENT OF INDIA - · PDF fileGOVERNMENT OF INDIA ... EPABX, Audio System, and Fax Machines...

GOVERNMENT OF INDIA - · PDF fileGOVERNMENT OF INDIA ... EPABX, Audio System, and Fax Machines...

Date post: 14-Feb-2018
Category:
Upload: vananh
View: 213 times
Download: 0 times
Share this document with a friend
18
\ GOVERNMENT OF INDIA Ministry of Micro, Small and Medium Enterprises Office of Development Commissioner (MSME), ih Floor, A Wing, Nirman Bhawan, Maulana Azad Road, New Delhi-110108 "Tender Notice" FOR Comprehensive AMC of Telephone, EPABX, Audio System, and Fax Machines installed in the office of DC (MSME) on for a period of three years, on yearly renewable basis subject to satisfactory services of the firm" for % DC-MSME Nirman Bhawan, S&D Office ITO and R.K.Puram office New Delhi, Ministry of MSME .. Official website ofDevelopment Commissioner (MSME), (www.dcmsme.gov.in) Tender No: D-25011/4/2015-16/GA Dt.-22-05-2015 Signature of Bidder . Name of Bidder .
Transcript

•\

GOVERNMENT OF INDIAMinistry of Micro, Small and Medium EnterprisesOffice of Development Commissioner (MSME),

ih Floor, A Wing,Nirman Bhawan, Maulana Azad Road,

New Delhi-110108

"Tender Notice"

FOR

Comprehensive AMC of Telephone, EPABX, Audio System, and Fax Machines

installed in the office of DC (MSME) on for a period of three years, on yearly renewable

basis subject to satisfactory services of the firm" for % DC-MSME Nirman Bhawan, S&D

Office ITO and R.K.Puram office New Delhi, Ministry of MSME ..

Official website of DevelopmentCommissioner(MSME),(www.dcmsme.gov.in)

Tender No: D-25011/4/2015-16/GA Dt.-22-05-2015

Signature of Bidder .

Name of Bidder .

,I

CONTENTS

S.No. TITLEAGeneral

A.1 Details of BidA.2 Instructions To BiddersA.3 Bidding ProcedureA.4 Eligibility I Qualification CriteriaA.5 Period of Validity of BidA.6 Submission of BidsA.7 Opening of BidsA.8 Clarification of BidsA.9 Evaluation of BidsA.10 PricesA.11 Termination by DefaultA.12 Resolution of DisputesA.13 Applicable LawA.14 NoticesA.15 NoticesA.16 Taxes and DutiesA.17 PaymentA.18 Notices

8- Scope of Work

B-1 Details of WorkB.2 Terms and ConditionsB.3 Check List

BA Format for Submitting Financial Bid

2

GOVERNMENT OF INDIAOFFICE OF THE DEVELOPMENT COMMISSIONER

(Micro, Small and Medium Enterprises)TH

NIRMAN SHAWAN, 7 FLOOR, "A" WING,MAULANA AZAD ROAD,

NEW DELHI 110108

NOTICE INVITING TENDER

On behalf of President of India, Office of the Development Commissioner (MSME),

Government of India, invites sealed bids in two separately sealed bids, one technical and

second financial, from reputed, well established and financially sound agencies to provide

Comprehensive AMC of Telephone, EPABX, Audio conferencing System, and Fax

Machines installed in the office of DC (MSME) on "as is where is basis") for a period of

three years, on yearly renewable basis subject to satisfactory services of the firm" for 0/0

DC-MSME Nirman Bhawan, S&D Office ITO and R.K.Puram office New Delhi, Ministry of

MSME. ..

A. General:

Tender Document can be downloaded from the website (www.dcmsme.gov.in)

A,1 Details of Bid:

Bid Reference & Date Tender No: D-25011 /4/2015-16/GADt.-22-.05-.2015

Last date & time of receipt of bid 01 .06.2015, 03:00 PM

Opening of Technical bids 01.06. 2015, 03:30 PMOpening of commercial Bids to be intimatedPlace of receiving the bid & Address for Tender Box, IFC Centre of this office, Ground Floorcommunication Room No. 734A, GA Division, or R.No.737, SENE T

Division010 Development Commissioner (MSME)Ministry of MSME, Government of India,ih Floor, A-wing, Nirman BhawanMaulana Azad Road, New Delhi-110108.

Cost of Tender Documents Rs. 5001- (Rupees Five Hundred only) (001 BankersCheque)

Bid security Rs.1O,OOOI-(RupeesTen Thousand Only)(001 Bankers Cheque)

Bank Guarantee as per Govt. of India rule

Pre-Bid meeting 28 .05. 2015, 2.00 PM to 4:30 PM

Contact person Sh. D.N. Shah, Dy. Director (GA)/Sh R.SVerma.Assistant Director(GA)Ph.011-23062183, 23063800/2-6 (Ext.2445, 2449)Mob: 9868964771,9868981433,

3

A.2 INSTRUCTIONS TO BIDDERS

Definitions:

1. "The Bidder" means the individual or firm who participates in the tender and submitsits bid.

2. "The Services" means all activities related to conduct & performance of contractualobligations under the contract.

3. "The Contract Price" means the price payable, under the work order for the full andproper performance of its contractual obligations.

4. "Acceptance" is a process of accepting satisfactory services rendered by tenderer,"by % DC (MSME).

5. "The Work Order" means the order placed by % DC (MSME) on the approvedbidder, including all attachments and appendices thereto and all documentsincorporated by reference therein. The work order shall be deemed as "Contract"appearing in the document.

6. "AUTHORIZATION 1 DECLARATION" - The bidder should bring letter ofauthorization for attending bid opening and submit a declaration that thedocuments/information submitted are true and liable for legal action/disqualification ofbid (if found false).

A.3 Bidding Procedure

1. Bids are invited in two Bid systems, (1) Technical and (2) Financial, which shall be

sealed separately and enclosed in a single sealed envelope.

2. The "Technical Bid" must be accompanied by a bid security of an amount of

Rs.10,000/· (Rupees Ten Thousand only) in the form bank draft in favor of PAO

(MSME), payable at New Delhi.

3. The "Technical bid" must be accompanied by a Tender Fee of Rs. 500/-(Five

Hundred only) in a form of a Bank draft/Banker's Cheque only issued by any

commercial Bank in favor of PAO (MSME), payable at New Delhi.

4. The Technical Bids without "Bid Security" & tender Fee" will be summarily rejected.

Requirement of Bid Security is exempted from those bidders like State/Central PSUs;

Government of India Societies (established under relevant Act).

5. The Technical Bids of all the bidders will be opened on pre scheduled date, time &

venue. If the Bid opening could not held on pre scheduled date, time, then all

bidders/applicants will be informed individually about the rescheduled date & time.

6. The Commercial Bids of only successful Technical Bidders will be opened later and

technically successful bidders will be informed accordingly.

4

7. Sealed Bids shall be received, not later than 03:00 PM on 01.06. 2015. No Bids will

be accepted after this date & time under any circumstances. This office will not be

responsible for any postal/courier delay and also for reasons beyond the control of

this office.

8. All relevant rules and regulations of Government of India will be final and applicable &

binding on all bidders.

9. All commercial bids must contain "terms of payment, delivery period", etc. Bidders

may also please note that, as per relevant rules, any advance to the supplier may

require submission of a valid bank guarantee in lieu of the advance amount to be

paid. Further, the successful bidder may have to submit a "Performance Guarantee"

for proper functioning of the above mentioned work of the office.

A. 4.Eligibility I Qualification Criteria:

(Documents of the following criteria shall be enclosed with the technical bid)

1. The bidder shall preferably be a Government Department / organization / Society(registered under established relevant central Acts) or those who have beenapproved by / served to, any Government Department / organization.

2. The bidder should be registered with appropriate authority.

3. The bidder shall have minimum 5 years experience in providing telephone and faxmachine maintenance, audio system services to Public Sectors/ Banks/ GovtMinistries or Departments etc.

4. The bidder shall have executed / completed telephone and fax machine maintenanceaudio system services at least 3 contracts.

5. The participating bidder(s) must have annual turnover of Minimum 50.00 lakh in anyone of preceding year during last three years (Attach balance sheet and Profit & lossdetailswith Bid for the last three years).CAcertificatewill be preferred.

6. Service Tax Registration Certificate/PAN/ GIR Card/IT returns for the last threefinancial years.

7. The bidder should have a Bank Account of its own

5

A.S Period of validity of bid:

1. The bid shall remain valid for 90 days after the date of bid opening.

2. If any bidder desires to withdraw his tender before the said period shall -without prejudice to

any other right or remedy, be at liberty to forfeit the Bid Security absolutely.

A. 6 Submission of Bids:

1. The complete bid shall be submitted /dropped in the tender box in Information Facilitation

Centre (IFC) of this office on Ground Floor or may deposit in Room NO.737/734 Senet/GA

Division of % DC(MSME).

2. The first envelope shall be super scribed with the name of work and the words

"Technical Bid" in capital letters. The first envelope shall be opened on the date of opening

of tender. The bidder should specifically provide full technical details of the service offered

and also shall provide full details of deviation they intend to make from the technical

specifications and contract terms detailed in the Bid. No price details shall be given in this

envelope. Violation to this would result invalidation of tender. The Bid Security shall be

enclosed with the envelope marked "Technical Bid".

3. The second envelope shall be super scribed with the name of work and the words "Price

Bid "(Financial)" in capital letters. It shall contain full details of the price & commercial

conditions. Any deviation from our standard conditions shall be specifically spelt out.

4. Any deviation of any sort e.g. Technical or financial terms and conditions shall be

specifically indicated in the Technical & Financial Bids itself.

5. Silence or use of the word "Noted" against any of the Bid conditions shall mean bidder

agrees to comply with that/those conditions of Bid,

6. All offers shall be made available in hard and soft copies as specified in the technical

specificatons and should be signed by the authorized signatory of the firm on all the pages

of the hard copy.

7. All prices and other information in this regard having a bearing on the price shall be written

both in figures and words in the prescribed offer form,

8. All columns of the bid form should be filled. Any additional information should be enclosed

separately and referred to in the relevant column of the bid form. All relevant product

literature must be enclosed with the bid.

9. No bid maybe modified subsequent to the deadline for submission.

6

10. Bidders shall furnish clause-by-clause comment on all clauses of Bid Document

including Technical Specifications and must specify the reference page number.

11. Any firm will not be allowed to participate in the bid, if the firm is having any pending issue I

disputes in this office, like, pending of work, technical, financial issues etc.

A.7 Opening of Bids:

1. The purchaser will open the Technical bids on prescheduled time, date and venue in the

presence of the bidders' representatives who choose to attend. If due to any unavoidable

circumstances, the Bid is not opened in pre-scheduled date and time, in that occasion, the

Bid will be opened in the next working day, at the same time.

2. The bidder's representatives who will be present shall sign in the designated register

authenticating their presence during Bid opening.

3. The bidders' names, bid withdrawals, presence of bid security and such other details as the

Purchaser at his discretion may consider appropriate will be announced at the bid opening.

4. The firms who have submitted the bids and whose offers are found technically suitable

shall be informed of the opening date of the second envelop i.e. "Price Bid (Financial Bid)".

A.a Clarification of Bids:

During the course of evaluation of Bid, if any clarification on Technical Bid will be required, the

bidder have to provide clarification of the same in writing and no change in Financial Bid e.g.

price or substance of the bid shall be entertained.

A.9 Evaluation of Bids:

The Purchaser will examine the bids to determine whether:

1. They are complete in all respect;

2. Required Bid Security etc have been furnished,

3. The documents have been properly signed;

Evaluation of bids shall be done based on the information furnished by the bidder. The

conformity of the bids to the technical specifications and commercial terms and conditions shall

be examined. Responsiveness of the bid shall be determined based on the technical and

financial capability of the bidder to execute the contract.

7

A. 10 Prices:

Price charged by the bidder for any services under the Contract shall not vary from the prices

quoted in its bid.

A.11 Termination by default:

1. The Purchaser may, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to Supplier, terminate the Contract in whole or part:

2. If the Supplier fails to provide servicesirectify the fault within the time period specified in the

Contract or any extension thereof granted by the Purchaser,

3. If the Supplier fails to perform any other obligation(s) under the Contract.

4. In the event the Purchaser terminates the Contract in whole or in part, pursuant to Para

11 above, the Purchaser may procure, upon such terms and in such manner, as it deem

appropriate, goods similar to those undelivered for any excess costs for such similar

goods/services. However, the Supplier shall continue the performance of the Contract to

the extent not terminated.

A. 12.Resolution of Disputes:

The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal

negotiation any disagreement or dispute arising between them under or in connection with the

Contract.

If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser

and the Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms specified in the Special

Conditions of Contract. These mechanisms may include, but are not limited to, conciliation

mediated by a third party, adjudication in an agreed national forum. The mechanism shall be

specfiec in the Special Condition of Contract.

A. 13 Applicable Law:

The Contract shall be interpreted in accordance with the laws of the Union of India & will be

under the jurisdiction of court in Delhi.

8

A. 14 Notices

Any notices given by one party to the other pursuant to the Contract shall be sent in writing or by fax

I telex I cable and confirmed in writing to the address specified for that purpose in the Special

Conditions of Contract.

A-15 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

A.16 Taxes and Duties

Supplier shall be entirely responsible for all taxes, duties, license fees, etc, incurred until delivery of

the Contracted Goods & services to the Purchaser. No tax or duty will be payable by the

purchaser. If there is any enhancement in the taxes, duties, license fees etc, during the service period,

the enhanced expenditure will be paid by the purchaser.

A. 17 Payment

The payment to the Contractor under the Contract will be on quarterly Ihalf yearly basis as per

Government of India rules

A. 18 Notices

Purchaser. For the purposes of all notices, the following shall be the address of the

Purchaser and Supplier: Development Commissioner (MSME) Ministry of Micro,

Small &Medium Enterprises, Govt of India yth floor, A-wing, Nirman Shawan, New

Delhi-110 108

(To be filled at the time of Contract Signature)Supplier:

9

B. Scope of Work

B.t. The Office of the Development Commissioner (MSME), Ministry of Micro, Small &

Medium Enterprises, Nirman Shawan, New Delhi, requires the services of reputed, well

established and financially sound Agencies to provide Annual maintenance Services of

Telephones and fax machines of different make, audio systems for a period of 3 years,

which are being used in this Office. It should be trouble free and smooth runs on 24x7

modes. The details of the items are given as under:-

(a) AMC OF TELEPHONES AND AUDIO SYSTEM OF CONFERENCE ROOM

S.N Name of Item Make I Model No.lDescription Quantityo.

1. Telephone Simple push button (Different 150make)

2.-do- 1 + 1(Different make) 20

3. -do- KTS- Sam sung 240 & 28018(Different make)

4.Karel OS 200 M EPASX 6 main line and 96 Ext. 01

3 DLI Card/3 Trunk Card, 1 SLI

5. Samsung DCS Key telephone Card,01system 18 Trunk Line, 18 DLI Line 18

KTS and 8 (PST) - Hotline

6Audio System Ahuja CMA-4400 -1- machine, 12 1 setof Conference Room mic + 1 ( c ) and speakersMaintenance of Direct lines ----- 71

7. with in 010 DC-MSME Connection

Maintenance of intercom ------ 90 appx8. lines with in 010 DC-MSME

(b) AMC OF TELEPHONES AND EPABX INSTALLED AT R.K.PURAM OFFICE.

S.N Name of Item Make I Model No.lDescription Quantityo.

1. Telephone Simple push button (Different 10make)

2.EPASX(SIEMENNS) 6 main line and 96 Ext. 01

10

(c) AMC OF TELEPHONES AND EPABX INSTALLED AT S&D DIVISION, AGCR ITO.

S.N Name of Item Make I Model No.lDescription Quantityo.

1. Beetel Plan (1+1)1

EPABX System(copper2. connection) 16 lines 01

3. Telephone (inter com and Simple push button (Different 20Direct line) make)

d) AMC OF FAX MACHINES (Total)

S.N Name of Item Make I Model No. Quantityo.1. Fax Machine Samsunq SF 5100 P 012. -do- Samsung SF 565 P 01

3. -do- Sarnsunq SF 5100 P 014. -do- Cannon 4350d 015. -do- Sarnsunq SF 565 P 016. -do- Cannon L 280 017. -do- Sarnsuno SF 5100 P 018. -do- Cannon 019. -do- Cannon 0110. -do- -do-Cannon JX21 0 P 0111. -do- Panasonic KX-FM 386 0112. -do- Samsung SCX-4828 FN 0113. -do- Cannon MF 4450 0114. -do- Cannon MF 4450 0115. -do- HP-Laser Jet M-1213 nf 0116. -do- Cannon MF-4450 01

17. -do- Cannon MF-4450 01

18. -do- Cannon MF-4450 01

11

B.2 TERMS AND CONDITIONS- EPABX AND TELEPHONE ITEMS AND AUDIOSYSTEM OF CONFERENCE SYSTEM

1. PERIOD OF CONTRACT & AMC COST CALCULATION: - The contract will be awarded

initially for a period of one year and it will be renewed for 2nd & 3rd year based on successful

performance and there will be 8% increase in the Annual AMC cost of previous year in 2nd & 3rd

year respectively.

2. AMC TAKE OVER: - All participating bidders are advised to visit this office before

participating in the bid to physically inspect all items covered under AMC, and also

requested to attend the pre-bid meeting as scheduled to know the actual set up. The

successful bidder shall take over the work from the existing AMC service provider.

3. SPARE PARTS: The successful bidder shall have to include all the spares like electronic

parts, Cards for EPBAX, Telephones, Exchange) etc, Transformers, cables etc under

the AMC. No extra cost and spare parts will be paid/provided by the office.

4. STAND BY: The successful bidder shall have to keep two telephones of each types in this

office as stand by and should install as and when there is a problem in the office phone.

5. 24X7 MODE OF SERVICE: The successful bidder shall have to provide services on 24X7

mode of telephones and FAX Machines. If any fault is reported by this office then the

service provider shall have to resolve it within 1-2 hours duration positively, Delay in

providing services is liable for penalization as per the penalty condition Rs. 500/- per day

per complaint.

6. REMOVAL / REPLACEMENT OF WIRES: - The service provider shall have to replace all

types of wires of telephones & EPABX machine wires due to normal wear and tear/any

type of damage. No extra cost will be paid for the replacement of wiresiTerminating port

etc

7. The service engineers/mechanics deployed must have requisite qualification, expertise and

having not less than 5 year experience. They are required to inspect Telephones, Plan

System Telephones, Karel OS 200 EPABX and Samsung DCS Key telephone system

weekly and the signature of the user is to be taken as token of satisfactory service of the

Telephones, Plan System Telephones and Karel OS 200 EPBAX and the report of the

12

users is to be submitted to undersigned fortnightly. The AMC holder must sign an 'AMe

Performance Register' on a weekly basis.

8. The complaint of Telephones, Plan System Telephones and Karel OS 200 EPABX and

Samsung DCS Key telephone system should be attended by the qualified person within 2

working hours or in case of the complaints reviewed at late hours of the day will be

attended at the early hours of the working days after receipt of complaint. As a token of

confirmation of complaint attending engineer will take sign of complainant official in his/her

service register within a period of three days.

9. Interested parties submitting the tenders must inspect before hand the telephone lines

installed at Office of the DC (MSME), Nirman Bhawan, New Delhi. Rates quoted shall

remain unchanged during the currency of the contract.

10. The quotation has to be accompanied by earnest money of RS.10,000/- (Rupees ten

thousand only) in the form of a Demand Draft in favour of PAO, 010 DC (MSME) payable at

New Delhi. However, the successful bidder will be required to furnish the performance

security in favour of the Government by way of Demand Draft payable to PAO, DC

(MSME), New Delhi. The Performance Security should be valid up to 60 days after the date

of completion of the contract and no interest will be paid thereon.

11. This PERFORMANCE SECURITY is liable to be forfeited, if the services of the company

are found to be unsatisfactory in any respect and / or if any of the conditions of the contract

is contravened / breached and / or towards any damage is caused to Govt. property due to

the negligence or otherwise of the firm or its employees. This Ministry will be at liberty to

entrust the same to any other firm/company at the risk and expense of the defaulting

company. The decision of this Ministry, in this regard, shall be final.

12. Payment shall be made on a quarterly basis in arrears subject to satisfactory services

against Bill submitted by 10th of the ensuing month after completion of the quarter. No

advance payment will be made for whatsoever reason.

13. The firm will also have to provide telephone extensions from exchange, maintenance

extensions, shifting of telephone instruments for new connections/replacement.

14. No additional charges will be borne by this Department for any parts etc.

1S.A monthly report may be given by the firm for maintenance of telephone lines.

13

.,16. The successful bidder will have to enter into an Agreement before the tender is allotted.

However, the office reserves the right to Cancel/Short close the Agreement by giving notice

of one month. The service provider can cancel/short close the Agreement, after serving a

notice of 2 months.

17. The Department reserves the right to reject any or all quotations without assigning any

reason thereof. Bid should be submitted strictly as per Annexure I. No conditional bid will

be accepted.

Terms & Conditions FAX Machine: -

1. The bid should be inclusive of cost of spare parts, cost of ink cartridge used in fax

machine, any other items used etc.

2. All the repairing work will be carried out in the premises of this Office. Only such work,

which cannot be done in the office premises, would be allowed to be carried out outside the

building at the contractor's risk and no extra charges shall be paid for it.

3. During the AMC, all the fax machines will be serviced at least twice a year. A certificate

from the user is also required to be taken in token of machine services. Such services are

to be carried out on six monthly basis.

4. This office reserves the right to impose penalty for unsatisfactory services or any damage

to any machine under AMC or otherwise due to negligence of engineer / staff of contractor.

In case the firm does not provide satisfactory service, penalty of Rs. 200/- per day will be

imposed for the period of delay in each case. The decision of this office in this regard will

be final and binding on the contractor and no correspondence in this regard will be

entertained.

5. It shall be obligatory for the firm to depute sufficient manpower on all working days from

9.00 AM to 5.30 PM to attend the complaints immediately. At least a service of one

mechanic is always required on all the working days.

6. The AMC is based on quality and timely services, as such no call to the firm or their

mechanic from any of the officials of this office is required to be made and the firm will have

to make their own arrangements for timely and trouble free services.

7. No advance payment will be made in any circumstances. The payment will be made on

quarterly basis.

14

,,

8. No request for any increase in the rates on any account would be entertained. The

performance of the firm would be reviewed from time to time to ensure quality and timely

services of the users.

9. This office reserves the right to reject or accept any quotation, in whole or part, without

assigning any reason thereof.

10. The firm will have to give undertaking before consideration of their tender that term &

conditions indicated in this letter are acceptable to them.

15

"

Check list

B.3 Comprehensive AMC of Telephone, EPABX, Audio Conference System,and Fax Machines,

Audio Systemsinstalled in 0/0 DC-MSME Nirman Bhawan, S&D Office ITO and R.K.Puram office

New Delhi, Ministry of MSME. for a periodof three years, on yearly renewablebasissubjectto satisfactory

servicesof the firm". TenderNo: 0-250 II /4120 15-16/GA, office of DC, MSME, Ministry of MSME, Nirman

Bhawan,New Delhi

SI. Nameof the document Status of PageNo.No submission

Yes No From To1 Requisite Tender Fee (Rs.5001)

2 Submission of Bid Security amounting RS.10,0001-

3 Document in support of status of the bidder

organisation - whether Government Department I

organization I Society (registered under established

relevant central Acts) or those who have been

approved by I served to, any Government Department

I organization.

4 Document related to registration of the bidder with

appropriate authority

5 Document related to minimum 5 years experience

in providing telephone, audio conference system

and fax machine maintenance services to Public

Sectors! Banks! Govt Ministries or Departments

etc.

6 Document related to execution and completion of at

least 3 contracts of similar services.

7 Document related to annual turnover (Min. 50.00 lakhs)

of the Bidder during anyone of last three years

including balance and Profit & Loss account .CA

Certificatewill be preferred.

8 Self attested copy related to Service Tax Registration

Certificate (if applicable), Copy of PANI GIR Cardl IT

returns for the last three financial yearsl

9 Self attested copy of Bank Account of Bidder

10 Any other information

16

SIgnature: -Name of the Authorized signatory: -

Designation: - Office Seal: -

••On the Letter Head ofthe Bidder.

B.4 FINANCIAL BID PROFORMA (FORMAT FOR SUBMITTING THE FINANCIAL BID)

Comprehensive AMC of Telephone, EPABX, Audio System, and Fax Machines

installed in the office of DC (MSME) for a period of three years, on yearly renewable basis

subject to satisfactory services of the firm". vide Tender No. Tender No: 0-13015/1/2010-

11/GA, office of ~C, MSME, Ministry of MSME, Nirman Bhawan, New Delhi

(Amount in Rs.)

Make I Model Quantity Unit cost TotalS# Name of item ofAMC

(A) for 1 yr C=(A X B)(8)

1 Telephone Simple push button (Different180

make)

1 + 1(Different make) 20

KTS- Samsung 24D & 28D18

(Different make)

2 EPABX Karel DS 200 M EPABX--------

-6 main line and 96 Ext. 01

3 EPABX Samsung DCS Key telephone

system ---- ~DLI Card/3

Trunk Card, 1 SLI Card, 1801

Trunk Line, 18 DLI Line 18

KTS and 8 (PBT) - Hotline

4. EPABXSystem( copper

16 lines 01connection)

5. EPABX(SIEMENNS) 6 main line and 96 Ext. 01

6.Beetel Plan (1+1)

1

7. Audio System Ahuja CMA-4400 -1- machine, 1 set

of Conference 12- mic + 1 ( c ) and

Room speakers

8. Fax machine Samsung/Canon/HP (as 18

mentioned in the tender)

17

'.9. Maintenance of 71

Direct lines within Connection

0/0 DC-MSME

10. Maintenance of 90 Apprx

intercom lines

with in % DC-

MSME.

11. Rate for new With collar ID and speaker 01

telephone phone. Make: 8eetel or

Panasonic etc

12. Rate for installation Standard make 01 meter

of wires for new

telephone

connection.

Grand Total (in words/figure inclusive of all taxes and duties)

( 0 )

(Signature of the authorized signatory) Name in Full and Seal

Tenns& Conditions: - The contract will be awarded initially for a period of one year and it

will be renewed for 2nd& 3rd year based on successful performance and there will be 8%

increase in the Annual AMC cost of previous year in 2nd & 3rd year respectively ..

NOTE: - As all the above-mentioned items are interlinked, the comparison of the financial bid

shall be on the basis of total annual basic price (including of all taxes etc) quoted by the

bidder for one year. No comparison of individual items will be made for deciding L-1.

18


Recommended