0% found this document useful (0 votes)
236 views59 pages

HW Tender

The document outlines the terms and conditions for an annual maintenance contract (AMC) tender for computers, printers, and UPS equipment. Key details include: - The critical dates for the bidding process and contract period of 3 years. - Technical bid requirements for bidders including certifications, annual turnover, employee qualifications, and acceptance of terms. - The financial bid should provide quoted prices for AMC of computers, printers, and UPS separately. - The bidder with the lowest consolidated quoted price for all three will be selected.

Uploaded by

Jashika Pattnaik
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
236 views59 pages

HW Tender

The document outlines the terms and conditions for an annual maintenance contract (AMC) tender for computers, printers, and UPS equipment. Key details include: - The critical dates for the bidding process and contract period of 3 years. - Technical bid requirements for bidders including certifications, annual turnover, employee qualifications, and acceptance of terms. - The financial bid should provide quoted prices for AMC of computers, printers, and UPS separately. - The bidder with the lowest consolidated quoted price for all three will be selected.

Uploaded by

Jashika Pattnaik
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 59

TENDER DOCUMENT

PART-A : General Information

1. The Critical dates with respect to the above tender information are given below:

Sl No Item Date Time


1 Published Date 27.09.2018 11.00 am
2 Bid Document Download starts 27.09.2018 11.00 am
3 Site Inspection 27.09.2018 to 01.10.2018 11.00 am to 4.00 pm
4 Clarification Starts 01.10.2018 4.00 pm
5 Clarification ends 05.10.2018 4.00 pm
6 Bid Submission starts 09.10.2018 11.00 am
7 Bid Download and Bid 26.10.2018 6.00 pm
Submission ends
8 Bid opening Date (Technical) 29.10.2018 12.00 noon
9 Bid opening Date (Financial) 31.10.2018 2.00 pm

2. The Bidder shall download the Tender Enquiry Document directly from the websites
www.incometaxindia.gov.in and www.eprocure.gov.in and shall not tamper/modify it
including downloaded Price Bid template in any manner. In case if the same is found
to be tempered/modified in any manner, Tender/Bid will be summarily rejected and
Bid EMD would be forfeited.

3. The complete bidding process is online.

4. Intending bidder are advised to visit the website www.incometaxindia.gov.in and


www.eprocure.gov.in regularly to keep themselves updated for any Corrigendum in
the Tender Documents, till closing date of submission of bid.

5. The documents to be submitted in their bid may be scanned with 100 dpi with black
and white option which helps in fast uploading.

6. The bids are to be submitted in two parts, i.e., “Technical Bid” and “Financial Bid”.

7. The Earnest Money Deposit/Bid Security (Refundable, after completion of Tender


procedure) of Rs.3,00,000/- (Rupees Three Lacs only) in the form of Demand
Draft/Banker’s Cheque in favour of SBI, Esplanade Branch (TR-6 A/c.], payable at
Kolkata, has to be prepared and a copy of which has to be uploaded with the tender
documents and the same must be submitted at the office of the ITO (Systems),
Kolkata before closing time of the tender. The Earnest money instrument will be
returned within 15 days of the completion of the tender procedure. However, the said
amount shall be forfeited, if the successful bidder fails within the time fixed by the
Income-tax department to sign the contract on terms contained in the tender
document.

8. Tender Committee would open the ‘Technical Bid’ first. Only those Bidders, who have
fulfilled the Terms and Conditions of the Technical Bid, will be eligible for participating
in the ‘Financial Bid’. The Financial Bid is to be given in the format as indicated in
Annexure - C of the bid document.

Page 1 of 59
9. The Authorised person from the company, if opts to be present, should be present at
least 30 mins. before the time of both Technical and Financial bid opening.

10. The qualified Bidders have the option of being present during the online opening of
the financial bid and the bid quote would be announced before the assembled
technically qualified Bidders.

11. The quotation have to be given for Onsite Comprehensive AMC, as detailed in the
scope of work, for each item, i.e., Computers (Part – 1), Printer (Part – 2) and UPS
(Part – 3) as provided in Annexure – C.

12. The estimated value of the AMC contract is Rs. 60 lakhs approximately.

13. The L-1 Bidder or the lowest Financial Bidder will be decided on the basis of lowest
consolidated bid value, i.e. bid values for Part – 1 (Computer), Part – 2 (Printer) and
Part – 3 (UPS), as per Annexure-C, taken together and the tender shall be awarded
accordingly.

14. The Bidder whose quotation finally accepted (hereinafter referred to as the
“Vendor”) shall have to deposit security money which will be sum of 10% of the
total annual cost of Annual Contract in the form of Bank Guarantee drawn in
favour of ZAO, CBDT, Income Tax Department, Kolkata, West Bengal within 7
days after receiving the offer letter. In case of failure to deposit security money
within stipulated period, the contract award will summarily be cancelled without
assigning any reason and the contract may be awarded to the L-2 bidder (being
the next lowest bidder) and so on.

15. Bids shall remain valid for 90 days after the date of bid opening prescribed by the
Income-tax department.

Page 2 of 59
PART-B : Particulars of the Contract

I. Contract Period

The contract would be for a period of 3 (three) years with effect from the date of award of
the contract on the same terms and conditions as at the time of award of the contract.
However, this would be subject to satisfactory performance.

II. Technical Bid – Terms and Conditions

1. The Vendor should preferably be ISO as well as CMMI certified vendor for IT and ITeS
Service of Computers, Peripherals and Networks having at least five (05) years
experience in this line of service.

2. Earnest money equivalent to Rs.3,00,000/- (Rupees Three Lakh only) in form of Crossed
Bank Draft drawn in favour of ZAO, CBDT, Income Tax Department, Kolkata should be
deposited along with the technical bid. Cash and Cheque would not be accepted.
Quotations received without earnest money shall summarily be rejected without
assigning any reason thereof and no Vendor shall have any right to represent against it.
The Earnest money instrument will be returned within 15 days of the completion of the
tender procedure. However, the said amount shall be forfeited, if the successful bidder
fails within the time fixed by the Income-tax department to sign the contract on terms
contained in the tender document.

3. Copies of 5 such Annual Maintenance Contracts received during the FY 2012-13 to


2017-18 from the Government Department/ PSUs, Banks, Listed Private Companies
(with turnover exceeding Rs. 250 crore), along with a client satisfaction certificate should
be submitted with the technical bid.

4. The Vendor must be having annual turnover of minimum Rupees Forty crore (Rs.
40 crore), in atleast three out of the five financial years 2013-14, 2014-15, 2015-16,
2016-17 and 2017-18. In the remaining two financial years, the turnover should be a
minimum of Rs. 20 crore each. Copies of the Balance Sheet and Profit & Loss A/c,
duly audited and certified by Chartered Accountant, is to be enclosed with
technical bid.

5. The Vendor must have submitted I-T returns for the last 3 (three) assessment years
namely 2015-16, 2016-17 and 2017-18 and copies of ITR and acknowledgement of such
returns must be attached with the Technical Bid.

6. The Vendor must be registered with WB Commercial Tax Department for Works Contract
Tax and document to that effect must be attached with the Technical Bid.

7. The Vendor must have a valid GST Registration number and document towards filing of
GST returns must be attached with the Technical Bid.

Page 3 of 59
8. The Vendor must submit the Copies of PAN, TAN and GST numbers along with the
technical bid.

9. The bidder must have technical team of qualified engineers on their pay roll having
minimum qualification of MCA/B.E./B.Tech (Electronics/ Computer Science/IT)) or
equivalent with Minimum 2 years of experience) or Diploma (Electronics / Computer
Science/IT) or equivalent with minimum of 4 years of experience who shall be deployed
as “Resident Engineers”. The Degree/ Diploma should be from an institute which is
recognized by a regulatory or governing body under Central or State government. List of
engineers on the payroll of the Vendor as on 31.03.2018 with qualification and
experience in providing IT solutions, should be submitted along with the technical bid.
The Resident Engineers are to be deployed from among the engineers who are on the
payroll of the vendor.

10. The Resident Engineer deployed for a particular building shall not be removed/replaced
without the consent of the departmental authority with whom the agreement shall be
entered into.

11. The address of the workshop(s) with telephone number(s) and fax number(s) in Kolkata
and other locations should be furnished along with the technical bid.

12. A general undertaking that all terms and conditions of this BID Document are acceptable
in format placed at Annexure-D to this document should be signed by an authorized
person of the applying Vendor.

13. The Vendors should abide by the terms and conditions specified in the tender document.
If Vendors submit conditional offers, they can be liable for outright rejection.

14. The Department shall be under no obligation to accept the lowest or any other offer
received in response to this tender notice and shall be entitled to reject any or all offers
including those received late or incomplete offers without assigning any reason
whatsoever.

15. The Department reserves the right to grant this tender as a whole for the entire services
as are covered in the scope of work. Decision of the Department would be final in this
regard.

16. The Department will not be obliged to meet and have discussions with any of the
Vendors and/or to listen to any representations. The offers containing erasures or
alterations will not be considered.

17. Technical details must be completely filled in. Correct technical information of the service
being offered must be filled in.

18. Filling up of the information using terms such “OK”, “accepted”, “noted”, “as given in
brochure/ manual” is not acceptable. The Department may treat offers not adhering to
these guidelines as unacceptable.

Page 4 of 59
19. Vendors are not allowed to subcontract in any manner without written approval
from the Department.

20. Rights to award and terminate contract :

a. The Department reserves the right to make any changes in the terms and
conditions of the tender. Bid documents, incomplete or deficient in any respect
may be rejected at the discretion of the CIT (Admn & TPS), Kolkata.

b. Notwithstanding anything contained in the foregoing clauses the Department


reserves the right to cancel the tender process without assigning any reason
whatsoever.

c. The Department reserves the right to reject any or all the tenders without
assigning any reason whatsoever. The Department reserves the right to award
the contract on the basis of consolidated quotation for all parts taken together
(Ref. Annexure – C).

d. The contract may be terminated summarily by this Department at any


point of time by serving a 30 days’ notice with or without assigning any
reason(s) and/or if the work of the contracting Vendor is found
unsatisfactory during the continuity of this contract. In this connection
the decision of the CIT (Admn &TPS), Kolkata, shall be final and binding
on the Vendor.

Note:- It is mandatory to submit scanned copy of documentary proof against each of the
above all points of Technical Terms and Conditions as provided below. Hard copy of the
same is also required to be furnished in a sealed cover in the Office of the Principal Chief
Commissioner of Income tax, West Bengal & Sikkim, Aayakar Bhawan, P-7,
Chowringhee Square, Kolkata-700069 [Attn. : ITO (Systems), Kolkata] before the Bid
Submission End Date & Time.

i.ISO Certificate document as per Para 1 above


ii.CMMI Certificate document as per Para 1 above
iii.Copies of five AMC as per Para 3 above
iv. Certified copies of Balance Sheet and Profit & Loss account as per
Para 4
v. Income Tax Return and Acknowledgement as per Para 5
vi. Copy of registration with GST Department
vii. Copy of GST/Service tax return and VAT return (latest).

Unnecessary documents may be avoided/ need not be attached.

Page 5 of 59
II-A. Opening and Evaluation of Technical Bids:

1. The Bids will be scrutinized by the Tender Committee appointed by the Income-tax
department to determine whether the bidders have furnished valid documents to
establish whether bidder’s eligibility and essential qualification criteria are complete and
meet the essential and important requirements, Terms & Conditions of Contract, etc. as
prescribed in the Tender Document. The bids, which do not meet the basic requirements,
are liable to be rejected. The financial bids of qualified bidders meeting with the pre
qualification requirements shall only be opened.

2. During evaluation of the bids, the Income-tax department may, at its discretion, ask the
Bidder for clarification of his bid. The request for clarification and response shall be in
writing.

3. No bidder shall contact the Income-tax department on any matter relating to his bid from
the time of the bid opening to the time of the issue of work order. All bidders are strongly
advised to furnish all material information in the bid itself.

4. Any effort by a Bidder to influence the Income-tax department in its decisions on bid
evaluation, bid comparison or work order decision will result in rejection of the bid.

III. Financial Bid – Terms and Conditions

1. The Financial bid should contain the rate against each type of asset Onsite
Comprehensive Annual Maintenance Contract for all Networked and Non-
Networked Hardware and Peripherals like PCs, Printers, UPS, Scanners etc. (As per
Annexure – A) including Software support as detailed under “Scope of Work”.

2. The rates quoted should also cover the spares parts/consumables (except Hard disk,
Mother Board and Monitor of PCs) used for maintenance of hardware and operating
system software installation, installation of patches/ drivers, pre-emptive actions against
spread of virus etc. The hard disk, mother board and monitor of PC will be procured and
made available to the vendor by the department if the same is irreparable and is to be
replaced with a new one.

3. The rates should be inclusive of all type of taxes, duties, levies etc. by whatever name
called, as applicable.

4. The Vendor whose quotation is finally accepted shall have to deposit security money
which will be a sum of 10% of the total cost of annual contract in form of Bank Guarantee
drawn in favour of ZAO, CBDT, Kolkata, within 7 days after communicating the final
acceptance and thereafter the AMC will be awarded after verification of the Bank
guarantee. The said amount shall be forfeited, if the successful bidder fails to honour the
terms and conditions of the work order/contract.

Page 6 of 59
5. Authorized person from the company should be present at least 30 minute before the
time of financial bid opening.

6. Financial bid will only be opened for those who qualified in technical bid.

7. No revision of financial bid is permitted. The first submitted financial bid will be taken in to
consideration.

8. All the columns of the financial bid have to be filled up. No column should be left vacant.

9. All the rates must be written both in figures and words. Corrections, if any, should be
authenticated by countersigning.

10. The L1 bidder will be chosen by the tender committee based on the total Price and the
individual items price will not be considered. The price quoted by the L1 bidder should be
inclusive of all items and no extra payment will be made by the department.

III-A Opening and evaluation of Financial Bids:

1. The results of the technical bid will be communicated to the qualifying bidder.

2. The Financial Bid shall comprise the price component for Onsite Comprehensive AMC,
as detailed in the scope of work, as indicated in Annexure - C of the bid document. The
price quoted by the bidders shall include all statutory applicable taxes. The bidder shall
include Service tax/GST and surcharges etc. as applicable on the services that are
provided under this contract. in the lump sum rates quoted and Income-tax department
would not bear any additional liability on this account. However, the service tax/GST will
be mentioned separately in the bid i.e. amount and rate. In case the rate of amount
charged is more than the statutory rates, the same will be refunded back to the
department by service provider. The Department reserves the right to deduct the same
from EMD/sanctioned bills/Bank Guarantee of the service provider.

3. Income-tax department shall however, deduct such taxes at source as per the rules and
issue necessary certificates to the Agency. The prices once accepted by the Income-tax
department shall remain valid till the contract remains in force. The Income-tax
department shall not entertain any increase in the prices during the period. Income tax
Department only entertains the changes of prices if the rate of GST/Service Tax will
change during the period of Contract.

4. Rates shall include all statutory obligations as may be applicable.

5. Prices shall be quoted in Indian rupees only.

6. Arithmetical errors will be rectified on the following basis:-If there is a discrepancy


between words and figures, the lower of the two shall be taken as the bid price. If there is
any other discrepancy, the figure leading to the determination of the lower amount shall

Page 7 of 59
be adopted. If the bidder does not accept the correction of errors, as aforesaid, his bid
will be rejected.

IV. General Terms and Conditions

1. For the purpose of this Onsite Comprehensive Annual Maintenance Contract for
Hardware and peripherals (for both networked and non-networked hardware) and
software support, the following interpretation(s) would be made :-

• Hardware – This would include the actual components/ assemblies/ Sub-assemblies


of the PC i.e. the hard disk, monitor, mouse, Keyboard, floppy disk, CD Rom, Zip disk
driver, Teflon etc. This would also include the components/ assemblies/ Sub-
assemblies of peripherals and other accessories and Connectors/ Cables/ Cords and
any other physical appliances required to run the computers and any other
unspecified but existing item in the computer system/ etc.

• Peripherals – This would include printers (Laser jet, Inkjet), UPS, Projector, Scanner,
CD Writer, Modem, Speakers and any other unspecified but existing item in the
Computer system.

• Asset – Items including hardware and peripherals which shall be brought under this
AMC.

• Software – This would include all the software related to Operating Systems,
Application Software, device drivers and other unspecified bundled/ non-bundled
software required to run the components/ peripherals/ applications etc.

• Service – For Onsite AMC, this would include repair of faults (major and/or minor) as
detected in the assets and regular maintenance like running diagnostic tests to
ensure if all the components are working fine/efficiently.

• Consumables – All computer consumables including CMOS/ BIOS battery cell etc.
but excluding printer cartridge, printer ribbon & computer stationery.

• Equipment – This would mean not only the hardware and the connected peripherals
but also include the software(s) required to run it.

2. As the Department has an intranet and most of the computer systems are also on
LAN/ MPLS-VPN/ VSAT, the resident engineer shall have to assist the Technical
officers of the Systems/ Computer Operations wing in their Training sessions.

3. Upon acceptance of contract, the AMC vendor shall be responsible for mapping each
asset with a unique identification number and prepare a model-wise list of all the
hardware after physically verifying each item to ascertain the actual position of assets
to be brought under AMC.

Page 8 of 59
4. The assets shall, then, be classified under either of the following two categories (i)
“Not covered under company/manufacturer warranty” and (ii) “Covered under
company/manufacturer warranty”. After classification, the list, showing the actual
inventory position of the assets, shall then be submitted to the office of the CIT
(Admn. & TPS), Kolkata, for approval.

5. The AMC shall commence immediately on execution of the agreement in respect of


those assets which, as on the date of execution of agreement, are not covered by any
warranty.

6. For those assets, where the warranty expires at a later date, the AMC shall
commence from the day immediately following the date of expiry of warranty. Billing
for such assets shall be done on pro-rata basis.

7. In any Income Tax building where Resident Engineer is not posted or in the building
where the Resident Engineer is posted but is absent, suitable arrangements are to be
made to provide support by assigning an Engineer from the nearest available
location. No extra payment will be made by the Income Tax department for the
same.

V. Scope of the Work

Onsite Comprehensive Annual Maintenance Contract for all Networked and Non-
Networked Hardware and Peripherals (like PCs, Printers, UPS, Scanners etc.) (As per
Annexure – A) including Software support and for providing assistance in training on
Departmental Software/ Application Tools installed in the devices of the Department of
Income Tax located in various offices of the Department in Kolkata and other locations in
West Bengal & Sikkim Region, as stated in Annexure-B to this Notice.

The scope of work shall cover the following:-

1. Onsite comprehensive maintenance of hardware and peripherals (such as


Computers, Printers, Scanners, UPS etc. of different make and model) including
software support. Details of assets to be brought under the AMC has been provided
as per Annexure-A.

2. The term “Comprehensive Maintenance” shall include both repair/replacement of


spare parts and consumables (excepting printer ribbon, cartridge and computer
stationery) as well as labour services. Any spare parts will include existing all
components and consumables of desktop(s), UPS(s) and other peripherals or by
whatever name called EXCEPT mother board, hard disk and monitor of PCs.

3. The items excluded under the AMC, i.e., mother board, hard disk and monitor, if
damaged beyond repair, the same shall be replaced by a new one. These three

Page 9 of 59
items, i.e., mother board, hard disk and monitor shall have to be procured by the
service provider from the market and the bill towards such item shall be submitted for
reimbursement. The reimbursement shall be made by the Department as per the
rules under GFR 2017. However, the vendor shall take all efforts to get the mother
board, hard disk and monitor repaired first failing which replacement shall be made.

4. For the purpose of providing comprehensive maintenance, the service provider shall
have to make necessary arrangements for deployment of Ten (10) Resident
Engineers at different buildings of the Income Tax Department across various
locations in West Bengal & Sikkim Region (As provided in Annexure – B)

5. The engineers shall also undertake the job of software installed in the Computer(s),
etc. The vendor shall install/re-install any system software or application software
which may include the OS - WindowsTM 2000, Service Pack 4/ WindowsTM XP Pro
with Service Pack 3, Windows-7, Windows-8, Vista, Windows-10, M.S. OfficeTM, Anti-
virus, JRE and other bundled/unbundled software wherever necessary etc. and/or
Upgrade OS whenever necessary, anti-virus/ anti-malware tools in computers etc.
The Licensed CDs, DVDs are to be provided to the vendor by Department’s
Representative.

6. A room or part thereof at each station/site shall be earmarked for the resident
engineer within the office premises for carrying out repair and maintenance work.

7. Under no circumstances, any asset can be taken out of the office premises and all
the repair/maintenance work shall have to be carried out at the designated place
within the department’s office premises. In exceptional circumstances, only faulty
spare parts/components of the assets shall be allowed to be carried to the workshop
of the service provider. However, “Gate Pass” approval has to be obtained from
the user for carrying the faulty spare part/component outside office premises.

8. Any spare part/consumables including mother board, hard disk and monitor, if
replaced, the damaged part shall have to be handed over to the user concerned and
under no condition can the vendor take away the faulty parts replaced.

9. Defective spare parts except mother board, hard disk and monitor, should be
replaced by the vendor free of cost. Only spare parts of equal/ higher specification/
capacity should be used for replacing the defective components whether permanently
or as a stop-gap measure while the defective component is being repaired. The newly
installed spare parts/components should be compatible to the rest of the system.

10. The resident engineer should also provide support in the following areas :-

i. Troubleshoot internet failures including server configuration;

ii. Setting up small LANs as and when required

Page 10 of 59
iii. Installation of USB-3G/ Data One broadband modems (hardware/ software/
driver issues);

iv. Installation/ De-Installation of new PCs/ new Printers/Fax/Photocopier

v. Provide technical assistance to the user including installation/re-


installation/replacement of any hardware/software/peripherals/application
tools/RAM/Batteries/Anti-virus purchased by the department.

vi. Upkeep of 0.5 kva UPS which are not under any AMC (Except providing of
battery and spares). After upkeeping of the said UPS, the same will be brought
under AMC. No extra charges will be paid by the department for upkeeping
such UPS.

vii. Providing technical assistance to departmental officers & officials on Data


backup.

viii. Any other hardware/ software related issue which may be communicated by
this office and RCC.

11. Where the engineer is assigned more than one station/site, the service provider shall
have to make necessary travel arrangement for resident engineer to make himself
available at the required station/site within the response and resolution time as
mentioned in para VIII(2) and VIII(3). No extra payment will be made by the Income
Tax department for the same.

12. Where the engineer is found absent from his base site/station, suitable arrangements
will have to be made to provide support by assigning a Resident Engineer from the
nearest available location to attend the call. No extra payment will be made by the
Income Tax department for the same.

V-(A). Additional duties to be assigned to the Resident Engineers :

In addition to the primary work of providing hardware support, the Resident


Engineers, shall also assist in the following areas of work :-

i. Provide assistance to the Designated Training Faculties in various


training programmes organized for departmental officers and officials in
various application tools;

ii. Provide assistance to the departmental trainers during the courses


mounted by the Systems Wing;

Page 11 of 59
iii Any other training related issue which may be communicated by this
office.

VI. Desired Experience of the Vendor

1. The Vendor is expected to have experience in hardware maintenance including


repair/replacement of spares/consumables and also on oracle and java based work.

2. The Vendor is expected to provide a Multi-Tasking Service combining Facilitation,


Training and Troubleshooting, as and when and where required.

VII. Service Level Compliance Assurance and Quality of Service

1. Faults defined :-

(i) Minor faults – A minor fault shall be a fault related to any software (installing
OS or bundled software, additional software or installing/ re-installing/ upgrading device
drivers etc.) and include all hardware related faults except issues related to faults involving
the hard disk, mother board and monitor. However, installation or re-installing OS and/ or
other bundled software, if necessary, shall be carried out on explicit and clear orders of the
user concerned.

(ii) Major faults - A major fault shall be a fault related to repair/replacement of


hard disk, mother board and monitor. The replacement of these items, if unavoidable, are to
be carried out only after obtaining the consent of the concerned user specifying that the hard
disk, mother board and monitor is not reparable.

2. All faults, whether major or minor should be responded to and resolved within the
time limit as prescribed in Para VIII(2) and VIII(3).

3. Defective spare parts (except hard disk, mother board and monitor of PCs) should be
replaced by the service provider free of cost. Spare parts will include existing all components
and consumables of desktop(s), (s), UPS(s) and other peripherals. The irreparable hard disk,
mother board and monitor of PCs will have to be replaced by the vendor by purchasing the
same from market. The reimbursement will be done by the department as per GFR 2017.

4. All the repairs and servicing of equipment shall be carried out on site where it is
located.

5. In exceptional circumstances where the equipment(s)/ component(s) (except


Computers and ) is/ are to be taken to vendor’s premises/ service centre for repairs, stand-
by arrangement will have to be made. The equipment being taken to the workshop for repair
would be at vendor’s own risk and expenses. Any damage or loss caused by the Vendor to
the equipment(s)/ component(s) taken for repair to vendor’s premises/service centres should
be borne by the vendors. Before proceeding to take the equipment/component to vendor’s
premise/service centre, prior permission of concerned authority has to be compulsorily
obtained in writing.

Page 12 of 59
Further, it should be borne in mind by the vendor that the equipment/component for
repair/replacement contain data relating to the Department which are confidential and
sensitive in nature. All precautions have to be taken to ensure that any departmental data is
not mishandled or mis-utilized or shared with any other entity/individual apart from the
concerned user. Any violation of this condition will lead to termination of contract and may
entail appropriate legal action by the department.

6. Any damage or loss caused by the Vendor to the Computer(s), Printer(s), Server(s),
Scanner(s) etc. or their parts due to negligence, mishandling shall be made good by the
vendor by a new one (from OEM or similar make) of the same/ higher specifications.

7. A declaration that all parts for carrying out the AMC shall be procured from a Master
Parts Reseller(s) of OEM Company shall be made. Where parts could not be procured from
OEM due to non-availability/exigency, the vendor may use parts/components of similar make
with same/higher specification.

8. The service vendor shall maintain the equipments and shall use genuine/ original
components for replacement wherever needed. Until and unless written orders of the
Income-tax officer (System), Kolkata are conveyed, the original configuration/ specification/
characteristics/ features shall not be changed or modified under any circumstances.
However, it is to be borne at all times that any parts used by the service provider, other than
the one procured from Master Parts Reseller of OEM company, shall have a quality
certification mark on it.

9. The contract shall initially be for a period of 3 years from the date of signing of the
contract. The contract may be renewed for a further period of one year with same terms and
conditions, if the Department is satisfied with the functioning of the vendor.

10. The vendor shall inspect all items to ensure that systems to be put under this AMC
are in working condition. Initial cost of defective parts/ components, of the systems found
defective/ non-functional shall be borne by the Department before these are handed over to
the Vendor under comprehensive onsite AMC. Once the contract is entered between
Department and the vendor, no further cost towards such replacement of defective/ worn-out
parts will be given to the vendor except Comprehensive onsite AMC charges.

11. The systems that are not serviceable by the agency due to obsolescence of
technology or non-availability of spare parts/ assemblies/ components, will be withdrawn
from the maintenance contract. The decision of the CIT (Admn & TPS), Kol regarding non-
availability and obsolescence of technology and withdrawal of these items from the main
contract will be final. Withdrawal of such systems shall be communicated to the agency and
equivalent maintenance charges shall be deducted accordingly.

12. In case the contracting vendor is not able to accept the contract after it is awarded or
if it is not able to do the work after accepting the contract such vendor will be liable to pay the
damage to Department including the cost which the Department will have to incur for getting
such work done. The EMD of defaulting vendor would also be forfeited by the Department.

13. The above act of backing out would automatically debar the vendor from any further
dealing with Department and the security money for this would also be forfeited.

Page 13 of 59
14. The contract may be terminated summarily by this Department at any point of time by
serving a 30 days' notice with or without assigning any reason(s), if the work of the
contracting vendor is found unsatisfactory during the continuity of this contract. In this
connection the decision of the Commissioner of Income-tax (Admn & TPS), Kolkata shall be
final and binding on the vendor.

15. The Department shall have right to inspect vendor’s site to assess infrastructure
before awarding the Comprehensive on site AMC for Hardware and it may reject the contract
given to the vendor in the event of Department’s dissatisfaction about the vendor’s
infrastructure or otherwise. The decision of the Commissioner of Income-tax (Admn. & TPS),
Kolkata would be final in this regard.

16. The Department reserves the right to increase or decrease quantities of contracted
items any time. The department may increase the number of contracted items any time with
the items of similar type (as mentioned in Annexure-A). Accordingly charges would be
increased/ decreased on pro-rata basis.

17. It shall be the responsibility of the Vendor to make all the computers and peripherals
etc. work satisfactorily throughout the contract period and to hand over the systems in
working condition to the Department after expiry of the contract.

18. The PCs, UPS and printers etc. installed in the Department are reputed brands,
mostly of HP, Lenovo, Dell etc.. However a few items are of different make. (Please refer to
Annexure-A).

19. The liability of the vendor under this maintenance arrangement shall be restricted to
the hardware maintenance including repair/replacement (except mother board, hard disk and
monitor) and software support covered in the scope of this agreement. The quantum of such
penalties leviable by the Department and payable by the vendor for deficiency in service
rendered during any quarter for any equipment and receivable by the vendor for that quarter
and to be computed in the manner set out in Para IX (Penalty). The vendor shall not be liable
for any loss of data or software on storage devices as part of this maintenance agreement
but reasonable efforts should be made by the vendor for recovery of data, if such data loss is
direct result of the Vendors’ act.

20. Further clarification(s) if any, may be obtained from the office of the Commissioner of
Income Tax (Admn & TPS), Kolkata.

VIII. Call Logging and Resolution (procedure and levels):

1. Call logging procedure: The service provider shall have to register a Toll Free
Number with BSNL at their Help Desk on which the user can log all the complaints and
problems to be resolved within timeline. In addition, the service provider will also have to
make available the mobile number of all the Resident Engineers at each site/building where
the complaints can be registered by the user of the respective site/building. The service
engineers from the vendor side shall attend to all the complaints received immediately. Calls
shall be attended to on all days when the offices of the Income Tax Department remain
functioning.

Page 14 of 59
The standard call logging procedure along with toll free number shall be provided by the
vendor to this office and the respective users in all the offices of Income Tax Department
located in West Bengal. In addition, the vendor shall provide “Escalation Matrix” to this
office and the respective users. However, intimation to the users regarding availability and
arrival of service engineers from vendor side shall be the sole responsibility of the vendor.
The vendor will provide details of call logging and resolving status report monthly to the
Department. The Department may verify this report on monthly basis through the Nodal
Officers at the respective premises of the Department where the Resident Engineer is
stationed.

2. Response time: Response time would mean the time taken by the engineer to
physically attend the office from the complaint was lodged. The vendor has to maintain the
response time for attending the complaint calls for maintenance services during the AMC
period as given below :

For Kolkata –
Building where the Resident Response Time: Within 30 (thirty) minutes
(a)
Engineer is stationed from the time of logging of calls
Other Building where the Resident Response Time: Within 2 (Two) hours
(b)
Engineer is not stationed from the time of logging of calls

For Muffosil stations –


Building where the Resident Response Time: Within 30 (thirty) minutes
(a)
Engineer is stationed from the time of logging of calls
Other Building/site/station within 60
Response Time: Within 4 (Four) hours
(b) kms from where the Resident
from the time of logging of calls
Engineer is stationed
Other Building/site/station beyond 60
Response Time: Within 8 (Eight) hours
(c) kms from where the Resident
from the time of logging of calls
Engineer is stationed

3. Resolution Time: Resolution time would mean the time taken to rectify the fault
complained against after responding to the call made by the user. The timeline for resolution
is given below :-

For Kolkata –
Resolution Time: Within 12 (Twelve) hours from
(a) For Minor Faults
the time of responding to the calls
Resolution Time: Within 48 (Forty eight) hours
(b) For Major Faults
from the time of responding to the calls
For Muffosil charge –
Resolution Time: Within 12 (Twelve) hours from
(a) For Minor Faults
the time of responding to the calls
Resolution Time: Within 48 (Forty eight) hours
(b) For Major Faults
from the time of responding to the calls
*Excluding Saturdays/Sundays and Holidays

Page 15 of 59
4. Assured up time/ Allowable down time and penalties: Complaints should be
resolved within the stipulated time as stated above. For delays in response as well as
bringing back any equipment to working condition within such time, penalties shall be
deducted from the AMC charges payable to the vendor in accordance with the provisions
laid down in Para IX (Penalty).

To make it clear, if the equipment is not set right within the stipulated time limit, the period of
delay for the purpose of imposition of penalty will be reckoned from time when the deadline
for resolution of complaint is over.

5. Submission of copies of call reports by vendor: The vendor shall prepare


comprehensive call report on a monthly basis against all calls attended by it during the
quarter and clearly note down all details. The vendor shall provide the Department with a
quarterly Service Level Compliance Report relating to all calls attended to by the vendor.
However, the Department may call for, in suitable cases with reasons, the call reports for
verification of the Service Level Compliance Report, if so desired. The penalties, if any, shall
be based solely on the Service Level Compliance Report submitted by the vendor with
necessary correction, if required, after verification of call reports.

Besides the above, a detailed report mentioning the detailed configuration, model no. and Sl.
No. of each equipment spare parts taken away for replacement/ repair or provided to replace
an equipment/ spare parts earlier taken away, should be handed over to the user concerned
and copies of the same reports should be handed over to the Department or its
representative, if asked for, with Service Level Compliance Report.

IX. Penalty

1 Penalty for delay in response shall be levied @ Rs.200 per day for each day’s or
fraction of day’s delay in response, whether faults are minor or major, with reference to the
stipulated time mentioned hereinabove [Para VIII (2)].

2 Penalty shall be levied for delay in resolution of faults with respect to


computers/UPS/Printers/other (for fault in either hardware or software or both), if the
equipment is not set right for minor as well as major faults within the stipulated time. The
penalty shall be payable by the vendor for each day’s (24 hours) or fraction of a day’s delay,
as given below, which shall be deducted from the maintenance charges payable to it. The
period of fault shall be counted from the expiry of stipulated time for resolution of fault [Para
VIII (3)] till the equipment is set right, repaired or replaced.

Penalty for each day’s or part Penalty for each day’s or part of
Sl. No. Item
of day’s delay (upto 10 days) day’s delay (beyond 10 days)
Computer Rs. 400/- Rs. 600/-
1.
2. Printer Rs. 300/- Rs. 450/-

3. UPS Rs. 200/- Rs. 300/-

4. Other peripherals Rs. 100/- Rs. 150/-

Page 16 of 59
3. If the vendor fails to repair/ replace the system within 48 hours (2 working days plus
Saturday/ Sunday/ Holidays), the system may be got repaired from other Company/ Firm
and made functional and the expenditure incurred thereon shall be recovered from the
vendor, apart from the penalty levied as stated in preceding para. This may even entail
termination of the contract and forfeiture of security deposit.

4. Penalty shall be levied at the rate of Rs.1000/- per day in case of unauthorized
absence of Resident Engineer from the site.

5. Penalty shall be levied at the rate of Rs. 500/- per day in case a trained/experienced
Service Engineer replaced by an untrained/inexperienced Service Engineer.

X. Payment

1. No advance payment will be made in any case. The AMC payment will be released
quarterly (after deducting penalty) on satisfactory completion of maintenance work. Penalties
can be deducted from next two quarterly payments, if not deducted earlier.

2. The payment will be made after proper deduction of TDS as per prevailing rules/
rates.

3. Any payment made in excess will have to be refunded by the vendor to ITD in the
event of termination of contract.

4. Payment for any inclusion/ deletion of Computers/Peripherals will be calculated on


pro-rata basis.

5. The vendor will not have any legal right to proceed against department in the event of
late payment due to unforeseen reasons/ Force majeure. No interest will be paid by the
Department in case of any late payment.

6. The vendor will not discontinue/interrupt providing any of its services including supply
of spares in the event of late payment due to unforeseen reasons/force majeure. In case of
any discontinuance/interruption, penal action will follow.

XI. Arbitration:

In case of any dispute arising between the contract holders or any constituent being party
to the contract, the sole authority for settlement of such disputes will rest with the arbitrator
appointed by the Principal Chief Commissioner of Income Tax, West Bengal & Sikkim.

XII. Jurisdiction:

Failing arbitration in solving the dispute, Calcutta High Court alone shall have the
jurisdiction for all aggrieved parties i.e. the Department, the Vendor or any constituent being
party to the contract directly or indirectly.

Page 17 of 59
XIII. Approval :

This document has approval of divisional head i.e. the Commissioner of Income Tax
(Admn & TPS), Kolkata.

XIV. Force Majeure

If at any time during continuance of this contract, the performance in whole or in part in
any obligation under this contract shall be prevented or delayed by reasons of any war,
hostility, acts of public enemy, acts of civil commotion strikes, lockouts, sabotages, fire,
flood, explosions, epidemics, quarantine restrictions (hereinafter referred to as eventualities)
then, the notice of the happening of any such eventuality shall be given by the Vendor to the
Department within 2 (two) days from the date of such occurrence. Neither party shall by
reasons of such eventuality, be entitled to terminate this contract, nor shall have any claim
for damages, compensations against the other in respect of such non-performance or delay
in performance, and deliveries under this contract. Normal working shall be resumed as soon
as such eventuality has come to an end or ceased to exist.

XV. Termination of Contract

Upon dissatisfactory performance and/or non-adherence to the terms of the contract on


the part of the service provider, the department may terminate the AMC contract with a 30
days’ notice period to the service provider.

If the service provider desires to discontinue the AMC work, the service provider has to
give a notice 60 days prior to the date of discontinuing the work. Otherwise, security money
shall be forfeited.

XVI. Change Order

“Change Order” means an agreed upon change or modification to the Services or other
material aspect of scope of this agreement. All change Orders must be in writing setting forth
the details of the modification and any adjustments to the price, delivery schedule, payment
schedule and Services. All Change Orders must be mutually agreed upon by the parties in
writing.

---------

Page 18 of 59
PART-C : Annexures

Annexure - A

Asset Type Computer

Count of
Location Model
Col. 1 Col. 2
13ALIIT 6
Alipurduar - Income Tax Office
LENOVO 9090 1
HP 202 G2 MT 2
HP 8200 Elite MT 2
Lenovo 10060 1
13ASAPB 41
Asansol-Parmar Building
HP D530 CMT 17
HP 8200 Elite MT 23
COMPAQ Presario S4030IL 1
13ASASA 31
Asansol-Sahana Apartment
HP D530 CMT 11
HP V8200 Elite MT 15
Acer 4100 1
Compaq D32M 1
Compaq D380 MX 2
COMPAQ Presario S4030IL 1
13BAHRN 22
Berhampur-Income Tax Office
HP COMPAQ 8200 ELITE MICRO TOWER 13
HP COMPAQ DC7900 2
HP COMPAQ DC7900C 1
HCL INFINITY A380 TRU 2
ACER VERITON 1
ACER VERITON IE3722 1
ACER VERITON IE3757E 1
ACER VERITON-IE3722 1
13BAUIT 8
Balurghat-Income Tax Office
HP 8200 Elite MT 3
COMPAQ Q3040IL 1
Page 19 of 59
Lenovo 57301536 2
Presario S4030IL 2
13BNKAB 12
Bankura-Ayakar Bhawan
HP D530 CMT 5
HP 8200 Elite MT 5
Compaq D380 MX 2
13BNKBB 13
Bankura-Bilash Bhavan
HP D530 CMT 5
HP 8200 Elite MT 7
Compaq D380 MX 1
13BURAB 63
Burdwan-Aayakar Bhawan
HP D530 CMT 25
HP 8200 Elite MT 28
COMPAQ DT 386A 2
COMPAQ EVO 1
DC 7900 CMT 1
HP 8000 ELITE 6
13CHSKM 71
Chinsurah-Income Tax Office
LENOVO 5597 2
LENOVO 5597-A11 4
HP D530 CMT 18
HP 280 G1MT 3
HP 8200 Elite MT 24
DC 7900 CMT 2
HP H220 11
LENOVO 5597-A11 5
HP PAVILION 2
13COOIT 14
Coochbehar-Income Tax Office
HP D530 CMT 5
HP 8200 Elite MT 4
Chirag C18 1
Chirag D20 2
HP PRESARIO 2
13DAJIT 10
Darjeeling-Income Tax Office
HP D530 CMT 6

Page 20 of 59
HP 8200 Elite MT 4
13DURAA 42
Durgapur-Aayakar Annexe
HP D530 CMT 3
HP DX 7400 CMT 1
HP 280 G1MT 1
HP 8200 Elite MT 30
HP PRO 3330 MT 7
13DURAB 23
Durgapur-Ayakar Bhavan
HP D530 CMT 5
HP DX 7400 CMT 1
8200 Elite MT 15
HP DC 7900 CMT 1
COMPAQ PRESARIO 1
13GAGBP 4
Gangtok-Income Tax Office
HP D530 CMT 2
DELL INSPIRON 20 (3048) 2
13HALIT 20
Haldia-Income Tax Office
LENOVO 7484 1
HP D530 CMT 5
HP 280 G1MT 1
HP 8200 Elite MT 6
HP DC 7900 CMT 1
HP DX 2280 MT 1
HP DX 2480 MT 1
LENOVO 7484 3
HP PAVILION 20 1
13JAPCR 41
Jalpaiguri-CR Building
HP D530 CMT 19
HP 8200 Elite MT 11
HP DC 7900 CMT 10
COMPAQ Presario S4030IL 1
13KALAB 2
Kalimpong-Income Tax Office
HP 8200 Elite MT 2
13KOLAB 746
Kolkata-Ayakar Bhawan
HP 6300 2
Page 21 of 59
HP 7380 1
HP 120 DESKTOP 2
HP D530 CMT 74
LENOVO H430 10
HP DX 7400 CMT 4
HP 110 DESKTOP 1
HP 120-011IN 1
HP 120PC 1
HP 20 CO 20IN 1
HP 202 G2 MT 2
HP 202G2 1
HP 20-A240IN 1
HP 20-b102in 2
HP 20-c010iL 1
HP 20-C020IL 2
HP 20-c029in 2
HP 20-CO20IN 1
HP 20-E102IN 1
HP 20R141 IN 1
HP 20-r201in 1
HP 20-r203in 1
HP 260-P020iL 1
HP 260-P021IN 2
HP 260P02Lin 2
HP 270-P033IN 1
HP 270-Po333in 1
HP 270PO33IN 1
HP 280 G1MT 21
HP400G2 1
HP 404 GI 2
HP 406 G1 MT 15
HP 406-G1MT 7
450-011in 1
450-114il 1
450-a12iL 3
455 01 2IL 2
455-001IN 1
455-002il 1
45501 2IL 2
45501-2IL 1
455-012iL 15
Page 22 of 59
455-01-2IL 1
455-01IN 1
455-072iL 1
455-0L2I 1
lenovo 4H410 1
510-p052iL 7
8100 Elite 11
8100ELITE 1
8200 Elite MT 168
A 110M-S2 1
Assemble 2
ALL IN ONE 4
ALL IN ONE 20-CO-20 IN 1
ASSEMBLE 7
COMPAQ 800 1
Compaq 8000 1
COMPAQ EVO 1
CQ 35201X 3
D220 MT 1
DC 7900 CMT 23
DELL 2020 1
DELL OPTIPLEX 2
DX 2280 MT 21
DX 2480 MT 30
DX 7380 2
ELITE 7100MT 1
ELITE 8300 SMALL 1
Envy 23 Alll In One 1
H110M-S2 3
ASSEMBLED 2
HP 110 2
HP 202 G2 MT 1
HP 20-2213 IN 2
HP 20-22131N 1
HP 20-B102 IN 2
HP 20-C020IN 2
HP 260 P047CB 1
HP 280 G1 MT 12
HP 280 G1MT 2
HP 280G1 2
HP 280GT 3
Page 23 of 59
HP 3330 1
HP 3330MT 2
HP 406 G1 MT 1
HP 450 114IL 1
HP 455-012IL 1
HP 8000 2
HP 8000 ELITE 2
HP 8100 4
HP 8100 ECM 1
HP 8100 ELITE 1
HP 820 G2 1
HP 8300MT 22
HP All in one 20-C012il 2
HP L1710 1
HP PAVILION 2
HP PR0 330 1
HP Pro. 3090 6
HP20-C020IN 2
ILSPIRON 1
INSPIRON 20 (3043) 16
IS7484AC2 2
IS7484AC2 - THINK CENTRE 1
L1P1007 1
Lenovo 7484-AC2 11
Lenovo 9637-CH8 2
lenovo 7434 AC2 1
M 7484 AC2 1
Assemble 14
Assemble 20
ASSEMBLED 12
Assemble 1
Optiplex 9020 4
P 67301N 1
P 6730IN 1
P020il 2
P021IN 1
p2-1275iL 2
P63381N 1
PAVILION 20 4
PAVILION P2PC 1
PAVILION P6 1
Page 24 of 59
PAVILLION 1
Pavillion p2 2
PC570-P0XX 1
PRO 3090 MT 30
PRO 3330 MT 17
PRO DESK 400G2 2
Pro One 400 2
PRO ONE 400GI AI0 1
PRODESK 400G2 1
R012 in 1
SMALL 8100 ELITE 1
SMALL 8300 ELITE 7
Think Centre 1
(blank)
13KOLAD 143
Kolkata-Aayakar Dakshin
HP D530 CMT 22
HP DX 7400 CMT 4
HP 202 G2 MT 3
HP 20-2311IX 2
HP 20-CO20IN 1
HP 280 G1MT 5
HP 406 G1 MT 19
HP 409 G1 MT 1
HP 450-0117N 1
HP 450-011in 1
HP 8200 Elite MT 56
HP D220 MT 2
HP DC 7900 CMT 1
HP DX 2480 MT 3
DELL INSPIRON 7550098382 2
DELL INSPIRON 7597080974 1
INTEX 1
ASSEMBLED 1
HP P6-2020IX 1
HP PRO 6300 1
LENOVO THINK CENTER 15
13KOLAJ 21
Kolkata-ITAT Building -AJC Bose Road
HP D530 CMT 6
HP 8200 Elite MT 6

Page 25 of 59
HP DX 2280 MT 2
HP DX 2480 MT 4
HP B231in 1
HP20-C020IN 1
Lenovo 7484-AC2 1
13KOLBV 256
Kolkata-Bamboo Villa
HP 455 3
HP D530 CMT 12
lenovo H410 15
lenovo H430 7
HP DX 7400 CMT 17
HP 280 G1MT 6
HP 3330 PRO 5
HP 8200 Elite MT 147
HPD220 MT 2
HP DC 7900 CMT 23
HP DX 2280 MT 1
HPDX 2480 MT 4
HP 260 P047CB 5
HP 8300MT 5
DELL InspiroN24 1
HP PC20-C020in 1
HP PRO 3090 MT 1
HP PRO 3330 MT 1
13KOLCS 103
Kolkata-Aayakar Annexe
HP 9030 2
D530 CMT 7
HP DX 7400 CMT 1
202 G2 MT 1
406 G1 MT 4
450-011 IN 1
7100 ELIT 1
8200 Elite MT 17
ASSEMBLE 3
Assemble 1
COMPAQ EVO 1
DX 2480 MT 4
HP 120 DESKTOP 1
HP 260 P021 IN 1
Page 26 of 59
HP 260-PO21 IN 4
HP 280 G1 MT 7
HP 280 G1MT 1
HP 280 G2 MT 1
HP 450-114IL 2
HP 610-110 IN 1
HP 8300MT 1
HP A6550 IN 1
HP Pro. 3090 6
HP20-C020IN 1
IC 5720 1
Idia Center B320 1
L 10102 3
L 10147 1
Lenovo 7484-AC2 1
Optiplex 9020 3
P21-A1 1
PRO 3090 MT 12
PRO 330MT 1
PRO 3330 MT 8
PRO 8300 1
13KOLEM 389
Kolkata-Aayakar Bhavan Poorva
HP 120 DESKTOP 1
HP D530 CMT 105
HP DX 7400 CMT 1
MT-M90DA-Z2BG1N 3
HP 110 DESKTOP 15
HP 110-511 all-in-one 2
HP 260P021 INDT 8
HP 280 G1MT 11
HP 280 G2 MT 5
HP 406 G1 MT 13
HP 450-011 IN 2
HP 455-001 IN 1
lenovo 7484-AC2 2
HP 8200 Elite MT 130
HP 9030 A10 SERIES ALL-IN-ONE 1
HP90DAZ2BGN 1
ALL IN ONE 455-001 1
HP D220 MT 6
Page 27 of 59
HP DC 7900 CMT 17
HP DX 2280 MT 9
HP DX 2480 MT 7
HP DX 7480 1
ELITE 7100MT 3
H330 2
HP 8000 ELITE 2
HP 8100 ELITE 4
HP20-C020IN 1
HP M 9637 D14 1
HPOptiplex 9020 2
HP P2 1
HP Pavilian 20 all-in-one 2
HP PRO 3090 MT 8
HP PRO 3330 MT 15
HP SHINE 1
ZEBRONIC 1
HP SLIMLINE 260 P0 21n 3
VERITON IE3900 1
13KOLGP 351
Kolkata-Government Place
HP 120 DESKTOP 1
HP D530 CMT 100
HP DX 7400 CMT 9
HP 20-o02oin 2
HP 20-r011iL 1
HP 280 G1MT 3
HP 406 G1 MT 14
HP 450-010iL 3
HP 450-114il 4
HP 450A-12iL 2
HP 450-a12iL 2
HP 450-A2iL 1
HP 455-002il 1
HP 820 GI 1
HP8200 Elite MT 127
HP ASSMBLED 6
HPASSEMBLED 6
HP C8100 1
HP CQ3000 2
HP CQ3000 SE 1
Page 28 of 59
HP D220 MT 20
HP DC 7900 CMT 21
HP DX 2480 MT 8
HP 280G1 1
HP8100 ELITE 1
DELL INSPIRON 20 3
DELL INSPIRON 23 2
HP P6338 IN 1
HP PAVILION 1
HP PRO 3090 MT 1
HP Pro One 400 2
HP PRO3005 1
SL 260
a040ii DT 1
SL 260
P020iL DT 1
13KOLMR 154
Kolkata-Middleton Row
HP DX 7400 CMT 4
HP DX 7480 CMT 2
HP 8200 Elite MT 86
HP DC 7900 CMT 10
HP DX 2480 MT 1
HP D530 CMT 37
HP PRO 3330 MT 13
13KOLRA 73
Kolkata-Rafi Ahmed Kidwai
HP D530 CMT 18
lenovo H410 1
lenovo H430 4
HP DX 7400 CMT 1
HP 6300 Elite MT 1
HP8200 Elite MT 13
HP D220 MT 1
HP DX 2480 MT 14
HP 8300MT 4
HP D220 MT 4
LENOVO 5597-A11 6
Lenovo 7484-AC2 6
13KOLUD 55
Kolkata-Uttarapan Market Complex
HP D530 CMT 4
Page 29 of 59
HP 406 G1 MT 2
HP 8200 Elite MT 29
HP DC 7900 CMT 2
HP DX 2480 MT 1
HP 280 G1 1
HP 280 G1 MT 11
HP DX2480 1
HP PRO 3090 MT 3
THINK VISSION 1
13KRSGD 6
Krishnanagar-Income Tax Office
HP 8200 Elite MT 6
13MIDAK 16
Midnapore-Amaravati Lodge
HP D530 CMT 3
HP 8200 Elite MT 13
13MIDSB 22
Midnapore-Sahu Bhavan
HP D530 CMT 8
HP 8200 Elite MT 13
HP Slimline 260 1
13MLDNM 12
Malda-Income Tax Office
HP D530 CMT 1
HP 8200 Elite MT 5
HP DC 7900 CMT 1
HP120 PC 1
COMPAQ Presario CQ3000 4
13NADAH 7
Nadia-Income Tax Office
HP 8200 Elite MT 7
13POBMB 7
Port Blair-Income Tax Office
HP D530 CMT 2
HP 8200 Elite MT 3
HP D220 MT 1
HP 202 G2 1
13PRUSL 13
Purulia-Income Tax Office
HP D530 CMT 6
HP 8200 Elite MT 7
13RAGAB 12
Page 30 of 59
Raiganj-Income Tax Office
HP D530 CMT 4
HP8200 Elite MT 4
HP DX 2480 MT 1
HP OPTIPLEX 3020 3
13SLGAB 42
Siliguri-Ayakar Bhawan
HP 1007 1
HP D530 CMT 3
HP 280 1
HP 202 G2 MT 2
HP 280 G2 MT 3
HP 3750IL 1
HP 400 GI 1
HP 406 G1 MT 2
HP 7100 MT 2
HP 7100MT 2
HP 8200 Elite MT 17
90FNLNOVO 1
HP DC 7900 CMT 1
ID530 1
HP INSPIRE 6660 S 3
HP SLIMLINE 270 1
13SLGCR 8
Siliguri-C.R Building
HP 8200 Elite MT 2
HP 2480 1
HP 280 1
HP 3330 1
HP Inspiron 3647 1
HP Inspiron 620S 1
HP PRO 3330 MT 1
13SUILK 25
Suri-Income Tax Office
D530 CMT 9
8200 Elite MT 13
Compaq D380 MX 3
Grand Total 2896

Page 31 of 59
Asset Type UPS
Count of
Location Model
Col.1 Col.2
13ALIIT 7
HP
1020 1
1102 1
1106 2
4675 1
128 FN 1
M1136 MFD 1
13ASAPB 19
HP
M1005 3
P1006 1
P1007 10
P1106 5
13ASASA 15
HP
HP 1007 3
HP DJ 3650 1
P1007 8
P1106 3
13BAHRN 23
Brother 1
Canon LPB 2900B 1
HP LASER JET P1106 1
LBP2900 2
LBP2900B 2
HP LASER JET P1106 12
LP LASERJET P1108 1
NA 2
ML-2161 1

Page 32 of 59
13BAUIT 4
HP
HP LaserJet P1106 2
HP LJ P1007 2
13BNKAB 6
HP DJ 3650 1
HP LJ P1007 1
MSP 455 XL CLASSIC 4
13BNKBB 6
HP DJ 1460 1
HP DJ 3650 1
TVSE 4
MSP 455 XL CLASSIC 4
13BURAB 35
HP 1007 13
HP DJ 1020 1
HP DJ 1460 1
HP DJ 3650 5
HP LJ P1005 1
HP LJ P1007 13
MSP 455 XL CLASSIC 1
13CHSKM 35
HP LJ P1007 1
Laserjet M1136 MFP 5
Laserjet P1007 9
Laserjet P1106 8
Laserjet P1108 2
LJ P 1007 1
LJ P 1106 2
LJ P 1108 1
LJ P1007 1
LJ P11007 1
LJ P1106 3
LJ P1108 1
13COOIT 4
1108 1
Page 33 of 59
HP DJ 1060 1
HP LJ P1007 2
13DAJIT 6
Canon LX-3000 2
HP 1007 2
HP 1106 2
13DURAA 8
EPSON C45 1
HP DJ 3650 2
HP LJ 3020 1
LESERJET P1007 3
SAMSUNG ML-1710P 1
13DURAB 15
HP 1007 1
HP DJ 3650 1
HP LJ 1020+ 1
HP 1005 1
HP 1007 4
SAMSUNG ML-1610 1
TVSE 6
13GAGBP 3
HP 1007 1
HP 1106 1
HP 1108 1
13HALIT 16
canonLBP3100 1
Laserjet P1008 1
Laserjet M1136 MFP 1
Laserjet M1213NF 1
Laserjet P1005 1
Laserjet P1007 1
Laserjet P1106 6
Laserjet P1108 2
Laserjet PRO M128FN 1
Samsung ML1666 1
13JAPCR 22
Page 34 of 59
HP DJ 3650 1
HP LJ 1020 2
HP LJ P1007 18
HP LJ P1008 1
13KALAB 2
HP 108 1
HP 1007 1
13KOLAB 635
Brother UFC7360 1
CANON 1
CANON IMAGE PLUS 1
CANON MF 4750 1
1018 3
1020 1
1022 4
1515 1
3050 3
3525 1
4500 1
4535 1
6830 1
1020 PLUS 19
6500A 1
CANON 2
DCSKJIT INK ADV 6225 1
Deskjet 1050 1
Deskjet D2460 1
DESKJIT INK ADVANTAGE 4645 1
DESKJIT INK ADVANTAGE 4675 2
DJ 2135 1
DJ 2520 HC 1
DJ 2520HC 1
DJ ADVANTAGE 1
DX 220 MT 1
EP SON L380 1
GT5820 1
Page 35 of 59
HOTSPOT M1215NFS 1
HP 1007 3
HP 1018 1
HP 1020 Plus 1
HP 1136MFP 2
HP 1505 2
HP 1536 DNF 1
HP 8300 1
HP DESKJET 4645 1
HP DESKJIT ADV 2515 1
HP DJ 1020 1
HP LASERJET 1
HP Laserjet MFPM128 1
HP Laserjet P1007 1
HP LASERJET 1020 1
HP Laserjet 1020Plus 2
HP Laserjet 1136 MFP 1
HP Laserjet M1005 MFP 1
HP Laserjet M1136 MFP 4
HP Laserjet M1136MFP 4
HP Laserjet M1216NFH MFP 1
HP Laserjet P1005 3
HP Laserjet P1007 7
HP Laserjet P1020 PLUS 2
HP LaserJet P1106 5
HP LASERJET P1106 1
HP LASERJET P1107 4
HP Laserjet P1108 23
HP Laserjet P3015 1
HP Laserjet PRO MFP M128FN 5
HP Laserjet PRO MFP M132A 1
HP LaserjetM1136MFP 2
HP LASERJIT 1
HP LASERJIT PRO MFP M 132A 1
HP LJ 1000 2
HP LJ P1005 9
Page 36 of 59
HP LJ P1007 9
HP M 1136 1
HP M1136 2
HP M1136 MFP 1
HP MFP M 128FN 1
HP MFP M128FN 1
HP P 1106 1
HP P 1107 1
HP P 1108 1
HP P1106 1
HP P1108 3
L 1108 1
L M 1136 1
LASERJET 1
LASERJET 1018 1
LASERJET 1020PLUS 2
LASERJET 1020PLUS 5
LASERJET M1005MFP 1
LASERJET M1136 MFP 1
LASERJET M1136MFP 12
LASERJET M1136MFP 1
LASERJET M1136MFP 1
Laserjet P1005 5
LASERJET P1005 1
Laserjet P1007 10
Laserjet P1108 16
LASERJET P1505 1
LASERJET PRO MFP M128FN 2
LASERJET PRO MFP M128FN 1
LASERJET PRO MFP M132A 1
LASERJIT M 177FW 1
LASERJIT M1005 MFP 2
LASERJIT M1136 MFP 4
LASERJIT P 1108 2
LASERJIT P1505 1
LASERJIT PRO MFP 132A 1
Page 37 of 59
LASERJIT PRO MFP M128FN 2
LASERJIT PRO MFP M132 A 1
Leserjet M128fn 1
LESERJET P1005 1
LJ 1007 1
LJ 1020 PLUS 11
LJ 1022 1
LJ M1136 3
LJ M1136 MFP 1
LJ M1213 MFP 2
LJ M1213NF MFP 1
LJ P 1007 1
LJ P 1106 1
LJ P 1108 42
LJ P1005 3
LJ P1007 8
LJ P1106 2
LJ P1108 17
LJ P1505 2
LJ P1606 1
LJ PRO MFP M132A 1
LJCP1025 CL 1
LP 1102W 1
M 1005 1
M 1136 MFP 41
M 1136MFP 4
M 1213 NF 1
M 126nw 1
M 128FN 1
M 1319F 1
M 132A 5
M1005 2
M1120 1
M1136 MFD 2
M1136 MFP 4
M1136MFP 6
Page 38 of 59
M1213 1
M1216nfh 1
M126nw 1
M128fn 4
M128fw 1
M132a 10
M132FN 1
MFP 1136 MFP 1
MFP 128fn 2
MFP M128 FN 1
MFP M132 FN 1
MFP M132A 1
MFP M1332A 1
MFP M226 DN 1
MFPM128 1
NA 1
NP09143 1
Office Jet J 4500 1
OFFICE JIT 6500 A 1
OFFICEJET 8600 1
P 1000 1
P 1005 5
P 1007 34
P 1008 2
P 1105 1
P 1106 13
P 1107 3
P 1108 9
P 1505 1
P 1606 DN 2
P1005 4
P1007 14
P1106 16
P1107 1
P1108 56
P1505 2
Page 39 of 59
P1566 1
PRO 8600 PLUS 1
Pro M104a 1
U128FW 1
HP Laserjet M1136MFP 1
HP Laserjet P1005 1
HP Laserjet P1108 1
samsung LASERJIT M1136 MFP 1
samsung scx-3401 1
TVS 3
13KOLAD 139
DJ 2060 1
DJ ADV. 2060 1
DJ F4185 1
DJ INK ADV. 2060 1
DJ INK ADV. 4615 1
LJ 1007 3
LJ M 202 1
LJ M104A 1
LJ M1136 MFP 12
LJ M136 MFP 2
LJ MFP 126 1
LJ MFP 128 1
LJ MFP 128M 1
LJ MFP M1136 1
LJ MFP M126 4
LJ MFP M128 5
LJ MFP M128 3
LJ MFP M136 1
LJ MFP P1106 1
LJ P 1005 2
LJ P 1007 4
LJ P 1106 1
LJ P100 1
LJ P1005 7
LJ P1007 21
Page 40 of 59
LJ P1102 1
LJ P1106 12
LJ P1108 16
LJ PRO 202 3
LJM 1136 1
LJP1007 2
OJ PRO 3620 1
OJ PRO 6960 1
HP 24
13KOLAJ 6
HP LJ P1005 1
HP LJ P1007 2
HP LJ P1010 1
HP LJ P1108 2
13KOLBV 221
Canon 2900B 9
260 DT 1
D1460 1
D2460 1
E3E02A 1
M1005mfp 2
M1005mfp 1
M1136MFP 1
M1213nf 2
M1213nfP 1
M1216nfp 1
M127mfp 1
ML1640 1
NA 7
P 1007 1
P1005 22
P1007 35
P1007 3
P1008 2
P1020 4
P1020 1
Page 41 of 59
P1106 89
P1106 4
P1108 13
P1108 3
P1210 1
Panasonic MB300 1
TVS T9650 12
13KOLCS 74
Canon Class MF4150 1
Canon MF 4450 1
1007 1
DESKJET 2060 1
DJ 4645 2
HP 1020 Plus 1
HP 1108 1
HP 1136 1
HP LJ P1005 1
HP LJ P1007 2
HP M1136 MFP 1
HP M128 FN 1
HP VCVRA 1001 1
L 1536 DNF 1
LESERJET P1007 5
LJ 4645 1
LJ M 128 PW 1
LJ M1120N 1
LJ M1136 1
LJ M226DW 1
LJ P 1005 1
LJ P 1007 1
LJ P 1108 13
LJ P1006 1
LJ P1007 2
LJ P1106 3
LJ P1108 1
LJCP1025 CL 1
Page 42 of 59
M 1136 MFP 14
M 1213 NF 1
P 1007 8
P 1108 1
Samsung ML 1676 1
13KOLEM 283
Cannon DR-C130L 1
Cannon IMAGECLASS MF4750 2
LJ P1005 2
CP1025 COLOR 1
HP DJ 1010 1
HP DJ 1050 2
DJ 1460 1
DJ D1560 1
DJ D2460 3
DJ D2568 1
DJ INK ADVANTAGE 2060 1
HP LJ 1020 1
HP LJ 1022 1
INKADVANTAGE 4645 1
Laserjet 1106 5
LJ 1018 1
LJ 1020 4
LJ 1020 + 9
LJ 1020 PLUS 9
LJ 1022 4
LJ 1136MFP 1
LJ M1005 MFP 1
LJ M1128FN MFP 1
LJ M1136 MFP 12
LJ M1136MFP 2
LJ M1213N MFP 1
LJ M1213NF MFP 5
LJ M1216nf MFP 1
LJ M126nw 1
LJ M126NW MFP 1
Page 43 of 59
LJ M128FN MFP 1
LJ M128FW MFP 3
LJ M1319F MFP 1
LJ MF4750 1
LJ P1005 38
LJ P1007 44
LJ P1008 11
LJ P1106 38
LJ P1108 54
LJ P1505 5
LJ PRO M126nw MFP 1
LJ PRO M128FN 4
LJ PRO M226DN MFP 1
LJ PRO M403DN 1
LJ1020 1
LJET P1008 1
OJ 4500 1
13KOLGP 248
EPSON L220 1
DJ 2568 1
B110 SE 1
D2460 1
DJ 1000 1
DJ 1360 2
DJ 1515 3
DJ 2668 1
DJ 4535 2
DJ2460 1
HP DC7900 1
HP INK ADVN 1
LJ 1020 4
LJ 1020 PL 9
LJ 1022 1
LJ M1005 1
LJ M1005 MFP 8
LJ M1136 MFP 34
Page 44 of 59
LJ P1005 13
LJ P1007 46
LJ P1008 2
LJ P1106 56
LJ P1108 39
LJ P1505 1
LJ1108 2
LJCP1025 CL 1
LJP1108 1
M 126nw 2
M 126NW 1
M 132A 1
MFP 132a 1
MFP M126nw 1
OFF JET 4500 1
OJ 4500 3
OJ 6500 A 1
OJ PRO 6830 1
Ph Sm 6510 1
PH SMART 6510 1
13KOLMR 91
Cannon LPB 2900B 1
HP LJ 1015 2
HP DJ 1668 2
HP DJ 3650 1
HP DJ 910 1
HP DJ D2460 2
HP DJ F735 1
HP LJ 1010 1
HP LJ 1015 2
HP LJ 1018 7
HP LJ 1020 9
HP LJ 1566 1
HP LJ P1005 3
HP LJ P1007 23
LESERJET P1007 4
Page 45 of 59
MSP 345 1
MSP 345 1
MSP 355 XL CLASSIC 2
MSP 455 XL CLASSIC 27
13KOLRA 17
HP DESKJET 2000 1
HP DJ 3608 1
HP DJ 3650 1
HP Laserjet P1007 1
HP LJ 1007 1
HP LJ 1010 1
HP LJ 3050 1
HP LJ P1005 4
HP LJ P1007 3
HP OJ 4500 2
Laserjet P1007 1
13KOLUD 49
G 3063A 1
HP 7500A 1
HP LASERJET 1
HP LJ 1020 PLUS 1
HP LJ P1005 2
HP LP 1106 1
HP M 1136MFP 1
HP M1136 MFP 1
HP P 1005 1
HP P 1007 3
HP P1005 2
HP P1007 5
HP P1106 8
HP P1108 9
LF MFP 126M 1
LJ P 1007 1
LJ P1007 3
LJ P1106 2
LJ P1108 1
Page 46 of 59
Xerox r41004281 1
HPP1007 1
TVS LP 4S LITE 1
TVS LP4S LITE 1
13KRSGD 6
HP Laserjet P1007 1
HP LaserJet P1106 4
SAMSUNG ML1610 MONO 1
13MIDAK 12
CANON Laserjet MF3010 1
Laserjet M1136 MFP 1
Laserjet P1007 1
Laserjet P1008 1
Laserjet P1106 7
Laserjet P1108 1
13MIDSB 19
HP Laserjet M1136 MFP 6
HP Laserjet P1007 7
HP Laserjet P1008 1
HP Laserjet P1106 4
HP Laserjet PRO M132A MFP 1
13MLDNM 11
HP LJ 1020 PLUS 1
HP LJ P1007 8
HP LJ P1106 1
HP LJ P1108 1
13NADAH 7
HP LaserJet P1106 2
HP LESARJET P1106 1
HP LESARJET P1108 1
HP 2
HP 1
13PRUSL 4
TVS MSP 455 XL CLASSIC 4
13RAGAB 8
Canon F166400 1
Page 47 of 59
HP 1106 3
HP 1108 2
TSC TE 244 2
13SLGAB 35
EPSON L220 1
HP 1007 11
HP 1020 2
HP 1106 3
HP 1108 15
TVS 9650 PLUS 3
13SLGCR 9
CANON L11121E 2
HP 1007 1
HP 1106 1
HP 1108 1
HP 1020 PLUS 1
HP P1106 1
HP all in one SHNGC 1202 1
RICOHALLINONE SP210SF 1
13SUILK 12
HP DJ 3650 1
Samsung ML-1610 2
TVSE MSP 455 XL CLASSIC 9
Grand Total 2038

Page 48 of 59
Asset Type UPS
Location Count of Model
Col.1 Col.2
13ALIIT 6
MICROTECH ULTRA PLUS 6
13ASAPB 16
TVS Smart Classic Plus 500 16
13ASASA 13
AVO BG507 2
TVS Smart Classic Plus 500 11
13BAHRN 22
XENITIS-600 1
ENERG 500VA UPS 1
HCL TGP-S600 2
LUMINOUS 1
SOLO 600VA 1
MICROTEK TUFF POWER +625 1
MICROTEK TUFF POWER 625VA 1
MICROTEK TUFF POWER TP+625 1
MICROTEK UPS TPS+625 1
SMARTPOWER SPU725DLX 1
ZEBRONIC POWER PLUS ZEB-U111 1
ZEBRONIC POWER UPS ZEB-U111 6
ZEBRONIC POWER UPS ZEB-U725 1
ZEB-U111 2
ZEB-U725 1
13BAUIT 5
600VA 1
APC 600 VA 1
600 EX 2
600VA 1
13BNKAB 5
Smart Classic Plus 500 4
Smart Classic Plus 650 1
13BNKBB 6
INTEX 600 1
Smart Classic Plus 650 5
13BURAB 35
APC 600 VA 7
SUPERCOM 1
Page 49 of 59
Smart Classic Plus 650 27
13CHSKM 20
APC 600 1
INTEX 725 1
MICROTEK 625 1
NUMARIC 600 EX 10
NUMARIC 600 EX 6
13COOIT 12
INTEX M600 3
TVS Smart Classic Plus 500 8
WIPRO Emerge UPS500 1
13DAJIT 10
INTEX SMART PRI 1
INTEX SMART PRO 1
TVS Smart Classic Plus 500 6
13DURAA 8
APC ES650 1
DIGITAL 600 1
PCM 1
TVS SMART UPS 3
UPS UPBEAT-600 2
13DURAB 15
APC MICROTEK 1
COMPAQ TVS SMART UPS 2
TVS SMART UPS 1
TVS SMART UPS 1
APC 500 VA 1
PCM 1
Smart Classic Plus 500 8
13GAGBP 4
INTEX SMART PRO 4
13HALIT 1
APC 600 1
13JAPCR 41
APC 1
APC 2KVA 1
APC 3KVA 1
APC 500 VA 1
APC 600 VA 3
INTEX 4
EMERGE 1
Page 50 of 59
FOXIN 1
FRONTECH,JIL,600VA 1
Luma Powerline System 1
Smart Classic Plus 500 1
SL06A10/0417A2291 1
TECHCOM 3
TVS Smart Classic Plus 500 1
TVS Smart Classic Plus 500 12
TVS Smart Classic Plus 650 9
13KALAB 2
TVS Smart Classic Plus 500 2
13KOLAB 27
600 EX 2
BACK 600EX 1
BACK UPS RS 600 4
BLACK 600 3
BLACK UPS 600 2
RS 600 1
RS600 2
U 600 1
UP 600 1
UPS 500 1
UPS-600 1
MICROTEK M 600 1
MICROTEK 625 VA 1
NUMERIC 5
600 EX-V 1
13KOLAD 40
BR600C 2
BX600C 22
FRONTECH ELECTRA-725 1
MICROTECH 5
MICROTECH 625 H GARD 1
MICROTECH HGE625AG 1
MICROTECH M600KVA 1
MICROTEC UPS 1
ZEB-U750 6
13KOLBV 1
LX 16000 RM 1
13KOLCS 10
APC 600 EX 1
Page 51 of 59
APC 600 1
MICROTECH RS 600 2
M 600 1
M 625 1
600EX 1
EX600 1
NUMERIK 1
600 EX 1
13KOLDH 1
650 1
13KOLGP 56
APC 600 VA 7
FRONTEK 1
GE LP SERIES 1
LJ 1020 1
MICROTEK 1
SUPERCOMP 600 1
TECHCOM 1
TVSE Smart Classic Plus 500 37
Smart Classic Plus 650 2
ZEBRONICS 4
13KOLMR 88
APC 3
APC 500 VA 20
AVO CVT 3
DIGITAL 600 15
MICROTEK 1
Smart Classic Plus 500 46
13KOLUD 5
600CP 1
APC 600 1
BX 600 PC 1
BX600PZ 2
13KRSGD 5
BR600CI-IN UPS-600V 1
UPS600VA 1
I-BALL UPS-621V 1
NUMARIC 600EX-TY 1
NUMARIC 600EX 1
13MIDAK 1
MICROTEK 625 1
Page 52 of 59
13MIDSB 3
MICROTEK 625 1
NUMERIC 600 EX 2
13MLDNM 10
APC BX600CI-IN 2
BEETEL SAVER 700 1
IBALL UPS-639 1
MICROTEK 600 VA 4
MICROTEK 600VA 2
13NADAH 6
APC BR600CI-IN 4
I-BALL UPS-621V 1
MICROTEK MDP800+ 1
13POBMB 3
TVS Smart Classic Plus 650 2
13PRUSL 6
TVSE Smart Classic Plus 500 4
TVSE Smart Classic Plus 650 2
13RAGAB 11
IBALL UPS 621V 3
INTEX 3190887654 1
TVSE Smart Classic Plus 500 7
13SLGAB 34
APC 600 1
APC RS600 1
BASE 600 1
BASE BT0650 1
DIGITAL 60X 1
FRONTCH 725 1
FRONTCH 725 4
IBALL 621 1
INTER PROPETR 1
INTEX 600 1
INTEX725 10
RUPTAN 725 1
MOSERBEAR 725 5
NUMARIC725 1
NUMARIC 725 2
NUMARIC 600EX 1
SUKAM 600 1
13SLGCR 6
Page 53 of 59
INTEX OMEGA 725 2
INTEX PROTECTOR 725 2
INTEXSMART 1
INTEX LUMIA 1
13SUILK 11
APC 500 VA 1
SUPERCOM 5
Smart Classic Plus 650 5
Grand Total 540

Page 54 of 59
Annexure –B

Location for Resident Engineers :

No. Of Resident
Site Stations/Building to be covered
Engineer Required
Parmar Building / Shana
Asansol & Purulia
Apartment / Income Tax 1
(Stationed at Asansol)
Office
Burdwan & Suri
(Stationed at Burdwan) Aayakar Bhawan 1

Bankura & Durgapur


Aayakar Bhavan & Annex ,
(Stationed at Durgapur) 1
Urmila Bhawan
Alipurduar , Balurghat, Coochbehar,
Raiganj, Malda & Jalpaiguri I T Office/ Aayakar Bhawan /
1
(Stationed at Jalpaiguri) C.R. Building

Aayakar Bhavan , Aayakar


Kolkata Bhawan – Annexe, 3, Govt.
2
(Stationed at Aayakar Bhawan) Place, Haldia, Chinsura &
Midnapore
Aayakar Bhawan-Poorva,
Kolkata
DTRTI, MSTU, 1
(Stationed at Aayakar Bhawan - Poorva)
Aayakar Bhavan-Dakshin
Bamboo Villa & Annex, Rafi
Kolkata
Ahmed Kidwai, Middleton
Row
(One Resident Engineer Stationed at 2
Bamboo Villa and Aayakar Bhawan-
Aayakar Bhawan – Uttarapan,
Uttarapan each)
Nadia, Murshidabad

Darjeeling, Kalimpong, Gangtok & Siliguri


(Stationed at Siliguri) Aayakar Bhavan & CR Building 1

Grand Total 10
• List of complete addresses of all the offices/sites are provided in Annexure – B 1.

Page 55 of 59
Annexure – B1
List of complete address of offices

In Kolkata

S.No. Station Address


1 Aayakar Bhawan P-7, Chowringhee Square, Kolkata – 700069.
2 Aayakar Bhawan P-13, Chowringhee Square, Kolkata – 700069.
Annexe
3 Central Revenue 169, AJC Bose Road, Kolkata – 700014
Building (Bamboo
Villa)
4 Aayakar Bhawan, 3, Government Place (West), Kolkata – 700001.
Govt. Place
5 Income Tax Office 54/1, Rafi Ahmed Kidwai Road, Kolkata – 700016.
6 Aayakar Bhawan 3, Gariahat Road (South), Kolkata – 700031.
(Dakshin)
7 Aayakar Bhawan 110, Shantipally, E.M.Bypass, Kolkata 700107.
(Poorva)
8 Income Tax Office 10B & 10C, Middleton Row, Kolkata – 700071.
9 Income Tax Office Uttarapan market Complex, Ultadanga, Maniktala Civic Centre,
Kolkata – 700054.

In Mofussil

S.No. Station Address


1 Alipurduar Income Tax Office, Buxa Seeder Road, Opp. Fire Brigade,
Alipurduar Court, Alipurduar – 736122
2 Asansol 1. Sahana Apartment, Lower Cheliadanga, Asansol –
713304
2. Parmar Building, 54, G.T. Road (W), Asansol – 713304
3 Balurghat Satyajit Mancha, Raghunathpur, PO Beltala Park, Balurghat,
South Dinajpur – 733101
4 Bankura 1. Bilash Bhawan, Chandmaridanga, PO & Dist. Bankura
– 722101
2. Aayakar Bhawan, S.K. Sahana Road, Kenduadihi,
Bankura – 722101
5 Burdwan Aayakar Bhawan & Annexe, Court Compound, Kachari Road,
Burdwan – 713101

Page 56 of 59
6 Coochbehar Aayakar Bhawan, Aayakar Avenue, Debi Bari (N), PO & Dist.
Coochbehar – 736101
7 Darjeeling Income Tax Office, AJC Bose Road, Near Lal Kuthi, Darjeeling
– 734101
8 Durgapur Aayakar Bhawan & Annexe, Aayakar Bithi, City Centre,
Durgapur – 713216
9 Gangtok Near White Memorial Hall, Bhanupath, PO Raj Bhawan,
Gangtok, East Sikkim, 737101
10 Haldia Income Tax Office, Dubey House, Basudebpur, Talpukur,
Khanjan Chak, haldia, Midnapore – 721602
11 Hooghly Aayakar Bhawan, G.T. Road, Khadina More, PO Chinsura,
Hooghly – 712101
12 Jalpaiguri Income Tax Office, Central Revenue Bldg, Race Course Road,
Nayabasti, Jalpaiguri – 735101
13 Kalimpong Income Tax Office, Ringkingpong Road, Kalimpong – 734301
14 Malda Income Tax Office, 1st Floor, Netaji Market Complex, Rathbri,
Malda – 732101
15 Midnapore 1. Income Tax Office, Amravati Lodge, Raja N.L. Khan
Road, 1st Floor, Midnapore (W) – 721101
2. Income Tax Office, Sahoo Bhawan, Khudiramnagar,
Midnapore – 732101
16 Murshidabad Aayakar Bhawan, 39, R.N. Tagore Road, Berhampore, Dist.
Murshidabad – 742101
17 Nadia 1. Income Tax Office, 12/13, Anantahari Mitra Road, Nadir
Para, Krishnanagar, Nadia – 741101
2. Income Tax Office, 58, Kurchipota Lane, Nadirpara,
Krishnanagar, Nadia – 741101
18 Purulia Income Tax Office, South Lake Road, Purulia – 723101.
19 Raiganj Income tax Office, SBI Building, 3rd Floor, Karnajora, Raiganj,
Dist. Uttar Dinajpur – 733130
20 Siliguri 1. Aayakar Bhawan, Matigara, Paribahan nagar, Siliguri –
734101
2. Income Tax Office, Central Revenue Building, 1st Floor,
Haren Mukherjee Road, Hakimpara, Siliguri – 734001
21 Suri Aayakar Bhawan, Lalkuthi Para, Suri, Birbhum – 731101.

Page 57 of 59
Annexure - C

Having examined the bidding documents and having submitted the technical bid for the same,
we, the undersigned, hereby submit the Financial Bid for providing AMC, as detailed in the
scope of work, at various premises of Income-tax department in W.B. and Sikkim region in
conformity with the said bidding document at the prices and rates mentioned in the enclosed
offer.

Asset-wise and Consolidated quotation:

Part-1 : Quotation for Asset –Computer (As per Annexure- A)

Asset class No. Of units in the asset class AMC quotation for the entire asset
‘Computer’ class ‘Computer’ per year ( in Rs.)
(inclusive of all applicable taxes)
Computer 2896

Part-2 : Quotation for Asset – Printer (As per Annexure- A)

Asset class No. Of units in the asset class AMC quotation for the entire asset
‘Printer’ class ‘Printer’ per year ( in Rs.)
(inclusive of all applicable taxes)
Printer 2038

Part-3 : Quotation for Asset – UPS (As per Annexure- A)

Asset class No. Of units in the asset class ‘UPS’ AMC quotation for the entire asset
class ‘UPS’ per year ( in Rs.)
(inclusive of all applicable taxes)
UPS 540

Part – 4 : Consolidated Quotation

Total value of AMC i.e. Part-1 + Part-2 + Part-3 Rs.

Note:-

[1] No. of items mentioned above may vary subject to physical verification by both sides
and payment will be settled on pro-rata basis at the discretion of the Department.
[2] The rate should be inclusive of all type of taxes like GST etc., as applicable
[3] Service must be provided in all the stations mentioned in Annexure-B as per the final
agreement.
[4] The total value of AMC quoted should include charges towards “Resident
Engineer”.

Bidders may visit buildings as per Annexure – B for ascertaining the volume of work
before submission of Bids.

Page 58 of 59
PART-D : Declaration

Annexure-D

DECLARATION REGARDING ACCEPTANCE OF TERMS AND CONDITIONS


CONTAINED IN THE TENDER DOCUMENT.

To
The CIT (Admn & TPS), Kolkata,
Aayakar Bhawan, 1st Floor,
P-7, Chowringhee Square,
Kolkata-700 069.

Sir/ Madam,

I have carefully gone through the Terms and Conditions contained in the Tender
Document (No._________________________ dated ______________) regarding on site
Comprehensive Annual Maintenance Contract (CAMC) of Hardware like PCs, Printers,
UPSs, Scanners, etc. installed in offices of the Department of Income Tax, West Bengal and
Sikkim. I declare that all the Terms and Conditions of this Tender document are acceptable
to my Company / firm. I further certify that I am an authorized signatory of my company/firm
and am, therefore, competent to make this declaration.

Yours
____________________,
Name
__________________________
Designation
_____________________
Name of the Company/Firm
_______________________
Address:
_______________________

_______________________________

Page 59 of 59

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy