Annual Maintenance Contract for Computer Hardware ...

25
Annual Maintenance Contract for Computer Hardware, System Software and Peripherals of the Reserve Bank of India, Bhopal The Reserve Bank of India, Bhopal (hereinafter referred to as the Bank) invites sealed quotations from reputed companies with proven track records for the Annual Maintenance Contract for its existing Computer Hardware, System Software and Peripherals located at various properties of the Bank. The Vendors fulfilling the eligibility conditions and desirous of being considered for award of the work should submit their quotations which should reach the Regional Director, Department of Information Technology, Reserve Bank of India, Hoshangabad road Bhopal not later than 13.00 hrs on June 25, 2007. The Technical Bids will be opened at 1500 hrs on the same date. 2. The details of the eligibility criteria, terms and conditions, formats of technical bid and commercial bid and the list of inventory are furnished in the annexure. 3. The AMC vendor is required to conduct an acceptance test of the equipment covered under AMC and based on the acceptance report the actual value of the AMC will be arrived. 4. The Bank reserves the right to accept or reject any quotations without assigning any reasons thereof. Yours faithfully (S.K.Kushwaha) Manager Eligibility Conditions 1. The vendor should preferably be a Company registered in India. 2. The vendor should have good reputation in the market and their clientele should preferably include banks, FIs, Government Undertakings and other reputed concerns. 3. The vendor should be a systems integrator and should have minimum experience of five years in the field of maintenance of Computer hardware, System Software and Peripherals. 4. They should have executed at least two orders each of Rs.3.00 lakh or above for AMC for maintenance of computer hardware, System Software and peripherals during the last five years. (The second work order should not be a repeat order of the first. The value of the work orders should be calculated on the basis of value paid for maintenance of servers, PCs, notebooks and peripherals.) 5. The vendors should have the capabilities to handle AMC for all brands and types of computer systems and peripherals. The vendor should be able to provide AMC for all hardware items and support for Operating Systems/ Systems Software listed in Annexure – I. 6. The Vendor should preferably have appropriate support relationship (channel partner, service partner, etc.) with OEMs of the servers mentioned in Annexure- I so as to ensure that priority support level from OEM will be available to vendor for problem resolution or should have requisite expertise in handling and maintaining similar equipment in their previous or existing contracts.

Transcript of Annual Maintenance Contract for Computer Hardware ...

Annual Maintenance Contract for Computer Hardware, System Software and Peripherals of the Reserve Bank of India, Bhopal The Reserve Bank of India, Bhopal (hereinafter referred to as the Bank) invites sealed quotations from reputed companies with proven track records for the Annual Maintenance Contract for its existing Computer Hardware, System Software and Peripherals located at various properties of the Bank. The Vendors fulfilling the eligibility conditions and desirous of being considered for award of the work should submit their quotations which should reach the Regional Director, Department of Information Technology, Reserve Bank of India, Hoshangabad road Bhopal not later than 13.00 hrs on June 25, 2007. The Technical Bids will be opened at 1500 hrs on the same date. 2. The details of the eligibility criteria, terms and conditions, formats of technical bid and commercial bid and the list of inventory are furnished in the annexure. 3. The AMC vendor is required to conduct an acceptance test of the equipment covered under AMC and based on the acceptance report the actual value of the AMC will be arrived. 4. The Bank reserves the right to accept or reject any quotations without assigning any reasons thereof.

Yours faithfully

(S.K.Kushwaha) Manager

Eligibility Conditions 1. The vendor should preferably be a Company registered in India. 2. The vendor should have good reputation in the market and their clientele should preferably include banks, FIs, Government Undertakings and other reputed concerns. 3. The vendor should be a systems integrator and should have minimum experience of five years in the field of maintenance of Computer hardware, System Software and Peripherals. 4. They should have executed at least two orders each of Rs.3.00 lakh or above for AMC for maintenance of computer hardware, System Software and peripherals during the last five years. (The second work order should not be a repeat order of the first. The value of the work orders should be calculated on the basis of value paid for maintenance of servers, PCs, notebooks and peripherals.) 5. The vendors should have the capabilities to handle AMC for all brands and types of computer systems and peripherals. The vendor should be able to provide AMC for all hardware items and support for Operating Systems/ Systems Software listed in Annexure – I. 6. The Vendor should preferably have appropriate support relationship (channel partner, service partner, etc.) with OEMs of the servers mentioned in Annexure- I so as to ensure that priority support level from OEM will be available to vendor for problem resolution or should have requisite expertise in handling and maintaining similar equipment in their previous or existing contracts.

Maintenance will also cover facility management like installation / maintenance of system software, RDBMS software, Oracle Database management, installation of software for digital signature / certificates, Window NT systems, Unix OS, all editions of windows operating systems, backup & restoration work, maintenance of servers and related all software management (except for the user application software), technical support for video conferencing, seminars, maintenance and development of intrasite, training sessions, various IT projects of the Bank etc. Vendor has to attend and rectify the problems relating to all the softwares used in Bank. 7. The Vendor should have adequate technical staff in Bhopal with expertise, certifications for dealing in Windows server operating systems, Novell server operating systems, SCO Unix server operating systems, Lotus Domino, Windows desktop operating systems (Windows 98 and above) Oracle and networking (CISCO certified). The details of the certified engineers should be provided with the technical bid. The credentials of the engineers will be verified and the concerned vendor’s Commercial Bid will be only opened if the minimum requirements are satisfied. 8. The vendor should be presently maintaining site/s in Bhopal where support is provided to :- Novell servers SCO Unix servers/ Linux Servers Windows servers 9. Certificate of satisfactory service from the organizations where the vendors are maintaining the servers indicated at (8) should be produced. The Bank reserves the right to inspect any or all the works and satisfy itself about the quality and reliability of the service rendered before opening of the concerned vendor’s Commercial Bid. 10. The vendor should have a Repair Centre at Bhopal equipped with adequate technical staff and equipment for repair work so as to ensure at least 99.5% uptime for servers, 95% uptime for PCs and 90% uptime for peripherals. The Bank reserves the right to inspect the Repair Centers and satisfy itself about the quality and reliability of the service that can be rendered by the vendor before opening the concerned vendor’s Commercial Bids. 11. The vendor should post at least three qualified engineers (Bachelor’s Degree or Diploma in Engineering from a reputed University) and should have requisite experience and expertise in hardware repair/ maintenance as well as experience in relation to the Server Operating Systems mentioned at (8.) above. The bio-data along with photographs of the engineers should be submitted along with the technical bid. The vendor is also required to train backup personnel who are likely to be posted at our site in the absence of the regular resident engineers. 12. The resident engineers are required to display their company identity cards on their person whenever they are in any of the Bank's premises. The Bank reserves the right to conduct independent background checks on the Engineers posted at our site.

II. Terms and Conditions 1. The AMC shall be effective and valid for the period of 12 months from July 01, 2007 to June 30, 2008. It may be renewed by written mutual consent of both parties. 2. Maintenance services shall be provided by the vendor at various properties of the Bank as listed in Annexure- II. The Bank reserves the right to add more sites to the list. The same will communicated to the vendor in writing. 3. The scope of coverage of the AMC will be for the computer hardware, System Software and peripherals for all the items listed in Annexure – I of the tender document. Technical support for software listed in Annexure – I must also be provided. The AMC will not be awarded in parts. 4. The vendor shall provide comprehensive maintenance services which shall cover both preventive as well as corrective maintenance for all assets covered under AMC. 5. Under corrective maintenance the vendor shall rectify any defects, faults and failures in the equipment and shall repair, replace any worn out, defective parts of the equipment, free of cost to the Bank. All the components of the equipment, excluding consumables and nonfunctional parts such as plastic casings and covers, shall be covered under this agreement. 6. Maintenance support will have to be provided for Windows server operating systems, Novell server operating systems, SCO Unix server operating systems, Linux server operating systems, Oracle and Windows desktop operating systems (Windows 98 and above) 7. The company shall load/reload and configure operating systems and/or any other specific system software as the case may be in the equipment covered under AMC, at no extra cost to the bank, whenever the need arises. 8. In addition to the above, the vendor is required to provide Level 1 support for the systems listed under Annexure IA that are under warranty. The scope of level 1 support includes receiving and attending the user calls and identifying the problem. Problems with the hardware or OEM installed OS are to be logged with the concerned vendor. The onus will lie on the AMC vendor to ensure that the calls are closed. 9. Necessary technical assistance and advice shall be extended by the vendor to resolve problems that may be encountered with regard to hardware, operating system, system software and any problems accessing the various application software on the computer systems, etc. covered under AMC. 10. The vendor shall, upon direction of DIT officials, configure Outlook/ install application software/ make configuration changes in the equipment covered under AMC, free of cost. 11. Preventive Maintenance activity shall include cleaning of the equipment, updating of patches/service packs, carrying of systems diagnostic tests and taking remedial action, etc. The vendor shall provide for at least one preventive maintenance schedule per quarter during the maintenance period.

12. The vendor shall be responsible for updating of security patches on operating systems which should be done immediately upon their release by the Principal after taking due permission of the Bank’s officials. 13. The Bank has automatic anti-virus updating system. However, the vendor shall be responsible for checking/ ensuring updating of anti-virus files on all servers and PCs covered under the AMC. The anti-virus patches on the systems should not be more than a week old. The anti-virus packages will be provided by the Bank. 14. The vendor shall extend necessary assistance in maintaining the inventory, shifting and reinstallation of all the equipments. 15. A health card shall be maintained for all equipment covered under AMC. The vendor shall record therein each incident of equipment malfunction, date/ time of commencement of downtime and successful completion of the repair/maintenance work, nature of repair work performed on the equipment together with a description of the malfunction and the cause thereof. Details of preventive maintenance activity shall also be recorded. 16. The vendor shall arrange to station at least three qualified resident engineers in the office premises on all working days. The working hours on weekdays will be from 9.30 AM to 6.00 PM and from 9.30 AM to 2.15 on Saturdays. However, under special circumstances such as Annual Closing of books of accounts of the Bank, etc. the working hours shall vary as per the given situation. The resident engineers shall report to the Department of Information Technology on all working days during office hours. The Resident Engineers shall be provided with mobile phones. 17. The vendor shall repair/ replace parts at the various sites of the Bank only. If the fault is of serious nature and requires the support of the Repair Centre of the vendor, thereby necessitating shifting of the equipment, the vendor shall attend to shifting/ transportation, installation, re-installation, loading of the software packages (both the system software and application software, if any) at no additional cost to the Bank. 18. The vendor shall be responsible for recovery of data, free of cost, in case of Hard Disk crash of any computer systems under its AMC. 19. The vendor shall maintain onsite an inventory of spare parts which should include at least the following:- One P-IV Notebook with DVD combo CD-ROM – 2 Keyboard – 5 Optical Mouse - 5 Floppy drive – 5 SMPS – 5 DAT drive – 1 All necessary spares to ensure 99.5% uptime for Bank’s servers 20. The vendor shall not sub-contract the AMC to any organization, person, firm or its franchisee without the prior approval of the Bank. If, at any time, it comes to the notice of the Bank that such sub-letting has been done, the Bank at its discretion may terminate the contract without referring the matter further to the vendor. The Bank will be at liberty to realize

all the expenses it had to incur in this connection, either by adjusting from the payments due to the Vendor or through other means. 21. The vendor shall ensure that the malfunctioning hardware, accessories, operating systems, systems software (if any) is rectified within two hours of lodging the complaint by the Bank. If the vendor is not able to rectify the same by the stipulated time, the vendor shall provide, at their own cost, requisite hardware/ software to ensure business continuity. 22. The vendor shall ensure 99.5 % uptime of each server, 95% uptime of each PC and 90% uptime of each peripheral covered under the AMC. If during any half-year, the vendor does not maintain the uptime of the equipment, proportionate maintenance charges will be deducted from the amount to be paid to the vendor in the beginning of the next half-year. 23. The ‘Downtime’ in respect of the equipment shall be calculated as under:- i. ‘UPTIME’ of the hardware and system software = (Coverage Hours minus Down Time)/Coverage Hours X 100 for the maintenance year. ii. Coverage Hours = Uptime commitment per day X No. of committed days per Year iii. Uptime Commitment per day = Hardware and System Software Maintenance Support Time per day iv. Down Time will be counted from the time of reporting the maintenance call by the Bank to the Vendor till the resolution of the problem/operationalisation of the hardware and system software. v. No. of committed days per Year = The number of working days of the Bank during the year. 24. If quarterly preventive maintenance schedule of equipment is not adhered to, a penalty of Rs. 50/- for peripherals, Rs. 100/- for PCs/ Notebooks and Rs. 500/- for servers may be imposed, at the discretion of the Bank. Completion of preventive maintenance schedule will entail cleaning of equipment, updation of anti-virus patches, Operating System patches and carrying out of diagnostics tests. 25. As security for due fulfillment of the terms and conditions and obligations of the service contract, the vendor shall furnish a Performance Bank Guarantee of 10% of the value of the AMC valid for one year. 26. The Bank shall release quarterly payments towards the maintenance charges after the expiry of each quarter and after getting a certificate of good performance from the Department of Information Technology, Reserve Bank of India, Bhopal and also on submission of preventive maintenance certificates duly signed by the Head of the Departments of various departments of the Bank for the quarter. 27. In the event of addition of any more machines under the scope of the AMC, the maintenance will be carried out by the vendor for which the vendor may be eligible for an additional consideration. In the event of weeding out of older machines in the office, the same shall be removed from the contract and the rates reduced accordingly on a pro rata basis.

28. The Vendor will provide insurance cover to its workmen/ resident engineers in the Bank. The workmen/ engineers or their legal heirs shall not claim any insurance benefit from the Bank in case workmen/ engineers suffer any loss or damage to their life or person or property while working in the Bank premises. 29. The Vendor shall ensure compliance to all the obligations arising under the Contract Labour (Regulations & Abolition) Act, 1970, Minimum Wages Act, Workmen’s Compensation Act, 1923 and other labour laws prevailing in the country. In the event of any liability arising on account of any breach or non-compliance of statutory requirements by the contractor, the Bank would have the right to reimburse itself by way of adjustment from the vendor’s pending bills or otherwise recover it through available legal means, to the extent of the loss suffered by it as a consequence of the same. 30. The vendor shall ensure that all materials and information which may come into its possession or knowledge in connection with this contract or the performance thereof, whether consisting of confidential and proprietary data or not, whose disclosure to or use by third parties may be damaging or cause loss to the Bank, will at all times be held by it in the strictest confidence and it shall not make use thereof other than for the performance of its obligations described in the AMC and to release it only to employees requiring such information for the purpose of performing obligations arising out of the AMC and not to any other party. The vendor shall ensure that appropriate action shall be taken with respect to its employees to ensure that the obligations of non-use and non-disclosure of confidential information are fully satisfied. 31. The vendor shall certify that the repair and maintenance services/products sold do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. The vendor shall indemnify the Bank from any claim or demand, action or proceeding, directly or indirectly resulting from or arising out of any breach or alleged breach of this warranty. 32. The Bank reserves the right to claim as damages from the vendor to the extent of the loss suffered by it, if it is found that due to any commission or omissions of the vendor, damage has been caused to equipment covered by the AMC or to any property of the Bank even if it is not covered by the AMC. 33. The Bank reserves the right to terminate the agreement, if the vendor fails to carry out any of its obligations/duties in terms of the agreement. 34. The Maintenance Contractor shall pay all the taxes, duties and levies, if any, required to be paid. The consideration indicated in the foregoing paragraphs shall be inclusive of all the taxes except service tax. The Bank is not liable to pay service tax in terms of the Government of India notification No.22/2006-service tax dated May 31, 2006. Accordingly, under no circumstances, service tax will be reimbursed to the AMC vendor. 35. L1 vendor will be decided on the basis of Total Cost to the Bank (inclusive of Taxes, Charges, etc.) 36. The Bank shall not consider any request in change of rates of AMC due to any reason whatsoever, during currency period of the contract.

37. All legal suits, actions or proceedings relating to or arising out of the agreement shall be subject to jurisdiction of the courts in Bhopal only. If any dispute arises between the parties about the terms of this contract or anything in relation to or arising out of this contract, the parties shall make an effort to solve the same through the appointment of an arbitrator by mutual agreement. If a single arbitrator could not be appointed by agreement, each side would be free to appoint one arbitrator each, who in turn will add an umpire. The decision of the arbitrator or arbitrators, as the case may be, shall be final in regard to such dispute or disputes. III. Submission of Bids 1. Pre-bid survey of site can be carried out by vendor between 2:00 P.M. to 4:00 P.M. on June 19 & 20, 2007. 2. Separate sealed technical and commercial bids in duplicate addressed to the Regional Director, Department of Information Technology, Reserve Bank of India, Hoshngabad road Bhopal should be submitted so as to reach the Bank by 1300hrs on June 25, 2007. Techno - Commercial bids will be opened at 1500hrs on the same day. Separate sealed quotations should be appropriately superscribed :- ‘Quotations for AMC for Computer hardware, System Software and Peripherals of RBI, Bhopal - Technical Bid’ ‘Quotations for AMC for Computer hardware, System Software and Peripherals of RBI, Bhopal - Price- Bid’ 3. Each page of the technical and commercial bid should be signed and stamped with the company seal. 4. Incomplete quotations or quotations submitted after due date and time are liable to be rejected. 5. The Bank reserves the right to reject all or any of the quotations received without assigning any reason thereof. 6. Vendor shall deposit an Earnest Money Deposit of Rs. 20,000/- in the form of demand draft drawn on “The Regional Director, Reserve Bank of India, Bhopal and payable at Bhopal to be enclosed with Technical Bid, which will be refunded in the event of (i) Completion of commercial bid evaluation for vendors other than L1 or (ii) Commencement of AMC and submission of 10% Performance Bank Guarantee in case of L1 vendor. Interest will not be paid on the EMD. Bids submitted without EMD are liable to be rejected. 7. The Technical Bid should contain:- a) Company Profile to be submitted in format given in Annexure – III b) Certificates of Satisfactory Service by customers. c) Audited Balance Sheets of the Company for the past 3 years. d) Undertaking/certificate of indemnity as per Annexure - V. e) Demand Draft for EMD f) Validity period of the Offer g) Details of any deviations, clarifications, stipulations which needs to be provided by the vendor h) Undertaking that no terms and conditions have been stipulated in the Commercial Bid. i) List of consumables for items covered under AMC

j) Details of the certified engineers (Novell, UNIX/LINUX, Windows, CISCO certification) k) Bio-data of the proposed resident engineers duly attested by the competent authority of the company. 8. The quotations shall be in conformity with our conditions and requirements. Deviations, if any, shall be clearly mentioned by the vendor in the Technical Bid. Non-mention of deviations shall imply compliance with our conditions and requirements. The Bank reservesthe right to reject an offer for any of the deviations. 9. Clarifications/conditions stipulated by the vendor, if any, shall be examined and discussed with the vendors and the conditions that are acceptable as well as the conditions which are not acceptable to the Bank shall be intimated to them. The vendor will have to agree to the stated position of the Bank but shall be allowed to quote percentage either at par, above or below of their/his priced tender already submitted in a sealed cover taking into the consideration the financial implication of the conditions agreeable to the Bank. This letter containing the vendor's price adjustment (either at par, above or below) shall be submitted in duplicate in a sealed cover on or before a date fixed subsequently and informed to the vendor by the Bank. This letter together with sealed cover of the Price Bid shall be opened on the scheduled date at the appointed time. If the vendor fails to agree upon the Bank's stated position within the stipulated time, its technical bid is liable to be rejected. 10. The commercial bids of only technically qualified vendors shall be opened for the purpose of commercial evaluation. 11. The Commercial Bid should be submitted in the format given in Annexure – IV. 12. No terms and conditions should be stipulated in the Commercial bid, which is meant only for the quotation of offer price/ rate. Any terms and conditions indicated in deviation from the above would be ignored by the Bank. 13. The validity of the commercial bid should be for a minimum of 3 months from the date of closure of tender. The validity of the offer should be indicated in the Technical Bid. 14. Where there is a discrepancy between the amounts in figure and in words, the amount in words shall govern. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity, the unit rate will govern unless, in the opinion of the Bank, there is obviously a gross error such as a misplacement of a decimal point, in which case the line item will govern. The undersigned may be contacted for any clarifications. Contact details are:- Tel: 0755 2554067

ANNEXURE -I SYSTEM SOFTWARE DETAILS FOR TECHNICAL SUPPORT Specific Operating System support is

• Windows 2003/ 2000 server

• Novell Netware

• Lunux (Proxy and firewall)

• SCO Unix (COBOL based application)

• DOS

• LOTUS Notes

• WIN 98/ WIN 2000/ WIN ME/ WIN XP

Data base level Support

• Oracle

• COBOL

• Foxpro

• Betrieve

• MS Acess/ MS Excel

Language

• Visual Basic

• ASP. Net

• HTML

Annexure I

Computer Details

1 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

2 PC P4 IBM A22P - BLACK/P4/256 MB/40 GB

3 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

4 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

5 PC P3 COMPAQ PRESARIO 3200/P3/256 MB/20 GB

6 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

7 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

8 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

9 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

10 PC P4 HT HCL INFINITI PRO BL 1090/P4 HT/1 GB/80 GB

11 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

12 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

13 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

14 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

15 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

16 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

17 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

18 PC P3 HP BRIO BA600/P3/128 MB/40 GB

19 PC P3 IBM NETVISTA/P3/128 MB/40 GB

20 PC P3 HP BRIO BA600/P3/128 MB/40 GB

21 PC P3 HP BRIO BA600/P3/128 MB/40 GB

22 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

23 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

24 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

25 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

26 PC P3 HP BRIO BA600/P3/128 MB/40 GB

27 PC P3 IBM NETVISTA/P3/128 MB/40 GB

28 PC P3 HP BRIO BA600/P3/128 MB/40 GB

29 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

30 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

31 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

32 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

33 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

34 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

35 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

36 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

37 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

38 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

39 PC P4 HT HCL INFINITI PRO/P4 HT/2 GB/40 GB

40 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

41 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

42 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

43 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

44 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

45 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

46 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

47 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

48 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

49 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

50 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

51 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

52 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

53 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

54 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

55 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

56 PC P3 HP BRIO BA600/P3/128 MB/40 GB

57 PC P3 HP BRIO BA600/P3/128 MB/40 GB

58 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

59 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

60 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

61 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

62 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

63 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

64 PC P3 IBM PC300/P3/128 MB/40 GB

65 PC P3 HP BRIO BA600/P3/128 MB/40 GB

66 PC P3 HP BRIO BA600/P3/128 MB/40 GB

67 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

68 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

69 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

70 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

71 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

72 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

73 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

74 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

75 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

76 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

77 PC P4 COMPAQ PRESARIO 5000/P4/128 MB/40 GB

78 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

79 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

80 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

81 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

82 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

83 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

84 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

85 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

86 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

87 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

88 PC P3 HP BRIO BA600/P3/128 MB/40 GB

89 PC P3 HP BRIO BA600/P3/128 MB/40 GB

90 PC P3 HP BRIO BA600/P3/128 MB/40 GB

91 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

92 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

93 PC P3 IBM NETVISTA/P3/128 MB/40 GB

94 PC P3 IBM NETVISTA/P3/128 MB/40 GB

95 PC P3 HP BRIO BA600/P3/128 MB/40 GB

96 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

97 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

98 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

99 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

100 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

101 PC P3 HP BRIO BA600/P3/128 MB/40 GB

102 PC P3 HP BRIO BA600/P3/128 MB/40 GB

103 PC P3 HP BRIO BA600/P3/128 MB/40 GB

104 PC P3 HP BRIO BA600/P3/128 MB/40 GB

105 PC P2 IBM PC300GL/P2/128 MB/40 GB

106 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

107 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

108 PC P3 IBM NETVISTA/P3/128 MB/40 GB

109 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

110 PC P3 HP BRIO BA600/P3/128 MB/40 GB

111 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

112 PC P3 IBM PC300/P3/128 MB/40 GB

113 PC P4 COMPAQ D330M/P4/512 MB/40 GB

114 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

115 PC P3 IBM PC300/P3/128 MB/40 GB

116 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

117 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

118 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

119 PC P3 HP BRIO BA600/P3/128 MB/40 GB

120 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

121 PC P3 IBM NETVISTA/P3/128 MB/40 GB

122 PC P3 HP BRIO BA600/P3/128 MB/40 GB

123 PC P3 IBM NETVISTA/P3/128 MB/40 GB

124 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

125 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

126 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

127 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

128 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

129 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

130 PC P3 HP BRIO BA600/P3/128 MB/40 GB

131 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

132 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

133 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

134 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

135 PC P4 COMPAQ D32M - BLACK/P4/256 MB/40 GB

136 PC P3 IBM NETVISTA/P3/128 MB/40 GB

137 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

138 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

139 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

140 PC P3 HP BRIO BA600/P3/128 MB/40 GB

141 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

142 PC P3 IBM NETVISTA/P3/128 MB/40 GB

143 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

144 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

145 PC P3 HP BRIO BA600/P3/128 MB/40 GB

146 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

147 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

148 PC P2 IBM PC300GL/P2/128 MB/40 GB

149 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

150 PC P3 HP BRIO BA600/P3/128 MB/40 GB

151 PC P4 IBM A22P - BLACK/P4/128 MB/40 GB

152 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

153 PC P3 COMPAQ PRESARIO 4000/P3/128 MB/20GB

154 PC P4 COMPAQ PRESARIO 7000/P4/128 MB/40 GB

155 PC P3 HP BRIO BA600/P3/128 MB/40 GB

156 PC P3 HP BRIO BA600/P3/128 MB/40 GB

157 PC P1 ECIL WORKSTATION/P1/128 MB/1.2GB

158 PC P1 ECIL WORKSTATION/P1/128 MB/1.2GB

159 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

160 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

161 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

162 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

163 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

164 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

165 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

166 PC P1 ECIL DISKLESS PC/P1/128 MB/NIL

167 PC P4 COMPAQ D380MX - BLACK/P4/256 MB/40 GB

168 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

169 PC P4 HT HCL INFINITI PRO/P4 HT/512 MB/40 GB

170 PC P3 HP BRIO /P3/128 MB/20 GB

171 PC P4 HCL Infinity/P4/512 MB/40 GB

172 PC P4 HCL Infinity/P4/512 MB/40 GB

173 PC P3 HP BRIO /P3/128 MB/20 GB

174 PC P3 Compaq Presario 4000/P3/128 MB/20 GB

175 PC P4 Compaq D32 M/P4/256 MB/40 GB

Server Details

1 SERVER P2 HP NETSERVER LH II/P2/64 MB/4GB x 2

2 SERVER P3 IBM NETFINITY 3000/P3/256 MB/9 GB x 2

3 SERVER P3 IBM NETFINITY 3000/P3/128 MB/40 GB x 2

4 SERVER P3 IBM NETFINITY 3000/P3/128 MB/40 GB

5 SERVER P4 HCL GLOBAL LINE 1415/P4/512 MB/36X3 GB

6 SERVER P3 IBM NETFINITY 3000/P3/128 MB/17 GB

7 SERVER P3 IBM NETFINITY 3000/P3/128 MB/40 GB

8 SERVER P3 IBM XSERIES 220/P3/128 MB/40 GB

9 SERVER P3 IBM XSERIES 220/P3/128 MB/40 GB

10 SERVER P1

ECIL UNIPOWER P1000/P1/128 MB (Not in Use)

11 SERVER P1

ECIL UNIPOWER P1000/P1/128 MB (Not in Use)

Annexure I MISC ITEMS CD WRITER/ SCANNER

1 CD-WRITER SONY INTERNAL CD-WRITER

2 CD-WRITER IOMEGA CD-WRITER

3 CD-WRITER HP CD-WRITER 8200 SERIES

4 CD-WRITER IOMEGA CD-WRITER

5 CD-WRITER HP CD-WRITER 8200 SERIES

6 SCANNER HP SCANJET 5400C

7 SCANNER HP SCANJET 5200C

8 SCANNER HP SCANJET 5400C

9 SCANNER HP SCANJET 5400C

10 SCANNER HP SCANJET 5400C

11 SCANNER HAND HELD SCANNER

Laptop Details

1 COMPAQ ARMADA 1560/P1/20 GB/FDD 1.44MB

2 ACER MATE 505/CELERON/20 GB/FDD 1.44MB

3 IBM THINKPAD A20M/P3/20 GB/FDD 1.44MB

4 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

5 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

6 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

7 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

8 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

9 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

10 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

11 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

12 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

13 COMPAQ PRESARIO 1201AP/P3/20 GB/FDD 1.44MB

14 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

15 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

16 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

17 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

18 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

19 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

20 IBM THINKPAD I SERIES/P3/20 GB/FDD 1.44MB

21 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

22 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

23 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

24 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

25 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

26 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

27 COMPAQ PRESARIO 1712AP/P3/30 GB/FDD 1.44MB

28 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

29 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

30 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

31 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

32 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

33 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

34 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

35 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

36 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

37 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

38 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

39 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

40 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

41 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

42 COMPAQ PRESARIO 1711AP/P3/30 GB/FDD 1.44MB

43 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

44 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

45 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

46 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

47 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

48 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

49 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

50 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

51 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

52 COMPAQ EVO N160/P3/30 GB/FDD 1.44MB

Printer Details

1 DESKJET HPDESKJET 3535

2 LASER HP 1200 SERIES

3 INKJET HP DESKJET 840C

4 LASER TEKTRONIX PHASER 750

5 INKJET LEXMARK Z32

6 INKJET LEXMARK Z32

7 DMP SIVA DL 3400

8 DMP TVSE CALLIGRA

9 DMP PANASONIC KXP-3626

10 LASER HP 1150 SERIES

11 INKJET HP DESKJET 840C

12 DMP TALLY PASSBOOK PRINTER

13 DMP LIPI T5023 PASS. PRINTER

14 DMP PANASONIC KXP-3626

15 INKJET HP DEKSJET 845C

16 DMP PANASONIC KXP-3626

17 LASER HP 1200 SERIES

18 INKJET LEXMARK Z32

19 LASER HP 6L GOLD

20 LASER HP 1150 SERIES

21 LASER HP 1200 SERIES

22 LASER HP 1200 SERIES

23 INKJET HP DESKJET 840C

24 LASER HP 1200 SERIES

25 INKJET HP DESKJET 840C

26 DMP WIPRO 1050+DX

27 INKJET HP DESKJET 670C

28 LASER HP 1200 SERIES

29 LASER HP 1200 SERIES

30 DMP PANASONIC KXP-3626

31 LASER HP 1200 SERIES

32 DMP WIPRO 1050+DX

33 LASER HP 1150 SERIES

34 LASER HP 1150 SERIES

35 DMP TVSE QX255

36 LASER HP 1200 SERIES

37 DMP TVSE HD5000

38 LASER HP 1150 SERIES

39 INKJET LEXMARK Z32

40 LASER HP 1200 SERIES

41 LASER HP 1150 SERIES

42 INKJET HP DESKJET 845C

43 LASER HP 1200 SERIES

44 LASER HP 1150 SERIES

45 DMP TVSE HD5000

46 LASER HP 1200 SERIES

47 LASER HP 1200 SERIES

48 INKJET HP DESKJET 840C

49 INKJET HP DESKJET 840C

50 INKJET HP DESKJET 845C

51 LASER HP 1200 SERIES

52 INKJET HP DESKJET 845C

53 INKJET HP DESKJET 840C

54 INKJET HP DESKJET 845C

55 LASER HP 1200 SERIES

56 LASER HP 1150 SERIES

57 DMP TVS MSP 240

58 LASER HP 1200 SERIES

59 INKJET LEXMARK Z32

60 LASER HP 1200 SERIES

61 INKJET HP DESKJET 845C

62 LASER HP 1200 SERIES

63 LASER HP 1300 SERIES

64 INKJET HP DESKJET 840C

65 DMP PANASONIC KXP-3626

66 LASER HP 1200 SERIES

67 INKJET HP DESKJET 845C

68 DMP PANASONIC KXP-3626

69 INKJET HP DESKJET 840C

70 LASER HP 1200 SERIES

71 INKJET HP DESKJET 845C

72 INKJET HP DESKJET 200

73 INKJET HP DESKJET 845C

74 INKJET HP DESKJET 840C

75 INKJET HP DESKJET 670C

76 INKJET HP DESKJET 845C

77 DMP TVSE 245 MSP

78 DMP PANASONIC KXP-3626

79 DMP WIPRO LX-800

80 LASER HP 1200 SERIES

81 LASER HP 1320 SERIES

82 LASER HP 1320 SERIES

83 DMP WIPRO LX-800

84 INKJET HP DESKJET 840C

85 LASER HP LASER 6L GOLD

86 Duplex Printer Mono SAMSUNG ML 2150

87 Desk Jet HP Deskjet 840 C

Annexure IA Computers Under Warranty

1 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

2 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

3 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

4 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

5 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

6 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

7 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

8 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

9 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

10 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

11 PC IBM THINKCENTRE M50/P4 HT/512 MB/40 GB

12 PC HCL EZEE BEE/P3/128 MB/40GB

13 PC HP PAVILION W5060IN/P4 HT/512 MB/160 GB

14 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

15 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

16 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

17 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

18 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

19 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

20 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

21 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

22 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

23 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

24 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

25 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

26 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

27 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

28 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

29 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

30 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

31 PC HP COMPAQ DX6120MT/P4 HT/1 GB/80 GB

32 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

33 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

34 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

35 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

36 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

37 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

38 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

39 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

40 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

41 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

42 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

43 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

44 PC IBM THINK CENTRE TFT/P4 HT/512 MB/80 GB

45 PC COMPAQ PRESARIO AP550/P3/256 MB/18X2 GB

46 PC IBM THINK CENTRE /P4/512 MB/80 GB

47 PC IBM THINK CENTRE /P4/512 MB/80 GB

48 PC HP Compaq DX 6120 MT/P4/1 GB/80 GB

Printers Under Warranty

1 NETWORK BROTHER 6050DN

2 NETWORK BROTHER 6050DN

3 NETWORK BROTHER 6050DN

4 LASER Canon IR 1600 3-IN-1

5 LASER Lexmark Laser Printer E232

1 SCANNER HP SCANJET 8250

ANNEXURE -II DIFFERENT LOCATIONS OF COMPUTER HARDWARE ITEMS Mainly Bank’s premises. Only two - three systems (standalone PCs) are located outside the Bank’s premises

ANNEXURE - III

COMPANY PROFILE Sl No.

Items

Details

1. Name of the Vendor 2. Address of the

Registered Office Address Telephone Fax Email

3. Address of office at Bhopal Address of the Registered Office

Address Telephone Fax Email

(Details of column 2 and 3 shouldbe verifiable from vendor’s website. Appropriate link should be provided. If details cannot be verified from website, then appropriate proof should be provided.)

4. URL of Vendor’s Website 5. Name and designation

of the person authorized to make commitments to the Bank

Name Mobile Phone Fax E-mail

6. Type of Company (Whether Private Ltd. or Public Ltd.) Copy of Certificate of Registration should be provided.

ANNEXURE - IV

FORMAT OF PRICE BID

TO BE SUBMITTED ON THE LETTERHEAD OF THE COMPANY Annual Maintenance Contract for Computer hardware, System Software and Peripherals of the Reserve Bank of India, Bhopal With reference to the captioned tender, we offer the following rates for maintenance of the assets in the Reserve Bank of India, Bhopal Sl. No. Item Description Model/ Brand Rate Total

1. Servers

PII PIII

2. Laptops

PIV

PII PIII

3. PCs

PIV

PI PII

4. Nodes

PIII 5. Dot Matrix Printers 6. Heavy Duty DFX

Printers

7. Laser Printers 8. Deskjet 9. Any other

ANNEXURE – V

TO BE SUBMITTED ON THE LETTER HEAD OF THE COMPANY The Regional Director Reserve Bank of India Post Box No. 32 Hoshangabad Road Bhopal Dear Sir,

Annual Maintenance Contract for Computer Hardware and Peripherals of the Reserve Bank of India, Bhopal

This bears reference to your captioned tender dated . We, hereby, accept all the terms and conditions for submitting quotation as mentioned in the said tender. 2. We hereby certify that no terms and conditions have been stipulated by us in the Price Bid. 3. We warrant that the repair and maintenance service/products to be sold do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. We agree that we shall indemnify the Bank from any claim or demand, action or proceeding, directly or indirectly resulting from or arising out of any breach or alleged breach of this warranty.

Yours faithfully, Signature : Name : Designation : Place : Date :