0% found this document useful (0 votes)
292 views8 pages

Terms and Conditions

1) The document outlines the scope of work, terms and conditions, and assets covered for annual maintenance contract (AMC) of IT equipment for Food Corporation of India. 2) Key responsibilities of the agency include comprehensive onsite maintenance, repairs, and replacement of spare parts. Preventive maintenance is to be done quarterly. 3) Downtime penalties are specified for delays in repair beyond 2 days, ranging from Rs. 100-300 per day depending on the equipment type.

Uploaded by

fredrickleanas
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)
292 views8 pages

Terms and Conditions

1) The document outlines the scope of work, terms and conditions, and assets covered for annual maintenance contract (AMC) of IT equipment for Food Corporation of India. 2) Key responsibilities of the agency include comprehensive onsite maintenance, repairs, and replacement of spare parts. Preventive maintenance is to be done quarterly. 3) Downtime penalties are specified for delays in repair beyond 2 days, ranging from Rs. 100-300 per day depending on the equipment type.

Uploaded by

fredrickleanas
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/ 8

FOOD CORPORATION OF INDIA

DIVISIONAL OFFICE: THANJAVUR-7

SCOPE OF WORK, ADDITIONAL TERMS AND CONDITIONS AND LIST


OF ASSETS TO BE KEPT UNDER AMC
1. Scope of Work
a. The Agency shall be responsible for rendering ONSITE COMPREHENSIVE
maintenance and repair services including provision of spare parts for the
equipment mentioned in the Bidding.

b. The charges shall also cover the replacement of Spare parts of Hardware i.e.
Hard Discs, Mother Boards, Key boards, Mouse, SMPS, RAM, Monitor, Printer
head and other Spare parts of Printers/Scanners etc., but does not cover
replacement of Cartridges, Toners and Ink. The replacement of these items
whenever any error is noticed shall be made with the same Brand/specification. If
the spare parts of the same brand not available in the market then the bidder can
replace the spare parts with other brands as per the willing of the user.

c. Besides attaining to the ‘Breakdown Maintenance’, periodic ‘Preventive


Maintenance’ should also be done on quarterly basis.

d. The Agency has to attend all calls whether related to hardware or Software
for providing services within time limit.

2. ADDITIONAL TERMS AND CONDITIONS


2.1 FCI may upgrade the existing systems during the AMC Contract period for that
the Agency has to provide support in identification and replacement of
Hardware and installation of Software including OS. In case of Up gradation of
Hardware, the cost of Hardware will be borne by FCI.
2.2 Once the AMC Work tender awarded to the successful bidder, the bidder has to sign
the Work order within 15 Days from the receipt of the work order otherwise the EMD
amount of the bidder will be forfeited and the agency will be blacklisted from
participating in any tender floated by FCI for a period of two years. The bidder has to
also bear Risk and Cost for floating new Tender.
2.3 Scheduled Preventive Maintenance: To be done in every quarter, for all
systems, printers & Scanners. The details of activities to be performed during
the Preventive Maintenance is as follows:
a. Updating antivirus patches and scanning system for virus.
b. Removing any dust accumulated inside and outside of the systems and
printers
c. Temporary files to be removed
d. Unwanted programs to be removed after taking approval from the user
e. Updating patches for legal copies of operating system
f. Cleaning of vital components of Printers
g. To check overall working of systems
h. Any Up gradation to be done
i. Any other, overall working of systems
j. Any Software problem that has to be resolved.
2.4 If Preventive Maintenance is not carried out satisfactory in the prescribed time, then a
penalty as detailed below will be levied.
a. Rs. 500/- per quarter for systems / Laptops
b. Rs. 500/- per quarter for Heavy Duty Printers/ Scanners
c. Rs. 250/- per quarter for Printers

2.5 Unscheduled, on all corrective and remedial maintenance service to set right
the malfunctions of the systems. This includes replacement of unserviceable
parts. The parts replaced will be either new parts or equivalent in
performance in new parts. Whether a defective item or component is to be
repaired or replaced shall be at the sole discretion of the vendor. In the case
of a part, the defective part removed from the system will become the
property of the vendor on replacement with new part or equivalent in
performance in new parts in the system.
a. Operating System (OS) Support: The Contract is comprehensive & inclusive of
OS Support on all the systems covered under the contract. Any problem
related with OS maintenance, reloading of OS with all the device drivers, OS
upgrade device driver, Systems configuration and network configuration will
be attended and rectified by the vendor. All required device drivers will be
provided by the vendor. For OS up-gradation FCI will provide a set of OS
upgrade software.
b. Data Back up: The Contract will include Back of Data whenever required. Data
Backup must be done while formatting System or Replacing the Hard Disk of
the System.
c. The Contract will also include Software related Services required to be done to
the system which are not under AMC.
2.6General Clauses
a. System maintenance charges shall not include the cost of consumables and
supply items such as ribbons, media like magnetic tapes, cartridges, printer
bands, floppy diskettes, computer stationery, CDsetc.
b. The new equipments will be included in AMC as soon as the warranty
expires on prorate basis. Similarly old equipments can be removed from AMC on
prorate basis.
c. The agency will be given an opportunity to check whether the System,
Printers/Scanners are in working condition before finalizing contract. No
Charges shall be payable for checking. The Bidder may provide a list of
Computers/Printers/Scanners which can be immediately taken over under AMC
and a list of Computers/Printers/Scanners which can be taken after replacement
of Hardware.
d. FCI may provide the Hardware required to function these
Computers/Printers/Scanners which is not functioning to keep these items also
under AMC.
e. FCI won’t incur any charges after the Systems/Printers/Scanners brought
under AMC.

2.7 DOWNTIME PENALTY FORSERVICE:

Downtime will be recorded for faults or complaints pending beyond two days after the
registration of complaints by the Department with the AMC Holder. The AMC holder shall
give unique complaint registration number and such relevant details as to the registration
process leading to timely clearance of faults within 24 Hours. For complaints pending
beyond 48 Hours, a downtime record will be created by the user department and pro-rata
deduction of penalty amount will be effected for payments due to the AMC Holder at the
end of the half year period of the contract for the number of days the computer systems are
not available for use from the call registration date.

Downtime Penalty will be imposed as shown in the table:


Sl. Type of Equipment Penalty
No.
1. All Computers/Laptops Rs. 250 Per Day
2. Heavy duty Laser Printers Rs. 300 Per Day
3. All Other Printers Rs. 100 Per Day
4. Parts of computer failures will be Same as Computers
treated as Computer Failure
5. If Equivalent standby is given ‘NIL’ Penalty up to 30 Days

1) The above penalty rates are also applicable for OS support when the system is not
working.

2) Whenever the systems, printers and scanners cannot be repaired on site within the
specified limits, the vendor will have the option to provide an alternate equipment of
matching specification along with data backup, which will be replaced within the period of
maximum 30 days with the equipment of same make/ model. Failing to these
replacements, penalty clause will apply.
3) In case of intermittent failures and repetitive problems due to improper diagnosis or
repair, the system will be treated as continuously down.
4) The contract extends only to problems arising out of normal functioning of equipment and
the contract does not cover breakdown arising out of damages caused due to fire, theft,
riots, accidents, earthquakes, storm and other natural calamities.
5) During the period of contract FCI will be responsible only for operating the systems
and accessories. FCI will restrict to operational activities and will not
repair/maintain any equipment.
6) Terms of Payment: The payment will be released on completion of each quarter
after getting satisfactory performance reports. The Maintenance charges quoted
shall be inclusive of all taxes except service tax/GST.

2.8 CALL REGISTRATION ANDCOMPLETION:

All the maintenance calls will be logged through email or telephonically. The Agency
has to provide email id and Telephone/Mobile Number for booking of a call and
generate Complain ID for each Call. Completion of calls will be certified by the user or
Manager (Computer).
The AMC Provider will prepare the call service slips in duplicate, The Call service slips
will be signed by the user of the system or Manager (Computer) and representative of
the AMC Provider. A copy of the Service slip has to be given to the user or Manager
(Computer) by his representative for record purpose. The AMC Provider will retain the
duplicate copy.

2.9 EXPERIENCE
1. The bidder should have at least two years of experience in providing Annual
Maintenance Contract for Computers and peripherals to Centre Government
Organization/State Government Organization/Public Sector Undertaking, Bank or
Private Sector and should have executed AMC of value of at least Rs. 2 Lakhs in one
Single contract or Rs. 5 Lakhs in multiple contracts during any of the preceding five
years. In support of the experience criteria, tenderer shall furnish self-attested
copies of the work order& Completion Certificate issued by the organizations for
which the tenderer having executed the assignment.

3 LIABILITY FOR PERSONNEL


3.1 The Successful bidder shall be solely responsible for complying with all statutory
responsibilities and liabilities in respect of the personnel engaged by him and liable for
obtaining all mandatory registrations and deposit of contributions under various
enactments. If, on account of default of the Successful bidder, FCI is compelled to make any
payments/contributions or discharge any responsibility/liability of the Successful bidder, FCI
shall be entitled to recover and/or set off such amounts/expenses incurred from the
amounts due to the Successful bidder under this or any other contract with FCI without
prejudice to the right of FCI to initiate appropriate legal proceedings for recovery of such
amounts. The Successful bidder shall indemnify the FCI against all claims whatsoever arising
out of his default in respect of the personnel engaged by him under any Statute/Law in
force.
3.2 The Successful bidder shall maintain and submit all Records & Returns prescribed under
all the applicable enactments to the designated Authorities within the prescribed time limit
and also to the General Manager, Food Corporation of India or any Officer acting on its
behalf.
4. FEES & TAXES:
4.1 TDS under Income Tax Act and other statutory liabilities shall be deducted at applicable
rate from the bills of the Successful bidder.
4.2 Payments will be made to the account of the successful Bidder on quarterly basis on
submission of duplicate invoices after deducting penalty imposed if any and Statutory
recoveries.
5. PERIOD OF CONTRACT
The successful bidder shall offer Comprehensive Annual Maintenance of Computers and
Peripherals for 2 years. If required the AMC can be extended for another1 year on the basis
of mutual understanding at the same rate and terms and condition.

6. ADDRESSES OF LOCATION OF COMPUTERS/PERIPHERALS


S.NO. LOCATION ADDRESS

1 DIVISIONAL NIRMALA NAGAR,


OFFICE NEAR INFANT JESUS CHURCH,
PUDUKOTTAI ROAD,
THANJAVUR – 613007.
2 FSD, SBK THIRUCHEMPALLI,
(SEMBANARKOIL) SEMBANARKOIL – 609309.

7. TERMINATION OF CONTRACT:

7.1 The Successful bidder shall perform the Services under the contract with the highest
standards of professional and ethical competence, integrity and transparency. He/They shall
promptly replace any employees assigned under this Contract that the Corporation
considers unsatisfactory. If in the opinion of FCI the delay in completion of assignment is
delayed unduly it shall be lawful for FCI to terminate the contract at the risk and cost of such
Successful bidder and to forfeit the Security Deposit for recovery of all losses, damages,
costs and expenses which may be incurred by FCI consequent to such termination.

7.2 In the event of the Successful bidder having been adjudged as insolvent or going into
liquidation or winding up their business or making arrangement with their creditors, the FCI
shall be at liberty to terminate the contract forthwith and to realize from the Successful
bidder all resultant losses, damages, costs incurred without prejudice to any other rights or
remedies under the contract and law and to get the work done for the unexpired period of
the contract at the risk and cost of the Bidders.

7.3 The FCI shall also have, without prejudice to other rights and remedies, the right in the
event of breach by the Bidder of any of the terms and conditions of the contract, or failing to
observe any of the provisions, obligations governing the contract, to terminate the contract
forthwith and to get the work done for the unexpired period of the contract at the risk and
cost of the Successful bidder and to forfeit the Security Deposit or any part thereof for
recovery of all losses, damages, costs and expenses which may be incurred by FCI
consequent to such termination and / or in completing the assignment. FCI may also effect
recovery from any other sums then due to the Successful bidder or which at any time
thereafter may become due under this or any other contract with FCI. In case the sum is not
sufficient to cover the full amounts recoverable, the Successful bidder shall pay FCI on
demand the entire remaining balance due.

7.4 FCI may at any time without assigning any reason terminate the contract without any
liability by giving notice to the bidder.

7.4.1 The Divisional Manager, FCI Divisional office Thanjavur may cancel the
tendering/bidding process at any stage. The decision of the Divisional Manager, FCI
Divisional office Thanjavur will be final and binding.

7.5 PAYMENT UPON TERMINATION

The Corporation shall pay remuneration for Services satisfactorily performed prior to the
effective date of termination provided such termination is not on account of any breach of
contract by the bidder.

8. List of Desktops/Laptops/Printers/Scanners to be kept under AMC at


FCI, DO, Thanjavur

I. DESKTOPS
SL. COMPUTER DESCRIPTION OF
MONITOR SERIAL NO. CPU SERIAL NO. Location
NO NAME EQUIPMENT
1 ACER ACER MMLNDSS005251038F94303 UDVD9SI937D1274092 DO TNJ
2 ACER ACER MMLNDSS005251038F74303 UDVD9SI937D1274091 DO TNJ
3 ACER ACER MMLNDSS005251037CE4303 UDVD9SI937D1274093 DO TNJ
4 ACER ACER MMLY0SS00140600B558500 UXVD9S1687E1668839 DO TNJ
5 ACER ACER MMYL0SS001406000358500 UXVD9S1687E1668840 DO TNJ
6 ACER ACER MMLY0SS001406000A58500 UXVD9S1687E1668841 DO TNJ
7 ACER ACER MMLY0SS0144502CC68500 UXVJSS1C06E5084059 DO TNJ
8 ACER ACER MMLY0SS00153802FC28500 UXVKK81069F3997866 DO TNJ
9 ACER ACER MMLY0SS00153802FC708500 UXVKKS1069F3997742 DO TNJ
10 ACER ACER MMLY0SS00153802F6D8500 UXVKKS1069F3997594 DO TNJ
11 ACER ACERV196HQL MMLYOSSOO14450253BB500 UXVJSSIC06E6084124 FSD SBK
12 ACER ACERV196HQL MMLYOSSOO153802B928500 UXVKKS1069F3900359 FSD SBK
13 ACER ACERV196HQL MMT3CSSOO15310830B4201 UXVJSSIP72F3992078 FSD SBK
DELL OPTIPLEX-
14 DELL 430FVQ2 1ZO52S2 DO TNJ
3060SFF

15 HCL HCL C101BG531285 C101AA515905 DO TNJ

16 HCL HCL C101BG531333 C101AA515907 DO TNJ

17 HCL HCL C101BG531321 C101AA515909 DO TNJ


18 HCL HCL 3125BG0066881 4121AA237837 DO TNJ
19 HCL HCL 1105BG204378 2103A1274847 DO TNJ
20 HP HP COMPAQ CNT11740NX 1NA123PR2K DO TNJ
21 HP HP COMPAQ CNT11740PH 1NA123PR2M DO TNJ
22 HP HP COMPAQ CNT11740SW 1NA123PQZS DO TNJ
23 HP HP COMPAQ CNT11643CK 1NA123PRZ6 DO TNJ
24 HP HP COMPAQ CNT11643K3 1NA123PR24 DO TNJ
25 HP HP COMPAQ CNT11740N8 1NA123PROL FSD SBK
26 LENOVO LENOVO V301647 L92B778 DO TNJ
27 LENOVO LENOVO V337339 L92BX42 DO TNJ
28 LENOVO LENOVO V337868 L92BW01 DO TNJ
29 LENOVO LENOVO V337839 L92BR33 DO TNJ
30 LENOVO LENOVO V338732 L92BV68 DO TNJ
31 LENOVO LENOVO V901AEKA PG00CZXY DO TNJ
32 LENOVO LENOVO V901AEKV PG00CZZ5 DO TNJ
33 LENOVO LENOVO V901AEKR PG00CZYX DO TNJ
34 LENOVO LENOVO V901AEKF PG00CZYF DO TNJ
35 LENOVO LENOVO V901AEK7 PG00CZZ0 DO TNJ
36 LENOVO LENOVO V901AEM1 PG00CZYE DO TNJ
37 LENOVO LENOVO VKM50673 PG0136K2 DO TNJ
38 LENOVO LENOVOE1922WD V901AEHV 11SOC696242VJ89R51D2DJ FSD SBK
39 LENOVO LENOVOE1922WD V901AELG 1S10C0A01XHFPGOOCZZH FSD SBK
40 LENOVO LENOVOE1922WD V901AEN9 1S10CQA01XHFPG00CZYL FSD SBK
41 LENOVO LENOVOEE1922S V901G6LC 1S1DC0S02G00PG00ELSR FSD SBK
LAPTOP :

SL.NO PRINTER NAME DESCRIPTION OF EQUIPMENT PRINTER SERIAL NO. LOCATION


1 DELL DELLEMC35NB002 LAPTOP 754CRT2 -

2 DELL DELLEMC35NB002 LAPTOP F44CRT2


PRINTER :

SL.NO PRINTER NAME DESCRIPTION OF EQUIPMENT PRINTER SERIAL NO. LOCATION


1 CANON A073A1167517 CANON LEP 20900B DO TNJ
2 CANON A073A1167518 CANON LEP 20900B DO TNJ
Epson L6190 WIFI All-in-one CIJ
3 EPSON X4CY011567 DO TNJ
Printer X4CY011567
4 HP HP LASER JET P1007 VNF8P28418 DO TNJ
5 HP HP LASER JET P1007 VNFN145983 DO TNJ
6 HP HP LASER JET P1007 VNFN535403 DO TNJ
7 HP HP LASER JET P1007 VNFN143842 DO TNJ
8 HP HP LASER JET P1007 VNFNX69708 DO TNJ
9 HP HP LASER JET P1108 VNF3N16124 DO TNJ
10 HP HP LASER JET P1108 VNF3N16117 DO TNJ
11 HP HP LASER JET P1108 VNF3N15878 DO TNJ
12 HP HP LASER JET P1108 VNC6700191(R) DO TNJ
13 HP HP LASER JET 1020 PLUS CNC2123096 DO TNJ
14 HP HP LASER JET 1020 PLUS CNCH684196 DO TNJ
15 HP HP LASER JET 1020 PLUS CNCH701484 DO TNJ
16 HP HP LASER JET 1020 PLUS CNC2123100 DO TNJ
17 HP HP LASER JET 1020 PLUS CNCH729982 DO TNJ
18 HP HP LASER JET 1020 PLUS CNCH684132 DO TNJ
19 HP HP LASER JET 1020 PLUS CNCHD30130 DO TNJ
20 HP HP LASER JET 1020 PLUS CNCHD35436 DO TNJ
21 HP HP LASER JET 1020 PLUS CNCHB81005 DO TNJ
22 HP HP LASER JET P1007 VNFNP83104 FSD SBK
23 HP HP LASER JET 1020 PLUS CNCH684209 FSD SBK
24 HP HP LASER JET 1020 PLUS CHC2122666 FSD SBK
25 HP HP LASER JET 1020 PLUS CNC2123092 FSD SBK
26 SAMSUNG SAMSUNG ML-1866 Z5SVB8GC9A039X DO TNJ
27 SAMSUNG SAMSUNG ML-1866 Z5SVB8GC9A020Z DO TNJ
28 SAMSUNG SAMSUNG ML-1866 Z5SVB8GC9A038P DO TNJ
29 SAMSUNG SAMSUNG ML-1866 Z5SVB8GC9A020N DO TNJ
30 SAMSUNG SAMSUNG ML-1866 Z5SVBGC9A01ZD DO TNJ
31 SAMSUNG SAMSUNG ML-2161/XIP Z7AXB8GF2B01B9P DO TNJ
32 SAMSUNG SAMSUNG ML-2161/XIP Z7AXB8GF2B01BAN DO TNJ
33 SAMSUNG SAMSUNG ML-2161/XIP Z7AXB8GF6F00BST(R) DO TNJ
34 KYOCERA KYOCERA-FS-1040 ECOSYS-FS-1040 DO TNJ

SCANNER :

DESCRIPTION OF SCANNER SERIAL


SL.NO SCANNER NAME LOCATION
EQUIPMENT NO.

1 HP SCANJET 200 SCANNER CN58NB10R2 DO TNJ


2 HP SCANJET 200 SCANNER CN597B125P DO TNJ
3 HP HPSCAN JET 5590 CN21HVH06D DO TNJ
4 HP SCANJET SCANJET 200 SCANNER CN5C1B11NK FSD SBK
5 HP SCAN JET HP SCAN JET PRO 2500F1 CN79NA107J DO TNJ
6 CANON CANON MF4750 DO TNJ
7 CANON P-215II DO TNJ
8 CANON P-215II DO TNJ
9 SAMSUNG SAMSUNG SCX-4521F DO TNJ

Total number of systems and peripherals to be covered under AMC is furnished below

Description of NO of units No of units in Total No of


Service in DO TNJ FSD SBK Units

Desktop 33 8 41
Printer 30 4 34
Scanner 8 1 9
Laptop 2 0 2

You might also like