Page 11 of 52
izi= ^d*&TB-I
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS /SERVICES REQUIREMENT
S. N. ^v*&1
Items / Works Requirement
Qty.
A. Data entry works of library records on Koha LMS software from Physical Accession Register
30000
B. Web based Koha Library Management Software (LMS) Installation, implementation , data migration ,customization ,and training etc
One
Technical Bid
Details of work with essential and additional terms and condtions: Submit documents in spport of below tabulated components with specifications for items / works:
Specifications: Data Entry works of 30000 book records from Physical Accession Register on koha software with installation, migration, customisation implmentaion on server and training etc. The details of work are summerised as below:
S.No Brief description of goods/ , equipments
Brief specifications Quantity
1 Data Entry works from physical accession register
Entry works from book records from physical accession register on koha software with implementation.
30000 records
2 Installation and maintenance of KOHA LMS for library management software
Installation maintenance of Koha LMS at SKNCOA Jobner library for implementation all house activities of SKNAU library including developing library website for SKNCOA Library, Jobner .
One Koha system installation for 45000 records
3 Support and help desk facilities for library staff for day to day use of Koha on annual basis
Same Koha system / server should b used for library management
4 Data migration from existing library software system LMS e granthlaya to Koha
Catalogue data about 15000 for SKNCOA Library , Jobner
15000 records from existing library software system LMS e granthlaya to Koha
Page 12 of 52
Addtional terms and conditions of technical bid:
Data entry works on koha, installation, implementation, customisation, migration and training etc
• Bidder should have prior experience of implementing integrated library management software having complete functioning of the all library modules.
• The Purchaser will award the contract to the bidder whose quotation has been determined to be substantial1y responsive and who has offered the lowest Price and order will be given only to a single firm.
• Rates for partial quantity of an item are not acceptable. • Normal commercial warranty/guarantee shall be applicable to the supplied goods • The bidder shall agree towards local customization and personalization on all aspects of
the proposed system during the implementation and three years warranty period to ensure a smooth functioning and user friendly environment
• Any problem of Library should be solved within three days • Standards compliance: MARC21, Z39.50, UTF8/Unicode, SlP2 • Principal manufacture / bidder shall integrate the middleware with Koha, LMS which
support the desired standard NISO / recommended NCIP V2.0 protocol. • Vendor should have minimum five years experience in implementation, maintenance of
KOHA as Library Management System in Academic/ Public libraries and organizing trainings for librarians.
• Vendor should have implemented of Koha in at least 05 academic/public libraries or Consortia of Academic/public libraries with documented evidence.
• KOHA being open source software, any customization and configuration details as per requirements of client should be documented and provided to client for future references.
• Vendor Should have 5+ clients for Koha
5 Onsite training on Koha for library staff
Training for all in house activities of library for 3 days duration should be provided , Koha administration training ie installation , data migration and management of Koha LMS should be provided for SKNCOA Library , Jobner
3 persons
6 Additional Local customization for different library activities , Book Bank rental services
Koha system is to be customized for our circulation services and other services and Book Bank rental services
One
7 Executing Koha system implementation
SKNCOA Library , Jobner has 50000 collections of books using e granthlaya software with OPAC / webopac facilities only so at the time data conversion / migration from e granthlaya to koha all activities of library services should also work properly in koha system for SKNCOA Library , Jobner .
One
Page 13 of 52
• Vendor has implemented Koha for library for 5 libraries where collection is more than 50,000 collection
• Vendor has both technical and functional expertise for Koha as well as development team
• Vendor should have expertise in bibliographic database conversion from any library management software to Koha
• Vendor should be able to customize the software as per the client's requirements. • Vendor should have technical people with domain knowledge of Library, resume to be
attached. • Vendor should be active participant in Koha community, documentary proof to be
submitted. • No Visit Charges should be claimed by firm during warrenty period.
Page 14 of 52
izi= ^v*&FB-I SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S.No ^v*&1
Items / works/services UNIT COST Qty Total cost ( all
inclusive ) (`)
Basic cost
(`)
Taxes / levies / octroi etc please
specify ( inclusive if any )
(`)
Total unit cost
(`)
1 Data entry works of library records on Koha LMS software from Physical Accession Register
30000
2 Web based Koha Library Management Software (LMS) Installation, implementation , ,customization ,and training etc
One
3 Additional Library custumisation work of library / Book Bank services with moduels on koha
One
4 Data migration on Koha server
15000
GrosstotalCost: `-------------------- (in figures) ` --------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/guarantee of----------------------- Years /Months shall apply to the offered goods.
-------------------------Name
Designation and Signature of Bidder with official seal
Page 15 of 52
izi= ^d*&TB-II
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT:
S No ^v*&2
Items / Works Requirement
Qty
1 RFID tags for books 45000
2 RFID staff station Reader One
3 Library security gate (2 pedestal ) EAS security gates one channel with gate Antenna system ,RFID anti-theft system
One
4 RFID smart card with printing 800
5 Self check out KIOSK One
6 Job works ( tagging books ) 45000
7 RFID handled Reader One
8 Smart card printer One
9 Standard RFID server layer for integration of RFID devices with Koha LMS including installation and training
One
Technical Bid
Details of RFID Components and other job works with essential and additional terms and condtions: Submit documents in spport of below tabulated components with specifications for items / works:
SPECIFICATIONS: RFID COMPONENTS
The RFID system and its components should be compatible with ISO 28560, ISO 15693, ISO 14443a (smart card / mifare standards) for smart card integration including future integrate with integrated library management system /delivery automated system and surveillance / security system using CCTV / webcams to ensure possibility of expansion / modification in the operative environment in future and integrate the middleware with Koha, LMS which supports specified standard protocol.the details of RFID component and work are as summerised below:
S.N. RFID
components Qty Specifications
1 RFID units of tags( Books )
45000 RFID system for documents identification, security and integrated with existing Koha LMS software which includes high frequency RFID chip used in the tag should have multi-read function, for library security use & electronic articles surveillance for anti theft, Tag size app 80mmx 50mm with at least 1024 bits memory multi read, antitheft and life time warranty minimum with ISO 15693/18000-3 compliant and inclusive of all standard components and features.
Page 16 of 52
2 RFID staff station Reader
One Multipurpose RFID staff station - interface with Koha , small size , economic for use in library desktop configuration , read/write around 20-30 cms with ISO 14443A , able to provide LMS based library services ,slip printing with inclusive of all standard components and features .
3 Library security gate (2 pedestal EAS security gates one channel with gate Antenna system
One One channel with EAS (electronic articles surveillance )gates which includes two theft detection pedestals , interdependent ,, I/O ports for standard electronic counter , webcam trigger , locking gates , , light and buzzer inbuilt , offline working function,DVR System with certification , should have sensors to indicate trolley full to prevent and further expansion of multi bins etc with inclusive of all standard components and features,Check In RFID Reader (Ethernet) facility for 100 Books ,Ethernet High Speed Thermal Slip Printer Client checking software for LMS Software with provision for E-mail/SMS Confirmation
4 RFID smart card 800 RFID smart card for 800 patrons ,ISO 14443A based Mifare cards with 1024 Bits Memory , patron’s demography, official contacts, database to identity cards with inclusive of all standard components and features., standards size with Hard Plastic color Printing
5 Self check out KIOSK
One Integrated self checkout/In station ,long range reader , antenna , high speed thermal KIOSK shell/printer LCD ouch screen monitor 17ínch , branded CPU , 100 books x1 card receiver with inclusive of all standard components and features with minimum standard Printing .
6 Job works ( tagging books )
45000
Tagging works includes encoding of data from Koha , fixing / shielding ling with logo of university , proper re shelving ,printing of smart card s ,training staff / users with inclusive of all standard components and features
7 RFID handled reader
One Standard Cordless / handled reader for shelf reading, sorting, search in, inventory etc
8 Smart card printer One Single Side Card Printer, Print Method Dye-sublimation / resin thermal transfer, Resolution 300 dpi Print Speed- 6 seconds per card, Accepted Standard Card Size, PVC type or polyester cards with polished PVC finish; polyester cards; Memory 32 MB RAM with window / Linux support.
9 Standard RFID server layer for integration of RFID devices with Koha LMSwith installation and training
One Training to library staff / users with knowledge of all standard components. and features including installation etc
Addtional terms and conditions of technical bid: (RFID cum Koha)
• The bidder must be an Original Equipment Manufacture OEM of RFID hardware components or an authorized distributor of OEM of FRID hardware component /RFID solutions. bidder shall submit certificate of authorization from principal manufacturing company and self declaration in case OEM is bidding for tender
Page 17 of 52
• The bidder should be a national’s level IT organization with experience in the field of application software conceptualization design, development. Deployment, customization and maintenance in the higher education industry since the last five years.
• Bidder should have prior experience of implementing integrated library management software having complete functioning of the all library modules /guidelines and provide list of such installations along with product details as offered by your company
• Bidder must ISO 9001:2008 certified company and Standards compliance: MARC21, Z39.50, UTF8/Unicode, SlP2
• Bidder shall ensure the proposed RFID system are compatible with ISO 28560 , ISO 15693/18000-3 , ISO 14443A (smart card / Mifare standards ) for smart card integration including future standards .
• Principal manufactures/ bidder shall ensure that the proposed RFID system is compatible and should integrate with integrated library management system , institute management system , materials management / delivery automated system and surveillance / security system using CCTV / webcams to ensure possibility of expansion / modification in the operative environment in future
• All basic RFID equipment such as tags , reader and gates should be from one RFID manufacture and provide certificate from OEM
• Bidder should have deployed their RFID system in at least 05 libraries in India and minimum five live sites (provide certificate).Preference will be given to those bidders who have implemented the proposed LMS and RFID system in reputed universities / institutions.
• The Purchaser will award the contract to the bidder whose quotation has been determined to be substantial1y responsive and who has offered the lowest Price and order will be given only to a single firm for complete one type of works / services.
• Rates for partial quantity of an item are not acceptable.. • Normal commercial warranty/guarantee shall be applicable to the supplied goods • The bidder shall agree towards local customization and personalization on all aspects of
the proposed system during the implementation and three years warranty period to ensure a smooth functioning and user friendly environment
• Any problem of Library should be solved within three days • Bidder shall initially provide onsite RFID technical support those are fully trained by the
manufacturer to reduce downtime. remote support via Email / Fax / Phone etc should also be available as and when required free of cost and
• Principal manufacture / bidder shall integrate the middleware with Koha, LMS which support the desired standard NISO / recommended NCIP V2.0 protocol.
• No Visit Charges should be claimed by firm during warrenty period. • Enclose documents essential for technical bid.
Page 18 of 52
izi= ^v*&FB-II
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S. No. ^v*&2
Items / services
UNIT COST
Qty
Total cost ( all
inclusive ) (`)
Basic cost (`)
Taxes / levies / octroi etc please
specify ( inclusive if any)
(`)
Total unit cost
(`)
1 RFID tags for books 45000 2 RFID staff station Reader One 3 Library security gate (2
pedestal ) EAS security gates one channel with gate Antenna system ,RFID anti-theft system
One
4 RFID smart card with printing 800 5 Self check out KIOSK One 6 Job works ( tagging books ) 45000 7 RFID handled Reader one 8 Smart card printer One 9 Standard RFID server layer for
integration of RFID devices with Koha LMS including installation and training
One
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/guarantee of----------------------- Years /Months shall apply to the offered goods.
-------------------------Name
Designation and Signature of Bidder with official seal
Page 19 of 52
izi= ^d*&TB-III
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT
S No
Items / Works Requirement / Specifications
Qty
1 Dehumidifier
Four
Technical Bid
Details of Dehumidifier with essential and additional terms and condtions: Submit documents in spport of components with specifications for items / works:
Specifications: Removing 60 liters per 24 hours (for 120 square feet, automatic humidity control, humidity setting 20-95% size 330x485x665 mm Net weight 30Kgs
Addtional terms and conditionsof technical bid:
• Normal commercial warranty/guarantee shall be applicable to the supplied goods. • No Visit Charges should be claimed by firm during warrenty period. • Supply should include installation and training.
Page 20 of 52
izi= ^v*&FB-III
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S No
Items / services UNIT COST Qty Total cost ( all
inclusive) ¼`½
Basic cost ¼`½
Taxes / levies / octroi etc please
specify (inclusive if any)
¼`½
Total unit cost
¼`½
1 Dehumidifier (60 liters) one
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) a and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercialwarranty/guarantee of----------------------- Years /Months shall apply to the offered goods. -------------------------Name
Designation and Signature of Bidder with official seal
Page 21 of 52
izi= ^d*&TB-IV
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT
S No
Items / Works Requirement
Qty
1 Book Scanner :Scansnap SV 600
One
Technical Bid
Details of Book Scanner with essential and additional terms and condtions: Submit documents in spport of components with specifications for items:
Specifications: Scansnap SV 600 for PC overhead scanner, 3sec/page up to A3 size make, FUJITSU etc.
Addtional terms and conditionsof technical bid:
• Normal commercial warranty/guarantee shall be applicable to the supplied goods. • bidder shall submit certificate of authorization from principal manufacturing company
and self declaration in case Original Equipment Manufacture (OEM ) is bidding for tender
• No Visit Charges should be claimed by firm during warrenty period. • Supply should include installation and training.
Page 22 of 52
izi= ^v*&FB-IV
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S No Items / services
UNIT COST
Qty
Total cost ( all
inclusive )¼`½
Basic cost ¼`½
Taxes / levies / octroi etc
please specify ( inclusive if any
) ¼`½
Total unit cost ¼`½
1 Book Scanner ( Overhead) One
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/guarantee of----------------------- Years /Months shall apply to the offered goods. -------------------------Name
Designation and Signature of Bidder with official seal
Page 23 of 52
izi= ^d*&TB-V
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT
S No
Items / Works Requirement Qty
1 CCTV Bullet Camera
13
2 DVR 16 channel HDMI with Accessories One
Technical Bid
Details of CCTV Components and other Accessories with essential and additional terms and condtions: Submit documents in spport of components with specifications for items / works:
Specifications:
Bullet IR camera 1080 P high deification resolution at 25/30fps H264, MPJEG simultaneously built in 3’inch ’generation IR LED s provide clear image at low lux environments IR distance up to 50m wide dynamic range, true day /night with IR cut filter motion detection privacy masking, compatible with central management software, 12v ,DC/24V make - (HIK/Vision / Dahuha) with DVR 16 channel HDMI with Accessories
Addtional terms and conditions for technical bid:
• Normal commercial warranty/guarantee shall be applicable to the supplied goods • The registration number of the TIN number allotted by the Sales Tax Authorities must
be given ( enclosed necessary documents) • No Visit Charges should be claimed by firm during warrenty period. • Supply should include installation and training.
Page 24 of 52
izi= ^v*&FB-V
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S No
Items / services UNIT COST Qty Total cost ( all
inclusive )¼`½
Basic cost ( `)
Taxes / levies / octroi etc please
specify (inclusive if any )
¼`½
Total unit cost
¼`½
1 CCTV Bullet Camera (HIK/Vision / Dahuha)
` 13
2 DVR 16 Channel HDMI with Accessories
One
3 Hard Disc 4TB One 4 Power Supply One
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/guarantee of----------------------- Years /Months shall apply to the offered goods. -------------------------Name
Designation and Signature of Bidder with official seal
Page 25 of 52
izi= ^d*&TB-VI
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT
S No
Items / Works Requirement
Qty
1 E- resources( online elibrary/eBooks / Databases / e learning / audio video DVD/ journals access with user ID/Password and IP access
One
Technical Bid
Details of E-Resource Access in Agriculture and Allied Science with essential and additional terms and condtions. Submit documents in spport of items with details:
Specifications: E-resource includesonline subscription of Agriculture e library, ebooks, e learning ,Databases with user ID/Password and IP access and other Audio Video CD/ DVD etc.
Addtional terms and conditionsof technical bid:
• The registration with GOC membership or Associations in India ( enclose necessary documents)
• Submission of Consortia membership of Academic/public libraries with documented evidence and certification of Sole Supplier / Distributor in India.
• Enclose publisher rate copy /Original price proof be enclosed for e resource materials • Enclose offering discount for Instituional Membership as applicable in India • Onsite training for e resource materials. • E resource access will be for one year subscription.
Page 26 of 52
izi= ^v*&FB-VI
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S No
Items / services UNIT COST Qty Offering discounts for Instituional Membership
¼`½
Total cost ( all
inclusive ) ¼`½
Basic cost ¼`½
Taxes / levies / octroi etc
please specify ( inclusive if any
) ¼`½
Total unit cost ¼`½
1 E resources( eBooks / e library /Database ( Online access )
One
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercialwarranty/guarantee of----------------------- Years /Months shall apply to the offered goods. -------------------------Name
Designation and Signature of Bidder with official seal
Page 27 of 52
izi= ^d*&TB-VII
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
ITEMS / WORKS REQUIREMENT
S No
Items / Works Requirement / Specifications
Qty
1 Fire Extinguisher Five
Details of Fire Extinguisher with essential and additional terms and condtions. Submit documents in spport of components with specifications for items:
Specifications: Two/Four / Six Kg of Fire Extinguisher with Standard Make
Addtional terms and conditionsof technical bid:
• Normal commercial warranty/guarantee shall be applicable to the supplied goods. • Bidder shall submit certificate of authorization from principal manufacturing company
and self declaration in case Original Equipment Manufacture (OEM ) is bidding for tender
• No Visit Charges should be claimed by firm during warrenty period. • Supply should include installation and training.
Page 28 of 52
izi= ^v*&FB-VII
SRI KARAN NARENDRA AGRICULTURE UNIVERSITY: JOBNER
Financial Bid
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:
S No
Items / services UNIT COST Qty Total cost ( all
inclusive )¼`½
Basic cost ¼`½
Taxes / levies / octroi etc
please specify ( inclusive if any
) ¼`½
Total unit cost ¼`½
1 Fire Extinguisher 05
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/guarantee of----------------------- Years /Months shall apply to the offered goods. -------------------------Name
Designation and Signature of Bidder with official seal
Page 29 of 52
izi= ^[k*&TB-I
Repair and Maintenance without material (AMC) of approximately 152 Computers, 102 Printers, 41 Laptops and maintenance of 3 servers installed in SKNCOA, Jobner Campus and University Admin Block, SKNAU.The details are as follows:
S. No.
Name of the Office No. of
Computers (Desktops)
No. of Servers
No. of Laptops
No. of Printers Laser jet Printers
1 SKNAU University, Jobner 31 0 2 29
2 SKN College of Agriculture, Jobner
121 3 39 73
TOTAL 152 3 41 102
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The firm should be in existence for over 3 years in the trade with annual maintenance contracts worth more than average o f ` 40,000/- in each case per annum during the last 3 year sending on 31st March, 2015.
2. Audited balance sheet for last three financial years showing that the bidder has aver age minimum annual turnover of at least ` 10 Lakhs per annum.
3. The company preferably should have a previous maintenance contract for atleast two years with Government Departments/Public Undertaking/ AutonomousBody/ Corporate. The total annual value of which should not be less than ` 40,000/-. The company should furnish its down time statement of previous maintenance work in a Govt.Office /Public Undertaking/AutonomousBody/Corporate for the last two years.
4. Company must submit the satisfactory performance certificate against latest contract completed. This certificate must be issued from the orgainization/ department where bidder has provided the AMC services against Computer, Printers etc; with out this certificate the bid will be summarily rejected.
5. The firm must also have expertise and experience in LAN troubleshooting. The bidder should have executed satisfactorily minimum of one Annual Maintenance Contract of more than 100 Computers connected in LAN under Window/ Linux/ NTenvironment for at least two years consecutively A Performance Certificate to this effect fromat least one Govt.Deptt. /Public Sector Undertaking shall be furnished;
6. The company should produce copy of job orders pertaining to annual maintenance of computers and printers awarded in the immediate past;
7. List of Engineers to be deployed in Trust with thei rdetailed bio‐data showing their qualification, experience and mobile number.
8. Any information/date/credentials that the contractor or any of his employees may come to possess or know during the course of their work will not be disclosed to any one in any form and there levant portions of the official Secrets Act would be applicable;
9. The scope of work covers provision of technical staff in campus from 09:00 to 16:00 hrs on all working days and if required, on Saturdays and Sundays and also
Page 30 of 52
after 16:00 hrs on working days. Minimum one qualified service engineers in computer/ electronics /telecommunication engineering with an experience of not less than 3 years in computer hardware.
10. No Visit Charges should be claimed by firm in any manner during the AMC period. 11. The engineer(s) shall be required to report at least thrice a week on working days 12. The engineers deployed shall be responsible for preventive maintenance
with virus detection and corrective maintenance of the computers and peripherals under AMC and also maintenance of softwares. Quarterly report on this shall be produced to respective Officers/Sections of this Department, failing which appropriate penalty, by way of fine would be imposed.
13. The engineer will sign the attendance register of contractor on every visit with timing, kept in Internet Cell. Engineer deployed by the contractor shall work in coordination with Incharge, Internet Cell, SKNCOA, Jobner.
14. The firm has to keep all the equipment in working order. The added parts will be supplied by the office as and when required parts will be the property of the college.
15. In case the part(s) have to be replaced it should be changed at site. 16. If the representative of the firm does not visit the college /complete a visit satisfactorily,
then a penalty in the form of a deduction at the rate of 5% of the AMC of respective item from the tendered amount shall be done for the same.
17. If the equipment is required to be transported to the firm's/manufacture's service workshop for repairs, the same shall be undertaken at the risk and cost of the firm
18. The replacement of components shall be as per manufactures instructions and as per the decision of Head of Office/Department.
19. The firm shall have the required drivers (CDs or External HDDs) for maintaining the PCs and peripherals for configuring them.
20. The scope of software maintenance covers- Maintenance of all software already installed in the personal computers and peripheral and the software to be installed at later stage, Providing basic training on the use of PC to user, if required, loading/reformatting of software/discs with software likeWindows 2000,2003, XP, Vista,Windows7, Linux, Microsoft Office,software,Browserslike Internet Explorer, Chrome, Mozillaetc. And MailingSoftware likeOutlook Express, Anti‐ virus software, Data retrieval and installation/ removal of any other software purchased by the university from time to time. It also includes removal of virus andre‐installation of software, if corrupted. Support for users and troubleshooting of commercial software (Licensed) packages mentioned above. The rates quoted should also cover the maintenance of operating system, software installation, installation of patches, data recovery, pre-emptive actions against virus spread, detection/removal of virus, configuration of internet, configuration of applications (client/server), server and client applications, connection of computers to projector for presentation.
21. It shall be the responsibility of the firm to make all the Laptops, computers and peripherals work satisfactorily throughout the contract period and to hand over the systems in working condition to the Department after expiry of the contract. In case any damage is found, the firm is liable to rectify in even after the contract.
Page 31 of 52
izi= ^c*&FB-I
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S.N. Description Number Rate for one year per unit
(`)
Total Amount for one year
(`) 1. Personnel Computers
(Desktops) 152
2. Servers 03 3. Laser Printers 102
4. Laptop 41
5. Service Tax, if any
6. Work contract tax. If any
7. Any other charges, if any
TOTAL
GrosstotalCost: `-------------------- (in figures) ` --------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order .
-------------------------Name
Designation and Signature of Bidder with official seal
Page 32 of 52
izi= ^[k*&TB-II
Repair and Maintenance without material (AMC) & troubleshooting of AP Boxes (Indoor & Outdoor) & Sector Antenna (indoor unit &out door unit installed at approx. 25 buildings including college departments, boys hostels, girls hostels, Guest house and staff colony & University Admin Block, SKNAU) fifty in numbers and maintenance of the Guy mast systems and maintenance of point to point and multipoint networkingare as follows:
S.No.
Name of the Office No. of Buildings/Departments
No. of Outdoor Access Points &
Antennas 1 SKNAU University, Jobner 2 6 2 SKN College of Agriculture, Jobner 23 44
TOTAL 25 50
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The firm should be in existence for over 3 years in the trade with annual maintenance contracts worth more than `40,000/- in each case per annum during the last 3 years ending 31st March, 2015.
2. Audited balance sheet for last three years showing that the bidder has aver age minimum annual turn over of atleast `10 Lakh per annum.
3. The company preferably should have aprevious maintenance contract for atleast three years with Government Departments/ PublicUndertaking/ AutonomousBody/ Corporate the total annual value of which should not be less than ` 40,000/-. The company should furnish its down time statement of previous maintenance work in a Govt.Office / Public Undertaking/ AutonomousBody/ Corporate for the last three years.
4. Company must submit the satisfactory performance certificate against latest contract completed. This certificate must be issued from the organization/ department where bidder has provided the AMC services against Computer networking and troubleshooting.
5. The firm also must have expertise and experience in LAN troubleshooting. The bidder should have executed satisfactorily minimum of one Annual Maintenance Contract of more than 100 Computers connected in LAN under Window/ Linux/ NTenvironment for at least two years consecutively APerformance Certificate to this effect fromat least one Govt.Deptt. / Public Sector Undertaking shall be furnished.
6. List of Engineers to be deployed in Trust with their detailed bio‐data showing their qualification, experience and mobile number.
7. Any information/date/credentials that the contractor or any of his employees may come to possess or know during the course of their work will not be disclosed to any one inany formand there levant portions of the official Secrets Act would be applicable.
8. The scope of work covers provision of technical staff in campus from 09:00 to 16:00 hrs on all working days and if required, on Saturdays and Sundays and also after 16:00 hrs on working days. Minimum one qualified service engineers
Page 33 of 52
in computer/ electronics /telecommunication engineering with an experience of not less than 3 years in computer hardware.
9. The engineer(s) shall berequired to report at least Five days a week on working days
10. The engineers deployed shall be responsible for at least 90% uptime of overall network. He should frequently visit campus and hostels to check the availability of internet and web resources and should maintain a register to mark satisfactory working from the respective office/department.
11. The engineer will sign the attendance register of contractor on every visit with timing, kept in Internet Cell. Engineer deployed by the contractor shall work in coordination with Incharge, Internet Cell, SKNCOA, Jobner.
12. The firm has to keep all the equipment in working order. The added parts will be supplied by the office as and when required parts will be the property of the college.
13. The expansion of network, if any in the campus and university will be done by the firm without any extra charges.
14. No Visit Charges should be claimed by firm in any manner during the AMC period. 15. In case the part(s) have to be replaced it should be changed at site. 16. If the representative of the firm does not visit the college /complete a visit satisfactorily,
then a penalty in the form of a deduction at the rate of 5% from the tendered amount shall be done for the same.
17. If the firm is imposed penalty for the three successive visits, then both the earnest money and the security deposited shall be forfeited and the contract may be terminated. The final payment in such a case will be made after deducting the penalties.
18. If the equipment is required to be transported to the firm's/manufacture's service workshop for repairs, the same shall be undertaken at the risk and cost of the firm
19. The replacement of components shall be as per manufactures instructions and as per the decision of Head of Office/Department.
20. The firm shall have the required drivers (CDs or External HDDs) for maintaining the PCs and networking peripherals for configuring them.
21. It shall be the responsibility of the firm to make all the Aps(indoor & outdoor), sector/omni antennas & other networking devices work satisfactorily throughout the contract period and to hand over the systems in working condition to the Department after expiry of the contract. In case any damage is found, the firm is liable to rectify in even after the contract.
Page 34 of 52
izi= ^c*&FB-II
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S.N. Description Number Rate for one year per unit
(`)
Total Amount for one year
(`)
1. Access Points (Indoor & Outdoor)
50
2. LAN connection of desktops/laptops/network printers)
200
3. Management of networking devices & cabling
30
4. Service Tax, if any
5. Work contract tax. If any
6. Any other charges, if any
GRAND TOTAL
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order .
-------------------------Name
Designation and Signature of Bidder with official seal
Page 35 of 52
izi= ^[k*&TB-III
Supply, installation & configuration of the 1/3 Year Anti-Virus Professional – New Pack of 10, 1/3 Year Total Security Antivirus- New Pack of 10, 1/3 Year Total Security Server Edition Renewal are as follows:
S.No.
Name of the Item Pack Total Quantity
1 1/3 year Anti-Virus Professional – New Pack of 10 users 10x21=210
2 1/3 year Anti-Virus Total Security - New Pack of 10 users 10x1=10
3 1/3 year Anti-Virus Server Edition Renewal
2 2
GRAND TOTAL
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The firm should be in existence for over 3 years in the trade 2. Audited balance sheet for last three years showing at the bidder has ave ra ge minimum
annual turn over of at least ` 10 Lakhs per annum. 3. List of Engineer(s) to be deployed for installation showing their qualification, experience
and mobile number. 4. Product Data Sheet/Brochure must be attached. 5. TECHNICAL SPECIFICATIONS: Compliance Requirement Description must be
submitted by the bidder with technical bid in the following format
S. No. Description Compliance(Complied/Not Complied)
Remarks
Anti-Virus Professional 2016 1. Web Security 2. Email Security 3. Browser Sandbox 4. Firewall 5. Core Protection Like antivirus, antispyware,
antimalware
6. Anti-Key logger 7. Advanced DNA Scan 8. Flash Drive Protection 9. Safe Mode Protection 10. Silent Mode 11. Remote Device Management 12. Tracking Feature 13. Boot time Scan
Page 36 of 52
Total Security 2016
1. Web Security
2. Email Security
3. Browser Sandbox
4. Firewall
5. Core Protection Like antivirus, antispyware, antimalware
6. Anti-Key logger
7. Advanced DNA Scan
8. Flash Drive Protection
9. Safe Mode Protection
10. Silent Mode
11. Remote Device Management
12. Tracking Feature
13. Boot time Scan
14. Data theft Protection
15. Safe banking
16. Parental Control
17. Anti-Rootkit
18. Virtual keyboard
19. PC2 Mobile Scan
20. PC Tuner
21. Vulnerability Scan
Server Edition Antivirus
1. Optimized antivirus scanning engine
2. Virus Protection
3. Intrusion Detection and Prevention System (IDS / IPS)
4. Data Theft Protection
5. Email Protection
6. Antispam
7. Browsing Protection
8. Phishing Protection
9. USB Drive Protection
10. Auto run Protection
11. AntiSpyWare, Antimalware and AntiRootkit 12. Firewall
13. Remote Device Management (RDM)
Page 37 of 52
14. Vulnerability Scanner 6. The firm has to install all the anti-viruses in all the systems. The list of systems will be
provided by the Incharge, Internet Cell, SKNCOA. 7. The price quoted should be FOR Jobner and should include the installation charges. 8. No visit charges will be given to the firm. 9. The firm has to deliver the product within 15 days and install within 30 days from the
date of receipt of supply order 10. The office reserves the right to change the quantity as per its requirement at any stage.
Further the Office reserves the right to place order either of all the items or only some of above items. The supplier shall have no right to claim any compensation in such case.
Page 38 of 52
izi= ^c*&FB-III
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S.No.
(A)
Name of the Item Pack
Total Quantity
Price Per Box (10 users
each) ¼`½
Total Price
¼`½
1 3 year Anti-Virus Professional –
New Pack of 10 users 10x21=210
2 3 year Anti-Virus Total Security - New
Pack of 10 users 10x1=10
3 3 year Anti-Virus Server Edition Renewal
2 2
GRAND TOTAL
S.No.
(B)
Name of the Item Pack
Total Quantity
Price Per Box (10 users
each) ¼`½
Total Price
¼`½
1 1 year Anti-Virus Professional –
New Pack of 10 users 10x21=210
2 1 year Anti-Virus Total Security - New
Pack of 10 users 10x1=10
3 1 year Anti-Virus Server Edition Renewal
2 2
GRAND TOTAL
Note: The order shall be given to a single firm only GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract priceof `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order .
-------------------------Name
Designation and Signature of Bidder with official seal
Page 39 of 52
izi= ^[k*&TB-IV
Supply of One Year subscription of Unified Thread Management machine (100 live users) with at least features like :- Web and Application Filter, IPS, Gateway Anti-Virus, Gateway Anti-Spam, 24 x 7 online Support etc.are as follows:
S.No. Name of the Item License
1. One Year subscription of Unified Thread Management machine (100 live users)
1 year single license
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The Bidder should be an established Information Technology Private/Public company registered under Companies Act, 1956 or a registered firm. The company should have been in existence for more than 3 years as on date of opening of bid.
2. The bidder should be an authorized partner of the OEM. A copy of the agreement or Authorization certificate in this regard has to be enclosed. 3. The bidder should have successfully supplied and installed/maintained at least two 100i
or above products range of the OEM products in at least 2- PSU/Govt./Educational or any other organizations during last one-year. This should be duly supported by the Purchase Order/Work Order copies or any other associated documents.
4. The bidder should also submit work completion certificate/document issued by respective organization for the furnished Purchase Orders / Work Orders.
5. The bidder should have been a UTM supplier for past three years. 6. The Bidder should not be currently blacklisted or have been blacklisted with any
Government of India Agency/ PSU, any State Government department i. The bidder shall furnish a written declaration in this regards.
7. Audited balance sheet for last three years showing that the bidder has average minimum annual turnover of at least Rs. 10 Lakhs per annum
8. The company should produce the self‐attested photocopies of documents related to allocation of Registration Number, PAN number, service tax number, copy of job orders pertaining to annual maintenance of computers and printers awarded in the immediate past.
9. List of Engineer(s) to be deployed for installation showing their qualification, experience and mobile number.
10. Product Data Sheet/Brochure must be attached
11. TECHNICAL SPECIFICATIONS: Compliance Requirement Description must be submitted by the bidder with technical bid in the following format
S. No. Description Compliance(Complied
/Not Complied) Remarks
1. One Year subscription of Unified Thread Management machine (100 live users) with at least following features.
Page 40 of 52
2. Web and Application Filter 3. IPS 4. Gateway Anti-Virus 5. Gateway Anti-Spam 6. 24 X 7 Support
12. The subscription must be compatible with existing installed UTM. The firm must enquire about the product installed in the university
13. The price quoted should be FOR Jobner and should include the installation charges. 14. No visit charges will be given to the firm. 15. The firm has to deliver the product within 15 days and install within 20 days from the
date of receipt of supply order
Page 41 of 52
izi= ^c*&FB-IV
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S.No.
Name of the Item License Price (`)
1 One Year subscription of Unified Thread Management machine (100 live users)
1 year Single License
2 VAT, if applicable
3 Service Tax, if applicable
4 Any other Charges
TOTAL
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures)and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order .
-------------------------Name
Designation and Signature of Bidder with official seal
Page 42 of 52
izi= ^[k*&TB-V
Supply of 5.8 Ghz Receiver Access Point without external antenna, 5.8 Ghz long range Access Point with external antenna option, Sector Antennas, Omni directional Antennas, 2.4 Ghz long range Access Point with external antenna option, CAT-6 LAN cable with and without casing are as follows:
S. No. Name of the Item Quantity
1 5.8 Ghz long Range Wireless Access Point with external antenna option 2
2 5.8 Ghz long Range Wireless Access Point with internal antenna 3
3 2.4 Ghz long Range Wireless Access Point with external antenna option 3
4 2.4 Ghz 90 degree 27 dbi sector antenna with pictel cable 3
5 5.8 Ghz directional antenna (3 degree) 2
6 300 mtr STP CAT6 LAN Cable 300mtr
7 Casing for STP CAT6 Cable 100mtr
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The firm should be in existence for over 3 years in the trade 2. Audited balance sheet for last three years showing that the bidder has aver a ge minimum
annual turn over of at least ` 10 Lakhs per annum. 3. The bidder should be an authorized partner of the OEM. A copy of the agreement or
Authorization certificate in this regard has to be enclosed. 4. Income tax certificate for the last two years must be attached. 5. List of Engineer(s) to be deployed for installation showing their qualification, experience
eand mobile number. 6. Product Data Sheet/Brochure must be attached 7. TECHNICAL SPECIFICATIONS: Compliance Requirement Description must be
submitted by the bidder with technical bid in the following format:
S. No. Description Compliance(Complied/Not Complied)
Remarks
5.8 Ghz long Range Wireless Access Point with external antenna option 1. 300Mbps (5GHz) 2. 1x Internal 10dBi or higher 5GHz Panel
Antenna
3. External Antenna Option to connect Omni/sector/directional
4. 2x 10/100 LAN Ports 5. PoE 24V Proprietary 6. IP65 Waterproof design 7. 802.1x/WEP/WPA/WPA2 8. Operation modes : AP/CB/CR/WDS
Page 43 of 52
5.8 Ghz long Range Wireless Access Point with internal antenna 1. 300Mbps (5GHz) 2. 1x Internal 10dBi or higher 5GHz Panel
Antenna
3. 10/100 LAN Port(s) 4. PoE 24V Proprietary 5. IP65 Waterproof design 6. 802.1x/WEP/WPA/WPA2 7. Operation modes : AP/CB/CR/WDS
2.4 Ghz long Range Wireless Access Point with external antenna option 1. 300Mbps (2.4GHz) 2. 1x Internal 8dBi 2.4GHz Directional
Antenna (Dual Polarization)
3. 2x 10/100 LAN Ports 4. PoE 24V Proprietary; PoE Injector 5. IP65 Waterproof design 6. Operation modes : AP/CB/CR/WDS 7. 802.1x/WEP/WPA/WPA2
2.4 Ghz 90 degree 27 dbi sector antenna with pictel cable 1. 2.4 Ghz Sector Antenna 2. 90 Degree coverage 3. At least 27 dbi or higher 4. AP Socket in back 5. Direction Adjustable (Up/Down/left/right)
5.8 Ghz directional antenna (3 degree) 1. 5.8 Ghz Directional Antenna 2. 3 Degree coverage 3. At least 27 dbi or higher
CAT6 LAN Cable 1. CAT-6 LAN Cable 2. Shielded Twisted Pair (STP)
Casing for STP CAT6 Cable 1. Casing of LAN wire (without wire Rate)
8. The installation will be done by firm. 9. The price quoted should be FOR Jobner and should include the installation charges. 10. No visit charges will be given to the firm. 11. The firm has to deliver the product within 15 days and install within 20 days from the
date of receipt of supply order
Page 44 of 52
izi= ^c*&FB-V
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S. No. Name of the Item Quantity Price Per Unit (`)
Taxes, if any (`)
Total Price (`)
1 5.8 Ghz long Range Wireless Access Point with external antenna option
2
2 5.8 Ghz long Range Wireless Access Point with internal antenna
3
3 2.4 Ghz long Range Wireless Access Point with external antenna option
3
4 2.4 Ghz 90 degree 27 dbi sector antenna with pictel cable
3
5 5.8 Ghz directional antenna (3 degree) 2
6 300 mtr STP CAT6 LAN Cable 300mtr
7 Casing for STP CAT6 Cable 100mtr
GRAND TOTAL
Note: The order shall be given only to a single firm.
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial warranty/ guarantee of----------------------- Years /Months shall apply to the offered goods
-------------------------Name
Designation and Signature of Bidder with official seal
Page 45 of 52
izi= ^[k*&TB-VI
Repair of Guy Mast Tower (To lower the height of Tower & new cabling for support) as are follows:
S. No. Name of the Item 1. Repair of Guy Mast Tower (To lower the height of Tower & new cabling for
support)
ADDITIONAL TERMS AND CONDITIONS OF TECHNICAL BID
1. The Bidder should be an established Information Technology Private/Public company registered under Companies Act, 1956 or a registered firm. The company should have been in existence for more than 3 years as on date of opening of bid.
2. The Bidder should not be currently blacklisted or have been blacklisted with any Government of India Agency/ PSU, any State Government department. The bidder shall furnish a written declaration in this regards.
3. Audited balance sheet for last three years showing that the bidder has average minimum annual turnover of at least Rs. 5 Lakhs per annum
4. The company should produce copy of job orders pertaining to annual maintenance of computers and printers awarded in the immediate past.
5. List of Engineer(s) to be deployed for installation showing their qualification, experience and mobile number.
6. TECHNICAL SPECIFICATIONS: Compliance Requirement Description must be submitted by the bidder with technical bid in the following format
S.
No. Description Compliance(Complied/Not
Complied) Remarks
1. Tower Removing – Top 3 blocks removal 2. Rust Proof Coating 3. Color Paint 4. Hooks and Ropes re-fixing 5. Base Station Re-installation 6. LAN Cabling with conduit per meter
(without wire-wire will be provided)
7. Schedule of requirements: Repair of Guy Mast Tower (To lower the height of Tower &
new cabling for support) 8. The complete installation will be done by firm. 9. The price quoted should be FOR Jobner and should include the installation charges. 10. No visit charges will be given to the fir. 11. The firm has to do the work within 20 days from the date of receipt of supply order.
Page 46 of 52
izi= ^c*&FB-VI
FINANCIAL BID
The Price Bid Format is given below and Bidders are required to fill this up correctly with full details on their letter heads:
S. No. Description Price inclusive of Taxes(`)
1. Tower Removing – Top 3 blocks removal
2. Rust Proof Coating
3. Color Paint
4. Hooks and Ropes re-fixing
5. Base Station Re-installation
6. LAN Cabling with conduit per meter (without wire-wire will be provided)
GRAND TOTAL
Note: The order shall be given only to a single firm.
GrosstotalCost: `-------------------- (in figures) `--------------------------------------------------------(in words) We agree to supply the above goods/works/services in accordance with the technical specifications for a total contract price of `----------------------------(in figures) and `-----------------------------------------------------(in words) within the period specified in the NIT or work /purchase order . We also confirm that the normal commercial maintenance of----------------------- Years /Months shall apply to the offered goods
-------------------------Name
Designation and Signature of Bidder with official seal
Page 47 of 52
izi= &^l*
fufonknkrkvksa }kjk ?kks"k.kk
eSa@ge ?kks"k.kk djrk gwWa@djrs gSa fd eSaus@geus ftu ekyksa@ lkexzh@
midj.kksa@dk;ksZ ds fy, fufonk nh gS] mudk@muds@eSa@ge cksukQkbM fofuekZrk@Fkksd
foØsrk@ lksy forjd@izkf/kd`r Mhyj@Mhyj@lksy foØ;@foi.ku ,tsUV gw¡@gSaA
;fn ;g ?kks"k.kk vlR; ikbZ tk, rks fdlh Hkh vU; dkjZokbZ] tks dh tk
ldrh gS] ij izfrdwy izHkko Mkys fcuk] esjh@gekjh cksyh@dk;Z lEiknu
izfrHkwfr(Bid security/performance security) dks iw.kZ :i ls tCr ¼forfeit½ fd;k tk ldsxk rFkk fufonk dks] ftl lhek rd mls Lohdkj fd;k x;k gS] jí
fd;k tk ldsxkA
fufonknkrk ds gLrk{kj
Page 48 of 52
izi= &^n*
fufonknkrk }kjk ?kks"k.kk
eSa@ge ?kks"k.kk djrk gw¡@djrs gSa] fd geus ftu MkVk izfof"V dk;Z]MkVk
izfof"V dk;Z] dksgk lk¶Vos;j] vkj ,Q vkbZ Mh iz.kkyh] midj.k] Mhº;wehfMQk;j]
cqd Ldsuj] vfXu’kked ;a= ,oa iqLrdky; bZ&fjlksZlsl dEI;wVj ,oa lgk;d
midj.kks, dEI;wVj o ysiVkWi ,oa lgk;d midj.kks dk okf"kZd j[kj[kko vuqcU/k
(fcuk lkexzh) Jhd-u-d`̀- egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud
dk;kZy;)]tkscusj] ,]ih ckWDl] lsDVj ,afVuk ,oa lgk;d midj.k] iksbaV ls iksbaV
o eYVhiksbaV usVofdZax dk okf"kZd j[kj[kko vuqcU/k (fcuk lkexzh) Jhd-u-d`-̀
egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud dk;kZy;) tkscusj],aVhok;jl lkW¶Vos;j
¼,d@rhu o"kZ½ dh vkiwfrZ Jhd-u-d̀`-egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud
dk;kZy;)tkscusj];wVh,e midj.k ds lkW¶Vos;j dh okf"kZd lnL;rk dh vkiwfrZ] 5-
8]2-4Ghz,]ih ckWDl] lsDVj@vkseuh ,afVuk dh vkiwfrZ ,oa CAT-6 dscfyax dk dk;Z] baVjusV Vkoj ejEer dk;Zvkfn lkexzh @dk;ksZ dh vkiwfrZ dh tgk¡ dgh Hkh
vkiwfrZ dh gS] ml vkiwfrZ esa foxr 3 o"kksZ esa vkiwfrZ Sub-Standard gksus ds dkj.k gesa fdlh Hkh ljdkjh foHkkx@miØe @dEiuh }kjk CySdfyLV ugha fd;k
x;k gSA
ge ;g Hkh ?kks"k.kk djrs gS fd gesa fdlh Hkh U;k;ky; }kjk lkeku
iznk;xh esa dksbZ okn yfEcr ugha gS rFkk bl fo"k;kUrxZr gesa fdlh Hkh
U;k;ky; }kjk nf.Mr ugha fd;k x;k gSA
fufonknkrk ds gLrk{kj
Page 49 of 52
izi= & ^;*
Fall clause izek.k i=
eSa@ge ?kks"k.kk djrk gw¡@djrs gSa] fd geus ftu MkVk izfof"V dk;Z] MkVk
izfof"V dk;Z] dksgk lk¶Vos;j] vkj ,Q vkbZ Mh iz.kkyh] midj.k] Mhº;wehfMQk;j]
cqd Ldsuj] vfXu’kked ;a= ,oa iqLrdky; bZ&fjlksZlsl dEI;wVj ,oa lgk;d
midj.kks, dEI;wVj o ysiVkWi ,oa lgk;d midj.kks dk okf"kZd j[kj[kko vuqcU/k
(fcuk lkexzh) Jhd-u-d`̀- egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud
dk;kZy;)]tkscusj] ,]ih ckWDl] lsDVj ,afVuk ,oa lgk;d midj.k] iksbaV ls iksbaV
o eYVhiksbaV usVofdZax dk okf"kZd j[kj[kko vuqcU/k (fcuk lkexzh) Jhd-u-d`-̀
egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud dk;kZy;) tkscusj],aVhok;jl lkW¶Vos;j
¼,d@rhu o"kZ½ dh vkiwfrZ Jhd-u-d̀`-egkfo|ky; ,oa fo’ofo|ky; (iz’kklfud
dk;kZy;)tkscusj];wVh,e midj.k ds lkW¶Vos;j dh okf"kZd lnL;rk dh vkiwfrZ] 5-
8]2-4Ghz,]ih ckWDl] lsDVj@vkseuh ,afVuk dh vkiwfrZ ,oa CAT-6 dscfyax dk
dk;Z] baVjusV Vkoj ejEer dk;Z] vkiwfrZ/dk;Z dh gS] ml vkiwfrZ/dk;Z esa iz’uxr fufonk ds Øe esa vuqcU/k vof/k esa bl fufonk esa izLrqr njksa ls de njksa ij
fdlh Hkh foHkkx] fuxe] cksMZ vU; Lok;r’kk"kh laLFkk vkfn dks mijksDr
lkexzh@dk;ksZ dh vkiwfrZ dh tkrh gS rks rn~uqlkj gh fo’ofo|ky; ls de njksa
ij Hkqxrku izkIr djus ds fy, lgefr iznku djrk g¡wA
fufonknkrk ds gLrk{kj
Page 50 of 52
izi= ^j*
Affidavit (on non-judicial stamp paper of ` 10/-)
I……………………………………… S/o ………………………………. Aged…………… yrs, residing at ………………….. Proprietor/Partner/Director of M/s …………………………………. do hereby solemnly affirm and declare that (a) My/our above noted enterprise M/s …………………….. has been issued
acknowledgement of Entrepreneurial Memorandum Part-II by the District Industries Center………………..The acknowledgment No. is ………………….Dated ………………. and has been issued for manufacture of following items:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(b) My/our above noted acknowledgement of Entrepreneurial Memorandum Part-II has not been cancelled or withdrawn by the Industries Department and that the enterprise is regularly manufacturing the above items. (c) My/our enterprise is having all the requisite plant and machinery and is fully equipped to manufacture the above noted items.
Signature of proprietor /Director
Authorized Signatory with Rubber Stamp and date
Verification
I…………………… S/o ………………..Aged ……………… yrs residing at ……………………….. Proprietor / Partner/ Director of M/s ……………….. verify and confirm that the contents at (a), (b) and (c) above are true and correct to the best of my knowledge and nothing has been concealed there in. So help me God.
Deponent
Page 51 of 52
izi= ^y*
foÙkh; fooj.k
&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&
foÙkh; o"kZ vkWfMVsM cSysal 'khV ds vuqlkj VuZ vksoj
¼`½ &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&
2012&13 -----------------------------------------------------------------
2013&14 -----------------------------------------------------------------
2014&15 -----------------------------------------------------------------
;ksx ____________________________________ ____________________________________
vkSlr VuZ vksoj izfro"kZ --------------------------------------------
fufonknkrk ds gLrk{kj e;
eksgj ,oa fnukad
Page 52 of 52
izi= ^o*