TENDER FOR AMC OF IT INFRASTRUCTURE

Ref: 300000/IT/Tender/01/2020-21

UNITED INSURANCE CO. LTD REGIONAL OFFICE - INFORMATION TECHNOLOGY DEPARTMENT

2ND FLOOR, AL-NOOR COMPLEX, WAYAND ROAD, EAST , KOZHIKODE - 6730 06 CIN: U93090TN1938GOI000108

Ref: 300000/IT/Tender/01/2020-21 ------

Release Date of Tender 25/05/2020 Earnest Money Deposit (EMD) Rs. 50,000/- Last Date for queries 01/06/2020 – 11 AM Last Date of Tender submission 11/06/2020 – 11 AM

Address for Communication The Chief Regional Manager & 2nd Floor, Al-Noor Complex, Wayand Road, Submission of Bids East Nadakkav, Kozhikode - 673006 E-Mail ID for communication [email protected]

Important Notice

This document is the property of United India Insurance Company Ltd (UIIC). It should not be copied, distributed or recorded on any medium (electronic or otherwise) without UIICL’s written permission. Use of contents given in this document, even by the authorised personnel/agencies for any purpose other than that specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law. This tender document is not transferable.

Bidders are advised to study this tender document carefully. Submission of bid shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

The response to this tender should be full and complete in all respects. Incomplete or partial bids shall be rejected. The Bidder must quote for all the items asked for, in this tender.

The Bidder shall bear all costs associated with the preparation and submission of the bid, including cost of presentation and demonstration for the purposes of clarification of the bid, if so desired by UIICL. UIICL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

------Page 1 of 18

Ref: 300000/IT/Tender/01/2020-21 ------CONTENTS

1. ABOUT THE COMPANY ------3 2. INSTRUCTIONS / GUIDELINES TO BIDDERS ------3 3. THE TENDER OFFER ------3 4. EARNEST MONEY DEPOSIT (E.M.D) ------3 5. FORFEITURE OF E.M.D ------4 6. REFUND OF E.M.D ------4 7. THE COMPANY RESERVES THE RIGHT TO ------4 8. REJECTION OF TENDERS ------4 9. VALIDITY OF TENDERS ------4 10. FORMAT AND SIGNING OF BID ------4 11. GENERAL TERMS ------5 13. PRICE ------6 14. SECURITY DEPOSIT ------6 15. CONFIDENTIALITY ------6 16. INSOLVENCY ------6 18. SCOPE OF WORK ------7 19. MAINTANANCE PENALTY ------11 20. PAYMENT TERMS ------11 21. OBLIGATIONS OF THE COMPANY ------11 22. ENHANCEMENT / UPGRADE OF EQUIPMENT ------12 23. EXCLUSIONS ------12

Annexure 1 - Query Format------13 Annexure 2 - Statement of No Deviations ------14 Annexure 3 - No Blacklist Declaration ------15 Annexure 4 - Eligibility Criteria – Compliance Sheet ------16 Annexure 5 - Commercial Bid Format for Maintenance Charges ------17 Annexure 6 - Bid Submission Check List - for bidders ------18

Annexure 7 - List of Offices under UIIC's Regional Office Kozhikode Annexure 8 – Equipment List for Maintenance

------Page 2 of 18

Ref: 300000/IT/Tender/01/2020-21 ------1. ABOUT THE COMPANY United India Insurance Co. Ltd (UIIC) is a leading General Insurance Company wholly owned by Government of India with its Registered Office at 24, Whites Road, Chennai 600 014 and Head Office located at 19, Nungambakkam High Road, IV Lane, Chennai – 600 034. In addition, UIIC has 30 Regional Offices, 7 Large Corporate and Brokers Cells and 2000+ Operating Offices geographically spread throughout India and has over 16000 employees.

2. INSTRUCTIONS / GUIDELINES TO BIDDERS a. Sealed bids are invited on behalf of UIIC - Regional Office Kozhikode under two bids system (Eligibility Bid and Financial Bid) from reputed, well established and financially sound eligible bidders / IT companies in respect of Comprehensive maintenance of Desktop Computers, Servers, Laptops, Printers, Scanners, Projectors , Network Hubs / Switches and other Computer peripherals, at its various Offices, spread across the districts of Kasargod, , Wayanad, Kozhikode, , & within State as per the terms and condition mentioned herewith. b. The Tender offer should be submitted in one sealed envelope mentioning “OFFER FOR MAINTENANCE OF IT INFRASTRUCTURE” which should in turn contain TWO sealed covers super scribed as Cover ‘A’ & Cover ‘B’. c. Cover ‘A’ should contain the following: i. NEFT Details / Demand Draft towards the transfer of EMD amount ii. statement of no deviation as per Annexure 2. iii. No Blacklist Declaration as per Annexure 3. iv. duly filled eligibility criteria form as per Annexure 4 along with supporting documents for the eligibility from Bidders. d. Cover ‘B’ should contain the Commercial Offer.

3. THE TENDER OFFER a. The Tender Offer as indicated above shall be addressed to The Chief Regional Manager, and shall be submitted at United India Insurance Co. Ltd, Regional Office Kozhikode, 2nd Floor, Al-Noor Complex, Wayand Road, East Nadakkav, Kozhikode – 673006 on or before 11 AM; 11/06/2020. If the last date for submission of tenders happens to be a holiday due to some unforeseen circumstances, then the tender can be submitted by 11 AM on the next working day. b. Bidders shall send the NEFT details of EMD well in advance before the submission of bids through email. c. Cover ‘A’ would be opened by the Committee constituted by the Company in the presence of bidders who wish to be present at the address given above. d. Qualified Bidders in the eligibility bid, would be selected for opening Cover ‘B’. e. Bidders shall provide commercial quote strictly adhering to the format given in Annexure 4.

4. EARNEST MONEY DEPOSIT (E.M.D) a. The intending bidders should pay an Earnest Money Deposit of Rs. 50,000/- (Rupees fifty thousand Only). b. The E.M.D can be electronically credited to our Bank Account as given below: Beneficiary Name United India Insurance Company Ltd. IFSC Code INDB0000007 Account No ZUIICL300000 INDUS IND BANK, No.3, Village Road, Nungambakkam, Bank Details Chennai-600034

------Page 3 of 18

Ref: 300000/IT/Tender/01/2020-21 ------c. The EMD will not carry any interest. d. The electronic credit should be affected positively on the day prior to the tender submission date. e. if bidders wish to pay EMD through Demand Draft, the same may be drawn in favour of “United India Insurance Co. Ltd payable at Kozhikode”.

5. FORFEITURE OF E.M.D The EMD made by the bidder will be forfeited if: a. The bidder withdraws the tender after acceptance. b. The bidder withdraws the tender before the expiry of the validity period of the tender. c. The bidder violates any of the provisions of the terms and conditions of this tender specification. d. The successful bidder fails to furnish the required Performance Security within 21 days from the date of receipt of Purchase Order.

6. REFUND OF E.M.D a. EMD will be refunded to the successful bidder, only after executing the agreement and purchase order. b. In case of unsuccessful bidders, the EMD will be refunded to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract.

7. THE COMPANY RESERVES THE RIGHT TO a. Accept / Reject any of the Tenders. b. Add, Modify, Relax or waive any of the conditions stipulated in the tender specification wherever deemed necessary. c. Reject any or all the tenders without assigning any reason thereof. d. Cancel the purchase order to the successful bidder if the bidder fails to furnish the required Performance Security and counter signed agreement within 21 days from the date of receipt of Purchase Order.

8. REJECTION OF TENDERS The tender is liable to be rejected: a. If it is not in conformity with the instructions mentioned herein, b. If it is not accompanied by the requisite proof of tender document fee paid. c. If it is not accompanied by the requisite proof of EMD paid. d. If it is not properly signed by the bidder e. If it is received after the expiry of the due date and time, f. If it is evasive or in complete including non-furnishing the required documents. g. If it is quoted for period less than the validity of tender. h. If it is received from any blacklisted bidder or whose past experience is not satisfactory.

9. VALIDITY OF TENDERS Tenders should be valid for acceptance for a period of at least 60 (Sixty) days from the last date of tender submission. Offers with lesser validity period would be rejected.

10. FORMAT AND SIGNING OF BID a. Proposals submitted in response to this tender must be signed by (in all the pages) the Authorized signatory of the Bidder’s organization as. Power of Attorney or Letter of Authorization to be submitted in a suitable format.

------Page 4 of 18

Ref: 300000/IT/Tender/01/2020-21 ------b. The bid shall be in A4 size papers, numbered with index and neatly bind or filed accordingly. Each page in the bid shall be signed by the Bidder or a person duly authorized to bind the Bidder to the Contract. Each page of the bid shall be sealed by the Bidder’s official seal. c. Any interlineations, erasures or overwriting shall be valid only if the person signing the bid counter signs them. d. Bids should be spirally bound or fastened securely before submission. Bids submitted in loose sheets will be rejected as non-compliant. e. Bidders responding to this tender must comply with the format requirements given in various annexure of the tender, bids submitted in any other format/type will be treated as non-compliant and may be rejected.

11. GENERAL TERMS a. The consequent agreement with the successful Bidder shall be in force for a period of 1 year & 9 months from 01/07/2020. b. The successful bidder shall sign the agreement within 21 days from the date of receipt of purchase order. c. Any queries may be communicated through e-mail as per the queries format mentioned in Annexure 1 in .xls/.xlsx format and responses to queries will be only by return e-mail. d. The offer containing erasures or alterations will not be considered. There shall be no handwritten material, corrections or alterations in the offer. e. Addendum/Amendments/Corrigendum, if any, will be communicated through website or e-mail only. UIIC reserves the right to cancel the tender at any time without incurring any penalty or financial obligation to any bidder. f. UIIC is governed by provisions of the Public Procurement Policy for Micro and Small Enterprises (MSEs) as circulated by The Ministry of MSME, GoI. The policy details are available on the website www.dcmsme.gov.in g. These provisions shall be applicable to Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises (MSMEs). h. Such MSEs would be entitled for exemption from furnishing earnest money deposit (EMD). i. Agencies/ Bidders desirous of availing exemptions/ preference under above provisions should submit a copy of proof of Registration as MSEs/ and ownership of the same by SC/ST along with the tender/RFP. j. Bidders to note that, splitting of order would not be applicable in this tender.

12. CONTRACT / AGREEMENT a. The consequent contract/agreement between the Vendor and the Purchaser will be signed in accordance with all the terms and conditions mentioned in this tender document. b. The successful bidder has to furnish two copies of the contract/agreement in a Rs. 100/- stamp paper, with all the above terms and conditions mentioned including the commercials. The draft of the contract/agreement will be shared to the successful bidder along with the LOA. c. The successful bidder has to furnish the duly signed contract/agreement along with the security deposit/performance guarantee for UIIC’s counter signature within 21 days from the receipt of purchase order.

------Page 5 of 18

Ref: 300000/IT/Tender/01/2020-21 ------13. PRICE a. The bidders should quote only the base price. All applicable taxes/octroi will be paid as actuals. b. There shall be no escalation in the prices once the prices are fixed and agreed to by the Company and the bidders. But, any benefit arising out of any subsequent reduction in the prices due to reduction in duty & taxes after the prices are fixed and before the agreement should be passed on to the Purchaser /Company. c. All the items should be quoted in INR (Indian Rupees) only.

14. SECURITY DEPOSIT The successful bidder will have to furnish a security deposit to the tune of 10% of the total order value in the form of a Bank Guarantee for a period of 35 months obtained from a nationalised/scheduled bank for proper fulfilment of the contract.

15. CONFIDENTIALITY The bidder acknowledges that all material information which has or will come into its possession or knowledge in connection with this tender and subsequent agreement or performance thereof, consists of confidential and proprietary data, whose disclosure to or use by third parties will be cause loss to the Company. The bidder agrees to hold such material information in strict confidence, to release it only to employees requiring such information and not to disclose it to any other parties.

16. INSOLVENCY The Company may terminate the contract by giving written notice to the Vendor, if the Vendor becomes bankrupt or otherwise insolvent, provided that such termination will-not prejudice or affect any right of action or remedy which has accrued or will accrue.

17. ELIGIBILITY CRITERIA FOR BIDDERS Any bidders submitting the bids to UIIC against this Tender shall comply with the below Eligibility Criteria. The Eligibility Criteria Compliance Form as per Annexure 4 shall be submitted as a part of Cover A.

S# Criteria Documentary Proof Required The bidder should be a public/private Copy of the Certificate of a. Limited company and should be in existence Incorporation issued by Registrar of in India Companies The bidder should have an average turnover of at least Rs. 10 Crores for the last three b. financial year’s viz. 2016-17, 2017-18 and 2018-19. Audited financial statements The bidder should have made Net Profit after taxation in at least one year in the last three c. financial year’s viz. 2016-17, 2017-18 and 2018-19. The bidder should have valid PAN and GST Copies of PAN Card and GST d. Registration Number Registration certificate The bidder should have experience in maintaining LAN, Windows Machines, Copies of atleast three Purchase printers, network components and other e. Orders from the last financial year peripherals at reputed Public sector masking the order values. Undertakings / Central or State Govt Departments / Autonomous Institute /

------Page 6 of 18

Ref: 300000/IT/Tender/01/2020-21 ------Corporate Establishments spread across Kerala / South India Self-Declaration mentioning the The bidder should have a Service Center in f. service center addresses and contact Kozhikode, Kerala numbers The Bidder should have enough manpower Self-declaration listing Service (Service Engineers / Field Engineers) Engineers / Field Engineers including g. available with them to provide maintenance the Name, Mobile Number of the services to the offices mentioned in Engineers and the Area /offices Annexure 6 (Annexure I) which they are covering. The bidder should not be blacklisted/debarred by any Government h. Self-Declaration Departments, Agencies or Public Sector Undertakings in India

18. SCOPE OF WORK The maintenance period shall be in force from 01/07/2020 to 31/03/2022 and shall cover all those items as specified in the Annexure 8. List of offices with address is provided in Annexure 7. The hardware equipment stated in Annexure 8 shall be placed under maintenance in “AS AND WHERE IS BASIS”. It is further mutually agreed that the successful bidder will not insist upon the following from UIIC at the time of inception of the contract.  Pre-inspection of any hardware device placed under maintenance contract.  Repair / Replacement of any components / hardware device placed under maintenance contract thereof at any time during the contract period.

Detailed Scope of work is as follows:

a. General scope of work involving inventory collection and maintenance: i. Successful bidder has to do a detailed inventory of all equipment in all the offices and label them in the format “UIIC/OO_CODE/(PC/SRVR/Laptop)/ Running Sequence No.”. This activity has to be completed inventory within the first quarter from the receipt of Purchase Order. ii. Undertake preventive maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior of the equipment (using mechanical devices like vacuum cleaner, blower etc.) and necessary repairing of the equipment) once in every three months from the start of the contract. iii. Unscheduled on-call corrective and remedial maintenance services to set right the malfunctions of the system. This includes replacement of all unserviceable parts including Hard Disks, CD-Drives, Network Interface Cards, Mother Boards, Raid Controllers, Monitor / Display Panels, all electronic and plastic spares except those specifically excluded under this agreement, trouble-shooting for LANs including resolving LAN connectivity issues. iv. The following activities will be undertaken by the successful bidder:  Installation and Maintenance of operating system including OS upgrades.  Installation & updates of Drivers, Firmware, OS patches and hot fixes.  Installation of office suites and necessary updates.  Installation of Oracle RDBMS and Developer 2000 and attendant configurations.  Installation of CDMS Suite (Anti Virus, Patch Management Tool, Encryption and DLP tools) whenever a system is formatted or as and when required.  Data back-up and recovery

------Page 7 of 18

Ref: 300000/IT/Tender/01/2020-21 ------ Configuration of internet, proxy server, FTP Server & Web Servers at Regional Office Kozhikode  Configuration of applications (client/server)  Installation of hardware and accessories  Installation of any other software as called for by the company from time to time v. The successful bidder shall not sub-contract or permit any third party other than their own personnel to perform any work or service or other performance required of them under this agreement without the prior consent of the company. vi. All repairs and maintenance service shall be performed by qualified and authorized personnel familiar with such tasks. The successful bidder should ensure that enough stock of basic items like keyboard, mouse, monitor, RAM, HDD, SMPS, Network Cards, Adapters Cables are maintained at UIIC’s Regional Office Kozhikode. vii. The successful bidder shall provide maintenance services at UIIC’s Offices through qualified, experienced and competent engineers. Service engineer / Field engineers should be well conversant with the latest trends in trouble shooting of computing equipment. viii. In addition to the above, the successful bidder is required to provide Level 1 support for the systems 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 Supplier. The successful bidder shall closely follow up of such cases with the supplier until closure. ix. The successful bidder shall be extending necessary assistance in maintaining the inventory, shifting and reinstallation of all the equipment. The company may relocate the system and keep the same informed. In case of relocation of equipment, transport and other incidental charges will be borne by company.

b. LAN maintenance and cabling: i. Any civil works relating to the completion of the LAN cabling requirements (like drilling through floor and walls) shall be carried out by the successful bidder without any additional charges after seeking the necessary approvals from UIIC officials. (This will not include any carpentry or tasks with similar nature). ii. The successful bidder should ensure that day-to-day functioning of office work, existing network setup and connectivity should not get disrupted during the process of such installation. iii. Any damage to the interiors during process of installation of LAN would have to be made good at no extra cost to the UIIC. Hanging cables and untidy cable management should be avoided. iv. No charges for crimping tools, fixing tools, testing tools or any other tools (to be used by the successful bidder for installation of the LAN) would be paid by UIIC. UIIC will not provide any tools. v. LAN Cabling will be done through separate PVC Conduits/ Casing-Caping with the walls / false ceiling. Neither OFC nor UTP should be laid open. vi. The successful bidder shall follow the cable laying standards (TIA/ EIA 586.C standards) to ensure proper separation from power lines, bending radius, etc. vii. The successful bidder shall install the racks with proper procedures for grounding and carry out labelling as per the labelling scheme Approved by UIIC. The Information Outlets/Patch Cord/face plate/Patch Panels and UTP cables should be labelled with colour codes. Cable dressing should be done with cable ties and velcro ties.

------Page 8 of 18

Ref: 300000/IT/Tender/01/2020-21 ------c. Spares and repairs: i. If the machines covered under this agreement are not attended for repair or problems are not rectified within the time frame stipulated, such defective machines would be repaired by some third party and the amount spent for such repairs would be billed to the successful bidder and the same shall be in addition to the penalty imposed. ii. Replacement of parts will be at the successful bidder’s cost with original spares of the brand /make of the computer and peripherals as far as possible. In the event of non-availability of the spare parts, functionally and technically equivalent or higher configuration components should be substituted with the company’s consent. Similarly, in the case of major fault necessitating the equipment to be taken to successful bidder’s office / factory for maintenance, STANDBY equipment of similar or higher capacity in good working condition has to be provided at no extra cost. The cost of the transportation of any defective item for repairs shall be borne by the successful bidder. iii. The successful bidder should maintain adequate stock of all components at UIIC’s Regional Office premises as well as at the bidder’s Office to attend to service calls immediately. A standby equipment of similar or higher capacity must be provided, if the equipment is expected to be down for more than 72 hours (3 business days). iv. For each 100 nos. of desktop computers 2 nos. of desktop computers as standby shall always be maintained. v. For each 50 nos. of laptop 2 nos. of laptop computers as standby shall always be maintained. vi. For each 50 nos. of printers, 3 nos. of printers as standby shall always be maintained. vii. The successful bidder shall replace any parts of the hardware on failure with hardware parts having similar or equivalent functional capabilities. viii. Parts required for the maintenance of the equipment and / or correction of faults will be supplied at no extra cost to the company. ix. Faulty parts removed from the system belong to successful bidder. However, the company can retain the same and use at its own sole discretion to maintain the equipment subject to the payment of its value to the vendor.

d. Reports and statements: i. The successful bidder shall submit consolidated statement (soft copy as well as hard copy) furnishing the details of service calls, its status (registered/closed/pending) along with the Invoice on quarterly basis for maintenance charges payment for that particular quarter. Each such service call has to be supported by service report signed by the bidder’s attending engineer and UIIC employee at the respective office. Such report shall also be maintained in the form of a register by the Resident Engineer stationed at UIIC’s Regional Office Kozhikode. ii. Maintain a tidy list of IP addresses of all users/desktops & all network devices at UIIC's Regional Office Kozhikode and Offices under it. iii. Minimum information that should be available in such consolidated statement are:  Call Number  Call Status  Hardware Type  Office Code  Office Name  Call registered date  Call registered time

------Page 9 of 18

Ref: 300000/IT/Tender/01/2020-21 ------ Call attended date  Call attended time  Call closed date  Call closed time  Nature of problem  Rectification type (repair / replacement / standby)  Engineer Name with Contact No iv. The successful bidder should hand over the systems in good working condition to the company after expiry of the maintenance period. In case any damage is found at the time of handing over, the vendor is liable to rectify it even after the contract period. v. UIIC shall keep a manual record/register for the nature of equipment failures, date and time of booking the complaint at Regional Office, the total down time, etc. This record shall be maintained by the Resident Engineer posted by the successful bidder at UIIC - Regional Office Kozhikode.

e. Resident Engineer & Field Support: i. The successful bidder shall provide a minimum of one resident engineer at UIIC’s Regional Office on all working days (Monday to Friday). Working hours during working days would be 9.30am to 6pm. However, the number of resident engineers have to be increased by the successful bidder in case there is additional workload. The engineer(s) may have to work on Saturdays/Sundays/Holidays and after office hours, if necessary. ii. Resident Engineer shall be on Bidder's own payroll. iii. Resident engineer should be qualified and conversant with computing and networking systems in both hardware and software and should also have good troubleshooting skills. The engineer should have at least 3 years of experience in similar projects. The resident engineer may have to sign the attendance register kept in UIIC's Regional Office Kozhikode. iv. If a resident engineer is on leave, suitable replacement has to be provided during the period of such leaves. v. The successful Bidder shall provide any other expert engineer on case to case basis as may be required, for assistance to on site hardware engineers, in case the latter are not able to intervene and solve some complaints. vi. Resident engineer will not be normally deputed for any outside calls except at designated offices. Alternative arrangements (field engineers) will have to be made for servicing calls received from Operating Offices. vii. Resident engineer shall act as help desk for and attend to any LAN port and local network related issues. Install /Co-ordinate with the support team for any new port installation and other LAN issues. Preparation of BOQ (Bill of Quantity) for new installation if required. viii. Co-ordinate with and assist other third party support teams (like Network Helpdesk, Printer Help Desk, etc.). ix. Maintain a tidy list of IP addresses of all users/desktops & all network devices at Offices under UIIC's Regional Office Kozhikode. x. Resident Engineer(s) shall be appointed within two weeks from the date of Purchase Order. xi. Field Support - Successful Bidder shall provide maintenance services through qualified, experienced and competent engineers. Service engineer / Field engineer should be well conversant with the latest trends in trouble shooting of computing/networking equipment.

------Page 10 of 18

Ref: 300000/IT/Tender/01/2020-21 ------19. MAINTANANCE PENALTY

MTTR1 Mean time to Respond MTTR2 Mean time to Resolve Offices in Category 1 Offices within city limits and RO location Offices in Category 2 All other offices other than the ones in Category 1

a. The successful Bidder shall attend to on-call services within 4 hours of lodging of the complaint for offices within city limits (offices located at Regional Office Locations and Urban Agglomeration if any) and within 8 hours in respect of all other offices. b. The successful Bidder shall resolve all logged cases within 72 hours of lodging of the complaint irrespective of location.

MTTR1 for Category 1 Offices 4 hours MTTR1 for Category 2 Offices 8 hours MTTR2 for all locations 72 hours (3 business days)

c. If successful bidder is not able to close the call within the above-stipulated time a stand by system of similar or higher capacity in good working condition should be provided, failing which penalty would be levied as under. d. If successful bidder is not able to close the call within the above-stipulated time a stand by system of similar or higher capacity in good working condition should be provided, failing which penalty would be levied as under.

S# Item Penalty i. Desktop/Laptop Computers Rs. 250/- per business day ii. Printer/Scanner/Projector Rs. 250/- per business day iii. Server Rs. 500/- per business day iv. Networking equipment Rs. 750/- per business day v. Absence of Resident Engineer Rs. 1000/- per business day Penalty against absence of Resident Engineer shall be waived if alternate resource is provided The above penalty not exceeding 25% of the maintenance cost per year for the affected unit In addition to the above 10% of the quarterly payment shall be levied against failure to execute preventive maintenance.

20. PAYMENT TERMS a. The successful bidder may raise invoices along with service call reports at the end of every quarter. b. Payments shall be released by UIIC in arrears at the end of each quarter. c. Other charges, if any, would be paid upon completion of the relevant activity and submission of the work completion report signed by the authorized official. d. Taxes shall be paid in actuals

21. OBLIGATIONS OF THE COMPANY a. The company shall pay Annual Maintenance Charges as mentioned in this agreement for the equipment specified in the Annexure 8. The maintenance charges are payable at the end of each quarter. The company shall effect payments of the maintenance charges after completion of 15 days from the date of receipt of invoice and all documents as stipulated in various paragraphs/ clauses herein.

------Page 11 of 18

Ref: 300000/IT/Tender/01/2020-21 ------b. The company shall use enterprise grade UPS for ensuring stabilized power supply in all Offices covered under this scope c. The company shall provide a work desk along with Desktop or Laptop for the resident engineer. d. The company would ensure that rats, insects etc., do not invade the site and damage the systems especially cables etc.

22. ENHANCEMENT / UPGRADE OF EQUIPMENT The company shall have the right to make changes or attachments to the equipment provided that such changes or attachments do not prevent proper maintenance from being performed. All engineering changes generally adopted hereafter by the vendor for equipment similar to that covered by this agreement shall be made at no cost to the company. The actual quantity of equipment covered under the maintenance contract may be increased or decreased by mutual written consent of both parties provided always that such consent is not unreasonably withheld. In the event that the quantity is increased the successful bidder is entitled for corresponding maintenance charges on pro-rata basis.

23. EXCLUSIONS This maintenance agreement does not include: a. Electrical work (except LAN Cabling & Labelling work) external to the equipment or maintenance of accessories, attachments, machines or other devices not covered under this agreement. b. Damage resulting from accidents, fire, lightning or transportation. The cost of repairs or replacements due to these factors will include charges for labour as well as charges for parts, which is payable to the successful bidder apart from maintenance charges. c. Work due to alterations in the equipment by persons other than successful bidder’s personnel (except for minor rectification by UIIC in house systems engineer after intimating the successful bidder). d. Any work external to the equipment such as maintenance of equipment/ accessories that are not covered under the maintenance contract. e. Plastic parts, teflon sheet, printer maintenance kits and printer heads shall not be covered under the maintenance contract. f. Projector lamps and scanner lamps shall be not covered under the maintenance contract. g. The system maintenance does not include the cost of consumables like ribbons, magnetic tapes, Inkjet Cartridges, CD/DVD, external storage devices, laptop battery and battery used for real time clock. h. Toner cartridges and fuser assembly in case of laser printers shall be treated as consumable.

------Page 12 of 18

Ref: 300000/IT/Tender/01/2020-21 ------

Annexure 1 - Query Format

Query# Page # Clause # Existing Clause in Modification/Suggestion Remarks Tender Requested

------Page 13 of 18

Ref: 300000/IT/Tender/01/2020-21 ------

Annexure 2 - Statement of No Deviations (to be submitted on Bidder’s letter head)

Ref. No: Date:

To The Chief Regional Manager, United India Insurance Co. Ltd, Regional Office - Kozhikode 2nd Floor, Al-Noor Complex, Wayanad Road, East Nadakkav Kozhikode – 673 006

Re: Your Tender Ref: 300000/IT/Tender/01/2020-21

Sir,

There are no deviations (null deviations) from the terms and conditions of the tender. All the terms and conditions of the tender are acceptable to us.

Yours faithfully, (signature of Bidder’s authorized official with seal)

------Page 14 of 18

Ref: 300000/IT/Tender/01/2020-21 ------

Annexure 3 - No Blacklist Declaration (to be submitted on Bidder’s letter head)

Ref. No: Date:

To The Chief Regional Manager, United India Insurance Co. Ltd, Regional Office - Kozhikode 2nd Floor, Al-Noor Complex, Wayanad Road, East Nadakkav Kozhikode – 673 006

Re: Your Tender Ref: 300000/IT/Tender/01/2020-21

Sir,

We do hereby declare and affirm that we have not been blacklisted by Central / any State Government / PSU’s or any regulatory bodies as on the date of bid submission.

Yours faithfully, (signature of Bidder’s authorized official with seal)

------Page 15 of 18

Ref: 300000/IT/Tender/01/2020-21 ------Annexure 4 - Eligibility Criteria – Compliance Sheet (to be submitted on Bidder’s letter head)

Documentary Proof S# Criteria Yes/No Remarks Required The bidder should be a Copy of the Certificate public/private Limited a. of Incorporation issued by company and should be in Registrar of Companies existence in India The bidder should have an average turnover of at least Rs. 10 Crores for the b. last three financial year’s viz. 2016-17, 2017-18 and 2018-19. Audited financial The bidder should have statements made Net Profit after taxation in at least one c. year in the last three financial year’s viz. 2016- 17, 2017-18 and 2018-19. The bidder should have Copies of PAN Card & GST d. Should have valid PAN and Registration certificate GST Registration Number The bidder should have experience in maintaining LAN, Windows Machines, printers, network components and other Copies of atleast three peripherals at reputed Purchase Orders from the e. Public sector Undertakings last financial year masking / Central or State Govt the order values. Departments / Autonomous Institute / Corporate Establishments spread across Kerala / South India Self-Declaration The bidder should have a mentioning the service f. Service Center in center addresses and Kozhikode, Kerala contact numbers The Bidder should have Self-declaration listing enough manpower (Service Service Engineers / Field Engineers / Field Engineers including the Engineers) available with g. Name, Mobile Number of them to provide the the Engineers and the Area maintenance service to /offices (Annexure I) the offices mentioned in which they are covering. Annexure 6 The bidder should not be blacklisted/debarred by any Government h. Self-Declaration Departments, Agencies or Public Sector Undertakings in India

(signature of Bidder’s authorized official with seal)

------Page 16 of 18

Ref: 300000/IT/Tender/01/2020-21 ------Annexure 5 - Commercial Bid Format for Maintenance Charges {all amounts should be in INR} (to be submitted on Bidder’s letter head)

S# Item Description Qty Annual price per unit (Rs.) Total 1 SERVER 50 2 DESKTOP PC 196 3 LAPTOP 28 4 LASER PRINTER 1 5 INKJET PRINTER 1 6 LCD PROJECTOR 1 7 SCANNER 1 8 NETWORK ROUTER 5 9 NETWORK SWITCH 5 10 RESIDENT ENGINEER 1 TOTAL (Excluding GST) *(Taxes extra as applicable)

(signature of Bidder’s authorized official with seal)

------Page 17 of 18

Ref: 300000/IT/Tender/01/2020-21 ------Annexure 6 - Bid Submission Check List - for bidders (to be submitted on Bidder’s letter head)

S# Document Attached (Yes/No) Page#

COVER - A

1. Covering Letter 2. Bid Submission Check List for Cover A // Index 3. EMD Remittance Details Power of Attorney or Letter of Authorization for Authorized 4. Signatory (in suitable format) 5. Statement of No Deviations as per Annexure 2 6. No Blacklist Declaration as per Annexure 3 7. Eligibility Criteria Form as per Annexure 4 (with supporting documents)

COVER - B

1. Covering Letter 2. Commercial Bid as per Annexure 5

------Page 18 of 18

ANNEXURE - 7 | UNITED INDIA INSURANCE CO. LTD - REGIONAL OFFICE KOZHIKODE - OFFICE LIST FOR IT INFRASTRUCTURE - MAINTENANCE OFFICE ADDRESS S# NEW OFFICE CODE OFFICE NAME OFFICE TYPE Floor#Building Name Street Area/Locality District State/UTPIN Code 1 300000 RO KOZHIKODE RO 2 AL-NOOR COMPLEX WAYANAD ROAD EAST NADAKKAV KOZHIKODE Kerala 673006 2300093 TP HUB THRISSUR HUB 2 PARK HOUSE ROUND NORTH THRISSUR Kerala 680001 3 300100 DO KASARGOD DO TIGER HILLS COMPLEX MUNICIPAL OFFICE ROAD MG ROAD KASARGOD Kerala 671121 4 300101 BO BO 2 NITHYANANDA BUILDING MAIN ROAD KANHANGAD KASARGOD Kerala 671315 5 300102 BO BO 0 NILESHWAR SERVICE CO-OPERATIVE BANK BUILDING NH ROAD NILESHWARAM KASARGOD Kerala 671314 6 300181 MO MANJESWAR MO 1 HILL SIDE COMMERCIAL COMPLEX MP-VII/65 HOSANGADI MANJESHWARAM KASARGOD Kerala 671323 7300200 DO KANNUR DO 2 SADHOO BUILDING FORT ROAD KANNUR Kerala 670001 8 300201 BO PAYYANNUR BO 2 SHENOYS BUILDING TEMPLE ROAD, SOUTH BAZAR PAYYANNUR KANNUR Kerala 670307 9 300202 BO CHOVVA BO 2 FASHION TOWER FASHION TOWER, NH ROAD CALTEX JUNCTION KANNUR Kerala 670002 10300281 MO PAPPINISSERRY MO 10/406 OPP. RC CHURCH, NATIONAL HIGHWAY PAPPINISSERY KANNUR Kerala 670561 11300282 MO PUZHATHI MO 6/421 N3 6/421 KUNHIPALLY PUZHATHI KANNUR Kerala 670005 12300283 MO KADACHIRA MO KP III 507H NEAR LIC MINI OFFICE, DOCTOR MUKKU KADACHIRA KANNUR Kerala 670621 13300284 MO ELAYAVOOR MO VIJAYA SQUARE BUILDING THEKKILA PEEDIKA ELAYAVUR KANNUR Kerala 670018 14300285 MO AZHIKODE SOUTH MO VANKULATH VAYAL AZHIKODE SOUTH KANNUR Kerala 670009 15300300 DO DO 1 MASHER COMPLEX MUKUND JN THALASSERY KANNUR Kerala 670101 16300381 MO MO 1 KCP 13-256-B(2) THALASSERY COORG ROAD, PAYANJERI MUKKU IRITTY KANNUR Kerala 670703 17300382 MO ANCHARAKANDY MO 1 THAVAKKAL COMPLEX CHALOD ROAD ANJARAKANDY KANNUR Kerala 670612 18300383 MO PINARAYI MO 1 NEAR BHARATH GAS AGENCY PINARAYI KANNUR Kerala 670741 19300384 MO ERANHOLI MO 1 AMRITHA BUILDING NEAR ERANHALI BRIDGE, TC ROAD ERANHOLI KANNUR Kerala 670107 20300385 MO MO 1 SHALIMAR COMPLEX KULAM BAZAR MUZHAPPILANGAD KANNUR Kerala 670662 21300400 DO 1 CALICUT DO 2 MANUELSON BUILDING GH ROAD CALICUT Kerala 673002 22300401 BO BADAGARA BO 2 ROYAL CITY COMPLEX NEAR TOWN HALL, CONVENT ROAD CALICUT Kerala 673101 23300402 BO 1 CALICUT BO 2 RAMEEZ ARCADE CHEROOTY ROAD NEAR CH FLY OVER CALICUT Kerala 673001 24300403 BO BO 1 MAHARANI SHOPPING COMPLEX KARADI THAMARASSERY CALICUT Kerala 673573 25 300404 BO BO Thachorakkal Building, Opp. IIMK Main Gate WAYANAD ROAD KUNNAMANGALAM CALICUT Kerala 673571 26300481 MO MO 1 MJAC SHOPPING CENTRE - 1244 A/24 THALASSERY ROAD NADAPURAM CALICUT Kerala 673504 27300482 MO MO KADOOR BUILDING NEAR POOVANNUR PALLI RAMANATTUKARA CALICUT Kerala 673002 28300483 MO VILLAIPALLY MO OT BUILDING - VP 3/555 MAIN ROAD, VADAKARA CALICUT Kerala 673542 29300500 DO 2 CALICUT DO 4 HOLIDAY CITY CENTER BANK ROAD ROAD JN CALICUT Kerala 673001 30300501 BO BO 1 ARCADE BUILDING NEAR NEW BUS STAND KALPETTA WAYANAD Kerala 673121 31300502 BO SULTHANS BATHERY BO 2 NOORNAL BUILDING ROAD SULTHANS BATHERYWAYANAD Kerala 673592 32300581 MO KOILANDI MO 2 HAPPY TOWERS EAST ROAD KOYILANDI CALICUT Kerala 673305 33300582 MO MAVOOR MO FABITHA COMPLEX MANANTHALAKKADAVU ROAD MAVOOR CALICUT Kerala 673661 34300583 MO MO 3 VINAYAKA SHOPPING COMPLEX OPP. SEETHA DEVI TEMPLE PULPALLY WAYANAD Kerala 673579 35300600 DO DO 1 PARAPURATH SHOPPING COMPLEX THAZHEPALA TIRUR MALAPPURAMKerala 676101 36300601 BO BO 1 AMBADI BUILDING - WESTERN WING CV JUNCTION PONNANI MALAPPURAMKerala 679577 37300681 MO CHEMMAD MO KVS COMPLEX CHEMMAD PO MALAPPURAMKerala 676306 38300682 MO VALANCHERRY MO 1 PEEVEES BUILDING KUTTIPURAM ROAD VALANCHERRY MALAPPURAMKerala 676552 39300700 DO DO 2 ARAFA BUILDING COURT ROAD MANJERI MALAPPURAMKerala 676121 40300701 BO MALAPPURAM BO 1 KILIAMANNIL PLAZA MANJERI ROAD MALAPPURAMKerala 676505 ANNEXURE - 7 | UNITED INDIA INSURANCE CO. LTD - REGIONAL OFFICE KOZHIKODE - OFFICE LIST FOR IT INFRASTRUCTURE - MAINTENANCE OFFICE ADDRESS S# NEW OFFICE CODE OFFICE NAME OFFICE TYPE Floor#Building Name Street Area/Locality District State/UTPIN Code 41300702 BO BO 2 PEECHI COMPLEX CALICUT ROAD PERINTHALMANNA MALAPPURAMKerala 679322 42300703 BO BO 2 A M BUILDING HOSPITAL ROAD, CHETTIYANGADI NILAMBUR MALAPPURAMKerala 679329 43300781 MO MO 2 CITY CENTRE KP III/1093 BY-PASS ROAD KONDOTTY MALAPPURAMKerala 673638 44300800 DO PALAKKAD DO 3 MALABAR FORT PB. No. 92 GB ROAD PALAKKAD Kerala 678001 45300801 BO PALAKKAD (PLI) BO 2 SOORYA COMPLEX Mission High School Jn TB ROAD PALAKKAD Kerala 678014 46300802 BO BO 1 FAIZEL BUILDING MAIN ROAD OTTAPALAM PALAKKAD Kerala 679101 47300803 BO BO 2 IG TOWERS NEAR BUS STAND NEMMARA PALAKKAD Kerala 678508 48 300805 BO BO HAYATH COMPLEX HAYATH COMPLEX, XI-927 NEAR PATTAMBI POLICE STATION MELE PATTAMBI PALAKKAD Kerala 679303 49300900 DO1 THRISSUR DO 2 PARK HOUSE ROUND NORTH THRISSUR Kerala 680001 50300901 BO AMBALLOOR BO 2 KOODALI ARCADE - IV/108 E2 AMBALLUR THRISSUR Kerala 680302 51300981 MO VADAKANCHERRY MO M/S.AYYAPPA COMPLEX - DOOR NO.XIV/673 MAIN ROAD WADAKKANCHERY THRISSUR Kerala 680582 52300983 MO PUDUKKAD MO 2 PULIKKAN HYPER BAZAR - VII/320 - D/48 PUDUKKAD THRISSUR Kerala 680301 53300984 MO KUDUNGALLUR MO 1 SREE KUMARA SAMAJAM BUILDING WEST NADA THRISSUR Kerala 680664 54301000 DO 2 THRISSUR DO 1 TRICHUR TRADE CENTRE KURUPPAM ROAD THRISSUR Kerala 680001 55301001 BO BO ORISON COMPLEX WADAKANCHERRY ROAD KUNNAMKULAM THRISSUR Kerala 680503 56301002 BO GURUVAYOOR BO 1 II/655 POST BOX 13, EAST NADA THRISSUR Kerala 680101 57301081 MO AVINISSERRY MO MARY COMPLEX PALAKKAL ROAD ANAKKALLU THRISSUR Kerala 680306 58301082 MO CHEVVOOR MO JJ COMPLEX CHEVOOR THRISSUR Kerala 680001 59301083 MO OLARIKKARA MO 1 EASY TOWER OLARIKKARA PO PULLAZHI THRISSUR Kerala 680012 60301100 DO MANNARKAD DO 1 D - BLOCK, PAZHERI PALAZA KODATHIPPADI MANNARKAD PALAKKAD Kerala 678582 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - SERVERS S# OFFICE CODEOFFICE OEM 1 300100 DO KASARGOD WIPRO 2 300101 BO KANHANGAD HCL 3 300102 BO NILESWAR (wipro)Dell Power T 110 II 4 300181 MO (wipro)Dell Power T 110 II 5 300200 DO KANNUR HCL 6 300201 BO PAYYANNUR HCL 7 300202 BO CHOVVA HCL 8 300281 MO PAPPINISSERY Wipro 9 300300 DO THALASSERY HCL 10 300381 MO IRITTY Wipro 11 300382 MO ANCHARAKANDY WIPRO 12 300383 MO Pinarayi WIPRO 13 300400 DO 1 CALICUT WIPRO 14 300403 BO KUNNAMKULAM HCL 15 300404 BO KUNNAMANGALAM (wipro)Dell Power T 110 II 16 300404 BO THAMARASSERY HCL 17 300481 MO NADAPURAM (wipro)Dell Power T 110 II 18 300482 MO RAMANATTUKKARA WIPRO 19 300483 MO VILLIAPPALLY WIPRO 20 300483 MO VILLIAPPALLY (wipro)Dell Power T 110 II 21 300500 DO 2 CALICUT HCL 22 300501 BO KALPETTA WIPRO 23 300501 BO BADAGARA HCL 24 300502 BO SULTHANS BATHERY WIPRO 25 300502 BO 1 CALICUT WIPRO 26 300581 MO WIPRO 27 300581 MO KOYILANDY (wipro)Dell Power T 110 II 28 300582 MO MAVOOR (wipro)Dell Power T 110 II 29 300600 DO TIRUR HCL 30 300601 BO PONNANI HCL 31 300681 MO CHEMMAD (wipro)Dell Power T 110 II 32 300682 MO VALANCHERRY ACER 33 300700 DO MANJERI WIPRO 34 300701 BO MALAPPURAM HCL 35 300702 BO PERINTHALMANNA HCL 36 300703 BO NILAMBUR HCL 37 300781 MO KONDOTTY WIPRO 38 300800 DO PALAKKAD WIPRO 39 300801 BO PALAKKAD (PLI) HCL 40 300802 BO OTTAPALAM HCL 41 300803 BO NEMMARA WIPRO 42 300900 DO THRISSUR HCL 43 300901 BO AMBALLUR (wipro)Dell Power T 110 II 44 300981 MO WADAKKANCHERY (wipro)Dell Power T 110 II 45 300983 MO Pudukkad WIPRO 46 301000 DO 2 THRISSUR HCL 47 301002 BO GURUVAYOOR WIPRO 48 301081 MO AVINISSERY WIPRO 49 301082 MO CHEVOOR WIPRO 50 301100 BO MANNARKAD WIPRO ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - HCL Desktop PCs S# Office Code Office Name Product Serial No. 1 300100 DO KASARGOD 4133AA608610 2 300101 BO KANHANGAD 4133AA608561 3 300102 BO NILESWAR 4133AA608918 4 300200 DO KANNUR 4133AA607758 5 300200 DO KANNUR 4133AA607801 6 300200 DO KANNUR 4133AA608674 7 300200 DO KANNUR 4133AA609403 8 300201 BO PAYYANNUR 4133AA608801 9 300202 BO CHOVVA 4133AA609626 10 300300 BO THALASSERY 4133AA608441 11 300400 DO 1 CALICUT 4133AA608033 12 300400 DO 1 CALICUT 4133AA609335 13 300400 DO 1 CALICUT 4133AA609340 14 300400 DO 1 CALICUT 4133AA609719 15 300401 BO BADAGARA 4133AA609334 16 300402 BO 1 CALICUT 4133AA608613 17 300403 BO THAMARASSERY 4133AA607534 18 300500 DO 2 CALICUT 4133AA608727 19 300500 DO 2 CALICUT 4133AA609372 20 300500 DO 2 CALICUT 4133AA609378 21 300500 DO 2 CALICUT 4133AA609711 22 300501 BO KALPETTA 4133AA607638 23 300501 BO KALPETTA 4133AA608955 24 300502 BO SULTHANS BATHERY 4133AA609381 25 300600 DO TIRUR 4133AA607548 26 300600 DO TIRUR 4133AA608515 27 300600 DO TIRUR 4133AA608936 28 300600 DO TIRUR 4133AA609143 29 300601 BO PONNANI 4133AA608584 30 300601 BO PONNANI 4133AA608677 31 300601 BO PONNANI 4133AA608683 32 300700 DO MANJERI 4133AA608797 33 300701 BO MALAPPURAM 4133AA608919 34 300702 BO PERINTHALMANNA 4133AA608956 35 300703 BO NILAMBUR 4133AA609388 36 300800 DO PALAKKAD 4133AA607710 37 300800 DO PALAKKAD 4133AA608543 38 300800 DO PALAKKAD 4133AA608713 39 300800 DO PALAKKAD 4133AA609324 40 300801 BO PALAKKAD (PLI) 4133AA608968 41 300802 BO OTTAPALAM 4133AA609525 42 300803 BO NEMMARA 4133AA607631 43 300900 DO THRISSUR 4133AA607653 44 300900 DO THRISSUR 4133AA608989 45 301000 DO 2 THRISSUR 4133AA608808 46 301000 DO 2 THRISSUR 4133AA609590 47 301001 BO KUNNAMKULAM 4133AA608966 48 301002 BO GURUVAYOOR 4133AA609687 49 301100 DO MANNARKAD 4133AA609140 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - Acer Desktop PCs S# Office Code OFFICE NAME CPU Serial No. Monitor Serial No. 1 300100 DO KASARGOD UXVF2SI016E2257084 MMLY6SS0124200CF198520 2 300100 DO KASARGOD UXVF2SI016E2255964 MMLY6SS0124200CF1A8520 3 300100 DO KASARGOD UXVF2SI016E2255952 MMLY6SS0124200CF188520 4 300100 DO KASARGOD UXVF2SI016E2255808 MMLY6SS0124200CF0B8520 5 300100 DO KASARGOD UXVF2SI016E2256107 MMLY6SS0124200CF0F8520 6 300101 BO KANHANGAD UXVF2SI016E2255988 MMLY6SS0124200CF108520 7 300101 BO KANHANGAD UXVF2SI016E2256687 MMLY6SS0124200CF118520 8 300101 BO KANHANGAD UXVF2SI016E2256131 MMLY6SS0124200CF0E8520 9 300101 BO KANHANGAD UXVF2SI016E2256114 MMLY6SS0124200CF0D8520 10 300200 DO KANNUR UXVF2SI016E2253715 MMLY6SS01242006E4F8520 11 300200 DO KANNUR UXVF2SI016E2585074 MMLY6SS01242006E598520 12 300200 DO KANNUR UXVF2SI016E2257415 MMLY6SS01242006EBB8520 13 300200 DO KANNUR UXVF2SI016E2255883 MMLY6SS01242006EBD8520 14 300200 DO KANNUR UXVF2SI016E2254555 MMLY6SS01242006EC28520 15 300201 BO PAYYANNUR UXVF2SI016E2253746 MMLY6SS01242006EA48520 16 300201 BO PAYYANNUR UXVF2SI016E2253839 MMLY6SS01242006EA68520 17 300201 BO PAYYANNUR UXVF2SI016E2256002 MMLY6SS01242006EA88520 18 300201 BO PAYYANNUR UXVF2SI016E2257462 MMLY6SS01242006E968520 19 300202 BO CHOVVA UXVF2SI016E2257382 MMLY6SS01242006E988520 20 300202 BO CHOVVA UXVF2SI016E2257466 MMLY6SS01242006E978520 21 300202 BO CHOVVA UXVF2SI016E2257420 MMLY6SS01242006E928520 22 300202 BO CHOVVA UXVF2SI016E2257440 MMLY6SS01242006E9B8520 23 300202 BO CHOVVA UXVF2SI016E2257571 MMLY6SS01242006E9C8520 24 300202 BO CHOVVA UXVF2SI016E2257404 MMLY6SS01242006E7B8520 25 300300 DO THALASSERY UXVF2SI016E2257450 MMLY6SS01242006EBE8520 26 300300 DO THALASSERY UXVF2SI016E2255190 MMLY6SS01242006EC18520 27 300300 DO THALASSERY UXVF2SI016E2254512 MMLY6SS01242006EBF8520 28 300300 DO THALASSERY UXVF2SI016E2257591 MMLY6SS01242006EA28520 29 300300 DO THALASSERY UXVF2SI016E2254359 MMLY6SS01242006E9A8520 30 300300 DO THALASSERY UXVF2SI016E2254395 MMLY6SS01242006EA38520 31 300400 DO 1 CALICUT UXVF2SI016E2256663 MMLY6SS0124200DBE08520 32 300400 DO 1 CALICUT UXVF2SI016E2256390 MMLY6SS0124200DBE18520 33 300400 DO 1 CALICUT UXVF2SI016E2256255 MMLY6SS0124200DBF18520 34 300400 DO 1 CALICUT UXVF2SI016E2256661 MMLY6SS0124200DBEA8520 35 300400 DO 1 CALICUT UXVF2SI016E2256478 MMLY6SS0124200DC008520 36 300400 DO 1 CALICUT UXVF2SI016E2256667 MMLY6SS0124200DC168520 37 300401 BO BADAGARA UXVF2SI016E2584743 MMLY6SS0124200DC138520 38 300401 BO BADAGARA UXVF2SI016E2256431 MMLY6SS0124200DC318520 39 300401 BO BADAGARA UXVF2SI016E2256786 MMLY6SS0124200DC108520 40 300401 BO BADAGARA UXVF2SI016E2256662 MMLY6SS0124200DC018520 41 300401 BO BADAGARA UXVF2SI016E2584653 MMLY6SS0124200DBF28520 42 300401 BO BADAGARA UXVF2SI016E2256486 MMLY6SS0124200DBFD8520 43 300402 BO 1 CALICUT UXVF2SI016E2256889 MMLY6SS0124200DBF58520 44 300402 BO 1 CALICUT UXVF2SI016E2256541 MMLY6SS0124200DBF08520 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - Acer Desktop PCs S# Office Code OFFICE NAME CPU Serial No. Monitor Serial No. 45 300402 BO 1 CALICUT UXVF2SI016E2584722 MMLY6SS0124200DC1A8520 46 300402 BO 1 CALICUT UXVF2SI016E2584637 MMLY6SS0124200DC0E8520 47 300402 BO 1 CALICUT UXVF2SI016E2584658 MMLY6SS0124200DC1D8520 48 300402 BO 1 CALICUT UXVF2SI016E2256090 MMLY6SS0124200DC248520 49 300403 BO THAMARASSERY UXVF2SI016E2584699 MMLY6SS0124200DC0A8520 50 300403 BO THAMARASSERY UXVF2SI016E2584536 MMLY6SS0124200AFED8520 51 300403 BO THAMARASSERY UXVF2SI016E2256170 MMLY6SS0124200B00A8520 52 300403 BO THAMARASSERY UXVF2SI016E2256350 MMLY6SS0124200B00D8520 53 300403 BO THAMARASSERY UXVF2SI016E2584742 MMLY6SS0124200AFFC8520 54 300500 DO 2 CALICUT UXVF2SI016E2257660 MMLY6SS0124200CEDD8520 55 300500 DO 2 CALICUT UXVF2SI016E2257856 MMLY6SS0124200CEDE8520 56 300500 DO 2 CALICUT UXVF2SI016E2258055 MMLY6SS0124200CEDF8520 57 300500 DO 2 CALICUT UXVF2SI016E2258280 MMLY6SS0124200CF528520 58 300500 DO 2 CALICUT UXVF2SI016E2258091 MMLY6SS0124200CF4B8520 59 300500 DO 2 CALICUT UXVF2SI016E2258406 MMLY6SS0124200CF518520 60 300501 BO KALPETTA UXVF2SI016E2255794 MMLY6SS0124200CF508520 61 300501 BO KALPETTA UXVF2SI016E2256169 MMLY6SS0124200CF538520 62 300501 BO KALPETTA UXVF2SI016E2256165 MMLY6SS0124200CF4A8520 63 300501 BO KALPETTA UXVF2SI016E2256156 MMLY6SS0124200CF428520 64 300502 BO SULTHANS BATHERY UXVF2SI016E2256088 MMLY6SS0124200CF418520 65 300502 BO SULTHANS BATHERY UXVF2SI016E2255770 MMLY6SS0124200CF408520 66 300502 BO SULTHANS BATHERY UXVF2SI016E2256062 MMLY6SS0124200CF3F8520 67 300502 BO SULTHANS BATHERY UXVF2SI016E2255978 MMLY6SS0124200CF3E8520 68 300600 DO TIRUR UXVF2SI016E2256049 MMLY6SS0124200CF3C8520 69 300600 DO TIRUR UXVF2SI016E2256348 MMLY6SS0124200CF3B8520 70 300600 DO TIRUR UXVF2SI016E2256678 MMLY6SS0124200CF3A8520 71 300600 DO TIRUR UXVF2SI016E2256069 MMLY6SS0124200CF398520 72 300600 DO TIRUR UXVF2SI016E2255780 MMLY6SS0124200CF388520 73 300600 DO TIRUR UXVF2SI016E2257069 MMLY6SS0124200CF1C8520 74 300601 BO PONNANI UXVF2SI016E2256298 MMLY6SS01242006EC58520 75 300601 BO PONNANI UXVF2SI016E2256733 MMLY6SS01242006EC78520 76 300601 BO PONNANI UXVF2SI016E2256032 MMLY6SS01242006EC48520 77 300601 BO PONNANI UXVF2SI016E2256708 MMLY6SS01242006EC68520 78 300700 DO MANJERI UXVF2SI016E2256681 MMLY6SS01242006E958520 79 300700 DO MANJERI UXVF2SI016E2256363 MMLY6SS01242006E948520 80 300700 DO MANJERI UXVF2SI016E2255815 MMLY6SS01242006E938520 81 300700 DO MANJERI UXVF2SI016E2256089 MMLY6SS01242006E918520 82 300700 DO MANJERI UXVF2SI016E2257721 MMLY6SS01242006E828520 83 300701 BO MALAPPURAM UXVF2SI016E2255771 MMLY6SS01242006E8A8520 84 300701 BO MALAPPURAM UXVF2SI016E2257076 MMLY6SS01242006E898520 85 300701 BO MALAPPURAM UXVF2SI016E2255995 MMLY6SS01242006E888520 86 300701 BO MALAPPURAM UXVF2SI016E2256753 MMLY6SS01242006E6D8520 87 300701 BO MALAPPURAM UXVF2SI016E2257041 MMLY6SS01242006E878520 88 300701 BO MALAPPURAM UXVF2SI016E2257586 MMLY6SS01242006E698520 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - Acer Desktop PCs S# Office Code OFFICE NAME CPU Serial No. Monitor Serial No. 89 300702 BO PERINTHALMANNA UXVF2SI016E2257769 MMLY6SS01242006E678520 90 300702 BO PERINTHALMANNA UXVF2SI016E2257317 MMLY6SS01242006E688520 91 300702 BO PERINTHALMANNA UXVF2SI016E2257306 MMLY6SS01242006E668520 92 300702 BO PERINTHALMANNA UXVF2SI016E2257694 MMLY6SS01242006E658520 93 300702 BO PERINTHALMANNA UXVF2SI016E2257325 MMLY6SS01242006E608520 94 300703 BO NILAMBUR UXVF2SI016E2257510 MMLY6SS01242006E5C8520 95 300703 BO NILAMBUR UXVF2SI016E2257248 MMLY6SS01242006E5D8520 96 300703 BO NILAMBUR UXVF2SI016E2257715 MMLY6SS01242006E5A8520 97 300703 BO NILAMBUR UXVF2SI016E2257576 MMLY6SS01242006E5B8520 98 300703 BO NILAMBUR UXVF2SI016E2256936 MMLY6SS01242006EC88520 99 300800 DO PALAKKAD UXVF2SI016E2255936 MMLY6SS01242006E718520 100 300800 DO PALAKKAD UXVF2SI016E2256492 MMLY6SS01242006E6B8520 101 300800 DO PALAKKAD UXVF2SI016E2255844 MMLY6SS01242006E638520 102 300800 DO PALAKKAD UXVF2SI016E2257052 MMLY6SS01242006E648520 103 300800 DO PALAKKAD UXVF2SI016E2256812 MMLY6SS01242006E628520 104 300800 DO PALAKKAD UXVF2SI016E2256025 MMLY6SS01242006E618520 105 300801 BO PALAKKAD (PLI) UXVF2SI016E2255961 MMLY6SS01242006E5F8520 106 300801 BO PALAKKAD (PLI) UXVF2SI016E2255750 MMLY6SS01242006E5E8520 107 300801 BO PALAKKAD (PLI) UXVF2SI016E2256012 MMLY6SS0124200CF4C8520 108 300801 BO PALAKKAD (PLI) UXVF2SI016E2257030 MMLY6SS0124200CF438520 109 300801 BO PALAKKAD (PLI) UXVF2SI016E2255904 MMLY6SS0124200CF4E8520 110 300801 BO PALAKKAD (PLI) UXVF2SI016E2256111 MMLY6SS0124200CF448520 111 300802 BO OTTAPALAM UXVF2SI016E2257093 MMLY6SS0124200CF4F8520 112 300802 BO OTTAPALAM UXVF2SI016E2256675 MMLY6SS0124200CF458520 113 300802 BO OTTAPALAM UXVF2SI016E2255981 MMLY6SS0124200CF2E8520 114 300802 BO OTTAPALAM UXVF2SI016E2256127 MMLY6SS0124200CF2F8520 115 300802 BO OTTAPALAM UXVF2SI016E2257034 MMLY6SS0124200CF318520 116 300803 BO NEMMARA UXVF2SI016E2257092 MMLY6SS0124200CF308520 117 300803 BO NEMMARA UXVF2SI016E2256224 MMLY6SS0124200CF328520 118 300803 BO NEMMARA UXVF2SI016E2255783 MMLY6SS0124200CF248520 119 300803 BO NEMMARA UXVF2SI016E2256150 MMLY6SS0124200CF1F8520 120 300900 DO THRISSUR UXVF2SI016E2584709 MMLY6SS0124200DC188520 121 300900 DO THRISSUR UXVF2SI016E2256670 MMLY6SS0124200DC308520 122 300900 DO THRISSUR UXVF2SI016E2584741 MMLY6SS0124200DC048520 123 300900 DO THRISSUR UXVF2SI016E2584726 MMLY6SS0124200DC058520 124 300900 DO THRISSUR UXVF2SI016E2256874 MMLY6SS0124200DBF88520 125 300900 DO THRISSUR UXVF2SI016E2256637 MMLY6SS0124200DBF98520 126 300900 DO THRISSUR UXVF2SI016E2256468 MMLY6SS0124200DC148520 127 301000 DO 2 THRISSUR UXVF2SI016E2255944 MMLY6SS0124200CF148520 128 301000 DO 2 THRISSUR UXVF2SI016E2256239 MMLY6SS0124200CF158520 129 301000 DO 2 THRISSUR UXVF2SI016E2257128 MMLY6SS0124200CF128520 130 301000 DO 2 THRISSUR UXVF2SI016E2257095 MMLY6SS0124200CF138520 131 301000 DO 2 THRISSUR UXVF2SI016E2257057 MMLY6SS0124200CEFE8520 132 301000 DO 2 THRISSUR UXVF2SI016E2255958 MMLY6SS0124200CEF98520 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - Acer Desktop PCs S# Office Code OFFICE NAME CPU Serial No. Monitor Serial No. 133 301001 BO KUNNAMKULAM UXVF2SI016E2257117 MMLY6SS0124200CEFA8520 134 301001 BO KUNNAMKULAM UXVF2SI016E2256020 MMLY6SS0124200CEF88520 135 301001 BO KUNNAMKULAM UXVF2SI016E2255948 MMLY6SS0124200CEE38520 136 301001 BO KUNNAMKULAM UXVF2SI016E2255851 MMLY6SS0124200CEFB8520 137 301001 BO KUNNAMKULAM UXVF2SI016E2255980 MMLY6SS0124200CEEB8520 138 301001 BO KUNNAMKULAM UXVF2SI016E2256371 MMLY6SS0124200CEEC8520 139 301002 BO GURUVAYOOR UXVF2SI016E2255768 MMLY6SS0124200CEE98520 140 301002 BO GURUVAYOOR UXVF2SI016E2256366 MMLY6SS0124200CEEA8520 141 301002 BO GURUVAYOOR UXVF2SI016E2255773 MMLY6SS0124200CEE78520 142 301002 BO GURUVAYOOR UXVF2SI016E2255974 MMLY6SS0124200CEE88520 143 301100 DO MANNARKAD UXVF2SI016E2256291 MMLY6SS0124200CF208520 144 301100 DO MANNARKAD UXVF2SI016E2252949 MMLY6SS0124200CF218520 145 301100 DO MANNARKAD UXVF2SI016E2252764 MMLY6SS0124200CF228520 146 301100 DO MANNARKAD UXVF2SI016E2253266 MMLY6SS0124200CF288520 147 301100 DO MANNARKAD UXVF2SI016E2258232 MMLY6SS0124200CF278520 ANNEXURE - 8 - EQUIPMENT FOR MAINTENANCE UIIC - RO KOZHIKODE - Laptops S# Office CodeOffice Name OEM Model Serial No 1 300100 DO KASARGOD Acer Acer UNVE6SI002H0581102 2 300101 BO KANHANGAD HCL HCL Laptop ME 1044 B121AE373840 3 300200 DO KANNUR Acer Acer UNVE6SI002H0581083 4 300201 BO PAYYANNUR HCL HCL Laptop ME 1044 B121AE373628 5 300202 BO CHOVVA HCL HCL Laptop ME 1044 B121AE373695 6 300300 DO THALASSERY HCL HCL Laptop ME 1044 B121AE373462 7 300400 DO1 CALICUT Acer Acer UNVE6SI002H0580818 8 300403 BO THAMARASSERRY HCL HCL Laptop ME 1044 B121AE373394 9 300500 DO2 CALICUT Acer Acer UNVE6SI002H0580995 10 300501 BO KALPETTA HCL HCL Laptop ME 1044 B121AE373429 11 300401 BO VADAKARA HCL HCL Laptop ME 1044 B121AE374035 12 300502 BO SULTHAN BATHERY HCL HCL Laptop ME 1044 B121AE373580 13 300502 BO1 CALICUT HCL HCL Laptop ME 1044 B121AE373838 14 300600 DO TIRUR Acer Acer UNVE6SI002H0581040 15 300601 BO PONNANI HCL HCL Laptop ME 1044 B121AE374024 16 300700 DO MANJERI Acer Acer UNVE6SI002H0581025 17 300701 BO MALAPPURAM HCL HCL Laptop ME 1044 B121AE373819 18 300702 BO PERINTHALMANNA HCL HCL Laptop ME 1044 B121AE374013 19 300703 BO NILAMBUR HCL HCL Laptop ME 1044 B121AE373566 20 300800 DO PALAKKAD HCL HCL Laptop ME 1044 B121AE373612 21 300800 DO PALAKKAD Acer Acer UNVE6SI002H0580953 22 300802 BO OTTAPALAM HCL HCL Laptop ME 1044 B121AE373583 23 300803 BO NEMMARA HCL HCL Laptop ME 1044 B121AE373581 24 300900 DO1 THRISSUR Acer Acer UNVE6SI002H0580799 25 301000 DO2 THRISSUR Acer Acer UNVE6SI002H0580877 26 301001 BO KUNNAMKULAM HCL HCL Laptop ME 1044 B121AE373584 27 301002 BO GURUVAYUR HCL HCL Laptop ME 1044 B121AE373415 28 301100 DO HCL HCL Laptop ME 1044 B121AE373827 AGREEMENT FORMAT FOR MAINTENANCE OF IT INFRASTRUCTURE (to be on Rs. 100/- stamp paper)

This agreement made at Kozhikode on xx/xx/2020, between (name of the company) hereinafter called the "VENDOR” which expression shall wherever the context so requires mean and include its successor and UNITED INDIA INSURANCE COMPANY LTD, hereinafter called "THE COMPANY" sets forth the terms and conditions for the Comprehensive Annual Maintenance of UPS inclusive of repairs, replacement and preventive maintenance of equipment inclusive of repairs, replacement and preventive maintenance of equipment’s along with other allied services set forth.

1. PERIOD OF AGREEMENT The contract shall be in force for the period from 01/07/2020 to 31/03/2022 covering all those items as specified in the Annexure to this agreement with a provision to extend the same for a further period of one year or part thereof on the same rates, terms and conditions on mutual consent.

2. PRICE a. Price mentioned in this agreement are as pet the base price quoted by the Vendor. All applicable taxes/octroi shall be paid as actuals. b. There shall be no escalation in the prices once the prices are fixed and agreed to by the Company and the Vendor. But, any benefit arising out of any subsequent reduction in the prices due to reduction in duty & taxes after the prices are fixed and before the agreement should be passed on to the Purchaser /Company. c. All the items are in INR (Indian Rupees) only.

3. SECURITY DEPOSIT The Vendor hereby furnishes a security deposit to the tune of 10% of the total order value i.e Rs.xxxxx/- in the form of a Bank Guarantee for a period of 35 months obtained from a nationalised/scheduled bank.

4. CONFIDENTIALITY The Vendor acknowledges that all material information which has or will come into its possession or knowledge in connection with this agreement, consists of confidential and proprietary data, whose disclosure to or use by third parties will be cause loss to the Company. The Vendor agrees to hold such material information in strict confidence, to release it only to employees requiring such information and not to disclose it to any other parties.

5. PUBLICITY Any publicity by the Vendor in which the name of the Company is to be mentioned should be carried out only with the prior and specific written approval from the Company. In case the Vendor desires to show any of the equipment to his customers, prior approval of the Company will have to be obtained by him in writing.

6. ROYALTIES AND PATENTS Any royalties or patents or the charges for the use or infringement thereof that may be involved in the contract shall be included in the price. The Vendor shall protect the Company against any claims thereof.

7. LIABILITIES & INDEMNITIES a. The Vendor represents and warrants that the repair and maintenance of service/products hereby sold do not violate or infringe upon any patent, copyright, trade secret or other property right of any other entity. b. The Vendor agrees to indemnify UIIC in respect of any claim, directly or indirectly resulting from or arising out of any breach or claimed breach of this warranty. c. The limitation of liability on any default of the Vendor shall not be more than the purchase order value arising out of this subsequent contract/agreement.

8. INSOLVENCY The Company may terminate the contract by giving written notice to the Vendor, if the Vendor becomes bankrupt or otherwise insolvent, provided that such termination will-not prejudice or affect any right of action or remedy which has accrued or will accrue.

9. FORCE MAJEURE The Vendor shall not be liable for any delay or failure of performance of any of its obligations under or arising out of this contract, if the failure or delay results from any of the following:

"Act of God, refusal of permissions or other Government Act, Fire, Explosion, Accident, industrial dispute and the like which renders it impossible or impracticable for the vendor to fulfil its obligations under the contract or any other cause/circumstances of whatsoever nature beyond vendor's control".

10. TERMINATION FOR CONVENIENCE Either party may terminate the Contract, by a written notice of not less than 30 (thirty) days. The notice of termination shall specify that termination is for the Vendor’s/Company’s convenience, the extent to which performance of the Vendor under the Contract is terminated, and the date upon which such termination becomes effective.

11. JURISDICTION & ARBITRATION In case of any dispute or any difference arising at any time between the parties in respect of this agreement, the same shall be resolved by mutual discussion and if not resolved then in accordance with and subject to the provisions of the Indian Arbitration Act 1940 and its subsequent amendments and Courts of Kerala State only shall have jurisdiction in all matters arising out or connected with this agreement. Further, this agreement is subject to laws of India alone.

12. ELIGIBILITY OF THE VENDOR The below eligibility criteria mentioned as a part of the tender are satisfied by the Vendor:

S# Criteria Documentary Proof Submitted The Vendor is a public/private Limited Copy of the Certificate of a. company and should be in existence in India Incorporation issued by Registrar of Companies The Vendor has an average turnover of at b. least Rs. 10 Crores for the last three financial year’s viz. 2016-17, 2017-18 and 2018-19. The Vendor has made Net Profit after Audited financial statements taxation in at least one year in the last three c. financial year’s viz. 2016-17, 2017-18 and 2018-19. The vendor has a valid PAN and GST Copies of PAN Card and GST d. Registration Number Registration certificate The Vendor has experience in maintaining LAN, Windows Machines, printers, network components and other peripherals at Copies of atleast three Purchase e. reputed Public sector Undertakings / Central Orders from the last financial year or State Govt Departments / Autonomous masking the order values. Institute / Corporate Establishments spread across Kerala / South India Self-Declaration mentioning the The Vendor has a Service Center in f. service center addresses and contact Kozhikode, Kerala numbers Self-declaration listing Service The Vendor has enough manpower (Service Engineers / Field Engineers including Engineers / Field Engineers) available with g. the Name, Mobile Number of the them to provide the maintenance service to Engineers and the Area /offices the offices mentioned in Annexure 6 (Annexure I) which they are covering. The Vendor is not blacklisted/debarred by h. any Government Departments, Agencies or Self-Declaration Public Sector Undertakings in India

13. SCOPE OF WORK The maintenance contract period shall be in force from 01/07/2020 to 31/03/2023 and shall cover all those items as specified in the Annexure 8. List of offices with address is provided in Annexure 7. The hardware equipment stated in Annexure 6 shall be placed under maintenance contract in “AS AND WHERE IS BASIS”. It is further mutually agreed that the Vendor will not insist upon the following from UIIC at the time of inception of the contract.  Pre-inspection of any hardware device placed under maintenance contract.  Repair / Replacement of any components / hardware device placed under maintenance contract thereof at any time during the contract period.

Detailed Scope of work is as follows: a. General scope of work involving inventory collection and maintenance: i. The vendor has to do a detailed inventory of all equipment in all the offices and label them in the format “UIIC/OO_CODE/(PC/SRVR/Laptop)/Running Sequence No.”. This activity has to be completed inventory within the first quarter from the receipt of Purchase Order. ii. Undertake preventive maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior of the equipment (using mechanical devices like vacuum cleaner, blower etc.) and necessary repairing of the equipment) once in every three months from the start of the contract. iii. Unscheduled on-call corrective and remedial maintenance services to set right the malfunctions of the system. This includes replacement of all unserviceable parts including Hard Disks, CD- Drives, Network Interface Cards, Mother Boards, Raid Controllers, Monitor / Display Panels, all electronic and plastic spares except those specifically excluded under this agreement, trouble- shooting for LANs including resolving LAN connectivity issues. iv. The following activities will be undertaken by the Vendor:  Installation and Maintenance of operating system including OS upgrades.  Installation & updates of Drivers, Firmware, OS patches and hot fixes.  Installation of office suites and necessary updates.  Installation of Oracle RDBMS and Developer 2000 and attendant configurations.  Installation of CDMS Suite (Anti Virus, Patch Management Tool, Encryption and DLP tools) whenever a system is formatted or as and when required.  Data back-up and recovery  Configuration of internet, proxy server, FTP server and web servers at Regional Office Kozhikode  Configuration of applications (client/server)  Installation of hardware and accessories  Installation of any other software as called for by the company from time to time v. The vendor shall not sub-contract or permit any third party other than the Vendor's personnel to perform any work or service or other performance required of the Vendor under this agreement without the prior consent of the company. vi. All repairs and maintenance service shall be performed by qualified and authorized personnel familiar with such tasks. The Vendor should ensure that enough stock of basic items like keyboard, mouse, monitor, RAM, HDD, SMPS, Network Cards, Adapters Cables are maintained at UIIC’s Regional Office Kozhikode. vii. The Vendor shall provide maintenance services at UIIC’s Offices through qualified, experienced and competent engineers. Service engineer / Field engineers should be well conversant with the latest trends in trouble shooting of computing equipment. viii. In addition to the above, the Vendor is required to provide Level 1 support for the systems 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 Supplier. The Vendor shall closely follow up of such cases with the supplier until closure. ix. The Vendor shall be extending necessary assistance in maintaining the inventory, shifting and reinstallation of all the equipment. The company may relocate the system and keep the vendor informed. In case of relocation of equipment, transport and other incidental charges will be borne by company. x. Escalation Matrix of contact Persons from the Vendor shall be updated in regular intervals by the Vendor to the Company for reference and coordination. b. LAN maintenance and cabling: i. Any civil works relating to the completion of the LAN cabling requirements (like drilling through floor and walls) shall be carried out by the Vendor without any additional charges after seeking the necessary approvals from UIIC officials. (This will not include any carpentry or tasks with similar nature). ii. The Vendor should ensure that day-to-day functioning of office work, existing network setup and connectivity should not get disrupted during the process of such installation. iii. Any damage to the interiors during process of installation of LAN would have to be made good at no extra cost to the UIIC. Hanging cables and untidy cable management should be avoided. iv. No charges for crimping tools, fixing tools, testing tools or any other tools (to be used by the vendor for installation of the LAN) would be paid by UIIC. UIIC will not provide any tools. v. LAN Cabling will be done through separate PVC Conduits/ Casing-Caping with the walls / false ceiling. Neither OFC nor UTP should be laid open. vi. The Vendor shall follow the cable laying standards (TIA/ EIA 586.C standards) to ensure proper separation from power lines, bending radius, etc. vii. The Vendor shall install the racks with proper procedures for grounding and carry out labelling as per the labelling scheme Approved by UIIC. The Information Outlets/Patch Cord/face plate/Patch Panels and UTP cables should be labelled with colour codes. Cable dressing should be done with cable ties and velcro ties. c. Spares and repairs: i. If the machines covered under this agreement are not attended for repair or problems are not rectified within the time frame stipulated, such defective machines would be repaired by some third party and the amount spent for such repairs would be billed to the Vendor and the same shall be in addition to the penalty imposed. ii. Replacement of parts will be at the Vendor’s cost with original spares of the brand /make of the computer and peripherals as far as possible. In the event of non-availability of the spare parts, functionally and technically equivalent or higher configuration components should be substituted with the company’s consent. Similarly, in the case of major fault necessitating the equipment to be taken to vendor’s office / factory for maintenance, STANDBY equipment of similar or higher capacity in good working condition has to be provided at no extra cost. The cost of the transportation of any defective item for repairs shall be borne by the Vendor. iii. The Vendor should maintain adequate stock of all components at UIIC’s Regional Office premises as well as at Vendor’s Office to attend to service calls immediately. A standby equipment of similar or higher capacity must be provided, if the equipment is expected to be down for more than 72 hours (3 business days). iv. For each 100 nos. of desktop computers 2 nos. of desktop computers as standby shall always be maintained. v. For each 50 nos. of laptop 2 nos. of laptop computers as standby shall always be maintained. vi. For each 50 nos. of printers, 3 nos. of printers as standby shall always be maintained. vii. The Vendor shall replace any parts of the hardware on failure with hardware parts having similar or equivalent functional capabilities. viii. Parts required for the maintenance of the equipment and / or correction of faults will be supplied at no extra cost to the company. ix. Faulty parts removed from the system belong to vendor. However, the company can retain the same and use at its own sole discretion to maintain the equipment subject to the payment of its value to the vendor. d. Reports and statements: i. The Vendor shall submit consolidated statement (soft copy as well as hard copy) furnishing the details of service calls, its status (registered/closed/pending) along with the Invoice on quarterly basis for maintenance charges payment for that particular quarter. Each such service call has to be supported by service report signed by the Vendor’s attending engineer and UIIC employee at the respective office. Such report shall also be maintained in the form of a register by the Resident Engineer stationed at UIIC’s Regional Office Kozhikode. ii. Maintain a tidy list of IP addresses of all users/desktops & all network devices at UIIC's Regional Office Kozhikode and Offices under it. iii. Minimum information that should be available in such consolidated statement are:  Call Number  Call Status  Hardware Type  Office Code  Office Name  Call registered date  Call registered time  Call attended date  Call attended time  Call closed date  Call closed time  Nature of problem  Rectification type (repair / replacement / standby)  Engineer Name with Contact No iv. The Vendor should hand over the systems in good working condition to the company after expiry of the maintenance period. In case any damage is found at the time of handing over, the vendor is liable to rectify it even after the contract period. v. UIIC shall keep a manual record/register for the nature of equipment failures, date and time of booking the complaint at Regional Office, the total down time, etc. This record shall be maintained by the Resident Engineer posted by the Vendor at UIIC - Regional Office Kozhikode.

e. Resident Engineer & Field Support: i. The Vendor shall provide a minimum of one resident engineer at UIIC’s Regional Office on all working days (Monday to Friday). Working hours during working days would be 9.30am to 6pm. However, the number of resident engineers have to be increased by the vendor in case there is additional workload. The engineer(s) may have to work on Saturdays/Sundays/Holidays and after office hours, if necessary. ii. Resident Engineer shall be on the Vendor’s own payroll. iii. Resident engineer should be qualified and conversant with computing and networking systems in both hardware and software and should also have good troubleshooting skills. The engineer should have at least 3 years of experience in similar projects. The resident engineer may have to sign the attendance register kept in UIIC's Regional Office Kozhikode. iv. If a resident engineer is on leave, suitable replacement has to be provided during the period of such leaves. v. The Vendor shall provide any other expert engineer on case to case basis as may be required, for assistance to on site hardware engineers, in case the latter are not able to intervene and solve some complaints. vi. Resident engineer will not be normally deputed for any outside calls except at designated offices. Alternative arrangements (field engineers) will have to be made for servicing calls received from Operating Offices. vii. Resident engineer shall act as help desk for and attend to any LAN port and local network related issues. Install /Co-ordinate with the support team for any new port installation and other LAN issues. Preparation of BOQ (Bill of Quantity) for new installation if required. viii. Co-ordinate with and assist other third party support teams (like Network Helpdesk, Printer Help Desk, etc.). ix. Maintain a tidy list of IP addresses of all users/desktops & all network devices at Offices under UIIC's Regional Office Kozhikode. x. Resident Engineer(s) shall be appointed within two weeks from the date of Purchase Order. xi. Field Support – the Vendor shall provide maintenance services through qualified, experienced and competent engineers. Service engineer / Field engineer should be well conversant with the latest trends in trouble shooting of computing/networking equipment.

14. TRAVEL EXPENSES No travel expenses shall be borne by the Company in respect of travel undertaken by the vendor towards fulfillment of obligations under the Contract.

15. MAINTANANCE PENALTY

MTTR1 Mean time to Respond MTTR2 Mean time to Resolve Offices in Category 1 Offices within city limits and RO location Offices in Category 2 All other offices other than the ones in Category 1

a. The Vendor shall attend to on-call services within 4 hours of lodging of the complaint for offices within city limits (offices located at Regional Office Locations and Urban Agglomeration if any) and within 8 hours in respect of all other offices. b. The Vendor shall resolve all logged cases within 72 hours of lodging of the complaint irrespective of location.

MTTR1 for Category 1 Offices 4 hours MTTR1 for Category 2 Offices 8 hours MTTR2 for all locations 72 hours (3 business days)

c. If the Vendor is not able to close the call within the above-stipulated time a stand by system of similar or higher capacity in good working condition should be provided, failing which penalty would be levied as under. d. If the Vendor is not able to close the call within the above-stipulated time a stand by system of similar or higher capacity in good working condition should be provided, failing which penalty would be levied as under.

S# Item Penalty i. Desktop/Laptop Computers Rs. 250/- per business day ii. Printer/Scanner/Projector Rs. 250/- per business day iii. Server Rs. 500/- per business day iv. Networking equipment Rs. 750/- per business day v. Absence of Resident Engineer Rs. 1000/- per business day Penalty against absence of Resident Engineer shall be waived if alternate resource is provided The above penalty not exceeding 25% of the maintenance cost per year for the affected unit In addition to the above 10% of the quarterly payment shall be levied against failure to execute preventive maintenance.

16. PAYMENT TERMS a. The Vendor may raise invoices along with service call reports at the end of every quarter. b. Payments shall be released by UIIC in arrears at the end of each quarter. c. Other charges, if any, would be paid upon completion of the relevant activity and submission of the work completion report signed by the authorized UIIC official. d. Taxes shall be paid in actuals

17. OBLIGATIONS OF THE COMPANY a. The Company shall pay Annual Maintenance Charges as mentioned in this agreement for the equipment specified in the Annexure. The maintenance charges are payable at the end of each quarter. The company shall effect payments of the maintenance charges after completion of 15 days from the date of receipt of invoice and all documents as stipulated in various paragraphs/ clauses herein. b. The Company shall use enterprise grade UPS for ensuring stabilized power supply in all Offices covered under this scope c. The Company shall provide a work desk along with Desktop for the resident engineer. d. The Company would ensure that rats, insects etc., do not invade the site and damage the systems especially cables etc.

18. ENHANCEMENT / UPGRADE OF EQUIPMENT The Company shall have the right to make changes or attachments to the equipment provided that such changes or attachments do not prevent proper maintenance from being performed. All engineering changes generally adopted hereafter by the Vendor for equipment similar to that covered by this agreement shall be made at no cost to the company. The actual quantity of equipment covered under the maintenance contract may be increased or decreased by mutual written consent of both parties provided always that such consent is not unreasonably withheld. In the event that the quantity is increased the vendor is entitled for corresponding maintenance charges on Pro-rata basis.

19. EXCLUSIONS This maintenance agreement does not include: a. Electrical work (except LAN Cabling & Labelling work) external to the equipment or maintenance of accessories, attachments, machines or other devices not covered under this agreement. b. Damage resulting from accidents, fire, lightning or transportation. The cost of repairs or replacements due to these factors will include charges for labour as well as charges for parts, which is payable to the Vendor apart from maintenance charges. c. Work due to alterations in the equipment by persons other than Vendor’s personnel (except for minor rectification by UIIC in house systems engineer after intimating the Vendor). d. Any work external to the equipment such as maintenance of equipment/accessories which are not covered under this maintenance contract. e. Plastic parts, teflon sheet, printer maintenance kits and printer heads are not covered under maintenance contract. f. Projector lamps and scanner lamps are not covered under maintenance contract. g. The system maintenance does not include the cost of consumables like ribbons, magnetic tapes, Inkjet Cartridges, CD/DVD, external storage devices, laptop battery and battery used for real time clock. h. Toner cartridges and fuser assembly in case of laser printers shall be treated as consumable.

20. COMMERCIALS

S# Item Description Qty Annual price per unit (Rs.) Total 1 SERVER 50 2 DESKTOP PC 196 3 LAPTOP 28 4 LASER PRINTER 1 5 INKJET PRINTER 1 6 LCD PROJECTOR 1 7 SCANNER 1 8 NETWORK ROUTER 5 9 NETWORK SWITCH 5 10 RESIDENT ENGINEER 1 TOTAL (Excluding GST)

for & on behalf of United India Insurance Co. Ltd for & on behalf of xxxxx

Name: Name: Designation: CHIEF REGIONAL MANAGER Designation:

------

Witnesses: Witnesses:

Name: Name: Designation: Designation: