You are on page 1of 39

EMPLOYEES’ STATE INSURANCE CORPORATION

WEST BENGAL REGION


(Ministry of Labour and Employment, Govt. of India)
‘Panchdeep Bhawan’, 5/1, Grant Lane, Kolkata-700012
Website: www.esic.nic.in, E-mail: rd-westbengal@esic.nic.in

E-Tender Notice

Sub: Comprehensive Annual Maintenance Contract (AMC)


for Computer Systems and Peripherals
at ESIC, WB & Sikkim Region

No.: 41.Z.17/20/2016 (AMC) Dated: 17.04.2018

The Additional Commissioner & Regional Director, ESIC, WB & Sikkim Regions invites e-
tender for comprehensive Annual Maintenance contract for computer systems & peripherals at
different sites of ESIC, WB & Sikkim Regions, the details of which are as follows :

Title of the tender Comprehensive Annual Maintenance Contract for


Computer systems & peripherals at different sites of
ESIC, WB & Sikkim Region.
Category Open E-Tender
Zone ESIC, West Bengal & Sikkim Regions
Item Comprehensive Annual Maintenance Contract for
Computer systems & peripherals
Earnest Money Deposit (EMD) Rs. 1,50,000/-
Estimated Cost Rs. 86,83,501/-
Starting Date of Tender 19/04/2018
Submission
Last date and Time of submission 02/05/2018 upto 2:00 p.m.
Display from 19/04/2018
Display up to 02/05/2018 upto 2:00 p.m.
Tender Opening Date and Time 02/05/2018 at 3:00 p.m.
PDF File Name E-Tender for AMC of IT System 2018
Available at www.esic.nic.in & https://esictenders.eproc.in

Additional Commissioner & Regional Director


1. Introduction & Objective

Employees State Insurance Corporation (ESIC) is an autonomous body created under the ESI
Act 1948 which functions under the overall administrative control of the Ministry of Labour and
Employment, Government of India. The Corporation is engaged in delivery of Medical Benefits
and Cash Benefits under the ESI Act, 1948 to the Insured Persons. The Corporation provides the
aforementioned benefits through a vast network of Regional Offices, Branch Offices, ESIC
Model Hospitals, and ESI Dispensaries / Hospitals managed by concerned State Governments.
As part of modernization of its operations, the ESIC had undertaken an IT Roll Out activity
under the Project Panchdeep. The present contract for the works related to the Project
Panchdeep was awarded to M/s Accel Frontline Ltd in 2016 which is going to expire on 08-06-
2018 and accordingly, AMC is to be entered into with a suitable Service Provider/Agency for
the maintenance of the IT Hardware installed at various locations beyond 08-06-2018 for a
period of one year. The offices/locations falling within the States of West Bengal & Sikkim
comes under the purview of Regional office at Kolkata. This tender is intended for providing
AMC for the hardware installed/available in these locations. In this respect it is intended to
select a Computer Equipment Maintenance Services Provider for the award of the
Comprehensive Annual Service Maintenance Contract, hereinafter referred to as AMC for the
following works in the ESIC/ESI offices/ Establishments mentioned above.

2. Instructions for Bidders

a) Tender documents are available for viewing on the 'tenders' link of the websites
www.esic.nic.in and https://esictenders.eproc.in. Tenders can be submitted online at
https://esictenders.eproc.in from 19/04/2018 to 02/05/2018 till 2 pm.

b) The interested tenderers’ should upload duly filled up tender form and along with scanned
copies of all the relevant certificates, documents, etc. in support of their credentials etc at
https://esictenders.eproc.in by 02/05/2018 2 pm.

c) Bidders have to deposit the Earnest Money Deposit (EMD) of Rs 1,50,000/- ( Rs One Lakh
Fifty Thousand ) only in the form of Demand Draft/ Pay Order/Bankers Cheque drawn in
favour of ESI Fund A/c No 1 payable at Kolkata by post or by hand to the address given on
top of this Tender Document.

d) All the supporting documents are also required to be submitted physically In addition to e-
Tender which has to be filed on line. The bidders shall be required to submit hard copies of
Tender documents duly completed and supported by requisite documents and the forms, as
mentioned in the tender document which should be submitted with covering letter in a
sealed envelope duly superscribed with the words “Tender for AMC of Computers &
Peripherals – West Bengal”and addressed to the Regional Director, ESI Corporation, 5/1
Grant Lane, Kolkata -700012.

e) Online Bids must be submitted before 1400 Hrs on 02/05/2018 along with scanned copies of
relevant documents. Hard copies of the documents duly signed in all pages along with EMD
should reach this office within the same time frame i.e. 02/05/2018 1400 Hrs by post/hand
and deposited in the tender box kept in the office. Late submission of hard copy/EMD will
result in the tender being summarily rejected even if the online submission is done in time.
f) Earnest Money Deposit (EMD) should be given in a separate sealed envelope marked EMD
FOR AMC OF COMPUTERS & PERIPHERALS – WEST BENGAL within the envelope
containing the hard copies of documents.

g) For all practical purposes, the e-tender shall be considered for evaluation, however in case of
any dispute, the physical documents would be scrutinized.

h) While submitting the bid, the bidder shall be deemed to have read, understood and accepted
all the terms and conditions stated in this Tender Document. All
certificates/information/documents required as per this document shall be furnished along
with the bid.

i) The EMD of the successful bidder shall be returned after the successful bidder accepts work
order and submits Performance Security which will be 10% of the tender value. The EMD
may be adjusted with the Performance Security. The EMD of unsuccessful bidders shall be
returned after issue of Work Order to successful bidder. The Performance Security can be in
the form of Demand Draft /Pay Order in favour of ESI Fund A/C No 1 or Bank Guarantee
valid upto a date three months after the contract period is over.

j) EMD may be forfeited if any bidder withdraws bid after opening of the bids during the
period of bid validity or in case of successful bidder, if he fails to sign the contract or furnish
the Performance Security within stipulated period.

k) The bid shall remain valid for a period of 120 days after date of bid opening.

l) The Bids shall be opened, as per schedule at 3 PM on 02/05/2018 at the above address in the
presence of bidders who wish to be present. They will have to sign a Register as evidence of
their attendance.

m) Notwithstanding the above schedule, ESIC reserves the right to change the date/time of
opening of the bids in which case the bidders will be informed through email. ESIC also
reserves the right to extend time limit for submission of bids, Cancel the tender Process,
relax, drop or add any criterion/condition, accept or reject any bid without assigning any
reason.

n) The vendor must at all times during the contract period comply with the applicable Labour
Laws, Laws related to Intellectual Property rights and any other Law related to the
operation of the contract. Any deviation in this regard may lead to termination of the
contract.

o) All the papers/documents sent by hard copy by the bidder should be signed and stamped
by the bidder/authorized signatory on all pages. All Pages should be numbered.

p) After opening of the bids, ESIC may at its discretion ask any bidder for any clarification
regarding its bid to assist in examination, evaluation, comparison & decision. Such
communication shall be in writing or via email. However, no-post bid clarification at the
initiative of any bidder shall be entertained. Bidders are therefore advised to thoroughly go
through the Tender Document and in case of any clarification may seek so from Regional
Office IT Cell between 19/04/2018 to 30/04/2018 during working hours or through email.
Prospective bidders may also with permission of ESIC Regional Office authorities see the
hardware installed in Regional Office premises. However, a written request in letterhead
signed by the authorized signatory of the firm with seal will be required for this purpose.

q) Selection of the agency for AMC will be based on the recommendation of the Tender
Evaluation committee.

r) The AMC will be for a period of one year. However, the contract period can be extended for
maximum another year at same T&C with the consent of the vendor.

s) ESIC reserves the right at any time during the currency of the contract to increase or
decrease the quantity of items offered for AMC without any change in unit price for AMC of
similar items on the same T&C.

t) The bidder shall indicate their complete Postal address of their Office and Service Centre
along with the name(s) of the contact person(s) and their telephone/Fax/Mobile No. (s) and
other particulars as per the Proforma given in Annexure 2. Rates quoted should be including
taxes, Duties etc. as applicable should be shown separately for each item presumed that the
price includes all taxes/levies/charges. Any ambiguous quote shall render the tender liable
to be rejected. Tenders not complete in all respect are liable to be rejected.

u) A Certificate that all costs of repair and maintenance, replacement of parts etc. including
deployment of technical manpower have been included in price quoted, shall be furnished
by the bidder in the price rate quote.

v) The bidder shall quote the item-wise unit charges in respect of each type of hardware &
facility management support for the maintenance of the equipment for one year as detailed
in Annexure 4. However, the price rate shall be evaluated on the basis of overall AMC
charges inclusive of taxes for all the items mentioned taken together and not on the basis of
the charges quoted for the individual items. The rates quoted shall be net and firm and no
change of rates shall be allowed during the contract/extension period for any reason.
However, in the event of an increase in taxes/duties, the extra liability incurred by the
bidder shall be borne by ESIC. Similarly in the event of abolition/reduction of taxes/duties,
the savings accruing to the bidder shall be passed on to ESIC.

w) Any bid received after scheduled date and time will not be considered. Ambiguous, unclear,
incomplete bids are liable to be summarily rejected. However ESIC reserves the right to
waive any minor infirmity/non-conformity/irregularity in any bid which does not
constitute a material deviation. ESIC’s decision in this regard will be final and binding.

x) The successful bidders must adhere to the following Time Schedule:-


Written acceptance by vendor of the Work order and Within 3 days from date of issue of
assumption of charge work order
Deployment of full manpower and furnishing of REs details. Within 7 days of issue of Work
Signing of agreement & Submission of Performance Security Order
Completion of inspection of all Hardware at all sites and Within 15 days of issue of Work
furnishing of list of Hardware taken up for AMC Order
3. Qualifying and Documents requirement

i) The bidder should be having a valid Trade License for sale & maintenance of Computer
Hardware & peripherals.

ii) The bidder should submit a certificate in support of valid ISO 9001:2015 for AMC & FMS
support & ISO 27001:2013 towards Information Security Management related to IT
infrastructure repair and maintenance.

iii) The bidder must have registered office and support center with Engineer presence at all
major cities across West Bengal & Sikkim.

iv) The bidder should have a minimum turnover of Rs. 100 Crores or above per annum in
Maintenance Service operations of computer & peripherals (only from AMC & Facility
management support business) alone during each of the financial years 2013-14, 2014-15,
2015-16 & 2016-17. The certified copy of audited Balance Sheets reflecting the amount
mentioned in Annexure 5 towards the computer hardware maintenance service.

v) The bidder must have executed the maintenance of laptops, desktop computers and
peripherals such as printers, scanners, UPSs and switches, etc., under a comprehensive
AMC with Facility management support for at least 3 Govt. Organization/ Nationalized
Bank/PSU/autonomous/statutory bodies in the last 5 years and handling over 1000
computer & peripherals. The bidder shall have to furnish Satisfactory Performance
certificate or similar testimonial to this effect mere Work Order will not suffice. The
bidding firm must have in their payroll at least 100 technically qualified personnel.

vi) The bidder should have successfully executed minimum 3 similar AMC contract
(Hardware & FMS) spread across more than 100 branch offices in multiple cities and
states. The contract should have order value of more than 50 lakhs in the last 3 financial
years. Job completion or customer satisfaction certificate with customer contact details to
be provided for necessary verification.

vii) Bidder should have a currently valid GST Registration, copy of which should be
furnished. Copy of PAN card is also mandatory.

viii) The bid must be accompanied with an undertaking that engineers/technicians deputed
shall have the required qualification and experience.

ix) Bidder should not have any discouraging/ adverse report or blacklisted by any Govt.
department / PSU / Bank / Autonomous Body /statutory bodies during the last 3
years. An undertaking to this effect should be submitted.

x) If any information furnished by the bidder is found to be false at any stage, the bid shall
be cancelled and bidder shall be liable to be debarred from tender.
4. Checklist

a) Annexure 2 (basic information) & 3 (experience) duly filled in, and accompanied by
supporting documents.

b) Documentary proof ( Performance Certificate/Testimonials) in respect of the AMC of


computers and peripherals such as laptops, desktop computers, UPSs, printers, scanners,
switches etc. under comprehensive AMC with three Govt. organization within last 3
years as per mentioned above.

c) Copy of GST Registration certificate

e) Copy of PAN Card

f) Undertaking that Engineers/technician deputed shall have appropriate qualification


and experience.

f) Earnest Money of Rs 1,50,000/- (Rupees One Lakh Fifty thousand only) in the form of
DD/ Pay Order/Bankers Cheque in favour of “ESI Fund A/C No 1” payable at Kolkata.

g) Annexure 5 regarding annual turnover for the last 5 years

h) Copy of Valid Trade License.

i) Certificate to the effect that the firm has not been blacklisted by any Govt.
organization/ Bank/ PSUs etc in the last 3 years.

j) List of Professionally qualified personnel under the payroll


(hardware/software/network engineering) of the vendor (at least 50 persons) showing
their qualification, experience etc in the following format

Certifications Total
BE/B-Tech MSC/
(ITIL, Prince 2, CCNA, relevant Working
Sl Name / MCA/ BCA/BSC - Remarks
CCNP, MCSE, MCSA, work Since
PDGCA IT, Comp Sc
Linux, Hardware etc.) Experience
1

k) Copy of Certificate of registration/incorporation of the agency

l) ESIC & EPFO Registration letter

m) Copy of ISO Certification as mentioned above.

n) The bidder shall furnish the price quote in Annexure 4 to this Tender Document. A
certificate that the AMC price quoted in r/o all items includes charges for all possible
repair/replacement of its parts and deployment of REs & Helpdesk personnel needs to
be signed.

The decision of ESIC regarding fulfillment of the mandatory requirements of any bidder
shall be final and binding.
5. General Terms & Conditions

a) The bidder should be well equipped for the handling of repair and maintenance of all the
Computer Systems and associated peripherals covered in the specifications and should
have sufficient manpower & other necessary resources at their disposal.

b) The Officers of ESIC may visit the premises of the bidders to assess their capability to
handle such jobs without giving any prior intimation. The report of this inspection, if
carried out, would serve as input for the competent authority to decide as to whether or not
a bidder is technically qualified to fulfill the AMC.

c) The successful bidder shall be required to depute well trained Engineers for laptops,
desktop computers, printers, scanners, switches, ups, Inverters, Switches etc as per the
requirement who shall attend to the complaints arising in the Offices/locations under their
jurisdictional areas as mentioned in this tender document. The successful bidder shall also
establish a dedicated Helpdesk/Complaint Centre at Regional Office Kolkata or at any
other location as per direction of ESIC, which shall maintain a Register of all complaints
received and their disposal. The complaint centre would have a dedicated telephone
number /mobile number and a separate email id for receiving all the complaints and
maintaining a record thereof.

d) The vendor shall ensure that payment of salaries /wages to the aforementioned REs are
made as per the statutory provisions in this regard and a record for the same shall be kept
by him. ESIC may require the vendor to make available such records for inspection and
verification and the same shall be complied by the Successful bidder. In case of non
compliance of statutory provisions regarding payment of salaries / wages to the
aforementioned Resident Engineers, ESIC may take any appropriate steps in this regard.

e) The Vendor shall be required to pay taxes, which would be levied by the Govt., for the
execution of the work awarded under the Contract.

f) The successful bidder shall be required to sign a 'Comprehensive Annual Maintenance


Contract Agreement, on a stamp paper of Rs. 100/-, to be furnished by him within one
week of issue of Work Order. Failure to sign the contract within 7 days from the date of
issue of Work Order may result in the forfeiture of the EMD.

g) The successful bidder shall furnish, before of signing the Contract within 7 days of issue of
Work Order, the Performance Security in the form of DD / Bank Guarantee valid up to a
date three months after the date of expiry of the Contract, for an amount equivalent to 10%
of the value of AMC.

h) No interest shall be paid on the Earnest Money Deposit and the Performance Guarantee,
deposited by the firm.

i) The successful bidder shall submit a certificate within 15 days of the award of the contract
that all the equipments have been taken over by him for AMC failing which the earnest
money may be forfeited. Detailed list including any discrepancy countersigned by
respective location heads should be brought to the notice of ESIC within 15 days.
j) A person signing the tender form or any documents forming part of the contract on behalf
of another shall be deemed to warranty that he has authority to bind such other and if, on
enquiry, it appears that the person so signing has no authority to do so, the ESIC may,
without prejudice to other civil and criminal remedies, cancel the contract and hold the
signatory liable for all costs and damages

k) If the vendor is called upon by ESIC to deposit Security and the he fails to provide the
security deposit within the period specified/granted such failure will constitute a breach of
the contract and the office shall be entitled to make other arrangements at the risk and
expense of the vendor whereby the contract shall be awarded to the next eligible bidder in
order and forfeiture of the earnest money shall be effected

l) On due performance and completion of the contract in respects, the Security Deposit will be
refunded to the contract without any interest after deducting downtime and other charges,
having remained unrealized, if the same cannot be realized from the contractor's pending
bills.

m) The contractor shall not be entitled to assistance either in the procurement of raw materials
required for the fulfillment of the contract or in the securing of transport facilities which
they have to arrange on their own.

n) The detailed specifications and quantities of each type of equipment are indicated at
Annexure 4 to this Tender Document in which Price for AMC is to be quoted. Bids will be
evaluated on the basis of quantities indicated in the said Schedule. However, ESIC, reserves
the right to change the quantities at the time of award of contract/or in future.

6. Location

The details (including address) of the Offices/Establishments in the State of West Bengal &
Sikkim Region along with the number of different types of hardware units installed/available in
these offices are given in Annexure 1 for the information of the prospective bidders summary
given below. Total No of sites are 132 nos. The successful bidder will be provided with further
information such as telephone no, email id, contact person, working hours etc in r/o each
location/site.

SL No. Type of Office/Establishment West Bengal Sikkim Total


1 Regional Office (RO) 1 0 1
2 Sub Regional Office (SRO) 2 0 2
3 Branch Office & Camp office 64 1 65
4 State Directorate 1 0 1
5 Dispensaries 44 2 46
6 Rajya Beema Oushadhalaya (RBO) 3 0 3
7 Hospitals 14 0 14
Grand Total 129 3 132
7. Scope of work

a) Repair and maintenance of Computer, switches, LAN including cabling, LAN Nodes,
UPS, Inverter, Biometric devices and associated peripheral. Removal of virus from PCs,
loading of operating Systems if required, MS Office software, any other utility s/w,
device drivers etc. and setting up of Call Management Cell etc.

b) Redressal of complaints related to hardware, Operating system and Office productivity


software including formatting of hard disks, assisting users in taking data backup in
medias provided by ESIC as and when required, virus scanning and cleaning, loading
of any additional software and device drivers.

c) Diagnosis and rectification of faults in the computer system and peripherals.

d) Preventive maintenance of computer systems & peripherals and shall include


repair/replacement of faulty components.

e) It would be the responsibility of the vendor to ensure timely resolution of complaints


through its deployed personnel/manpower.

f) Vendor shall carry out all repairs at the location itself except in exceptional
circumstances where hardware can be carried outside with the written permission/gate
pass from ESIC. Vendor will provide standby replacement in such cases

g) Vendor shall maintain a call/logbook for fault booking and clearance. Call attended
and services render should be recorded and signature of user with date should be
obtained as acknowledgement of having resolved the issue. Faults booked will be
treated as rectified if and only one end users signature is obtained. The log books
should be produced before ESIC IT Manager/IT Assistant or any other official for
inspection if demanded.

h) Computer Systems have to be maintained during the entire period of contract in perfect
working conditions with regular preventive maintenance and servicing of computer
hardware including power chords, plugs, cables, converter, power adaptor etc. Also
removal/rectification of faults on call, including functional disorder of the computer
system.

i) The replacement of all spares including plastic parts and body is included in the AMC.
The replacement of all defective parts with good quality & branded parts will be done
by the successful bidder (hereinafter referred to as vendor) at no extra cost. All the parts
of Computers, printers, Scanners, cables, keyboard, mouse, motherboard, HDD, Optical
drive, RAM, Teflon, Roller, Sensor, fuser, control card, power cable, printer cable,
drum, PCBs, Chips, buttons, UPS etc. such as and all other electronics and mechanical
parts of all equipments are to be replaced by vendor if found faulty & irreparable at no
extra cost. Used parts of other brand from other source will not be accepted.
j) Only genuine parts of similar or higher configurations shall be provided. If demanded
by ESIC, document /cash memo in proof of providing genuine parts should be
produced.

k) Any fault booked before 11 AM or any working day shall have to be rectified on the
same day. Faults booked after 11 AM shall have to be rectified latest by next working
day. A ticket/reference number should be issued immediately on receipt of any
complaint either through mail, written, telephonic or verbal. For this a dedicated
Helpdesk also referred to as call management centre shall be established at Regional
Office or any other location as desired by ESIC Regional Office, Kolkata (hereinafter
referred to as ESIC) to be manned by a helpdesk personnel who shall issue ticket
number, monitor resolution, follow up the open tickets, pursue with the technical
manpower deployed by the vendor (Service Engineers also referred to as Resident
Engineers) etc.

l) In case of failure to rectify within this time frame, the agency has to provide an identical
standby system on the next working day and take parallel action for repairing. In case
the vendor fails to make the system working by any of the above two means within the
stipulated period, ESIC may, at its discretion, impose a penalty of Rs 100 (Rupees One
Hundred only for each day’s delay per site. ESIC also reserves the right to get the
equipment rectified from outside and recover the cost from the vendor bill.

m) The number of hardware items given in Annexure 1 (West Bengal & Sikkim) is
approximate. There may also be minor changes in the no. of sites or the address
mentioned in Annexure 1. The successful bidder will be given the final list of sites along
with the work order. The successful bidder should be able to assume charge within 10
days from the date of issue of work order and immediately thereafter get all the
hardware items in all sites inspected through its deployed manpower and submit
detailed report including exact number of each item location wise taken over for AMC
with asset details duly signed by the location in-charge in proper format. Faulty units if
any, which are not in a position to be brought under AMC, should be listed and
brought to the notice of ESIC within the stipulated time.

n) For any computer/peripherals etc. found on inspection by the agency, which require
pre-AMC Repairs, the agency shall submit estimate for approval and such peripherals
would be counted for AMC only after pre-AMC repairs are done.

o) Preventive maintenance will include inspection of each system, scanning hard disk for
any defects/problems therein and to obtain a satisfactory working certificate from the
user concerned after cleaning of the system i.e. PC/ Monitor/ Printer/ Key Board /CD
ROM Drive and other accessories with a blower/ vacuum cleaner as per requirement
and wiping the surface of the systems with a good quality cleaning material. All the
equipment/ material required for Preventive maintenance e.g. Blower/ Vacuum
Cleaner/ Cleaning Liquid/ Cloth/ Brush etc. shall be arranged by Vendor. ESIC shall
not provide these. On no account, equipment or its accessories shall be allowed to be
taken out of its normal installed location except with the written permission of ESIC
authorities. Before taking up preventive maintenance, the contractor will submit a
schedule of preventive maintenance.

p) Exclusions: Any damages due to improper environments, power surges, Improper


Voltage, bad earthing, any type of mishandling and the failure caused due to natural
calamity. Consumables (Batteries of UPS/Inverters, ribbon, cartridges etc), installations
of new intranet connection i.e. LAN connection including LAN cable laying and
installation of IO boxes and shifting of IT equipment during Site shifting are out of
scope of this AMC. However the vendor is expected to supply these items or provide
these services for which the charges will be decided on case to case basis. However
regular supply of distilled water in the Batteries is part of AMC. The replacement of all
spares including plastic parts and body is included in the AMC except Projector Len(s),
Printer Heads, Printer ribbons and Battery. The replacement of all defective parts with
good quality and Original Equipment Manufacturer (OEM) branded parts will be done
by the service provider without any extra cost. Used/repaired parts of any other brand
from any other source are not acceptable. Computer power cables, printer port, chords
and power cable etc. are also covered under AMC.

q) AMC shall cover each end every part including plastic body and parts, replacement of
any part necessary for keeping the computers etc. active end free from any
defects/disturbance, any unscheduled call for corrective and/or preventive
maintenance services, taking appropriate measures in time to set right the
malfunctioning of the computers or other equipments. The replacement of all spares
including plastic parts and body is included in the AMC and the same shall be done
without any extra charge. These parts includes Power supply, Cables, key board,
Mouse, Mother Board, Hard Disk Drive, Optical Drive, RAM, and all components of
UPS and Inverters excluding batteries, all components of VoIP Phones, LAN Nodes,
Switches etc. Basic support for recovery of data from crashed Hard Disk shall be
covered under AMC.

r) The vendor shall provide the original cash memo as and when demanded to verify the
genuineness of the Spare Parts replaced by him However, the vendor shall perform
Preventive Maintenance Activity (such as topping up the distill water) in relation to
batteries of UPS and Inverters to ensure that they are giving proper back up.

s) The service provider shall also be responsible for cleaning and removal of virus of any
nature and should intimate in time / recommend licensed copy of latest Anti-virus
software with upgrades / updates facilities. ESIC shall not be responsible for any use of
unlicensed antivirus software, if any, used by the service provider. The responsibility
shall rest with the service provider for using unlicensed software. Hard Disk, Logic
Cards, SMPS, Mother Boards should not be repaired and shall be replaced with OEM
branded parts/products only
8. Key Deliverables under the AMC
a) Call Management Services
• Logging of user calls and giving a ticket number.
• Tracking each call to resolution.
b) Desktops and peripherals Management Services
• Support for Win 2000/XP/Vista/7/8/10, Redhat / Suse Linux and other Linux
versions, Office 2000/2003/2007/2010 and other software installed thereon.
• Installation & up-gradation of anti-virus software for OS and System software.
• Anti-Virus Support.
• Printer Management.
• Maintenance of all related Hardware including display/projection devices.
• Maintenance of all offline/online UPS.
c) System Management Services
• Support of Linux REDHAT/ SUSE /UNIX /WINDOWS /MYSQL
• Server performance monitoring, fine-tuning and optimization.
• Server diagnosing and problem resolution.
• Server Applications and Configuration Changes.
• Understand and report performance bottlenecks.
• Provider Server Up line Chart as and when required.
• Printer Management.
• Anti-virus related to system maintenance.
• Desktop LAN connectivity
• Network Security
• Maintenance of all related Hardware including display / projection devices.
d) Network Management Services
• Management of Proxy Server, Switches, Hubs, I/O Ports/Boxes and cabling.
• Ensure complete connectivity of the computers with respective networks.
• Troubleshooting of connectivity related problem
• Identifying and trouble-shooting physical (NIC, UTP etc.) connectivity problems
at the desktop (user) as well as at the Switches i.e. giving point-to-point network
connectivity solution, even crimping.
• Indentifying and trouble shooting of defective parts on the Switches.
• Ensuring print services for network printers.
e) UPS Management Services
• Support for all types of listed UPS installed in the premises including guiding the
staff for proper upkeep of UPSs.
• Maintenance of all related UPSs including replacement of defective
boards/circuits and connectors.
• Preventive/proactive maintenance of UPSs including quarterly cleaning of
parts/covers with periodical testing of loss and idle stand by UPSs for its
functional condition.
f) VOIP Maintenance
• Support and maintenance for all VoIP’s installed in the premises.
• Diagnostic check up of the items/equipments which are under warranty, not
under the AMC or otherwise.
g) Video Conferencing Management Services
• Maintenance of all Video Conferencing Equipments.
• Support for all types of listed Video Conferencing items installed in the premises
including guiding the staff the proper upkeep of the same.
• Replacement of defective boards/circuits and connectors.
• Preventive/proactive maintenance of the projection items including quarterly
cleaning of parts/covers with periodical testing of loss and idle stand by UPSs
for its functional condition.
h) Earthing & Voltage Checkup
• Periodic inspection of earthing & Voltage issues at all sites and recommendation
for resolution of same.
i) Report and Review
Process Documentation
• Call Register
• Call Summary
• Daily Call pending report
• Equipment log (review and when required)
• Server information (review and when required)
• Engineer attendance report.
• Any other report as and when demanded by ESIC IT Manager/ Asst .

9. Deployment of Engineers

a. The vendor will be required to deploy full time technical personnel sufficiently qualified
to handle and resolve complaints of IT hardware. These personnel will be called
Resident Engineers (RE) and shall work under the supervision, guidance & direction of
IT Manager/IT Assistant of ESIC.

b. One resident engineer in each of the 18 major locations shall be deployed R.O, SROs,
Hospitals; State Directorates are to be termed major locations. Branch Office,
Dispensaries and RBOs to be termed minor locations.

c. As for the remaining 114 minor locations, a total of not less than 16 Resident Engineers
may be deployed. These RE’s may be stationed in such a way so that each look after a
cluster of minor locations and attend calls within specified time limit. Exact place of
deployment of Engineers will be decided by ESIC at the beginning of the contract. Total
number of REs required is 34 (Thirty-four). However ESIC reserves the right to ask the
vendor to increase this number or alter their place of deployment etc as per requirement
at any time during the currency of the contract. The vendor must comply with such
direction from ESIC (which will be in writing/email) within 15 days from the date of
receiving such communication.

d. Out of the above mentioned 16 nos. Resident Engineer one RE will act as a Project
coordinator & Team Leader and to be deployed at the Regional Office. Further at least
one expertise from each domain Linux (should be Linux certified), Network (should be
CCNA certified), UPS/inverter & printer (prior experience in repairing UPS, inverter &
printers) are required in this project.

e. In addition to the REs, one help desk personnel should be deployed at Regional Office
who should man the dedicated helpline number. Faults with Computer & hardware
should be booked with him through email or telephonically at helpdesk portal.

Engineers Skills and Experience


Resource Category Qualification Certification Minimum Experience
Microsoft
Resident / Graduate/Diploma 1-2 Years on Linux, Windows
MCSE/MSCA/MCP
Support Engineer technical field Platform, N-computing
or Linux (any)
Technical Graduate/Diploma Worked in any Call 2-3 Yrs Handling Tech Helpdesk
Helpdesk technical field Management Tool with Online call management tool
4-5 Yrs in handling large
diversified project, managing team
Project coordinator Graduate/Diploma Prince 2/ ITIL and size of more than 20 engineers,
/ Team Leader technical field Microsoft / Linux resolution of calls within SLA,
Report preparation, day-to-day
interaction with customer etc.

f. A daily attendance list of RE’s deployed at different locations shall be sent by helpdesk
personnel to ESIC IT Manager/IT Assistant through email by 10:30 A.M on every
working day. In case of absence immediate replacement should be provided. No leave
on any sort will be given to the REs/help desk personnel and in case of absence, vendor
must provide suitable substitute ESIC may impose penalty in case of deviation from the
above stipulation. It is recommended to keep a backup manpower pool to address such
issues.

g. RE’s are to be deployed exclusively for ESIC AMC duty and in no circumstances should
be diverted to any other work.

h. The REs/ Help Desk personnel should be contactable over phone/ e-mail. They should
be provided with a mobile phone and should have an e-mail ID.

i. Duty Duration of all RE’s will be normally 8 hours for six days a week. However the
exact duty hours will be determined by the respective location heads or as per
requirement. They may be asked to report on Sundays/holidays or before schedule
hours or stay late if situation so demands for which no extra remuneration is chargeable
to ESIC.
j. RE should be proficient to deal with and resolve issues of computer hardware including
printer, UPS etc.

k. Details of the RE‘s including qualifications, mobile no., address etc. will be furnished by
the vendor at the start of the AMC. Copy of any Govt. issued photo ID card (Voter
Card/ Aadhar Card/ PAN Card) shall also be submitted in r/o each RE. Vendor shall
check the identity, antecedent etc of these personnel before deployment. Frequent
change of REs is to be avoided.

l. The vendor should provide the personnel with Identity cards within 15 days of start of
AMC which they should wear at all time during their duty hours.

m. ESIC may at any time ask the vendor to replace any personnel if they do not meet the
requirements properly or do not perform to the satisfaction of ESIC or due to non-
adherence of duty hours, impolite/unprofessional approach or any other dereliction of
duty. Vendor must provide suitable replacement in such cases within 7 working days.

n. The deployed personnel will work under the supervision of ESIC IT Manager/ IT Asst
or other officer as decided by the Regional Office or location-in-charge and shall be
answerable to them. They should perform their duties as per their instructions.

b) No extra remuneration for Resident Engineer or any kind of TA/DA would be


admissible and only the mutually agreed sum as per contract would be payable.

10. Other Scope & its Service level implications.

Besides what has been stated in the foregoing paragraphs, the comprehensive AMC shall
also include the following:

a. Loading of latest anti-virus software (to be supplied by ESIC) including installation of


free updates from the website if instructed by ESIC IT officer/ IT Manager

b. Providing software support such as loading of operating system; loading of generic


software like MS office, Open Office, Adobe etc. device drivers of various peripherals.

c. Reinstallation of OS in case of system failure and loading of MS-Office & all other
programs which were earlier available on that PC/Laptop; and Loading of windows
updates/updates of Drivers, utility programs.

d. The vendor will affix sticker on all equipment under AMC in the beginning of the
contract as well as from time to time in future as and when new equipments are added
under AMC. Every Asset under AMC shall be accorded a unique identification number
by the Agency along with a detailed record of its Serial Number and Location. Such
information should be forwarded to IT Manager/IT Asst in softcopy.

e. The vendor shall provide services for the repair and maintenance of the equipment to be
maintained including removal of virus etc. during the normal working hours of the
concerned Offices / Establishments excluding holidays. However, in special
circumstances, the vendor may be required to provide such services on holidays.
f. The Vendor shall set up a Call Management Center at Regional Office Kolkata or any
other location as may be decided by ESIC. Call Coordinator/Helpdesk personnel shall
be posted by the vendor who shall receive all the calls from the users and co-ordinate
with the Resident Engineers of the concerned location for attending the calls. The vendor
shall provide a dedicated email id and a telephone number / Mobile number for the
logging and management of all the calls. Report of all calls received and attended on
each day shall be submitted to the concerned ESIC authorities.

g. The REs deployed should be well versed in solving day-to-day problems encountered in
the hardware and software and shall also be capable of installing the software. They
shall all be equipped with maintenance kits comprising tool box, multimeter, diagnostic
software and external DVD/combo drive/DVD drive/external Hard-disk etc. including
device driver software CD/DVD and any other tools & tackles required for carrying out
such services.

h. The vendor shall ensure onsite proper cleaning of every computer and accessories
covered under the AMC. The contractor shall ensure onsite external cleaning of the
AMC at least once in 30 days. Also, all the PCs, printers etc should be cleaned internally
using blower by the AMC vendor once every quarter. The vendor shall provide the
appropriate cleaning material required for the purpose. The vendor shall also ensure
Preventive maintenance Activity especially in respect of UPS and Inverters installed at
Branch Offices and ESI Dispensaries. Resident Engineers deployed at various locations
shall keep a close watch on the functioning of the UPS and Inverters and ensure that
they are giving proper back up. They will ensure regular top up of the distill water in the
batteries of the inverters and UPS to ensure their functionality at all times.

i. The vendor shall intimate the status of complaints pending/rectified on regular/weekly


basis and as and when demanded by the ESIC authorities. Completion of calls will be
certified by the user indicating name and designation and place of posting. The REs will
prepare the service call slip in triplicate which will be signed by user on satisfactory
closure of the issue. One copy will be submitted to the IT Manager/IT Assistant for
information and records. The second copy will be retained by the vendor. No other
documents will be used to work out downtime or penalty calculation. The third copy
shall be enclosed with the quarterly bill. The vendor has to arrange the printed service
slips at his own cost.

j. The vendor shall provide new and original genuine spare parts, assemblies and sub-
assemblies in place of such items, which develop defects /suffer genuine breakdown
during the period of AMC.

k. The vendor shall attend to and rectify the minor complaints on the same day (if the
complaint is lodged by 11.00 am) or latest by the next day if lodged after 11 am.
Generally, minor complaints would include complaints relating to Operating System
corruption, software loading and updation, Network settings, loading of device drivers,
printer settings, etc.

l. In case of major complaints, the equipment shall be set right and restored in working
condition within three days from the date of reporting of fault. However, after deciding
that it is a major fault, a standby unit shall have to be provided by the vendor normally
on the same day and, in any case, not later than 12.00 noon on the following day, so that
the work of the user/location does not suffer. The provision of standby unit does not
absolve the vendor from the responsibility of repairing the fault early. If the faulty
equipment is not rectified and standby also not installed within 3 days from reporting
the fault, penalty may be levied from the date of complaint; generally, a major complaint
would include a complaint where some component/part/assembly is required to be
changed.

m. The vendor shall keep sufficient number of spares such as CPUs, Motherboards,
Monitors, UPS, Keyboards, Mouse, Printers, HDDs, switches, wifi Access Points, Combo
Drive, DVD Writers, LAN Cables etc. as standby which shall be kept at the place of
deployment of Resident Engineers so as to put these in service whenever required. Any
cost incurred towards transportation of the faulty/repaired as well as standby
equipment shall be borne by the vendor. The vendor shall take adequate measures to
prevent corruption of the data stored in the computers while carrying out the
maintenance/repair work.

n. The vendor shall be required to ensure functionality of all the equipment in working
condition at the time of termination of the Contract, otherwise the equipment, found
faulty, shall be made good at his risk and cost by arranging its repair from external
agencies.

o. The vendor shall arrange the requisite documentation and maintain necessary records,
etc. as required for processing the quarterly payment during the period of AMC. He
shall submit a copy of the documents/maintenance records to REGIONAL OFFICE,
ESIC, KOLKATA, as and when required for reference.

p. The vendor shall not transfer the contract or any benefit or liability there under to any
person(s) or Enterprise. Vendor shall not subcontract any part of the contract to a third
party/agency. If it is found that the vendor has violated these conditions, the contract
will be terminated forthwith without prior notice by the competent authority. In such
cases, apart from forfeiture of EMD, action as deemed fit can be initiated by ESIC.

q. The vendor shall get the maintenance of the equipment, including the cleaning thereof,
done by his maintenance staff solely at his own risk. ESIC shall not, in any way, be liable
to make any payment, incur any expenditure or face any law suit in any court of law for
any injury or death suffered by the vendor’s maintenance staff during the course of
maintenance under this AMC.

r. The vendor shall observe all security measures as are applicable to the Offices in respect
of which AMC is to be done. ESIC reserves the right to cancel the contract in case of
breach of security regulations and to take such action as may be considered necessary.

11. Terms of Payment

a. No advance payment in any case would be made. The vendor shall submit bill towards
the charges for the annual maintenance services in four quarterly installments after the
end of each quarter. The payment for the same shall be made after getting the
performance report to be given by the authorized person of ESIC and shall also be
subject to recoveries, if any, as specified hereunder and statutory deductions like TDS
etc. The quarterly payment will be made on the basis of the number of hardware units
taken over for AMC on pro-rata basis. While raising claims for the quarter the following
documents must be submitted by the vendor
i) Call Reports duly signed by user with date as per logbook
ii) Summary of the call reports
iii) Details of any additional charge due to additional LAN connections, site shifting
etc duly verified by IT Manager
iv) Attendance Position & certificate in r/o REs & Helpdesk personnel during the
quarter
v) Pre-receipted Bill in triplicate

b. If any of the equipment remains non-operational/non-functional beyond the permissible


period as specified in Para above ( which is three working days) and if stand-by
equipment is not provided, then deduction of Rs.100/- (Rupees One Hundred only) per
item of hardware equipment per working day, from the day the complaint is made, shall
be made from the quarterly bill. The penalty on this account shall however, be limited to
a maximum amount of Rs. 2,000/- (Rs. Two Thousand only) per equipment. If the
equipment is not put in working condition within a month, the equipment of same
specification or with nearest higher available specification shall be procured and its cost
shall be deducted from the AMC charges under the Contract. This will be in addition to
the penalty leviable under this Para.

c. Pro-rata deduction shall be made from the bills for each day any Team lead, REs,
Helpdesk personnel remain absent in case no substitute is deployed.

d. Pro-rata recoveries, for withdrawal from AMC of any of the Computer System,
associated peripherals and/or UPS system shall be made. Any equipment can also be
added on pro-rata basis during the period of AMC.

e. ESIC will review the status of pending complaints with the Vendor from time to time. If
it is found that large number (more than 10) of complaints requiring repair of
systems/printers/UPS etc are pending for over a month, ESIC reserves the right to
withhold the payment of quarterly bills temporarily till all pending complaints are
cleared.

f. The vendor has to give 3 month’s notice before cancellation of the contract.
Contravention of the same would lead to forfeiture of performance guarantee / Security.

g. If the agency repeatedly fails to rectify the faults for a period exceeding 7 days, apart
from the repairs of their cost and risk as ibid, ESIC may terminate the contract of the
agency forth with any may forfeit the security deposit.

h. The agency shall, in no case, replace any item/component with inferior item and if
found doing so, the contract shall stand terminated forthwith and security deposit
money shall be forfeited along with all outstanding dues.

12. Change of Location/ Site Shifting:


a. In case any computer equipment is required to be shifted from one place to another
within same office, its dismantling from old location and reinstallation at new location
shall be done by the vendor. However if such shifting involves the cost of new LAN
cabling, IO Ports etc then it shall be chargeable by the vendor to ESIC with prior
approval of the amount.

b. In case of shifting of the some equipment or entire equipment of any location to a


different site then the cost of re-installation at new site is chargeable by vendor to ESIC
but with prior approval of the amount on case to case basis depending upon distance
and other factors. However post-reinstallation at new site the terms and conditions of
the AMC for the shifted equipment shall continue at the new site.

13. Arbitration:

In case of any disagreements so as to the interpretation of any clause or otherwise, relating


to the AMC, that may arise during or after the execution of the contract, the matter shall be
referred to the person(s) to be appointed or nominated by Regional Director, ESIC Kolkata
whose decision regarding interpretation shall be final. Also in the event of any dispute,
relating to the AMC, that may arise during or after the execution of the contract, the matter
shall be referred to the person(s) to be appointed or nominated by the Regional Director for
arbitration and the decision of such person(s) would be binding . Jurisdiction of legal
disputes, if any, arising during the currency of contract will be settled in Courts at Kolkata.

14. Renewal/Termination of the Contract:

a) The contract shall be valid for a period of one year from the date of its signing.

b) The ESIC, reserves the right to extend the term of the contract beyond its normal validity
period of one year, for a period upto and not exceeding one year, on the same terms and
conditions, subject to the consent of the Vendor.

c) The ESIC reserves the right to abandon or terminate the contract at any time without
assigning any reason, after giving two months notice to the Vendor. In the event of the
service/work being found unsatisfactory and/or not according to the specifications and
standards laid down in the contract, the contract may be terminated at one months
notice after giving to the Vendor an opportunity to show cause as to why such an action
should not be taken. In the event of termination of contract on account of
unsatisfactory/substandard services, ESIC shall not accept any responsibility for any
loss suffered by the Vendor.

d) In case of termination of contract on account of unsatisfactory/substandard services,


ESIC shall be at liberty to get the job completed from alternative sources at the risk and
cost of the Vendor and the performance guarantee shall stand forfeited.

15. Handing Over

Any equipment not made available in working condition on the last working day of the
contract period shall have to be rectified/ repaired by the Vendor within the next ten
working days failing which the equipment shall be got rectified from alternative sources and
the cost thereof shall be deducted from the AMC payment.

Additional Commissioner & Regional Director


ANNEXURE 2
TENDER PROFORMA
(To be filled in by the bidder)

No column should be left blank. Write NA if any column not applicable. For documents to be
submitted please see checklist
Sl Items Descriptions
1 Name of the Bidder
2 Registration / License Details of the Bidder
Registration number under Indian Companies Act.
Trade License
E.S.I.C. Code Number
E.P.F.O. Code number
P.A.N
GST Number
ISO Certification details
3 Address Details
Postal Address of the Bidder / Enterprise/ Firm
Telephone Number (s)
Fax
E-mail Id
Website, if any
4 Details of Service Centre of the Bidder if any.
Postal Address of Service Centre
Telephone Number
E-mail Id
Year in which Computer Hardware Maintenance &
5
FMS support Services started
Details of Amount of EMD Deposited Amount of
6
Demand Draft
Demand Draft No. and date Bank and Branch
Details
7 Name and address of the authorized signatory
Name Address & Contact number for the contact
8
person for this tender

Signature of the bidder or his authorized representative


Seal of the Company
ANNEXURE 3
(To be filled in by the bidder)

Experience & Running Contracts

Experience
Name of Organization (For last 3 years)
Sl.
(With Address & Phone Nature of Experience
No
Number)

From
To Date
Date

Signature of the bidder or his authorized representative


Seal of the Company
ANNEXURE 5
(To be filled in by the bidder)

Turnover details

Annual Turnover
Financial /
SL No (From AMC and Facility Total Turnover
Accounting Year
Management Services)

1 2016-17

2 2015-16

3 2014-15

4 2013-14

Signature of the bidder or his authorized representative


Seal of the Company
ANNEXURE 4
(FORMAT FOR QUOTING PRICE)
(To be filled in by the bidder)

Schedule of Prices for Comprehensive AMC of Computers, Laptops, printers, scanners, UPS &
other peripherals including deployment of technical manpower / helpdesk personnel
(For site wise number of hardware details please see Annexure 1)

Total
Cost AMC
Total Per Total AMC
price Price
Sl Products Item/ Product Descriptions Qty Cost unit Cost GST
per with
(DxE) rate [DxG]
unit Tax
[H+I]
A B C D E F G H I J

Desktop Wipro Model 382xx, Intel


Core 2Duo E8400, 2 *2 GB DDRII 667
Desktops
1 RAM Memory or better with 4GB 310 29500 9145000
Host PC
expandability, 160GB 7200 rpm
SATAII (3Gb/s) Drive

Desktop Wipro - 37155, Intel Celeron


Desktops
430, 1.8GHz, 512KB, 800MHz FSB or
2 Stand Alone 403 21900 8825700
better, 160GB 7200 rpm SATAII
- Windows
(3Gb/s) Drive,

Model 37155, Intel Celeron 430,


1.8GHz, 512KB, 800MHz FSB or
Desktops
better, 1GB DDRII 667 RAM Memory
3 Stand Alone 579 15500 8974500
or better with 4GB expandability,
- Linux
160GB 7200 rpm SATAII (3Gb/s)
Drive

N computing Ncomputing - L Series with 15 TFT


4 1739 10296 17904744
- Lseries monitor, Key Board and mouse

Video Video Endpoint including camera,


5 Conferencing mic and other accessories With data 18 231000 4158000
equipment sharing

6 Plasma TV 42" Plasma TV/LCD 18 66250 1192500

Small UPS for


7 UPS 600 VA RO/SRO/Hospital/State Directorate 1580 3124 4935920
with every computer node.

3 KVA with 30 min backup for


8 UPS 3 KVA BO/Dispensaries Emerson /Numeric 112 46857 5247984
make
2 KVA with 30 min backup for Major
9 UPS 2 KVA 18 46857 843426
sites APC/Delta make
4KVA with 4 hr Backup for
Inverter 4
10 BO/Dispensaries 104 32761 3407144
KVA
Techser/Parkerpower inverter
Tubular Battery (Not included in
Tubular Annexure 1 being consumable.
11 Battery 120- However maintenance & water top 863 10500 9061500
150Ah up included in AMC. Rate may be
quoted keeping this in view)
Distribution for RO/SRO/Hospital/State
12
Switch Directory
WS-C3750G- Catalyst 3750 24 10/100/1000 + 4 SFP
24TS-E1U + IPS Image; 1RU
3750G-
Advanced IP Services upgrade for
AISK9-LIC-
3750 GE models with IP Serv
S=
CAB-STACK-
Cisco StackWise 50CM Stacking Cable
50CM
CAB-IND-
10A Power cable for India
10A
GLC-SX-
GE SFP, LC connector SX transceiver
MM=
Redundent Power Supply for Dist 18 300000 5400000
RPS
Switch
PWR- Cisco Redundant Power System 2300
RPS2300 and Blower,No Power Supply
C3K-PWR- Catalyst 3750-E / 3560-E 750WAC
750WAC power supply
CAB-IND-
10A Power cable for India
10A
CAB- RPS2300 Cable for Catalyst
RPS2300-E 3750E/3560E and 2960 PoE Switches

BLNK- Bay Insert for Cisco Redundant Power


RPS2300 System 2300

PoE / Non for RO/SRO/Hospital/State


13
PoE Switch Directory/BO/Dispensaries

WS-C2960- Catalyst 2960 24 10/100 PoE + 2


24PC-L T/SFP LAN Base Image
233 30000 6990000
CAB-IND-
10A Power cable for India
10A
GLC-SX-
GE SFP, LC connector SX transceiver
MM=

14 VoIP Phones CISCO VoIP for All Locations


773 4800 3710400
CP-7911G Cisco IP Phone 7911G
15 MF Printer HP Officejet Pro276DW 1005 8316 8357580
Windows XP standard edition,
Laptop for Pentium 4 (1.8 GHZ or higher)
16 Biometric processor, Mouse, keyboard, 48 35000 1680000
Pehchan Kit Monitor, 160GB HD, 2GB RAM, 4
USB ports.
Biometric
17 Fingerprint Mantra MSF 100 110 2267 249370
scanner
18 Manpower Team Leader & coordinator 1 360000 360000

19 Manpower Resident Support Engineer 33 240000 7920000

20 Manpower Technical Helpdesk Support 1 180000 180000

Grand Total

Certified that the AMC rate mentioned against items is inclusive of all repair / replacement /
maintenance as per T&C of the Tender Document including deployment of manpower and no
extra charges is payable except for consumables.

Signature of the bidder or his authorized representative


Seal of the Company
ANNEXURE 1
(ESIC IT Asset List as per Location)
Windo
Linux N- UPS CIS MFP
ws PC Linux Bio
Host Comp Pl - Cisc Cisc CO Printer
(Deskt Standal Me
PC uting VC as 600V Inverte Tub o o VO (HP
Site op one UPS UPS tric Gran
Site (Deskt (L De m A r- ular Cata Cata IP OFFIC
SL Address Typ Stand (Deskto 2KV 3KV Kit d
Code op Series vic a (Sm (4KVA Batt lyst lyst PH EJET
e Alone p Stand A A - Total
Linux Device e T all ) ery 3750 2960 ON PRO
Windo Alone Lap
Host - Thin V UPS (DS) (AS) ES 276D
ws PC Linux ) top
PC) Client) ) - W)
)
32, East Ghosh Para
Bran
ESICB Road, 2nd Floor,
ch
1 OWB2 Authpore, 24 2 2 0 7 0 1 1 8 1 3 0 6 31
Offic
4AUT0 Parganas (N), PIN –
e
743128
Barasat BO ,1st
Bran
ESICB Floor,7E/2/1,Ashut
ch
2 OWB2 osh Ghosh 1 1 0 7 0 1 1 8 1 3 0 3 26
Offic
4BAR0 RD,Barasat North,24
e
PGS(N)
23, East Ghosh Para Bran
ESICB
Road, Authpore, 24 ch
3 OWB2 2 2 0 7 0 1 1 8 1 3 0 6 31
Parganas (N), PIN – Offic
4JAG0
743128, Jagatdal e
8, R.B. Avenue,
Bran
ESICB Sarane Barane,
ch
4 OWBH Bhadreswar, 1 2 2 6 0 1 1 8 1 3 0 4 29
Offic
OBAI0 Hooghly, Ward
e
No.3, Baidyabati
ESICB “Kalyani Bhawan”, Bran
OWBH Domjur Road, Post– ch
5 1 2 0 5 0 1 1 8 1 3 0 3 25
OBAU Burikhali (W), Offic
0 Howrah, Bauria e
Bran
ESICB 28, G.T. Road, Belur
ch
6 OWBH Math, Liluah, 1 1 0 3 0 1 1 8 1 3 1 3 23
Offic
OBEL0 Howrah-711202
e
Palika Bazar ,
ESICB Bran
Market Complex ,
OWBH ch
7 2nd Floor Hooghly , 1 1 0 5 0 1 1 8 1 3 1 3 25
OCHA Offic
Chandanagore,71213
0 e
6
Bran
ESICB Bhanga Ghat , Kalna
ch
8 OWBH Road , Tribeni , 1 1 0 4 0 1 1 8 1 3 1 2 23
Offic
OTRI0 Hooghly 712503
e
ESICB 44/1, B.L. Ghosh Bran
OWBK Road, Kamarhati, ch
9 2 2 0 9 0 1 1 8 1 3 0 8 35
OKAM Kolkata. PIN – Offic
0 700057 e
ESICB Bran
24, Bellilious Road,
OWBK ch
10 Howrah Maidan– 2 2 0 7 0 1 1 8 1 5 1 5 33
OMAI Offic
711 101.
0 e
GB Block, Sector-
III, ESI Hospital Bran
ESICB
Staff Qtrs.Kol-97 ch
11 OWBK 2 3 0 5 0 1 1 8 1 3 0 5 29
Near 13 Offic
OT130
Nos.Tank,Kolkata- e
700097
Bran
ESICB Rishra BO, 36,G.T.
ch
12 OWBR Road, Rishra, 1 1 0 7 0 1 1 8 1 3 0 2 25
Offic
IHOO0 Hoogly
e
ESICB 1, K.B. Sarani Bran
OWBK (Manument Road), ch
13 1 2 1 7 0 1 1 8 1 3 0 6 31
ODUM DumDum, Kolkata. Offic
0 PIN – 700028 e
50/1, R.B.C. Road,
Bran
ESICB 1st Floor, Naihati, 24
ch
14 OWB2 Parganas (N), PIN – 2 3 0 11 0 2 2 8 1 3 0 8 40
Offic
4BHA0 743165, Ph.- 2580
e
5503, Bhatpara
13/1, Desh Bandhu
Bran
ESICB Chittaranjan Road
ch
15 OWB2 Budge Budge, 1 2 1 4 0 1 1 8 1 3 0 3 25
Offic
4KAP0 Kalipore, Kol. - 700
e
137. 24-Parganas (N)
53, Amrabati,
Barasat Road, Bran
ESICB
Sodepur, 24 ch
16 OWB2 1 2 0 6 0 1 1 8 1 3 0 4 27
Parganas (N), Offic
4PAN0
Panihati, WB- e
700110
ESICB Manjushree Bran
OWBH Complex, Purba ch
17 1 1 0 5 0 1 1 8 1 3 0 3 24
AMED Medinapur, Haldia, Offic
0 WB-721602 e
ESICB Bran
66,G.T. Road, 1st
OWBH ch
18 Floor, Konnagore, 1 2 0 4 0 1 1 8 1 3 0 4 25
OKON Offic
Hooghly.
0 e
ESICB Bran
Vill – Monoharpore,
OWBH ch
19 Post – Nalpur, Dist – 1 2 0 5 0 1 1 8 1 3 0 6 28
ONAL Offic
Howrah, Burikhali
0 e
ESICB Sankrial Stn. Bazar, Bran
OWBH PS – Sankrial, Dist – ch
20 1 3 0 3 0 1 1 8 1 3 0 4 25
OSAN Howrah, (Near 77 Offic
0 Bus Stand) e
ESI Hospital Bran
ESICB
Complex ch
21 OWBH 1 2 1 6 0 1 1 8 1 3 0 6 30
Serampore, Offic
OSER0
Hooghly. e
8, R.B. Avenue,
Bran
ESICB Sarane Barane,
ch
22 OWBH Bhadreswar, 2 4 0 5 0 1 1 8 1 3 0 4 29
Offic
OTEL0 Hooghly, Ward No.-
e
3,Telenipara
23-A/41-B, D.H.
Bran
ESICB Road, Block –C,
ch
23 OWBK New Alipore, Kol – 1 2 0 5 0 1 1 8 1 2 0 3 24
Offic
OALI0 700 053. Taratala
e
with MR Offc
Bran
ESICB 9, Nafar Koley Road,
ch
24 OWBK Beliaghata, Kolkata 2 2 0 6 0 1 1 8 1 3 1 5 30
Offic
OBEL0 – 15
e
ESICB Bran
46/1, G.B.T. Road,
OWBK ch
25 Cossipore , Kolkata 1 2 0 6 0 1 1 8 1 2 0 4 26
OCOS Offic
– 700 002.
0 e
3A/3B, Maharani Bran
ESICB
Sarnamoyee Road, ch
26 OWBK 2 2 0 6 0 1 1 8 1 4 3 5 33
Kol – 9, Besdie ESI Offic
OSEA0
Hosp Sealdah. e
Bran
ESICB 195. R.B. Avenue,
ch
27 OWBK Ballygunge, Kolkata 2 2 0 6 0 1 1 8 1 3 0 3 27
Offic
OBAL0 – 700 019
e
70, Arabinda Road,
Bran
ESICB Garifa, Naihati, 24
ch
28 OWB2 Parganas (N), PIN – 1 2 0 4 0 1 1 8 1 3 0 4 25
Offic
4NAI0 743165, Ph.- 2581
e
2632
70, Arabinda Road,
Bran
ESICB Hazinagar, Naihati,
ch
29 OWB2 24 Parganas (N), 2 2 0 7 0 1 1 8 1 3 0 6 31
Offic
4NAI1 PIN – 743165, Ph.-
e
2502 1117
Bran
ESICB 61, Arabinda Road,
ch
30 OWBH Salkia, Howrah. 2 1 0 5 0 1 1 8 1 3 0 3 25
Offic
OSAL0 Ghusury
e
Bran
ESICB 26, Dr. Sudhir Bose
ch
31 OWBK Road, Kidderpore, 2 3 0 6 0 1 1 8 1 3 1 5 31
Offic
OKID0 Kolkata – 700 023.
e
East Changail,P.O.
Sizberia,Village:-
Bran
ESICB Baikunthapur,Dist.
ch
32 OWBSI Howrah,Rail 1 2 0 5 0 1 1 8 1 3 0 3 25
Offic
HOW0 Station:-
e
Phuleswar,UCO
Bank Building
Bran
ESICB P-7, Lake Road,
ch
33 OWBK Tollygunge, Kolkata 2 2 0 8 0 1 1 8 1 3 0 3 29
Offic
OTOL0 – 700 029.
e
7/1, Desh Bandhu
Bran
ESICB Chittaranjan Road,
ch
34 OWB2 Budge Budge, 1 2 0 4 0 1 1 8 1 3 0 4 25
Offic
4CHI0 S/Chitrigunge, 24-
e
Pgs. (S)
250, Ghosh Para Bran
ESICB
Road, Shyamnagar, ch
35 OWB2 2 2 0 7 0 1 1 8 1 3 0 6 31
24 Parganas (N), Offic
4SHY0
PIN – 743127 e
Bran
ESICB
Juin Bithi , Burnpore ch
36 OWBA 1 1 0 4 0 1 1 8 1 3 7 2 29
Road , Asansol - 4 Offic
SBUR0
e
Bran
ESICB P-4, Raja Raj Krishna
ch
37 OWBK St. Kolkata – 700 006, 1 2 0 3 0 1 1 8 1 3 0 3 23
Offic
ORAJ0 Branch Office
e
Bran
ESICB P-4, Raja Raj Krishna
ch
38 OWBK St. Kolkata – 700 006 1 2 0 8 0 1 1 8 1 3 0 6 31
Offic
ORAJ2 , Vigilance
e
ESICB Bran
1-9X-4C, A Block,
OWBN ch
39 Kalyani, Nadia, PIN- 1 2 0 7 0 1 1 8 1 3 2 7 33
AKAL Offic
741235
0 e
ESICB 5, Roy Bahadur Bran
OWB2 Road, Fingapara, ch
40 2 3 0 6 0 1 1 8 1 3 0 9 34
4KAN Kankinara, 24 Offic
0 Parganas (N), PIN – e
743129

183,Old Calcutta
Road,Kamala Bran
ESICB
housing ch
41 OWB2 2 2 0 11 0 1 1 8 1 3 0 8 37
complex,PO- Offic
4TAL0
talpukur, Kolkata- e
700123
ESICB B.T. Road, Nutan Bran
OWB2 Bazar, Khardah, 24 ch
42 2 2 0 7 0 1 1 8 1 3 0 6 31
4KHA Parganas (N), PIN – Offic
0 700115 e
Birlapore Bazar, Post Bran
ESICB
– Birlapore, 24- ch
43 OWB2 1 2 0 5 0 1 1 8 1 3 0 5 27
Pgs(S) ( Pay Offc ), Offic
4BIR0
WB-743318 e
Bran
ESICB 534, M.G.Rd, Budge
ch
44 OWB2 Budge, 24-Pgs (S), 1 1 0 5 0 1 1 8 1 3 0 2 23
Offic
4BUD0 PIN-700137
e
2, Sanjib Chatterjee Bran
ESICB
Road, Naihati, 24 ch
45 OWB2 2 2 0 8 0 1 1 8 1 2 0 6 31
Parganas (N),PIN – Offic
4NAI2
743165 e
“Mainak
Bran
ESICB Apartment”. Gr.
ch
46 OWBB Floor, Nungi Stn 1 2 0 3 0 1 1 8 1 3 0 4 24
Offic
ACHI0 Road., Chitrigunge,
e
Post- Batanagar.
Bran
ESICB ESI Hospital ,
ch
47 OWBD Bidhannagar 1 1 0 7 0 1 1 8 1 3 1 3 27
Offic
UBID0 Durgapur - 6
e
ESICB Bran
ESI Bendal Hospital
OWBH ch
48 Complex, Bendal, 1 4 0 5 0 1 1 8 1 3 0 6 30
OBAN Offic
Hooghly Bansberia
0 e
47, G.T. Road,
ESICB Neemtala, Bally, Bran
OWBH Howrah – 711 202. ch
49 1 2 0 4 0 1 1 8 1 3 1 3 25
ONEE and 28, G.T. Road, Offic
0 Belur Math, Howrah e
Liluah
ESICB Bran
T N Mukherjee
OWBH ch
50 Road, Dankuni, 1 2 0 3 0 1 1 8 1 3 1 3 24
OPAR Offic
Hooghly - 712311
0 e
ESICB 2nd Floor , UBI Bran
OWBK Building , Puratan ch
51 1 1 0 5 0 1 1 8 1 3 1 2 24
HPUR Bazar Kharagpur, Offic
0 WB- 721301 e
ESICB Bran
ESIC Hospital
OWBK ch
52 Complex, Joka, D.H. 1 2 0 5 0 1 1 8 1 3 0 3 25
OBEH Offic
Road, Behala
0 e
118, Feeder Road, Bran
ESICB
Belghoria, Kolkata. ch
53 OWBK 1 2 0 4 0 1 1 8 1 3 0 5 26
PIN – 700056, South Offic
OBEL1
Belgharia e
South Belgharia BO,
Flat No. 1 & J, Block- Bran
ESICB
3 1st floor, FI2, ch
54 OWBK 1 1 0 5 0 1 1 8 1 3 0 3 24
Modhusudhan Offic
OBEL2
Banerjee RD, P.O.- e
Belghoria, Kol-56
Bran
ESICB Barahanagar BO, 1st
ch
55 OWBK floor,181,B.T. Road, 1 2 0 5 0 1 1 8 1 3 0 3 25
Offic
OBTR0 Kol-700108
e
Bran
ESICB 5/2, L.N. Chatterjee
ch
56 OWBH Road,Shibpur, 1 1 0 5 0 1 1 8 1 3 0 2 23
Offic
OSHI0 HOWRAH-736172
e
ESIC Bran
ESICB
Building,Paribahan ch
57 OWBJ 1 2 0 2 0 1 1 8 1 1 0 2 19
Nagar,Matigara,Darj Offic
ASIL0
eeling-734010 e
ESICB Makardah Road, Bran
OWBH Post – Dasnagore, ch
58 1 2 0 6 0 1 1 8 1 3 0 5 28
ODAS (Near Sujata Cinema Offic
0 Hall) Dist. – Howrah e
1st Floor, 55/98,
ESICB Bran
G.T. Road,
OWBS ch
59 Sheoraphully, 1 1 0 6 0 1 1 8 1 3 0 3 25
HPHO Offic
Hooghly, West
0 e
Bengal
Branch Office Kulti Bran
ESICB
'Jog Pharmacy' G T ch
60 OWBG 1 1 2 5 0 1 1 8 1 3 1 2 26
Road, Neatmatpur Offic
TRNE0
more, Dist: Burdwan e
2nd Floor, Manglik
ESICB Bran
Bhawan, 900, GT
OWB ch
61 Road. Near Star 1 1 0 4 0 1 1 8 1 3 1 3 24
MBBU Offic
Cinema, Burdwan -
R0 e
713101
ESIC Mezia BO, P.O
& Vill -Durlavpur,
Dist-Bankura, West
ESICB Bran
Bengal, Pin-
OWBD ch
62 722133.(Junction of 1 3 0 3 0 1 1 8 1 3 1 3 25
UBUR Offic
Durgapur Road &
0 e
NH-60). H/O: Sri
Subal Chandra Jana,
M-9475268541
New Park, G T
Bran
ESICB Road, Bandel,
ch
63 OWBH Hooghly, PS: 2 2 0 7 0 1 1 8 1 3 2 4 31
Offic
OCHI0 Chinnsura, PIN-
e
712123
Palzor stadium road, Bran
ESICB
Upper Sichey , ch
64 OSKG 0 0 5 0 0 1 8 1 3 0 2 20
Gangtok, Sikkim, Offic
ASIC0
Pin Code- 737101 e
ESICD ESI Bendal Hospital
Disp
SWBH Complex, GT Road,
65 ensa 3 0 0 5 0 1 1 8 1 3 0 3 25
OBAN Bendal, Hooghly
ry
1 712213
229 GT Road, Belur
ESICD Disp
Bazar, PO-
66 SWBH ensa 1 1 0 10 0 1 1 8 1 3 0 2 28
Belurmath, How-
OBEL0 ry
711202
ESICD Buckland Bridge, Disp
67 SWBH HIT Complex, ensa 3 1 0 7 0 1 1 8 1 3 0 3 28
OHIT0 Howrah-711101 ry
3/175/31, Dr. BC
ESICD Disp
Roy Saranee, 8th
68 SWBH ensa 2 1 0 9 0 1 1 8 1 3 0 2 28
Lane, Mor Pukur,
ORIS0 ry
Rishra, Dist-Hoogly
ESICD 8A, K. B. Bose Road, Disp
69 SWBK Barasat Chanpadali ensa 3 1 0 20 0 1 1 8 1 3 0 2 40
OKBB0 More, Pin-700124 ry
ESICD Serampore ESI
Disp
SWBK Hoapital Campus
70 ensa 1 1 0 9 0 1 1 8 1 2 0 3 27
OMAL PO-Mallikpara, Pin-
ry
0 712203
ESI Hospital Staff
ESICD Qtrs.Kol-97 Near 13 Disp
71 SWBK Nos.Tank,GB Block, ensa 1 1 0 1 0 1 1 8 1 2 0 2 18
OT130 Sector- III, B- ry
11/1,2&4,Kolkata
ESICD ADM Building Disp
72 SWBM (Ground ensa 1 0 0 2 0 1 1 8 1 2 0 3 19
EHAL floor),Haldia Vill- ry
0 Basudebpur, Dist-
Purba Medinipur
Pin-721602
ESICD
25, GT Road, Disp
SWBH
73 Bhadreswar, ensa 2 0 0 13 0 1 1 3 0 1 21
OBHA
Hoogly-712124 ry
0
Uluberia ESI
ESICD Disp
Hospital Campus
74 SWBH ensa 2 1 0 9 0 1 1 8 1 3 0 3 29
PO-Jaduberia,How-
OJUD0 ry
711316
Belur ESI Hospital
ESICD Disp
Campus P.O-
75 SWBH ensa 1 1 0 10 0 1 1 8 1 3 0 1 27
Sapuipara, How-
OSAP0 ry
711227
H/O-Sudhir
ESICD Hazra,Amtala,Barui Disp
76 SWB24 pur Road, ensa 3 1 0 5 0 1 1 8 1 3 0 3 26
KAN0 Kanyanagar 24 ry
PGS(S)
ESICD
Durgapur ESI Disp
SWBB
77 Hospital Campus, ensa 2 1 1 10 0 1 1 8 1 3 0 6 34
UDUR
Burdwan ry
0
ESICD Baltikuri ESI
Disp
SWBH Hospital Campus,
78 ensa 1 1 0 7 0 1 1 8 1 3 0 2 25
OBAN Bankra, Howrah-
ry
0 711403
ESICD
3A & B, Maharani Disp
SWBK
79 Swarnamoyee Road, ensa 2 0 0 6 0 1 1 8 1 3 0 2 24
OMA
Kolkata-700009 ry
H0
ESICD
37 Gopal Lal Thakur Disp
SWBK
80 Road, RKM ensa 3 1 0 14 0 1 1 8 1 3 0 0 32
ORKM
Campus, Kol-700036 ry
0
ESICD Maniktala ESI
Disp
SWBK Hospital Campus 54,
81 ensa 2 1 0 3 0 1 1 8 1 3 0 3 23
OBAG Bagmuri Road, Kol-
ry
0 700054
ESICD
kamarhati ESI Disp
SWBK
82 Hospital Campus, 1 ensa 3 1 0 14 0 1 1 8 1 3 0 3 35
OKAM
Graham Lane, kol-58 ry
0
ESICD
19/1 Manujendra Disp
SWBK
83 Dutta Road(1st ensa 1 1 1 6 0 1 1 8 1 3 0 2 25
OMDR
floor),Kol-700028 ry
0
ESICD
Kalyani ESI Hospital Disp
SWBN
84 Campus Kalyani, ensa 3 1 0 11 0 1 1 8 1 3 0 3 32
AKAL
Nadia, Pin-741235 ry
0
228/2 RBC Road,
ESICD Disp
Naihati 24 PGS(N)
85 SWB24 ensa 2 1 0 5 0 1 1 8 1 3 0 3 25
Pin-743165 (Shifting
NAI0 ry
Issue)
Model Labour
ESICD Disp
Welfare Centre, P.O-
86 SWB24 ensa 1 1 0 12 0 1 1 8 1 1 0 2 28
Birlapur,24 PGS(S)
BIR0 ry
Kol-743319
ESICD 8/2, DBC Road, Disp
87 SWB24 Budge Budge 24 ensa 3 1 0 14 0 1 1 8 1 3 0 3 35
BUD0 PGS (S) Kol-700137 ry
32 Banerjee Para
ESICD Disp
Road,
88 SWBK ensa 1 1 0 7 0 1 1 8 1 3 0 3 26
P.O.Talpukur,Pin-
OTAL0 ry
700123
Budge Budge ESI
ESICD Disp
Hospital Campus,
89 SWB24 ensa 1 1 0 4 0 1 1 8 1 2 0 0 19
P.O- Mahestala 24
MAH1 ry
PGS(S).Kol-700137-2
ESICD 26, Dr Sudhir Bose Disp
90 SWBK Road, Kidderpur, ensa 1 1 0 8 0 1 1 8 1 2 0 4 27
OKID0 Kol-700023 ry
Sri Krishna Villa ,
ESICD Disp
22/B Shibapriya
91 SWBK ensa 2 1 0 12 0 1 1 8 1 3 0 2 31
Chatterjee Road Kol-
OSCR0 ry
700061
ESICD
3,S.N.Roy Road, Disp
SWBK
92 Supermarket Kol- ensa 3 1 0 3 0 1 1 8 1 2 0 3 23
OSNR
700038 ry
0
Community
Facilities Centre,
ESICD Falta Industrial Disp
93 SWB24 Growth Centre, Sec- ensa 2 0 0 5 0 1 1 8 1 3 0 3 24
KAL0 VI, Vill-Ramnagar ry
PO-kalatalahat 24
PGS(S)
Banavilla,
ESICD Disp
Pratapgarh
94 SWB24 ensa 1 1 0 7 0 1 1 8 1 3 0 3 26
Narendrapur, 24
NAR0 ry
PGS(S), Kol-700103
ESICD Gourhati ESI Disp
95 SWBK Hospital Campus ensa 1 1 0 13 0 1 1 8 1 3 0 3 32
OMAL PO-Mallickpara, ry
1 Pin-712221

H/O-Kalidas
ESICD Roy,Brickfield Disp
96 SWB24 Road,Baruipur, ensa 2 1 0 13 0 1 1 8 1 3 0 2 32
BAR0 South 24 Parganas ry
Kol-700144
Nungi Budge Budge
ESICD ESI Hospital Disp
97 SWB24 Campus, P.O- ensa 1 1 0 13 0 1 1 8 1 2 0 2 30
MAH0 Mahestala 24 ry
PGS(S).Kol-700137-1
H/o Mrs Sapna Dey,
ESICD Disp
131 Lenin Sarani,
98 SWB24 ensa 2 1 0 12 0 1 8 1 3 0 3 31
Kanchrapara, 24
KAN1 ry
pgs, 743145
8A,South Goalapara
ESICD Road, Kankinada Disp
99 SWB24 Bhatpara ensa 1 1 0 6 0 1 1 7 3 0 2 22
BHA0 Municipality Pin- ry
743123
ESICD
Asansol ESI Disp
10 SWBB
Hospital Campus, ensa 2 1 0 4 0 1 1 8 1 4 0 2 24
0 UASA
Burdwan ry
0
ESICD Super Bazar
Disp
10 SWBB Complex, Near-
ensa 2 1 0 11 0 1 1 8 1 3 0 2 30
1 UBUR Burnpur Railway
ry
0 Stn. Burdwan
106, Madhu Sarani,
ESICD
P.O- Searsole, Disp
10 SWBB
Ranigunj Dist- ensa 1 1 0 7 0 1 1 8 1 3 0 2 25
2 URAN
Burdwan, Pin no- ry
0
713358
ESICD Andul Mouri Bazar,
Disp
10 SWBH Sankrail Subhas
ensa 2 1 0 12 0 1 1 8 1 3 0 2 31
3 OUNS Pally, PO-Unsani,
ry
0 Howrah-711302
ESICD Near Kesoram
Disp
10 SWBK Rayon Gate PO-
ensa 2 1 0 13 0 1 1 8 1 3 0 2 32
4 UNAY Nayasarai,Kuntighat
ry
0 ,Pin-712513
ESIC
ESICD Disp
10 Building,Paribahan
SWBSI ensa 2 1 0 3 0 1 1 8 1 3 0 2 22
5 Nagar,Matigara,Darj
SEV0 ry
eeling-734010
ESI Service
Dispensary
ESICD 1.Prantika Health
Disp
10 SWBB Center Complex.
ensa 1 1 1 8 0 1 1 8 1 1 0 3 26
6 UDUR Near Prantika Five
ry
1 Point Crossing. A-
Zone. Durgapur 713
204
196 E/1, PICNIC
GARDEN ROAD,
ESICD KOLKATA 700039 Disp
10
SWBK (VIP Bazar Bus stop, ensa 1 1 0 6 0 1 8 1 3 0 4 25
7
OPIC0 Colony bazar, Picnic ry
Garden, Near CBI
Branch)
House of Arun
ESICD Datta, Fulbarihat, Disp
10
SWBBI Fulbari, Binnaguri, ensa 0 0 5 0 0 1 0 1 0 0 2 9
8
JAL0 Jalpaiguri. Pin: ry
734015
Rangpo ESIC
ESICD
Dispensary, C/o Disp
10 SSKG
Shri Ganesh Sharma, ensa 1 1 0 2 0 1 8 1 0 0 0 14
9 ARAN
IBM , P.O. - Rangpo, ry
0
East Sikkim,737132
Tadong ESIC
Dispensary, C/o Ms
ESICD
Thinley Wangme, Disp
11 SSKG
5th Mile, Tadong, ensa 1 1 0 3 0 1 8 1 0 0 4 19
0 ATAD
Near Entel, P.O. - ry
0
Tadong , Gangtok,
East Sikkim
Belur ESI Hospital,
ESICH
11 PO: Sapuipara , Dist. Hos
SWBH 3 5 14 28 1 1 56 1 1 5 23 0 21 159
1 Hooghly, WB- pital
OBEL0
711227
Serampore ESI
ESICH Hospital, G.T
11 Hos
SWBH Road(W), P.o. 3 9 19 10 1 1 29 1 1 4 26 0 18 122
2 pital
OSER0 Mollick Para 712203
Hooghly
ESICH Bandel ESI Hospital,
11 SWBH Vill & P.O.- Bandel Hos
5 8 17 33 1 1 42 1 1 6 21 0 18 154
3 OBAN dist. pital
0 Hooghly,712123
ESICH
11 Kamarhati ESI Hos
SWBK 6 9 22 31 1 1 70 1 1 4 30 0 23 199
4 Hospital, kol - 58 pital
OKAM
0

ESICH Durgapur, PO -
11 Hos
SWBD Bidhannagar , 12 16 31 48 1 1 61 1 1 4 21 0 42 239
5 pital
UBID0 Durgapur - 6
ESICH
Budge Budge ESI
11 SWBK Hos
Hospital, B.B.T Road 11 14 34 38 1 1 85 1 1 7 26 0 44 263
6 OBUD pital
, Kol-700139
0
Baltikuri ESI
ESICH
11 Hospital , P.O: Hos
SWBH 6 7 18 39 1 1 66 1 1 4 14 0 19 177
7 Bankra, Dist. pital
OBAL0
Howrah
ESICH
Uluberia ESI
11 SWBH Hos
Hospital,P.O.:- 7 8 17 35 1 1 67 1 1 6 30 0 19 193
8 OULU pital
Jaduberia, Howrah
0
ESICH
Manicktala ESI
11 SWBK Hos
Hospital , Baghmari 1 3 5 3 1 1 9 1 1 7 8 0 11 51
9 OMA pital
Road , Kol-54
N0
ESICH Sealdah ESI
12 Hos
SWBK Hospital, 301/3 5 8 23 19 1 1 55 1 1 6 18 0 24 162
0 pital
OSEA0 A.P.C Road,Kol-9
ESICH
Thakurpukur ESI
12 SWBK Hos
Hospital, D.H Road , 12 33 56 122 1 1 115 1 1 13 27 0 74 456
1 OTHA pital
Joka , Kol-743512
0
ESICH
ESI Hospital, P.O.-
12 SWBN Hos
Kalyani, Dist:- 7 9 23 41 1 1 78 1 1 4 30 0 21 217
2 AKAL pital
Nadia
0
ESICH
Gourati ESI
12 SWBA Hos
Hospital, P.O. 10 9 22 67 1 1 48 1 1 4 22 0 24 210
3 NGOU pital
Angus
0
ESICH
Kanyapur ESI
12 SWBB Hos
Hospital, Asansol, 2 3 13 33 1 1 42 1 1 3 19 0 17 136
4 UASA pital
Dist. Burdwan
0
Site
Cam
Code
12 p
not Siliguri Camp office 1 0 0 5 1 3 10
5 Offic
Availa
e
ble
ESICR
12
BWBH RBO, SHIBPUR RBO 0 1 3 0 0 0 0 0 4
6
OSHI0
ESICR
RBO,
12 BWBH
CHANDANNAGA RBO 0 1 3 0 0 1 1 0 0 0 6
7 OCHA
R
0
ESICR
12 BWBK RBO, CSTC LAKE
RBO 0 1 3 0 0 0 0 0 4
8 OLAK DEPO
0
ESICR Regi
Panchdeep Bhawan,
12 OWBK onal
5/1 Grant Lane, 31 55 113 270 1 1 335 1 1 22 32 21 124 1007
9 OGRA Offic
Kolkata -12
0 e
Directorate of ESI
ESICS
(MB) Scheme , P-233 State
13 DWBK
CIT Scheme , VIII-M Dire 17 18 47 137 1 1 149 1 1 9 46 0 72 499
0 OBAG
, Baghmari Road , ctory
0
Kol-54
177/F, B T Road,
Sinchi Tower(2nd Sub
ESICS
Floor), Beside Regi
13 RWBK
Panihati onal 9 20 27 55 1 1 137 1 1 8 35 0 35 330
1 OBAR
Municipality, Offic
0
Sodepur, Kolkata- e
700114
Sub
ESICS
Regi
13 RWBD C-50,City Centre ,
onal 0 6 49 0 1 1 136 1 1 7 35 0 17 254
2 UCCN Durgapur-713216
Offic
0
e
GRAND TOTAL 310 403 579 1739 18 18 1580 18 112 104 863 18 233 773 48 1005 7821

You might also like