V6.15.Draft RFP For FMS and O&M of Non IT Equipment of DR Site Jodhpur - PD - 29.05.23
V6.15.Draft RFP For FMS and O&M of Non IT Equipment of DR Site Jodhpur - PD - 29.05.23
Overall Operation & Maintenance and FMS of Non-IT Equipment’s installed at DR site of RSDC at Jodhpur,
Rajasthan
Contents
ABBREVIATIONS & DEFINITIONS ....................................................................................................................... 6
1. INVITATION FOR BID (IFB)& NOTICE INVITING BID (NIB) ....................................................................... 8
REF NO: NO.: NO.: F5.502(1425)/DOIT/TECH/23/ DATED: .................................................................................. 8
2. PROJECT PROFILE &BACKGROUND INFORMATION ........................................................................... 10
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA......................................................................................... 11
4. SCOPE OF WORK, DELIVERABLES & TIMELINES ................................................................................... 13
1) Details of work (SoW) 13
2) Period of Contract 13
3) Scope of work for comprehensive onsite operation, maintenance & support services: 13
4) Configuration and reconfiguration/ rollback of equipment’s/ services: 15
5) Asset Management Services 15
7) BMS/ DCIM Services 16
8) Co-location support to users for the equipment’s: 16
9) Physical Security Services 17
10) Facility Management Services: 17
11) Helpdesk Support: 17
4. Project Deliverables, Milestones & Time Schedule: 17
5. INSTRUCTION TO BIDDERS (ITB)................................................................................................................ 19
1) Sale of Bidding/ Tender Documents 19
2) Pre-bid Meeting/ Clarifications 19
3) Changes in the Bidding Document 19
4) Period of Validity of Bids 19
5) Format and Signing of Bids 20
6) Cost & Language of Bidding 21
7) Alternative/ Multiple Bids 21
8) Bid Security 21
9) Deadline for the submission of Bids 22
10) Withdrawal, Substitution, and Modification of Bids 23
11) Opening of Bids 23
12) Selection Method: 23
13) Clarification of Bids 23
14) Verification of Eligibility Documents 23
15) Evaluation & Tabulation of Technical Bids 24
16) Evaluation & Tabulation of Financial Bids 25
17) Correction of Arithmetic Errors in Financial Bids 25
18) Registration with Commercial Tax Department in Rajasthan 25
The bidder should have 25
Page 2 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
GSTIN 25
Pan Number 25
The bidder should have cleared his GST dues to the Government. GST clearance certificate from the Concerned
Tax Authority must be submitted. The certificate should have been issued up to the date prior to the last date of
bid submission. 25
19) Price/ purchase preference in evaluation 26
20) Negotiations 26
21) Exclusion of Bids/ Disqualification 26
22) Lack of competition 27
23) Acceptance of the successful Bid and award of contract 27
24) Information and publication of award 28
25) Procuring entity’s right to accept or reject any or all Bids 28
26) Right to vary quantity and Repeat Orders 28
27) Performance Security 28
28) Execution of agreement 29
29) Confidentiality 29
30) Cancellation of procurement process 30
31) Code of Integrity for Bidders 30
32) Conflict of Interest 31
A Bidder may be considered to be in conflict of interest with one or more parties in a bidding process if,
including but not limited to: - 31
33) Interference with Procurement Process 31
34) Appeals 31
35) Stay of procurement proceedings 32
36) Vexatious Appeals & Complaints 33
37) Offenses by Firms/ Companies 33
38) Debarment from Bidding 33
39) Monitoring of Contract 33
6. GENERALTERMS AND CONDITIONS OF TENDER &CONTRACT ......................................................... 35
Definitions 35
1) Contract Documents 35
2) Interpretation 35
3) Language 36
4) Joint Venture, Consortium or Association 36
5) Eligible Goods and Related Services 36
6) Notices 36
7) Governing Law 36
8) Scope of Supply 36
Page 3 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
9) Delivery of services 37
10) Supplier’s/ Selected Bidder’s Responsibilities 37
11) Purchaser’s Responsibilities 37
12) Contract Price 37
13) Recoveries from Supplier/ Selected Bidder 37
14) Taxes & Duties 37
15) Copyright 38
16) Confidential Information 38
17) Sub-contracting 38
18) Specifications and Standards 38
19) Insurance 39
20) Inspection 39
21) Rejection 39
22) Extension in execution of work and Liquidated Damages (LD) 39
23) Authenticity of services 41
24) Maintenance Contract 41
25) Patent Indemnity 41
26) Limitation of Liability 42
27) Force Majeure 42
28) Change Orders and Contract Amendments 43
29) Termination 43
a) Termination for Default 43
b) Termination for Insolvency 43
c) Termination for Convenience 44
30) Exit Management 44
31) Settlement of Disputes 46
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ......................................................... 47
1) Payment Terms and Schedule 47
2) Service Level Agreements 49
3) Penalty 56
4) Special Terms and conditions 57
5) Change Requests/ Management 57
Table – Severity Factor of the Items 58
ANNEXURE-1: BILL OF MATERIAL ........................................................................................................................ 59
ANNEXURE-2: TENDER FORM .............................................................................................................................. 82
ANNEXURE 3: PRE-BID QUERIES FORMAT ....................................................................................................... 83
ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION ................................................................. 85
ANNEXURE-6: SELF-DECLARATION .................................................................................................................... 86
Page 4 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 5 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 6 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 7 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 8 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
2) This document outlines high level architecture and broad functionality of Scope of Work.
3) Bidder (authorised signatory) shall submit their offer on-line in Electronic formats. However, DD for Tender
Fees and RISL Processing Fees should be submitted physically at the office of Tendering Authority as
prescribed in NIB and scanned copy of same should also be uploaded along with the technical Bid/ cover.
4) *In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for Tender Fee and
RISL Processing Fee up to bid submission date and time, its Bid shall not be accepted. The Banker’s Cheque/
Demand Draft for Bidding document fee and Bid Security should be drawn in favour of “Commissioner,
DoIT&C” and the RISL Processing Fee in favour of “Managing Director, RajCOMP Info Services Ltd.” payable
at “Jaipur” from any Scheduled Commercial Bank.
5) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per
Information Technology Act-2000 using which they can digitally sign their electronic bids. Bidders can procure
the same from any CCA approved certifying agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already
have a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on
http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011
must register again).
6) DoIT&C will not be responsible for delay in online submission due to any reason. For this, bidders are
requested to upload the complete bid well advance in time so as to avoid 11th hour issues like slow speed;
choking of web site due to heavy load or any other unforeseen problems.
7) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for further details
about the e-Tendering process.
8) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged by
DoIT&C on a regular basis. Bidders interested for training may contact e-Procurement Cell, DoIT&C for
booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)
e-mail: [email protected]
Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
9) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the Bids.
10) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless and until a
formal contract is signed and executed between the procuring entity and the successful bidder.
11) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely on the
individual bidders to verify such information) and the information provided therein are intended only to help the
bidders to prepare a logical bid-proposal.
12) The provisions of RTPP Act 2012 and Rules thereto shall be applicable for this procurement. Furthermore, in
case of any inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules
thereto, the later shall prevail.
Page 9 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Following Data Centers were set up at different intervals as per requirements to provide efficient electronic
service delivery. List of data centres under DoIT&C are as follows: -
To ensure backup of each and every transaction for business continuity, Disaster Recovery Centre (DRC),
Jodhpur site was established. An existing data centres at Yojana Bhawan would be utilized as Near DR Site and
DRC Jodhpur to ensure business continuity.
This RFP is floated for Operations and Maintenance (O&M) and FMS services of non-IT equipment installed at
DR site of RSDC and e-Sign Data Centre at Jodhpur and e-sign DR Site at Jaipur.
Page 10 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 11 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Basic
S. No. Specific Requirements Documents Required
Requirement
a certificate of CA to the effect.
6. Mandatory Bidder should: A Self Certified letter: Annexure-6:
Undertaking a) not be insolvent, in receivership, Self-Declaration
bankrupt or being wound up, not have
its affairs administered by a court or a
judicial officer, not have its business
activities suspended and must not be
the subject of legal proceedings for any
of the foregoing reasons;
b) not have, and their directors and
officers not have, been convicted of
any criminal offence related to their
professional conduct or the making of
false statements or mis-representations
as to their qualifications to enter into a
procurement contract within a period of
three years preceding the
commencement of the procurement
process, or not have been otherwise
disqualified pursuant to debarment
proceedings;
c) Not have a conflict of interest in the
procurement in question as specified in
the bidding document.
d) Comply with the code of integrity as
specified in the bidding document.
2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above: -
a. The procuring entity shall disqualify a bidder as per the provisions under “Clause: Exclusion/
Disqualification of bids in Chapter-5: ITB”; and
b. The procuring entity may require a bidder, who was pre-qualified, to demonstrate its qualifications again
in accordance with the same criteria used to pre-qualify such bidder. The procuring entity shall disqualify
any bidder that fails to demonstrate its qualifications again, if requested to do so. The procuring entity
shall promptly notify each bidder requested to demonstrate its qualifications again as to whether or not
the bidder has done so to the satisfaction of the procuring entity.
Page 12 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
The selected bidder should purchase back-to-back support of 24 x 7 services from respective OEMs for items
mentioned in Annexure-1.
The bidder is required to provide comprehensive onsite warranty/AMC for all items mentioned in
Annexure-1 including for those items back-to-back OEM service support is asked.
2) Period of Contract
Time period of the work i.e., period of contract shall be three years from the date mentioned in work
order.
DOIT&C may choose to extend the time period of the contract for a mutually agreed period (01 year or
less) on the same terms and conditions and rates.
DOIT&C may remove any item/service/manpower from the contract at any time after informing the bidder
for the same and deduction will be made in payment accordingly.
The contract shall be effective on 24x7 hours basis.
DOIT&C, under some unavoidable circumstances, may convert any part of non-Prime time into prime
time for which the successful bidder shall be notified separately.
The contractor has to deploy the minimum manpower as per details given in chapter-7 of this RFP.
The selected bidder has to deploy some resources as per their convenience to understand the system
and for knowledge transfer before the O&M start date. Although the knowledge transfer period is at least
of 15 days, it is on the selected bidder to deploy resources for knowledge transfer for extended duration
as per their convenience. The purchaser shall not be liable to pay for the services for the knowledge
transfer period.
3) Scope of work for comprehensive onsite operation, maintenance & support services:
The Successful bidder is required to operate, maintain & provide support services for all non-IT equipment’s
installed in DR site of RSDC as per SLA defined in this RFP and items as given in Annexure 1 for complete
contract duration. Whenever battery is required to be replaced then battery shall be provided by purchaser
however installation and configuration of the same shall be manage and done by the selected bidder.
The bidder should provision sufficient manpower for operation & maintenance to successfully fulfil the scope
of work as defined in this RFP.
1) Comprehensive Onsite Operation, Maintenance & Support Services: The scope of the work for this
activity includes onsite comprehensive maintenance with spare parts for all non-IT equipment’s installed
under this project, for a period of three years (as mentioned in Annexure-1). This includes:
a. Repairing of defective parts/components,
b. Replacement of parts/components, modules, sub-modules, assemblies, sub-assemblies etc. beyond
repair with parts/components of same or better specifications ensuring compatibility,
c. Providing technical support and suitable standby for parts/components with same or better
specifications till the time the original part/component is repaired or replaced so that daily business is
not affected,
Page 13 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
d. Carrying out scheduled maintenance as per schedule of original equipment firms whose items is
installed at site.
e. Providing maintenance reports, as per format(s) to be prepared by selected bidder and approved by
DoIT&C at agreed periodicity.
f. Purchase back-to-back support of 24 x 7 Comprehensive Onsite Maintenance & Support services.
g. Software updates and Upgrades (where applicable).
2) Preventive Maintenance Services (as per OEM guidelines)
a. Preventive maintenance services are required to be taken up by the bidder, once of each quarter.
The selected bidder has to make sure that there should be at least 60 (sixty) days gap between two
consecutive preventive maintenance of a particular equipment. However, if recommended by an
OEM for any item covered and installed at site, the additional / reduce frequency must be revised
accordingly by bidder without any extra cost.
b. The bidder must inform the schedule of preventive maintenance at least 2 days before the proposed
maintenance schedule. DOIT&C Officials may not approve any request for preventive maintenance if
not made 2 days before and any delay arising due to such request will be calculated in account of the
bidder. It is also possible that the Preventive maintenances request may get re-scheduled in an
unforeseen circumstance.
c. Prepare equipment wise and date wise detailed reports of preventive maintenance services provided
in a quarter on monthly basis.
d. Prepare Assessment report of performance and future requirement of the equipment’s covered under
preventive maintenance.
e. Following preventive maintenance services are required to be taken up by the bidder on a regular
basis as per the agreed schedule or as per the maintenance schedule of original equipment
manufacturer (OEM) guidelines: -
i. To conduct preventive maintenance (including inspection, health checking, cleaning of the
equipment / items, testing, satisfactory execution of all diagnostics, necessary repairing of the
equipment / items etc.).
ii. Change / refilling / top up of consumable articles such as Gas & filters in Air Conditioners /
PAC’s, oil & filters in DG Sets, transformer, and firefighting solution etc.
iii. Trouble shooting of all hardware components whenever required and / or communicated by
department / DOIT&C.
iv. Other preventive maintenance activities of components as per OEM recommendation/
guidelines.
v. Check/repair of all power points, switches, cables, connections, or any loose contacts in the
equipment cables & connections and replace them if required as per directions of DOIT&C.
vi. Cleaning and removal of dust and dirt from the interior and exterior of the equipment / items
on daily basis.
f. The preventive maintenance shall be carried out as per the schedule preferably during non-prime
hours i.e., during night or off days and as per directions of DOIT&C officials.
g. The successful bidder is advised to regular check the earth resistance. Periodical & routine
maintenance of transformer, DG set, RMU etc. as per Annexure-1 shall be carried out by the bidder
as per OEM norms.
Page 14 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
d) Co-ordinate with respective OEM of items/service agency for repairing/ replacement of defective
parts/components.
e) Prepare equipment wise and date wise detailed reports and MIS report of corrective maintenance services
provided in a quarter on monthly basis along with copy of call report.
f) The bidder will also be responsible to assist the DOIT&C / designated agency, wrt. hardware components and
related firmware and/or patches, in sorting out issues and fixing of problems related to electrical items.
g) The bidder may provide standby equipment / parts in substitution of the fault equipment’s / parts, for time
being, if:
i. Expected time to be taken by the bidder for repair / replacement of faulty equipment / part is higher
and downtime caused due to this is affecting the whole system adversely.
ii. The standby equipment / part is of similar configuration, in good condition, should be able to integrate
in to the whole system / part and acceptable to the DOIT&C.
iii. A prior permission for such standby equipment / part should be obtained by the bidder from the
DOIT&C Officials/ designated agency.
h) Maintenance for equipment’s shall include all active and passive components like screws, clamp, fasteners,
ties anchors, supports, ground strips, wires, fibre connecting kits, gears, spares, power-cables, lightening,
Network cables etc.
i) The DOIT&C / designated agency may raise complaints by any available modes i.e., phone, e-mail etc.
The bidder shall maintain a complaint register preferably in digital and shall provide a complaint number
for each complaint. The bidder shall resolve the problem(s) within the stipulated period as mentioned in
SLA and shall record entries of all such activities in the complaint register. The bidder shall share the
copy of complaint register with the DOIT&C and/or designated agency.
j) Documentation of problems, isolation, cause and rectification procedures for building knowledge base for
the known problems.
Page 15 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
c) The bidder shall be required to perform software license management and notify tendering authority on
licensing contract renewal before 3 months of expiry.
d) The bidder shall be required to register all software (in case not registered) with respective OEMs
however renewal cost for the licenses shall be taken care by tendering authority.
e) The bidder shall use existing software for Asset Management Services with integration of DCIM tool, if
possible.
6) Vendor Management:
a) The bidder will also be responsible for vendor management in case of any requirement for any services
required from other vendors such as OEMs or their authorized service providers with prior approval of
DOIT&C Official.
b) The bidder will lodge complaint / call for services to such vendors, in case of any requirement complying
the response time for the respective equipment / items mentioned in SLA matrix defined in later part of
the RFP.
c) The bidder will record details of all such complaints / calls, its response and call resolution details and
submit the details as per the chapter: ‘Deliverables’ in this RFP.
d) Liaison with respective vendors/OEMs for repairs/replacement of items and/or
update/upgrade/troubleshoot the software/services. To perform this activity, the bidder shall:
i. Maintain equipment/software/service wise database of the various vendors and service providers
with details like contact person, telephone numbers, escalation matrix, response time and
resolution time commitments, expiry date of Maintenance Services/Warranty/Software
Assurance/Support etc.
ii. Log and escalate the calls with respective vendors/OEM/service providers within 1 hour from
occurrence of incident/ problem, repetitive pursuance, and coordinate with them to get the
equipment repaired/problems resolved.
e) Prepare Date wise details of calls logged with external vendor and their resolution time to monitor
compliance with the SLA signed with the respective vendor, if any.
Page 16 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 17 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
b. The formats for all the reports shall be prepared by the selected vendor and submitted to the
purchaser for approval. The reports submitted by the selected vendor should strictly be in the
approved format only which, if required, may be revised from time to time.
c. The quarterly payment shall be made only after receipt of deliverables which have to be submitted on
quarterly basis.
Page 18 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 19 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional circumstances, may
request the bidders to extend the bid validity period for an additional specified period of time. A bidder
may refuse the request and such refusal shall be treated as withdrawal of Bid and in such circumstances
bid security shall not be forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get extended the
period of validity of bid securities submitted by them or submit new bid securities to cover the extended
period of validity of their bids. A bidder whose bid security is not extended, or that has not submitted a
new bid security, is considered to have refused the request to extend the period of validity of its Bid.
Eligibility Documents
4 Tender Form As per Annexure-2
5 Bidder’s Authorisation Certificate along with copy of PoA/ As per Annexure-4 (PDF) + copy of
Board resolution stating that Auth. Signatory can sign the Power of Attorney (PoA)/ Copy of
bid/ contract on behalf of the firm. board resolution
All the documents mentioned in the “Eligibility Criteria,” in As per the format mentioned against
support of the eligibility the respective eligibility criteria clause
(PDF)
Page 20 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
8) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to furnish the bid
security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State
Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and Cooperative
Societies which are owned or controlled or managed by the State Government and Government
Undertakings of the Central Government.
b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily
accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision shall not
be adjusted towards bid security for the fresh bids. The bid security originally deposited may, however, be
taken into consideration in case bids are re-invited.
Page 21 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
d) The bid security may be given in the form of a banker’s cheque or demand draft or bank guarantee, in
specified format, of a scheduled bank or deposited through eGRAS. The bid security must remain valid
thirty days beyond the original or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and terms
of the bid security, must be acceptable to the procuring entity.
f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the acceptability
of proposed issuer of a bid security or of a proposed confirmer, if required. The procuring entity shall
respond promptly to such a request.
g) The bank guarantee presented as bid security shall be got confirmed from the concerned issuing bank.
However, the confirmation of the acceptability of a proposed issuer or of any proposed confirmer does not
preclude the procuring entity from rejecting the bid security on the ground that the issuer or the confirmer,
as the case may be, has become insolvent or has otherwise ceased to be creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful bid
and signing of Agreement and submitting performance security.
i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the following cases,
namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
b. when the bidder does not execute the agreement, if any, after placement of supply/ work order within
the specified period;
c. when the bidder does not deposit the performance security within specified period after the supply/
work order is placed; and
d. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in the
bidding document.
j) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at the amount of
the Performance Security, or refunded if the successful bidder furnishes the full amount of performance
security.
m) The procuring entity shall promptly return the bid security after the earliest of the following events,
namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by the successful
bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents
stipulate that no such withdrawal is permitted.
Page 22 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 23 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
verification by the tendering authority shall not relieve the bidder of its obligations or liabilities hereunder nor
will it affect any right of the department there under, If any statement, information and documents submitted
by the bidder is found to be false, manipulated or forged during verification process, strict action shall be
taken as per RTPP Act 2012.
Page 24 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
e) The number of firms qualified in technical evaluation, if less than three and it is considered necessary by
the procuring entity to continue with the procurement process, reasons shall be recorded in writing and
included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the date, time and
place of opening of their financial Bids.
Page 25 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
20) Negotiations
a) Except in case of procurement by method of single source procurement or procurement by competitive
negotiations, to the extent possible, no negotiations shall be conducted after the pre-bid stage. All
clarifications needed to be sought shall be sought in the pre-bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when the
rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and
results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through messenger or by
registered letter and e-mail (if available). A minimum time of three days shall be given for calling
negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce the
time, provided the lowest or most advantageous bidder has received the intimation and consented to
regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation
committee shall have option to consider the original offer in case the bidder decides to increase rates
originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid
evaluation committee may choose to make a written counter offer to the lowest or most advantageous
bidder and if this is not accepted by him, the committee may decide to reject and re-invite Bids or to make
the same counter-offer first to the second lowest or most advantageous bidder, then to the third lowest or
most advantageous bidder and so on in the order of their initial standing and work/ supply order be
awarded to the bidder who accepts the counter-offer. This procedure would be used in exceptional
cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
Page 26 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 27 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
i) The bid security of the bidders who’s Bids could not be accepted shall be refunded soon after the contract
with the successful bidder is signed and its performance security is obtained.
Page 28 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
d) Performance security furnished in the form specified in clause [a.] to [d.] of (c)above shall remain valid for
a period of 60 days beyond the date of completion of all contractual obligations of the bidder, including
warranty, FMS and maintenance obligation.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if any, in
the following cases: -
a. When any terms and condition of the contract is breached.
b. When the bidder fails to make complete supply satisfactorily.
c. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in the
bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited.
g) No interest shall be payable on the PSD.
h) Additional Performance Security:
a. In addition to performance security, an additional performance security shall also be taken from
the successful bidder in case of unbalanced bid. The additional performance security shall be
equal to fifty percent of unbalanced bid amount. The additional performance security shall be
deposited in lump sum by the successful bidder before execution of agreement. The additional
performance security shall be deposited through e-Grass, Demand Draft, Banker’s cheque,
Government securities or Bank Guarantee.
Unbalanced Bid means any bid below more than fifteen percent of Estimated Bid Value.
Estimated Bid Value means value of subject matter of procurement mention in bidding
documents by The Procuring Entity.
Unbalanced Bid Amount means positive difference of eighty five percent of Estimated Bid
Value minus Bid Amount Quoted by the bidder.
b. The Additional Performance Security shall be refunded to the firm after satisfactory completion of
the entire work. The Additional Performance Security shall be forfeited by the Procuring Entity
when work is not completed within stipulated period by the contractor.
29) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions of any other
law for the time being in force providing for disclosure of information, a procuring entity shall not disclose
any information if such disclosure, in its opinion, is likely to: -
a. impede enforcement of any law;
b. affect the security or strategic interests of India;
c. affect the intellectual property rights or legitimate commercial interests of bidders;
Page 29 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
d. affect the legitimate commercial interests of the procuring entity in situations that may include when
the procurement relates to a project in which the procuring entity is to make a competitive bid, or the
intellectual property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement process in
such manner as to avoid their disclosure to competing bidders or to any other person not authorised to
have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the terms of
the procurement contract, conditions aimed at protecting information, the disclosure of which violates (a)
above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter of
such nature which requires the procuring entity to maintain confidentiality, may impose condition for
protecting confidentiality of such information.
Page 30 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
vi. any coercion including impairing or harming or threatening to do the same, directly or indirectly,
to any party or to its property to influence the procurement process;
vii. any obstruction of any investigation or audit of a procurement process;
b. disclosure of conflict of interest;
c. Disclosure by the bidder of any previous transgressions with any entity in India or any other country
during the last three years or of any debarment by any other procuring entity.
c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a bidder or
prospective bidder, as the case may be, the procuring entity may take appropriate measures including: -
a. exclusion of the bidder from the procurement process;
b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;
c. forfeiture or encashment of any other security or bond relating to the procurement;
d. recovery of payments made by the procuring entity along with interest thereon at bank rate;
e. cancellation of the relevant contract and recovery of compensation for loss incurred by the procuring
entity;
f. Debarment of the bidder from participation in future procurements of the procuring entity for a period
not exceeding three years.
34) Appeals
a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is aggrieved
that any decision, action or omission of the procuring entity is in contravention to the provisions of
the Act or the rules or guidelines issued thereunder, he may file an appeal to such officer of the procuring
entity, as may be designated by it for the purpose, within a period of 10 days from the date of such
decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which
he feels aggrieved:
a. Provided that after the declaration of a bidder as successful in terms of “Award of Contract”, the
appeal may be filed only by a bidder who has participated in procurement proceedings:
Page 31 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
b. Provided further that in case a procuring entity evaluates the technical Bid before the opening of the
financial Bid, an appeal related to the matter of financial Bid may be filed only by a bidder whose
technical Bid is found to be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously as
possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section within
the period specified in (c) above, or if the bidder or prospective bidder or the procuring entity is aggrieved
by the order passed, the bidder or prospective bidder or the procuring entity, as the case may be, may file
a second appeal to an officer or authority designated by the State Government in this behalf within 15
days from the expiry of the period specified in (c) above or of the date of receipt of the order passed
under (b) above, as the case may be.
d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing of the
appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be: First Appellate
Authority: Additional Chief Secretary, IT&C, GoR
Second Appellate Authority: Secretary (Budget), Finance Department, GoR
f) Form of Appeal:
a. Every appeal under (a) and (c) above shall be as per Annexure-11 along with as many copies as
there are respondents in the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the
facts stated in the appeal and proof of payment of fee.
c. Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the
case may be, in person or through registered post or authorised representative.
g) Fee for Appeal: Fee for filing appeal:
a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be
rupees ten thousand, which shall be non-refundable.
b. The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled Bank
payable in the name of Appellate Authority concerned.
h) Procedure for disposal of appeal:
a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of
appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the
respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the
case may be, shall:-
i. hear all the parties to appeal present before him; and
ii. peruse or inspect documents, relevant records or copies thereof relating to the matter.
c. After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and
provide the copy of order to the parties to appeal free of cost.
d. The order passed under (c) shall also be placed on the State Public Procurement Portal.
i) No information which would impair the protection of essential security interests of India, or impede the
enforcement of law or fair competition, or prejudice the legitimate commercial interests of the bidder or
the procuring entity, shall be disclosed in a proceeding under an appeal.
Page 32 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 33 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
batched. If the entire quantity of goods and service is to be delivered in the form of completed work or
entire contract like fabrication work, the process of completion of work may be watched and inspections
of the selected bidder’s premises where the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be given to the
selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in writing to
the procuring entity and such change shall not relieve any former member of the firm, etc., from any
liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the contract
unless he/ they agree to abide by all its terms, conditions and deposits with the procuring entity through
a written agreement to this effect. The bidder’s receipt for acknowledgement or that of any partners
subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the
purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any other
agency without the permission of procuring entity.
Page 34 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to them:
-
a) “Contract” means the Agreement entered into between the Purchaser and the successful/ selected bidder,
together with the Contract Documents referred to therein, including all attachments, appendices, and all
documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the Agreement,
subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the
Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the Purchaser in
accordance with the terms and conditions set forth in the Contract.
f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in accordance
with the terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, resources, machinery and equipment, and/or other
materials that the successful/ selected bidder is required to supply to the Purchaser under the Contract.
h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the bidding
document.
i) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation,
training and initial maintenance and other similar obligations of the successful/ selected bidder under the
Contract.
j) “Subcontractor” means any natural person, private or government entity, or a combination of the above,
including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or
execution of any part of the related services is subcontracted by the successful/ selected bidder.
k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a combination of
the above, whose Bid to perform the Contract has been accepted by the Purchaser and is named as such in
the Agreement, and includes the legal successors or permitted assigns of the successful/ selected bidder.
l) “The Site,” where applicable, means the designated project place(s) named in the bidding document.
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and
drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any doubts as to
the meaning of any portion of these conditions or of the specification, drawing, etc., he shall, before submitting the
Bid and signing the contract refer the same to the procuring entity and get clarifications.
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all
parts thereof) are intended to be correlative, complementary, and mutually explanatory.
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the
Supplier/ Selected bidder and supersedes all communications, negotiations and agreements (whether
written or oral) of parties with respect thereto made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing, is
dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party
thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by either
party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to
Page 35 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any
waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing
breach of Contract.
e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and
signed by an authorized representative of the party granting such waiver, and must specify the right and
the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract exchanged by the
successful/ selected bidder and the Purchaser, shall be written in English language only. Supporting
documents and printed literature that are part of the Contract may be in another language provided they
are accompanied by an accurate translation of the relevant passages in the language specified in the
special conditions of the contract, in which case, for purposes of interpretation of the Contract, this
translation shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing language and all risks
of the accuracy of such translation.
6) Notices
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address
specified in the contract. The term “in writing” means communicated in written form with proof of dispatch
and receipt.
b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.
7) Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/ the
Country (India), unless otherwise specified in the contract.
8) Scope of Supply
a) Subject to the provisions in the bidding document and contract, the goods and related services, works to
be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply works shall include all such items not
specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being
required for attaining delivery and completion of the goods and related services as if such items were
expressly mentioned in the Contract.
Page 36 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
9) Delivery of services
a) Subject to the conditions of the contract, the delivery of the goods and completion of the related services
shall be in accordance with the delivery and completion schedule specified in the bidding document. The
details of supply/ shipping and other documents to be furnished by the successful/ selected bidder are
specified in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies are not
made to his satisfaction after giving an opportunity to the bidder of being heard and recording the reasons
for repudiation.
c) The Supplier/ Selected Bidder shall provide the ordered services and its troubleshooting, configuration
and maintenance of the system as per specifications within the specified delivery/ completion period at
the various sites, offices/ locations mentioned in the PO/ WO.
d) The successful bidder shall be required to shift the equipment within the building premises without any
additional cost to the purchaser.
e) The supplied manpower can be reshuffled at any of the sites as per requirements.
f) Any deputed manpower may require visiting one site to another site as per requirement. The expenses of
the visits shall be borne by the bidder.
Page 37 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
c) For goods supplied from within India, the successful/ selected bidder shall be entirely responsible for all
taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/ selected
bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected bidder to benefit
from any such tax savings to the maximum allowable extent.
15) Copyright
The copyright in all documents containing data and information furnished to the Purchaser by the Supplier/
Selected Bidder herein shall remain vested in the Purchaser.
17) Sub-contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency
without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded under
the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier/
Selected Bidder from any of its obligations, duties, responsibilities, or liability under the Contract.
c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or contract.
Page 38 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
19) Insurance
a) The Manpower supplied under the Contract shall be fully insured. The Purchaser shall not be responsible
for any mishappening with the supplied Manpower at the site. The insurance charges will be borne by the
supplier and Purchaser will not be required to pay such charges if incurred.
b) The services will be delivered at the FOR destination in perfect condition.
20) Inspection
a) The Purchase Officer or his duly authorized representative shall inspect the relevant documents of the
profiles as prescribed in the RFP. If required, the supplied manpower may be interviewed to verify the
required skills of the profile at time of joining in presence of senior official of the supplier.
b) The supplier/ selected bidder shall furnish complete information of the profiles.
21) Rejection
a) The manpower deputed by the supplier, if required, shall be reviewed by the purchaser in terms of its
qualifications, experience, efficiency, cooperation, discipline and performance and services. The
purchaser, upon finding any deficiency in any of the parameter, may reject any of the manpower by giving
7 days’ time, as decided by the purchaser, which the selected bidder has to replace within the given time
frame.
b) If, however, due to exigencies of RSDC work, such replacement either in whole or in part, is not
considered feasible, the Purchaser Officer after giving an opportunity to the selected bidder of being
heard shall for reasons to be recorded, deduct penalty equals to twice the amount quoted for the
respective resource as mentioned in the respective BoQ. The deduction so made shall be final.
Page 39 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
specified in the bidding document and/ or contract. Once the maximum is reached, the Purchaser may
terminate the Contract pursuant to clause “Termination”.
b) The payment of the services would not be applicable of the personals which are not supplied/deputed or
found not qualified.
c) The time specified for delivery in the bidding document shall be deemed to be the essence of the contract
and the supplier/ selected bidder shall arrange goods supply and related services within the specified
period.
d) Delivery period may be extended with or without liquidated damages, if the delay in the supply of goods
or service is on account of hindrances beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for extending
the delivery period of service, if he/she finds himself/herself unable to complete the supply of goods
or service within the stipulated delivery period or is unable to maintain prorate progress in the supply
of goods or service delivery. This request shall be submitted as soon as a hindrance in delivery of
goods and service occurs or within 15 days from such occurrence but before expiry of stipulated
period of completion of delivery of goods and service after which such request shall not be
entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the execution of work/
delivery of goods and service and the period of delay occurred due to that and recommend the
competent authority on the period of extension which should be granted with or without liquidated
damages.
iii. Normally, extension in delivery/ execution period of goods and service in following circumstances
may be considered without liquidated damages:
a. When delay has occurred due to delay in supply or approval of drawings, designs, plans etc. if
the DOIT&C was required to supply or approve them to the supplier of goods or bidder as per
terms of the contract.
b. When delay has occurred in supply of materials etc. if these were required to be supplied to the
supplier or bidder by the DOIT&C as per terms of the contract.
c. When the delay has occurred in providing space or any other infrastructure, if DOIT&C was
required to provide the same as per the terms of the agreement.
iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to the
contract with suitable denial clauses and with or without liquidated damages, as the case may be,
shall be issued. The amendment letter shall mention that no extra price or additional cost for any
reason, whatsoever beyond the contracted cost shall be paid for the delayed supply of goods and
service.
v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of goods
and/ or services rendered by the contractor after the expiry of the stipulated delivery period, if no
formal extension in delivery period has been applied and granted. The competent authority shall have
right to cancel the contract with respect to undelivered goods and/ or service.
vi. If tendering authority is in need of the good and/ or service rendered after expiry of the stipulated
delivery period, it may accept the services and issue a letter of extension in delivery period with usual
liquidated damages and denial clauses to regularize the transaction.
vii. In case of extension in the delivery and/ or installation and commissioning period is granted with full
liquidated damages, the recovery shall be made on the basis of following percentages of value of
goods or service which the supplier/ selected bidder has failed to supply/install/ commission complete
as per the delivery schedule mentioned in this RFP:
S.
Condition LD %*
No.
Delay up to one fourth period of the prescribed period of delivery, successful
a. 2.5 %
installation and completion of work
Delay exceeding one fourth but not exceeding half of the prescribed period of
b. 5.0 %
delivery, successful installation and completion of work
Page 40 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Delay exceeding half but not exceeding three fourth of the prescribed period of
c. 7.5 %
delivery, successful installation and completion of work
Delay exceeding three fourth of the prescribed period of delivery, successful
d. 10.0 %
installation and completion of work
i. Fraction of a day in reckoning period of delay in supplies, successful installation and completion of
work shall be eliminated, if it is less than half a day.
ii. The maximum amount of liquidated damages shall be 10% of the contract value.
iii. *The percentage refers to the payment due for the associated works/ goods/ service/ manpower.
iv. LD shall be applicable on maintenance charges quoted by the bidder as per RFP.
Page 41 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in the country
where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose
indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the
use of the Goods or any part thereof, or any products produced thereby in association or combination
with any other equipment, plant, or materials not supplied by the supplier/ selected bidder, pursuant to the
Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising out of the matters
referred to above, the Purchaser shall promptly give the supplier/ selected bidder a notice thereof, and
the supplier/ selected bidder may at its own expense and in the Purchaser’s name conduct such
proceedings or claim and any negotiations for the settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt of such
notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to
conduct the same on its own behalf.
d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available assistance to the
supplier/ selected bidder in conducting such proceedings or claim, and shall be reimbursed by the
supplier/ selected bidder for all reasonable expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its employees,
officers, and Subcontractors (if any) from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s
fees and expenses, which the supplier/ selected bidder may suffer as a result of any infringement or
alleged infringement of any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the Contract arising out of or in
connection with any design, data, drawing, specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
Page 42 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the DOIT&C in
writing of such conditions and cause thereof within 15 days of occurrence of such event. Unless
otherwise directed by DOIT&C, the supplier/ selected bidder shall continue to perform its obligations
under the contract as far as reasonably practical.
d) If the performance in whole or part or any obligation under the contract is prevented or delayed by any
reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate the
contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the DOIT&C, the DOIT&C may take the case with the
supplier/ selected bidder on similar lines.
29) Termination
a) Termination for Default
i. The tender authority may, without prejudice to any other remedy for breach of contract, by a written
notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in
whole or in part: -
a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within the time
period specified in the contract, or any extension thereof granted by DOIT&C; or
b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the
specified period of delivery of service or any extension granted thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be engaged in
corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract.
ii. If DOIT&C terminates the contract in whole or in part, amount of PSD may be forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most finance person available
in the office and of legal adviser or legal assistant posted in the office, if there is one, may be
obtained.
iv. As on effective date of termination, Tendering Authority may pay:
a. the unpaid value of all the assets supplied by the Bidder and accepted by the purchaser
in accordance with the RFP specifications in order to take over the possession of the
assets / application.
b. all the services delivered by the Bidder and accepted by the purchaser, the consideration
payable shall be based on service rate as per agreement.
b) Termination for Insolvency
DOIT&C may at any time terminate the Contract by giving a written notice of at least 30 days to the
supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise insolvent. In
such event, termination will be without compensation to the supplier/ selected bidder, provided that such
termination will not prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to DOIT&C.
Page 43 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 44 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 45 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
throughout the transfer process or until the cessation of the services and of the management
structure to be used during the transfer; and
iii. Plans for the communication with such of the selected bidder's, staff, suppliers, customers and any
related third party as are necessary to avoid any material detrimental impact on the department
operations as a result of undertaking the transfer; and
iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms of
business continuance and hand holding during the transition period, to the tendering authority or its
nominated agencies, and Replacement Operator for a reasonable period, so that the services
provided continue and do not come to a halt.
v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure that
it is kept relevant and up to date.
vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by the
tendering authority or its nominated agencies.
vii. In the event of termination or expiry of SLA, Project Implementation, Operation and Management
SLA or SOWs each party shall comply with the Exit Management Plan.
viii. During the exit management period, the selected bidder shall use its best efforts to deliver the
services.
ix. Payments during the Exit Management period shall be made in accordance with the Terms of
Payment Clause.
x. It would be the responsibility of the selected bidder to support new operator during the transition
period.
Page 46 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 47 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
The selected bidder ensures that required DG Set, UPS, Transformer, Bus Duct and PAC/CAC will be repair by
OEM only and for all other equipment the selected bidder may repair by their own.
Note: Payment for a period shorter than a quarter (if any) at the end of the contract shall be made on pro-rata
basis. (Payment shall be made on as per actual basis)
Page 48 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
The tendering authority will regularly review the performance of the services being provided by the selected
bidder, if any deficiency is found in the services penalties will be imposed as per terms and conditions.
In case of penalties on account of absentees is more than 50% of quarterly payment towards FMS services for
any three consecutive quarters during the entire contract period, it may be treated as breach of contract and
purchaser may invoke the termination clause.
In case of penalties on account of service level agreement is more than 20% of total quarterly payment of
Comprehensive onsite Maintenance Services except those defined in (B): “Manpower availability service levels”
for any three consecutive quarters during the entire contract period, it may be treated as breach of contract and
purchaser may invoke the termination clause.
i. Bidder is required to provide a minimum overall uptime of 99.75% on quarterly basis for each equipment
covered under the contract. The uptime/ downtime report of all the equipment’s shall be generated from
the FMS Tools deployed at DR site of RSDC/RSDC.
ii. The DOIT&C Official may add/ remove any item at any time from the contract after intimating to the
bidder.
iii. Bidder shall provide services as per SLA matrix, which defines maximum acceptable response as well as
rectification times for resolving the hardware issues.
Page 49 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Note:
1) Equipment/Services Downtime is the time in hours that the equipment/ Services is not available and
excludes planned downtime, which are approved by the tendering authority and the link failures that are
taken from third party. The downtime shall be calculated from the BMS/DCIM, as may be applicable. In
case, downtime of any equipment/ Services is not available on BMS/DCIM, it shall be calculated from the
helpdesk or available any other alternative tools/means.
2) It is clarified that the downtime on account of delay by the OEM in repairing / replacing equipment’s/
Services for which warranty/maintenance contract already exists (or was taken by tendering authority)
shall not be counted subject to timely call logging for vendor management.
3) Severity factors of each equipment’s mentioned in RFP (Table - Severity Factor of the Items) would be
use for calculation. The severity factor for to be procured items would be communicated accordingly.
4) Total time is equal to total number of hours in the given quarter.
5) Planned Downtime means any time when the equipment’s is unavailable because of maintenance,
configuration/reconfiguration, or other services with the prior approval of tendering authority.
6) Example: For 90days in a quarter. Total time in quarter is 129600 minutes and total uptime is 99.75%
i.e., 129276 minutes. Total downtime allowed is 324 minutes in a quarter. For SLA calculation equipment
wise downtime will be calculated and thereafter sum of all equipment downtime should be less than 324
minutes in a quarter for non-applicability of penalty.
7) Overall, Power Availability (Availability through DG, UPS, Transformer and raw power) from all the
sources should be 100%. However, SLA for any individual source shall be 99.75%. In case, power
availability from all the sources not available at any point of time, then it may be treated as breach of
contract and the purchaser may invoke the clause of termination by default.
8) In case the deviation reported by Third-party auditor (TPA) is not closed in two quarter from the reported
date, then the penalty as per the severity level (high & medium) of deviation shall be imposed. However,
if the deviations are not closed for three consecutive quarter, then it may be treated as breach of contract
and the purchaser may invoke the clause of termination by default.
Page 50 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
SLA matrix:
The bidder shall provide the required services as per SLA matrix given below: -
Sl. Severity Equipment/ items Response Max. Resolution
No Level Time Time
1. Level 1 DG set 10 Minutes 2 Hour
Main/Common power feeders (Major
electric failure)
UPS
Precision AC
Synchronization Panel
Transformer
Bus Duct
BMS
Firefighting system
2. Level 2 Electrical feeder /Panels, 10 Minutes 8 Hours
3. Level 3 Comfort Air Conditioning Within two Two working days
Electrical wiring & fittings, cabling. Hours
All other as per Annexure 1
Note: The bidder is advised to keep sufficient stocks of spares at Jodhpur office to meet the above SLA time
matrix for maintenance for 24 x 7. The department Official will have right to inspect the stock at any time during
the contract period.
The time mentioned in above table shall not be counted as ‘Down Time’.
In case the bidder is permitted for providing Stand-By equipment / part in replacement of faulty
equipment / part till the faulty equipment / part is repaired / replaced in order to complete removal of the
fault, the tendering authority may relax the period for which standby equipment / part is placed from
counting the downtime for the said item subject to a maximum period of 5 days.
In case of three repetitive faults in any equipment due to same reason in a quarter, the time as
mentioned time shall be added to the downtime while calculating the overall down time for that quarter
and bidder shall replace the defective component / part within three days.
Payment shall be made accordingly SLA maintained by selected vendor. SLA shall be calculated by
manpower availability, machine/power uptime and other related parameters. Downtime/uptime shall be
calculated by TPA/DOIT&C officials based on logs maintain by FMS team or logs generated by
respective machines.
Planned Down Time:
The Bidder has to seek prior approval from the DOIT&C / designated agency for the planned downtime
required, if any.
Approved downtime should not overrun to prime hours of the following day. The planned downtime
would not be added to the SLA downtime unless it runs into prime hours of the following day.
Planned downtime should be taken in ‘Non-Prime Hours’. If downtime is unavoidable in prime hours, the
bidder should take approval by giving justifiable reasons for the same.
The bidder shall deploy sufficient trained manpower in three shifts to provide Facility Management Services to
meet out the SLA. Minimum personnel required to be deployed are as under.
Requirement at DR site of Rajasthan State Data Centre at Jodhpur (Total-31)
Sl. Staff Shift Shift Shift Shift (S3) Total Penalty on non-
Page 51 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Bidder shall be free to appoint as many team members, over and above the manpower specified for FMS, as
deemed fit by them, to meet out the time Schedule and SLA requirements without any extra cost.
Number of man power may be increase or decrease and shift timing may be change during the entire project
period as per requirement. However, any concern manpower should also be available on call during any
emergency.
Bidder shall always maintain above minimum manpower on-site throughout the period of the contract. He is
also required to provide technician as and when required for preventive and regular maintenance work and as
per required as per department requirement. Any leave reserve of deployed staff shall be maintained and
managed by selected bidder.
The Successful bidder has to ensure proper replacement for week off/absence/leave of any manpower
resource without any cost. Every resource must hand over its own work and status of his shift to subsequent
resource in next shift.
The successful bidder is required to maintain the proposed minimum manpower as per the proposed
schedule of the shifts, and should not remain vacant.
Manpower allocation in two consecutive back-to-back shift shall not be encouraged unless critical
circumstances with prior approval/intimation to purchaser.
The resources shall be deployed by the successful bidder to manage the DR site of datacentre 24x7 and
maintain the service level requirements. Provisions of leave reserve, providing leaves and other facilities /
perks shall be as per bidder’s prevailing policies / practices which shall be taken care by bidder without any
liability and/or financial implications on the part of Purchaser.
Periodic training to concerned persons for procedures to be followed for applicable Certification shall be
provided by the bidder at no extra cost.
The team deployment plan at the site during O&M shall be prepared by bidder periodically and shall obtain
approval from designated authority of tendering authority prior to its implementation.
The FMS team shift roster during FMS period shall be prepared by the bidder periodically and shall submit to
designated authority of tendering authority prior to its implementation.
No resource shall be absent without prior permission of the designated authority. Penalty on non-availability
of any resource shall be as under:
Sl. No. of absence Applicable Penalty / Actions
No. shifts per role in
a quarter
1. > 0 but <= 10 No. of absence shifts x Amount defined in the column ”7” of above-
mentioned tables “Minimum Manpower Resources table”
2. > 10 but <=30 No. of absence shifts x 1.5 x Amount defined in the column ”7” of above-
Page 52 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
An absence of more than half an hour from the workplace, without having permission of Designated Authority
shall be considered as absent for the shift.
If number of absences is more than 30, the cost of manpower will be deducted from QGR.
In case of no resource from the deployed resources is available in a particular domain in a particular
shift (excluding general shift), where domain resource is required as per RFP and same has been
deployed by the bidder, then such shift shall be treated as vacant shift for that particular domain. The
penalty on vacant shift for the domain shall be as under: -
Operational Hardware, Software and other resources: All the required consumables shall be arranged by the
successful bidder at his own cost. The equipment’s deployed shall generally not be moved from the place of
installation except for the purpose of repair/ maintenance with permission of tendering authority.
Manpower Change
The replacement of resources by bidder after deployment will be allowed (without penalty) only in case, the
resource leaves the organization by submitting resignation with the present employer or completed at least
two years tenure in the RSDC with due approval of the tendering authority. The bidder has to deployed new
resource in replacement before one month of the leaving of existing resource to hand over his charge and
knowledge transfer to his successor and with due acknowledgement of the tendering authority, where the
resources are less than 2 numbers. In case of failure to meet the standards of the purchaser, (which includes
Page 53 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
efficiency, cooperation, discipline, and performance) bidder may be asked to replace the resource without any
penalty for replacement/exit.
The penalty per resource would be imposed in case of exit/replacement of resource from the project as per
the details given below
Page 54 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 55 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
S.
Service Description Measurement Parameter Target Penalty
No.
1. Various service related to Resolution time measured as 1 hour for 1% of the Agreed
comprehensive onsite the time taken by the DCO to incident of Quarterly Payment for
maintenance and FMS troubleshoot and fix the severity level every 30 mins (or its
promptly problem. 1; part) delay.
Call will be treated as logged 4 hours for 0.5% of the Agreed
immediately after any incident/ incident of Quarterly Payment for
problem occurs/ request severity level every 60 mins (or its
made. 2; part) delay.
A. It is clarified that the downtime on account of delay by the OEM/maintenance service provider (other than
DCO) in repairing / replacing equipment’s for which either warranty/comprehensive maintenance has not
been asked for from the DCO or for which warranty already exists (or was taken by tendering authority) shall
not be counted.
B. Tendering authority reserves the right to define severity levels of services. Not mentioned below.
3) Penalty
Penalty Capping
Total penalties except those defined in (B): “Manpower availability service levels” shall not be higher than 20% of
Agreed Quarterly Gross Receivables (QGR) for respective quarter whereas total penalty including penalties
towards “Manpower availability service levels” shall not be higher that the Agreed Quarterly Payment for
respective quarter.
Page 56 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 57 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
be used for cost estimation, efforts of all technical resources- project manager, analyst, software
developer, testing engineer, database architecture etc. shall be taken into account for total man-
month estimation to carry out the s/w development resulting from the change request. For all
technical resources irrespective of their experience and specialisation, the quoted man-month rate
shall be used. Efforts of support staff shall not be taken into consideration for this purpose.
Implementation of the change – The change will be implemented in accordance to the agreed cost,
effort, and schedule by the selected bidder.
Verification of the change - The change will be verified by DOIT&C on implementation of the change
request.
d) All changes outside the scope of supplies agreed to herein which may have likely financial implications in
terms of the overall cost/ time of the project shall be undertaken by SI only after securing the express
consent of DOIT&C. In the event that the consent of DOIT&C is not received then the change will not be
carried out.
e) While approving any change request, if required, DOIT&C may ask the bidder to deploy the required
resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an increase or decrease in
cost of, or the time required for, firm’s performance of any provisions under the Agreement, equitable
adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and the Agreement
shall accordingly be amended. Any claims by firm for adjustment under this must be asserted within 30
(thirty) days from the date of SI receiving the DOIT&C change order which shall not be unreasonably
withheld or delayed.
Page 58 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Table-A: Overall item list of non-IT equipment for operation & maintenance and FMS
Sl. Item Name Model Make UOM Actual
No. Quantity
(onsite)
1 Double Uneven Leaf Fire Rated steel NA Horman Nos. 5
Door with Vision Panel
SS ball bearing butt hinges, lock, SS
lever with the internal thumb turn &
external key operation with heavy duty
door closer
2 Single Leaf Fire Rated Door with Vision NA Horman Nos. 7
Panel
SS ball bearing butt hinges, lock, SS
lever with the internal thumb turn &
external key operation with heavy duty
door closer
3 Tile puller NA UNITILE Nos. 2
4 BMS and IT support Staff work station NA Pyrotech Nos. 36
60 mm tile based system including
tiles.Height of system will be
1200mm.System has one MDF Marker
board & one fabric pinup board inner
side above worksurface & metal tile
below worksurface at inner 1 mm thick
CRCA. side.System has metal tile at
outer side. Work top size
1200mmX600 mm.Table tops are of
25mm thick & gable ends are of 18 mm
thick pre-laminated particleboards
icroproce to IS:12823 interior board
confirming to IS:12823 interior grade
with matching pvc edge banding. All
the exposed edges are sealed with
2mm thick imported pvc edge banding
on sides & bottoms. The top & drawer
facia are sealed with 2mm thick pvc
edge. The drawer unit consists of 2 box
drawer & 1 file drawer. The sides of
inside drawer box are of prelam
particle board. The drawer box is fitted
with roller slide for free movement. The
drawer unit is provided with central
locking system, where in the three
drawer are locked with one key. PVC
recessed handles are provided for
easy opening and closing of drawer.
The drawer unit is fitted on casters
(optional) for easy mobility. The
complete furniture unit is factory
assembled with knock down fittings.
The pedestrial is lifted with additional
(5th) castor to avoid icropro of
pedestral in case of opening of any/all
of the three drawers. CPU Trolly: The
base is made of 1.6 mm thick CRCA
and the sides are made of 1.2 mm
thick. The width of the trolley can be
Page 59 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 60 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 61 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 62 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 63 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 64 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 65 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 66 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 67 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 68 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 69 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 70 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 71 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 72 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 73 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 74 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Table-B: List of items for which back-to-back OEM support service warranty is required (Bidder is
required to mandatory submit the MAF in the bid for these items)
Page 75 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 76 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 77 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 78 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 79 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 80 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Note:
1. The Bidder can see the items installed at site, quote after seeing site & present conditions of equipment’s.
2. Payment will be made on quarterly basis.
Page 81 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Telephone Number(s)
GST Number
PAN Card Number
Email Address
Website
Fax No.
Mobile Number
Certification/Accreditation/Affiliation,
if Any
3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited vide
Online/DD/BC/receipt no. _______ dated ___________.
4) The requisite DOIT&C processing fee amounting to Rs. ________/- (Rupees <in words>) has been deposited
vide DD/BC/receipt no. _______ dated ___________.
5) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited vide Banker’s
Cheque/ DD No. ___________ dated ___________.
6) We agree to abide by all the terms and conditions mentioned in this form issued by the Empanelment
Authority and also the further conditions of the said notice given in the attached sheets (all the pages of which
have been signed by us in token of acceptance of the terms mentioned therein along with stamp of the firm).
Date:
Page 82 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Company/Firm Contacts:
Contact Person (s) Address for Email-Id(s) Tel. Nos. & Fax Nos.
Correspondence
Query/Clarification Sought:
(MS-Excel Sheet Format)
Sl. Bidder RFP RFP RFP Page Clause Query/Clarification/
No. Name Chapter Clause No. Details as Suggestion
No. No. per RFP
Note: Queries must be strictly submitted in the prescribed format (.XLS/ .XLSX/ .ODF). Queries not submitted in
the prescribed format will not be considered/ responded at all by the procuring entity. Also, kindly attach the
colored scanned copy of the receipt towards the submission of the bidding/ tender document fee.
Also, the bidders having purchased the tender/ RFP document will only be responded to i.e., their pre-bid queries
will be entertained and responded. Also, the softcopy of the queries (only in MS-Excel Sheet format) should also
be submitted through e-mail at: [email protected]
Page 83 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign relevant
documents on behalf of the company/ firm in dealing with NIB reference No. ______________________ dated
_________. He/ She is also authorized to attend meetings & submit technical & commercial information/
clarifications as may be required by you in the course of processing the Bid. For the purpose of validation, his/
her verified signatures are as under.
Thanking you,
Page 84 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
To,
The Commissioner ,
CERTIFICATE
This is to certify that, the specifications of the required services in the RFP which I/ We have mentioned in the
technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity with the
minimum specifications of the bidding document and that there are no deviations of any kind from the
requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby submit our
token of unconditional acceptance to all the terms & conditions of the bidding document without any deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-end
implementation and execution of the project, to meet the desired Standards set out in the bidding Document.
Thanking you,
Authorised Signatory: -
Date:
Place:
Page 85 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
ANNEXURE-6: SELF-DECLARATION
{To be filled by the bidder}
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title}, as
an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby declare
that presently our Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and competence
required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either
indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country during the last
three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a court
or a judicial officer, not have its business activities suspended and is not the subject of legal
proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal offence related to
their professional conduct or the making of false statements or misrepresentations as to their
qualifications to enter into a procurement contract within a period of three years preceding the
commencement of the procurement process, or not have been otherwise disqualified pursuant to
debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially affects the
fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the
provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be forfeited in full
and our bid, to the extent accepted, may be cancelled.
Thanking you,
Page 86 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
To,
The Commissioner ,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, Tilak Marg
C-Scheme, Jaipur-302005 (Rajasthan)
2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any deviations.
Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for carrying out the
project in accordance with your RFP.
4. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and
your notification of award shall constitute a binding Contract between us.
5. I/We agree to abide by this RFP for a period of 90 days from the closing date fixed for submission of bid as
stipulated in the RFP document.
6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption
Act, 1988”.
8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP.
9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by
Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of the
project for performing their duties with respect to this project. We understand that our non-cooperation for the
same shall be grounds for termination of service.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Page 87 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Dear Sir,
We, the undersigned bidder, having read & examined in detail, the Bidding Document, the receipt of which is
hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work,
Bill of Material, Technical specifications, Service Level Standards & in conformity with the said bidding document
for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price is inclusive
of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties as
mentioned in the financial bid.
I / We undertake, if our bid is accepted, to deliver the services in accordance with the delivery schedule specified
in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance
guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of 90 days after the last date fixed for bid submission and it shall
remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your
notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained
in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not
submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
Page 88 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Important Note- Selection method is Least Cost Based Selection (LCBS or L1) (Total Amount).
BOQ-1
Overall Maintenance of items installed in DR site RSDC as per items details enclosed in Annexure-1 of
RFP. The bidders should have to provide back-to-back maintenance contract for 24 X 7 of items installed
as per details given in Annexure-1: Bill of Material) and Chapter 4: Scope of Work of RFP.
{To be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Note: This is an Indicative Financial bid format of BoQ. The BoQ available at e-procurement portal shall be
considered as final.
Page 89 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 90 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 91 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 92 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 93 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
26 Transformer : Nos. 2
1250 KVA, 11KV/433V, Vector
symbol Dyn11, Z=6.25%,
Delta/Star connected, ONAN,
Ester oil type, 3 Phase/3 Phase
neutral, outdoor type Distribution
transformer with OLTC and
complete with all standard
accessories, HT cable box,
suitable Flanges for 2000A
Busduct on Secondary side etc.
Transformers shall be
designed for 45 deg
27 Isolator Panel (2000Amp) SET 2
(Schneider) 5 nos Relay –
Master Relay (1 Nos.), Trip
Circuit Relay (1 Nos.), VMR
Relay (1 Nos.) and Earth Faulty
Relay (2 Nos.).
28 LT Panel: Nos. 2
415V MAIN LT PANEL, suitable
for 415Volts 3Phase
4wiresystem, fabricated from
14/16SWG CRCA sheet steel,
single fronted, free standing,
front hinged, rear removable,
extendable on both sides, dust &
vermin proof, cubicle type, floor
mounted, undrilled gland plates
at top/bottom, complete with
internal wiring, ferrules, name
plates, painting etc
29 Row Power Panal: Nos. 2
250A, 4P 30 KA, MCCB having
Electronic Trip Unit with
adjustable protection against
Overload and Short Circuit
30 PAC Panel: Nos. 2
400A, 4P 30 KA, MCCB having
Electronic Trip Unit with
adjustable protection against
Overload and Short Circuit
31 UPS Output PDU Panel: Nos. 4
630A, 4P 15 KA, MCCB having
Electronic Trip Unit with
adjustable protection against
Overload and Short Circuit
Page 94 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 95 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 96 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 97 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 98 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
Page 99 of 135
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan
BOQ-2
Overall Operation of Systems installed in DR site RSDC as per items details enclosed in Annexure-1 and
as per number of persons / shifts details, Service Level Agreements (SLA) given in RFP. The bidder must
deploy the manpower at DR site Jodhpur premises as per details given in Chapter 7: Special Terms And
Conditions Of Tender & Contract of RFP.
{To be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Note: This is an Indicative Financial bid format of BoQ. The BoQ available at e-procurement portal shall be
considered as final.
Sl. Manpower UOM Per day Man Total Man Total GST* Total Man
No. Shift Month rate Month on Column Month Cost
Required (Excluding Rate -6 (If (Including
at DR GST) (Excluding Applicable) GST)
site GST)
RSDC
1 2 3 4 5 6=(5*4) 7 8=(6+7)
BOQ-3
Summary BoQ of BoQ-1 and BoQ-2
{To be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Note: This is an Indicative Financial bid format of BoQ. The BoQ available at e-procurement portal shall be
considered as final.
Sl. Respectiv Item Description Qty Units Total TOTAL GST TOTAL GROSS
No. e BoQ Amount as AMOUNT on AMOUNT In TOTAL
per column – 6 Words AMOUNT
respective (Inclusive of (Inclusive of (Inclusive
BoQ in Rs. all Taxes & all Taxes & of all
(Inclusive GST) GST) Taxes &
of all Taxes GST)
and without
GST)
1 2 3 4 5 6 7 8=6+7 9=4X8
1 BoQ-1 Overall 36 Month
Maintenance of s
items installed in
DR site RSDC as
per items details
enclosed in
Annexure-1 of
RFP. The bidders
should have to
provide back-to-
back maintenance
contract for 24 X 7
of items installed
as per details
given in Annexure-
1: Bill of Material)
and Chapter 4:
Scope of Work of
RFP.
2 BoQ-2 Overall Operation 36 Month
of Systems s
installed in DR site
RSDC as per items
details enclosed in
Annexure-1 and as
per number of
persons / shifts
details, Service
Level Agreements
(SLA) given in
RFP. The bidder
must deploy the
manpower at DR
site Jodhpur
premises as per
details given in
Chapter 7: Special
Terms And
Conditions Of
Tender & Contract
of RFP
3 Total Amount of all BoQ’s (Si No 1+Si No 2)
4 Amount in Words as per Si no 3
*In column no 6,7 & 8 amount must be same as respective BoQ (See Column No=2).
Important Note- Selection method is Least Cost Based Selection (LCBS or L1) based on Si No=3 (Total
Amount).
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no.
<please specify> M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the
“Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as
mentioned in the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs.
______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated _________
issued by DOIT&C, IT Building, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur, Rajasthan
(hereinafter referred to as “DOIT&C”) by a Bank Guarantee from a Nationalised Bank/ Scheduled
Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please
specify> days from the date of submission of bid). It may be extended if required in concurrence with the bid
validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees
<in words>)> to the DOIT&C as earnest money deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the
Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and
branch Office at…………………... (Hereinafter referred to as the Guarantor) do hereby undertake and agree
to pay forthwith on demand in writing by the DOIT&C of the said guaranteed amount without any demur,
reservation or recourse.
3. We, the aforesaid bank, further agree that the DOIT&C shall be the sole judge of and as to whether the
Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or
suffered by or that may be caused to or suffered by the DOIT&C on account thereof to the extent of the
Earnest Money required to be deposited by the Bidder in respect of the said bidding document and the
decision of the DOIT&C that the Bidder has committed such breach or breaches and as to the amount or
amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or
suffered by the DOIT&C shall be final and binding on us.
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until
it is released by the DOIT&C and it is further declared that it shall not be necessary for the DOIT&C to
proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be
invoked against the Bank, notwithstanding any security which the DOIT&C may have obtained or shall be
obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that
may be outstanding or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered
post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have
been given to us after the expiry of 48 hours when the same has been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the
period of this guarantee on the request of our constituent under intimation to you.
7. The right of the DOIT&C to recover the said amount of <Rs. ______________ (Rupees <in words>)> from us
in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s.
……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer,
tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to <Rs.
______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period i.e.
<please specify> days from the last date of bid submission and unless a demand or claim under the
guarantee is made on us in writing within three months after the Bid validity date, all your rights under the
guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby
submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other
proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in
or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the Memorandum
and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by
express delegation of power/s and has/have full power/s to execute this guarantee under the Power of
Attorney issued by the bank in your favour.
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her
favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons
mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank
Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp
paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by DOIT&C
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank Officials
signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee, mentioning
Bid reference, Bid title and bidder name, directly to the DOIT&C at the following address:
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block,
Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, YojanaBhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by the
DOIT&C. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs........................... (Rupees..............................only).
9. It shall not be necessary for the DOIT&C to proceed against the contractor before proceeding against the
Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security
which the DOIT&C may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We undertake that
this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of expiry of Bank
Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next
working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the memorandum
and articles of Association/constitution of our bank and the undersigned is/are the recipient of authority by
express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney
issued by the bank.
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the DOIT&C
For and on behalf of the DOIT&C
Signature
(Name & Designation)
This Contract is made and entered into on this ______day of ________, 2023 by and between Department of
Information Technology & Communication (DOIT&C), having its head office at IT Building, Yojana Bhawan, Tilak
Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ DOIT&C) which term or
expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and
assignees on ONE PART
And
M/s__________________, a company registered under the Indian Companies Act, 1956 with its registered office
at _____________________ (herein after referred as the “Successful Bidder/ Supplier”) which term or
expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and
assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title>as per the Scope of Work and Terms and
Conditions as set forth in the RFP document dated _________ of <NIB No _________________>.
And whereas
M/s______________ represents that it has the necessary experience for carrying out the overall work as referred
to herein and has submitted a bid and subsequent clarifications for providing the required services against said
NIB and RFP document issued in this regard, in accordance with the terms and conditions set forth herein and
any other reasonable requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of supplier and has placed the Work Order / Letter of Intent vide Letter No.
__________________dated _______, on which supplier has given their acceptance vide their Letter
No._____________ dated ____________.
And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in the form of
__________________ ref no. _________________ dated ______________ of ____________ Bank and valid up
to _____________ as security deposit for the due performance of the contract.
1. The NIB Ref. No. ..............................and RFQ i.e. Final RFQ document issued by DOIT&C along with its
enclosures/ Annexures, wherever applicable, are deemed to be taken as part of this contract and are binding
on both the parties executing this contract.
2. In consideration of the payment to be made by the DOIT&C to the Successful Bidder at the rates set forth in
the Work Order No. _______ dated ______, the Successful Bidder will duly provide the related services
in the manner set forth in the RFQ, along with its enclosures/ annexures along with subsequent clarifications
submitted by the Successful Bidder.
3. The DOIT&C do hereby agrees that if the Successful Bidder shall duly provide related services in the manner
aforesaid observe and keep the said terms and conditions of the RFQ and Contract, the purchaser will pay or
cause to be paid to the Successful Bidder, at the time and the manner set forth in the said conditions of the
RFQ, the amount payable for each and every milestone & deliverable. The mode of Payment will be as
specified in the RFQ document.
4. The timelines for the prescribed Scope of Work shall be effective from the date of Work Order and completed
by the Successful Bidder within the period as specified in the RFQ document.
5. In case of extension in the delivery period and/or completion period is granted with liquidated damages, the
recovery shall be made on the basis of following percentages of value of Goods and Services which the
selected bidder has failed to supply or complete the work:-
Sr. Condition LD %*
Delay up to one fourth period of the prescribed delivery period &
a. 2.5 %
completion of Goods and Services.
Delay exceeding one fourth but not exceeding half of the prescribed
b. 5.0 %
delivery period & completion of Goods and Services.
Delay exceeding half but not exceeding three fourth of the prescribed
c. 7.5 %
delivery period & completion of Goods and Services.
Delay exceeding three fourth of the prescribed delivery period, &
d. 10.0 %
completion of Goods and Services.
Note:
i. Fraction of a day in reckoning period of delay in services shall be eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%. The percentage refers to the payment
due for the associated milestone.
iii. If the Successful Bidder requires an extension of time in completion of services on account of occurrence
of any hindrances, he shall apply in writing to the authority which had placed the work order, for the same
immediately on occurrence of the hindrance but not after the stipulated date of completion of services and
it shall be discretion of the authority to extend the same or not.
iv. Delivery completion period may be extended with or without liquidated damages on the will of authority if
the delay in the service/ delivery in on account of hindrances beyond the control of the Successful Bidder.
6. The Penalties shall be implemented and deducted as per the SLAs defined in the RFP.
7. All disputes arising out of this agreement and all questions relating to the interpretation of this agreement
shall be decided as per the procedure mentioned in the RFQ document.
In witness whereof the parties hereto have set their hands on the _____ day of_____ (Year).
( ) ( )
Designation: Designation:
Company: Department of Information Technology &
Communication, Jaipur
In the presence of: In the presence of:
( ) ( )
Designation: Designation:
Company: Department of Information Technology &
Communication, Jaipur
( )
Designation: ( )
Company: Designation:
Department of Information Technology &
Communication, Jaipur
S. No. Description
1 Project Name:
2 Value of Contract/Work Order (In INR):
3 Country:
4 Location within country:
5 Project Duration:
6 Name of Customer:
7 Total No. of staff-months of the assignment:
8 Customer’s Contact person with address, phone, fax and e-mail:
9 Start date (month/year):
Completion date (month/year):
10 Start date (month/year):
Completion date (month/year):
11. Description of project and services provided by bidder’s firm/ company
Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each
project reference as per PQ criteria mentioned in the RFP.
(Note: The Work Order/ Completion certificate/ Phase Completion Certificate should clearly depict the date, scope
of work and the value of project.)
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
3. Number and date of the order appealed against and name and designation of the officer/ authority who
passed the order (enclose copy), or a statement of a decision, action or omission of the procuring entity in
contravention to the provisions of the Act by which the appellant is aggrieved:<please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative:<please specify>
7. Prayer:<please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block,
Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, C-Block,
Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
CERTIFICATE
Ref: Request for Proposal (RFP)/ NIB Ref. No. ………………. dated...............
We have examined the books of accounts and other relevant records of <<Bidder Name >> along with <<
registered address>>. On the basis of such examination and according to the information and explanation given
to us, and to the best of our knowledge & belief, we hereby certify that the Average Annual Audited Turnover
from IT/ ITeS for the last three financial years i.e., FY’s 2019-20, 2020-21 & 2021-22 (as per the last published
audited balance sheets) is Rs. _________________________________ (in INR figure & words) as per the
details given below:
Financial Turnover
Name:
Designation:
UDIN:
Membership Number:
Date:
Company Seal:
Business Address:
BETWEEN
Commissioner, DoIT&C., IT Building, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005 (hereinafter
referred to as “DOIT&C”, which expression shall, unless repugnant to the context hereof or excluded specifically,
mean and include its successors, assigns and administrators) of the FIRST PART,
AND
M/s. < Technology Partner>, <Address of Technology Partner> (hereinafter referred to as ‘Successful Bidder/
Supplier’, which expression shall, unless repugnant to the context hereof or excluded specifically, mean and
include its successors, assigns and administrators) of the SECOND PART.
WHEREAS
a) The DOIT&C wishes to appoint an agency for Operation & Maintenance and FMS support services of non-IT
Infrastructure (Annexure-1) for a period of 5 years for DR site of RSDC. For the purpose there will be a
requirement to exchange certain information related to or hosted in Rajasthan State Date Centre (RSDC)
Phase I, II, III, IV(Jaipur) and DR site (Jodhpur) which is proprietary and confidential information.
b) The DOIT&C is willing to disclose such information to Technology Partner only on the terms and conditions
contained in this Agreement. The Technology Partner agrees to hold the Covered Data and Information in
strict confidence. Technology Partner shall not use or disclose Covered Data and Information received from
or on behalf of Government of Rajasthan/DOIT&C except as permitted or required by the Agreement, or as
otherwise authorized in writing by DOIT&C.
2.1. Confidential and Proprietary Information disclosed by the DOIT&C and/or other departments/PSU whose
data are hosted in RSDC shall be used by the successful bidder solely for the purpose of fulfilment of the
obligation and work assigned to it as per order no. _______________dated _____________ 2022 and
shall not otherwise be used for his benefit or otherwise. All information encountered in the performance of
duties shall be treated as confidential unless and until advised otherwise by DOIT&C or its representative.
Successful bidder shall not share, record, transmit, alter, or delete information residing/hosted in the
information systems except as required in performance of the job duties.
2.2. Confidential and Proprietary Information shall not be copied or reproduced by the successful bidder
without the express written permission of the DOIT&C, except for such copies as may be reasonably
required for accomplishment of the purpose stated in the tender no. _________________________
dated ____________ 2022.
2.3. Confidential and Proprietary Information shall be disclosed only to the Director or employees of the
successful bidder who have a 'need to know' in connection with the purpose stated above, and who
additionally agree to the nondisclosure requirements of this Agreement. Any further disclosure of
confidential and Proprietary Information by the successful bidder shall be treated as a breach of this
Agreement by the successful bidder.
2.4. Confidential and Proprietary Information shall not be disclosed by the successful bidder to any third party
without the prior written consent of the First Party.
2.5. This Agreement shall not restrict disclosure or use of Confidential and Proprietary Information which:
a) was in the public domain at the time of disclosure or thereafter enters the public domain through no
breach of this Agreement by the successful bidder; or
b) was, at the time of receipt, otherwise known to the successful bidder without restriction as to use or
disclosure; or
c) becomes known to the successful bidder from a source other than the DOIT&C and/or other
departments/PSU without a breach of this Agreement by the successful bidder; or
d) is developed independently by the successful bidder without the use of Proprietary Information
disclosed to it hereunder; or
e) is otherwise required to be disclosed by law.
2.6. The technology partner would be responsible for non-Disclosure agreement to be signed by deployed
man power in the project as per the requirement.
3) Business Obligation:
3.1. During the complete contract period and even after the expiry of the agreement, the successful bidder
shall not
a) Disclose Confidential Information in any manner or form to any person other than its own
employees for the limited purpose stated herein, or
b) Use Confidential Information for its own benefit or for the benefit of any person or entity other
than the DOIT&C, without the prior written consent of the DOIT&C.
3.2. Whereas, the DOIT&C as a matter of policy and with a view for Operation & Maintenance and FMS of
Non-IT Equipment’s at DR site of RSDC at Jodhpur, Rajasthan (Annexure-1) with OEM warranty support
services for DR site Jodhpur of RSDC has given order to the SI Work Order No…………. dated …………
for a period of 5 years as specified in the service level agreement (SLA).
3.3. Whereas, the DOIT&C under the circumstances referred, herein before, wants to protect itself from any
misuse of the confidential and proprietary information by the third party i.e., person or persons
(employees of successful bidder) had entered into an agreement with the successful bidder that the
second party shall not divulge such information either during the course of the life of this agreement or
even after the expiry of the agreement.
3.4. Whereas, the successful bidder has agreed to fully abide by the terms of this non-disclosure agreement
and it has also been agreed by the parties that if there will be any breach or violation of the terms of
agreement vis-à-vis non-disclosure clause, the successful bidder shall not only be liable for consequential
costs and damages but in addition to that will also be liable for criminal prosecution in accordance with
the prevailing laws.
3.5. Whereas, the successful bidder having in his possession or control any secret official code or password
or digital data or any sketch, plan, model, article, note, document or information which falls within the
purview of confidential or proprietary information, the successful bidder shall not part with any part of
such information to anyone under any circumstances, whatsoever, without the prior approval of the
DOIT&C and if this is violated, the DOIT&C shall have the legal right to initiate civil and criminal
proceeding against it under the provisions of the relevant law.
3.6. Whereas, the DOIT&C shall have the entire control over the functioning of the successful bidder and the
successful bidder shall work according to the instruction of the DOIT&C and in case if this is violated by
the successful bidder in any mode or manner, the DOIT&C shall have the legal right to initiate civil and
criminal proceeding against it under the provisions of the relevant law.
3.7. Whereas, if the successful bidder permits any person or persons without permission of the DOIT&C to
have –
a. Access or secures access to such computer, computer system or computer network which has
the connectivity with the confidential and proprietary information or;
b. Downloads, copies or extracts any data, computer data base or information from such Database
Server, Web Server, Computer System, networking equipment or Computer Network including
information or data held or stored in any removable storage medium which has the connectivity
with the confidential and proprietary information or;
c. Damages any Database Server or causes to damage any Database Server, Web Server,
computer system, computer network, data, data base or any other programmes residing in such
Server, computer system or computer network;
d. Denies or causes the denial of access to any authorized person of the DOIT&C to have access to
any computer system or computer network by any means;
Shall be liable to pay damages by way of compensation and would also be liable for criminal prosecution
in accordance with the prevailing laws.
3.8. Successful bidder shall report to DOIT&C any use or disclosure of confidential and/or proprietary
information/data not authorized by this Agreement in writing by DOIT&C. Successful bidder shall make
the report to DOIT&C within not less than one (1) business day after successful bidder learns of such use
or disclosure. Successful bidder report shall identify:
a) The nature of the unauthorized use or disclosure,
b) The confidential and/or proprietary information/data used or disclosed,
c) Who made the unauthorized use or received the unauthorized disclosure,
d) What successful bidder has done or shall do to mitigate any deleterious effect of the
unauthorized use or disclosure, and
e) What corrective action successful bidder has taken or shall take to prevent future similar
unauthorized use or disclosure.
f) successful bidder shall provide such other information, including a written report, as reasonably
requested by DOIT&C.
3.9. The successful bidder hereby agrees and consents that temporary or permanent injunctive relief and/or
an order of specific performance may be granted in lieu of, or in addition to other available relief in any
proceeding brought by DOIT&C to enforce this Agreement, without the necessity of proof of actual
damages and without posting bond for such relief.
4) Dispute Resolution:
4.1. Whereas, both the parties have agreed that in the event of any dispute or differences arising in between
the parties, the courts at Jaipur shall only have jurisdiction to adjudicate the disputes/differences.
IN WITNESS WHERE OF the Parties here to have here unto set their hands and seal the day and year first
above written.
( )
()
Designation:
Designation:
Department of Information Technology &
Company:
Communication, Jaipur
( )
( ) Designation:
Designation: Department of Information Technology &
Company Communication, Jaipur
( )
Designation: ( )
Company Designation:
Date:
Bid No. :
Alternative No. :
To:
……………………
……………………..
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. We
accept that we are required to pay the bid security amount specified in the Term and Condition of Bid, in the
following cases, namely:-
(a) when we withdraw or modify our bid after opening of bids;
(b) when we do not execute the agreement, if any, after placement of supply/work order within the specified
period;
(c) when we fail to commence the supply of the goods or service or execute work as per supply/work order within
the time specified;
(d) when we do not deposit the performance security within specified period after the supply/work order is placed;
and
(e) if we breach any provision of code of integrity prescribed for bidding specified in the Act and Chapter VI of
these rules.
In addition to above, the State Government shall debar us from participating in any procurement process
undertaken for a period not exceeding three years in case where the entire bid security or any part thereof is
required to be forfeited by procuring entity.
We understand this Bid Securing Declaration shall expire if:-
(i) we are not the successful Bidder;
(ii) the execution of agreement for procurement and performance security is furnished by us in case we
are successful bidder;
(iii) thirty days after the expiration of our Bid.
(iv) the cancellation of the procurement processor
(v) the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents stipulate
that no such withdrawal is permitted.
Signed :------------------
Name :----------------------
In the capacity of :---------.
Duly authorized to sign the bid for and on behalf of:
Dated on day of
Corporate Seal ---------------------
[Note: In case of a Joint Venture, the Bid Securing Declaration must be signed in name of all partners of the Joint
Venture that is submitting the bid.]
I/ We declare that I am/we are bonafide service supplier of the required technically skilled professionals/services
for Data Centre maintenance and operations as per the industry standards, having adequate number of
professionals of all the required categories to supply, and also having past history of these kind of services for
which I/ We have quoted. I/We have strong technically skilled and experience professionals at back office to
support to be deployed professionals at the sites.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/ our
security may be forfeited in full and the bid, if any, to the extent accepted may be cancelled.
Authorised Signatory: -
Date:
Place:
To,
The Commissioner ,
This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________ dated
___________.
We hereby undertake that all the supplied manpower genuine/ authentic, having desired qualification and
experience, having good conduct, not having any criminal record in the country. We have verified at our own end
the genuineness/ authenticity, required qualification, certification, experience and conduct of the supplied
manpower.
In case, we are found not complying with above at the time of delivery of services or during course of rendering
the services, for the manpower already supplied, we agree to own the responsibility for the same and take back
the manpower already supplied and return any amount paid to us by you in this regard and that you will have the
right to forfeit our Bid Security/ SD/ PSD for this bid or take suitable action against us.
Authorized Signatory
Name:
Designation:
The Commissioner ,
We, <Bidder Name> hereby declare that we have on our payroll<No. of technical professionals> technically
professional with respect to providing the Data Centre Facility Management Services only as on date of bid
submission.
Thanking you,
Authorised Signatory: -
Date:
Place:
4. Professional Certifications
with ID (if any)
5. Total Experience (Years)
6. Total Relevant Experience
as per Scope of RFP
(Years)
7. Number of Years with the
Current Employer
8. Summary of the
Professional Experience
(Not More than 5 Lines
with 100 Words)
9. Employment record From - To Employer Position Held & Work Done in Brief (Not more
(Details to be provided for than 5 lines)
all the employers till date)
10. Certification I, the undersigned, certify that to the best of my knowledge and belief, this
CV correctly describes my qualifications and experience.
Name:
Signature:
To,
The Commissioner,
Department of Information Technology & Communication (DoIT&C),
IT Building, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
Subject: Issue of the Bidder’s Warranty Form
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
We {name and address of the Bidder} who are established and reputed firm/company/organization having
registered office at {addresses of location} do hereby undertake {M/s __________________________} that: -
{Bidder will mention the details of all the product(s) with their make/ model.}
We undertake to provide OEM Service Support Warranty and Bidders Service Support Warranty for the
Hardware/ Software, as mentioned above, for 3 Years.
We hereby confirm that the Hardware/ Software for which OEM service support warranty is not available and
during maintenance period if any of the item goes faulty, shall replace it with equivalent or higher configuration
compatible with the solution.
We hereby confirm that we have direct back-to-back service support agreement with the OEM for the project
duration of 3 years as per RFP. DoIT&C/Bidder/ GoR will be able to log a support ticket directly to the OEM
helpdesk to get telephonic/remote support directly from OEM, as required.
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Name, Designation & Contact No.:
Address: ___________________________________
Seal: