0% found this document useful (0 votes)
194 views135 pages

V6.15.Draft RFP For FMS and O&M of Non IT Equipment of DR Site Jodhpur - PD - 29.05.23

This document is a draft Request for Proposal (RFP) from the Department of Information Technology & Communication (DOIT&C), Government of Rajasthan to outsource the overall operation, maintenance and facility management services (FMS) of non-IT equipment at the disaster recovery (DR) site of the Rajasthan State Data Centre (RSDC) located in Jodhpur, Rajasthan. The RFP outlines the scope of work, pre-qualification criteria, instructions to bidders, bid evaluation process and other terms. The last date for bid submission is July 14, 2023. The RFP aims to select an agency to provide comprehensive on-site support services including asset management, physical

Uploaded by

pradumnathebest
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
194 views135 pages

V6.15.Draft RFP For FMS and O&M of Non IT Equipment of DR Site Jodhpur - PD - 29.05.23

This document is a draft Request for Proposal (RFP) from the Department of Information Technology & Communication (DOIT&C), Government of Rajasthan to outsource the overall operation, maintenance and facility management services (FMS) of non-IT equipment at the disaster recovery (DR) site of the Rajasthan State Data Centre (RSDC) located in Jodhpur, Rajasthan. The RFP outlines the scope of work, pre-qualification criteria, instructions to bidders, bid evaluation process and other terms. The last date for bid submission is July 14, 2023. The RFP aims to select an agency to provide comprehensive on-site support services including asset management, physical

Uploaded by

pradumnathebest
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 135

Draft Request for Proposal (RFP) for

Overall Operation & Maintenance and FMS of Non-IT Equipment’s installed at DR site of RSDC at Jodhpur,
Rajasthan

Reference No.: F5.502(1425)/DoIT/Tech/23/02713/2023 Dated: 31.05.2023

Mode of Bid Submission Online though eProcurement/ eTendering system at


http://eproc.rajasthan.gov.in
Procuring Authority Commissioner, DOIT&C, GoR
Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
(Rajasthan)
Last Date & Time of Submission of Bid 14-07-2023 by 3:00 PM
Date & Time of Opening of Technical Bid 14-07-2023 at 04:00 PM

Bidding Document Fee: Rs.5000/- (Rupees One Thousand only)

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):


Correspondence Address:
Telephone &
Mobile No.
Fax Nos.:
Website & E-Mail:

Department of Information Technology & Communication (DOIT&C)


IT Building, YojanaBhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj.)
Phone: 0141- 5103902 Fax: 0141-2228701
Web: http://doitc.rajasthan.gov.in, Email: [email protected]
Draft Request for Proposal (RFP) for Operation & Maintenance and
FMS of Non-IT Equipment’s 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

ANNEXURE-7: TECHNICAL BID - COVERING LETTER ..................................................................................... 87


ANNEXURE-8: FINANCIAL BID COVER LETTER & FORMAT........................................................................... 88
ANNEXURE-9: BANK GUARANTEE FORMAT ................................................................................................... 115
ANNEXURE-10: DRAFT AGREEMENT FORMAT .............................................................................................. 120
ANNEXURE-11: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION
EXPERIENCE ........................................................................................................................................................... 122
ANNEXURE-12: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ............................................ 123
ANNEXURE-13: CERTIFICATE FOR EXEMPTION OF BID SECURITY ......................................................... 124
ANNEXURE-14: FORMAT OF FINANCIAL TURNOVER OF THE BIDDER .................................................... 125
ANNEXURE-15: CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT ............................................ 126
ANNEXURE-16: FORM OF BID-SECURING DECLARATION .......................................................................... 130
ANNEXURE-17: DECLARATION BY BIDDER ..................................................................................................... 131
ANNEXURE-18: UNDERTAKING ON AUTHENTICITY OF SERVICES .......................................................... 132
ANNEXURE-19: HR CERTIFICATE FOR MANPOWER PROFESSIONALS .................................................. 133
ANNEXURE-20: TENTATIVE FORMAT OF CURRICULUM VITAE (CV) OF TEAM MEMBERS DURING
PROJECT .................................................................................................................................................................. 134
ANNEXURE-21: BIDDER’S W ARRANTY FORM ......................................................................................................... 135

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

ABBREVIATIONS & DEFINITIONS


Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21 of 2012) and
Rules thereto
Authorised The bidder’s representative/ officer vested (explicitly, implicitly, or through conduct) with
Signatory the powers to commit the authorizing organization to a binding agreement. Also called
signing officer/ authority having the Power of Attorney (PoA) from the competent authority
of the respective Bidding firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and includes any
tender, proposal or quotation in electronic format
Bid Security A security provided to the procuring entity by a bidder for securing the fulfilment of any
obligation in terms of the provisions of the bidding documents.
Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor participating in the
procurement/ bidding process with the procurement entity
Bidding Document Documents issued by the procuring entity, including any amendments thereto, that set out
the terms and conditions of the given procurement and includes the invitation to bid
BoM Bill of Material
BSR Basic Schedule of Rates
CMC Contract Monitoring Committee
Competent An authority or officer to whom the relevant administrative or financial powers have been
Authority delegated for taking decision in a matter relating to procurement. Commissioner, DOIT&C
in this bidding document.
Contract/ A contract entered into between the procuring entity and a successful bidder concerning
Procurement the subject matter of procurement (Execution of Wok)
Contract
Contract/ Project The Contract/ Project Period shall commence from the date of issue of Work order till 36
Period months. The security deposit will be returned after completion of work.
COTS Commercial Off the Shelf Software
Day A calendar day as per GoR/ GoI.
DeitY, GoI Department of Electronics and Information Technology, Government of India
DoIT&C Department of Information Technology and Communications, Government of Rajasthan.
ETDC Electronic Testing & Development Centre
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Government of India/ Government of Rajasthan
Goods All articles, material, commodities, electricity, livestock, furniture, fixtures, raw material,
spares, instruments, software, machinery, equipment, industrial plant, vehicles, aircraft,
ships, railway rolling stock and any other category of goods, whether in solid, liquid
or gaseous form, purchased or otherwise acquired for the use of a procuring entity as
well as services or works incidental to the supply of the goods if the value of
services or works or both does not exceed that of the goods themselves.
GST Goods & Services Tax
ICT Information and Communication Technology.
IFB Invitation for Bids (A document published by the procuring entity inviting Bids relating to
the subject matter of procurement and any amendment thereto and includes notice
inviting Bid and request for proposal)
INR Indian Rupee
IS Indian Standards
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are allowed to
participate
NeGP National e-Governance Plan of Government of India, Department of Information
Technology (DIT), Ministry of Communications and Information Technology (MCIT), New
Delhi.

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

NIB Notice Inviting Bid


Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement The process of procurement extending from the issue of invitation to Bid till the award of
Process the procurement contract or cancellation of the procurement process, as the case may be
Procurement/ The acquisition by purchase, lease, license or otherwise of works, goods or services,
Public Procurement including award of Public Private Partnership projects, by a procuring entity whether
directly or through an agency with which a contract for procurement services is entered
into, but does not include any acquisition without consideration, and “procure” or
“procured” shall be construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/ Person or entity that is a recipient of a good or service provided by a seller (bidder) under
Tendering a purchase order or contract of sale. Also called buyer. DOIT&C in this RFP document.
Authority/
Procuring Entity
PWD Public Works Department
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services Any subject matter of procurement other than goods or works and includes physical,
maintenance, professional, intellectual, consultancy and advisory services or any service
classified or declared as such by a procuring entity and does not include appointment of
any person made by any procuring entity
SLA Service Level Agreement is a negotiated agreement between two parties wherein one is
the customer, and the other is the service provider. It is aa service contract where the
level of service is formally defined. In practice, the term SLA is sometimes used to refer to
the contracted delivery time (of the service) or performance.
SSDG State Services Delivery Gateway
State Government Government of Rajasthan (GoR)
State Public https://sppp.rajasthan.gov.in/
Procurement Portal
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of Any item of procurement whether in the form of goods, services or works
Procurement
TIN Tax Identification Number
TPA Third Party Auditors
WO/ PO Work Order/ Purchase Order

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

1. INVITATION FOR BID (IFB)& NOTICE INVITING BID (NIB)

Ref No: F5.502(1425)/DoIT/Tech/23/02713/2023 Dated: 31.05.2023

Unique bid No: Dated:


 Name: Commissioner, Department of Information Technology &
Name & Address of the Procuring Communication (DoIT&C), Government of Rajasthan
Entity  Address: IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme,
Jaipur (Rajasthan)
 Name: Sanjay Jagdish Karnik
 Designation: Additional Director
Name & Address of the Project
Officer In-charge (POIC)  Address: IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme,
Jaipur (Rajasthan)
 Email: [email protected]; [email protected]
Request for Proposal for Selecting Agency for Operation and maintenance
Subject Matter of Procurement
(O&M) equipment’s installed in DR Site including e-sign DC at Jodhpur
Two Stage Open competitive e-Bid procedure (Two envelops)
Bid Procedure
http://eproc.rajasthan.gov.in
 Websites: http://sppp.raj.nic.in, http://eproc.rajasthan.gov.in,
http://www.rajasthan.gov.in, http://doitc.rajasthan.gov.in
Websites for downloading  Bidding document fee: Rs. 5,000/- (Rupees five thousand only) in Cash/
Bidding Document, Demand Draft in favour of “Commissioner, DoIT&C” payable at “Jaipur”.
Corrigendum’s, Addendums etc.  RISL Processing Fee: Rs. 2,500/- (Rupees Two Thousand Five Hundred
only) in Demand Draft in favour of “Managing Director, RISL” payable at
“Jaipur”.
Estimated Procurement Cost Approximately Rs. 5.00 Crores (Five Crores Only)
 Amount (INR): 10.00 Lacs (Ten Lacs only) (2% of the estimated
procurement cost, 0.50% for S.S.I. unit of Rajasthan, 1.0% for Sick
Industries, other than S.S.I., whose cases are pending with Board of
Bid Security and Mode of Industrial & Financial Reconstruction OR As per government Prevailing rules
Payment and regulations.)
 Mode of Payment: Banker’s Cheque or Demand Draft or Bank Guarantee (in
specified format), of a Scheduled Bank in favour of “Commissioner, DoIT&C”
payable at “Jaipur”
Period of Sale of Bidding Start Date: 02-06-2023 at 05:00 PM
Document (Start/ End Date) End Date: 14-07-2023 by 03:00 PM
 Date/ Time: 15-06-2023 at 12:00 Noon
 Place: IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur
Date/ Time/ Place of Pre-bid
(Rajasthan)
Meeting
 Pre-requisite: Submission of tender fees as mentioned
 Pre-Bid query submission upto 15-06-2023
 Manner: Online at e-Procurement website (http://eproc.rajasthan.gov.in)
Manner, Start/ End Date for the
 Start Date: 04-07-2023 at 6:00 PM
submission of Bids
 End Date: 14-07-2023 by 3:00 PM
Submission of Banker’s Cheque/
Demand Draft for Tender Fee,
Up to 03:00 PM, 14.07.2023
Bid Security, and Processing
Fee*
 Date: 14-07-2023 by 04.00 PM
Date/ Time/ Place of Technical
Bid Opening  Place: DoIT&C, Committee Room, Second Floor, IT Building, YojanaBhawan
Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)
Bid Validity 120 days from the bid submission deadline
Period of completion of Project As per RFP
Date/ Time/ Place of Financial Will be intimated later to the technically qualified bidders
Bid Opening
Note:
1) This is an invitation for submission of Techno-Commercial eBids by the firms for ”Selecting an Agency for
Operation and maintenance (O&M) equipment’s installed in DR Site including e-sign DC at Jodhpur”.

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.

(Sanjay Jagdish Karnik)


Additional Director
Department of IT&C

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

2. PROJECT PROFILE &BACKGROUND INFORMATION


Department of Information Technology & Communication, Government of Rajasthan intends to select an agency
for operation and maintenance and FMS services of non-IT equipment of State Data Centre (DR Site) for next
three years 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: -

Phases Location Area Rack Date of start of Type of Usage


Space operations
st
Phase – 1 1 Floor, IT Building, 1700 sq. ft. 48 27-06-2011 Development &
Yojana Bhawan Staging
Campus, Jaipur
Phase – II New Library Building, 400 sq. ft. 4 15-07-2015 e-Sign DRC
Secretariat, Jaipur
rd
Phase – III 3 Floor, Yojana 2050 sq. ft. 80 15-12-2015 Near DR &
Bhawan, Jaipur NOC
Phase-IV BSDC Sansthan Path, Jhalana 25000 sq. ft. 600 19-08-2019 Production
(RSDC P4) Institutional Area, Jaipur Data Centre
Disaster Jodhpur 2000 sq. ft. 80 18-11-2018 Far DR& e-Sign
Recovery DC

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.

DRC Jodhpur Go-Live was declared in November 2018.

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

3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA


1) A bidder participating in the procurement process shall possess the following minimum pre-qualification/
eligibility criteria.
Basic
S. No. Specific Requirements Documents Required
Requirement
1. Legal Entity The bidder should be a Proprietorship - Copy of valid Registration
firm duly registered either under the Certificates
Rajasthan Shops & Commercial
Establishments Act, 1958 or any other - In case of company, Copy of
Act of State/ Union, as applicable for Certificates of incorporation
dealing in the subject matter of
procurement. (Note: A self-certified
declaration regarding the non-
applicability of registration to any Act
should be submitted by the bidder)
OR
A company registered under Indian
Companies Act, 1956 / 2013
OR
A partnership firm registered under
Indian Partnership Act, 1932.
Note: Consortium of firms is not
allowed.
2. Financial: The bidder should have average CA Certificate with CA’s Registration
Turnover annual financial turnover of Rs. 5 Number/ Seal and UDIN
Crores for last three financial year
i.e.,FY’s 2019-20, 2020-21 and 2021-
22.
st
3. Financial: The net worth of the Bidder, as on 31 CA Certificate with CA’s Registration
Net-worth March 2023, should be Positive. Number / Seal and UDIN
4. Technical The bidder should have executed FMS Work Order + Annexure-11 + Work
Capability and Operation & Maintenance Services Completion Certificates from the
of Data center non-IT equipment’s or Client.
related Electrical/ AC/ Fire/ UPS works OR
st
during 01 April 2018 till bid submission Work Order + Annexure-11 + Phase
date. (Work order date should be on or Completion Certificate from the client
st
after 01 April 2018). The bidder showing acceptance of completion of
should have: work.
(Note: The Work Order/ Completion
A. One work order of similar nature of certificate/ Phase Completion
atleast Rs. 4.00 Crores Certificate should clearly depict the
OR date and the value of project.)
B. Two work order of similar nature of
atleast individual value Rs. 3 Crores
OR
C. Three work order of similar nature of
atleast individual value of Rs. 2 Crore
5. Tax Registration The bidder should have a registered Self-certified Copies of GST & PAN
and Clearance number of Card
i. GST Number where the business is
located A self-declaration by the bidder for
ii. Income Tax / PAN number paying GST till 31.03.2022 along with

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

4. SCOPE OF WORK, DELIVERABLES & TIMELINES


1) Details of work (SoW)
To operate, maintain and run the system 24 x 7 for a period of 3 years from the date mentioned in
workorder. The list of items installed can be seen at DR site of Rajasthan state data centre (RSDC) at
Jodhpur. The list of items installed is attached as Annexure-1 of this RFP. The warranty of all items
mentioned in Annexure-A is available from 2018 onwards for a period of 5 years.

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.

It shall include the following:

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.

3) Corrective Maintenance Services (as per OEM guidelines)


a) The bidder must carry out Corrective Maintenance Services as and when required upon receiving information
of any fault in the equipment / items covered under the contract as per SLA defined in later part of the
document.
b) The bidder should submit the incident report within a day of occurrence of the incident / fault, rectify the fault
and take corrective measures to prevent the occurrence in future.
c) The bidder shall carry out troubleshooting & replacement of faulty equipment/ parts as and when required in
co-ordination with the DOIT&C or its designated agency.

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.

4) Configuration and reconfiguration/ rollback of equipment’s/ services:


a) Configuration/re-configuration/rollback of all the equipment’s /Software /services under this project as and
when required subject to approval of purchaser/ POIC.
b) The bidder shall maintain complete configuration / specifications (in hardcopy & softcopy) details of all the
items maintained by him covered under the contract and will share the copy of same with DOIT&C and/
or designated agency.
c) Adhere to the change management procedures already defined to ensure that no unwarranted changes
are carried out on the devices. All the changes must be formally approved by designated team lead and
recorded. The Purchaser /designated agency shall communicate such change management procedures
and their amendments made time to time.
d) Maintain proper version management of these configurations.
e) Ensure that these configurations are not accessible in general and must be kept confidential with the
Purchaser and project manager as per security policy of Data centre.
f) Prepare and submit Configuration document (latest) for selected equipment’s/software, as may be
finalized by DOIT&C as per approved format.

5) Asset Management Services


a) Bidder will maintain the installed list of assets under the scope of this tender to the tendering authority.
The bidder shall be required to create and maintain database of all non-IT assets procured/installed/to be
procured in RSDC as per following details:
i. The database should have information like make, model, configuration details, serial numbers,
licensing agreements, warranty and AMC details, place/location of installation etc.
ii. The bidder shall be required to create and maintain Software inventory with information such as
Licenses, Version Numbers and Registration Details along with their configuration details and
history.
b) The bidder shall be required to record installation and removal of any equipment and inform tendering
authority even if it is temporary.

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.

7) BMS/ DCIM Services


The bidder shall do the following activities:
a) Monitoring and resolution of all alarms related to non-IT equipment’s integrated with BMS such as
fire, temperature, humidity, and surveillance through camera etc. and updating relevant records.
b) Maintaining all logs and CCTV footage as per prevailing guidelines/policies.
c) Reporting problems to the purchaser/designated agencies and supervision of repair/solution.
d) Monitoring of Smoke detector, WLD, RRD, VESDA etc.
e) Arranging Mock drill as & when required / desired by the purchaser. This will include the functionality
testing of the Fire alarm System. Bidder to conduct the mock drill testing of the detectors without
releasing the Fire suppression Gas. In case of release of the gas bidder is responsible for refilling of
the same.
f) If required, the selected bidder has to facilitate the safety certificate.
g) Any other relevant task assigned by the purchaser related to BMS.
h) Five mock-drills shall be required to conduct twice in a season.

8) Co-location support to users for the equipment’s:


In Co-Location services, the user brings their own hardware and software such as servers, storage & racks
(optional), operating systems, applications etc. The bidder would coordinate for providing the common
services like space, uninterrupted power, cooling, path for user’s own connectivity and provide support for
unsecured network connectivity, physical operation support (like switching on/off of equipment,
plugging/unplugging power & network cables, placing/ removing media such as CD/DVD in physical drive,
escorting of service engineer to equipment location etc.) for existing co-located infrastructure as well as any
other infrastructure that may be co-located in future during the project period.

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

9) Physical Security Services


The objective of this service is to provide a physically secure environment. Manpower would be as per
Manpower requirements table as specified in the tender document. This service includes:
a) Monitoring every personnel entering the datacentre including maintaining entry registers for working
personnel /visitors as per directions/guidelines issued.
b) Frisking bags of personnel entering the datacentre to ensure that it does not contain any item/ device
which can be used to breach information security at the datacentre.

10) Facility Management Services:


a) The bidder shall provide Facility Management Services (FMS) including day-to-day operations of the
infrastructure / equipment covered under this RFP (as per BOM) for given contract period.
b) Bidder is required to keep sufficient staff round the clock i.e., 24 x 7 for smooth operations of the entire
infrastructure covered under the scope of the contract. The bidder should keep logbooks of each services
having record of various works and maintenance carried by them.
c) FMS will include following:
i. Periodical functional check-up: All equipment / items are required to be checked up as per
following details:
Sr. Item / Equipment Periodicity
1 PAC 1 Hour
2 Electrical Room, Battery Room, UPS 1 Hour
3 DG Set – General Check up Daily
4 Other electrical items such as CACs, Tube lights / CFL/ Bulbs, fans, batteries of Daily
UPSs etc.
5 Electrical /– General Check up Daily
6 DG Set – Testing on free load Weekly
7 CAC Daily
8 Items not mentioned but details given in BOQ, Annexure 1 and 2. Once in a
week
9 Transformer Weekly
10 Bus Duct Weekly
Note: All items are required to be checked as per above periodicity or earlier if required due to some problem /
observations / desired by the DOIT&C / designated agency.

11) Helpdesk Support:


a) The DCO shall provide help desk support from State Data Centre to all Users/User departments whose
servers are hosted in SDC.
b) DCO shall log all calls received through any medium viz. telephone/email/in writing/in person, shall
generate a ticket mentioning type of problem, Severity level etc. and forward the same to concerned FMS
team/person, Project OIC(s) and user.
c) The DCO shall provide various services to different users on demand basis as and when required as
mentioned in RFP. The request would be made on help desk by the user by dedicated help line
number/Specific email account and DCO shall get approval from the officer in charge of SDC project as
designated by the purchaser. The resolution time for such services would be as per SLA. However, the
purchaser/authorized entity may scale up the severity level depending upon the requirements.

4. Project Deliverables, Milestones & Time Schedule:


The selected vendor will have to deploy requisite manpower as defined in the RFP within 4 weeks from the date
mentioned in the workorder.
a. The selected vendor shall have to submit certain key deliverables which are mentioned hereunder at
given frequency.

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

5. INSTRUCTION TO BIDDERS (ITB)

1) Sale of Bidding/ Tender Documents


a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting Bids
(NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding document
shall also be placed on the State Public Procurement Portal and e-Procurement portal. The prospective
bidders shall be permitted to download the bidding document from the websites and pay its price while
submitting the Bid to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the price for it in
cash or by bank demand draft, banker's cheque.

2) Pre-bid Meeting/ Clarifications


a) Any prospective bidder may, in writing as per the format given in Annexure 1, seek clarifications from the
procuring entity in respect of the bidding documents. No queries will be entertained if it is not submitted in
the given format.
b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the NIB
and to clarify doubts of potential bidders in respect of the procurement and the records of such
conference shall be intimated to all bidders and where applicable, shall be published on the respective
websites.
c) The period within which the bidders may seek clarifications under (a) above and the period within which
the procuring entity shall respond to such requests for clarifications shall be as under: -
a. Last date of submitting clarifications requests by the bidder: as per NIB
b. Response to clarifications by procuring entity: as per NIB
d) The response, if any, shall be provided promptly to all bidders to which the procuring entity provided the
bidding documents, so as to enable those bidders to take minutes into account in preparing their bids,
and shall be published on the respective websites.
e) Publishing of any clarification on the respective website shall be deemed to have been conveyed to all
bidders in cases of non-availability of contact details of those bidders who have purchased/ downloaded
the tender document, postal delay, loss of clarification in transit.

3) Changes in the Bidding Document


a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason, whether
on its own initiative or as a result of a request for clarification by a bidder, modify the bidding documents
by issuing an addendum in accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is issued which materially
affects the terms contained in the bidding document, the procuring entity shall publish such modification
or clarification in the same manner as the publication of the initial bidding document.
c) In case, a clarification or modification is issued to the bidding document, the procuring entity may, prior to
the last date for submission of Bids, extend such time limit in order to allow the bidders sufficient time to
take into account the clarification or modification, as the case may be, while submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the opportunity to
modify or re-submit it, as the case may be, within the period of time originally allotted or such extended
time as may be allowed for submission of Bids, when changes are made to the bidding document by the
procuring entity:
Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for
evaluation.

4) Period of Validity of Bids


a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding document.
A Bid valid for a shorter period shall be rejected by the procuring entity as non-responsive Bid.

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.

5) Format and Signing of Bids


a) Bidders must submit their bids online at e-Procurement portal i.e. http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.
c) A Single stage-Two part/ cover system shall be followed for the Bid: -
a. Technical Bid, including fee details, eligibility& technical documents
b. Financial Bid
d) The Technical Bid shall consist of the following documents shall be uploaded in scanned PDF format
(Bidders are required to provide content list by filling relevant page no.’s in the bid document being
submitted as per the table given below): -

Sl. Documents Type Document Format


No.
Fee Details
1 Bidding document Fee (Tender Fee) Instrument/ Proof of submission
(PDF)
2 DOIT&C Processing Fee (e-Procurement) Instrument/ Proof of submission
(PDF)
3 Bid Security Instrument/ Proof of submission
(PDF)
Note: Proof of submission of Bid Document fee, DoIT&C processing fee and bid security fee in original
instruments should be submitted before opening of Technical Bids in office of Officer In-charge. In the
absence of these original instruments, bid of participating bidders shall be rejected.

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

6 Technical Bid Cover Letter As per Annexure-7 (PDF) On bidder’s


letter head duly signed by authorized
signatory

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)

7 Legal Entity Copy of valid certificate as per RFP


8 Financial Turnover As per Annexure-14 (PDF)
9 Financial Net Worth As per Annexure-14 (PDF)
10 Technical Capability & Experience Annexure-11 (PDF) + Copy of valid
certificate as per RFP
11 Tax registration & Clearance Copy of valid certificate as per RFP

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

12 Certification (ISO 9001:2015) Copy of valid certificate as per RFP


13 Mandatory Undertaking As per Annexure-6 (PDF)
14 Certificate of Conformity/ No Deviation As per Annexure-5 (PDF)
15 Covering Letter of Financial Bid* As per Annexure-8 (PDF)
16 Form of Bid-securing Declaration ANNEXURE-16 (PDF)
17 Declaration by Bidder ANNEXURE-17 (PDF)
18 Undertaking on Authenticity of the Services ANNEXURE-18 (PDF)
19 HR Certificate for Manpower Professionals ANNEXURE-19 (PDF)
*Please note that only the “Covering Letter of Financial bid” needs to be submitted along with the technical
bid. Financial bid (commercials) needs to be submitted only on e-procurement website as per the BoQ
template.

b) Financial bid shall include the following documents: -


S. No. Documents Type Document Format
1. Financial Bid – Cover Letter On bidder’s letter head duly signed by authorized
signatory as per Annexure-8 (PDF)
2. Financial Bid - Format As per BoQ (.XLS) format available on e-
Procurement portal
c) The bidder should ensure that all the required documents, as mentioned in this bidding document, are
submitted along with the Bid and in the prescribed format only. Non-submission of the required
documents or submission of the documents in a different format/ content may lead to the rejections of the
Bid submitted by the bidder.

6) Cost & Language of Bidding


a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the
procuring entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of
the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and
the procuring entity, shall be written only in English Language. Supporting documents and printed
literature that are part of the Bid may be in another language provided they are accompanied by an
accurate translation of the relevant passages in English/ Hindi language, in which case, for purposes of
interpretation of the Bid, such translation shall govern.

7) Alternative/ Multiple Bids


Alternative/ Multiple Bids shall not be considered at all.

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.

9) Deadline for the submission of Bids


a) Bids shall be received online at e-Procurement portal and up to the time and date specified in the NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In exceptional
circumstances or when the bidding document are required to be substantially modified as a result of
discussions in pre-bid meeting/ conference or otherwise and the time with the prospective bidders for
preparation of Bids appears insufficient, the date may be extended by the procuring entity. In such case
the publicity of extended time and date shall be given in the manner, as was given at the time of issuing
the original NIB and shall also be placed on the State Public Procurement Portal, if applicable. It would be
ensured that after issue of corrigendum, reasonable time is available to the bidders for preparation and
submission of their Bids. The procuring entity shall also publish such modifications in the bidding
document in the same manner as the publication of initial bidding document. If, in the office of the Bids
receiving and opening authority, the last date of submission or opening of Bids is a non-working day, the
Bids shall be received or opened on the next working day.

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

10) Withdrawal, Substitution, and Modification of Bids


a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical and/ or
financial cover) as per the instructions/ procedure mentioned at e-Procurement website under the section
"Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processes further.

11) Opening of Bids


a) The Bids shall be opened by the bid opening & evaluation committee on the date and time mentioned
in the NIB in the presence of the bidders or their authorised representatives who choose to be
present only for those bidders who have submitted proof of submission of Bid Document fee, DoIT&C
processing fee and bid security fee in original instruments in the office of commissioner, DoIT&C.
b) The committee may co-opt experienced persons in the committee to conduct the process of Bid opening.
c) The committee shall prepare a list of the bidders or their representatives attending the opening of Bids
and obtain their signatures on the same. The list shall also contain the representative’s name and
telephone number and corresponding bidders’ names and addresses. The authority letters, if any,
brought by the representatives shall be attached to the list. The list shall be signed by all the members of
Bid opening committee with date and time of opening of the Bids.
d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from the e-
Procurement website (only for the bidders who have submitted the prescribed fee(s) to tendering
authority).
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the prima-facie
responsiveness and ensure that the: -
a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and processing
fee (if applicable);
b. bid is valid for the period, specified in the bidding document;
c. bid is unconditional and the bidder has agreed to give the required performance security; and
d. other conditions, as specified in the bidding document are fulfilled.
e. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof of
payment or instrument of the required price of bidding document, processing fee and bid security.
g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time intimated
to the bidders who qualify in the evaluation of technical Bids.

12) Selection Method:


a) The selection method is Least Cost Based Selection (LCBS or L1).

13) Clarification of Bids


a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation
committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The committee's
request for clarification and the response of the bidder shall be through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by the
committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm
the correction of arithmetic errors discovered by the committee in the evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including changes aimed at making an
unqualified bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted.
e) During clarifications stage any shortfall document submitted by the bidder should not belong to a date later than
the last date of bid submission.

14) Verification of Eligibility Documents


The tendering authority reserves the right to verify all statements, information and documents submitted by
the bidder in response to tender document, the bidder shall, when so required, make available all such
information, evidence and documents as may necessary for such verification. Any such verification or lack of

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.

15) Evaluation & Tabulation of Technical Bids


a) Determination of Responsiveness
a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of bidding
document and the provisions of pre-qualification/ eligibility criteria of the bidding document.
b. A responsive Bid is one that meets the requirements of the bidding document without any material
deviation, reservation, or omission where: -
i. “deviation” is a departure from the requirements specified in the bidding document;
ii. “reservation” is the setting of limiting conditions or withholding from complete acceptance of the
requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or documentation required in the
bidding document.
c. A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of the subject matter of
procurement specified in the bidding documents; or
2. limits in any substantial way, inconsistent with the bidding documents, the procuring entity’s
rights or the bidder’s obligations under the proposed contract; or
ii. if rectified, shall unfairly affect the competitive position of other bidders presenting responsive
Bids.
d. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to confirm
that all requirements of bidding document have been met without any material deviation, reservation
or omission.
e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in the
bidding document, or it contains minor deviations that do not materially alter or depart from the
characteristics, terms, conditions and other requirements set out in the bidding document, or if it
contains errors or oversights that can be corrected without touching on the substance of the Bid.
b) Non-material Non-conformities in Bids
a. The bid evaluation committee may waive any non-conformities in the Bid that do not constitute a
material deviation, reservation or omission, the Bid shall be deemed to be substantially responsive.
b. The bid evaluation committee may request the bidder to submit the necessary information or
document like audited statement of accounts/ CA Certificate, Registration Certificate, ISO/ CMMi
Certificates, etc. within a reasonable period of time. Failure of the bidder to comply with the request
may result in the rejection of its Bid.
c. The bid evaluation committee may rectify non-material nonconformities or omissions on the basis of
the information or documentation received from the bidder under (b) above.
d. During clarifications stage any shortfall document submitted by the bidder should not belong to a date
later than the last date of bid submission

c) Technical Evaluation Criteria


Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid shall
contain all the documents as asked in the clause “Format and signing of Bids”.
d) Tabulation of Technical Bids
a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation committee in the
form of a comparative statement to evaluate the qualification of the bidders against the criteria for
qualification set out in the bidding document.
b. The members of bid evaluation committee shall give their recommendations below the table as to
which of the bidders have been found to be qualified in evaluation of Technical Bids and sign it.

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.

16) Evaluation & Tabulation of Financial Bids


Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring entity
shall take following actions for evaluation of financial Bids: -
a) For two part/ cover Bid system, the financial Bids of the bidders who qualified in technical evaluation shall
be opened online at the notified time, date and place by the bid evaluation committee in the presence of
the bidders or their representatives who choose to be present;
b) the process of opening of the financial Bids shall be similar to that of technical Bids.
c) the names of the bidders, the rates given by them and conditions put, if any, shall be read out and
recorded;
d) conditional Bids are liable to be rejected;
e) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of the
Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding
documents shall only be applied;
f) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in
ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in descending
order.
g) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance with
rules along with its report on evaluation of financial Bids and recommend the lowest offer for acceptance
to the procuring entity, if price is the only criterion, or most advantageous Bid in other case;
h) The members of bids evaluation committee shall give their recommendations below the table regarding
lowest Bid or most advantageous Bid and sign it.
i) It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing market
rates of the goods, works or service required to be procured.

17) Correction of Arithmetic Errors in Financial Bids


The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the
following basis, namely: -
a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion
of the bid evaluation committee there is an obvious misplacement of the decimal point in the unit price, in
which case the total price as quoted shall govern and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall
prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the
amount expressed in words is related to an arithmetic error, in which case the amount in figures shall
prevail subject to clause (a) and (b) above.

18) Registration with Commercial Tax Department in Rajasthan


The bidder should have
 GSTIN
 Pan Number
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.

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

19) Price/ purchase preference in evaluation


Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the bidding
document shall be considered in the evaluation of Bids and award of contract.

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.

21) Exclusion of Bids/ Disqualification


a) A procuring entity shall exclude/ disqualify a Bid, if: -
a. the information submitted, concerning the qualifications of the bidder, was false or constituted a
misrepresentation; or
b. the information submitted, concerning the qualifications of the bidder, was materially inaccurate or
incomplete; and
c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the bidding
document;
d. the Bid materially departs from the requirements specified in the bidding document or it contains false
information;
e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to give, to
any officer or employee of the procuring entity or other governmental authority a gratification in any
form, or any other thing of value, so as to unduly influence the procurement process;
f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair
competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing and
shall be: -
a. communicated to the concerned bidder in writing;
b. Published on the State Public Procurement Portal, if applicable.

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

22) Lack of competition


a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up with one
responsive Bid only. In such situation, the bid evaluation committee would check as to whether while
floating the NIB all necessary requirements to encourage competition like standard bid conditions,
industry friendly specifications, wide publicity, sufficient time for formulation of Bids, etc were fulfilled. If
not, the NIB would be re-floated after rectifying deficiencies. The bid process shall be considered valid
even if there is one responsive Bid, provided that: -
a. the Bid is technically qualified;
b. the price quoted by the bidder is assessed to be reasonable;
c. the Bid is unconditional and complete in all respects;
d. there are no obvious indicators of cartelization amongst bidders; and
e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding
document
b) The bid evaluation committee shall prepare a justification note for approval by the next higher authority of
the procuring entity, with the concurrence of the accounts member.
c) In case of dissent by any member of bid evaluation committee, the next higher authority in delegation of
financial powers shall decide as to whether to sanction the single Bid or re-invite Bids after recording
reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of market
depth, eligibility criteria and cost estimate.

23) Acceptance of the successful Bid and award of contract


a) The procuring entity after considering the recommendations of the bid evaluation committee and the
conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall accept or
reject the successful Bid. If any member of the bid evaluation committee, has disagreed or given its note
of dissent, the matter shall be referred to the next higher authority, as per delegation of financial powers,
for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to procuring
entity for taking decision. If the decision is not taken within the original validity period or time limit allowed
for taking decision, the matter shall be referred to the next higher authority in delegation of financial
powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is
reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has approved the procurement in
terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been determined to be the
lowest or most advantageous in accordance with the evaluation criteria set out in the bidding document
and if the bidder has been determined to be qualified to perform the contract satisfactorily on the basis of
qualification criteria fixed for the bidders in the bidding document for the subject matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful bidder,
in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the
concerned bidder by registered post or email and asked to execute an agreement in the format given in
the bidding documents on a non-judicial stamp of requisite value and deposit the amount of performance
security or a performance security declaration, if applicable, within a period specified in the bidding
documents or where the period is not specified in the bidding documents then within fifteen days from the
date on which the letter of acceptance or letter of intent is dispatched to the bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of Intent
(LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter of
acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the bidder
given in the bidding document. Until a formal contract is executed, the letter of acceptance or LOI shall
constitute a binding contract.

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.

24) Information and publication of award


Information of award of contract shall be communicated to all participating bidders and published on the
respective website(s) as specified in NIB.

25) Procuring entity’s right to accept or reject any or all Bids


The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding process
and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the bidders.

26) Right to vary quantity and Repeat Orders


a) If the procuring entity does not procure any subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change in circumstances, the bidder shall not be
entitled for any claim or compensation.
b) Repeat orders for extra items or additional quantities may be placed on the rates and conditions given in
the contract. Delivery or completion period may also be proportionately increased. The limits of repeat
order shall be as under: -
1) 50% of the quantity of the individual items and 50% of the value of original contract in case of works;
and
2) 50% of the value of goods or services of the original contract.

27) Performance Security


a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders
except the departments of the State Government and undertakings, corporations, autonomous bodies,
registered societies, co-operative societies which are owned or controlled or managed by the State
Government and undertakings of the Central Government. However, a performance security declaration
shall be taken from them. The State Government may relax the provision of performance security in
particular procurement or any class of procurement.
b) The amount of performance security shall be 5%, or as may be specified in the GoR rules and
regulations or notifications or as specified in NIB, of the amount of supply order in case of
procurement of goods and services. In case of Small-Scale Industries (SSI) of Rajasthan, it shall be 1%
of the amount of quantity ordered for supply of goods and in case of sick industries, other than SSI,
whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be
2% of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
a. deposit though eGRAS;
b. Bank Draft or Banker's Cheque of a scheduled bank;
c. National Savings Certificates and any other script/ instrument under National Savings
Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be
pledged under the relevant rules. They shall be accepted at their surrender value at the time of
bid and formally transferred in the name of procuring entity with the approval of Head Post
Master;
d. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other
conditions regarding bank guarantee shall be same as mentioned in the bidding document for bid
security;
e. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity on
account of bidder and discharged by the bidder in advance. The procuring entity shall ensure
before accepting the FDR that the bidder furnishes an undertaking from the bank to make
payment/premature payment of the FDR on demand to the procuring entity without requirement
of consent of the bidder concerned. In the event of forfeiture of the performance security, the
Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

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.

28) Execution of agreement


a) A procurement contract shall come into force from the date on which the letter of acceptance or letter of
intent is despatched to the bidder.
b) The successful bidder shall sign the procurement contract within 15 days from the date on which the
letter of acceptance or letter of intent is despatched to the successful bidder.
c) If the bidder, who’s Bid has been accepted, fails to sign a written procurement contract or fails to furnish
the required performance security within specified period, the procuring entity shall take action against
the successful bidder as per the provisions of the bidding document and Act. The procuring entity may, in
such case, cancel the procurement process or if it deems fit, offer for acceptance the rates of lowest or
most advantageous bidder to the next lowest or most advantageous bidder, in accordance with the
criteria and procedures set out in the bidding document.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at its cost
and to be purchase from anywhere in Rajasthan only.
e) Bidder has also to sign Non-Disclosure agreement with the tendering authority as per indicative format
attached in Annexure 15.

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.

30) Cancellation of procurement process


a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the
procuring entity from initiating a new procurement process for the same subject matter of procurement, if
required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement initiated
by it -
a. at any time prior to the acceptance of the successful Bid; or
b. after the successful Bidis accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the
procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall be
immediately communicated to all bidders that participated in the procurement process.
e) If the bidder who’s Bid has been accepted as successful fails to sign any written procurement contract as
required, or fails to provide any required security for the performance of the contract, the procuring entity
may cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared as
successful but no procurement contract has been entered into;
b. rescind (cancel)the relevant contract or forfeit the payment of all or a part of the contract value
if the procurement contract has been entered into between the procuring entity and the convicted
bidder.

31) Code of Integrity for Bidders


a) No person participating in a procurement process shall act in contravention of the code of integrity
prescribed by the State Government.
b) The code of integrity includes provisions for: -
a. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit, either
directly or indirectly, in exchange for an unfair advantage in the procurement process or to
otherwise influence the procurement process;
ii. any omission, including a misrepresentation that misleads or attempts to mislead so as to obtain
a financial or other benefit or avoid an obligation;
iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency, fairness and
progress of the procurement process;
iv. improper use of information shared between the procuring entity and the bidders with an intent
to gain unfair advantage in the procurement process or for personal gain;
v. any financial or business transactions between the bidder and any officer or employee of the
procuring entity;

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.

32) Conflict of Interest


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: -
a) they have controlling partners in common.
b) they receive or have received any direct or indirect subsidy from any of them;
c) they have the same legal representative for purposes of the bid;
d) they have a relationship with each other, directly or through common third parties, that puts them in a
position to have access to information about or influence on the bid of another;
e) A bidder participates in more than one bid in the same bidding process. However, this does not limit the
inclusion of the same sub-contractor, not otherwise participating as a bidder, in more than one bid; or
f) f) A bidder or any of its affiliates participated as a consultant in the preparation of the design or technical
specifications of the subject matter of procurement of the bidding process. All bidders shall provide in
Eligibility Criteria documents, a statement that the bidder is neither associated nor has been associated
directly or indirectly, with the consultant or any other entity that has prepared the design, specifications
and other documents for the subject matter of procurement or being proposed as Project Manager for the
contract.

33) Interference with Procurement Process


A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in terms of the bidding
documents after being declared the successful bidder, without valid grounds,
shall, in addition to the recourse available in the bidding document or the contract, be punished
with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of procurement,
whichever is less.

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.

35) Stay of procurement proceedings


While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in this
behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the procurement
proceedings pending disposal of the appeal, if he, or it, is satisfied that failure to do so is likely to lead to
miscarriage of justice.

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

36) Vexatious Appeals & Complaints


Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the “The
Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or defeating any
procurement or causing loss to any procuring entity or any other bidder, shall be punished with fine which
may extend to twenty lakh rupees or five per cent of the value of procurement, whichever is less.

37) Offenses by Firms/ Companies


a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has been
committed by a company, every person who at the time the offence was committed was in charge of
and was responsible to the company for the conduct of the business of the company, as well as the
company, shall be deemed to be guilty of having committed the offence and shall be liable to be
proceeded against and punished accordingly:
Provided that nothing contained in this sub-section shall render any such person liable for any
punishment if he proves that the offence was committed without his knowledge or that he had exercised
all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has been committed
by a company and it is proved that the offence has been committed with the consent or connivance of
or is attributable to any neglect on the part of any director, manager, secretary or other officer of the
company, such director, manager, secretary or other officer shall also be deemed to be guilty of having
committed such offence and shall be liable to be proceeded against and punished accordingly.
c) For the purpose of this section-
a. "company" means a body corporate and includes a limited liability partnership, firm, registered
society or co- operative society, trust or other association of individuals; and
b. "director" in relation to a limited liability partnership or firm, means a partner in the firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or not that
offence is committed in consequence of that abetment, shall be punished with the punishment provided
for the offence.

38) Debarment from Bidding


a) A bidder shall be debarred by the State Government if he has been convicted of an offence
a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or
b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the time
being in force, for causing any loss of life or property or causing a threat to public health as part
of execution of a public procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of any
procuring entity for a period not exceeding three years commencing from the date on which he was
debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of “Code
of Integrity for bidders” above, it may debar the bidder for a period not exceeding three years.
d) Where the entire bid security or the entire performance security or any substitute thereof, as the case
may be, of a bidder has been forfeited by a procuring entity in respect of any procurement process or
procurement contract, the bidder may be debarred from participating in any procurement process
undertaken by the procuring entity for a period not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under this
section unless such bidder has been given a reasonable opportunity of being heard.

39) Monitoring of Contract


a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be nominated
by procuring entity to monitor the progress of the contract during its delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall ensure
that quantity of goods and service delivery is in proportion to the total delivery period given, if it is a
severable contract, in which the delivery of the goods and service is to be obtained continuously or is

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

6. GENERALTERMS AND CONDITIONS OF TENDER &CONTRACT


Bidders should read these conditions carefully and comply strictly while sending their bids.

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.

4) Joint Venture, Consortium or Association


No Consortium/JV is allowed.

5) Eligible Goods and Related Services


a) For purposes of this Clause, the term “goods” includes commodities related to construction of civil and
electrical works, raw material, machinery, equipment, and industrial plants; and “related services”
includes services such as insurance, transportation, supply, installation, integration, testing,
commissioning, training, and initial maintenance.
b) All products executed by the successful/ selected bidder must be associated with specific make and
specification as mentioned in the bid.
c) Bidder must quote products in accordance with above clause “Eligible goods and related services”.

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.

10) Supplier’s/ Selected Bidder’s Responsibilities


The Supplier/ Selected Bidder shall supply all the goods and related services included in the scope of supply
in accordance with the provisions of bidding document and/ or contract.

11) Purchaser’s Responsibilities


a) Whenever the supply of goods and related services requires that the Supplier/ Selected Bidder obtain
permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so
required by the Supplier/ Selected Bidder, make its best effort to assist the Supplier/ Selected Bidder in
complying with such requirements in a timely and expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with
the general and special conditions of the contract.

12) Contract Price


a) The Contract Price shall be paid as specified in the contract subject to any additions and adjustments
thereto, or deductions there from, as may be made pursuant to the Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related Services
performed under the Contract shall not vary from the prices quoted by the Supplier/ Selected Bidder in its
bid, with the exception of any price adjustments authorized in the special conditions of the contract.

13) Recoveries from Supplier/ Selected Bidder


a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made ordinarily from
bills.
b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged or for rejected
articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it shall be
recovered from his dues and performance security deposit available with DOIT&C.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is not
possible, the Purchase Officer shall take recourse to law in force.

14) Taxes & Duties


a) The TDS, GST (Whichever is applicable) etc., if applicable, shall be deducted at source/ paid by
tendering authority as per prevailing rates. Any increase or decrease in the taxes will be taken care by the
DOIT&C and Taxes should be paid at Prevalent Tax rates at the time of invoicing.
b) For goods supplied from outside India, the successful/ selected bidder shall be entirely responsible for all
taxes, stamp duties, license fees, and other such levies imposed outside the country.

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.

16) Confidential Information


a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any drawings, documents, data, or other
information furnished directly or indirectly by the other party hereto in connection with the Contract,
whether such information has been furnished prior to, during or following completion or termination of the
Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents, data, and
other information it receives from the Purchaser to the extent required for the Subcontractor to perform its
work under the Contract, in which event the Supplier/ Selected Bidder shall obtain from such
Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier/ Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from the Supplier/
Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/ Selected Bidder shall
not use such documents, data, and other information received from the Purchaser for any purpose other
than the design, procurement, or other work and services required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to information that: -
a. the Purchaser or Supplier/ Selected Bidder need to share with tendering authority or other
institutions participating in the Contract;
b. now or hereafter enters the public domain through no fault of that party;
c. can be proven to have been possessed by that party at the time of disclosure and which was not
previously obtained, directly or indirectly, from the other party; or
d. otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality.
e) The above provisions shall not in any way modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the supply or any part thereof.
f) The provisions of this clause shall survive during the course of agreement and after two years of
completion or termination, for whatever reason, of the Contract.

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.

18) Specifications and Standards


a) All articles supplied shall strictly conform to the specifications, trademark laid down in the bidding
document and wherever articles have been required according to ISI/ ISO/ other applicable
specifications/ certifications/ standards, those articles should conform strictly to those specifications/
certifications/ standards. The supply shall be of best quality and description. The decision of the
competent authority/ purchase committee whether the articles supplied conforms to the specifications
shall be final and binding on the selected bidder.

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

b) Technical Specifications and Drawings


i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with the
technical specifications enclosed other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design, data,
drawing, specification or other document, or any modification thereof provided or designed by or on
behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.
iii. The goods and related services supplied under this Contract shall conform to the standards
mentioned in bidding document and, when no applicable standard is mentioned, the standard shall be
equivalent or superior to the official standards whose application is appropriate to the country of origin
of the Goods.
c) Wherever references are made in the Contract to codes and standards in accordance with which it shall
be executed, the edition or the revised version of such codes and standards shall be those specified in
the bidding document. During Contract execution, any changes in any such codes and standards shall be
applied only after approval by the Purchaser and shall be treated in accordance with the general
conditions of the contract.
d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the agreed make
and models, and that they incorporate all recent improvements in design and materials, unless provided
otherwise in the Contract.
e) The supplier/ selected bidder should further warrant that the Goods shall be free from defects arising from
any act or omission of the supplier/ selected bidder or arising from design, materials, and workmanship,
under normal use in the conditions prevailing in the place of final destination.

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.

22) Extension in execution of work and Liquidated Damages (LD)


a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to deliver any or all
of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser
may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified in (d) below for each week or part
thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage

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.

23) Authenticity of services


a. The selected bidder shall certify (as per Annexure-18) that the supplied manpower genuine/ authentic,
having desired qualification and experience, having good conduct, not having any criminal record in the
country.
b. If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to conform to
the description and quality aforesaid or have determined (and the decision of the Purchase Officer in that
behalf will be final and conclusive), notwithstanding the fact that the purchaser may have inspected and/
or approved the said services, the purchaser will be entitled to reject the said services, on such rejection
the services will be at the selected bidder’s risk and all the provisions relating to rejection of services etc.,
shall apply. The selected bidder shall, if so called upon to do, replace the services/manpower etc., or
such portion thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such
damage as may arise by the reason of the breach of the condition herein contained. Nothing herein
contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or
otherwise.
c. Services accepted by the purchaser in terms of the contract shall in no way dilute purchaser’s right to
reject the same later, if found deficient in terms of this clause of the contract.

24) Maintenance Contract


a. The service provider shall observe any defect /malfunctioning in hardware/software as a part of FMS
services and promptly generate a ticket, with intimation to the purchaser/designated personal, in Help
desk tool for the same for rectification of the defect/malfunction. The service provider shall record nature
of the defect together with all available evidence thereof, promptly following the discovery thereof. Upon
generating of such ticket, the selected bidder shall expeditiously cause to repair the defective goods or
parts thereof or replace the defective goods or parts thereof with brand new genuine/ authentic
ones/software /patches/drivers having similar or higher specifications from the respective OEM, at no cost
to the Purchaser. Any goods repaired or replaced/software updates by the selected bidder shall be
delivered at the respective location without any additional costs to the purchaser.
b. If having been notified i.e., generation of ticket, the selected bidder fails to remedy the defect within the
period specified, the purchaser may proceed to take such remedial action as ma y be necessary and cost
of the same shall be deducted from payment of selected bidder.
c. During the maintenance and support contract period, the bidder shall be responsible to ensure adequate
and timely availability of spare parts needed for repairing the equipment’s/parts. The bidder has to see
the end of support/end of sale/end of service dates being declared by respective OEM’s time to time and
make necessary arrangements of spares for catering maintenance needs of equipment’s/parts during
entire contract period. In case, at the time of resolution of any compliant, the equipment(s)/part(s) is found
non-serviceable during contract period, the selected service provider shall be responsible for replacing
the non-serviceable equipment/part with same/higher configuration equipment/part of the same make at
no extra cost to the purchaser.

25) Patent Indemnity


a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-clause (b) below,
indemnify and hold harmless the Purchaser and its employees and officers 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 Purchaser 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 by reason of:
-

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.

26) Limitation of Liability


a) Neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of
use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to
any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser; and
b) The aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract, in
tort, or otherwise, shall not exceed the total contract value/amount/charges paid to the Supplier/
selected bidder until the time such claim was brought about, provided that this limitation shall not apply;
i) to any obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patent
infringement, and ii) any damages payable due to the Gross Negligence or Wilful Misconduct of the
Supplier/selected bidder. For the purpose of this clause, Gross Negligence or Wilful Misconduct shall
mean;
"Gross Negligence" means any act or failure to act by a Party which was in reckless disregard of or gross
indifference to the obligations of the Party under the Contract and which causes harmful consequences to
life, personal safety or real property of the other Party which such Party knew, or would have known if it
was acting as a reasonable person, would result from such act or failure to act. Notwithstanding the
foregoing, Gross Negligence shall not include any action taken in good faith for the safeguard of life or
property or a mistake made in good faith.
"Wilful Misconduct" means an intentional disregard of any provision of this Contract which a Party knew
or should have known if it was acting as a reasonable person, would result in harmful consequences to
life, personal safety or real property of the other Party but shall not include any error of judgment or
mistake made in good faith.
The above provision does not limit either Parties rights provided under applicable laws of Govt. of India.

27) Force Majeure


a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for default if
and to the extent that it’s delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the
supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or
lack of care on the part of the supplier/ selected bidder. Such events may include, but not be limited to,

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.

28) Change Orders and Contract Amendments


a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance with
clause “Notices” above, to make changes within the general scope of the Contract in any one or more of
the following: -
i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be
specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s/
selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall
accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this
clause must be asserted within thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of
the Purchaser’s change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed but
which were not included in the Contract shall be agreed upon in advance by the parties and shall not
exceed the prevailing rates charged to other parties by the supplier/ selected bidder for similar services.

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

c) Termination for Convenience


i. DOIT&C, by a written notice of at least 30 days sent to the supplier/ selected bidder, may terminate
the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall
specify that termination is for the Purchaser’s convenience, the extent to which performance of the
supplier/ selected bidder under the Contract is terminated, and the date upon which such termination
becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately compensated on
mutually agreed terms for the loss incurred by the contract if any due to such termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28) days after the
supplier’s/ selected bidder’s receipt of the Notice of termination shall be accepted by the Purchaser at
the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and prices; and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for partially
completed Goods and Related Services and for materials and parts previously procured by the
supplier/ selected bidder.

30) Exit Management


a) Preamble
i. The word ‘parties’ include the procuring entity and the selected bidder.
ii. This Schedule sets out the provisions, which will apply on expiry or termination of the Project
Implementation and Operations and Management of SLA.
iii. In the case of termination of the Project Implementation and/ or Operation and Management SLA
due to illegality, the Parties shall agree at that time whether, and if so during what period, the
provisions of this Schedule shall apply.
iv. The Parties shall ensure that their respective associated entities carry out their respective
obligations set out in this Exit Management Schedule.
b) Transfer of Assets
i. The selected bidder may continue work on the assets for the duration of the exit management
period which may be a <six months> period from the date of expiry or termination of the
agreement, if required by the tendering authority to do so. During this period, the selected bidder
will transfer all the assets in good working condition and as per the specifications of the bidding
document including the ones being upgraded to the department/ designated agency. The security
deposit/ performance security submitted by selected bidder will only be returned after the
successful transfer of the entire project including its infrastructure.
ii. The selected bidder, if not already done, will transfer all the Software Licenses under the name of
the DoIT&C, GoR as desired by the procuring entity during the exit management period.
iii. the tendering authority during the project implementation phase and the operation and
management phase shall be entitled to serve notice in writing to the selected bidder at any time
during the exit management period requiring the selected bidder to provide DoIT&C or its
nominated agencies with a complete and up-to-date list of the assets within 30 days of such notice.
iv. Upon service of a notice, as mentioned above, the following provisions shall apply: -
a. In the event, if the assets which to be transferred to the department mortgaged to any financial
institutions by the selected bidder, the selected bidder shall ensure that all such liens and
liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding
the discharge of such lien and liabilities shall be furnished to the tendering authority or its
nominated agencies.
b. All title of the assets to be transferred to the tendering authority or its nominated agencies
pursuant to clause(s) above shall be transferred on the last day of the exit management period.
All expenses occurred during transfer of assets shall be borne by the selected bidder.
c. That on the expiry of this clause, the selected bidder and any individual assigned for the
performance of the services under this clause shall handover or cause to be handed over all
confidential information and all other related material in its possession, including the entire
established infrastructure supplied by selected bidder to the tendering authority.
d. That the products and technology delivered to DOIT&C during the contract term or on expiry of
the contract duration should not be sold or re-used or copied or transferred by selected bidder
to other locations apart from the locations mentioned in the this bidding document without prior
written notice and approval of the tendering authority. Supplied hardware, software &
documents etc., used by selected bidder for the tendering authorityshall be the legal properties
of the tendering authority.

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

c) Cooperation and Provision of Information during the exit management period


i. The selected bidder will allow the tendering authorityor its nominated agencies access to the
information reasonably required to define the current mode of operation associated with the
provision of the services to enable the tendering authority or its nominated agencies to assess the
existing services being delivered.
ii. The selected bidder shall provide access to copies of all information held or controlled by them
which they have prepared or maintained in accordance with the Project Implementation, the
Operation and Management SLA and SOWs relating to any material aspect of the services
provided by the selected bidder. the tendering authority or its nominated agencies shall be entitled
to copy all such information comprising of details pertaining to the services rendered and other
performance data. The selected bidder shall permit the tendering authorityor its nominated
agencies and/ or any replacement operator to have reasonable access to its employees and
facilities as reasonably required by the tendering authority or its nominated agencies to understand
the methods of delivery of the services employed by the selected bidder and to assist appropriate
knowledge transfer.
d) Confidential Information, Security and Data
The selected bidder will promptly on the commencement of the exit management period supply to the
tendering authority or its nominated agencies the following:
i. Documentation relating to Intellectual Property Rights;
ii. Project related data and confidential information;
iii. All current and updated data as is reasonably required for purposes of the tendering authority or its
nominated agencies transitioning the services to its replacement selected bidder in a readily
available format nominated by the tendering authority or its nominated agencies; and
iv. All other information (including but not limited to documents, records and agreements) relating to
the services reasonably necessary to enable the tendering authority or its nominated agencies, or
its replacement operator to carry out due diligence in order to transition the provision of the
services to the tendering authority or its nominated agencies, or its replacement operator (as the
case may be).
v. Before the expiry of the exit management period, the selected bidder shall deliver to the tendering
authority or its nominated agencies all new or up-dated materials from the categories set out above
and shall not retain any copies thereof, except that the selected bidder shall be permitted to retain
one copy of such materials for archival purposes only.
e) Transfer of certain agreements
i. On request by Procuring entity or its nominated agencies, the selected bidder shall effect such
assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its nominated
agencies may require in favour of procuring entity or its nominated agencies, or its replacement
operator in relation to any equipment lease, maintenance or service provision agreement between
selected bidder and third party leasers, operators, or operator, and which are related to the
services and reasonably necessary for carrying out of the replacement services by the department
or its nominated agencies, or its replacement operator.
ii. Right of Access to Premises: At any time during the exit management period and for such period of
time following termination or expiry of the SLA, where assets are located at the selected bidder’s
premises, the selected bidder will be obliged to give reasonable rights of access to (or, in the case
of assets located on a third party's premises, procure reasonable rights of access to the
department or its nominated agencies, and/ or any replacement operator in order to inventory the
assets.
f) General Obligations of the selected bidder
i. The selected bidder shall provide all such information as may reasonably be necessary to effect as
seamless during handover as practicable in the circumstances to the department or its nominated
agencies or its replacement operator and which the operator has in its possession or control at any
time during the exit management period.
ii. The selected bidder shall commit adequate resources to comply with its obligations under this Exit
Management Clause.
g) Exit Management Plan
i. The selected bidder shall provide the department or its nominated agencies with a recommended
exit management plan ("Exit Management Plan") which shall deal with at least the following
aspects of exit management in relation to the SLA as a whole and in relation to the Project
Implementation, the Operation and Management SLA and SOWs.
ii. A detailed program of the transfer process that could be used in conjunction with a replacement
operator including details of the means to be used to ensure continuing provision of the services

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.

31) Settlement of Disputes


a) General: If any dispute arises between the supplier/ selected bidder and DOIT&C during the execution of
a contract that should be amicably settled by mutual discussions. However, if the dispute is not settled by
mutual discussions, a written representation will be obtained from the supplier/ selected bidder on the
points of dispute. The representation so received shall be examined by the concerned Procurement
Committee which sanctioned the tender. The Procurement Committee may take legal advice of a counsel
and then examine the representation. The supplier/ selected bidder will also be given an opportunity of
being heard. The Committee will take a decision on the representation and convey it in writing to the
supplier/ selected bidder.
b) Standing Committee for Settlement of Disputes: If a question, difference or objection arises in connection
with or out of the contract/ agreement or the meaning of operation of any part, thereof or the rights, duties
or liabilities of either party have not been settled by mutual discussions or the decision of tender
sanctioning Procurement Committee, it shall be referred to the empowered standing committee for
decision, if the amount of the claim is more than Rs. 50,000/-. The empowered standing committee shall
consist of following members: -
 Additional Chief Secretary, DoIT&C : Chairman
 Secretary, DoIT&C or his nominee,
not below the rank of Deputy Secretary : Member
 Commissioner, DoIT&C : Member
 Chief Accounts Officer : Member
 A Legal Expert to be nominated by the Chairman : Member
c) Procedure for reference to the Standing Committee: The supplier/ selected bidder shall present his
representation to the Commissioner, DOIT&C along with a fee equal to two percent of the amount of
dispute, not exceeding Rupees One Lakh, within one month from the date of communication of decision
of the tender sanctioning Procurement Committee. The officer-in-charge of the project who was
responsible for taking delivery of the goods and/ or service from the supplier/ selected bidder shall
prepare a reply of representation and shall represent the DOIT&C’s stand before the standing committee.
From the side of the supplier/ selected bidder, the claim case may be presented by himself or through a
lawyer. After hearing both the parties, the standing committee shall announce its decision which shall be
final and binding both on the supplier/ selected bidder and DOIT&C. The standing committee, if it so
decides, may refer the matter to the higher authority for further decision.
d) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties regarding a
contract shall be settled by a competent court having jurisdiction over the place, where agreement has
been executed and by no other court, after decision of the standing committee for settlement of disputes.

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

7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT

1) Payment Terms and Schedule


a) The due payment to the selected bidder shall be made on quarterly basis i.e., at the end of each quarter.
b) The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing, accompanied
by invoices describing, as appropriate, services performed, and by the required documents submitted
pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the
Contract.
c) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after submission of
request for payment along with an invoice and all other requisite documents by the supplier/ selected bidder
(which will be forwarded for audit to the Third-Party Auditor), after receipt of third-party audit report and its
acceptance by the purchaser.
d) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this
Contract shall be Indian Rupees (INR) only.
e) All remittance charges will be borne by the supplier/ selected bidder.
f) In case of disputed items, the disputed amount shall be withheld and will be paid only after settlement of the
dispute.
g) The manpower LD/penalty shall be applicable for the manpower resource which is found non-compliance as
per RFP qualification and certification criteria. However, at the time of joining all relevant
qualification/certification/experience will be checked but for any reason, if it is found in later stage that
qualification/certification/experience is not valid or not as per RFP, then the candidate will be treated as non-
compliance and LD/penalty will be applicable accordingly.
h) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this
bidding document, shall be deducted from the payments for the respective milestones.
i) Taxes, as applicable, shall be deducted/ paid as per the prevalent rules and regulations.
j) The selected bidder shall start exit management process before six (6) months from the date of expiry of the
agreement and if required by tendering authority to do so shall continue work on the assets for three (3)
more months’ period (extended period) from the date of expiry or termination of the agreement. During the
extended exit management period the bidder shall continue to provide regular FMS services by deploying
desired minimum manpower. The payment for extended period shall be made by the purchaser on the rates
and terms quoted by bidder for regular FMS services.
k) All the deliverables, reports, attendance records etc. to be sent to the designated personal/ appointed Third-
party auditor (TPA) of the project on monthly/ quarterly basis subject to the direction of designated authority
of the purchaser.
l) All the licenses/ AIS certificate shall be in the name of Department of Information Technology &
Communication.
m) Payment schedule – Payments to the bidder, after successful completion of the target milestones (including
specified project deliverables), would be made as under: -

Table 7.1. Payment Terms and schedule

Item Description Deliverable Payable amount


Sl.
No.
1 Overall Maintenance for 36 Successful submission of Quarterly agreed payment based on total
months for items installed in deliverables X1, X2, X3, X4 of amount quoted against Sl No 1 of
DR site RSDC as per items Table 7.2 ‘Project Deliverables financial bid (BoQ-3), after deducting all
details enclosed in & Time schedule’ of RFP penalties/ liquidated damages and also
Annexure-1 of RFP. including / deducting taxes as per
applicable law.
2 Overall Operation for 36 Successful submission of Quarterly agreed payment based on total
months for Systems installed deliverables X5, X6, X7, X8, amount quoted against Sl No 2 of
in DR site RSDC as per X9, X10 & X11 of Table 7.2 financial bid,(BoQ-3) after deducting all
items details enclosed in ‘Project Deliverables & Time penalties/ liquidated damages and also
Annexure-1 and as per schedule’ of RFP including / deducting taxes as per
number of persons / shifts applicable law.
details, Service Level
Agreements (SLA) given in

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

RFP. The bidder has to


deploy the manpower at site
at both data center premises
as per details given in RFP.
Note: The quantities mentioned in the Bid are indicative/ approximate and shall only be used for the purpose of
financial bid evaluation, however, the payments shall be made as per actual.

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)

Table 7.2. Project Deliverables & Time schedule

Sl. Milestone RFP Ref. Project Deliverables Time Schedule


No.
1. Operation & Chapter 4.3.1. X1: Within one
Maintenance Comprehensive Onsite Purchase of comprehensive month of award
services, Facility Operation, Maintenance & Onsite Maintenance & Support of contract
Management Support Services service of 36 month
2. services & Co- Chapter 4.3.2. Preventive X2: Within 15 days
location support for Maintenance Services 1) Monthly Maintenance schedule after end of the
36 month and Report quarter.
2) Performance assessment
report of equipment
3. Chapter 4.3.3. Corrective X3: Monthly Maintenance & MIS Within 15 days
Maintenance Services Report along with detailed call after end of the
report quarter.
4. Chapter 4.3.4. X4: Within 15 days
Configuration and Change Management report after end of the
reconfiguration/ rollback of quarter.
equipment’s / services:
5. Chapter 4.3.5. Asset X5: Within 15 days
Management Services Monthly log report after end of the
quarter.
6. Chapter 4.3.6. Vendor X6: Within 15 days
Management: Monthly calls log report after end of the
quarter.
7. Chapter 4.3.7. BMS/ DCIM X7: Within 15 days
Services 1) SLA report of BMS/DCIM after end of the
services quarter.
8. Chapter 4.3.8. X8: Within 15 days
Co-location support to Monthly Report after end of the
users for the equipment’s quarter.
9. Chapter 4.3.9. X9: Within 15 days
Physical Security Services 1) Monthly attendance report after end of the
2) Monthly Visitor Report quarter.
10. Chapter 4.3.10. Facility X10: Within 15 days
Management Services 1) Monthly attendance report
after end of the
2) Monthly log report quarter.
11. Chapter 4.3.11. Helpdesk X11: Within 15 days
support: Manpower SLA report after end of the
quarter.
Note: The selected vendor has to provide all the reports and deliverables mentioned above and provide any
additional reports as required by purchaser. The bidder is required to submit the reports duly verified by
OIC/Designated Authority.

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

2) Service Level Agreements


The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of
service which shall be provided by the selected bidder to the tendering authority for the duration of this contract.

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.

The SLA has been logically segregated in the following categories:


A. Infrastructure Service Levels:
B. Manpower availability service levels
C. Civil Works and Minor Works SLA
D. BMS, HVAC and CCTV Footage Availability
E. Help desk service levels

A. Infrastructure Service Levels:


This service level will be applicable on existing equipment’s which are part of list mentioned at Annexure-1 and
additional hardware which may be deployed during the project period:

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.

Sl. Measurement Definition Target Penalty


No.
1 Overall, Power Availability = {1- >=99.75% NA
Availability [(Downtime) * (Severity
(Availability through factor) / (Total Between
DG, UPS, Time -Maintenance 99.75% For every 0.25% degradation in the
Transformer and raw Time)]} *100 to 97.75% uptime there will be a penalty of 1% of
power etc…) Quarterly Payment
Availability will be
And Measured up to the <97.75%
Availability of DG socket level in the For every 0.25% degradation in the
Power equipment room that will uptime there will be a penalty of 2% of
be providing power to the Quarterly Payment
the Racks.
2 Availability of PACs Availability = {1- >=99.75% NA
and Duct ACs [(Downtime) *(Severity
factor) / (Total Between
Time -Maintenance 99.75% to For every 0.25% degradation in the
Time)]} *100 97.75% uptime there will be a penalty of 1 % of
Quarterly Payment

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

Sl. Measurement Definition Target Penalty


No.
<97.75% For every 0.25% degradation in the
Uptime there will be a penalty of 2% of
the Quarterly Payment
3 Preventive No. of days 15 days Rs. 1,000/- per day per equipment
Maintenance before the subject to maximum of monthly
end of each payment per equipment as quoted by
quarter bidder

If PM is not done in a quarter, then


penalty shall be 5% of the quarterly
payable amount per quarter till three
consecutive quarters.

After three consecutive quarter, the


termination clause shall be invoked.
4. Equipment Uptime Uptime of an equipment >=99.75% NA
= {1- [(Equipment
downtime) *(Severity Between For every 0.25% degradation in the
factor) / (Total Time- 99.75% to uptime there will be a penalty of 1% of
Maintenance Time)]} * 97.75% Quarterly Payment
100 <97.75% For every 0.25% degradation in the
uptime there will be a penalty of 2% of
the Quarterly Payment

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.

B. Minimum Manpower Resources


The manpower deployed by the bidder for carrying out and providing FMS services for Manpower Sl. No. 1
(Project Manager) shall necessarily be on direct payroll of the bidder organization and should not be outsourced /
subcontracted in any circumstances.

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

No. (S1) (G) (S2) 22:00 PM availability of


06:00 09:30 14:00 to Next resource (per
AM to AM to PM to Day resource per
14:30 18:00 22:30 06:30 AM shift) in INR
PM PM PM
1 2 3 4 5 6 7
1. Project Manager - 1 - - 1 5000/-

2. Electrical Engineer - 1 - - 1 3000/-

3. DCIM + BMS Operator 1 1 1 1 4 3000/-

4. Electrician, UPS and DG set 2 1 2 2 7 2000/-


Operator cum Technician
5. PAC and CAC Operator cum 1 1 1 1 4 2000/-
Technician
6. Security Supervisor - 1 - - 1 1000/-
7. Security Gaurd 3 0 3 3 9 1000/-
8. Helper 1 1 1 0 3 750/-
9. Helpdesk 0 1 0 0 1 2000/-

 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

mentioned tables “Minimum Manpower Resources table”


3. > 30 No. of absence shifts x 2 x Amount defined in the column ”7” of above-
mentioned tables “Minimum Manpower Resources table”, for given role in a
quarter + Issue of letter of warning and subsequent actions as per terms and
conditions of RFP

 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: -

Sl. No. Description Applicable Penalty / Actions


1. No. of vacant shifts per domain in a quarter No. of vacant shifts per domain x Rs. 40,000/-

Qualification and Experience


Staff Required Qualification and Experience
Project Manager B. E. / B. Tech in any of Electrical/ Mechanical/ Electronics / E&E/ Instrumentation
Overall in charge with 5+year relevant work experience of maintaining Non-IT equipment in data
responsible for All centre.
Non-IT Activities of DR
Relevant Work Experience: In maintenance of DG Set/ 200 VA UPS/ Heavy
site RSDC
Electrical Machinery/ CAC/ PAC/ Refrigeration / Electrical/ AC/ Fire/ IBMS
Electrical Engineer B.E. / B.Tech. in Electrical/ E&E + atleast 3 years relevant experience of Data
centre in Air-conditioning, Fire, Electrical, BMS, DCIM Tools, DG Sets, etc.
DCIM + BMS Operator BCA/MCA or Diploma in IT / CS/ Electrical/ E&E/ Mechanical/ Instrumentation or
Equivalent + atleast 2 years relevant experience.
Electrician, UPS and ITI or Higher in any of Electrical/ E&E/ Instrumentation + 2 Years’ Relevant
DG set Operator cum Experience
Technician
PAC and CAC ITI or Higher in any of Electrical/ E&E/ Instrumentation/ Refrigeration + 2 Years’
Operator cum Relevant Experience
Technician
th th
Security Supervisor Retired Military Personnel / 10 or 12 pass
th th
Security Guard Retired Military Personnel / 10 or 12 pass

Helper 10th Pass


Helpdesk Graduation/PGDCA/ BCA

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

Sl. Resource Type Applicable Penalty when resource is leaving


No. Within 1 year of DOJ After 1 year of DOJ
1. Any Manpower 10 times of the penalty mentioned in 5 times of the penalty mentioned in
resources deployed column “7” of above-mentioned table column “7” of above-mentioned table
at the site “Minimum Manpower Resources” “Minimum Manpower Resources”

C. Civil Works and Minor Works SLA


Sl. Type of Incident Resolution Penalty
No. Time
1. Critical T* No Penalty
Any Civil/ Electrical / MEP / Elevators / BMS/ fire /Pluming and
T1=T+2days 0.05% of the Agreed
sanitary/ WTP/ STP/ Transformers / DG sets and all other work
Quarterly Payment for
as defined in BOQ of RFP.
every unresolved call
Major Civil Work including the False Flooring, False Ceiling,
raised flooring, Doors & Locking, Partitioning, Fire Proofing of all T2=T1+2 1% of the Agreed
surfaces, Furniture & Fixtures (Door, windows, Table, chair), Quarterly Payment
plumbing, CP work and Painting to be replaced within 2 days of for every unresolved
reporting the problem. call
The successful bidder should maintain sufficient inventory to >T2 2% of the Agreed
carry out civil, electrical HVAC and BMS, etc. repairs without any Quarterly Payment for
disruption to . every unresolved call
2. Low T* No Penalty
Minor Civil Work including Cement Concrete Work, Masonry T1=T+4days 0.05% of the Agreed
Work, Trench Work, Storage, Glazing and Scaffolding Work to be Quarterly Payment for
carried within 4 days of the reporting problem every unresolved call
T2=T1+2 1% of the Agreed
Quarterly Payment
for every unresolved
call
>T2 2% of the Agreed
Quarterly Payment for
every unresolved call
*T stands for 72 hours from reporting time of the incident.

D. BMS, HVAC and CCTV Footage Availability


Sl. Measurement Measurement Interval Target Penalty
No.
1. Rack Inlet This SLA would Temperature >5<=8instancesperweek
Temperature measure the of 24 degrees +/- 2
Penalty Applicable:
temperature at the degree centigrade at
2%ofAgreed Quarterly
rack level. The all times.
Payment
successful bidder The penalty
should ensure that the will be decided on
>8<=12 instances per
Data Centre number of such
week
temperature is instance. An instance
Penalty Applicable:
maintained at is said to have
4%ofAgreed Quarterly
24degrees +/- occurred when the
Payment
2degree centigrade at rack inlet temperature
all times. goes beyond the
>12 instances
permissible limits for
Penalty Applicable: 6%of
greater than 10
Agreed Quarterly Payment
minutes. Each
+
additional 10 minutes

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

Sl. Measurement Measurement Interval Target Penalty


No.
is counted as an Letter of warning
instance.
2. Humidity The successful bidder 50% +- 15% RH at all >5<=8instancesperweek
should ensure that the times. Penalty Applicable:
Data Centre humidity is 2%ofAgreed Quarterly
maintained at 50% +- The penalty will be Payment
15%RH at all times. decided on number of
such instance. An >8<=12 instances per
instance is said to week
have occurred when Penalty Applicable: 4%of
the Data Centre Agreed Quarterly Payment
humidity goes beyond
the permissible limits >12 instances
for greater than 10 Penalty Applicable: 6%of
minutes. Each Agreed Quarterly
additional 10 minutes Payment
is counted as an +
instance Letter of warning
3. CCTV Footage The successful bidder is The successful In case of breach, applicable
Availability required to record 5-8 bidder should maintain penalty shall be 1% of agreed
frames per second of CCTV recordings quarterly payment
CCTV footage and (movable data) of past +
should maintain sufficient 30 days at any given Letter of warning
inventory of the same. point in time. After
which the successful
bidder is required to
take a backup of the
same and store it for a
period of minimum 1
Year
4. BMS The successful bidder is The successful bidder Letter of warning
required to record all shouldmaintainrecordi
relevant data as per ngsofpast12month at
OEM operating any given point in
guidelines& should time.
maintain sufficient
inventory to maintain the
SLA
5. Comfort Air The successful bidder is The successful bidder Letter of warning
conditioning required to record all should maintain
relevant data as per recordings of past
OEM operating 12month at any given
guidelines & should point in time.
maintain sufficient
inventory to maintain the
SLA
6. Plumbing, The successful bidder is The successful bidder Letter of warning
sanitary, water required to record all should maintain
supply, relevant data as per recordings of past
OEM operating 12month at any given
guidelines & should point in time.
maintain sufficient
inventory to maintain the
SLA
7. Fire services The successful bidder is The successful bidder Letter of warning
required to record all shouldmaintainrecordi
relevant data as per ngsofpast12month at
OEM operating any given point in

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

Sl. Measurement Measurement Interval Target Penalty


No.
guidelines& should time.
maintain sufficient
inventory to maintain the
SLA
8. Transformers / The successful bidder is The successful bidder Letter of warning
DG sets/ UPS required to record all shouldmaintainrecordi
relevant data as per ngsofpast12month at
OEM operating any given point in
guidelines& should time.
maintain sufficient
inventory to maintain the
SLA
Note: If Letter of warning is issued in more than 4 category of above clause D, then purchaser may invoke the
agreement as per Termination clause of this RFP.

E. Help Desk Service Levels


The service level standards under this sub section pertain to all services which (i) do not impact the uptime of the
equipment’s mentioned in sub section A above and (ii) are not related to security related services mentioned in
sub section B above. However, penalties may be attracted both under sub section A and sub section B if any of
the service mentioned in these subsections are hampered because of shortage or unavailability of manpower. It
is further clarified that in some cases breakdown of equipment may generate a service request for restoring
services on another equipment and non-compliance of service level for the generated service request may lead
to penalties.

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.

8 hours for 0.25% of the Agreed


incident of Quarterly Payment for
severity level every 120 mins (or its
3; 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

4) Special Terms and conditions


 The contractor is advised to view the site and site conditions under which the work has to be executed
before quoting rates and satisfy him regarding the services with FMS to deliver at site.
 The contractor is advised for health check-up of all the electrical equipment’s covered under the
agreement before taking over. Any complaints in the equipment may be intimated to DOIT&C if persist
before taking over the equipment for AMC Contract.
 In exceptional case, if it is found that in spite of performing proper maintenance schedule of the
equipment’s by the contractor, any measure fault, if occurs, due to hardware failure which is beyond the
control of the contractor, then the case will be critically examine by the DOIT&C Official and OIC SDC for
further necessary action for penalty / relaxation.
 Health Check-up of the batteries of UPS would be done on monthly basis and reports will be submitted to
OIC SDC with the recommendation of procurement of new batteries, if required, DOIT&C will procure the
batteries on their own cost.
 POL for DG Sets would be borne by the DOIT&C. It shall be ensured by the contractor through close co-
ordination with OIC RSDC to keep sufficient additional stock of Diesel for DG Sets excluding diesel in
Diesel tanks in every DG Set for at least next 12 hours continuous running of DG Sets. The contractor
may intimate to DOIT&C Official if face any problem regarding availability of diesel at site.
 Transformer, RMU, HT Cable from HT Meter to JVVNL termination point would not be in the scope of the
contractor.
 The most important part of the work is uptime (>= 99.75%) of power availability and PAC availability.
Heavy penalties may impose on the contractor failure to maintain 99.75% uptime of power and PAC
availability. Hence, the contractors are advised to view the site first (with prior permission) and carefully
read all the terms & conditions especially service level agreement & penalty clause before quoting the
rates.
 Contractors satisfying the conditions of eligibility criteria should only participate in the tender.
 Payment shall be made to the contractor on quarterly basis after submission of logbooks, service reports
and all required relevant documents regarding AMC contract with operation and FMS to the department
after verification by DoIT&C and submission of back-to-back agreement from OEM for PAC, CAC, UPS,
DG sets, Fire detection and suppression etc (as mentioned in clause 7 of chapter 4 of RFP).

5) Change Requests/ Management


a) An institutional mechanism will be set up for taking decisions regarding requests for changes. The
Purchase Committee will set up a Change Control Committee with members from the procurement
agency and the selected bidder. If it is unable to reach an agreement, the decision of the Purchase
Committee will be final.
b) DOIT&C may at any time, by a written order given to the bidder, make changes within the general scope
of the Agreement in any one or more of the following: -
 Designs, specifications, requirements which software or service to be provided under the Agreement
are to be specifically developed and rendered for DOIT&C.
 The method of deployment, shipping or packing.
 Schedule for Installation Acceptance.
 The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
 Identification and documentation of the need for the change - The information related to initiator,
initiation date and details of change required, and priority of the change will be documented by
DOIT&C.
 Analysis and evaluation of the Change Request - Impact of the change in terms of the estimated
effort, changed schedule, cost and the items impacted will be analysed and documented by the
bidder.
 Approval or disapproval of the change request – DOIT&C will approve or disapprove the change
requested including the additional payments for software development, quoted man-month rate shall

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.

Table – Severity Factor of the Items


S. No. Non-IT equipment Severity Factor
1. Power Panel 8
2. Bus Duct / Bar 4
3. UPS 8
4. Battery 4
5. DG Set 8
6. PAC 8
7. Comfort Air Conditioner, VRV 4
8. Bus Coupler 4
9. Outgoing Feeder / Cable / Bus Trunking 4
10. Distribution BOX-Lightning DB 4
11. Distribution BOX-Power DB 4
12. Distribution BOX- UPS DB 4
13. Earthing 4
14. Wiring 4
15. Sound System 2
16. Fire 8
17. IBMS 8
18. HT Panels, Transformers 8
19. LT Panels 8
20. DCIM 8

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

ANNEXURE-1: BILL OF MATERIAL

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
varied to accompany various width
CPU.The CPU is mounted on locable
castors. Keyboard: Outer Dimension of
keyboard tray is 507X245 mm made of
5 DC Manager/ IT Supervisor table NA Pyrotech Nos. 6
Size 1650X750X740, side table
1050X450X740, Pedestal
350X450X550, Back storage
1050X425X700
6 Productivity work chair NA Godrej Interio Nos. 75
Smart mid back,S1 Mechanism, T
Fixed Arm, Nylon Base, Nylon Castor
7 Long Back Executive Chair NA Godrej Interio Nos. 6
High Back, Synchro 1 mechanism, 1 D
Arm,Nylon Base and Nylon castor
8 Designer type reception Desk NA Pyrotech Nos. 1
20000 mm (w) x 600mm with
1200mm high , 75mm thk.
Customized with Glass Top with
arrangement of key board trays, cpu
trollys, three drawer, etc. Complete as
per customer
9 Conference ROUND TABLE NA Pyrotech Nos. 1
25 Seater as per design approved by
Engineer in charge
10 Sofa set with 3 + 2 seating NA NA Set 3
arrangement along with Tea table
11 Shoe rack for 100 pairs shoes NA NA Nos. 1
6’’ (h) x 10’’ (w) x 1’-0” (d) made from
19 mm BWR and termite proof board
for frame/partition , back side made of
12 mm thick ply and duly painted with
enamel paint, unique numbering on
each box with enamel paint, second
class teakwood corner beading and
bottom of unit will have proper
legs/stands/wooden
12 Lockers for keeping essentials for 100 NA NA Nos. 1
Person
1’- 0” (h) x 1’-0” (w) x 2’-0” (d) made
from 19 mm BWR and termite proof
board for frame/partition and shutters
(single leaf shutter size 1ft. x 1ft.), back
side made of 12 mm thick ply and duly
painted with enamel paint, each shutter
fixed with two numbers stainless steel
butt hinges of 2.5” and a knob handle
on each shutter with lock, stopper on
inside face, unique numbering on each
box with enamel paint, all exposed
faces of wood work finished with
veneer ply 1/8 inch thick and second
class teakwood corner beading on front
side and corners of shutter polished
with Polyurethane (PU) polish, bottom
of unit will have proper

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
legs/stands/wooden
13 Fire Safe Godrej Nos. 2
Fire Safe ( 170 Lts ) of Godrej make FR 1060
(model No-FR 1060) with hight 1060
mm, Width 450 mm & depth 355 mm
for Media/ backup
14 Door Signage’s NA NA Nos. 18
vinyl cutting on acrylic base.(size :
12”x4”)
15 Data Centre Name plates NA NA Nos. 1
Data Centre Name plates/ Display
Boards (3 Ft X 4 Ft Size) with
decorative Light Fitting as per design
approved by Engineer in charge
16 White Board NA Whitemark Nos. 6
Size 4 Ft X 5 Ft with duster and proper
floor mounting stands
17 Fire Escape Route Flow Diagram NA NA Nos. 4
A1 size
18 Fire Escape Exit Board NA Xensis Nos. 25
19 Stainless steel Water Cooler with WC FS 60/120 NP VOLTAS Nos. 2
nominal cooling capacity
stainless steel Water Cooler with
nominal cooling capacity / storage
capacity of 60/120 litre/ Hrs
20 Tea/ Coffee Vending machine TVC 3 LANE Amazon Nos. 2
Bending
Solution
Triple Option that can Make Tea
Coffee Soup & give Hot Water.
Vending machine should have auto
Water flushing After Selected Time
Facility Digital Meter To Count No’s Of
Drink Dispensed Display Water Level
sensor
21 Modular Storage NA Pyrotech Nos. 5
depth 450mm*2500mm (with openable
hinged doors at required intervals) with
laminated finish on both inside and
outside
22 Modular Control Desk for 01 monitors NA Pyrotech Nos. 38
& 01 operator
Dimension: 750mm (H) X 750mm (W)
X 900mm
23 12mm thick frameless tempered clear NA AIS Glass Nos. 2
glass Single door WITH 100mm Metal
frame
Tempered glass is formed by heating
glass to the softening point in a
horizontal tempering stove, and then
quickly cooling it. Properties: 1) Safety
(tempered): when broken, it spits into
tiny harmless pieces 2) Strong
intensity: heat-strengthened glass is
approximately twice as strong as
annealed glass of the same thickness,

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
and tempered glass is about 4 times
3) Outstanding performance in
resisting thermal stress and wind-load
4) Tempered glass cannot be cut, drill
hole and other further processed.
24 Round LED Ceiling light DN392B LFD105 Wipro Nos. 55
High performance LED downlighter
with high system efficacy for good
quality and uniform lighting. Conforms
to general lighting norms for office and
other indoor applications
25 HT Panel - 11KV Gang operated NA NA Nos. 2
Switch
complete in all respect with mounting
structure
26 Transformer JTS8455-1900 Schneider 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) (Schneider) NA Enerlec SET 2
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 Enerlec / Nos. 2
Rajeev
Associates
415V MAIN LT PANEL, suitable for NA
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 NA Enerlec / Nos. 2
Rajeev
Associates
250A, 4P 30 KA, MCCB having
Electronic Trip Unit with adjustable
protection against Overload and Short
Circuit
30 PAC Panel NA Enerlec / Nos. 2
Rajeev
Associates
400A, 4P 30 KA, MCCB having
Electronic Trip Unit with adjustable

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
protection against Overload and Short
Circuit
31 UPS Output PDU Panel NA Enerlec / Nos. 4
Rajeev
Associates
630A, 4P 15 KA, MCCB having
Electronic Trip Unit with adjustable
protection against Overload and Short
Circuit
32 VRV Panel NA Enerlec / Nos. 2
Rajeev
Associates
160A, 4P 25 KA, MCCB having
Electronic Trip Unit with adjustable
protection against Overload and Short
Circuit. 1No – Load Manager with
Modbus over RS 485 Interface with
Maximum Demand Indication of EM
6400 or equivalent. 1Set – 160/5A,
Class 1.0, 15VA for metering, CL.PS,
15VA for protection Cast Resin CTs
33 Emercency Panel NA Enerlec / Nos. 2
Rajeev
Associates
63A, 4P 25 KA, MCCB having Thermal
magnetic release with adjustable
thermal setting INCOMER Metering for
each incomer
34 Isolation Transformer Panel NA Enerlec / Nos. 4
Rajeev
Associates
300kVA K13 isolation transformer
OUTGOING
35 Lift Panel NA Enerlec / Nos. 1
Rajeev
Associates
100A, 4P MCCB having Thermal
magnetic release with adjustable
thermal setting Metering for Incomer
36 APFCR Panel – 450KVAR NA Enerlec / Nos. 2
Rajeev
Associates
Auto Power Factor Correction Relay
(APFCR-450KVAr with 5 stage rating
4x100 KVAr + 1x50 KVAr design as
per IEC 61921, IEC 61439-1 & 2)
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, bus duct flange for
incomer, gland plates at top/bottom for
control cables, complete with internal
wiring, ferrules, name plates, painting
etc

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
37 Auto Transfer Switch 100A, 415V, 4P NA Enerlec Nos. 7
Powder coated Enclosure with IP 55
100A, 415V, 4P, Auto Transfer
Switch housed in weather proof,
CRCA Sheet / MS Box powder coated
enclosure mounted on MS support
near the pumps suitable for Outdoor
application of IP55. ATS should be
able to accommodate 4C X 35 SQMM
CU ARM cable on load side as per
SLD and all complete as per drawings
38 Auto Transfer Switch 40A, 415V, 4P, NA enerlec Nos. 3
weather proof, CRCA Sheet / MS Box
enclosure mounted on wall near the
PAHUs suitable for Indoor operation as
per SLD. (Powder coated with IP55
protection) and all complete as per
drawings
39 Auto Transfer Switch 32A, 415V, 4P NA enerlec Nos. 0
weather proof, CRCA Sheet / MS Box
enclosure mounted on wall near the
PAHUs suitable for Indoor operation as
per SLD. (Powder coated with IP55
protection) and all complete as per
drawings
40 Auto Transfer Switch 63A, 415V, 4P NA enerlec Nos. 6
weather proof, CRCA Sheet / MS Box
enclosure mounted on wall near the
PAHUs suitable for Indoor operation as
per SLD. (Powder coated with IP55
protection) and all complete as per
drawings
41 DG Sync Panel NA Enerlec/Rajee Nos. 1
v Associates
415V DG SYNC PANEL -1, 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
42 40W Surface mounted LED light fixture RC380B LED34S Philips Nos. 119
2 feet X 2 feet
43 Occupancy sensor range 6-7 meter NA Philips Nos. 15
44 3ø, 8Way, Phase segregated DB NA NA Nos. 6
(Lighting DB)
Incomers 1No. 63A, 4P, MCB ‘C’
Curve Phase outgoing 3Nos. 63A,
30mA, DP, RCCB 12Nos. Of outgoing
6A SP MCB With ‘C’ Curve 12 Nos. Of
outgoing 16A SP MCB With ‘D’ Curve
45 3ø, 8Way, Phase segregated DB (Raw NA NA Nos. 3
power DB)

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
Incomers 1No. 100A, 4P, MCB ‘C’
Curve Phase outgoing 3Nos. 100A,
30mA, DP, RCCB 12Nos. Of outgoing
6A SP MCB With ‘C’ Curve 12 Nos. Of
outgoing 16A SP MCB With ‘D’ Curve
46 1250 kVA Transformer earthing NA NA Nos. 4
47 750KVA DG Set earthing NA NA Nos. 12
48 Lightning arrestor earthing NA NA Nos. 2
49 UPS/PDU system earthing NA NA Nos. 16
50 Rack earthing NA NA Nos. 2
51 HT Panel earthing NA NA Nos. 4
52 LT Panel earthing NA NA Nos. 4
53 Lightning arrestor enchanching type LPI ESI 60 NA Nos. 1
designed to attract lightning
Lightning arrestor enchanching type
designed to attract lightning from a
predetermined volume and to safety
convey the lightning current to the
earth and complaint UL-96 or
Equivalent to NFC 17102 ESE type
(Nimbus) and complete with following
principle components.(The lightining
icropro should cover 107Meter radius
and as per Site requirement) & Air
termination shall be non-corroding and
centre earthed finials shall be 300mm
in cross section and be made of
electric grade non ferrous material
54 Round bottomed fire buckets filled with NA NA Nos. 6
river sand
55 Shock treatment chart in English & NA NA Nos. 8
Hindi languages
laminated/ glass framed
56 11KV Danger boards NA NA Nos. 6
57 440V Danger boards NA NA Nos. 6
58 First aid box containing full compliment NA NA Nos. 2
of medicines, ointments & bandages
59 Single line drawing duly laminated / NA NA Nos. 2
framed in A1 size
60 60X40CM teak wood box with glass NA NA Nos. 2
door & hooks for hanging keys & space
for keeping hand gloves complete with
lock & three keys
61 300 KVA/KW UPS GES404DS3312E3 Delta Nos. 4
5I
IGBT based rectifier to achieve input
THDI < 3% and input power factor of
greater than 0.99 at 100% loading.
True Online Double Conversion (VFI
as per IEC 62040-3) UPS using PWM
IGBT technology, 3 Phase input and 3
phase 415 V output UPS system
62 40 KVA UPS with 3 phase input and 3 GES403HH331035I Delta Nos. 4
phase output 0
3 phase input and 3 phase output and
as per the Technical specifications.

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
Quoted rate shall be inclusive of
required batteries of 15 minutes back
up at full load, battery shall be with
connecting cables, Battery rack and all
complete as per drawings, technical
specifications, SLD, relevant standards
63 DG Sets 750 KVA SCI634001 Jackson Nos. 3
3 phase 415 volts 50 cycle per second
1500 RPM Radiator cooled Diesel
Generator Sets of rating as below. The
engine shall include flywheel to suit
flexible coupling with guard, air
cleaner, blower fan, fuel pump, variable
speed electronic governor, fuel filter,
lub oil filter & pump, primary water
circulating pump, battery charger, 24
volt batteries of compatible capacity
with battery stand and instrument panel
comprising of switch with key
64 12 Hours running capacity buffer Fuel NA Jackson Set 3
Tank
receive fuel oil from bulk oil storage
tank, fabricated from 2 mm thick M.S.
sheets including the cost of removable
cover with locking arrangement and
including the cost of painting and
including the cost of providing all the
required appurtenances like inlet and
outlet connections including the cost of
flanges & fittings, float valve, foot
valve, drain connection, over flow
connection to oil sump etc. and
including the cost of fuel level sensors
with high and low level visual indication
and audible alarms with actuators to
automatically start and stop the fuel
65 semi rotary hand pump for filling fuel NA SAAR Nos. 2
66 NO SMOKING & DANGER ZONE sign NA NA Nos. 3
boards
67 CO2 4.5 kg capacity as per IS:2878 NA MINIMAX Nos. 2
68 Fire Extinguisher Chemical foam type NA MINIMAX Nos. 2
of 9 litre
69 Fire Extinguisher Dry chemical powder NA MINIMAX Nos. 2
type IS : 2171 5 kg
70 Precision Air Conditioning System (26 PX082D & Vertiv Nos. 7
TR )
microprocessor based precision Air
Conditioning units for the Server room.
The unit shall be complete with
incoming MCCB, Inverter Digital /
Tandem / scroll compressor , cooling
coil DX type, with EEV, EC drive with
plug fan, microprocessor panel, air
filter, electrical reheat, built in
sequential controller, air-cooled
condenser
71 Precision Air Conditioning System (9.5 PEX125EC Vertiv Nos. 2

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
TR)
microprocessor based precision Air
Conditioning units for the Server room.
The unit shall be complete with
incoming MCCB, Inverter Digital /
Tandem / scroll compressor , cooling
coil DX type, with EEV, EC drive with
plug fan, microprocessor panel, air
filter, electrical reheat, built in
sequential controller, air-cooled
condenser
72 VRV Based Air Conditioning GMV-615WM/B-X Gree Nos. 6
MULTI-VRF units complete with 100%
Inverter driven scroll compressor, air
cooled condenser with Inverter driven
icropro speed fan motor having
interconnected control wiring and
refrigerant piping housed in compact
housing duly powder coated body. 22
HP (Cooling-Only) 52 Deg.Operation
73 Indoor Comfort AC units: 4-Way GMV-ND100T/A-T Gree Nos. 18
Cassatte Unit (3TR)
74 Indoor Comfort AC units: MSP GMV- Gree Nos. 8
Ductable (4.6TR) ND160PHS/A-T
75 Indoor Comfort AC units: Hi-Wall (1TR) GMV-N50G/A3A-K Gree Nos. 11
76 Indoor Comfort AC units: Hi-Wall GMV-N50G/A3A-K Gree Nos. 9
(1.5TR)
77 Indoor Comfort AC units: Wireless NA Gree Nos. 20
Remote
78 Wired Remote Z6L350QV4 Gree Nos. 8
79 Centralize Remote(Touch Type) CE52-24/F© Gree Nos. 1
80 UL listed Server Racks NA Netrack Nos. 46
Size - Minimum. 600 mm (W) x 1200
mm (D) Height - 42 U
81 UL listed Server Racks NA Netrack Nos. 16
Size - Minimum. 800 mm (W) x 1200
mm (D) Height - 42 U
82 Telco Rack for MUX and Hub Room NA Netrack Nos. 4
83 Cold Aisle Containment System NA Netrack Nos. 11
84 Fire Alarm Panel with Network PNI-3 Siemens Nos. 1
Interface Card (2 Nos.), Telephone
Zone Card 1 Nos.), Zone Indication
Card (1 Nos.), Digital Audio Card (1
Nos.), Device Loop Card (2 Nos.) and
with accessories (Siemens)
85 Repeater Panel including display of NA Siemens Nos. 1
minimum of 80 characters
86 Multi Sensor smoke detector HFP 11 (Multi Siemens Nos. 146
Sensor)
87 Fixed temperature cum rate of rise HFP 11 (Multi Siemens Nos. 6
heat detector Sensor)
UL Listed Fixed temperature cum rate
of rate of rise heat detector with
mounting based LED, Address Switch /
electronic way of addressing, as per
technical specifications and all

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
requirements of contract works
88 Dual action (push IN-pull DOWN) Flush NA Siemens Nos. 12
or surface mounted Manual Call Point
89 Addressable hooter cum strobe units, NA Siemens Nos. 21
wall mounted
90 Fire telephone jacks with telephone NA Siemens Nos. 6
module complete7
91 Heavy duty recessed / surface NA Siemens Nos. 6
mounted telephone hand set complete
92 Monitor Module for MCP, VESDA & NA Siemens Nos. 7
WLD Panels
93 Control Module for hooter cum strobe NA Siemens Nos. 5
and Gas Release Panel
94 Relay Module NA Siemens Nos. 22
95 Isolator Module NA Siemens Nos. 7
96 BACNET Card for Networking NA Siemens Nos. 1
97 6 Watt Ceiling mount Speaker with LBD0606/10 Bosch Nos. 37
junction box for ceiling mount
98 15 Watt Wall mount Speaker LDB3905-D Bosch Nos. 11
99 240 Watts Booster amplifier LBD 1938/00 Bosch Nos. 3
100 480 Watts Booster amplifier LBD 1935/00 Bosch Nos. 1
101 Voice Alarm controller Goosneck micro LBB 1990/00 Bosch Nos. 1
Phone
102 USB/CD/MP3 Player SR760H Sony Nos. 1
103 6 Zone Selection panel for PA Plena Bosch Nos. 1
announcement
104 Rack to mount amplifier,CD player and NA Bosch Nos. 1
console
105 NVR NVR4X-4KS2 Dahua Nos. 2
suitable power socket, DC power
converters, connectors, cables, etc.
complete as per spec. Contractor to
decide on the NVR size depending on
the Pixel resolution and recording rate
in frames per second as specified in
the tender. Contractor shall size the
NAS for 25 FPS / 4 CIF resolution 90
days of recording and submit data
sheet of their storage calculation for
both MPEG 4 and JPEG recording
formats and submit data sheet of their
storage calculation for both MPEG 4
and H.264 recording formats. Note:
Each Minimum of 20 Chanel Capacity
106 Large wall mount LCD screens TH-49ES480DX-1 Panasonic Nos. 3
LH-50AN3ND-2
107 Emercency Door Releaser NA HID Nos. 18
108 Access card readers Proxpoint plus HID Nos. 30
109 Proximity cards NA HID Nos. 200
110 Break Glass Unit for Access Doors NA NA Nos. 18
111 BIOMETRIC Finger Reader MA Sigma Morpho Nos. 5
Lite+multi WR
112 Electromagnet door holder - Single NA NA Nos. 12
Leaf Door
113 Electromagnet door holder - Double NA NA Nos. 6
Leaf Door

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
114 Door Contact NA Honeywell Nos. 20
115 Card Printer Orphicard Orphicard Nos. 1
(Duplet)
116 Rodent Satellites (Streem) R-SCAT NA Nos. 160
117 VESDA VLP-002 Xtralis Nos. 1
118 Fire Suppression System NA Siemens Nos. 9
119 Master Cylinder Kit NA NA Nos. 6
120 End Slave Cylinder NA NA Nos. 6
121 El Check 2” (Manifold Check Valve) NA NA Nos. 6
122 Gas Discharge Nozzles NA NA Nos. 36
123 Abort Switch NA NA Nos. 3
124 Release Switch NA NA Nos. 3
125 Water Leak detection panel (4 zone) TTDM-128 Tracetek Nos. 1
126 Outside T/Rh sensor QFA3160 NA Nos. 5
127 Room T/Rh sensor QFA3160 NA Nos. 25
128 8 ports managed non-POE Switches SG350 Cisco Nos. 3
129 20 port managed POE switches SG350 Cisco Nos. 4
130 Fixed type Delegate unit CCS 1000 D Bosch Nos. 36
131 Fixed type Chairman unit CCS 1000 D Bosch Nos. 2
132 Fixed Dome Camera IPC-HDBW2231R- Dahua Nos. 47
ZAS
CCTV including Networking items such
as Switches, Patch Panel, LIU, Patch-
cords etc. Required for the
completeness of system as per the
building drawing attach with RFP
133 PTZ Camera DH-SD59225U-HNI Dahua Nos. 6
Outdoor IP based Pan/Tilt/Zoom
cameras, ½.9” Progressive Scan
CMOS or better, image resolution 1920
x 1080 or better @ 25 FPS, Electronic
shutter - 1/28000 sec to 1 sec or
better, including integrated Housing
(dome type), Connectors, Lens,
Camera Mounting poles and all
Ancillary Equipment & all accessories
(including driver cables , Power Supply
unit & pan tilt unit)
DCIM (Athenta Technology)
134 Data Centre Infrastructure VER: V4.1 Athenta Nos. 1
Management software per rack
perpetual license for 80 Racks and as
per RFP specification.
DCIM (Data Centre Infrastructure
Management) Application for Power,
Cooling, Space, Environment, Safety,
security Infrastructure devices
Monitoring & Management to meet
RFP compliance. Non-IT device -
(Device to be Monitored & Managed,
Rack, PDU, Energy Meters, UPS PAC,
DG set, FSS, WLD, RRD) Network
Infrastructure Monitoring Application
Module. T&H Sensors- 28 No's-
Temperature & Humidity Sensor -
Minimum Capability - a. Should have

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
digital display, b. 2 RS485
communication port, c. Temperature
measurement accuracy (24 to 26
degree), d. Humidity measurement
accuracy 50% (+-5), 1. built in
webpage of its own for monitoring. 2.
should be capable of sending email
notification directly.
135 DCIM Server Athenta Nos. 2
136 AOMS Server SBA107T Athenta Nos. 1
137 Fascia Server SBA107T Athenta Nos. 1
DDC Panel (Siemens)
138 DDC Panel (Cabinet) Siemens Nos. 4
139 RS 232 TO 485 Modules (Model TX12-S. OPEN Siemens Nos. 5
Number: TX12-S. OPEN)
The RS232/485 module integrates
third-party systems via RS232 or
RS485 interface to the Desigo building
automation and control system.
TXI2.OPEN supports up to 160 data
points. The module status LED (green)
indicates the status of the module.
140 System Controller (Model Number: PXC001-E. D Siemens Nos. 10
PXC001-E. D)
Mapping and monitoring of third-party
disciplines as HVAC. The system
controllers provide the infrastructure to
hold and execute the system and
application specific functions. The
module status LED (green) indicates
the status of the module. Use network
interface RJ45 for (BACnet / IP,
PXC001-E.D) only. System-Controller
for the integration of KNX, M-Bus,
Modbus or SCL over BACnet/IP.
141 Digital Input Module (Model Number: TXM1.16D Siemens Nos. 9
TXM1.16D)
A digital signal is a signal that exists in
one of two states: high or low, open, or
closed, on or off. A digital input/output
(DIO) device is hardware that sends or
receives these digital signals. Available
16 inputs in TXM1.16D, each with a
green LED.
142 Power Supply Module (Model Number: TXS1.12F10 Siemens Nos. 3
TXS1.12F10)
The device converts and supplies
electricity of the required voltage and
frequency, excluding noise from the
electricity obtained from an electrical
outlet. Power supplies are classified by
applications for available DC, AC, and
output voltage ranges. DC 24 V for the
supply of I/O modules and field devices
(generated in an internal AC/DC
converter)
143 Bus Connection Module (Model TXS1.EF10 Siemens Nos. 4

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
Number: TXS1.EF10)
Transfer of DC 24 V for the supply of
TX series modules and field devices.
AC / DC 12...24 V for the supply of field
devices.
144 Universal Module (Model Number: TXM1.8U Siemens Nos. 8
TXM1.8U)
All terminals are directly on the I/O
modules, allowing direct connection of
field devices without additional terminal
strips. Support of signal types and
functions in different building
automation and control systems.
Provide 8 inputs/outputs with LED
signal / fault indication.
145 Relay Module (Model Number: TXM.1.6R Siemens Nos. 3
TXM.1.6R)
The relay module function is mainly to
switch electrical devices and systems
on or off. It also serves to isolate the
control circuit from the device or
system being controlled. Available 6
volt-free relay outputs. Individual I/O
point signalling with green I/O status
LED.
147 Automation Station Module (Model PXC200-E. D Siemens Nos. 2
Number: PXC200-E. D)
Freely programmable modular
automation stations for HVAC and
building services plants.
Comprehensive management and
system functions (alarm management,
time schedules, trends, access
protection. High performance and
reliable operation.
Building Management System
148 Access Control unit with accessories V2000 HID Nos. 18
(HID)
149 Bio-metric Workstation, (Dell) Opti-Plex3050 Dell Nos. 2
150 Access Control Software (Security VER:10.4.16.0 Morpho Nos. 2
View & Morpho Manager) VER:V2.4
151 Door Contacts, (HID) NA HID Nos. 18
152 Access Management Software with V2.4 ID Cube Nos. 1
Time & Attendance Software (HR
View)
153 PTZ Camera Joystick, (Dahua) DHI-NKB1000 Dahua Nos. 1
154 Web Application for CCTV, (Smart VER:V2.02.9 Dahua Nos. 1
PSS- Dahua)
155 Rodent Repellent Panel with Stand and LCD 24 Jay Fire Nos. 7
Bracket, (Jay Fire System) System
156 WLD Electronic Hooter NA Siemens Nos. 2
157 WLD Module (SIM) NA Tracetek Nos. 2
158 WLD Sensor Cable NA Tracetek Nos. 80
159 Building Management System Desigo CC Siemens Nos. 1
Software (Desigo CC- Siemens)
160 Energy Meter Single Phase (Tap-up GMCBT5E95-32-2- Starline Nos. 150

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
Box) (Starline) 415-4-G01
161 Energy Meter Three Phase (Tap-up GMCBT5E96-32-4- Starline Nos. 42
Box) (Starline) 415-4-G01
162 Server Room BBT with End Feed Unit Starline Nos. 22
(Starline)
163 Laser jet Printer 1108 (HP) 1108 HP Nos. 3
164 Laser Jet Pro MFP M181fw (HP) M181fw HP Nos. 2
165 Lighting and Power Wiring NA Nos. As
installed
Upkeep and Maintenance of standard NA Schneider As
wiring electrical points including Wires, installed
sockets/switches (6 Amps, 16 Amps &
32 Amps).
166 Power Wiring Nos. As
Installed
Upkeep and Maintenance of standard NA
wiring electrical points including cables
from LT Panel to Raw Power Panel,
UPS, Emergency Panel, PAC Panel,
VRV Panel and APFC Panel & from
UPS to PDU Panel.
Asset Management (RF Code)
167 Asset & Environment Management VER:1.6.1 RF Code Nos. 1
Software (CenterScape)
168 Temperature & Humidity Sensor NA RF Code Nos. 280
169 Single Phase IPDU (Server SEV-3531K Server Nos. 150
Technologies Inc.) Technologies
Inc.
170 Three Phases IPDU (Server C2L36CE- Server Nos. 42
Technologies Inc.) 4PAE2M66 Technologies
Inc.
171 Rack Locator A740-BL44 RF Code Nos. 66
172 Reader (6 Installed in Server Room & 1 M250-X001 RF Code Nos. 7
Installed in Store- room)
173 Asset - Inventory Tags R170-0B02 RF Code Nos. 1200
174 BBT (3 Phase – 2000 Amp) from 2000AMP Schneider Nos. 200
Isolator Panel to Both LT Panel, from
DG set to DG Sync Panel and DG
Sync Panel to LT Panel (Schneider)
175 Modular Wall Panel (Installed in NA Pyrotech Nos. As
Development and NOC Room) installed
(Pyrotech)
176 Response Indicator, (Agni) NA Agni Nos. 82
177 Ring Main Unit (11KVA) (Schneider) FBX-m-12kv Schnieder Nos. 2
179 Iron Gate NA NA Nos 5
180 Center Table NA Pyrotech Nos 3
181 Vacuum Cleaner(Shakti) NA Shakti Nos 1
182 Drawer NA Pyrotech Nos 36
183 File Desk NA Pyrotech Nos 12
184 Almirah NA Pyrotech Nos 9
185 Air Booster Fan (Stulz) NA Stulz Nos 6
186 Air Extractor (Stulz) NA Stulz Nos 6
187 Air Modulator (Stulz) NA Stulz Nos 6
188 OM4, Bend Insensative, Pre- NA Commscope Nos 160
terminated Trunk Cable, 24-Fiber
LSZH, 13 Meters

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
189 OM4, Bend Insensative, Pre- NA Commscope Nos 104
terminated Trunk Cable, 24-Fiber
LSZH,10 Meters
190 OM4, MPO Cassette, 24 LC fibers (12 NA Commscope Nos 608
duplex ports)
191 2U UD Shelf / Panel, accepts 12 MPO NA Commscope Nos 24
Cassettes
192 1U HD Shelf / Panel, accepts 12 MPO NA Commscope Nos 8
Cassettes
193 1U Sliding modular cassette shelf, NA Commscope Nos 76
accepts 4 MPO cassettes
194 Network Control Station NA Dell Nos 1
195 Sounder with Strobe (Hooter) RE-2455 Ravel Nos 3
196 Control Unit for Conference Room CCSD-CO Bosch Nos 1
197 Industrial Socket NA Schnieder Nos 10
eSign Project
198 Access Control with Software (4- ESSl/Zk Teco ESSl/Zk Teco Nos. 2
DOOR_ACCESS_CTRL)
199 Access Control X-990 ESSL Nos. 3
(FINGERPRINT_ACCESS) (ESSL)
200 Access Control U-FACE-6002 ESSL Nos. 2
(FACE_DETECTION_ACCESS)
(ESSL)
201 Access CONTROL (ESSL) ESSL X2008 ESSL Nos. 3
202 DVR (Hikvision) DS-6004HQH Hikvision Nos. 3
203 LED_TV (MICROMAX) 43V9181FHD Micromax Nos. 4
204 IRON CAGE(400 sq. Feet approx) NA Nos. As
Installed
205 Fixed Dome Camera (Hikvision) DS-6004HQH-K1 Hikvision Nos. 9
206 Push Button for Exit (Access Control) NA NA Nos 2
207 ESSL EM Lock ESSL ESSL Nos 8
Other Items
208 Lift (Thyssenkrupp) LM Number -9719 Thyssenkrupp Nos 1
209 Hanging Wall Fan (Crompton) NA Crompton Nos 4
210 Cabinet type Rectangular Inline fans AF150 Airflow Nos 3
with motor complete with TEFC Sq.
Cage Induction motor suitable for
220 volts ± 10%, 50Hz ± 3 %, single
phase A.C
211 Cooling only 5 HP Capacity (Side RXMQ5BRV16 Daikin Nos 2
Discharge) ITC of VRF OEM
manufactured treated fresh air unit
(TFA) equipped with pre-filter, fan
section with low noise fan, multispeed
motor, coil section with DX coil, outer
cabinet, insulated drain pan, pipe
connections etc.
212 4.12 TR/741 CFM TFA Unit with wired FXMQ125NFRV16 Daikin Nos 2
remote
213 Outdoor cubicle type totally enclosed NA Ankit Nos 1
free standing double door type dust & Electricals
vermin proof Kiosk Panel for outdoor
application made out of 2.0 mm thick
and partition made out of 1.6 mm MS
sheet steel, suitable for 3 phase , 4
wire , 415 V , 50 Hz , AC supply

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
complete with incoming ACB / MCCB /
SFU & outgoing MCB / MCCB / SFU ,
All the MCCB should be with Rotary
handle, Four Pole Electrolytic grade -
INCOMER
100 Amp, FP,25 KA, MCCB having
Thermal Magnetic release with short
circuit and adjustable overload (0.7 to
1In ) protection - 1 no
BUSBAR 200 Amp, FP, Electrolytic
grade Al busbar for main MCB outing
& feeders distribution, OUTGOING
25Amp, FP, C curve, 10 KA BC MCB -
1 nos
25Amp, FP, AC1 utilisation catagary
power contactor, having 415 volt
operating auxiliary coil fitted with
suppressor & 2NO+2NC block - 1 nos
40Amp,FP, C curve, 10 KA BC MCB -
02 nos
6Amp, SP, C curve, 10 KA BC MCB -
11 nos
Digital Time Switch with 2 Amp MCB
for time switch bypass Arrangement- 1
nos
Asoftware for communication, duly
protected by 2A MCB - 1 nos
LED type RYB indication lamp duly
protected by 2A MCB– 3 Nos.
214 Dry Powder Agent (as per IS NA Ultra Fire Nos 2
4308:2019), ABC type Fire
Extinguisher (Stored Pressure type)
conforming to IS:15683:2018 , Powder
coated Internal & External Surface
Deep drawn cylinder body of Mild Steel
CR2 grade conforming to IS: 513,
Squeeze grip Forged brass release
valve with Inbuilt safety release device,
Diaphragm Type, 0 to 28 bar range
pressure gauge, 450 mm long EPDM
discharge tube, QR code for Product
Traceability including Fixing on wall
with suitable Anchor Fasteners as
required of following capacity - 6KG. .
215 Supply & Installation of Manager Table Trident Junior Godrej Nos 4
(1500x750x770 (LxBxH))
216 Supply and erection of pole lighting NA Twinkle Nos 10
stell tubular swaged type with
decorative pole conforming IS 2713-
1980, pole designation 410 SP 15, 6.0
meter long with cast iron base plate
drilling of 1" dia hole on the upper
portion of the pole for the installtion of
street light and 1" dia hole on the lower
portion of the pole for cable entry of
the wire base pole paintng of red oxide
and two coats of silver white aluminium

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

Sl. Item Name Model Make UOM Actual


No. Quantity
(onsite)
paint.
217 SITC of 12mm thick Frameless NA Modi Guard Nos 1
tempered clear glass (Toughened
Glass) Single Door Size: - 1200mm X
2400mm With door spring and locking
arrangements and both way handle
and patch fittings.
218 Single Leaf Non Fire Rated wooden NA NA Nos. 2
Door with Vision Panel
219 Wooden Door with Vision Panel
220 Single Leaf Glass Door with thin semi NA NA Nos. 5
transparent Film/laminate
221 Glass Door with 12 mm toughened
glass, floor spring, arrangement for
access control, handle, lock etc.
complete 1000mm X2100mm
222 Wooden Door with locks NA NA Nos. 18
223 Glass Door toughened glass, floor NA NA Nos. 14
spring, arrangement for access control,
handle, lock etc
224 Water Motor Pump (1.5 HP) (Aqua NA Aqua Group Nos. 1
Group)
225 Overhead Water Tank (Capacity 5000 NA Nircon & Nos. 5
Litre – 1 Nos) (Prince), (Capacity 500 Prince
Litre – 4 Nos) (Nircon) with sanitary
and plumbing work

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)

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
26 Transformer JTS8455-1900 Schneider Nos. 2 yes
27 Isolator Panel (2000Amp) NA Enerlec SET 2 yes
(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 Enerlec / Rajeev Nos. 2 yes
Associates
29 Row Power Panal NA Enerlec / Rajeev Nos. 2 yes
Associates
30 PAC Panel NA Enerlec / Rajeev Nos. 2 yes
Associates
31 UPS Output PDU Panel NA Enerlec / Rajeev Nos. 4 yes
Associates
32 VRV Panel NA Enerlec / Rajeev Nos. 2 yes
Associates
33 Emercency Panel NA Enerlec / Rajeev Nos. 2 yes
Associates
34 Isolation Transformer Panel NA Enerlec / Rajeev Nos. 4 yes
Associates
35 Lift Panel NA Enerlec / Rajeev Nos. 1 yes

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

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
Associates
36 APFCR Panel – 450KVAR NA Enerlec / Rajeev Nos. 2 yes
Associates
37 Auto Transfer Switch 100A, NA Enerlec Nos. 7 yes
415V, 4P
38 Auto Transfer Switch 40A, NA enerlec Nos. 3 yes
415V, 4P,
39 Auto Transfer Switch 32A, NA enerlec Nos. 0 yes
415V, 4P
40 Auto Transfer Switch 63A, NA enerlec Nos. 6 yes
415V, 4P
41 DG Sync Panel NA Enerlec/Rajeev Nos. 1 yes
Associates
61 300 KVA/KW UPS GES404DS3312E35 Delta Nos. 4 yes
I
62 40 KVA UPS with 3 phase GES403HH331035I Delta Nos. 4 yes
input and 3 phase output 0
63 DG Sets 750 KVA SCI634001 Jackson Nos. 3 yes
70 Precision Air Conditioning PX082D & Vertiv Nos. 7 yes
System (26 TR )
71 Precision Air Conditioning PEX125EC Vertiv Nos. 2 yes
System (9.5 TR)
72 VRV Based Air Conditioning GMV-615WM/B-X Gree Nos. 6 yes
73 Indoor Comfort AC units: 4- GMV-ND100T/A-T Gree Nos. 18 yes
Way Cassatte Unit (3TR)
74 Indoor Comfort AC units: GMV-ND160PHS/A- Gree Nos. 8 yes
MSP Ductable (4.6TR) T
75 Indoor Comfort AC units: Hi- GMV-N50G/A3A-K Gree Nos. 11 yes
Wall (1TR)
76 Indoor Comfort AC units: Hi- GMV-N50G/A3A-K Gree Nos. 9 yes
Wall (1.5TR)
79 Centralize Remote(Touch CE52-24/F© Gree Nos. 1 yes
Type)
84 Fire Alarm Panel with PNI-3 Siemens Nos. 1 yes
Network Interface Card (2
Nos.), Telephone Zone Card
1 Nos.), Zone Indication Card
(1 Nos.), Digital Audio Card
(1 Nos.), Device Loop Card (2
Nos.) and with accessories
(Siemens)
85 Repeater Panel including NA Siemens Nos. 1 yes
display of minimum of 80
characters
86 Multi Sensor smoke detector HFP 11 (Multi Siemens Nos. 146 yes
Sensor)
87 Fixed temperature cum rate HFP 11 (Multi Siemens Nos. 6 yes
of rise heat detector Sensor)
88 Dual action (push IN-pull NA Siemens Nos. 12 yes
DOWN) Flush or surface
mounted Manual Call Point
89 Addressable hooter cum NA Siemens Nos. 21 yes
strobe units, wall mounted
90 Fire telephone jacks with NA Siemens Nos. 6 yes
telephone module complete7
91 Heavy duty recessed / NA Siemens Nos. 6 yes

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

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
surface mounted telephone
hand set complete
92 Monitor Module for MCP, NA Siemens Nos. 7 yes
VESDA & WLD Panels
93 Control Module for hooter NA Siemens Nos. 5 yes
cum strobe and Gas Release
Panel
94 Relay Module NA Siemens Nos. 22 yes
95 Isolator Module NA Siemens Nos. 7 yes
96 BACNET Card for Networking NA Siemens Nos. 1 yes
105 NVR NVR4X-4KS2 Dahua Nos. 2 yes
106 Large wall mount LCD TH-49ES480DX-1 Panasonic Nos. 3 yes
screens LH-50AN3ND-2
107 Emercency Door Releaser NA HID Nos. 18 yes
108 Access card readers Proxpoint plus HID Nos. 30 yes
109 Proximity cards NA HID Nos. 200 yes
112 Electromagnet door holder - NA NA Nos. 12 yes
Single Leaf Door
113 Electromagnet door holder - NA NA Nos. 6 yes
Double Leaf Door
114 Door Contact NA Honeywell Nos. 20 yes
115 Card Printer Orphicard Orphicard Nos. 1 yes
(Duplet)
116 Rodent Satellites (Streem) R-SCAT NA Nos. 160 yes
117 VESDA VLP-002 Xtralis Nos. 1 yes
118 Fire Suppression System NA Siemens Nos. 9 yes
119 Master Cylinder Kit NA NA Nos. 6 yes
120 End Slave Cylinder NA NA Nos. 6 yes
121 El Check 2” (Manifold Check NA NA Nos. 6 yes
Valve)
122 Gas Discharge Nozzles NA NA Nos. 36 yes
123 Abort Switch NA NA Nos. 3 yes
124 Release Switch NA NA Nos. 3 yes
125 Water Leak detection panel TTDM-128 Tracetek Nos. 1 yes
(4 zone )
126 Outside T/Rh sensor QFA3160 NA Nos. 5 yes
127 Room T/Rh sensor QFA3160 NA Nos. 25 yes
128 8 port managed non POE SG350 Cisco Nos. 3 yes
Switches
129 20 port managed POE SG350 Cisco Nos. 4 yes
switches
132 Fixed Dome Camera IPC-HDBW2231R- Dahua Nos. 47 yes
ZAS
133 PTZ Camera DH-SD59225U-HNI Dahua Nos. 6 yes
DCIM (Athenta Technology) yes
135 DCIM Server Athenta Nos. 2 yes
136 AOMS Server SBA107T Athenta Nos. 1 yes
137 Fascia Server SBA107T Athenta Nos. 1 yes
DDC Panel (Siemens) yes
138 DDC Panel (Cabinet) Siemens Nos. 4 yes
139 RS 232 TO 485 Modules TX12-S.OPEN Siemens Nos. 5 yes
(Model Number: TX12-
S.OPEN)
140 System Controller (Model PXC001-E. D Siemens Nos. 10 yes
Number: PXC001-E. D)

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

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
141 Digital Input Module (Model TXM1.16D Siemens Nos. 9 yes
Number: TXM1.16D)
142 Power Supply Module (Model TXS1.12F10 Siemens Nos. 3 yes
Number: TXS1.12F10)
143 Bus Connection Module TXS1.EF10 Siemens Nos. 4 yes
(Model Number: TXS1.EF10)
144 Universal Module (Model TXM1.8U Siemens Nos. 8 yes
Number: TXM1.8U)
145 Relay Module (Model TXM.1.6R Siemens Nos. 3 yes
Number: TXM.1.6R)
Building Management yes
System
148 Access Control unit with V2000 HID Nos. 18 yes
accessories (HID)
149 Bio-metric Workstation, (Dell) Opti-Plex3050 Dell Nos. 2 yes
150 Access Control Software VER:10.4.16.0 Morpho Nos. 2 yes
(Security View & Morpho VER:V2.4
Manager)
151 Door Contacts, (HID) NA HID Nos. 18 yes
152 Access Management V2.4 ID Cube Nos. 1 yes
Software with Time &
Attendance Software (HR
View)
153 PTZ Camera Joystick, DHI-NKB1000 Dahua Nos. 1 yes
(Dahua)
154 Web Application for CCTV, VER:V2.02.9 Dahua Nos. 1 yes
(Smart PSS- Dahua)
155 Rodent Repellent Panel with LCD 24 Jay Fire System Nos. 7 yes
Stand and Bracket, (Jay Fire
System)
156 WLD Electronic Hooter NA Siemens Nos. 2 yes
157 WLD Module (SIM) NA Tracetek Nos. 2 yes
158 WLD Sensor Cable NA Tracetek Nos. 80 yes
159 Building Management Desigo CC Siemens Nos. 1 yes
System Software (Desigo CC-
Siemens)
160 Energy Meter Single Phase GMCBT5E95-32-2- Starline Nos. 150 yes
(Tap-up Box) (Starline) 415-4-G01
161 Energy Meter Three Phase GMCBT5E96-32-4- Starline Nos. 42 yes
(Tap-up Box) (Starline) 415-4-G01
162 Server Room BBT with End Starline Nos. 22 yes
Feed Unit (Starline)
163 Laser jet Printer 1108 (HP) 1108 HP Nos. 3 yes
164 Laser Jet Pro MFP M181fw M181fw HP Nos. 2 yes
(HP)
Asset Management (RF yes
Code)
167 Asset & Environment VER:1.6.1 RF Code Nos. 1 yes
Management Software
(CenterScape)
168 Temperature & Humidity NA RF Code Nos. 280 yes
Sensor
169 Single Phase IPDU (Server SEV-3531K Server Nos. 150 yes
Technologies Inc.) Technologies
Inc.
170 Three Phases IPDU (Server C2L36CE- Server Nos. 42 yes

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

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
Technologies Inc.) 4PAE2M66 Technologies
Inc.
171 Rack Locator A740-BL44 RF Code Nos. 66 yes
172 Reader (6 Installed in Server M250-X001 RF Code Nos. 7 yes
Room & 1 Installed in Store-
room)
173 Asset - Inventory Tags R170-0B02 RF Code Nos. 1200 yes
174 BBT (3 Phase – 2000 Amp) 2000AMP Schneider Nos. 200 yes
from Isolator Panel to Both
LT Panel, from DG set to DG
Sync Panel and DG Sync
Panel to LT Panel
(Schneider)
175 Modular Wall Panel (Installed NA Pyrotech Nos. As yes
in Development and NOC installed
Room) (Pyrotech)
176 Response Indicator, (Agni) NA Agni Nos. 82 yes
177 Ring Main Unit (11KVA) FBX-m-12kv Schnieder Nos. 2 yes
(Schneider)
185 Air Booster Fan (Stulz) NA Stulz Nos 6 yes
186 Air Extractor (Stulz) NA Stulz Nos 6 yes
187 Air Modulator (Stulz) NA Stulz Nos 6 yes
194 Network Control Station NA Dell Nos 1 yes
195 Sounder with Strobe (Hooter) RE-2455 Ravel Nos 3 yes
196 Control Unit for Conference CCSD-CO Bosch Nos 1 yes
Room
198 Access Control with ESSl/Zk Teco ESSl/Zk Teco Nos. 2 yes
Software (4-
DOOR_ACCESS_CTRL)
199 Access Control X-990 ESSL Nos. 3 yes
(FINGERPRINT_ACCESS)
(ESSL)
200 Access Control U-FACE-6002 ESSL Nos. 2 yes
(FACE_DETECTION_ACCES
S) (ESSL)
201 Access CONTROL (ESSL) ESSL X2008 ESSL Nos. 3 yes
202 DVR (Hikvision) DS-6004HQH Hikvision Nos. 3 yes
205 Fixed Dome Camera DS-6004HQH-K1 Hikvision Nos. 9 yes
(Hikvision)
206 Push Button for Exit (Access NA NA Nos 2 yes
Control)
207 ESSL EM Lock ESSL ESSL Nos 8 yes
208 Lift (Thyssenkrupp) LM Number -9719 Thyssenkrupp Nos 1 Yes
211 Cooling only 5 HP Capacity RXMQ5BRV16 Daikin Nos 2 Yes
(Side Discharge) ITC of VRF
OEM manufactured treated
fresh air unit (TFA) equipped
with pre-filter, fan section
with low noise fan,
multispeed motor, coil
section with DX coil, outer
cabinet, insulated drain pan,
pipe connections etc.
212 4.12 TR/741 CFM TFA Unit FXMQ125NFRV16 Daikin Nos 2 Yes
with wired remote
213 Outdoor cubicle type totally NA Ankit Electricals Nos 1 yes

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

Sl. Item Name Model Make UOM Actual *OEM


No. Quantity support
(onsite) required
enclosed free standing
double door type dust &
vermin proof Kiosk Panel for
outdoor application made out
of 2.0 mm thick and partition
made out of 1.6 mm MS sheet
steel, suitable for 3 phase , 4
wire , 415 V , 50 Hz , AC
supply complete with
incoming ACB / MCCB / SFU
& outgoing MCB / MCCB /
SFU , All the MCCB should
be with Rotary handle, Four
Pole Electrolytic grade -
INCOMER
100 Amp, FP,25 KA, MCCB
having Thermal Magnetic
release with short circuit and
adjustable overload (0.7 to
1In ) protection - 1 no
BUSBAR 200 Amp, FP,
Electrolytic grade Al busbar
for main MCB outing &
feeders distribution,
OUTGOING
25Amp, FP, C curve, 10 KA
BC MCB - 1 nos
25Amp, FP, AC1 utilisation
catagary power contactor,
having 415 volt operating
auxiliary coil fitted with
suppressor & 2NO+2NC
block - 1 nos
40Amp,FP, C curve, 10 KA
BC MCB - 02 nos
6Amp, SP, C curve, 10 KA BC
MCB - 11 nos
Digital Time Switch with 2
Amp MCB for time switch
bypass Arrangement- 1 nos
Asoftware for
communication, duly
protected by 2A MCB - 1 nos
LED type RYB indication
lamp duly protected by 2A
MCB– 3 Nos.
*OEM support required mean support from OEM/OEM authorized service partner/OEM channel partner

Table-C: Location of e-sign project

Sl. Item Name Model Make UOM Actual DC DR


No. Quantity Jodhpur Jaipur
(onsite)
1 Access Control with Software ESSl/Zk ESSl/Zk Nos. 2 1 1
(4-DOOR_ACCESS_CTRL) Teco Teco

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

Sl. Item Name Model Make UOM Actual DC DR


No. Quantity Jodhpur Jaipur
(onsite)
2 Access Control X-990 ESSL Nos. 3 1 2
(FINGERPRINT_ACCESS)
(ESSL)
3 Access Control U-FACE- ESSL Nos. 2 1 1
(FACE_DETECTION_ACCES 6002
S) (ESSL)
4 Access CONTROL (ESSL) ESSL X2008 ESSL Nos. 3 2 1
5 DVR (Hikvision) DS- Hikvision Nos. 3 2 1
6004HQH
6 LED_TV (MICROMAX) 43V9181FH Microma Nos. 4 3 1
D x
7 IRON CAGE (400 sq. Feet NA Nos. As
approx.) Installed
8 Fixed Dome Camera DS- Hikvision Nos. 9 5 4
(Hikvision) 6004HQH-
K1
9 Push Button for Exit (Access NA NA Nos 2 2 3
Control)
10 ESSL EM Lock ESSL ESSL Nos 8 5 3
Note: The default location of all items mentioned in Annexure-A, B & C is DR site Jodhpur unless specified.

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

ANNEXURE-2: TENDER FORM


{To be submitted by the bidder only on Letter Head duly signed and sealed by Auth. Sign.}
1) Addressed to:
Name of the Tendering Authority Commissioner
Address Department of Information Technology &
Communication, Yojana Bhawan, Tilak Marg, C-
Scheme, Jaipur (Rajasthan)– 302005
Telephone 0141-5103902
Tele Fax 0141-2228701
Email [email protected] (please mention
the NIB no. in the subject)
NIB Reference No.:
2) Firm Details
Name of Firm
Name of MD of the firm with email id, Name:
contact number Email ID:
Contact No.:
Name of Authorized Contact Person Name:
with Designation Designation:
Email ID:
Contact No.:
Registered Office Address
Address of the Firm
Year of Establishment
Type of Firm Public Private Partnership Proprietary
Put Tick ( ) mark Limited Limited

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:

Name & Seal of the firm: ________________________

Authorized Signatory: ___________________________

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

ANNEXURE 3: PRE-BID QUERIES FORMAT


(To be submitted by the bidder only on Letter Head duly signed by Auth. Sign.)

Name of the Company/Firm: _________________________________________________________


Bidding document Fee Receipt No. __________________Dated _____________for Rs. __________/-

Name of Person(s) Representing the Company/ Firm:


Name of Person Designation Email-Id(s) Tel. Nos. & Fax Nos.

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

ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE


{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).

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,

Name of the Bidder: - Verified Signature:


Authorised Signatory: -
Seal of the Organization: -
Date:
Place:

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

ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION


{To be submitted by the bidder only on Letter Head duly signed by Auth. Sign.}

To,

The Commissioner ,

Department of Information Technology & Communication (DOIT&C),

IT Building, Yojana Bhawan, Tilak Marg

C-Scheme, Jaipur-302005 (Rajasthan)

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,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

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,

Name of the Bidder: -


Authorised Signatory: -
Seal of the Organization: -
Date:
Place:

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

ANNEXURE-7: TECHNICAL BID - COVERING LETTER


{To be submitted by the bidder only on Letter Head duly signed by Auth. Sign.}

To,
The Commissioner ,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, Tilak Marg
C-Scheme, Jaipur-302005 (Rajasthan)

Ref: Request for Proposal (RFP) Notification dated............... No..........


Dear Sir,
1. I/We, the undersigned bidder, having read & examined in detail, the Bid 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, technical specifications, Service Level Standards & in conformity with the said bidding document for the
same.

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”.

7. We have an existing office at Jaipur at the following address:


..........................................................................................................................

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

ANNEXURE-8: FINANCIAL BID COVER LETTER & FORMAT


{To be submitted by the bidder only on Letter Head duly signed by Auth. Sign.}
To,
The Commissioner ,
Department of Information Technology & Communication (DOIT&C),
IT Building, Yojana Bhawan, Tilak Marg
C-Scheme, Jaipur-302005 (Rajasthan)

Reference: NIB No.: __________________________________ Dated: ________

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

Financial Bid Format (BoQ)


{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.

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.

Sl. Item Name UO Quantity Per Month Total Total Total


No. M Unit Rate Item GST* on Amount
(Maintenance Rate Column (Including
) (incl. all (incl. all No-6 (If GST)
incidental incidental Applicable
charges and charges ) (INR)
all Taxes but and all
excl. GST) Taxes
but excl.
GST)
1 2 3 4 5 6=(4*5) 7 8=(6+7)
1. Double Uneven Leaf Fire Nos. 5 0
Rated steel 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 Nos. 7
with Vision 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 Nos. 2

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

4. BMS and IT support Staff work Nos. 36


station: 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 varied to accompany various
width CPU.The CPU is mounted
on locable castors. Keyboard:
Outer Dimension of keyboard
tray is 507X245 mm made of

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

5 DC Manager/ IT Supervisor Nos. 6


table : Size 1650X750X740,
side table 1050X450X740,
Pedestal 350X450X550, Back
storage 1050X425X700
6 Productivity work chair: Smart Nos. 75
mid back,S1 Mechanism, T
Fixed Arm, Nylon Base, Nylon
Castor
7 Long Back Executive Chair: Nos. 6
High Back, Synchro 1
mechanism, 1 D Arm,Nylon
Base and Nylon castor
8 Designer type reception Desk: Nos. 1
20000 mm (w) x 600mm with
1200mm high , 75mm thk.
Customized with Glass Top with
arrangement of key board trays,
cpu trollys, three drawer, etc.
Complete as per customer
9 Conference ROUND TABLE: Nos. 1
25 Seater as per design
approved by Engineer in charge
10 Sofa set with 3 + 2 seating Set 3
arrangement along with Tea
table
11 Shoe rack for 100 pairs shoes: Nos. 1
6’’ (h) x 10’’ (w) x 1’-0” (d) made
from 19 mm BWR and termite
proof board for frame/partition ,
back side made of 12 mm thick
ply and duly painted with enamel
paint, unique numbering on
each box with enamel paint,
second class teakwood corner
beading and bottom of unit will
have proper legs/stands/wooden

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

12 Lockers for keeping essentials Nos. 1


for 100 Person:
1’- 0” (h) x 1’-0” (w) x 2’-0” (d)
made from 19 mm BWR and
termite proof board for
frame/partition and shutters
(single leaf shutter size 1ft. x
1ft.), back side made of 12 mm
thick ply and duly painted with
enamel paint, each shutter fixed
with two numbers stainless steel
butt hinges of 2.5” and a knob
handle on each shutter with lock,
stopper on inside face, unique
numbering on each box with
enamel paint, all exposed faces
of wood work finished with
veneer ply 1/8 inch thick and
second class teakwood corner
beading on front side and
corners of shutter polished with
Polyurethane (PU) polish,
bottom of unit will have proper
legs/stands/wooden
13 Fire Safe : Fire Safe ( 170 Lts ) Nos. 2
of Godrej make (model No-FR
1060) with hight 1060 mm, Width
450 mm & depth 355 mm for
Media/ backup
14 Door Signage’s: vinyl cutting on Nos. 18
acrylic base.(size : 12”x4”)
15 Data Centre Name plates: Data Nos. 1
Centre Name plates/ Display
Boards (3 Ft X 4 Ft Size) with
decorative Light Fitting as per
design approved by Engineer in
charge
16 White Board: Size 4 Ft X 5 Ft Nos. 6
with duster and proper floor
mounting stands
17 Fire Escape Route Flow Nos. 4
Diagram: A1 size
18 Fire Escape Exit Board Nos. 25
19 Stainless steel Water Cooler Nos. 2
with nominal cooling capacity:
stainless steel Water Cooler with
nominal cooling capacity /
storage capacity of 60/120 litre/
Hrs
20 Tea/ Coffee Vending machine Nos. 2

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

Triple Option that can Make Tea


Coffee Soup & give Hot Water.
Vending machine should have
auto Water flushing After
Selected Time Facility Digital
Meter To Count No’s Of Drink
Dispensed Display Water Level
sensor
21 Modular Storage: depth Nos. 5
450mm*2500mm (with openable
hinged doors at required
intervals) with laminated finish
on both inside and outside
22 Modular Control Desk for 01 Nos. 38
monitors & 01 operator :
Dimension: 750mm (H) X
750mm (W) X 900mm
23 12mm thick frameless Nos. 2
tempered clear glass Single
door WITH 100mm Metal frame
: Tempered glass is formed by
heating glass to the softening
point in a horizontal tempering
stove, and then quickly cooling it.
Properties: 1) Safety (tempered):
when broken, it spits into tiny
harmless pieces 2) Strong
intensity: heat-strengthened
glass is approximately twice as
strong as annealed glass of the
same thickness, and tempered
glass is about 4 times 3)
Outstanding performance in
resisting thermal stress and
wind-load 4) Tempered glass
cannot be cut, drill hole and
other further processed.
24 Round LED Ceiling light: High Nos. 55
performance LED downlighter
with high system efficacy for
good quality and uniform lighting.
Conforms to general lighting
norms for office and other indoor
applications
25 HT Panel - 11KV Gang Nos. 2
operated Switch: complete in
all respect with mounting
structure

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

32 VRV Panel: Nos. 2


160A, 4P 25 KA, MCCB having
Electronic Trip Unit with
adjustable protection against
Overload and Short Circuit. 1No
– Load Manager with Modbus
over RS 485 Interface with
Maximum Demand Indication of
EM 6400 or equivalent. 1Set –
160/5A, Class 1.0, 15VA for
metering, CL.PS, 15VA for
protection Cast Resin CTs
33 Emercency Panel: 63A, 4P 25 Nos. 2
KA, MCCB having Thermal
magnetic release with adjustable
thermal setting INCOMER
Metering for each incomer
34 Isolation Transformer Panel: Nos. 4
300kVA K13 isolation
transformer OUTGOING
35 Lift Panel: Nos. 1
100A, 4P MCCB having Thermal
magnetic release with adjustable
thermal setting Metering for
Incomer
36 APFCR Panel – 450KVAR: Nos. 2
Auto Power Factor Correction
Relay (APFCR-450KVAr with 5
stage rating 4x100 KVAr + 1x50
KVAr design as per IEC 61921,
IEC 61439-1 & 2) 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, bus duct flange for
incomer, gland plates at
top/bottom for control cables,
complete with internal wiring,
ferrules, name plates, painting
etc

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

37 Auto Transfer Switch 100A, Nos. 7


415V, 4P:
Powder coated Enclosure with IP
55 100A, 415V, 4P, Auto
Transfer Switch housed in
weather proof, CRCA Sheet /
MS Box powder coated
enclosure mounted on MS
support near the pumps
suitable for Outdoor application
of IP55. ATS should be able to
accommodate 4C X 35 SQMM
CU ARM cable on load side as
per SLD and all complete as per
drawings
38 Auto Transfer Switch 40A, Nos. 3
415V, 4P:
weather proof, CRCA Sheet /
MS Box enclosure mounted on
wall near the PAHUs suitable for
Indoor operation as per SLD.
(Powder coated with IP55
protection) and all complete as
per drawings
39 Auto Transfer Switch 32A, Nos. 0
415V, 4P: weather proof, CRCA
Sheet / MS Box enclosure
mounted on wall near the
PAHUs suitable for Indoor
operation as per SLD. (Powder
coated with IP55 protection) and
all complete as per drawings
40 Auto Transfer Switch 63A, Nos. 6
415V, 4P:
weather proof, CRCA Sheet /
MS Box enclosure mounted on
wall near the PAHUs suitable for
Indoor operation as per SLD.
(Powder coated with IP55
protection) and all complete as
per drawings

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

41 DG Sync Panel: Nos. 1


415V DG SYNC PANEL -1,
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
42 40W Surface mounted LED light Nos. 119
fixture 2 feet X 2 feet
43 Occupancy sensor range 6-7 Nos. 15
meter
44 3ø, 8Way, Phase segregated Nos. 6
DB (Lighting DB):
Incomers 1No. 63A, 4P, MCB ‘C’
Curve Phase outgoing 3Nos.
63A, 30mA, DP, RCCB 12Nos.
Of outgoing 6A SP MCB With ‘C’
Curve 12 Nos. Of outgoing 16A
SP MCB With ‘D’ Curve
45 3ø, 8Way, Phase segregated Nos. 3
DB (Raw power DB):
Incomers 1No. 100A, 4P, MCB
‘C’ Curve Phase outgoing 3Nos.
100A, 30mA, DP, RCCB 12Nos.
Of outgoing 6A SP MCB With ‘C’
Curve 12 Nos. Of outgoing 16A
SP MCB With ‘D’ Curve
46 1250 kVA Transformer earthing Nos. 4
47 750KVA DG Set earthing Nos. 12
48 Lightning arrestor earthing Nos. 2
49 UPS/PDU system earthing Nos. 16
50 Rack earthing Nos. 2
51 HT Panel earthing Nos. 4
52 LT Panel earthing Nos. 4

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

53 Lightning arrestor Nos. 1


enchanching type designed to
attract lightning:
Lightning arrestor enchanching
type designed to attract lightning
from a predetermined volume
and to safety convey the
lightning current to the earth and
complaint UL-96 or Equivalent to
NFC 17102 ESE type (Nimbus)
and complete with following
principle components.(The
lightining icropro should cover
107Meter radius and as per Site
requirement) & Air termination
shall be non-corroding and
centre earthed finials shall be
300mm in cross section and be
made of electric grade non
ferrous material
54 Round bottomed fire buckets Nos. 6
filled with river sand
55 Shock treatment chart in English Nos. 8
& Hindi languages
laminated/ glass framed
56 11KV Danger boards Nos. 6
57 440V Danger boards Nos. 6
58 First aid box containing full Nos. 2
compliment of medicines,
ointments & bandages
59 Single line drawing duly Nos. 2
laminated / framed in A1 size
60 60X40CM teak wood box with Nos. 2
glass door & hooks for hanging
keys & space for keeping hand
gloves complete with lock &
three keys
61 300 KVA/KW UPS: Nos. 4
IGBT based rectifier to achieve
input THDI < 3% and input
power factor of greater than 0.99
at 100% loading. True Online
Double Conversion (VFI as per
IEC 62040-3) UPS using PWM
IGBT technology, 3 Phase input
and 3 phase 415 V output UPS
system

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

62 40 KVA UPS with 3 phase Nos. 4


input and 3 phase output:
3 phase input and 3 phase
output and as per the Technical
specifications. Quoted rate shall
be inclusive of required batteries
of 15 minutes back up at full
load, battery shall be with
connecting cables, Battery rack
and all complete as per
drawings, technical
specifications, SLD, relevant
standards
63 DG Sets 750 KVA: Nos. 3
3 phase 415 volts 50 cycle per
second 1500 RPM Radiator
cooled Diesel Generator Sets of
rating as below. The engine shall
include flywheel to suit flexible
coupling with guard, air cleaner,
blower fan, fuel pump, variable
speed electronic governor, fuel
filter, lub oil filter & pump,
primary water circulating pump,
battery charger, 24 volt batteries
of compatible capacity with
battery stand and instrument
panel comprising of switch with
key
64 12 Hours running capacity Set 3
buffer Fuel Tank:
receive fuel oil from bulk oil
storage tank, fabricated from 2
mm thick M.S. sheets including
the cost of removable cover with
locking arrangement and
including the cost of painting and
including the cost of providing all
the required appurtenances like
inlet and outlet connections
including the cost of flanges &
fittings, float valve, foot valve,
drain connection, over flow
connection to oil sump etc. and
including the cost of fuel level
sensors with high and low level
visual indication and audible
alarms with actuators to
automatically start and stop the
fuel

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

65 semi rotary hand pump for filling Nos. 2


fuel
66 NO SMOKING & DANGER Nos. 3
ZONE sign boards
67 CO2 4.5 kg capacity as per Nos. 2
IS:2878
68 Fire Extinguisher Chemical foam Nos. 2
type of 9 litre
69 Fire Extinguisher Dry chemical Nos. 2
powder type IS : 2171 5 kg
70 Precision Air Conditioning Nos. 7
System (26 TR ):
microprocessor based precision
Air Conditioning units for the
Server room. The unit shall be
complete with incoming MCCB,
Inverter Digital / Tandem / scroll
compressor , cooling coil DX
type, with EEV, EC drive with
plug fan, microprocessor panel,
air filter, electrical reheat, built in
sequential controller, air-cooled
condenser
71 Precision Air Conditioning Nos. 2
System (9.5 TR):
microprocessor based precision
Air Conditioning units for the
Server room. The unit shall be
complete with incoming MCCB,
Inverter Digital / Tandem / scroll
compressor , cooling coil DX
type, with EEV, EC drive with
plug fan, microprocessor panel,
air filter, electrical reheat, built in
sequential controller, air-cooled
condenser
72 VRV Based Air Conditioning: Nos. 6
MULTI-VRF units complete with
100% Inverter driven scroll
compressor, air cooled
condenser with Inverter driven
icropro speed fan motor having
interconnected control wiring and
refrigerant piping housed in
compact housing duly powder
coated body. 22 HP (Cooling-
Only) 52 Deg.Operation
73 Indoor Comfort AC units: 4- Nos. 18
Way Cassatte Unit (3TR)
74 Indoor Comfort AC units: MSP Nos. 8
Ductable (4.6TR)

Page 100 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

75 Indoor Comfort AC units: Hi- Nos. 11


Wall (1TR)
76 Indoor Comfort AC units: Hi- Nos. 9
Wall (1.5TR)
77 Indoor Comfort AC units: Nos. 20
Wireless Remote
78 Wired Remote Nos. 8
79 Centralize Remote(Touch Type) Nos. 1
80 UL listed Server Racks: Nos. 46
Size - Minimum. 600 mm (W) x
1200 mm (D) Height - 42 U
81 UL listed Server Racks: Nos. 16
Size - Minimum. 800 mm (W) x
1200 mm (D) Height - 42 U
82 Telco Rack for MUX and Hub Nos. 4
Room
83 Cold Aisle Containment System Nos. 11
84 Fire Alarm Panel with Network Nos. 1
Interface Card (2 Nos.),
Telephone Zone Card 1 Nos.),
Zone Indication Card (1 Nos.),
Digital Audio Card (1 Nos.),
Device Loop Card (2 Nos.) and
with accessories (Siemens)
85 Repeater Panel including display Nos. 1
of minimum of 80 characters
86 Multi Sensor smoke detector Nos. 146
87 Fixed temperature cum rate of Nos. 6
rise heat detector:
UL Listed Fixed temperature
cum rate of rate of rise heat
detector with mounting based
LED, Address Switch / electronic
way of addressing, as per
technical specifications and all
requirements of contract works
88 Dual action (push IN-pull Nos. 12
DOWN) Flush or surface
mounted Manual Call Point
89 Addressable hooter cum strobe Nos. 21
units, wall mounted
90 Fire telephone jacks with Nos. 6
telephone module complete7
91 Heavy duty recessed / surface Nos. 6
mounted telephone hand set
complete
92 Monitor Module for MCP, Nos. 7
VESDA & WLD Panels
93 Control Module for hooter cum Nos. 5
strobe and Gas Release Panel
94 Relay Module Nos. 22
95 Isolator Module Nos. 7

Page 101 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

96 BACNET Card for Networking Nos. 1


97 6 Watt Ceiling mount Speaker Nos. 37
with junction box for ceiling
mount
98 15 Watt Wall mount Speaker Nos. 11
99 240 Watts Booster amplifier Nos. 3
100 480 Watts Booster amplifier Nos. 1
101 Voice Alarm controller Goosneck Nos. 1
micro Phone
102 USB/CD/MP3 Player Nos. 1
103 6 Zone Selection panel for PA Nos. 1
announcement
104 Rack to mount amplifier,CD Nos. 1
player and console
105 NVR: Nos. 2
suitable power socket, DC power
converters, connectors, cables,
etc. complete as per spec.
Contractor to decide on the NVR
size depending on the Pixel
resolution and recording rate in
frames per second as specified
in the tender. Contractor shall
size the NAS for 25 FPS / 4 CIF
resolution 90 days of recording
and submit data sheet of their
storage calculation for both
MPEG 4 and JPEG recording
formats and submit data sheet of
their storage calculation for both
MPEG 4 and H.264 recording
formats. Note: Each Minimum of
20 Chanel Capacity
106 Large wall mount LCD screens Nos. 3
107 Emercency Door Releaser Nos. 18
108 Access card readers Nos. 30
109 Proximity cards Nos. 200
110 Break Glass Unit for Access Nos. 18
Doors
111 BIOMETRIC Finger Reader Nos. 5
112 Electromagnet door holder - Nos. 12
Single Leaf Door
113 Electromagnet door holder - Nos. 6
Double Leaf Door
114 Door Contact Nos. 20
115 Card Printer Nos. 1
116 Rodent Satellites (Streem) Nos. 160
117 VESDA Nos. 1
118 Fire Suppression System Nos. 9
119 Master Cylinder Kit Nos. 6
120 End Slave Cylinder Nos. 6

Page 102 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

121 El Check 2” (Manifold Check Nos. 6


Valve)
122 Gas Discharge Nozzles Nos. 36
123 Abort Switch Nos. 3
124 Release Switch Nos. 3
125 Water Leak detection panel (4 Nos. 1
zone )
126 Outside T/Rh sensor Nos. 5
127 Room T/Rh sensor Nos. 25
128 8 port managed non POE Nos. 3
Switches
129 20 port managed POE switches Nos. 4
130 Fixed type Delegate unit Nos. 36
131 Fixed type Chairman unit Nos. 2
132 Fixed Dome Camera: Nos. 47
CCTV including Networking
items such as Switches, Patch
Panel, LIU, Patch-cords etc.
Required for the completeness
of system as per the building
drawing attach with RFP
133 PTZ Camera: Nos. 6
Outdoor IP based Pan/Tilt/Zoom
cameras, ½.9” Progressive Scan
CMOS or better, image
resolution 1920 x 1080 or better
@ 25 FPS, Electronic shutter -
1/28000 sec to 1 sec or better,
including integrated Housing
(dome type), Connectors, Lens,
Camera Mounting poles and all
Ancillary Equipment & all
accessories (including driver
cables , Power Supply unit & pan
tilt unit)
DCIM (Athenta Technology)
134 Data Centre Infrastructure Nos. 1
Management software per rack
perpetual license for 80 Racks
and as per RFP specification.
135 DCIM Server Nos. 2
136 AOMS Server Nos. 1
137 Fascia Server Nos. 1
DDC Panel (Siemens)
138 DDC Panel (Cabinet) Nos. 4

Page 103 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

139 RS 232 TO 485 Modules Nos. 5


(Model Number: TX12-
S.OPEN):
The RS232/485 module
integrates third-party systems via
RS232 or RS485 interface to the
Desigo building automation and
control system. TXI2.OPEN
supports up to 160 data points.
The module status LED (green)
indicates the status of the
module.
140 System Controller (Model Nos. 10
Number: PXC001-E. D):
Mapping and monitoring of third-
party disciplines as HVAC. The
system controllers provide the
infrastructure to hold and
execute the system and
application specific functions.
The module status LED (green)
indicates the status of the
module. Use network interface
RJ45 for (BACnet / IP, PXC001-
E.D) only. System-Controller for
the integration of KNX, M-Bus,
Modbus or SCL over BACnet/IP.
141 Digital Input Module (Model Nos. 9
Number: TXM1.16D):
A digital signal is a signal that
exists in one of two states: high
or low, open, or closed, on or off.
A digital input/output (DIO)
device is hardware that sends or
receives these digital signals.
Available 16 inputs in
TXM1.16D, each with a green
LED.
142 Power Supply Module (Model Nos. 3
Number: TXS1.12F10):
The device converts and
supplies electricity of the
required voltage and frequency,
excluding noise from the
electricity obtained from an
electrical outlet. Power supplies
are classified by applications for
available DC, AC, and output
voltage ranges. DC 24 V for the
supply of I/O modules and field
devices (generated in an internal
AC/DC converter)

Page 104 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

143 Bus Connection Module Nos. 4


(Model Number: TXS1.EF10):
Transfer of DC 24 V for the
supply of TX series modules and
field devices. AC / DC 12...24 V
for the supply of field devices.
144 Universal Module (Model Nos. 8
Number: TXM1.8U):
All terminals are directly on the
I/O modules, allowing direct
connection of field devices
without additional terminal strips.
Support of signal types and
functions in different building
automation and control systems.
Provide 8 inputs/outputs with
LED signal / fault indication.
145 Relay Module (Model Number: Nos. 3
TXM.1.6R):
The relay module function is
mainly to switch electrical
devices and systems on or off. It
also serves to isolate the control
circuit from the device or system
being controlled. Available 6 volt-
free relay outputs. Individual I/O
point signalling with green I/O
status LED.
147 Automation Station Module Nos. 2
(Model Number: PXC200-E. D):
Freely programmable modular
automation stations for HVAC
and building services plants.
Comprehensive management
and system functions (alarm
management, time schedules,
trends, access protection. High
performance and reliable
operation.
Building Management System
148 Access Control unit with Nos. 18
accessories (HID)
149 Bio-metric Workstation, (Dell) Nos. 2
150 Access Control Software Nos. 2
(Security View & Morpho
Manager)
151 Door Contacts, (HID) Nos. 18
152 Access Management Software Nos. 1
with Time & Attendance
Software (HR View)
153 PTZ Camera Joystick, (Dahua) Nos. 1

Page 105 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

154 Web Application for CCTV, Nos. 1


(Smart PSS- Dahua)
155 Rodent Repellent Panel with Nos. 7
Stand and Bracket, (Jay Fire
System)
156 WLD Electronic Hooter Nos. 2
157 WLD Module (SIM) Nos. 2
158 WLD Sensor Cable Nos. 80
159 Building Management System Nos. 1
Software (Desigo CC- Siemens)
160 Energy Meter Single Phase Nos. 150
(Tap-up Box) (Starline)
161 Energy Meter Three Phase (Tap- Nos. 42
up Box) (Starline)
162 Server Room BBT with End Nos. 22
Feed Unit (Starline)
163 Laser jet Printer 1108 (HP) Nos. 3
164 Laser Jet Pro MFP M181fw (HP) Nos. 2
165 Lighting and Power Wiring (As Nos. 1
installed)
Upkeep and Maintenance of Nos
standard wiring electrical points .
including Wires,
sockets/switches (6 Amps, 16
Amps & 32 Amps). (As installed)
166 Power Wiring: Nos. 1
Upkeep and Maintenance of
standard wiring electrical points
including cables from LT Panel
to Raw Power Panel, UPS,
Emergency Panel, PAC Panel,
VRV Panel and APFC Panel &
from UPS to PDU Panel. (As
installed)
Asset Management (RF Code)
167 Asset & Environment Nos. 1
Management Software
(CenterScape)
168 Temperature & Humidity Sensor Nos. 280
169 Single Phase IPDU (Server Nos. 150
Technologies Inc.)
170 Three Phases IPDU (Server Nos. 42
Technologies Inc.)
171 Rack Locator Nos. 66
172 Reader (6 Installed in Server Nos. 7
Room & 1 Installed in Store-
room)
173 Asset - Inventory Tags Nos. 1200

Page 106 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

174 BBT (3 Phase – 2000 Amp) from Nos. 200


Isolator Panel to Both LT Panel,
from DG set to DG Sync Panel
and DG Sync Panel to LT Panel
(Schneider)
175 Modular Wall Panel (Installed in Nos. 1
Development and NOC Room)
(Pyrotech) (As installed)
176 Response Indicator, (Agni) Nos. 82
177 Ring Main Unit (11KVA) Nos. 2
(Schneider)
179 Iron Gate Nos 5
180 Center Table Nos 3
181 Vacuum Cleaner(Shakti) Nos 1
182 Drawer Nos 36
183 File Desk Nos 12
184 Almirah Nos 9
185 Air Booster Fan (Stulz) Nos 6
186 Air Extractor (Stulz) Nos 6
187 Air Modulator (Stulz) Nos 6
188 OM4, Bend Insensative, Pre- Nos 160
terminated Trunk Cable, 24-
Fiber LSZH, 13 Meters
189 OM4, Bend Insensative, Pre- Nos 104
terminated Trunk Cable, 24-
Fiber LSZH,10 Meters
190 OM4, MPO Cassette, 24 LC Nos 608
fibers (12 duplex ports)
191 2U UD Shelf / Panel, accepts 12 Nos 24
MPO Cassettes
192 1U HD Shelf / Panel, accepts 12 Nos 8
MPO Cassettes
193 1U Sliding modular cassette Nos 76
shelf, accepts 4 MPO cassettes
194 Network Control Station Nos 1
195 Sounder with Strobe (Hooter) Nos 3
196 Control Unit for Conference Nos 1
Room
197 Industrial Socket Nos 10
eSign Project
198 Access Control with Software (4- Nos. 2
DOOR_ACCESS_CTRL)
199 Access Control Nos. 3
(FINGERPRINT_ACCESS)
(ESSL)
200 Access Control Nos. 2
(FACE_DETECTION_ACCESS)
(ESSL)
201 Access CONTROL (ESSL) Nos. 3
202 DVR (Hikvision) Nos. 3
203 LED_TV (MICROMAX) Nos. 4

Page 107 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

204 IRON CAGE(400 sq. Feet Nos. 1


approx) (As installed)
205 Fixed Dome Camera (Hikvision) Nos. 9
206 Push Button for Exit (Access Nos 2
Control)
207 ESSL EM Lock Nos 8
Other Items
208 Lift (Thyssenkrupp) Nos 1
209 Hanging Wall Fan (Crompton) Nos 4
210 Cabinet type Rectangular Inline Nos 3
fans with motor complete with
TEFC Sq. Cage Induction
motor suitable for 220 volts ±
10%, 50Hz ± 3 %, single phase
A.C
211 Cooling only 5 HP Capacity Nos 2
(Side Discharge) ITC of VRF
OEM manufactured treated fresh
air unit (TFA) equipped with pre-
filter, fan section with low noise
fan, multispeed motor, coil
section with DX coil, outer
cabinet, insulated drain pan, pipe
connections etc.
212 4.12 TR/741 CFM TFA Unit with Nos 2
wired remote

Page 108 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

213 Outdoor cubicle type totally Nos 1


enclosed free standing double
door type dust & vermin proof
Kiosk Panel for outdoor
application made out of 2.0 mm
thick and partition made out of
1.6 mm MS sheet steel, suitable
for 3 phase , 4 wire , 415 V , 50
Hz , AC supply complete with
incoming ACB / MCCB / SFU &
outgoing MCB / MCCB / SFU ,
All the MCCB should be with
Rotary handle, Four Pole
Electrolytic grade - INCOMER
100 Amp, FP,25 KA, MCCB
having Thermal Magnetic
release with short circuit and
adjustable overload (0.7 to 1In )
protection - 1 no
BUSBAR 200 Amp, FP,
Electrolytic grade Al busbar for
main MCB outing & feeders
distribution, OUTGOING
25Amp, FP, C curve, 10 KA BC
MCB - 1 nos
25Amp, FP, AC1 utilisation
catagary power contactor,
having 415 volt operating
auxiliary coil fitted with
suppressor & 2NO+2NC block -
1 nos
40Amp,FP, C curve, 10 KA BC
MCB - 02 nos
6Amp, SP, C curve, 10 KA BC
MCB - 11 nos
Digital Time Switch with 2 Amp
MCB for time switch bypass
Arrangement- 1 nos
Asoftware for communication,
duly protected by 2A MCB - 1
nos
LED type RYB indication lamp
duly protected by 2A MCB– 3
Nos.

Page 109 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

214 Dry Powder Agent (as per IS Nos 2


4308:2019), ABC type Fire
Extinguisher (Stored Pressure
type) conforming to
IS:15683:2018 , Powder coated
Internal & External Surface Deep
drawn cylinder body of Mild Steel
CR2 grade conforming to IS:
513, Squeeze grip Forged brass
release valve with Inbuilt safety
release device, Diaphragm Type,
0 to 28 bar range pressure
gauge, 450 mm long EPDM
discharge tube, QR code for
Product Traceability including
Fixing on wall with suitable
Anchor Fasteners as required of
following capacity - 6KG. .
215 Supply & Installation of Manager Nos 4
Table (1500x750x770 (LxBxH))
216 Supply and erection of pole Nos 10
lighting stell tubular swaged type
with decorative pole conforming
IS 2713-1980, pole designation
410 SP 15, 6.0 meter long with
cast iron base plate drilling of 1"
dia hole on the upper portion of
the pole for the installtion of
street light and 1" dia hole on the
lower portion of the pole for
cable entry of the wire base pole
paintng of red oxide and two
coats of silver white aluminium
paint.
217 SITC of 12mm thick Frameless Nos 1
tempered clear glass
(Toughened Glass) Single Door
Size: - 1200mm X 2400mm With
door spring and locking
arrangements and both way
handle and patch fittings.
218 Single Leaf Non Fire Rated Nos. 2
wooden Door with Vision Panel
219 Wooden Door with Vision Panel
220 Single Leaf Glass Door with thin Nos. 5
semi transparent Film/laminate
221 Glass Door with 12 mm Nos 1
toughened glass, floor spring, .
arrangement for access control,
handle, lock etc. complete
1000mm X2100mm
222 Wooden Door with locks Nos. 18

Page 110 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

223 Glass Door toughened glass, Nos. 14


floor spring, arrangement for
access control, handle, lock etc
224 Water Motor Pump (1.5 HP) Nos. 1
(Aqua Group)
225 Overhead Water Tank (Capacity Nos. 5
5000 Litre – 1 Nos) (Prince),
(Capacity 500 Litre – 4 Nos)
(Nircon) with sanitary and
plumbing work

*GST rate shall be applicable as per government prevailing rate

Page 111 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)

1 Project Manager Man 1


Month
2 Electrical Engineer Man 1
Month
3 DCIM + BMS Man 4
Operator Month
4 Electrician, UPS Man 7
and DG set Month
Operator cum
Technician
5 PAC and CAC Man 4
Operator cum Month
Technician
6 Security Man 1
Supervisor Month
7 Security Gaurd Man 9
Month
8 Helper Man 3
Month
9 Helpdesk Man 1
Month
*GST rate shall be applicable as per government prevailing rate

Page 112 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-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

Page 113 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

*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).

*GST rate shall be applicable as per government prevailing rate

Page 114 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-9: BANK GUARANTEE FORMAT


{To be submitted by the bidder’s bank}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its
branch at Jaipur and payable at par at Jaipur, Rajasthan)

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.

Page 115 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

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.

Date ………………… (Signature) ……………………………………….


Place ………………… (Printed Name) ………………………………….
(Designation) ……………………………………
(Bank’s common seal) ………………………….

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:

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE


The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered valid:
-
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the name
of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if
any).

Page 116 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

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).

Page 117 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

BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)


(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and
to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur,
Rajasthan)

To,
The Commissioner,
Department of Information Technology & Communication (DOIT&C),
IT Building, YojanaBhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

1. In consideration of the Department of Information Technology & Communication (hereinafter called


"DOIT&C") having agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the
demand, under the terms and conditions of an Agreement No..................................dated .....................made
between the DOIT&C through …………………… and .......................(Contractor) for the work
.................(hereinafter called "the said Agreement") of Security Deposit for the due fulfilment by the said
Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank
Guarantee for Rs...................(rupees ........................................only), we ...................(indicate the name of the
Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake
to pay to the DOIT&C an amount not exceeding Rs...................(Rupees..................................only) on
demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without any demur or
delay, merely on a demand from the DOIT&C. Any such demand made on the bank by the DOIT&C shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee
shall be completely at the disposal of the DOIT&C and We....................... (Indicate the name of Bank), bound
ourselves with all directions given by DOIT&C regarding this Bank Guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the DOIT&C any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before
any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute,
unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein contained
shall remain in full force and effective up to <DATE> and that it shall continue to be enforceable for above
specified period till all the dues of DOIT&C under or by virtue of the said Agreement have been fully paid and
its claims satisfied or discharged or till the DOIT&C certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this
guarantee.
5. We ...........................(indicate the name of Bank) further agree with the DOIT&C that the DOIT&C shall have
the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said Agreement or to extend time of performance by the said
Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable
by the DOIT&C against the said Contractor(s) and to forbear or enforce any of the terms and conditions
relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation,
or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the
DOIT&C or any indulgence by the DOIT&C to the said Contractor(s) or by any such matter or thing
whatsoever which would but for this provision, have effect of so relieving us.
6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not be discharged
due to the change in the constitution of the Bank or the contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this guarantee except with
the previous consent of the DOIT&C in writing.

Page 118 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. 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.

Dated..........................day of....................For and on behalf of the <Bank> (indicate 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)

Page 119 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-10: DRAFT AGREEMENT FORMAT


{To be mutually signed by selected bidder and procuring entity}

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.

Now it is hereby agreed to by and between both the parties as under:

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.

Page 120 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

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).

Signed By: Signed By:

( ) ( )
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

Page 121 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-11: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION


EXPERIENCE

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.)

Page 122 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-12: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012

Appeal No ………of ……………


Before the ………………………… (First/ Second Appellate Authority)

1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>

2. Name and address of the respondent(s):


a. <please specify>
b. <please specify>
c. <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>

5. Number of affidavits and documents enclosed with the appeal:<please specify>

6. Grounds of appeal (supported by an affidavit):<please specify>

7. Prayer:<please specify>

Place …………………………………….

Date ……………………………………

Appellant's Signature

Page 123 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-13: CERTIFICATE FOR EXEMPTION OF BID SECURITY


{To be filled by the Govt./PSU/Department only as per RFP}

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 of the PSU/Corporation/Department} hereby {Name of the PSU/Corporation/Department} is owned


or controlled or managed by the {Name of the State} State Government/Central Government
Undertaking/Department. I/ We hereby declare/ certify that it is eligible for exemption from the bid security
submission as per RFP.

Legal document/Certificate of Incorporation establishing the exemption is attached.


Thanking you,

Name of the Bidder:


Name of Authorised Signatory:
Sign of the Authorised Signatory
Seal of the Organization: -
Date:
Place:

Page 124 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-14: FORMAT OF FINANCIAL TURNOVER OF THE BIDDER


{To be submitted by the bidder only on CA’s letterhead with CA’s Registration Number & Seal.}

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...............

Sub: Financial Turnover from IT/ ITeS and Net worth

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 Information (in 2019-20 2020-21 2021-22


INR crores)

Financial Turnover

Financial Turnover from


IT/ITeS Services in India

Financial Net Worth

(Signature of the Chartered Accountant)

Name:

Designation:

UDIN:

Membership Number:

Date:

Company Seal:

Business Address:

Page 125 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-15: CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

This confidentiality and non-disclosure agreement (“Agreement”) is made on this

_____________day of ____, 2022

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.

NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS:


1) Definition: In this agreement unless the contest otherwise requires:
1.1. "Confidential Information" shall mean
a) any and all information concerning Rajasthan State Data Centre’s (RSDC’s)
b) any and all trade secrets or other confidential or proprietary information related to RSDC’s and data
/information hosted in RSDC’s.
c) Passwords of IT/Non-IT equipment of RSDC, user identifications, or other information that may be
used to access information systems, network diagrams, technical specifications of IT/Non-IT
equipment, policies of firewall/IDS/IPS /routers /switches and information hosted on IT equipment in
RSDC.
1.2. Proprietary Information shall mean as technical data and other information (including but not limited to
digital data, products, substances, organisms, technology, research results or plans, system processes,
workflows, know-how, reports, descriptions, drawings, design, compositions, strategies, trade secrets,
business and financial information, and computer software) in whatever form, which is related to or
hosted in RSDC and is disclosed or delivered by the First Party to the Second Party, whether by means
of written or oral disclosure or otherwise.

Page 126 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) Limitations on Use and Disclosure of Confidential and Proprietary Information

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.

Page 127 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

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.

Page 128 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

Signed By: Signed By:

( )
()
Designation:
Designation:
Department of Information Technology &
Company:
Communication, Jaipur

In the presence of: In the presence of:

( )
( ) Designation:
Designation: Department of Information Technology &
Company Communication, Jaipur

( )

Designation: ( )

Company Designation:

Department of Information Technology &


Communication, Jaipur

Page 129 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-16: FORM OF BID-SECURING DECLARATION


(On Rajasthan Non-Judicial Stamp Paper worth Rs.50/- + Surcharge on Stamp Paper as per rules)

Form of Bid-Securing Declaration

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.]

Page 130 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-17: DECLARATION BY BIDDER


{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

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.

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 131 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-18: UNDERTAKING ON AUTHENTICITY OF SERVICES


{To be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}

To,

The Commissioner ,

Department of Information Technology & Communication (DOIT&C),

IT Building, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

Reference: NIB No. :___________________________________ Dated:__________

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:

Page 132 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-19: HR CERTIFICATE FOR MANPOWER PROFESSIONALS


{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

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 ___________

Subject: Self-Declaration on Technically Qualified Professionals by HR

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.

The details of staff as required is attached hereby

Sl. No. Domain Level No. of Resource Count

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 133 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-20: TENTATIVE FORMAT OF CURRICULUM VITAE (CV) OF TEAM MEMBERS DURING


PROJECT
{To be submitted by the bidder only at the time of deployment of Manpower in the project on his Letter Head duly
signed by Auth. Sign. & HR Head}

Sl. No. Type of Information Details Submitted


Required
1. Name of the Person
2. Proposed Role in the
Project
3. Academic Qualifications* Degree Year of Institution/ Specialization
(*Details to be provided for Passing University (If Any)
all the relevant degrees) From - To

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:

Page 134 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-21: Bidder’s Warranty Form


(Indicative Format, to be filled by bidder & submitted on Letter Head only)

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:

Page 135 of 135

You might also like