Professional Documents
Culture Documents
Contact Information:
Shri Kuldeep Yadav
ACP(DD), RISL
Kuldeepyadav.doit@rajasthan.gov.in
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Table of Contents
ABBREVIATIONS & DEFINITIONS ................................................................................................................. 7
1. INVITATION FOR BID (IFB)& NOTICE INVITING BID (NIB) ............................................................... 10
2. PROJECT PROFILE & BACKGROUND INFORMATION..................................................................... 12
2.1. PROJECT OBJECTIVES .................................................................................................................................. 12
2.2. BRIEF TECHNICAL SOLUTION REQUIREMENTS............................................................................................. 13
3. QUALIFICATION/ ELIGIBILITY CRITERIA ............................................................................................ 14
4. SCOPE OF WORK, DELIVERABLES & TIMELINES ............................................................................ 17
4.1. COMPREHENSIVE ONSITE OPERATION, MAINTENANCE AND MANAGEMENT ............................................... 18
4.2. VENDOR MANAGEMENT SERVICES............................................................................................................... 26
4.3. NETWORK MANAGEMENT SERVICES ............................................................................................................ 26
4.4. VIRUS AND SPAM MANAGEMENT SERVICES ............................................................................................... 27
4.5. END USER SUPPORT SERVICES ................................................................................................................... 28
4.6. BACKUP & RECOVERY MANAGEMENT SERVICES ........................................................................................ 28
4.7. HELP DESK SUPPORT SERVICES ................................................................................................................. 28
4.8. MANAGEMENT OF INTERNET LEASED LINES AND POINT TO POINT LEASED LINES ..................................... 29
4.9. MANAGEMENT OF EXTERNAL LINKS WITH NKN/NIC-NET/RAJSWAN/RAJNET NETWORKS ..................... 29
4.10. SECURITY ADMINISTRATION AND MANAGEMENT SERVICES ........................................................................ 30
4.11. MANPOWER & ATTENDANCE MANAGEMENT SYSTEM ................................................................................. 32
4.12. PROJECT DELIVERABLES, MILESTONES & TIME SCHEDULE........................................................................ 32
4.13. MINIMUM QUALIFICATION, RELEVANT EXPERIENCE & CERTIFICATIONS ..................................................... 35
4.14. SERVICE LEVEL AGREEMENT (SLA) ............................................................................................................ 44
4.14.1. NETWORK AVAILABILITY ....................................................................................................................... 44
4.14.2. MEASUREMENT .................................................................................................................................... 45
4.14.3. PENALTIES............................................................................................................................................ 45
4.14.4. PENALTY ON NON-AVAILABILITY OF MANPOWER RESOURCES............................................................. 46
4.14.5. PENALTY ON PREVENTIVE MAINTENANCE SERVICES ......................................................................... 46
4.15. PROJECT DELIVERABLES, PAYMENT TERMS & CONDITIONS....................................................................... 47
5. INSTRUCTION TO BIDDERS (ITB) ......................................................................................................... 49
1) Bid Security 49
2) Downloading of Tender Documents 50
3) Pre-bid Meeting/ Clarifications 50
4) Changes in the Bidding Document 51
5) Period of Validity of Bids 51
6) Format and Signing of Bids 52
7) Cost & Language of Bidding 53
8) Alternative/ Multiple Bids 53
9) Deadline for the submission of Bids 53
Page 2 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 3 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 4 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 5 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Contact Person
(Authorised Bid Signatory):
Correspondence Address:
Telephone &
Mobile No.
Fax Nos.:
Website & E-
Mail:
RajCOMP Info Services Limited (RISL)
First Floor, YojanaBhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj.)
Phone: 0141- 5103902 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in, Email: kuldeepyadav.doit@rajasthan.gov.in
Page 6 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 7 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 8 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 9 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 10 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Note:
1) Bidder (authorised signatory) shall submit their offer on-line in Electronic formats both for technical and
financial proposal. However, DD for Tender Fees, RISL Processing Fees and Bid Security 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.
2) * In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for Tender
Fee, Bid Security, and RISL Processing Fee as per NIB, its Bid shall not be accepted. The Banker’s
Cheque/ Demand Draft for Bidding document fee, RISL Processing Fee and Bid Security should be
drawn in favour of “Managing Director, RajCOMP Info Services Ltd.” payable at “Jaipur” from any
Scheduled Commercial Bank.
3) 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).
4) RISL 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.
5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for further
details about the e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged by
DoIT&C, GoR 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: eproc@rajasthan.gov.in
Address : e-Procurement Cell, RISL, YojanaBhawan, Tilak Marg, C-Scheme, Jaipur
7) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the
Bids.
8) 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.
9) 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.
10) The provisions of RTPP Act 2012 and Rules thereto shall be applicable for this procurement.
Furthermore, in case of any inconsistency in any of the provisions of this bidding document with the
RTPP Act 2012 and Rules thereto, the later shall prevail.
Page 11 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 12 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 13 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 14 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above: -
Page 15 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 detailed in this bidding
document. The procuring entity shall disqualify any bidder that fails to demonstrate its
qualifications, if requested to do so.
Page 16 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 17 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
The IT infrastructure covered within the scope of work (FMS/AMC) are mentioned at Annexure-
17-25 and includes various PCs, Printers, IP Phones, Video conferencing, Wi-Fi devices,
Networking Devices, Leased Lines, OFC Cables, LAN Cables, IOs, racks, UPS, batteries, AC’s
installed at Vertical PoP under RajSWAN, assemblies, I-pads and other active and passive
components constituting the IT assets of the purchaser under SecLAN/RajSWAN project. The
network backbone and IT equipment installed at Secretariat, Department of IT&C and other
Office buildings of the Government of Rajasthan various state level, district and block level GoR
offices, who needs to access IT services from State Data Center of State either using SecLAN,
RajSWAN or is on leased lines, or those offices whose IT systems are maintained by DoIT&C
are all included in the scope of work. FMS shall cover the SoW of existing Fibre splicing, LAN
cabling and fibre patch cords, LAN and IO port punching as and when required by the RISL.
RISL will provide the HP open view NMS/EMS tools, installed under the RajNET Project with
licenses for monitoring/maintenance of the network infrastructure. The details of the tools are
given in Annexure-26. The successful bidders will coordinate to get the details of NMS/EMS
tool from existing vendor and validate the deployed devices integrated in the RajNET Helpdesk
system to provide the proper reporting/monitoring of call resolutions for managing the devices
and adhere the SLAs of the RFP. To fulfill this requirement, Successful bidder is required to
deploy the HP EMS/NMS experienced resources, if required.
HP Openview NMS installed under the RajNET Project, NMS tool should be managed
by the existing RajNET vendor. Successful Bidder for the complete contract period and
shall be used for regular monitoring of the network. Successful bidder shall configure/
provision the systems to be used by RISL for audits and also help in monitoring the
service level parameters on an ongoing basis as defined in Service level agreements.
The RISL/ GoR or its designated agency shall have access to all generated reports for
service levels audits and monitoring. Successful bidder shall validate adequate access
policy and security policy on the systems in consultation with RISL/DoR for ensuring
authenticity and integrity of the reports. The system shall essentially have 3
components, Network and Data Centre Management component, Helpdesk & SLA
Management component. The RISL or its designated agency should be able to view
the SLA Management component. The Successful bidder shall be responsible for
varification of network monitoring environment and ansure the following requriement:
2) The NMS should also poll all network devices and other IT and Non-IT
components in RajSWAN & SecLAN at regular intervals in order to determine their
status and working.
3) The bidder has to ensure the existing Helpdesk Desk toll should be configure
properly and usable as per the requiremnt, if any configration require bidder has to
be cordinate with existing vednor and ensure it should be work as per requirement
of RISL/ GoR.
4) Bidder has to deploy NMS expert as per the requirement mentioned in Manpower
section, from the day one.
5) Bidder has to verify the Equipment Inventory report –device name, device part
number & serial number, device model number deployed under SECLAN and
RajSWAN Project.
6) Bidder shall be responsible for the overall co-ordination, liaison services with the
Bandwidth services providers and other OFC vendors for required uptime of the all
the links provided by the BSP & OFC vendors.
7) Bidder has to monitor and identified the respective problems in SLA durations and
escalate assing tickets trhough NMS/EMS tool. Bandwidth downtime is not be
considered as part of network Operator downtime, based on the assing tickets
Page 19 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
8) Dashboard Reporting: The bidder shall coordinate with RajNET NoC/EMS team
to provide required reports to RISL.
9) Problem Resolution and Sign‐Off: Network users would report any network
related problem through online web based application, Helpdesk interface or by
calling the Centralized Helpdesk number. The severity of the call will be
automatically decided according to the Helpdesk Severity Matrix detailed in the
SLA section. The Bidder will keep track of Helpdesk performance. This online
report would contain:
1) Conduct inspection (check for loose contacts in the cable and connections etc.),
testing, satisfactory execution of diagnostics and necessary repairing of
equipment.
2) Cleaning and removal of dust and dirt from the interior and exterior of the
equipment.
4) Selected bidder shall intimate and take approval from purchaser before carrying
out preventive maintenance activity.
Page 20 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
d) Maintenance of Petrol & Diesel Generators at all Vertical DHQ + BHQ PoP under
RajSWAN Project:
1) The Make, capacity of Petrol (at BHQ) & diesel (at DHQ) generator are as given
in Annexure- 20 & Annexure-21
2) The successful bidder should maintain these generators (including AMF panels)
during the period of contract.
4) The DG set should be repaired within 24 hrs from the time of fault reporting
otherwise, a spare generator of equivalent capacity shall be provided till the time
it is repaired.
5) The successful bidder shall also supply the fuel for all the locations Gen-sets.
These gen-sets are only used for PoP operations purpose.
6) In case of major electricity issues or force majeure cases RISL will approve
downtime on case-by-case basis, at the request of bidder.
e) Maintenance of UPS & batteries installed under SECLAN & RajSWAN Project.
1) The Capacity, make and model details of existing UPS are enclosed in Section
Annexure 19-25.
2) The service provider shall coordinate with the OEMs of these UPS for repair,
Operator shall submit the plan for periodical maintenance of these UPS.
4) The SI shall replace the batteries at DHQ, BHQ and Horizontal department,
battery should be as per the technical specifications given in Annexure-2 within
timeframe mention as mentioned in RFP. The successful bidder shall maintain
the same during the period of contract and handover to RISL on expiry or on
termination of the contract. The successful bidder shall buy back all these
batteries, The cost to be paid to RISL for the buyback shall be quoted in the
commercial format.
Page 21 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
5) The batteries recovered by the selected bidder under buyback option from
respective locations, shall be safely disposed or reused or recycled as per
provisions in the "Hazardous and Other Wastes (Management and
Transboundary Movement) Rules, 2016" or any other rules/atcs as and when
defined by the Central or State Government.
6) The SI shall ensure that power backup to the PoP equipment is available for
minimum three hours through UPS system.
2) The selected SI shall either coordinate with the OEMs of these AC’s or make
own arrangements for maintenance and upkeep. During AMC period, if any AC
is beyond repairable / burnt cases, the SI either repair or replace them with
same capacity at no extra cost to RISL.
3) The successful bidder shall submit the plan for periodical maintenance of these
AC’s.
4) The successful bidder shall submit the quarterly maintenance & working status
report of all AC’s.
6) The successful bidder shall maintain a temperature needed for the proper
functioning of Network Equipment’s, UPS and batteries in the PoP locations.
g) Expences for Electricity Bill of Vertical PoP rooms under RajSWAN Project.
1) All the PoPs have been provided with electricity connections and have separate
sub-meter for each PoP room. In case of non-availability of sub-meter bidder
shall install the sub-meter at its cost, by liaising with concerned nodal officers.
The RISL would facilitate the bidder in obtaining the electric sub-meter
connection from concerned authority. The successful bidder shall be
responsible for timely payment of the electricity bills for DHQ & BHQ PoPs as
per the consumption shown in sub-meter/ meter to the concerned authority.
2) All the electrical wiring, installations and fixtures of the PoP shall be maintained
Page 22 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
by the bidder.
4) The successful bidder should resolve any electricity issues within a week and
inform to RISL well in time.
5) The successful Bidder shall submit following documents with invoice to RISL
for reimbursement.
Demand note (raised by nodal officers) / electricity bills.
Payment done proof to RISL for reimbursement on quarterly basis.
Undertaking letter for paid all dues till the time.
2) The selected bidder is required to setup a new earth at approved PoP rooms as
per the specifications given in the RFP.
2) The spared equipment shall be kept in the custody of the bidder at a central
place as inventory and shall be reused within Rajasthan as per the directions of
RISL.
3) Shifting of the office may be within the premises, Block, or district or entire
Rajasthan state.
4) The successful bidder has to complete the shifting working with in 15 days of
time, on receipt of writing approval given by RISL. To complete the shifting
work & establish the connectivity necessary liaising with concerned stack
holders to be done by bidder.
Page 23 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
5) Separate work order shall be given for shifting of the office and the shifting
charges shall be paid as per the commercial bid. Safe transportation of the
equipment from one location to other is the responsibility of the bidder. Any
damages or faulty equipment need to be change by successful bidder, no extra
charge shall be paid by RISL for the same.
3) Bidder has to splice and restore the OFC connectivity on immediate basis,
whenever asked for, after getting the Ticket/ complain from the respective
NOC/ OFC team.
4) The Infrastructure required for OFC cable splicing tool i.e. Splicing machine,
OTDR, Optical talk set, Tool kit etc. shall be arranged and provided by RISL at
each district, however bidder has to maintain all the accessories prvoided by
RISL, and handover the same in working condition to RISL after completion of
the project.
5) The LAN & OFC Maintenance support shall include all passive components
including, I/O Port, Lan Cable, screws, clamp, fasteners, ties anchors,
supports, ground strips, wires, fiber connecting kits, gears, spares, power-
cables, Network cables etc.
6) However, RISL has specific SI's for OFC maintenace to cover this project
duration. Therefore, primarly SI has to manage specific vendor of OFC.
k) Online Web-Portal
1) The successful bidder is required to setup a online web portal solution available
to all stakeholders.
2) This portal shall provide online information regarding the connectvity details
department wise, inventory, faulty item details, contact directory, Eelctrcity
payment report, battery changes & progress report, department wise user
details, all stackholders username password etc..
3) Bidder should also ensure that portal should be deploy & hosted at SDC, Jaipur
only. RISL may ask to make changes over portal as and when require.
Page 24 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
2) Information like serial numbers, licensing, warranty and AMC details, place of
installation of each equipment etc.
5) The Successful bidder shall be required to register all software ( in case not
registered) with respective OEMs
Page 25 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
5) The Successful bidder shall ensure that these configurations are not accessible
in general and must be kept confidential with the Purchaser and project
manager.
1) The Successful bidder shall coordinate with external vendors for upkeep of
equipment to meet the SLA and shall liaison with respective vendors/OEMs for
repairs/replacement of items. To perform this activity, the Successful bidder shall
do the following:
3) Log and escalate the calls with respective vendors/OEM/service providers and
coordinate with them to get the equipment repaired/problems resolved.
Page 26 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
4) Daily monitoring of LAN & WAN, manual testing, troubleshooting and reporting
including the following:
5) Monitor the availability of links and their utilisation to various departments and
buildings and take corrective action where required.
7) Monitor the critical errors in switches and routers and do necessary fault isolation.
8) Collect the data flow on basis of time, interface, IP address, application wise for
traffic analysis.
10) Integration and management of New LAN Segments with SecLAN Network when
ever any new network segment is established by GoR under SecLAN project.
2) On virus out-break, Successful bidder team shall provide proper guidance to the
users and shall take corrective measure to resolve such virus problems.
Page 27 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
2) The Successful bidder shall resolve Network and other service related problems of
all the equipment installed with end user.
3) The Successful bidder shall remove viruses from the user desktops in the event of
virus out break and ensure that virus signatures are automatically updated on the
desktop.
2) Successful bidder shall take backups of the desktops/Laptops etc. as and when
requested by the users.The Successful bidder shall restore the backups as and
when required.
3) Successful bidder shall be responsible for proper housing of the backup for
identification and retrieval.RISL shall provide the suitable space/storage for keeping
required backup.Successful bidder shall provide MIS reports such as weekly on
backup and restoration logs.
2) The Successful bidder 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 and Successful bidder shall get approval from the officer in
charge of SecLAN / SDC project as designated by the purchaser. The resolution
time for such services would be mutually decided by the designated Officer In
Page 28 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
charge and Successful bidder. The log of all such requests with date and time of
request and its resolution time shall be maintained by Successful bidder.
4.8. Management of Internet Leased Lines and Point to Point Leased Lines
1) The Successful bidder shall be responsible for management of existing Internet
Bandwidth /point to point leased lines with respect to configuration/reconfiguration,
integration.
2) Co-ordination with bandwidth service providers for maintaining the uptime of the
internet and point to point leased links.
Page 29 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
3) The Successful bidder shall also be responsible to co-ordinate with NIC, RajNET
and SI for seam less integration of SecLAN with above networks while
configuration/.reconfiguration of SecLAN network.
4) The Successful bidder shall make necessary changes in the routing/access policies
on the request.
7) Ensuring that the IT security policy is maintained and updates to the same are
made regularly as per ISO 27001:2013, ISO 20000 guidelines.
12) Quarterly (or as required by the RISL) review of domain level rights and privileges.
Page 30 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
14) IOS up gradation of the firewall & IPS with DDoS devices.
20) Changing network address translation rules of existing security policies on the
firewall.
21) Adding new network address translation rules on security policies on existing
firewall.
23) Periodic / critical reporting to the RISL based on Firewall / IDS / IPS activities / logs.
24) Managing configuration and security of Demilitarized Zone (DMZ) Alert / advise the
RISL about any possible attack / hacking of services, unauthorized access / attempt
by internal or external persons etc.
26) Resolution and restoration of services in case of any possible attack and necessary
disaster management.
28) Advise the RISL in improving network/data centre security to protect the critical
data / information from both internal and external persons/attack.
32) Configuration: Addition / deletion of policies, objects, access rules, NAT rules,
routing etc. based on the RISL requirements.
34) Reporting to the Bank on daily basis about the threats observed and action taken.
Page 31 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
37) Vulnerability Assessment of the critical servers and network devices using tools
provided by RISL/GoR.
38) Penetration testing of the systems and networks (External and Internal) as and
when requested by RISL/GoR.
2) The bidder shall also ensure that the minimum required manpower is available at all
locations on a daily basis. The bidder has to keep additional manpower in buffer so
that in case any employee is on leave then the buffer staff can be deputed during
the leave period.
5) The operational staffs shall be posted at every PoP to monitor the network &
troubleshoot the problems related to backbone and all RajNet project facilities
(LAN, WAN, Video Conferencing, IP Telephony, ICT equipment, Anti-virus etc).
Time Lines
Sr. Project Activity Deliverables
Frequency (From issue of
No. /Scope of Work (Reports/Docs./Infra)
Work Order)
Submission of detailed
Network Study and study should includes
submission of Network diagram, network
1. Once T+ 3 weeks
detailed project Policies, Existing IP
analysis report Schemas, Existing Network
configurations.
Page 32 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Time Lines
Sr. Project Activity Deliverables
Frequency (From issue of
No. /Scope of Work (Reports/Docs./Infra)
Work Order)
T+12 weeks
(Including three
Deployment of
months of
Manpower and Deployment of Manpower and
2. commencement of FMS of Infrastructure
- handover period
from existing
FMS Services
vendor) in
phased manner.
Supply, delivery, installation
Delivery of and configuration of
3. Once T+ 8 weeks
Hardware supplied items at specified
locations.
List of Hardware/Software
with all details as mentioned
Asset Management in Scope of Work under
4. Services and Asset Management Once T+13 Weeks
Software Inventory Services clause. Details of
software licenses with
renewal date
Install, Move, Add,
Details of Hardware
5. Change Report Quarterly
Equipment
(IMAC)
Equipment wise and date
wise list of hardware for
Preventive
which preventive
6. Maintenance Quarterly
maintenance was
Reports
undertaken during quarter
with copy of call report.
Equipment wise and date
Corrective wise detailed and MIS
7. Maintenance reports of corrective
Reports maintenance services
provided during the quarter.
Configuration document
Configuration and
(latest) for selected
reconfiguration/
8. equipment/software, as may
rollback of euipment
be finalized by RISL as per
/ network / services
approved format.
Date wise details of calls
logged with external vendor
Vendor and their resolution time in
9.
Management Report order to monitor compliance
with the SLA signed with the
respective vendor, if any.
Network up time report of all
Network network devices and
10.
Management Report network connectivity links/
leased lines. Quarterly
Syslog backup/switches
Backup and configuration backup.
11.
recovery services Exception report along with
related logs.
12. Help Desk Support Detailed SLA compliance
Page 33 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Time Lines
Sr. Project Activity Deliverables
Frequency (From issue of
No. /Scope of Work (Reports/Docs./Infra)
Work Order)
report and logs
Monthly or as and when
Total no. of incidents
required by the RISL
Breakdown of incidents at
each stage (e.g. logged,
work in progress, closed etc)
Size of current Month
incident backlog
Percentage of incidents
handled within agreed
Incident response time as defined by
13.
Management Report SLAs
Number and percentage of
Number and incidents
incorrectly assigned
Number and percentage of
Number and incidents
incorrectly categorized
Number and percentage the
of incidents processed per
Service Desk agent
By end of the
Log reports of help desk Daily
day
14. User Support List of stand by euipment Quarterly
User complaint redressal
Quarterly
time
Onsite
Details of Parts/equipment
Comprehensive
15. repair/replacement report Quarterly
Maintenance
(Quarterly)
Services
SLA compliance As and when
Quarterly required by
Report
Daily Attendance statement RISL
SLA Manpower
16. of Manpower deployed Quarterly
Report
under the project.
Report of Virus attack on
Virus outbreak Quarterly
End users or other Infra
No. of Security incidents,
Detection of security
vulnerability with the
available solutions
/workarounds for fixing. DoS As and when
attacks, Hacker attacks, required by
Virus attacks, unauthorized RISL
17. Security Services Quarterly
access, security threats, etc.
– with root cause analysis
and plan to fix the problems,
Risk Assessment, Risk
Management and Risk
treatment Report, Exception
Reports.
Page 34 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Qualification
Profile / Minimum Minimum Remarks / Relevant
Sr. No and
resource Resources experience experience
Certifications
Page 35 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1. 8+ Years of overall
experience with 5+ years’
experience in large scale
of Networking-IT/ data
Assistant center passive &
Engineering
Project electrical works
Degree
Manager 2. Should have very good
3) 1 at SHQ 8+ Years /Diploma in
-Passive knowledge of fault
electrical/
& management of UPS &
electronics
Electrical Battery
3. Should be experienced in
maintains of Gen-Sets,
capacity of 5 KVA, 10
KVA & 20 KVA.
Page 36 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1. Network management
(routing & Switching), Router
Configuration and
Troubleshooting, up
gradation, Link Performance
BE/B.Tech Management, Management
degree with of all L3 Switch & L2 Switch
Certified at all the PoP's/ Departments.
Network 2. Required to support for
professional problems & changes.
(CCNP in Managing Lease Line, OFC,
Network Routing Wireless, Video Conferencing
4) 4 at SHQ 8+ Years
Specialist Switching and etc.
security / CCIE) 3. Having good experience of
or advanced trouble shooting of network
level of equipment.
Networking 4. Should have very good
OEM knowledge of upgrading IOS
certification and other software for
network infrastructure.
Preferably should have
worked on installation and
commissioning of network
equipment’s.
Page 37 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1) Demonstrated excellence
in configuring and
managing virtual Firewall
(Cisco Firewall, Checkpoint
VSX, FortiGATE VDOM,
IPS, IDS, Sophos) and
BE/B.Tech
Cisco VRFs for both
degree with
intranet and internet.
Certified
2) Should have experience in
CCSA, CCSE,
Network & Security technol
CCNAS and
ogies of Firewalls, proxies,
Security CCNPS
HIPS, NIPS, Web Gateway
5) Administr 01 at SHQ 10+ (at least 3
Security products like
ator (L4) Certifications,
Websense or IronPort or
require) and
Barracuda or Blue Coat
any other
etc.
advance level
3) Adept in Networking
of OEM
Security, Data Centre
certificate
Operations, IT
Infrastructure
Management, Network Ad
ministration, Technology
Support and Technical
Troubleshooting.
Page 38 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1) Demonstrated excellence in
configuring and managing
virtual Firewall (Cisco
Firewall, Checkpoint VSX,
BE/B.Tech FortiGATE VDOM, IPS,
degree with IDS, Sophos) and Cisco
Certified VRFs for both intranet and
CCSA, CCSE, internet.
CCNAS and 2) Very good understanding &
Security CCNPS experience on Network
6) Administr 01 at SHQ 8+ (at least 2 & Security technologies:
ator (L3) Certifications, routing, firewalls, proxies,
require) and etc.
any other 3) Adept in Networking
advance level Security, Data Centre
of OEM Operations, IT
certificate Infrastructure Management,
Network Administration,
Technology Support and
Technical Troubleshooting.
etc.
1. Should experience of
IT/Network Monitoring,
Enterprise level NMS &
Helpdesk Management
tools.
2. Should have 3+ years of
relevant experience on
NMS BE/B.Tech/
7) 2 at SHQ 6+ Years NMS tool, CA / HP.
Engineer MCA / MSC-IT
3. Must have experience of
large scale of WAN link
configuration & Monitoring
of NMS
4. Should have very good
knowledge of Operating
system & database
Page 39 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 41 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1. Network management
Router Configuration and
Troubleshooting, up
gradation, Link Performance
Management, Management
of all Switches & Router at all
the PoP's/ Departments.
2. Required to support for
BE/B.Tech (
problems & changes.
IT/CS/ EC)/
Managing Lease Line, OFC,
MSC-IT/MCA
Wireless, Video Conferencing
with Certified
District etc.
Network
11) Coordina 1 at each 8+ Years 3. Having good experience of
professional
tor DHQ. trouble shooting of network
(CCNA) or any
equipment.
Networking
4. 8+ years of overall
OEM
experience with at least 3+
certification
years relevant experience of
IT / Network infrastructure
and Monitoring of the
services.
5. Preferably should have
worked on installation and
commissioning of network
equipment’s.
1. 3+ years of overall
experience with at least 2
years of relevant experience
in managing all aspects of IT/
Network infrastructure and
2 at each BE/ B.Tech/ Monitoring of the services.
Network
DHQ +25 MSC- 2. Having good experience of
12) Support 3 + Years
under IT/MCA/BCA/Di trouble shooting of network
Engineer
SecLan ploma equipment.
3. Required to support for
problems & changes.
Managing Lease Line, OFC,
Wireless, Video Conferencing
etc.
Page 42 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
1. Experience in
domestic/industrial wiring,
knowledge of faultfinding of
LAN & OFC wiring, earth
testing, multi-meter, megger
etc.
2. Should have at least 2
Technicia years of Experience in OFC
n Cabling 02 at SHQ & cabling work laying, cable
13) (LAN+OF 01 at each 3+ Years Diploma / ITI routing, pulling, blowing and
C+Electri DHQ OFC splicing work.
cal) 3. Should have experience of
survey and Digitized Maps for
proposed routes
4. Preferably have knowledge
to operate the splicing, OTR
machine or Basic operation
and maintenance of UPS
battery & DG set.
1. Trouble shooting of
network equipment.
2. Basic knowledge of
Networking equipment
and peripherals.
3. Basic knowledge of
Network BE/B.Tech/MS
1 at each electrical wiring and Gen-
14) field 1+ Year C/MCA/BSC/B
BHQ Sets working.
engineer CA/Diploma/ITI
4. Preferably have
knowledge to operate the
splicing ,OTR machine or
Basic operation and
maintenance of UPS
battery & DG set.
Note:
1. Manpower mentioned at Sr. no. 1 to 8 and 11 must be on bidder’s Payroll. This is
the minimum manpower required, however, the successful bidder may deploy
additional manpower to meet SLA and provide satisfactory services.
2. Project Head shall be deputed within 30 days and District Co-ordinators shall be
deputed within 45 days from the date of signing of agreement.
Page 43 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
The table below summarizes the performance indicators for the services to be offered by
the bidder. The detailed description of the performance indicators, SLA Terms and their
definitions are elaborated in the following sections.
Bidder will take prior approval from the RISL/GoR for the network maintenance i.e.
planned downtime. Bidder’s SLA and Penalty would be applicable only after final
acceptance testing indicating that the link is completely functional. The Operator’s
request for payment shall be made at the end of each quarter by invoices along with
the following supporting documents:
Invoice –in 3 copy
Attendace report of Manpower, from Portal / tool.
Apprvoed downtime documents.
Any other document necessary in support of the service performance
acceptable to RISL/DOIT.
b) The Quarterly Total Downtime will be the sum of the downtime incurred in each
month. The deduction/penalty will be calculated on the Quarterly Total Downtime.
Page 44 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
4.14.2. Measurement
Total downtime should be monitored for:
4.14.3. Penalties
Successful Bidder shall be paid Quarterly Payment (QP) as per the services provided to
RISL. If the cap of all segments penalty is reached in two consecutive quarters, the
penalty cap for the third quarter onwards, for each quarter will increase by 5% over the
penalty cap for the preceding quarter till it reaches 25% of the QP. In addition to the
applicable penalty and the provisions pertaining to closure/termination of contract, the
RISL shall be within its rights to undertake termination of contract if or anytime the penalty
increases by 20 % of the QP. Once the penalty cap has increased beyond 15%, if the
bidder through better performance delivery for any quarter, brings the livable penalty
below 15% then the computation of the 1st of the 2 consecutive quarters as referred
above will reset and will begin afresh. Availability will be calculated on a quarterly basis.
Page 45 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Non-deployment of manpower and leaves availed beyond permitted leave shall attract
penalty and these days shall not be taken into account for payment.
Sr.
No
Profile / resource Penalty on non-availability of resource
Rs. 3,000.00 per resource per absent day
1. Project Head
(maximum of Rs. 50,000.00 per month)
Assistant Project Manager - Rs. 2,500.00 per resource per absent day
2.
Network-Operation (maximum of Rs. 40,000.00 per month)
Assistant Project Manager - Rs. 2,500.00 per resource per absent day
3.
Passive & Electrical (maximum of Rs. 40,000.00 per month)
Rs. 2,000.00 per resource per absent day
4. Network Specialist
(maximum of Rs. 30,000.00 per month)
Security Administrator (L4) / Rs. 2,500.00 per resource per absent day
5.
Security Administrator (L3) (maximum of Rs. 40,000.00 per month)
Rs. 2,000.00 per resource per absent day
6. NMS Engineer
(maximum of Rs. 30,000.00 per month)
Rs. 2,000.00 per resource per absent day
7. System Engineer
(maximum of Rs. 30,000.00 per month)
Rs. 2,000.00 per resource per absent day
8. VoIP Services Engineer
(maximum of Rs. 30,000.00 per month)
Rs. 500.00 per resource per absent day
9. NOC (Shift) Engineer
(maximum of Rs. 10,000.00 per month)
Rs. 1500.00 per resource per absent day
10. District Coordinator
(maximum of Rs. 20,000.00 per month)
Rs. 5,00.00 per resource per absent day
11. Network Support Engineer
(maximum of Rs. 10,000.00 per month)
Technician Cabling Rs. 5,00.00 per resource per absent day
12.
(LAN+OFC+Electrical) (maximum of Rs. 10,000.00 per month)
Rs. 5,00.00 per resource per absent day
13. Network field engineer
(maximum of Rs. 10,000.00 per month)
Page 46 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Sr. Payment
Scope of Work Deliverables Timelines
No. Terms
85% of total
work order
value.
•Delivery Challan
Supply, Remaining
•Invoice Copy
Installation of shall be paid
•Installation Report & UAT
1. items mentioned T+8 weeks each year @
•Warranty certificate issued by
as per the BoM 5% for 3 years,
respective OEMs for each
(Annexure-1) or against
hardware/Software for 3 years.
Bank
Guarantee of
equivalent
amount.
MIS reports
FMS & AMC Refer clause
2. SLA reports Quarterly
charges 4.14
Manpower attendance reports
a) “T” is the event marking date of issuing the work order to the selected bidder i.e. SI
for particular work.
b) The supplier’s/ selected bidder’s request for payment shall be made to the
purchaser in writing, accompanied by invoices describing, as appropriate, the
goods delivered and related 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 an invoice or request for payment by the supplier/ selected
bidder.
Page 47 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
f) In case of disputed items, the disputed amount shall be withheld and will be paid
only after settlement of the dispute.
g) Payment in case of those goods which need testing shall be made only when such
tests have been carried out, test results received conforming to the prescribed
specification.
i) Taxes, as applicable, will be deducted/ paid, as per the prevalent rules and
regulations.
Page 48 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
d. when the bidder does not deposit the performance security within specified period after
the supply/ work order is placed; and
e. if the bidder breaches any provision of code of integrity, prescribed for bidders,
specified in the bidding document.
j) Notice will be given to the bidder with reasonable time before bid security deposited is
forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at
the amount of the Performance Security, or refunded if the successful bidder furnishes the
full amount of performance security.
m) The procuring entity shall promptly return the bid security after the earliest of the following
events, namely: -
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by
the successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding
documents stipulate that no such withdrawal is permitted.
Page 50 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 minutes and 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.
Page 51 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 Bidand 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.
Page 52 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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/ contents may lead to the rejections of the Bid submitted by the bidder.
Page 53 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 54 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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
feeand 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.
Lowest evaluated technically responsive bidder shall be selected for award of contract.
Page 55 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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.
c) Technical Evaluation Criteria
Bids shall be evaluated based on the compliance of the documents submitted in the
technical bid.
d) Tabulation of Technical Bids
Page 56 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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.
e) The number of firms qualified in technical evaluation, if less than three and it is considered
necessary by the procuring entity to continue with the procurement process, reasons shall
be recorded in writing and included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the
date, time and place of opening of their financial Bids.
Page 57 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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) 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 seven 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
Page 58 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
most advantageous bidder and if this is not accepted by him, the committee may decide to
reject and re-invite Bids or to make the same counter-offer first to the second lowest or
most advantageous bidder, then to the third lowest or most advantageous bidder and so on
in the order of their initial standing and work/ supply order be awarded to the bidder who
accepts the counter-offer. This procedure would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be
invited.
Page 59 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
sufficient time for formulation of Bids, etc were fulfilled. If not, the NIBwould 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.
Page 60 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 received 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.
i) The bid security of the bidders who’sBids could not be accepted shall be refunded soon
after the contract with the successful bidder is signed and its performance securityis
obtained.
Page 62 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
b. When the bidder fails to make complete supply as per the scope of tender
document.
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.
26) 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;
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.
Page 63 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
c) The procuring entity may impose on bidders and sub-contractors, if there are any for
fulfilling the terms of the procurement contract, conditions aimed at protecting information,
the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a
subject matter of such nature which requires the procuring entity to maintain confidentiality,
may impose condition for protecting confidentiality of such information.
Page 64 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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;
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.
Page 65 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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) 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 Technical Resource for the contract.
31) 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 66 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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: Principal 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-12 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.
Page 67 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, shall,-
i. hear all the parties to appeal present before him; and
ii. peruse or inspect documents, relevant records or copies thereof relating to
the matter.
c. After hearing the parties, perusal or inspection of documents and relevant records
or copies thereof relating to the matter, the Appellate Authority concerned shall
pass an order in writing and provide the copy of order to the parties to appeal free
of cost.
d. The order passed under (c) shall also be placed on the State Public Procurement
Portal.
i) No information which would impair the protection of essential security interests of India, or
impede the enforcement of law or fair competition, or prejudice the legitimate commercial
interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an
appeal.
Page 68 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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.
Page 69 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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.
Page 70 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 71 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 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
Page 72 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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
Joint venture, consortium or associations of companies are not allowed to bid.
5) Eligible Goods and Related Services
a) For purposes of this Clause, the term “goods” includes commodities, 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 articles/ goods being bid, other than those marked in the Bill of Material (BoM) should
be the ones which are produced in volume and are used by a large number of users in
India/ abroad. All products quoted by the successful/ selected bidder must be associated
with specific make and model number, item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed specifications
should be clearly mentioned in the offer document by the bidder/ supplier. Also, the bidder
is to quote/ propose only one make/ model against the respective item.
c) Bidder must quote products in accordance with above clause “Eligible goods and related
services”.
Page 73 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
b) Unless otherwise stipulated in the Contract, the scope of supply 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.
c) The bidder shall not quote and supply and hardware/ software that is likely to be declared
as End of Sale in next 3 months and End of Service/ Support for a period of5 Years from
the last date of bid submission. OEMs are required to mention this in the MAF for all the
quoted hardware/ software. If any of the hardware/ software is found to be declared as End
of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with
the latest ones having equivalent or higher specifications without any financial obligation to
the purchaser.
Page 74 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
a) The TDS etc., if applicable, shall be deducted at source/ paid by RISL as per prevailing
rates.
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.
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.
Page 75 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 76 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
16) Insurance
a) The Goods supplied under the Contract shall be fully insured against loss by theft,
destruction or damage incidental to manufacture or acquisition, transportation, storage,
fire, flood, under exposure to weather and delivery at the designated project locations, in
accordance with the applicable terms. The insurance charges will be borne by the supplier
and Purchaser will not be required to pay such charges if incurred.
b) The goods will be delivered at the FOR destination in perfect condition.
17) Transportation
a) The supplier/ selected bidder shall be responsible for transport by sea, rail and road or air
and delivery of the material in the good condition to the consignee at destination. In the
event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable
to make good such loss and shortage found at the checking/ inspection of the material by
the consignee. No extra cost on such account shall be admissible.
b) All goods must be sent freight paid through Railways or goods transport. If goods are sent
freight to pay, the freight together with departmental charge @5% of the freight will be
recovered from the supplier’s/ selected bidder’s bill.
18) Inspection
a) The Purchase Officer or his duly authorized representative shall at all reasonable time
have access to the supplier’s/ selected bidder’s premises and shall have the power at all
reasonable time to inspect and examine the materials and workmanship of the goods/
equipment/ machineries during manufacturing process or afterwards as may be decided.
Page 77 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
b) The supplier/ selected bidder shall furnish complete address of the premises of his factory,
office, go-down and workshop where inspection can be made together with name and
address of the person who is to be contacted for the purpose.
c) After successful inspection, it will be supplier’s/ selected bidder’s responsibility to dispatch
and install the equipment at respective locations without any financial liability to the
Purchaser. However, supplies when received at respective locations shall be subject to
inspection to ensure whether they conform to the specification.
19) Samples
a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for articles/
goods marked in the BoM shall be accompanied by four sets of samples of the articles
quoted properly packed. Such samples if submitted personally will be received in the office.
A receipt will be given for each sample by the officer receiving the samples. Samples if
sent by train, etc., should be despatched freight paid and the R/R or G.R. should be sent
under a separate registered cover. Samples for catering/ food items should be given in a
plastic box or in polythene bags at the cost of the bidder.
b) Each sample shall be marked suitably either by written on the sample or on a slip of
durable paper securely fastened to the sample, the name of the bidder and serial number
of the item, of which it is a sample in the schedule.
c) Approved samples would be retained free of cost upto the period of six months after the
expiry of the contract. RISL shall not be responsible for any damage, wear and tear or loss
during testing, examination, etc., during the period these samples are retained.
The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of
stipulated period. RISL shall in no way make arrangements to return the samples. The
samples uncollected within 9 months after expiry of contract shall be forfeited by RISL and
no claim for their cost, etc., shall be entertained.
d) Samples not approved shall be collected by the unsuccessful bidder. RISL will not be
responsible for any damage, wear and tear, or loss during testing, examination, etc., during
the period these samples are retained. The uncollected samples shall be forfeited and no
claim for their cost, etc., shall be entertained.
e) Supplies when received may be subject to inspection to ensure whether they conform to
the specifications or with the approved samples. Where necessary or prescribed or
practical, tests shall be carried out in Government laboratories, reputed testing house like
STQC (ETDC) and the like and the supplies will be accepted only when the articles
conform to the standard of prescribed specifications as a result of such tests.
Page 78 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser
carry out all such tests and/ or inspections of the Goods and Related Services as are
specified in the bidding document.
22) Rejection
a) Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the selected bidder at his own cost within the time fixed by the Purchase
Officer.
b) If, however, due to exigencies of RISL/DoIT&C work, such replacement either in whole or
in part, is not considered feasible, the Purchase Officer after giving an opportunity to the
selected bidder of being heard shall for reasons to be recorded, deduct a suitable amount
from the approved rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15
days of intimation of rejection, after which Purchase Officer shall not be responsible for any
loss, shortage or damage and shall have the right to dispose of such articles as he thinks
fit, at the selected bidder’s risk and on his account.
Page 79 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
c) If the orders are placed in excess of the quantities, the bidder shall be bound to meet the
required supply. Repeat orders may also be placed on the rate and conditions given in
the bidding document. If the bidder fails to do so, the Purchase Officer shall be fee to
arrange for the balance supply by limited tender or otherwise and the extra cost incurred
shall be recoverable from the bidder.
24) Freight
a) All goods must be sent freight paid through Railways or goods transport. If goods are
sent freight to pay the freight together with departmental charge 5% of the freight will be
recovered from the supplier’s bill.
b) R.R. should be sent under registered cover through Bank only.
c) In case supply is desired to be sent by the purchase officer by passenger train, the entire
railway freight will be borne by the bidder.
d) Remittance charges on payment made shall be borne by the bidder.
25) Payments
a) Unless otherwise agreed between the parties, payment for the delivery of the stores will
be made on submission of bill in proper form by the bidder to the Purchase Officer in
accordance with G.F.& A.R all remittance charges will be bourne by the bidder.
b) In case of disputed items, disputed amount shall be withheld and will be paid on
settlement of the dispute.
c) Payment in case of those goods which need testing shall be made only when such tests
have been carried out, test results received conforming to the prescribed specification.
Page 80 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
has placed the supply order, for the same immediately on occurrence of the hindrance
but not after the stipulated date of completion of supply.
e) Delivery period may be extended with or without liquidated damages if the delay in the
supply of goods is on account of hindrances beyond the control of the bidder.
Bidders must make their own arrangements to obtain import licence, if necessary. If a bidder
imposes conditions which are in addition to or in conflict with the conditions mentioned
herein, his bid is liable to summary rejection. In any case none of such conditions will be
deemed to have been accepted unless specifically mentioned in the letter of acceptance of
bid issued by the Purchase Officer.
a) The selected bidder shall certify (as per Annexure-9) that the supplied goods are brand
new, genuine/ authentic, not refurbished, conform to the description and quality as
specified in this bidding document and are free from defects in material, workmanship
and service.
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 goods, the
purchaser will be entitled to reject the said goods or such portion thereof as may be
discovered not to conform to the said description and quality, on such rejection the goods
will be at the selected bidder’s risk and all the provisions relating to rejection of goods
etc., shall apply. The selected bidder shall, if so called upon to do, replace the goods
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.
Page 81 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
c) Goods 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 the this clause of
the contract.
29) Warranty
a) The bidder must supply all items with comprehensive on-site OEM warranty valid for 3
years after the goods, or any portion thereof as the case may be, have been delivered to,
installed and accepted at the final destination(s) indicated in the bidding document.
However, if delay of installation is more than a month’s time due to the reasons ascribed to
the bidder, the warranty shall start from the date of last successful installation of the items
covered under the PO.
b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking
from all the respective OEMs mentioning the fact that the goods supplied are covered
under comprehensive warranty & support for the prescribed period.
c) The purchaser shall give a written notice to the selected bidder stating the nature of any
defect together with all available evidence thereof, promptly following the discovery thereof.
The purchaser shall afford all reasonable opportunity for the selected bidder to inspect
such defects. Upon receipt of such notice, 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 having similar or higher specifications from the
respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the
selected bidder shall be delivered at the respective location without any additional costs to
the purchaser.
d) If having been notified, the selected bidder fails to remedy the defect within the period
specified, the purchaser may proceed to take within a reasonable period such remedial
action as may be necessary, in addition to other recourses available in terms and
conditions of the contract and bidding document.
e) During the warranty period, the bidder shall also be responsible to ensure adequate and
timely availability of spare parts needed for repairing the supplied goods.
f) The warranty on supplied software media, if any, should be at least 90 days.
g) Bidder to provide updates, upgrades and patches with 3 years OEM Support.
Page 82 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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: -
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.
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 amount specified in the Contract,
provided that this limitation shall not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser
with respect to patent infringement.
Page 84 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
34) Termination
a) Termination for Default
i. The tender sanctioning authority of RISL 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
RISL; 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 RISL 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 shall pay:
a. the unpaid value of all the assets/ services supplied by the Bidder and accepted by the
purchaser in accordance with the RFP specifications.
Page 85 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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.
Page 86 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 87 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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. RISL 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 RISL or its nominated agencies and/ or any replacement operator
to have reasonable access to its employees and facilities as reasonably required by
RISL 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 RISL 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 RISL or its
nominated agencies transitioning the services to its replacement selected bidder in a
readily available format nominated by RISL 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 RISL or its
nominated agencies, or its replacement operator to carry out due diligence in order to
transition the provision of the services to RISL 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
RISL 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 RISL or its
nominated agencies, or its replacement operator.
Page 88 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
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 RISL 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 RISL 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 RISL 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 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 RISL 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
RISLor 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 RISL 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.
Page 89 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
viii. During the exit management period, the selected bidder shall use its best efforts to
deliver the services.
ix. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Clause.
x. It would be the responsibility of the selected bidder to support new operator during
the transition period.
Page 90 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 91 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
ANNEXURES
Page 92 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Note:
1. All the batteries need to be replaced at various Government Offices/locations throughout
the sate of Rajasthan, in buy back.
Page 93 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 94 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
The material offered shall conform to relevant standard and high quality and workmanship
capable to perform continuous and satisfactory operations in the actual service conditions at site.
Pg. No. of
Deviatio
Sl. Description of Complianc Tech.
Item ns, if
No. Requirement e (Yes/No) specs
Any
attached
Make Offered
Model Offered
The material should have
good electrical conductivity
1. & should not corrode in a
wide range of soil
conditions.
Mild Steel Electro
galvanized bus bar of
appropriate size should be
welded/ bolted to earth
2.
electrode pipes or
connected with the help of
stainless steel nut bolts of
Earth Electrode appropriate size.
The bus bar connection
plate should have 3 holes of
12mm dia. placed at 50mm
apart on either side (Total 6
3. holes) for connecting earth
conductor complete with
excavation, civil works, and
cast iron covered with back
fill compound.
The voltage between
4. Neutral & Earth should not
exceed more than 2 volts.
5. Electrode size – 3mtrs.
The material should be of
superior conductive material
so that it improves the
earthing effectiveness
6.
especially in areas of poor
Earth Enhancement conductivity such as rocky
Material (Back fill ground, sandy soil & areas
compound) of moisture variation.
It shall be placed around
earth electrode in the earth
pit to improve the
7.
conductivity of earth
electrode & ground contact
area.
Page 95 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Item No. - 4: Antivirus Server with accumulated pool of 20000 end point licenses
Pg. No. of
Compliance
Sl. No. Specifications Tech. specs
Yes/No
attached
Make offered
Model offered
1 OEM Supported Enterprise Edition Client/ Server Anti Virus,
anti-exploit, anti-ransomware, 0 phishing, threat emulation
software suite (Latest Version) to Conveniently and effectively
protect the entire network with a single, integrated product
suite with 5 years Upgrades, Updates, Patches including Virus
Definition Subscription for all the supplied servers at SHQ PoP
Page 96 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
and end point protection Clients at all the DHQ and BHQ PoPs
Shall provide domain based central management – organize
2
and manage computers in logical domains.
3 Shall download and distribute virus patterns automatically
4 shall provide real-time/ on-access virus scanning services
SI has to design the threat intelligence architecture for offline
updates and IOC’s including – file name, file hash, domain
name , ip address, processes - for all the end points at the DHQ
and BHQ. SI has to consider the scale and high availability
5
requirements under consideration while deisgning the overall
end point protection & on prem threat intelligence and sharing
architecture. For static & dynamic analysis of threats+B18 SI has
to design solution with on-premise emulation .
shall be able to remotely install and uninstall the antivirus
6
software
7 Able to scan mapped drives and Mount Points in real- time
Able to scan at least common types of Compression archive
8
format
Able to perform different scan Actions based on the virus,
9 malware type (Trojan/ Worm, Joke, Hoax, Virus, other) ,
Prevention of C&C and BOT traffic directly at endpoint
shall be able to scan only those file types which are potential
10
virus carriers (based on true file type)
shall support automated virus outbreak prevention with the
11
following capabilities.
receives attack-specific policy recommendations from the
12 enterprise management console and distributes the policy to
the other managed servers
Should support memory scanning at the endpoint and
13 advanced threat analysis to a centralized security management
& threat analyzer device on the network from the endpoints
Shall support a web-based interface/custom scripts which
14 supports multiple simultaneous remote installations as well as
central update and configuration
15 Shall support multiple server and desktop operating systems
Should support Backup and System/files Recovery feature to
16 ensure faster system / files recovery, in case of ransomware
compromise on end points
System shall support scanning and blocking of real/true file type
17
(file header type checking)
Shall support scanning of files downloaded through smtp, pop3
and TLS on end point using brower plugin, shall provide in-
memory scanning of viruses, Shall support at least common
18
types of Compression formats (please provide complete list),
Shall be able to scan multilayered archives (Compressed file
within a compressed archive), System shall support Worm Trap
System shall support recursive analysis on message, embedded
virus detection. System shall detect new threats: spyware,
19
adware, dialers, jokes, hack tools, etc with update-able active
actions
Page 97 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Page 98 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Item No. – 6: Information Outlet with Surface Mount Box and Face Plate, Back Box
Pg. No. of
Item Description of Requirement Compliance
(Yes/No)
Tech. specs
attached
Mention Make
Mention Model
Should meet for exceed the TIA/EIA-568-C.2
Component Compliant (1Gigabit) standard
Surface mount box with single RJ45 socket to terminate
UTP CAT 6 Cable
Accessories Strain relief and bend-limiting boot for
cable , Approval UL or ETL or 3P
Housing Polyphenylene oxide, 94V-0 rated Wiring
Information blocks Polycarbonate, 94V-0 rated
Outlet Jack contacts : Beryllium copper with thick gold and
Features
minimum thick nickel under plate, Performance
Characteristics Attenuation, NEXT, PS NEXT, FEXT
and Return Loss, IDC Contact: Phosphor bronze
50micron" gold plated contact surface
Provision for protection against dust
ROHS Compliant , 3rd party from bodies like ETL
verified (ETL report should be submitted)
Single Gang square plate, 86 mmX 86mm or higher
port with shutter , High Impact Plastic Body ABS
material
Faceplates Write on labels– supplied with plate
Features
Screw hole covers – to be supplied with plate
Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-
Company/Firm Contacts:
Contact Person(s) Address for Email-ID(s) Tel. Nos. & Fax Nos.
Correspondence
Note: - Queries must be strictly submitted only 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 coloured scanned copy of the receipt towards the
submission of the bidding/ tender document fee.
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,
ANNEXURE-5: SELF-DECLARATION
{to be filled by the bidder}
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-scheme, Jaipur (Rajasthan)
Thanking you,
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-scheme, Jaipur (Rajasthan)
CERTIFICATE
This is to certify that, the specifications of Hardware & Software 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 technical 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 and assumptions.
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,
I/ We declare that I am/we are bonafide/ Manufacturers/ Whole Sellers/ Sole distributor/
Authorised dealer/ dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for which
I/ We have quoted.
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.
(Indicative Format)
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-scheme, Jaipur (Rajasthan)
Sir,
We {name and address of the OEM} who are established and reputed original equipment
manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby
authorize {M/s __________________________} who is our {Distributor/ Channel Partner/
Retailer/ Others <please specify>} to bid, negotiate and conclude the contract with you
against the aforementioned reference for the following Hardware/ Software manufactured by
us: -
{OEM will mention the details of all the proposed product(s) with their make/
model.}
We undertake to provide OEM Warranty for the offered Hardware/ Software, as mentioned in
the warranty clause of this bidding document.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-
Sale within next three (3) months from the date of bid submission.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-
Service/ Support within next five years from the date of bid submission.
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Name, Designation & Contact No.:
Address: ___________________________________
Seal:
This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________
dated ___________.
We hereby undertake that all the components/ parts/ assembly/ software used in the equipment
shall be genuine, original and new components /parts/ assembly/ software from respective OEMs
of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/
software are being used or shall be used. In respect of licensed operating system, we undertake
that the same shall be supplied along with the authorized license certificate with our name/logo.
Also, that it shall be sourced from the authorized source for use in India.
In case, we are found not complying with above at the time of delivery or during installation, for
the equipment already billed, we agree to take back the equipment already supplied at our cost
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 debar/ black list us or take suitable action against us.
Authorized Signatory
Name:
Designation:
Please fill the following BOM for all the offered components.
** Please attach Technical specifications compliance sheet (only on OEM’s letter-head) and
provide reference number in this column. (Deviations, if any, should be appropriately mentioned &
highlighted in the compliance/ deviation column of the respective table as provided in Annexure-2:
Technical Specifications of this bidding document)
1. Addressed to:
2. Firm Details:
Name of Firm
Name of CMD of the firm
with email id, contact
number
Name of Contact Person
with Designation
Registered Office
Address
Year of Establishment
Address of the Firm
Type of Firm Public Limited Limited Partnership
Put Tick(√) mark Private Proprietary
Telephone Number(s)
Email Address/ Web Site Email:
Web-Site:
Fax No.
Mobile Number Mobile:
Certification/Accreditati
on/Affiliation, if Any
3. The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been
deposited vide DD/BC/receipt no. _______ dated ___________.
4. The requisite RISL 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:
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-scheme, Jaipur Rajasthan)
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 180 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. I/We understand that the Purchaser is not bound to accept any bid received in response to this
RFP.
Thanking you,
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur (Rajasthan)
Dear Sir,
We, the undersigned, Having read & examined in detail, the RFQ 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 RFQ document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/
price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive
of all type of govt. taxes/duties.
I / We undertake, if our quote is accepted, to deliver the goods in accordance with the delivery
schedule specified in the schedule of Requirements.
I / We agree to abide by this quote for a period of 180 days after the last date fixed for quote
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 quote, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our quote is made in good faith, without collusion or fraud and the
information contained in the quote 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 quote you may receive.
We agree to all the terms & conditions as mentioned in the RFQ document and submit that we
have not submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
Unit Total
Price Amount
Unit Price Appli
(In INR) In
(In INR) cable Amount
(inclusi INR
(inclusive of GST of
Ite ve of (Inclusiv
all govt. (In Applica
m all govt. e
Item Description Qty taxes, other %) ble
No taxes, of all
levies, (xx.x GST per
. other taxes
duties x unit
levies, and
excluding Form (In INR)
duties levies,
GST) at)
and duties
GST) and GST)
1 2 3 4 5 6 7=4+6 8=3*7
1 12 volt 84Ah SMF VRLA Batteries 11000
2 12 volt 65Ah SMF VRLA Batteries 2600
3 Earthing 300
Antivirus Server with accumulated
4 33
pool of 20000 end point licenses
CAT 6 UTP Cable indoor cable (Per
5 100000
Meter)
Information Outlet with Surface
6 Mount Box and Face Plate / Back 1000
Box
7 8 Port, Cat 6 Jack Panel 300
8 24 Port, Cat 6 Jack Panel 200
9 POP Room Shifting 50
10 HO Site Shifting 500
11 ***Total in Figures
12 ***Total in Words
Unit Total
Price Amoun
Unit Price
(In INR) t In
(In INR) Amount
Applicab (inclusi INR
(inclusive of of
le ve of (Inclusi
Ite all govt. Applicab
Make & GST all ve
m Item Description Qty taxes, other le
Model (In %) govt. of all
No. levies, GST per
(xx.xx taxes, taxes
duties unit
Format) other and
excluding (In INR)
levies, levies,
GST)
duties duties
and and
Page 113 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
GST) GST)
1 2 3 4 5 6 7 8=5+7 9=4*8
Old Battery Buy
1 Quanta 10587
Back (12 volt 84Ah)
Old Battery Buy
2 Quanta 2560
Back (12 volt 65Ah)
4 ***Total in Figures
5 ***Total in Words
***Total in Figures
***Total in Words
Total
Unit Price Unit Price Amoun
(In INR) Amou (In INR) t In
(inclusive Applic nt of (inclusive INR
of able Applic of (Inclusi
Ite
all govt. GST able all govt. ve
m
Item Description Qty Make & Model taxes, (In %) GST taxes, of all
No
other (xx.xx per other taxes
.
levies, Forma unit levies, and
duties t) (In duties levies,
excluding INR) and duties
GST) GST) and
GST)
1 2 3 4 5 6 7 8=5+7 9=3*8
WQ VS600 Rack
1 42 U Rack 37
(42U)
CISCO unified IP
2 IP Phones 433 Phone 7942 (CP-
7942G)
Cisco Catalyst
SHQ, DHQ - 24
3560 Switch
3 port Managed L3 64
(Cisco WS-
switches
C3560G-24PS-E)
Cisco Secure ACS
Authentication 5.2 for Windows
4 1
System (CSACS-5.2-WIN-
K9)
Desktop
5 297 ACER AT350 F1
Computer
SHQ Gateway CISCO3945-V/K9
6 1
Router (Cisco 3945 K9)
7 SHQ Gatekeeper 1 Cisco 2901-K9
8 AC (DHQ/BHQ) 272 LG AS-W246C2U1
6 KVA Adapt
Liebert Adapt
9 6 KVA UPS 32
Series / Adapt Bx
6 KVA (Emersion)
PERFECT PKBT-10
Genset (with 10
DHQ-10 KVA
10 32 KVA Kubota
Generator Set
Engine and Diesel
run)
DHQ+ BHQ
(Webcam with
11 272 DCS-6111 (D-Link)
web-based
Surveillance
Page 115 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
Software)
DHQ Voice CISCO2951-V/K9
12 32
Gateway (Cisco 2951)
13 Block Router 2 32 Cisco 7206 VXR
CISCO C2911-
14 Block Router 1 240
VSEC/K9
Cisco SRW2024P-
BHQ Switch - 24
K9-NA (Model
15 port Managed L2 240
Name: SG300-
switches
28P)
Atire Wirespan
16 Modems (G.703) 962
3000
Atire Wirespan
17 Modems (V.35) 1093
3000
WQ XL Series
18 15U Closed rack 3769 Wall Mount (WQ
VS600)
2 KVA GXT MT+
Liebert GXT MT+
19 2 KVA UPS 240
2 KVA ( LB Model)
(Emersion)
BHQ - 5 KVA
PERFECTPEG
20 Generator Set 240
6500 (Petrol run)
(Petrol)
Access Router for CISCO 1905-
21 3417
Horizontal Offices SEC/K9
CISCO
SRW224G4P-K9-
22 LAN Switch 3529
NA
(SF300)
1 KVA GXT MT+
Liebert GXT MT+
23 1 KVA UPS 3529
1 KVA ( LB Model)
(Emersion)
IP Phone - SHQ
24 307 Cisco 7911
(HO)
IP Phone - SHQ
25 232 Cisco 7960/7962
(HO)
20 KVA UPS - SHQ
26 4 DB Power
(HO)
20 KVA UPS - SHQ
27 2 Power+
(HO)
10 KVA UPS - SHQ
28 3 DB Power
(HO)
5 KVA UPS - SHQ
29 2 Pyramid
(HO)
1 KVA UPS - SHQ
30 36 Pyramid
(HO)
12 U Rack - SHQ
31 64 HCL
(HO)
32 22 U Rack - SHQ 29 HCL
Page 116 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
(HO)
18 U Rack - SHQ
33 18 HCL
(HO)
15 U Rack - SHQ
34 16 HCL
(HO)
***Total in
35
Figures
***Total in
36
Words
Note:
Above is indicative, however the quantity may increase or decrease at the time of placing the
purchase order as per actual.
The quantities mentioned in financial bid are indicative however, the payments shall be made on
actuals. GST shall be paid as applicable at the time of payment.
Bidder shall be solely responsible to provide FMS services and manpower should be capable for
providing FMS services of items mentioned in Annexure 19-25.
The bidder stands L-1 on composite basis shall be considered for award of contract. The composite
price shall be calculated on the basis of difference between the total price of new batteries quoted
in BoQ1 and total buy back price of old batteries quoted in BoQ2.
The rates quoted for items shall remain valid for a period of one year from the date of issue of first
work order. The rates may further be extended up to one year on mutual consent basis
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, 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
NIBreferenceno. <please specify>M/s. …………………………….. (Name & full address of the
firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guaranteeto 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 byRISL, First Floor, YojanaBhawan, C-Block,
Tilak Marg, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “RISL”) 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 RISL as earnest money deposit.
3. We, the aforesaid bank, further agree that the RISL 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 RISL on
account thereof to the extent of the Earnest Money required to be deposited by the Bidder in
respect of the said biddingdocument and the decision of the RISL 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
RISL 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 RISL and it is further declared that it shall not be
necessary for the RISL to proceed against the Bidder before proceeding against the Bank and
the Guarantee herein contained shall be invoked against the Bank, notwithstanding any
Page 118 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
security which the RISL may have obtained or shall be obtained from the Bidder at any time
when proceedings are taken against the Bank for whatever amount that may be outstanding
or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex,
fax, registered post or other electronic media to our address, as aforesaid and if sent by post,
it shall be deemed to have been given to us after the expiry of 48 hours when the same has
been posted.
7. The right of the RISL to recover the said amount of <Rs. ______________ (Rupees <in
words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have
been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are
pending before any court, authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to
<Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till bid
validity period i.e. <please specify>days from the last date of bid submission and unless a
demand or claim under the guarantee is made on us in writing within three months after the
Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved
and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and
we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of
any suit or action or other proceedings arising out of this guarantee or the subject matter
hereof brought by you may not be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power/s and has/have full power/s to
execute this guarantee under the Power of Attorney issued by the bank in your favour.
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, YojanaBhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having
agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the
demand, under the terms and conditions of an Agreement No.................................(NIB
No.)dated .....................made between the RISL 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 RISL 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 RISL. Any such demand made on the bank
by the RISL 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 RISL and
We....................... (Indicate the name of Bank), bound ourselves with all directions given by
RISL 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 RISL 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 RISL under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till the RISL
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 RISL that the RISL
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 RISL 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 RISL or any indulgence by the RISL 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 RISL in writing.
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the RISL. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the RISL 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 RISL may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last
day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee
shall expire on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power(s) and has/have full power(s) to
execute this guarantee for the power of attorney issued by the bank.
Signature
Bank's Seal
Signature
This Contract is made and entered into on this ______day of ________, 2018 by and between
RajCOMP Info Services Limited (RISL), having its head office at First Floor, YojanaBhawan, Tilak
Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) 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 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.
a. Delay up to one fourth period of the prescribed delivery period, successful 2.5%
installation & completion of work
b. Delay exceeding one fourth but not exceeding half of the prescribed 5.0%
c. Delay exceeding half but not exceeding three fourth of the prescribed 7.5%
delivery period, successful installation & completion of work.
d. Delay exceeding three fourth of the prescribed delivery period, successful 10.0%
installation & completion of work.
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be
eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If supplier requires an extension of time in completion of contractual supply 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 supply.
iv. Delivery period may be extended with or without liquidated damages if the delay in the
supply of goods in on account of hindrances beyond the control of supplier.
6. 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 RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized
Signatories on this _____day of _______________, 2018.
()
Designation:, (Authorized Signatory)
Company: RISL, Govt. of Rajasthan
( ) ()
Designation: Designation:
Company: RISL, Govt. of Rajasthan
( ) ()
Designation: Designation:
Company: RISL, Govt. of Rajasthan
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
3. Number and date of the order appealed against and name and designation of the officer/
authority who passed the order (enclose copy), or a statement of a decision, action or
omission of the procuring entity in contravention to the provisions of the Act by which the
appellant is aggrieved:<please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address
of the representative:<please specify>
7. Prayer:<please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
Total Total
Total Total LAN-
Go- Non- No Of Users
Sr MLLN Ext Go
District Name Live MLLN Connected
No. Go-Live (OFC)-Live
HO Go-Live (approx.)
Sites Sites
Sites Sites
1 Ajmer 174 64 75 35 683
2 Alwar 152 90 45 17 357
3 Banswara 80 13 49 18 185
4 Baran 98 70 13 15 343
5 Barmer 116 43 50 23 252
6 Bharatpur 138 45 58 35 373
7 Bhilwara 171 100 55 16 402
8 Bikaner 126 77 18 31 287
9 Bundi 74 8 44 22 267
10 Chittorgarh 123 67 45 11 353
11 Churu 97 56 7 34 399
12 Dausa 68 29 12 27 199
13 Delhi 4 4 0 0 4
14 Dholpur 59 14 26 19 197
15 Dungarpur 68 16 35 17 199
16 Ganganagar 129 73 13 43 478
17 Hanumangarh 90 57 6 27 262
18 Jaipur 98 68 6 24 157
19 Jaisalmer 55 27 11 17 178
20 Jalore 102 45 15 42 318
21 Jhalawar 90 20 51 19 253
22 Jhunjhunu 93 17 49 27 362
23 Jodhpur 190 84 69 37 1317
24 Karauli 68 18 29 21 216
25 Kota 130 79 31 20 452
26 Nagaur 144 27 109 8 449
27 Pali 138 102 14 22 399
28 Pratapgarh 62 33 20 9 274
29 Rajsamand 75 54 8 13 326
30 Sawai Madhopur 77 12 47 18 198
31 Sikar 101 53 27 21 260
32 Sirohi 82 60 7 15 198
33 Tonk 93 20 55 18 316
34 Udaipur 164 119 42 3 421
Total 3529 1664 1141 724 11334
43 Jaipur OFC-PS-MALVIYA-NAGAR
44 Jaipur OFC-LABOUR-COURT
45 Jaipur OFC-GOPALAN-MAIN
46 Jaipur SECLAN-AC-MARKET-HALLB-131
47 Jaipur OFC-PASHU-MAIN
48 Jaipur SECLAN_MAIN_BS
49 Jaipur SECLAN_FOOD_BS
50 Jaipur SECLAN-UDHYOG-BHAWAN
51 Jaipur OFC-VIDYUT-MAIN
52 Jaipur SECLAN_VIDHAN_MAIN_SW
53 Jaipur OFC-DLB
54 Jaipur OFC-SOCIAL-JUSTICE
55 Jaipur OFC-IGPRS
56 Jaipur OFC-PARIVHAN-BHAWAN
57 Jaipur OFC-KANWATIYA-HOSPITAL
58 Jaipur OFC-VITT-MAIN
59 Jaipur OFC-RAJ-BHAWAN-COMP-CELL
60 Jaipur OFC-KISAN-BHAWAN
61 Jaipur OFC-EMITRA-CAPTIVE-HUB-VIDHYADHAR-NAGAR
62 Jaipur OFC-SMS
63 Jaipur OFC-STATE-FORENSIC-TRAINING-CENTER
64 Jaipur SECLAN-LIB-HALL1-RC1-SW1
65 Jaipur OFC-SCIENCE-PARK
66 Jaipur OFC-DNANFINGER-PRINT-DEPARTMENT
67 Jaipur OFC-PS-BHATTA-BASTI
68 Jaipur OFC-PS-CYBER-CRIME
69 Jaipur OFC-PS-KARNI-VIHAR-VAISHALI-NAGAR
70 Jaipur OFC-SCIENCE-LABORATORY
71 Jaipur OFC-RISEM
72 Jaipur OFC-RSLDC
73 Jaipur OFC-OTS
74 Jaipur OFC-JNN
75 Jaipur SECLAN_SSO_BS
76 Jaipur SECLAN_DPR_MAIN_SW
77 Jaipur OFC-RTO-JHALANA
78 Jaipur SECLAN_MINISTRY_BS
79 Jaipur SECLAN_KAR_MAIN_SW
80 Jaipur SECLAN-UDHYOG-DMRC-SW1
81 Jaipur OFC-INTELLIGENCE-TRAINING
82 Jaipur OFC-SWASTHYA-BHAWAN
83 Jaipur SECLAN_ITB_MAIN_SW1
84 Jaipur OFC-RSRDC
85 Jaipur OFC-ANTI-CORRUPTION
86 Jaipur SECLAN_AMBER_FORT_SW1
87 Jaipur SECLAN_KRISHI_MAIN_SW
88 Jaipur OFC-JKK
89 Jaipur OFC-PS-ASHOK-NAGAR
90 Jaipur SECLAN_DEVLOPMENT_BS
91 Jaipur OFC-PARIVAHAN-BHAWAN
92 Jaipur OFC-RTO-VIDHYADHAR-NAGAR
93 Jaipur OFC-NEHRU
94 Jaipur SECLAN_TOURISM_COMMISINERATE
95 Jaipur OFC-PS-VKI-THANA5
96 Jaipur OFC-ACP-OFFICE-JHOTWARA
97 Jaipur OFC-PCB-JHALANA
98 Jaipur OFC-Pathya_pustak_mandal
99 Jaipur OFC-PS-MURLIPURA
100 Jaipur OFC-KUBER
101 Jaipur OFC-RHB-MAIN
102 Jaipur OFC-VISHESH-JAN-YOG
103 Jaipur SECLAN_MINI_SECRETARIATE
104 Jaipur OFC-UDHYOG-TF-RISL-HALL
105 Jaipur OFC-CIRCUIT-HOUSE-JAIPUR
106 Jaipur OFC-WOMEN-EMP
107 Jaipur OFC-IRRIGATION
108 Jaipur SECLAN_DGP_RESIDENCE
109 Jaipur OFC-PS-SADAR-SANGANER
110 Jaipur OFC-CO-ACP-OFFICE-GNABDHI-NAGAR
111 Jaipur OFC-CO-ACP-OFFICE-SODALA
112 Jaipur OFC-PWD
113 Jaipur SECLAN-FEMALE-JAIL
114 Jaipur OFC-PENSSIONER-OFFICE
115 Jaipur OFC-PS-SODALA
116 Jaipur OFC-PODDAR
117 Jaipur OFC-RUSH-MEDICAL-COLLEGE
118 Jaipur OFC-PHED
119 Jaipur OFC-ABKARI-THANA
120 Jaipur OFC-TOURISM-KHASAKOTHI-MAIN
121 Jaipur OFC-SUCHNA-KENDRA
122 Jaipur OFC-PS-SANGANER-SANGANER
123 Jaipur OFC-SIPF-JP-CITY
124 Jaipur OFC-SOIL-LABORATORY-DURGAPURA
125 Jaipur OFC-KRISHI-DURGAPURA
126 Jaipur OFC-ACCIDENTAL-BAJAJNAGAR
127 Jaipur OFC-JHOTWARA
128 Jaipur OFC-PS-GANDHINAGAR
129 Jaipur OFC-PS-MAHLA-THANAGANDHINAGAR
130 Jaipur OFC-PS-BAJAJNAGAR
131 Jaipur OFC-PS-KHONAGORIYAN
132 Jaipur OFC-E-GOVERNANCE-CEG
Cisco SRW2024P-K9-NA
3 LAN Switch Nos 240
(Model Name: SG300-28P)
4 Modems (G.703) Atire Wirespan 3000 Nos 117
5 Modems (V.35) Atire Wirespan 3000 Nos 117
6 15U Closed rack WQ XL Series Wall Mount Nos 240
7 UTP Patch Panel Dax DX PPS6024 Nos 240
8 UTP Patch Cord - 7ft DAX DX C06002 Nos 7*240=1680
9 Information Outlets DAX Nos 4*240=960
12 AC LG AS-W246C2U1 Nos 240
Liebert GXT MT+ 2 KVA(LB Model)
13 2 KVA UPS Nos 240
Part code 536600023001
ANNEXURE-22: Item Installed at SHQ under VC & IPHONE Project under SWAN
S.
Server Role Physical/Virtual Make & Model Processor
No.
2 X Intel(R) Xeon(R) CPU
1 VCS-E1 Physical Cisco UCS C220 M3
E5-2660 0 @ 2.20GHz
Intel(R) Xeon(R) CPU E5-
2 Cisco Conductor 1 Physical Cisco UCS C220 M3
2643 0 @ 3.30GHz
Intel(R) Xeon(R) CPU E5-
3 Cisco Conductor 2 Physical Cisco UCS C220 M3
2643 0 @ 3.30GHz
Intel(R) Xeon(R) CPU E5-
4 Cisco Conductor 3 Physical Cisco UCS C220 M3
2643 0 @ 3.30GHz
Unified Call Manager- 2 X Intel(R) Xeon(R) CPU
5 Physical Cisco UCS C240 M3
1 E5-2640 0 @ 2.50GHz
2 X Intel(R) Xeon(R) CPU
6 VCS-E2 Physical Cisco UCS C220 M3
E5-2660 0 @ 2.20GHz
2 X Intel(R) Xeon(R) CPU
7 VCS-C Physical Cisco UCS C220 M3
E5-2660 0 @ 2.20GHz
2 X Intel(R) Xeon(R) CPU
8 LDAP / CA Physical Cisco UCS C220 M3
E5-2660 0 @ 2.20GHz
2 X Intel(R) Xeon(R) CPU
9 TMS Application Physical Cisco UCS C220 M3
E5-2660 0 @ 2.20GHz
Cisco Recording 2 X Intel(R) Xeon(R) CPU
10 Physical Cisco UCS C220 M3
Server (TCS) E5-2640 0 @ 2.50GHz
Unified Call Manager- 2X Intel(R) Xeon(R) CPU
11 Physical Cisco UCS C240 M3
2 E5-2680 0 @ 2.70GHz
Sup Engine
Blade 1
Blade 2 MSE 8000 Media
12 MCU Cisco MSE 8000 Engine(Sr. No.- NA
Blade 3 SM0133DE)
Blade 4
Blade 5
Sup Engine
Blade 1 MSE 8000 Media
13 MCU Cisco MSE 8000 Blade 2 Engine(Sr. No. - NA
Blade 3 SM013402)
Blade 4
14 Switch Physical Cisco 2960 X NA
15 Switch Physical Cisco 2960 X NA
16 District MCU Physical Cisco 5320 NA
17 End Points Physical Cisco SX20 NA
18 Software Licenses Application Cisco Jaber (300) NA
Non-
Per
Sr. Item No. & MLLN MLLN
Make & Model Unit location
No. Description (Qty) sites
Qty
(Qty)
Access Router for CISCO 1905-
1 Nos 1 1664 1141
Horizontal Offices SEC/K9
2 LAN Switch CISCO SRW2024P Nos 1 1664 1141
Only for
3 Modem (G.703) Atire Wirespan 3000 Pair Non-Mlln 0 845
sites
Only for
4 Modem (V.35) Atire Wirespan 3000 Pair Non-Mlln 0 976
sites
5 15 U Close Rack WQ VS600 Nos 1 1664 1141
6 UTP Patch Panel DAX DX-PPS6024 Nos 1 1664 1141
7 UTP Patch Cord - 7Ft DAX DX-C06002 Nos 7 11648 7987
8 Information Outlets DAX Nos 4 6656 4564
Liebert GXT MT+ 1
9 1 KVA UPS Nos 1 1664 1141
KVA (LB Model)
10 Battery Quanta - 84 AH Nos 3 4992 3423
11 Earth pit 2 Meter Nos 1 1664 1141
DefensePro 4412-NL-D-OZ
1 SHQ (RSDC) - IPS with DDoS 2
(Radware)
SHQ (RSDC) - Perimeter CPAP-SG12200-NGFW
2 2
Firewall (Check Point)
SHQ (RSDC) - Zonal Firewall CPAP-SG12600-NGFW
3 2
(10Gbps) (Check Point)
BR-VDX8770-8-B ND-AC
4 SHQ (RSDC) - Core Switches 2
(Brocade)
BR-CER-2024C-4X-RTAC
5 SHQ (RSDC) - Core Router 2
(Brocade)
SHQ (RSDC) - 48 Port Data BR-VDX6740-48-F
6 70
centre Switches (Brocade)
SHQ (RSDC) - 48 port Managed ICX7450-48P-E
7 300
L3 switches (Brocade)
8 SHQ (HO) - IP Phone 307 Cisco 7911
9 SHQ (HO) - IP Phone 232 Cisco 7960/7962
10 SHQ (HO) - 20 KVA UPS 4 DB Power
11 SHQ (HO) - 20 KVA UPS 2 Power+
12 SHQ (HO) - 10 KVA UPS 3 DB Power
13 SHQ (HO) - 5 KVA UPS 2 Pyramid
14 SHQ (HO) - 1 KVA UPS 36 Pyramid
15 SHQ (HO) - 12 U Rack 64 HCL
16 SHQ (HO) - 22 U Rack 29 HCL
17 SHQ (HO) - 18 U Rack 18 HCL
18 SHQ (HO) - 15 U Rack 16 HCL
Sr.
Equipment Make /
No Part Code Part code details Qty
Name Model
.
WQ VS600 WQ VS600 Rack
1 42 U Rack WQ VS600 Rack (42U) 37
Rack (42U) (42U)
Cisco UC Phone
CP-7942G
7942, spare
SMARTNET
8X5XNBD Cisco
CISCO CON-SNT-CP7942
Unified IP Phone
unified IP
7942
2 IP Phones Phone 433
7900 Series
7942 (CP-
CP-PWR-CORD-IN Transformer Power
7942G)
Cord, India
IP Phone power
CP-PWR-CUBE-3 transformer for the
7900 phone series
Cisco
Catalyst
SHQ, DHQ -
3560
24 port CISC0231 WS-C3560G-24PS-E,
3 Switch 64
Managed L3 (Cisco Catalyst 3560 Switch) CON-SNT-3560GPE
(Cisco WS-
switches
C3560G-
24PS-E)
Cisco
Secure
ACS 5.2 for CISC9374
Authenticati CSACS-5.2-VM-K9,
4 Windows (Cisco Secure ACS 5.2 for 1
on System CSACS-5-LRG-LIC
(CSACS- Windows)
5.2-WIN-
K9)
Acer AT350 F1 : Acer
AT350 F1 Rack
Mountable 4U Tower
Server
2*X5630 Processor
/4*2GB DDR III
RDIMM/ 2*146GB
SAS Hot Swap HDD
/SAS controller/
Internal DVDRW
Desktop ACER
5 ACER AT350 F1 /Dual Gigabit Ethernet 297
Computer AT350 F1
Dual Redundant
Power Supply
/Manageability port
and necessary
software /Keyboard
and Mouse /18.5"TFT
W/
P72-00473 - Microsoft
Windows Server 2008
R2 Enterprise Esition
x64 bit
P73-00499- Microsoft
Windows Server 2008
R2 standard Editinx
64 bit
Cisco 3945 Voice
CISCO3945-V/K9 (Cisco 3945 Bundle, PVDM3-64,
K9) UC License PAK - (1
Qty)
High density voice/fax
EVM-HD-8FXS/DID extension module - 8
FXS/DID - (2 Qty)
6-port voice/fax
EM-HDA-6FXO expansion module -
FXO - (4 Qty)
IP Communications
High-Density Digital
NM-HDV2-2T1/E1
Voice NM with 2
T1/E1 - (2 Qty)
48-Channel Packet
PVDM2-48 Voice/Fax DSP
Module - (1 Qty)
CISCO394 64-Channel Packet
SHQ
5-V/K9 PVDM2-64 Voice/Fax DSP
6 Gateway 1
(Cisco Module - (6 Qty)
Router
3945 K9) Four-port Voice
VIC2-4FXO Interface Card - FXO
(Universal) - (4 Qty)
128-channel high-
density voice and
PVDM3-128
video DSP module -
(1 Qty)
PVDM3 64-channel to
PVDM3-64U256 256-channel factory
upgrade - (1 Qty)
Network Module
Adapter for SM Slot
SM-NM-ADPTR
on Cisco 2900, 3900
ISR - (4 Qty)
SMARTNET
8X5XNBD Cisco 3945
CON-SNT-3945V
Voice Bundle, UC
License PAK - (1 Qty)
Cisco 2901 w/2 GE,4
EHWIC,2
CISCO2901/K9 (Cisco 2901-
DSP,256MB
K9)
CF,512MB DRAM,IP
Base
SHQ Cisco
7 Unified 1
Gatekeeper 2901-K9
Communication
SL-29-UC-K9
License for Cisco
2901-2951
Gatekeeper Feature
FL-GK-2901
License -2901
Page 146 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
platform
Console Cable 6ft
CAB-CONSOLE-RJ45
with RJ45 and DB9F
SMARTNET
CON-SNT-2901
8X5XNBD Cisco 2901
1-Port 2nd Gen
Multiflex Trunk
VWIC2-1MFT-T1/E1=
Voice/WAN Int. Card -
T1/E1
2-Port 2nd Gen
Multiflex Trunk
VWIC2-2MFT-T1/E1=
Voice/WAN Int. Card -
T1/E1
AC LG AS- LSA6UR2A / LG AS- LG Airconditioner (2
8 272
(DHQ/BHQ) W246C2U1 W246C2U1 TR)
6 KVA 6 KVA Online UPS
Adapt With 15000 VAH 16 X
Liebert 83AH Batteries --
6 KVA Adapt Liebert Adapt
Adapt (Model No:- 6 KVA
9 6 KVA UPS Series / Adapt Bx 6 KVA 32
Series / Adapt Liebert Adapt
(Emersion)
Adapt Bx 6 Series / Adapt Bx 6
KVA KVA:- Part No:-
(Emersion) 526600063000)
PERFECT
10 KVA Generator
PKBT-10
Set, Make :- Perfect,
DHQ-10 Genset
Model :-PERFECT
KVA (with 10
10 PERFECT PKBT-10 PKBT-10 Gen set 32
Generator KVA
(with 10 KVA Kubota
Set Kubota
Engine and Diesel
Engine and
run)
Diesel run)
DHQ+ BHQ
(Webcam D-Link Fixed Dome
with web- DCS-6111 DCS-6111 Day & Night Network
11 272
based (D-Link) (D-Link) Camera (20m IR) IP
Surveillance Surveillance
Software)
Cisco 2951 UC
Bundle, PVDM3-32,
CISCO2951-V/K9 (Cisco 2951)
UC License PAK - (32
Qty)
Communication
Manager Express or
FL-CME-SRST-5
SRST - 5 seat license
CISCO295 - (132 Qty)
DHQ Voice 1-V/K9 High density voice/fax
12 32
Gateway (Cisco EVM-HD-8FXS/DID extension module - 8
2951) FXS/DID - (32 Qty)
Four-port Voice
VIC2-4FXO Interface Card - FXO
(Universal) - (64 Qty)
128-channel high-
density voice and
PVDM3-128
video DSP module -
(32 Qty)
Page 147 of 151
Final Request for Proposal (RFP) for Rate Contract for Manpower and Facilities Management
Services (FMS) through Open Competitive Bidding (e-Tendering)
PVDM3 32-channel to
PVDM3-32U256 256-channel factory
upgrade - (32 Qty)
Network Module
Adapter for SM Slot
SM-NM-ADPTR
on Cisco 2900, 3900
ISR - (32 Qty)
SMARTNET
8X5XNBD Cisco 2951
CON-SNT-2951V
Voice Bundle - (32
Qty)
7206VXRG2/VSAVP
NK9
PA-MC-8TE1+
Block Cisco 7206 CISC9372
13 PA-MC-STM-1SMI 32
Router 2 VXR (Cisco 7206 VXR)
CON-SNT-7206G2VS
CON-SNT-
MCSTM1SMI
C2911-VSEC/K9 -
(240 Qty)
FL-CME-SRST-25 -
(240 Qty)
HWIC-4T - (240 Qty)
HWIC-1CE1T1-PRI -
CISCO (240 Qty)
Block CISC9373
14 C2911- HWIC-2CE1T1-PRI - 240
Router 1 (CISCO C2911-VSEC/K9 )
VSEC/K9 (480 Qty)
CAB-SS-V35MT -
(960 Qty)
CAB-CONSOLE-
RJ45 - (240 Qty)
CON-SNT-2911VSEC
- (240 Qty)
Cisco
SRW2024P
BHQ Switch
-K9-NA
- 24 port COBO2558
15 (Model SRW2024P 240
Managed L2 (Cisco SRW2024P-K9-NA )
Name:
switches
SG300-
28P)
Atire Atrie Wirespan 3000E1
Modems
16 Wirespan WS3000-G.703-DC Modem with DC Power 962
(G.703)
3000 Supply
Atire Atrie Wirespan 3000
Modems 109
17 Wirespan WS3000-V.35-AC V.35+Eth Modem with
(V.35) 3
3000 AC Power Supply
WQ XL
15U Closed Series Wall WQ XL Series Wall 376
18 WQ XL Series Wall Mount
rack Mount (WQ Mount (WQ VS600) 9
VS600)
SHQ (HO)
18 U Rack -
33 HCL HCL HCL 18
SHQ (HO)
15 U Rack -
34 HCL HCL HCL 16
SHQ (HO)
a) IT Asset Management
b) Network Fault Monitoring & Performance Management with Reporting
c) Server Fault Monitoring & Application Performance Management
1.
d) Alarm co-relation and Root Cause Analysis Capabilities
e) Business Services Dashboard
f) Network Configuration Automation
g) Network Traffic Flow Analysis System