NOTICE INVITING TENDER RFP No. ITG-IT/0104/Empanel- RFP … · Vendors AMC (LAN, UPS, FIBER & WAN)...

223
INFO TECH CORPORATION OF GOA LIMITED (A Government of Goa Undertaking) (An ISO 9001:2008 Certified Company) IT Hub, 3 rd Floor, Altinho, Panaji, Goa 403 001 Tel- (0832) 2226024 / 2225192 Fax (0832) 2430099 Email [email protected] Website http://www.infotechgoa.com NOTICE INVITING TENDER (Electronic mode only) InfoTech Corporation of Goa Limited (ITG) is inviting tenders for the following. 1).Empanelment of Vendors for Annual Maintenance Contract of Networking Infrastructure (LAN & UPS Connectivity) to Government Departments/ Organizations / Institutions/ Corporations/ Autonomous Bodies in the State of Goa. RFP No. ITG-IT/0104/Empanel- Vendors AMC (LAN, UPS, FIBER & WAN)/2017 dated 26.09.2017 2).Empanelment of Vendors for supply, installation of Software (Operating Systems, Antivirus, Office Suites, etc) to Government Department/Organization/Institution. RFP No. ITG- IT/0109/Empanel Vendors (Software)/2017 dated 26.09.2017 3).Empanelment of Vendors for providing Annual Maintenance Contract of ICT equipments in the Government Department/Organization/Institution. RFP No. ITG-IT/0107/AMC- ICT/2017 dated 26.09.2017 4). Empanelment of Vendors for Supply, Installation & Commissioning of ICT Equipments to the Government Department/Organization/Institution/ Corporations/ Autonomous Bodies in the State of Goa. RFP No. ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017 5).Empanelment of Vendors for Supply, Installation and Commissioning of Networking Infrastructure (LAN & UPS Connectivity) to Government Departments/ Organizations / Institutions/ Corporations/ Autonomous Bodies in the State of Goa RFP No. ITG- IT/0111/Empanel-Vendors (LAN & UPS)/2017 dated 26.09.2017. For details log on to www.etender.goa.gov.in or www.tenderwizard.com/goa. All the interested bidders are requested to register for the e-tendering portal of Government of Goa, if not registered and should possess a Digital signature of Class III for participation. Ravi Jha, IAS (Managing Director)

Transcript of NOTICE INVITING TENDER RFP No. ITG-IT/0104/Empanel- RFP … · Vendors AMC (LAN, UPS, FIBER & WAN)...

INFO TECH CORPORATION OF GOA LIMITED

(A Government of Goa Undertaking)

(An ISO 9001:2008 Certified Company)

IT Hub, 3rd

Floor, Altinho,

Panaji, Goa – 403 001

Tel- (0832) 2226024 / 2225192 Fax – (0832) 2430099

Email – [email protected]

Website – http://www.infotechgoa.com

NOTICE INVITING TENDER

(Electronic mode only)

InfoTech Corporation of Goa Limited (ITG) is inviting tenders for the following.

1).Empanelment of Vendors for Annual Maintenance Contract of Networking Infrastructure

(LAN & UPS Connectivity) to Government Departments/ Organizations / Institutions/

Corporations/ Autonomous Bodies in the State of Goa. RFP No. ITG-IT/0104/Empanel-

Vendors AMC (LAN, UPS, FIBER & WAN)/2017 dated 26.09.2017 2).Empanelment of Vendors for supply, installation of Software (Operating Systems, Antivirus,

Office Suites, etc) to Government Department/Organization/Institution. RFP No. ITG-

IT/0109/Empanel Vendors (Software)/2017 dated 26.09.2017 3).Empanelment of Vendors for providing Annual Maintenance Contract of ICT equipments in

the Government Department/Organization/Institution. RFP No. ITG-IT/0107/AMC-

ICT/2017 dated 26.09.2017 4). Empanelment of Vendors for Supply, Installation & Commissioning of ICT Equipments to

the Government Department/Organization/Institution/ Corporations/ Autonomous Bodies in

the State of Goa. RFP No. ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017

5).Empanelment of Vendors for Supply, Installation and Commissioning of Networking

Infrastructure (LAN & UPS Connectivity) to Government Departments/ Organizations /

Institutions/ Corporations/ Autonomous Bodies in the State of Goa – RFP No. ITG-

IT/0111/Empanel-Vendors (LAN & UPS)/2017 dated 26.09.2017.

For details log on to www.etender.goa.gov.in or www.tenderwizard.com/goa. All the interested

bidders are requested to register for the e-tendering portal of Government of Goa, if not

registered and should possess a Digital signature of Class III for participation.

Ravi Jha, IAS

(Managing Director)

Page 1 of 40

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 900bbb1:2008 Certified Company]

IT HUB, 3rd Floor,

Altinho, Panaji, Goa -403001

Tender For Empanelment of Vendors for Annual Maintenance Contract of

Networking Infrastructure (LAN & UPS Connectivity) To Government

Departments/ Organizations / Institutions/ Corporations/ Autonomous

Bodies in the State of Goa

Tender No.: ITG-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017

Date: 26/09/2017

Page 2 of 40

Table of Contents

NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3

SCOPE OF THE PROJECT ............................................................................................................... 5

DEFINITIONS & ACRONYMS ........................................................................................................ 6

CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7

CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9

CHAPTER 3 Bidding Process .................................................................................................... 11

CHAPTER 4 Disqualification of Bids ....................................................................................... 19

CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20

CHAPTER 6 Selection of AMC Vendors .................................................................................. 24

CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 25

CHAPTER 8 Terms of Payment ................................................................................................ 26

CHAPTER 9 Documents to be furnished in original ................................................................. 27

CHAPTER 10 Tentative Description of Networking Equipments ............................................... 28

CHAPTER 11 Commercial Bid ................................................................................................... 32

ANNEXURE-1 Bid Form .............................................................................................................. 36

ANNEXURE-2 Bidders Undertaking ............................................................................................ 39

Page 3 of 40

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT HUB, 3rd Floor,

Altinho, Panaji, Goa-403001

NOTICE INVITING e-TENDER (NIT)

(Electronic mode only)

No.: ITG-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017

Date: 26/09/2017

Bids are invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum

Technical bid & commercial bid from well established and reputed organizations / agencies

who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven

track record in supply, installation & commissioning of networking infrastructure (LAN,

UPS, FIBER & WAN CONNECTIVITY) to various Government departments/ institutions/

organizations in the State of Goa.

Sr.

No

Item Particulars

1 Description of the work Empanelment of Vendors for Annual

Maintenance Contract of Networking

Infrastructure (LAN, UPS, FIBER & WAN

connectivity)

2 Mode of Tendering E-Tendering

3 E-Tendering Website www.etender.goa.gov.in or

www.tenderwizard.com/GOA

4 Tender Document Fee Rs 2000/- Rupees Two thousand only

(Non-Refundable)

5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred

only (Non-Refundable)

6 Earnest Money Deposit

(E.M.D.) Rs. 25,000/- (Rupees Twenty Five Thousand

only)

7 Mode of Tender Document &

Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card

Page 4 of 40

challan along with the bid.

8 Date and Time for request of

Tender Document

26/09/2017 to 14/10/2017 (up to 5.00 pm)

9 Date and Time for Pre Bid

Meeting

03/10/2017 (at 11.30 am)

10 Date and Time for reply to Pre

Bid Clarification

04/10/2017 (Up to 11.59pm)

11 Last Date and Time for Online

submission of bids

15/10/2017 (up to 11.59 pm)

12 Date and Time for opening / of

Eligibility cum Technical bids

16/10/2017 (at 02.30 pm)

13 Date and Time for opening / of

Commercial bids

17/10/2017 (at 2.30 pm)

Tenders not conforming to the requirements mentioned above and as laid down in the terms

and conditions or not accompanied by EMD in the form prescribed at the time of opening of

the eligibility cum Technical bid are liable to be summarily rejected. The decision of The

Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility

Qualification shall be final and binding to all the tenderers/bidders.

a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure

to furnish all information required in the Tender or submission of a bid not substantially

responsive to the Tender in every respect will be at the Bidder’s risk and may result in the

rejection of the bid.

b. The Bidder shall use the electronic mode of tendering using the website

www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item

given in the RFP.

c. Late submission of bids is not be permitted by the e-Tendering System.

d. Last minute submission of bids should be avoided. As such, ITG will not be responsible

for any failures in submission of bids on time.

e. Incomplete or Conditional bids will be summarily rejected.

f. Bidders should possess a valid Class III Digital Signature issued by a Licensed Certifying

Authority for bidding through the e-Tender system.

For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,

Mobile:-08888636107, Mr. Ramesh, Mobile:-9552488004, Mr. Kiran, Mobile:-

08600651553, Mr. Gaurav, Mobile:-9657381294, email: [email protected].

For and on behalf of Info Tech Corporation of Goa Ltd

Sd/-

Managing Director

Page 5 of 40

SCOPE OF THE PROJECT

Background

M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified

Organization, has been set up by the Government of Goa to promote overall growth of

the state's economy through the use of Information Technology.

M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of

Department of Information Technology has been providing various IT services to

Government departments/institutions/ organizations in the State of Goa who has setup

the required IT Infrastructure for the use of e-Governance Application, etc in their

respective offices with an aim towards creating an e-citizen for all transactions and for

making Goa as an “Intelligent State”.

Objective

The technological advancements in Information & Communication Technology are very

rapid and continuous. The e-Governance Application development is in various stages of

implementation in almost all State Government Departments & Government

Organizations. The various Government Departments & Organizations has setup this IT

Infrastructure for use of e-Governance Application. In order to get efficient management

of IT Infrastructure existing in their Offices, a number of requests are received from

these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely

necessary.

Also, it has been noticed that the networking infrastructure in some departments/

Organizations are in bad state. Additionally, Government of Goa through Goa State

Infrastructure Development Corporation (GSIDC) has constructed new building

premises for various Government departments and sub offices wherein State of the Art

infrastructure with all the necessary ultra-modern ICT Equipment are made available.

Normally the networking infrastructure is covered under the defect liability warranty

period provided by GSIDC. The entire networking infrastructure of such new buildings

has to be covered under Annual Maintenance Contract after the expiry of the defect

liability warranty period for the smooth and un-interrupted functioning of the networking

infrastructure. But, it is observed that most of these Departments& organizations are

reluctant to execute the same on their own, citing reason of non-presence of IT domain

expert at their end and the staff not having required experience in IT domain. With

respects to the above mentioned problems the staff approach vendors from open market

and get the issue resolved wherein this vendors charges exorbitant rates.

Page 6 of 40

DEFINITIONS & ACRONYMS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

ITG Info Tech Corporation of Goa Ltd, Goa

DOIT / DOIT Department of Information Technology, Goa

GBBN Goa Broad Band Network

OEM Original Equipment Manufacturer

EMD Earnest Money Deposit

PAN Permanent Account Number

MAF Manufacturer’s Authorization Form

Purchaser Info Tech Corporation of Goa Ltd, Goa

Bidder/Tenderer Person/Company who bids against this tender

Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded

Contract an undertaking signed by the Vendor against the Tender

NMS Network Monitoring System

UPS Un-interrupted Power supply

LAN Local Are Network

Non-responsive failure to furnish complete information in a given format

and manner required as per the tender documents or non-

submission of tender bid in given Forms/Pro-forma or not

following procedure mentioned in this tender or any of

required details or documents is missing or not clear or

not submitted in the prescribed format or non submission

of tender fee or EMD

IT Infrastructure All the IT related equipments which includes hardware,

software’s, networking, etc

Page 7 of 40

CHAPTER 1 Invitation for Bids (IFB)

1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum Technical Bid from well

established and reputed organizations / agencies who fulfill the eligibility criteria and having

sufficient infrastructure, manpower and proven track record in carrying out the work of

providing Networking Infrastructure to various Government departments/institutions/

organizations in the State of Goa. Bidders should submit the proposal on the tender wizard

http://www.tenderwizard.com/goa .

2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding

the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital

Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at

the website.

3. Bidders need to have a valid Class 3 category digital signature issued by a licensed Certifying

Authority (CA) for e-Tendering Portal.

4. Complete bid document terms and conditions and tender form containing all the details have

been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and

http://www.tenderwizard.com/goa. The bid documents can be downloaded from

http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and

Tender Processing Fee online.

5. The Bids can be submitted up to date and time given in NIT.

6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five Thousand only)

should be provided by the bidder. The EMD has to be paid online before the last date and

time for online submission of bids as given in the NIT. EMD in any other form will not be

accepted.

7. Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed format will be summarily rejected.

Page 8 of 40

8. The Eligibility cum Technical Bid will be opened as per schedule in NIT and in the presence

of the bidder or any of his representatives. The bidders who qualify in the Eligibility cum

Technical evaluation process shall be considered for empanelment.

9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process

unless and until a formal contract is signed and executed between the tendering authority and

the successful bidder.

10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document

(the onus is purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bid-proposal.

Page 9 of 40

CHAPTER 2 Eligibility Criteria & Mandatory Conditions

The bidder must fulfill the following eligibility conditions and must also submit documentary

evidence in support of fulfilling these conditions while submitting the Eligibility cum

Technical Bid. The scanned copy/copies of these documents should be uploaded on the e-

tendering website during submission of bids before its last date. Failure to comply with these

requirements may result in the bid being rejected.

Note: Bidders should read these conditions carefully and comply strictly while

sending/submitting their Bids.

ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN

THIS TENDER:

Keeping in mind the local service setup and accessibility required extending support /

maintenance services during the AMC period, it is considered essential that the bidder should

have a strong local presence, specifically authorized for this Tender / project. The bidder

should also provide the “Manufacturer’s Authorization Certificate” (MAF) wherever

necessary.

Sr.

No

Clause Documents required

1 The bidder should have a registered IT/IT

Services/ITES office in the State of Goa by the

same name as the quoting company in the State of

Goa for last three (3) years as on the date of issue

of the Notice Inviting Tender.

a) Valid documentary proof

of:

- Certificate of incorporation

- Registration Certificate

**Upload and save as

“Document A”

2 The bidder should have experience of carrying out

the work of providing Networking Infrastructure

(LAN & UPS CONNECTIVITY) in Government

Departments/Public Sector Undertaking/Banks

/Financial Institution/ Central Autonomous

Bodies/State Autonomous Bodies/ reputed firms

during the last three (3) years as on the date of

issue of the Notice Inviting Tender.

a) Valid documentary proof

of:

-Work orders confirming year

and Area of activity should be

attached.

**Upload and save as

“Document B”

3 The bidder should have at-least minimum Five (5) a) Valid documentary proof

of:

Page 10 of 40

qualified Service Engineers on its own pay roll

within the State of Goa

- Certificate from bidder for

number of qualified Engineers

professionals employed by the

bidder giving names & address.

And any supporting document

indicating that service engineers

are on-board of firm/company.

**Upload and save as

“Document C”

4 The bidder must have an average annual financial

turnover of at least Rs.20 Lakhs during the last 3

years (2014-15, 2015-16, and 2016-17) as on the

date of notice inviting tender.

a) Valid documentary proof

of:

- CA Certificate showing Turn

over details.

**Upload and save as

“Document D”

5 The bidder shall not be blacklisted or barred by

GoI/GoG from rendering services to any of the

Government Departments/ Organizations.

a) Valid documentary proof

of:

-A signed copy of the

undertaking (Annexure-III)

with seal.

**Upload and save as

“Document E”

Page 11 of 40

CHAPTER 3 Bidding Process

The Bidding process below specifies the procedures that would regulate the overall bidding

process.

1. Selection of empanelled vendor is a two stage bidding process where in eligible

bidders shall submit their Eligibility cum Technical bid and Commercial Bid.

a. Eligibility cum Technical bid will be evaluated for all the bidders.

b. Commercial Bids of only those bidders will be opened who are qualified in the

Eligibility cum Technical bid.

c. Only those bidders who are willing to match the lowest (L1) price will be listed on

ITG’s List of Empanelled Vendors for works of AMC of Networking Infrastructure

(LAN, UPS, WAN & Fiber connectivity).

2. Preparation of Bidding Document

a. The download of bidding document shall commence as specified in NIT and shall be

stopped as specified in NIT. The complete bidding document is also placed on the

websites as specified in the NIT. The prospective bidders are permitted to download the

bid document from the tenderwizard but must pay the cost of tender/ bidding document

and e-tender processing fee while submitting the bids to ITG.

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

All the tenders are to be submitted in electronic mode only. The tender wizard will not

accept any tender submitted after the deadline for submission of Tenders prescribed by

the Purchaser.

b. Earnest Money Deposit (EMD)

i. Every bidder, participating in the bid must furnish the earnest money deposit as

specified in the Notice Inviting Tender (NIT).

ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

Page 12 of 40

iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the

name of any other firm/person other than the bidder who is applying for the tender

shall not be accepted.

iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.

25,000/- (Rupees Twenty Five Thousands only) should be provided by the bidder.

The EMD has to be paid online before the last date and time for online submission of

bids as given in the NIT. EMD in any other form will not be accepted.

v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be

refunded soon after the final list of empanelled vendors has been prepared. The EMD

of the successful bidders shall be returned only after a period of six months from the

date of finalizing the final list of empanelled vendors.

vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the

following cases:-

During the bid process, if a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and

finalization.

During the bid process, if any information found wrong / manipulated / hidden

in the bid.

Tenders without valid E.M.D. at the time of opening of the technical bid will be

rejected.

3. Amendment of Bidding Document

i. At any time prior to the deadline for submission of the Bids, the tendering authority

may amend the Bidding document by issuing Corrigendum/ Addendum.

ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.

iii. To give prospective Bidders reasonable time in which to take a Corrigendum/

Addendum into account in preparing their Bids, the tendering authority may, at its

discretion, extend the deadline for the submission of the Bids.

iv. Any change in date of submission and opening of bids would be communicated in

appropriate manner including the websites mentioned in the NIT.

Page 13 of 40

4. Submission and Opening of Bids:

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and

other diligence activities, participation in meetings/ discussions/ presentations,

preparation of proposal, in providing any additional information required by ITG to

facilitate the evaluation process, and in negotiating a definitive contract or all such

activities related to the bid process. Info Tech Corporation of Ltd will be in no case

responsible or liable for those costs, regardless of the conduct or outcome of the

bidding process.

b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent

correspondence and documents related to the bid and as submitted by the bidder, shall

be written only in English language. Also, any printed literature furnished by the

Bidder written in other language (other than English/ Hindi) must be accompanied by

an English/ Hindi translation in which case, for purposes of interpretation of the bid,

the appropriate translation by the Purchaser shall govern.

c. Documents comprising the Bid

i. The bidder should ensure that all the required documents, as mentioned in the

bidding document, are uploaded. Non submission of the required documents may

lead to the rejections of the bid/ proposal submitted by the bidder.

ii. Wherever applicable, the bidding form must be completed without any

alterations to its format, and no substitutes shall be accepted. All blank spaces

shall be filled in with the information requested.

iii. The contents of bid are listed below.

I. Eligibility Bid cum Technical:

a) The Eligibility Proposal should contain documents as listed in various

Chapters & Annexure of this bid document.

b) Prices must not be indicated in the Eligibility cum Technical Bid.

d. Alternative Bids: Alternative bids shall not be considered at all.

e. Validity of Empanelment Tender & Commercials:

Page 14 of 40

It has been noticed in the IT industry that the ICT equipments or IT services keeps on

changing from time to time. However, in order to keep the procurement rate for a steady

period for providing services to the Department/Organization/Institutions, Corporations/

Autonomous Bodies and at the same time to give some breathing space to the

empanelled vendors so as to give good services & support the following may be noted:

1. The selected vendors will be on ITG empanelled list, which shall be valid for a period

of two (02) years from last date of submission of bids as per NIT.

2. The commercial quotes shall be valid for a period of two (02) year only from the last

date of submission of bids as per NIT.

f. Deadline for submission of Bids:

i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later

than the date and time indicated in the NIT.

ii. Normally, the date of submission and opening of bids would not be extended.

However, in exceptional circumstances or when the bidding document is required

to be substantially modified as a result of pre-bid queries and the time with the

prospective bidders for preparation of bids appears insufficient, the date may be

extended by the tendering authority and due publicity to such change in date of

opening of bids would be given. In such cases, it would be ensured that after issue

of corrigendum, reasonable time is available to the bidders to prepare and submit

their bids. Any change in date of submission and opening of bids would also be

placed on the respective websites immediately. However, if the modifications in

bidding document, specifications of goods and service are substantial, fresh

publication of original bid inquiry may also be issued.

iii. The tendering authority may, at its discretion, extend the deadline for the

submission of bids by amending the bidding document, in which case all rights

and obligations of the tendering authority and bidders previously subject to the

deadline shall thereafter would be subject to the deadline as extended.

g. Delayed / Late Bids:

i. Bids must be submitted in electronic mode only. The tender wizard will not

accept any bid submitted after the deadline as indicated in the NIT.

ii. Towards the end of the deadline time, the tender wizard server is likely to get

jammed due to the heavy flow of traffic on the server. Hence, all the Bidders

Page 15 of 40

participating in the tender are requested to submit the bids well in advance before

the deadline time period as indicated in the NIT.

iii. Documents relevant to the Eligibility cum Technical bid which needs to be

submitted in the office of ITG should be submitted before the opening of the

Eligibility cum Technical bid as indicated in the NIT. Bids received after the due

date and the specified time (including the extended period if any) for any reason

whatsoever, shall not be entertained and shall be returned unopened.

iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of

the documents. No further correspondence on the subject will be entertained. The

Managing Director, InfoTech Corporation of Goa Ltd will not accept any

responsibility for any problems arising for delay in the submission of the tender.

i. Bid Opening:

i. The tendering authority shall conduct the bid opening at the date and time

specified in the NIT in the presence of the designated evaluation committee &

bidders/ Bidder’s authorized representative present, if any.

ii. All the bids received up to the specified time and date shall be opened by the

members of the designated Committee after entering their corresponding

credentials (login id and digital signatures) in the website

http://www.tenderwizard.com/goa.

iii. The tendering authority shall download all the documents submitted by the bidder

and place the same in the presence of bidder or his/her authorized representative

who choose to attend at the date and time specified in the NIT. The

representatives of the bidders are advised to carry the identity card or a letter of

authority from the tendering firms to identify their bonafieds for attending the

opening of the proposal. The bidder’s representatives who are present shall sign

the attendance register present.

iv. The eligibility cum Technical bid shall be opened and all the bidders who are in

the race (participated) of tender shall be notified to the bidders present. All the

bids shall be downloaded one at a time, and the following may be read out and

recorded: the name of the bidder, the submission or non-submission of the Tender

Fee, EMD.

Page 16 of 40

5. Bid Evaluation

a. Guiding Principle for Evaluation of Bids

i. The tendering authority shall determine to its satisfaction whether the bidder that is

selected as having submitted the best and responsive bid is qualified to perform the

Contract satisfactorily.

ii. The determination shall be based upon the examination of the documentary

evidence of the bidder's qualifications submitted by the bidder.

iii. An affirmative determination shall be a prerequisite for selection of the bidder to

be empanelled and a negative determination shall result in disqualification of the

bid.

iv. The tendering authority/ tender evaluation committee, in observance of best

practices, shall: -

Maintain the bid evaluation process strictly confidential.

Reject any attempts or pressures to distort the outcome of the evaluation,

including fraud and corruption.

Strictly apply only and all of the evaluation and qualification criteria specified

in the bidding document.

b. Confidentiality

i. Information relating to the examination, evaluation, comparison, and post

qualification of bids, and recommendation, shall not be disclosed to bidders or any

other persons not officially concerned with such process until publication of the

Empanelled list.

ii. All materials submitted by the bidder becomes the property of Info Tech

Corporation of Ltd and may be returned at its sole discretion, provided, any

materials which are identified as “Proprietary and Confidential Material of Bidder”

shall remain the property of such bidder and the ITG will maintain confidentiality

of such materials.

iii. Any attempt by a bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the bids may result

in the rejection of his bid.

Page 17 of 40

iv. From the time of bid opening to the time of publication of the Empanelled list, if

any bidder wishes to contact the tendering authority on any matter related to the

bidding process, he is allowed to do so only in writing.

c. Clarification of Bids

i. To assist in the examination, evaluation, comparison and post qualification of the

bids, the tendering authority committee may, at its discretion, ask any bidder for a

clarification of his bid. The tendering authority's request for clarification and the

response shall be in writing.

ii. Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the tendering authority shall not be considered.

d. Determination of Responsiveness

i. The tendering authority's determination of the responsiveness of a bid would be

based on the contents of the bid itself.

ii. A responsive bid would be the one that meets the requirements of the bidding

document without material deviation, reservation, or omission where: -

"Deviation" is a departure from the requirements specified in the bidding

document;

"Reservation" is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the bidding document;

and

"Omission" is the failure to submit part or all of the information or

documentation required in the bidding document.

iii. The tendering authority 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 or reservation.

e. Non-material Non-conformities

i. Provided that a bid is responsive, the tendering authority may waive any

nonconformity in the bid that does not constitute a material deviation, reservation

or omission.

ii. Provided that a bid is responsive, the tendering authority may request that the

bidder submit the necessary information or documentation, within a reasonable

period of time, to rectify nonmaterial nonconformities. Requesting information or

Page 18 of 40

documentation on such nonconformities shall not be related to any aspect of the

price of the bid. Failure of the bidder to comply with the request may result in the

rejection of its bid.

f. Evaluation of Bids

i. The tendering authority shall evaluate each bid that has been determined, up to the

stage of the evaluation, to be responsive.

ii. To evaluate a bid, the tendering authority shall use all the criteria and

methodologies defined in the bidding document.

iii. The eligibility evaluation shall be completed by the designated Committee as

early as possible after opening of eligibility cum Technical bid.

iv. The bidders which could not qualify in eligibility evaluation will be informed

about this fact.

g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering

authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to publication of the empanelled list,

without thereby incurring any liability to the bidder or bidders or any obligation to

inform the affected bidder or bidders of the grounds for the Purchasers action.

h. The Purchaser/ Biding Authority reserve the right to accept or reject any Bid without

assigning any reason.

Page 19 of 40

CHAPTER 4 Disqualification of Bids

1. Tendering Authority may in its sole discretion and at any time during the processing of

Bid, disqualify any bidder from the Biding process if the bidder:-

Submits the required Bid documents after the prescribed date and time of submission

of Bid.

Submits Bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or is non-responsive.

Has not submitted the bid in accordance with the bid document.

Does not meet the minimum eligibility criteria as mentioned in the bid document.

Mislead or made false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Is found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, being involved in

litigation or financial failures, etc.

Failed to provide clarifications related thereto, when sought.

Has submits more than one bid. This will cause disqualification of all bids submitted

by such bidder except the last Bid received.

Has imposed conditions in his bid, during validity of the bid or its extended period.

2. Applicants who are found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes or other

illegal gratification, shall be disqualified from the process at any stage.

3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be

disqualified.

Page 20 of 40

CHAPTER 5 General Terms and Conditions of Bid

Note: Bidders must read these conditions carefully and comply strictly while sending/

submitting their Bids.

ii. The Vendor shall maintain adequate stock of spare parts for maintaining the up time of

the network.

iii. The Vendor shall maintain the entire Networking infrastructure under the warranty

contract in proper working condition throughout the contract period to provide consistent

support to the Department/Organization.

iv. The Bidder shall provide a Service Escalation Matrix with contact details (escalation

hierarchy, contact person, number, address and e-mail) to which the

Department/Organization shall contact for services & support. The bidder shall perform

as per the defined SLA, and any deviation to the SLA shall attract penalty as per the

agreement signed between ITG & the bidder.

v. The Contract for the supply can be repudiated at any time by the Purchaser, if the

supplies are not made to his satisfaction of ITG.

vi. The bidder shall not sub-contract the work to any Organization, person, firm or its

franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been

done, then ITG, at its discretion, may terminate the contract without referring the matter

further to the bidder, and such Vendor shall be liable for necessary action.

vii. Completeness of the Contract: The contract will be deemed as incomplete if any

component of the network devices or any documentation / media relating thereto is not

operational, or not integrated. In such an event, AMC is termed as incomplete.

viii. Insurance: The goods will be delivered at the FOR destination in perfect condition. The

supplier, if he so desires may insure the valuable goods against loss by theft, destruction

or damage, by fire, flood, under exposure to whether or otherwise viz., (war, rebellion,

riot, etc.,) The insurance charges will be borne by the supplier and Biding Authority will

not pay such charges if incurred.

ix. Repair/replacement Clause:

a) In case of machinery and equipment specified by the ITG, the bidder shall be

responsible for carrying out annual maintenance and repairs on the terms and

conditions as may be agreed. The bidder shall also be responsible to ensure adequate

Page 21 of 40

regular supply of spare parts needed for a specific type of machinery and equipments

whether under their annual maintenance and repairs rate contract or otherwise. In case

of change of model, he will communicate to ITG for the approval, so as to maintain

the machinery and equipments in perfect condition. In case of replacement of any

non-working networking equipment, the bidder shall replace the non-working

networking equipment with equivalent or of higher capacity.

b) Bidder shall also be responsible to ensure all the supplied equipments should remain

in proper working condition throughout the warranty period of 3 years. Bidder will

deploy a support engineer/coordinator to take care all the complaints related to items

supplied. That support engineer/coordinator will be single point of contact for all type

of calls related to items supplied. The bidder will provide a Cell/mobile No. to his

engineer/coordinator for the complaints. This person will maintain the inventory of

the supplied items. He/ She will record all the complaints and provide a complaint

number to end user. He/ She will manage to provide proper solution to end user w.r.t.

SLA defined in Agreement. He/ She will provide the desired reports to ITG as and

when asked to do so. Preferably complaint management software would be available

with the engineer/coordinator to handle the complaints and to generate desired reports

c) Dispute Resolution Mechanism: The Bidder and the ITG shall endeavor their best to

amicably settle all disputes arising out of or in connection with the Contract in the

following manner

a) The Party raising a dispute shall address to the other Party a notice requesting an

amicable settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officers nominated by ITG and the

Authorized Official of the Contractor. The matter shall then be resolved between them

and the agreed course of action documented within a further period of 15 days.

b) If any dispute arises out of the contract with regard to the interpretation, meaning and

breach of the terms of the contract, the matter shall be referred to by the Parties to the

Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator

and whose decision shall be final.

c) In case any dispute between the Parties, does not settle by negotiation in the manner

as mentioned above, the same may be resolved exclusively by arbitration and such

dispute may be submitted by either party for arbitration within 20 days of the failure

Page 22 of 40

of negotiations. Arbitration shall be held in Goa and conducted in accordance with the

provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or

re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and

the two arbitrators shall jointly appoint the third or the presiding arbitrator. The

“Arbitration Notice” should accurately set out the disputes between the parties, the

intention of the aggrieved party to refer such disputes to arbitration as provided

herein, the name of the person it seeks to appoint as an arbitrator with a request to the

other party to appoint its arbitrator within 45 days from receipt of the notice. All

notices by one party to the other in connection with the arbitration shall be in writing

and be made as provided in this tender document. Each Party shall bear the cost of

preparing and presenting its case, and the cost of arbitration, including fees and

expenses of the arbitrators, shall be shared equally by the Parties unless the award

otherwise provides. The contractor shall not be entitled to suspend the Service/s or the

completion of the job, pending resolution of any dispute between the Parties and shall

continue to render the Service/s in accordance with the provisions of the

Contract/Agreement notwithstanding the existence of any dispute between the Parties

or the subsistence of any arbitration or other proceedings.

d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or

Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.

If the terms and conditions mentioned in the tender are contradicting the terms and conditions

appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech

Corporation of Goa Ltd to choose the over-riding terms and conditions. In any case, the

decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be final and

binding on all parties concerned.

x. Reports:

I. Preventive Maintenance Reports: The empanelled vendor who is awarded with the

AMC works shall carry out the Monthly Preventive Maintenance even if there are no

complaint calls from the client department and submit to ITG the Monthly Preventive

Maintenance Reports duly signed by the head of the Client Department.

II. Feedback Reports: ITG shall obtain feedback from the client department with

regards to the service provided by the empanelled vendor for awarded AMC Period.

Page 23 of 40

III. Corrective Maintenance report/ Call or Service Reports: The empanelled vendor

who is awarded with the AMC works shall submit to ITG the Corrective Maintenance

report/ Call or Service Reports duly signed by the head of the Client Department each

and every time the complaint call is received either by vendor or by ITG.

IV. Replacement Report: The empanelled vendor who is awarded with the AMC works

shall submit to ITG the Replacement Reports as and when a particular non working

Networking Equipments is replaced with new equipments (not standby) by the vendor

along with the necessary details of equipments (details of both non working

equipment and the one which is replaced) like Make, Model No., Serial No., etc.

xi. Additional Equipments:

Sometimes it is observed that in certain scenario Departments & Organizations need

specific networking equipment to be covered under AMC which may not be available in

the empanelled list of networking equipment published by ITG. It is further proposed that

ITG may seek the AMC rates of that particular networking equipment from the

empanelled vendors of ITG. The same may be obtained either by the e-tendering in

limited mode. Further, if the empanelled vendors are not in position to quote for the same

then ITG will seek the same from open market by inviting quotations.

Page 24 of 40

CHAPTER 6 Selection of Empanelled Vendors

1. Procedure for selection of AMC Vendors as “ITG’s Empanelled AMC Vendors” :

a. The scrutiny of the Eligibility cum Technical bid will be done by a committee duly

constituted by ITG.

b. After the scrutiny of the Eligibility cum Technical bid by the Committee, the

Commercial bids of the firms which have qualified in the Eligibility cum Technical

bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the

AMC of various Networking Infrastructure.

c. The offers shall be evaluated for each Networking Equipment with L1 being the

lowest offer. Thereafter ITG shall place before the vendors a list of the lowest (L1)

rates obtained for each of the Networking Equipments.

d. All the qualified vendors shall be given an opportunity to match the lowest (L1) rates

obtained for each of the ICT equipments. Thereafter, all the vendors who match the

lowest (L1) rates obtained by ITG will thereafter be listed as ITG’s empanelled AMC

vendors for providing AMC of Networking Infrastructure/ Equipments.

2. Procedure for placement of AMC order on Empanelled AMC Vendors:

a. ITG will display the list of the empanelled vendors along with the rates of the AMC

of the Networking Infrastructure on its website along with an Annexure form (for

requisition from the departments).

b. The department while submitting their request to ITG for AMC, has to provide the

details like (Make/ Brand, Qty, Preferred vendor, if any etc) as mentioned in the

annexure form.

c. Based on the department’s request, ITG may place the AMC order on the vendor.

However, if there is no preferred empanelled vendor mentioned then ITG will place

the order of AMC on one of the empanelled vendor as per its decision. The decision

of ITG in this regards will be final.

Page 25 of 40

CHAPTER 7 Penalty Charges & Escalation Matrix

The down-time penalty charges if not rectified within the stipulated time shall be as follows:

Sr.

No. Item

Penalty (Amount in

Rupees) per day after 48

Hrs. from receipt of

complaint.

1 I/o & UPS Per point (inclusive of all passive

components like cat6 cables, electrical wires, etc.) 50.00

2 Network switches/Routers, (All Active components) 500.00

3 Optical Fibre cable connectivity 750.00

Note:

1. The vendor shall ensure 99% uptime on all working days in respect of networking &

ups equipments.

2. The uptime shall be computed on calendar month basis in a non-cumulative manner.

3. The vendor shall, in no case, replace any item/component with inferior item and if

found doing so, the contract shall stand terminated forthwith.

Escalation Matrix

All the AMC vendors shall provide the escalation matrix details to be followed

Sr. No Support Level Name Address Phone No Email

1 Level 1 Service Call

Coordinator

XXX XXX xxxx@

2 Level 2 Senior Service

Call Coordinator

XXX XXX xxxxx@

3 Level 3 Senior Service

Call Manager

XXX XXX xxxxx@

4 Level 4 Name of Owner

of the firm

XXX XXX xxxxx@

Note:

1. The calls will be received centrally by the agency and shall be attended immediately

by their service engineer on receipt of the same.

Page 26 of 40

CHAPTER 8 Terms of Payment

The payment towards the order charges shall be released to the vendor by ITG only after

1. Receiving the payments from the concerned Client

Departments/Organizations/Autonomous Bodies, etc.

2. The expiry of each Quarter/ Half/Full year.

3. Submission of Service Call Report carried out by the empanelled vendor during the

AMC period duly signed and sealed by the concerned user/ nodal officer of the client

department.

4. Preventive Maintenance Report duly signed by Head of Department/Nodal Officer

(Monthly).

5. Feedback/Inspection Report submitted by ITG official with Department/Organization

Nodal officer/HOD Signature.

Note:

1. Advance payment shall not be paid.

2. Payment would be made for the Networking Equipments which were actually

working during the AMC period.

3. Any increase or decrease of taxes, duties or prices of components, etc. shall not affect

the rates during the entire period of contract (warranty period).

4. Payment shall be made in Indian Rupees only.

Pre Bid Queries Format

Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id

[email protected] in the prescribed format before the pre bid meeting i:e

(03.10.2017 at 10.00 am).

Name of the Firm

Sr.

No

Tender Document

page no

Tender document

clause no

Clause details Query

Page 27 of 40

CHAPTER 9 Documents to be furnished in original

The tenderer/bidder should submit the following documents in original on or before

15/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum

Technical Bid.

1.Bid Form as per Annexure-1

2.EMD e-Challan receipt

3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;

if any.

4.Undertaking of the tenderer/bidder as per Annexure-3

The above original documents should be put in a single cover and super-scribed “AMC

for Networking Infrastructure (LAN & UPS)” and be addressed to The Managing Director,

InfoTech Corporation of Goa Ltd, IT HUB, 3rd Floor, Altinho, Panaji, Goa-403001.

Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of

all criteria’s, while submitting its bid(s). The scanned copy of these documents should be

uploaded on the e-tendering wizard during submission of bids before its last date.

Failure to comply with these requirements may result in the bid being rejected. No hard

copy of the bid shall be accepted in the office of ITG other than the documents

mentioned in Chapter 9

Page 28 of 40

CHAPTER 10 Tentative Description for the items to be covered under

the work of AMC for Networking Infrastructure (LAN,

UPS, FIBER & WAN connectivity)

The AMC of all passive components will be taken on per LAN & UPS point basis with the

inclusion of the components mentioned along.

Table: A

Sr

No Description

1 AMC for Networking PerPoint (Concealed/Non-Concealed)

This will include Comprehensive AMC of all the followingitems:-

a

Cat 6 (+) cables having an average of appx 35 mts length fromeach

Network point to the patch panel, Cat 6 (+) cables of 1 mtlength

connected between patch panel and 24 port switch, Cat 6 (+) cablesof

3 mts length connected between I/o Point and thecomputer.

b 24 port Patch Panels, Racks, Input/output Devices, PVC casing&

Capping

Table: B

1 AMC for UPS PerPoint (Non-Concealed)

This will include Comprehensive AMC of all the followingitems:-

a

All UPS points consisting of electrical switches & socket (5amp &15

amp), Electrical wires(1.5, 2.5, 4 & 6 sq. mm), MCB's(43 & 63),PVC

casing &Capping

b

Any type of Termination charges, laying charges, fixing charges,

etc.for smooth working of networking points & upspoints

Table: C

1 AMC for terminated Fibre connectivity Perlocation

This will include Comprehensive AMC of all the followingitems:-

a

16 / 24 Port Rack Mount Light guide Interconnect Unit, FibrePatch

Cords, Fibre Pig Tails, Adapters, Fiber Module transceivers,Media

Convertors. All the above are for Single mode (SM) &Multimode

(MM).

b Any type of Termination charges, laying charges, fixingcharges,

spicing of fiber etc. for smooth working ofnetwork.

Page 29 of 40

Table: D

1 AMC for Optical Fiber laid Permeter

This will include Comprehensive AMC of all the followingitems:-

a

Outdoor Corrugated Steel Tape Armored Direct BurialCable

6/12/24/48 core. This will include both Single mode (SM) &Multimode

(MM).

b

Any type of Termination charges, laying charges, fixingcharges,

spicing of fiber, Digging of hard & soft soil, tarring of roads,

diggingof road, etc. for smooth working ofnetwork.

c HD Pipe, OTDRreading/testing, etc.

Table: E

1 AMC for Cat6+ cable laid for GBBNcascading

This will include Comprehensive AMC of all the followingitems

a Cat 6 (+) cables having an average of approx. 50 x 2 mts length

fromthe main GBBN l3 switch to the department’s internal

networkswitch.

b Any type of Termination charges, laying charges, fixingcharges,

crimping etc. for smooth working ofnetwork.

Table: F

1 AMC for Network Switches (All Types)

Sr. No. Description of Switch

a Un-managed Switch, Un-managed switch with SFP ports, etc.

b

Managed switch, Managed switch with SFP ports, Layer 3 Switch

with SFP ports, Core routers, etc.

c

PoE Switch, Managed PoE Switch, Layer 3 Managed PoE Switch,

core switch etc.

Table: G

1 Unmanaged Switch Categories

Sr. no. Price of Switch Type

1 Up to 5,000 Type I

2 5,001 to 10,000 Type II

3 10,001 to 25,000 Type III

4 25,001 to 50,000 Type IV

5 50,001 to 1,00,000 Type V

6 1,00,001 to 2,00,000 Type VI

7 2,00,001 to 3,00,000 Type VII

8 3,00,001 to 4,00,000 Type VIII

9 4,00,001 to 5,00,000 Type IX

10 5,00,001 and above Type X

Page 30 of 40

Table: H

1 AMC for Surveillance Cameras (IP Based Indoor/Outdoor)

CamerCamerasBullet/Dome/PTZ) This will include Comprehensive AMC of all the followingitems

a

Camera Stand, Termination Box, POE Injectors & Splitters, Power

Cables, Storage, etc.

b

All the equipment’s, cables required to make IP cameras

functional

Table: I

IP Camera Categories

Sr. No. Price of Camera Type

1 Up to 5,000 Type I

2 5,001 to 10,000 Type II

3 10,001 to 25,000 Type III

4 25,001 to 50,000 Type IV

5 50,001 to 1,00,000 Type V

6 1,00,001 to 2,00,000 Type VI

7 2,00,001 and Above Type VII

Table: J

1 AMC for CCTV Surveillance Cameras (Indoor/Outdoor)

CamerCamerasBullet/Dome/PTZ) This will include Comprehensive AMC of all the followingitems

a

Both Indoor as well as Outdoor Cameras

b

Camera Stand, Termination Box & Splitters, Power Cables, etc.

C All the equipment’s, cables required to make IP cameras

functional

Table: K

CCTV Camera Categories

Sr. No. Price of Camera Type

1 Up to 5,000 Type I

2 5,001 to 10,000 Type II

3 10,001 to 25,000 Type III

4 25,001 to 50,000 Type IV

5 50,001 to 1,00,000 Type V

6 1,00,001 to 2,00,000 Type VI

7 2,00,001 and Above Type VII

Page 31 of 40

Table: L

1 AMC for Surveillance Viewing Devices

This will include comprehensive AMC of all Types of Viewing Devices

LCD/LED 20”, 40”, 45”, etc. and all the equipment’s, cables required to

make CCTV Viewing Devices functional.

Sr. No. Price of LCD/LED TV Type

1 Up to 10,000 Type I

2 10,001 to 25,000 Type II

3 25,001 to 50,000 Type III

4 50,001 to 1,00,000 Type IV

Note: The bidders are free to sign back to back agreement with the OEM’s for any of the Networking equipment which they intend to take under AMC.

Page 32 of 40

Chapter 11 Commercial Bid

Sr No Description of the items Make/Model

Appx

Qty Units

Rate per unit in

Total

Amount in

Rs

Base

Rate/Price

in Rs.

Tax as

per

GST

in %

A B C D E F H I =(F+H)*D

AMC for Network Switches - All Types (Refer Table F and Table G - Schedule - I)

1 Type I Any Make/Model 1 Nos 0

2 Type II Any Make/Model 1 Nos 0

3 Type III Any Make/Model 1 Nos 0

4 Type IV Any Make/Model 1 Nos 0

5 Type V Any Make/Model 1 Nos 0

6 Type VI Any Make/Model 1 Nos 0

7 Type VII Any Make/Model 1 Nos 0

8 Type VIII Any Make/Model 1 Nos 0

9 Type IX Any Make/Model 1 Nos 0

10 Type X Any Make/Model 1 Nos 0

Other Networking Equiments

11

AMC for Networking Points

(Concealed/Non-Concealed) as per Table-A

(Schedule-I) Any Make/Model 1 Nos 0

12

AMC for UPS Points (Non-Concealed) as

per Table-B (Schedule-I) Any Make/Model 1 Nos 0

13

AMC for terminated Fibre connectivity at

location as per Table-C (Schedule-I) Any Make/Model 1 Mts 0

Page 33 of 40

14

AMC for Optical Fiber laid As per Table-D

(Schedule-I) Any Make/Model 1 Mts 0

15

AMC for Cat6+ cable laid for GBBN

cascading As per Table-E (Schedule-I) Any Make/Model 1 Mts 0

AMC for Surveillance Cameras (IP Cameras - Refer Table H and Table I - Schedule - I)

16 Type I Any Make/Model 1 Nos 0

17 Type II Any Make/Model 1 Nos 0

18 Type III Any Make/Model 1 Nos 0

19 Type IV Any Make/Model 1 Nos 0

20 Type V Any Make/Model 1 Nos 0

21 Type VI Any Make/Model 1 Nos 0

22 Type VII Any Make/Model 1 Nos 0

*** Kindly Note that, installation charges of IP Cameras will be applicable as per Tale A of Schedule - I

AMC for CCTV Surveillance Cameras (Refer Table J and Table K - Schedule - I)

23 Type I Any Make/Model 1 Nos 0

24 Type II Any Make/Model 1 Nos 0

25 Type III Any Make/Model 1 Nos 0

26 Type IV Any Make/Model 1 Nos 0

27 Type V Any Make/Model 1 Nos 0

28 Type VI Any Make/Model 1 Nos 0

29 Type VII Any Make/Model 1 Nos 0

Other Surveillance Equipments

30 CCTV Servers Any Make/Model 1 Nos 0

Page 34 of 40

31 NVR with 8 Channel Any Make/Model 1 Nos 0

32 NVR with 16 Channel Any Make/Model 1 Nos 0

33 NVR with 24 Channel Any Make/Model 1 Nos 0

34 NVR with 32 Channel Any Make/Model 1 Nos 0

35 DVR with 8 Channel Any Make/Model 1 Nos 0

36 DVR with 16 Channel Any Make/Model 1 Nos 0

37 DVR with 24 Channel Any Make/Model 1 Nos 0

38 DVR with 32 Channel Any Make/Model 1 Nos 0

39 1 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0

40 2 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0

41 4 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0

42 SMPS with 4 Channel Any Make/Model 1 Nos 0

43 SMPS with 8 Channel Any Make/Model 1 Nos 0

44 SMPS with 16 Channel Any Make/Model 1 Nos 0

AMC for Surveillance Viewing Devices (Refer Table L - Schedule - I)

45 Type I Any Make/Model 1 Nos 0

46 Type II Any Make/Model 1 Nos 0

47 Type III Any Make/Model 1 Nos 0

48 Type IV Any Make/Model 1 Nos 0

Terms & Conditions:

1. Please note that in the Tax column will include GST in percentage.

2. The vendor has to provide support whenever there is a hardware failure or on instruction by ITG during the AMC period.

3. All payments will be made by ITG to the vendor only after receiving the same (payments) from the respective client department(s).

Page 35 of 40

4. The vendor has to provide/submit Preventive Maintenance Report, Corrective Maintenance Report and Replacement Reports from the

concerned officer of the respective client Department for release of the payment.

5. Items mentioned above are for the purpose of obtaining the rates only.

6. The quantity of the items to be procured may vary from time to time depending upon the requirements of the projects ITG is undertaking /

requirements of the client Department.

7. ITG shall determine the "ITG Empanelled Rates" by identifying the lowest rate for each of the individual item(s).

8. Further all the qualifying Bidders / vendors shall be required to match the "ITG Empanelled Rates".

9. Work will be allotted only to the empanelled vendors matching the "ITG Empanelled Rates" and willing to undertake the work.

10. The Managing Director (ITG) shall be the final authority in allocating the work among the empanelled vendors matching the L1 price.

11. The contractor shall, in no case, replace any item/component with inferior item and if found doing so, the contract shall stand terminated

forthwith.

12. All other Terms and Condition applicable as per Tender Document for AMC of Networking Infrastructure.(Tender No: : -IT/0104/ Empanel

Vendors AMC (LAN, UPS, FIBER & WAN)/2017 Date: 26/09/2017)

Page 36 of 40

ANNEXURE-1 Bid Form

I. Addressed to:

a. Name of the Bidding authority Managing Director

b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)

IT HUB

3rd Floor, Altinho, Panaji

Goa-403001

c. Telephone (0832) 2226042 / 2225192

NIT Reference: -IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017

Date: 26/09/2017 b

II. Other related details:

1. Name of Bidder with Office

Address

2. Name & Designation of

Authorized Signatory

3. Year of Establishment

4. Type of Firm Public

Ltd.

Private

Ltd.

Partnership Proprietary

Put Tick ( ) mark

5. Telephone Number(s)/

Mobile

6. Website URL

7. Fax No.

8. Email Address

9. Registered

Office

Address in

Goa

Address

Phone Fax:

Contact

Person

10.

Service

Center (s) in

Goa

Address

Phone Fax:

Contact

Person

(Enclose list of Service Center consisting name of contact person, telephone

no., e-mail address, office address.)

11. Annual Turnover for the last

3 years

(a certificate of CA should

be enclosed as proof)

2014-15 2015-16 2016-17

Page 37 of 40

12. Existence of the

Organization for the last 3

years in Goa

(Municipal / Panchayat

Trade License copy/ Sales

Tax/ Commercial Tax

Registration or any other

document specifically in

name of tenderer/bidder to

be attached)

(Proof showing

documentary evidence

should be uploaded)

13. Has the Bidder been black-

listed by any of the offices

of the Govt. of Goa? If so,

details may be provided

III. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)

has been deposited vide cash receipt/ e-challan no.____________ dated __________

in favor of the Info Tech Corporation of Goa Ltd, Porvorim.

IV. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five

Hundred Only) has been deposited vide cash receipt/ e-challan no.____________

dated __________ in favor of the Info Tech Corporation of Goa Ltd, Porvorim.

V. We agree to abide by all the conditions mentioned in this Bid Document issued by the

Bidding Authority and also the further conditions of the said Bid Notice given in the

attached sheets (all the pages of which have been digitally signed by us in token of

acceptance of the terms mentioned therein).

VI. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids

will disqualify the Bid. However the Bidder can reproduce exactly the same format

for clarity in filling due to shortage of space.

VII. The rates quoted are applicable for 2 years from the date of opening of bid. The

validity period can be extended with mutual agreement. Following documents are

attached towards the proof of earnest money deposited in favor of Info Tech

Corporation of Goa Ltd, Porvorim.

Sr No Earnest Money deposited through Number Dated

1. E-Challan No

Page 38 of 40

VIII. This Bid form and Terms & Conditions in token of acceptance along with duly filled

letter of undertaking / declaration.

Signature : ________________________________

Name : ________________________________

Designation : ________________________________

Place : ________________________________

Date & Seal : _______________________________

Page 39 of 40

ANNEXURE-2 Bidders Undertaking (Indicative Format)

(The form should be signed with seal and then scanned and uploaded on the tender

wizard)

(Certificate to be issued by bidder on the company letterhead)

U N D E R T A K I N G

To,

The Managing Director,

InfoTech Corporation of Goa Ltd,

IT HUB, 3rd Floor, Altinho, Panaji Goa.

Sub: Undertaking for participating in the tender reference:

-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017 Date: 26/09/2017

We, _____<Name of the firm>______, having a registered office at _______<Office

address>__________, bearing registration no. <Registration no.> , state the

following against the tender for providing AMC of IT Infrastructure (ICT Equipment) to

various Government departments/institutions/ organizations in the State of Goa.

1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to

undertake full responsibility for providing services with onsite maintenance support.

2. We hereby confirm that we are presently neither blacklisted/barred by Government /

Semi – Government / Quasi- Government organization or Govt. Corporation on the

date of notice inviting tender /Bid submission.

3. We hereby undertake that all the components/parts/assembly/software used in the

equipment shall be repaired / replaced with component of equivalent or higher

capacity.

4. We hereby also declare that all the particulars furnished by us in this Tender are true

to the best of my/our knowledge and we understand and accept that if at any stage,

the information furnished is found to be incorrect or false, we are liable for

disqualification from this tender and also are liable for any penal action that may

arise due to the above.

Page 40 of 40

5. We declare that the Eligibility cum Technical bid has been submitted without any

conditions and strictly as per the conditions of the tender document and we are aware

that the bid is liable to be rejected if it contains any other conditions.

(Signature with seal / stamp of the company)

Name:

Designation:

Place:

Date:

Page 1 of 37

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT HUB, 3rd Floor,

Altinho, Panaji Goa -403001

SUPPLY OF SOFTWARES

TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR

SUPPLY & INSTALLATION OF SOFTWARES (Operating Systems,

Antivirus, office suites, etc) TO GOVERNMENT DEPARTMENTS /

ORGANIZATIONS / INSTITUTIONS

Government of Goa

Tender No.: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Date: 26/09/2017

Page 2 of 37

Table of Contents

NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3

SCOPE OF THE PROJECT ............................................................................................................... 5

DEFINITIONS & ACRONYMS ........................................................................................................ 7

CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 9

CHAPTER 2 Eligibility Criteria & Mandatory Conditions ....................................................... 11

CHAPTER 3 Bidding Process .................................................................................................... 13

CHAPTER 4 Disqualification of Bids ....................................................................................... 21

CHAPTER 5 General Terms and Conditions of Bid .................................................................. 22

CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 25

CHAPTER 7 Escalation Matrix ................................................................................................. 26

CHAPTER 8 Terms of Payment ................................................................................................ 26

CHAPTER 9 Documents to be furnished in original ................................................................. 27

CHAPTER 10 Tentative Description of Softwares ...................................................................... 28

CHAPTER 11 Indicative Format of Financial Bid to be used for obtaining the rates from the

Empanelled vendors ........................................................................................... 29

ANNEXURE-1 Bid Form .............................................................................................................. 32

ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 35

ANNEXURE-3 Bidders Undertaking……………………………………………………………………..36

Page 3 of 37

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT HUB, 3rd Floor,

Altinho, Panaji-Goa-403001

NOTICE INVITING e-TENDER (NIT)

(Electronic mode only)

No.: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Date: 26/09/2017

Tender is invited by Info Tech Corporation of Goa Ltd. (ITG) in two bid – Eligibility cum

Technical bid and Commercial bid from well established and reputed organizations / agencies

who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven

track for the supply of software (Operating System, antivirus, Office suites, etc.) to various

Government departments/institutions/ organizations in the State of Goa.

Sr No Item Particulars

1 Description of the work SUPPLY & INSTALLATION OF SOFTWARE

2 Mode of Tendering E-Tendering

3 E-Tendering Website www.etender.goa.gov.in or

www.tenderwizard.com/GOA

4 Tender Document Fee Rs 2000/- Rupees Two thousand only

(Non-Refundable)

5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred

only (Non-Refundable)

6 Earnest Money Deposit

(E.M.D.) Rs. 5,000/- (Rupees Five thousand only)

7 Mode of Tender Document

& Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.

8 Date and Time for request of

Tender Document

26/09/2017 to 14/10/2017 ( up to 5 pm)

Page 4 of 37

9 Date and Time for Pre Bid

Meeting

03/10/2017 ( at10.30 am)

10 Date and Time for reply to

Pre Bid Clarification

04/10/2017 ( up to 11:59 pm)

11 Last Date and Time for

Online submission of bids

15/10/2017 (up to 11:59 pm)

12 Date and Time for opening /

of Eligibility bids cum

Technical

16/10/2017 ( at 11am)

13 Date and Time for opening /

of Commercial bids

17/10/2017 (at 11am)

Tenders not conforming to the requirements mentioned above and as laid down in the terms

and conditions or not accompanied by EMD in the form prescribed at the time of opening of

the eligibility cum Technical bid are liable to be summarily rejected. The decision of The

Managing Director, Info Tech Corporation of Goa Ltd., for purpose of Eligibility

Qualification shall be final and binding to all the tenderers/bidders.

a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure

to furnish all information required in the Tender or submission of a bid not substantially

responsive to the Tender in every respect will be at the Bidder’s risk and may result in the

rejection of the bid.

b. The Bidder shall use the electronic mode of tendering using the website

www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item

given in the RFP.

c. Late submission of bids is not be permitted by the e-Tendering System.

d. Last minute submission of bids should be avoided. As such, ITG will not be responsible

for any failures in submission of bids on time.

e. Incomplete or Conditional bids will be summarily rejected.

For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,

Mobile:-08888636107, Mr. Shramit, Mobile:-9689639092, Mr. Kiran, Mobile:-

08600651553, Mr. Shridhar, Mobile:-7888164051, email: [email protected].

For and on behalf of Info Tech Corporation of Goa Ltd.

Sd/-

Managing Director

Page 5 of 37

SCOPE OF THE PROJECT

Background

M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified

Organization, has been set up by the Government of Goa to promote overall growth of the

state's economy through the use of Information Technology.

M/s INFO TECH CORPORATION OF GOA LTD. under its business model generate

revenue by undertaking works of IT infrastructure under IT facility management services

wherein it provides various types of IT services to the Government

Departments/Organizations/Institutions/Corporations/Autonomous Bodies throughout the

state of Goa. Further, Department of Information Technology (DOIT), Government of Goa

has identified ITG as State Designated Agency for executing AMC of IT infrastructures for

all Government Departments & Organizations vide circular no. 7(368)2011/DOIT/AMC

Guidelines/1214 dated 21/08/2014.

Objective

Being the State Designated Agency for executing AMC of IT infrastructure for all

Government Departments & Organizations, ITG has been assisting the Departments &

Organizations by providing support and service to the IT infrastructure present in the

respective Departments & Organizations. However, it is often noticed that the computer

systems gets infected by virus because of the frequent use of USB storage devices (pendrives,

etc.) by the staff to transfer of data from one computer system to another computer system.

Further, as the systems are connected on the Goa Broad Band Network (GBBN), due to virus

issue, the computer systems, are immediately blocked from accessing or using the network.

This has often lead to the official works at the Departments coming to stand still.

In order to overcome the above issue, Departments purchase antivirus from the local vendors

who charge them very less initially and then in the name of updates charge extra amount

updation of antivirus

In order to make the antivirus installation process simple and to provide a single place of

assistance for smooth functioning of the computer systems in the Departments/Organizations,

Page 6 of 37

ITG has installed a server based antivirus in the Office of ITG, wherein the server is

connected to the internet and all the computer systems of the Departments which are on the

GBBN get the updates directly irrespective of whether they have internet connection or not.

The entire system works on the LAN & WAN respectively.

Page 7 of 37

DEFINITIONS & ACRONYMS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

ITG Info Tech Corporation of Goa Ltd., Goa

DOIT / DOIT Department of Information Technology, Goa

GOG Government of Goa

GSDC/SDC (Goa) State Data Center

GBBN Goa Broadband Network

OEM Original Equipment Manufacturer

EMD Earnest Money Deposit

DD Demand Draft

PAN Permanent Account Number

Deity Department of Electronics and Information Technology,

New Delhi

PBG Performance Bank Guarantee

NOC Network Operation Center

MAF Manufacturer’s Authorization Form

Purchaser Info Tech Corporation of Goa Ltd, Goa

Bidder/Tenderer Person/Company who bids against this tender

Contractor/Supplier Successful Tenderer / Bidder to whom tender is awarded

Contract An undertaking signed by the Vendor against the Tender

NMS Network Monitoring System

UPS Uninterrupted Power supply

LAN Local Area Network

Non-responsive Failure to furnish complete information in a given format

and manner required as per the tender documents or non-

submission of tender bid in given Forms/Pro-forma or not

following procedure mentioned in this tender or any of

Page 8 of 37

required details or documents is missing or not clear or

not submitted in the prescribed format or non submission

of tender fee or EMD.

AMC Annual Maintenance Contract

IT Infrastructure All the IT related equipments which includes hardware,

software’s, networking, etc.

Page 9 of 37

CHAPTER 1 Invitation for Bids (IFB)

1. Info Tech Corporation of Goa Ltd. (ITG) invites Eligibility cum Technical Bid from well

established and reputed organizations / agencies who fulfill the eligibility criteria and having

sufficient infrastructure, manpower and proven track record for the supply of software

(Operating System, antivirus, Office suites, etc.) to various Government

departments/institutions/ organizations in the State of Goa. Bidders should submit the

proposal on the tender wizard http://www.tenderwizard.com/goa .

2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding

the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital

Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at

the website.

3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying

Authority (CA) for e-Tendering Portal.

4. Complete bid document terms and conditions and tender form containing all the details has

been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and

http://www.tenderwizard.com/goa. The bid documents can be downloaded from

http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and

Tender Processing Fee online.

5. The Bids can be submitted up to date and time given in NIT.

6. An Earnest Money Deposit (E.M.D.) of Rs. 5,000/- (Rupees Twenty Five thousand only)

should be provided by the bidder. The EMD has to be paid online before the last date and

time for online submission of bids as given in the NIT. EMD in any other form will not be

accepted.

7. Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed format will be summarily rejected.

Page 10 of 37

8. The Eligibility cum Technical Bids will be opened as per schedule in NIT and in the presence

of the bidder or any of its representative. The bidder who qualify in the Eligibility cum

Technical evaluation process shall only be considered for empanellement.

9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process

unless and until a formal contract is signed and executed between the tendering authority and

the successful bidder.

10. Info Tech Corporation of Goa Ltd. disclaims any factual/ or any other errors in this document

(the onus is purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bid-proposal.

Page 11 of 37

CHAPTER 2 Eligibility Criteria & Mandatory Conditions

The bidder must fulfill the following eligibility conditions and must also submit documentary

evidence in support of fulfilling these conditions while submitting the Eligibility cum

Technical Bid. The scanned copy/copies of these documents should be uploaded on the e-

tendering website during submission of bids before its last date. Failure to comply with these

requirements may result in the bid being rejected.

Note: Bidders should read these conditions carefully and comply strictly while

sending/submitting their Bids.

ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN

THIS TENDER:

Keeping in mind the local service setup and accessibility required to extend support / services

for the installation, it is considered essential that the bidder should have a strong local

presence, specifically authorized for this Tender / project. The bidder should also provide the

“Manufacturer’s Authorization Certificate” (MAF) wherever necessary.

Sr

No

Clause Documents required

1 The bidder should have a registered IT/IT

Services/ITES office in the State of Goa by the same

name as the quoting company in the State for last

three (3) years as on the date of issue of the Notice

Inviting Tender.

a) Valid documentary proof of:

- Certificate of incorporation

- Registration Certificate

(upload and save as

“Document A”)

2 The bidder should have experience of supply &

installation of software (operating system software,

Antivirus, office suites, etc.) in Government

Departments/Public Sector Undertaking/Banks

/Financial Institution/ Central Autonomous

Bodies/State Autonomous Bodies/ reputed firms

during the last three (3) years (2014-15, 2015-16 &

2016-2017) as on the date of issue of notice inviting

tender.

a) Valid documentary proof of:

-Work orders confirming year

and Area of activity should be

attached.

*(upload and save as

“Document B”)

3 The bidder should have at-least minimum 03 a) Valid documentary proof of:

Page 12 of 37

qualified Service Engineers on its own pay roll

within the State of Goa with at least one year

experience in respective areas.

- Certificate from bidder for

number of qualified Engineers

professionals employed by the

bidder giving names & address

and any supporting document

indicating that service engineers

are on-board of firm/company.

*(upload and save as

“Document C”)

4 The bidder must have a financial turnover of

minimum Rs. 10 Lakhs during the last 3 financial

years (2014-15, 2015-16 & 2016-17) as on the date

of notice inviting tender.

a) Valid documentary proof of:

- CA Certificate showing Turn

over details.

*(upload and save as

“Document D”)

5 The bidder should submit an authorization by the

Manufacture(s)/OEM for the supply of softwares.

a) Valid documentary proof of:

- The Manufacturer’s original

authorization certificate (MAF)

/OEM

*(upload and save as

“Document E”)

6 The bidder shall neither be blacklisted nor barred by

GoG from rendering services to any of the

Government Departments/Organizations.

a) Valid documentary proof of:

-A signed copy of the

undertaking (Annexure-3)

with seal.

*(upload and save as

“Document F”)

7. The bidder should have GST Registration

Certificate.

a) Valid documentary proof of:

-GST Registration Certificate

*(upload and save as

“Document G”)

Page 13 of 37

CHAPTER 3 Bidding Process

The Bidding process below specifies the procedures that would regulate the overall bidding

process.

1. Selection of empanelled vendor is a two stage bidding process where in eligible

bidders shall submit their Eligibility cum Technical bid and Commercial bid.

a. Eligibility cum Technical bid will be evaluated for all the bidders.

b. Commercial bids of only those bidders will be opened who are qualified in the

Eligibility cum Technical bid.

c. Only those bidders who are willing to match the lowest (L1) price will be listed on

ITG’s List of Empanelled vendors for supply & installation of softwares.

2. Preparation of Bidding Document

a. The download of bidding document shall commence as specified in NIT and shall be

stopped as specified in NIT. The complete bidding document is also placed on the

websites as specified in the NIT. The prospective bidders are permitted to download the

bid document from the tender wizard but must pay the cost of tender/ bidding document

and etender processing fee while submitting the bids to ITG.

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

All the tenders are to be submitted in electronic mode only. The tender wizard will not

accept any tender submitted after the deadline for submission of Tenders prescribed by

the Purchaser.

b. Earnest Money Deposit (EMD)

i. Every bidder, participating in the bid must furnish the earnest money deposit as

specified in the Notice Inviting Tender (NIT).

ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the

name of any other firm/person other than the bidder who is applying for the tender

shall not be accepted.

Page 14 of 37

iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.

5,000/- (Rupees Five thousand only) should be provided by the bidder. The EMD

has to be paid online before the last date and time for online submission of bids as

given in the NIT. EMD in any other form will not be accepted.

v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be

refunded soon after the final list of empanelled vendors has been prepared. The EMD

of the successful bidders shall be returned only after a period of six months from the

date of finalizing the final list of empanelled vendors.

vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the

following cases:-

If the bidder withdraws or modifies his bid proposal after opening of bids or

during the period of bid validity or its extended period, if any; or

In the case of a successful bidder if the bidder fails to sign the contract for any

reason not attributable to the InfoTech Corporation of Goa Ltd. (ITG), Goa.

During the bid process, if a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and

finalization.

During the bid process, if any information found wrong / manipulated / hidden

in the bid.

EMD submitted in a different name other than the bidder who is applying in

the tender.

Tenders without valid E.M.D. at the time of opening of the technical bid will be

rejected.

3. Amendment of Bidding Document

i. At any time prior to the deadline for submission of the Bids, the tendering authority

may amend the Bidding document by issuing Corrigendum/ Addendum.

ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.

iii. To give prospective Bidders reasonable time in which to take a Corrigendum/

Addendum into account in preparing their Bids, the tendering authority may, at its

discretion, extend the deadline for the submission of the Bids.

Page 15 of 37

iv. Any change in date of submission and opening of bids would be communicated in

appropriate manner including the websites mentioned in the NIT.

4. Submission and Opening of Bids:

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and

other diligence activities, participation in meetings/discussions/presentations,

preparation of proposal, in providing any additional information required by ITG to

facilitate the evaluation process, and in negotiating a definitive contract or all such

activities related to the bid process. InfoTech Corporation of Ltd. will be in no case

responsible or liable for those costs, regardless of the conduct or outcome of the

bidding process.

b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent

correspondence and documents related to the bid and as submitted by the bidder, shall

be written only in English language. Also, any printed literature furnished by the

Bidder written in other language (other than English/ Hindi) must be accompanied by

an English/ Hindi translation in which case, for purposes of interpretation of the bid,

the appropriate translation by the Purchaser shall govern.

c. Documents comprising the Bid

i. The bidder should ensure that all the required documents, as mentioned in the

bidding document, are uploaded. Non submission of the required documents or

submission of the documents in a different format/ contents may lead to the

rejections of the bid/ proposal submitted by the bidder.

ii. Wherever applicable, the bidding form must be completed without any

alterations to its format, and no substitutes shall be accepted. All blank spaces

shall be filled in with the information requested.

iii. The contents of bid are listed below.

I. Eligibility cum Technical Bid:

a) The Eligibility Proposal should contain documents as listed in various

Chapters & Annexure of this bid document.

b) Prices must not be indicated in the Eligibility cum Technical bid.

d. Alternative Bids: Alternative bids shall not be considered at all.

e. Validity of Empanelment Tender & Commercials:

Page 16 of 37

It has been noticed that, in the IT industry, the ICT equipments or IT services keeps on

changing from time to time. However, in order to keep the procurement rate for a steady

period for providing services to the Department/ Organization/ Institutions/

Corporations/ Autonomous Bodies and at the same time to give some breathing space to

the empanelled vendors so as to give good services& support the following may be

noted:

i. The selected vendors will be on ITG empanelled list. Which shall be valid for a

period of two (02) years from the last date of submission of bids as per NIT.

ii. The commercial quotes shall be valid for a period of two (02) years only from the

last date of submission of bids as per NIT.

f. Deadline for submission of Bids:

i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later

than the date and time indicated in the NIT.

ii. Normally, the date of submission and opening of bids would not be extended.

However, in exceptional circumstances or when the bidding document is required

and the time with the prospective bidders for preparation of bids appears

insufficient, the date may be extended by the tendering authority and due

publicity to such change in date of opening of bids would be given. In such cases,

it would be ensured that after issue of corrigendum, reasonable time is available

to the bidders to prepare and submit their bids. Any change in date of submission

and opening of bids would also be placed on the respective websites immediately.

However, if the modifications in bidding document, specifications of goods and

service are substantial, fresh publication of original bid inquiry may also be

issued.

iii. The tendering authority may, at its discretion, extend the deadline for the

submission of bids by amending the bidding document, in which case all rights

and obligations of the tendering authority and bidders previously subject to the

deadline shall thereafter would be subject to the deadline as extended.

g. Delayed / Late Bids:

i. Bids must be submitted in electronic mode only. The tender wizard will not

accept any bid submitted after the deadline as indicated in the NIT.

ii. Towards the end of the deadline time, the tender wizard server is likely to get

jammed due to the heavy flow of traffic on the server. Hence, all the Bidders

participating in the tender are requested to submit the bids well in advance before

the deadline time period as indicated in the NIT.

Page 17 of 37

iii. Documents relevant to the Eligibility cum Technical bid which needs to submit in

the office of ITG, should be submitted before the opening of the Eligibility cum

Technical bid as indicated in the NIT. Bids received after the due date and the

specified time (including the extended period if any) for any reason whatsoever,

shall not be entertained and shall be returned unopened.

iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of

the documents. No further correspondence on the subject will be entertained. The

Managing Director, InfoTech Corporation of Goa Ltd. will not accept any

responsibility for any problems arising for delay in the submission of the tender.

h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,

substitute, or modify its bid after it has been submitted before the deadline

prescribed for submission of bids as per the e-tendering process.

i. Bid Opening:

i. The designated Technical Committee will perform the bid opening, which is a

critical event in the bidding process.

ii. The tendering authority shall conduct the bid opening at the date and time

specified in the NIT.

iii. All the bids received up to the specified time and date shall be opened by the

members of the designated Committee after entering their corresponding

credentials (login id and digital signatures) in the website

http://www.tenderwizard.com/goa.

The tendering authority shall download all the documents submitted by the

tenderer / bidder and place the same in the presence of bidder or his/her

authorized representative who choose to attend at the date and time specified in

the NIT. The representatives of the bidders are advised to carry the identity card

or a letter of authority from the tendering firms to identify their bonafides for

attending the opening of the proposal. The bidder’s representatives who are

present shall sign the attendance register present.

The eligibility cum Technical bid shall be opened and all the bidders who are in

the race (participated) of tender shall be notified to the bidders present. All the

bids shall be downloaded one at a time, and the following may be read out and

Page 18 of 37

recorded: the name of the bidder, the submission or non-submission of the Tender

Fee, EMD.

5. Bid Evaluation

a. Guiding Principle for Evaluation of Bids

i. The tendering authority shall determine to its satisfaction whether the bidder that is

selected as having submitted the best and responsive bid is qualified to perform the

Contract satisfactorily.

ii. The determination shall be based upon the examination of the documentary

evidence of the bidder's qualifications submitted by the bidder.

iii. An affirmative determination shall be a prerequisite for selection of the bidder to

be empanelled and a negative determination shall result in disqualification of the

bid.

iv. The tendering authority/ tender evaluation committee, in observance of best

practices, shall: -

Maintain the bid evaluation process strictly confidential.

Reject any attempts or pressures to distort the outcome of the evaluation,

including fraud and corruption.

Strictly apply only and all of the evaluation and qualification criteria specified

in the bidding document.

b. Confidentiality

i. Information relating to the examination, evaluation, comparison, and post

qualification of bids, and recommendation, shall not be disclosed to bidders or

any other persons not officially concerned with such process until publication of

the Empanelled list.

ii. All materials submitted by the bidder becomes the property of InfoTech

Corporation of Ltd. and may be returned at its sole discretion, provided, any

materials which are identified as “Proprietary and Confidential Material of Bidder”

shall remain the property of such bidder and the ITG will maintain confidentiality

of such materials.

Page 19 of 37

iii. Any attempt by a bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the bids may result

in the rejection of his bid.

iv. From the time of bid opening to the time of publication of the Empanelled list, if

any bidder wishes to contact the tendering authority on any matter related to the

bidding process, he is allowed to do so only in writing.

c. Clarification of Bids

i. To assist in the examination, evaluation, comparison and post qualification of the

bids, the tendering authority committee may, at its discretion, ask any bidder for a

clarification of his bid. The tendering authority's request for clarification and the

response shall be in writing.

ii. Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the tendering authority shall not be considered.

d. Determination of Responsiveness

i. The tendering authority's determination of the responsiveness of a bid would be

based on the contents of the bid itself.

ii. A responsive bid would be the one that meets the requirements of the bidding

document without material deviation, reservation, or omission where: -

"Deviation" is a departure from the requirements specified in the bidding

document;

"Reservation" is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the bidding document;

and

"Omission" is the failure to submit part or all of the information or

documentation required in the bidding document.

iii. The tendering authority 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 or reservation.

e. Non-material Non-conformities

Page 20 of 37

i. Provided that a bid is responsive, the tendering authority may waive any

nonconformity in the bid that does not constitute a material deviation, reservation

or omission.

ii. Provided that a bid is responsive, the tendering authority may request that the

bidder submit the necessary information or documentation, within a reasonable

period of time, to rectify nonmaterial nonconformities. Requesting information or

documentation on such nonconformities shall not be related to any aspect of the

price of the bid. Failure of the bidder to comply with the request may result in the

rejection of its bid.

f. Evaluation of Bids

i. The tendering authority shall evaluate each bid that has been determined, up to the

stage of the evaluation, to be responsive.

ii. To evaluate a bid, the tendering authority shall use all the criteria and

methodologies defined in the bidding document.

iii. The eligibility evaluation shall be completed by the designated Committee as

early as possible after opening of eligibility cum Technical bid.

iv. The bidders which could not qualify in eligibility evaluation will be informed

about this fact.

g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering

authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to publication of the empanelled list,

without thereby incurring any liability to the bidder or bidders or any obligation to

inform the affected bidder or bidders of the grounds for the Purchasers action.

h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without

assigning any reason.

Page 21 of 37

CHAPTER 4 Disqualification of Bids

1. Tendering Authority may in its sole discretion and at any time during the processing of

Bid, disqualify any bidder from the Biding process if the bidder:-

Has submits the required Bid documents after the prescribed date and time of

submission of Bid.

Submits Bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or is non-responsive.

Has not submitted the bid in accordance with the bid document.

Does not meet the minimum eligibility criteria as mentioned in the bid document.

Mislead or made false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Is found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, being involved in

litigation or financial failures, etc.

Failed to provide clarifications related thereto, when sought.

Has submits more than one bid. This will cause disqualification of all bids submitted

by such bidder except the last Bid received.

Has imposed conditions in his bid, during validity of the bid or its extended period.

2. Applicants who are found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes or other

illegal gratification, shall be disqualified from the process at any stage.

3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be

disqualified.

Page 22 of 37

CHAPTER 5 General Terms and Conditions of Bid

Note: Bidders must read these conditions carefully and comply strictly while sending/

submitting their Bids.

1. The software shall be supplied and installed on-site comprehensive.

2. Preventive Maintenance activity shall include updation of Service packs, drivers &

Operating System patches.

3. The Vendor shall provide a Service Escalation Matrix with contact details (escalation

hierarchy, contact person, number, address and e-mail) to which the

Department/Organization shall contact for any software support.

4. Any activity, as a part of updation, that requires stopping of services or shutdown of

equipments shall be carried out in consultation with the Department/Organization after

necessary intimation, and this activity shall be taken up only during the non-working

hours or on holidays in order to reduce non-availability of services.

5. If the service provided by the Vendor is found unsatisfactory, the

Department/Organization will give written complaint to ITG. In such case, ITG shall

ensure that the Vendor provides satisfactory service to the Department/Organization by

issuing a warning at the first instance. Further, if such instances are repeated more than 5

times, ITG at its discretion, will terminate the contract of the Vendor and no payments

will be made in such cases.

6. ITG and Department/Organization shall jointly review and monitor the performance of

the vendor & the same shall be recorded by ITG for future reference.

7. The Vendor shall not sub-contract the services to any Organization, person, firm or its

franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been

done, then ITG, at its discretion, may terminate the supply and such Vendor shall be

liable for blacklisting.

8. At the end of complete installation of the software, ITG in coordination with

Department/Organization shall certify that the installation is satisfactory and that no faults

or complaints are pending issues are present.

9. The vendor for providing the supply & installation, may provide the authorization letter

from the concerned OEM.

Page 23 of 37

10. Dispute Resolution Mechanism: The vendor and ITG shall endeavor their best to

amicably settle all disputes arising out of or in connection with the Contract in the

following manner:

a) The Party raising a dispute shall address to the other Party a notice requesting an

amicable settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officers nominated by ITG and the

Authorized Official of the Contractor. The matter shall then be resolved between them

and the agreed course of action documented within a further period of 15 days.

b) If any dispute arises out of the contract with regard to the interpretation, meaning and

breach of the terms of the contract, the matter shall be referred to by the Parties to the

Chairman, InfoTech Corporation Of Goa Ltd., Goa who will be the Sole Arbitrator

and whose decision shall be final.

c) In case any dispute between the Parties, does not settle by negotiation in the manner

as mentioned above, the same may be resolved exclusively by arbitration and such

dispute may be submitted by either party for arbitration within 20 days of the failure

of negotiations. Arbitration shall be held in Goa and conducted in accordance with the

provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or

re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and

the two arbitrators shall jointly appoint the third or the presiding arbitrator. The

“Arbitration Notice” should accurately set out the disputes between the parties, the

intention of the aggrieved party to refer such disputes to arbitration as provided

herein, the name of the person it seeks to appoint as an arbitrator with a request to the

other party to appoint its arbitrator within 45 days from receipt of the notice. All

notices by one party to the other in connection with the arbitration shall be in writing

and be made as provided in this tender document. Each Party shall bear the cost of

preparing and presenting its case, and the cost of arbitration, including fees and

expenses of the arbitrators, shall be shared equally by the Parties unless the award

otherwise provides. The contractor shall not be entitled to suspend the Service/s or the

completion of the job, pending resolution of any dispute between the Parties and shall

continue to render the Service/s in accordance with the provisions of the

Contract/Agreement notwithstanding the existence of any dispute between the Parties

or the subsistence of any arbitration or other proceedings.

Page 24 of 37

d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or

Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.

11. Additional Software:

It may be noted that in certain scenario Departments & Organizations need specific software

to be covered which may not be available in the empanelled list of Softwares published by

ITG. It is further proposed that ITG may seek the software rates of that particular Software

from the empanelled vendors of ITG. The same may be obtained either by the e-tendering in

limited mode or through email. Further, if the empanelled vendors are not in position to quote

for the same then ITG will seek the same from open market by inviting quotations.

If the terms and conditions mentioned in the tender are contradicting the terms and conditions

appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech

Corporation of Goa Ltd. to choose the over-riding terms and conditions. In any case, the

decision of the Managing Director, InfoTech Corporation of Goa Ltd .shall be final and

binding on all parties concerned.

Page 25 of 37

CHAPTER 6 Selection of Empanelled Vendors

1. Procedure for selection of Vendors as “ITG’s Empanelled Software Vendors”:

a) The scrutiny of the Eligibility cum Technical bid will be done by a committee duly

constituted by ITG.

b) After the scrutiny of the Eligibility cum Technical bid by the committee, the

Commercial bids of the firms which have qualified in the Eligibility cum Technical

bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the

Softwares.

c) The offers shall be evaluated for each Software with L1 being the lowest offer.

Thereafter, ITG shall place before the vendors a list of the lowest (L1) rates obtained

for Softwares.

d) All the qualified vendors shall be given an opportunity to match the lowest (L1) rates

obtained for softwares. Thereafter, all the vendors who match the lowest (L1) rates

obtained by ITG will thereafter be listed on ITG’s final empanelled list for installation

& supply of softwares.

2. Procedure for placement of Software order on Empanelled Vendors:

a) ITG will send its Software proposal to the Department.

b) The Department will then submit their request for Software to ITG.

c) ITG will be the final authority who will decide on which vendor the contract should

be awarded. The decision of ITG will be fine in this regard.

.

Page 26 of 37

CHAPTER 7 Escalation Matrix Escalation Matrix

All the empanelled vendors shall provide the escalation matrix details to be followed

Sr No Support

Level

Name Address Phone No Email

1 Level 1 Service Call

Coordinator

XXX XXX xxxx@

2 Level 2 Senior

Service Call

Coordinator

XXX XXX xxxxx@

3 Level 3 Senior

Service Call

Manager

XXX XXX xxxxx@

4 Level 4 Name of

Owner of the

firm

XXX XXX xxxxx@

Note:

1. The calls will be received centrally by the agency and shall be attended immediately

by their service engineer on receipt of the same.

CHAPTER 8 Terms of Payment

The payment towards the supply & installation of software shall be released to the vendor by

ITG only after receiving the payments from the concerned Departments/ Organizations/

Autonomous Bodies, etc.

Note:

1. Advance payment shall not be paid.

2. Payment would be made for the actual installation carried out.

3. Payment shall be made in Indian Rupees only.

Pre Bid Queries Format Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id

[email protected] in the prescribed format before the pre bid meeting i:e

(03.10.2017 at 10.00 am).

Name of the Firm

Sr.

No

Tender Document

page no

Tender document

clause no

Clause details Query

Page 27 of 37

CHAPTER 9 Documents to be furnished in original

The tenderer/bidder should submit the following documents in original on or before

16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum

Technical Bid.

1.Bid Form as per Annexure-1

2.EMD e-Challan receipt

3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;

if any.

4.Undertaking of the tenderer/bidder as per Annexure-3

The above original documents should be put in a single cover and super-scribed

“Empanelment for supply & Install of Software” and be addressed to The Managing Director,

InfoTech Corporation of Goa Ltd., IT HUB, 3rd Floor, Altinho, Panaji- Goa-403001.

Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of

all criteria’s, while submitting its bid(s). The scanned copy of these documents should be

uploaded on the e-tendering wizard during submission of bids before its last date.

Failure to comply with these requirements may result in the bid being rejected. No hard

copy of the bid shall be accepted in the office of ITG other than the documents

mentioned in Chapter 9

Page 28 of 37

CHAPTER 10 Tentative Description of Softwares

Sr no Description of ICT Equipment Brand

1 System Softwares

Windows 10 Professional 64-bit

2 Antivirus Softwares

Net Protector, Quick Heal, K7, Kaspersky

3 Microsoft Office

MS Office (Indic Version), MS Office 2013

Professional

Page 29 of 37

CHAPTER 11 Indicative Format of Financial Bid to be used for obtaining the rates from the Empanelled vendors

Tender Inviting Authority: Info Tech Corporation of Goa Ltd., Goa

Name of Work: Empanelment of for the supply of system software (Operating System, antivirus, Office suites,etc) to various

Government departments/institutions/ organizations in the State of Goa

Tender No: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017

NAME OF THE BIDDER

NOTE: IF ANY COLUMS LEFT BLANK IT WILL BE CONSIDRED AS ZERO (0)

Sr. No

Item Name (Approximate specification)

Brand/ Model

Base Rate in Rupees per

item

Tax as per GST in %

Total Cost in Rupees (incl. of GST)

Total Cost in Words (incl. of GST)

1 Windows operating System

(Windows 10 Professional 64-bit) 0.00

2 Microsoft Office MS 2013 (Indic

Version) with Media and License 0.00

3 MS Office 2013 Professional

with Media and License 0.00

4 MS Office 2016 Professional

with Media and License 0.00

5 Office Suite with Media and

License

0.00

6 Net Protector Antivirus (Server

Based) for 1 year

0.00

7 Net Protector Antivirus (Server

Based) for 3 years

0.00

8 Net Protector Antivirus (Server

Based) for 5 years

0.00

Page 30 of 37

9 Quick Heal (Server Based) for 1

year

0.00

10 Quick Heal (Server Based) for 3

years

0.00

11 Quick Heal (Server Based) for 5

years

0.00

12 K7 Antivirus (Server Based) for 1

year

0.00

13 K7 Antivirus (Server Based) for 3

years

0.00

14 K7 Antivirus (Server Based) for 5

years

0.00

15 Kaspersky (Server Based) for 1

year

0.00

16 Kaspersky (Server Based) for 3

years

0.00

17 Kaspersky (Server Based) for 5

years

0.00

Note: a) All rates quoted must be inclusive of all GST & FOR destination. Insurance of transit shall be the responsibility of the vendor.

b) Free updates must be provided for all above mentioned antivirus.

Page 31 of 37

Instruction for filling Financial Bid in e-tendering portal

1. Bidders should only fill the cells formatted in white color.

2. Bidder name should not contain special characters. Enter alphanumeric characters only for bidder‟s name.

3. No change/modification/applying of formula in template of BoQ downloaded from the website is allowed by the bidder. Any

change/modification/applying of formula will corrupt the BoQ.xls which in turn may lead to problem in uploading the BoQ while

submitting the Bid.

Page 32 of 37

ANNEXURE-1 Bid Form

I. Addressed to:

a. Name of the Bidding authority Managing Director

b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)

IT HUB, 3rd Floor, Altinho-Panaji-

Goa-403001

c. Telephone (0832) 2226042 / 2225192

II. ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017

III. Other related details:

1. Name of Bidder with Office

Address

2. Name & Designation of

Authorized Signatory

3. Year of Establishment

4. Type of Firm Public

Ltd.

Private

Ltd.

Partnersh

ip

Proprietar

y

Put Tick (

5. Telephone Number(s)/

Mobile

6. Website URL

7. Fax No.

8. Email Address

9. Registered

Office

Address in

Goa

Address

Phone Fax:

Contact

Person

10.

Service

Center (s) in

Goa

Address

Phone Fax:

Contact

Person

(Enclose list of Service Center consisting name of contact person, telephone

no., e-mail address, office address.)

11. Annual Turnover for the last

3 years

(a certificate of CA should

be enclosed as proof)

2014-15 2015-16 2016-17

Page 33 of 37

12. Existence of the

Organization for the last 3

years in Goa

(Municipal / Panchayat

Trade License copy/ Sales

Tax/ Commercial Tax

Registration or any other

document specifically in

name of tenderer/bidder to

be attached)

(Proof showing

documentary evidence

should be uploaded)

13. Has the Bidder been black-

listed by any of the offices

of the Govt. of Goa? If so,

details may be provided

IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)

has been deposited vide cash receipt/ e-challan no.____________ dated __________

in favour of the Info Tech Corporation of Goa Ltd, Altinho-Panaji-Goa.

V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five

Hundred Only) has been deposited vide cash receipt/ e-challan no.____________

dated __________ in favour of the Info Tech Corporation of Goa Ltd., Altinho-

Panaji-Goa .

VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the

Bidding Authority and also the further conditions of the said Bid Notice given in the

attached sheets (all the pages of which have been digitally signed by us in token of

acceptance of the terms mentioned therein).

VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids

will disqualify the Bid. However the Bidder can reproduce exactly the same format

for clarity in filling due to shortage of space.

VIII. The rates quoted are valid for 2 years from the date of opening of bid. The validity

period can be extended with mutual agreement. Following documents are attached

towards the proof of earnest money deposited in favor of Info Tech Corporation of

Goa Ltd., Altinho-Panaji-Goa.

S.No Earnest Money deposited through Number Dated

1. E-Challan No

Page 34 of 37

IX. This Bid form and Terms & Conditions in token of acceptance along with duly filled

letter of undertaking / declaration.

Signature : ________________________________

Name : ________________________________

Designation : ________________________________

Place : ________________________________

Date & Seal : _______________________________

Page 35 of 37

ANNEXURE-2 Manufacturers Authorization Certificate (OEM)

(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)

(Certificate to be issued by OEM/ manufacturer of the product(s) on the company

letterhead)

To, The Managing Director,

InfoTech Corporation of Goa Ltd.,

Altinho-Panaji- Goa.

NIT Reference: ITG-IT/0109/Empanel Vendors (Softwares)/2017 Dated: 26/09/2017

1. This is to certify that M/s ………………………………….…. (Name, complete address,

city) are our authorized ………………………………….…. (Distributor/ Dealer / Channel

partner) for the sale, support and services for the …………………..…. (Name of the

product(s)) for the software i.e. for two years.

2. We also undertake that we would provide the support for the supplied product/ products,

updates and patches during the period.

3. In respect of licensed softwares, we undertake that the same shall be supplied along with

the authorized license certificate with our name/logo if any. Also, that it shall be sourced

from the authorized source for use in India.

4. Our technical support/assistance centers (Name, address & communication details) shall

provide 24x7 support over Toll Free Numbers as well as web-based support. Below are the

required details:

Our technical support/ assistance centers (Name, address & communication details) shall

provide telephonic or web support. Below are the required details:

1……………………………………………………………………………

2……………………………………………………………………………

3……………………………………………………………………………

(Signature with seal / stamp of the company)

Name:

Designation:

Place:

Date:

Page 36 of 37

ANNEXURE-3 Bidders Undertaking (Indicative Format)

(The form should be signed with seal and then scanned and uploaded on the tender

wizard)

(Certificate to be issued by bidder on the company letterhead)

U N D E R T A K I N G

To,

The Managing Director,

InfoTech Corporation of Goa Ltd.,

Altinho-panaji-Goa

Sub: Undertaking for participating in the tender reference: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017

We, _____<Name of the firm>______, having a registered office at _______<Office

address>__________, bearing registration no. <Registration no.> , state the

following in respect of the tender for supply & installation of softwares to various

Government departments/institutions/ organizations in the State of Goa.

1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to

undertake full responsibility for providing the software installation services with

onsite support.

2. We hereby confirm that we are neither blacklisted/barred by Government / Semi –

Government / Quasi- Government organization or Govt. Corporation at any point of

time during the last three financial years ending March 2017 and in the current

financial year as on the date of notice inviting tender.

3. In respect of licensed softwares, we undertake that the same shall be supplied along

with the authorized license certificate.

4. We hereby also declare that all the particulars furnished by us in this Tender are true

to the best of my/our knowledge and we understand and accept that if at any stage,

the information furnished is found to be incorrect or false, we are liable for

Page 37 of 37

disqualification from this tender and also are liable for any penal action that may

arise due to the above.

5. We declare that the Eligibility cum Technical bid has been submitted without any

conditions and strictly as per the conditions of the tender document and we are aware

that the bid is liable to be rejected if it contains any other conditions.

(Signature with seal / stamp of the company)

Name:

Designation:

Place:

Date:

Page 1 of 43

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT HUB, 3rd Floor,

Althino, Panaji, Goa -403001

Annual Maintenance Contractof

ICT Equipments

TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FORPROVIDING ANNUNAL MAINTENANCE CONTRACT OF ICT

EQUIPMENTS IN THE GOVERNMENT DEPARTMENTS /ORGANIZATIONS / INSTITUTIONS

Government of Goa

Tender No.: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017

Page 2 of 43

Table of Contents

NOTICE INVITING e-TENDER (NIT)............................................................................................. 3

SCOPE OF THE PROJECT ............................................................................................................... 5

DEFINITIONS & ACRONYMS........................................................................................................ 6

CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7

CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9

CHAPTER 3 Bidding Process.................................................................................................... 11

CHAPTER 4 Disqualification of Bids ....................................................................................... 19

CHAPTER 5 General Terms and Conditions of Bid.................................................................. 20

CHAPTER 6 Selection of AMC Vendors .................................................................................. 25

CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 26

CHAPTER 8 Terms of Payment ................................................................................................ 27

CHAPTER 9 Documents to be furnished in original ................................................................. 28

CHAPTER 10 Tentative Description of ICT Equipments under AMC ........................................ 29

CHAPTER 11 Format of Financial Bid to be used for obtaining the rates from the Empanelled

vendors............................................................................................................... 30

ANNEXURE-1 Bid Form .............................................................................................................. 37

ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 40

ANNEXURE-3 Bidders Undertaking ........................................................................................... 42

Page 3 of 43

Info Tech Corporation of Goa Limited(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]Above Alcon Hyundai Showroom, 3rd Floor,

NH 17, Panaji, Goa-403501

NOTICE INVITING e-TENDER (NIT)(Electronic mode only)

No.: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017

Tender is invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum

Technical bid & commercial bid from well established and reputed organizations / agencies

who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven

track record in providing AMC of ICT Equipments to various Government

departments/institutions/ organizations in the State of Goa.

Sr No Item Particulars

1 Description of the work AMC of ICT Equipments

2 Mode of Tendering E-Tendering

3 E-Tendering Website www.etender.goa.gov.in orwww.tenderwizard.com/GOA

4 Tender Document Fee Rs 2000/- Rupees Two thousand only(Non-Refundable)

5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundredonly (Non-Refundable)

6 Earnest Money Deposit(E.M.D.)

Rs. 25,000/- (Rupees Twenty Five thousandonly)

7 Mode of Tender Document& Processing Fees

To be paid online through e-payment modevia NEFT/RTGS/OTC/debit card/credit cardfacility with pre-printed challans available one-tendering website and directly credit theamount to ITG account as generated by challanand upload the scanned copy ofNEFT/RTGS/OTC/debit card/credit cardchallan along with the bid.8 Date and Time for request of

Tender Document26/09/2017 to 14/10/2017 (upto 5.00 pm)

9 Date and Time for Pre BidMeeting.

03/10/2017 (at 11.00 pm)

Page 4 of 43

10 Date and Time for reply toPre Bid Clarification.

04/10/2017 (upto 11.59 pm)

11 Last Date and Time forOnline submission of bids

15/10/2017 (upto 11.59 pm)

12 Date and Time for openingof Eligibility cum Technicalbid bids

16/10/2017 (at 12.00 pm)

13 Date and Time for openingof Commercial bids

17/10/2017 (at 12.00 pm)

Tenders not conforming to the requirements mentioned above and as laid down in the terms

and conditions or not accompanied by EMD in the form prescribed at the time of opening of

the Eligibility cum Technical bid are liable to be summarily rejected. The decision of The

Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility

Qualification shall be final and binding to all the tenderers/bidders.

a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure

to furnish all information required in the Tender or submission of a bid not substantially

responsive to the Tender in every respect will be at the Bidder’s risk and may result in the

rejection of the bid.

b. The Bidder shall use the electronic mode of tendering using the website

www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item

given in the RFP.

c. Late submission of bids is not be permitted by the e-Tendering System.

d. Last minute submission of bids should be avoided. As such, ITG will not be responsible

for any failures in submission of bids on time.

e. Incomplete or Conditional bids will be summarily rejected.

For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,

Mobile:-08888636107, Mr. Rajesh, Mobile:-8554878738, Mr. Kiran, Mobile:-08600651553,

Mr. Shrider, Mobile:-7888164051,Shramit:-9689639092 email: [email protected].

For and on behalf of Info Tech Corporation of Goa LtdSd/-

Managing Director

Page 5 of 43

SCOPE OF THE PROJECT

Background

M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified

Organization, has been set up by the Government of Goa to promote overall growth of

the state's economy through the use of Information Technology.

M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of

Department of Information Technology has been providing various IT services to

Government departments/institutions/ organizations in the State of Goa who has setup

the required ICT Equipments for the use of e-Governance Application, etc in their

respective offices with an aim towards creating an e-citizen for all transactions and for

making Goa as an “Intelligent State”.

Objective

The technological advancements in Information & Communication Technology are very

rapid and continuous. The e-Governance Application development is in various stages of

implementation in almost all State Government Departments & Government

Organizations. The various Government Departments & Organizations has setup this

ICT Equipments for use of e-Governance Application. In order to get efficient

management of ICT Equipments existing in their Offices, a number of requests are

received from these Departments & Organizations. Maintenance of this ICT Equipments

is absolutely necessary.

It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the

concerns for management of ICT Equipments in various Departments and Organizations

under the Government.

Page 6 of 43

DEFINITIONS & ACRONYMS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

ITG Info Tech Corporation of Goa Ltd, Goa

DOIT / DOIT Department of Information Technology, Goa

GOG Government of Goa

GSDC/SDC (Goa) State Data Center

GBBN Goa Broad Band Network

OEM Original Equipment Manufacturer

EMD Earnest Money Deposit

DD Demand Draft

PAN Permanent Account Number

Deity Department of Electronics and Information Technology,New Delhi

PBG Performance Bank Guarantee

NOC Network Operation Center

MAF Manufacturer’s Authorization FormPurchaser Info Tech Corporation of Goa Ltd, Goa

Bidder/Tenderer Person/Company who bids against this tender

Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded

Contract an undertaking signed by the Vendor against the Tender

NMS Network Monitoring System

UPS Uninturpeted Power supply

LAN Local Are Network

Non-responsive failure to furnish complete information in a given formatand manner required as per the tender documents or non-submission of tender bid in given Forms/Pro-forma or notfollowing procedure mentioned in this tender or any ofrequired details or documents is missing or not clear ornot submitted in the prescribed format or non submissionof tender fee or EMD

AMC Annual Maintenance Contract

IT Infrastructure All the IT related equipments which includes hardware,softwares, networking,etc

Page 7 of 43

CHAPTER 1 Invitation for Bids (IFB)

1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum Technical bid from well

established and reputed organizations / agencies who fulfill the eligibility criteria and having

sufficient infrastructure, manpower and proven track record in providing AMC of ICT

Equipments to various Government departments/institutions/ organizations in the State of

Goa. Bidders should submit the proposal on the tender wizard

http://www.tenderwizard.com/goa .

2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding

the e-tendering process and refer to the link "Vendor Info", "Information About DSC (Digital

Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at

the website.

3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying

Authority (CA) for e-Tendering Portal.

4. Complete bid document terms and conditions and tender form containing all the details has

been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and

http://www.tenderwizard.com/goa. The bid documents can be downloaded from

http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and

Tender Processing Fee online.

5. The Bids can be submitted up to date and time given in NIT.

6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five thousand only)

should be provided by the bidder. The EMD has to be paid online before the last date and

time for online submission of bids as given in the NIT. EMD in any other form will not be

accepted.

7. Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed format will be summarily rejected.

Page 8 of 43

8. The Eligibility cum Technical bid will be opened as per schedule in NIT and in the presence

of the bidder or any of its representative . The bidder who qualify in the Eligibility cum

Technical evaluation process shall only be considered for empanellement.

9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process

unless and until a formal contract is signed and executed between the tendering authority and

the successful bidder.

10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document

(the onus is purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bid-proposal.

Page 9 of 43

CHAPTER 2 Eligibility Criteria & Mandatory Conditions

The bidder must fulfill the following eligibility conditions and must also submit documentaryevidence in support of fulfilling these conditions while submitting the Eligibility cumTechnical bid. The scanned copy/copies of these documents should be uploaded on the e-tendering website during submission of bids before its last date. Failure to comply with theserequirements may result in the bid being rejected.

Note: Bidders should read these conditions carefully and comply strictly whilesending/submitting their Bids.

ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING INTHIS TENDER:

Keeping in mind the local service setup and accessibility required to extend support /maintenance services during the AMC period, it is considered essential that the bidder shouldhave a strong local presence, specifically authorized for this Tender / project. The biddershould also provide the “Manufacturer’s Authorization Certificate” (MAF) wherevernecessary.

Sr

No

Clause Documents required

1 The bidder should have a registered IT/IT

Services/ITES office by the same name as

the quoting company in the State of Goa for

last three (3) years as on the date of issue of

the Notice Inviting Tender.

a) Valid documentary proof of:

- Certificate of incorporation

- Registration Certificate

**(Upload & Save as Document A)

2 The bidder should have experience of

providing AMC Services/Supply order with

maintenance/service for ICT Equipments in

Government Departments/Public Sector

Undertaking/Banks /Financial Institution/

Central Autonomous Bodies/State

Autonomous Bodies/ other reputed firms

during the last three (3) years as on the date

of issue of the Notice Inviting Tender.

a) Valid documentary proof of:

-Work orders confirming year and Area

of activity should be attached.

**(Upload & Save as Document B)

3 The bidder should have at-least minimum a) Valid documentary proof of:

Page 10 of 43

Five (5) qualified Service Engineers on its

own pay roll within the State of Goa with

experience in respective areas.

- Certificate from bidder for number of

qualified Engineers professionals

employed by the bidder giving names &

address.& phone nos. & any supporting

document indicating the service engineers

are on board of firm/company.

**(Upload & Save as Document C)

4 The bidder must have a financial turnover

of minimum Rs. 20 Lakhs during the last 3

years ending 31st March of the previous

financial year (2014-15, 2015-16, 2016-17)

.

a) Valid documentary proof of:

- CA Certificate showing Turn over

details.

**(Upload & Save as Document D)

5 The bidder should submit an Manufacture

Authorization Form(MAF) for the all ICT

equipments to be taken under AMC.

a) Valid documentary proof of:

- The Manufacturer’s original

authorization certificate (MAF)

Annexure-II

**(Upload & Save as Document E)

6 The bidder shall not be blacklisted or barred

by GoI/GoG from rendering services to any

of the Government

Departments/Organizations

a) Valid documentary proof of:

-A signed copy of the undertaking

(Annexure-III) with seal.

**(Upload & Save as Document F)

Page 11 of 43

CHAPTER 3 Bidding Process

The Bidding process below specifies the procedures that would regulate the overall bidding

process.

1. Selection of empanelled vendor is a two stage bidding process where in eligible

bidders shall submit their Eligibility cum Technical bid.

a. Eligibility cum Technical bid will be evaluated for all the bidders.

b. Commercial Bids of only those bidders will be opened who are qualified in the

Eligibility cum Technical bid .

c. Only those bidders who are willing to match the lowest (L1) price will be listed on

ITG’s List of Empanelled Vendors for works of AMC of ICT Equipments.

2. Preparation of Bidding Document

a. The download of bidding document shall commence as specified in NIT and shall be

stopped as specified in NIT. The complete bidding document is also placed on the

websites as specified in the NIT. The prospective bidders are permitted to download the

bid document from the tender wizard but must pay the cost of tender/ bidding document

and etender processing fee while submitting the bids to ITG.

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

All the tenders are to be submitted in electronic mode only. The tender wizard will not

accept any tender submitted after the deadline for submission of Tenders prescribed by

the Purchaser.

b. Earnest Money Deposit (EMD)

i. Every bidder, participating in the bid must furnish the earnest money deposit as

specified in the Notice Inviting Tender (NIT).

ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the

name of any other firm/person other than the bidder who is applying for the tender

shall not be accepted.

Page 12 of 43

iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.

25,000/- (Rupees Twenty Five thousand only) should be provided by the bidder.

The EMD has to be paid online before the last date and time for online submission of

bids as given in the NIT. EMD in any other form will not be accepted.

v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be

refunded soon after the final list of empanelled vendors has been prepared. The EMD

of the successful bidders shall be returned only after a period of six months from the

date of finalizing the final list of empanelled vendors.

vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the

following cases:-

If the bidder withdraws or modifies his bid proposal after opening of bids or

during the period of bid validity or its extended period, if any; or

In the case of a successful bidder if the bidder fails to sign the contract for any

reason not attributable to the InfoTech Corporation of Goa Ltd (ITG), Goa.

During the bid process, if a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and

finalization.

During the bid process, if any information found wrong / manipulated / hidden

in the bid.

EMD submitted in a different name other than the bidder who is applying in

the tender.

Tenders without valid E.M.D. at the time of opening of the technical bid will berejected.

3. Amendment of Bidding Document

i.At any time prior to the deadline for submission of the Bids, the tendering authority

may amend the Bidding document by issuing Corrigendum/ Addendum.

ii.Any Corrigendum/ Addendum issued shall be a part of the Bidding document.

iii.To give prospective Bidders reasonable time in which to take a Corrigendum/

Addendum into account in preparing their Bids, the tendering authority may, at its

discretion, extend the deadline for the submission of the Bids.

iv.Any change in date of submission and opening of bids would be communicated in

appropriate manner including the websites mentioned in the NIT.

Page 13 of 43

4. Submission and Opening of Bids:

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and

other diligence activities, participation in meetings/discussions/presentations,

preparation of proposal, in providing any additional information required by ITG to

facilitate the evaluation process, and in negotiating a definitive contract or all such

activities related to the bid process. Info Tech Corporation of Ltd will be in no case

responsible or liable for those costs, regardless of the conduct or outcome of the

bidding process.

b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent

correspondence and documents related to the bid and as submitted by the bidder, shall

be written only in English language. Also, any printed literature furnished by the

Bidder written in other language (other than English/ Hindi) must be accompanied by

an English/ Hindi translation in which case, for purposes of interpretation of the bid,

the appropriate translation by the Purchaser shall govern.

c. Documents comprising the Bid

i. The bidder should ensure that all the required documents, as mentioned in the

bidding document, are uploaded. Non submission of the required documents may

lead to the rejections of the bid/ proposal submitted by the bidder.

ii. Wherever applicable, the bidding form must be completed without any

alterations to its format, and no substitutes shall be accepted. All blank spaces

shall be filled in with the information requested.

iii. The contents of bid are listed below.

I. Eligibility cum Technical bid:

a) The Eligibility Proposal should contain documents as listed in various

Chapters & Annexure of this bid document.

b) Prices must not be indicated in the Eligibility cum Technical bid.

d. Alternative Bids: Alternative bids shall not be considered at all.

e. Validity of Empanellement Tender & Commercial:

It has been noticed in the IT industry that the ICT equipments or IT services keeps on

changing from time to time. However, in order to keep the AMC rate for a steady period for

providing services to the Department/Organization/Institutions, Corporations/ Autonomous

Page 14 of 43

Bodies and at the same time to give some breathing space to the empanelled vendors so as to

give good services & support :

1. The selected vendors will be on ITG empanelled list, which shall be valid for a period of

two (02) years from last date of submission of bids as mentioned in NIT.

2. That the commercial quotes shall be valid for a period of Two (02) year from last date of

submission of bids as mentioned in NIT.

f. Deadline for submission of Bids:

i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later thanthe date and time indicated in the NIT.

ii. Normally, the date of submission and opening of bids would not be extended. However,

in exceptional circumstances or when the bidding document is required to be

substantially modified as a result of pre-bid queries and the time with the prospective

bidders for preparation of bids appears insufficient, the date may be extended by the

tendering authority and due publicity to such change in date of opening of bids would be

given. In such cases, it would be ensured that after issue of corrigendum, reasonable time

is available to the bidders to prepare and submit their bids. Any change in date of

submission and opening of bids would also be placed on the respective websites

immediately. However, if the modifications in bidding document, specifications of goods

and service are substantial, fresh publication of original bid inquiry may also be issued.

iii. The tendering authority may, at its discretion, extend the deadline for the submission of

bids by amending the bidding document, in which case all rights and obligations of the

tendering authority and bidders previously subject to the deadline shall thereafter would

be subject to the deadline as extended.

g. Delayed / Late Bids:

i. Bids must be submitted in electronic mode only. The tender wizard will not accept any

bid submitted after the deadline as indicated in the NIT.

ii. Towards the end of the deadline time, the tender wizard server is likely to get jammed

due to the heavy flow of traffic on the server. Hence, all the Bidders participating in the

tender are requested to submit the bids well in advance before the deadline time period as

indicated in the NIT.

Page 15 of 43

iii. Documents relevant to the Eligibility cum Technical bid which needs to

submitted in the office of ITG, should be submitted before the opening of the

Eligibility cum Technical bid as indicated in the NIT. Bids received after the due

date and the specified time (including the extended period if any) for any reason

whatsoever, shall not be entertained and shall be returned unopened.

iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of

the documents. No further correspondence on the subject will be entertained. The

Managing Director, InfoTech Corporation of Goa Ltd will not accept any

responsibility for any problems arising for delay in the submission of the tender.

h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,

substitute, or modify its bid after it has been submitted before the deadline

prescribed for submission of bids as per the e-tendering process.

i. Bid Opening:

i. The designated Technical Committee will perform the bid opening, which is a

critical event in the bidding process.

ii. The tendering authority shall conduct the bid opening at the date and time

specified in the NIT.

iii. All the bids received up to the specified time and date shall be opened by the

members of the designated Committee after entering their corresponding

credentials (login id and digital signatures) in the website

http://www.tenderwizard.com/goa.

iv. The tendering authority shall download all the documents submitted by the

tenderer / bidder and place the same in the presence of bidder or his/her

authorized representative who choose to attend at the date and time specified in

the NIT. The representatives of the bidders are advised to carry the identity card

or a letter of authority from the tendering firms to identify their bonafides for

attending the opening of the proposal. The bidders representatives who are

present shall sign the attendance register present.

v. The Eligibility cum Technical bid shall be opened and all the bidders who are in

the race (participated) of tender shall be notified to the bidders present. All the

bids shall be downloaded one at a time, and the following may be read out and

Page 16 of 43

recorded: the name of the bidder, the submission or non submission of the Tender

Fee, EMD.

5. Bid Evaluation

a. Guiding Principle for Evaluation of Bids

i. The tendering authority shall determine to its satisfaction whether the bidder that is

selected as having submitted the best and responsive bid is qualified to perform the

Contract satisfactorily.

ii. The determination shall be based upon the examination of the documentary

evidence of the bidder's qualifications submitted by the bidder.

iii. An affirmative determination shall be a prerequisite for selection of the bidder to

be empanelled and a negative determination shall result in disqualification of the

bid.

iv. The tendering authority/ tender evaluation committee, in observance of best

practices, shall: -

Maintain the bid evaluation process strictly confidential.

Reject any attempts or pressures to distort the outcome of the evaluation,

including fraud and corruption.

Strictly apply only and all of the evaluation and qualification criteria specified

in the bidding document.

b. Confidentiality

i. Information relating to the examination, evaluation, comparison, and post

qualification of bids, and recommendation, shall not be disclosed to bidders or

any other persons not officially concerned with such process until publication of

the Empanelled list.

ii. All materials submitted by the bidder becomes the property of InfoTech

Corporation of Ltd and may be returned at its sole discretion, provided, any

materials which are identified as “Proprietary and Confidential Material of Bidder”

shall remain the property of such bidder and the ITG will maintain confidentiality

of such materials.

Page 17 of 43

iii. Any attempt by a bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the bids may result

in the rejection of his bid.

iv. From the time of bid opening to the time of publication of the Empanelled list, if

any bidder wishes to contact the tendering authority on any matter related to the

bidding process, he is allowed to do so only in writing.

c. Clarification of Bids

i. To assist in the examination, evaluation, comparison and post qualification of the

bids, the tendering authority committee may, at its discretion, ask any bidder for a

clarification of his bid. The tendering authority's request for clarification and the

response shall be in writing .

ii. Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the tendering authority shall not be considered.

d. Determination of Responsivenessi. The tendering authority's determination of the responsiveness of a bid would be

based on the contents of the bid itself.

ii. A responsive bid would be the one that meets the requirements of the bidding

document without material deviation, reservation, or omission where: -

"Deviation" is a departure from the requirements specified in the bidding

document;

"Reservation" is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the bidding document;

and

"Omission" is the failure to submit part or all of the information or

documentation required in the bidding document.

iii. The tendering authority 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 or reservation.

e. Non-material Non-conformities

i. Provided that a bid is responsive, the tendering authority may waive any

nonconformity in the bid that does not constitute a material deviation, reservation

or omission.

Page 18 of 43

ii. Provided that a bid is responsive, the tendering authority may request that the

bidder submit the necessary information or documentation, within a reasonable

period of time, to rectify nonmaterial nonconformities. Requesting information or

documentation on such nonconformities shall not be related to any aspect of the

price of the bid. Failure of the bidder to comply with the request may result in the

rejection of its bid.

f. Evaluation of Bids

i. The tendering authority shall evaluate each bid that has been determined, up to the

stage of the evaluation, to be responsive.

ii. To evaluate a bid, the tendering authority shall use all the criteria and

methodologies defined in the bidding document.

iii. The eligibility evaluation shall be completed by the designated Committee as

early as possible after opening of Eligibility cum Technical bid.

iv. The bidders which could not qualify in eligibility evaluation will be informed

about this fact.

g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering

authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to publication of the empanelled list,

without thereby incurring any liability to the bidder or bidders or any obligation to

inform the affected bidder or bidders of the grounds for the Purchasers action.

h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without

assigning any reason.

Page 19 of 43

CHAPTER 4 Disqualification of Bids

1. Tendering Authority may in its sole discretion and at any time during the processing of

Bid, disqualify any bidder from the Biding process if the bidder:-

Has submits the required Bid documents after the prescribed date and time of

submission of Bid.

Submits Bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or is non-responsive.

Has not submitted the bid in accordance with the bid document.

Does not meet the minimum eligibility criteria as mentioned in the bid document.

Mislead or made false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Is found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, being involved in

litigation or financial failures, etc.

Failed to provide clarifications related thereto, when sought.

Has submits more than one bid. This will cause disqualification of all bids submitted

by such bidder except the last Bid received.

Has imposed conditions in his bid, during validity of the bid or its extended period.

2. Applicants who are found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes or other

illegal gratification, shall be disqualified from the process at any stage.

3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be

disqualified.

Page 20 of 43

CHAPTER 5 General Terms and Conditions of Bid

Note: Bidders must read these conditions carefully and comply strictly while sending/submitting their Bids.

1. The AMC shall be on-site comprehensive, covering both preventive as well as corrective

maintenance of IT Infrastructure.

2. The AMC Vendor shall maintain adequate stock of spare parts for smooth execution of

AMC Contract.

3. The AMC vendor shall check all the equipments before taking the AMC contract and

those ICT equipments which are not working will be first repaired on approval of the

department & ITG and then taken under AMC. The cost of the repairs will be borne

separately by the department.

4. Under corrective maintenance, any defects in the ICT Equipments shall be rectified, and

all defective components of ICT Equipments necessary for normal operation, except

Consumables such as tapes, ribbons, toners, cartridges, UPS Batteries etc., are to be

replaced with the respective OEM products/parts of equivalent or higher

make/configurations, free of cost to the Department/Organization. If the respective OEM

products/parts are not available for any reason, the AMC Vendor shall replace the

defective products/parts with similar or higher make/configurations. However problems

caused by Lighting, Floods, natural calamities, physical damage, etc., shall not be covered

under AMC.

5. Preventive Maintenance activity shall include updation of Service packs, drivers &

Operating System patches, physical cleaning & testing of equipments, carrying out

system diagnostic tests & taking remedial action, point-to-point connectivity test etc. At

least one preventive maintenance activity should be scheduled per quarter during the

maintenance period.

6. The ITG will sign the agreement with the respective AMC Vendor in compliance with

the AMC Guidelines of Department of Information Technology.

7. The AMC Vendor shall maintain the entire ICT Equipments under the AMC contract in

proper working condition throughout the contract period to provide consistent AMC

support to the Department/Organization.

Page 21 of 43

8. The AMC Vendor shall provide a Service Escalation Matrix with contact details

(escalation hierarchy, contact person, number, address and e-mail) to which the

Department/Organization shall contact for AMC support. The AMC Vendor shall

perform as per the defined SLA, and any deviation to the SLA shall attract penalty as per

the agreement signed between ITG & the AMC Vendor.

9. The repair/replacement of defective products/parts shall be carried out at the office

premises of the Department/Organization only, and not to the repair centers. If the fault is

of serious nature and requires the support of the repair centre, thereby necessitating

shifting of the equipment, then the shifting/transportation, installation, re-installation, and

loading of the software packages shall be carried out at no additional cost to the

Department /Organization and with prior approval of Department/ Organization.

10. If the faulty equipment is required to be carried out of the office premises of the

Department/Organization, which may affect the business process of the

Department/Organization., then equivalent standby equipment has to be provided until the

original equipment has been repaired and brought back and installed successfully.

11. There shall be at least 90% uptime on all working days in respect of ICT Equipments

covered under AMC, except for Servers and active networking equipments which shall

have 99% uptime. The uptime shall be computed on calendar month basis in a non-

cumulative manner.

12. Any activity, as a part of AMC, that requires stopping of services or shutdown of

equipments shall be carried out in consultation with the Department/Organization after

necessary intimation, and this activity shall be taken up only during the non-working

hours or on holidays in order to reduce non-availability of services.

13. In case of large volumes of ICT Equipments i.e. 100 plus, covered under AMC, the

AMC Vendor has to provide appropriate certified skilled resident engineer at the

Department/Organization site. The resident engineer shall report to the

Department/Organization on all working days during office hours, and the record of the

same shall be maintained at Department/Organization.

14. The AMC Vendor shall record therein each incident of ICT Equipments malfunction,

date/time of commencement of downtime and successful completion of the

repair/maintenance work, nature of repair work performed on the ICT Equipments along

with description of the malfunction and the root cause thereof.

Page 22 of 43

15. In case of failure of the AMC Vendor in rectifying the faults within stipulated period as

defined in the SLA, the downtime penalty charges as defined shall be deducted from the

subsequent installment of AMC charges to the AMC Vendor and passed to the respective

Department.

16. If the AMC service provided by the AMC Vendor is found unsatisfactory, the

Department/Organization will give written complaint to ITG. In such case, ITG shall

ensure that the AMC Vendor provides satisfactory service to the

Department/Organization by issuing a warning at the first instance. Further, if such

instance’s are repeated more than 5 times, ITG at its discretion, will terminate the contract

of the AMC Vendor and no payments will be made in such cases.

17. ITG and Department/Organization shall jointly review and monitor the performance of

the AMC vendor on a half yearly basis & the same shall be recorded by ITG for future

reference.

18. The AMC Vendor shall not sub-contract the AMC to any Organization, person, firm or

its franchisee. If, at any time, it comes to the notice of the SDA that such sub-letting has

been done, then the SDA, at its discretion, may terminate the contract without referring

the matter further to the AMC Vendor, and such Vendor shall be liable for blacklisting.

19. It shall be the responsibility of the AMC Vendor to keep ICT Equipments in working

condition. If the services of the AMC Vendor are found unsatisfactory during the AMC

period or if the AMC Vendor fails to carry out any of its obligations/duties mentioned as

per the agreement, ITG will terminate the contract by giving one month’s notice to the

AMC Vendor in writing.

20. The AMC Contract may be terminated by the AMC Vendor by giving one month’s notice

in writing to SDA. If the notice period is not given or if a shorter notice is given by the

AMC Vendor, any maintenance costs and /or damages incurred by the SDA to support

the maintenance of ICT Equipments contracted to the AMC Vendor till alternate

arrangement is made, shall be deducted from the dues payable to the AMC Vendor, or

shall be paid by the AMC Vendor on demand if such dues fall short of such costs.

Page 23 of 43

21. In case of termination of AMC contract, ITG shall ensure to execute the AMC of ICT

Equipments through alternate arrangement in compliance with AMC guidelines.

22. At the end of each AMC contract, ITG in coordination with Department/Organization

shall certify that the ICT Equipments is in satisfactory working condition and that no

faults or complaints are pending from AMC Vendor.

23. The AMC vendor for providing AMC of ICT Equipments, the AMC vendor shall possess

authorization letter from the concerned OEM. The AMC vendor is free to sign a back-to-

back agreement with the OEM’s.

24. Dispute Resolution Mechanism: The Bidder and the DOIT shall endeavour their best to

amicably settle all disputes arising out of or in connection with the Contract in the

following manner

a) The Party raising a dispute shall address to the other Party a notice requesting an

amicable settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officer nominated by ITG and the

Authorized Official of the Contractor. The matter shall then be resolved between them

and the agreed course of action documented within a further period of 15 days.

b) If any dispute arises out of the contract with regard to the interpretation, meaning and

breach of the terms of the contract, the matter shall be referred to by the Parties to the

Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator

and whose decision shall be final.

c) In case any dispute between the Parties, does not settle by negotiation in the manner

as mentioned above, the same may be resolved exclusively by arbitration and such

dispute may be submitted by either party for arbitration within 20 days of the failure

of negotiations. Arbitration shall be held in Goa and conducted in accordance with the

provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or

re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and

the two arbitrators shall jointly appoint the third or the presiding arbitrator. The

“Arbitration Notice” should accurately set out the disputes between the parties, the

intention of the aggrieved party to refer such disputes to arbitration as provided

herein, the name of the person it seeks to appoint as an arbitrator with a request to the

other party to appoint its arbitrator within 45 days from receipt of the notice. All

notices by one party to the other in connection with the arbitration shall be in writing

Page 24 of 43

and be made as provided in this tender document. Each Party shall bear the cost of

preparing and presenting its case, and the cost of arbitration, including fees and

expenses of the arbitrators, shall be shared equally by the Parties unless the award

otherwise provides. The contractor shall not be entitled to suspend the Service/s or the

completion of the job, pending resolution of any dispute between the Parties and shall

continue to render the Service/s in accordance with the provisions of the

Contract/Agreement notwithstanding the existence of any dispute between the Parties

or the subsistence of any arbitration or other proceedings.

d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or

Contractor) shall have to be lodged in courts situated in Goa and not elsewhere

25. In case, for a particular ICT equipment’s, if no authorized vendors are present from

the Empaneled vendors list, ITG may/will get the AMC executed through the

Authorized vendors. In this case, the decision of the Managing Director, InfoTech

Corporation of Goa Ltd shall be final

26. If the terms and conditions mentioned in the tender are contradicting the terms and

conditions appearing elsewhere, then it shall be at the discretion of the Managing

Director, InfoTech Corporation of Goa Ltd to choose the over-riding terms and

conditions. In any case, the decision of the Managing Director, InfoTech Corporation

of Goa Ltd shall be final and binding on all parties concerned.

27. ITG may seek the required MAF for ICT equipments at any point of time whenever

required from the vendors.

28. Sometime it is observed that in certain scenario Departments & Organizations need

specific ICT equipment(AMC/Repair) to be covered under AMC which may not be

available in the empanelled list of ICT equipment(AMC/Repair) published by ITG. In

Such cases ITG may seek the AMC/Repair rates of that particular ICT

equipment(AMC/Repair) from the empanelled vendors of ITG. The same may be

obtained by the calling from Quotation or e-tendering in limited mode. Further, if the

empanelled vendors are not in position to quote for the same then ITG will seek the

same from open market by inviting quotations.

29. The Empanelled vendor of ITG will check all the equipments before signing the AMCand those ICT equipments which are found to be not working will be first repaired onapproval of Department/Organization and then taken under AMC. The cost of the

Page 25 of 43

repairs will be borne separately by the department. The repair rates for the ICTEquipments shall be obtained by ITG along with the AMC rates of ICT equipmentsthrough commercial bid.

CHAPTER 6 Selection of AMC Vendors

The process of selection, placement of AMC contract on vendor is as follows.

1. Procedure for selection of AMC Vendors as “ITG’s Empanelled AMC Vendors”

a) The scrutiny of the Eligibility cum Technical bid will be done by a committee dulyconstituted by ITG.

b) After the scrutiny of the Eligibility cum Technical bid by the Committee, theCommercial bids of the firms which have qualified in the Eligibility cum Technicalbid shall be opened as notified in the NIT to determine the lowest (L1) quotes for theAMC of ICT Equipments.

c) The offers shall be evaluated for each Networking Equipment with L1 being thelowest offer. Thereafter ITG shall place before the vendors a list of the lowest (L1)rates obtained for each of the ICT Equipments.

d) All the qualified vendors shall be given an opportunity to match the lowest (L1) ratesobtained for each of the ICT equipments. Thereafter, all the vendors who match thelowest (L1) rates obtained by ITG will thereafter be listed as ITG’s empanelled AMCvendors for providing AMC of ICT Equipments.

2. Procedure for placement of AMC order on Empanelled AMC Vendors:

a) ITG will display the list of the empanelled vendors along with the rates of the AMCof the ICT equipments on its website along with an Annexure form(for requisitionfrom the departments).

b) The Department while submitting their request to ITG for AMC, needs to provide thedetails like ( Make/Brand, Qty, Preferred vendor, if any etc) as mentioned in theAnnexure form.

c) Based on the Departments request, ITG will place the AMC order on the vendor.However, if there is no preferred empanelled vendor mentioned then ITG will placethe order of AMC on one of the empanelled vendor as per its decision. The decisionof ITG in this regards will be final.

Page 26 of 43

CHAPTER 7 Penalty Charges & Escalation Matrix

The down-time penalty charges proposed in the draft tender document, if not rectified withinthe stipulated time shall be as follows:

ResponseTime

Period Penalty that shall be levied by ITG on theAMC Vendor

Above 24 Hrs and below 48 Hrs Warning

Above 48 Hrs and upto 01 week 1 % of the equipment AMC cost per day

Above 1 week ITG will get the same rectified fromoutside & the cost towards rectificationwill be borne by the AMC vendor.

Note:1. The AMC vendor shall ensure 90% uptime on all working days in respect of ICT

equipments covered under AMC.

2. The uptime shall be computed on calendar month basis in a non-cumulative manner.

3. The AMC vendor shall, in no case, replace any item/component with inferior item

and if found doing so, the contract shall stand terminated forthwith.

Escalation MatrixAll the AMC vendors shall provide the escalation matrix details to be followed

SrNo

SupportLevel

Name Address Phone No Email

1 Level 1 Service CallCoordinator

XXX XXX xxxx@

2 Level 2 SeniorService CallCoordinator

XXX XXX xxxxx@

3 Level 3 SeniorService Call

Manager

XXX XXX xxxxx@

4 Level 4 Name ofOwner of the

firm

XXX XXX xxxxx@

Note:1. The calls will be received centrally by the agency and shall be attended immediately

by their service engineer on receipt of the same.

Page 27 of 43

CHAPTER 8 Terms of PaymentThe payment towards the AMC charges shall be released to the AMC empanelled vendor by

ITG only after

1. Receiving the payments from the concerned Departments/Organizations/Autonomous

Bodies, etc.

2. The expiry of each Quarter/ Half/Full year.

3. Submission of Service Call Report carried out by the empanelled vendor during the

AMC period duly signed by the concerned user/nodal officer of the department.

4. Preventive Maintenance Report duly Signed by Head of Department/Nodal Officer

(Monthly).

5. Feedback/Inspection Report submitted by ITG official with Department/Organization

Nodal officer/HOD Signature.

Note:

1. Advance payment shall not be paid.

2. Payment would be made for the actual ICT equipments which were working during

the AMC period.

3. Any increase or decrease of taxes, duties or prices of components,etc shall not affect

the AMC rates during the entire period of AMC contract

4. Payment shall be made in Indian Rupees only

Pre Bid Queries

Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id

[email protected] in the prescribed format before the pre bid meeting i:e

(03.10.2017 at 10.00 am).

Name of the Firm

Sr.

No

Tender Document

page no

Tender document

clause no

Clause details Query

Page 28 of 43

CHAPTER 9 Documents to be furnished in original

The tenderer/bidder should submit the following documents in original on or before

16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum

Technical Bid.

1.Bid Form as per Annexure-1

2.EMD e-Challan receipt

3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2.

4.Undertaking of the tenderer/bidder as per Annexure-3

The above original documents should be put in a single cover and superscribed “AMC

for IT Infrastructure” and be addressed to The Managing Director, InfoTech Corporation of

Goa Ltd, IT Hub, 3rd Floor, Althino, Panaji, Goa-403001.

Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of

all criteria’s, while submitting its bid(s). The scanned copy of these documents should be

uploaded on the e-tendering wizard during submission of bids before its last date.

Failure to comply with these requirements may result in the bid being rejected. No hard

copy of the bid shall be accepted in the office of ITG other than the documents

mentioned in Chapter 9

Page 29 of 43

CHAPTER 10 Tentative Description of ICT Equipments under AMC

Sr no Description of ICT Equipment Make / Model1 Computer systems Any Make & Model

2 Laptops Any Make & Model

3 Laser Printers Any Make & Model

4 Network Laser Printers Any Make & Model

5 Dot Matrix Printers Any Make & Model

6 High End/Speed Dot Matrix Printers Any Make & Model

7 Normal A4 Flat Bed scanners Any Make & Model

8 High End Colour cum Network LaserPrinters

Any Make & Model

9 High End Flatbed Scanners Any Make & Model

10 High End Scanners Any Make & Model

11 Online UPS (2 KVA & Above) Any Make & Model

12 Servers Any Make & Model

13 Plotters Any Make & Model

14 Others

Note: The bidders are free to sign back to back agreement with the OEM’s for any of theICT equipments which they intend to take under AMC.

Page 30 of 43

CHAPTER 11 Format of Financial Bid to be used for obtaining the rates from the Empanelled vendors

Info Tech Corporation of Goa Ltd(A Government of Goa undertaking)

(An ISO 9001-2008 Certified Company)Above Alcon Hyundai Showroom, 3rd floor, NH 17, Porvorim – Bardez, Goa.

E-Tender Notification No: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017Financial Bid

Name of works :- AMC of ICT equipments for Government DepartmentsNOTE: IF ANY COLUMS LEFT BLANK IT WILL BE CONSIDRED AS ZERO (0) AND TREATED AS INCOMPLETE BIDName of Bidder

S. No.Item Description

(Approximatespecification)

Price Range Pricein Rs.

GSTin Rs,if any

Totalcost in Rs

(Incl ofTaxes)

Total Cost In Words

A B C D E=C+D FA Computers

1 Computer Systems NA 0.00 #NAME?2 Laptops NA 0.00 #NAME?2 Thin Client Win Bee 4000Bix NA

0.00 #NAME?B Printers

1 Type I Below Rs 10000.00 0.00 #NAME?2

Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?

Page 31 of 43

3Type III

Between Rs. 25001.00-Rs.50000.000.00 #NAME?

4Type IV

between Rs. 50001.00- Rs.75000.00 0.00 #NAME?5

Tpye Vbetween Rs. 75001.00- Rs.100000.00 0.00 #NAME?

6Type VI

Between Rs. 100001.00-Rs.200000.00 0.00 #NAME?7

Type VIIBetween Rs. 200001.00-Rs.300000.00 0.00 #NAME?

8Type VIII

Between Rs. 300001.00-Rs.400000.00 0.00 #NAME?9

Type IXBetween Rs. 400001.00-Rs.500000.00 0.00 #NAME?

10 Dot Matrix Printer NA 0.00 #NAME?11 High End/Speed Dot Matrix

PrintersNA

0.00 #NAME?12 Heavy duty Dot Matrix

PrintersNA

0.00 #NAME?13 Line Matrix Printer NA 0.00 #NAME?

C Scanners1 Type I Below Rs 10000.00 0.00 #NAME?2

Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?

Page 32 of 43

3

Type III

Between Rs. 25001.00-Rs.50000.000.00 #NAME?

4Type IV

between Rs. 50001.00- Rs.75000.00 0.00 #NAME?5

Tpye Vbetween Rs. 75001.00- Rs.100000.00 0.00 #NAME?

6Type VI

Between Rs. 100001.00-Rs.200000.00 0.00 #NAME?7

Type VIIBetween Rs. 200001.00-Rs.300000.00 0.00 #NAME?

8Type VIII

Between Rs. 300001.00-Rs.400000.00 0.00 #NAME?9

Type IXBetween Rs. 400001.00-Rs.500000.00 0.00 #NAME?

7Canon Scanner IF-DR6030C

NA0.00 #NAME?

D UPS1 600-800 VA offline UPS NA 0.00 #NAME?2 1 KVA Offline UPS NA 0.00 #NAME?3 Online 1 KVA UPS NA 0.00 #NAME?4 Online UPS 2 KVA NA 0.00 #NAME?5 Online UPS 3 KVA NA 0.00 #NAME?6 Online UPS 5 KVA NA 0.00 #NAME?7 Online UPS 10 KVA NA 0.00 #NAME?8 Online UPS 15 KVA NA 0.00 #NAME?

Page 33 of 43

9 Online UPS 40 KVA NA 0.0010 Online UPS 2*40 KVA NA 0.00 #NAME?

E Plotters1 Type I Below Rs 10000.00 0.00 #NAME?2

Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?

3Type III

Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4

Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?

5Tpye V

between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6

Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?

7Type VII

Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8

Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?

9Type IX

Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?F SERVERS

1 Type I Below Rs 10000.00 0.00 #NAME?2

Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?

3Type III

Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4

Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?

Page 34 of 43

5Tpye V

between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6

Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?

7Type VII

Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8

Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?

9Type IX

Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?G Workstations

1 Type I Below Rs 10000.00 0.00 #NAME?2

Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?

3Type III

Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4

Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?

5Tpye V

between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6

Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?

7Type VII

Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8

Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?

Page 35 of 43

9Type IX

Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?

Terms & Conditions1 The AMC shall be on-site comprehensive, covering both preventive as well as corrective maintenance of ICT Equipments.2 The AMC for the above mentioned ICT Equipments will be for any make,model & configuration.3 Under corrective maintenance, any defects in the ICT Equipments shall be rectified, and all defective components of ICT Equipments

necessary for normal operation, except Consumables such as tapes, ribbons, toners, cartridges, UPS Batteries , are to be replaced with therespective OEM products/parts of equivalent or higher make/configurations

4 All other Terms and Condition applicable as per Tender Document for AMC of ICT Equipments.(Ref No. ITG-IT/0107/AMC-ICT /2017Dated: 25/09/2017)

5 For printers all parts will be covered under AMC. This will include Logic card, SMPS, Fuser Assembly, drums, rollers, Sensors, Gear etc.Only tonners & catridges will be termed as consumables.

6 The AMC of ICT Equipments , the AMC vendor shall possess authorization letter from concerned OEM.7 Rates quoted should be strictly as per the format above8 Quantity of items will be decided based on the requirement.ITG does not guarantee supply of any quantity of items and will be at the sole

discrimation of ITG9 ITG will make payments of AMC only after receiving the same from the Departments.10 The bills need to be produced in triplicate in the name of Info Tech Corporation of Goa Ltd.11 Kindly refer the tables (Price range) for the various types of Printers, scanners plotters that will be covered under AMC.

Page 36 of 43

Note: All rates quoted must be inclusive of all GST taxes, etc. & FOR destination. Insurance of transit shall be the responsibility of the vendor.

Instruction for filling Financial Bid in e-tendering portal

1. Bidders should only fill the cells formatted in white color.

2. Bidder name should not contain special characters. Enter alphanumeric characters only for bidder‟s name.

3. No change/modification/applying of formula in template of BoQ downloaded from the website is allowed by the bidder. Any

change/modification/applying of formula will corrupt the BoQ.xls which in turn may lead to problem in uploading the BoQ while

submitting the Bid.

Page 37 of 43

ANNEXURE-1 Bid Form

I. Addressed to:a. Name of the Bidding authority Managing Directorb. Address Info Tech Corporation Of Goa Ltd

(A Govt. Of Goa undertaking)IT HUB, 3rd Floor, Althino, PanajiGoa-403001

c. Telephone (0832) 2226024 / 2225192

II. NIT Reference: ITG-IT/0107/AMC-ICT /2017 Dated: 25/09/2017

III. Other related details:1. Name of Bidder with Office

Address2. Name & Designation of

Authorized Signatory3. Year of Establishment4. Type of Firm Public

Ltd.PrivateLtd.

Partnership

Proprietary

Put Tick ( ) mark5. Telephone Number(s)/

Mobile6. Website URL7. Fax No.8. Email Address9. Registered

OfficeAddress inGoa

AddressPhone Fax:ContactPerson

10.

ServiceCenter (s) inGoa

AddressPhone Fax:ContactPerson

(enclose list of Service Center consisting name of contact person, telephoneno., e-mail address, office address.)

11. Annual Turnover for the last3 years(a certifacte of CA should

be enclosed as proof)

2014-15 2015-16 2016-17

Page 38 of 43

12. Existence of theOrganization for the last 3years in Goa(Municipal / PanchayatTrade Licence copy/ SalesTax/ Commercial TaxRegistration or any otherdocument specifically inname of tenderer/bidder tobe attached)(Proof showingdocumentary evidenceshould be uploaded)

13. Has the Bidder been black-listed by any of the officesof the Govt. of Goa ? If so,details may be provided

IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)has been deposited vide cash receipt/ e-challan no.____________ dated __________ infavour of the Info Tech Corporation of Goa Ltd, Althino, Panaji.

V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand FiveHundred Only) has been deposited vide cash receipt/ e-challan no.____________ dated__________ in favour of the Info Tech Corporation of Goa Ltd, Althino, Panaji.

VI. We agree to abide by all the conditions mentioned in this Bid Document issued by theBidding Authority and also the further conditions of the said Bid Notice given in theattached sheets (all the pages of which have been digitally signed by us in token ofacceptance of the terms mentioned therein).

VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids willdisqualify the Bid. However the Bidder can reproduce exactly the same format for clarityin filling due to shortage of space.

VIII. The rates quoted are applicable up to 2 years from the date of opening of bid. The validityperiod of the tender is for 2 years. Following documents are attached towards the proof ofearnest money deposited in favor of Info Tech Corporation of Goa Ltd,Panaji.

S.No Earnest Money deposited through Number Dated1. E-Challan No

Page 39 of 43

IX. this Bid form and Terms & Conditions in token of acceptance along with duly filled letterof undertaking / declaration.

Signature :________________________________

Name :________________________________

Designation :________________________________

Place :________________________________

Date & Seal :_______________________________

Page 40 of 43

ANNEXURE-2 Manufacturers Authorization Certificate (OEM)

(Indicative Format)(The form should be signed with seal and then scanned and uploaded on the tender wizard)

(Certificate to be issued by OEM/ manufacturer of the product(s) on the companyletterhead)

To,The Managing Director,InfoTech Corporation of Goa Ltd,Panaji- Goa.

NIT Reference: ITG-IT/0107/AMC-ICT /2017 Dated: 25/09/2017

1. This is to certify that M/s ………………………………….…. (Name, complete address, city)are our authorized ………………………………….…. (Distributor/ Dealer / Channel partner)for the sale, support and services for the …………………..…. (name of the product(s)) forthe AMC period. i.e. two years.

2. We also undertake that we would provide the support for the above product(s) including,spares of the supplied product/ products, updates and patches during the AMC period.

3. Our technical support/assistance centers (Name, address & communication details) shallprovide 24x7 support over Toll Free Numbers as well as web-based support. Below are therequired details:

Our technical support/ assistance centers (Name, address & communication details) shallprovide telephonic or web support. Below are the required details:

1……………………………………………………………………………

2……………………………………………………………………………

3……………………………………………………………………………

(Signature with seal / stamp of the company)

Name:

Designation:

Page 41 of 43

Please Note: Authorization certificate should be provided for OEM's commitment of back-to-back support to the bidder for the equipments and for the AMC duration as mentioned in thistender document.

Page 42 of 43

ANNEXURE-3 Bidders Undertaking(Indicative Format)

(The form should be signed with seal and then scanned and uploaded on the tender wizard)

(Certificate to be issued by bidder on the company letterhead)

U N D E R T A K I N G

To,The Managing Director,InfoTech Corporation of Goa Ltd,Panaji- Goa.

Sub: Undertaking for participating in the tender reference: ITG-IT/0107/AMC-ICT /2017Dated: 25/09/2017

We, _____<Name of the firm>______, having a registered office at _______<Office

address>__________, bearing registration no. <Registration no.> , state the

following against the tender for providing AMC of ICT Equipments to various Government

departments/institutions/ organizations in the State of Goa.

1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to

undertake full responsibility for providing AMC services with onsite maintenance

support.

2. We hereby confirm that we are neither blacklisted/barred by Government / Semi –

Government / Quasi- Government organization or Govt. Corporation at any point of time

during the last three financial years ending March 2017 or in the current financial year as

on the date of notice inviting tender.

3. We hereby undertake that all the components/parts/assembly/software used in the

equipment shall be repaired/replaced with equivalent or higher components.

4. We hereby also declare that all the particulars furnished by us in this Tender are true to

the best of my/our knowledge and we understand and accept that if at any stage, the

information furnished is found to be incorrect or false, we are liable for disqualification

from this tender and also are liable for any penal action that may arise due to the above.

Page 43 of 43

5. We declare that the Eligibility cum Technical bid has been submitted without any

conditions and strictly as per the conditions of the tender document and We are aware

that the bid is liable to be rejected if it contains any other conditions.

(Signature with seal / stamp of the company)

Name:

Designation:

Place:

Date:

Page 1 of 60

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company]

IT HUB, 3rd Floor,

Altinho, Panaji – Goa – 403001

Supply of ICT Equipment’s

TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR

SUPPLY, INSTALLATION & COMMISSIONING OF ICT EQUIPMENTS

TO GOVERNMENT DEPARTMENTS /

ORGANIZATIONS / INSTITUTIONS, CORPORATIONS/

AUTONOMOUS BODIES IN THE STATE OF GOA.

Tender No.: ITG-IT/0108/Emp & Proc-ICT/2017 Date: 26.09.2017

Page 2 of 60

Table of Contents

NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3

SCOPE OF THE PROJECT ............................................................................................................... 5

DEFINITIONS & ACRONYMS ........................................................................................................ 6

CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7

CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9

CHAPTER 3 Bidding Process .................................................................................................... 11

CHAPTER 4 Disqualification of Bids ....................................................................................... 19

CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20

CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 23

CHAPTER 7 Terms of Payment ................................................................................................ 25

CHAPTER 8 Documents to be furnished in original ................................................................. 26

CHAPTER 10 Tentative Description of ICT Equipments to be procured .................................... 27

ANNEXURE-1 Bid Form .............................................................................................................. 57

ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 59

ANNEXURE-3 Bidders Undertaking ........................................................................................... 60

Page 3 of 60

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT HUB, 3rd Floor,

Altinho, Panaji – Goa – 403001

NOTICE INVITING e-TENDER (NIT)

(Electronic mode only)

Tender No.: ITG-IT/0108/Emp & Proc-ICT/2017 Date: 26.09.2017

Tender is invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum

technical and commercial bids from well-established and reputed organizations / agencies

who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven

track record in supply of ICT Infrastructure equipment’s (ICT) to various Government

departments/institutions/ organizations in the State of Goa.

Sr No Item Particulars

1 Description of the work Supply, installation & commissioning of IT

Equipment’s (ICT)

2 Mode of Tendering E-Tendering

3 E-Tendering Website www.etender.goa.gov.in or

www.tenderwizard.com/GOA

4 Tender Document Fee Rs 2000/- Rupees Two thousand only

(Non-Refundable)

5 Tender Processing Fee Rs 1500/- Rupees One Thousand Five Hundred

only (Non-Refundable)

6 Earnest Money Deposit

(E.M.D.) Rs. 25,000/- (Rupees Twenty-Five Thousand

only)

7 Mode of Tender Document &

Processing Fees

To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.

8 Date and Time for request of

Tender Document 26.09.2017 to 14.10.2017 (up to 5.00 pm)

9 Date and Time for Pre Bid

Meeting 03.10.2017 (at 10.00 am)

Page 4 of 60

10 Date and Time for reply to Pre

Bid Clarification 04.10.2017 (up to 11.59 pm)

11 Last Date and Time for Online

submission of bids 15.10.2017 (up to 11.59 pm)

12 Date and Time for opening / of

Eligibility cum technical bids 16.10.2017 (at 10.00 am)

13 Date and Time for opening / of

Commercial bids 17.10.2017 (at 10.00 am)

Tenders not conforming to the requirements mentioned above and as laid down in the terms

and conditions or not accompanied by EMD in the form prescribed at the time of opening of

the eligibility cum technical bid are liable to be summarily rejected. The decision of The

Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility

Qualification shall be final and binding to all the tenderers/bidders.

a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure

to furnish all information required in the Tender or submission of a bid not substantially

responsive to the Tender in every respect will be at the Bidder’s risk and may result in the

rejection of the bid.

b. The Bidder shall use the electronic mode of tendering using the website

www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item

given in the RFP.

c. Late submission of bids will not be permitted by the e-Tendering System.

d. Last minute submission of bids should be avoided. As such, ITG will not be responsible

for any failures in submission of bids on time.

e. Incomplete or Conditional bids will be summarily rejected.

For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,

Mobile: -08888636107, Mr. Rajesh, Mobile: -8554878738, Mr. Kiran, Mobile: -

08600651553, Mr. Shridhar, Mobile: 7888164051, Mr. Shramit:- 9689639092 email:

[email protected].

For and on behalf of Info Tech Corporation of Goa Ltd

Sd/-

Managing Director

Page 5 of 60

SCOPE OF THE PROJECT

Background

M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified

Organization, has been set up by the Government of Goa to promote overall growth of

the state's economy through the use of Information Technology.

M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of

Department of Information Technology has been providing various IT services to

Government departments/institutions/ organizations in the State of Goa who has setup

the required IT Infrastructure for the use of e-Governance Application, etc in their

respective offices with an aim towards creating an e-citizen for all transactions and for

making Goa as an “Intelligent State”.

Objective

The technological advancements in Information & Communication Technology are very

rapid and continuous. The e-Governance Application development is in various stages of

implementation in almost all State Government Departments & Government

Organizations. The various Government Departments & Organizations has setup this IT

Infrastructure for use of e-Governance Application. In order to get efficient management

of IT Infrastructure existing in their Offices, a number of requests are received from

these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely

necessary.

It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the

concerns for management of IT Infrastructure in various Departments and Organizations

under the Government.

Page 6 of 60

DEFINITIONS & ACRONYMS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

ITG Info Tech Corporation of Goa Ltd, Goa

DOIT / DOIT Department of Information Technology, Goa

GOG Government of Goa

GSDC/SDC (Goa) State Data Center

GBBN Goa Broad Band Network

OEM Original Equipment Manufacturer

EMD Earnest Money Deposit

DD Demand Draft

PAN Permanent Account Number

Deity Department of Electronics and Information Technology,

New Delhi

PBG Performance Bank Guarantee

NOC Network Operation Center

MAF Manufacturer’s Authorization Form

Purchaser Info Tech Corporation of Goa Ltd, Goa

Bidder/Tenderer Person/Company who bids against this tender

Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded

Contract an undertaking signed by the Vendor against the Tender

UPS Uninturpeted Power supply

LAN Local Are Network

Non-responsive failure to furnish complete information in a given format

and manner required as per the tender documents or non-

submission of tender bid in given Forms/Pro-forma or not

following procedure mentioned in this tender or any of

required details or documents is missing or not clear or

not submitted in the prescribed format or non-submission

of tender fee or EMD

AMC Annual Maintenance Contract

ICT Equipments All the IT related equipments which includes hardware,

softwares, networking,etc

Page 7 of 60

CHAPTER 1 Invitation for Bids (IFB)

1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum technical Bid from well

established and reputed organizations / agencies who fulfill the eligibility criteria and

having sufficient infrastructure, manpower and proven track record in supply of ICT

equipment’s to various Government departments/institutions/ organizations in the State of

Goa. Bidders should submit the proposal on the tender wizard

http://www.tenderwizard.com/goa .

2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding

the e-tendering process and refer to the link "Vendor Info", "Information About DSC (Digital

Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at

the website.

3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying

Authority (CA) for e-Tendering Portal.

4. Complete bid document terms and conditions and tender form containing all the details has

been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and

http://www.tenderwizard.com/goa. The bid documents can be downloaded from

http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and

Tender Processing Fee online.

5. The Bids can be submitted up to date and time given in NIT.

6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five thousand only)

should be provided by the bidder. The EMD has to be paid online before the last date and

time for online submission of bids as given in the NIT. EMD in any other form will not be

accepted.

7. Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed format will be summarily rejected.

8. The Eligibility cum technical Bid will be opened as per schedule in NIT and in the presence

of the bidder or any of its representative The bidder who is qualifying in the eligibility

criteria cum technical evolution process shall only be considered for empanellement.

Page 8 of 60

9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process

unless and until a formal contract is signed and executed between the tendering authority and

the successful bidder.

10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document

(the onus is purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bid-proposal.

Page 9 of 60

CHAPTER 2 Eligibility Criteria & Mandatory Conditions

The bidder must fulfill the following eligibility conditions and must also submit documentary

evidence in support of fulfilling these conditions while submitting the Eligibility cum

technical Bid. The scanned copy/copies of these documents should be uploaded on the e-

tendering website during submission of bids before its last date. Failure to comply with these

requirements may result in the bid being rejected.

Note: Bidders should read these conditions carefully and comply strictly while

sending/submitting their Bids.

ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN

THIS TENDER:

Keeping in mind the local service setup and accessibility required to extend support /

maintenance services during the operational period of 3 years, it is considered essential that

the manufacturers should quote only through one or more of its authorized partner(s) with a

strong local presence, specifically authorized for this Tender. For this purpose, the

manufacturer should issue a “Manufacturer’s Authorization Certificate” (MAF) to the

Tenderer / Bidder to quote on its behalf specifically for the present tender.

Sr No Clause Documents required

1 The bidder should have a registered IT/IT

Services/ITES office in the State of Goa by

the same name as the quoting company in

the State of Goa for last three (3) years as

on the date of issue of the Notice Inviting

Tender.

a) Valid documentary proof of:

- Certificate of incorporation

- Registration Certificate

*(upload and save as “Document A”)

2 The bidder should be an authorized system

integrator (reseller/distributor/dealer) for

sale support & service of the OEM in India

and should be engaged /in operation/ have

experience in the supply & installation of IT

Infrastructure equipment’s for a period of

last 03 years as on the date of issue of the

Notice Inviting Tender.

a) Valid documentary proof of:

-Work orders confirming year and Area

of activity should be attached.

*(upload and save as “Document B”)

3 The bidder should have at-least minimum

Five (3) qualified Service Engineers on its

own pay roll within the State of Goa with at

least one-year experience in respective

areas.

a) Valid documentary proof of:

- Certificate from bidder for number of

qualified Engineers professionals

employed by the bidder giving names &

address with phone numbers and any

supporting document indicating the

service engineers are on board of

firm/company.

*(upload and save as “Document C”)

Page 10 of 60

4 The bidder must have an average annual

financial turnover of minimum Rs. 50

Lakhs during the last 3 years ending 31st

March of the previous financial year (2014-

15, 2015-16, 2016-17)

a) CA Certificate showing Turn over

details.

*(upload and save as “Document D”)

5 The bidder should be authorized by the

Manufacture(s) for the various IT

infrastructure equipment’s.

a) Valid documentary proof of:

- The Manufacturer’s original

authorization certificate (MAF)

Annexure-I

*(upload and save as “Document E”)

6 The bidder shall not shall not be blacklisted

or bard by GoI & GoG from rendering

services to any of Govt. departments /

Organization.

a) Valid documentary proof of: -A signed copy of the undertaking

(Annexure-III) with seal.

*(upload and save as “Document F”)

Kindly upload and save the document as mentioned.

Page 11 of 60

CHAPTER 3 Bidding Process

The Bidding process below specifies the procedures that would regulate the overall bidding

process.

1. Selection of empanelled vendor is a two stage bidding process where in eligible

bidders shall submit their eligibility cum technical bid and commercial bid.

a. Eligibility cum technical bid will be evaluated for all the bidders.

b. Commercial bids of only those bidders will be opened who are qualified in the

eligibility um technical bid

c. Only those bidders who are willing to match the lowest (L1) price will be listed on

ITG’s list of empaneled vendors for works of Empanelled vendors for supply of ICT

equipment’s.

2. Preparation of Bidding Document

a. The download of bidding document shall commence as specified in NIT and shall be

stopped as specified in NIT. The complete bidding document is also placed on the

websites as specified in the NIT. The prospective bidders are permitted to download the

bid document from the tender wizard but must pay the cost of tender/ bidding document

and etender processing fee while submitting the bids to ITG.

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

All the tenders are to be submitted in electronic mode only. The tender wizard will not

accept any tender submitted after the deadline for submission of Tenders prescribed by

the Purchaser.

b. Earnest Money Deposit (EMD)

i. Every bidder, participating in the bid must furnish the earnest money deposit as

specified in the Notice Inviting Tender (NIT).

ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

Page 12 of 60

iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the

name of any other firm/person other than the bidder who is applying for the tender

shall not be accepted.

iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.

25,000/- (Rupees Twenty-Five thousand only) should be provided by the bidder.

The EMD has to be paid online before the last date and time for online submission of

bids as given in the NIT. EMD in any other form will not be accepted.

v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be

refunded soon after the final list of empanelled vendors has been prepared. The EMD

of the successful bidders shall be returned only after a period of six months from the

date of finalizing the final list of empanelled vendors.

vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the

following cases:-

If the bidder withdraws or modifies his bid proposal after opening of bids or

during the period of bid validity or its extended period, if any; or

In the case of a successful bidder if the bidder fails to sign the contract for any

reason not attributable to the InfoTech Corporation of Goa Ltd (ITG), Goa.

During the bid process, if a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and

finalization.

During the bid process, if any information found wrong / manipulated / hidden

in the bid.

EMD submitted in a different name other than the bidder who is applying in

the tender.

Tenders without valid E.M.D. at the time of opening of the technical bid will be

rejected.

3. Amendment of Bidding Document

i. At any time prior to the deadline for submission of the Bids, the tendering authority

may amend the Bidding document by issuing Corrigendum/ Addendum.

ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.

Page 13 of 60

iii. To give prospective deadline Bidders reasonable time in which to take a

Corrigendum/ Addendum into account in preparing their Bids, the tendering

authority may, at its discretion, extend the deadline for the submission of the Bids.

iv. Any change in date of submission and opening of bids would be communicated in

appropriate manner including the websites mentioned in the NIT.

4. Submission and Opening of Bids:

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and

other diligence activities, participation in meetings/discussions/presentations,

preparation of proposal, in providing any additional information required by ITG to

facilitate the evaluation process, and in negotiating a definitive contract or all such

activities related to the bid process. Info Tech Corporation of Ltd will be in no case

responsible or liable for those costs, regardless of the conduct or outcome of the

bidding process.

b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent

correspondence and documents related to the bid and as submitted by the bidder, shall

be written only in English language. Also, any printed literature furnished by the

Bidder written in other language (other than English/ Hindi) must be accompanied by

an English/ Hindi translation in which case, for purposes of interpretation of the bid,

the appropriate translation by the Purchaser shall govern.

c. Documents comprising the Bid

i. The bidder should ensure that all the required documents, as mentioned in the

bidding document, are uploaded. Non submission of the required documents or

submission of the documents in a different format/ contents may lead to the

rejections of the bid/ proposal submitted by the bidder.

ii. Wherever applicable, the bidding form must be completed without any

alterations to its format, and no substitutes shall be accepted. All blank spaces

shall be filled in with the information requested.

iii. The contents of bid are listed below.

I. Eligibility cum technical Bid:

Page 14 of 60

a) The Eligibility Proposal should contain documents as listed in various

Chapters & Annexure of this bid document.

b) Prices must not be indicated in the Eligibility cum technical Bid.

d. Alternative Bids: Alternative bids shall not be considered at all.

e. Validity of Bids:

i. Bids shall remain valid for 2 years from the last date of bid submission as

prescribed by Tendering Authority in NIT. A Bid valid for a shorter period shall

be rejected and treated as nonresponsive.

ii. In exceptional circumstances, the Tendering Authority may solicit the Bidder's

consent to an extension of the period of validity. The request and the responses

thereto shall be made in writing.

f. Deadline for submission of Bids:

i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later

than the date and time indicated in the NIT.

ii. Normally, the date of submission and opening of bids would not be extended.

However, in exceptional circumstances or when the bidding document is required

to be substantially modified as a result of pre-bid queries and the time with the

prospective bidders for preparation of bids appears insufficient, the date may be

extended by the tendering authority and due publicity to such change in date of

opening of bids would be given. In such cases, it would be ensured that after issue

of corrigendum, reasonable time is available to the bidders to prepare and submit

their bids. Any change in date of submission and opening of bids would also be

placed on the respective websites immediately. However, if the modifications in

bidding document, specifications of goods and service are substantial, fresh

publication of original bid inquiry may also be issued.

iii. The tendering authority may, at its discretion, extend the deadline for the

submission of bids by amending the bidding document, in which case all rights

and obligations of the tendering authority and bidders previously subject to the

deadline shall thereafter would be subject to the deadline as extended.

g. Delayed / Late Bids:

i. Bids must be submitted in electronic mode only. The tender wizard will not

accept any bid submitted after the deadline as indicated in the NIT.

Page 15 of 60

ii. Towards the end of the deadline time, the tender wizard server is likely to get

jammed due to the heavy flow of traffic on the server. Hence, all the Bidders

participating in the tender are requested to submit the bids well in advance before

the deadline time period as indicated in the NIT.

iii. Documents relevant to the Eligibility cum technical bid which needs to submitted

in the office of ITG, should be submitted before the opening of the Eligibility

cum technical bid as indicated in the NIT. Bids received after the due date and the

specified time (including the extended period if any) for any reason whatsoever,

shall not be entertained and shall be returned unopened.

iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of

the documents. No further correspondence on the subject will be entertained. The

Managing Director, InfoTech Corporation of Goa Ltd will not accept any

responsibility for any problems arising for delay in the submission of the tender.

h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,

substitute, or modify its bid after it has been submitted before the deadline

prescribed for submission of bids as per the e-tendering process.

i. Bid Opening:

i. The designated Technical Committee will perform the bid opening, which is a

critical event in the bidding process.

ii. The tendering authority shall conduct the bid opening at the date and time

specified in the NIT.

iii. All the bids received up to the specified time and date shall be opened by the

members of the designated Committee after entering their corresponding

credentials (login id and digital signatures) in the website

http://www.tenderwizard.com/goa.

iv. The tendering authority shall download all the documents submitted by the

tenderer / bidder and place the same in the presence of bidder or his/her

authorized representative who choose to attend at the date and time specified in

the NIT. The representatives of the bidders are advised to carry the identity card

or a letter of authority from the tendering firms to identify their bonafides for

attending the opening of the proposal. The bidders representatives who are

present shall sign the attendance register present.

Page 16 of 60

v. The eligibility cum technical bid shall be opened and all the bidders who are in

the race (participated) of tender shall be notified to the bidders present. All the

bids shall be downloaded one at a time, and the following may be read out and

recorded: the name of the bidder, the submission or non submission of the Tender

Fee, EMD.

5. Bid Evaluation

a. Guiding Principle for Evaluation of Bids

i. The tendering authority shall determine to its satisfaction whether the bidder that is

selected as having submitted the best and responsive bid is qualified to perform the

Contract satisfactorily.

ii. The determination shall be based upon the examination of the documentary

evidence of the bidder's qualifications submitted by the bidder.

iii. An affirmative determination shall be a prerequisite for selection of the bidder to

be empanelled and a negative determination shall result in disqualification of the

bid.

iv. The tendering authority/ tender evaluation committee, in observance of best

practices, shall: -

Maintain the bid evaluation process strictly confidential.

Reject any attempts or pressures to distort the outcome of the evaluation,

including fraud and corruption.

Strictly apply only and all of the evaluation and qualification criteria specified

in the bidding document.

b. Confidentiality

i. Information relating to the examination, evaluation, comparison, and post

qualification of bids, and recommendation, shall not be disclosed to bidders or

any other persons not officially concerned with such process until publication of

the Empanelled list.

ii. All materials submitted by the bidder becomes the property of InfoTech

Corporation of Ltd and may be returned at its sole discretion, provided, any

materials which are identified as “Proprietary and Confidential Material of Bidder”

Page 17 of 60

shall remain the property of such bidder and the ITG will maintain confidentiality

of such materials.

iii. Any attempt by a bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the bids may result

in the rejection of his bid.

iv. From the time of bid opening to the time of publication of the Empanelled list, if

any bidder wishes to contact the tendering authority on any matter related to the

bidding process, he is allowed to do so only in writing.

c. Clarification of Bids

i. To assist in the examination, evaluation, comparison and post qualification of the

bids, the tendering authority committee may, at its discretion, ask any bidder for a

clarification of his bid. The tendering authority's request for clarification and the

response shall be in writing.

ii. Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the tendering authority shall not be considered.

d. Determination of Responsiveness

i. The tendering authority's determination of the responsiveness of a bid would be

based on the contents of the bid itself.

ii. A responsive bid would be the one that meets the requirements of the bidding

document without material deviation, reservation, or omission where: -

"Deviation" is a departure from the requirements specified in the bidding

document;

"Reservation" is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the bidding document;

and

"Omission" is the failure to submit part or all of the information or

documentation required in the bidding document.

iii. The tendering authority 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 or reservation.

e. Non-material Non-conformities

Page 18 of 60

i. Provided that a bid is responsive, the tendering authority may waive any

nonconformity in the bid that does not constitute a material deviation, reservation

or omission.

ii. Provided that a bid is responsive, the tendering authority may request that the

bidder submit the necessary information or documentation, within a reasonable

period of time, to rectify nonmaterial nonconformities. Requesting information or

documentation on such nonconformities shall not be related to any aspect of the

price of the bid. Failure of the bidder to comply with the request may result in the

rejection of its bid.

f. Evaluation of Bids

i. The tendering authority shall evaluate each bid that has been determined, up to the

stage of the evaluation, to be responsive.

ii. To evaluate a bid, the tendering authority shall use all the criteria and

methodologies defined in the bidding document.

iii. The eligibility evaluation shall be completed by the designated Committee as

early as possible after opening of eligibility cum technical bid.

iv. The bidders which could not qualify in eligibility evaluation will be informed

about this fact.

g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering

authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to publication of the empanelled list,

without thereby incurring any liability to the bidder or bidders or any obligation to

inform the affected bidder or bidders of the grounds for the Purchasers action.

h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without

assigning any reason.

Page 19 of 60

CHAPTER 4 Disqualification of Bids

1. Tendering Authority may in its sole discretion and at any time during the processing of

Bid, disqualify any bidder from the Biding process if the bidder: -

Has submits the required Bid documents after the prescribed date and time of

submission of Bid.

Submits Bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or is non-responsive.

Has not submitted the bid in accordance with the bid document.

Does not meet the minimum eligibility criteria as mentioned in the bid document.

Mislead or made false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Is found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, being involved in

litigation or financial failures, etc.

Failed to provide clarifications related thereto, when sought.

Has submits more than one bid. This will cause disqualification of all bids submitted

by such bidder except the last Bid received.

Has imposed conditions in his bid, during validity of the bid or its extended period.

2. Applicants who are found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes or other

illegal gratification, shall be disqualified from the process at any stage.

3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be

disqualified.

Page 20 of 60

CHAPTER 5 General Terms and Conditions of Bid

Note: Bidders must read these conditions carefully and comply strictly while sending/

submitting their Bids.

1. The submission of more than one tender under different names by one Tenderer is

prohibited.

2. The bidder should upload all the necessary documents pertaining to the eligibility

criteria’s on the tender wizard.

3. ITG has right to reject one and all the tenders without assigning any reason thereof.

4. ITG has the right to split the requirements and place the order on one or more vendors.

5. ITG will seek the commercials either through tenderwizard.

6. The Contractor shall not outsource the work to other party.

7. The contractor (s) shall deliver the ICT Equipment’s to the office of the respective

departments as specified by ITG and strictly in accordance with the technical specification

and terms & conditions said thereon.

8. The contractor(s) shall deliver, install and commission the ICT Equipment’s supplied to

the respective departments within 30 working days from the date of receipt of confirmed

supply order.

9. The successful contractor(s) will be responsible for providing comprehensive onsite

warranty support three (03 / 05) years for ICT Equipment’s commencing from the date of

installation of the item or part thereof. The warranty will also include the consumables like

batteries, adapters for UPS and Laptops. Date of warranty shall start from the date of its

successful installation and commissioning

10. The responsibility of the successful contractor is to supply brand new item. In case, the

supplied item is found damaged in transit or otherwise, the same will not be accepted at

all. Similarly, if the item does not confirm as per the required Specifications of the tender,

the same shall be rejected. The Successful bidder shall collect the rejected item from

ITG/concerned Department at his cost and ITG/concerned Department shall not be

responsible to deliver the same to the Successful contractor. Further, the Successful

contractor shall replace the rejected item at his own cost within the agreed time limit by

both the Parties.

Page 21 of 60

11. The Successful bidder shall submit the details of Contact and Service Escalation Matrix to

the Department/ITG who will contact for support. The support response time for attending

the complaint Call after it is logged should be within 48 hours. The service support during

the warranty period shall be discharged only through the Authorized Service Engineer.

12. If supply, installation and commissioning of the ICT Equipment’s is not affected before

the specified period as per the specifications, then ITG, shall have the right to cancel the

contract and take such action as may be deemed fit, at the risk and cost of the vendor.

13. The Bidder shall only use licensed version of the software and shall be held liable for any

consequential action arising out of patent/intellectual property right violation and ITG or

the Government of Goa shall not be liable for any liabilities or damages arising thereof.

14. Suppliers must furnish information brochures, product catalogue and other technical

literature in respect of their product. One full set of original manuals pertaining to every

item of Hardware and Software are to be supplied. The manuals in respect of the

Hardware items should also describe the basics of items including methods of connections,

power feeding etc.

15. Acknowledgement should be obtained from concerned department against the delivery &

installation of the items. ITG will also appoint an officer from its Department who shall

report to the Managing Director of ITG concerned.

16. ITG has the right to carry out the inspection and verify the details submitted by the

Tenderer and in case the information submitted is found to be false the bid of such a

tenderer shall be rejected.

17. The Successful Bidder shall furnish a Security deposit equivalent of 5% of the Order value

from any Scheduled Bank in favor of Info Tech Corporation of Goa Ltd in the form of a

Performance Bank Guarantee for a period of three (3 / 5) years. The security deposit will

be refunded after the completion of warranty period, after deducting the penalties, if any.

Item will not be accepted and payment against delivery will not be released without

Performance Bank Guarantee.

18. If the Successful Bidder needs extension of time period for execution of the supply order,

he/she may apply for the same in writing to ITG with reasonable grounds seven (7) days

before the limited delivery period time. The extension of time limit shall be granted by

ITG in writing if the reasons in such applications are found satisfactory. If the Successful

bidder fails to give any such written intimation, it will be presumed that the Successful

Page 22 of 60

bidder has agreed to supply the items within the stipulated delivery time (21 days). If the

Successful bidder fails to deliver the ordered Hardware within the extended time also, the

bidder is liable to be blacklisted by ITG.

19. The Successful Bidder shall be held responsible for delay in supply, installation and/or

commissioning. The supply and installation will be deemed as incomplete if any

component of the Hardware, or any documentation/media relating thereto is not delivered,

or is delivered but not installed and/or not operational, and in such case the warranty

period will not commence. The Warranty period will commence only when the supply &

installation is completed.

20. During the validity period of the Supply Order, if the quoted item/model becomes

unavailable in the market, the Successful bidder will be bound to supply the next higher

version/configuration/family of the item/model at the same price at which the tender rate is

fixed, after written intimation to ITG, and ITG’s subsequent confirmation for the same

21. If the terms and conditions mentioned in the tender are contradicting the terms and

conditions appearing elsewhere, then it shall be at the discretion of the Managing Director,

InfoTech Corporation of Goa Ltd to choose the over-riding terms and conditions. In any

case, the decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be

final and binding on all parties concerned.

22. Any violation of terms and conditions or unsatisfactory Service Support for the purchased

item may lead to forfeiture of Bank Guarantee and blacklisting.

23. If any information given by the Contractor / Tenderer / Bidder / is found to be false /

fictitious, the Contractor / Tenderer / Bidder / will be debarred / blacklisted for 5 years

from participating in any of the ITG tenders.

24. All disputes, differences and questions whatsoever, which may arise between the Tenderer

/ Bidder / Contractor and the Managing Director, InfoTech Corporation of Goa, in any

way arising out of or relating to the terms and conditions or the construction or application

thereof, any clause or thing therein contained, or the rights, duties and liabilities of either

party, or otherwise in connection therewith shall be referred to the sole arbitration of a

person appointed by the Chairman, InfoTech Corporation of Goa Ltd. There shall be no

objection from the Tenderer / Bidder / Contractor / to such appointment. The decision of

the arbitrator in the arbitration shall be final and binding on all both the parties. All such

arbitration proceedings shall be subject to the provisions of the Arbitration and

Page 23 of 60

Conciliation Act, 1996 (Central Act 26 of 1996), or any statutory modification or re-

enactment thereof and the rules made thereunder for the time being in force.

25. During the warrant period, the contractor with the help of its IT Engineers has to resolve

any issues related to the software’s (Operating system, Drivers, Applications, etc) during

the warranty period. In event of OS issues wherein there is a need for formatting the

system, the contractor’s IT engineer shall carryout the needful in consultation with the

user. The IT Engineer shall also help the user in backing up his/hers data. It will be the full

responsibility of the contractor (IT Engineer) to get the machine up in running with all

applications loaded.

CHAPTER 6 Selection of Empanelled Vendors

1. Procedure for selection of Supply Vendors as “ITG’s Empanelled Supply

Vendors”:

a) The Scrutiny of the eligibility cum technical bid will be done by a committee duly

constituted by ITG.

b) After the scrutiny of the eligibility cum technical bid by the committee the

commercial bids of the firms which have qualified in the eligibility cum technical

shall be opened as notified in the NIT.

c) ITG shall then open the commercials of the qualified Vendors to determine the lowest

(L1) quotes for the various IT Infrastructure components /Services.

d) The offers shall be evaluated for each ICT equipment with L1 being the lowest offer.

Thereafter ITG shall place before the vendors a list of the lowest (L1) rates obtained

for each of the ICT Equipments.

e) All the qualified vendors shall be given an opportunity to match the lowest (L1) rates

obtained for each of the ICT equipments. Thereafter, all the vendors who match the

lowest (L1) rates obtained by ITG will thereafter be listed on ITG’s final empanelled

list with their specification / brands / models for which they quoted and qualified.

Page 24 of 60

2. Procedure for placement of Supply order on Empanelled Supply Vendors:

a) ITG will display the list of the empanelled vendors along with the rates of the Supply

of the ICT equipments on its website and an Annexure form for requisition from the

department

b) The Department while submitting their request to ITG for Supply, needs provide the

details like (Make/Brand, Qty, Preferred vendor, if any etc) as mentioned in the

Annexure.

c) Based on the Department request ITG will place the Supply order on the vendor.

However, if there is no preferred vendor mentioned then ITG will place the order of

Supply on one of the empanelled vendor as per its decision. The decision of ITG in

this regards will be final.

Note:

1) The commercial quote shall be valid for a period of one (02) years. The selected

vendors will be on ITG empanelled list, which shall be valid for a period of two (02)

years.

2) Sometimes it is observed that in certain scenario Departments & Organizations need a

specific ICT equipment which may not available in the empaneled list of ICT

equipment published by ITG. ITG will seek the ICT equipment with rates from the

empanelled vendors of ITG. The same may be obtained either by the e-tendering in

limited mode. Further, if the empaneled vendors are not in position to quote for the

same then ITG will seek the same from open market by inviting quotations.

Page 25 of 60

CHAPTER 7 Terms of Payment

The payment towards the supply of ICT Equipment’s shall be released to the supply vendor

by ITG only after

1. Receiving the payments from the concerned Departments/Organizations/Autonomous

Bodies, etc.

2. Receiving supply report informing delivered ICT Equipment’s are installed and

working fine with sign & seal from department.

Note:

1. Advance payment shall not be paid.

2. Any increase or decrease of taxes, duties or prices of components, etc shall not affect

the supply rates during validity of the empanelled rates

3. Payment shall be made in Indian Rupees only

Pre Bid Queries Format

Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id

[email protected] in the prescribed format before the pre bid meeting i:e

(03.10.2017 at 10.00 am).

Name of the Firm

Sr.

No

Tender Document

page no

Tender document

clause no

Clause details Query

Page 26 of 60

CHAPTER 8 Documents to be furnished in original

The tenderer/bidder should submit the following documents in original on or before

16.10.2017 by 10.00 am in the office of ITG.

1.Bid Form as per Annexure-1

2.EMD e-Challan receipt

3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2.

4.Undertaking of the tenderer/bidder as per Annexure-3

The above original documents should be put in a single cover and superscribed

“Supply, Installation & Commissioning Of ICT Equipments” and be addressed to The

Managing Director, InfoTech Corporation of Goa Ltd, IT HUB, 3rd Floor, Altinho,

Panaji – Goa – 403001

Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of

all criteria’s, while submitting its bid(s). The scanned copy of these documents should be

uploaded on the e-tendering wizard during submission of bids before its last date.

Failure to comply with these requirements may result in the bid being rejected. No hard

copy of the bid shall be accepted in the office of ITG other than the documents

mentioned in Chapter 9

Page 27 of 60

CHAPTER 9 Technical Specifications

Sr. No Item Name Technical Specifications

1

All in One

Computer

Intel core i3

Processor Intel Core i3-7100 U or its higher version.

Memory 4 GB z DDR4RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

2

All in One

Computer

Intel core i5

Processor Intel Core 7200 U or its higher version.

Memory 4 GB DDR4 with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified

Page 28 of 60

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

3

All in One

Computer

AMD A8

Processor AMD A8 8650 or its higher vesion

Memory 4 GB DDR3 RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

Page 29 of 60

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

4

All in One

Computer

AMD A10

Processor AMD A10 8750 or its higher vesion

Memory 4 GB DDR3 RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 19.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

5

Mini / Tiny /

Small

Desktop

Processor Intel 7th Generation Core i3-7100T @ 3.4 Ghz, dual core, 3 MB Cache

Memory 4 GB DDR4 RAM with 32 GB Expandability

Hard Disk Drive 1 TB 7200 rpm SATA or higher

Display 21.5 inch Full HD monitor (Should be capable of VESA Mount to mount the

Page 30 of 60

Computer

Intel i3

cabinet behind the monitor)

Keyboard 104 keys OEM USB Keyboard or higher

Mouse Optical with USB interface

Ports 6 USB Ports or more ( at least 2 USB with 3.0 and 2 USB ports in front), 1 Display

port/VGA Port, universal audio jack

Optical Drive USB 8X or higher DVD-R/W

Networking Features 10/100/1000 on board integrated Network port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS & MS Office should be available on HDD, additionally the

same should be made available on USB / CD

OS Certification Windows 10 Certification

Cabinet Ultra-Small Form Factor with VESA Mount behind the monitor

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Graphics Intel HD Graphics

Audio High Definition Integrated Audio

Secutity TPM Security Chip 2.0

Warranty 3 Years Comprehensive onsite warranty (Covering all parts including OS)

6

Mini / Tiny /

Small

Desktop

Computer

AMD A6

Processor AMD 7th Generation A6-9500E @ 3 Ghz, dual core, 2 MB Cache

Memory 4 GB DDR4 RAM with 32 GB Expandability

Hard Disk Drive 1 TB 7200 rpm SATA or higher

Display 21.5 inch Full HD monitor (Should be capable of VESA Mount to mount the

cabinet behind the monitor

Keyboard 104 keys OEM USB Keyboard or higher

Mouse Optical with USB interface

Ports 6 USB Ports or more (at least 2 USB with 3.0 and 2 USB ports in front), 1 Display

port/VGA Port, universal audio jack

Page 31 of 60

Optical Drive USB 8X or higher DVD-R/W

Networking Features 10/100/1000 on board integrated Network port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows 10 Certification

Cabinet Ultra-Small Form Factor with VESA Mount behind the monitor

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Graphics AMD Radeon Graphics

Audio High Definition Integrated Audio

Secutity TPM Security Chip 2.0

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

7

Desktop

Computer

Intel core i3

Processor Intel Core i37100 or its higher version.

Memory 4 GB, DDR4 RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 18.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Page 32 of 60

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

8

Desktop

Computer

Intel core i5

Processor Intel Core I5, 7400 or its higher version.

Memory 4 GB, DDR 4 with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 18.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

9

Desktop

Computer

AMD A6

Processor AMD A6 9500 or its higher version.

Memory 4 GB 2133 Mhz DDR4 RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 18.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Page 33 of 60

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

10

Desktop

Computer

AMD A10

Processor AMD A10 9700 or its higher version.

Memory 4 GB DDR4 RAM with 16 GB Expandability or higher

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 18.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified

Keyboard 104 keys or higher OEM USB Keyboard

Mouse Optical Scroll with USB interface

Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports

for microphone and headphone in front.

Optical Drive 16X or higher DVD-R/W

Networking Features 10/100/1000 Mbps on board Integrated Network Port

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

OS Certification Windows & Linux Certifications

Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up

Page 34 of 60

Password, Power supply SMPS Surge protected

Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

11 Laptop with

Intel Core i3

Processor Intel Core i3 7100 U 7TH generation

Memory 4GB DDR4 RAM

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 14"HD or larger Antiglare Display

Video controller Integrated Intel HD Graphics

Webcam Integrated Webcam

Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth

DVD Writer Integrated or external DVD Writer 8X

Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,

VGA Port, HDMI Port, Combo Audio Jack

Speakers and Microphone Integrated Speaker and Microphone

Keyboard & Mouse Key Board with Touch Pad & wireless mouse

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

carry case / backpack To be provided of OEM Make

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

12 Laptop with

Intel Core i5

Processor Intel Core i5 7200 U 7th generation,

Memory 4GB DDR4 RAM

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 14"HD or larger Antiglare Display

Video controller Integrated Intel HD Graphics

Webcam Integrated Webcam

Page 35 of 60

Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth

DVD Writer Integrated or external DVD Writer 8X

Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,

VGA Port, HDMI Port, Combo Audio Jack

Speakers and Microphone Integrated Speaker and Microphone

Keyboard & Mouse Key Board with Touch Pad & wireless mouse

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

carry case / backpack To be provided of OEM Make

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

13 Laptop with

Intel Core i7

Processor Intel Core i7 7500 U , 7TH Gen

Memory 8 GB DDR4 RAM

Hard Disk Drive 1TB HDD @ 7200RPM SATA

Display 14"HD or larger Antiglare Display

Video controller Integrated Intel HD Graphics

Webcam Integrated Webcam

Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth

DVD Writer Integrated or external DVD Writer 8X

Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,

VGA Port, HDMI Port, Combo Audio Jack

Speakers and Microphone Integrated Speaker and Microphone

Keyboard & Mouse Key Board with Touch Pad & wireless mouse

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

carry case / backpack To be provided of OEM make

Page 36 of 60

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

14 Laptop with

AMD A8

Processor AMD A8-7410 Processor

Memory 4GB DDR3 RAM

Hard Disk Drive 1 TB HDD

Display 14"HD or larger

Video controller Integrated Graphics

Webcam Integrated Webcam

Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth

DVD Writer Integrated or external DVD Writer 8X

Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,

VGA Port, HDMI Port, Combo Audio Jack

Speakers and Microphone Integrated Speaker and Microphone

Keyboard & Mouse Key Board with Touch Pad & wireless mouse

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

carry case / backpack To be provided of OEM make

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

15 Laptop with

AMD A10

Processor AMD A10-9600P Processor

Memory 4GB DDR3 RAM

Hard Disk Drive 1 TB HDD

Display 14"HD or larger

Video controller Integrated Graphics

Webcam Integrated Webcam

Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth

DVD Writer Integrated or external DVD Writer 8X

Page 37 of 60

Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,

VGA Port, HDMI Port, Combo Audio Jack

Speakers and Microphone Integrated Speaker and Microphone

Keyboard & Mouse Key Board with Touch Pad & wireless mouse

Preloaded Softwares Windows 10 Professional 64 bit preloaded

Recovery Image of the OS should be available on HDD, additionally the same should

be made available on USB / CD

carry case / backpack To be provided of OEM make

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

16

Laser Printer

(A4) without

networking

Print Technology Monochrome Laser Printer

Print Speed (ppm) min. 18 ppm

Resolution 600 x 600 dpi

Paper Size A4, Legal & more

Interface & connectivity High Speed USB 2.0

Software Drivers & Utilities

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

17

Laser Printer

Mid-Range

(A4) with

networking

& Duplex

Print Technology Monochrome Laser Printer

Print Speed (ppm) min. 25 ppm

Resolution 600 x 600 dpi

Paper Size A4, Legal & more

Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network

Printing Automatic Double sided printing (Duplex printing)

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

Page 38 of 60

18

Heavy Duty

Network

Colour Laser

(A3) Printer

Print Technology Colour Laser Printer

Print Speed (ppm) min. 15 ppm (Colour/Black)

Resolution 1200 x 1200 dpi

Paper Size A3,A4,A5,B4,B5,Legal

Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network

Printing Automatic Double sided printing (Duplex printing)

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

19 Multifunction

Laser Printer

Print Technology Monochrome Multifunction Laser Printer (Print,Scan,Copy)

Print Speed (ppm) min. 25 ppm

Resolution 600 x 600 dpi

Paper Size A4, Legal

Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network

Printing Automatic Double sided printing (Duplex printing)

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

Scanner Specifications

Scan Type - CIS Flatbed

Scan Resolution - 600 x 600 dpi

ADF Capacity Appx 30 Sheets

Bit depth - 24-bit

Copier Specifications

Copy Speed - 23 CPM

Copy Resolution - 600 x 600 dpi

Page 39 of 60

20 Color Inkjet

Printer

Printing Method On-demand inkjet (Piezo electric)

Nozzle Configuration 90 Nozzles Black, 90 Nozzles per Color

Minimum Droplet Size 1.5 pl, With Variable-Sized Droplet Technology

Ink Technology Dye Ink

Printing Resolution 5,760 x 1,440 DPI

Application Home, Photo

Printing Speed ISO/IEC 24734 5.1 Pages/min Monochrome, 5 Pages/min Colour

Printing Speed

37 Pages/min Monochrome (plain paper 75 g/m²), 38 Pages/min Colour (plain

paper 75 g/m²), 12 Seconds per 10 x 15 cm photo (Epson Premium Glossy Photo

Paper)

Colours Light Magenta, Magenta, Yellow, Light Cyan, Cyan, Black

Paper Formats A4, A5, A6, B5, C6 (Envelope), DL (Envelope), No. 10 (Envelope), Letter, 9 x 13

cm, 10 x 15 cm, 13 x 18 cm, 16:9, Legal

Paper Tray Capacity 120 Sheets Standard, 120 Sheets Maximum, 20 Photo Sheets

Media Handling Auto Sheet Feeder, Borderless print, CD / DVD

Compatible Operating Systems Mac OS X 10.6.8 or later, Windows 7, Windows 8, Windows 8.1, Windows Vista,

Windows XP, XP Professional x64 Edition

Interfaces USB, WiFi

Power Supply 100V, 110V, 220V, 240V

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

21

A4

Monochrome

Ink tank MFP

- Print / Copy

& Scan

Print And Copy Speed More Than 30 Ppm

Print Resolution 1440 X 720 Dpi

Colour Scan 48 Bit, 1200 X 2400 Dpi

Adf 30 Pages

Ports Usb 2.0 And Network

Software Compatibility Win Xp/ Vista /7/9/10/Mac Ox X 10.5.8 Or Later

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

Page 40 of 60

22 Color Laser

Printer

Printing Method Colour Laser Beam Printing

Printing Speed Mono: A4 / Letter: 16 / 17ppm

Colour: A4 / Letter: 4 / 4ppm

Resolution 600dpi x 600dpi

Paper Size A4 / B5 / A5

Paper Type Plain Paper / Transparency / Label / Envelope

Memory 16MB

Operation Mode USB 2.0 Hi-Speed

Compatible Operating Systems

Windows 8 (32 / 64-bit), Windows 7 (32 / 64-bit), Windows Vista (32 / 64-bit),

Windows XP (32 / 64-bit), Windows 2000, Windows Server 2003 (32 / 64-bit) ,

Windows Server 2003 R2 (32 / 64-bit), Windows Server 2008 (32 / 64-bit),

Windows Server 2008 R2 (64-bit), Windows Server 2012 (64-bit)

Toner Cartridge Cartridge 329 Black / Cyan / Magenta / Yellow

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

23

Multifunction

color Laser

Printer

Functions Print, copy, scan, with Fax

Print speed 18 ppm (Mono & Colour)

Print resolution 600 x 600 dpi quality

Print technology Laser

Connectivity Hi-Speed USB 2.0 port; built-in Fast Ethernet 10/100Base-TX

network port

Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit

Paper Size A4, A5 & more

Duplex printing Yes (Auto)

Copier settings Minimum number of copies: Up to 99 copies: Copy resolution: min 400 x 600 dpi

Scanner specifications Scanner type: Flatbed, ADF Scan size maximum (flatbed, ADF): 216 x 297 mm;

Optical scan resolution: Upto 1200 dpi

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

Page 41 of 60

24

Color Laser

Printer (A4)

with

networking &

Duplex

Print Technology Color Laser Printer

Print Speed (ppm) min. 20 ppm

Resolution 600 x 600 dpi

Paper Size A4, A5 & more

Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network

Printing Automatic Double sided printing (Duplex printing)

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

25

24 Pin Dot

Matrix

Printer

Printer type 80 Col

print speed 374 cps 10 cpi draft

Ribbon life 2.5 million character

Printhead life 400 million strokes / wire

interface usb, parallel & serial

copies 1+3

input data buffer 128 kb

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except ribbon)

26

9 Pin Dot

Matrix

Printer

Printer type 80 Col

print speed 374 cps 10 cpi HSD

Ribbon life 4 million character

Printhead life 400 million strokes / wire

interface usb, parallel & serial

copies 1+4

input data buffer 128 kb

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except ribbon)

Page 42 of 60

27 ADF Scanner

(A3)

Scanner Type ADF

Optical Resolution Min 600 dpi

Grey scale levels 256

Bit Depth 48 Bit

Scanning options (ADF) Single pass duplex

Feeder Capacity 50 sheets

Paper Size A3, A4, Legal

Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP (all versions)

Warranty 3 Years Comprehensive onsite warranty (Covering all parts)

28 Flatbed

Scanner (A4)

Scanner Type Flatbed

Optical Resolution Min 1200 dpi

Grey scale levels 256

Bit Depth 48 Bit

Scanning options (ADF) N / A

Feeder Capacity N / A

Paper Size A4

Interface & connectivity High Speed USB 2.0

Software Drivers & Utilities

Compatible operating systems Windows 10 to Windows XP (all versions)

Warranty 3 Years Comprehensive onsite warranty (Covering all parts)

29 Heavy Duty

Photocopier

machine with

Digital Multifunctional Office Machine PRINT / SCAN / COPY

Size A-3

Minimum copying/printing

speed (cpm) min. 20 ppm

Page 43 of 60

MFP &

Automatic Doc.

Feeder

paper size (original / image): A3/A3

RAM (mb) 128

other Features

100 sheet bypass

Duplex

ARDF

Network

Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)

30 1 KVA offline

UPS with 20

min backup

Battery Load Capacity 1 KVA

Battery 20 Minutes backup on full resistive load,

Input Voltage 160V to 270V AC, Single Phase

Input Frequency 45 Hz to 55 Hz

Output frequency 50 Hz ± 2 Hz

Output Voltage 230V ± 2%

Isolation Transformer Built Inn

Overload protection and Alarm Yes

Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)

31 2 KVA online

UPS with 30

min backup

Battery Load Capacity 2 KVA

Battery 30 Minutes backup on full resistive load, Sealed Maintenance Free (SMF) batteries

of 12V/26AHx10nos

Input Voltage 160V to 280V AC, Single Phase

Input Frequency 45 Hz to 55 Hz

Output frequency 50 Hz ± 2 Hz

Output Voltage 220V ± 10%

Built-in Automatic Voltage Regulator (AVR), Built-in Isolation Transformer mandatory

Overload protection and Alarm

Page 44 of 60

Built-in Static bypass switch

Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)

32 5 KVA online

UPS with 1 HR

backup

Rectifier Type IGBT rectifier

Input Voltage Range 160 - 260 VAC

Frequency Range 45 - 55 Hz

Phase Single phase with ground

Power factor ≥ 0.9 at full Load

Output Ratings (Single Phase)

Inverter Type IGBT Inverter

Voltage 230V AC

Voltage Regulation ± 3%

Frequency 50 Hz ± 0.125Hz

Output Waveform Pure Sine Wave

Efficiency (AC – AC) ≥ 90%

Power Factor > 0.8

Battery Details

Nominal Voltage 180V DC

Type Sealed Maintenance Free (SMF) batteries

Indications Main ON, Inverter ON/OFF/ Faulty, Battery Level, Static Bypass ON, Load Level

Audible Alarm Mains Failure Alarm, Low Battery Alarm and Overload

Protection

Advanced Electronic protection for device safety backed with MCBs/MCCBs/Fast

acting fuses. High speed pulse blanking. Electronic over voltage/under voltage

Bypass – Static Bypass

No. of batteries 40/42AH (Minimum 15 Batteries of 12V each).

Page 45 of 60

UPS battery Rating Calculation

formula

Separate Battery Cabinet

To be provided, with adequate ventilation

Backup Time on Full Load 1 Hour

Built-in Isolation Transformer mandatory, Built-in Static bypass switch

Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)

33

10 KVA online

UPS with 1 HR

backup (Three

Phase)

Rectifier Type IGBT rectifier

Input Voltage 400 V AC

Phase Three Phase, Neutral with Ground

Input Voltage Range 340-460V AC

Freq. Range 45 - 55 Hz

Power Factor ≥ 0.9 at full Load

Output Ratings (Single Phase)

Inverter Type IGBT Inverter

Voltage 230V AC

Voltage Regulation ± 3%

Voltage Distortion ≤ 5% (nonlinear load)

≤ 2% (linear load)

Output Frequency 50 Hz ± 0.125Hz

Power Factor > 0.8

Communication Interface LAN Interface for IP-based Monitoring

Short circuit protection Yes

Battery

Page 46 of 60

Battery Voltage 240V DC

Type Sealed Maintenance Free (SMF) batteries

Number of Batteries 65/70 AH (Minimum 20 Batteries of 12V each)

UPS battery Rating Calculation

formula

Separate Battery Cabinet

To be provided, with adequate ventilation

Backup Time on Full Load 1 Hour

Other Parameter

Noise ≤ 55 db

Indication Mains ON, Inverter ON/OFF/Faulty, Battery Level, Static Bypass ON, Load Level,

Over Temperature

Audible Alarm Mains Failure Alarm, Low Battery Alarm, Overload and Load on Bypass

Built-in Isolation Transformer mandatory, Builtin Static bypass switch

Protection

Advanced Electronic protection for device safety backed with MCBs Soft start

feature for rectifier and inverter, Battery current limiting protection, built in

overload protection, output short –circuit protection, Parallel Redundant

Configuration-Option Unitary/Parallel Redundant/Redundant Hot standby

Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)

34

10 KVA online

UPS with 1 HR

backup (single

Phase)

Rectifier Type IGBT rectifier

Input Voltage Range 160 - 260 VAC

Frequency Range 45 - 55 Hz

Phase Single phase with ground

Power factor ≥ 0.9 at full Load

Page 47 of 60

Output Ratings (Single Phase)

Inverter Type IGBT Inverter

Voltage 230V AC

Voltage Regulation ± 3%

Voltage Distortion ≤ 5% (nonlinear load)

≤ 2% (linear load)

Output Frequency 50 Hz ± 0.125Hz

Power Factor > 0.8

Communication Interface LAN Interface for IP-based Monitoring

Short circuit protection Yes

Battery

Battery Voltage 240V DC

Type Sealed Maintenance Free (SMF) batteries

Number of Batteries 65/70 AH (Minimum 20 Batteries of 12V each)

UPS battery Rating Calculation

formula

Separate Battery Cabinet

To be provided, with adequate ventilation

Backup Time on Full Load 1 Hour

Other Parameter

Noise ≤ 55 db

Indication Mains ON, Inverter ON/OFF/Faulty, Battery Level, Static Bypass ON, Load Level,

Over Temperature

Audible Alarm Mains Failure Alarm, Low Battery Alarm, Overload and Load on Bypass

Page 48 of 60

Built-in Isolation Transformer mandatory, Built-in Static bypass switch

Protection

Advanced Electronic protection for device safety backed with MCBs Soft start

feature for rectifier and inverter, Battery current limiting protection, built in

overload protection, output short –circuit protection, Parallel Redundant

Configuration-Option Unitary/Parallel Redundant/Redundant Hot standby

Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)

35 32 inch LED /

LFD TV

Display Type: LED / LFD

Screen Size: 32 inch or Above

Connectivity: HDMI, USB

Speakers Built in speaker

Resolution: 1920 x 1080

Warranty 5 years’ Comprehensive onsite warranty

36 40 inch LED /

LFD TV

Display Type: LED / LFD

Screen Size: 40 inch or Above

Connectivity: HDMI, USB

Speakers Built in speaker

Resolution: 1920x1080

Warranty 5 years’ Comprehensive onsite warranty

37 48 inch LED /

LFD TV

Display Type: LED / LFD

Screen Size: 48 inch or Above

Connectivity: HDMI, USB

Speakers Built in speaker

Resolution: 1920x1080

Warranty 5 years’ Comprehensive onsite warranty

38 55 inch LED / Display Type: LED / LFD

Screen Size: 55 inch or Above

Page 49 of 60

LFD TV Connectivity: HDMI, USB

Speakers Built in speaker

Resolution: 1920x1080

Warranty 5 years’ Comprehensive onsite warranty

39

General duty

Bar code

scanner along

with the stand

Dimensions (LxWxH) 104 mm x 71 mm x 160 mm (4.1˝ x 2.8˝ x 6.3˝)

Weight 147 g (5.2 oz)

Input Voltage 4 VDC to 5.5 VDC

Operating Power 2.3 W (450mA @ 5 VDC)

Standby Power 0.45 W (90mA @ 5 VDC)

Host System Interfaces USB, Keyboard Wedge, RS232, IBM 46xx (RS485)

Operating Temperature 0°C to 50°C (32°F to 122°F)

Storage Temperature (-40°C to 70°C) (-40°F to 158°F)

Humidity 0% to 95% relative humidity, non-condensing

Drop Designed to withstand 50 1.8 m (6´) drops to concrete Ratchet stand: Designed to

withstand 50 1.2 m (4´) drops to concrete on each of the faces

Environmental Sealing IP41

Light Levels 0 to 100,000 lux (9,290 foot-candles)

Ratchet Cycles The ratchet stand shall support 10,000 cycles (each cycle is one full movement of

the scanner either up or down) without losing its ability to keep the scanner in any

ratchet position

scan pattern Area Image (838 x 640-pixel array)

Motion Tolerance Up to 610 cm/s (240 in/s) for 13 mil UPC at optimal focus

Scan Angle

HD Focus: Horizontal 41.4°; Vertical: 32.2°

SR Focus: Horizontal: 42.4°; Vertical: 33°

ER Focus: Horizontal: 31.6°; Vertical: 24.4°

Symbol Contrast 20% minimum reflectance difference

Page 50 of 60

Pitch, Skew 45°, 65°

Decode Capability Reads standard 1D, PDF, 2D, Postal and OCR symbologies

*Note: Decode capabilities dependent on kit configuration

Warranty 5 years’ Comprehensive onsite warranty

40 Double sided PVC

card printer (with

RFID module)

Print Mode 300dpi colour dye sublimation, monochrome thermal printing and rewritable

technology.

Printer Interface USB rev1.1 (USB 2.0 compatible), Ethernet

Print Speed Minimum 125 cards per hour

Cleaning Kit Min. 10 cleaning cards, 1 pen.

Cleaning Roller Kit Min. 5 cleaning rollers, 1 metal roller bar.

Card Supported CR80/CR79 PVC ISO blank cards, HiCo magnetic stripe, smart cards, self-

adhesive

Smart Card Encoder

Module combi smart card encoding (for contact chip, Mifare®, Desfi re®, iClass®)

Warranty 5 years’ Comprehensive onsite warranty

41 Rack Server

Processor Intel® Intel Xeon E7-8800 v4

Memory 32 GB with Expandable capability or higher

Hard Drive 6 TB or higher

Power Supply Dual

Networking Features 04 nos of 10/100/1000 Mbps on board Integrated Network Port s

Drive Bays Up to 24 x 2.5” hot-plug 12Gb/6Gb SAS HDD or SAS/SATA SSD, Up to 8

front-accessible Express Flash NVMe PCIe SSD (PCIe 3.0)

RAID Controllers Internal controllers: PERC H330, PERC H730P | External HBAs

(RAID): PERC H830 | External HBAs (non-RAID): 12Gbps SAS HBA

Video Card Matrox® G200 with 8MB memory

Keyboard 104 keys or higher OEM USB keyboard

Mouse Optical with USB interface

Page 51 of 60

Preloaded Operating

Systems Microsoft® Windows Server® 2008 R2

Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)

42 Projector with

presenter

Type DLP

Native Resolution XGA 1024 X 768, 3D VIA HDMI

Brightness 3,600 ANSI Lumens (Standard), 2,880ANSI Lumens (ECO)

(Compliant with ISO 21118 standard)

Contrast MIN 10000;1

Aspect Ratio 4:3 (Native)

Lamp Life 5,000 Hours (Standard), 10,000 Hours (ECO), 15,000 Hours (ExtremeEco)

Projection Lens F = 2.56 ~ 2.68, f = 22.0 mm ~ 24.1 mm Manual Zoom and Manual Focus

Input Analog RGB/Component Video (D-sub) x 1,Composite Video (RCA) x 1 ,

HDMI (Video, Audio, HDCP) x 1

Output Analog RGB (D-sub) x 1, PC Audio (Stereo mini jack) x 1

Noise Level 30 DBA (Standard), 26 dBA (ECO)

Remote IR REMOTE CONTROL

Powersupply 100-240 V AC 50 HZ

Warranty 5 Years Comprehensive onsite warranty

43 USB Finger Print

Scanner

Dimensions (L x W x H) 68.7 x 39.7 x 15.3 mm (2.7 x 1.56 x 0.6 inches)

Weight 40g (1.41 oz)

Database capacity (users) 500, 3000(1) or 5000(2)

Database capacity (templates or

fingers) 1000, 6000(1) or 10 000(2)

Match-on-Device capability

(1:N) 1:500, 1:3000(1) or 1:5000(2)

Matching speed 0.6s in 1:1 mode / 0.7s in 1:500 modes

Page 52 of 60

Fake Finger Detection yes

Security Layer optional

Warranty 5 Years Comprehensive onsite warranty

44 10" Tablet

Operating System Android 6.0, Marshmallow or higher

Processor Octa Core 1.3GHz ARM Cortex A53 64bit Processor or higher

Design and Display Full Capacitive Multi-Touch

25.5cm (10.1”) Display

Memory & Storage

2 GB RAM or higher

16GB Built-in storage or higher

Micro SD Slot, expandable up to 64GB.

Network & Connectivity

4G VoLTE Support

Wi Fi

Bluetooth V4.0

USB OTG Function

Camera 8MP AF Rear Camera with LED Flash

5MP Front Camera for video Chatting.

Battery 7800mAh Lithium-ion Battery

GPS GPS & A-GPS

Sensors G-Sensor for auto rotate screen

Warranty 5 years

45 2-in-1 Tablet

Processor Intel® Atom™ x5-Z8350 CPU, up to 1.92 GHz or equivalent

Screen Size 25.65 cm (10.1") IPS HD Display

Screen resolution 1280*800 resolution

Touch Touch Pad with Multi-Touch functionality

Operating System Windows 10

Graphics Intel® HD Graphics 400

Page 53 of 60

Battery (mAh) 6000 mAh Li-Polymer

Camera (MP) 5 MP Rear camera / 2 MP Front camera

Speaker Dual

Memory 32 GB or higher

RAM 2 GB or higher

USB Port Yes ( 2 USB Ports on keyboard)

Bluetooth Yes

Wi-Fi Yes

HDMI Yes

Special Features

HLK and WHQL certified Cortana MIC,

Windows Ink

Finger Print Reader,

Warranty 5 years

Page 54 of 60

CHAPTER 10 Tentative Description of ICT Equipments to be procured

Sr.

No. Item Description

Qty

(In

Nos.)

Brand/Mak

e/ Model

Base

price per

item

GST

Total cost of

item in Rs

Inclusive GST)

A B C D E F G=(E+F) *C

1 All in One Computer Intel core i3 (5 yrs warranty) 1 0.00

2 All in One Computer Intel core i5 (5 yrs warranty) 1 0.00

3 All in One Computer AMD A6 (5 yrs warranty) 1 0.00

4 All in One Computer AMD A10 (5 yrs warranty) 1 0.00

5 Mini / Tiny / Small Desktop Computer Intel i3 (5 yrs warranty) 1 0.00

6 Mini / Tiny / Small Desktop Computer AMD A6 (5 yrs warranty) 1 0.00

7 Desktop Computer Intel core i3 (5 yrs warranty) 1 0.00

8 Desktop Computer Intel core i5 (5 yrs warranty) 1 0.00

9 Desktop Computer AMD A6 (5 yrs warranty) 1 0.00

10 Desktop Computer AMD A10 (5 yrs warranty) 1 0.00

11 Laptop with Intel Core i3 Processor (5 yrs warranty) 1 0.00

12 Laptop with Intel Core i5 Processor (5 yrs warranty) 1 0.00

13 Laptop with Intel Core i7 Processor (5 yrs warranty) 1 0.00

14 Laptop with Intel A8 (5 yrs warranty) 1 0.00

15 Laptop with Intel A10 (5 yrs warranty) 1 0.00

16 Laser Printer (A4) without networking (3 yrs warranty) 1 0.00

17 Laser Printer Mid-Range (A4) with networking & Duplex (3 yrs

warranty) 1

0.00

18 Heavy Duty Network Colour Laser Printer (3 yrs warranty) 1 0.00

Page 55 of 60

19 Multifunction Laser Printer (3 yrs warranty) 1 0.00

20 Color Inkjet Printer (3 yrs warranty) 1 0.00

21 A4 Monochrome Ink tank MFP - Print / Copy & Scan (3 yrs

warranty) 1

0.00

22 Color Laser Printer (3 yrs warranty) 1 0.00

23 Multifunction color Laser Printer (3 yrs warranty) 1 0.00

24 Color Laser Printer (A4) with networking & Duplex (3 yrs warranty) 1 0.00

25 24 Pin Dot Matrix Printer (3 yrs warranty) 1 0.00

26 9 Pin Dot Matrix Printer (3 yrs warranty) 1 0.00

27 ADF Scanner (A3) (5 yrs warranty) 1 0.00

28 Flatbed Scanner (A4) (5 yrs warranty) 1 0.00

29 Heavy Duty Photocopier machine with MFP & Automatic Doc. Feeder

(3 yrs warranty) 1

0.00

30 1 KVA offline UPS with 20 min backup (5 yrs warranty) 1 0.00

31 2 KVA online UPS with 30 min backup (5 yrs warranty) 1 0.00

32 5 KVA online UPS with 1 HR backup (5 yrs warranty) 1 0.00

33 10 KVA online UPS with 1 HR backup (Three Phase) (5 yrs warranty) 1 0.00

34 10 KVA online UPS with 1 HR backup (single Phase) (5 yrs warranty) 1 0.00

35 32-inch LCD TV (5 yrs warranty) 1 0.00

36 39 inch LED TV (5 yrs warranty) 1 0.00

37 43 inch LED TV (5 yrs warranty) 1 0.00

38 49 inch LED TV (5 yrs warranty) 1 0.00

39 Bar Code scanner along with the stand (5 yrs warranty) 1 0.00

40 Double sided PVC card printer (with RFID module) (5 yrs warranty) 1 0.00

41 Rack Server (5 yrs warranty) 1 0.00

42 Projector (5 yrs warranty) 1 0.00

Page 56 of 60

43 USB Finger Print Scanner (5 yr warranty) 1 0.00

44 10" Tablet (5 yrs warranty) 1 0.00

45 2-in-1 Tablet (5 yrs warranty) 1 0.00

* Rates quoted should be inclusive of all taxes and will be valid for the period of 2 years.

** Quantities of item depends upon the requirements from the client departments

*** The above quoted price should be inclusive of supply & installation

**** Vendor should submit the MAF for items quoted above.

***** All other terms and conditions will be as per tender no ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017

Buy Back of ICT Equipments Sr. No. Item Description Qty (In Nos.) Total Amount in Rupees

1 Computer System 1 2 Laptop 1 3 Printer 1 4 Scanner 1 5 800 VA to 1 KVA UPS (offline / online) 1 6 2 KVA online UPS 1 7 3 KVA online UPS 1 8 5 KVA online UPS 1 9 10 KVA online UPS 1

10 Server 1 * The above items should be taken as buyback from department as it is basis (i.e. working, nonworking or damaged)

** Quantities of item depends upon the requirements from the client departments

*** The above items will be of any make & model

*** Rates quoted should be inclusive of all taxes and will be valid till the validity of the tender

**** All other terms and conditions will be as per tender no ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017

***** Buyback Will not depends upon no of items procured, it will be counted individually.

Page 57 of 60

ANNEXURE-1 Bid Form

I. Addressed to:

a. Name of the Bidding authority Managing Director

b. Address Info Tech Corporation of Goa Ltd (A Govt. Of Goa undertaking)

IT HUB, 3rd Floor, Altinho, Panaji –

Goa – 403001

c. Telephone (0832) 2226024 / 2225192

II. NIT Reference: Dated:

III. Other related details:

1. Name of Bidder with Office Address

2. Name & Designation of Authorized

Signatory

3. Year of Establishment

4. Type of Firm Public

Ltd.

Private

Ltd.

Partnership Proprietary

Put Tick ( ) mark

5. Telephone Number(s)/ Mobile

6. Website URL

7. Fax No.

8. Email Address

9. Registered

Office

Address in

Goa

Address

Phone Fax

:

Contact Person

10.

Service Center (s) in

Goa

Address

Phone Fax:

Contact Person

(Enclose list of Service Center consisting name of contact person, telephone no., e-mail

address, office address.)

11. Annual Turnover for the last 3 years

(a certifacte of CA should be enclosed as

proof)

2014

-15

2015-16 2016-17

12. Existence of the Organization for the last 3 years in Goa

(Municipal / Panchayat Trade License copy/ Sales Tax/

Commercial Tax Registration or any other document

specifically in name of tenderer/bidder to be attached)

(Proof showing documentary evidence should be uploaded)

13. Has the Bidder been black-listed by any of the offices of the

Govt. of Goa. If so, details may be provided

Page 58 of 60

IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)

has been deposited vide cash receipt/ e-challan no.____________ dated __________

in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji- Goa.

V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five

Hundred Only) has been deposited vide cash receipt/ e-challan no.____________

dated __________ in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji-

Goa.

VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the

Bidding Authority and also the further conditions of the said Bid Notice given in the

attached sheets (all the pages of which have been digitally signed by us in token of

acceptance of the terms mentioned therein).

VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids

will disqualify the Bid. However, the Bidder can reproduce exactly the same format

for clarity in filling due to shortage of space.

VIII. The rates quoted are applicable up to 2 years from the date of opening of bid. The

validity period can be extended with mutual agreement. Following documents are

attached towards the proof of earnest money deposited in favor of Info Tech

Corporation of Goa Ltd, Altinho, Panaji- Goa.

Sr.No Earnest Money deposited through Number Dated

1. E-Challan No

IX. This Bid form and Terms & Conditions in token of acceptance along with duly filled

letter of undertaking / declaration.

Signature:_______________________________

Name :________________________________

Designation :________________________________

Place :________________________________

Date & Seal :_______________________________

Page 59 of 60

ANNEXURE-2 Manufacturers Authorization Certificate (OEM)

(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)

(Certificate to be issued by OEM/ manufacturer of the product(s) on the company

letterhead)

To, The Managing Director, InfoTech Corporation of Goa Ltd, Altinho, Panaji- Goa. Sub: Undertaking for participating in the tender for the Empanelment of vendors for

supply, installation & commissioning of IT Infrastructure Equipments We, _____<Name of the firm>______, having a registered office at _______<Office

address>__________, bearing registration no. <Registration no.>, state the following in respect of the Empanelment of vendors to tender for supply, installation & commissioning of Computer Hardware & Peripherals

We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to undertake full responsibility for the successful execution of the Contract

We hereby confirm that we are neither blacklisted/barred by Government / Semi – Government / Quasi- Government organization or Govt. Corporation at any point of time during the last three financial years ending March 2016 or in the current financial year as on the date of notice inviting tender.

We hereby also declare that all the particulars furnished by us in this Tender are true to the best of my/our knowledge and we understand and accept that if at any stage, the information furnished is found to be incorrect or false, we are liable for disqualification from this tender and also are liable for any penal action that may arise due to the above.

Authorized Signatory with Name, Designation, Date and Seal:

Page 60 of 60

ANNEXURE-3 Bidders Undertaking (Indicative Format)

(The form should be signed with seal and then scanned and uploaded on the tender

wizard)

(Certificate to be issued by bidder on the company letterhead)

U N D E R T A K I N G (To be filled by the Bidder only)

To, The Managing Director, Infotech Corporation of Goa Ltd, Altinho, Panaji- Goa. Sub: Undertaking for participating in the tender for the Empanelment of vendors for

supply, installation & commissioning of IT Infrastructure Equipments We, _____<Name of the firm>______, having a registered office in the State of Goa at

_______<Office address>________, bearing registration no. <Registration no.> , have

submitted the bids against the tender for supply, installation & commissioning of Computer

Hardware & Peripherals

We hereby agree to strictly abide by the Terms & Conditions of the tender, Buyback rates and also to

undertake full responsibility for the successful execution of the Contract with comprehensive

onsite warranty support of Three (03) years and an additional extended warranty of two (02)

years if required/requested.

We hereby confirm that we are neither blacklisted/barred by Government / Semi – Government /

Quasi- Government organization or Govt. Corporation nor do we have any pending cases, as on

date.

We hereby undertake that all the components/parts/assembly/software used in the equipment shall be

original 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 softwares, 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 EMD for this bid or black list or take suitable action

against us.

We hereby also declare that all the particulars furnished by us in this Tender are true to the best of

my/our knowledge and we understand and accept that if at any stage, the information furnished is

found to be incorrect or false, we are liable for disqualification from this tender and also are

liable for any penal action that may arise due to the above.

We declare that the Commercial bid will be submitted without any conditions and strictly as per the

conditions of the tender document and we are aware that the Commercial bid is liable to be

rejected if it contains any other conditions.

Authorized Signatory with Name, Designation, Date and Seal:

Page 1 of 42

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT-HUB, 3rd Floor,

Altinho-Panaji, Goa -403001

TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR

SUPPLY, INSTALLATION AND COMMISSIONING OF

NETWORKING INFRASTRUCTURE (LAN & UPS CONNECTIVITY)

TO GOVERNMENT DEPARTMENTS/ORGANIZATIONS/

INSTITUTIONS/ CORPORATIONS/ AUOTONOMOUS BODIES IN

THE STATE OF GOA

Tender No.: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017

Date: 26/09/2017

Page 2 of 42

Table of Contents

NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3

SCOPE OF THE PROJECT ............................................................................................................... 5

DEFINITIONS & ACRONYMS ........................................................................................................ 6

CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7

CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9

CHAPTER 3 Bidding Process .................................................................................................... 11

CHAPTER 4 Disqualification of Bids ....................................................................................... 19

CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20

CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 26

CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 27

CHAPTER 8 Terms of Payment ................................................................................................ 29

CHAPTER 9 Documents to be furnished in original ................................................................. 30

CHAPTER 10 Tentative Description for the items to be provided for the work of Networking

Infrastructure (LAN connectivity) ..................................................................... 31

CHAPTER 11 Commercial Bid ................................................................................................... 33

ANNEXURE-1 Bid Form .............................................................................................................. 36

ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 39

ANNEXURE-3 Bidders Undertaking ............................................................................................ 41

Page 3 of 42

Info Tech Corporation of Goa Limited

(A Government of Goa Undertaking)

[An ISO 9001:2008 Certified Company ]

IT-HUB, 3rd Floor,

Altinho-Panaji, Goa-403001

NOTICE INVITING e-TENDER (NIT)

(Electronic mode only)

No.: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017 Date: 26/09/2017

Bids are invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum

technical bid and commercial bid from well established and reputed organizations / agencies

who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven

track record in supply, installation & commissioning of networking infrastructure (LAN &

UPS CONNECTIVITY) to various Government departments/institutions/ organizations in the

State of Goa.

Sr No Item Particulars

1 Description of the work Supply, Installation & Commissioning networking

infrastructure (LAN & UPS connectivity)

2 Mode of Tendering E-Tendering

3 E-Tendering Website www.etender.goa.gov.in or

www.tenderwizard.com/GOA

4 Tender Document Fee Rs 2000/- Rupees Two thousand only

(Non-Refundable)

5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred

only (Non-Refundable)

6 Earnest Money Deposit

(E.M.D.) Rs. 25,000/- (Rupees Twenty five Thousand

only)

7 Mode of Tender Document

& Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.

8 Last Date and Time for

request of Tender Document

26/09/2017 to 14/10/2017 (up to 1.00 pm)

9 Date and Time for Pre-bid

Meeting

03/10/2017 (at 03.00 PM)

Page 4 of 42

10 Last Date and Time for reply

to Pre-Bid clarifications

04/10/2017 (up to 11.59 PM)

11 Last Date and Time for

Online submission of bids

15/10/2017 (up to 11.59 PM)

12 Date and Time for opening /

of Eligibility bids

16/10/2017 (at 03.00 PM)

13 Date and Time for opening /

of Commercial bids

17/10/2017 (at 03.00 PM)

Tenders not conforming to the requirements mentioned above and as laid down in the terms

and conditions or not accompanied by EMD in the form prescribed at the time of opening of

the eligibility bid are liable to be summarily rejected. The decision of The Managing

Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility Qualification shall be

final and binding to all the tenderers/bidders.

a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure

to furnish all information required in the Tender or submission of a bid not substantially

responsive to the Tender in every respect will be at the Bidder’s risk and may result in the

rejection of the bid.

b. The Bidder shall use the electronic mode of tendering using the website

www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item

given in the RFP.

c. Late submission of bids is not be permitted by the e-Tendering System.

d. Last minute submission of bids should be avoided. As such, ITG will not be responsible

for any failures in submission of bids on time.

e. Incomplete or Conditional bids will be summarily rejected.

f. Bidders should possess a valid Class III Digital Signature issued by a Licensed Certifying

Authority for bidding through the e-Tender system.

For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,

Mobile:-08888636107, Mr. Ramesh, Mobile:-9552488004, Mr. Kiran, Mobile:-

08600651553, email: [email protected].

For and on behalf of Info Tech Corporation of Goa Ltd

Sd/-

Managing Director

Page 5 of 42

SCOPE OF THE PROJECT

Background

M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified

Organization, has been set up by the Government of Goa to promote overall growth of

the state's economy through the use of Information Technology.

M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of

Department of Information Technology has been providing various IT services to

Government departments/institutions/ organizations in the State of Goa who has setup

the required IT Infrastructure for the use of e-Governance Application, etc in their

respective offices with an aim towards creating an e-citizen for all transactions and for

making Goa as an “Intelligent State”.

Objective

The technological advancements in Information & Communication Technology are very

rapid and continuous. The e-Governance Application development is in various stages of

implementation in almost all State Government Departments & Government

Organizations. The various Government Departments & Organizations has setup this IT

Infrastructure for use of e-Governance Application. In order to get efficient management

of IT Infrastructure existing in their Offices, a number of requests are received from

these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely

necessary.

It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the

concerns for management of IT Infrastructure in various Departments and Organizations

under the Government.

Page 6 of 42

DEFINITIONS & ACRONYMS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

ITG Info Tech Corporation of Goa Ltd, Goa

DOIT / DOIT Department of Information Technology, Goa

GOG Government of Goa

GSDC/SDC (Goa) State Data Center

GBBN Goa Broad Band Network

OEM Original Equipment Manufacturer

EMD Earnest Money Deposit

DD Demand Draft

PAN Permanent Account Number

Deity Department of Electronics and Information Technology,

New Delhi

PBG Performance Bank Guarantee

NOC Network Operation Center

MAF Manufacturer’s Authorization Form

Purchaser Info Tech Corporation of Goa Ltd, Goa

Bidder/Tenderer Person/Company who bids against this tender

Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded

Contract an undertaking signed by the Vendor against the Tender

NMS Network Monitoring System

UPS Un-interrupted Power supply

LAN Local Are Network

Non-responsive failure to furnish complete information in a given format

and manner required as per the tender documents or non-

submission of tender bid in given Forms/Pro-forma or not

following procedure mentioned in this tender or any of

required details or documents is missing or not clear or

not submitted in the prescribed format or non submission

of tender fee or EMD

IT Infrastructure All the IT related equipments which includes hardware,

software’s, networking, etc

Page 7 of 42

CHAPTER 1 Invitation for Bids (IFB)

1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility Bid from well established and

reputed organizations / agencies who fulfill the eligibility criteria and having sufficient

infrastructure, manpower and proven track record in carrying out the work of providing

Networking Infrastructure to various Government departments/institutions/ organizations in

the State of Goa. Bidders should submit the proposal on the tenderwizard

http://www.tenderwizard.com/goa .

2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding

the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital

Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at

the website.

3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying

Authority (CA) for e-Tendering Portal.

4. Complete bid document terms and conditions and tender form containing all the details has

been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and

http://www.tenderwizard.com/goa. The bid documents can be downloaded from

http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and

Tender Processing Fee online.

5. The Bids can be submitted up to date and time given in NIT.

6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five Thousand only)

should be provided by the bidder. The EMD has to be paid online before the last date and

time for online submission of bids as given in the NIT. EMD in any other form will not be

accepted.

7. Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed format will be summarily rejected.

Page 8 of 42

8. The Eligibility Bid cum Technical bid will be opened as per schedule in NIT and in the

presence of bidder or any of its representatives. The bidder who qualify in the Eligibility cum

Technical evaluation process shall only be considered for empanelment.

9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process

unless and until a formal contract is signed and executed between the tendering authority and

the successful bidder.

10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document

(the onus is purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bid-proposal.

Page 9 of 42

CHAPTER 2 Eligibility Criteria & Mandatory Conditions

The bidder must fulfill the following eligibility conditions and must also submit documentary

evidence in support of fulfilling these conditions while submitting the Eligibility Bid. The

scanned copy/copies of these documents should be uploaded on the e-tendering website

during submission of bids before its last date. Failure to comply with these requirements may

result in the bid being rejected.

Note: Bidders should read these conditions carefully and comply strictly while

sending/submitting their Bids.

ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN

THIS TENDER:

Keeping in mind the local service setup and accessibility required to extend support /

maintenance services during the AMC period, it is considered essential that the bidder should

have a strong local presence, specifically authorized for this Tender / project. The bidder

should also provide the “Manufacturer’s Authorization Certificate” (MAF) wherever

necessary.

Sr.

No

Clause Documents required

1 The bidder should have a registered IT/IT

Services/ITES office in the State of Goa by the

same name as the quoting company in the State of

Goa for last three (3) years as on the date of issue

of the Notice Inviting Tender.

a) Valid documentary proof

of:

- Certificate of incorporation

- Registration Certificate

(upload and save file as

“Document A”)

2 The bidder should have experience of carrying out

the work of providing Networking Infrastructure

(LAN & UPS CONNECTIVITY) in Government

Departments/Public Sector Undertaking/Banks

/Financial Institution/ Central Autonomous

Bodies/State Autonomous Bodies/ reputed firms

during the last three (3) years as on the date of

issue of the Notice Inviting Tender.

a) Valid documentary proof

of:

-Work orders confirming year

and Area of activity should be

attached.

(upload and save file as

“Document B”)

Page 10 of 42

3 The bidder should have at-least minimum Five (5)

qualified Service Engineers on its own pay roll

within the State of Goa

a) Valid documentary proof

of:

- Certificate from bidder for

number of qualified Engineers

professionals employed by the

bidder giving names & address.

(upload and save file as

“Document C”)

4 The bidder must have an average annual financial

turnover of at least Rs.20 Lakhs during the last 3

years ending 31st March 2017

a) Valid documentary proof

of:

- CA Certificate showing Turn

over details.

(upload and save file as

“Document D”)

5 The bidder should submit an authorization by the

Manufacture(s) for the Networking Infrastructure

equipments if any.

a) Valid documentary proof

of:

- The Manufacturer’s original

authorization certificate

(MAF) as per Annexure II.

(upload and save file as

“Document E”)

6 The bidder shall not be eligible if it has presently

been blacklisted by any State/Central

Government/PSU on the date of notice inviting

Tender.

a) Valid documentary proof

of:

-A signed copy of the

undertaking (Annexure-III)

with seal.

(upload and save file as

“Document F”)

Page 11 of 42

CHAPTER 3 Bidding Process

The Bidding process below specifies the procedures that would regulate the overall bidding

process.

1. Selection of empanelled vendor is a single stage bidding process where in eligible

bidders shall submit their eligibility bid.

a. Eligibility bid will be evaluated for all the bidders.

b. Commercial Bids of only those bidders will be opened who are qualified in the

Eligibility cum Technical bid.

c. Only those bidders who are willing to match the lowest (L1) price will be listed on

ITG’s List of Empanelled Vendors for works of works of Networking Infrastructure

(LAN, UPS, WAN & Fiber connectivity).

2. Preparation of Bidding Document

a. The download of bidding document shall commence as specified in NIT and shall be

stopped as specified in NIT. The complete bidding document is also placed on the

websites as specified in the NIT. The prospective bidders are permitted to download the

bid document from the tenderwizard but must pay the cost of tender/ bidding document

and e-tender processing fee while submitting the bids to ITG.

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

All the tenders are to be submitted in electronic mode only. The tenderwizard will not

accept any tender submitted after the deadline for submission of Tenders prescribed by

the Purchaser.

b. Earnest Money Deposit (EMD)

i. Every bidder, participating in the bid must furnish the earnest money deposit as

specified in the Notice Inviting Tender (NIT).

ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to

the bidder on the amount of the EMD.

Page 12 of 42

iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the

name of any other firm/person other than the bidder who is applying for the tender

shall not be accepted.

iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.

25,000/- (Rupees Twenty Five Thousand only) should be provided by the bidder.

The EMD has to be paid online before the last date and time for online submission of

bids as given in the NIT. EMD in any other form will not be accepted.

v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be

refunded soon after the final list of empanelled vendors has been prepared. The EMD

of the successful bidders shall be returned only after a period of six months from the

date of finalizing the final list of empanelled vendors.

vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the

following cases:-

If the bidder withdraws or modifies his bid proposal after opening of bids or

during the period of bid validity or its extended period, if any; or

In the case of a successful bidder if the bidder fails to sign the contract for any

reason not attributable to the Info Tech Corporation of Goa Ltd (ITG), Goa.

During the bid process, if a bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and

finalization.

During the bid process, if any information found wrong / manipulated / hidden

in the bid.

EMD submitted in a different name other than the bidder who is applying in

the tender.

Tenders without valid E.M.D. at the time of opening of the technical bid will be

rejected.

3. Amendment of Bidding Document

a. Amendment of Bidding Document

i. At any time prior to the deadline for submission of the Bids, the tendering authority

may amend the Bidding document by issuing Corrigendum/ Addendum.

ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.

Page 13 of 42

iii. To give prospective Bidders reasonable time in which to take a Corrigendum/

Addendum into account in preparing their Bids, the tendering authority may, at its

discretion, extend the deadline for the submission of the Bids.

iv. Any change in date of submission and opening of bids would be communicated in

appropriate manner including the websites mentioned in the NIT.

4. Submission and Opening of Bids:

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and

other diligence activities, participation in meetings/discussions/presentations,

preparation of proposal, in providing any additional information required by ITG to

facilitate the evaluation process, and in negotiating a definitive contract or all such

activities related to the bid process. Info Tech Corporation of Ltd will be in no case

responsible or liable for those costs, regardless of the conduct or outcome of the

bidding process.

b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent

correspondence and documents related to the bid and as submitted by the bidder, shall

be written only in English language. Also, any printed literature furnished by the

Bidder written in other language (other than English/ Hindi) must be accompanied by

an English/ Hindi translation in which case, for purposes of interpretation of the bid,

the appropriate translation by the Purchaser shall govern.

c. Documents comprising the Bid

i. The bidder should ensure that all the required documents, as mentioned in the

bidding document, are uploaded. Non submission of the required documents may

lead to the rejections of the bid/ proposal submitted by the bidder.

ii. Wherever applicable, the bidding form must be completed without any

alterations to its format, and no substitutes shall be accepted. All blank spaces

shall be filled in with the information requested.

iii. The contents of bid are listed below.

I. Eligibility Bid:

a) The Eligibility Proposal should contain documents as listed in various

Chapters & Annexure of this bid document.

Page 14 of 42

b) Prices must not be indicated in the Eligibility Bid.

d. Alternative Bids: Alternative bids shall not be considered at all.

e. Validity of Bids:

i. Bids shall remain valid for 2 years from the last date of bid submission as

prescribed by Tendering Authority. A Bid valid for a shorter period shall be

rejected and treated as nonresponsive.

ii. In exceptional circumstances, the Tendering Authority may solicit the Bidder's

consent to an extension of the period of validity. The request and the responses

thereto shall be made in writing.

f. Deadline for submission of Bids:

i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later

than the date and time indicated in the NIT.

ii. Normally, the date of submission and opening of bids would not be extended.

However, in exceptional circumstances, the date may be extended by the

tendering authority and in such cases, change in date of submission and opening

of bids would also be placed on the respective websites immediately. However, if

the modifications in bidding document, specifications of goods and service are

substantial, fresh publication of original bid inquiry may also be issued.

iii. The tendering authority may, at its discretion, extend the deadline for the

submission of bids by amending the bidding document, in which case all rights

and obligations of the tendering authority and bidders previously subject to the

deadline shall thereafter would be subject to the deadline as extended.

g. Delayed / Late Bids:

i. Bids must be submitted in electronic mode only. The tenderwizard will not accept

any bid submitted after the deadline as indicated in the NIT.

ii. Towards the end of the deadline time, the tenderwizard server is likely to get

jammed due to the heavy flow of traffic on the server. Hence, all the Bidders

participating in the tender are requested to submit the bids well in advance before

the deadline time period as indicated in the NIT.

iii. Documents relevant to the Eligibility bid which needs to be submitted in the

office of ITG, should be submitted before the opening of the Eligibility bid as

indicated in the NIT. Bids received after the due date and the specified time

Page 15 of 42

(including the extended period if any) for any reason whatsoever, shall not be

entertained and shall be returned unopened.

iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of

the documents. No further correspondence on the subject will be entertained. The

Managing Director, InfoTech Corporation of Goa Ltd will not accept any

responsibility for any problems arising for delay in the submission of the tender.

h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,

substitute, or modify its bid after it has been submitted before the deadline

prescribed for submission of bids as per the e-tendering process.

i. Bid Opening:

i. The designated Technical Committee will perform the bid opening, which is a

critical event in the bidding process.

ii. The tendering authority shall conduct the bid opening at the date and time

specified in the NIT.

iii. All the bids received up to the specified time and date shall be opened by the

members of the designated Committee after entering their corresponding

credentials (login id and digital signatures) in the website

http://www.tenderwizard.com/goa.

iv. The tendering authority shall download all the documents submitted by the

tenderer / bidder and place the same in the presence of bidder or his/her

authorized representative who choose to attend at the date and time specified in

the NIT. The representatives of the bidders are advised to carry the identity card

or a letter of authority from the tendering firms to identify their bonafides for

attending the opening of the proposal. The bidder’s representatives who are

present shall sign the attendance register present.

v. The eligibility bid shall be opened and all the bidders who are in the race

(participated) of tender shall be notified to the bidders present. All the bids shall

be downloaded one at a time, and the following may be read out and recorded: the

name of the bidder, the submission or non-submission of the Tender Fee, EMD.

Page 16 of 42

5. Bid Evaluation

a. Guiding Principle for Evaluation of Bids

i. The tendering authority shall determine to its satisfaction whether the bidder that is

selected as having submitted the best and responsive bid is qualified to perform the

Contract satisfactorily.

ii. The determination shall be based upon the examination of the documentary

evidence of the bidder's qualifications submitted by the bidder.

iii. An affirmative determination shall be a prerequisite for selection of the bidder to

be empanelled and a negative determination shall result in disqualification of the

bid.

iv. The tendering authority/ tender evaluation committee, in observance of best

practices, shall: -

Maintain the bid evaluation process strictly confidential.

Reject any attempts or pressures to distort the outcome of the evaluation,

including fraud and corruption.

Strictly apply only and all of the evaluation and qualification criteria specified

in the bidding document.

b. Confidentiality

i. Information relating to the examination, evaluation, comparison, and post

qualification of bids, and recommendation, shall not be disclosed to bidders or any

other persons not officially concerned with such process until publication of the

Empanelled list.

ii. All materials submitted by the bidder becomes the property of Info Tech

Corporation of Ltd and may be returned at its sole discretion, provided, any

materials which are identified as “Proprietary and Confidential Material of Bidder”

shall remain the property of such bidder and the ITG will maintain confidentiality

of such materials.

iii. Any attempt by a bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the bids may result

in the rejection of his bid.

Page 17 of 42

iv. From the time of bid opening to the time of publication of the Empanelled list, if

any bidder wishes to contact the tendering authority on any matter related to the

bidding process, he is allowed to do so only in writing.

c. Clarification of Bids

i. To assist in the examination, evaluation, comparison and post qualification of the

bids, the tendering authority committee may, at its discretion, ask any bidder for a

clarification of his bid. The tendering authority's request for clarification and the

response shall be in writing.

ii. Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the tendering authority shall not be considered.

d. Determination of Responsiveness

i. The tendering authority's determination of the responsiveness of a bid would be

based on the contents of the bid itself.

ii. A responsive bid would be the one that meets the requirements of the bidding

document without material deviation, reservation, or omission where: -

"Deviation" is a departure from the requirements specified in the bidding

document;

"Reservation" is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the bidding document;

and

"Omission" is the failure to submit part or all of the information or

documentation required in the bidding document.

iii. The tendering authority 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 or reservation.

e. Non-material Non-conformities

i. Provided that a bid is responsive, the tendering authority may waive any

nonconformity in the bid that does not constitute a material deviation, reservation

or omission.

ii. Provided that a bid is responsive, the tendering authority may request that the

bidder submit the necessary information or documentation, within a reasonable

period of time, to rectify nonmaterial nonconformities. Requesting information or

documentation on such nonconformities shall not be related to any aspect of the

Page 18 of 42

price of the bid. Failure of the bidder to comply with the request may result in the

rejection of its bid.

f. Evaluation of Bids

i. The tendering authority shall evaluate each bid that has been determined, up to the

stage of the evaluation, to be responsive.

ii. To evaluate a bid, the tendering authority shall use all the criteria and

methodologies defined in the bidding document.

iii. The eligibility evaluation shall be completed by the designated Committee as

early as possible after opening of eligibility bid.

iv. The bidders which could not qualify in eligibility evaluation will be informed

about this fact.

g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering

authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding

process and reject all Bids at any time prior to publication of the empanelled list,

without thereby incurring any liability to the bidder or bidders or any obligation to

inform the affected bidder or bidders of the grounds for the Purchasers action.

h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without

assigning any reason.

Page 19 of 42

CHAPTER 4 Disqualification of Bids

1. Tendering Authority may in its sole discretion and at any time during the processing of

Bid, disqualify any bidder from the Biding process if the bidder:-

Submits the required Bid documents after the prescribed date and time of submission

of Bid.

Submits Bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or is non-responsive.

Has not submitted the bid in accordance with the bid document.

Does not meet the minimum eligibility criteria as mentioned in the bid document.

Mislead or made false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Is found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, or financial

failures, etc.

Failed to provide clarifications related thereto, when sought.

Has submits more than one bid. This will cause disqualification of all bids submitted

by such bidder except the last Bid received.

Has imposed conditions in his bid, during validity of the bid or its extended period.

2. Applicants who are found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes or other

illegal gratification, shall be disqualified from the process at any stage.

3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be

disqualified.

Page 20 of 42

CHAPTER 5 General Terms and Conditions of Bid

Note: Bidders must read these conditions carefully and comply strictly while sending/

submitting their Bids.

1. The maintenance during the warranty period shall be on-site comprehensive, covering

both preventive as well as corrective maintenance of Networking Infrastructure (Internal

LAN & UPS Connectivity).

2. The Vendor shall maintain adequate stock of spare parts for maintaining the up time of

the network.

3. The Vendor shall maintain the entire Networking infrastructure under the warranty

contract in proper working condition throughout the contract period to provide consistent

support to the Department/Organization.

4. The Bidder shall provide a Service Escalation Matrix with contact details (escalation

hierarchy, contact person, number, address and e-mail) to which the

Department/Organization shall contact for services & support. The bidder shall perform

as per the defined SLA, and any deviation to the SLA shall attract penalty as per the

agreement signed between ITG & the bidder.

5. If the faulty equipment is required to be carried out of the office premises of the

Department/Organization, which may affect the business process of the

Department/Organization., then equivalent standby equipment has to be provided until the

original equipment has been repaired and brought back and installed success. The uptime

shall be computed on calendar month basis in a non-cumulative manner.

6. Any activity, as a part of maintenance, that requires stopping of services or shutdown of

equipments shall be carried out in consultation with the Department/Organization after

necessary intimation, and this activity shall be taken up only during the non-working

hours or on holidays in order to reduce non-availability of services.

7. ITG and Department/Organization shall jointly review and monitor the performance of

the bidder and the same shall be recorded by ITG for future reference.

8. The Contract for the supply can be repudiated at any time by the Purchaser, if the

supplies are not made to his satisfaction after giving an opportunity to the bidder of

being heard and recording the reasons for repudiation.

Page 21 of 42

9. The bidders may visit the sites and obtain additional information at their own cost and

responsibility..

10. The bidder shall not sub-contract the work to any Organization, person, firm or its

franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been

done, then ITG, at its discretion, may terminate the contract without referring the matter

further to the bidder, and such Vendor shall be liable for necessary action.

11. Delivery & Installation:

a) The bidder whose Bid is accepted shall arrange the supply and installation of all

ordered equipment for configuring the network of the ordered material as per

specifications.

b) Transportation: All goods must be sent freight paid

12. Completeness of the Contract: The contract will be deemed as incomplete if any

component of the network devices or any documentation / media relating thereto is not

delivered, or is delivered but not installed and /or not operational, or not integrated or not

acceptable to the Purchaser/Indenter after acceptance testing / examination.

In such an event, the supply and installation will be termed as incomplete and it will not

be accepted and the warranty period will not commence. The goods will be accepted

after complete commission and satisfactory functioning of equipment for a minimum

period of 10 days. The Warranty period for all the equipments will commence only after

the project network as been declared “Live” by the ITG.

13. Insurance: The goods will be delivered at the FOR destination in perfect condition. The

supplier, if he so desires may insure the valuable goods against loss by theft, destruction

or damage, by fire, flood, under exposure to whether or otherwise viz., (war, rebellion,

riot, etc.,) The insurance charges will be borne by the supplier and Biding Authority will

not pay such charges if incurred

14. Warranty/ Guarantee Clause:

a) The bidder would give comprehensive onsite warranty/guarantee that the goods/stores

/ Articles would continue to confirm to the description and quality as specified for a

period of three years on all items from the date of “Live” of the said goods.

The purchaser will be entitled to reject the said goods/ stores/ articles or such portion

thereof as may be discovered not to conform to the said description and quality, on

such rejection the goods/articles/ stores will be at the seller‟s risk and all the

Page 22 of 42

provisions relating to rejection of goods etc., shall apply. The bidder shall if so called

upon to do, replace the goods etc., or such portion thereof as is rejection by ITG,

otherwise the 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 ITG Officer in that behalf under this contract or otherwise. The security

Deposit @ 5% of the work value shall be deducted by ITG in this regards. The

security deposit amount will be returned on successful completion of warranty period

of works.

b) In case of machinery and equipment also, guarantee as mention in clause (a) above

the bidder shall during the guarantee period replace the parts if any and remove any

manufacturing defect if found during the above said period so as to make machinery

and equipments operative. The bidder shall also replace machinery and equipments in

case it is found defective which cannot be put to operation due to manufacturing

defect, etc.

c) In case of machinery and equipment specified by the ITG, the bidder shall be

responsible for carrying out maintenance and repairs on the terms and conditions as

may be agreed. The bidder shall also be responsible to ensure adequate regular supply

of spare parts needed for a specific type of machinery and equipments whether the

warranty period. In case of change of model, he will communicate to ITG for the

approval, so as to maintain the machinery and equipments in perfect condition.

d) Bidder shall also be responsible to ensure all the supplied equipments should remain

in proper working condition throughout the warranty period of 3 years. Bidder will

deploy a support engineer/coordinator to take care all the complaints related to items

supplied. That support engineer/coordinator will be single point of contact for all type

of calls related to items supplied. The bidder will provide a Cell No. to his

engineer/coordinator for the complaints. This person will maintain the inventory of

the supplied items. He/ She will record all the complaints and provide a complaint

number to end user. He/ She will manage to provide proper solution to end user w.r.t.

SLA defined in Agreement. He/ She will provide the desired reports to ITG as and

when asked to do so. Preferably complaint management software would be available

with the engineer/coordinator to handle the complaints and to generate desired reports

Page 23 of 42

e) Dispute Resolution Mechanism: The Bidder and the ITG shall endeavor their best to

amicably settle all disputes arising out of or in connection with the Contract in the

following manner

a) The Party raising a dispute shall address to the other Party a notice requesting an

amicable settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officers nominated by ITG and the

Authorized Official of the Contractor. The matter shall then be resolved between them

and the agreed course of action documented within a further period of 15 days.

b) If any dispute arises out of the contract with regard to the interpretation, meaning and

breach of the terms of the contract, the matter shall be referred to by the Parties to the

Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator

and whose decision shall be final.

c) In case any dispute between the Parties, does not settle by negotiation in the manner

as mentioned above, the same may be resolved exclusively by arbitration and such

dispute may be submitted by either party for arbitration within 20 days of the failure

of negotiations. Arbitration shall be held in Goa and conducted in accordance with the

provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or

re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and

the two arbitrators shall jointly appoint the third or the presiding arbitrator. The

“Arbitration Notice” should accurately set out the disputes between the parties, the

intention of the aggrieved party to refer such disputes to arbitration as provided

herein, the name of the person it seeks to appoint as an arbitrator with a request to the

other party to appoint its arbitrator within 45 days from receipt of the notice. All

notices by one party to the other in connection with the arbitration shall be in writing

and be made as provided in this tender document. Each Party shall bear the cost of

preparing and presenting its case, and the cost of arbitration, including fees and

expenses of the arbitrators, shall be shared equally by the Parties unless the award

otherwise provides. The contractor shall not be entitled to suspend the Service/s or the

completion of the job, pending resolution of any dispute between the Parties and shall

continue to render the Service/s in accordance with the provisions of the

Contract/Agreement notwithstanding the existence of any dispute between the Parties

or the subsistence of any arbitration or other proceedings.

Page 24 of 42

d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or

Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.

If the terms and conditions mentioned in the tender are contradicting the terms and conditions

appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech

Corporation of Goa Ltd to choose the over-riding terms and conditions. In any case, the

decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be final and

binding on all parties concerned.

15. Reports (During Warranty Period):

I. Preventive Maintenance Reports: The empanelled vendor who is awarded with the

works shall carry out the half yearly (6 months period) Preventive Maintenance even

if there are no complaint calls from the client department and duly submit to ITG the

half yearly Preventive Maintenance Reports.

II. Feedback Reports: ITG may obtain half yearly (6 months period) feedback from the

client department with regards to the service provided by the empanelled vendor for

awarded maintenance period.

III. Corrective Maintenance report/ Call or Service Reports: The empanelled vendor

who is awarded with the works shall submit to ITG the Corrective Maintenance

report/ Call or Service Reports each and every time the complaint call is received

either by vendor or by ITG.

IV. Replacement Report: The empanelled vendor who is awarded with the works shall

submit to ITG the Replacement Reports as and when a particular non working

Networking Equipments is replaced with new equipments (not standby) by the vendor

along with the necessary details of equipments (details of both non working

equipment and the one which is replaced) like Make, Model No., Serial No., etc.

16. Additional Equipments:

Sometimes it is observed that in certain scenario Departments & Organizations need

specific networking equipment to be covered under works which may not be available in

the empanelled list of networking equipment items/works published by ITG. In such

cases ITG shall seek the items/works rates of that particular networking equipment from

the empanelled vendors of ITG. The same shall be obtained by the e-tendering in limited

Page 25 of 42

mode. Further, if the empanelled vendors are not in position to quote for the same then

ITG will seek the same from open market by inviting quotations.

17. Validity of Empanelment Tender & Commercials:

It has been noticed in the IT industry that the ICT equipments or IT services keeps on

changing from time to time. However, in order to keep the procurement rate for a steady

period for providing services to the Department/Organization/Institutions, Corporations/

Autonomous Bodies and at the same time to give some breathing space to the empanelled

vendors so as to give good services & support it is proposed that:

1. The selected vendors will be on ITG empanelled list, which shall be valid for a period

of two (02) years.

2. The commercial quotes shall be valid for a period of two (02) years only

Page 26 of 42

CHAPTER 6 Selection of Empanelled Vendors

1. Procedure for selection of Vendors as “ITG’s Empanelled Vendors” :

a. The scrutiny of the Eligibility cum Technical bid will be done by a committee duly

constituted by ITG.

b. After the scrutiny of the Eligibility cum Technical bid by the Committee, the

Commercial bids of the firms which have qualified in the Eligibility cum Technical

bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the

supply/services of various Networking Infrastructure items/works.

c. The offers shall be evaluated for each Networking equipment items/works with L1

being the lowest offer. Thereafter ITG shall place before the vendors a list of the

lowest (L1) rates obtained for each of the Networking Equipments items/works.

d. All the qualified vendors shall be given an opportunity to match the lowest (L1) rates

obtained for each of the ICT equipments items/works. Thereafter, all the vendors who

match the lowest (L1) rates obtained by ITG will be listed as ITG’s empanelled

vendors for carrying out works of Networking Infrastructure/ Equipments (LAN &

UPS Connectivity).

2. Procedure for placement of work order on Empanelled Vendors:

a. ITG will display the list of the empanelled vendors along with the rates of the

items/works of the Networking Infrastructure (LAN & UPS Connectivity) on its

website along with an Annexure form (for requisition from the departments).

b. The department while submitting their request to ITG for carrying out works, has to

fill in the details as mentioned in the annexure form.

c. Based on the department’s request, ITG will place the work order on the vendor.

However, if there is no preferred empanelled vendor mentioned then ITG will place

the work order on one of the empanelled vendor as per its decision. The decision of

ITG in this regards will be final.

Page 27 of 42

CHAPTER 7 Penalty Charges & Escalation Matrix

The down-time penalty charges if not rectified within the stipulated time shall be as follows:

Table A

Response

Time

Period Penalty that shall be levied by ITG on

the Vendor

Above 24 Hrs and below 48 Hrs Warning

Above 48 Hrs. and up to 01 week Penalty as per Table B

Above 1 week Rs 200 per day from the 1st day till the

day the issue is resolved or ITG will get

the same rectified from outside & the

cost towards rectification will be borne

by the vendor.

Table B

Sr. No. Item

Penalty (Amount in

Rupees) per day after 48

Hrs. from receipt of

complaint.

1

I/o & UPS Per point (inclusive of all passive

components like cat6 cables, electrical wires,

etc.)

50.00

2 Network switches/Routers, (All Active

components) 150.00

Note:

1. The vendor shall ensure 99% uptime on all working days in respect of networking &

ups equipments.

2. The uptime shall be computed on calendar month basis in a non-cumulative manner.

3. The vendor shall, in no case, replace any item/component with inferior item and if

found doing so, the contract shall stand terminated forthwith.

Page 28 of 42

Escalation Matrix

All the vendors shall provide the escalation matrix details to be followed.

Sr. No Support Level Name Address Phone No Email

1 Level 1 Service Call

Coordinator

XXX XXX xxxx@

2 Level 2 Senior Service

Call Coordinator

XXX XXX xxxxx@

3 Level 3 Senior Service

Call Manager

XXX XXX xxxxx@

4 Level 4 Name of Owner

of the firm

XXX XXX xxxxx@

Note:

1. The calls will be received centrally by the agency and shall be attended immediately

by their service engineer on receipt of the same.

Page 29 of 42

CHAPTER 8 Terms of Payment

The payment towards the order charges shall be released to the vendor by ITG only after

1. Receiving the payments from the concerned Departments/ Organizations/ Institutions/

Corporations/ Autonomous Bodies, etc.

2. Getting certificate of inspection from ITG in consultation with the

Department/Organization. The inspection report should be signed by vendor’s

representative along with officials of ITG & concerned Departments/ Organizations.

3. A security deposit @5% of the work value shall be deducted by ITG.

Note:

1. Advance payment shall not be paid.

2. Any increase or decrease of taxes, duties or prices of components, etc shall not affect

the rates during the entire period of contract ( warranty period )

3. All Payment shall be made in Indian Rupees only

Return of Security Deposit

The security deposit shall be returned to the contractor on successful completion of

warrantee period, provided,

1. Contractor has submitted all the required preventive maintenance reports.

2. On receipt of the required feedback reports from the concerned

department/organization.

3. On deduction of penalties if any.

4. Submission of any permission from related/concerned departments, if any.

Pre Bid Queries Format

Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id

[email protected] in the prescribed format before the pre bid meeting i:e

(03.10.2017 at 10.00 am).

Name of the Firm

Sr.

No

Tender Document

page no

Tender document

clause no

Clause details Query

Page 30 of 42

CHAPTER 9 Documents to be furnished in original

The tenderer/bidder should submit the following documents in original on or before

16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum

Technical Bid.

1.Bid Form as per Annexure-1

2.EMD e-Challan receipt

3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;

if any.

4.Undertaking of the tenderer/bidder as per Annexure-3

The above original documents should be put in a single cover and super-scribed “AMC

for Networking Infrastructure (LAN & UPS)” and be addressed to The Managing Director,

InfoTech Corporation of Goa Ltd, IT-HUB, 3rd Floor, Altinho-Panaji, Goa-403001.

Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of

all criteria’s, while submitting its bid(s). The scanned copy of these documents should be

uploaded on the e-tendering wizard during submission of bids before its last date.

Failure to comply with these requirements may result in the bid being rejected. No hard

copy of the bid shall be accepted in the office of ITG other than the documents

mentioned in Chapter 9

Page 31 of 42

CHAPTER 10 Tentative Description for the items to be provided for

the work of Networking Infrastructure (LAN connectivity)

Sr.

no.

Description of Networking Equipment

Make / Model

1 8-Port 10/100/1000mbps Unmanaged Switch Any Make & Model

2 24-Port Gigabit Unmanaged Switch (Rack-mountable) Any Make & Model

3 24 Port L3 Managed Switch Any Make & Model

4 24 Port L2 Managed Switch Any Make & Model

5 24 Port L3 12SFP 12 combo Managed Switch Any Make & Model

6 Patch Panel Cat 6 UTP Keystone type 24/48 port-Fully

loaded

Any Make & Model

7 I/O Cat6+ UTP Signal Port With Surface Mount Box Any Make & Model

8 Solid Cable Cat6+,4 Pair,Utp-305M Any Make & Model

9 1 KVA UPS with 30 mins backup with mounting stand Any Make & Model

10 Electrical copper wire: 1 sq mm (1 Box- coil of 90 mts

or higher)

Any Make & Model

11 Electrical copper wire: 2.5 sq mm

(1 Box- coil of 90 mts or higher)

Any Make & Model

12 Electrical copper wire: 4 sq mm

(1 Box- coil of 90 mts)

Any Make & Model

13 Modular Electrical Socket: 6 Amp Any Make & Model

14 Modular Electrical switches: combination of 6 x 16

Amp

Any Make & Model

15 Modular Electrical socket: combination of 6 x 16 Amp Any Make & Model

16 Modular Switch Plate: 6M Module Any Make & Model

17 Modular Switch Plate: 12M Module Any Make & Model

18 MCB -63 Amp Any Make & Model

19 MCB- 40 Amp Any Make & Model

20 PVC Casing capping Any Make & Model

21 PVC Casing capping Any Make & Model

22 CCTV / IP surveillance cameras / systems Any Make & Model

23 Video Conferencing equipments Any Make & Model

24 IP / Video Phones Any Make & Model

25 Any other items Any Make & Model

Installation Charges

26 Fixing & Laying of cat 6+ cable in PVC casing from Any Make & Model

Page 32 of 42

client node to the LAN main 24 port network

27 Install, test and commission of Input/output Cat 6+ UTP

Single Port with Surface Mount Box.

Any Make & Model

28 Install, test and commission of 24 port switch. The work

shall include for all labor of rack fixing, crimping and

end.

Any Make & Model

29 Install, test and commission of 3 nos of 6A socket &

switch and 1 no 6 x 16A universal socket & 6 A switch

with molded modular.

Any Make & Model

30 Fixing & Laying of electrical wiring in PVC casing

from client node to UPS output.

Any Make & Model

31 Fixing & Laying of electrical wiring in PVC casing

from input/output MCB’s to main line.

Any Make & Model

** All the items mentioned above for which the bidder intends to quote should be

inter-operable with each other and also with the already used & existing network

equipments installed on the Goa BroadBand Network (GBBN).

Page 33 of 42

CHAPTER 11 COMMERCIAL BID (Tentative)

Chapter 11 Commercial Bid

Sr No Description of the items Make/Model

Appx

Qty Units

Rate per unit in

Total

Amount in

Rs

Base

Rate/Price

in Rs.

Tax as

per

GST

in %

A B C D E F H I =(F+H)*D

AMC for Network Switches - All Types (Refer Table F and Table G - Schedule - I)

1 8-Port 10/100/1000mbps Unmanaged Switch Any Make & Model

Nos

2 24-Port Gigabit Unmanaged Switch (Rack-

mountable)

Any Make & Model

Nos

3 24 Port L3 Managed Switch Any Make & Model

Nos

4 24 Port L2 Managed Switch Any Make & Model

Nos

5 24 Port L3 12SFP 12 combo Managed

Switch

Any Make & Model

Nos

6 Patch Panel Cat 6 UTP Keystone type 24/48

port-Fully loaded

Any Make & Model

Nos

7 I/O Cat6+ UTP Signal Port With Surface

Mount Box

Any Make & Model

Nos

8 Solid Cable Cat6+,4 Pair,Utp-305M Any Make & Model

Nos

9 1 KVA UPS with 30 mins backup with

mounting stand

Any Make & Model

Nos

10 Electrical copper wire: 1 sq mm (1 Box-

coil of 90 mts or higher)

Any Make & Model

Nos

11 Electrical copper wire: 2.5 sq mm

(1 Box- coil of 90 mts or higher)

Any Make & Model

Nos

Page 34 of 42

12 Electrical copper wire: 4 sq mm

(1 Box- coil of 90 mts)

Any Make & Model

Nos

13 Modular Electrical Socket: 6 Amp Any Make & Model

Nos

14 Modular Electrical switches: combination of

6 x 16 Amp

Any Make & Model

Nos

15 Modular Electrical socket: combination of 6

x 16 Amp

Any Make & Model

Nos

16 Modular Switch Plate: 6M Module Any Make & Model

Nos

17 Modular Switch Plate: 12M Module Any Make & Model

Nos

18 MCB -63 Amp Any Make & Model

Nos

19 MCB- 40 Amp Any Make & Model

Nos

20 PVC Casing capping Any Make & Model

Nos

21 PVC Casing capping Any Make & Model

Nos

22 CCTV / IP surveillance cameras / systems Any Make & Model

Nos

23 Video Conferencing equipments Any Make & Model

Nos

24 IP / Video Phones Any Make & Model

Nos

25 Any other items Any Make & Model

Nos

Other Networking Equiments

26 Fixing & Laying of cat 6+ cable in PVC

casing from client node to the LAN main 24

port network

Any Make & Model

1

Mts

27 Install, test and commission of Input/output

Cat 6+ UTP Single Port with Surface Mount

Box.

Any Make & Model

Nos

28 Install, test and commission of 24 port

switch. The work shall include for all labor

of rack fixing, crimping and end.

Any Make & Model

Nos

Page 35 of 42

29 Install, test and commission of 3 nos of 6A

socket & switch and 1 no 6 x 16A universal

socket & 6 A switch with molded modular.

Any Make & Model

1

Nos

0

30 Fixing & Laying of electrical wiring in PVC

casing from client node to UPS output.

Any Make & Model

1 Mts

0

31 Fixing & Laying of electrical wiring in PVC

casing from input/output MCB’s to main

line.

Any Make & Model

1

Mts

0

Page 36 of 42

ANNEXURE-1 Bid Form

I. Addressed to:

a. Name of the Bidding authority Managing Director

b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)

IT-HUB,

3rd Floor, Altinho-Panaji

Goa-403001

c. Telephone (0832) 2416024 / 2415192

II. NIT Reference: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017

Date: 26/09/2017

III. Other related details:

1. Name of Bidder with Office

Address

2. Name & Designation of

Authorized Signatory

3. Year of Establishment

4. Type of Firm Public

Ltd.

Private

Ltd.

Partnership Proprietary

Put Tick ( ) mark

5. Telephone Number(s)/

Mobile

6. Website URL

7. Fax No.

8. Email Address

9. Registered

Office

Address in

Goa

Address

Phone Fax:

Contact

Person

10.

Service

Center (s) in

Goa

Address

Phone Fax:

Contact

Person

(Enclose list of Service Center consisting name of contact person, telephone

no., e-mail address, office address.)

11. Annual Turnover for the last

3 years

(a certificate of CA should

be enclosed as proof)

2014-15

2015-16 2016-17

Page 37 of 42

12. Existence of the

Organization for the last 3

years in Goa

(Municipal / Panchayat

Trade License copy or any

other document specifically

in name of tenderer/bidder

to be attached)

(Proof showing

documentary evidence

should be uploaded)

13. Has the Bidder been black-

listed by any of the offices

of the Govt. of Goa? If so,

details may be provided

IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)

has been deposited vide cash receipt/ e-challan no.____________ dated __________

in favor of the Info Tech Corporation of Goa Ltd, Panaji.

V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five

Hundred Only) has been deposited vide cash receipt/ e-challan no.____________

dated __________ in favor of the Info Tech Corporation of Goa Ltd, Panaji.

VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the

Bidding Authority and also the further conditions of the said Bid Notice given in the

attached sheets (all the pages of which have been digitally signed by us in token of

acceptance of the terms mentioned therein).

VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids

will disqualify the Bid. However the Bidder can reproduce exactly the same format

for clarity in filling due to shortage of space.

VIII. The rates quoted are applicable up to 2 years from the last date of bid submission.

Following documents are attached towards the proof of earnest money deposited in

favor of Info Tech Corporation of Goa Ltd, Panaji.

Sr No Earnest Money deposited through Number Dated

1. E-Challan No

IX. Enclose copy of the GST Clearance Certificates.

Page 38 of 42

X. This Bid form and Terms & Conditions in token of acceptance along with duly filled

letter of undertaking / declaration.

Signature : ________________________________

Name : ________________________________

Designation : ________________________________

Place : ________________________________

Date & Seal : _______________________________

Page 39 of 42

ANNEXURE-2 Manufacturers Authorization Certificate (OEM)

(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)

(Certificate to be issued by OEM/ manufacturer of the product(s) on the company

letterhead)

To,

The Managing Director,

InfoTech Corporation of Goa Ltd,

Altinho-Panaji, Goa.

NIT Reference: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017

Date: 26/09/2017

1. This is to certify that M/s ………………………………….…. (Name, complete address,

city) are our authorized ………………………………….…. (Distributor/ Dealer / Channel

partner) for the sale, support and services for the …………………..…. (Name of the

product(s)) for the AMC period. i.e. two years.

2. We also undertake that we would provide the support for the above product(s) including,

spares of the supplied product/ products, updates and patches during the warranty period.

3. We hereby undertake that all the components/parts/assembly/software used in the

equipment shall be original new Components /parts/assembly/software 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 software, we undertake that the same

shall be supplied along with the authorized license certificate with our name/logo.

4. Our technical support/assistance centers (Name, address & communication details) shall

provide 24x7 support over Toll Free Numbers as well as web-based support. Below are the

required details:

Our technical support/ assistance centers (Name, address & communication details) shall

provide telephonic or web support. Below are the required details:

1……………………………………………………………………………

2……………………………………………………………………………

3……………………………………………………………………………

(Signature with seal / stamp of the company)

Page 40 of 42

Name:

Designation:

Please Note: Authorization certificate should be provided for OEM's commitment of back-

to-back support to the bidder for the equipments and for the duration as mentioned in this

tender document.

Page 41 of 42

ANNEXURE-3 Bidders Undertaking (Indicative Format)

(The form should be signed with seal and then scanned and uploaded on the tender

wizard)

(Certificate to be issued by bidder on the company letterhead)

U N D E R T A K I N G

To,

The Managing Director,

InfoTech Corporation of Goa Ltd,

Altinho-Panaji, Goa.

Sub: Undertaking for participating in the tender reference: ITG-IT/0111/ Empanel Vendors

(LAN & UPS)/2017 Date: 26/09/2017

We, _____<Name of the firm>______, having a registered office at _______<Office

address>__________, bearing registration no. <Registration no.> , state the

following against the tender for providing AMC of IT Infrastructure (ICT Equipment) to

various Government departments/institutions/ organizations in the State of Goa.

1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to

undertake full responsibility for providing services with onsite maintenance support.

2. We hereby confirm that we are presently neither blacklisted/barred by Government /

Semi – Government / Quasi- Government organization or Govt. Corporation on the

date of notice inviting tender.

3. We hereby undertake that all the components/parts/assembly/software used in the

equipment shall be original new Components /parts/assembly/software from

respective OEMs/equivalent of the products shall be used. In respect of licensed

software, we undertake that the same shall be supplied along with the authorized

license certificate.

4. We hereby also declare that all the particulars furnished by us in this Tender are true

to the best of my/our knowledge and we understand and accept that if at any stage,

the information furnished is found to be incorrect or false, we are liable for

disqualification from this tender and also are liable for any penal action that may

arise due to the above.

Page 42 of 42

5. We declare that the Eligibility bid has been submitted without any conditions and

strictly as per the conditions of the tender document and we are aware that the bid is

liable to be rejected if it contains any other conditions.

(Signature with seal / stamp of the company)

Name:

Designation:

Place:

Date: