RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and...

88
Page 1 RFP For Annual Maintenance Contract And Facility Management Support For Hardware and Networking items DIRECTORATE OF TREASURIES& INSPECTION, ODISHA, FINANCE DEPARTMENT Oct - 2018

Transcript of RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and...

Page 1: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

Page 1

RFP For Annual Maintenance Contract And

Facility Management Support For

Hardware and Networking items

DIRECTORATE OF TREASURIES& INSPECTION, ODISHA, FINANCE DEPARTMENT

Oct - 2018

Page 2: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 2

Table of Contents

1. INTRODUCTION ............................................................................................................................................ 9

1.1 PROJECT BACKGROUND ......................................................................................................................................... 9 1.1.1 About the Department ........................................................................................................................... 9 1.1.2 Functions of State Government Treasury............................................................................................... 9

1.2 ABOUT THE PROJECT ............................................................................................................................................. 9

2. SCOPE OF WORK ......................................................................................................................................... 11

2.1 SCOPE OF THE EXECUTING AGENCY (EA) ................................................................................................................. 11 2.2 UPGRADATION OF TECHNOLOGY: .......................................................................................................................... 13 2.3 PREVENTIVE MAINTENANCE (PM):........................................................................................................................ 13 2.4 NO-PENDING CERTIFICATE ................................................................................................................................... 13 2.5 PERFORMANCE CERTIFICATE AND ATTENDANCE OF FACILITY MANAGER ENGINEER (FME): ................................................ 14 2.6 MAINTENANCE OF ITEMS WHICH ARE UNDER WARRANTY: .......................................................................................... 14

2.6.1 Items not covered under AMC: ............................................................................................................ 14 2.7 VENDOR COORDINATION ..................................................................................................................................... 14 2.8 DEAD STOCK MANAGEMENT ................................................................................................................................ 15 2.9 CONTRACT EXECUTION ........................................................................................................................................ 15 2.10 DEDICATED MANPOWER FOR HEAD QUARTER AND FIELD LOCATIONS: ..................................................................... 15

2.10.1 Removal and/or Replacement of Personnel .................................................................................... 15 2.10.2 Access to the Equipment and Information: ..................................................................................... 17 2.10.3 Role of Facility Management Engineer: .......................................................................................... 17

2.11 REVIEW: ...................................................................................................................................................... 19

3. SERVICE LEVEL AGREEMENT (SLA) .............................................................................................................. 20

3.1 DOWNTIME CALCULATION REPORT: ....................................................................................................................... 20 3.2 RUNTIME: ......................................................................................................................................................... 20 3.3 RESPONSE AND RESOLUTION TIME:........................................................................................................................ 21 3.4 CALCULATION OF DOWNTIME: .............................................................................................................................. 21 3.5 PENALTY FOR DOWN TIME AND ABSENCE OF FACILITY MANAGEMENT ENGINEER:............................................................ 22

4. PAYMENT & CONTRACT TERMS .................................................................................................................. 24

4.1 PAYMENT: ........................................................................................................................................................ 24 4.2 TAXES AND DUTIES ............................................................................................................................................. 24 4.3 CONTRACT PERIOD ............................................................................................................................................. 24

5. INSTRUCTIONS TO BIDDER .......................................................................................................................... 25

5.1 DEFINITIONS ...................................................................................................................................................... 25 5.2 COST INCURRED TO TENDER DOCUMENT PREPARATION ............................................................................................. 26 5.3 CLARIFICATION ON RFP & PRE-BID CONFERENCE ..................................................................................................... 26 5.4 AMENDMENT OF RFP DOCUMENT ........................................................................................................................ 27 5.5 LANGUAGE OF PROPOSAL .................................................................................................................................... 27 5.6 BID SUBMISSION ................................................................................................................................................ 27 5.7 ADDRESS FOR COMMUNICATION ........................................................................................................................... 28 5.8 DOCUMENT COMPRISING THE BIDDER’S PROPOSAL .................................................................................................. 29

5.8.1 Commercial Proposal ........................................................................................................................... 29 5.9 PROPOSAL VALIDITY ............................................................................................................................................ 30 5.10 LATE BID ...................................................................................................................................................... 30

Page 3: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 3

5.11 MODIFICATION AND WITHDRAWAL OF BID ......................................................................................................... 30 5.12 CORRECTION OF ERRORS ................................................................................................................................. 30 5.13 BID CURRENCY ............................................................................................................................................... 31 5.14 RFP DOCUMENT COST: .................................................................................................................................. 31 5.15 BID SECURITY/EMD ...................................................................................................................................... 31 5.16 FORFEITURE OF BID SECURITY/ EMD ................................................................................................................ 31 5.17 LACK OF INFORMATION TO BIDDER .................................................................................................................... 32 5.18 CONFLICT OF INTEREST ................................................................................................................................... 32 5.19 DISQUALIFICATION ......................................................................................................................................... 33 5.20 RIGHT TO ACCEPT BID AND REJECT ANY OR ALL BIDS ............................................................................................... 33 5.21 POWER OF ATTORNEY .................................................................................................................................... 34 5.22 AWARD OF CONTRACT .................................................................................................................................... 34 5.23 SIGNING OF CONTRACT ................................................................................................................................... 34

6. BID EVALUATION PROCESS ......................................................................................................................... 35

6.1 BID OPENING AND EVALUATION PROCESS ............................................................................................................... 35 6.1.1 Pre-Qualification Criteria ..................................................................................................................... 36 6.1.2 Evaluation of Technical Proposals........................................................................................................ 39 6.1.3 Evaluation of Commercial Proposals ................................................................................................... 41 6.1.4 Performance Security ........................................................................................................................... 43

7. TERMS AND CONDITIONS ........................................................................................................................... 44

7.1 GOVERNING LAW AND JURISDICTION...................................................................................................................... 44 7.2 NOTICES ........................................................................................................................................................... 44 7.3 COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT ...................................................... 44

7.3.1 Commencement of Contract ................................................................................................................ 44 7.3.2 Commencement of Services ................................................................................................................. 44 7.3.3 Modification or Variation..................................................................................................................... 44 7.3.4 Termination.......................................................................................................................................... 44 7.3.5 Expiration of Contract .......................................................................................................................... 46

7.4 OBLIGATIONS OF THE EA ..................................................................................................................................... 47 7.4.1 Standard of Performance ..................................................................................................................... 47 7.4.2 Conflict of Interests .............................................................................................................................. 47 7.4.3 Confidentiality ...................................................................................................................................... 47 7.4.4 EA’s Actions Requiring Client’s Prior Approval ..................................................................................... 48 7.4.5 Reporting Obligations .......................................................................................................................... 48 7.4.6 Security ................................................................................................................................................ 48

7.5 CONFIDENTIALITY ............................................................................................................................................... 48 7.6 PATENTS ........................................................................................................................................................... 48 7.7 CURRENCY OF PAYMENT ...................................................................................................................................... 48 7.8 ROUNDING OFF .................................................................................................................................................. 49 7.9 LIMITATION OF LIABILITY ...................................................................................................................................... 49 7.10 FORCE MAJEURE ........................................................................................................................................... 49 7.11 RESOLUTION OF DISPUTES AND ARBITRATION ...................................................................................................... 50 7.12 EXIT MANAGEMENT ....................................................................................................................................... 50

8. REQUIRED FORMATS .................................................................................................................................. 52

8.1 GENERAL BID FORMATS ....................................................................................................................................... 52 8.1.1 GF-1: Bidder’s profile ........................................................................................................................... 52 8.1.2 GF-2: Bidder’s Undertaking Statement ................................................................................................ 53

Page 4: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 4

8.1.3 GF-3: Format for Queries ..................................................................................................................... 54 8.1.4 GF-4: Performance Bank Guarantee .................................................................................................... 55 8.1.5 PQ-1: Bidder’s Project Experience ........................................................................................................ 58 8.1.6 PQ-2: Bidder’s Turnover (at least INR 10 crore for each of last 3 years) .............................................. 59 8.1.7 TQ-1: Format for Project Team Member’s Resume ............................................................................. 60

8.2 COMMERCIAL BID DOCUMENT FORMATS ................................................................................................................ 61 8.2.1 CF-1: Commercial bid letter ................................................................................................................. 61 8.2.2 CF-2: Commercial Offer for AMC of Hardware .................................................................................... 63 8.2.3 CF-3: Cost of Facility Management Support (FMS) .............................................................................. 66 8.2.4 CF-4: Cost for LAN Cabling: .................................................................................................................. 67 8.2.5 CF-5: Cost for Chemical Earthing: ........................................................................................................ 68 8.2.6 CF-6: TOTAL PRICE: .............................................................................................................................. 69

9. ABBREVIATION ........................................................................................................................................... 71

Page 5: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 5

Disclaimer

All information contained in this Tender Document is in good interest and faith. This is not an

agreement and is not an offer or invitation to enter into an agreement of any kind with any

party.

Though adequate care has been taken in the preparation of this Tender Document, the

interested firms shall satisfy itself that the document is complete in all respects. The

information is not intended to be exhaustive. Interested Bidders are required to make their

own enquiries and assumptions wherever required.

Directorate of Treasuries and Inspection (DT&I), Finance Department reserves the right to

reject any or all of the proposals submitted in response to this Tender Document at any stage

without assigning any reasons whatsoever. DT&I also reserves the right to withhold or

withdraw the process at any stage with intimation to all who submitted the Tender Document

response. DT&I reserves the right to change/ modify/ amend any or all the provisions of this

Tender Document. Such changes would be posted on the website of DT&I

(www.odishatreasury.gov.in).

Neither DT&I nor their employees and associates will have any liability to any prospective

respondent interested to apply or any other person under the law of contract, to the principles

of restitution or unjust enrichment or otherwise for any loss, expense or damage which may

arise from or be incurred or suffered in connection with anything contained in this Tender

Document, any matter deemed to form part of this Tender Document, the award of the

Assignment, the information and any other information supplied by or on behalf of DT&I or

their employees or otherwise arising in any way from the selection process for the Assignment.

Information provided in this document or imparted to any respondent as part of the Tender

Document process is confidential to DT&I and shall not be used by the respondent for any

other purpose, distributed to, or shared with any other person or organization.

Page 6: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 6

Important Information for the Bidders

Table 1:

Particulars Details

Bid Inviting Authority Directorate of Treasuries and Inspection, Department of Finance,

Govt. Of Odisha

Request for Proposal No: COMP (A)-50/18 (Pt.) No. 11587/ DTI. Dt. 05/10/2018

RFP publication date 06/10/2018

The RFP can be downloaded from the web site:

https://www.odishatreasury.gov.in/webportal/newtender.do

or from http://www.odisha.gov.in/tender

Non Refundable RFP Document

Purchase price

Rs. 5,000 (Rupees Five Thousand Only)

Demand Draft in favor of Director of Treasuries and

Inspection and payable at Government Treasury Branch, SBI,

Bhubaneswar from any of the Scheduled Bank in India

Last date & time of submission of

written queries for Clarifications

on RFP document.

Date: 11/10/2018 17:00 hrs

Email ID: [email protected]

Place of submission of bid

documents

Directorate of Treasuries and Inspection, Department of Finance,

Govt. Of Odisha, at Treasury & Accounts Bhawan, Unit-III, Kharavel

Nagar, Bhubaneswar.

Address for correspondence Directorate of Treasuries and Inspection, Department of Finance,

Govt. Of Odisha, at Treasury & Accounts Bhawan, Unit-III, Kharavel

Nagar, Bhubaneswar.

Date time venue for pre-bid

conference (Only two

representatives from each bidder

with necessary authorization

letter)

Date : 23/10/2018

Time: 15:00 hrs

Venue: Sixth Floor Conference Hall, Treasury & Accounts Bhawan,

Unit-III, Kharavel Nagar, Bhubaneswar.

Tentative Date, time for query

response

Date : 26/10/2018

Page 7: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 7

Earnest money deposit

(EMD)/Security payable

Rs. 1,50,000 (Rupees one Lakh and Fifty thousand only)

Bank guarantee (BG) in favor of Director of Treasuries and

Inspection and payable at Government Treasury Branch, SBI,

Bhubaneswar from any of the Scheduled Bank in India and having

at least one branch office in Bhubaneswar, Odisha

Last date and time for submission

of proposal/bid

Date : 05/11/2018

Time: 15:00 hrs

Venue: Treasury & Accounts Bhawan, Unit-III, Kharavel Nagar,

Bhubaneswar.

Date, time and venue for opening

of Pre - Qualification bids

Date : 05/11/2018

Time: 16:00 hrs

Venue: Treasury & Accounts Bhawan, Unit-III, Kharavel Nagar,

Bhubaneswar.

Tentative Date, time and venue for

declaration of PQ result and

opening of Technical bids

Date : 09/11/2018

Time: 11:00 hrs

Treasury & Accounts Bhawan, Unit-III, Kharavel Nagar,

Bhubaneswar

Tentative Date, time and venue for

Technical presentation

Date : 14/11/2018

Time: 11:00 hrs

Venue: Treasury & Accounts Bhawan, Unit-III, Kharavel Nagar,

Bhubaneswar

Tentative Date, time and venue for

declaration of technical bid result

and opening of commercial bids

Date : 16/11/2018

Time: 15:00 hrs

Venue: Treasury & Accounts Bhawan, Unit-III, Kharavel Nagar,

Bhubaneswar

Contact Person Sri Dipak Ranjan Choudhury

Assistant Director

Directorate of Treasuries and Inspection

Phone: 1800-3456-739

Mail-Id: [email protected]

Bid validity period 180 days from the date of Submission of bid.

Page 8: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 8

Bid security validity period 30 days beyond bid validity period.

Contract period Three years, Subject to yearly renewal upon satisfactory

performance.

Performance guarantee value 10% of the contract amount of AMC & FMS

Performance guarantee validity

period

30 days beyond contract period.

Period for submission of

Performance guarantee

Within 15 days of receipt of letter of notification of award.

Contract Signing Within 90 days from the date of receipt of letter of notification of

award.

Address The Director

Directorate of Treasuries & Inspection

5th Floor, Treasury and Accounts Bhawan

Unit-III, Kharavela Nagar

Bhubaneswar, Odisha

PIN-751001

Phone :0674-2390725

Email : [email protected]

Page 9: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 9

1. INTRODUCTION

1.1 PROJECT BACKGROUND

Finance department, Government of Odisha has strategically planned its e-Governance

intervention. One such strategic plan was automation of financial processes of the state

government and to build a robust IT infrastructure. For the smooth functioning of IFMS

application the robust infrastructure that has been build needs to be maintained and managed

properly.

1.1.1 ABOUT THE DEPARTMENT

The Department of Finance, Government of Odisha monitors all receipts and expenditures of

the state. The Department also looks after the allocation and monitoring of budget; assessing

availability of funds for various schemes and monitoring the status of government investment

in equities, loans, etc. Ensuring proper financial management and monitoring of audit also falls

under the jurisdiction of the Finance Department.

1.1.2 FUNCTIONS OF STATE GOVERNMENT TREASURY

Directorate of Treasuries and Inspection (DT&I) Odisha is the heads of department under

Finance Department. There are 30 District Treasuries, 8 Special Treasuries, 1 Cyber Treasuries

and 128 Sub-Treasuries under respective jurisdiction of District Treasuries. Directorate of

Treasuries and Inspection (DT&I) Odisha was established in the year 1962; the primary

functions being to act as the Heads of Department for the Treasuries and Sub-Treasuries in the

State. The DT&I Odisha monitors this primary activity on monthly basis and acts as the

administrative head for these treasuries as well. In addition to these, inspection activity of all

the Treasuries is done on a regular basis which include the verification of stock of stamps and

valuables in the strong room, bill transaction details, verification of pension related issues, P.L.

Account operations and other allied activities at treasuries and Sub-Treasuries levels.

1.2 ABOUT THE PROJECT

The Directorate of Treasuries & Inspection has automated its operations effectively by

leveraging IT. The IT infrastructure consists of various servers (running on different operating

systems), PCs, Printers, UPS, Networking Devices and ISP leased lines/ MPLS VPN /Broadband

VPN across the state. DT&I(O) is looking for a service provider who can offer Annual

Maintenance Contract (AMC) & Facility Management Support (FMS) and can maintain the

infrastructure effectively without any interruptions to its service (24 x 7 availability of IT

Page 10: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 10

infrastructure). The objective of this project is to ensure that all the components of hardware

work as per the in unison and deliver rated performance during the contract period.

Page 11: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 11

2. SCOPE OF WORK

2.1 SCOPE OF THE EXECUTING AGENCY (EA)

• Overall management, maintenance, troubleshooting and tuning of Servers, SAN Storage,

Networking Devices, Desktops, Laptops, UPS and Peripherals.

• Installation of tools like EMS (Open source) without any additional cost for efficient

management of Servers and Network components and services.

• Generation of reports for analysis of data.

• WAN Management: The WAN connectivity (managed by ISP) exists between the Directorate

of Treasuries and Inspection, Odisha State Data Center, AG (O), Treasuries and Sub-

Treasuries. The EA will only monitor and co-ordinate with the ISP for early restoration/

resolution of any issue. There will be no SLA for the EA.

• LAN- The EA must manage and monitor the network cabling (LAN) including backbone and

node. This includes all passive items related to LAN. The EA needs to ensure the uptime of

the LAN.

• Management of all LAN and WAN equipment mentioned in AMC will be the responsibility of

the EA.

• Installation and un-installation of software (Genuine), configuration, reconfiguration, patch

update, virus removal, Antivirus update, implementing security measures etc. to ensure

smooth running of all IT items. Use of pirated software is strictly prohibited.

• Training in System Operations to the end users.

• Proxy server (Squid-open source) management.

• Extending necessary technical help during shifting and reinstallation of equipment at new

location without any additional cost. DT&I can change the location of the item with an

intimation to the Executing Agency to provide AMC-cum-FMS at new location without any

additional cost.

• Repair and maintenance of work should not violate or infringe upon any patent, copyright

of any other person/ entity and confidentiality of the information in the computer system.

• Executing Agency shall maintain a pool of spares to ensure timely resolution of the tickets.

• DT&I may change the configuration of the system/ equipment by way of adding/ removing

components with intimation to Executing Agency (EA) and the EA shall continue to provide

support without any additional cost.

• Ensuring proper backup of configuration files.

• Proper credential management of critical items like Servers, Routers, Firewall etc.

Page 12: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 12

• Data transfer from one machine to other or one location to other location over Network or

via external storage devices (facilitated by the DT&I).

• Installation of Bio-metric devices as and when required.

• Providing necessary technical help for proper operations of Projector and LCDs during

meeting and conference.

• Each asset which is under AMC should be tagged with sticker to identify the same.

• Quarterly Preventive maintenance and carrying out the necessary repairs and fittings of

replacement of parts wherever applicable.

• Wherever a component must be replaced, it should be replaced with a component of the

same or better make with equal or higher configuration. The defunct parts become the

property of Executing Agency.

• Executing Agency may get a dysfunctional hardware component repaired in lieu of its

replacement, subject to ensuring the overall compliance of the requirement.

• Executing Agency shall ensure that all the replacements and/ or components used in the

process of restoring systems are genuine and original.

• To provide necessary technical support for updating asset module of IFMS.

• Asset verification

• Call Management through online application provided by DT&I.

• Dead stock verification and certification.

• If required Executing Agency will move spares from DT&I (O) pool (if available) to the

treasuries at its own risk and without any additional cost.

• Executing Agency should provide support beyond working hours and in holidays (if

required) in consultation with the user.

• Executing Agency will move its Engineer from one location to other at its own cost. No TA/

DA will be provided by DT&I.

• If any item is damaged due to unhealthy voltage or surge, then that item will be repaired/

replaced by the EA at its own cost. However, the EA will bring to the notice of the treasury/

DTI (O) regarding earthing issues if any. The tenderer may ask proposal from the EA for

executing the Chemical Earthing work at that location.

• Specification of Chemical Earthing:

▪ The electrical resistance and conductance of earthing should be less than 1 ohm at

any point of time after the chemical earthing is completed. DTI/ Treasury may verify

the same at any point of time and in case of any defect/ fault is found the EA must

rectify the same as per the specification.

▪ It should be copper chemical earthing

Page 13: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 13

▪ The length of the pipe to be used for the chemical earthing should be of minimum 3

meter.

• EA shall provide or develop a web-based application (Open source) within 6 months in

consultation with DT&I (without any additional cost) to monitor the attendance, movement

and performance of the Engineers deployed for the project.

2.2 UPGRADATION OF TECHNOLOGY:

This will be responsibility of the EA to inform DT&I regarding the technological updates and

upgradation (Hardware and Software) for improving the service performance.

2.3 PREVENTIVE MAINTENANCE (PM):

Preventive maintenance for all equipment shall be carried out at least once in a quarter. PM

shall not be planned during working hours except for those which does not affect normal

operation can be planned with the permission of the user. Quarterly Preventive Maintenance

(PM) will be performed on the IT assets (working) at each location (HQ and Field offices) which

shall include:

• Health checkup of the IT item by running diagnostic tools/ utilities

• Performance tuning

• Antivirus update

• Performance of UPS

• Health of LAN cabling

• Imparting training on proper handling of IT items

• External/ Internal cleaning of the system.

• Reporting about the rat menace case if found

The Quarterly Preventive Maintenance Report (PMR) of each of the District/ Special/ Sub

Treasury (as per the format prescribed in Annexure-I) should be submitted to the concerned

treasury officer.

2.4 NO-PENDING CERTIFICATE

Based on the PMR and calls resolved during a quarter, each treasury will issue a no pending

certificate in favor of the EA in the prescribed format at Annexure -III. Which will be required to

be furnished along with the invoices.

Page 14: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 14

2.5 PERFORMANCE CERTIFICATE AND ATTENDANCE OF FACILITY MANAGER ENGINEER (FME):

Each District and Special Treasury where Facility Management Engineer will be deployed shall

issue a yearly performance certificate of their Facility Management Engineer in the prescribed

format in Annexure-II. Authorized representative of DT&I (O) will issue the absentee statement

of the FM Engineers deployed at DT&I (O).

2.6 MAINTENANCE OF ITEMS WHICH ARE UNDER WARRANTY:

The EA will only extend skill support and not spare support for the Items which are under

warranty, however the EA will coordinate with the OEM/ supplier to ensure the uptime. If

warranty of any item becomes void during maintenance of such item, then it is the

responsibility of the EA to provide the maintenance till the warranty period of the item or

entire amount will be recovered from the EA, depending upon the case. The downtime will not

be applicable for the items under warranty. The EA will take a note of the warranty details of

these items and should include them under AMC immediately once warranty of the said item

expires.

2.6.1 ITEMS NOT COVERED UNDER AMC:

Apart from the below mentioned items all other are under AMC

• CD/ DVD/ Pen drive/ External HDD

• Dongles

• Batteries for UPS.

• Non-functional parts, covers, castors, stands

• Desktops having PIII/Celeron Processor /PIV with 512/256/128 MB memory

• Thin Clients

• Fax Machine/Telephones

• Modems

• Printer Cartridge

2.7 VENDOR COORDINATION

EA shall co-ordinate with other vendor(s) for replacement of any defective item of the

equipment, which are under warranty. The EA must coordinate with network service providers

like BSNL and OSWAN to ensure maximum uptime of WAN. The EA must coordinate with SI of

Page 15: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 15

IFMS for smooth running of Integrated Financial Management System (IFMS) at DT&I (O) and at

treasuries.

2.8 DEAD STOCK MANAGEMENT

If an equipment is not under AMC and found dead at DT&I (O) or at treasuries, the EA will make

attempt to bring it into operation at a mutually agreed cost after taking approval from DT&I. If

the item is unserviceable and have been used for 5 years, then it can be declared dead by the

EA and a certificate will be issued by the EA to the user. No item can be declared dead before

putting into service for 5 years. The EA should ensure that the user has updated dead stock

details in the online asset module of IFMS, Odisha. The EA should provide necessary technical

help to the treasuries in furnishing the dead stock details in the prescribed format (Annexure-

VIII).

2.9 CONTRACT EXECUTION

Facility Management Engineers: EA shall position dedicated Facility Management Engineers to

meet the requirement of response & resolution time.

Taking over of additional equipment for maintenance: Any equipment added to the existing

infrastructure for maintenance shall be taken up for maintenance with immediate effect and

payment will be made in the same quarter.

2.10 DEDICATED MANPOWER FOR HEAD QUARTER AND FIELD LOCATIONS:

The EA shall employ and provide such qualified and experienced Personnel as required & proposed in the proposal and approved by the Client to carry out the Services.

2.10.1 REMOVAL AND/OR REPLACEMENT OF PERSONNEL

• Except as the Client may otherwise agree, no changes shall be made in the Personnel

proposed. If, for any reason beyond the reasonable control of the EA, such as retirement,

death, medical incapacity, among others, it becomes necessary to replace any of the

proposed Personnel, the EA shall provide as a replacement a person of equivalent or better

qualifications prior to reliving the outgoing personnel. For any replacement of resource

prior approval of DT&I is required.

• If the Client finds that any of the Personnel have

o Committed serious misconduct or have been charged with having committed a criminal

action, or

Page 16: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 16

o Have reasonable cause to be dissatisfied with the performance of any of the Personnel,

then the EA shall, at the Client’s written request specifying the grounds thereof, provide

as a replacement a person with qualifications and experience acceptable to the Client.

• The EA shall have no claim for additional costs arising out of or incidental to any removal

and/ or replacement of Personnel.

• The major resource type, their minimum educational qualification and minimum years of

experience as required under this project are as follows:

Sl. No

Type of Manpower or Facility Management Engineer

Location Qualification Minimum Relevant Experience in years

No. of Manpower

01 Team Lead Directorate of Treasuries and Inspection, Odisha, Bhubaneswar

MCA/ BE-Comp. Sc./ B-TECH Comp. Sc.

3 years as Team Leader

01

02 Network Engineer

Directorate of Treasuries and Inspection, Odisha, Bhubaneswar

Graduate 3 years as Network Engineer

02

03 Desktop Engineer

Directorate of Treasuries and Inspection, Odisha, Bhubaneswar and Field Offices as per Annexure- VI

Graduate 3 years as Desktop Engineer with basic knowledge of Networking

29

Note:

• Team lead and the two Network Engineers to be proposed/ deployed in the Head quarter

should be in the payroll of the bidder/ EA.

• If required DT&I (O) can ask for additional manpower, the EA must provide additional man

power (for a period of minimum one month) at the same rate as quoted in it’s financial

Page 17: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 17

proposal. this will be applicable for the entire contract period. Location wise manpower

deployment plan is given in Annexure-VI.

• The central team to be deployed in DT&I may be assessed/ interviewed by the evaluation

committee. If the resources proposed found not suitable by the committee, the EA must

provide replacement within one week.

• For each day of absence of Facility Management Engineer deployed at the HQ and field

location, FMS charges corresponding to absence will be deducted from the quarterly

invoice. In this case capping on maximum penalty is not applicable.

• Note: In case the FM Engineer is on leave or absent, the EA can depute backup Engineer of

equivalent qualification and experience in his place by observing all formalities to avoid

penalty. Such arrangement should not be made very often and should be made in

consultation with DT&I. Resources deployed in Head Quarter (HQ) or any field location

cannot be used as back-up resource for other locations.

2.10.2 ACCESS TO THE EQUIPMENT AND INFORMATION:

• DT&I shall give EA required access to the equipment to enable maintenance services.

• The EA shall submit the list of FM Engineers to be deployed and relevant documents in

support of their qualifications & experience for verification by DT&I(O).

• If required, the FM Engineers may be called to DT&I (O) for a personal interview followed by

original certificates verification.

• The EA shall issue FM Engineers Individual Photo Identity cards upon approval of DT&I (O).

• Confidentiality of information: The EA and its staff shall maintain strict confidentiality of

information. No part of information can be disclosed to any party in any form during the

contract period or thereafter. The EA and its staff shall confine themselves to the job

assigned. Any violation or attempt of violation may lead to appropriate legal action against

the agency.

2.10.3 ROLE OF FACILITY MANAGEMENT ENGINEER:

• Should always carry ID card or Authorization letter issued by the EA along with any

government issued ID proof (Voter ID, DL, Aadhar etc)

• Attendance to be submitted daily before the District/ Special/ Sub Treasury officer/

authorized staff of the Field location.

Page 18: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 18

• The FM Engineers at DT&I(O) will submit their attendance before the Officer-in-charge,

Computer Nerve Centre.

• Leave confirmation must be made available well in advance to the concerned Treasury

officer/ Special Treasury officer with a copy to the System Analyst, DT&I (O) and Team

Leader, EA.

• Need to visit the Sub Treasuries within the same District. However, in case of exigencies

may require visiting other treasuries across the state. No TA/ DA will be claimed for the said

purpose.

• Quarterly preventive maintenance to be carried out in District/ Special/ Sub Treasuries.

• A photocopy of service call report must be submitted to District Treasury/ Special Treasury

officer against all visits made to Sub Treasuries and tour will be marked in the attendance

register.

• All mandatory fields of service call report to be filled up neatly. Remarks if any must be

legible and relevant.

• Any dispute arising out of/ during support service must be brought to the kind notice of the

District Treasury Officer, Team Leader, Asst. Director (Comp), DT&I (O) and System Analyst,

DT&I (O).

• Service call Report is mandatory for each call attended. It must be signed by the user. A

copy of the same must be shared with the user.

• Should attend calls which are registered in Call logging application only. Call ID will be

shared to the engineer by the treasury over phone. However, engineer have to get it

confirmed from the Team Leader. Call logging application and Service call report is optional

if the calls can be resolved through skill support and do not require spare replacement or

movement of Engineer from base or field location.

• Call ID must be mentioned on Service call Report.

• To identify assets which are under AMC and which are under Warranty.

• Register complain about items which are under warranty on the Toll free numbers of the

OEMs and follow up for early resolution.

• Identify the assets which are not serviceable and certify those as dead. Before declaring any

item as dead must consult with Treasury officer and Team Leader.

• Need to install only genuine operating system through re-installation or to restore using CD/

DVD supplied by the user.

• Download and install Free Microsoft Security Essential or Windows Defender on each

computer and update it regularly. Need to install Antivirus (purchased by the treasury) in

the system.

• Install software like Java, Firefox , Google chrome etc by downloading from Internet.

Page 19: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 19

• Avoid using pen drives.

• Help the user in taking the data backup on media supplied by the user.

• Providing telephonic support to the remote treasuries as and when required.

• Reconcile the physical assets with the consolidated IT asset report generated from IT asset

module of IFMS. Extend support to the treasury in updating their IT asset.

• Should not plan any tour or be on leave on the days when DT&I officials are visiting the field

location.

• Extend necessary skill/ technical support for smooth conduct of various treasury-level

training programs.

2.11 REVIEW:

DT&I (O) shall conduct periodical reviews (Monthly/ Quarterly) of the performance of the EA.

The EA shall furnish an escalation matrix to follow up the pending cases. The EA must depute its

senior Executive (Project Manager) who is accountable for the project and should attend the

quarterly review meeting.

Page 20: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 20

3. SERVICE LEVEL AGREEMENT (SLA)

For the purpose of this Service Level Agreement, the definitions and terms as specified in the

contract along with the following terms shall have the meanings set forth below:

A. "Availability" shall mean the time for which the services and facilities are available for

conducting operations from the equipment.

B. "Downtime" means accumulated time during which the System is totally inoperable within

the Scheduled Operation Time but outside the scheduled maintenance time.

C. The business hours are 10:00 AM to 6:00 PM on all working days (Mon-Sat) excluding Public

Holidays or any other Holidays observed by the State. The EA however recognizes the fact

that the State offices will require to work beyond the business hours on need basis.

D. "Non-Business Hours" shall mean hours excluding “Business Hours”.

E. “Incident” refers to any event / abnormalities in the functioning of the Equipment /

specified Services that may lead to disruption in normal operations of the service.

3.1 DOWNTIME CALCULATION REPORT:

A service call report should be maintained for all equipment under AMC for each incident of

malfunctioning, complain lodging and resolution. FM Engineer will prepare the service call

report in triplicate. This will be signed by the user with time, date and seal. One copy of service

call report will be shared with the user, one copy will be retained by the FM Engineer and the

third copy will be shared with the Team Leader of the EA. At the end of each quarter a

downtime calculation report (soft copy) in the prescribed format in Annexure-IV should be

prepared and submitted to DT&I for verification and penalty calculation as per SLA.

3.2 RUNTIME:

The runtime or utilization time for the IT equipment shall be as follows:

• Server Systems: The run time for Servers and Server system is 24 x 365. Server Systems

refers all the connected components to the server such as Networking equipment, Power

supply systems (UPS) etc.

• Desktops, Laptops and Peripherals: The run time for the Desktops, Laptops and Peripherals

will be from 10.00 AM to 6.00 PM on all working days.

• In case of requirement, the run time may get extend beyond the working hours and also

into holidays.

Page 21: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 21

3.3 RESPONSE AND RESOLUTION TIME:

The minimum Response resolution time for the Head Quarter and field offices will be as

detailed below.

LOCATIONS EQUIPMENTS/ITEMS RESPONSE

TIME

RESOLUTION

TIME

DIRECTORATE OF TREASURIES,

BHUBANESWAR

SERVERS 1/4 Hour 24 Hours

STORAGE 1/4 Hour 24 Hours

NETWORKING EQUIPMENT 1/4 Hour 24 Hours

DESKTOP, LAPTOPS, UPS AND

PERIPHERALS

1/4 Hour 24 Hours

AG (ODISHA), BHUBANESWAR SERVERS 1/2 Hour 24 Hours

Near Disaster Recovery (NDR)

cum- Business Continuation Plan

(BCP), Bhubaneswar

SERVERS 1 Hour 24 Hours

STATE DATA CENTER, OCAC,

BHUBANESWAR

SERVERS 1 Hour 24 Hours

NETWORKING EQUIPMENT 1 Hour 24 Hours

DISTRICT/ SPECIAL/ SUB

TREASURIES ACROSS THE STATE

(for 27 field locations)

NETWORKING EQUIPMENT 1/4 Hour 48 Hours

DESKTOP AND PERIPHERALS 1/4 Hour 48 Hours

DISTRICT/ SPECIAL/ SUB

TREASURIES ACROSS THE STATE

(for rest 139 locations)

NETWORKING EQUIPMENT 24 Hours 48 Hours

DESKTOP AND PERIPHERALS 24 Hours 48 Hours

3.4 CALCULATION OF DOWNTIME:

The penalty for downtime will be counted from the time complain is reported to the EA

electronically (through call management Application) till the problem is solved / rectified to the

satisfaction of the user and reported closed by the user. Penalty shall be applicable beyond

Resolution time as mentioned in clause 3.3.

Page 22: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 22

Note:

• For calculating downtime, the non-business hours is also taken into consideration. For

example, if an equipment is down at 10:00 AM today and rectified at 10:00 AM (next day),

the total down time will be calculated as 24 hrs.

• In case of intermittent failures and repetitive problems due to improper diagnosis or repair,

the system will be treated as continuously down from the time of first fault reporting.

• If Leased Line/MPLS is down because of the break / problem arising at the end of ISP

(Internet Service Provider), then the downtime will not be considered for calculation of

penalty on the EA.

• Justification for relaxation in downtime can be forwarded to DT&I (O) for consideration. The

EA may be asked to submit service call report for verification. DT&I(O) decision will be final

in this regard.

• The equipment is deemed to be down if any service disruption occurring due to non-

availability of LAN connectivity. For example, if a backbone network cable connected to n-

number of equipment is out of order then all the connected equipment will deemed as

down till the restoration of the said connectivity.

3.5 PENALTY FOR DOWN TIME AND ABSENCE OF FACILITY MANAGEMENT ENGINEER:

Beyond permissible or admissible down time or Resolution time as mentioned in clause 3.3, an

amount as mentioned below will be deducted subject to maximum limit of 10% of quarterly

AMC-cum-FMS cost.

Sl. No. Item Penalty Cost/ Unit/ Hour (in INR)

1. Servers 1000

2. Storage 1000

3. Network Equipment 500

4. Line Matrix Printer 300

5. Other Printer/Scanner 200

Page 23: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 23

Sl. No. Item Penalty Cost/ Unit/ Hour (in INR)

6. Desktop 200

7. Laptops 200

8. UPS 200

Note:

In case the EA is not able to resolve any ticket within 5 days, the client reserves the right to get

the job done through other sources and the cost of the repairing/ replacement through other

sources will be deducted from the quarterly invoice of the EA. This will be above and over the

penalty imposed for that quarter.

Page 24: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 24

4. PAYMENT & CONTRACT TERMS

4.1 PAYMENT:

Payments to the EA will be made quarterly upon submission of invoices along with no-pending

certificate and attendance report of FM Engineers from the treasuries. Payment for each

quarter will be processed by DT&I (O) only after validating the relevant documents. EA should

submit a quarterly downtime report (Soft copy-Excel format) for calculation of penalty (if any).

Payment will be made after making necessary deductions towards penalty as per downtime

incurred during the quarter.

Note:

The EA should furnish an abstract of item-wise AMC cost calculation sheet. Reconciliation of all

assets prior to the submission of the bill of first quarter of the first year of contract needs to be

completed by the EA, without which invoice will not be processed. Further, the EA shall furnish

location-wise detailed Asset list to DT&I after the process of asset reconciliation is completed.

Any addition/deletion in the asset list should be done only in consultation and approval of

DT&I.

4.2 TAXES AND DUTIES

• All payments will be subjected to tax deduction at source as applicable/ required at the

prevailing tax rates.

• Any changes, revision or enactment in duties, taxes and surcharges during the contract

period by Central/ State/ Other Government bodies will be considered and applied after

due authorization. Taxes (Central/ State/ Other Government bodies) as applicable at the

time of invoicing will be considered.

4.3 CONTRACT PERIOD

The contract period of AMC and FMS will be for three years which will be renewable every year

depending on the performance of the Bidder. The contract period starts from the date of

deployment of resources by the Executing Agency. The bidder should provide financial proposal

for one year; however the quoted price will remain firm for 3 years (contract renewal period).

Page 25: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 25

5. INSTRUCTIONS TO BIDDER

5.1 DEFINITIONS

In this document, the following terms shall have following respective meanings: -

“Contract Agreement” means the Agreement to be signed by the Successful Bidder and

Directorate of Treasuries and Inspection (DT&I)

“Authorized Representative” shall mean any person/agency authorized by either of the parties.

“Bidder or bidder” means any firm offering the solution(s), service(s) and/ or materials asked

for in the RFP. The word Bidder, when used in the pre-award period shall be synonymous with

Bidder, and when used after intimation of successful bidder shall mean the successful bidder,

also called ‘Vendor or Executing Agency (EA)’, with whom DT&I signs the Contract.

“Contract” is used synonymously with agreement.

“Documentary evidence” means any matter expressed or described upon any substance by

means of letters, figures or marks intended to be used for the recording of that matter and

produced before a court.

“EA” Means the Executive Agency which will be selected after this bid evaluation

“Gov. /GoO/Government/Govt. of Odisha” shall mean Government of Odisha.

“Law” shall mean any Act, notification, by-law, rules and regulations, directive, ordinance,

order or instruction having the force of law enacted or issued by the Government of India or

State Government or regulatory authority or political sub-division of government agency.

“LoI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer to

place the purchase order with the successful bidder.

“OEM” means Original Equipment Manufacturer Company, that is incorporated in India or

abroad, who has management control over the manufacturing/ production process, Quality

Assurance, Procurement of Raw materials/ manufacturing process inputs marketing and

warranty services of the resultant products.

“Party” shall mean DT&I or Bidder individually and “Parties” shall mean DT&I and Bidder

collectively.

Page 26: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 26

“PBC” means Pre-Bid Conference

“Rates/ Prices” means prices of supply of equipment and services quoted by the Bidder in the

Commercial Bid submitted by him and/or mentioned in the Contract

“RFP” means the detailed notification seeking a set of solution(s), service(s), materials and/ or

any combination of them

“Services” means the work to be performed by the Executing Agency pursuant to this Contract,

as detailed in the Scope of Work

“Site” shall mean the location(s) for which the Contract has been issued and where the service

shall be provided as per Agreement

“Tenderer” shall mean the authority issuing this Request for Proposal (RFP) and the authority

under whom the project is to be implemented, operated, managed etc. and this authority shall

be the Directorate of Treasuries and Inspection, acting on behalf of Finance department, Govt.

of Odisha

5.2 COST INCURRED TO TENDER DOCUMENT PREPARATION

Bidder shall bear all costs associated with the preparation and submission of the tender

including surveys (if required), and DT&I will in no case be responsible or liable for those costs,

regardless of the conduct or outcome of the tender process.

5.3 CLARIFICATION ON RFP & PRE-BID CONFERENCE

The bidders or their designated representatives are invited to attend the Pre–Bid Conference

(PBC) at their own cost, date and venue as mentioned in table-1- “Important Information for

the Bidders”.

• In this PBC, Tenderer would address the clarifications sought by the bidders with regard to

the RFP document and the project. The bidders would be required to submit their queries

as per the prescribed format available in Section-8.1.3- GF-3 to The Director, Directorate of

Treasuries and Inspection, Department of Finance, Govt. Of Odisha, at Treasury & Accounts Bhawan,

Unit-III, Kharavel Nagar, Bhubaneswar in writing (or by E-mail to: mentioned in Table-1 in ‘word

or excel’ only, query submission date as mentioned in table-1- “Important Information for

the Bidders”. Queries not submitted within this deadline will not be taken up at the PBC.

• Only two representatives from each bidder with necessary authorization letter can attend

the PBC.

Page 27: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 27

• Tenderer reserves the right not to respond to any/ all queries raised or clarifications sought

if, in their opinion and at their sole discretion, they consider that it would be inappropriate

to do so or do not find any merit in it.

• Tenderer will in no case be responsible or liable for any costs, regardless of the conduct or

outcome of the pre-Bid process.

5.4 AMENDMENT OF RFP DOCUMENT

• At any time prior to the deadline (or as extended by DT&I) for submission of bids, DT&I, for

any reason, whether at its own initiative or in response to clarifications requested by

prospective bidder may modify the RFP document by issuing amendment(s)

• The amendment(s) to the tender document if any will be published in the DT&I website only

(www.odishatreasury.gov.in). The bidders are requested to regularly visit the website for

updates.

• In order to allow bidders a reasonable time to take the amendment(s) into account in

preparing their bids, DT&I, at its discretion, may extend the deadline for the submission of

bids.

5.5 LANGUAGE OF PROPOSAL

The proposal prepared by the bidder, as well as all correspondence and documents relating to

the tender exchanged between the bidder and the DT&I shall be in English. Information

supplied in other language shall be rejected.

5.6 BID SUBMISSION

Bidder shall submit tenders in Four PARTS, each in a separate sealed envelope super-scribed

with the RFP document number, due date, time, Project name and nature of bid (Bid security,

Pre-Qualification, Technical bid, Financial Bid).

PART-I: The Bid Security. Envelope needs to be super scribed as BID SECURITY & Cost of RFP

document

PART-II: Original and one copy of PRE QUALIFICATION BID, complete with all details. Envelope

needs to be super scribed as “Pre-Qualification Bid”.

PART-III: Original and one copy of TECHNICAL BID complete with all technical details. Envelope

needs to be super scribed as “Technical Bid”

Note: Filling up prices in Part III will render the bidder disqualified.

Page 28: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 28

PART-IV: Original and one copy of FINANCIAL BID with full price details. Envelope needs to be

super scribed as “Commercial Bid”

The envelopes containing Part-I, Part-II, Part-III and Part-IV of offer shall be enclosed in a larger

envelope duly sealed and signed by authorized signatory and marked as Response to Request

for Proposal (RFP) with title and reference number and the name & address of the Bidder.

All the 4 envelopes shall be addressed to the following address

Nodal Officer

Directorate of Treasuries & Inspection

Treasury & Accounts Bhawan, Unit-III,

Kharvela Nagar, Bhubaneswar-751001

The bidder must also submit soft copies each of the Pre-Qualification, Technical, Commercial

Bids and in separate CDs, duly packed in the respective envelopes.

Please note that the hard copy will prevail in case there is an ambiguity or/ and discrepancy

occurs between the hard copy and the soft version of the bid submitted by the bidders.

The outer and inner envelopes shall indicate the name and address of the bidder to enable the

bid to be returned unopened in the case it is declared “late” pursuant, and for similar purposes.

If the outer envelope is not sealed and marked as above, DT&I will bear no responsibility for the

misplacement or premature opening of the Bid.

Only detailed complete bids in the form indicated above shall be received prior to the closing

time and date of the bids shall be taken as valid.

Bidders are requested to submit their bids through Speed Post / Registered Post/ by hand only

to the address mentioned in table-1. The DT&I will take no responsibility for delay or non-

delivery of their bids within the stipulated time. Submission of proposal through any other

mode will not be accepted.

5.7 ADDRESS FOR COMMUNICATION

All communication related to the Tender should be made to the nodal officer (mentioned in

Table-1)

Page 29: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 29

5.8 DOCUMENT COMPRISING THE BIDDER’S PROPOSAL

The proposal submitted by the bidder must comprise of the following, including any other

requisite as mentioned in this Tender Document –

Part-I

• Bank Guarantee (BG) for BID SECURITY

• Demand Draft for Cost of RFP document

Part-II

• All the relevant documents as mentioned in section “6.1.1 Pre-Qualification Criteria” under

preferable documents column

• Bidder’s project experience as mentioned in PQ-1-section 8.1.5

• Bidder’s Turnover as mentioned in PQ-2-section 8.1.6

• Bidder’s profile as per format provided in GF-1- Section 8.1.1

• Bidder’s undertakings statement as per format provided in GF-2- Section 8.1.2

Part-III

• Technical Proposal completed in all respect.

• Resource Details (To be deployed in Head Quarter)- in the format provided in TQ-1- Section

8.1.7

Part-IV

• Commercial Bid-Letters as per format provided in CF-1- Section 8.2.1

• Commercial offer of AMC of Hardware as per format provided in CF-2-Section-8.2.2

• Commercial offer for Facility Management as per format provided in CF-3- Section 8.2.3

• Commercial offer for LAN Cabling as per format provided in CF-4- Section 8.2.4

• Commercial offer for Chemical Earthing as per format provided in CF-5- Section 8.2.5

• Total Price as per format provided in CF-6- Section 8.2.6

Note: The bidder must also submit soft copies each of the Pre-Qualification, Technical, and

Commercial Bids and General Letters/Forms in separate CDs, duly packed in the respective

envelopes.

To accept or reject any/all deviations shall be at the sole discretion of the client.

5.8.1 COMMERCIAL PROPOSAL

Page 30: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 30

• Unless expressly indicated, bidder shall not include any technical information regarding the

services in the commercial proposal. Prices shall be quoted entirely in Indian Rupees (INR)

and must be arrived at after including all expenses and taxes.

• Bidders are suggested not to use ― ‘To Be Determined’ or similar annotations in the cells

for cost estimates. It is suggested that the bidders need to specify prices for all categories

and with assumptions, if any.

5.9 PROPOSAL VALIDITY

• The bid shall remain valid for at least for 180 days from the last date for submission of

proposal/ bid. Bidder should ensure that in all circumstances, its Bid fulfills the validity

condition. Any bid valid for a shorter period will be liable for rejection as non-responsive.

• In exceptional circumstances, DT&I may solicit bidder’s consent to an extension of the

period of validity. The request and the responses thereto shall be made in writing or by Fax.

Bid Security/EMD shall also be suitably extended. A bidder granting the request is neither

required nor permitted to modify the bid.

5.10 LATE BID

Any bid received by DT&I after the bid due date and time mentioned at the Important

Information sheet will be treated as “Late Bid” and rejected.

5.11 MODIFICATION AND WITHDRAWAL OF BID

• The bidder may modify or withdraw its bid after submission, provided that written notice of

the modification including substitution or withdrawal of the bids is received by DT&I prior to

the deadline prescribed for submission of bids.

• The bidder's modification or withdrawal notice shall be prepared, sealed, marked and

dispatched in a manner like the original bid.

• No bid shall be modified after the deadline for submission of bids.

• No bid may be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of Bid validity specified by the bidder on the Bid Form.

Withdrawal of a Bid during this interval may result in the bidder's forfeiture of its Bid

security/ EMD and /or any other action as per law.

5.12 CORRECTION OF ERRORS

Page 31: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 31

The person signing the bid must initial erasures or other corrections. The Bidder further agrees

that in the event of any obvious errors, DT&I reserves the right to waive such errors in its sole

discretion. However, DT&I has no obligation under any circumstances to waive such errors.

5.13 BID CURRENCY

Prices for services offered shall be quoted in Indian National Rupees (INR) only.

5.14 RFP DOCUMENT COST:

Bidder should make a non-refundable payment as mentioned in table-1 “Important

Information for the Bidders” of Rs. 5,000 (Rupees Five Thousand only) for the tender document

in the form of Demand Draft, issued by any Scheduled bank in India, drawn in favor of “Director

of Treasuries and Inspection” and payable at Government Treasury Branch, SBI, Bhubaneswar.

5.15 BID SECURITY/EMD

• All bidders shall furnish, as part of its Pre-Qualification Bid, an Earnest Money amounting to

Rs.1.5 Lakhs (Rupees One Lakh fifty thousand Only). Bids without this bid security/ EMD will

be rejected.

• The Bid Security shall be in Indian Rupees and shall be in the form of Bank Guarantee (BG),

issued by any Scheduled bank in India, drawn in favor of “Director of Treasuries and

Inspection” and payable at Government Treasury Branch, SBI, Bhubaneswar and shall be

valid for at least 180 days. The bidder needs to submit a fresh BG with expiry of the previous

one after 180 days of date of issue. The format for the BG should be as per the format

mentioned in GF-4, Section-8.1.4.

• Unsuccessful bidder's Bid security will be discharged or returned within sixty (60) days after

the expiration of the period of Bid validity prescribed.

• The successful bidder's Bid security will be discharged upon the bidder signing the Contract

Agreement, and they should furnish the Performance Security.

5.16 FORFEITURE OF BID SECURITY/ EMD

The Bid security may be forfeited either in full or in part, at the discretion of DT&I, on account

of one or more of the following reasons:

• The bidder withdraws his bid during the period of Bid validity specified by him on the Bid

Letter Form (i.e. between the deadline for submission of bids and the expiration of the

period of Bid validity specified by the bidder on the Bid letter Form)

• The bidder fails to co-operate in the Bid evaluation process

Page 32: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 32

• If the bid or its submission is not in conformity with the instruction mentioned herein

• If the bidder violates any of the provisions of the terms and conditions of the tender

• If the bidder is non-responsive or does not provide appropriate response to any clarification

sought by the client within the stipulated time during bid evaluation

• In the case of a successful bidder fails to (a) accept award of work, (b) sign the Contract

Agreement with DT&I, after acceptance of communication on placement of award, (c)

furnish performance security

• The bidder violates any of such important conditions of this tender document or indulges in

any such activities as would jeopardize the interest of DT&I in timely finalization of this

tender.

• The decision of DT&I regarding forfeiture of bid security shall be final and shall not be called

upon question under any circumstances.

5.17 LACK OF INFORMATION TO BIDDER

The bidder shall be deemed to have carefully examined RFP document to his entire satisfaction.

Any lack of information shall not in any way relieve the bidder of his responsibility to fulfill his

obligation under the tender

5.18 CONFLICT OF INTEREST

The EA shall hold the Client’s interests paramount, without any consideration for future work,

and strictly avoid conflict with other assignments or their own corporate interests.

• EAs Not to Benefit from Commissions, Discounts: The payment of the EA shall constitute the

EA’s only payment in connection with this Contract or the Services, and the EA shall not

accept for their own benefit any trade commission, discount, or similar payment in

connection with activities pursuant to this Contract or to the Services or in the discharge of

their obligations under the Contract, and the EA shall use their best efforts to ensure that

the Personnel and agents of either of them similarly shall not receive any such additional

payment.

• Prohibition of Conflicting Activities: The EA shall not engage, and shall cause their

Personnel, either directly or indirectly, in any business or professional activities which would

conflict with the activities assigned to them under this Contract.

Page 33: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 33

5.19 DISQUALIFICATION

The proposal is liable to be disqualified in the following cases or in case bidder fails to meet the

bidding requirements as indicated in this Tender Document–

• Proposal not submitted in accordance with the procedure and formats prescribed in this

document or treated as non-conforming proposal.

• The bidder qualifies the proposal with his own conditions.

• Proposal received in incomplete form.

• Proposal received after due date and time.

• Proposal not accompanied by all the requisite documents

• Information submitted in technical proposal is found to be misrepresented, incorrect or

false, accidentally, unwittingly or otherwise, at any time during the processing of the

contract (no matter at what stage) or during the tenure of the contract including the

extension period if any.

• Bids not submitted with required certification.

• Commercial proposal enclosed with the same envelope as technical proposal.

• Bidder trying to influence the proposal evaluation process by unlawful, corrupt or

fraudulent means at any point of time during the bid process.

• In case any one party submits multiple proposals the bids are likely to be disqualified, unless

additional bids are withdrawn upon notice immediately.

• Any deviations between technical and commercial proposals shall make the proposal as

being unresponsive and may lead to disqualification of the proposal.

Bidders may specifically note that while evaluating the proposals, if it comes to DT&I’s

knowledge expressly or implied, that some bidders may have colluded in any manner

whatsoever or otherwise joined to form an alliance resulting in delaying the processing of

proposal, then the bidders so involved are liable to be disqualified for this contract as well as

prohibited from participation in any of the tenders floated by DT&I and Finance Department,

Govt. of Odisha for a further period of three years.

5.20 RIGHT TO ACCEPT BID AND REJECT ANY OR ALL BIDS

DT&I reserves the right to accept or reject any proposal, and to annul the tendering process

and reject all proposals at any time prior to award of contract, without thereby incurring any

liability to the affected bidder or bidders or any obligation to inform the affected bidder or

bidders of the grounds for the DT&I’s action.

Page 34: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 34

5.21 POWER OF ATTORNEY

The bidder must submit a statement confirming the authority of the authorized representative

of the bidder and a notarized power of attorney to act in all matters concerning the offer.

5.22 AWARD OF CONTRACT

• DT&I will notify the successful bidder in writing for finalizing the contract conditions. The

successful bidders will be asked to sign the Contract Agreement within 15 days of the

notification. After signing of the Contract Agreement, no variation in or modification of the

terms of the Contract shall be made except by written amendment signed by the parties. If

DT&I is unable to finalize a service agreement with the bidder ranked first, it may proceed

to the next ranked bidder but it is the sole discretion of DT&I only. However, DT&I has no

obligation under any circumstances to move to the next bidder.

• Prior to the expiry of the validity period, DT&I will issue LoI (Letter of Intent) to the

successful bidder confirming the acceptance of proposal. The notification of award will

constitute the formation of the contract. Upon the successful bidder's furnishing of

Performance Security, DT&I will promptly notify each unsuccessful bidder and return their

Bid Security.

• On issuance of the Letter of Intent (LoI) by DT&I the bidder has to confirm its acceptance

within seven days of its issuance and signing of agreement within 15 days of notification.

5.23 SIGNING OF CONTRACT

The DT&I will notify the successful bidder regarding the acceptance of the proposal. DT&I shall

enter into a separate contract, incorporating all agreements (to be discussed and agreed upon

separately) between DT&I and the successful bidder. The successful bidder shall sign the

contract within 15 days of the notification.

Page 35: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 35

6. BID EVALUATION PROCESS

6.1 BID OPENING AND EVALUATION PROCESS

• DT&I will open bids at the place and time mentioned at important information sheet.

Bidder’s representatives (Maximum 2) may attend the opening, and those who are present

shall sign a register evidencing their attendance.

• The Evaluation Committee would evaluate the Pre-qualification criteria of the bidders.

Successful bidders will be informed subsequently.

• Technical Bid will be opened for those bidders whose bids shall meet all the pre-

qualification criteria.

• Commercial Bid will be opened for those bidders who shall qualify in the Technical Bid

evaluation.

• The DT&I, reserves the right to seek written clarification from bidders during any stage of

bid evaluation process. Non-responsiveness of the bidder within the stipulated time may

results in rejection of the bid or forfeiture of EMD or both.

• In case of change of place, date and time of opening of the Commercial bids as mentioned

in important information sheet, the prospective bidders shall be notified separately through

writing, mail or fax.

• The tendering authority

o Shall strictly apply only and all of the evaluation and qualification criteria specified in the

bidding document.

o The determination shall be based upon an examination of the documentary evidence of

the bidder’s qualifications and proposed solution submitted by the bidder

Determination of eligibility and responsiveness

I. A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned in the

RFP

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

without material deviation, reservation, or omission where: -

o “Deviation” is a departure from the requirements specified in the bidding document;

o “Reservation” is the setting of limiting conditions or withholding from complete

acceptance of the requirements specified in the bidding document; and

o “Omission” is the failure to submit part or all of the information or documentation

required in the bidding document

III. A material deviation, reservation, or omission is one that, if accepted, would:

Page 36: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 36

o affect in any substantial way the scope, quality, or performance of the Goods and

Related Services specified in the bidding document; or

o limits in any substantial way, inconsistent with the bidding document, the tendering

authority’s rights or the bidder’s obligations under the proposed Contract; or

o If rectified, would unfairly affect the competitive position of other bidders presenting

responsive bids.

IV. The tendering authority shall examine the technical bid including the pre-qualification

documents. Provided that a bid is substantially responsive, the tendering authority

o May waive any nonconformity in the bid that does not constitute a material deviation,

reservation or omission.

o May request that the bidder submit the necessary information or documentation,

within a reasonable period of time, to rectify nonmaterial nonconformities or omissions

in the bid related to documentation requirements. 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.

o Shall rectify nonmaterial nonconformities or omissions. To this effect, the bid price shall

be adjusted, for comparison purposes only, to reflect the price of the missing or non-

conforming item or component.

V. The eligible bidders whose bid is determined to be substantially responsive shall be

considered to be qualified in the technical evaluation, unless disqualified pursuant to

clause 5.19 and shall be informed in writing about the date, time and place of opening of

their financial bids.

VI. The firms which could not qualify in technical evaluation will be informed about this fact.

Their financial bid will be returned unopened and EMD refunded after completion of the

bid process i.e. award of the contract to the best/ successful bidder

6.1.1 PRE-QUALIFICATION CRITERIA

Table 2:

Sl.

No

Eligibility Criteria to Participate Preferable Documents

1. The Bidder shall have at least 3 years of experience as

on bid submission date in all the following areas.

o Maintenance of Servers mainly Blade and SAN

Work order/ continuation

certificate/ completion

certificate from client

Page 37: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 37

Sl.

No

Eligibility Criteria to Participate Preferable Documents

Storage Devices

o Maintenance of Desktops, Laptops, online UPS

o Maintenance of Peripherals like Laser Printers,

Line Matrix Printers, Dot Matrix Printers,

Multifunction or All-in-One Printers, and

Scanners.

o Maintenance of Networking devices like

Routers, Layer 3 and Layer 2 Switches,

Application Load Balancer and Firewall.

o Maintenance of Operating System software

such as Linux and Windows

o Facility Management Support

o Antivirus server Management

o Management of EMS (Enterprise Management

System) which includes NMS (Network

Management System)

o Proxy Server (Open source or licensed)

Management

o Mail server (Open Source or Licensed)

Management

o Directory service or Centralized Domain

Management

o Helpdesk Support

2. The bidder shall have a turnover of at least INR 10

Crore for the last 3 financial years i.e. in 2015-2016,

2016-17, 2017-18.

Document Certificate

from Chartered

Accountant

3. The Bidder must have 3 Years of experience in handling

minimum 30 Managed Leased line/MPLS of a single

customer.

Work order/ continuation

certificate/ completion

certificate from client

4. The Bidder must have experience in managing 1000

PCs of a single user or customer.

Work order/ continuation

certificate/ completion

certificate from client

5. The Bidder should have local presence in Address proof of local

Page 38: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 38

Sl.

No

Eligibility Criteria to Participate Preferable Documents

Odisha or agree to setup local office within three

months from award of contract.

office or Self-declaration

in letter-head of bidder

for setting up office

6. The Bidder should submit at least one similar contract

for a value of minimum INR 100 Lakhs (inclusive of Tax)

for AMC-cum-FMS.

Work order/ continuation

certificate/ completion

certificate from client

7. The bidder shall have company registration certificate

under company act, valid income tax registration

certificate and GSTIN registration certificate.

a. Copy of Company

Registration

certificate/Certificate of

Incorporation

b. Copy of PAN

c. Copy of the GSTIN

registration certificate

8. The Bidder should possess valid ISO 9001:2015 or ISO

9001:2008 certificate for facilities management

services.

Copy of valid relevant

certificate

9. The Bidder should have valid ISO/IEC 20000

certifications.

Copy of valid relevant

certificate

10. The bidder should be an authorized service provider

for last 3 years as on 15th Aug 2018 for any two of the

following items

• Server- HP/ IBM

• Desktop- Lenovo/DELL/HP/ACER

• Switch/ Router- CISCO

• Printer- LIPI/ HP/ Samsung/ RICHO

• Storage- IBM

Certificate from the

respective OEMs.

11. This bidder must be as a single legal entity and

registered in India under the Indian Companies Act

1956 or Indian Partnership Act 1932 or a Limited

Liability Partnership (LLP) registered under the LLP Act,

2008 and subsequent amendments thereto or

substitutions thereof.

Relevant Documents/

Certificate

Page 39: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 39

Sl.

No

Eligibility Criteria to Participate Preferable Documents

12. The bidder should not be under a declaration of

ineligibility for corrupt and fraudulent practices or

blacklisted issued by Government of India or any State

Government or PSU in the country of India.

Self-declaration

certificate signed by the

authorized signatory

6.1.2 EVALUATION OF TECHNICAL PROPOSALS

The Evaluation Committee would evaluate the technical bids. Bidders should be ready to give

the presentation on their proposed solution in front of the Evaluation Committee at a date,

time and location in 3 days’ notice by DT&I. They are expected to reply to all the queries from

the Evaluation Committee during the presentation.

Sl.

No

Parameter Maximum

Score

A. Relevant past experience 45

A.1 The bidder should have successfully executed

IT enabled service project for Government

Department/ Public Sector Undertakings in

India or abroad covering any of the following

areas

o Maintenance of Servers (Blade) and

SAN Storage Devices

o Maintenance of Networking devices

like Routers, Layer 3 and Layer 2

Switches, Application Load Balancer

and Firewall.

Of value more than INR 10 lakhs in the last 5

years as on 15th Aug 2018.

Note: Duly certified contract copies/ work

Work orders >=3: 15 marks

Work orders =2: 10 marks

Work orders = 1: 5 marks

15

Page 40: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 40

Sl.

No

Parameter Maximum

Score

order (in English only) are to be provided for

each project citation.

A.2 The bidder should have successfully executed

IT enabled service project for Government

Department/ Public Sector Undertakings in

India or abroad covering minimum 30

Managed Leased line/ MPLS of a single

customer in the last 5 years as on 15th Aug

2018.

Note: Duly certified contract copies/ work

order (in English only) are to be provided for

each project citation.

Work orders >=3: 15 marks

Work orders =2: 10 marks

Work orders = 1: 5 marks

15

A.3 The bidder should have successfully executed

IT enabled service project for Government

Department/ Public Sector Undertakings in

India or abroad covering 1000 PCs of a single

user or customer in the last 5 years as on 15th

Aug 2018.

Note: Duly certified contract copies/ work

order (in English only) are to be provided for

each project citation.

Work orders >=3: 15 marks

Work orders =2: 10 marks

Work orders = 1: 5 marks

15

B. Approach and Methodology 30

B.1 • Understanding of the Scope of Work and

Approach and Methodology

• Presentation

30

C. Proposed Team Strength (evaluation to be done

for the team to be deployed at Head Office)

15

C.1 Team lead [Minimum qualification- (MCA/ BE-

Comp. Sc./ B-TECH Comp. Sc with at least 3 years

>=6 years of experience= 6

Marks

9

Page 41: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 41

Sl.

No

Parameter Maximum

Score

of team lead experience

>=3 but < 6 Years of

Experience = 3 Marks

And

Working experience of at

least 3 years in Server

management = 3 Marks

C.2 Network Engineer [Minimum qualification-

(Graduate with at least 3 years of experience)

>=3 years of experience= 1

Mark (each resource)

And

CCNA certified = 2 Marks

(Each resource)

6

D. Financial Strength Document Certificate from

Chartered Accountant

10

D.1 The Bidder's Annual Turnover for the past three (3)

financial years (FY 15-16, FY 16-17, and FY 17-18)

shall be evaluated

>INR 20 Crores = 10 marks;

>= INR 15 Crores but <= INR

20 Crores = 7 marks;

>= INR 10 Crores but < INR

15 Crores = 5 marks;

10

Total 100

6.1.3 EVALUATION OF COMMERCIAL PROPOSALS

After evaluating the Technical Bids, DT&I shall notify the bidders whose Technical proposals

were considered acceptable to DT&I, indicating the date, time and place for opening of the

Commercial Bids. The technical proposal which scores more than 60 in the technical evaluation

will be considered technically qualified. Financials of those proposals which are technically

qualified will only be opened and non-qualified financial proposals will be returned unopened.

Page 42: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 42

• The evaluation of the bids will be based on the Combined Quality and Cost Based Selection

(CQCBS) Method (70:30).

The following points may be noted for the evaluation of the Commercial Bid

• Prices shall be written in both words and figures. In the event of difference, the price in

words shall be valid and binding.

• Arithmetical errors will be rectified on the following basis. If there is a discrepancy between

the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail and the total price shall be corrected. If the Bidder does not

accept the correction of the errors, its tender will be rejected. If there is a discrepancy

between words and figures, the amount in words will prevail.

• Any discrepancy relating to prices quoted in the offer across different sections of the bid,

only prices given in the prescribed format given in Section—8.2.6- CF-6- “Total Price” of this

RFP shall prevail.

• For evaluating the financial bid price excluding the Tax (quoted) will be taken into

consideration.

Scores of the Commercial evaluation would be weighed prorate on a scale of 30 with the Bidder

with the lowest commercial quote getting 100. These commercial scores would then be added

up with the score of the technical evaluation and the Bidder getting the maximum total score

out of 100 would be considered as the successful bidder and called for negotiations, if required.

Formula for Final Bid Evaluation is

Bm= .7 (TM) + .3 (Fn) Fn= (Fmin/ Fb)*100

Where

Bm is total marks of the bidder in consideration TM is Technical Marks of the bidder in consideration Fn is Normalized financial score of the bidder in consideration Fb is Evaluated Cost of bidder under consideration Fmin is Minimum evaluated cost of any bidder

DT&I reserves the right to negotiate with the successful Bidder.

Page 43: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 43

6.1.4 PERFORMANCE SECURITY

Within 15 (fifteen) days of Notification of “Award of the Work” the selected bidder shall furnish

Performance Security or Performance Bank Guarantee (PBG) to DT&I, Government of Odisha @

10% of the total value of quoted bid by way of irrevocable and unconditional Bank Guarantee in

favor of “Director of Treasuries and Inspection “for a period to be specified in the award of

work. This Bank Guarantee should be valid at least till the end of project to cover the risk of

DT&I. The proceeds of the Performance Security or Performance Bank Guarantee (PBG) shall be

payable to DT&I as compensation for any loss resulting from the Executing Agency’s failure to

fulfill its obligations under the terms and conditions of the Work Order/ Contract.

The Performance Security or Performance Bank Guarantee (PBG) regarding commencement of

job / task will be discharged by DT&I and returned to the company not later than 30 (Thirty)

days following the date of completion of the company’s performance, related obligations under

the terms & conditions of the Work Order.

Failure of the successful bidder to comply with the requirements specified in the RFP shall

constitute sufficient ground for the annulment of the notification and forfeiture of the bid

security or Performance Bank Guarantee (PBG) in which event, the DT&I may award the

contract in accordance with its prescribed rules.

Page 44: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

Page 44

7. TERMS AND CONDITIONS

7.1 GOVERNING LAW AND JURISDICTION

The Contract shall be interpreted in accordance with the laws of the Union of India and the

State of Odisha

7.2 NOTICES

• Any notice given by one party to the other pursuant to this contract shall be sent to the

other party in writing or by fax to the other party’s address and confirmed in writing by the

other party.

• A notice shall be effective when delivered or tendered to other party whichever is earlier.

7.3 COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT

7.3.1 COMMENCEMENT OF CONTRACT

The DT&I will notify the successful bidder in writing for finalizing the contract conditions. The

successful bidders will be asked to sign the Contract Agreement within 15 days of the

notification. However the engagement of the Executing Agency (EA) will start from the date of

team mobilization by them.

7.3.2 COMMENCEMENT OF SERVICES

The EA shall begin carrying out the Services not later than seven days from the date of

Awarding of Contract.

7.3.3 MODIFICATION OR VARIATION

Any modification or variation of the terms and conditions of this Contract, including any

modification or variation of the scope of the Services, may only be made by written agreement

between the Parties. However, each Party shall give due consideration to any proposals for

modification or variation made by the other Party.

7.3.4 TERMINATION

7.3.4.1 TERMINATION FOR DEFAULT

A. The Client may, without prejudice to any other remedy for breach of Contract, by Notice

of default sent to the EA, terminate the Contract in whole or in part:

(i) if the EA fails to deliver any or all of the Goods or Related Services within the

period specified in the Contract, or within any extension thereof granted by the

Client or

(ii) if the EA, in the judgment of the Client has engaged in corrupt, fraudulent,

collusive or coercive practices, in competing for or in executing the Contract; or

Page 45: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 45

(iii) Any representation made by the bidder in the proposal is found to be false or

misleading

(iv) If the EA commits any breach of the Contract and fails to remedy or rectify the

same within the period of thirty days (or such longer period as the Client in its

absolute discretion decide) provided in a notice in this behalf from the Client.

B. In the event the Client terminates the Contract in whole or in part, pursuant to Clause

7.3.4.1.A. (i) the Client may procure, upon such terms and in such manner as it deems

appropriate, Goods or Related Services similar to those undelivered or not performed.

7.3.4.2 TERMINATION FOR INSOLVENCY

The Client may at any time terminate the Contract by giving Notice to the EA if the EA becomes

bankrupt or otherwise insolvent. In such event, termination will be without compensation to

the EA, provided that such termination will not prejudice or affect any right of action or remedy

that has accrued or will accrue thereafter to the Client.

7.3.4.3 TERMINATION FOR CONVENIENCE

A. The Client, by 30 days of written notice sent to the EA, may terminate the Contract, in

whole or in part, at any time for its convenience. The Notice of termination shall specify

that termination is for the Client’s convenience, the extent to which performance of the

EA under the Contract is terminated, and the date upon which such termination

becomes effective.

B. The Goods that are complete and ready for shipment within forty five (45) days after the

EA’s receipt of the Notice of termination shall be accepted by the Client at the Contract

terms and prices. For the remaining Goods, the Client may elect:

(i) To have any portion completed and delivered at the Contract terms and prices;

and/or

(ii) To cancel the remainder and pay to the EA an agreed amount for partially

completed Goods and Related Services and for materials and parts previously

procured by the SI.

7.3.4.4 CONSEQUENCES OF TERMINATION

Upon Termination of the Contract, the EA shall:

Page 46: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 46

(i) Prepare and present a detailed exit plan within five calendar days of termination

notice receipt to the client.

(ii) The client and along with designated team will review the Exit plan and mutually

agreed on the same.

(iii) The Exit Plan should cover at least the following :-

a. Execute all documents that may be necessary to effectively transfer the

ownership and title, including OEM warranties in respect of all equipment;

b. Handover the list of all IT Assets, passwords at all locations to the Client.

(iv) The EA and client (or the authorized person) will sign a completion certificate at

the end of successful completion (all points tracked to closure) of the Exit Plan.

Note:

Definitions: It is the EA’s policy to require that EA as well as its Consultants observe the highest

standard of ethics during the execution of the Contract. In pursuance of this policy, the

Employer defines, for the purpose of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means the offering, receiving, or soliciting, directly or indirectly, of

anything of value to influence the action of a public official in the selection process or in

contract execution;

(ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a

selection process or the execution of a contract;

(iii) “Collusive practices” means a scheme or arrangement between two or more consultants,

with or without the knowledge of the Employer, designed to establish prices at artificial,

noncompetitive levels;

(iv) “Coercive practices” means harming or threatening to harm, directly or indirectly, persons

or their property to influence their participation in a procurement process, or affect the

execution of a contract.

7.3.5 EXPIRATION OF CONTRACT

Page 47: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 47

Unless terminated earlier pursuant to Clause 7.3.4 thereof, this Contract shall expire at the end

of such time period after the Effective Date as specified in the Tender Documents or

subsequently amended in the Contract Document.

7.4 OBLIGATIONS OF THE EA

7.4.1 STANDARD OF PERFORMANCE

The EA shall perform the Services and carry out their obligations hereunder with all due

diligence, efficiency and economy, in accordance with generally accepted professional

standards and practices, and shall observe sound management practices and employ

appropriate technology and safe and effective equipment, machinery, materials and methods.

The EA shall always act, in respect of any matter relating to this Contract or to the Services, as

faithful advisers to the Client, and shall at all times support and safeguard the Client’s

legitimate interests in any dealings with third Parties

7.4.2 CONFLICT OF INTERESTS

The EA shall hold the Client’s interests paramount, without any consideration for future work,

and strictly avoid conflict with other assignments or their own corporate interests.

• EA Not to Benefit from Commissions, Discounts: The payment of the EA shall constitute the

EA’s only payment in connection with this Contract or the Services, and the EA shall not

accept for their own benefit any trade commission, discount, or similar payment in

connection with activities pursuant to this Contract or to the Services or in the discharge of

their obligations under the Contract, and the EA shall use their best efforts to ensure that

the Personnel and agents of either of them similarly shall not receive any such additional

payment.

• Prohibition of Conflicting Activities: The EA shall not engage and shall cause their Personnel,

either directly or indirectly, in any business or professional activities which would conflict

with the activities assigned to them under this Contract.

7.4.3 CONFIDENTIALITY

Except with the prior written consent of the Client, the EA and the Personnel shall not at any

time communicate to any person or entity any confidential information acquired in the course

of the Services, nor shall the EA and the Personnel make public the recommendations

formulated in the course of, or as a result of, the Services.

Page 48: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 48

7.4.4 EA’S ACTIONS REQUIRING CLIENT’S PRIOR APPROVAL

The EA shall obtain the client’s prior approval in writing before taking any of the following

actions:

• Entering into a subcontract for the performance of any part of the Services

• Appointing such members/ personnel not listed by name in the Contract

• To remove from the site any product and other goods that are defective, if the nature of the

defect, and/or any damage to the System caused by the defect, is such that repairs cannot

be expeditiously carried out at the site

• Any other action that may be specified within the Letter of Intent/ Work Order/ Agreement

7.4.5 REPORTING OBLIGATIONS

• The EA shall submit to the client the reports and documents specified in the contract

hereto, in the form, in the numbers and within the time periods set forth in the said

contract.

• All reports shall be delivered in digital format (compact disk or any other means required by

the Client) in addition to the hard copies specified in said Contract.

7.4.6 SECURITY

The staffs of EA shall obtain written permission from DT&I or respective treasury before

working beyond official working hours, at night, weekends and or on holidays.

7.5 CONFIDENTIALITY

During the execution of the project except with the prior written consent of DT&I, the EA or its

personnel shall not at any time communicate to any person or entity any confidential

information acquired during the contract.

7.6 PATENTS

The Bidder shall indemnify DT&I against all third party claims of infringement of patent,

trademark or industrial design and intellectual property rights arising from the use of

equipment and services or any part thereof.

7.7 CURRENCY OF PAYMENT

Payment shall be made in Indian Rupee (INR) only.

Page 49: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 49

7.8 ROUNDING OFF

All measurements and calculations shall be in the metric system and calculations done to 2

(two) decimal places, with the third digit of 5 (five) or above being rounded up and below 5

(five) being rounded down. In case of money calculations where such amounts shall be rounded

off to the nearest INR.

7.9 LIMITATION OF LIABILITY Except in cases of gross negligence or willful misconduct: - neither party shall be liable to the

other party for any indirect or consequential loss or damage, loss of use, loss of production, or

loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of

the supplier/ selected bidder to pay liquidated damages to the Purchaser; and Maximum

liability of the bidder for this project will be limited to the total value of the contract or the

amount actually paid to the bidder whichever is lower and will not include any indirect or

consequential clause or damage, loss or profit, data or revenue.

7.10 FORCE MAJEURE

• For the purpose of this Article, “Force Majeure” means any cause or situation, which is

beyond the control of the EA or DT&I as the case may be, and which such party could not

foresee or with a reasonable amount of diligence could not have foreseen, and which

substantially affect the performance of the Contract, such as:-

o War / hostilities

o Riot or civil commotion

o Earth Quake, Flood, Fire, Tempest, Epidemics, Lightning or other natural physical

Disaster, Quarantine restricts and Freight embargoes

o Restrictions imposed by the Government or other statutory bodies, which is beyond the

control of the EA, which prevent or delay the execution of the order by the EA.

• If a Force Majeure situation arises, the EA is required to promptly notify DT&I in writing of

such condition and the cause thereof within a period of three (3) days from the date of

happening of such an event requiring invocation of this force majeure article. Unless

otherwise directed by DT&I in writing, the EA will continue to perform its obligations under

this supply order as far as is reasonably practical and shall seek all reasonable alternative

means for performances of this order. If the Force Majeure condition continues for more

than one (1) month consecutively, than both Parties shall, on a best effort basis, endeavor

to arrive at a mutually agreeable solution.

Page 50: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 50

7.11 RESOLUTION OF DISPUTES AND ARBITRATION

• Disputes and arbitrations will be addressed in accordance with the Arbitration and

Conciliation Act, 1996 and subsequent amendments.

• DT&I and the selected bidder shall make every effort to resolve amicably by direct

negotiation on any disagreement or dispute arising between them under or in connection

with the Contract.

• If, after thirty (30) days from the commencement of such informal negotiations, DT&I and

the selected EA have been unable to amicably resolve dispute, either party may require that

the dispute be referred for resolution to the formal mechanisms, which may include, but

are not restricted to, conciliation mediated by a third party acceptable to both, or in

accordance with the Arbitration and Conciliation Act, 1996 and subsequent amendments.

• All Arbitration proceedings shall be held at Bhubaneswar, Odisha, and the language of the

arbitration proceedings and that of all documents and communications between the parties

shall be in English.

7.12 EXIT MANAGEMENT

The selected Executing Agency (EA) will provide systematic exit plan and conduct proper

knowledge transfer process to handover operations to DT&I before project closure. IT resource

persons of DT&I will work closely with resource persons of Executing Agency (EA) during this

phase. The EA must submit a detailed Exit Management Plan which shall deal with at least the

following aspects in relation to the Annual maintenance of hardware and facility management.

• A detailed program of the transfer process that could be used in conjunction with a new EA

which should include the details of the means to be used to ensure continuing provision of

the services throughout the transfer process or until the cessation of the services and of the

management structure to be used during the transfer.

• Plans for the communication with the staff, suppliers, customers and any related third

parties are necessary to avoid any material detrimental impact on DT&I’s equipment and

facility operations because of undertaking the transfer.

• The Exit Management Plan shall be presented by the EA and needs to be approved by the,

Director of Treasuries & Inspection or its nominated agencies.

• In the event of termination or expiry of Agreement, each party shall comply with the Exit

Management Plan.

• During the exit management period, the EA shall deliver the services as provided in the

agreement.

Page 51: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 51

• Payments during the Exit Management period shall be made in accordance to the Terms of

Payment Schedule.

• This Exit Management Plan shall be furnished in writing to the Director of Treasuries &

Inspection or its nominated agencies within 180 days from the Effective Date of this

Agreement.

• The EA shall handover (return) all the equipment back to DT&I or to the new EA appointed

by DT&I in good and working condition with detail list showing the name of the equipment

and configuration details. This needs to be certified by the representative of DT&I(O).

Page 52: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 52

8. REQUIRED FORMATS

8.1 GENERAL BID FORMATS

8.1.1 GF-1: BIDDER’S PROFILE

RFP No. ______________ Dated: ________

Name of Project: <<____________________>>

1. Name of the company/Firm

2. Company/Firm registered office address

Telephone number

Fax number

e-mail

3. Correspondence/ contact address

4. Details of contact person

(Name, designation, address etc.)

Telephone number

Fax number

e-mail

5. Number of offices / project locations in

- India:

- Odisha:

6. Total no of resources of your organization

Signature: -

Name of the Authorized signatory:

Company Seal: -

Page 53: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 53

8.1.2 GF-2: BIDDER’S UNDERTAKING STATEMENT

Selection of Executing Agency (EA) For DT&I, Government of Odisha, (RFP No. _____ )

We, M/s ……………………………………………….………………………………………. hereby confirm that we have

read and understood the entire Tender Document and accordingly submitted our tender as

follows:

1. Commercial Proposal (Format of Tender, Schedule of Prices) in hard copy.

2. –Ditto- digital word/excel format – Total Pages …………………

3. We understand that the entire tender document and the technical and commercial

proposal including tender circulars and addenda shall form part of the Contract

Document and we undertake to sign and stamp each page of these documents if our

offer is accepted.

Signed by duly authorized signatory: ……………………………………………………………….

On behalf of M/s………………………………………………………………………………………..

Company Stamp

Page 54: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 54

8.1.3 GF-3: FORMAT FOR QUERIES

Bidders requiring specific points of clarification may communicate with DT&I, Government of

Odisha during the specified period using the following format.

RFP No:

Name of Project: <<_____________>>

Name of the Bidder-

Contact Address of the Bidder-

Sl.

No.

Section No. Page

No

RFP Clause Query

Signature:

Name of the Authorized signatory:

Company seal:

Page 55: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 55

8.1.4 GF-4: PERFORMANCE BANK GUARANTEE

(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No.

Date:

To,

The Director, Directorate of Treasuries and Inspection (DT&I),

Department of Finance,

Government of Odisha,

Dear Sir / Madam,

WHEREAS .................... (Name of the Executing Agency) herein after called “the Executing

Agency” has undertaken, in pursuance of Contract, dated………….2018 (hereinafter referred

to as “the Contract”) to execute the Project for the DT&I, Government of Odisha.

AND WHEREAS it has been stipulated in the said Contract and/or RFP that the Executing

Agency shall furnish a Bank Guarantee (“the Guarantee”) from a scheduled bank for the

sum specified therein as security for the project/ performance of Project solution as per the

agreement.

WHEREAS we…………… (“the Bank”, which expression shall be deemed to include it

successors and permitted assigns) have agreed to give the Government of Odisha (“GoO”)

the Guarantee.

THEREFORE the Bank hereby agrees and affirms as follows:

1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due

and payable by the Executing Agency to DT&I, GoO under the terms of their RFP and/or

Agreement dated _________________on account of full or partial non- execution and/ or

delayed and/ or defective execution. Provided, however, that the maximum liability of the

Page 56: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 56

Bank towards DT&I, GoO under this Guarantee shall not, under any circumstances exceed

____________________ in aggregate.

2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written

notice from DT&I, GoO stating full or partial execution and/ or delayed and/ or defective

execution, which shall not be called in question, in that behalf and without delay/ demur or

set off, pay to DT&I, GoO any and all sums demanded by DT&I, GoO under the said

demand notice, subject to the maximum limits specified in Clause 1 above. A notice from

DT&I, GoO to the Bank shall be sent by Registered Post (Acknowledgement Due) at the

following address:

3. …………………………………………………………………………………………………

4. …………………………………………………………………………………………………

5. …………………………………………………………………………………………………

6. This Guarantee shall come into effect immediately upon execution and shall remain in

force for a period of 12 months from the date of its execution. However, the Guarantee

shall, not less than 30 days, prior to its expiry, be extended by the Bank for a further period

of 12 months. The Bank shall extend the Guarantee annually in the manner herein before

provided for a period of three years from the date of issue of this Guarantee.

7. The liability of the Bank under the terms of this Guarantee shall not, in any manner

whatsoever, be modified, discharged, or otherwise affected by:

i) any change or amendment to the terms and conditions of the Contract or the

execution of any further Agreements.

ii) any breach or non-compliance by the Executing Agency (EA) with any of the terms

and conditions of any Agreements/credit arrangement, present or future, between

Executing Agency (EA) and the Bank.

8. The BANK also agrees that <<DT&I, GoO>> at its option shall be entitled to enforce this

Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding

against Executing Agency (EA) and not withstanding any security or other guarantee that

<<DT&I, GoO>> may have in relation to the Executing Agency’s liabilities.

9. The BANK shall not be released of its obligations under these presents by reason of any act

of omission or commission on the part of <<DT&I, GoO>> or any other indulgence shown

by <<DT&I, GoO>> or by any other matter or thing whatsoever which under law would, but

for this provision, have the effect of relieving the BANK.

10. This Guarantee shall be governed by the laws of India and only in the Hon’ble High court of

Odisha, shall have exclusive jurisdiction in the adjudication of any dispute which may arise

hereunder.

Page 57: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 57

Dated this the ………………. Day of ……………………..2018

Witness

(Signature) (Signature)

(Name) Bank Rubber Stamp

(Name)

(Official Address) Designation with bank Stamp

Plus Attorney as per Power of

Attorney No:

Dated: Dated:

Page 58: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 58

8.1.5 PQ-1: BIDDER’S PROJECT EXPERIENCE

Sl.

No Description of experience Project Description

Name of the Client

(Address, Office

Phone number, mail

Id, Contact Person

Name and Mobile No)

1.

2.

3.

4.

Place: Bidder’s signature

Date: Bidder’s seal

Page 59: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 59

8.1.6 PQ-2: BIDDER’S TURNOVER (AT LEAST INR 10 CRORE FOR EACH OF LAST 3 YEARS)

Sl.

No.

Turnover

Description

Financial year Amount (Rs in Crore)

1. 2015-2016

2. 2016-2017

3. 2017-2018

Total=

Place: Bidder’s signature

Date: Bidder’s seal

Page 60: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 60

8.1.7 TQ-1: FORMAT FOR PROJECT TEAM MEMBER’S RESUME

(Use the Format given below for each individual Resource to be deployed in the Head Quarter)

Sl. No Category Details

1. Name of the Staff

2. Specify role to be played in the project

3. Current Job Title

4. Total Experience Year: Month:

5. Qualification

6. Certification

7. Working experience with no of years.

8.

9. Employment Record

Organization name :

Duration and dates of entry and exit :

Designation :

Location(s) :

10.

Details of Relevant Project Experience in Chronological Order:

Name of Project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

[add rows for citing more project]

Page 61: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 61

8.2 COMMERCIAL BID DOCUMENT FORMATS

8.2.1 CF-1: COMMERCIAL BID LETTER

To

The Director

Directorate of Treasuries and Inspection (DT&I)

Department of Finance

Govt. of Odisha

Ref. RFP No. :_________________________________________

Sir/ Madam,

1. We hereby declare

i) We/ our principals are equipped with adequate manpower / machinery /

technology for providing the Services as per the parameters laid down in the

Tender Document and we are prepared for live/technical demonstration of our

capability and preparedness before the representatives of GoO and We/ our

principals are also equipped with adequate maintenance and service facilities

within India for supporting the offered document.

2. We hereby offer to provide the Services at the prices and rates mentioned in the

Commercial Bid in Section____

3. We do hereby undertake, that, in the event of acceptance of our bid, the Services

shall be provided as stipulated in the schedule to the Bid document.

4. We do hereby undertake, that the quoted price of ours will remain firm for 3 years

(contract renewal period).

5. We enclose herewith the complete Commercial Bid as required by you. This

includes:

i) This Bid Letter

ii) Price Schedule (Section ___)

Page 62: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 62

We agree to abide by our offer at least for a period of 180 days from the last date for

submission of proposal/ bid and that we shall remain bound by a communication of acceptance

within that time.

We have carefully read and understood the terms and conditions of the tender and the

conditions of the Contract applicable to the tender and we do hereby undertake to provide

services as per these terms and conditions.

Certified that the Tenderer is a Company and the person signing the tender is the duly

constituted attorney.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid,

together with your written acceptance thereof or placement of letter of intent awarding the

contract, shall constitute a binding contract between us.

Dated this Day of YYYY

(Signature) (In the capacity of)

Duly authorized to sign the Tender Response for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Witness Signature:

Witness Name:

Witness Address:

Page 63: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 63

8.2.2 CF-2: COMMERCIAL OFFER FOR AMC OF HARDWARE

Sl. No

Item Make/Model Qty

Rate per

Unit/ Year

Tax per unit

Total Tax

(A*C)

Total price

(A*(B+C))

A B C D E

1 BLADE CHASSIS HP C7000 1

2 BLADE SERVER HP BL 460G7 9

3 KVM Switch and Monitor with accessories

ATEN 1

4 SERVER IBM X3850 5

5 SERVER (including 5 numbers of Monitors)

IBM X236 24

6 SERVER IBM X3500 1

7 STORAGE + CONTROLLER

IBM EXP 710+ IBM DS4500

1

8 SWITCH CISCO 4503 1

9 SWITCH CISCO 2960 3

10 SWITCH CISCO 2960 with SFP module

1

11 SWITCH CISCO 2950 2

12 SWITCH CISCO CATALYST 500 40

13 SWITCH CISCO CATALYST XL 3500

1

14 SWITCH CISCO SR 224 1

15 SWITCH CISCO 2960G 1

Page 64: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 64

Sl. No

Item Make/Model Qty

Rate per

Unit/ Year

Tax per unit

Total Tax

(A*C)

Total price

(A*(B+C))

A B C D E

16 SWITCH D-LINK 1024D 4

17 SWITCH D-LINK DC 816 1

18 SWITCH D-LINK/Any make(8 port)

128

19 ROUTER CISCO 2851 3

20 ROUTER CISCO 1941 1

21 ROUTER CISCO 1841 37

22 ROUTER CISC0 1700 1

23 FIREWALL CISCO ASA5520 2

24 APPLICATION LOAD BALANCER

CISCO 11503 2

25 ON-LINE UPS SOYAM POWER 2

26 DESKTOP COMPUTER (Including Monitor, Keyboard and Mouse)

ANY REPUTED BRAND LIKE DELL,HP,HCL,ACER, LENOVO etc

1000

27 LAPTOP DELL LATITUDE E5420 2

28 LAPTOP DELL INSPIRON 1

29 LAPTOP SAMSUNG P-CENTRINO

1

30 LAPTOP ACER 1

31 DIGITAL PHOTO COPIER

RICOH AFICIO MP 2501L,

1

Page 65: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 65

Sl. No

Item Make/Model Qty

Rate per

Unit/ Year

Tax per unit

Total Tax

(A*C)

Total price

(A*(B+C))

A B C D E

32 DIGITAL PHOTO COPIER

RICOH AFICIO MP 2001L

1

33 COLOR PRINTER RICOH AFICIO SPC 240DN

1

34 ALL-IN-ONE PRINTER

KONICA ,

RICOH

3

35 SCANNER Any reputed brand like HP, CANON,SAMSUNG, Konica etc

130

36 LASER PRINTER ANY REPUTED BRAND LIKE HP,SAMSUNG,RICOH,CANON etc

260

37 LINE MATRIX PRINTER

LIPI 6605 38

38 LINE MATRIX PRINTER WITH PRINT SERVER

LIPI 6306 38

39 DOT MATRIX PRINTER

LIPI 2250,EPSON 2090, EPSON LQ 1150, WEP HQ 1070, EPSON LQ 1310 II etc

180

Grand Total Price (Inclusive of Taxes) (F) =

Grand Total Price (Inclusive of Taxes) (in words) (F) =

Grand Total Price exclusive of Tax -

Page 66: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 66

Sl. No

Item Make/Model Qty

Rate per

Unit/ Year

Tax per unit

Total Tax

(A*C)

Total price

(A*(B+C))

A B C D E

Grand Total Price exclusive of Tax –(In Words)-

Grand Total Tax -

8.2.3 CF-3: Cost of Facility Management Support (FMS)

Sl. No

Resource Type

Role Unit Rate/ Year (A)

Tax (B)

No of Engineer (D)

Total Tax C= B*D

Total Price E= (A + B) * D

1. R1 Team Lead 1

2. R2 Network Engineer

2

3. R3 Desktop Engineer

29

Total- FMS Cost (Inclusive of Tax)-

Total- FMS Cost (Inclusive of Tax) in Words-

Total- FMS Cost (Exclusive of Tax)-

Total- FMS Cost (Exclusive of Tax)- (In words)-

Total Tax-

Total Tax Amount:

Note: FM support should be provided to all locations mentioned in Annexure-V.

If required DT&I will use the unit rate mentioned here for deployment of additional resources.

Page 67: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 67

8.2.4 CF-4: Cost for LAN Cabling:

Sl. No

Item Description

Unit Price including

installation cost- A

Tax (B) No of items/ Unit required - D

Total Tax C= B*D

Total Amount E= (A + B) *D

1.

CAT6 structured cabling (including Piping and casing)

2000 Meter

2. I/O BOX

300

3. 24 port Patch Panel

15

4. 24 port unmanaged Network Switch

5

5. 16 port unmanaged Network Switch

5

6. 8 port unmanaged Network Switch

10

7. 1 meter Patch cord

300

8. 2 meter Patch cord

300

9. 15u Network Rack

15

Total- LAN Cost (Inclusive of Tax)-

Total- LAN Cost (Inclusive of Tax) (In Words)

Total- LAN Cost (Exclusive of Tax)-

Total- LAN Cost (Exclusive of Tax) In Words-

Total- Tax -Amount

Page 68: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 68

Note:

• It is the responsibility of the EA to provide minimum three years of warranty on all equipment (mentioned under LAN cabling section) supplied by EA except cabling and patch cord.

• The EA must take up the renovation work related to LAN cabling as and when requested by Treasuries/ DT&I (O). The EA should make a site visit and submit the estimate based on the quoted unit price within seven days of the request in this regard from Treasury/ DTI (O). The EA should complete the work within 15 days of award of the work order.

• The quantity mentioned in CF-4 will be utilized within a period of three years but the quoted unit price should be valid for three years. The quantity mentioned may vary based on actual requirement and payment will be made accordingly.

• Tenderer reserves the right to cancel the work order and engage any third party for completion of the work, if the EA fails to meet the defined timeline.

8.2.5 CF-5: Cost for Chemical Earthing:

Sl. No

Item Description

Unit Price - A Tax (B) No of Unit required - D

Total Tax C= B*D

Total Amount E= (A + B) *D

1. Chemical Earthing

20

Total- Chemical Earthing Cost (Inclusive of Tax)-

Total- Chemical Earthing Cost (Inclusive of Tax) (In Words)

Total- Chemical Earthing Cost (Exclusive of Tax)-

Total- Chemical Earthing Cost (Exclusive of Tax) In Words-

Total- Tax -Amount

Page 69: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 69

Note:

• It is the responsibility of the EA to provide minimum three years of warranty on all the chemical earthing done by it.

• The EA must take up the Chemical Earthing work as and when requested by Treasuries/ DT&I (O). The EA should make a site visit and submit the estimate based on the quoted unit price within seven days of the request in this regard from Treasury/ DTI (O). The EA should complete the work within 15 days of award of the work order.

• The quantity mentioned in CF-5 will be utilized within a period of three years but the quoted unit price should be valid for three years. The quantity mentioned may vary based on actual requirement and payment will be made accordingly.

• Tenderer reserves the right to cancel the work order and engage any third party for completion of the work if the EA fails to meet the defined timeline.

8.2.6 CF-6: TOTAL PRICE:

Note:

• The bidder should provide financial proposal for one year; however the quoted price will

remain firm for 3 years (contract renewal period).

• The quantity of items may be increased or decreased which will be ascertained after asset

collection and updation in the online asset module of IFMS. If a new item to be added

deleted from AMC, then Quarterly AMC-cum-FMS cost will be modified from the same

quarter and the bill will be placed accordingly.

Sl.

No

Description

Amount

1. AMC of Hardware exclusive of Tax- CF-2

2. Facility Management (FM) exclusive of Tax – CF-3

3. Cost for LAN Cabling exclusive of Tax CF-4

4. Cost for Chemical Earthing exclusive of Tax CF-5

GRAND TOTAL (in figures)

GRAND TOTAL (in Words)

Page 70: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 70

Note: List of locations and location wise asset list is given in Annexure-V and Annexure-VII respectively.

Signature of witness Company Seal Bidder’s signature

Date: Date:

Page 71: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 71

9. ABBREVIATION

Sl. No Acronyms Definition of Acronyms

1. AG(O)- Accountant General, Odisha

2. AMC Annual Maintenance Contract

3. FM Engineer Facility Management Engineer

4. FMS Facility Management System

5. LAN Local Area Network

6. WAN Wide Area Network

7. NMS Network Management System

8. SAN Storage Area Network

9. DMP Dot Matrix Printer

10. PQ Pre-Qualification

11. EMD Earnest Money Deposit

12. OEM Original Equipment Manufacturer

Page 72: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 72

ANNEXURE – I- Quarterly Preventive Maintenance Report

(To be furnished to the Treasury)

Treasury Name: Date:

Period/Quarter:

Sl. No Task Remarks of the FM Engineer

Remarks of the Treasury Officer

1. Health checkup & Performance tuning

2. Status of UPS Backup

3. Status of LAN cabling

4. Awareness training (if required)

5. Cleaning

6. Rat menace

Name (CAPITAL):

Signature:

(FM Engineer)

Date:

Name (CAPITAL):

Signature:

(Treasury Officer)

Date:

Seal:

Page 73: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 73

ANNEXURE –II- Yearly Performance Certificate

Performance certificate report of FM Engineer

(To be furnished to DT&I (O) by the Treasury (Field Location))

Treasury Name: Date:

Period/Quarter:

This is to certify that the performance of FM Engineer during the Year _____________________to __________________ is / not satisfactory.

Name (CAPITAL):

Signature:

(District/Special/Sub Treasury Officer)

Date:

Seal:

Page 74: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 74

ANNEXURE –III- No pending certificate

No Pending Certificate

(To be furnished to DT&I (O) by the Treasury

Treasury Name: Date:

Period/Quarter:

This is to certify that no call is pending with the FM Engineer pertaining to the quarter _________________________to _______________________.

Name (CAPITAL):

Signature:

(FM Engineer)

Date:

Name (CAPITAL):

Signature:

(District/Special/Sub Treasury Officer)

Date:

Seal:

Page 75: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 75

ANNEXURE – IV- Downtime Calculation Report

(To be submitted to DT&I (O) by the facilitator in Excel format)

Period/Quarter: Date:

Sl. No

Call ID Type of Call Date & Time of Reporting in Call

logging application

Date & Time of Resolution

Downtime in hours

Note: Type of call should be -Server, Desktop, Network, Line Matrix Printer (LIPI), Other Printer or scanner etc

Page 76: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 76

ANNEXURE – V- Treasury Details

Details of different Treasuries

District Treasuries Sub-Treasuries

Angul DT

Talcher Chhendipada

Athamallik Kishore Nagar

Pallahara Samal

Balasore DT

Soro Bhograi

Nilgiri

Jaleswar

Basta

Bhadrak DT

Basudevpur Tihidi

Chandbali

Dhamnagar

Bargarh DT

Padmapur Attabira

Sohella

Bhatli

Bheden

Paikmal

Page 77: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 77

District Treasuries Sub-Treasuries

Barpali

Bolangir DT

Titilagarh Tusura

Patnagarh Loisingha

Kantabanji

Baudh DT

Kantaamal

Cuttack DT

Salipur Mahanga

Banki Niali

Athagarh Baramba

Tigiria

Narsinghpur

Dhenkanal DT

Kamakhyanagar Bhuban

Hindol

Deogarh DT

Ganjam DT

Digapahandi Khallikote

Surada Purushottampur

Kodala Buguda

Page 78: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 78

District Treasuries Sub-Treasuries

Aska Hinjilikat

Bhanjanagar

Chikiti

Gajpati DT

R. Udaygiri

Kashinagar

Jagatsinghpur DT

Kujanga Balikuda

Tirtol

Jajpur DT

Dharmasala, Sukinda Darpani

Binjharpur

Jharsuguda DT

Lakhanpur

Kalahandi DT

Dharmagarh Th. Tampur

Junagarh

M. Rampur

Kesinga

Jaipatna

Keonjhar DT

Anandapur Ghatgaon

Page 79: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 79

District Treasuries Sub-Treasuries

Champua Hatadihi

Barbil Telkoi

Kendrapada DT

Pattamundai Rajnagar

Marsaghai Rajkanika

Khurda DT

Jatni

Banpur

Tangi

Koraput DT

Laxmipur

Pottangi

Borigumma

Kotpad

Machkund

Mayurbhanj DT

Karanjia Jharpokharia

Rairangpur Rasgovindpur

Udala Bisoi

Betanati Khunta

Bahalda

Joshipur

Malkangiri DT

Page 80: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 80

District Treasuries Sub-Treasuries

Balimela Kalimela

Nayagarh DT

Khandapara Ranpur

Daspalla

Nuapada DT

Khariar

Nowrangpur DT

Khatiguda

Dabugaon

Umerkote

Phulbani DT

Baliguda Daringbadi

G. Udaygiri Tumudibandha

Puri DT

Nimapara Kakatpur

Satyabadi Pipili

Rayagada DT

Gunupur Padmapur

Bissam Cuttack

Kashipur

Sonepur DT

Dunguripali Birmaharajpur

Sambalpur DT

Page 81: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 81

District Treasuries Sub-Treasuries

Kuchinda Rengali

Burla Jujomura

Rairakhol

Sundargarh DT

Bonai Subdega

Biramitrapur Lephripara

Rajgangpur Hemgiri

Koira

Total=30 Total=128

Special Treasuries

Bhubaneswar No.-I Spl. Treasury

Bhubaneswar No-II Spl. Treasury or OLA Treasury

Cuttack Spl. Treasury

Berhampur Spl. Treasury

Khurda Spl. Treasury

Jeypore Spl. Treasury

Panposh Spl. Treasury

Jajpur Special Treasury

Total=8

Directorate of Treasuries and Inspection, Treasury and Accounts Bhawan Odisha, Bhubaneswar

Page 82: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 82

District Treasuries Sub-Treasuries

Cyber Treasury, Treasury and Accounts Bhawan, Bhubaneswar

Odisha State Data Center, OCAC, Acharya Vihar, Bhubaneswar

Accountant General, Odisha, Bhubaneswar

Grand Total=170 Locations

Page 83: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 83

ANNEXURE – VI- Manpower Deployment Plan

Manpower Deployment Plan

Sl. No. Name of the Location No of FM Engineers to be Deployed

1 Angul DT 1

2 Balasore DT 1

3 Bhadrak DT 1

4 Bargarh DT 1

5 Bolangir DT 1

6 Cuttack DT 1

7 Dhenkanal DT 1

8 Ganjam DT 1

9 Gajpati DT 1

10 Jagatsinghpur DT 1

11 Jajpur DT 1

12 Kalahandi DT 1

13 Keonjhar DT 1

14 Kendrapada DT 1

15 Koraput DT 1

16 Mayurbhanj DT 1

17 Malkangiri DT 1

Page 84: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 84

Sl. No. Name of the Location No of FM Engineers to be Deployed

18 Nayagarh DT 1

19 Nowrangpur DT 1

20 Phulbani DT 1

21 Puri DT 1

22 Rayagada DT 1

23 Sonepur DT 1

24 Sambalpur DT 1

25 Sundargarh DT 1

26 Panposh Spl. 1

27 Sub Treasury Bhanjanagar 1

28 DT&I(O), Bhubaneswar 5

Total= 32

Page 85: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 85

Annexure-VII- Asset List

Sl. No Item Make/Model Location

1 BLADE CHASSIS HP C7000 Odisha State Data Center

2 BLADE SERVER HP BL 460G7 Odisha State Data Center

3 KVM Switch and Monitor with accessories

ATEN Odisha State Data Center

4 SERVER IBM X3850 Odisha State Data Center & Directorate of Treasuries

5 SERVER (including 5 nos of TFT Monitor)

IBM X236 Directorate of Treasuries, Controller of Accounts and AG(O)

6 SERVER IBM X3500 Directorate of Treasuries

7 STORAGE + CONTROLLER

IBM EXP 710+ IBM DS4500 Directorate of Treasuries

8 SWITCH CISCO 4503 Directorate of Treasuries

9 SWITCH CISCO 2960 Odisha State Data Center & Directorate of Treasuries

10 SWITCH CISCO 2960 with SFP module Odisha State Data Center

11 SWITCH CISCO 2950 Directorate of Treasuries

12 SWITCH CISCO CATALYST 500 District/Special Treasury

13 SWITCH CISCO CATALYST XL 3500 District/Special Treasury

14 SWITCH CISCO SR 224 District/Special Treasury

15 SWITCH CISCO 2960G Odisha State Data Center

16 SWITCH D-LINK 1024D District/Special Treasury

Page 86: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 86

Sl. No Item Make/Model Location

17 SWITCH D-LINK DC 816 District/Special Treasury

18 SWITCH D-LINK/Any make(8 port) Sub Treasuries

19 ROUTER CISCO 2851 Directorate of Treasuries

20 ROUTER CISCO 1941 District/Special Treasury

21 ROUTER CISCO 1841 District/Special Treasury & Directorate of Treasuries (pool)

22 ROUTER CISC0 1700 District/Special Treasury

23 FIREWALL CISCO ASA5520 Directorate of Treasuries

24 APPLICATION LOAD BALANCER

CISCO 11503 Directorate of Treasuries & Odisha State Data Center

25 ON-LINE UPS SOYAM POWER Annex Building, Directorate of Treasuries

26 DESKTOP COMPUTER (Including Monitor, Keyboard and Mouse)

ANY REPUTED BRAND LIKE DELL,HP,HCL,ACER, LENOVO etc

Directorate of Treasuries, District, Special and Sub Treasuries

27 LAPTOP DELL LATITUDE E5420 Directorate of Treasuries

28 LAPTOP DELL INSPIRON Directorate of Treasuries

29 LAPTOP SAMSUNG P-CENTRINO Directorate of Treasuries

30 LAPTOP ACER Directorate of Treasuries

31 DIGITAL PHOTO COPIER

RICOH AFICIO MP 2501L, Directorate of Treasuries

32 DIGITAL PHOTO COPIER

RICOH AFICIO MP 2001L Directorate of Treasuries

Page 87: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 87

Sl. No Item Make/Model Location

33 COLOR PRINTER RICOH AFICIO SPC 240DN Directorate of Treasuries

34 ALL-IN-ONE PRINTER

KONICA ,

RICOH

Directorate of Treasuries

35 SCANNER Any reputed brand like HP, CANON,SAMSUNG, Konica etc

Directorate of Treasuries, District, Special and Sub Treasuries

36 LASER PRINTER ANY REPUTED BRAND LIKE HP,SAMSUNG,RICOH,CANON etc

Directorate of Treasuries, District, Special and Sub Treasuries

37 LINE MATRIX PRINTER

LIPI 6605 Directorate of Treasuries, District, Special Treasuries

38 LINE MATRIX PRINTER WITH PRINT SERVER

LIPI 6306 District & Special Treasuries

39 DOT MATRIX PRINTER

LIPI 2250,EPSON 2090, EPSON LQ 1150, WEP HQ 1070, EPSON LQ 1310 II etc

Directorate of Treasuries, District, Special Treasuries

Page 88: RFP For Annual Maintenance Contract And Facility ... · RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O) Page 5 Disclaimer

RFP for Annual Maintenance Contract and Facility Management Support For Hardware and Networking items, DT&I (O)

Page 88

Annexure-VIII- List of Dead Assets

(List of Dead/ Condemned IT Assets)

Name (CAPITAL):

Signature:

(FM Engineer)

Date:

Name (CAPITAL):

Signature:

(Treasury Officer)

Date:

Seal:

**END OF THE DOCUMENT**