SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in...

105
GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR EXECUTIVE ENGINEER, CONSTRUCTION DIVISION (S.P.) (NAGPUR) TENDER PAPERS FOR NAME OF WORK : Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers, peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur. Estimated Cost : Rs. 1,67,97,000/-

Transcript of SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in...

Page 1: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS REGION, NAGPUR

PUBLIC WORKS CIRCLE, NAGPUR

EXECUTIVE ENGINEER,CONSTRUCTION DIVISION (S.P.)

(NAGPUR)

TENDER PAPERS FOR

NAME OF WORK : Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers, peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur.

Estimated Cost : Rs. 1,67,97,000/-

Agreement No. :

Page 2: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

I N D E X

Sr. No. Description

1) Brief Tender Notice & Corrigendum if any

2) Section – I Detailed tender notice

3) Section – II Instructions to Bidders (ITB)

4) Section – III General Conditions of Contract

5) Section – IV Special Conditions of Contract

6) Section – V Scope of work

7) Section – VI Qualification Criteria

8) Section – VII Manufacturer’s Authorization

9) Section – VIII Capability Statement

10) Section – IX Bid Letter

11) Section – X Declaration of the bidders

12) Section – XI Form of Bank Guarantee

13) Section – XII Schedule ‘B’

Contractor No. of corrections Executive Engineer

(1)

Page 3: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

CERTIFICATE

This is to Certify that all corrections slip and other

Corrigendum as required for "B-1" Tender form for the work

of Providing Facility Management Services and Annual Maintenance

of existing Hardware, Local Area Network and Wide Area Network at

designated P.W.D. Offices in Public Works Nagpur Region are found

to be attached modified as the case may be. Estimated cost put

to Tender Rs. _________ (Rupees ____________only) is

arithmetically checked and found in order.

Divisional Accounts Officer Construction Division(Special Project), Nagpur.

Contractor No. of corrections Executive Engineer

(2)

Page 4: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENT

INVITATION FOR TENDERS

Section – I

1. DETAILED TENDER NOTICE

NAME OF WORK : Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers,peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur.

Public Works Department, Govt. of Maharashtra invites Online percentage rate bids from eligible agencies who have experience in providing Facility Management Services and Annual Maintenance of Existing Hardware, Local Area Network, Wide Area Network bidders.

Sr. No

Name of work Estimated Cost (Rupees)

Earnest Money (Rupees)

Security Deposit (Rupees)

1. Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers, peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur.

1,67,97,000 /- 1,68,000 /- 6,72,000/-

Tender form, conditions of contract and specifications can be downloaded from https://maharashtra.etenders.in  after online payment of Rs. 10,000/- (Rupees Ten Thousand) to Executive Engineer, Construction Division ( Special Project), Nagpur as per the Tender Schedule, Further information regarding the work can be obtained from the above office.

Bids will be opened as per the Tender Schedule, in the presence of such intending Tenders or his/their authorized representative who may be present at that time.

Contractor No. of corrections Executive Engineer

(3)

Page 5: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

TENDERING PROCEDURE :

1.1. Blank Tender Forms.

1.1.1 Tender Forms can be downloaded from the eTendering portal of Public Works

Department, Government of Maharashtra i.e. https://maharashtra.etenders 

after entering the details of payment towards Tender Fees as per the Tender

Schedule.

1.1.2 The tender submitted by the tenderer shall be based on the clarification,

additional facility offered (if any) by the Department, and this tender shall be

unconditional. Conditional tenders will be summarily REJECTED.

1.1.3 All tenderers are cautioned that tenders containing any deviation from the

contractual terms and conditions, specifications or other requirements and

conditional tenders will be treated as non responsive. The contractor should

clearly mention in forwarding letter that his offer (in envelope No.1& 2) does

not contain any condition, deviations from terms and conditions stipulated in

the tender.

1.1.4 Tenderers should have valid Class II / III Digital Signature Certificate (DSC)

obtained from any Certifying Authorities. In case of requirement of DSC,

interested Bidders should go to https://maharashtra.etenders  and follow the

procedure mentioned in the document ;Procedure for application of Digital

Certificate.

1.1.5 For any assistance on the use of Electronic Tendering System, the Users may

call the below

Toll Free Ph. No. 020-30187500

E-Mail : [email protected]

Contractor No. of corrections Executive Engineer

(4)

Page 6: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

1.2 Special Instructions to the Contractors/Bidders for the e-submission of the bids online through this tender site :

https://mahatenders.gov.in 

(1) Bidder should do the registration in the tender site https://mahatenders.gov.in using the option available. Then the Digital Signature registration has to be done with the e-token, after logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities such as SIFY/TCS / nCode/MTNL/eMudhra.

(2) Bidder then login to the site giving user id / password chosen during registration.

(3) The e-token that is registered should be used by the bidder and should not be misused by others.

(4) The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission.

(5) After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise, the bid will be rejected.

(6) If there are any clarifications, this may be obtained online through the tender site, or through the contact details. Bidder should take into account of the corrigendum published before submitting the bids online.

(7) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together.

(8) Bidder should get ready the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date & time for the tender.

(9) The bidder reads the terms & conditions and accepts the same to proceed further to submit the bids.

Contractor No. of corrections Executive Engineer

(5)

Page 7: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

(10) The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or problem during the submission process.

(11) After the bid submission, the acknowledgement number, given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender.

(12) The EMD of 1,68,000/-shall be paid via Online mode using NEFT /RTGS or

paymentgateway mode only.

(13) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders.

(14) The bidder may submit the bid documents either by online mode through the site (https://maharashtra.etenders) as indicated in the tender.

(15) The tendering system will give a successful bid updation message after uploading all the bid documents submitted & then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted.

(16) The bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date.

(17) Bidder should log into the site well in advance for bid submission so that he submits the bid in time i.e on or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible.

(18) The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

(19) The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

Contractor No. of corrections Executive Engineer

(6)

Page 8: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

(20) All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual.

(21) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.

(22) The bidders are requested to submit the bids through online etendering system to the TIA well before the bid submission end date & time (as per Server System Clock).

(23) The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) option in the browser.

(24) For any other queries, the bidders are asked to contact through  Mail : [email protected] 

1.3 Though the tenders are invited by the Executive Engineer, Construction Division (Special Project), Nagpur however, the agreement shall be executed by the Nodal Executive Engineer, Construction Division (Special Project), Nagpur of the respective Region and the tender would also be administered by him. The Security Deposit etc. will have to be deposited with that nodal Executive Engineer Executive Engineer, Construction Division (Special Project), Nagpur after acceptance of the tender.

1.4 PRE-BID CONFERENCE :

1.4.1 Pre-bid conference open to all the prospective bidders who have purchased Bid Documents before the date of Pre-bid conference, will be held on 22/04/2016 at 14.00 Hrs at Office of the Chief Engineer, Nagpur (P.W.)Region, Bandhkam Sankul, Civil , Nagpur-440001. Where in prospective bidder will have opportunity to obtain clarification regarding the Bidding conditions and the work.

Contractor No. of corrections Executive Engineer

(7)

Page 9: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

1.4.2 The prospective tenderers are free to ask for any additional information or clarification either in writing or orally concerning the work, and the reply to the same will be given by the Superintending Engineer / Executive Engineer, Construction Division (Special Project), Nagpur and the same will be made available on eTndering portal of Public Work Department Govt. of Maharashtra i.e. https://pwd.maharashtra.etenders.in and this clarification referred to as common set of conditions/deviations (C.S.D.), shall form part of tender documents and which will also be common and applicable to all tenderers. The point/points if any, raised in writing and/or verbally by the contractor in pre-tender conference and not finding place in C.S.D. issued after the pre- bid conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No individual correspondence shall be made thereafter with the contractor.

1.5 Manner of Submission of tender and its accompaniments : (On Line)

ONLINE ENVELOPE No.1: (Documents Required)

The first envelope clearly marked as “Envelope No.1” shall contain the following documents :

1.5.1 Scanned copy of Details of Manufacturing Units, including registration details if any.

1.5.2 A certified Scanned copy of Registered Partnership deed / memorandum and articles of associations.

1.5.3 Scanned copy of Power of attorney duly Registered on stamp paper.

1.5.4 Scanned copy of Documents for Bidders eligibility and Qualification as mentioned in Clause-9 of Instructions to Bidders.

1.5.5 Scanned copy of Declaration on the Bidder’s Letter head that, the financial bid covers all the items of the Bid Document.

1.5.6 Documents as per Para No.8 (Page No.15) of Instruction to bidders.

1.5.7 Other related documents as Mentioned in the Bidding Documents.

1.5.8 Scanned copy of Value Added tax registration certificate and service tax registration certificate

1.5.9 Scanned copy of work completion certificate of single work of similar type of works costing minimum Rs. 50.00 Lacs for the work of providing Facility Management Services and Annual Maintenance of Existing Hard ware, Local Area Network, Wide Area Network

1.5.10 Scanned copy of Solvency certificate to the extent of Rs. 1,68,000 /- issued by any Scheduled/Nationalised Bank/Collector of Districts in Maharashtra

1.5.11 Valid Professional Tax Registration Certificate (including the names of employees) in form of PTR/under section (i) of section 5 of Maharashtra Sale Tax on profession, Trade callings and employment Act 1975 rule 3 (2) from the

Contractor No. of corrections Executive Engineer

(8)

Page 10: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Professional Tax Officer of concerned District in Maharashtra.

1.5.12 The EMD of Rs 1,68,000/- shall be paid online using NEFT /RTGS/Payment gateway mode

1.5.13 If the various documents contained in Envelope No.1 do not meet the requirement of the Department, a note will be recorded accordingly by the Bid Opening Authority and the Envelope No.2 of the said bidder will not be considered for further action and the same will be recorded. The contents of the Technical Bid will be evaluated for deciding the eligibility and the Commercial Bid Envelope of only those bidders who are found eligible after scrutiny of technical bid shall be then opened.

1.5 ENVELOPE NO.2 : ( Financial Bid)

(i) Offer to be submitted Online

(ii)If the tenderer quotes his offer 1 % to 10% below the cost put to tender , he shall submit the Demand Draft of the amount equal to 1% of cost put to tender as Performance Security, in Envelope no . 2 of tender. (Scanned copy shall be submitted along with e- tender)

(iii)If the offer quoted is more than 10% below the cost put to tender , the tenderer shall submit the Demand Draft of the cumulative amount which is equal to the amount by which offer is more than 10% below plus the amount as per(ii)above in Envelop no.2 of tender. (Scanned copy shall be submitted alongwith e-tender ) ( For example , for 14% below rate : 1% + (14%- 10%)i.e.4% thus total 5%)

(iv) The offer in envelope 2 without demand Draft of appropriate amount of performance security shall be treated as invalid offer .

1.6 SUBMISSION OF TENDER :

Refer to Section “Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department” for details

1.7 The commercial bid of the shortlisted bidder, qualified in technical bid shall be opened by the Superintending Engineer, P.W Circle, Nagpur in presence of shortlisted bidders or their authorised representatives. If the content of envelope No.2 are found to be as per requirement specified above, the commercial bid shall be treated as valid and processed for further evaluation. The name of successful tenderer will be informed by the Executive Engineer, Construction Division (Special Project), Nagpur the Nodal Executive Engineer, Construction Division (Special Project), Nagpur of the Nagpur Region concerned to pay the Security Deposit and complete the agreement formalities. The work order will be issued by the concerned nodal Executive Engineer, Construction Division (Special Project), Nagpur. The payment of work done by the bidder will be made by the concerned nodal Executive Engineer, Construction Division (Special Project), Nagpur on submission of satisfactory Performance Certificate every quarter.

1.8 (a)EARNEST MONEY :

Contractor No. of corrections Executive Engineer

(9)

Page 11: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

i) Earnest money of minimum Rs1,68,000/- shall be paid online using NEFT / RTG or payment gateway mode. Earnest Money in the form of cheques or any other form except above will not be accepted.

ii) Tenderer of those who do not deposit earnest money in one of the above acceptable form shall be summarily rejected.

iii) The amount of earnest money will be refunded to the unsuccessful tenderers on deciding is earlier. In case of successful tenderer, it will be refunded on his payment of initial Security

Deposit will be adjusted towards a part of security deposit to be paid after awarding of the work. If successful tenderer does not pay the Security Deposit in the prescribed time limit, and complete the agreement bond, his earnest money deposit will be forfeited to the Government.

1.8 (B)

SECURITY DEPOSIT :The successful tenderer shall have to pay half the security deposit in approved security form

(preferably in the form of National Saving Certificate) or in cash or in the form of Bank Guarantee

(in the form as prescribed by Government) from any Schedule Bank or Nationalized Bank

and balance Security Deposit will be recoverable through the bills at the percentage as shown in

item (s) of the Memorandum in printed B-1 form or as may be decided by the Executive Engineer

during course of execution of the work looking to the position and circumstances that may prevail,

whose orders will be final and binding on the contractor.

The security deposit for the due performance of the contract shall be as detailed in the

Tender Documents elsewhere. Fifty percent of the security deposit will have to be

deposited within fifteen days (including Government holidays) of the acceptance of the

tender. Amount of total security deposit to be paid shall be 4% of the cost of work. Initial

Security Deposit may be in Bank Guarantee form as per prescribed format of tender

document for full period of completion of work and it should be extendable upto expiry of

valid extension if any, as directed by Engineer-in-charge.

1.8(C) Condition for payment of Performance security deposit, if offer quoted by the tenderer is below the Schedule B rate.

Contractor No. of corrections Executive Engineer

(10)

Page 12: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

(i)Following action shall be taken about making available Demand Draft of performance security /returning Demand Draft etc.:

(a) Demand Draft shall be drawn on the name of Executive Engineer , P.W. Construction Dn (SP) Nagpur (b) Demand Draft shall be drawn from Nationalized or Scheduled banks.

(c) Validity of Demand Draft shall be minimum 3 months from the date of submission of tender.

(d) Scanned copy of Demand Draft shall be uploaded by the contractors at the time of e-tendering .

(e) Contractor shall submit Demand Draft in sealed envelope in the office of the Executive Engineer,P.W. Construction Dn (SP) Nagpur, within 5 working days from the date of submission of tender. Name of work and e-tender no. shall be written on the envelope.

(f) It is essential to have Bank’s MICR and IFSC code no.on Demand Draft.

(g) On opening the tender, if papers in Envelope no.1 don’t fulfill the essential qualification requirements, then Executive Engineer shall return the envelope of Demand Draft to concerned contractor within 7 days from the date of opening of tender.

(h) Offer in envelope no.2 shall be opened of those contractors whose documents in envelope no.1 fulfill the essential qualification requirements. Envelope of Demand Draft of these contractors, except 2 lowest tenderers, shall be returned within 7 days .The offer in envelope 2 without demand Draft of appropriate amount of performance security shall be treated as invalid offer .

(i) Demand Draft of second lowest tenderer shall be returned within 3 days after issuing work order to the lowest tenderer.

(j) EMD of the contractors submitting false documents/Demand Draft in above process shall be forfeited and registration of the said contractors shall be cancelled for 1 year. For this, Superintending Engineer shall have full authority.

(ii).Executive Engineer shall issue the work order only after encashing the Demand Draft of the lowest tenderer.

(iii). Executive Engineer shall return the Performance Security to contractor within 3 months, after satisfactory completion of the work

1.8.1 Important points to be noted by the Bidder : The Bidder shall ensure that

a) No correction or overwriting is left unattested.

b) All pages and pasted slips are signed by the bidder.

c) The bidder has studied all specifications, terms and conditions of the Bid.

1.8.2 The Bid is liable for out right rejection on opening, if it is found that -

Contractor No. of corrections Executive Engineer

(11)

Page 13: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

a) Any correction, addition or alteration is/are made by the Bidder on any page/s of the Bid.

b) Any page or pasted slip is missing;

c) If each page of Bid is not signed by the Bidder.

1.9 The Conditional Bid will not be accepted.

1.10 Execution period of contract shall be 3 years (including Govt. holidays) from the date of issue of work order.

1.11 After successful completion of the contract the bidder should hand over all the hardware equipments, documentation to the P.W.D.

Contractor No. of corrections Executive Engineer

(12)

Page 14: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION - II : INSTRUCTIONS TO BIDDERS (hereinafter refer as ITB)

A. INTRODUCTION

1. Eligible Bidders

1.1 This invitation for Bids is open to all Reputed Total Solution Providers [Facility Management Service Providers of (Annual Maintenance of Hardware and Networking providers)] who have executed similar type of works with Public works Department in Maharashtra and having valid Electrical Licesnce.

1.2 The Bidder shall be in the business with valid certificate of being an Authorised Service Provider for providing services as mentioned in para 1.1 above for more than three years in the past. (For the sample form of certificate, see section-VII on Page No. 53)

1.3 The Bidder shall have a minimum annual turnover of Rs. 1 Crore and shall have executed at least one similar type of job of not less than Rs. 50 lacs.

1.4 The bidder shall have their branch office at regional location and should also have support at district locations as mentioned in Annexure “A” and as per the conditions specified in the tender document.

1.5 The bidder shall have successfully managed/maintained minimum 5 sites of similar nature during past two years, out of which at least one site having

i) WAN/lease lines with 10 Routers, 1 Gateways.

ii) Local Area Network with minimum 300 Nodes/PC’s connected to LAN.

1.6 The bidder shall be capable to manage the existing PWD Network along with any further modification that may be necessary from time to time. The Bidder shall have necessary expertise to monitor such types of Networks with the help of tools/softwares/applications/ other means that may be available with P.W.D.

1.7 The bidder shall have necessary expertise to manage/maintain/provide necessary repairs to the various network/LAN/WAN components such as Switches, Routers, Modems etc. alongwith any further modification that may be necessary from time to time.

1.8 The bidder shall be capable to manage the existing PWD Firewall, alongwith any further modification that may be necessary from time to time. The bidder shall have necessary expertise to monitor such types of Firewalls independently or with the help of Tools/Softwares/Applications/Other means that may be available with P.W.D.

1.9 The bidder shall have proven skills for WAN and LAN maintenance/ Management and Administration.

1.10 Reporting Software to be developed with ITCC Nagpur for i) Call Log via e-mail / SMS / Short Code. ii) Performance sheet with activity log to be generated online

1.11 The Bidder shall have help desk at 5 location as mentioned namely (1) Chief Engineer P.W Region Nagpur (2) S.E P.W Circle ,Nagpur (3) S.E P.W Circle, Chandrapur (4) S.E P.W Circle, Gadchiroli (5) S.E VQC Circle, Nagpur (Please refer page No. 46 Appointment of a Resident Engineer and also the

Contractor No. of corrections Executive Engineer

(13)

Page 15: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

bidder shall have to provide a ‘Online Help Desk’ accessible to all PWD users through the PWD Network and also available online.

1.12 The bidder should possess “ISO” & “CMM” certification for carrying out mainatainance of Computer hardware & software.

1.13 The bidder should have proven skills to provide FMS Services on various platforms such as Linux, Sunsolaries, Unix other than Windows platform. Bidder shall have executed similar job for at least one site.

2. Cost of Bidding

The Bidder shall bear all the costs associated with the preparation and submission of its bid. Executive Engineer, Construction Division (Special Project), Nagpur, Govt. of Maharashtra in no case shall be responsible or liable for these costs, regardless of conduct or outcome of bidding process.

B. THE BIDDING DOCUMENTS

3. Contents of Bidding Documents

3.1 The goods required, bidding procedure and contract terms are prescribed elsewhere in the bidding documents

a) Instructions to Bidders (ITB);

b) General Conditions of Contract (GCC);

c) Special Conditions of Contract (SCC);

d) Technical Specification,

e) Qualification Criteria,

f) Authorised Service Provider Certificate from

g) Capability Statement Form,h) Declaration of the bidder,i) Model form of Bank Guarantee Bond for Security Deposit.j) Price Schedule (Schedule ‘B’ and Specification),k) Any other document, mentioned elsewhere in this document.

3.2 The Bidder is expected to study all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required in the bidding documents or submission of a bid not substantially responsive to the bidding requirements in any respect will be at the Bidder’s risk and may result in rejection of their bid.

4. Amendment of Bidding Documents

4.1 At any time prior to the date for submission of bids, this office may, for any reason, modify the bidding documents.

4.2 All prospective bidders who have received the bidding documents will be notified of the amendment in writing, which shall form part of Bidding document and that will be binding on bidder.

4.3 In order to allow prospective bidders reasonable time to take into consideration the amendments while preparing their bids, Executive Engineer, Construction Division (Special Project), Nagpur at his discretion, may extend the date for the submission of bids.

Contractor No. of corrections Executive Engineer

(14)

Page 16: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

C. PREPARATION OF BIDS

5. Language of Bid

5.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Department shall be in English language. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an appropriate translation of the relevant document in English language and in such a case, for purpose of interpretation of the documents, the translated English documents shall govern.

6. Documents Comprising the Bid

6.1 The bid prepared by the Bidder shall comprise the following documents :

a) a prescribed Bid Form.

b) documents establishing evidence in accordance with Instructions to Bidders Para 8 that the bidder is eligible to Bid and is qualified to perform the contract if his bid is accepted

c) documents establishing evidence in accordance with Instructions to Bidders Para 9, and

d) bid Earnest Money Deposit furnished in accordance with Instructions to Bidders Para 10.

7. Bid Prices - Quote Bid Prices in Commercial bid only (Envelope No.2)

7.1 The Bidder shall indicate the price on percentage (%) basis he proposes to provide the services for a period of 36 months from the date of issue of work order

7.2 The bidders offer shall be inclusive of the following :

7.2.1 All duties and prevailing taxes paid/or payable on the date of receipt of bid by the Executive Engineer, Construction Division (Special Project), Nagpura) on components and raw material used in the manufacture or

assembly of goods quoted ex-factory; or

b) on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or off-the-shelf.

8 Documents Establishing Bidder’s Eligibility and Qualification

8.1 Pursuant to ITB Clause 6, the Bidder shall furnish, as part of its bid documents establishing the Bidder’s eligibility to bid and its capability to perform the Contract if its Bid is accepted.

8.2 The documentary evidence of Bidder’s eligibility to bid shall establish to the Department’s satisfaction that the Bidder, at the time of submission of its bid, is eligible as defined under Instructions to Eligible Bidders Clause 1.

8.3 The documentary evidence of the Bidder’s qualifications to perform the Contract if the bid is accepted.

8.3.1 that, the Bidder has the financial, technical, and procuremental/capability necessary to perform the Contract and meets the criteria outlined in the

Contractor No. of corrections Executive Engineer

(15)

Page 17: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Qualification requirements specified in Section VI. To this end, all bids submitted shall include the following information:

a) The legal status, place of registration and Principal place of business of the company or partnership firm, etc;

b) Details of experience and past performance of the Bidder and services offered and on those of similar nature within the past three years and details and current contracts in the hand and other commitments.

c) Only relevant details of Service Centers & information regarding year of establishment, number of engineers, number of systems maintained from that Service Centre etc. as per format in Section VIII of this bid documents to be filled by bidder.

d) Reports on the financial standing of the bidder, such as profit and loss statement, balance sheets and auditor’s reports of last three years.

e) Unblemished record. No dispute with any Government Department or have been barred from providing service for unsatisfactory service from any region/circle of PWD Department, Maharashtra. (to be affirmed through an affidavit on stamp paper of Rs.100/-)

9. Documents Establishing Good’s Eligibility and Conformity to Bidding Documents.

Pursuant to Instructions to Bidders Clause 6, the Bidder shall furnish, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods and services which the Bidder proposes to supply under the contract.

10. Bid Security

10.1 Pursuant to ITB Clause 6, the Bidder shall furnish, as part of its bid, the EARNEST MONEY DEPOSIT online for an amount of Rs. 1,68,000/-

10.2 The Earnest Money Deposit is required to protect the Department against the risk of Bidder’s conduct which warrant the security’s forfeiture, pursuant to ITB Clause 10.6

10.3 Any bid not secured in accordance with ITB Clause 10.1 above will be treated as non-responsive.

10.4 Unsuccessful Bidder’s EARNEST MONEY DEPOSIT will be discharged / refunded as promptly as possible but not later than 45 days after the expiration of the period of the bid validity prescribed by the Executive Engineer, Construction Division (Special Project), Nagpur

10.5 The successful Bidder’s EARNEST MONEY DEPOSIT will be discharged only after the payment of security deposit.

10.6 The EARNEST MONEY DEPOSIT shall be forfeited:

10.6.1 if a Bidder withdraws its bid during the period of Bid validity specified by the Bidder on the Bid Form ;

or10.6.2 in case of a successful Bidder, if the Bidder fails:

Contractor No. of corrections Executive Engineer

(16)

Page 18: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

a) to sign the Contract in accordance with Instructions to Bidders Para 27; or

b) to furnish the performance security in accordance with Instructions to Bidders Para 28

11. Security Deposit

11.1 The Bidder shall furnish, as security deposit an amount of Rs 6,72,000.00 (Rupees Six Lacs Seventy two Thousand Only) in the form of F.D.R. in favour of Nodal Executive Engineer, Construction Division (Special Project), Nagpur for a period of 36 months within 15 (Fifteen) days after communication of acceptance of bid. The security deposit will be forfeited in case the successful Vendor fails to execute the order.

12. Period of Validity of Bids

12.1 Bids shall be valid for 90 days after the date of commercial bid opening prescribed by the Department.

12.2 In exceptional circumstances, the Department may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The Bid security period provided under ITB Para 11 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. The bidder granting such request will not be permitted to modify its bid.

13. Format and Signing of Bid

13.1 Both the envelopes and its contents shall be typed and/or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. The letter of authorisation shall be supported by written power-of-attorney accompanying the bid. The person or persons signing the bid shall initial all pages of the bid. Non submission of letter of authorisation will result in disqualification.

13.2 Any interlineations, erasures or overwriting shall be valid only if they are signed by the person signing the bid.

13.3 Any correction made shall be countersigned by the signing authority of the Bidder.

D. SUBMISSION OF BIDS

14. Sealing and Marking of Bids

14.1 The Bidders shall seal the 2 envelopes duly marking the envelopes as Envelope 1 and Envelope 2. Please specify Envelope No.1 “Technical Bid Envelope” and Envelope No.2 “Commercial Bid Envelope”. The Bidder shall then place these two envelopes in another envelope. This outer envelope shall be sealed and indicate the name and address of the Bidder.

Contractor No. of corrections Executive Engineer

(17)

Page 19: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

14.2 The inner and outer envelopes shall be addressed to : Superintending Engineer, P.W Circle, Nagpur.

14.3 Telex, cable or facsimile bids will be summarily rejected.15. Date of Submission of Bids

Bids will be received by the Superintending Engineer, P.W Circle, Nagpur at the address specified on any working day during office hours but not later than the time and date specified in the Invitation for Bids (Section I). In the event of the specified date for the submission of Bids being declared as a public holiday the bids will be received upto the scheduled time on the next working day.

16. Late Bids

Any bid received by the Superintending Engineer, P.W Circle, Nagpur after the date of submission of bids prescribed by the department, will be rejected and/or returned unopened to the Bidder.

E. BID OPENING AND EVALUATION OF BIDS

17. Opening of Bids by “Superintending Engineer, P.W Circle, Nagpur, P.W.D. Govt. of Maharashtra” (herein after referred as Superintending Engineer, P.W Circle, Nagpur)

17.1 After evaluation of the technical bid, by the Public Works Department the Bidders will be short listed.

17.2 No post technical bid clarification at the initiative of the Bidder; will be entertained.

17.3 Bidder or his representative who choose to attend, at time and on “date’ and at the following The Superintending Engineer, P.W Circle, Nagpur will open all Technical Bids in the presence of address : Superintending Engineer, P.W Circle, Old Secretariat Building, GPO, Nagpur - 440001.

17.4 The Commercial Bid of the short listed Bidders only shall be opened.

17.5 The Bidder’s representative who is present shall sign an attendance register evidencing their attendance.

17.6 The Bidder’s names, bid prices, discounts, and such other details as Public Works Department, Government of Maharashtra, at its discretion, may consider appropriate, will be announced at the time of opening.

17.7 Bids which are not opened and read out at the time of bid opening shall not be considered for further evaluation. The withdrawn bids will be returned unopened to the Bidder.

18. Clarification of Bids18.1 During evaluation of bids, the Superintending Engineer, P.W. Circle, Nagpur at his

discretion, ask the Bidder for a clarification of its bid. The request for a clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted.

Contractor No. of corrections Executive Engineer

(18)

Page 20: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

19. Preliminary Examination19.1 The Superintending Engineer, P.W Circle, Nagpur will examine the bids to

determine whether they are complete, whether any computational errors have been made, whether sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

19.2 If there is any discrepancy between the figures and words the lower value will prevail.

19.3 The Superintending Engineer, P.W Circle, Nagpur may waive any minor formality or non-conformity in a bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

19.4 If a Bid is not substantially responsive, it will be rejected by the Superintending Engineer, P.W Circle, Nagpur and shall not be subsequently made responsive by the Bidder by correction of the non-conformity.

20. Evaluation and comparison of Bids20.1 The Superintending Engineer, P.W Circle, Nagpur will evaluate and compare

the bids which have been determined to be substantially responsive.

21. Contacting “The Public Works Department”

21.1 No Bidder shall contact The Executive Engineer, Construction Division (Special Project), Nagpur on any matter relating to its bid, from the time of the bid opening to the time of contract is awarded.

21.2 Any effort by a Bidder to influence the Superintending Engineer, P.W Circle, Nagpur in his decision on bid evaluation, bid comparison or contract award may result in disqualification of the Bidder’s bid and also forfeiture of his bid security amount.

F. AWARD OF CONTRACT

22. Post-qualification

The determination will take into account the Bidder’s financial, technical and service capabilities. It will be based upon the examinations of the documentary evidence of the Bidder’s qualification submitted by the Bidder, pursuant to ITB Para 8 as well as such other information as the Superintending Engineer, P.W Circle, Nagpur deems necessary and appropriate.

23. Award Criteria

Subject to ITB Para 24 the department will award the contract to the successful Bidder whose bid has been determined as the most responsive evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily.

24. Department’s Right to Vary Quantities at Times of Awards

The Department reserves the right at the time of award of Contract and in contract period to increase or decrease the quantity of goods and services originally specified in the schedule of Requirements by upto 25% (rounded off to the next whole number) without any change in unit price or other terms and conditions.

Contractor No. of corrections Executive Engineer

(19)

Page 21: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

25 Department’s Right to Accept Any Bid and to Reject Any or All Bids

The Department reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time 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 Department’s action.

26 Notification of award :

26.1 Prior to the expiration of the period of the bid validity, the Executive Engineer, Construction Division (Special Project), Nagpur will notify the acceptance of bid to successful Bidder in writing, by registered letter.

26.2 The notification of award will constitute the formation of the Contract.26.3 Upon the successful Bidder’s furnishing of performance security and signing

the contract the department will promptly notify each unsuccessful Bidder and will discharge its bid security.

27 Signing of Contract

27.1 The Nodal Executive Engineer, Construction Division (Special Project), Nagpur will inform the successful Bidder to pay the required Security Deposit and attend for signing the agreement.

27.2 Within 15 days from the date of receipt of intent letter, the successful Bidder shall sign the contract by paying required Security Deposit.

28 Performance Security

28.1 Within 15 days from the date of receipt of intent letter from “the Nodal Executive Engineer, Construction Division (Special Project), Nagpur the successful Bidder shall furnish the performance security in the form of Bank Guarantee in accordance with the Conditions of The Contract, in the performance security form provided in the bidding documents.

28.2 Failure of the successful Bidder to comply with the requirement of the Instructions to Bidders Para 28.1 above can constitute sufficient grounds for the annulment of the award and forfeiture of the bid security in which event the department may make the award to the next lowest evaluated Bidder or call for new bids.

29 Corrupt or Fraudulent Practices.

29.1 The Department requires that the Bidders under this bid, observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Department: 29.1.1 defines for the purposes of this provision, the terms set forth as

follows:a) “corrupt practice” means the offering, giving, receiving or

soliciting of any thing of value to influence the action of the public official in the procurement process or in contract execution; and

b) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or a execution of a

Contractor No. of corrections Executive Engineer

(20)

Page 22: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

contract to the detriment of the department, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the department of the benefits of the free and open competition;

29.1.2 will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

29.1.3 will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.

29.2 Furthermore, Bidders shall be aware of the provision stated in sub clause 5.4 and sub clause 24.1 of the General Conditions of Contract.

30 Interpretation of the clauses in the Tender Document / Contract Document

In case of any ambiguity in the interpretation of any of the clauses in Bid Document or the Contract Document, “The Executive Engineer, Construction Division (Special Project), Nagpur interpretation of the clauses shall be final and binding on all parties.

31 In case of any dispute the judicial jurisdiction will be Nagpur only.

32 No foreign exchange will be furnished by the Government, for the proposed services / purchases. The bidder will have to make his own arrangements in this regard. In case any Foreign exchange is required for importing specialized equipment for this supply or maintenance a letter of recommendation for the release of Foreign Exchange shall however be given by the Government (Without any guarantee for it’s sanction by the Central Government.)

33 In the event of the tender being submitted by a firm, it must be signed by each partner thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so.

34 Receipts for payments made on account of any works, when executed by a firm should also be signed by all the partners, except where the Bidders are described in their tender as a firm in which case the receipts shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts for the firm.

35 The successful bidder should provide software for Computer Maintenance and repair, which will Vet and Track the maintenance and repairs being carried out by the Agency.

Contractor No. of corrections Executive Engineer

(21)

Page 23: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION III : GENERAL CONDITIONS OF CONTRACT1 Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated :a) “The Contract” means the agreement entered into between the Department

and the Bidder/Vendor, as recorded in the Contract Form Signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;

b) “The Contract Price” means the price payable to the Bidder/Vendor under the Contract for the full and proper discharge of its contractual obligations;

c) “The Goods” means all the equipment, machinery and /or other materials which the Bidder/Vendor is required to supply to the Department under the Contract;

d) “Services” means annual maintenance and facility management services for Hardware, Server (Data Center) and LAN – Lease Lines and Internet of the Public Works Department and any other incidental services such as installation, commissioning, testing, provision of technical assistance/support, training and other obligations of the Bidder/Vendor covered under the contract.

e) “GCC means the General Conditions of Contract contained in this section.f) “SCC” means the Special Conditions of Contract.g) “The Department or Department(s)” or “PWD” means the Public Works

Department, Government of Maharashtra.

h) The Nodal Executive Engineer, Construction Division (Special Project), Nagpur means the Executive Engineer, Construction Division (Special Project), Nagpur nominated by PWD as Nodal Executive Engineer, Construction Division (Special Project), Nagpur for Nagpur Region.

i) “The Projects Site”, means the place or places where Bidder/Vendor shall provide services and goods.

j) “Day” means a working day.k) Resource Person means expert/and qualified person for each campus

designated by Nodal Executive Engineer, Construction Division (Special Project), Nagpur Concerned.

2 Application2.1 These General Conditions shall apply to the extent that they are not

superseded by provisions in other parts of the Contract.

3 Country of Origin3.1 All Goods and Services supplied under the Contract shall have their origin in

the member countries and territories eligible3.2 For purposes of this Clause “origin” means the place where the Goods are

produced, or from which the Services are supplied.

4 Standards

Contractor No. of corrections Executive Engineer

(22)

Page 24: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

4.1 The Goods/Services supplied under this Contract shall conform to the standards mentioned in the Technical Specifications and to the full satisfaction of users and when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods country of origin and such standards shall be the latest issued by the concerned institution.

5 Use of Contract Documents and Information

5.1 The Bidder/Vendor shall not, without the Department’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Department in connection therewith, to any person other than a person employed by the Bidder/Vendor in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The Bidder/Vendor shall not, without the Department’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 above except for purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 above shall remain the property of the Department and shall be returned (in all copies) to the Department on completion of the Bidder’s/Vendor’s performance under the Contract if so required by the Department.

5.4 The Bidder/Vendor shall permit the Department to inspect the Bidder/Vendor accounts and records relating to the performance of the Bidder/Vendor and to have them audited by auditors appointed by the Department.

6 Patent Rights

6.1 The Bidder/Vendor shall indemnify the Department against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

7 Performance Security

7.1 Within 15 days of receipt of the notification of contract award, the Bidder/Vendor shall furnish performance security for the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the Department as compensation for any loss resulting from the Bidder’s/Vendor’s failure to complete its obligations under the Contract.

7.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms :

7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank.

or7.3.2 Fixed Deposit receipt endorsed in the name of the Nodal Executive

Engineer, Construction Division (Special Project), Nagpur or

Contractor No. of corrections Executive Engineer

(23)

Page 25: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Crossed demand draft or pay order drawn in favour of the Nodal Executive Engineer, Construction Division (Special Project), Nagpur..

7.4 The Performance Security will be discharged by the Department and returned to the Bidder/Vendor not later than 60 days following the date of completion of the Bidder’s/Vendor’s performance obligations.

8 Inspections and Tests

8.1 The Department or its representative shall have the right to inspect and/or to test the Goods / Services delivered to confirm their conformity to the Contract specifications at no extra cost to the Department. SCC and the Technical Specifications shall specify what inspections and tests the Department requires and where they are to be conducted. The Department shall notify the Bidder/Vendor in writing in a timely manner of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted in the premises of the Bidder/Vendor at point of delivery and/or at the Goods final destination. If conducted in the premises of the Bidder/Vendor all reasonable facilities and assistance, including access to drawings and production data shall be furnished to the inspectors at no charge to the Department.

8.3 Should any inspected or tested Goods fail to confirm to the specifications, the Department may reject the goods and the Bidder/Vendor shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of costs to the Department.

8.4 The Department’s right to inspect, test and, where necessary, reject the Goods after the Goods arrival at Project Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Department or its representative prior to the Goods shipment.

8.5 Nothing in General Conditions of Contract Clause 8 shall in any way absolve the Bidder/Vendor from any warranty or other obligations under this Contract.

9 Spare parts

9.1 As specified in the SCC, the Bidder/Vendor may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Bidder/Vendor :

9.1.1 Such spare parts as the Department may select to obtain from the Bidder/Vendor, provided that this selection shall not relieve the Bidder/Vendor of any warranty obligations under the Contract; and

Contractor No. of corrections Executive Engineer

(24)

Page 26: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

9.1.2 In the event of termination of production of the spare parts :

I. advance notification to the Department regarding likely termination in sufficient time to permit the Department to procure needed requirements; and

Following such termination, furnishing at no cost to the Department, the blueprints, drawings and specifications of the spare parts, if requested.

9.2 Bidder/Vendor shall carry sufficient inventories to assure ex-stock supply of consumable spares. Other spare parts and components shall be supplied as promptly as possible but in any case within 4-6 weeks of placement of order.

9.3 The standby equipment such as PC, Monitor, Hard disc, Motherboard, RAM, Keyboard, Mouse, V-35,G-703 for lease line etc. should be keep, and list of such equipment should be sent to Identification department.

9.4 The bidder shall have to manage/maintain/provide necessary supports for the existing Anti Virus available with P.W.D. until its license validity. . The Bidder shall have to ensure that the present Anti Virus is functioning/performing satisfactory at all the locations and shall also provide necessary technical support in case of any issue/problems with the performance of the Anti Virus.

The bidder shall also have to act as a PMC to help PWD to purchase a new product server ,OS like Windows / Linux after the expiry of the existing product.

9.5 The history list of computer and equipment should be compulsorily formed.

9.6 Escalation matrix is to be submitted and to be regularly updated as per the change in the organization hierarchy.

10 Warranty

The Bidder/Vendor warrants that the Spares supplied under this Contract are new, unused, of the most recent or current models and compatible with the existing parts and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Bidder/Vendor further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Department’s Specifications) or from any act or omission of the Bidder, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

11 Payment

11.1 The methods and conditions of payment to be made to the Bidder/Vendor under this Contract shall be as specified in the SCC.

11.2 The Bidder’s/Vendor’s request(s) for payment shall be made to the Department in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to GCC Clause 10, and upon fulfillment of other obligations stipulated in the contract.

11.3 Payment shall be made in Indian Rupees.

Contractor No. of corrections Executive Engineer

(25)

Page 27: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

12 Prices

Prices payable to the Bidder/Vendor is stated in the contract shall be fixed during the performance of contract.

13 Contract AmendmentsNo variation in or modification of the terms of the Contract shall be made except by written amendment signed by the either parties.

14 Assignment

The Bidder/Vendor shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Department’s prior written consent.

15 Subcontracts

15.1 The Bidder/Vendor should provide the services through their direct employees and not through their franchaise or business associates. Failure to this the agreement will be terminated on the risk and cost of bidders.

15.2 The Bidder/Vendor shall notify the Department in writing that no subcontracts will be awarded under this Contract if not already specified in the bid.

16 Delays in the bidder’s/vendor’s performance The performance of the Services shall be given by the Bidder/Vendor in

accordance with the time schedule specified by the Department in the schedule of requirements or elsewhere in this document.

17 Compensation ClauseSubject to GCC clause 20 if the Bidder/Vendor fails to perform the services

within the period(s) specified in the contract, the Department shall, without prejudice to its other remedies under the contract, deduct from the Contract Price, as penalty, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Department may consider termination of the contract pursuant to GCC clause 18.

18 Termination for Default

18.1 The Department may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Bidder/Vendor, terminate the Contract in whole or part:

a) if the Bidder/Vendor fails to deliver any or all the Services within the period(s) specified in the Contract, or within any extension thereof if granted by the Department. or

b) if the Bidder/Vendor fails to perform any other obligation(s) under the Contract. or

c) If the Bidder/Vendor, in the judgment of the Department has engaged in corrupt or fraudulent practices in competing for or in executing the Contract or part of contract.

Contractor No. of corrections Executive Engineer

(26)

Page 28: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

18.2 In the event the Department terminates the Contract in whole or in part, pursuant to GCC Clause 18.1, the Department may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Bidder/Vendor shall be liable to the Department for any excess costs for such similar Goods or Services. However, the Bidder/Vendor shall continue the performance of the Contract to the extent not terminated.

19 Force Majeure

19.1 Notwithstanding the provisions of GCC Clause 17, 18, 19 the Bidder/Vendor shall not be liable for forfeiture of its performance security, penalty or termination for default, if and to the extent that, its delay in performance or failure to perform its obligations under the Contract is the result of an event of Force Majeure.

19.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder/Vendor and not involving the Bidder’s/Vendor’s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Department either in its sovereign or contractual capacity, Wars or Revolutions, Fires, Floods, Epidemics, Quarantine restrictions and freight embargoes etc.

19.3 If a force Majeure situation arises, the Bidder/Vendor shall promptly notify the Department in writing of such conditions and the cause thereof. Unless and otherwise directed by the Department in writing, the Bidder/Vendor shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the Force Majeure.

20 Termination for InsolvencyThe Department may at any time terminate the Contract by giving written notice to the Bidder/Vendor, if the Bidder/Vendor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder/Vendor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Department.

21 Termination for Convenience21.1 The Department by written notice sent to the Bidder/Vendor, 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 Department’s convenience and the extent to which performance of the Bidder/Vendor under the Contract is terminated, and the date upon which such termination becomes effective.

21.2 The Goods that are complete and ready for shipment within 8 days after the receipt of notice of termination shall be accepted by the Department at the Contract terms and prices. For the remaining Goods, the Department may select:

a) to have any portion completed and delivered at the Contract terms and prices; and/or

b) to cancel the remainder and pay to the Bidder/Vendor an agreed amount for partially completed Goods and for materials and parts previously procured by the Bidder/Vendor.

Contractor No. of corrections Executive Engineer

(27)

Page 29: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

22 Resolution of Disputes

In this regard the Bidder/Vendor shall not go for any arbitration on dispute and the Department’s decision will be final and binding on the vendor.

23 Governing Language

The contract shall be written in English language. Version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.

24 Notices

24.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing by facsimile and confirmed by original copy by post to the other Party’s address specified in SCC.

24.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

24.3 Any notice/facts given by Department/User through e-mail etc. should be noted and rectified by the bidders.

25 Taxes and Duties

The rates put in the bid are inclusive of all taxes, duties, license fees, road permits, import duties, excise duties, etc.

26 Binding Clause

All decisions taken by the Department regarding the processing of this tender/ bid and award of contract shall be final and binding on all parties concerned.

27(A) - : The Bidder/Vendor shall deliver the materials on or before the dates mentioned in the bids failing which he shall be liable to pay a sum of Rs. 10,000/- as specified in SCC Clause-3 as and for liquidated damage for every day that he shall delay the delivery of the said materials.

27 (B) - In every case in which the delay mentioned in clause 2 shall continue for ten consecutive days, the Officer competent to dispose of the bid shall have power either to annul the contract altogether or to have the supply completed without further notice at the Bidder’s risk and expense, as he may deem necessary in the interest of the Government and the Bidder/Vendor shall have no claim to compensation for any loss that he may thus incur on account of the action of the said officer.

No claim to compensation for loss thus sustained.

28 - If at any time after the execution of the contract documents, the Executive Engineer, Construction Division (Special Project), Nagpur or his Assistant shall for any reason whatever, not require the whole or any part of the work as specified in the bid be carried out, the Executive Engineer, Construction Division (Special Project), Nagpur or his Assistant shall give notice in writing of the fact to the Bidder/Vendor who shall thereupon have no claim to any payment of compensation whatsoever on account of any profit or advantage which he/they might have derived from the execution of the work in full but which he/they did not derive in consequence of the amount of the work not having been so carried out.

No, compensation for restriction of work

Contractor No. of corrections Executive Engineer

(28)

Page 30: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Payment for services and materials

29 - The services and materials to be supplied shall be of the best quality and in strict accordance with the specification and the Bidder/Vendor shall receive payment for such materials only as are approved and passed by the Executive Engineer, Construction Division (Special Project), Nagpur or his assistant, should the Executive Engineer, Construction Division (Special Project), Nagpur consider that any of the materials delivered are not of the best quality or not in strict accordance with the specification but that they may be accepted and made use of it shall be within his full discretion to accept the same at such reduced rates as he may fix thereon.

Action when inferior material is supplied

30 - In the event of the material being considered by the Executive Engineer, Construction Division (Special Project), Nagpur of the work to be inferior to that described in the specification the Bidder/Vendor shall, on demand in writing, forthwith remove the same at his own cost and in the event of his failure to do so within such period as may be named by the Executive Engineer, Construction Division (Special Project), Nagpur or his Assistant the said officer may have such rejected material removed at the Bidder’s/Venor’s risk and expense so the expense so incurred being deducted from any sums due or which may become due to the Bidder/Vendor.

Liability of Bidder/Vendor for failure in delivery of material/ services.

31 – The Bidder/Vendor shall deliver, install and commission the system (the materials) on or before the dates mentioned in the tender failing which he shall be liable to pay a sum of Rs. 10,000/- as and for liquidated damages for every day that he shall delay the delivery of the said materials.

Supply of tools plant etc. by Bidder/ Vendor for due fulfillment of contract.

32 - The Bidder/Vendor shall supply at his own expense all tools plants and implements required for the due fulfillment of his contract and the materials shall remain at his risk till the date of final delivery except such portion as shall have been in the meantime removed for use by Executive Engineer, Construction Division (Special Project), Nagpur or his Assistant.

Delivery on Sundays

33 - No materials shall be brought to the site of the work or delivered on Sundays, without the written permission of the Executive Engineer, Construction Division (Special Project), Nagpur.

No guarantee that materials indicated in the schedule will be ordered

34 - No guarantee can be given that the total number of quantities of material indicated in the schedule of the contract will be ordered during the period of the contract But the Executive Engineer, Construction Division (Special Project), Nagpur shall purchase from the Bidder/Vendor all such materials as are detailed in the schedule which he may require to purchase during the period of the contract.

Bidder/Vendor bound to complete the work at rates mentioned in contract.

35 - No claim or claims made by the Bidder/Vendor for increased rates on the ground that the market or other rates, included in the contract have risen during the period of his contract will be recognized, that is to say, the Bidder/Vendor is bound to complete that work and/or to supply materials at the rates mentioned in the contract.

36 - To upkeep the network connectivity, internet and existing software will be the responsibility of the bidder/vender without any extra cost and be solved without waiting for users request.

Contractor No. of corrections Executive Engineer

(29)

Page 31: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION –IV : SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parenthesis.

1 Performance Security (GCC Clause 7)

1.1 Within 15 days after the Bidder’s/Vendor’s receipt of Notification of Award, the Bidder/Vendor shall furnish Performance Security to the Department for an amount equivalent to 4% of the Bid amount valid for 36 months after the date of issue of work order.

2 The successful Bidder/Vendor shall conduct the auditing of Hardware, IBM Server, other Server and LAN-Lease lines etc. and furnish its report to ITCC, Nagpur within first month of the award of the contract. The Bidder/Vendor shall study the existing system and shall give his suggestions and shall implement the same on approval from I.T.C.C. Nagpur in first month.

3 Non performance :

1. The Facility Management services contract is meant for providing efficient and timely maintenance services to all user's. Any failure to deliver services as per the contract shall attract non-performance charges. The non-performance charges shall also be applied in case of absence of Engineer/s or Bidder’s/Vendor’s other personnel dedicatedly assigned to the Department. The leviable non-performance charges are as follows :

2. Individual user's problem relating to functioning of PWD servers(IBM servers) office PC, Printer, Scanner, UPS, Plotter, Server, LAN-WAN etc. and other attached critical equipments including network services, E-mail client settings, PWD application software settings, Management and Maintenance of Database services, Database backups, print-services and resources sharing at desktop level falls under high priority problems and must be resolved within 4 hours of reporting. In case of delay, Non performance charges of Rs. 1,000/- for every day of delay shall be applied and deducted while making payment. In case of machine / hard-disk crash, it includes installation and configuration of PC, printer, loading and configuration of Operating System, Anti-Virus soft wares, Office Automation software and PWD Application Software, E-Mail and Web browsing software, ISM software and other packages as decided by Department (PWD). The resolution time shall be two working days. In case of delay, non-performance charges of Rs. 1000/- for every day of delay shall be applied and deducted while making payment.

3. In cases other than machine/hard-disk crash, Re-installation, re-configuration of PC's, Printers, loading, installation and configuration of OS, Anti Virus software PWD Application Softwares, Email and Web browsing software, ISM marathi soft ware and other packages as decided by the Department shall have to be resolved within one working day or else non-performance charges of Rs.1000/- for every day of delay shall be applied and deducted while making payment.

Contractor No. of corrections Executive Engineer

(30)

Page 32: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

4. Regular day to day backup of User data and System data and/ or as directed by the department is to be taken and registers are to maintained. In case of failure/delay in taking any/all backup, Non-performance charges of Rs. 1000/- for every day of failure/delay shall be applied and deducted while making payment.

5. All reports as specified in Clause 4 of Special Conditions of Contract are to be submitted within the specified time period regularly. In case of failure/delay in submitting any/all reports will be construed as work not done and Non-performance charges of Rs. 1000/- for every day of delay shall be applied and deducted while making payment.

6. Each and every machine (PC, Keyboard etc.) should be provided with preventive maintenance like cleaning it using the blower within time limit of 15 days and report submitted. In case of failure/delay in providing preventive maintenance, Non-performance charges of Rs.1000/- for every day of failure/delay shall be applied and deducted while making payment.

7. It shall be mandatory to rotate/replace/change the Resident Engineers in every 6 (Six) months and as and when directed/instructed by the Department. In case the Bidder/Vendor fails to rotate/replace/change the Resident Engineers, Non-performance charges of Rs. 1000/- for every day of failure/delay shall be applied and deducted while making payment.

4. Reports :

The following reports have to be generated by the helpdesk for Department co-ordinator. The report formats shall be finalized in consultation with Department. For that web based online call monitoring application/ software should be provided by the bidder/vender.

Weekly :

Technical support services pending calls, overall calls statistics, parts changed, parts sent for repairs and received back, parts pending in repairs, spares inventory, weekly WAN Connectivity Status reports etc.

Bidder/Vendor management services: Category wise Calls logged, tracked, escalated:

Daily Back up : Regular back up of the PWD server (Data center) shall be done on daily basis in the portable disk and at other hard disk locations.

Monthly :

Technical support services: Web based software indicating Pending calls, overall calls statistics, parts changed, parts sent for repairs and received back, parts pending in repairs, spares inventory, monthly lease line/internet c connectivity status report etc.

Call type report, downtime report, call trend report, Virus updation etc.

Bidder/ Vendor management services: Calls logged, tracked, escalated with third Vendor and his performance analysis.

Contractor No. of corrections Executive Engineer

(31)

Page 33: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Assets management services: Assets at the end of the month change in configuration / user/ location.

Daily : Resident Engineers should submit/update daily report for the Calls logged, Calls attended, Pending Calls, part changed, part sent for repairs and received back, parts pending in repairs, spares inventory, daily WAN connectivity status report etc through webbased software.

Quarterly : The quarterly performance report is to be submitted every quarterly. Before submission of performance report, the Inventory list is to be submitted. Delayed submission of performance report to be attract penalties.

Need based : Any other report as directed/instructed by the Department.

Any of the above report.

(a) Failure to submit any of the above report should result into penalties as per penalty clause under Non-performance Clause No. 5.

(b) The service provider shall deliver/provide services as specified in the tender or any other services as directed by the department, non performance of which should be liable for penalty.

5 Payment (GCC Clause 11)

Payment for Services shall be made in Indian Rupees as follows :

5.1 On receipt of Satisfactory Report from all the Concerned office, 95 % payment shall be released within 30 days of completion of each quarter by the Nodal Executive Engineer, Construction Division (Special Project), Nagpur of concerned Region.

5.2 The remaining 5% will be released after Six months of satisfactory performance of specified works in the said quarter.

6 Notices ( GCC Clause 24)

For the purpose of all notices, the following shall be the address of the Department and Bidder/Vendor.

Department The Executive Engineer Executive Engineer, Construction Division (Special Project), Nagpur.

Bidder/Vendor * ________________________________

________________________________

________________________________

(*To be filled in at the time of Contract signature)

Contractor No. of corrections Executive Engineer

(32)

Page 34: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

7 Bidder/Vendor IntegrityThe Bidder/Vendor is responsible for and obliged to conduct all contracted activities in accordance with the Contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

8. Quality of personnel to be deployed :-

The Department will check the qualifications of the persons to be deployed and after satisfaction will approve the deployment of the personnel. The successful tenderer will have to submit the confidentiality bond of each of its personnel to be deployed. Sudden or frequent changes of personnel unless directed / instructed by the Department will be viewed seriously.

It shall be mandatory to rotate/replace/change the Resident Engineers in every 6 (six) months until and unless as directed by the department. Failure to comply the above will attract penalties as specified at Section IV - Special Condition of Contract, point-3 - Non performance.

9. Integration of Hardware, Software and Peripheral :-

The Bidder/Vendor must integrate the hardware, software and peripherals related to LAN, WAN of the Department to make them fully functional. It will be the Bidder’s/Vendor,s responsibility to locate the exact nature of the problem and rectify the same. Under no circumstances will a problem be blamed on the machines and / equipments without sufficient cause and justification.

The Bidder/Vendor must also take required steps to successfully install all the Software components supplied by the Department.

10. Providing Training :-

The Bidder/Vendor will have to impart hand holding training and detailed training to the officers/employees of the Department to ensure smooth working of Hardware and Software. The training will cover, Network fundamentals and usage of Networking (including NOS), Call logging Softwares, Internet usage etc. The subjects of the training, time-table will be finalized by the Department in consultation with the Bidder/Vendor at selected project sites. Training shall be conducted in two batches per day. (each batch comprising approx. 20 employees).

11. Bidder/Vendor Management :-

For all equipments and the parts if any which are still covered under warranty by the Bidder/Vendor manufacturer, the Bidder/Vendor should keep liaison with the supplier and ensure immediate rectification by the supplier by way of repair/ replacement of the equipment and its part.

12. Confidentiality :- Any information pertaining to the Department or any other matter concerning the Department that comes to the knowledge of the Bidder/Vendor in connection with this contract will be deemed to be confidential and the Bidder/Vendor will be fully responsible for the same being kept confidential and held in trust as also for all consequences of its concerned personnel failing to do so.

Contractor No. of corrections Executive Engineer

(33)

Page 35: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

13. Sub Contract :-

The Bidder/Vendor will not sub contract, whole or part of this contract to any third party.

14. Other Conditions :-

i) The Bidder/Vendor will have the option to provide his own standby equipments to maintain the uptime.

ii) Repairs to all equipment can be carried out at project site, or at the local repair center of the Bidder/Vendor

iii) All replaced spares will be the property of the Department under the supervision of concerned resource person.

iv) All the PCs/Servers are required to be standardized for contents/ hard disk etc. The Bidder/Vendor in consultation with the Department should do the standardization.

v) The successful application, operation and management of the Servers/ Firewall, and Peripherals shall be the responsibility of Bidder/Vendor solely.

vi) The manpower deployed should be dedicatedly use for providing services to PWD only and should not under any circumstances be simultaneously allocated to handle different projects.

vii) AMC offered to successful Bidder/Vendor is totally comprehensive excluding consumable parts. The list of consumable parts shall be as per pt.7 (6) of Scope of Work

15. Deliverables :-

The details of the deliverables and expected service level are given in section-V.

The service provided shall have to adhere to the deliverables and the service level mentioned against the each item of the deliverables. It should be noted that deliverables given in the Annexure- A & B are minimum, the Bidder/Vendor may add items in the deliverables for rendering better quality of services after written assurance of user only.

16 Bidder’s/Vendor’s Obligations :-The Bidder/Vendor is obliged to work closely with the Department’s staff, act within its own authority and abide by the directives issued by the Department.The Bidder/Vendor will abide by the job safety measures prevalent in India and will free the Department from all demands or responsibilities arising from accidents or loss of life the cause of which is the Bidder’s/Vendor’s negligence. The Bidder/Vendor will pay all indemnities arising from such incidents without any extra cost to department and will not hold the Department responsible or obligated.

Contractor No. of corrections Executive Engineer

(34)

Page 36: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

16.1. Bidders/Vendors Responsibility : The Bidder/Vendor is responsible for managing the activities of its personnel and will hold itself responsible for any misdemeanors.The Bidder/Vendor will treat all data and information about the Department as confidential, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Department.

16.2 Indemnity :

The Bidder/Vendor shall indemnify the Department against all actions, suits, claims and demands brought or made against it in respect of anything done or committed to be done by the Bidder/Vendor end or in execution of or in connection with the work of this contract and against any loss or damage to the Department in consequence to any action or suit being brought against the Bidder/Vendor for anything done or committed to be done while the execution of this contract.

The Department may at its discretion and entirely at the cost of the Bidder/Vendor defend such suit, either jointly with the Bidder/Vendor or single in case the latter chooses not to defend the case.

17 Patent Rights :

(a) In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof in the Department’s country, the Bidder/Vendor shall act expeditiously to extinguish such claim. If the Bidder/Vendor fails to comply and the Department is required to pay compensation to a third party resulting from such infringement, the Bidder/Vendor shall be responsible for the compensation including all expenses, court costs and lawyer fees. Which shall be recovered from Bidder/Vendor from any dues payable to him by Department irrespective of the fact that dues are not from this contract.

(b) The Bidder/Vendor will not provide any software or LAN-WAN technology to any outside agency or will not make any act of infringement of copyright act, otherwise the Bidder/Vendor will be punished under copy right act along with compensation of legal action as liable for black listing action.

18. Inventory Management :

The successful Bidder/Vendor should maintain the inventory at Regional Level which includes LAN/WAN, Hardware Inventory etc.

19. Extension :

In the event of the expiry of the time limit of tender the Department reserves the right to extend the tender period as required by the Department at the same terms and conditions.

Contractor No. of corrections Executive Engineer

(35)

Page 37: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION-V - SCOPE OF WORK

(A) Bidder/Vendor to study site condition

The Bidder/Vendor shall be deemed to have carefully examined the site/sites of work and associate conditions including all conditions and specifications and departmental requirements and shall be deemed to have visited the site/sites of work and fully informed himself regarding all local conditions and requirements and the Bidder/Vendor will carry out his own investigation to above at rates quoted in the tender/bid.such as : 1. Audit the quality of existing physical layer.2. Performance of existing network3. Network configuration of the existing network.4. Study the network design and administration.5. Quality Services.6. Bandwidth requirements7. Password and Security requirements8. Complete Network Documentation.

Local Area Network :- The Public Works Department consists of various offices distributed across the state covered under various campuses. All nodes in various offices within the campus are interconnected in the Local Area Network. Client Node Office on the floor is connected using UTP CAT 5 structured cabling system to 10/100 Ethernet Switches. All the offices within campus having distance more than 100m from campus Nodal Operation Centre are connected to Backbone switch using fiber optic connectivity over Fast Ethernet (100 MBPS). Nodes are running at 100 MBPS using 100 MBPS switches. List of campus, address and member offices in each campus is as given in Annexure-A.

Application Architecture :- Client-Server based Application architecture is used where the relevant PWD Application Software are installed on the Desktop Computer machine and the Database are residing on the Local Campus Server. The Relevant transactional data captured in campus server is transmitted to Regional Database Server. In the same way the compiled data in Regional server is transmitted to ITCC Nagpur.

Mail and Web Infrastructure :- Information Technology Co-ordination Center Nagpur is the PWD’s Software Development / Enhancement Center as well as Enterprise Network Operations center where Internet Infrastructure and data center is developed. Internet Leased Line Connectivity is used for Internet Infrastructure at ITCC Nagpur. The Internet connectivity used for hosting of PWD Web site and PWD Internet Mail site as well as to access the Internet within ITCC Nagpur. The email messages can be sent within and outside of PWD using the Mail server. The PWD web site is having static contents as well as dynamic data and it the interface of PWD Department over the web.

The entire PWD I.T. Infrastructure is proposed to be maintained for a period of 3 years as below.

Firewall : Cyber roam : The cyber roam Series comprises high performance security platform that help

Business stop internal and external attacks, prevent unauthorized access, and achieve regulatory compliance. .

These products focus on three key disciplines :

Contractor No. of corrections Executive Engineer

(36)

Page 38: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Security : Protection against worms, viruses, Trojans, Spam and emerging malware is delivered by proven UTM security features that are backed by best-in-class partners. To address internal security requirements and facilitate regulatory compliance. It supports an advanced set of network protection features such as security zones, virtual routers, and VLANs that allow administrators to divide the network into distinct, secure domains, each with their own unique security policy. Policies protecting each security zone can include access control rules and inspection by any of the supported UTM security features.

Connectivity and Routing: The SSG 300 Series provides four onboard 10/1 00/1 000 interfaces complemented by 1/0 expansion slots that can house a mix of LAN or WAN interfaces, making the SSG 300 Series an extremely flexible platform. The broad array of I/O options coupled with WAN protocol and encapsulation support makes SSG 300 Series platforms easily deployable as traditional branch office routers or as consolidated security and routing devices, which can help reduce CAPEX and OPEX.

Access Control Enforcement: The Cyber roam Series platforms can act as enforcement points in a Juniper Networks unified access control deployment with the simple addition of the Infranet Controller. The Infranet Controller functions as a central policy management engine by interacting with the SSG 300 Series to augment or replace the Firewall-based access control. It grants/denies access based on more granular criteria, including endpoint state and user identity in order to accommodate the dramatic shifts in attack landscape and user characteristics. In addition, Juniper Networks Professional Services will collaborate with your team to identify goals, define the deployment process, create or validate the network design, and manage the deployment to its successful conclusion. Whether it involves simple lab testing or a major network implementation, Juniper Networks Professional Services is there to help you ensure success.

(B) Future proposals to modify I change the Network (LAN I WAN) and Application Architecture:

Network (LAN/WAN):

The existing Network in PWD is proposed to be modified/enhanced to adapt with the advanced technology and newer I faster / efficient availability of resources / infrastructure development tools etc. Even at National Level, Government of India has started implementation of its MSWAN program, which intends to provide a Network Backbone to all Government Organizations, thus making them convenient to implement the e-Governance program.

In view of this, and also considering the benefits in terms of efficiency and economy, PWD may in future change its Network Configuration. In the event of this situation, the Bidder/Vendor shall provide all the services and support for this new configuration.

Application Architecture

In future it may be possible that the Applications presently based on Web based-Server Architecture will be converted to Windows application or Online Application or any other type of Architecture that may be in use. In the event of this situation, the Bidder/Vendor shall provide all the services for this new Application configuration also.

The Bidder/Vendor shall have to maintain the Application Servers and the Database Servers located at Information Technology Co-ordination Center, Nagpur and shall have to Contractor No. of corrections Executive Engineer

(37)

Page 39: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

provide all the necessary services pertaining to Application / Database Servers.

In the event of up gradation I change of existing operating system, leased line, hardware, LAN/WAN Network, Application Software etc. the regular FMS services will be provided by the Bidder/Vendor without any deviation in services

(C) FMC Services:

The Bidder/Vendor shall ensure that the LAN, WAN network at public works department are productively and effectively used by providing the following services:

I. For WAN 1. Ensure Faster-processing speed of servers and workstations, and high speed

links to desktops to be maintained on daily basis. 2. Comprehensive management and monitoring of critical network components

on a 24x7x365 basis with fuII management of alerts, dispatches and escalation for incidents from inception to resolution.

3. Address the customer's need for providing connectivity to their remote offices and branches to their central office.

4. Remote access server (RAS) management and monitoring Server Solutions 5. Support Application management and Server upgrades 6. Ensuring LAN and WAN network connectivity and end-to-end data

connectivity and data transfer. 7. Voice IP connectivity across the various PWD offices. 8. Configuration of Network Management Systems. (NMS) Software. 9. End to end voice connectivity. 10. Dial plan testing 11. Liaison with DOT / BSNL / MTNL / Any other Service Provider, for

maintaining lease line, Dial Up and ISDN problems. 12. Up keeping of network links, trouble shooting of cabling and Routers,

Modems, Lease lines etc. 13. Ensuring Network security. 14. Use of NMS (Cisco works, Cisco server, HP open view, Trivoli etc.) for

monitoring of the PWD Network and reporting to authority. 15. Firewall administration 16. Support for Firewall

II. For LAN

1. Overall network administration (including backups, assigning passwords, rights and accesses.)

2. Maintenance of active and passive components. 3. Identification of additional patches, LAN cabling requirements, tracking

cabling requests, updating of LAN documentation. 4. Up keeping of network links, trouble shooting of cabling, networking cards,

hubs and switches and repairs of Nodes or replacement of fiber optical cable shall be done by bidder on their own cost.

Contractor No. of corrections Executive Engineer

(38)

Page 40: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

5. Installation of network printers and other peripherals as and when required in respect to IP address management.

6. Preventions of Intruders.

III. For Internet Mail Management

1. Providing advice to department for better practices for effective LAN/leaseline/server management.

2. Periodic Up-date of Network Management Station Database. 3. Configuring of nodes and servers. 4. Configuring and Maintaining DNS Server. 5. Monitoring of DHCP and Configuring of New VLANs (if required) 6. LAN Documentation and procedures. 7. Installation of necessary upgrades/patches for NMS (Cisco works, Cisco

secure, HP open view, Trivoli etc.) 8. Data recovery support, system recovery from hardware crash. 9. Installing application software developed by other vendors. Trouble shooting

of application software. 10. Installation/configuration of latest/effective virus protection software. 11. Establishing inoculation procedure & preventive measures. 12. Informing warning notices on new virus. 13. Security measures like assigning rights, passwords, and authentication. 14. Generating periodical MIS reports. 15. Co-ordination with other vendors appointed by the Department.

IV. Mail Management Services

V. Server Management Services

Daily back up of PWD servers database in tape drive and at HDD and Regional office email back ups shall be carried out. Maintenance of Speed of Internet lease lines, Maintaining and Monitoring firewalls and trouble shooting and maintaining IBM servers , UPS , Routers/ Switches/KVM and Maintaining OS like Windows and Linux server. Re Installation of OS like Windows and Linux and carrying out OS updation and provide FMS in configuring the entire server system with all third party support

VII. Software Management Services Bidder/vender shall provide the software management services to P.W.D. at all

campus locations for softwares which are/will be in possession of PWD.

The Software management primarily deals with the following activities 1. Installation of latest internet browsing software on all the computer systems

Contractor No. of corrections Executive Engineer

(39)

Page 41: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

2. Installation and Configuration of Application Software's. 3. Installation of latest Operating System service packs, security patches on the

computer systems. 4. Installation, Configuration and updating of latest Antivirus software scan engines and

the virus Definition files on all the computer systems. Proactive measures for possible virus attacks.

5. Installation and configuration of mail client on all the systems.

VIII. Security Management Services The Bidder/Vendor shall assure Integrity, confidentiality and availability of all PWD IT assets. The service provider shall be responsible for any breach in P'WD internet security policy. This may include any unauthorized access or improper usage of IT assets at ITCC Nagpur (E.g. web defacement etc.)

Deliverables 1. Reviewing and customizing firewall rule base and architecture design and placement

of critical servers like mail and web servers. 2. Customizing and hardening servers as per the related best practices. 3. Updating of security patches and signatures. 4. Monitoring and regular checking of log files and preparing weekly/monthly web hit

records of Mail and Web Server. 5. Implementation of open source Intrusion detection systems. IX Internet connectivity management at ITCC Nagpur.

The Bidder/Vendor shall be responsible for Internet connection availability at ITCC Nagpur

Deliverables 1. Monitoring performance of Internet bandwidth and preparing weekly/monthly

bandwidth usage report. 2. Trouble shooting of Internet Gateway Router and updating the router based Access

Control List. 3. Liaison with ISP in case of any failure in the Leased Line and Internet Port. Services

X. General

(i) System Administration Services : System Administrative Services performed by service provider shall ensure that the PWD client Server environment operates smoothly, securely and consistently. It also ensures optimized use of IT resources.

(ii) Back Office Server Administration Services : To administer the operation system and ensure the availability of the Back Office platform for running of the applications and aid processing by users.

(iii) The Bidder/Vendor shall be responsible for the following tasks : a) Regular cleaning/deleting/updating user profiles, Temporary files and any other such files as directed by the Department.

Contractor No. of corrections Executive Engineer

(40)

Page 42: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Bidder/Vendor shall perform the following Back Office Server Administration activities at all the campus locations of PWD:- 1. Support for back office server suite of products. 2. Support for OS platforms like MS-WINNT 4.0/2000/SP/2003/LATEST 3. Server fine-tuning and optimization 4. Server Diagnosing and Problem Resolution 5. Installation & configuration of back office server 4.5 suite of products or latest.6. Installation & configuration of Backup & Disk storage devices (Tape drives, RAID

configuration) in the Servers. 7. Server configuration changes. 8. User Administration

8.1 Create/delete/modify users and groups 8.2 Customizing logon scripts for groups

9. Configuring the rights/security to the groups as released by Chief Information Officer at ITCC Nagpur.

10. Activities related to System maintenance 10.1 Preparation of Emergency Repair Disk for the Servers and client machines,

updating it monthly or bi-monthly based on the changes occurred in the hardware and software.

10.2 Keeping the documentation of daily/weekly/monthly activities done

11. Managing the backup of user and system data.12. Other issues related to Client server connectivity.13. The below mentioned backup is to be taken regularly as specified in tender or the

department and records to be maintained.i) The Database backup ii) The Server (Web, Database, Mail, etc.) backup.iii) The user Data backup and any other data as specified by the department. Failure to take any kind of backup to attract penalties as per penalty clause under Non-performance.

(D) Reporting to Chief Nodal Officer (CNO) at ITCC, Nagpur

Reporting to Chief Nodal Officer primarily deals with the following activities: 1. Inform the CNO regarding the address and contact details of the engineers. 2. Submit the per engineer weekly deliverable report along with a call register report on

the PWD email account created for the engineer and or through the Web based Help Desk Management Software deployed at ITCC Nagpur, if available.

3. The engineers deployed on site should not be replaced without advance notice to Chief Nodal Officer at ITCC Nagpur. If for some reason, the primary person is not available, Bidder/Vendor should make necessary arrangements for alternate engineers and submit their resumes to Chief Nodal Officer at ITCC Nagpur.

4. Bidder/Vendor may arrange for additional support staff at site, as and when required. 5. All the cost and risk pertaining to these personnel deployed at site shall beta Bidder's

account. Contractor No. of corrections Executive Engineer

(41)

Page 43: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

6. Bidder/Vendor shall arrange to provide the necessary tools, equipments, test & measuring instruments to the Resident Engineers at site.

Infrastructure Availability to BidderNendor Service Provider:

The Department will authorize the use of its infrastructure for the following purpose: 1. E-mail & telephone facility for FMS Engineer to communicate with the end users the

Department and service provider offices. 2. Internet connectivity for accessing technical details and downloading drivers 1

information at the Department's one of the locations (ITCC, Nagpur), and mail facility at all the locations.

3. Any misuse in these facilities will liable for termination of contract by the department.

Contractor No. of corrections Executive Engineer

(42)

Page 44: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Appointing of a Resident Engineer One Resident Engineer shall be necessarily located at each Regional Office Location with a additional Residential Engineer stationed at ITCC Nagpur, SE Office, Nagpur, SE Office Chandrapur, SE Office Gadchiroli.

i) It shall be mandatory to rotate /replace/change the Resident Engineers every (6) months until and unless as directed by the department.

ii) Failure to comply the above to attract penalties as per penalty clause under Non performance.

iii) The term ‘department’ means Public Works Department, However at many places this word is used for reporting to authority and this cannot be PWD. It is recommended that where ever reporting is necessary, it should be reported to the Assistant Chief Engineer in the Region office who is incharge of ‘Computerization’ or any other person nominated by the Chief Engineer for this purpose.

Responsibilities and Skill Abilities of the Resident Service Engineer

a) Responsible for providing Administration Support at PWD.b) Ensure peak performance of the WAN and LAN Network.c) Knowledge of Mailing Software such as MS Exchanges 5.5/2000/2003 or latest in this

series or any other LINUX based or other technology based mailing software/product.d) Networking Services for MS WINDOWS NT/2000/XP/2003 or latest platformse) Responsible for the successful execution of the deliverablesf) Escalate critical outages to PWD ITCC for speedy resolution.g) Meeting the quantitative and qualitative measurements.h) The Resident Engineer should submit Day to Day report for calls attended, pending

calls, parts changed, parts sent for repairs and received back, parts pending in repairs, spares inventory and maintain the attendance as provided by the department. Failure to submit any of the above will attract penalties as specified at Section-IV : Special Condition of Contract, Point-3 - Non performance. He should submit all other reports of the activities as specified by the department.

System Administrative Services to be performed BY The Resident Engineer:

System Management:Application Performance and Availability, Change and Configuration, Event Management Automation and Network Management & Performance - Implement network analysis, monitoring, reporting and trouble shooting.

The nature of services will be: Verifying that current backup is working properly. Implementing version upgrades. Creating users, volume groups, logical volumes and file systems. Managing the file systems and disk quotas. System performance monitoring and tuning Identifying the bottle necks viz. CPU, Memory, I/O subsystem. Configuration of DNS, NFS, NIS, TCP/IP in the Network. Scheduling the backup processes. Managing the users and groups. Configuring of Network and Local printers. Skills transfer and training. Installation, Configuration and Administration. Verifying proper basic infrastructure like disk space and memory size

Contractor No. of corrections Executive Engineer

(43)

Page 45: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Skillsa) System Administrator with minimum ‘IT’ experience of 1 ½ years. b) Expertise in MS Windows NT/2000/XP/2003 Administration c) Expertise in Back Office server 4.5/2000 suite of products Administration d) Exposure in handling Major Critical Online Network for I year. e) Outage escalation / Good interaction / Communication skills. f) Engineer at Regional level should possess MCSE certification from Microsoft

Corporation. g) The whole project should be monitored by one project Manager located in the ITCC

Nagpur Office who should posses qualification of MCSE + 5 Years of experience in Hardware and Networking.

h) Bidder/Vendor should have the expertise to diagnose problem with 5 KVA UPS i) Bidder/Vendor should have presence in Regional Location and places of Public

Works Region Nagpur.j) One Data Base administrator for each region in case data base activity to be managed

by Bidder. k) Bidder/Vendor should have ISO certificate for maintenance services. l) Bidder/Vendor should provide direct services and not through franchiseesm) The Resident Engineer shall be minimum Batchelor’s Degree in Computer

Engineering/I.T./E & T.C. from a recognized University with a minimum experience of Five Years. He shall also have necessary Microsoft Certification required for various Microsoft Products in use in P.W.D.

n) The support staff shall necessary have a minimum Diploma in Computer Engineering/ I.T./E & T.C. from a recognized Board/University, with a minimum experience of Eighteen Months.

(E) CONDITION REGARDING THE HARDWARE TRAINING TO BE GIVEN TO RESOURCE PERSONS OF P.W.D. AS A PART OF AMC.

All the subject given should be trained to the PWD employees exhaustively. The customized study material should be prepared and given to the PWD employees . The study should include classroom sessions and lab/practical workshops . Some exam should be taken to get these candidates certified under the control of

PWD officials so that they can examine the knowledge of the trained persons. In regard of any complaints from trainees agency should refer to the nodal Executive

Engineer, Construction Division (Special Project), Nagpur.

Following is the syllabus of proposed Hardware training to the resource persons of PWD by the A.M.C. awarded agency. Campus Server - Introduction of Server hardware, Features of Network operating

system with detailed explanation of MS Windows NT /2000 server. Client computer- Detail hardware introduction, OS NT workstation, windows 98

details. Dot matrix printer - detail hardware training. Laser printer - detail hardware training.

Contractor No. of corrections Executive Engineer

(44)

Page 46: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Desk Jet printer- detail hardware training. Scanner- color/black & white scanner detail hardware training Laptop- How to operate and smoothly work with all possible types. Modem (internal I external) - detail hardware training Router- introduction to hardware Hub- detail hardware training Switch- detail hardware training. Networking Concepts - Structured Cabling System Information Outlet (I/O),

CATS/CAT5E/CAT6. Connectors, optical fiber cable, Network Interface Cards Installation and Drivers.

Asset (hardware, software) maintenance and inventory Application software loading / unloading, OS. Loading and Detail setting Drivers- concept of drivers and how to load it. Multimedia devices and their setting Web awareness (mail checking, exchange server, operating) Antivirus- concept, usage, updating the patches and virus Definition files, upgradation

of the antivirus scan engines. Proactive measures for possible virus attacks UPS maintenance (online/offline) Backup - concept Awareness of PWD IT services and Network CD writer and different CD's Configuring all the hardware for network. Persons to be trained : 1 person from CE Office, 1 person from each Circle office

and 1 person from each Division office and all DAC trained personnel and all Resource Persons.

It shall be mandatory to conduct the Training every 6 (Six) months It should have a minimum of 2 days session covering the syllabus as listed in Clause

(E) of Scope of work.

The schedule of training program will decided by the Department.

VII. Annual Maintenance Contract:

1. All network related problems affecting many users has to be given highest priority. 2. Individual users problem relating to smooth and optimal working of network services.

E-mail and resource sharing at desktop level falls under high priority problems and must be resolved within 4 hours of reporting. The resolution time shall be analyzed on monthly basis. In case of delay, non-performance charges as per Clause 3 of SCC.

3. The Bidder/Vendor shall maintain sufficient inventory of all critical as well routine spares in sonic proportion of total IT equipment under his direct maintenance contract. Department shall provide sufficient secured space for storing the inventory at Bidder's risk. The inventory levels shall be intimated by the vendor at the beginning of the contract and has to be strictly maintained. The same may be reviewed and revised as & when needed.

4. In case of replacement of non-serviceable components, the component should be replaced only with a new component of equivalent or better configuration, wherever technically feasible.

Contractor No. of corrections Executive Engineer

(45)

Page 47: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

5.

5. In case of hard disk replacement or disk/system crash, the resident engineer shall take backup of the machine and shall reload and configure Departments provided standard packages i.e. Operating System (98/NT/2000/XP/2003) Anti-virus software (with latest Anti-virus patches). PWD Application Software etc. apart from restoring the backup after making the machine up

6. The consumables mentioned below shall be supplied by the Department 1. Printer Knobs

2. Toner for Laser Printer3. UPS Batteries4. Cartridges for DJ printers5. Cartridges for inkjet printers6. CD’s

7. Each and every machine user profiles, Temporary files, Games and other such files as directed by the department should be provided with preventive maintenance like cleaning it using the blower within time limit of 15 days. Work done report is to be submitted, failing which will attract penalties as specified Section IV : Special Conditions of Contract.

8. From PWD side one Regional in-charge (CNO at ITCC) will be there to monitor the work.

9. The faulty Key Board, Mouse should be replaced by new one. The quality of the parts to replaced should have same or higher quality than that of the parts given for repair. Failing which to attract penalties as per Penalty Clause under Non-performance.

(E) Mode of Payment

The Scope of Work as defined in Section V of this document contains the brief description of the possible nature of work that has to be performed by the appointed Agency.

However the actual payment to the Agency shall be made as per the Quantities executed from the items from 'Schedule B' of the Tender Documents. The payments shall be made every financial Quarter.

The Region Office / Regional Circle Office shall compile the' Schedule B' data after getting relevant information from the subordinate Offices regarding the quantities executed from the' Schedule-B'.

All the Circle Offices shall also issue a Performance Certificate every financial Quarter of the year to specify the performance of the Agency and also any details about breach of contract or fines / penalties to be levied on the Agency.

The Actual payment shall be done by the designated 'Headquarter Division' of respective Region/Circle after regular receipts of performance reports of work done from concerned field officer, as usual.

Contractor No. of corrections Executive Engineer

(46)

Page 48: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION VI : QUALIFICATION CRITERIA(Referred to in Para 8 of ITB)

Bidder/Vendor shall furnish the detailed clarifications to the specific queries in the Service Support Details Capability Statement – Chapter-VIII based on which the bid will be evaluated.

Following documents in support of vendors capabilities must be attached

1. Manufacturer authorization form of Dlink India

2. Audited balance sheet and certificate from CA as a proof of turnover in past 3 years

3. Latest sales tax registration certificate and service tax certificate from the competent authority.

4. Company profile including awards for products and quality certification for Services if any (for quoted services only)

5. Service support details in enclosed format

6. Capability statement in the enclosed format

7. Performance statement of maintenance of Hardware, LAN and WAN for last 3 years with supporting documents.

Only those Bidder/Vendor who submit valid documents as per above list and satisfy

conditions of post qualification / eligibility will be considered.

Contractor No. of corrections Executive Engineer

(47)

Page 49: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION – VII

(please see page-13, Para A 1.2 of Instructions to Bidder/Vendor)

MANUFACTURERS’ AUTHORIZATION FORM

No. __________________ dated ___________________

Executive Engineer, Construction Division (Special Project), Nagpur,..........................................................................................

Ref : Tender No. ________________

Dear Sir,

We ____________________________________________ who are established and reputed

manufacturers of

____________________________________________________________________ having

factories at _________________________________________________________ (address

of factory) do hereby authorize M/s. ____________________________________________

_________________________________________________ (Name and address of Agent) to

submit a bid, and sign the contract with you against the above ITB &/or Invitation for Bids.

We hereby extend our full guarantee and warranty as per Clause 10 of the General Conditions of Contract and Clause 11 of the Special Conditions of Contract for the goods and services offered by the above firm against this tender.

Yours faithfully,

(Name)

(Name of manufacturers)

Note : This letter of authority shall be on the letterhead of the manufacturer and shall be signed by a person competent and having the power of attorney to bind the manufacturers. It shall be included by the Bidder/Vendor in its bid.

Contractor No. of corrections Executive Engineer

(48)

Page 50: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION - VIII

CAPABILITY STATEMENT (CS)

1 Name & Address of the Bidder/Vendor Phone :

2 Classification

2.1 Manufacturer

2.2 Authorized Agent

2.3 Dealer

2.4 Others (please specify)

2.5 E-Mail .......

3 Plant

3.1 Location

3.2 Description, Type & size of building

3.3 Is property on lease or free hold? If on lease indicate date of expiry of lease in such case

4 Type of LAN/WAN networks maintained during last 3 years and type of equipment manufactured and supplied during last 3 years.

LOCAL AREA NETWORK

Name of Client

Nature of work

Cost(Rs. Lakhs)

Period No. of nodes

Nos. & Type of Ethernet

switches

RemarksFrom To

Type of equipment Manufactured and supplied last 3 years.

Name of Equipment Capacity / Size Nos. Manufactured No. of orders in hand

Type of equipment supplied last 3 years other than those covered above

Name of Equipment

Capacity / Size / Model

Name of Manufacture and country of Origin

Total No. of supplied in

India

No. of orders in hand

Works in hand and other commitments

5 Details of Testing facilities available

Contractor No. of corrections Executive Engineer

(49)

Page 51: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

5.1 List of testing equipment available

5.2 Give details of tests which can be carried out on items offered.

5.3 Details of the testing organization available

6 Personnel / Organization :

Give Organization chart for following indicating clearly the No. of employees at various levels.

6.1 Quality assurance

6.2 Marketing

6.3 Service

6.4 Spare parts

6.5 Administrative

7 Nearest service centres to each of the destination campuses :

Location ________________________________ Phone No. __________________

Name of Contact Person ____________________________

Year of Establishment ______________________________

8 Details of Organization at Service Centre

8.1 No. of skilled employees ____________________________________

8.2 No. of Unskilled employees ____________________________________

8.3 No. of Hardware & Software Engineering employees __________________

8.4 No. of Administrative employees __________________________________

8.5 List of special repair/workshop facilities available ____________________________________

8.6 The storage space available for spare parts (sq. mtrs.) ____________________________________

Contractor No. of corrections Executive Engineer

(50)

Page 52: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

8.7 Value of minimum stock of spares available at all the service centers in respective currency ____________________________________

8.8 Value of the modes/types by number of equipment serviced by the center in the last 2 years ____________________________________

9 Name of two clients to whom similar services were supplied in the past and to whom reference may be made by the Department regarding the Bidder’s/Vendor’s technical and performance ability.

1. ____________________________________

2. ____________________________________

Contractor No. of corrections Executive Engineer

(51)

Page 53: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION-IXFORM FOR SUBMISSION OF BID

BID LETTERTo,

The Executive Engineer, Construction Division (Special Project), Nagpur

* Percentage to be specified in words and figures

I/We hereby tender for the execution, for the Governor of Maharashtra (hereinbefore and hereinafter referred to as “Government”) of the work specified in the under written memorandum within the time specified in such memorandum .………………………………………………………........ ... ... .……………………………………………………….. percent* below/above the estimated rates entered in Schedule “B” (memorandum showing items of works to do be carried out) and in accordance with the specifications, and instructions, in writing referred in the description of the item.

MEMORANDUM

(a) If several subworks are included they should be detailed in a separate list.

(a) General Description : Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers,peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur.

(b) Estimated Cost Rs. 1,67,97,000 /-(c) The amount of earnest-money to be deposited shall be in accordance with the provisions of paras 202 & 203 of the P.W.D. Manual

(c) Amount of earnest-money to be paid in to Government Treasury in cash

Rs. 1,68,000 /-

(d) This deposit shall be in (d) Security Deposit -accordance with paras 203 and 209 of the P.W.D. Manual

(i) Cash (not less than the amount of earnest-money)

Rs.

6,72,000 /-

Total

(e) This percentage where no security deposit is taken will vary from 5 per cent to 10 per cent according to the requirements of the case where security deposit is taken, see note to clause 1 of conditions of contract

(e) Percentage, if any, to be deducted from bills (to make up the total amount required as security deposit required by (d) above)percent

Nil

(f) Time allowed for the work from the date of written order to commence

3 Years

Contractor No. of corrections Executive Engineer

(52)

Page 54: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Should this tender be accepted, I/We hereby agree to abide by and to fulfill all the terms and the provision of the specifications and conditions of contract annexed hereto so far as they may be applicable, and in default thereof to forfeit and pay to the Government of Maharashtra (hereinafter referred to as "the Government") the sums of money mentioned in the said conditions Receipt No........... dated from the Government Treasury or Sub-Treasury at in respect of the sum of Rs.1,68,000/- (Rupees one lacs Sixty Eight thousand only) is forwarded herewith representing the earnest-money (* (a) which may be forfeited to the Government should I/We not deposit the full amount of security deposit in accordance with clause 1 (A) of the said conditions of contract, otherwise, the said sum of Rs.1,68,000/- (Rupees one lacs Sixty Eight thousand only) shall be retained by the Government as on account of such security deposit as aforesaid) or (*(b) which may be retained by the Government on account of the security deposit specified in Clause 1 (B) of the said conditions of contract.

* Amount to be specified in Words and figures

* Strike out (a) if no cash security deposit is to be taken

* Strike out (b) if any cash security deposit is to be taken

Your’s faithfully,

Signature & Seal

( Company Address)

Contractor No. of corrections Executive Engineer

(53)

Page 55: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

SECTION-X

DECLARATION OF THE BIDDER

NAME OF WORK : Providing Facility Management Services and Annual Maintenance of existing PWD Servers, Local Area Network and Internet Lease Lines computer Hardware, printers,peripherals etc at designated P.W.D. Offices in Public Works Region Nagpur.

I/We hereby declare that :

I/We have fully studied the specifications, schedules and

various other relevant data/requirement covered under this

contract. I/We have also made my/ourselves conversant with

the local conditions, place of various deliveries, statutory

requirements. I/We have accordingly worked out our proposal

and final offer accordingly.

Signature of the Bidder/Vendor

Contractor No. of corrections Executive Engineer

(54)

Page 56: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Section-XIMODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND FOR SECURITY DEPOSIT (on stamp paper worth Rupees 100/-)

In consideration of the Governor of Maharashtra (here in after referred to as “the Government”) having agreed to exempt .................................. (here in after referred to as “the Bidder”) from depositing with the Government in cash the sum of Rs. ..................... (Rupees ......................................................... only) being the amount of Security Deposit payable by the Bidder/Vendor to the Government under the terms and conditions of the Agreement dated the ..................... day of .................. and made between the Government on the one part, and the Bidder/Vendor on the other part (hereinafter referred to as “the said Agreement”) for .................................. as security for due observance and performance by the Bidder/Vendor of the terms and conditions of the said Agreement, on the Bidder/Vendor furnishing to the Government a Guarantee in the prescribed form from the branch located in the state of Maharashtra of the Nationalised/Schedule Bank of India being in fact those presents in the like sum of Rs................. (Rupees ........................................ only). We ..............................………………….. Bank/Limited registered in India under ....................................................……………....... Act and having one of our Local Head Office at ..................................... do hereby :

1. Guarantee to the Government : (a) Due performance and observance by the Bidder/Vendor of terms, covenants and

conditions on the part of the Bidder/Vendor contained in the said Agreement. and (b) Due and punctual payment by the Bidder/Vendor to the Government of all sums of

money, losses, damages, costs, charges, penalties and expenses payable to the Government by the Bidder/Vendor under or in respect of the said Agreement.

2. Undertake to pay to the Government on demand and without demur and not withstanding any dispute or disputes raised by the Bidder(s) in any suit or proceeding filed in any court of Tribunal relating there to the said sum of Rs. .............. (Rupees ............................……………...................... only) or such lesser sum as may be demanded by the Government from us our liability hereunder being absolute and unequivocal and agree that.

3. (a) The guarantee herein contained shall remain in full force and effect during the subsistence of the said Agreement and that the same will be continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been duly paid and its claims satisfied or discharged and till the Government certifies that the terms and conditions of the said Agreement have been fully properly carried out by the Bidder.

(b) We shall not be discharged or released from the liability under this Guarantee by reasons of

i) Any change in the constitution of the Bank or the Bidder. orii) Any agreement entered into between the Government and the

Bidder/Vendor with or without our consent.iii) Any forbearance or indulgence shown by the Bidderiv) Any variation in the terms, convenience or conditions contained in the said

Agreement.

Contractor No. of corrections Executive Engineer

(55)

Page 57: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

v) Any time given to the Bidder, orvi) Any other conditions or circumstances under which, in law, a surety would

be discharged.(c) Our liability here under shall be joint and several with that of the

Bidder/Vendor as if we were the Principal debtors in respect of the said sum of Rs. ..........…....... (Rupees ........................................……......…… only) and

(d) We shall not revoke this guarantee during its currency except with the previous consent in writing of the Government.

IN WITNESS WHERE OF the Common Seal of ............................................................. has been hereunto affixed this ......................... day of ....................................................................200... The Common Seal of ................................... was pursuant to the resolution of the Board of Directors of the Company dated the ............... day of ..........................herein affixed in the presence of .................... who, in token thereof, have hereto set their respective hands in the presence of :

1) -----------------------------------------------2) -----------------------------------------------

Contractor No. of corrections Executive Engineer

(56)

Page 58: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Contractor No. of corrections Executive Engineer

(57)

Page 59: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Contractor No. of corrections Executive Engineer

(58)

Page 60: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

Section-XIII

ANNEXURE-A

Local Area Network (LAN) at various PWD offices

The Public Works Department consists of various offices distributed across the state

covered under various campuses. All nodes in various offices within the campus are

interconnected in the Local Area Network. Client Nodes Office on the floor are connected

using UTP CAT 5 structured cabling system to 10/100 Ethernet Switches. All the offices

within campus having distance more than 100m from campus NOC are connected to

Backbone switch using fiber optic connectivity over Fast Ethernet (100 MBPS). Nodes are

running at 100 MBPS using 100 MBPS switches. The Local Area Network are connected to

PWD Wide Area Network. List of campus, address and member offices in each campus is as

given below.

Any additions and changes in campus address and member offices, after agreement will be

covered as mentioned in the list.

Contractor No. of corrections Executive Engineer

(59)

Page 61: SECTION-I DETAILED TENDER NOTICE · Web view7.3.1 A Bank guarantee issued by the branch situated in Maharashtra State of a nationalized/scheduled bank. or 7.3.2 Fixed Deposit receipt

LIST OF CAMPUSNAGPUR REGION

Campus Name Covered Offices with sub- Division

No. of Offices in Campus

Chief Eenineer Nagpur C.E Office 12S.E, V.Q.C.C Circle Dy. Chif Architect S.E Design Circle S.E Electrical Circle E.E Design DivisionE.E N.H 14 DivisionP.W. Electrical DivisionElectrical Inspector World Bank DivisionA.D. Parks & Gardan R.P. Division

P.W. Circle Nagpur S.E Office Nagpur 1P.W.Dn No 1 Nagpur Division Office 1P.W.Dn No 3 Nagpur Division Office 1IMU P.W.Dn Nagpur Division Office 1Amdar Nivas Nagpur Division Office 1Ravi Bhavan Nagpur Division Office 1P.W. Circle Chandrapur SE Office 4

P.W.Dn No 1EGS DivisionR.P. Division

P.W.Dn No 2 Chandrapur Division Office 1P.W. Circle Gadchiroli SE Office 4

P.W.Dn No 1P.W.Dn No 2R.P. Division

P.W.Dn Allapalli Division Office 1P.W.Dn Sironcha Division Office 1

Contractor No. of corrections Executive Engineer

(60)