Director Land Records and Surveys, Odishaboardodisha.nic.in/sites/default/files...Operating System...
Transcript of Director Land Records and Surveys, Odishaboardodisha.nic.in/sites/default/files...Operating System...
1
Director Land Records and Surveys, Odisha Board of Revenue, (LR & S Branch), Odisha, Cuttack.
3rd Floor, Rajaswa Bhawan, Po – Chandinichowk, Cuttack-753002, Odisha.
FAX No. - 0671- 2509125, email. - [email protected], [email protected]
------------------------------------------------------------------------------------------
TENDER NOTICE No: HISURV – 05/2019 1065 /OLRMS Date 06.03.2019
The Director, Land Records and Surveys, invites sealed tenders for supply, installation
and commissioning of two numbers of Storage Array with 15 KVA online UPS of
reputed brand from OEMs or their authorized distributors / dealers having sufficient
experience and credentials of successful supply installation and warranty support of
similar nature of work as per the specifications given within this Tender Document.
One Storage Array with 15 KVA online UPS shall need to be supplied and installed in
ORSAC, Bhubaneswar and another in the office of the Joint Director, Survey & Map
Publication, Cuttack of Odisha Cuttack.
Important Dates
Availability of Tender document in the
website from
07.03.2019
Pre-Bid Meeting 15.03.2019 at 11:00 AM in the Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
Last Date for Submission 30.03.2019 by 5:00 PM at 3rd Floor, Board of Revenue, Odisha, Cuttack
Technical Bid Opening 02.04.2019 at 11:00 AM in the Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
Financial Bid Opening 03.04.2019 at 11:00 AM in the Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
Interested firms/ Institutions/ organizations are requested to follow the schedule given
above. Tender document can be downloaded from web www.odisha.gov.in and
http://boardodisha.nic.in/.
-Sd/- Director Land Records Survey & Consolidation
2
1. Introduction
The Director, Land Records and Surveys, Odisha invites sealed tenders for
supply, installation and commissioning of two number of Storage Array with 15 KVA
online UPSs of reputed brand from OEMs or their authorized distributors / dealers
having sufficient experience and credentials for successful supply installation and
warranty support of similar nature of work as per the specifications given within this
Tender Document. The Storage Array with 15 KVA online UPS shall need to be supplied
and installed in ORSAC, Bhubaneswar and in the office of the Joint Director, Survey &
Map Publication, Cuttack of Odisha Cuttack.
The eligible bidders may submit their tenders in prescribed manner through
Registered post / Speed Post / Courier only to reach the Director, Land Records and
Surveys, Odisha, Board of Revenue, Odisha, Cuttack latest by 5:00 PM on dated
30.03.2019. The Director, Land Records and Surveys, Odisha shall not be responsible
for any postal delay. Tender should not be received in hand at any circumstance.
2. Critical Information
A) Bidder firms / agencies / institutions / organizations are advised to study this
document carefully before submitting their proposals in response to the Tender
Notice. Submission of a tender in response to this notice shall be deemed to have
been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
B) Bidders are requested to attend a pre-bid conference on 15.03.2019 at 11:00 AM at
Conference hall of ORSAC, BBSR as per details provided below.
SL No Information Details 1 Tender Call Notice No and Date: 1065/OLRMS Dated 06.03.2019
2 Last date for submission of written
queries / email queries for clarifications
14.03.2019 by 2:00 PM
3 Date of pre-bid conference 15.03.2019 at 11:00 AM in the Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
4 Tender Fee Rs. 5,000/- (Rupees Five Thousand)
5 Earnest Money deposit Rs.25,00,000/- (Rupees Twenty Five Lakh)only
6 Last date for submission of Bids 30.03.2019 by 5:00 PM
7 Technical Bid opening 02.04.2019 at 11:00 AM in the
3
Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
8 Addressee and Address at which Bid is to
be submitted
Director, Land Records and Surveys, 3rd Floor, Rajaswa Bhawan, Po- Chandini chowk, Cuttack -753002, Odisha
9 Financial Bid opening 03.04.2019 at 11:00 AM in the Conference hall of ORSAC, Jaydev vihar, Bhubaneswar
3. Scope of Work
The tender is for the supply & installation of Storage Array with 15 KVA online
UPS of reputed brand as per the specified technical specification mentioned in this
document. Total two numbers of Storage Array with 15 KVA online UPS s shall be
supplied and installed by the vendor, out of which one shall need to be supplied and
installed in ORSAC, Bhubaneswar and another in the office of the Joint Director, Survey
& Map Publication, Odisha, Cuttack.
The selected firm would provide the after sales services and the warranty
facilities as per the agreed terms and conditions. The Scope of work includes supply,
delivery, installation, commissioning, testing, training and performance of warranty
obligation for both the items. Bid for supply and installation of either Storage Array or
UPS will not be accepted. 4. Technical Specification of Storage Array with 15 KVA online UPS
The technical specification for procurement of the Storage Array with 15 KVA online
UPS is as proposed below. The bidders are expected to prepare their technical &
financial bid complying/ matching to the technical specification. In case of any
deviation, the same should be stated clearly along with the reasons for such deviation.
The DLR&S (Director, Land Records and Survey) reserves the right to revise or alter or
modify the tender document including the specifications thereof before acceptance of
any tender.
Technical Specification of Storage Array Sl.No. Items Functionality/Requirement
1 Total Capacity
Offered Storage Array with shall be supplied with minimum 500TB
usable capacity using a mix of approximately, 50 TB SSD, 100TB on SAS
10K drive not more than 1200GB, 350TB NLSAS with 4TB or higher
capacity HDD on RAID-10. In addition to this, the system should be
configured with one hot spare for every 20-24 drives on the SSD, SAS
and NLSAS disk array.
4
2 Scalability
Offered Array shall be scalable to at-least 50% of present capacity using
additional disks and enclosures only. Controller should be configured as
per this rating.
3 Host Connectivity FC, NFS and CIFS.
4 High Availability
Storage Array shall be configured in a no single point of failure
configuration including array controller cards, cache memory, fan, Power
supply etc. with N+N redundancy.
5 Front End Fibre
Channel Ports
Offered Storage shall have minimum of 8 Nos. Fibre channel 16 Gbps
host ports and four numbers of 10G ports across offered storage
controllers
6 Controller
Minimum 4 controllers to be provided in single system working in active-
active mode to meet the functionalities.
In addition to this system should have 2* NAS controller with 2*10 G
port and at-least 64 GB RAM for NFS and CIFS sharing. RAM mentioned
for NAS controller will be additional to the cache as specified under
"Cache" section.
7 Cache
The Storage Array should have a minimum of 128 GB Cache. Cache shall
be used only for data and control operations and should not handle any
overhead of operating system. Cache shall be used for both read and
write operations. Offered Storage Array should have optional support
for Flash/ SSD cache
8 Integration
Storage shall have API integration for
a. VAAI, VASA, v Centre Operations Manager
· IO Ports Physical
· Drives
· Disk Group,
· Volumes Capacities
· Performance
· Response times
· IO Sizes
· Health
and more) from the same OEM offering storage.
b. SRM, Peer Persistent, Fail over clustering etc. from the same OEM
offering storage.
c. ODX, Thin Provisioning, SCOM and SCVMM etc.
d. Open Stack based cloud for block access.
9 Raid Support &
Virtualization
1. Array should support hardware based RAID 0, 1+0, 1, 5, 6 and 10
levels.
2. Offered Storage Array shall have native virtualization support so that
Raid 1. Raid 5, Raid 1+0, Raid 6, Raid 10 can be carved out from a logical
space instead of dedicating separate physical disks for each application.
3. Every supplied disk shall be able to participate into multiple and
different raid sets simultaneously.
5
10 Operating System
Support
Enterprise Linux with all reputed flavours and distros.
VMWare / Sun Solaris / HP UX / IBM AIX / Centus /ubuntu / Redhat etc.
11 Application
performance
Application from a storage perspective should be configurable from a
latency and IOPS bandwidth perspective. Configuration flexibility for
both is essential.
12 Processing Power
Offered Storage architecture should be based on purpose built ASIC as
Hardware engine/ X64 architecture. The controllers mentioned above
shall operate such that there shall be no load on the storage CPU during
raid parity calculations and thin reclaim process. In case vendor does not
have above ASIC functionality then additional 64GB read and write cache
shall be provided per controller pair to balance the performance.
13 Thin Provisioning
and Space Reclaim
For effective cloud, deployment offered storage should be supplied with
thin provisioning and auto thin reclaim to make the volume thin for an
extended period for complete array supported raw capacity. It should
support automated thin reclaim else additional controller and cache
must be offered to handle the overload.
14 Snapshot / Point in
time copy / Clone
a. Offered Storage shall support to make the snapshot and full copy
(Clone) of thin/thick volumes as thin volume.
b. The Storage Array should have support for controller-based snapshots
functionality (At-least 256 copies for a given volume).
c. Storage Array shall have functionality to re-claim the space from thin
provisioned deleted snapshot automatically. Vendors shall provision at
least
10% additional space over and above the actual requirements, if space
re-claim from thin provisioned deleted snapshot is not possible
automatically.
d. Storage shall have application consistent integration with all OS &
RDBMS; VMWare, Hyper-V, MS SQL, Oracle, Exchange etc. The net
usable space should be 500 TB after the snapshot functionalities”
15 Storage Tiring
a. Offered storage shall provide dynamic migration of volume from one
Raid set to another set while keeping the application online.
b. For effective data tiring, Storage subsystem shall provide support for
automatic policy based Sub-Lun Data Migration from one Set of drive
Tier to another set of drive tier
16 Management
Storage shall have GUI based management for provisioning,
performance management, tiring, PiT/snapshot, Clone, Replication,
storage shall have API based integration to view end-to-end integration
from vCenter GUI.
17 RACK
OEM housing along with power and allied infrastructure should be
provided. Allied infrastructure should cover completed installation of
hardware in supplied rack.
18 3 Way DR support The Storage Array should support three-way replication in native fashion
without using any additional replication appliance.
6
A. 1no of each RAC Server with latest Generation Windows Server for DC
& DR
B. 2SAN switches at DC & DR.
C. Replication license at DC & DR required.
D. DC at ORSAC, Bhubaneswar and DR at JDSMP, Cuttack, Jobra.
E. 30 Min RTO & RPO
F. Applications/ Database related information - image and vector file etc.
G. 1 WAN router each are required at both DC & DR for data transfer
over IP.
H. Minimum 10 MBPS Bandwidth with subject to increase between DC &
DR.
I. OEM should responsible for Demonstration to replicate 100 GB volume
of data from DC & DR.
19 Software Licenses
The system should be configured with perpetual licenses for FC, Thin
provisioning, snapshot, cloning, volume copy, Management software
license for entire system.
Offered storage should have support for de-duplication.
All licenses should be for the full capacity of the array.
Multipath and load balancing software for all SAN connected servers
shall be provided. The storage box should be licensing ready from day
one.
20 SAN Switch Two numbers 12 port 16 Gb SAN switch with LC-LC cables
21 Warranty 5 years full comprehensive warranty and onsite support inclusive of
parts and labour and price of AMC for additional 5year to be quoted.
22 Field proven with
installed base
Offered model/ product series should have been in operation for nearly
1 year worldwide. Firm should have supplied/installed at least 5 units of
the model quoted (disk size can be different).
23 Training
At least ten days (10) days training on “Storage configuration and
Administration”. Training agenda details must be attached in technical
bid.
NETWORK SWITCH
Sl. No.
Items Functionality/Requirement
1 Switch should have 24 x 10/100/1000 BaseT and 2 x 1/10G BaseX SFP+ ports
2 Switch should have additional stacking ports. Minimum 40Gbps stacking bandwidth
3 Should have 128 Gbps switching throughput and 95 Mpps forwarding capacity
4 Should have virtual switch clustering technologies like VSS or equivalent from day 1
5 Should be rack mountable with OEM mounting kit
6 Minimum 1GB DRAM
7 Should support IPv4 and IPv6 static routing
8 Should support following Layer-2 protocols:
9 802.1s, 802.1w, 802.1d, 802.3ad, 802.1q, 802.1p
10 Support for 4000 active/simultaneous VLANs
7
11 Should support SSHv2 And SNMPv3 allowing secure access to the switch
12 Should support DHCP protection blocking DHCP packets from unauthorized DHCP
servers
13 Standard and Extended ACLs on all ports
14 Should support 802.1x user authentication, web based authentication and MAC
based authentication
15 Should be IPv6 ready logo certified from day 1
16 Minimum 8 hardware queues per port
17 MAC address table size: Minimum 16000
18 SNMPv3, RMON, UDLD/DLDP
19 Port Mirroring (Local and Remote)
20 Layer 2 Multicast: IGMP and MLD snooping
21 Jumbo Frame Support
22 Broadcast/Multicast/Unicast Storm Control
23 Modular OS with independent process monitoring and provision for individual
software modules to be upgraded / patched.
24 5 years onsite full comprehensive warranty and support inclusive of parts and labour
and price of AMC for additional 5year to be quoted.
Technical Specification of the Server
Item Description of Requirement
Chasis 2U Rack Mountable
CPU 2 nos./ Latest generation Intel Xeon 16 core E5-2620v4 or latest generation
CHCHE Memory 20MBL3
Motherboard Intel C610 Series Chipset or latest
HDD Bays Scalable up to 8 HDD/SSD
Hard disk drive 3*600GB SAS 10K 2.5in in scalable up to 30TB, 15K
OS with Antivirus RedHat/ SUSE Enterprise Linux with 24*7 with 5 Years Support
Display unit, Mouse and Key Board
17” TFT, Keyboard and Mouse
Controller PCle 3.0 based 12 GB/s Raid Controller with RAID 0/1/1+0/5/50/6/60/1 Advanced Data Mirroring / 10 Advanced Data Mirroring with 4 GB battery backed write cache (Onboard or in a PCI Express slot)
Networking features 10GB 2 port network adaptor supporting advanced features such as TCP segmentation offload, VLAN tagging , MSI-X, Jumbo frames, IEEE 1588, and virtualization features such as VMDQ
SAN Connectivity Dual Port 8 Gb FC HBA card (Should be compatible with SAN switch and SAN storage supplied)
Interfaces Video-1, 4 USB ports (Standard) , Micro SD Slot-1
Bus Slots 3 PCle3.0 slots (Min 2*8 and 1*16 Slots)
Power Supply 750 W or higher Redundant Power Supplies
Fans Redundant hot-plug system fans
Standards Compliance ACPI 2.0b, PCle 3.0, PXE Support, WOL Support, Microsoft Logo certifications, USB 3.0
Security Power -on password, Serial interface control, Administrator’s password, TPM 1.2, UEFI
OS & virtualization Support
Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), VM ware or latest version.
8
Provisioning Essential tools, drivers, agents to setup, deploy and maintenance of the server should be embedded inside the server. There should be a built in -Update manager that can update firmware of system by connecting online.
Embedded Remote Management
1. System Remote management should support browser based graphical remote console along with Virtual power button, remote boot using USB/CD/DVD Drive. It should be capable of offering upgrade of software and patches from a remote client using Media/ image/ folder; It should support server power capping and historical reporting and should have support for multifactor authentication.
2. Server should have dedicated 1GBps remote management port.
3. Server should support agent-less management using the out-of-band remote management port.
4. The server should support monitoring and recording changes in the server hardware and system configuration. It assists in diagnosing problems and delivering rapid resolution when system failures occur.
5. Should support Restful API integration
6. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support.
Server Management Should help provide proactive notification of failure alerts on critical components like CPU, Memory and HDD.
The Server Management software should be of the same brand as of the server supplier.
Warranty Support 5 Years onsite comprehensive warranty with parts and labour charges and price of AMC for additional 5year to be quoted.
Server OEM should be listed in leaders quadrant of Gartner’s report on Modular Servers in either of the last 2 years
Technical Specification of 15KVA online UPS
Sl. No. SPECIFICATIONS FEATURES Vendor’s
Compliances
1. POWER RATING 15 KVA/12 KW (with 0.8 PF)
TYPE True Online Double Conversion IGBT Based..
2. BACK UP 01 HOUR.
Battery Type: Sealed Maintenance Free(SMF)
12V/65AH/32 Nos.
Min. VAH : 24960VAH
Make: Exide/Amaraja Quanta/Panasonic any
one make only
Batteries to be supplied along with MS Rack
Type, Battery connector and suitable cable for
UPS connection with Isolator.
3. INPUT PARAMETERS Voltage Nominal-400 AC
Voltage Range-340V to 465 AC
Frequency Range-47 to 53Hz
Phase- Three Phase, 4Wire
4. OUTPUT PARAMETERS Voltage-230V AC, Single Phase
Voltage Regulation: +/- 1% Typical
Frequency-50Hz
9
Frequency regulation: +/- 0.05Hz in free running
mode and +/- 3Hz in sync mode.
Wave Form- True Sine wave
Harmonic Distortion- < 2% with Linear load < 5%
on Non Linear Load.
Power Factor: 0.8 Lagging
Crest factor: 3:1.
5. D.C.
PARAMETERS
Voltage-360V DC
DC Ripple: < 1%.
Battery Isolation from DC Bus.
6. INVERTER
Sine wave PWM Technology with IGBT as
switching devices. Overload rating: 110% for
30mints. /150% for 10 sec/ 200% for 05 Cycles.
7. CHARGER Has automatic float cum boost charging
capability with settable float & boost charging
voltages and current levels.
8. BY-PASS Bi-directional Static Switch.
Voltage: Single Phase, 230V AC
Overload rating: 100% for 60 milliseconds.
Transfer Time: Less than 5 milliseconds in Sync
mode.
9. OTHERS Transient response: For 100% load variation i.e.
from full load to no load to full load: Dip < 3%
Peak < 3%
Recovery Time: 2-3 cycles.
10. ISOLATION UPS should have Inbuilt Isolation Transformer
Based.
11. GENERAL PARAMETERS Operating Temperature: 0-45 deg cel (50 deg cel
Peak).
Storage: -20 to =65 degree Centigrade.
Relative humidity: 0 to 95% (Non Condensing)
Noise Level: Less than 60db at 1 mtr.
12. MECHANICAL
PARAMETERS
Enclosure Protection: IP-21
Installation on Castor Wheels.
Simple Operating Controls.
13. INDICATIONS (LED) a) Mains On
b) Inverter On
c) Battery On Charge
d) Mains Over/Under Voltage
e) Phase Fail
f) Low Battery Imminent
g) Battery Over/Under Voltage
h) Inverter Over/Under Voltage
10
i) Inverter Overload
j) Overheat
k)Load On Inverter & Bypass ON.
14. PROTECTIONS a) Input Over/Under Voltage
b) Phase fail
c) DC over/under Voltage
d) Inverter Over/Under Voltage
e) Inverter Overload
f) Overheat
g) SOAR protection for IGBTs
h) Output AC Over/Under Voltage
i) High speed fuses for Semi-conductor devices
j) Snubber Circuits for Power Semi-Conductors.
15. METERING (DIGITAL) 16 x 2 LCD to measure the following:
a) AC Input / Output Voltage per Phase
b) Load percentage
c) DC Voltage
d) Battery Percentage
e) Output Frequency.
16. AUDIBLE ALARAM Built in Buzzer operates on fault Conditions.
17. Certification ISO 9001-2008,14001
18. Service support Preferred Local Service Centre/
Details setup to be enclosed.
19 Warranty/Guarantee 5 Years onsite comprehensive warranty with
parts and labour charges and price of AMC for
additional 5year to be quoted.
Technical Specification of WAN Router Sl No Minimum Requirement Description
1 19” rack mountable Modular chassis with a console port
2 Should have 3*1000 Base Ethernet routed ports for WAN/LAN connectivity. Should also have one shared/ dedicated gigabit SFP-LX populated port for WAN Connectivity
3 Should have redundant power supply
4 Should have minimum 2 free slots for future use
5 Should have embedded hardware accelerated VPN encryption for secure connectivity
6 Should have identity management using authentication, authorization, and accounting (AAA) and public key infrastructure.
7 Should have 2 Mpps packet forwarding performance
8 Should have basic IP routing protocols for IPv4 and IPv6: Static Routes, OSPF, BGP, VRRP/ equivalent, PIM-DM and PIM-SM
9 Should have policy based Routing (PBR)
10 Should have IGMP and MLD snooping
11 Should support TACACS+ and RADIUS authentication
12 Should support firewll function with stateful packet inspection
13 Should support IPSec VPNs
14 Router should have SDN/TRILL & VxLAN/802.1 aq from day one for this larger deployment.
11
15 Should have integrated/ external WAN bandwidth optimization feature for file and web applications.
16 Router should have the capability to be clustered together with like VSS or equivalent virtualization/ Stacking feature for upto 2 units per cluster / stack
17 Security features: IPv4 and IPv6 ACLs, RADIUS, TACACS, SSHv2, DHCP snooping, IP Source Guard, Zone based firewalling, Dynamic ARP Protection/ equivalent, IEEE 802.1X, MAC Authentication, Support for IPS feature.
18 Management : SNMP (v1, v2c, and v3), RMON, NetFlow/sFLOW/equivalent, TFTP, FTP/SFTP, NTP/SNTP, Debug, Syslog, IP-SLA/NQA/equivalent, LLDP/equivalent, Multiple software image, Multiple configuration support, suitable OOB console, and CLI
19 Certification : EAL3/NDPP, IPv6 ready logo
20 5 Years onsite comprehensive warranty with parts and labour charges and price of AMC for additional 5year to be quoted.
NMS Specifications
NMS Appendix-1 Sl No Specifications Compliance Remarks
1 Features
1.1 Offered NMS Software shall be a standalone, comprehensive management platform that delivers integrated, modular management capabilities across fault, configuration , accounting, performance, and Security (FCAPS) needs
1.2 The software shall be designed on a service oriented architecture (SOA) using a business application flow model and capable of including additional modules to the base platform to provide deeper functionality
1.3 The software shall be compatible with Microsoft Windows and Linux operating systems.
1.4 The software shall come with an initial license for 50 managed devices. Additional node licenses shall be available to extend the node limit
1.5 The software shall enable centralized management of proposed network elements with a variety of automated tasks, including discovery, categorization, baseline configurations, software images, configuration comparison tools, version tracking, change alerts and more.
1.6 Shall have rich Resource Management like Discovery, full inventory , L2/L3 topology etc.
1.7 Shall provide performance management including CPU utilization, Memory utilization, Bandwidth utilization, TopN Statistics, thresold based alarming etc.
1.8 Shall support comprehensive VLAN management to view current VLAN configuration, VLAN topology, bulk VLAN deployment etc.
1.9 Shall have integrated ACL management to simplify definition and deployment of ACLs and perform ACL rule optimisation
1.10 Shall support comprehensive configuration management like Bulk configuration, scheduled backup and restored , baselining and notification of changes etc.
1.11 Shall have fault management features like in depth correlation and analysis of alarms.
1.12 Shall provide flexible reporting capabilities including pre -defined and custom reports with scheduled and flexible delivery options.
1.13 Centralized and Distributed deployment capability
1.14 The software shall have modular architecture supporting other software plug-ins to enrich the network’s management capabilities such as AAA,
12
NAC, Network Traffic Analyzer (Using sflow/ Netflow), Network automation, Application Performance and Virtualization Management etc.
1.15 The software shall have support for RESTful API libraries , VxLANRBAC, Asset Management/ reporting etc.
1.16 The software shall support visibility into offered server & storage platforms.
1.17 The software must be capable of being deployed in 1+N high avaialbility deployment across different geographic sites.
2 Configuration Required
2.1 The software shall be proposed with OEM recommended hardware/OS/DB etc as required for the offered software.
2.2 The NMS shall be of the same make as of switches & routers. In case the NMS software offered is of a different make, mutual Interoperability certificate on OEM for each of the item offered must be submitted with the offer
2.3 The NMS software shall be proposed with required rack server hardware and offered hardware shall be configured to handle up to 200 managed devices.
2.4 Software updates and upgrades must be made available to the end user for five years including 24*7 support directly from OEM for offered software as well as related hardware 5 Years onsite comprehensive warranty with parts and labour charges and price of AMC for additional 5year to be quoted.
5. Proof of compliance to specification The bidders have to put the page reference of the datasheet against the specification
mentioned in Techno-commercial Bid to ensure compliance of the required
specification. The area of the datasheet containing the keyword of the specification
must also be highlighted by fluorescent marker. Otherwise, the bid may be treated as
incomplete or the specification offered does not confirm to the required specification
thus leading to rejection or technical disqualification of the bid. The bidder may submit
the same in the letter head of the manufacturer which will be verified.
6. Tender Fee
The Tender document will be available in the website: www.odisha.gov.in and www.
tenders.gov.in. The Tender document can be downloaded and submitted with a non-
refundable cost of Rs. 5,000/- (Rupees Five Thousand Only) in shape of a Demand
Draft from any scheduled bank, payable at Cuttack in favour of the Director Land
records and Survey. Bid submitted without the Tender Fee would be summarily
rejected.
13
7. Earnest Money Deposit
A refundable amount Rs. 25,00,000/- (Rupees Twenty-Five Lakhs) only towards
Earnest Money Deposit in shape of Demand Draft favouring the Director, Land Records
and Surveys, Odisha, Cuttack payable at Cuttack is to be submitted along with the
Technical Bid. A bid submitted without the Earnest Money Deposit would be
summarily rejected. The EMD of the unsuccessful bidders would be returned
immediately after one month of issue of the work order to the successful bidder. The
EMD of the successful bidder will be returned after submission of the performance
security by the successful bidder. The EMD amount is interest free and will be
refundable to the unsuccessful/ Successful bidders without any accrued interest on it.
The EMD will be forfeited:
If a bidder withdraws its bid during the period of bid validity.
In case the bidder violates the terms and conditions.
In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this tender document.
8. Eligibility Criteria A) The bidder should be a profit making company/ firm for the preceding three
financial years including FY 2017-18.
B) The bidder should be an OEM/ Authorized Partner. Authorization letter from
Original Equipment Manufacturer (OEM) in favour of authorized firm/ agency to bid /
negotiate against this tender, must be enclosed with the techno commercial bid. The
proforma of the authorization letter is attached with the tender document as Form –
IV.
C) Bidder should have annual turnover of more than Rupees Twenty Crores relating to
supply and installation of Hardware related project for last three financial years
including FY 2017-2018 to be certified by Charted Accountant auditing the accounts of
the firm. Audited Balance sheet and profit and loss account statement for last
consecutive three years to be submitted along with techno commercial Bid.
D) Bidder should have valid registration of CST/VAT or GST and PAN. Documentary
proof the same will need to be enclosed.
14
E) Bidder must have executed orders for installation of similar hardware Storage Array
costing of minimum rupees two crores in preceding 3 (three) financial years.
F) The bidders must have adequate arrangements within India to be able to execute
warranty obligations & provide the after sales services and the warranty facilities as
per the agreed terms and conditions.
G) The bidder must also have adequate Service Engineer for providing warranty services within stipulated time.
H) Storage Array including online UPS offered for supply and installation should carry
on-site comprehensive additional warranty support for at least FIVE years excluding
normal warranty (three years) from OEM.
I) The bidder shall submit all necessary documentary evidence to establish that the
Bidder meets the above qualifying requirements.
II) The bidder should have ISO certification.
III) The bidder should not be black listed by any department of Govt of India / State
Govt/ PSU/ Govt Agency/ Organisations.
9. Pre-Bid
The Bidder will have to ensure that there queries for the pre-bid meeting should
reach the DLR&S, Odisha by email ([email protected] / [email protected]) in the format given
below on or before 2:00 PM dated 14.03.2019.
Sl. No. Paragraph No. &
Paragraph Head
Content requiring
clarification
Clarification needed
(1) (2) (3) (4)
Note Below: - Clarification not sought for will not be entertained later.
10. How to Apply A) Techno Commercial & Financial Bid The interested Agencies / Firms need to submit their proposals on or before the closing date. The proposal should comprise of following two parts: a) Techno Commercial Bid The technical bid would comprise of and should explain the followings strictly in the
same order:
15
i) Tender document duly signed in each page with the following forms duly filled up.
ii) Executive Summary - as prescribed in Form - I
iii) Bidder Details - as prescribed in Form - III
iv) Authorization from OEM for bidding - as prescribed in Form - IV
v) Certificate of Guarantee / Warranty - as prescribed in Form - V
vi) Compliance to Technical Specification - as prescribed in Form - VII
vii) Relevant Experience - as prescribed in Form - VIII
viii) Tender fee of Rs. 5,000/-
ix) EMD of Rs. 25,00,000/-
x) Up to date VAT/ CST or GST clearance certificate.
xi) Service registration certificate and Pan card.
xii) Supporting document for claim of bidder as a registered organisation or a
company.
xiii) Audited balance sheet and Profit and Loss Account for last three years
including FY-2017-2018.
xiv) I.T return for last three assessment years.
xv) Proof of successful completion of at least two assignments of minimum Rs 2.00
Crores each year during last three years.
xvi) Enrolment number of EPF/ESI statement of the Service Engineers.
b) Financial Bid Financial Bid should contain the cost of the Storage Array with 15 KVA online UPS
being proposed by the bidder. The bidder shall quote the prices in INR of goods and
services inclusive of all duties and all taxes, freight, levies, or charges up to the
destinations. The prices quoted shall remain firm and fixed for the duration of the
validity and shall not be subject to adjustment on any account.
For evaluation of the financial bid, the amount indicated in words would be taken as
the correct financial bid in case there is any discrepancy between the amounts
indicated in figures and in words. The bidder has strictly to use the prescribed
tabulated format for financial Bid as prescribed in Form IX.
11. Format & signing of proposal a) The Bidder would provide all the information as per formats specified in this Tender
document and any deviation from the formats shall be rejected. The Director Land
Records Survey would evaluate only those proposals that are received in the required
format and are complete in all respects.
16
b) The forms (i to x) attached with the tender document shall be typed or written in
indelible ink and each page shall be duly signed and stamped by the Bidder in original.
Alterations, omissions, additions, or any other amendments made to the proposal shall
be duly signed by the authorized signatory properly.
c) All pages of the proposal must be sequentially numbered and shall be duly signed by
the Authorized Representative of the bidder.
12. Language The proposal and all related correspondence and documents should be written in the
English language. Supporting documents and printed literature furnished by Bidder
with the proposal may be in any other language provided that they are accompanied
by appropriate translations of the pertinent passages in the English language duly
certified appropriately.
13. Submission of Proposals
a) The Bidder shall prepare and submit the Techno Commercial Bid Proposal as per the
prescribed format in a separate sealed envelope, which will be superscribed "Techno
Commercial Bid for purchase of Storage Array with 15 KVA online UPS “.
b) The Bidder shall prepare and submit one Financial Bid Proposal as per the
prescribed format in a separate sealed envelope, which will be marked "Financial Bid
for purchase of Storage Array with 15 KVA online UPS ".
c) The Techno commercial bid and the Financial bid should be separately sealed and
placed in a sealed single outer envelope superscribed with the tender no and date and
marked as "Bid for Storage Array with 15 KVA online UPS for DLR&S. with "Bidder
Name & Address" and shall be addressed to: -
Director, Land Records Survey & Consolidation, Board of Revenue, Odisha, Cuttack
3rd Floor, Rajaswa Bhawan, Po – Chandinichowk, Cuttack-753002, Odisha
FAX No. - 0671- 2509125, email. - [email protected]
d) Proposals must be received at the address specified above latest by 5:00 PM on
30.03.2019. Any proposal received by the DLR&S after the above deadline shall be
rejected and returned unopened to the Bidder.
17
e) DLR&S shall not be responsible for any postal delay or non-receipt/ non-delivery of
the documents. No further correspondence on the subject will be entertained.
f) DLR&S reserves the right to modify and amend the tender document through issue
of corrigendum depending upon project priorities vis-à-vis urgent commitments.
The bidders are allowed resubmit their bid- if required, after such amendments.
g) DLR&S may cancel the tender process in part or whole at any time and without
assigning any reason.
14. Completeness of Response a) Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of the bid shall be deemed
to have been done after careful study and examination of the Tender document with
full understanding of its implications.
b) The response to this notice should be full and complete in all respects. Failure to
furnish all information required by the tender document or submission of a bid not
substantially responsive to the tender document in every respect will be at the
Bidder's risk and may result in rejection of its Proposal.
15. Pre-bid meeting
The DLR&S will conduct a pre bid meeting to address any clarifications of the
organisations interested in responding to the Tender which will take place at the
following venue and time:
Venue - In the Conference hall of ORSAC, BBSR
Time - 11:00 AM
Date – 15.03.2019
The prospective bidders are requested to attend the pre-bid meeting on scheduled
date and time. Technical specifications, Warranty and Terms and Conditions shall be
open for discussion for wider competition and competitive prices.
The bidders are requested to submit all their questions mentioning the reference of
the paragraph (Paragraph No./ Page No.) in advance only in writing/ email to reach
the above office not later than 1 working day(s) before the Pre-Bid conference. Any
modification of the tender document, which may become necessary as a result of the
Pre-Bid conference, shall be issue as an Addendum/ Corrigendum and published on the
Official Websites where in the tender document has been published.
18
16. Submission of wrong information
The DLR&S will disqualify any bidder at any stage of bid evaluation if it is discovered
that the bidder has made wrong claims regarding its fulfilment of the eligibility criteria
and DLR&S will forfeit the EMD and may blacklist and initiate a legal action.
In the event of contract being awarded to such a firm making false claims/suppression
of truth/misleading claim/wrong claim regarding its fulfilment of the eligibility criteria,
the DLR&S shall immediately terminate the contract and forfeit the Performance Bank
Guarantee submitted by the company including black listing and legal action which
shall be deemed fit will be initiated against him.
17. Validity of proposal
Quoted rates must be valid for a period of 180 days from the date of the opening of
the financial bids of tender. The overall offer for the assignment and bidder quoted
price shall remain unchanged during the period of validity. In case the bidder
withdraws his offer during the validity period, bid will be rejected and the earnest
money deposit shall be forfeited without assigning any reason thereof.
18. Tender Evaluation All bids and all supporting documents / documentary evidence would be evaluated by
a Tender Evaluation Committee (TEC) constituted by the DLR&S to determine whether
the bids received are complete in all respects as specified in the tender document. The
decision of the Tender Evaluation Committee in the evaluation of responses to the
Tender shall be final. No correspondence will be entertained outside the process of
negotiation/ discussion with the Committee.
The evaluation of the techno commercial bid shall be done in two stages as:
a) Sub – Stage – A (Essential pre-qualification criteria)
i) All the bids would be examined to determine that these qualify against the
essential pre-qualification criteria, whether bidder has submitted the EMD & Tender
fee with the technical bid, whether all the documents as mentioned / or required in
the tender document to be submitted with the technical bid, has submitted,
whether all the documents are in the prescribed format and has been properly
signed & stamped and whether the bid are completed and generally in order.
ii) The bids of the tender(s) who will not qualify Sub-stage – A shall be rejected.
19
b) Sub – Stage – B (Technical Specification)
i) The TEC will examine the detailed technical specification of the quoted model,
whether these are complying with the specification as mentioned in the tender.
ii) The bid which is not complying with the tender specification will be rejected.
iii) After evaluation of the techno commercial bid(s), a list of the bidder(s) who
qualify the techno commercial evaluation (Sub – Stage – A & B) shall be made.
B) Stage – II (Financial Evaluation)
The financial bid(s) of the only technically qualified bidder(s) will be opened for
financial evaluation. For evaluation of the financial bid, the amount indicated in words
would be taken as the correct financial bid in case there is any discrepancy between
the amounts indicated in figures and in words.
19. Award of Contract
After the due evaluation of financial bid(s), the DLR&S will award the contract to the
lowest evaluated tenderer.
20. Performance Security
On receipt of the purchase order the successful bidder has to submit the Performance
security in shape of Bank Guarantee for an amount equal to 10% of the contract value
from a scheduled Bank envocable at Cuttack valid for 102 months from the date of
work order within 15 days from the date of receiving of the work order.
21. Delivery & Installation:
The Storage Array with 15 KVA online UPS s ordered should be installed and ready to
use within 12 weeks on faultless working condition from the date of the issue of the
purchase order in both the places. The DLR&S reserves the right tom extended the
time. However the maximum period of delivery and installation would be 22 weeks
from the issue of Purchase Order (PO) otherwise the order will automatically stand
cancelled and the performance security will be forfeited.
20
22. Liquidated Damage:
If the selected bidder fails in satisfactory installation & commissioning of the
equipment in stipulated time of 12 weeks then penalty at the rate of 1.0% of the order
value per week subject to maximum of 5% will be charged on the entire quoted value
excluding taxes. A part of a week will be reckoned as one week during imposition of
penalty. DLR&S reserves the right to recover the penalty either from the performance
bank guarantee or adjust the same the payment of the bidder.
23. Warranty:
The tenderer must be quoted with additional five years comprehensive on-site
Warranty / Guarantee excluding normal warranty (three years) from OEM and it will
be started from the date of the satisfactory installation / commissioning of equipment
against the defect of any manufacturing, workmanship and poor quality of
components and the bidder also give the guarantee / warranty declaration in
prescribed format as attached with the tender as Form-VI. The bidder has to strictly
obey and abide with the declarations/ clauses made available in Form no-VI within this
warranty.
24. Payment Terms
No advance payment shall be made. 80% of the payment shall be released on
successful satisfactory installation and training of Storage Array with 15 KVA online
UPS to be certified by firm’s engineer jointly with authorized representative of TEC.
The balance 20% payment shall be released after successful running of the machine for
3 months.
25. Disclaimer
The information contained in this Tender document or subsequently provided to
Bidder(s), whether verbally or in written form by or on behalf of DLR&S, Government
of Odisha or any of their employees or advisors, shall be subject to the terms and
conditions set out in this tender document and any other terms and conditions subject
to which such information is provided.
This tender document does not purport to contain all the information each
Bidder may require. This tender document may not be appropriate for all persons, and
it is not possible for DLR&S, their employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this
21
tender document. Certain Bidders may have a better knowledge of the proposed
Project than others. Each Bidder should conduct its own study and analysis and should
check the accuracy, reliability and completeness of the information in this tender
document and obtain independent advice from appropriate sources. DLR&S, their
employees and advisors make no representation or warranty and shall incur no liability
under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the tender document. DLR&S may, at its discretion, but without being
under any obligation to do so, update, amend, add to any or all of the provisions or
supplement the information of this tender document or cancel the present Invitation
and call for fresh Invitations.
DLR&S reserves the right to reject any or all of bids submitted in response to this
tender notice, invitation at any stage without assigning any reasons whatsoever. The
DLR&S also reserves the right to hold, or withdraw from, or cancel the process at any
stage up to the final selection.
Neither DLR&S nor their employees or consultants will have any liability in case
of non-receipt of any correspondence from them to the bidders due to postal delays.
Subject to any law to the contrary, and to the maximum extent permitted by law,
DLR&S and its officers, employees, contractors, agents, and advisers disclaim all
liability from any loss or damage (whether foreseeable or not), suffered by any person
acting on, or refraining from acting because of any information including forecasts,
statements, estimates, or projections contained in this document, or conduct ancillary
to it, whether or not the loss or damage arises in connection with any negligence,
omission, default, lack of care or misrepresentation on the part of DLR&S or any of its
officers, employees, contractors, agents, or advisers.
26. Law & Jurisdiction
In case of any dispute, this tender shall be governed by and construed in accordance
with the applicable laws at CUTTACK, India. The Jurisdiction for such disputes will be
CUTTACK, Odisha.
22
Form-I Executive Summary
On Company Letterhead
Sl. Particulars Information Evidence at Page
A Organization Profile
1. Name of the Firm/ Agency 2. Year of Incorporation
3. Type of Organization (Public Ltd./ Pvt. Ltd.)
4. Nature of Business 5. Registered Office Location
6. Cities having official Setup
7. Service Tax Registration No.
8. No. of Technical personnel continuing in Payroll of firm/ agency at least since one year
9. PAN 10. Sales Tax Registration Number
11. TAN
12. TIN 13. Please mention brands for which the firm is
authorized supplier
B Financial Information
14. Total Turnover in ___________ Financial Year 2015-16 15. Total Turnover in ____________Financial Year 2016-17
16. Total Turnover in ____________Financial Year 2017-18
17. No. of Works of similar nature executed minimum value 2 crores in financial year________and_________
18. No. of Govt. Organizations/ PSUs where similar kind of work has been executed within last three financial year
C Details of Demand Draft 19. Tender Cost DD No.-
Date- Amount- Drawn on-
20. Earnest Money Deposit DD No.- Date- Amount- Drawn on-
(Signature of Authorized Signatory) (Name, Title and Address of the Bidder)
Company seal & stamp
23
Form II: Covering Letter from the Bidder
(On Company Letterhead)
[Location & Date]
To The Director Land Records Survey Board of Revenue, Odisha, Cuttack – 3 Sub. Bid submission for supply and installation of Storage Array with 15 KVA online UPS
for Director Land Records & Survey.
Ref. ______________________-
Sir, Being duly authorized to represent and act (to be supported by a Power of Attorney document) on behalf of …………………… (hereinafter referred to as "the Bidder"), and having reviewed and fully understood all of the qualification requirements and specifications details information provided, the undersigned hereby submit the Bid for supply and installation of Storage Array with 15 KVA online UPS for Director Land Records Survey and do hereby propose to execute the job as per specification as set forth in your Bid-Documents. I/ We are enclosing our Bid Proposal, with the details as per the requirements of the
Bid Document, for your evaluation. The undersigned hereby also declares that the
statements made and the information provided in the Bid Proposal is complete, true
and correct in every detail. We understand you are not bound to accept any Proposal
you receive.
Primary Contact Secondary Contact Name
Title
Phone Mobile
Email Fax
I/ We confirm that the information contained in this response or any part thereof,
including its exhibits, and other documents and instruments delivered to Director,
Land Records and Survey Odisha, Cuttack is true, accurate, verifiable and complete.
24
This response includes all information necessary to ensure that the statements therein
do not in whole or in part mislead Director, Land Records and Survey Odisha, Cuttack
in its tender process.
Prices and Validity: The prices of the ____________________ stated in the bid are FIRM during the entire
period of job irrespective of date of completion and not subject to any price
adjustment as per in line with the Bidding Documents. All prices and other terms and
conditions of this proposal are valid for a period of 180 (one hundred eighty) days from
the date of opening of the financial bids. We further declare that prices stated in our
proposal are in accordance with your bidding.
We confirm that our bid prices include all other taxes and duties and levies applicable on bought out components, materials, equipments and other items and confirm that any such taxes, duties and levies additionally payable shall be to our account. Tender Fee: We have enclosed the Tender Fee in the form of DD bearing DD No. ………..…… Dated …..….….. for a sum of Rs. 5,000/- (Rupees five thousand Only). Earnest Money Deposit: We have enclosed the Earnest Money Deposit in the form of DD bearing DD No. …………… Dated …….….. for a sum Rs. 25,00,000/- (Rupees twenty five Lakhs)only Deviations: We declare that job shall be executed strictly in accordance with the specifications and
documents irrespective of whatever has been stated to the contrary anywhere else in
our proposal. Further, we agree that additional conditions, deviations, if any, found in
the proposal documents other than those stated in our Deviation Schedules, save that
pertaining to any rebates offered, shall not be given effect to.
Work schedule:
If this proposal is accepted by you, we agree to provide services and complete the
entire work, in accordance with schedule indicated in the proposal, We fully
understand that the work completion schedule stipulated in the proposal is the
essence of the Job, if awarded.
Job performance guarantee:
We further agree that if our proposal is accepted, we shall provide a Performance Bank
Guarantee of value, equivalent to ten percent (10%) of the Job Price as stipulated in
Bid document in the form of Bank Guarantee in your favour, which shall be invoked at
25
Cuttack and shall be valid for 102 months from the date of work order within 15 days
from the date of receiving of the work order.
I/ We fully understand and agree to comply that on verification, if any of the
information provided here is found to be misleading the selection process or unduly
favours our company in the selection process, we are liable to be dismissed from the
selection process or termination of the contract at any point of time or during the
project/ (or/ and) penalized as per the decision of Director, Land Records and Survey
Odisha, Cuttack.
I/ We agree to abide by the conditions set forth in your bid document. It is hereby
confirmed that, I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other
documents, which may be required in this connection.
Yours faithfully,
(Signature of Authorized Signatory) (Name, Title and Address of the Bidder)
Company seal & stamp
26
Form III: Bidder Details
(On Company Letterhead)
Sl. Particulars Information
1. Name of the Firm/ Agency 2. Complete Postal Address
3. Contact Information Phone – Mobile – Email –
4. Status of Company (Public Ltd. / Pvt. Ltd.)
5. Details of Registration of Firm Authority – Date of incorporation –
6. Date of Commencement of Business
7. Nature of Business
8. Service Tax Registration No.
9. PAN 10. Sales Tax Registration Number
11. TAN 12. TIN
13. Turnover in _______ Financial Year
14. Turnover in_______ Financial Year
15. Turnover in_______ Financial Year
(Signature of Authorized Signatory) (Name, Title and Address of the Bidder)
Company seal & stamp
27
Form IV: Authorization from OEM for bidding
(Two numbers of separate authorizations should be executed for both the items i.e Online UPS and Server.)
(On Company Letterhead) To The Director Land Records Survey Board of Revenue, Odisha, Cuttack – 3 Sub. : Authorization Letter from OEM for bidding/ authorization certificate.
Ref. : RFP Notice number___________/ Dated____________
Sir,
We, ………………………………………… (Name and Address of the Manufacturer), who are established and reputed manufacturers of ……………………….. (Name/description of the products), having factory at ……………………………… (Address of factory), hereby authorize M/s. ………………………………………………. (Name & address of bidder /agent) to bid, negotiate and conclude the order with you for the above goods manufactured by us. We shall remain responsible for the tender / Agreement negotiated by M/s ……………………..………………………………….. , jointly and severely. No company or firm or individual other than M/s …………………………………………………………………… are authorized to bid, negotiate and conclude the order in regard to this business against this specific tender as for all business in the entire territory of Odisha. In case duties of the bidder/ agent / distributor are changed or agent / distributor will be changed, it shall be obligatory on us to automatically transfer all the duties and obligations to the new Agent failing which we will ipso-facto become liable for all acts of commission or omission on the part of new Indian Agent / distributor. We also hereby extend full guarantee for the products offered for supply by the above firm against the said notice and duly authorize said firm to act on our behalf in fulfilling all installation, technical support and maintenance. Yours faithfully, [Name & Signature]
For and on behalf of M/s. …………………………………………… [Name of manufacturer]
Note: This letter of authority must be on the letterhead of the concerned manufacturer and must be signed
by a competent person and having the power of attorney to bind the Manufacturer and, must be included
by the Bidder in its bid. In case of Dealer the Bidder has to provide the dealer certificate.
28
Form V: Certificate of Guarantee / Warranty
(On Company Letterhead) I / We certify that,
1. The guarantee / warranty shall be given for a period of additional five years including normal warranty of three years from OEM starting from the date of satisfactory installation, commissioning and handing over of the equipment and the work conducted under the contract.
2. During the guarantee / warranty period, I / we shall provide the “after sale service” and the replacement of defective / or any part(s) of the equipment or rectification of defects of work of the equipment will be free of cost. The replacement of the parts shall be arranged by us, at our own cost and responsibility.
3. We undertake that the above guarantee / warranty shall begin only from the date of satisfactory and faultless functioning of the equipment at installed location. The benefit of change in dates of the guarantee / warranty period shall be in the interest of the use / your organization.
4. During the warranty period, we shall provide at-least 4 preventive maintenance visits per year.
5. Guarantee: During the guarantee / warranty period, we will be responsible to maintain the equipment including all the accessories in satisfactory faultless working conditions for a period of 365 days.
6. All complaints will be attended by us within 4 working days of receipt of the complaint in our office.
7. We shall try to repair the equipment at installed location. However, in case it is not possible to repair the equipment at the installed location, we will take out the equipment to our site on our own expenses. We shall take the entire responsibility for the safe custody and transportation of the equipment taken out for repairs till the equipment is rehabilitated to the installed location after repair. If any loss of equipment occurred during our custody, we will compensate to DLR&S Odisha, Cuttack.
8. We guarantee that in case we fail to carry out the maintenance work within the stipulated period, DLR&S Odisha, Cuttack, reserves the right to get the maintenance work carried out at our risk, cost and responsibility after informing us. All the expenses including excess payment for repairs/maintenance shall be adjusted against the Performance Bank Guarantee. In case the expenses exceed the amount of Performance Bank Guarantee, the same shall be recoverable from us with/without interest in accordance with the circumstances. penalty @ .5% up to 10% on the machine price will be charged for delay of a single extra day from the date of receiving of call log by the office. The call will be booked in the bidders service call number. No personal number will be entertained for book the call log by the DLRS.
9. We undertake to perform calibration after every major repair/ breakdown/ taking the equipment out for repair from the installed location.
10. We guarantee that we will supply spare parts, if and when required on agreed basis for an agreed price. The agreed basis could be an agreed discount on the published catalogue price.
Authorized signatory of the company with Seal
29
Form VI: Declaration Regarding Blacklisting/Debarring for Taking Part in Tender (To be executed &attested by Public Notary / Executive Magistrate on `.10/- non judicial Stamp paper
by the bidder)
I / We ………………………………………………………. Manufacture / Partner(s) / Authorized Distributor / agent
of M/s. …………………………………………………………………………. hereby declare that the firm / company
namely M/s…………………………………………………………………….. has not been blacklisted or debarred in the
past by any Union / State Government or organization from taking part in Government tenders in
India.
Or
I / We …………………………………………………………. Manufacture / Partner(s)/ Authorized Distributor /
agent of M/s. …………………………………………..…………………………….. hereby declare that the Firm/company
namely M/s. ………………………………………………………………………….. was blacklisted or debarred by Union /
State Government or any Organization from taking part in Government tenders for a period of
……………………………….. years w.e.f. …………………………… to ………………... The period is over on
…………………………… and now the firm/company is entitled to take part in Government tenders.
11. In case the above information found false, I/we are fully aware that the tender / contract will be rejected / cancelled by DLR&S Odisha, Cuttack, and EMD / Performance Security Deposit shall be forfeited.
12. In addition to the above DLR&S Odisha, Cuttack will not be responsible to pay the bill for any completed / partially completed work.
DEPONENT Name________________ Address ___________________
Attested: (Public Notary / Executive Magistrate)
30
Form VII: Compliance of Technical specification
(On Company Letterhead)
S.L No Items Functionality/Requirement
Complied? Y/N
Deviation Suggested
Reason for offering
deviation
(Signature of Authorized Signatory) (Name, Title and Address of the Bidder)
Company seal & stamp
31
Form VIII: Relevant Project Experience (On Company Letterhead)
Sl.
During
Financial
Year
Client Name /
Organization
and Address
Contact
Person
Name,
Address &
Contact
Information
Order Value
Scope of Work (Delivery/
Installation/ Commissioning/ Maintenance/ Others [Please
Specify])
Remarks
(Signature of Authorized Signatory) (Name, Title and Address of the Bidder)
Company seal & stamp
32
Form IX: Financial Bid Format (On Company Letterhead)
We quote below our firm prices for Supply and installation of Storage Array with 15 KVA online UPS with required specifications stipulated in the tender document.
Sl.
Item Make/ Brand
Model
Quantity
Unit Price
Tax (Specify)
Total
1.
2.
3.
Installation/ Commissioning Charges if any including sundry expenses.
Total
Bid Price In figure Rs.…………………………………………………………
Bid Price In words Rupees. ……………………………………………………….
Bidder’s Signature………………………………………
Bidder’s Name…….………………………………………
Bidder’s Designation..………………………………...
Bidder Company……………….…………………………
Date………..………………………………………
1. All prices quoted are in INR only 2. Prices quoted will be held firm and valid for 180 days from the date of the opening of the
financial bid. 3. No change in offered price and model are admissible for any reason whatsoever. 4. The discrepancy between figures and words for Total Cost will be resolved taking the amount
in words to be correct. 5. The make and model quoted will be same as mentioned in the Specification compliance form 6. The price quoted is inclusive of all taxes, freight & levies covering Delivery, Installation,
Commissioning and Final Testing at the specified location.
(Signature of Authorized Signatory)
(Name, Title and Address of the Bidder) Company seal & stamp
33
Form X: Checklist of Documents to be submitted
Sl. Particulars Supporting Documents to be submitted
Provided (Y/N)
1.
Covering Letter
Form-II
2.
Executive Summary Form I
3. Bidders Details Form III
4. Authorization from OEM for bidding in the letterhead from the OEM
Form IV
5. Certificate of Guarantee/ warranty Form V
6.
Declaration Regarding Blacklisting/Debarring for Taking Part in Tender
Form VI
7. Compliance to Technical Specification Form VII
8. Relevant Project Experience Form VIII Copies of Work Orders of similar natures along with Client certificates regarding completion of Projects.
9. Financial Bid Form IX
10. Incorporation/ Registration of Firm/ Agency
Copy of Certificate of incorporation/ Copy of certificate of registration
11.
Service Tax Registration Copy of Service Tax Registration Certificate
12.
Meeting minimum average Turnover requirement for FY _______.& _______ & ____________
Copy of the audited profit and loss account/ balance sheet/ annual report of __________&_________.
13. Power of attorney Power of attorney by the CEO or competent authority or board resolution authorizing the Bidder to sign/ execute the proposal as a binding document and also execute all relevant agreements forming part of
14. The bidder firm /agency should have made a payment of Rs.______ (Rupees_________only) for the tender Document (Tender Cost)
DD for Rs._______/- must be furnished.
15. The bidder firm /agency should have made a payment of Rs.______ (Rupees__________ only) for the EMD
DD for Rs. _______ must be furnished.
Plane sheet for calculation & space for important notes
34
Office use only.