Tender Supply IT Infrastructure Goa SDC
Tender Supply IT Infrastructure Goa SDC
Tender Supply IT Infrastructure Goa SDC
TENDER DOCUMENT
FOR
OF
IT INFRASTRUCTURE
FOR
Page 1 of 41
Table of Contents
Page 2 of 41
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Altinho, Panaji – Goa – 403001
Tender is invited by Info Tech Corporation of Goa Ltd (ITG) on behalf o the Department of
Information Technology, (DOIT) in two bids – eligibility cum technical and commercial bids
from OEM / vendors authorized by OEM to quote for their products and support, who fulfill
the eligibility criteria and are having sufficient infrastructure, manpower and proven track
record in supply, installation & commissioning of IT Infrastructure for SDC.
Sr
Item Particulars
No
Supply, installation & commissioning of IT Infrastructure
1 Description of the work
for Goa State Data Center.
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or www.tenderwizard.com/GOA
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the eligibility cum technical bid are liable to be summarily rejected. The decision of The
Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility
Qualification shall be final and binding to all the tenderers /bidders.
a. The bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the bidder’s risk and may result in the
rejection of the bid.
b. The bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the tender.
c. Late submission of bids will not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile:-08888636107, Mr. Rajesh, Mobile:-8554878738, Mr. Kiran, Mobile:-
08600651553,Mr. Shridhar, Mobile:- 7888164051, Mr. Shramit:- 9689639092 email:
[email protected].
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
Page 5 of 41
SCOPE OF THE PROJECT
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of
the state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of
Department of Information Technology is the Implementing Agency for the "State Data
Center" for the State of Goa. The Goa State Data Center (Tier II) was launched on 23rd
March 2017 and has been live since.
Due to the growing requirements of IT Infrastructure at the Goa State Data Center,
Department of Information Technology and M/s INFO TECH CORPORATION OF
GOA LTD would like to enter into a contract with OEM / vendors authorized by OEM
for supply, installation & commissioning of IT Infrastructure at Goa SDC.
The bidder has to supply, install and commission the requisite IT infrastructure as
detailed in this tender and maintain the same for the period of three years from the date
of commissioning the items.
SLA provides for minimum level of services required as per contractual obligations
based on performance indicators & measurements thereof. The selected vendor shall
ensure provisioning of all required services while monitoring the performance of the
same to effectively comply with the performance levels. The services provided by
the vendor shall be reviewed by Info Tech Corporation of Goa Ltd. that shall:
Page 6 of 41
SLA Tracking
The following measurements and targets shall be used to track and report
performance on a regular basis.
The items supplied and commissioned shall be inspected by the Third Party
Agency (2), appointed by DoIT for inspection of the specifications of the items.
The targets shown in the following table are applicable for the duration of the
contract.
S. Levels of
Measurement Penalty
No Availability
1. 99.75% to 100% No Penalty would be deducted
2. 99.74% to 98.75% 0.1%of the work order value for every hour.
Hardware
3 98.74% to 97.75% 0.2% of the work order value for every hour.
availability
4 97.74% to 96.75% 0.3%of the work order value for every hour.
5 96.74% to 95% 0.5% of the work order value for every hour.
*** The total penalty for not maintaining the hardware shall be calculated on a quarterly basis.
If monthly uptime is less than 95% consecutively twice in a quarter, ITG shall levy
penalty as above and shall have full right to terminate the contract under this RFP or
AMC, if contracted. The right of termination shall be in addition to the above penalty.
The above penalty shall be deducted from any payments due to the successful bidder
(including AMC payments).
The maximum penalty levied shall not be more than 10% of the total work order value.
Page 7 of 41
Liquidated Damages
In case of delayed supply of requested items, the following penalties shall be levied :
No. Condition LD
A Delay up to 1 week after 6 weeks from 1 % of the work order value for first
week of delay
the acceptance of the work order
B Delay exceeding one week but not 2 % of the work order value for
second week of delay
exceeding two weeks after 6 weeks
from the acceptance of the work order
C Delay exceeding two weeks but not 3 % of the work order value for third
week of delay
exceeding three weeks after 6 weeks
from the acceptance of the work order
D Delay exceeding three weeks after 6 Maximum penalty of 10 % of the
work order value would be
weeks from the acceptance of the work
applicable subject to cancelation /
order termination of the issued work order.
Note : Calculation for the LD shall be done on weekly basis. Maximum penalty of 10 %
of the work order value would be applicable subject to cancelation / termination
of the issued work order.
In the case of termination of the contract attributable to the sole reasons of the selected
bidder, the Tendering authority shall give 30 days notice to the bidder of its intention to
terminate the Contract and shall so terminate the Contract unless during the 30 days
notice period, the bidder initiates remedial action acceptable to the Tendering authority.
All the above LDs are independent of each other and are applicable separately and
concurrently
The Tendering authority may without prejudice to its right to affect recovery by any
other method, deduct the amount of liquidated damages from any money belonging to
the bidder in its hands (which includes the Tendering authority right to claim such
amount against successful bidder`s Bank Guarantee) or which may become due to the
bidder. Any such recovery or liquidated damages shall not in any way relieve the bidder
from any of its obligations to complete the Works or from any other obligations and
liabilities under the Contract.
Page 8 of 41
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd (ITG) invites eligibility cum technical bid from OEM /
vendors authorized by OEM, who fulfill the eligibility criteria and are having sufficient
infrastructure, manpower and proven track record in supply of IT Infrastructure for SDC
should submit the proposal on the tender wizardhttp://www.tenderwizard.com/goa .
3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details has
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goaon payment of the required Tender Document Fee and
Tender Processing Fee online.
6. An Earnest Money Deposit (E.M.D.) of Rs. 10,00,000/- (Rupees Ten Lakh only) should be
provided by the bidder. The EMD has to be paid online before the last date and time for
online submission of bids as given in the NIT. EMD in any other form will not be accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
8. The eligibility cum technical bid will be opened as per schedule in NIT and in the presence of
the bidder or any of its representative The bidder who is qualifying in the eligibility criteria
cum technical evolution process shall only be considered.
Page 9 of 41
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
11. The Successful bidder shall, within 14 working days of receipt of Purchase Order, submit a
Performance Bank Guarantee (PBG) equal to 10% of total value of the Purchase order
(exclusive of taxes)
Page 10 of 41
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentary
evidence in support of fulfilling these conditions while submitting the eligibility cum
technical bid. The scanned copy/copies of these documents should be uploaded on the e-
tendering website during submission of bids before its last date. Failure to comply with these
requirements may result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly while
sending/submitting their bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN
THIS TENDER:
OR
Page 12 of 41
CHAPTER 3 Bidding Process
The bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of vendor is a two stage bidding process where in eligible bidders shall
submit their eligibility cum technical bid and commercial bid.
a. Eligibility cum technical bid will be evaluated for all the bidders.
b. Commercial bids of only those bidders will be opened who are qualified in the
eligibility cum technical bid
c. Only the bidder having quoted the lowest (L1) price will be selected for supply,
installation & commissioning of IT Infrastructure at SDC. Further, ITG reserves its
right to negotiate with the discovered L1 bidder on the commercial bid including all of
its line items before awarding the final bid/ contract to the L1 bidder.
Page 13 of 41
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
10,00,000/- (Rupees Ten LakhOnly) should be provided by the bidder. The EMD
has to be paid online before the last date and time for online submission of bids as
given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of selected vendors has been prepared. The EMD of
the successful bidders shall be returned only after a period of six months from the date
of finalizing the final list of selected vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
If the bidder withdraws or modifies his bid proposal after opening of bids or
during the period of bid validity or its extended period, if any; or
In the case of a successful bidder if the bidder fails to sign the contract for any
reason not attributable to the InfoTech Corporation of Goa Ltd (ITG), Goa.
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
EMD submitted in a different name other than the bidder who is applying in
the tender.
Tenders without valid E.M.D. at the time of opening of the technical bid will be
rejected.
Page 14 of 41
iii. To give prospective deadline bidders reasonable time in which to take a
Corrigendum/ Addendum into account in preparing their bids, the tendering
authority may, at its discretion, extend the deadline for the submission of the bids.
iv. Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. Info Tech Corporation of Ltd will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The bid prepared & submitted by the bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
Page 15 of 41
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
b) Prices must not be indicated in the eligibility cum technical bid.
e. Validity of Bids:
i. Bids shall remain valid for 1 year from the last date of bid submission as
prescribed by Tendering Authority in NIT. A bid valid for a shorter period shall
be rejected and treated as nonresponsive.
ii. In exceptional circumstances, the Tendering Authority may solicit the bidder's
consent to an extension of the period of validity. The request and the responses
thereto shall be made in writing.
Page 16 of 41
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tender wizard will not
accept any bid submitted after the deadline as indicated in the NIT.
ii. Towards the end of the deadline time, the tender wizard server is likely to get
jammed due to the heavy flow of traffic on the server. Hence, all the bidders
participating in the tender are requested to submit the bids well in advance before
the deadline time period as indicated in the NIT.
iii. Documents relevant to the eligibility cum technical bid which needs to submitted
in the office of ITG, should be submitted before the opening of the eligibility cum
technical bid as indicated in the NIT. Bids received after the due date and the
specified time (including the extended period if any) for any reason whatsoever,
shall not be entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd will not accept any
responsibility for any problems arising for delay in the submission of the tender.
i. Bid Opening:
i. The designated Technical Committee will perform the bid opening, which is a
critical event in the bidding process.
ii. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT.
iii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
iv. The tendering authority shall download all the documents submitted by the
tenderer / bidder and place the same in the presence of bidder or his/her
Page 17 of 41
authorized representative who choose to attend at the date and time specified in
the NIT. The representatives of the bidders are advised to carry the identity card
or a letter of authority from the tendering firms to identify their bona fides for
attending the opening of the proposal. The bidders representatives who are
present shall sign the attendance register present.
v. The eligibility cum technical bid shall be opened and all the bidders who are in
the race (participated) of tender shall be notified to the bidders present. All the
bids shall be downloaded one at a time, and the following may be read out and
recorded: the name of the bidder, the submission or non submission of the Tender
Fee, EMD.
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be selected and a negative determination shall result in disqualification of the bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria
specified in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or any
Page 18 of 41
other persons not officially concerned with such process until publication of the
selected vendor list.
ii. All materials submitted by the bidder becomes the property of InfoTech
Corporation of Ltd and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
iv. From the time of bid opening to the time of publication of the selected vendor list,
if any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing.
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsiveness
i. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the bidding document; and
Page 19 of 41
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility cum technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all bids at any time prior to publication of the selected vendor list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserves the right to accept or reject any bid without
assigning any reason.
Page 20 of 41
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of bid,
disqualify any bidder from the biding process if the bidder: -
Has submitted the required bid documents after the prescribed date and time of
submission of bid.
Submits bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A bid not valid for at least 01 year shall be considered as non-responsive and would be
disqualified.
Page 21 of 41
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/
submitting their bids.
1. The submission of more than one tender under different names by one Tenderer is
prohibited.
2. The bidder should upload all the necessary documents pertaining to the eligibility
criteria’s on the tender wizard.
3. ITG has right to reject one and all the tenders without assigning any reason thereof.
4. ITG has the right to split the requirements and place the order on one or more vendors.
5. ITG will seek the commercials either through tenderwizard.
6. The Contractor shall not outsource the work to other party.
7. The contractor(s) shall deliver the IT Infrastructure to the Goa State Data Center as
specified by ITG and strictly in accordance with the technical specification and terms &
conditions said thereon.
8. The contractor(s) shall deliver, install and commission the IT Infrastructure at the Goa
State Data Center within 6 weeks from the date of confirmation / acceptance of supply
order.
9. The successful contractor(s) will be responsible for providing comprehensive onsite
warranty support three (03) years for IT Infrastructure commencing from the date of
installation and commissioning of the item. Date of warranty shall start from the date of its
successful installation and commissioning which will be certified by ITG.
10. The responsibility of the successful contractor is to supply brand new item. In case, the
supplied item is found damaged in transit or otherwise, the same will not be accepted at
all. Similarly, if the item does not confirm as per the required Specifications of the tender,
the same shall be rejected. The Successful bidder shall collect the rejected item from ITG
at his cost and ITG shall not be responsible to deliver the same to the Successful
contractor. Further, the Successful contractor shall replace the rejected item at his own
cost within the agreed time limit by both the Parties.
11. The Successful bidder shall submit the details of Contact and Service Escalation Matrix to
the ITG who will contact for support. The support response time for attending the
Page 22 of 41
complaint Call after it is logged should be within 48 hours. The service support during the
warranty period shall be discharged only through the Authorized Service Engineer.
12. If supply, installation and commissioning of the IT Infrastructure is not affected before the
specified period as per the specifications, then ITG, shall have the right to cancel the
contract and take such action as may be deemed fit, at the risk and cost of the vendor.
13. The bidder shall only use licensed version of the software and shall be held liable for any
consequential action arising out of patent/intellectual property right violation and ITG or
the Government of Goa shall not be liable for any liabilities or damages arising thereof.
14. Suppliers must furnish information brochures, product catalogue and other technical
literature in respect of their product. One full set of original manuals pertaining to every
item of Hardware and Software are to be supplied. The manuals in respect of the
Hardware items should also describe the basics of items including methods of connections,
power feeding etc.
15. Acknowledgement should be obtained from ITG against the delivery & installation of the
items. DoIT will also appoint an officer from its Department for the same.
16. ITG has the right to carry out the inspection and verify the details submitted by the
Tenderer and in case the information submitted is found to be false the bid of such a
tenderer shall be rejected.
17. The Successful Bidder shall furnish a Security deposit equivalent of 10% of the Order
value from any Scheduled Bank in favor of Info Tech Corporation of Goa Ltd in the form
of a Performance Bank Guarantee for a period of three (3) years. The security deposit will
be refunded after the completion of warranty period, after deducting the penalties, if any.
Item will not be accepted and payment against delivery will not be released without
Performance Bank Guarantee.
18. If the Successful Bidder needs extension of time period for execution of the supply order,
he/she may apply for the same in writing to ITG with reasonable grounds seven (7) days
before the limited delivery period time. The extension of time limit shall be granted by
ITG in writing if the reasons in such applications are found satisfactory. If the Successful
bidder fails to give any such written intimation, it will be presumed that the Successful
bidder has agreed to supply the items within the stipulated delivery time (17 days). If the
Successful bidder fails to deliver the ordered Hardware / Software / Licenses within the
extended time also, the bidder is liable to be blacklisted by ITG.
Page 23 of 41
19. The Successful Bidder shall be held responsible for delay in supply, installation and/or
commissioning. The supply and installation will be deemed as incomplete if any
component of the Hardware, or any documentation/media relating thereto is not delivered,
or is delivered but not installed and/or not operational, and in such case the warranty
period will not commence. The Warranty period will commence only when the supply &
installation is completed.
20. During the validity period of the Supply Order, if the quoted item/model/version becomes
unavailable in the market, the Successful bidder will be bound to supply the next higher
version/configuration/family of the item/model at the same price at which the tender rate is
fixed, after written intimation to ITG, and ITG’s subsequent confirmation for the same.
21. At any time during term of the purchase order / performance of the Contract, should
technological advances be introduced by the OEM for the hardware component originally
offered by the supplier in its bid and still to be delivered, the bidder shall be obliged to
offer to ITG the latest version of the available technologies having equal or better
performance or functionality throughout the contract period.
22. Bidder should be able to resolve the issues reported by ITG / DCO in terms of hardware
failure replacement on a timely basis. The frequency of the time can be decided based on
the severity of the issue / failure.
23. Cost of replacement of any type of hardware component inside the supplied item shall be
borne by the bidder and should be covered under the warranty / support of the respective
item.
24. If the terms and conditions mentioned in the tender are contradicting the terms and
conditions appearing elsewhere, then it shall be at the discretion of the Managing Director,
InfoTech Corporation of Goa Ltd to choose the over-riding terms and conditions. In any
case, the decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be
final and binding on all parties concerned.
25. Any violation of terms and conditions or unsatisfactory Service Support for the purchased
item may lead to forfeiture of Bank Guarantee and blacklisting.
26. If any information given by the Contractor / Tenderer / Bidder / is found to be false /
fictitious, the Contractor / Tenderer / Bidder / will be debarred / blacklisted for 5 years
from participating in any of the ITG tenders.
Page 24 of 41
27. All disputes, differences and questions whatsoever, which may arise between the Tenderer
/ Bidder / Contractor and the Managing Director, InfoTech Corporation of Goa, in any
way arising out of or relating to the terms and conditions or the construction or application
thereof, any clause or thing therein contained, or the rights, duties and liabilities of either
party, or otherwise in connection therewith shall be referred to the sole arbitration of a
person appointed by the Chairman, InfoTech Corporation of Goa Ltd. There shall be no
objection from the Tenderer / Bidder / Contractor / to such appointment. The decision of
the arbitrator in the arbitration shall be final and binding on all both the parties. All such
arbitration proceedings shall be subject to the provisions of the Arbitration and
Conciliation Act, 1996 (Central Act 26 of 1996), or any statutory modification or re-
enactment thereof and the rules made there under for the time being in force.
28. During the warrant period, the contractor with the help of its IT Engineers has to resolve
any issues related to the software’s (Operating system, Drivers, Applications, etc) during
the warranty period. In event of OS issues wherein there is a need for formatting the
system, the contractor’s IT engineer shall carryout the needful in consultation with the
user. The IT Engineer shall also help the user in backing up his/hers data. It will be the full
responsibility of the contractor (IT Engineer) to get the machine up in running with all
applications loaded.
29. In case the first selected bidder is unable to fulfill the contract with ITG, then ITG shall
proceed to the next ranked bidder and so on and so forth matching with L1 ………
Page 25 of 41
CHAPTER 6 Selection of Vendors
3. Project Timelines
The work order has to be accepted within 2 days of the issue of the work order. The
selected vendor has to supply the items within the stipulated delivery time of 6 weeks
from the date of acceptance of the work order.
Note:
1) The commercial quote shall be valid for a period of one (01) year from the date of
opening of the bids.
2) If it is observed that in certain scenario the Goa State Data Center needs a specific IT
Infrastructure component which may not available in the list of IT Infrastructure
published by ITG, ITG will seek the IT Infrastructure by the e-tendering or by
inviting quotations.
Page 26 of 41
CHAPTER 7 Terms of Payment
The payment towards the supply of IT Infrastructure shall be released to the supply vendor by
ITG only after
1. Receiving the payments from the Department of Information Technology.
2. Receiving supply report informing delivered IT Infrastructure are installed and
working fine with sign & seal from ITG.
Payment Terms:-
1. 80% of the hardware cost will be paid on successful Installation of the delivered hardware
as per the scope of work as well on the receipt of successful inspection / acceptance report
from the TPA (Third party Auditor) confirming successful installation and inspection of
the specifications of the hardware components as requested in the RFP.
2. Further, balance 10% of hardware cost will be paid in 4 equated installments of 2.5 % at
the end of each quarter of 1st year of AMC on certification from TPA.
3. Remaining10% shall be paid in equal installments of 2.5 % each on a half yearly basis
for the 2nd and 3rd year of AMC respectively on certification from TPA.
Note:
1. Advance payment shall not be paid.
2. Any increase or decrease of taxes, duties or prices of components, etc shall not affect
the supply rates during validity of the rates
3. Payment shall be made in Indian Rupees only
Pre bid queries must be strictly emailed to the office of ITG at [email protected] /
[email protected] in the prescribed format before the pre bid meeting i:e
(15.03.2019 at 4.00 pm).
Name of the Firm
Sr. Tender Document Tender document Clause details Query
No page no clause no
Page 27 of 41
CHAPTER 8 Documents to be furnished in original
The tenderer / bidder should submit the following documents in original on or before
29.03.2019 by 4.00 pm in the office of ITG.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2.
4.Undertaking of the tenderer / bidder as per Annexure-3
The above original documents should be put in a single cover and super scribed
“Supply, Installation & Commissioning of IT Infrastructure for Goa State Data Center”
and be addressed to The Managing Director, InfoTech Corporation of Goa Ltd, IT
HUB, 3rd Floor, Altinho, Panaji – Goa – 403001
Page 28 of 41
CHAPTER 9 Technical Specifications
CPU: Latest Generation 64 bit processors. 2 * Quad Core x86 processor capable of delivering minimum
10000 SAPs (ECC 6.0 EHP 5) scalable up to 4*Quad Core x86 processor delivering minimum 20000 SAPs
(ECC 6.0 EHP 5).
The available bandwidth on the blade server shall be 2x 10 Gbps (minimum) for ethernet on separate card
and 2x8Gbps (minimum) for FC on separate cards to achieve redundancy.
Note : Database Server shall be Blade Server. These servers shall be populated in a separate independent blade
chassis.
Page 29 of 41
2 F-Secure Anti Virus Should restrict e-mail bound Virus attacks in real time without compromising performance of the system
Server License
Should be capable of providing multiple layers of defense
Should have installation support on gateway / mailing server
Should be capable of detecting and cleaning virus infected attachments as well
Should support scanning for ZIP, RAR compressed files, and TAR archive files
Should support online upgrade, where by most product upgrades and patches can be performed without
bringing messaging server off-line.
Should use multiple scan engines during the scanning process
Should support in-memory scanning so as to minimize Disk IO
Should support Multi-threaded scanning
Should support scanning of a single mailbox or a one off scan.
Should support scanning by file type for attachments
Should support scanning of nested compressed files
Should be capable of specifying the logic with which scan engines are applied; such as the most recently
updated scan engine should scan all emails etc
Should support heuristic scanning to allow rule-based detection of unknown viruses
Updates to the scan engines should be automated and should not require manual intervention
Updates should not cause queuing or rejection of email
Updates should be capable of being rolled back in case required
Page 30 of 41
Should support content filtering based on sender or domain filtering
Should provide content filtering for message body and subject line, blocking messages that contain
keywords for inappropriate content
File filtering should be supported by the proposed solution; file filtering should be based on true file type.
Common solution for anti-spyware and anti-virus infections; and anti-virus and anti-spyware solution
should have a common web based management console.
Should support various types of reporting formats such as CSV, HTML and text files
Should be capable of being managed by a central management station
Should support client lockdown feature for preventing desktop users from changing real-time settings
Should support insertion of disclaimers to message bodies
Product shall be provided with all the required licenses, software as applicable to meet all the above
mentioned specification and hence the proposed solution.
The bidder has to account for the following client antivirus software :
o for all servers being installed in the GSDC
o for all other computing devices such as desktops, laptops etc.
The bidder would ensure client antivirus subscription valid for the period of project, therefore, no. of client
antivirus software/solution, there subscription should work for the project period without any expiration of
services.
The antivirus solution should be available on cross platform i.e. Windows, RHEL etc. available in the SDC
Page 31 of 41
3 63 TB SAN storage
Rack mountable
RAID controller should support various levels of RAID (RAID 0, RAID 1/10, RAID 5/6)
The storage subsystem proposed should have no single point of failure with respect to controller, cache,
disks, power supply and cooling
It should support non-disruptive component replacement of controllers, disk drives, cache, power supply,
fan subsystem etc.
The Storage array or subsystem shall support SATA/ NL_SAS/FATA/SSD and FC/SAS disks etc
The storage subsystem shall support and would be configured with 600 GB FC/SAS HDD and 1 TB
SATA/FATA or NL-SAS disk drives
Storage subsystem shall support Global hot spare or universal hot spare disks
Storage subsystem shall be configured with minimum of 8 GB cache memory per controller total of 16 GB
It shall support de-staging of cache to disks on power down or shall support internal battery backup of
cache for at least 48 hours. The data in cache shall not be lost in the case of power failure.
System should be configured with necessary multi-pathing & load-balancing components for high
availability
Page 32 of 41
The design shall also provide support for LUN masking and SAN security
The storage architecture shall have 1+1 active – active storage controllers with no single point of failures
Across the Storage controller solution shall support minimum 8 front-end 4 Gbps FC ports and 4 backend 4
Gbps FC/ SAS ports
The storage system shall support the latest OS releases & Cluster of the following mentioned servers / OS :
CISC/ RISC/ EPIC-based Servers running Microsoft, HP, IBM, Sun/Oracle, Linux
The storage shall support the following High Availability Clusters solution from Leading storage solution
OEMs
The storage shall support and configured with storage based Point-in-time copy and full volume copy. The
storage shall also support thin provisioning, storage virtualization and online logical volume expansion
The storage system shall be configured with GUI based management software as below:
o Configuring PIT’s
o Disk Monitoring
Page 33 of 41
o LUN management.
The Storage Array shall support storage based data replication in both synchronous & asynchronous modes
The storage should be configured with 40TB (raw capacity, 1024 GB = 1 TB) using
o 1 TB SATA/FATA/SAS-NL for 20 TB
o The storage should be capable to scaling up to 80 TB (raw capacity). Minimum 10 K RPM disks
Vendor should factor Storage Operating System disk and Hot Spare disks as an additional to the RAW
capacity mentioned
Licenses for software (Storage Array Management, Point-in-Time Copy, Volume Copy, multipathing, thin
provisioning software for host) should be provided as part of the solution
Storage solution shall factor one hot spare disk for every 15 disk used in Storage Subsystem, unless
required or otherwise specified in the solution
All specifications stated are minimum required. Proposed system may have features over and above the
minimum specification stated. Bidder should ensure that the performance of storage is not negatively
affected for the entire duration of the contract
Page 34 of 41
4 64 GB RAM for
64 GB
Server
ECC DDR3
5 Windows Operating
Microsoft Windows Server Standard 2012
System for Server
6 Linux Operating
RHEL 6.5
System
7 VMware & Cloud VMware vCloud Suite 2018 Advanced
Licenses
8 L3 Switch Minimum Configuration :
- 24 port managed L3 switch with dual mode (Electrical / Optical) GE uplink port
- Dual redundant, modular power supplies and fans
- IPv4 and IPv6 routing
- Support Power over Ethernet Plus (PoE+) IEEE 802.3 at standard
- Multicast routing
- Advanced quality of service (QoS)
- Security features in hardware.
9 Oracle Database 18c - Enterprise Edition
- Database license of 2 CPU's and 8 cores with AMC of 3 years
Page 35 of 41
CHAPTER 10 Tentative Description of IT Infrastructure Items to be procured
Brand/Ma Base price per AMC for 2 GST Total cost of
Sr. Qty years per unit
Item Description ke/ Model/ item inclusive of item in Rs
No. (In Nos.) item
Version 1st year AMC Inclusive GST)
A B C D E F G H=(E+F+G) *C
1.a Server 7 0.00
1.b 64 GB RAM for Server 10 0.00
F-Secure Anti Virus Server
2 150
License 0.00
3 63 TB SAN storage 1 0.00
Windows Operating System 0.00
4.a 5
for Server
4.b Linux Operating System 2 0.00
5 VMware & Cloud Licenses 20 0.00
6 L3 Switch 1 0.00
* Rates quoted should be inclusive of all taxes and will be valid for the period of 1 year.
** Quantities of item depends upon the requirements of the Goa State Data Center
*** The above quoted price should be inclusive of supply, installation& commissioning
**** Vendor should submit the MAF for items quoted above.
***** All other terms and conditions will be as per tender no ITG-IT/RFP/SDC-IT-INFRA/2019 dated _._.2019
Note : The vendor should provide warranty and support for the above items for a period of the 3 years from the date of commissioning.
The AMC shall be for the entire components / items, supplied by the respective bidder, under this tender.
Any software & hardware components quoted by bidder in this RFP should not be declared as End of Life (EOL) or End of Support
(EOS) by the OEM within the 5 years of Purchase order / contract period. In the event of the supplied equipment being declared End of
support/End of Life during the contract period of 5 years, the bidder has to replace the equipment with equipment having equivalent or
higher configurations without any additional cost to ITG.
Page 36 of 41
Optional Quote Items:
Total cost of
Sr. Qty (In Brand/Make/ Base price
Item Description GST item in Rs
No. Nos.) Model/ Version per item
Inclusive GST)
A B C D E F G=(E+F) *C
1 Oracle Database 12c 1 0.00
2 SQL Server 2014 1 0.00
3 HP Network Node Manager i (NNMi) License 25 0.00
* Rates quoted should be inclusive of all taxes and will be valid for the period of 1 year. Vendors should also mention the AMC/ ATS
charges as applicable separately
** Quantities of item depends upon the requirements of the Goa State Data Center
*** The above quoted price should be inclusive of supply, installation& commissioning
**** Vendor should submit the MAF for items quoted above.
***** All other terms and conditions will be as per tender no ITG-IT/RFP/SDC-IT-INFRA/2019 dated 07.03.2019
Note : The vendor should provide warranty and support for the above items for a period of the 3 years from the date of commissioning.
The AMC shall be for the entire components / items, supplied by the respective bidder, under this tender.
Page 37 of 41
ANNEXURE-1 Bid Form
I.Addressed to:
(Enclose list of Service Center consisting name of contact person, telephone no., e-mail
address, office address.)
11. Annual Turnover for the last 3 years 2015-16 2016-17 2017-18
(a certificate of CA should be enclosed as proof)
12. Existence of the Organization for the last 3 years as on date
of issue of the tender
(Proof showing documentary evidence should be uploaded)
13. Has the bidder been black-listed by any of the offices of the
Govt. of India / Corporations / Institutes etc. If so, details
may be provided
Page 38 of 41
IV. The Tender Bid Document fee amounting to Rs. 8000/- (Rupees Eight Thousand
Only) has been deposited vide cash receipt/ e-challan no.____________ dated
__________ in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji- Goa.
V. The Tender Bid Processing fee amounting to Rs. 2000/- (Rupees Two Thousand
Only) has been deposited vide cash receipt/ e-challan no.____________ dated
__________ in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji- Goa.
VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the
Bidding Authority and also the further conditions of the said Bid Notice given in the
attached sheets (all the pages of which have been digitally signed by us in token of
acceptance of the terms mentioned therein).
VII. Reproduced/ re-word-processed formats or bidder's own formats for the price bids
will disqualify the bid. However, the bidder can reproduce exactly the same format
for clarity in filling due to shortage of space.
VIII. The rates quoted are applicable up to 1 year from the date of opening of bid. The
validity period can be extended with mutual agreement. Following documents are
attached towards the proof of earnest money deposited in favor of Info Tech
Corporation of Goa Ltd, Altinho, Panaji- Goa.
IX. This Bid form and Terms & Conditions in token of acceptance along with duly filled
letter of undertaking / declaration.
Signature:______________________________
Name :______________________________
Designation :______________________________
Place : ______________________________
Date& Seal:______________________________
Page 39 of 41
ANNEXURE-2 Manufacturers Authorization Certificate (OEM)
(Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender wizard)
To,
The Managing Director,
InfoTech Corporation of Goa Ltd,
Altinho, Panaji- Goa.
Sub: Undertaking for participating in the tender for the selection of vendors for supply,
installation & commissioning of IT Infrastructure for Goa SDC
We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for the successful execution of the Contract
We hereby also declare that all the particulars furnished by us in this Tender are true to the
best of my/our knowledge and we understand and accept that if at any stage, the
information furnished is found to be incorrect or false, we are liable for disqualification
from this tender and also are liable for any penal action that may arise due to the above.
Page 40 of 41
ANNEXURE-3 Bidders Undertaking
(Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender wizard)
UNDERTAKING
(To be filled by the Bidder only)
To,
The Managing Director,
Infotech Corporation of Goa Ltd,
Altinho, Panaji- Goa.
Sub: Undertaking for participating in the tender for the selection of vendors for supply,
installation & commissioning of IT Infrastructure for Goa SDC