reserve bank of india hyderabad e-tender for facility ...reserve bank of india, department of...

59
Facility Management Service & Annual Maintenance Contract for Computer Hardware and Peripherals at RBI, Hyderabad Page 2 of 60 RESERVE BANK OF INDIA HYDERABAD E-Tender for Facility Management Service & Annual Maintenance Contract for Computer Hardware, Software and Peripherals at Reserve Bank of India, Hyderabad RBI/Hyderabad/DIT/9/18-19/ET/317

Upload: others

Post on 19-Mar-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 2 of 60

RESERVE BANK OF INDIA

HYDERABAD

E-Tender for Facility Management Service & Annual Maintenance Contract for Computer Hardware, Software and

Peripherals at Reserve Bank of India, Hyderabad RBI/Hyderabad/DIT/9/18-19/ET/317

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 3 of 60

Reserve Bank of India

Department of Information Technology Hyderabad

DISCLAIMER

Reserve Bank of India, Department of Information Technology, Hyderabad, has prepared this document to give background information on the Contract to the interested parties. While Reserve Bank of India has taken due care in the preparation of the information contained herein and believe it to be in order, neither Reserve Bank of India nor any of its authorities or agencies nor any of their respective officers, employees, agents or advisors give any warranty or make any representations, express or implied as to the completeness or accuracy of the information contained in this document or any information which may be provided in association with it.

The information is not intended to be exhaustive. Interested parties are required to make their own inquiries and respondents will be required to confirm in writing that they have done so and they do not rely only on the information provided by RBI in submitting the Tender. The information is provided on the basis that it is non – binding on Reserve Bank of India or any of its authorities or agencies or any of their respective officers, employees, agents or advisors. Reserve Bank of India reserves the right not to proceed with the Contract or to change the configuration of the Contract, to alter the time table reflected in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the matter further with any party expressing interest. No reimbursement of cost of any type will be paid to person or entities expressing interest.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 4 of 60

Important Instructions Regarding E-tender

This is an e-procurement event of Reserve Bank of India, Hyderabad. The e-procurement Service Provider/Contractor/Vendor is MSTC Limited.

You are requested to read and understand the Notice Inviting Tender and subsequent Corrigendum, if any, before submitting your online tender.

Process of E-tender:

A) Registration: The process involves vendor’s registration with MSTC e-procurement portal which is free of cost. Only after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Technical Bid as well as Financial Bid over the internet will be done. Service Provider/Contractor/Vendor should possess Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a P.C. connected with Internet. MSTC/RBI, HYDERABAD is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature).

SPECIAL NOTE:

THE TECHNICAL BID AND THE FINANCIAL BID HAS TO BE SUBMITTED ON-LINE ONLY AT https://www.mstcecommerce.com/eprochome/rbi/buyer_login.jsp

1). Vendors are required to register themselves online with www.mstcecommerce.com→ eProcurement→ PSU / Government Departments→ RBI. Register as Vendor by filling up details and creating own user id and password→ Submit.

2) Vendors will receive a system generated mail confirming their registration in their email which has been provided while filling the registration form. In case of any clarification, please contact MSTC/RBI, HYDERABAD, (before the scheduled time of the e- tender).

MSTC Contract Person

Sr No Name of Person Email ID Phone Number

1 Shri Surya R Shaik [email protected] 7406047869

2 Shri Teja [email protected] 6281048513

Contact person (RBI Hyderabad): Sr No Name of Person Email ID Contact No.

1 Shri Doma Sarath Chand, Assistant General Manager, DIT

[email protected] 9619956411

2 Shri Ravi H Keswani, Manager, DIT

[email protected] 9515112163

3 Smt Deepika Purohit, AM, DIT [email protected] 040-23267344

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 5 of 60

B) System Requirement:

1. i) Windows XP-SP3 & above/Windows 7 Operating System

ii) IE-7 and above Internet browser.

iii) Signing type digital signature

iv) JRE 7 update 9 and above software to be downloaded and installed in the

system.

v) To disable “Protected Mode” for DSC to appear in the signer box following

settings may be applied.

Tools => Internet Options =>Security => Disable protected Mode If enabled- i.e., Remove the tick from the tick box mentioning “Enable Protected Mode”. Other Settings:

Tools => Internet Options => General => Click on Settings under “browsing history/ Delete Browsing History” => Temporary Internet Files => Activate “Every time I Visit the Webpage”.

To enable ALL active X controls and disable ‘use pop up blocker’ under Tools→ Internet Options→ custom level (Please run IE settings from the page www.mstcecommerce.com once)

For more details, vendor may refer to Service Provider/Contractor/Vendor Guide and FAQ available at www.mstcecommerce.com/eprochome/rbi.

2. The Technical Bid and the Financial Bid shall have to be submitted online at www.mstcecommerce.com/eprochome/rbi. Tenders will be opened electronically on specified date and time as given in the tender.

3. All entries in the tender should be entered in online Technical & Financial bid formats without any ambiguity.

Special Note towards Transaction fee: The vendors shall pay the transaction fee using “Transaction Fee Payment” Link under “My Menu” in Service Provider/Contractor/Vendor login. The vendors have to select the particular tender from the event dropdown box. Service Provider/Contractor/Vendor shall have the facility of making the payment either through NEFT or Online Payment. On selecting NEFT, Service Provider/Contractor/Vendor shall generate a challan by filling up a form. Service Provider/Contractor/Vendor shall remit the transaction fee amount as per the details printed on the challan without making change in the same. On selecting Online Payment, Service Provider/Contractor/Vendor shall have the provision of making payment using its Credit/ Debit Card/ Net Banking. Once the payment gets credited to MSTC’s designated bank account, the transaction fee shall be auto authorized and Service Provider/Contractor/Vendor shall be receiving a system generated mail.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 6 of 60

Transaction fee is non-refundable.

A vendor will not have the access to online e-tender without making the payment towards transaction fee.

NOTE

Bidders are advised to remit the transaction fee well in advance before the closing time of the event so as to give themselves sufficient time to submit the bid.

5. Information about tenders /corrigendum uploaded by us shall be sent by email only during the process till finalization of tender. Hence the vendors are required to ensure that their corporate email ID provided is valid and updated at the time of registration of vendor with MSTC. Vendors are also requested to ensure validity of their DSC (Digital Signature Certificate).

6. E-tender cannot be accessed after the due date and time mentioned in NIT (Notice inviting tender).

7. Bidding in E-tender:

a) Vendor(s) need to submit necessary EMD and Transaction fees (If ANY) to be eligible to bid online in the e-tender. Transaction fees is non-refundable. No interest will be paid on EMD. EMD of the unsuccessful vendor(s) will be refunded by the tender inviting authority.

b) The process involves Electronic Bidding for submission of Technical &Financial Bid.

c) The vendor(s) who have submitted transaction fee can only submit their Technical Bid and Financial Bid through internet in MSTC website https://www.mstcecommerce.com → eprocurement →PSU/Govt. depts→ Login under RBI→My menu→ Auction Floor Manager→ live event →Selection of the live event.

d) Service Provider/Contractor/Vendor should allow running JAVA application. This exercise has to be done immediately after opening of Bid floor. Then they have to fill up Common terms/Commercial specification and save the same. After that click on the Technical bid. If this application is not run then Service Provider/Contractor/Vendor will not be able to save/submit his Technical bid.

e) After filling the Technical Bid, vendor should click ‘save’ for recording their Technical bid. Once the same is done, the Financial Bid link becomes active and the same has to filled up and then vendor should click on “save” to record their financial bid. Once both the Technical bid & Financial bid have been saved, Service Provider/Contractor/Vendor can click on the “Final submission” button to register their bid.

f) Vendors are instructed to use Attach Doc button to upload documents. Multiple documents can be uploaded.

g) In all cases, vendor should use their own ID and Password along with Digital Signature at the time of submission of their bid.

h) During the entire e-tender process, the vendors will remain completely anonymous to one another and also to everybody else.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 7 of 60

i) The e-tender floor shall remain open from the pre-announced date & time and for as much duration as mentioned above.

j) All electronic bids submitted during the e-tender process shall be legally binding on the vendor. Any bid will be considered as the valid bid offered by that vendor and acceptance of the same by the Buyer will form a binding contract between Buyer and Service Provider/Contractor/Vendor.

k) It is mandatory that all the bids are submitted with digital signature certificate otherwise the same will not be accepted by the system.

l) Buyer reserves the right to cancel or reject or accept or withdraw or extend the tender in full or part as the case may be without assigning any reason thereof.

m) No deviation of the terms and conditions of the tender document is acceptable. Submission of bid in the e-tender floor by any vendor confirms his acceptance of terms & conditions for the tender.

8. Any order resulting from this tender shall be governed by the terms and conditions mentioned therein.

9. No deviation to the technical and financial terms & conditions are allowed.

10. The tender inviting authority has the right to cancel this e-tender or extend the due date of receipt of bid(s) without assigning any reason thereof.

11. Vendors are requested to read Service Provider/Contractor/Vendor guide and see the video in the page https://www.mstcecommerce.com/eprochome to familiarize them with the system before bidding.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 8 of 60

SCHEDULE OF TENDER (SOT)

a. Name of Work Facility Management Service & Annual Maintenance Contract for Servers, Desktop Computers, Software, Scanners, Printers, Laptops, Projectors and Peripherals at Reserve Bank of India, Hyderabad and its locations.

b. e-Tender no. RBI/Hyderabad/DIT/ 9 /18-19/ET/317

c. Mode of Tender e-Tendering System (Part I - Technical Bid and Part II – Financial Bid) through https://www.mstcecommerce.com/eprochome/rbi/buyer_login.jsp

d. Date of NIT available to parties to download

April 16, 2019 at 10.00 AM

e. Pre-Bid meeting April 22, 2019 at 2.00 PM Venue- Meeting Room First Floor, Reserve Bank of India, Saifabad, Hyderabad.

f. Estimated cost of work Rs 14,00,000/- (Rupees Fourteen Lakh) per annum (inclusive of GST@ 18%)

g. Earnest Money Deposit Rs 28,000.00 (Rupees twenty-eight thousand only) to be deposited through NEFT to the Reserve Bank of India, Hyderabad by credit to account number: 8614038 and IFSC: RBIS0NEFTHY (5th character being zero).

h. Transaction Fees 0.05% of contract value + 18% GST

i. Last date of submission of Earnest Money Deposit (EMD) through NEFT.

May 06, 2019, 11:00 AM Non-payment of EMD on or before the due date will be treated as unresponsive and tender will be rejected.

j. Date of Starting of e-Tender for submission of on line Technical Bid and Financial Bid at https://www.mstcecommerce.com/eprochome/rbi

April 29, 2019, 10.00 AM

k. Date of closing of online e-Tender for submission of Technical Bid and Financial Bid.

May 06, 2019, 02:00 PM

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 9 of 60

l. Date and time of opening of

Part- I - Technical Bid

May 06, 2019, 03:00 PM

m. Date and time of opening of Part-II - Financial Bid

Shall be informed separately.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 10 of 60

Table of Contents

Section I: Notice Inviting Tender (NIT)

Section II: Instruction to Bidders (ITB)

Section III: Tender Data Sheet

Section IV: Evaluation Criteria

Section V: General and Specific Conditions of Contract

Section VI: Standard Formats and Annexures

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 11 of 60

Reserve Bank of India, 6-1-56, Secretariat Road, Saifabad

Hyderabad-500 004.

Section I - Notice Inviting Tender (NIT)

Reserve Bank of India, Hyderabad Regional Office (hereinafter called “the Bank”),

invites separate Technical (Part-I) and Financial bids (Part-II) through e-Tendering

from vendors who are engaged in providing Facility Management Service & Annual

Maintenance Contract for Servers, Desktop Computers, Software, Scanners,

Printers, Laptops, Projectors and Peripherals, subject to terms and conditions. The

interested vendors must register themselves on the MSTC portal for participating

through e-tendering – https://www.mstcecommerce.com/eprochome/rbi. The

contract will be valid for the period starting from 01st July 2019 to 30th June 2020

extendable on a yearly basis for a maximum of two (02) more years subject to

satisfactory performance, or other periods as RBI may decide. The Tender (Part-I &

Part-II) shall be submitted on or before 02.00 PM on May 06, 2019 through MSTC

portal only.

The tenderers should electronically submit their proposal, as per the instructions

regarding E-Tender, along with all supporting documents complete in all respects on or before 02.00 PM on May 06, 2019. Tenderers shall submit tender proposal along

with refundable EMD of ₹28,000/-, complete in all respect as per the prescribed

format. Non-payment of EMD before the due date and time will be treated as

unresponsive and the tender will be rejected. The technical bids will be opened electronically on May 06, 2019 at 03.00 pm. In the event of any date indicated

above being declared a Holiday, the next working day shall become operative for the

respective purpose mentioned herein.

Tender document can be downloaded from website https://www.rbi.org.in and

https://www.mstcecommerce.com. Any amendment(s) / corrigendum / clarifications

with respect to this tender shall be uploaded on the website / e-portal only. The

tenderer should regularly check the above website / e-portal for any Amendment /

Corrigendum / Clarification on the above website. The Bank reserves the right to

reject any or all the tenders without assigning any reason thereof. Regional Director,

Reserve Bank of India, Hyderabad

Page 12 of 60

Section II - Instructions to Bidders (ITB)

Table of Clauses

A. General

1. Scope of Tender

2. Prohibited Practices

3. Eligible Tenderers / Eligibility Criteria

4. Scope of Work

B. Contents of Tender Document

5. Sections of Tender Document

6. Clarification of Tender Document & Pre-Bid Meeting

7. Amendment of Tender Document

C. Preparation of Tenders

8. Cost of Tendering

9. Documents Comprising the Tender

10. Letter of Tender

11. Documents Establishing the Qualifications of the Tenderer

12. Period of Validity of Tenders

13. EMD as Tender Security

Page 13 of 60

D. Submission and Opening of Tenders

14. Submission, Sealing and Marking of Tenders

15. Deadline for Submission of Tenders

16. Late Tenders

17. Tender Opening

E. Examination of Tenders

18. Confidentiality

19. Clarification of Tenders

F. Tender Evaluation and Comparison

20. Evaluation of Tenders

21. Qualification of the Tenderer

22. Bank’s Right to Accept Any Tender, and to Reject Any or All tenders

G. Award of Contract

23. Award Criteria

24. Notification of Award

25. Signing of Contract

26. Performance Security

Page 14 of 60

Section II: Instruction to Bidders

A. General 1. Scope of

Tender The Bank invites E-tenders from the eligible reputed tenderers to provide Maintenance services for Computer Hardware, Software and Peripherals; subject to terms and conditions, at Reserve Bank of India, Hyderabad. The Estimated value of contract per annum is ₹14 lakh. Please refer to Section V of this tender document for detailed terms and conditions of the work.

2. Prohibited Practices

2.1 The Bank requires that tenderers, suppliers, contractors, interested in having business relationship with the Bank, observe the highest standard of ethics during the period of contract / engagement. In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set

forth below as Prohibited Practices:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; and

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;

(b) will reject a proposal for award if it determines that the tenderer recommended for award has engaged in prohibited practices in competing for the tender in question;

(c) may declare a tenderer ineligible, either indefinitely or for a stated period of time, if, at any time, the Bank determines that the tenderer has engaged in prohibited practices in competing for, or in executing the contract.

2.2 Furthermore, tenderers shall be aware of the provisions stated in Section V (General and Specific Conditions of Contract).

Page 15 of 60

3. Eligible Tenderers / Eligibility Criteria

3.1 The FMS & AMC service provider should be a limited

company or a registered Partnership Firm or a LLP governed

by the Limited Liability Partnership Act 2008.

3.2 Minimum 03 (three) years’ experience in the field of

maintenance of computer hardware and peripherals and has

executed one or more such assignment costing not less than

Rs. 14 lakh for each during the last 3 years.

3.3 Minimum Annual turnover of Rs. 5 crore with net profit in each

of the last three years (i.e. 2015 - 16, 2016 - 17 and 2017 -

18) supported by audited or certified statement of accounts.

3.4 Tenderers should have applicable tax registrations (PAN,

TIN, GST, etc.) supported by documentary evidence and

should have their own office at Hyderabad.

3.5 The Tenderer should have adequate infrastructure with a

full-fledged service setup at Hyderabad wherefrom

required quality services can be provided.

3.6 The tenderer should not outsource the services to any third

party or franchise.

3.7 The tenderer should be ISO 20000 certified (Accreditation for

IT Service Management). (Copy of certificate to be

enclosed). The tenderer may preferably possess the ISO 27000 series certificate relating to Information Security.

3.8 The Tenderer should have provided AMC/FMS services

involving maintenance of more than 200 PCs, 75 Printers, 40

laptops and Server/s at single location in each year for the last

three years, to major reputed enterprises preferably

Government, Public Sector Institutions and banks.

3.9 The Tenderer should have the capabilities to handle

AMC/FMS for all brands and makes of computer systems and

peripherals. The vendor should be able to provide AMC for all

hardware items and support for Operating Systems / Systems

Software listed in Annex - 4. It may please be noted that the

list of items in Annex-4 is indicative. The number of computer

systems and peripherals may undergo a change subject to the

Page 16 of 60

same being added/deleted from the inventory of the Bank at the

time of the commencement of the contract. 3.10 The Tenderer should preferably have appropriate

support relationship (channel partner, service partner, etc.)

with OEMs, of the items mentioned in Annex-4, so as to

ensure that priority support level from OEM will be available to

vendor for problem resolution.

3.11 Vendor should have adequate technical staff in Hyderabad

with expertise for dealing in Windows Server (2003 and

above) Operating Systems, Novell Server Operating

Systems (4.* and above), Operating Systems (5* and above),

Lotus, Domino, Windows desktop operating systems (Windows

98 and above) and Oracle.

3.12 The vendor should be presently maintaining site/s in

Hyderabad where support is provided to Windows Server,

Unix Server, Novel Server etc.

3.13 The vendor should have a Repair Centre at Hyderabad

equipped with adequate technical staff (not less than two) and

equipment for repair work so as to ensure at least 99.5%

uptime for servers, 99% uptime for PCs and 98% uptime for

peripherals. The Bank reserves the right to inspect the

Repair Centre and satisfy itself about the quality and

reliability of the service that can be rendered by the vendor

before opening the concerned vendor’s Part-II Bid. The FMS &

AMC service provider should be a limited company or a

registered Partnership Firm or a LLP governed by the Limited

Liability Partnership Act 2008. 4. Scope of the Work 4.1 The Bank has a heterogeneous (make/model) set of Servers,

Computers, Laptops, Printers, Kiosks, Encoder machine,

Projector, LED/LCD Screens and Scanners. The servers

operate on SCO UNIX / LINUX /LINUX RHL 7 and above

versions / Windows 2000/2003/2008/2010 Advance Server as

operating system. The Bank also has a heterogeneous

(make/model) set of computers (either diskless nodes or disk

Page 17 of 60

nodes) and laptops with Win XP Professional / Windows 2000

/ Vista / Window7/Windows 10 as operating system, set of

printers (Network LaserJet Printers (colour and black & white),

Desktop LaserJet Printers, Desktop Inkjet printers, Line

printers, Office Jet printers, Cheque Printer , Dot matrix

printers and Scanners. These computer peripherals will be

covered with a comprehensive FMS or AMC under which,

preventive maintenance, corrective maintenance, replacement

of parts, shifting of components, surface cleaning of machines

will have to be carried out.

4.2 Preventive Maintenance: The preventive maintenance

service of the components is as important as prompt

corrective maintenance service since regular and proper

preventive maintenance service ensures trouble-free

performance of the components. The vendor should provide

for at least one preventive maintenance schedule per quarter

to all asset under FMS & AMC. The scope of preventive

maintenance will also cover aspects related/specific to

hardware like health check of HDDs, Controllers, power

supplies (SMPS), updation of drivers, patches, software, etc.

The time for such schedules will have to be specified in

advance in consultation with the user department. The scope

of work under preventive maintenance will be designed in

consultation with the vendor’s representative on the lines as

specified and recommended by the original manufacturer/best

practices.

4.3 Corrective Maintenance: The vendor will carry out corrective

maintenance of all the IT assets under FMS & AMC.

Corrective Maintenance means identification of problem and

its rectification which may include reloading of operating

system, reloading/configuring of printer, reloading/loading of

application software either developed in-house or developed

by the 3rd party, printer drivers, anti-virus agent, smart card

Page 18 of 60

reader drivers, etc.

4.4 Replacement of Defective Parts: The vendor shall replace

any worn out or defective part/component of all the IT assets

under AMC, at no extra cost to the Bank. For printers, where

parts are unserviceable and parts such as plastic parts, printer

knobs, paper feed, printer interface cord, power cord etc.,

need replacement, the company shall replace such parts at no

extra cost to the Bank. The PRINTER HEAD, FUSER ASSEMBLY, RIBBON, FLOPPIES/TAPES, STATIONERY, PRINTER CARTRIDGES & TONER CARTRIDGES will be

replaced, if required, at an additional cost to the Bank at

actuals on submission of proper bills by the bidder. Only those

parts as stated above specifically i.e. PRINTER HEAD, FUSER ASSEMBLY, RIBBON, FLOPPIES/TAPES, STATIONERY, PRINTER CARTRIDGES and TONER CARTRIDGES are replaceable at an additional cost to the

Bank at actuals on submission of proper bills by the Vendor.

All other components of the equipment shall be replaced by

the company at no extra cost to the Bank. In case of

replacement of any of the parts or whole of the system, the

vendor will be required to provide replacement with the same

brand/model. If the vendor is not able to maintain any

equipment due to non-availability of components/parts, the

vendor shall upgrade the component(s)/part(s) at its own cost

and responsibility in order to make the equipment/s

operational; or else, the vendor shall provide

alternate/substitute system/s of same or higher compatible

configuration at its own cost and responsibility till the above

components are repaired or replaced by the vendor.

4.5 In case of systems covered under warranty which are not

under the purview of AMC, the service engineers shall

escalate the service call to the concerned vendor/OEM and

take up necessary follow up activities for the same for defect

rectification and repair & replacement of any parts or

Page 19 of 60

components of the equipment and also intimate the DIT

officials regarding the call details.

B. Contents of Tender Document 5. Sections of

Tender Document

The Tender Document consist of Parts I and Part II which includes all the Sections indicated below and should be read in conjunction with any Appendices/Annex issued in accordance with Section II (Instructions to Bidders).

• Section I: Notice Inviting Tender(NIT)

• Section II: Instruction to Bidders (ITB)

• Section III: Tender Data Sheet (TDS)

• Section IV: Evaluation / Selection Criteria

• Section V: General and Specific Conditions of Contract

• Section VI: Standard Formats and Annexures

6. Clarification of Tender Document, Pre- Bid Meeting

6.1 A tenderer requiring any clarification of this document shall contact the Bank in writing at the email address mentioned in this document or raise enquiries during the pre-bid meeting.

6.2 The tenderer’s designated representative is invited to attend the pre-bid meeting at 02:00 PM on April 22, 2019. The purpose of the meeting will be to clarify the issues and to answer questions that may be raised at that stage.

6.3 The tenderer shall submit questions, if any, in writing, to reach the Bank’s email address mentioned in this document, not later than one (01) day before the date of the pre-bid meeting.

6.4 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a tenderer.

7. Amendment of Tender

Document

7.1 At any time prior to the deadline for submission of Tenders, the Bank may amend this document by issuing amendments / corrigendum on RBI website (https://www.rbi.org.in) / e-portal.

7.2 Any amendments / corrigendum issued shall be a part of this document.

7.3 To give prospective tenderers reasonable time in which to take any / all amendments / corrigendum into account in preparing their Bids, the Bank may, at its discretion, extend the deadline for the submission of Tenders.

C. Preparation of Tenders

Page 20 of 60

8. Cost of Tendering

The tenderer shall bear all costs associated with the preparation and submission of its Tender, and the Bank shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

9. Documents comprising the Tender

The Tender shall comprise the following:

• Notice Inviting Tender

• Technical Bid Details

• Financial Bid Details

• Earnest Money Deposit

Intending tenderer has to deposit a sum of ₹28,000/- (Rupees twenty-eight thousand only) with the Reserve Bank of India, Department of Information Technology, Hyderabad - 500004 by NEFT to following A/c:

A/c Name: NEFT – INWARD RECEIVED A/c Number: 8614038 IFS Code: RBIS0NEFTHY (5th being zero)

• Performance Bank Guarantee to be furnished after award of contract by the successful tenderers.

• Contract Agreement.

10. Letter of Tender The tenderer shall submit the Tender using the digital signature

class 3 via e-tendering process without any alterations. All blank spaces shall be filled in with the information requested.

11. Documents Establishing the qualifications of the Tenderer

To establish its qualifications to perform the Contract in accordance with Section II (Para 3 & 4), the tenderer shall provide the information in the format prescribed in Section VI (Standard Formats).

12. Period of validity

of Tenders

12.1 The Tender validity period shall be 90 days from the last date of the submission of tender.

12.2 In exceptional circumstances, prior to the expiration of the Tender validity period, the Bank may request tenderers to extend the period of validity of their Tenders. The request and the responses shall be made in writing.

13. EMD as Tender

Security Tenderers need to submit necessary EMD and Transaction fees to be eligible to bid online in the e-tender. Transaction fees is non-refundable. No interest will be paid on EMD. EMD of the unsuccessful vendor(s) will be refunded by the tender inviting authority.

Page 21 of 60

D. Submission and Opening of Tenders

14. Submission, Sealing and Marking of Tenders

14.1 Tenderers submitting Tenders electronically shall follow the electronic Tender submission procedures specified in the Instructions regarding E-Tender.

14.2 The tenderers may submit online their Financial Bid

(competitive rates) in prescribed Excel format along with copies of necessary documents as indicated in the “Technical Bid”. E-Tender with all information shall be submitted on or before the prescribed time and date.

14.3 If desired / prescribed information is not submitted, the Bank will assume no responsibility for rejection of Tender.

15. Deadline for Submission of Tenders

15.1 Tenders must be filled online through e-tendering process mentioned in this document, not later than the date and time indicated in this document.

15.2 The Bank may, at its discretion, extend the deadline for the submission of Tenders by amending the Tender Document.

16. Late Tenders No Tender, after the deadline, shall be allowed on the portal.

17. Tender Opening

The Bank shall open the Tender electronically on the notified date.

E. Examination of Tenders

18. Confidentiality Information relating to the evaluation of Tenders shall not be disclosed to tenderers or any other person not officially concerned with such process until information on Contract award is communicated to all tenderers

Page 22 of 60

19. Clarification of Tenders

19.1 To assist in the examination, evaluation, comparison of the Tenders and qualification of the tenderers, the Bank may, at its discretion, ask any tenderer for a clarification of its Tender, allowing a reasonable time for response. Any clarification submitted by a tenderer that is not in response to a request by the Bank shall not be considered. The Bank’s request for clarification and the response shall be in writing. No change in the prices or substance of the Tender shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Bank in the evaluation of the Tenders.

19.2 If a tenderer does not provide clarifications of its Tender by the date and time set in the Bank’s request for clarification, its Tender shall be liable to be rejected.

F. Tender Evaluation and Comparison

20. Evaluation of Tenders

The Bank shall use the evaluation criteria indicated in Section IV.

21. Qualification of the Tenderer

The Bank shall determine, to its satisfaction, whether the selected tenderer meets the qualifying criteria in accordance with Section-II (Para 3).

22. Bank’s Right to Accept Any Tender, and to Reject Any or

All Tenders

The Bank reserves the right to accept or reject any tender, and to annul the Tendering process and reject all Tenders at any time prior to contract award, without thereby incurring any liability to tenderers or assigning any reason thereof. Further the conditional bids shall be rejected outright.

G. Award of Contract

23. Award Criteria The Bank shall shortlist the tenderer based on the evaluation criteria detailed in Section IV (Evaluation Criteria).

24. Notification of Award

The tenderer who qualifies the Technical Evaluation including Site visit evaluation and is L1 in Financial Bid shall be awarded the tender.

Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract. The successful tenderer shall take over entire work within seven (07) days of notification of award of work.

Page 23 of 60

25. Signing of Contract The successful tenderer shall execute an agreement with the Bank on Non-Judicial stamp paper of value not less than ₹100/- within 15 days of award of work. The stamp duty shall be borne and paid by the contractor. However, the issue of intimation of award of work by the Bank shall be considered as binding contract, as though such an agreement has been executed and all the terms and conditions shall apply on this contract. The agreement and rates will be valid for a period of one (01) year (July 2019- June 2020), in first year and extendable up to two more years subject to annual review by the Bank of the performance of the contractor/s.

26. Performance Security

26.1 The successful tenderer shall furnish along with the contract the Performance Bank Guarantee (PBG) for 10% of contract value in accordance with the form 3 in Section VI (Standard Formats). The PBG shall be valid for a period of 60 days after the expiry of contract period. The EMD of such tenderer will be returned on receipt of PBG.

26.2 Failure of the successful tenderer to submit the

Performance Bank Guarantee or to sign the Contract shall constitute sufficient grounds for the annulment of the award, forfeiture of the EMD and blacklisting of such tenderer.

26.3 The PBG shall be released without interest after two (02)

months of completion of the contract period only after being satisfied of the successful completion of the contract and no liabilities from the agency or its employees. In case of any complaint or pending dues, the Performance Bank Guarantee (PBG) shall be discharged only after adjusting all dues, liabilities, etc.

Page 24 of 60

Section III – Tender Data Sheet

A. Introduction

1. Scope of Tender 1.1 The tender inviting office is: Reserve Bank of India, Hyderabad Regional

Office, Main Office Building, Saifabad, Hyderabad 500004 1.2 The name of the Tender is: Facility Management Service & Annual

Maintenance Contract for Servers, Desktop Computers, Software, Scanners, Printers, Laptops, Projectors and Peripherals at Reserve Bank of India, Hyderabad and its locations Tender Reference No. RBI/Hyderabad/DIT/ 9 /18-19/ET/317

1.3 Eligible Tenderers: The tenderer shall meet the eligibility criteria outlined in para 3 of Section II.

B. Tender Document

2. Clarification of Tender Document, Pre-tender meeting 2.1 For clarification purposes only, the Bank’s address is: Reserve Bank of India,

Department of Information Technology, 3rd floor, Main Office Building, Secretariat Road, Saifabad, Hyderabad – 500 004.

(i) Shri Doma Sarath Chand, Assistant General Manager, DIT, RBI , Email: [email protected], Phone No. : 9619956411 (ii) Shri Ravi H Keswani, Manager, DIT, Reserve Bank of India Email: [email protected] Phone No: 9515112163 (iii) Smt Deepika Purohit, Assistant Manager, DIT, Reserve Bank of India, Email: [email protected], Phone No.:040-23267344

2.2 A Pre-bid meeting will take place at 02:00 PM on April 22, 2019

C. Preparation of Tenders

3 Documents Comprising the Tender

3.1 The Tender shall comprise the following: (a) Notice Inviting Tender, Instructions to Bidders, Evaluation Criteria & General

and Specific Terms and Conditions of the Contract. (b) Various Formats for Technical and Financial Evaluation as also for

Performance Bank Guarantee as per Section VI (Standard Formats) 4. Period of Validity of Tenders

4.1 The Tender validity period shall be 90 days from the last date of the submission of tender.

5 EMD / Bank Guarantee as Tender Security

5.1

Intending tenderer has to deposit a sum of ₹28,000/- (Rupees Twenty-Eight Thousand only) as Earnest Money Deposit with the Reserve Bank of India, Department of Information Technology, Hyderabad - 500004 through NEFT to the ‘Reserve Bank of India, Hyderabad’ by credit to A/c No. 8614038 & IFSC- RBIS0NEFTHY (5th being zero). Non-payment of EMD on or before the due date will be treated as

Page 25 of 60

unresponsive and tender will be rejected.

6 Submission of Tenders 6.1 The tender, complete in all respect, shall be submitted electronically. The

tenderers may submit their competitive rates along with necessary documents as indicated in the “Technical Bid”.

D. Submission and Opening of Tenders

7 Deadline for Submission of Tenders

7.1 The E-tenders, complete in all respect shall be submitted as per the following deadline: Date: May 06, 2019 Time: 2.00 pm

8 Tender Opening

8.1 The Tender opening shall take place electronically on the date and time mentioned in Schedule of Tender (SOT). The tenderers who are declared successful in Technical Evaluation including Site Evaluation will qualify for Financial Evaluation. Such tenderers who qualify in Technical and Site Visit Evaluation will be considered for opening of Financial Bids and the lowest bidder will be awarded the contract provided the bid is in line with the prescribed terms and conditions.

Page 26 of 60

Section IV: Evaluation/ Selection Criteria

Evaluation matrix

A. Technical Bid Evaluation

1 1.1 The tenderers shall furnish information for Technical Evaluation as per Form 1 of Standard Format.

1.2 Supporting documents for the various items indicated in the Form 1 should be uploaded for Technical evaluation.

1.3 Evaluation of bids a) The technical bids will be opened first and evaluated to determine

responsiveness and completeness to the pre-qualification and eligibility criteria. Any clarification/rectification in case of deviations in the technical bids at this stage, will be called for in writing by fax/email. The failure to submit the same within the specified time limit may result in rejection of the bid.

b) Vendors should be ready to give a short presentation on their proposal, if requested to do so, in front of the Technical Committee with 3-4 days’ Notice. They are expected to reply to all the queries from the Technical Committee during this presentation. This presentation would be part of the technical evaluation process.

c) The Technical Committee formed for the evaluation of the bids/proposals will take into account the following factors:

i. Completeness of Facility Management Service (FMS) and Annual Maintenance Contract (AMC) proposal

ii. Financial Standing and Experience with similar projects iii. Presence at Hyderabad and nature of vendor’s support

(direct/indirect) available at the location. iv. ISO 20000 and/or similar certifications for Quality assurance

particularly for Maintenance and Facility Management Service. v. Strength and profile of technical staff and implementation plan

The above-mentioned list is only an indicative one. RBI at its discretion may make deletions in / additions to this list. The Bank may obtain reports on past performance of the tenderer from his clients. The Bank may evaluate the said reports before opening of the Part II of the tenders. If any tenderer is not found to possess the required eligibility for participating in the tendering process at any point of time and/or his performance/ service reports received from his clients are found unsatisfactory, the Bank reserves the right to reject his offer even after opening of Part I of the tender. The Bank is not bound to assign any reason for doing so. After the technical evaluation has been completed, the commercial bids of only technically qualified vendors will then be opened for purpose of Commercial evaluation. The award of contract will be made to the bidder whose bid has been determined to be the lowest in Total Cost to the Bank (inclusive of taxes as applicable).

Page 27 of 60

Section V: General and Specific Conditions of Contract

A. General Conditions of Contract 1 1.1 The tenderer shall obtain the Tender Document from the source stated

by the Bank in the Invitation for Tenders; otherwise the Bank shall not responsible for the incompleteness of the Tender Document.

2 2.1 Conditional tender shall not be entertained.

2.2 In the event of any difference between figures & words of quoted rates, the rate in words shall be considered for evaluating the tender.

3 3.1 The tenderer is expected to examine all instructions, forms, terms, and specifications in the Tender Document.

3.2 Failure to furnish all / any information or documentation required by the Tender Document may result in the rejection of the Tender.

4 The price quoted shall only be in Indian rupees and inclusive of all taxes.

B. Situations leading to disqualification / rejection of tenders

5 5.1 Any canvassing by or on behalf of the Tenderer or to bring political or other outside influence with regard to their selection shall lead to disqualification from the process. Such Tenderer/s shall be blacklisted for next three years. If such instances go undetected during the selection process but are detected subsequently, such disqualification will be made applicable there too.

5.2 All the tenders should be complete in all respects with all attachments / enclosures / annexure. Incomplete forms, or bids received in any format other than the prescribed one or without proper documentary evidence etc. will be out rightly and summarily rejected by the Bank.

5.3 Tenders received by fax or email or any manner other than specified shall not be accepted and shall be summarily rejected. No correspondence will be entertained on this matter.

5.4 Bid proposals received without or lesser than the prescribed EMD / processing fee shall be summarily rejected.

5.5 Tenders received after the due date and time shall be summarily rejected.

5.6 Conditional tenders shall be straightway rejected and no additional clause will be entertained.

5.7 No tender may be modified subsequent to the last date of submission of tender. No tender may be withdrawn in the interval between the last date for submission of tender and the expiry of the tender validity period specified in the tender. Withdrawal of the tender during the interval shall result in forfeiture of the EMD.

5.8 Alternative Proposals / Time for Completion shall not be permitted.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 28 of 60

C. Terms of Payment

6 6.1 The agency shall raise the bill, in duplicate, along with the following documents in respect of the person deployed and submit the same to The Manager, DIT, RBI, Hyderabad in the second week of the subsequent month or earlier, but only after electronic disbursement of salary / wages to deployed manpower. As far as possible, the payment shall be released within two weeks from the date of submission of bills complete in all respects.

i. Current month Invoice Copy ii. Current month Attendance Register

6.2 The claims in bills regarding taxes and GST, if applicable, shall be

necessarily accompanied with documentary proof pertaining to the concerned month bill. A requisite portion of the bill / whole of the bill amount shall be held up till such proof is furnished, at the discretion of Bank.

6.3 During the course of the contract, only increase beyond 5% in the minimum wages as announced by the Central Government will be borne by the Bank, subject to producing documents for disbursing the increased wages.

6.4 All other charges (other than statutory levies) will remain fixed during the duration of the contract.

6.5 All the payments shall be released through NEFT/RTGS viz electronic mode only for which necessary mandate shall be submitted to the Bank.

6.6 Any objection regarding the payment received by the tenderer may be brought to the notice of the Bank within 10 days of the date of the payment. In case no such objection is received within the stipulated period, it will be deemed that there is no objection regarding the payment.

D. Necessary Requirements to be fulfilled after award of contract

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 29 of 60

7 7.1 The successful tenderer/s shall execute a Performance Bank Guarantee for 10% of contract value in favour of the Bank as specified in form 3 of Section VI (Standard Formats), within 15 days of the receipt of the letter of award of work. The Performance Bank Guarantee shall remain valid for a period of 60 days beyond the date of completion of all the contractual obligations of the Service Provider/Contractor/Vendor.

7.2 In case of breach of any terms and conditions attached to this contract, the Performance Bank Guarantee of the agency will be liable to be forfeited/invoked besides annulment of the contract.

7.3 The agreement between the successful tenderer/s and the Bank will be signed within 15 days of letter of award of work. The agreement shall be executed in duplicate. The Bank shall retain the original and the Service Provider/Contractor/Vendor, the duplicate. The stamp duty shall be borne and paid by the Service Provider/Contractor/Vendor.

7.4 The agency and its staff shall not disclose, divulge, reveal or use for any purpose any information relating to the Bank, which would reasonably be considered to be private or proprietary to the Bank, the release of which could reasonably be expected to cause harm in any manner to the Bank, which the agency and/or its staff have obtained, except as authorized by the Bank or as required by law. This obligation on the part of the agency and its staff shall apply during the term of agreement and indefinitely after the term of agreement. The agency and its staff shall also not disclose directly or indirectly any information and details of the Bank’s infrastructure / systems/ equipments, etc., which may come to its possession or knowledge during the course of discharging its contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. It shall treat the details of the contract as private and confidential, except to the extent necessary to carry out the obligations under it or to comply with applicable laws. It shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Bank. It shall indemnify the Bank for any loss suffered by the Bank as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract and the Bank shall be entitled to claim damages and pursue legal remedies.

E. Adherence to Statutory Requirements 8 8.1 Compliance of law viz., Minimum Wages Act 1948, Bonus Act,

Employers’ Liability Act 1938, Contract Labour (Regulation & Abolition) Act, the Employee Compensation Act 1923, Industrial Disputes Act 1947, Maternity Benefits Act 1961, Employee State Insurance Act 1948, Provident Funds and Miscellaneous Provisions Act 1952, rules and regulations framed

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 30 of 60

under all these Acts from time to time, shall be whole & sole responsibility of the Agency.

In this regard, the Agency shall indemnify Bank against all claims and will maintain necessary books, logs, registers, verification, returns, receipts, computerized database, etc., mandatory as per the law and as per the Government rules and make the same available for inspection/verification to the concerned Government Officer/Labour Enforcement Officer/Regional Provident Fund Commissioner, as and when required. A copy of all such compliances, statements and payments made to the statutory authorities, etc., including registration number shall be provided to the Bank authority for verification and record as and when so demanded.

F. Prevention of Sexual Harassment

9

9.1 The successful tenderer / agency shall be solely responsible for full compliance with the provisions of “The Sexual Harassment of Women at Workplace (Prevention, Prohibition and Redressal) Act, 2013”. In case of any complaint of Sexual Harassment against its employee within the premises of the Bank, the complaint will be filed before the Internal Complaints Committee constituted by the tenderer / agency and the tenderer / agency shall ensure appropriate action under the said Act in respect to the complaint. The successful tenderer shall confirm constitution of Internal Complaints Committee for the purpose, wherever applicable.

9.2 Any complaint of Sexual Harassment from any aggrieved employee of the successful tenderer against any employee of the Bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

9.3 The successful tenderer shall be responsible for any monetary compensation that may need to be paid in case the incident involves the employees of the tenderer, for instance any monetary relief to Bank’s employee, if sexual violence by the employee of the successful tenderer is proved.

9.4 The successful tenderer shall be responsible for educating its employees about prevention of sexual harassment at workplace and related issues.

9.5 The successful tenderer shall provide a complete and updated list of its employees deployed in various facilities of the Bank on quarterly basis (within 15 days from each quarter end or from the date of engagement/deployment).

G. Rights of the Bank

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 31 of 60

10 10.1 The Bank reserves the right to extend the period of tender availability and / or the date of opening of the bids.

10.2 The Bank reserves the right to accept or reject any / all applications or annul the process of qualification without any liability or assigning any reason thereof.

10.3 The Bank reserves right to split the scope of the work to more than one agency / agencies without assigning any reason whatsoever. No claim will be entertained on account of this.

10.4 The terms and conditions specified herein are indicative in nature and the same shall not restrain the Bank from imposing or requiring the Bidder to agree upon such further or other terms and conditions at the time of executing the agreement with the successful Bidder, or to alter, modify or omit the terms and conditions contained herein, as are considered necessary for the due and proper execution of the work being awarded under this Tender.

10.5 The Service Provider/Contractor/Vendor or its agents / employees committing any breach of terms and conditions mentioned herein and / or rendering unsatisfactory services, in the opinion of the Bank shall render itself liable for penalty and/or termination of the agreement forthwith without any notice or any compensation in lieu thereof.

10.6 Without prejudice to above, the Agreement can be terminated with a notice of one month on either side, during the Agreement period. The arrangements with Service Provider/Contractor/Vendor shall stand terminated in the case of its insolvency.

H. Dispute Resolution

11

11.1 It is to be duly noted that in case of any / all disputes on terms and condition of this tender, the English version of the tender document shall prevail (in case tender is issued in English and any other language simultaneously).

11.2 All disputes and differences of any kind under the agreement shall be referred to the sole arbitrator i.e. Regional Director, Reserve Bank of India, Hyderabad and his decision, in writing, shall be final and binding on the Service Provider/Contractor/Vendor. However, for any dispute/issue, not settled through arbitration, the legal jurisdiction shall be Hyderabad only. Alternate settlement modes can be used for settling any legal dispute with mutual consent only.

I. Force Majeure

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 32 of 60

12 Notwithstanding anything else contained in this document, neither party shall be liable for any delay in performing its obligations hereunder if such delay is caused by circumstances beyond its reasonable control (including without limitation any delay caused by the acts of governments, acts of God, natural or social calamities, strikes, riots in any region, network failure, terrorist attack, war (declared and undeclared)) provided however that any delay by Service Provider/Contractor/Vendor of the Party so delaying shall not relieve that Party from liability for delay except where such delay is beyond the reasonable control of Service Provider/Contractor/Vendor concerned.

J. Disclaimer

13

13.1 Though adequate care has been taken while preparing this document, the tenderers shall satisfy themselves that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any tenderer within seven (07) days from the date of NIT, it shall be considered that this document is complete in all respects.

13.2 The Bank reserves the right to modify, amend or supplement this

document including all formats and Annexures.

13.3 While this document has been prepared in good faith, neither the Bank nor their employees or advisors make any representation or warranty, express or implied, or accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the accuracy, completeness or reliability of information, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this document, even if any loss or damage is caused by any act or omission on their part.

K. Confidentiality Statement

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 33 of 60

14 14.1 The information contained in this Tender Document or subsequently provided to tenderer(s) whether verbally or in documentary form by or on behalf of the Bank or by any of its employees, shall be subject to the terms and conditions set out in this Tender Document and all other terms and conditions subject to which such information is provided.

14.2 The purpose of this tender document is to provide the tenderer(s) with information to assist the formulation of their proposals.

14.3 This Tender Document does not purport to contain all the information each tenderer may require.

14.4 This tender document may not be appropriate for all person, and it is not possible for the Bank and/or its employees to consider the investment objectives, financial situation and particular needs of each bidder who reads or uses this tender document.

14.5 Each tenderer should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this tender document and where necessary obtain independent advice from appropriate sources.

14.6 The Bank and employees make no representation or warranty and shall incur no liability under any law, statue, rules or regulations as to the accuracy, reliability or completeness of the tender document.

14.7 This document and the information provided therein are confidential and intended solely for the use of the Tenderer(s).

L. Insurance

The successful tenderer shall take “all risk policy” for the contract value and workmen compensation policy for the workers engaged in the work. The Insurance Policy will be valid / co-terminous with the period of contract. The contractor shall indemnity the Bank for any loss or damage that occurs to persons or building or third party while executing the work. Third Party Liability on contractors for all risk policy shall be minimum Rs. 2 lakh per person for any one accident or occurrence and Rs. 5.00 lakh in respect of damage to property for any one accident or occurrence.

M: Specific Conditions of Contract (SCC)

1 The FMS/AMC agreement would be made initially for one (01) year from July 01, 2019 to June 30, 2020 congruent with the financial year of the Bank (i.e. 1st July to 30th June of the year), extendable on a yearly basis for maximum of two years only on receipt of yearly satisfactory performance report duly certified by DIT, RBI, Hyderabad.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 34 of 60

2 FMS & AMC shall be provided by the vendor at various properties of the Bank as listed in Annex-5. The Bank reserves the right to add/withdraw sites to the list. The same will be communicated to the vendor in writing

3 In case of systems covered under warranty and which are not under the purview of AMC, the Service Engineers shall note down the serial number of the machine and escalate the service call to the concerned vendor and take up necessary follow up activities for the same and also intimate the DIT officials regarding the call details.

4 The scope of coverage of the FMS/AMC will be for the computer hardware and peripherals listed in Annex-4 of the tender document. Technical support for software listed in Annex-4 of must also be provided. The Hardware & Software indicated in Annex-4 are indicative only. The actual number and type of Hardware / Software may change as per the requirement of the Bank.

5 The vendor shall provide comprehensive maintenance services which shall cover both preventive as well as corrective maintenance for all assets covered under FMS & AMC. At the beginning of the contract period, the vendor shall prepare a list of the entire inventory which are covered by FMS & AMC and submit to DIT for confirmation. The vendor should also provide a department wise inventory list to DIT, on a quarterly basis.

6 Under corrective maintenance the vendor shall rectify any defects, faults and failures in the equipment and shall repair, replace any worn out, defective parts of the equipment, as stipulated in para 4 of Section II i.e. Scope of Work.

7 Maintenance support will have to be provided for Windows server operating systems, SCO Unix server operating systems, Linux server operating systems, Oracle and Windows desktop operating systems (Windows 98 and above).

8 The Tenderer shall load/reload and configure operating systems and/or any other specific system software, as the case may be, in the equipment covered under FMS & AMC, at no extra cost to the Bank, whenever the need arises.

9 Necessary technical assistance and advice shall be extended by the vendor to resolve problems that may be encountered with regard to hardware, operating system, system software and any problems accessing the various application software on the computer systems, etc. covered under AMC. The Vendor will have to directly co-ordinate with the System Administrator at the Central Office / Regional Office / Data Centre, IDRBT or with the vendor of the application, to resolve any issues related to smooth functioning of internal packages of the Bank. The vendor has to follow up the Internet Service Provider in case of any disruption in services till the services are resumed. The vendor will also have to coordinate and assist in resolving issues with the

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 35 of 60

Technical Teams of other vendors such as Network, Firewall, MPLS, or Application.

10 Vendor shall, upon direction of DIT officials, configure Outlook/ install application software/ make configuration changes in the equipment covered under FMS / AMC, free of cost.

11 The vendor shall be responsible for updating of security patches on operating systems which should be done immediately upon their release by the Principal after taking due permission of the Bank’s officials.

12 The Bank has automatic anti-virus updating system. However, the vendor shall be responsible for checking/ ensuring updating of anti-virus files on all servers and PCs covered under the FMS / AMC. The anti-virus patches on the systems should always be the latest. The anti-virus packages will be provided by the Bank.

13 The vendor shall extend necessary assistance in shifting and reinstallation of equipment covered under the FMS/AMC. The vendor shall carry out periodically cleaning by Vacuum Cleaner of all machines including machines which are under warranty at least once in a quarter. The record of the same needs to be submitted to the Bank.

14 A health card shall be maintained for all equipment covered under AMC. The vendor shall record therein each incident of equipment malfunction, date/ time of commencement of downtime and successful completion of the repair/ maintenance work, nature of repair work performed on the equipment together with a description of the malfunction and the cause thereof. Details of preventive maintenance activity shall also be recorded.

15 The Vendor will manage the call management system and ensure that all minor/major service calls are logged and ticket generated. The vendor will provide a Monthly Call Analysis Report & also a Quarterly MIS to DIT.

16 a) The vendor shall arrange to station at least four technical staff including a Team Leader in the office premises on all working days as Resident Engineers (RE). The REs shall report to the Department of Information Technology on all working days during office hours. The normal working hours will be from 09.30 AM to 06.30 PM on all days except Sunday & Holiday. However, under special circumstances such as Annual Closing of books of accounts / unavoidable circumstances (i.e. major breakdown of system) of the Bank, etc. the working hours shall vary as per the emerging situation. Out of these four REs, one should be a B. Tech or have Degree in Computer Science and must have more than three (03) years post qualification experience in hardware peripherals and various

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 36 of 60

operating systems who will also serve as the Team Leader and management of Helpdesk. Two (02) should be Degree/Diploma holder with two (02) years’ post qualification experience in hardware peripherals and in various operating systems who together with the Team Leader will carry out all the preventive, corrective maintenance and trouble shooting. One RE may be a Diploma Holder who, apart from carrying out preventive, corrective maintenance and minor trouble shooting, will also assist in shifting & cleaning of Inventory. All the REs should have good communication skill, positive attitude and technical understanding.

b) The Resident Engineers shall be provided with mobile phones by the company for communication at the Bank's location.

c) The successful tenderer shall place before the Bank service engineer’s minimum at a ratio of 1:2 for consultation for the placement as Resident Service Engineer. However, it is not mandatory for the Bank to compulsorily agree with the proposal. The Bank shall have the right to reject a Resident Engineer at any point of time with a minimum notice period of two weeks, within which the vendor should arrange for a new incumbent and the above procedure would be followed in doing so.

d) The personnel deployed to render services shall be appropriately skilled, trained and preferably possess certification such as CCNA, MCNE, MCSE or any other certificates proving the skill sets, for delivery of the services mentioned in this document.

e) The qualified service personnel of the company are required to carry their company provided photo identity card in person during their term in the Bank. The tenderer, upon acceptance of the offer for AMC, is required to submit Police Verification Certificates of all the service personnel deputed under the AMC from the local Police Station concerned.

f) The Team Leader should be responsible for the decisions that need to be taken on time-to-time basis, should be responsible for organizing, planning, directing, coordinating and following up the overall activities for the location and should have experience and proven expertise in managing in similar capacity and should have a minimum of three years’ experience with minimum one year as the Team Head.

g) Resident Engineers should be dedicated personnel responsible for handling problems, should be qualified enough to do first level diagnosis and troubleshooting the problems relating to Hardware, Peripherals, Active Network equipment such as Switches, Modems and Routers; should also be qualified enough to do first level diagnosis and troubleshooting problems relating to standard software such OS, Internet Explorer, Microsoft Office, Lotus Notes or Microsoft Exchange, Anti-virus, etc.; should also be capable of troubleshooting problems encountered by the end-users in customer applications, should have training and experience of managing and troubleshooting the problems under

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 37 of 60

environments like Windows NT / 95 / 98/ 2000 / XP and above / Windows 2000 server and above, LAN / WAN, Oracle Applications, PCs and associated peripherals, backup / restoration using various tools, etc. should have a minimum of three years’ experience in providing onsite technical support.

h) The Resident Engineers cannot be changed at frequent intervals and deployed for a minimum period of one (01) year. Upon changing resource personnel, the vendor is required to give sufficient notice, at least one month, to the bank in this regard before replacing such a team member.

i) The Resident Engineers at Bank's location/s are governed by the codes and ethics of the work place and shall be subjected to verification by the Security Personnel, Police or such agencies deployed for the purpose

17 The vendor shall repair/ replace parts at the various sites of the Bank only. If the fault is of serious nature and requires the support of the Repair Centre of the vendor thereby necessitating shifting of the equipment, the vendor shall attend to shifting/ transportation, installation, re-installation, loading of the software packages (both the system software and application software, if any) at no additional cost to the Bank.

18 The vendor shall be responsible for recovery of data, free of cost, in case of Hard Disk crash of any computer systems under FMS/AMC.

19 The vendor shall maintain onsite, an inventory of computer hardware, peripherals and components like Mouse, Keyboard, Hard disk, DVD/CD-ROM and other spare parts to ensure that the uptime of all systems .

20 The vendor shall not provide sub-contract of the FMS / AMC to any organization, person, firm or its franchise. If, at any time, it comes to the notice of the Bank that such sub-contracting has been done, the Bank, at its discretion, may terminate the contract without referring the matter further to the vendor. The Bank will be at liberty to realize all the expenses it had to incur in this connection, either by adjusting from the payments due to the Vendor or through other means.

21 The vendor shall ensure that the malfunctioning hardware, accessories, operating systems, systems software (if any) are rectified within two hours of lodging the complaint by the user. If the vendor is not able to rectify the same by the stipulated time, the vendor shall provide, at their own cost, requisite hardware/ software to ensure business continuity.

22 The vendor shall ensure 99.5 % uptime of each server, 99% uptime of each PC and 98% uptime of each peripheral covered under the FMS / AMC. If during any half year, the vendor does not maintain the uptime of the equipment, proportionate maintenance charges will be deducted from the amount to be paid to the vendor in the beginning of the next half-year.

23 If preventive maintenance schedule of equipment and stipulated uptime of hardware and system software is not adhered to a penalty per day of Rs. 100/- for peripherals, Rs. 250/- for PCs/ Notebooks and Rs. 1000/- for

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 38 of 60

servers may be imposed, at the discretion of the Bank. Completion of preventive maintenance schedule will entail updating of anti-virus patches, Operating System patches and carrying out of diagnostics tests.

24 As security for due fulfilment of the terms and conditions and obligations of the service contract, the vendor shall furnish a Performance Bank Guarantee of 10% of the contract value of the FMS / AMC valid for one (01) month beyond the period of AMC.

25 The Bank shall release quarterly payments towards the maintenance charges after the expiry of each quarter and after obtaining certificate of satisfactory performance from the user departments of the Bank.

26 In the event of addition of any more machines under the scope of the FMS / AMC, the maintenance will be carried out by the vendor for which the vendor may be eligible for consideration on a pro-rata basis. In the event of weeding out of older machines in the office, the same shall be removed from the contract and the rates reduced accordingly on a pro-rata basis.

27 The vendor will provide all risk insurance cover to its workmen/ resident engineers in the Bank. The workmen/ engineers or their legal heirs shall not claim any insurance benefit from the Bank in case workmen/ engineers suffer any loss or damage to their life or person or property while working in the Bank Premises. The Insurance Policy will be valid/co-terminus with the period of contract.

28 The vendor shall ensure compliance to all the obligations arising under the Contract Labour (Regulations & Abolition) Act, 1970, Minimum Wages Act 1948 as per the Central Government, Workmen’s Compensation Act, 1923, Provident Fund/Employees State Insurance Act and other labour laws prevailing in the country. In the event of any liability arising on account of any breach or non-compliance of statutory requirements by the vendor, the Bank shall have the right to reimburse itself by way of adjustment from the vendor’s pending bills or otherwise recover it through available legal means, to the extent of the loss suffered by it as a consequence of the same.

29 Annual increment on the rates decided based on the indexation formula as given in Annex-6 will be applicable subject to providing satisfactory service year on year basis and renewal of the contract for a further period.

30

The vendor shall ensure that all materials and information which may come into its possession or knowledge in connection with this contract or the performance thereof, whether consisting of confidential and proprietary data or not, whose disclosure to or use by third parties may be damaging or cause loss to the Bank, will at all times be held by it in the strictest confidence and it shall not make use thereof other than for the performance of its obligations described in the FMS/AMC and to release it only to employees requiring such information for the purpose of performing obligations arising out of the FMS/AMC and not to any other party. The vendor shall ensure that appropriate action shall be taken with respect to its employees to ensure that

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 39 of 60

the obligations of non-use and non-disclosure of confidential information are fully complied with.

31 The vendor shall certify that the repair and maintenance services do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or entity. The vendor shall indemnify the Bank from any claim or demand, action or proceeding, directly or indirectly resulting from or arising out of any breach or alleged breach of this warranty.

32 The Bank reserves the right to claim as damages from the vendor to the extent of the loss suffered by it, if it is found that due to any commission or omissions of the vendor, damage has been caused to equipment covered by the FMS/AMC or to any property of the Bank even if it is not covered by the FMS/AMC.

33

The bank can terminate the contract after giving a notice of three months to the vendor. If the vendor intends to terminate the contract the vendor should give three months’ notice to the bank in writing specifying the reasons thereof.

34 The FMS/AMC provider shall pay all the taxes, duties and levies, if any, required to be paid to the relevant authorities as per law. The consideration indicated in the foregoing paragraphs shall be inclusive of all the prevalent taxes payable by the FMS/AMC provider. The Bank would be at liberty to make the necessary tax deduction at source, as required by law.

35 Qualified vendor will be decided on the basis of Total Cost to the Bank (inclusive of taxes).

36 The Bank shall not consider any request in change of rates of FMS/AMC due to any reason whatsoever, during currency period of the contract.

37 All legal suits, actions or proceedings relating to or arising out of the agreement shall be subject to jurisdiction of the courts in Hyderabad only. If any dispute arises between the parties about the terms of this contract or anything in relation to or arising out of this contract, the parties will resolve the dispute through mutual agreement or through the appointment of an Independent Arbitrator.

38 After being selected as the successful tenderer and being awarded the contract of FMS /AMC, the tenderer shall reply to all queries/complaints that may be raised by the Bank from time to time. Evasive attitude by the tenderer may subject to the contract being terminated without notice/non-renewal of further contracts with the tenderer.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Page 40 of 60

39 Shifting of Components

The shifting of components means moving the components from one place to the other for carrying out the repair work or for relocation of the systems. This can be either of the following categories:

a. Within Bank Premises: The vendor should arrange for shifting of Computer Hardware within the office, if required, or within the Departments/Buildings in the Bank’s premises as per the requirement and direction of DIT Officials.

b. From Bank to Vendor‘s Place and vice-versa: The vendor should arrange for shifting of component from the Bank to the vendor’s place and vice versa for repairs/replacement etc.

c. From one Premises of the Bank to other location: The vendor should provide necessary support for shifting and setting up the IT Hardware /Peripherals in any of the Premises, as mentioned in the Annex-5, or any other location of Bank’s Interest/activity within the jurisdiction of this Office. In such cases, transport arrangements will be made by the Bank. In case such activity is envisaged beyond the municipal limits of the Hyderabad city, necessary conveyance, boarding & lodging arrangements for the Support Engineer will be made by the Bank.

Page 41 of 60

Section VI: Standard Formats

Form 1 Details of Technical bid

Form 2 Details of Financial Bid

Form 3 Proforma of Performance Bank Guarantee

Annex 1 Details of Banker

Annex 2 Bankers Certificate

Annex 3 Client’s Certificate

Annex 4 List of computer peripherals and software’s

Annex 5 List of Properties of the Bank where AMC services will have

to be provided

Annex 6 Indexation formula for calculating the FMS Contract /AMC

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

42 | P a g e

Form 1

PART I – TECHNICAL BID NAME OF THE TENDERER: ____________________________ ADDRESS: ____________________________________________________ CONTACT NO: _______________________________

Technical Bid by the Tenderer

To be given on applicant’s letter head)

Name of the tenderer: Address:

Particulars Response

1) The registered name of the company

2) a) Type of organization – (whether Proprietorship / Partnership /LLP /Pvt. Ltd/ Ltd Company).

b) Date of establishment

c) Details of Registration (Firm, Company

etc.), Registering Authority, Date, Number etc. (not applicable in the case of a sole proprietorship).

Please enclose relevant documents in support of the same.

3) Name of the proprietor / partner / directors of organization with designation.

4) Name and Designation of the authorized official responding to this request

5) Contact telephone, fax number and E-mail address

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

43 | P a g e

6) Registered Office (address) :

a) Whether having own office in Hyderabad.

b) Address of the local office at Hyderabad.

7) Name and address of Parent company, if any

8) Brief description of the organization including date of incorporation, list of major business areas and divisions, list of products and services provided, key milestones in its development.

9) A brief account of FMS/AMC/software development services.

10) List of FMS/AMC solution provided in similar environment including of value not less than Rs. 14 Lakhs in the last three (03) years.

11) Financials: (in Crores) Turnover a) Total b) Of Which from FMS/AMC Profit c) Total d) Of Which from FMS/AMC

(Audited financial statement for the last 3 years to be uploaded on MSTC portal )

2015-16 2016-17 2017-18

12) Work Experience- Details of work experience as per the requirement in the Eligibility Criteria and Terms and Conditions supported by work orders, documents and certificates. The details along with documentary evidence of previous experience, if any, of similar services for the Reserve Bank of India at any centre or government / semi government / public sector undertakings / banks / MNCs should also be given.

13) The number of staff employed in each of these categories at Hyderabad: (a) Software development/support; (b) Engineering/hardware support (c) Sales and other personnel;

14) (i) Name and level of quality standards

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

44 | P a g e

obtained by the Company; (enclose copy of certificate)

(ii) Is it for a Specific Division or for the Organisation as a whole? Please specify. (iii) Is it for the Division that may be Undertaking AMC/FMS? Please specify.

15) Geographical spread in India: a) No. of Offices b) Locations Of which in Hyderabad

i) for FMS/AMC ii) Software Support

16) Whether registered with Labour Department under the Contract Labour (R & A) Act, 1970 and Contract Labour (Regulation and Abolition) Central Rules, 1971. If yes, indicate the date of registration. (A copy of certificate/registration to be submitted).

17) Name and address of the bankers. Please enclose a certificate in sealed envelope from the banker regarding financial standing as per format attached with this tender document. (Annex-1 and 2)

18) Name and address of the existing clients along with full details. The feedback from top three existing clients in Hyderabad is required as per Annex-3.

19) The bank Account (IFSC Code and Account Number) where payments would be received by the organization.

20) Whether blacklisted by any authority and/or client. If yes, details thereof:

21) Whether penalised/convicted in connection with similar business. If yes, details thereof:

A. Project Experience and Client Information:

Particulars Response

22) Number and list of similar FMS/AMC of which: (a) Banking/financial enterprise (b) Customer specific multi-user development projects.

Current projects completed in last 3 years (no. & list) (no. & list)

23) For the above projects indicated, please supply the following details for reference purposes) a) Organization, b) Contact person & Designation, c) Telephone number, fax and email.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

45 | P a g e

B. Other Details:

Particulars Response

24) Project Organization structure Please describe in detail the strategy that the enterprise propose to adopt to ensure that the FMS/AMC is carried forward in non-disruptive manner and within the time frame

25) Assumptions, Risks & constraints as perceived

State clearly, the assumptions, risks and constraints as perceived by you

26) Infrastructure requirement from the Reserve Bank of India

NOTE: Please provide other information of a material and relevant nature, which you feel, has not been covered elsewhere.

Copies of Documents required to be uploaded on MSTC portal for Technical Bid 1. Audited annual financial statements (F.Y 2015-16, F.Y. 2016-17 and F.Y.2017-18). 2. Income Tax Returns of last three Financial Years i.e. F.Y.2015-2016, F.Y. 2016-2017 and F.Y. 2017-2018. 3. Details of Banker 4. Bankers certificate on financial standing 5. List of clients 6. Client Feedback from Top 3 clients in Hyderabad. 7. Incorporation documents. 8. Copy of the PAN, TIN and GST Registration wherever applicable 9. Any other document/s (Pl. specify)

The Bank reserves the right to call the proof/verify the furnished information.

DECLARATION: 1. The above information is true to the best of my/our knowledge and if any information is found untrue or false, I/We may be debarred from the tender process/being given the contract. 2. I/We agree to abide by the terms and conditions stipulated by the Bank. 3. I/We also agree that my/our Tender will remain valid for acceptance by the Bank for 90 days from the date of opening of Part I(Technical Bid) of the tender and this period of validity can be extended for such period as may be mutually agreed in writing between the Bank and tenderer. I/We also agree to keep the earnest money during the entire period of validity of tender. 4. I/We understand that the Bank reserves the right to accept or reject any or all the tender either in full or in part without assigning any reason therefore.

(Signature) Name and seal of the TENDERER

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

46 | P a g e

PART II – FINANCIAL BID

Page 47 of 60

Form 2

Details of Financial bid Note: The rates have to be filled online in the MSTC portal. Kindly do not upload this document.

Part II – FINANCIAL BID Name of the Vendor: Address :

Sl.No Item Description

Under FMS

Unit Rate FMS in Rs

Total FMS in Rs

Under AMC

Unit Rate AMC in Rs

Total AMC in Rs G.Total in Rs

1 Server a) IBM X-3200 b) IBM X-3105 c) IBM X-206 d) IBM X-236 e) HpProliant ML-370

0# 0# 0# 0# 0#

4 2 1 0 2

_______ 9

2 PC a) Desktop of make Hp, HCL, DELL etc 182

323

3 Printers a) Colour Inkjet MFD’s b) Colour LJ MFD c) B/W Monochrome LJ Network d) B/W Monochrome LJ Deskjet e) B/W LaserJet MFP f) Dot Matrix

12 2

28 0#

66# 2#

110 _______

19 3

35 03 11 1

______ 72

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

48 | P a g e

Sl.No Item Description Under FMS Unit Rate FMS in Rs

Total FMS in Rs Under AMC

Unit Rate

AMC in Rs

Total AMC in Rs G.Total in Rs

4 Scanner a) ADF b) Flatbed c) Dual (ADF & Flatbed) d) CTS Scanner

0# 0 7 2 9

______

18 4 6 0 28

5 Projector

a) Projector

1# 1

6 Laptop a) Laptop

HP, Dell, Microsoft

76 19

7 All in One a) All in one with touch

screen b) All in one without

touch screen

04

0

14

10

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

49 | P a g e

Total

Note: Provide unit rates for items shown as 0# Place: Date:

Signature of the authorized personnel of the tenderer (with seal of the enterprise)

Page 50 of 60

Form-3

Proforma of Performance Bank Guarantee (To be submitted on Non-judicial stamp paper of appropriate value purchased in the name of the issuing bank) No. _____________ Date ___________ To: The Regional Director (Andhra Pradesh and Telangana) Reserve Bank of India 6-1-56, Secretariat Road Saifabad Hyderabad – 500 004 Dear Sir,

In consideration of your agreeing to award work to M/s __________________ (hereinafter referred to as “the Contractor”) in terms of their contract with you for Facility Management Service & Annual Maintenance Contract for Computer Hardware, Software and Peripherals at Reserve Bank of India, Hyderabad as per their Tender dated ____ and your General/Special Conditions of Contract and other tender documents relating thereto subject to the conditions and alterations mutually agreed upon /set forth or referred to in your Contract dated ____ in the form of guarantee from us in the manner hereinafter contained, we (Name of the Bank) do hereby covenant and agree with you as follows:

1. We undertake to indemnify you and keep you indemnified from time to time to the extent of ₹……………./- (Rupees --------- only) against any loss or damage caused to or suffered by or that may be caused to or suffered by you by reason of any breach or breaches on the part of the Contractor of any of the terms and conditions contained in the said Contract and in the event of the Contractor making any default or default in carrying out any of the work under the said Contract or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding in total the said sum of ₹……………./- (Rupees --------- only) as may be claimed by you as your losses and/or damages, costs, charges or expenses by reason of such default on the part of the Contractor.

2. Notwithstanding anything to the contrary, your decision as to whether the Contractor has made any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under this Guarantee but will pay the same forthwith on your demand without any protest or demur.

3. This guarantee shall continue and hold good until it is released by you on the application by the Contractor after expiry of the relative guarantee period of the said Contract and after the contractor had discharged all his obligations under the said Contract and produced a certificate of due completion of the work under the said contract and submitted a “No Demand Certificate”, provided always that this guarantee shall in no event remain in force 60 days after the day of expiry of the contract without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

51 | P a g e

4. Should it be necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this Guarantee on your request till such time as may be required by you. Your decision in this respect shall be final and binding on us. 5. You will have the fullest liberty without effecting this guarantee from time to time to vary any of the terms and conditions of the said contract or extend the time of performance of the Contractor or to postpone for any time or from time to time any of your rights or powers against the Contractor and either to enforce or forbear to enforce any of the terms and conditions of the said Contract and we shall not be released from our liability under this guarantee by the exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the Contractor or any other forbearance, act or omission on your part or any indulgence by you to the Contractor or by any variation or modification of the said contract or any other act, matter or things whatsoever, which under the law relating to sureties would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of ₹……………./- (Rupees --------- only) as aforesaid.

6. This guarantee shall not in any way be affected by your taking or varying or giving up any securities from the Contractor or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be, of the Contractor.

7. In order to give full effect to the guarantee herein contained, you shall be entitled to act as if we were your principal debtors in respect of all your claims against the Contractor hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety-ship and other rights, if any, which are in any way inconsistent with any of the provisions of this guarantee.

8. Subject to the maximum limit of our liability as aforesaid, this guarantee will cover all your claim or claims against the contractor from time to time arising out of or in relation to the said contract and in respect of which your claim in writing is lodged on us before expiry of this guarantee.

9. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent by post, it shall be deemed to have been given when the same has been posted.

10. This guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees heretofore given to you by us (whether jointly with others or alone) and now existing uncancelled and that this guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.

11. This guarantee shall not be affected by any change in the constitution of the contractor or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and enforceable by the absorbing or amalgamated company or concern.

12. Any forbearance, act or omission on the part of the Bank in enforcing any of the conditions of the said tender or showing of any indulgence by the Bank to the Tenderer shall not discharge the Surety in any way and the obligations of the Surety under this guarantee shall be discharged only on the intimation thereof being given to the Surety by the Bank.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

52 | P a g e

13. This guarantee shall not be revoked by us without prior consent in writing of the Reserve Bank of India.

14. We further agree and undertake to pay you without demur the amount demanded by you in writing notwithstanding any difference or dispute or controversy that may exist or arise between you and contractor or any other person.

15. Notwithstanding anything contained herein above our liability under this guarantee is restricted to ₹……………./- (Rupees --------- only). Unless a written claim is lodged on us for payment under this guarantee before the expiry date, including extensions if any, of this guarantee all your rights under the guarantee shall be forfeited and we shall be deemed to have been released and discharged from all liabilities there under, irrespective of whether or not the original guarantee is returned to us.

16. We have power to issue this guarantee in your favour under the Memorandum and Articles of Association of our bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the bank.

SIGNED AND DELIVERED (For & on behalf of the above named bank) For & on behalf of (Banker’s Name & Seal)

BRANCH MANAGER (Banker’s Seal)

Address _______________

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

53 | P a g e

ANNEXURES

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

54 | P a g e

Annex 1

Details of Bankers

(To be given on applicant’s letterhead) Particulars Banker 1 Banker 2 Name of the Branch and its complete postal Address including IFSC and e-mail ID

Name and Job-title of the Branch Manager/Relationship Manager along with his/her Telephone No(s) and E-mail id

Type of Account and Account Number

The period from which the Service Provider/Contractor/Vendor/ has been banking with the Banker (Specify number of years).

Any other information which the Service Provider/Contractor/Vendor/ may like to furnish about its Bankers.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

55 | P a g e

Annex 2

FORM OF BANKERS' CERTIFICATE FROM A SCHEDULED BANK (To be arranged by the Tenderer) (To be given by the banker on its letter head)

1. Composition of the firm (whether Partnership/ LLP/ Private Limited/ Proprietorship/ Public Limited.)

2. Name/s of the Proprietor/ Partners/ Directors of the firm.

3. Turnover of the firm for the last preceding three (03) years (year wise).

4. Credit facility/ Overdraft facility enjoyed by the firm.

5. Nature of dealings and opinion thereon

6. The period from which the firm has been banking with the bank.

7. Any other remarks.

8. Opinion on whether the party is considered financially sound to be entrusted

with the contract for works estimated to cost ₹14 lakh. (Signature) Authorised Signatory of the Bank Branch Note:

1. Bankers' certificates should be on letter head of the Bank.

2. The certificate to include names of all partners and directors of the party as recorded with the Bank.

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

56 | P a g e

Annex 3

Client’s certificate regarding performance of FMS/AMC service provider 1. Name & address of the Client

(Phone No. & Email ID)

2. Details of AMC & FMS support provided

by M/s a) Name of work with brief particulars b) Agreement No. and date c) Agreement Amount d) Date of commencement of AMC e) Stipulated uptime of Hardware and

Software Peripherals f) Recorded uptime of Hardware and

Software Peripherals g) Details of penalty levied for not

maintaining stipulated uptime, if any h) Name and address of the authority

under whom AMC executed i) Whether the service provider

employed qualified Engineer/Coordinator during AMC period?

3. Quality of work (indicate grading)

Outstanding/Very Good /Good / Satisfactory /poor

4. i) Did the vendor go for arbitration? ii) If yes, total amount of claim iii) Total amount awarded

5. Comments on the capabilities of the service provider.

a) Technical proficiency b) Financial soundness c) Mobilization of adequate Technical support d) Mobilization of manpower e) General behaviour

Outstanding /Very Good /Good / Satisfactory /poor Outstanding /Very Good /Good /Satisfactory /poor Outstanding /Very Good /Good /Satisfactory /poor Outstanding /Very Good /Good /Satisfactory /poor Outstanding /Very Good /Good /Satisfactory /poor

Signature :

Name :

Designation : Date :

Page 57 of 60

Annex-4 Part (a) Details of Computer Peripheral

Sl.No Item Description Under FMS Under AMC Total

1 Server f) IBM X-3200

g) IBM X-3105

h) IBM X-206

i) IBM X-236

j) HpProliant ML-370

TOTAL

0

0

0

0

0

0

4

2

1

0

2

9

4

2

1

0

2

9

2 PC Desktop of make

Hp, HCL, DELL etc 182 323 505

3 All In

One

All in one with touch

screen

All in one without touch

screen

04 0

14 10

18 10

4 Laptops HP, Dell, Microsoft 76 19 95

5 Printers Colour Inkjet

MFD’s

Colour LJ MFD

Monochrome LJ

Network

Monochrome LJ

Deskjet

B/W LaserJet MFP

Dot Matrix

TOTAL

12

2

28

0

66

2

110

19

3

35

3

11

1

72

21

5

63

3

77

4

182

6 Scanner e) ADF

f) Flatbed

g) Dual (ADF &

Flatbed)

h) CTS Scanner

TOTAL

0

0

7

2

9

18

4

6

0

28

18

4

13

2

37

7 Projector b) Projector

1 1 2

Page 58 of 60

Facility Management Service & Annual Maintenance Contract

for Computer Hardware and Peripherals at RBI, Hyderabad

Part (b) Details of Computer Software

S.No. Item Description 1 Acrobat Writer 2 Akruti 3 AkrutiVistaar 4 Front Page 5 MS Outlook 6 MS Visual Inter Dev 7 MS BackOffice CAL 8 MS Back office Server 9 MS Office 10 Novell Netware 11 Object COBOL 12 Oracle 13 Oracle 8 Developer 14 Oracle 8 Server 15 SCO Open Server (UNIX) 16 UNIX Appl Server 17 Windows 2008 Server with 5 CAL 18 Windows 7 professional

Part (c) Technical Support for Operating Systems

1 Novell 4.*, 6.1 with SFT III, 5.0 and above 2 SCO Unix 5.x servers and above, Linux Servers 3 Windows 2000, 2003 and above server versions 4 Windows Desktop Operating Systems (Windows 98 and above) 5 Linux Operating System

Page 59 of 60

Annex – 5 List of Properties of the Bank where AMC services will have to be provided

1. Reserve Bank of India, Secretariat Road, Saifabad, Hyderabad

2. Reserve Bank of India Officers Quarters, Red Hills, Lakadikapul.

3. Reserve Bank of India Officers Quarters, 6-8-787/1, Ameerpet, Hyderabad.

4. Reserve Bank of India Staff Quarters, Shyamlal Building, Begumpet,500016

5. Reserve Bank of India Staff Quarters, Yellareddyguda

6. Reserve Bank of India Staff Quarters, 1-1-2, Musheerabad, 500 020.

Page 60 of 60

Annex –6 Indexation formula for calculating the FMS Contract /AMC: The rates for FMS / AMC for subsequent years shall be calculated on the basis of

indexation. The formula to be used for such indexation will be as follows:

A = B {15 + 85 x (CPIc/CPIp)} x 1/100 Where

A = The hardware maintenance amount for the current year.

B = The hardware maintenance amount for the previous year.

CPIc = Consumer Price Index for urban non-manual employees for all India for

the month to be specified in tender document, generally based on index six (06)

months prior to the commencement date of contract for the current year.

CPIp = Consumer Price Index for urban non-manual employees for all India for

the month to be specified in tender document, generally based on index six (06)

months prior to the commencement date of contract for the previous year.

(It may be noted that the Reserve Bank at its discretion may terminate the FMS Contract / AMC at any time without stating any reason whatsoever.)