tender document - kolkata...tender for supply, installation, commissioning and management of servers...
TRANSCRIPT
Tender for Supply, Installation, Commissioning and Management of Servers and
System Software for GIS Project
Tender Document
The Kolkata Municipal Corporation
5, S. N. Banerjee Road,
Kolkata - 700013
Table of Contents
SECTION – A ........................................................................................................................................ 5
NOTICE INVITING TENDER ....................................................................................................... 5
SECTION – B ........................................................................................................................................ 6
GENERAL TERMS & CONDITIONS ........................................................................................... 6
B-1. Definitions .............................................................................................................................. 6
B-2. Objective ................................................................................................................................ 7
B-3. Instructions to the Bidder .................................................................................................... 8
B-4. Clarification to the Tender Document & Pre Bid Conference ........................................ 8
B-5. Earnest Money Deposit (EMD) ........................................................................................... 9
B-6. Credentials and pre-qualifications of the Bidder: ............................................................. 9
B-7. Instructions For Preparation Of Proposals ...................................................................... 12
B-8. Sealing and Marking .......................................................................................................... 12
B-9. Submission of Bid................................................................................................................ 13
B-10. Tender Opening date & Venue .......................................................................................... 13
B-11. Validity Of Offer ................................................................................................................. 14
B-12. Taxes & Duties ................................................................................................................... 14
B-13. Income Tax & Sales Tax Certificates ................................................................................ 14
B-14. Discrepancies in Bid ............................................................................................................ 15
B-15. Tender Acceptance & Rejection ........................................................................................ 15
B-16. Authorized Representatives ............................................................................................... 15
B-17. Bid Evaluation Process ....................................................................................................... 15
B-18. Award of Contract .............................................................................................................. 18
B-19. Contract Performance Guarantee (CPG) & Placement of Firm Order ........................ 18
B-20. Bank Guarantee During Warranty/AMC Period ............................................................ 19
B-21. Retention Money ................................................................................................................. 19
B-22. Completion of Contract ...................................................................................................... 19
B-23. Delivery and Installation Schedule: .................................................................................. 20
B-24. Price Validity ....................................................................................................................... 20
B-25. Payment ............................................................................................................................... 20
B-26. Warranty & Maintenance .................................................................................................. 20
B-27. Support ................................................................................................................................ 21
B-28. Liquidated Damage ............................................................................................................. 22
B-29. Disputes and Arbitration.................................................................................................... 22
B-30. Liability ................................................................................................................................ 23
B-31. Patents & Copyright .......................................................................................................... 23
B-32. Governing Laws .................................................................................................................. 24
B-33. Termination for Default ..................................................................................................... 24
B-34. Winding up .......................................................................................................................... 24
B-35. Suspension of Obligations .................................................................................................. 24
B-36. Force majeure Clause ......................................................................................................... 24
B-37. Insurance Taken by Vendor .............................................................................................. 25
B-38. Ownership and Risk of Loss .............................................................................................. 25
B-39. Handling of Documents/ Confidentiality .......................................................................... 25
B-40. Assignment .......................................................................................................................... 26
B-41. Vendor’s Responsibilities ................................................................................................... 26
B-42. KMC’s Responsibilities ...................................................................................................... 26
B-43. No Waiver of Rights ........................................................................................................... 27
B-44. Grafts, Commissions, Gifts etc. ......................................................................................... 27
B-45. Collusion of Bidder ............................................................................................................. 27
B-46. Enforcement of Terms ........................................................................................................ 27
B-47. Training ............................................................................................................................... 27
SECTION – C ...................................................................................................................................... 28
TECHNICAL TERMS AND CONDITIONS ............................................................................... 28
C-1. Implementation Plan .......................................................................................................... 28
C-2. Deployment of Resident Engineer ..................................................................................... 28
C-3. Reporting Requirements .................................................................................................... 29
C-4. Facilities Management Support ......................................................................................... 29
C-5. Demonstration of Satisfactory Performance .................................................................... 30
SECTION – D ...................................................................................................................................... 31
REQUIREMENT AND SPECIFICATION .................................................................................. 31
D-1. Architecture ......................................................................................................................... 31
D-2. Specification of Proposed Server & Storage .................................................................... 31
D-3. Hardware Functional requirements .................................................................................. 34
D-4. Other Software Licensing .................................................................................................. 34
D-5. Other features and Benchmarks ....................................................................................... 35
D-6. Technical Specification of Workstations, Accessories and Peripherals ......................... 37
D-7. Deviations ............................................................................................................................ 38
SECTION – E ...................................................................................................................................... 39
PRICE SCHEDULE........................................................................................................................ 39
E-1. Price Schedule for Server Items: ....................................................................................... 39
E-2. Price Schedule for Desktop & Peripherals : ..................................................................... 40
E-3. Price Schedule for System Software : ............................................................................... 41
E-4. Price Schedule for Utility Software : ................................................................................. 42
E-5. Price Schedule : (Summary) ............................................................................................ 43
E-6. Grand Total : ....................................................................................................................... 43
ANNEXURE – A ................................................................................................................................. 44
GENERAL COMPLIANCE SCHEDULE ................................................................................... 44
ANNEXURE - B ................................................................................................................................. 45
BIDDERS QUALIFICATION FORM .......................................................................................... 45
PART - I ........................................................................................................................................... 45
PART - II .......................................................................................................................................... 47
PART - III ........................................................................................................................................ 49
ANNEXURE - C .................................................................................................................................. 50
BIDDER’S DETAIL........................................................................................................................ 50
ORGANIZATION DETAILS ........................................................................................................ 50
ANNEXURE - D .................................................................................................................................. 53
DECLARATIONS ........................................................................................................................... 53
ANNEXURE - E .................................................................................................................................. 54
QUERIES ......................................................................................................................................... 54
ANNEXURE - F................................................................................................................................... 55
MANUFACTURER’S AUTHORIZATION LETTER ................................................................ 55
ANNEXURE - G .................................................................................................................................. 56
PERFORMANCE BANK GUARANTEE .................................................................................... 56
ANNEXURE - H .................................................................................................................................. 58
BILL OF MATERIAL .................................................................................................................... 58
ANNEXURE - I ................................................................................................................................... 59
WORK SCHEDULE ....................................................................................................................... 59
ANNEXURE - J ................................................................................................................................... 60
List of Documents to be submitted along with the Tender .......................................................... 60
SECTION – A
KOLKATA MUNICIPAL CORPORATION
5, S.N. BANERJEE ROAD, KOLKATA-700013
Notice inviting Tender KMC invites sealed tenders for Supply, Installation and Commissioning and
Management of GIS Implementation Solution, Computer Hardware, Peripherals and
System Software”.
The Tender Document may be downloaded from the KMC Web Portal
https://www.kmcgov.in .
Pre-Bid Meeting will be held on 19/04/10 at 11 a.m. at KMC Conference Room-I, 1st Floor,
Central Municipal Office, 5 Surendra Nath Banerjee Road, Kolkata – 700 013.
Tenders will be received up to: 22/04/10; 3 p.m.
Tenders must be accompanied by requisite papers viz. PAN, VAT Reg. No., Trade License,
etc.
The Kolkata Municipal Corporation reserves the right to accept or reject any tender without
assigning any reason whatsoever.
SECTION – B
GENERAL TERMS & CONDITIONS
B-1. Definitions
1. “Bidder” means a bidder who has responded to this Tender Document by submitting his Technical and
Financial Proposal.
2. “Contract” means the contract signed between the KMC and the successful bidder pursuant to the
tender document herein.
3. “CPG” means Contract Performance Guarantee required to be furnished by the Vendor to KMC under
the terms and conditions described in Clause B-19.
4. “Contract Price” means the price to be paid to the Vendor for providing the GIS Implementation
Solution, in accordance with the Contract.
5. “Vendor” means the Bidder whose bid to perform the Contract has been accepted by KMC and is
named as such in the Letter of Award.
6. “Government” means the Government of West Bengal.
7. “Intellectual Property Rights” means any patent, copyright, trademark, trade name or service marks.
8. “Installation” means the laying down and installation of the GIS Implementation Solution in
accordance with the Contract.
9. “Party” means KMC or the Bidder, as the case may be, and “Parties” means both of them.
10. “Personnel” means persons hired by the Bidder as employees and assigned to the performance of the
GIS Implementation Solution or any part thereof:
11. “Project Plan” means the document to be developed by the Vendor and approved by KMC, based on
the requirements of the Contract and the Preliminary Project Plan included in the Vendor‟s bid. For the
sake of clarity, “the Agreed and Finalized Project Plan” refers to the version of the Project Plan
approved by KMC. The project plan may be changed / modified during the course of the project.
Should the Project Plan conflict with the provisions of the Contract in any way, the relevant provisions
of the Contract, including any amendments, shall prevail.
12. “Certificate of Acceptance” means the certificate issued by the KMC and/or its authorized
representative after installation, testing and satisfactory performance of the delivered products at the
designated site as a total unit, for a period of at least 90 days.
13. “Services” means the work to be performed by the Bidder including the supply of related
software/hardware, transportation, insurance, installation, customization, integration, Commissioning,
training, technical support, maintenance, repair, and other services necessary for proper operation of the
Information System to be provided by the selected Bidder and as specified in the Contract.
14. “GIS Implementation Solution,” means all the systems subsystems, system software, materials, and
other goods to be supplied, installed, implemented, integrated, and made operational, together with the
Services to be carried out by the Vendor under the Contract. The services would include warranty
support for 8 years.
15. “Extended Support” means the services which need to be provided at off peak hours (8 PM – 8 AM)
on KMC working days and any work provided on days other than working days.
B-2. Objective
A. The Kolkata Municipal Corporation (KMC) serves more than 4.5 million static and another about 6
million floating population daily in Kolkata across an area of 187.33 sq. km. It does so with the help
of a complex multi-departmental set-up and network including, inter alia, 15 decentralized Borough
Administrations and 141 Wards, a task of gigantic proportions.
B. KMC is developing a GIS based System and needs to procure hardware to deploy the same.
The important aspects of the GIS are as below: -
Within the framework of GIS, most of the KMC departments would have separate
applications and these applications need to exchange and share data amongst themselves.
The applications can be broadly classified into two categories:-
Web based J2EE application
ArcGIS Desktop for data editing
The core solution will be accessible across the KMC intranet via a „GIS‟ link available in
the existing MAS application departmental menu.
Access to data in the system will be strictly role based.
The application will be viewed through browser and data editing will be done using
ArcGIS Desktop component (ArcEditor).
The application will be implemented using a J2EE based framework running on GIS
Internet Map Server. The database connectivity will be established via the ArcSDE which
is the gateway to the RDBMS. The database used for storing non-spatial data will be
Oracle 10g.
A File server will store the field data, photograph etc. ArcInfo (administrator) will be
installed in the file server where from versioning and reconciliation will be done. Apart
from that it will be used for transforming the CAD drawings into geodatabase.
The database servers will be running Oracle 10g database.
C. The bidder is required to provide at least the following services. All services must satisfy the system
performance and availability requirements of KMC including the requirements of the GIS as
mentioned in sub-clause B above.
Proof of Performance: Demonstration of satisfactory performance of the ordered equipment shall
be the responsibility of the bidder, and to the satisfaction of KMC management, the below things
needs to be taken care of which includes but not limited to,
Installation, Testing and Implementation of all the supplied equipments.
System Integration for GIS hardware equipments with the existing Data Center
architecture for normal operation.
System Integration & fine tuning of the GIS system components required for proper
application performance.
Support: The bidder must provide extended support for the proposed solution including but
not limited to the placement of a resident engineer at KMC premises.
B-3. Instructions to the Bidder
1. The notice inviting tender, the terms and conditions, the specifications, agreement, etc. constitute the
Tender Document Set.
2. Item Delivery, Training and Documentation:
a. The Hardware equipment and System Software to be supplied shall be as per specification in
Section-D of the tender document.
b. The procurement, installation and commissioning of GIS Implementation Solution will be executed
by Vendor on turnkey basis for the entire Computer Infrastructure and its integration.
c. Delivery, free of charge, has to be made and installed at the site – to be specified in the purchase
order to the VENDOR.
d. 5 sets of all user guides, literature, technical reference manuals, etc. are also to be supplied by the
Vendor free of cost.
e. The Vendor also has to impart training on operation of the system to designated officers/ officials
of Kolkata Municipal Corporation at no extra cost.
B-4. Clarification to the Tender Document & Pre Bid Conference
1. All the Bidders are requested to carefully go through the provisions laid down in this TENDER
DOCUMENT and seek all the clarifications in writing to following address.
Joint Municipal Commissioner(Dev)
Kolkata Municipal Corporation
5 S. N. Banerjee Road,
Kolkata: 700013
E-Mail: [email protected]
The cut off date for receiving of queries would be 16/04/10 till 3 PM.
2. KMC shall consolidate all the clarification sought for by various Bidders and clarify the same in the
pre-bid meeting to be held on 19/04/10 at 11 a.m. in Conference Room-I, Central Municipal Office, 1st
Floor, 5 S N Banerjee Road, Kolkata –700 013.
3. All the clarifications provided during the pre-bid meeting shall be conveyed to all the Bidders in
writing. This shall form an integral part of the Tender Document.
4. At any time before the scheduled submission of proposal, the KMC may, for any reasons, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender
Document, by amendment. The amendment / response to clarification(s) if any will be sent in writing
to the all prospective Bidders and will be binding on them. KMC may, at its discretion, extend the date
for submission and/or opening of the bid proposal.
B-5. Earnest Money Deposit (EMD)
1. Earnest money in the form of Bank Draft for Rs. 3,00,000/- (Rs. Three Lacs only) from any
Nationalized/Scheduled Bank drawn in favour of The Kolkata Municipal Corporation is to be
attached along with the tender bid.
2. Tender not accompanied with prescribed earnest money deposit will be rejected.
3. The EMD of the unsuccessful Bidder shall be refunded after final acceptance of the tender and within
reasonable time not exceeding six months from the date of opening of the tender. The EMD will carry
no interest.
4. After three years of successful completion of the project, the EMD will be refunded to the successful
bidder.
5. The EMD will be forfeited if a Bidder withdraws his offer before finalization of the tender.
6. The EMD of the successful Bidder shall also be forfeited if the Bidder fails to sign the prescribed
agreement within the specified period.
B-6. Credentials and pre-qualifications of the Bidder:
The eligibility criteria shall be applicable with reference only to Information Technology/System Integration
division of an organization.
1. Existence: The Bidder should be operational in the informational technology industry for at least 5
(five) consecutive years.
2. Experience: The bidder must have done at least 3 (three) installations of supply/integration for
Computer hardware/software in India preferably in Kolkata in Government or other reputed
Establishments of worth of at least Rupees Two crore (Rs 2,00,00,000) each in a single contract and at
least 1 (One) of those installation in the last financial year. The documentary proof for the same must
accompany the tender. The Bidder should submit a list of important customers served with documentary
evidence along with the Bid.
3. Original Specification sheet / Technical literature of each item offered should be enclosed along with
the technical bid. Bids without detailed specification will not be considered. The bidders should provide
a complete chart with the names of the manufacturer, model No Parts for each items offered by them.
4. Technology Ownership: A company / consortium / proprietorship firm / partnership firm having due
authorization of manufacturer(s) and being otherwise qualified will be eligible to bid. Copy of
authorization certificate from manufacturer is to be submitted for all products to be supplied in the form
attached in Annexure „E‟, otherwise the bid will be rejected.
All items in the Tender should be quoted. The items may be from different manufacturers, but the
Bidders should provide one certificate owning the responsibility of integration along with
manufacturers‟ authorization for such items.
5. Financials: The average annual sales turnover of the bidder from supply/integration of Computer
hardware/software should be in excess of Rupees Two hundred Crore (Rs. 200 Crore) in the last 3
financial years. The organization should be having repute and be incorporated/registered in India.
Annual reports of the bidder or parent should be available for review on request. The bidder must have
declared profit in at least 2 years among last 3 financial years. Documentary evidence (e.g., audited
financial statement) towards the same is required.
6. Support and post Installation Warranty: The Bidder should mention in detail their support
infrastructure including address, contact phone no. and fax no. in Kolkata and in India and modalities by
which fast response to maintenance calls and minimum downtime will be ensured. Bidder must have
their support services available in Kolkata. Stock of spares should be available at Kolkata to ensure
the uninterrupted functioning of the System as per the SLA conditions.
7. Stability: The bidder should have a clear roadmap of products offered that it can be supported for the
next 8 years. The bidder and in case of a consortium all the consortium partners should be stable and
should not have undergone any significant management change in the last 12 months before the bid
date. However, this is subject to change of management on account of acquisitions, mergers,
amalgamations, absorptions, reconstructions or similar cases. In such cases, a write-up covering the
details of the Merger / Acquisition or as the case may be, should accompany the bid.
8. Software: The software package offered by the vendors in this bid must have been in operation over
past 2 years in at least 4 multi-level, multi-site organizations in the area of enterprise management,
storage management and cluster management with deployment size comparable to that required for
KMC.
9. Hardware: The equipment offered must have ability to meet the technical specification. Necessary
documents to substantiate adherence to technical specifications shall have to be submitted along with
the offer by the supplier. The hardware products (or product lines) must be manufactured under a
process that is fully ISO 9001 certified or equivalent certification.
10. Consortium: In case of a consortium, there should be a Lead Member who will submit the bid. The
Lead Member of such consortium should satisfy all the criteria and qualifications necessary for
submission of the bid individually. When bid is submitted by a consortium, an agreement/MOU
between the consortium members should be submitted with the bid.
11. In order to meet the bidder‟s qualification, the experience and/or resources of any consortium partner
shall not taken into account or contribute to the bidder‟s qualification.
12. The experience and/or resources of any sub-contractor will also not be considered for the purpose of
bidder‟s qualification.
13. A firm may submit bids either as a single bidder on its own, or as a partner in consortium submitting
bids in response to these bidding documents. The bid will be rejected if firm participates as bidder and
also as partner in a consortium. In that case, both bids will also be rejected.
14. The bidder shall furnish the documentary evidence that he has financial, technical and production
capability necessary to perform the contract. The bidder should be able to support the product lines for
the next 8 years. In case any product line is not supported for the stipulated number of years, the bidder
should be able to upgrade the product at no additional cost.
15. An indicative pre-qualification checklist has been provided for convenience of bidders. The bids shall
be accompanied by documentary proof of criteria including but not limited to those mentioned in the
pre-qualification checklist in the same order mentioned in the following table.
Pre-Qualification Checklist
Sr. No. Criteria Remarks
(Mandatory /
Optional)
1 Earnest Money Deposit for the Bid Mandatory
2 Income Tax Clearance Certificate (preceding year). Mandatory
3 Sales Tax/ VAT Clearance Certificate. Mandatory
4 Certificate of incorporation. Mandatory
5 Memorandum and Articles of Association. Mandatory
6 Approval from competent authority in case of foreign collaboration. Mandatory
7 List of Service Centers of Bidder and Manufacturer within Kolkata Optional
8 Attested copy of the partnership deed incase of partnership firm and
power of attorney to the representative of the firm who operates the
tender
Mandatory
9 The certified quality document for the current year (ISO 9001:2000 or
equivalent etc)
Mandatory
Sr. No. Criteria Remarks
(Mandatory /
Optional)
10 The following documents has to be submitted if Bids submitted by the
consortium of two or more firms
The bids shall be signed so as to be legally binding on all
partners.
One of the partners shall be nominated as being in charge, and
this nomination shall be evidenced by submitting a power of
attorney signed by legally authorized signatories of all
partners.
Copy of Consortium Agreement/MOU.
Mandatory
11 Bidder shall furnish the bid document properly signed and
accompanied by the letter of authorization from Head Of the
Organization.
Mandatory
12 Audited Balanced sheet for last 3 years Mandatory
13 Audited Profit and loss statement for last 3 years Mandatory
14 Three Client references with Name of the designated person, Address,
Phone No., E-mail Address.
Mandatory
15 Trade license Mandatory
B-7. Instructions For Preparation Of Proposals
1. Proposals shall be complete in all respect and shall be submitted with requisite information and
Annexure. It shall be free from any ambiguity, cutting or overwriting.
2. An authorized representative of the entity shall initial all pages of the proposal.
3. For preparation of Proposals, Bidders are expected to examine the Tender Document in detail. Material
deficiencies in providing the information requested may result in rejection of the proposal.
B-8. Sealing and Marking
1. The Original and two copies of the Technical Proposal (Hard copy and Soft copy in CD media) shall be
placed in an envelop and properly sealed with sealing wax or PVC tape and clearly marked
"TECHNICAL PROPOSAL” followed by the name of the assignment. All Technical & Commercial
documents as per tender along with EMD receipt should be put together in this envelop along with the
Technical Proposal. Similarly the original and two copies (Hard copy and Soft copy in CD media) of
the Financial Proposal (Price Schedule as per tender, Section-E) should be sealed in similar manner and
mark as “FINANCIAL PROPOSAL” followed by the name of the assignment, and with a warning “DO
NOT OPEN WITH THE TECHNICAL PROPOSAL.". The envelopes containing the Technical and
Financial Proposals shall be placed into an outer envelope and properly sealed. This outer envelope
shall bear the submission address, reference, and be clearly marked “DO NOT OPEN, EXCEPT IN
PRESENCE OF THE OFFICIAL APPOINTED, BEFORE 11 a.m. on 23/04/10”. KMC shall not be
responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or
marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is
not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds
for declaring the Proposal non-responsive.
2. All these above envelopes shall be addressed to The Municipal Commissioner, Kolkata Municipal
Corporation, 5 S.N. Banerjee Road, Kolkata – 700013.
3. The envelopes should be superscripted with the assignment name as “Tender for Supply, Installation,
Commissioning and Management of GIS Implementation Solution, Computer Hardware,
Peripherals and System Software”.
4. The bottom left hand corner of the covers should indicate the name and address of the firm / Bidder.
(Tenders without the name of the firm will not be opened).
5. All Pages in the price bid and technical bid should be signed with Company Seal and date. Technical
specification sheet enclosed in the bid document should be signed and returned by the bidder with the
words „Noted & Complied” marked at the bottom of each page. In case of any deviation, the bidder
should mention the same with “Asterisks” on the specific line and number the same. Detailed deviation
list mentioning the nature of deviation against each such numbered item should be enclosed along with
the technical bid.
6. The Financial Bid and the Technical bid document should be properly bound and separators should be
used to mark, each section of the bid. Any loose sheet enclosed along with the bid will be treated as not
part of the bid.
7. Each Proposal should be marked „original‟ or „copy‟ as appropriate. If there are discrepancies in the
„original‟ and the „copy‟, the „original‟ shall prevail.
B-9. Submission of Bid
1. “Sealed Tender” in the form of Hard copy as well as Soft Copy (in CD media) in respective envelop,
has to be deposited in the “Tender box” kept in the office of Joint Municipal Commissioner(Dev),
Kolkata Municipal Corporation, Central Municipal Ofice, 2nd
Floor, 5 S.N. Banerjee Road,
Kolkata – 700013
On any working day up to 03:00 PM. of 22/04/10.
2. Late tender: Any tender received after 3 P.M. of the last date of submission of bids will not be
considered.
3. Bid must be received by the KMC at the address specified under Clause B-9.1 no later than the time and
date specified in Section-A. In the event of the specified date for the submission of bids being declared
holiday for the KMC, the bids will be received up to the appointed time on the next working day or if
there is a sudden Strike or Bandh the bid will be received on next second day.
B-10. Tender Opening date & Venue
1. Tenders (Technical bid only) will be opened on 23/04/10 at 11:00 A.M. in presence of the attending
Bidder or their authorized representatives.
2. Venue of opening the tenders (technical bid only) will be Conference Room-I, Kolkata Municipal
Corporation, Central Municipal Office, 1st Floor, 5 S.N.Banerjee Road, Kolkata – 700013. The
tender responses will be scrutinized on the same day in presence of all the bidders. The scrutiny will
cover the mandatory compliance criteria as mentioned in the bid. All such tenders which are found
complaint and confirm to the mandatory compliance criteria shall be declared as technically valid bids.
The technically valid bids will thereafter be evaluated by the technical committee of the KMC. This
evaluation may require a few weeks time. The short listed bidders pursuant to such evaluation by the
technical committee will get written intimation to attend the opening of the financial bid.
B-11. Validity Of Offer
The proposals shall remain valid for a period of 180 days after the scheduled date for submission of the
„Proposal‟. In exceptional circumstances, the KMC may solicit the Bidder‟s consent for extension of the bid
validity period. When the validity period is extended by the Bidder, the same shall be done without any
modification to the bid proposal by the Bidder.
B-12. Taxes & Duties
1. Any “FORM “ for availing concession rate of VAT will be issued by KMC if applicable.
2. The prices shall be exclusive of all taxes & duties leviable including service tax, and indicated
separately in the Price Schedule both in total amount of tax/duty and in % rate for each tax/duty.
KMC shall reimburse taxes/duties at actual as applicable at the time of delivery.
3. KMC shall be authorized to deduct any income tax as applicable from the Bidder.
4. For the purpose of the Contract it is agreed that the Contract Price specified in Price Schedule, is
based on the taxes duties and charges prevailing at the date one(1) day prior to the last date of bid
submission date. If any rates of tax are increased or decreased, a new tax is introduced, an existing
tax is abolished, or any change in interpretation or application of any tax occurs in the course of the
performance of contract, which was or will be accessed on the Bidder in connection with
performance of the Contract, an equitable adjustment of the Contract Price shall be made to fully
take into account any such change by addition to the Contract Price or deduction there from as the
case may be.
B-13. Income Tax & Sales Tax Certificates
Attested copies of the following documents must be submitted along with the Tender:
1. Latest Income Tax Clearance Certificate (the original of which may have to be produced by the
successful bidder before the issue of the firm work order).
2. Valid VAT Registration Certificate and Clearance Certificate.
3. Trade License Certificate.
B-14. Discrepancies in Bid
In case of discrepancies in bids, the following will be adopted to correct the arithmetical errors for the
purpose of evaluation.
1. In case of discrepancy between the original & copies of bid, the original bid will be considered correct.
2. In case of discrepancy between figures and words, the words will be considered correct.
3. In case of discrepancy between unit price and total price, which is obtained by multiplying the unit price
and quantity, or between subtotals and the total price, the unit or subtotal price shall prevail, and the
total price shall be corrected accordingly.
B-15. Tender Acceptance & Rejection
1. KMC reserves the right to reject any tender without assigning any reason whatsoever.
2. KMC is not bound to accept the lowest priced offer.
3. Letter of Intent (LOI) will be issued to the successful Bidder after evaluation of the tender. The firm
work order will only be issued after the Bidder deposits the CPG within stipulated period.
4. All components in tender must qualify in technical specification. If any component fails to qualify in
technical evaluation this will lead to rejection of the technical bid.
B-16. Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to be executed, under
this Contract by KMC or the Bidder may be taken or executed by the officials authorized for the purpose.
B-17. Bid Evaluation Process
A single step two-envelope bidding procedure will be used for the evaluation. Under this process, the
technical proposal will be opened and evaluated prior to opening and evaluating the financial proposal. The
proposals will be examined and discussed as required with the bidder.
The evaluation of the bids will follow the steps outlined in this section.
1. General Examination of Bids:
After completion of prefatory scrutiny by KMC, the technically valid bids will be sent to the technical
committee for general evaluation. The technical committee will decide which deviations (including
omissions and variations) or reservations identified at this point are material and therefore which bids
should be declared as not substantially responsive. If a bid is not substantially responsive, it should be
rejected and cannot be made responsive by correction or withdrawal of the nonconforming deviation or
reservation. (For details of pre qualification of bids and pre-qualification checklist refer to Section B-6)
At the end of this stage, the committee will be agreed on:
Those bids which should not be considered for further evaluation
Any clarification that should be requested from qualified bidders.
2. Examination of Short listed Technical Bids (Weightage 50%): The short listed technical bids
shall be examined for completeness and clarifications, if any, shall be sought for from the respective
Bidders in case the same is considered essential.
Bidders may be provided the opportunity to revise their technical proposals to meet KMC‟s
requirement. In case where the financial proposal is impacted by changes in the technical proposal, the
bidders will be given an opportunity to make the necessary adjustments and submit within one week
from notification, revised proposals as a supplement to the original submission. The revised technical
and financial proposals must be consistent. However this bid revision will be applicable to all bidders
short listed for Technical Review.
Technical evaluation criteria, sub criteria and point system for the evaluation of Full Technical Proposals
are:
Sl. No. Criteria (All Mandatory) Point System Points
1. Completeness of the Overall Solution Executive Summary = 2
Compliance sheet of
Technical Requirements
with Respective Page
Numbers against each item
= 5
Service Level Agrmnt <= 3
10
2. Compliance to Technical
Requirements Match all Specifications as
per RFP <= 5
Scalability <= 5
Product Roadmap <= 5
Project Implementation
Plan <= 5
Implementation Support
Plan <= 5
Compliance with the
existing system installed at
the KMC <= 5
30
3. Technology and Environment
Proposed Open Standards
Compliance <= 5
Green Computing
Compliance with
certification <= 5
10
4 Vendor Track Record (a) Experience of Supplying &
Installing Similar Systems and
Integration in Government
Institutions
2 projects = 7
3 to 5 projects = 9
6 or more projects = 10
(b) Company has Offices in Kolkata
(Please provide the list of Offices
with addresses and contact person)
<= 5
© Quality Certification of the prime
bidder
ISO 9001 = 3
ISO 14001 = 3
ISO/IEC 27001 = 2
CMMI = 2
(d) Company has Agreement with
the OEM for at least 3 years (proof
to be provided) = 5
30
The minimum technical Score required to pass and qualifying for the
Financial Bid is: 70 Points
All qualified bids shall be subjected to further Financial evaluation by the
Financial committee
The financial bids for bidders whose technical score is less than 70 points
will not be opened.
3. Examination of Financial Bids (Weightage 50%): KMC will determine whether the Financial
Proposals are complete, i.e. whether the Bidder has included all components as per the tender document.
If not, KMC may reject the bid as non-responsive. Financial bids shall be compared for the complete
scope of work as per the Price Proposal Schedule, inclusive of all taxes and duties. The price schedule
shall also have the indicative Price Break-ups.
4. Overall Ranking: The combined result of the technical and financial proposals will determine the
final, overall ranking (Final Top 3 Ranked Bidders). The method for obtaining the overall ranking will
be as follows:
S => (Clow / C) * 0.5 + (T / Thigh)* 0.5
Final Marks (F) = 100 * S
Clow Lowest Price Bid
C Price of the Current Bid
Thigh Highest Technical Score Obtained
T Technical Score of the Current Bid
For the purpose of determining overall ranking, the Price Quoted in E.6 of Section E will be deemed to
be the Price Bid of each Bidder.
B-18. Award of Contract
The contract shall be awarded to the bidder who will get the highest final marks (F) as per clause B-17.
However, in case there is a tie between two or more Bidders the Bidder with the highest score in
examination of Technical Bids shall be awarded the contract.
B-19. Contract Performance Guarantee (CPG) & Placement of Firm Order
Sl. No. Criteria (All Mandatory) Point System Points
5
Financial Turnover in IT activities in
each of the last 3 consecutive years
>200 cr & < 500 cr = 7
> 500 cr = 10 10
6
Project Experience of supplying
hardware of value more than 1 crore
each
2 projects = 4
3 projects = 6
4 projects = 8
5 or more Projects = 10
10
7 Human Resources in Company’s
payroll
>25 & <= 50 = 02
>50 & <= 100 = 04
>100 & <= 150 = 08
> 150 = 10
10
TOTAL POINTS 100
After finalization of the Tender and approval by the competent authority, a letter of Intent (LOI) will be
issued to the successful Bidder.
The successful Bidder shall be required to furnish the Contract Performance Guarantee (CPG) for an amount
equal to 2% of its Price Bid, within 10 days from the date of issue of the letter of intent.
1. CPG should be initially valid for a period of 12 months.
2. CPG may be submitted in any of the following forms:
A crossed Bank Draft/ Pay Order in favour of “The Kolkata Municipal Corporation”, payable
at Kolkata issued by any Nationalized bank/Scheduled Bank.
An irrevocable Bank Guarantee as per the format enclosed as Annexure-G from any
nationalized bank / Scheduled Bank acceptable to KMC.
The CPG will be released to the Vendor upon issue of Certificate of Acceptance by KMC. The CPG will not
carry any interest
After furnishing of CPG by the successful bidder KMC will issue Firm Order and enter upon a contract with
the Vendor on the terms and conditions provided herein for supply, installation and maintenance of the GIS
Implementation Solution.
B-20. Bank Guarantee During Warranty/AMC Period
1. The successful bidder shall furnish a bank guarantee on placement of the firm order for an amount of 40% of
the total contract price. This is towards security deposit for due fulfillment of bidder‟s commitments during
the warranty and post warranty support phase. The commitments include the periodic technology upgrade /
refresh (if opted) apart from other service and support commitments.
2. On successful completion of each service year the successful bidder will be allowed to furnish a new bank
guarantee with a revised price equal to the remaining support period. (i.e. reduced by 10% of the initial bank
guarantee amount).
3. The earlier Bank Guarantee will be released once the new Bank Guarantee is furnished.
B-21. Retention Money
A sum equivalent to ten (10) percent of the Contract Price for each payment component as per the payment
contract with the selected vendor will be retained by KMC as Retention Money. It may be released after one
year from the issuance of the Certificate of Acceptance by KMC for the entire project against submission of
a bank guarantee of equivalent amount for the remaining period of the contract. The amount withheld by
KMC as Retention Money shall bear no interest.
B-22. Completion of Contract
Unless otherwise terminated under the provisions of any other relevant clause of the document, contract
shall be deemed to have been completed after issuance of the Acceptance Certificate from Officer-in-Charge
in accordance with Acceptance Criteria as defined against all tasks. Certificate of Acceptance shall be issued
for each task completed as and when the respective task gets completed.
B-23. Delivery and Installation Schedule:
1. Free delivery should be made at any place within the jurisdiction of Kolkata Municipal Corporation, as
specified in the work order.
2. The delivery of the items ordered, as specified, should start within four weeks from the date of issue of
Firm Order and should be completed within 8 (Eight) weeks from the date of issue of Firm order.
3. The Installation and commissioning of the items ordered should be completed within 8 (Eight) weeks
from the date of delivery.
4. Acceptance: The installation and commissioning will be considered as complete only after it passes
successfully through the acceptance test. The test results shall be certified by KMC or an authorized
representative of KMC.
B-24. Price Validity
1. All prices quoted must be firm and valid for 180 days from the date of opening of the tender.
2. All prices quoted shall not be affected by any escalation in prices of labour or materials, machinery,
equipment, etc. or in rupee exchange rate during the price validity period what so ever. However, direct
duties, levies, or taxes in respect of finished products will be at the rate prevalent at the time of delivery.
B-25. Payment
1. 25% of the equipment price on placement of order, 75% of the equipment price on delivery and
complete installation of the equipment and on production of proof of delivery and demonstration of
satisfactory performance for such payment subject to deduction of Retention Money as provided in
Clause B-21. KMC may engage an independent auditor to audit the security and venerability aspects of
the overall deployment as a part of verification towards satisfactory performance.
2. VAT: Any additional tax on account of VAT shall be borne by the Vendor and shall be payable at the
time of delivery of the equipments Data Center Selection.
3. After completion of the job, pre-receipted bills in triplicate along with necessary delivery challans and
related documents should be submitted to the authority placing the order for arranging the payment. All
payments will be made through A/C payee cheques only from KMC Head Quarter, 5 S.N.Banerjee
Road, Kolkata - 700013,
4. Handling of foreign exchange component and customs clearance, if any, must be taken care of by the
successful Bidder.
B-26. Warranty & Maintenance
1. The successful Bidder / Supplier must furnish a warranty for all hardware and software items supplied for
providing free post-installation Comprehensive Onsite Maintenance Support during a Warranty Period of
eight (8) years from the date of successful implementation of overall configuration as certified by
KMC. A Standard Warranty Format should be enclosed along with the Technical Bid.
2. The comprehensive support during the eight (8) year period will include the following: -
a. System re-adjustment and/or system change-over support on occasions of reconfiguration and/or
upgradation and extensions if any. This should also include Operating System, RDBMS and Cluster
Management Software (if any).
b. The vendor shall be responsible for any defects that may develop under normal usage arising from
faulty materials, design or workmanship in the items supplied. The vendor shall remedy such defects
at his own cost when called upon to do so by The Kolkata Municipal Corporation.
c. Cost of transportation & halts of the servicing staff of the Successful Bidder and cost of any components
that might require to be replaced in course of clearing faults during warranty and AMC would be at
vendors‟ cost.
d. Qualified Resident Engineers have to be posted at KMC, HQ and at the DR Center as specified in
Clause C-2 of Section C herein.
e. The computerization project of KMC is extremely critical and involves managing complex hi-tech
hardware equipments. Considering the above service and support for the critical products are to be
provided by OEM directly.
B-27. Support
1. Maintenance of an uninterrupted up-time up to 99.95 % of the computer system (on a quarterly basis)
and preventive maintenance operations. The uptime calculation for any hardware equipments will be
calculated based on the following formula: -
Uptime = (Total Working Hours – Total Down Time Hours)*100/Total Working Hours
Total Working Hours is equivalent to the total service coverage hours. Total downtime means the total
number of hours for which the equipment was down or for which the service remains non-operational.
However the total down time for particular equipment should not be more than X. hrs (resolution time
mentioned under the table below) for a particular failure instance.
The following will not be considered in the calculation of uptime: -
o Any link failure will not be taken into account for downtime.
o External power failure, virus attack or any factor, which cannot be attributed to vendor
o Any situation like riot / strike / flood / political disturbances will be excluded from downtime
calculation.
2. Attending to faults (Service Response) within 1 to 4 hrs. from the time of intimation and Resolving the
faults (Service Resolution) thereof within 12 to 48 hrs.
3. Service Coverage of 7 days X 24 hrs.
4. The preventive/schedule maintenance has to be done during holidays, off days, or at night.
5. Vendors should also provide a list of standard support options based on following Table
Sl Service Area Response Time Resolution Time
1. Primary and Failover Servers at Data
Center
1 Hour 6 Hours
2. UPS 1 Hour 6 Hours
3. Workstations 4 Hours 24 Hours
B-28. Liquidated Damage
1. The CPG shall be invoked by KMC in case of deficiency in service by the Vendor.
2. In case the downtime of a unit exceeds beyond agreed resolution time and fault is not rectified or faulty
equipment not replaced within stipulated period as detailed in clause B-27.2 and B-27.5, Vendor will
liable to pay liquidated Damage as provided below.
Data Center servers and related infrastructure Rs 1000 per Working Hour
Desktop Rs 100 per Working Hour
Moreover, if uninterrupted up-time falls below 99.95% (defined under B-27) KMC will impose a
penalty which will be decided mutually at the time of finalizing the agreement.
Such liquidated damages will be recovered from the bank guarantee towards Warranty Support / Post
Warranty Maintenance commitments or from any sum thereafter that may become due to the Vendor
out of this contract or any other contract with Kolkata Municipal Corporation.
The liquidated Damage will be adjusted from the bank guarantee till it exceeds 50% of the bank
guarantee amount at which point, the Kolkata Municipal Corporation reserves the right to cancel the
contract. In such cases, the full amount of bank guarantee shall be forfeited to the Kolkata Municipal
Corporation.
3. For delay in execution of any supply order against this tender, liquidated damages @ 0.5% (half
percent) of the contract price for every week of delay or part thereof shall be realized subject to a
maximum of 10% (ten percent) of the contract price. The number of weeks of delay will be calculated
with reference to the due date of completion of delivery as agreed by KMC in respect of each unit and
the whole system as indicated in the work orders. The percentage of liquidated damages will also be
calculated on the cost of item that is required to be supplied on such specified date. If on any occasion
the liquidated damages recoverable exceed 10% (ten percent), it shall be open to the Kolkata Municipal
Corporation to cancel the supply order and the Vendor will be liable for all costs and damages suffered
by KMC.
4. This liquidated damage clause is relaxable under the “Force majeure” conditions.
B-29. Disputes and Arbitration
In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said
dispute or difference shall be referred to the sole arbitration of Mayor of Kolkata Municipal Corporation
(KMC) or any other person appointed by him. The award of the arbitrator shall be final and binding on both
the parties. In the event of such arbitrator to whom the matter is originally referred to vacates his office on
resignation or otherwise or refuses to do works or neglecting his work or being unable to act as arbitrator for
any reason whatsoever, the Mayor, KMC shall appoint another person to act as arbitrator in the place of
outgoing arbitrator and the person so appointed shall be entitled to proceed further with the reference from
the stage at which it was left by the predecessor. The VENDOR will have no objection in any such
appointment that arbitrator so appointed is employee of KMC. The adjudication of such arbitrator shall be
governed by the provision of the „ARBITRATION and CONCILIATION Act, 1996’ or any statutory
modification or re-enactment thereof or any rules made thereof. The arbitration shall be held in Kolkata.
B-30. Liability
In case of a default on Vendor‟s part or other liability, KMC shall be entitled to recover damages from
Vendor. In each such instance, regardless of the basis on which KMC is entitled to claim damages from
Vendor (including fundamental breach, negligence, misrepresentation, or other contract or tort claim),
Vendor shall be liable for no more than:
1. Payments referred to in the Patents and Copyrights section below:
2. Liability for bodily injury (including death) or damage to real property and tangible personal property
limited to that caused by Vendor‟s negligence; and
3. As to any other actual damage arising in any situation involving nonperformance by Vendor pursuant to,
or in any way related to, the subject of this Agreement, the charge paid by KMC for the individual Product
or Service that is the subject of the claim.
It is the maximum for which Vendor and its sub-contractors are collectively responsible.
B-31. Patents & Copyright
If a third party claims that a product delivered by the Vendor to KMC infringes that party‟s patent or
copyright, the Vendor shall defend KMC against that claim at Vendor‟s expense and pay all costs, damages,
and attorney‟s fees that a court finally awards or that are included in a settlement approved by Vendor,
provided that KMC
i) Promptly notifies Vendor in writing of the claim and
ii) Allows Vendor to control, and cooperates with Vendor in the defense and any related
settlement negotiations.
Remedies: If such a claim is made or appears likely to be made, KMC agrees to permit Vendor to enable
KMC to continue to use the product, or to modify it, or replace it with one that is at least functionally
equivalent. If Vendor determines that none of these alternatives is reasonably available, KMC agrees to
return the product to Vendor on Vendor‟s written request. Vendor will then give KMC a credit equal to: for
a machine, KMC‟s net book value (provided KMC has followed generally accepted accounting principles;
for a generally available software product produced by Vendor (“Program”) the amount paid by KMC or 12
months‟ charges (whichever is lesser); and for materials, the amount paid by KMC for the materials. These
will be Vendor‟s entire obligation regarding any claims of infringement.
Claims for which Vendor is not responsible: The Vendor has no obligation for any claim based on the
following:
1. anything that KMC provides, which is incorporated into the product or Vendor‟s compliance with
designs, specifications, or instructions provided by KMC or a third party on KMC‟s behalf;
2. KMC‟s modification of a product, or a program‟s use other than in its specified operating environment;
B-32. Governing Laws
This Tender Document and the Contract shall be governed by and interpreted in accordance with Laws in
force in India. The Courts at Kolkata shall have exclusive jurisdiction in all matters arising under the
contract.
B-33. Termination for Default
KMC may without prejudice to any other remedy or right of claim for breach of contract, by giving not less
than 30 days written notice of default sent to the Vendor, terminate the Contract in whole or in part
o If the Vendor materially fails to render any or all the services within the time period (s) specified in the
Contract or any extension thereof granted by KMC in writing and fails to remedy its failure within a
period of thirty (30) days after receipt of the default notice from KMC.
o If the Vendor in the judgment of KMC has engaged in corrupt or fraudulent practices in competing or in
executing the contract
B-34. Winding up
If the Vendor being a corporation/company commence to be wound up, not being a voluntary winding up for
the purpose only or amalgamation or reconstruction, or carry on their business under a receiver for the
benefit of their creditors or any of them, KMC shall be at liberty:
o To terminate the engagement forthwith without any notice in writing to the Vendor or to the liquidator
or receiver or to any person in whom the Vendor may become vested.
o To give such liquidator or receiver or other person the option of carrying out the engagement subject to
their providing a guarantee for the due and faithful performance of the engagement up to an amount to
be determined by KMC.
B-35. Suspension of Obligations
The obligation stipulated in this specification can only be suspended in the case of any particular item of
work, in the event of Force Majeure as defined in Clause B-36 or as the result of an agreement between the
parties.
In the event of force majeure, neither of the parties may be considered in default of its obligations under the
terms of this tender document.
B-36. Force majeure Clause
1. If at any time, during the continuance of this Contract, the performance in whole or in part by either
party of any obligation under this Contract be prevented or delayed by reason of :
any war or hostility
acts of public enemy, civil commotion, sabotage, explosions
effects of flood, epidemics, quarantine restrictions, freight embargoes
general strikes, Bandhs
acts of God
hereinafter referred to as EVENT, neither party shall, by reason of such EVENT, be entitled to
terminate this Contract, nor shall any party have any claim to the damages against the other in respect of
such non-performance or delay in performance, - provided that notice of happening, of any such
EVENT is given by either party to the other within 7 (seven) days from the date of occurrence of the
EVENT.
2. If a Force majeure EVENT occurs, the Vendor shall promptly notify KMC in writing of such conditions
and the cause thereof. Unless otherwise directed by KMC in writing, the Vendor shall continue to
perform its obligations under the contract as far as reasonably practicable and shall seek all reasonable
alternative means for performance not prevented by the Force majeure EVENT.
3. Expected Work and deliveries under this Contract shall resume as soon as practicable after such
EVENT comes to an end or ceases to exist. The decision of the Kolkata Municipal Corporation as to
whether the situation has become normal or not, shall be final and conclusive.
4. If the performance in whole or part of any obligation under this Contract is prevented or delayed by
reason of any such EVENT for a period exceeding 90 (ninety) days, KMC may, at its option, terminate
this Contract.
5. In case of termination of contract due to force majeure event, KMC would pay the reasonable amount to
the Vendor for the portion of work already completed till date.
B-37. Insurance Taken by Vendor
Appropriate insurance to cover all solution components for the transit period and until the time of its
acceptance at the respective site is to be taken by the Vendor. Further the Vendor is to take all required
insurance coverage in respect of all its personnel who shall be working on this engagement.
Insurance for 110% of value of equipment is required to be taken.
B-38. Ownership and Risk of Loss
Ownership of goods that are supplied by the Vendor under this Contract will not pass to KMC until final
acceptance of the GIS Implementation Solution by KMC in accordance with the provisions of the Contract.
KMC will hold harmless the Vendor for any loss to the Vendor‟s property within the premises of KMC
caused by any default, negligence or omission of KMC or any of its employees or any person acting on
behalf of or appointed by KMC.
B-39. Handling of Documents/ Confidentiality
As and when required before final acceptance of work or upon termination of the Contract, the documents
prepared specifically for this engagement (including originals) shall be handed over to KMC.
KMC shall own copyright in materials created as the result of the Vendor's performance of services and a
license back to use the same shall be granted. All rights in pre existing materials will continue to be owned
by Vendor and/ or the applicable third party.
The Vendor shall take all necessary steps to ensure confidential handling of all information developed or
acquired by it from KMC under terms of the Contract or in performance thereof.
B-40. Assignment
The Vendor shall not, without the express prior written consent of KMC, assign to any third party the
Contract or any part thereof, or any right, benefit, obligation, or interest therein or there under.
B-41. Vendor’s Responsibilities
The Vendor shall conduct all contracted activities with due care and diligence, in accordance with the
Contract and with the skill and care expected of a competent provider of GIS IMPLEMENTATION
SOLUTION facility creator, Subsystems, and other related services, or in accordance with best industry
practices.
The Vendor confirms that it has entered into this Contract on the basis of a proper examination of the data
relating to the facility provided by KMC and on the basis of information that the Vendor could have
obtained from a visual inspection of the site. The Vendor acknowledges that any failure to acquaint itself
with all such data and information shall not relieve its responsibility for properly estimating the difficulty or
cost of successfully performing the Contract.
The Vendor shall acquire in its name all permits, approvals, and/or licenses from all local, state, or national
government authorities or public service undertakings that are necessary for the performance of the Contract.
The Vendor shall comply with all relevant laws in force in India.
In particular, the Vendor shall provide and employ only such personnel who are skilled and experienced in
their respective callings and supervisory staff who are competent to adequately supervise the work at hand.
The Vendor assumes primary responsibility for all the testing for the GIS Implementation Solution, in
accordance with relevant provisions of this TENDER DOCUMENT.
B-42. KMC’s Responsibilities
KMC shall be responsible for provision of all resources, access and information, under its control that are
necessary during implementation of work relating to this job. The confidentiality of the data being shared
shall be maintained.
The following facilities shall be provided for the purpose of working on the assignment:
KMC will designate appropriate staff for the training courses, if any, to be given by the Vendor and
shall endeavor to make all appropriate logistical arrangements for such training.
KMC will provide safe working conditions in and adjoining to its premises and will maintain
security and safety of such places.
B-43. No Waiver of Rights
Neither the inspection by KMC or any of their agents nor any order by KMC for payment of money or any
payment for or acceptance of, the whole or any part of the works by KMC, nor any extension of time, nor
any possession taken by KMC shall operate as a waiver of any provision of the Contract, or of any power
reserved to KMC, or any right to damages here in provided, nor shall any waiver of any breach in the
Contract be held to be a waiver of any other or subsequent breach.
B-44. Grafts, Commissions, Gifts etc.
Any graft, commission, gift or advantage given, promised or offered by or on behalf of the Vendor or his
partner, agent, officers, director, employee or servant or any one on his or their behalf in relation to the
obtaining or to the execution of this or any other Contract with KMC, shall, in addition to any criminal
liability which it may incur, subject the Vendor to the cancellation of this and all other contracts with KMC
and also to payment of any loss or damage to KMC resulting from any cancellation. KMC shall then be
entitled to deduct the amount so payable from any monies otherwise due to the Vendor under the Contract.
B-45. Collusion of Bidder
The bidder would be disqualified, if any collusion or carteling is noticed or if a bidder is found to be
influencing the Tender process in any way.
B-46. Enforcement of Terms
The failure of either party to enforce at any time any of the provisions of this Contract or any rights in
respect thereto or to exercise any option here in provided, shall in no way be construed to be a waiver of
such provisions, rights or options or in any way to affect the validity of the Contract. The exercise by either
party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any
other right it may have hereunder.
B-47. Training
The vendor should impart training to nominated KMC officials on
Features of Operating system (2 Days)
System Administration of OS (2 Days)
Basic hardware operations (2 Days)
Enterprise Management Software (NMS, Monitoring tools, Cluster Management Software etc) (3
Days )
STORAGE AREA NETWORK (SAN) architecture, Overview and operations (1 Day)
GIS Software handholding (3 Days)
There should be two batches for each module mentioned above. Each batch contains 15 participants.
SECTION – C
TECHNICAL TERMS AND CONDITIONS
C-1. Implementation Plan
The Vendor should provide a Hardware implementation plan along with the Tender document. This plan
should include execution time and at least the followings.
1. Detailed Technical and system architecture of the Central Data Center, including different technology
options.
2. Specification for Servers, Computers, Accessories and peripherals.
3. Scalability options of Servers and major hardware components ensuring future upgrade facilities of the
Server Infrastructure.
4. List of equipment required for the Hardware Infrastructure along with point of presence.
5. Sufficient stock of spares should be available at KMC Premises at Kolkata to ensure the uninterrupted
up-time.
C-2. Deployment of Resident Engineer
1. During the tenure of the contract (i.e. 8 years warranty period), Vendors should depute Resident
Engineers at KMC, HQ premises for easy and fast resolution of service calls. KMC will provide the
necessary office space and facilities for helpdesk operation. The resident engineers should be certified
and capable of handling calls without any delay.
2. The service coverage of Help desk activity will be 7 days X 24 hrs and should be manned by certified
resident engineers. At any point of time the pool of engineers should include Certified Oracle DBA,
qualified System Administrator and Hardware engineer in the team providing support at Data centre.
3. The service coverage for the supporting of the DR Centre will be 7 days X 24 hrs and should be manned
by certified resident engineer(s). At any point of time the pool of engineers should include qualified
System Administrator and Hardware engineer in the team providing support at DR Centre.
4. The resident engineer will maintain a helpdesk at CMO to isolate hardware related service calls from
network failures and also identify and pinpoint the nature of faults viz, System software failure or
equipment failure. All calls registered at Help Desk will be provided with docket number for easy
tracking of service calls. The vendor should deploy suitable helpdesk software for these purposes at no
additional cost to KMC.
5. The Resident Engineer at CMO will maintain a service log register for each docket number issued and
record the resolution time taken for such calls, which will be reviewed by KMC from time-to-time for
Support and Liquidated Damage clause (B-27 & B-28).
6. The Resident Engineer will provide periodic reports on Server uptime and hardware equipment at CMO
Viz. PCs, Storage Area Network (SAN) Systems, Tape Drives, Printers, etc. The engineer at CMO of
service at any location for long duration should archive the logs generated from Servers and provide
exception reports in case of such occurrence. The helpdesk software should be able to generate the
reports.
7. All engineers will be located to CMO and site offices for at least a month on round robin basis to reduce
dependency on any particular individual. Relocation of Engineers at different KMC office locations will
be done at the end of each month. The resident engineers should be aware of the escalation chain for
alerting System Software failures and hardware failures respectively and should take pro-active
measures to avoid disruption.
8. The resident engineers will attend office at respective KMC office locations as per working hours of
KMC, and should be available for extended hours during special schemes and causes.
C-3. Reporting Requirements
The following reporting / documentation would need to be maintained by the hardware vendor
1. Project Implementation Plan laying down all the project activities, the expected durations and the
dependency relationships between these activities and who is responsible for each activity. PIP also lays
down all target milestone dates.
2. Communications Plan Listing all stakeholders in the project, defines their roles, and provides contact
information.
3. Quality Assurance Plan Documenting the planned and systematic pattern of all actions necessary to
assure confidence that the System implemented will conform to KMC‟s functional and technical
requirements.
4. Systems Manual Detailing the hardware and System software related documentation and guidelines.
5. Operations Manual Providing instructions for installing the application, troubleshooting, interpreting
message logs, and FAQs (Frequently Asked Questions).
6. User Manual (both soft and hard copies) providing detailed instructions on how to use the software. In
addition, it describes how to access, submit inputs to, and interpret outputs from the application.
7. Periodic Status Reports Communicating the status of activities completed activities in progress,
outstanding issues and risks, and any impact or potential impact to the project schedule. GIS consultants
are required to submit the progress reports as per the agreed format.
8. Request(s) for Change documenting any deltas to the original contractual requirements.
9. User Feedback Forms documenting things that went well and those that didn‟t and opportunities for
improvement.
C-4. Facilities Management Support
Support for a period of eight (8) years from the date of completion of the installation of entire equipment,
including, but not limited to:
1. Management of entire Data Center Infrastructure.
2. Monitoring of Server performance and health and ensuring at least 99.95% uptime.
3. Auto detection and auto failover to the redundant device mechanism during failure of any servers or its
component.
4. Performance monitoring and management of all PC Hardware, peripherals, system software
components, backup systems etc.
5. Management of all servers, storages, all the datacenter equipments and connectivity to ensure at least
99.95% uptime.
6. Resolving all problems pertaining to all servers and Datacenter Equipments to ensure at least 99.95%
uptime. This would include interfacing with all other third party vendors, ISPs, agencies involved in
running of the IT infrastructure.
7. Carrying out preventive maintenance in addition to corrective maintenance.
8. Systems administration activities such as managing security / access systems, ensuring server backups,
disk management etc.
C-5. Demonstration of Satisfactory Performance
Demonstration of satisfactory performance of the ordered equipment shall be the responsibility of the
Vendor, and to the satisfaction of KMC management and shall include,
1. Installation, Testing and Implementation of all the supplied equipments.
2. System Integration for various hardware equipment in the Data Center for normal operation.
3. System Integration & fine tuning of the system components required for proper application
performance.
SECTION – D
REQUIREMENT AND SPECIFICATION
D-1. Architecture
KMC would like to go for centralized deployment of the GIS system. All major GIS applications shall run in
separate servers / blades or partitions – partitions having independent and isolated OS kernel). All
applications shall have failover servers / blades or partitions. In case of failure of one server, it shall be
possible to switch over to the other server as a part of the High Availability Architecture without rebooting
the entire system or other partitions.
Irrespective of cluster of servers or consolidated server architecture proposed, bidder must ensure two most
important aspects on their solution:
Single point of console for server management
Optimization of power and cooling requirement
Optimization of space requirement
Optimization of Total Cost of Ownership.
Each node of the High Availability Server shall have 2 nos. of Gigabit Ethernet adapters for public
interconnect and 2 nos. of Gigabit Ethernet and/or Asynchronous Serial adapters for cluster interconnect
Data Center servers should be enterprise class 64 Bit multiprocessing UNIX servers / UNIX variants for DB
layer and enterprise class 64 Bit Xeon based multiprocessing Windows servers / Windows variants for
application and other layers. Servers offered shall be with the latest generation processors and with highest
available clock speed available for that generation.
The proposed architecture should be able to support the overall objectives of KMC GIS System as stated
under clause B-2.
D-2. Specification of Proposed Server & Storage
In order to standardize the effective utilization of IT and improve quality of services both internally as well
as externally (for the citizen centric services), deployment architecture of various services have been
optimized. The architecture is a logical representation of various functionalities and is not necessarily a
representation of the number of physical computing devices required.
The logical representation also emphasizes the need to have a Centralized Server architecture (for central
data repository connected with all departmental clustered / non-clustered server) which would not only
ensure easier manageability but would also strengthen the computing and processing capabilities and offer
far better scalability in the long run.
KMC proposes the Datacenter deployment to be configured between multiple servers deployed in active –
passive mode.
Data retention capacity in Disaster Recovery site, in case of a disaster, will be at 100% of Data Center
capacity.
The server specification provides indicative capacity requirement for each application. The server capacity
requirements are for 8 years based on current load estimates.
The bidders are encouraged to propose latest products available, provided any of the specified independent
benchmarks (for verification) on such products are available at the time of submitting the bid. The overall
aim is to encourage the supply of latest technology available at the time of delivery.
The vendors are free to provide their consolidation solution using servers or blades or with partitions.
Primary site shall have one pair of physical servers for each application for high availability. The vendors
must mention the design considerations, assumptions, dependencies and advantages of the proposed
solution.
The industry standard benchmarks have been used to specify the capacity requirements of the applications.
tpmC is based on TPC-C benchmarks (site www.tpc.org) and JOPS is based on SPECjAppServer2004
benchmarks (site www.spec.org).
1. Server Specifications
The table below mentions the capacity requirement at KMC for an 8-year period. It is mandatory for all
vendors to provide the solution path and quote for this base requirement. It is necessary to meet both the
tpmC and JOPS performance benchmarks along with the specification mentioned below.
Primary Server Configuration (TBL1)
SL Application Technical Layer Component Quantity Rating Unit
Memory
(in GB)
1
Database
Server Database & ArcSDE
Database &
ArcSDE 1 350,000 tpmC 32
Database Server Rating 350,000 tpmC 32
2
Application
Server Internet Map Server ArcIMS 1 3,000 JOPS 16
Application Server Rating 3,000 JOPS 16
3
Application
Server (e-Portal)
Internet Map Server
ArcIMS 1 3000 JOPS 32
Application Server Rating 3,000 JOPS 32
4 File Server File Server ArcInfo 1 1500 JOPS 8
File Server Rating 1,500 JOPS 8
Fail-over Server Configuration (TBL2)
SL Application Technical Layer Component Quantity Rating Unit
Memory
(in GB)
1
Database
Server Database & ArcSDE
Database &
ArcSDE 1 350,000 tpmC 32
Database Server Rating 350,000 tpmC 32
2
Application
Server Internet Map Server ArcIMS 1 3,000 JOPS 16
Application Server Rating 3,000 JOPS 16
3
Application
Server (e-Portal)
Internet Map Server
ArcIMS 1 3,000 JOPS 32
Application Server Rating 3,000 JOPS 32
2. Storage Specifications
Sr.
No.
Category of
Storage
Equipment
Type
Description Model Offered Qty Features & Scalability
Sr.
No.
Category of
Storage
Equipment
Type
Description Model Offered Qty Features & Scalability
1 Ultrium LTO
Cartridge
Backup
Media
Ultrium Linear Tape
Open Data Cartridge
Compatible to
existing tape
library
50 nos.
(Pri)
Required for taking backup and
storing data as part of backup
policy.
3. Rack Specifications
Sr.
No.
Equipment
Type
Qty
Specification
Remarks
1 Server Rack 1 no. (Pri) 42 U, Modular Power Distribution Unit (600 x
1000), door lock facility, cable channel, cooling
fan both top and bottom with 8 years
comprehensive warranty
All the data center equipment must be Rack
Mounted. Bidders are requested to specify to
the quantity of rack, KVM switch and KVM
console as per their solution. Bidders shall
provide the single console of server
management for all servers. If the proposed
solution comes with single console of server
management capability without KVM
switch/console, bidder may quote the same.
2 KVM / IP
Switch
1 no. (Pri) 1 x 8 (one local user X eight port), SNMP
compatible, multiple OS support, USB
connectivity for mouse and Key board, local /
remote user support, Scalability option with 8
years comprehensive warranty
3 Console
(Monitor-
Keyboard
Drawer)
1 no. (Pri) 1 U 15” flicker-free TFT LCD Monitor Keyboard
Mouse drawer with 1280 x 1024 resolution with 8
years comprehensive warranty
4. Network Equipment Specifications
Sr.
No.
Equipment Type
Qty
Remarks
1 Patch Panels 4 nos. (Pri) All these are essential items and
required for networking. 2 Cat 6 Cables 1 Box (Pri)
3 3m Patch Cords 100 nos. (Pri)
All Servers, Storage and Network Equipments should be rack mounted / frame based. Bidder should propose
necessary and sufficient racks suitable to be fitted in the designated data center.
Notes: The architecture and sizing should be as per the minimum recommended workload mentioned in terms of
tpmC or JOPS as applicable.
It is recommended to have centralized management of all servers in the Data center.
All Fail-Over (FO) Servers will be in Active-Passive mode.
KMC Data Center / Network Logical Overview
D-3. Hardware Functional requirements
Online storage shall cater to the production related storage requirement. It shall be configured in the existing
STORAGE AREA NETWORK (SAN) system to meet optimal & consistent application performance.
1. Disaster Recovery Features & Functionality
As per the business continuity plan for KMC, production data from SAN storage at data centre will be
backed up into the SAN storage at remote location using existing replication method. In case of any
emergency, data can be recovered from the DR site.
D-4. Other Software Licensing
KMC also requires the following software licenses
Product Category Product Name Metric
Required
Quantity
Data Center
Operating System
Windows 2003 Enterprise Server Edition
No. of
Windows
Servers
- TBLTBL1(SL 2 + SL 3+ SL 4)
TBL2(SL 2 + SL 3)
Anti Virus
Anti Virus Software
No. of
Windows
Servers
- TBLTBL1(SL 2 + SL 3 + SL 4)
TBL2(SL 2 + SL 3)
Please note that only the above numbers of licenses are to be quoted as a part of this tender.
D-5. Other features and Benchmarks
1. Server architecture: Bidders proposing servers for Application layer must have Xeon processors. Blade form factor may be
offered to ensure savings in space, power and cooling.
2. Expandability DB and Application server should be scalable to 4 sockets for CPU. RAM should have 100%
scalability.
3. External Interfaces Each servers / blades shall have two numbers of Gigabit Ethernet ports for public interconnect and two
numbers of Gigabit Ethernet and/or asynchronous serial ports dedicated for cluster interconnect.
The servers / blades (except Internet Map Servers) shall have at least two numbers of single-port 4 Gbps
Fiber Channel adapters for storage. If application requires higher I/O throughput the server shall be
configured with an appropriate numbers of Fiber Channel adapters.
There shall be management feature for configuration and management of all partitions within the server.
4. RAS (Reliability – Availability – Serviceability)
Each Server / Blade shall have the following:
ECC feature to be available on CPU, Cache, Memory (double chips sparing), I/O bus link, IO slots,
internal data paths of the chipset
2 nos. HDD for redundancy per server / blade and HDD should be hot swappable
Servers / blades chassis should have the following: N+N redundant power supply.
Redundant Cooling FAN
Central management console
5. Benchmark requirements:
As the requirement is complex & performance being a key issue a public benchmark has been referred
in order to support the decision making process. Vendors need to substantiate the performance of the
proposed equipment:
Benchmark Description
tpmC
TPC benchmark C throughput measured as the number of
transactions processed per minute during a valid TPC-C
configuration run
JOPS SPECjAppServer2004 benchmark expressed in terms of java
operations per second
Bidder should furnish audited results against their claim on benchmarks data. In case audited results are not
available, the audited performance benchmark for the closest model should be used as a basis to interpolate /
extrapolate performance data for the proposed model. Such declaration from OEM with adequate
justification should be submitted by the bidders.
D-6. Technical Specification of Workstations, Accessories and Peripherals
1. Specification of Workstation
Component
Description
Specification Required Quantity
Required
Processor & Chipset Intel Xeon E5405 2.00 12MB/1333 QC CPU-1 or superior
5 nos.
Random Access
Memory
4 GB (2x2GB)
Memory
Expandability
Min 8 GB (At least 4 slots )
Controller Integrated dual channel SATA controller
Type of RAM DDR3-1033 ECC FBD RAM
Serviceability Energy Efficient Chassis Hard Disk Drive 500 GB SATA 3GB/s NCQ 7200 1st HDD DVD WRITER 16X/48X DVD Writer
Ports I/O Interfaces
1 Serial Port
1 Parallel Port
8 USB 2.0 Ports (minimum 2 should be in the front)
Video
RJ45
Audio
PCI Slots 2 PCI, 2 PCI express slots ( 16x and 1x )
Monitor 20 " Colour Anti Glare/Anti Static Monitor with support for 1280 x 1024 @ 60Hz, should
be MPR II Compliant (same make and colour as PC)
Graphics NVIDIA Quadro FX1500 256MB PCle Graphics Keyboard USB Standard Keyboard Mouse USB Optical Scroll Mouse
BIOS BIOS with support for Flash, Plug n Play, ACPI
Network Interface
Card
Integrated 10/100/1000 NIC Card
Audio Integrated Audio controller with internal speaker
Power Supply Min 2000 Volt Surge Tolerant Power Supply
Operating System Preloaded Microsoft Windows 7 OS with Recovery Media Manageability
Software
* Preloaded System Diagnostic Software
* Preloaded Complete System Back and Restore Software
Brochure Product Brochure ( for product category ) to be available thru public accessible website
Manufacturing
Facility
Manufacturing facility to be ISO 9001:2000 certified
Warranty 5 years comprehensive warranty for all components.
2. Specification of Peripheral
Component Specification Required Quantity
Description Required
Colour Printer Colour Printer (Standard Media size: A3, A3+, A4, A5, A6, Letter, legal, tabloid,
executive, 3 x 5 in, 4 x 6 in, 5 x 7 in, 8 x 10 in, 11 x 14 in, 13 x 19 in, envelopes (No. 10,
Monarch)
1 no.
Warranty 8 years comprehensive warranty
3. Specification of UPS for Primary Site
Specification Required Quantity Required
Centralized On-line UPS for Data Center (Primary) Server with following
features,
Audible alarm,
Lighting and surge protection,
Fail Over support.
Short circuit protection
Cold start, no load cut off, overload indicator and protection,
Replace battery indicator, status indicator, LEDs generator
compatibility,
ISO certified (9001 and 14001)
415 V (±3%)
Pulse width modulation
415 V AC three phase input voltage
50 Hz ± 3 Hz input frequency
Backup time of 30 minutes or more
Internal SMF battery and provision for external battery
Less than 3 ms (Solid state synchronized transfer)
3-phase output and 3-phase input
Output power factor 0.9 IE 10 KVA / 9 KW
Centralized Management Software for UPS
8 years comprehensive warranty
2 nos of 10 KVA UPS which will run in
fail-over mode. The battery backup of
each UPS will be of half an hour.
D-7. Deviations
Vendors shall give details of all deviations in their bid with respect to the technical specifications and
requirement (described in Section D-1 through D-6 of this tender document) along with any amendment /
response to clarification(s) issued subsequently by KMC, as a separate section titled “Deviation from Technical
Specification”. Failure to do so would constitute grounds for the bid to be rejected.
39
SECTION – E
PRICE SCHEDULE
E-1. Price Schedule for Server Items:
1 2 3 4 5 6
Item
No.
Item
description
Specification Details in the
tender Qty Unit Price (Rs.) Total Price (Rs.)
(4 x 5)
1
2
n
E-1.1 Total Equipment Cost (add all the values of column 6 for item 1 to n)
In figures :
In words :
E-1.2 Total AM Cost, if any (in Rupees but not in %)
In figures :
In words :
E-1.3 Total Taxes & Duties, if any (in Rupees and in %)
In figures :
In words :
_____________________ ________________________ _____________________
Signature with date Name in block letters Seal of the Company
40
E-2. Price Schedule for Desktop & Peripherals :
1 2 3 4 5 6
Item
No.
Item
description
Specification Details in the
tender Qty Unit Price (Rs.) Total Price (Rs.)
(4 x 5)
1
2
n
E-2.1 Total Equipment Cost (add all the values of column 6 for item 1 to n)
In figures :
In words :
E-2.2 Total AM Cost, if any (in Rupees but not in %)
In figures :
In words :
E-2.2 Total Taxes & Duties, if any (in Rupees and in %)
In figures :
In words :
_______________________ _______________________ _____________________
Signature with date Name in block letters Seal of the Company
41
E-3. Price Schedule for System Software :
1 2 3 4 5 6
Item
No.
Item
description
Specification Details in the
tender Qty Unit Price (Rs.) Total Price (Rs.)
(4 x 5)
1
2
n
E-3.1 Total Equipment Cost (add all the values of column 6 for item 1 to n)
In figures :
In words :
E-3.2 Total AM Cost, if any (in Rupees but not in %)
In figures :
In words :
E-3.3 Total Taxes & Duties, if any (in Rupees and in %)
In figures :
In words :
_______________________ _______________________ _____________________
Signature with date Name in block letters Seal of the Company
42
E-4. Price Schedule for Utility Software :
1 2 3 4 5 6
Item
No.
Item
description
Specification Details in the
tender Qty Unit Price (Rs.) Total Price (Rs.)
(4 x 5)
1
2
n
E-4.1 Total Equipment Cost (add all the values of column 6 for item 1 to n)
In figures :
In words :
E-4.2 Total AM Cost, if any (in Rupees but not in %)
In figures :
In words :
E-4.3 Total Taxes & Duties, if any (in Rupees and in %)
In figures :
In words :
_______________________ _______________________ _____________________
Signature with date Name in block letters Seal of the Company
43
E-5. Price Schedule : (Summary)
E-5.1 Total System Solution Cost (add Totals of E-1.1, E2.1, E-3.1 & E-4.1)
In figures :
In words :
E-5.2 Total AM Cost of the System Solution (in Rupees but not in %, add Totals of E-1.2, E-2.2, E-3.2 & E-4.2)
In figures :
In words :
E-5.3 Total Taxes & Duties (in Rupees and in %, add Totals of E-1.3, E-2.3, E-3.3 & E-4.3)
In figures :
In words :
E-6. Grand Total :
(add totals of E-5.1, E-5.2 & E-5.3)
In figures :
In words :
Note: i) The Unit Price of the equipment includes free comprehensive support during warranty period.
i) AMC includes comprehensive support cost of 8 years. AMC cost must be quoted in Rupees
and not in % for a period of seven years after the expiry of warranty period.
ii) The offer will remain valid for xx Days from the date of opening of tender.
_______________________ _______________________ _____________________
Signature with date Name in block letters Seal of the Company
44
ANNEXURE – A
GENERAL COMPLIANCE SCHEDULE
Sl. No. Item Vendor’s Confirmation Deviation (if any)
1. General Terms & Conditions Agreed/Not agreed
2. EMD Receipt Deposited/Not Deposited
3. Latest Income Tax clearance and Sales Tax registration &
clearance certificates
Deposited/Not Deposited
4. Bank Guarantee for Warranty / AMC Agreed/Not agreed
5. Payment Terms Agreed/Not agreed
6. Liquidated Damage Clause Agreed/Not agreed
7. Price Validity Agreed/Not agreed
8. Delivery & Installation Schedule Agreed/Not agreed
9. Warranty & Post Installation clause Agreed/Not agreed
10. Technology refresh / upgrade clause Agreed/Not agreed
11. Infrastructure at Kolkata (for Installation and attendance of
Support calls)
Yes/No
12. Training and Documentation Agreed/Not agreed
13. AMC support Agreed/Not agreed
14. Credentials with documentary support as per Eligibility Clause.
( ISO 9000, Turnover, Profitability, Order copies as required)
Submitted/Not submitted
15. At least three installation sites in Kolkata Yes/No
16. Authorized manufacturership / System Integratorship certificate
in respect of all items quoted
Submitted/Not submitted
17. Original specification sheets for all items Submitted/Not submitted
18. Driver software, wherever applicable, to be supplied Agreed/Not agreed
19. Equipment working environment : The power provided will be
220V ac (nominal)
Agreed/Not agreed
20. A vendor must quote all the items. Agreed/Not agreed
21. Technical viability of the project for all the equipments offered by the vendor. Submitted/Not submitted
22. Consortium Agreement.MOU Submitted/Not submitted
23. Manufacturers Authorisation Certificate in respect of all products quoted Submitted/Not submitted
_____________________ ________________________ _____________________
Signature with date Name in block letters Seal of the Company
Note: In case the vendor's confirmation is negative, specific comments are to be filled in the Deviation column
45
ANNEXURE - B
BIDDERS QUALIFICATION FORM
PART - I
KOLKATA MUNICIPAL CORPORATION
TENDER ENQUIRY NO :
Due to open on :
Bidder's Ref No :
To
The Kolkata Municipal Corporation
Kolkata-700 013.
Dear Sir,
Having examined the conditions of contract as in Bid Documents and specifications including Addenda
Nos. ____________ _ the receipt of which is duly acknowledged, we undersigned offer to “Supply,
Installation, Commissioning and Management of GIS Implementation Solution, Servers and System
Software” conformity with the said drawings conditions of contract and specifications for the sum of
mentioned in the Price Bid SECTION-E, or such other sums as may be ascertained in accordance with
the schedule of prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted to commence supplies within 4 weeks from the date of issue of
your Firm Order and to complete delivery of all the ordered items by us specified in the contract within
8 WEEKS calculated from the date of issue of Firm Order.
If our Bid is accepted, we will furnish the performance guarantee of a Schedule Bank for a sum of Two
percent (2%), of the overall contract value. inclusive of all items offered by the vendor.
We agree to abide by this Bid for a period of 180 days from the date fixed for opening of the Tender
and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a Firm Order or contract is prepared and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.
Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and
replacement.
We understand that you are not bound to accept the lowest or any bid you may receive.
Date this __ day of …………’2010.
46
Signature___________________________________
(Name in Block Letters of the Signatory)
In capacity of
Duly authorized to sign the bid for and on behalf of ___ Attach Power of Attorney/Extract of Board
Resolution duly certified (Documentary proof enclosed)
Witness __________________________________
Address: _________________________________
_________________________________________
_________________________________________
Signature__________________________________
47
BIDDERS QUALIFICATION FORM
PART - II
1.0 Tender is to be submitted in this Form only. Tender submitted by the Bidder in their own proforma is liable to be
rejected. Separate sheets may be attached where space provided against any clause is insufficient.
1.1 Tender Enquiry No. & Date :
1.2 Offer No. & date :
2.0 Name and address of the Firm :
2.1 Name of the Firm :
Office Address :
Telephone No. :
Fax No. :
2.2 Factory Address :
Telephone No. :
Fax No. :
The offer as per proforma in Part III is enclosed in sealed covers for individual item separately
(Read instruction and important points).
Particulars of Central Excise Tariff Rules under which ED is leviable.
) Whether registered with NSIC under Single Point Registration Scheme for the Tendered item
If so, please furnish photostat copy of the current Registration Certificate. )
Whether
i) Proprietorship firm :
ii) Partnership firm :
iii) Company :
iv) Consortium :
Necessary valid documents must be enclosed along with the tender offer.
The bidders must quote in a separate sheet the details of such supplies for the particular item made by them during
dd/mm/yyyy to dd/mm/yyyy in the proforma given below. They maybe deprived of any order against this tender if the
information furnished is found to be incorrect. Please enclose copies of inspection certificate in support of your Claim.
Bidders should refrain from quoting any irrelevant reference (i.e. for any item not in Tender) in the under mentioned column.
Proforma for furnishing information in respect of the purchase orders :
48
Sl.
No.
P.O No. & DATE QTY
ORDERED
QTY
SUPPLIED
WITHIN
S.D.D
CHALLAN
NO. &
DATE
I.C No. & DATE REMARKS
Income Tax Clearance Certificate :
Please indicate your Permanent Account No. and enclose Photostat copy of the current Income Tax Clearance
Certificate duly attested.
LIST OF ENCLOSURES:
I)
II)
III)
IV)
Signature of the Authorized Signatory :
NAME IN BLOCK LETTERS :
Status of the Signatory :
49
BIDDERS QUALIFICATION FORM (EARNEST MONEY DEPOSIT DETAILS)
PART - III
To,
The Kolkata Municipal Corporation
Kolkata-700 012.
The undersigned hereby tenders for job and agrees to hold this tender open for your acceptance for 180
days from the date of opening of the tender.
Details of EMD is given below : (Package I)
Demand Draft No: _________ dated _________ Month 2010 of ____________________ for Rs.
3,00,000/ = (Rupees Three Lacs only) is enclosed as EARNEST MONEY DEPOSIT.
NAME :____________________
COMPANY NAME :__________
ADDRESS : _________________
50
ANNEXURE - C
BIDDER’S DETAIL
(To be submitted along with the tender)
1. The name of the bidder
2. In the event of the bidder nominates an authorized sales partner, their details to be furnished as
follows:
Sl.
no
Name of the firm Is it prime bidder / co
respondent
Field of
Specialization
Approximate share
in this project
ORGANIZATION DETAILS
(To be submitted along with the tender)
1 Name of the Firm
2 Registered Office address
Telephone Number
Fax Number
3 Correspondence/ contact address
4 Details of Contact person
(Name, designation, address etc.)
Telephone Number
Fax Number
5 Is the firm a registered company? If yes, submit documentary proof.
Year and Place of the establishment of the company
6 Former name of the company, if any.
51
7 Is the firm
a Government/ Public Sector Undertaking
a propriety firm
a partnership firm (if yes, give partnership deed)
a limited company or limited corporation
a member of a group of companies (if yes, give name and address, and
description of other companies)
a subsidiary of a large corporation (if yes give the name and address of the parent
organization) If the company is subsidiary, state what involvement if any, will the
parent company have in the project.
a consortia (if yes, give name and address of each partner)
8 Is the firm registered with sales tax department? If yes, submit valid VAT
registration certificate.
9 Is the firm registered for service tax with Central Excise Department (Service Tax
Cell)? If yes, submit valid service tax registration certificate.
10 Is the firm registered under Labour Laws Contract Act? If yes, submit valid
registration certificate.
11 Attach the organizational chart showing the structure of the organization.
Total number of employees
12 Number of years of experience:
as a prime Vendor
in a Consortium
13 Are you registered with any Government/ Department/ Public Sector Undertaking
(if yes, give details)
14 How many years has your organization been in business under your present
name? What were your fields when you established your organization? When
did you add new fields (if any)?
15 What type best describes your firm? (KMC reserves the right to verify the claims
if necessary)
1. Manufacturer
2. Supplier
3. System Integrator
4. Consultant
5. Service Provider (pl. specify details)
6. Software Development
7. Total solution provider (Design, Supply, Integration, O&M)
8. IT Company
16 Number of Offices / Project Locations
17 Do you have a local representation /office in Kolkata? If so, please give the
address and the details of staff, infrastructure etc in the office and no. of years of
operation of the local office
18 Do you intend to associate/sub-contract any other organization for the works for
which you are bidding? If so, please give full particulars of that organization
separately.
52
19 Please give details of Key Technical and Administrative staff who will be
involved in this project, their role in the project, their Qualifications & experience
and the certification attained from network product vendor. (documentary proof
to be submitted)
20 Is your organization has ISO 9000 certificates? If so, attach copies of the
certificates. State details, if certified by bodies, other than that stated.
21 List the major clients with whom your organization has been/ is currently
associated.
22 Were you ever required to suspend a project for a period of more than three
months continuously after you started? If so, give the names of project and
reasons for the same.
23 Have you in any capacity not completed any work awarded to you? (If so, give
the name of project and reason for not completing the work)
24 The bidder/ prime member of the consortium shall disclose details pertaining to
all contingent liabilities. If nil, an undertaking from the bidder/ prime member of
the consortium mentioning the same.
25 Whether your organization has Bank‟s certificate of solvency. KMC reserves the
right to seek documentary proof if contract is awarded.
26 Have you ever been denied tendering facilities by any Government/ Department/
Public sector Undertaking? (Give details)
_____________________ _______________________ _____________________
Signature with date Name in block letters Seal of the Company
– 53
ANNEXURE - D
DECLARATIONS
It is declared that I, Sri/ __________________________________________________, being
the Bidder/Authorized Signatory/Authorized Supplier/ Proprietor/ Manager of
M/s____________________________________________________________________
Of (address of the Bidder) ___________________________________________________
have gone through and understood all the Terms & Conditions laid down in the Tender document no.
…./10-11 dt. …./…./2010 and would abide by the same terms and conditions throughout the period of
contract.
I, hereby also agree to execute a “Contractual Agreement‟‟ with KMC based on all the terms and
conditions laid down in the Tender Document no. …../10-11 dt. …../….2010 in the event of being
selected as a successful Bidder.
______________________________
Signature with date
______________________________
Name in block letters
_____________________________
Seal of the Company
54
ANNEXURE - E
QUERIES
Name of the bidder/Lead Member: _____________________________
Sr.
No.
Clause
No.
Page
No.
Queries
1
2
3
.
.
.
.
N
Note: The cut off date for receiving of queries would be the date of Pre Bid Meeting. Only queries
received in writing would be answered.
55
ANNEXURE - F
MANUFACTURER’S AUTHORIZATION LETTER
Date:
TENDER DOCUMENT No.:
To
WHEREAS _______________________________________ who are official producers of
_______________________________________________ and having production facilities at
__________________________________________________________ do hereby authorize
__________________________________________________________________ located at
_____________________________________________________ (hereinafter, the “Bidder”) to submit a bid of
the following Products produced by us, for the Supply Requirements associated with the above Tender
When resold by ____________________________, these products are subject to our applicable standard end
user warranty terms .
We assure you that in the event of _________________________, not being able to fulfill its obligation as our
Service Provider in respect of our standard Warranty Terms we would continue to meet our Warranty Terms
through alternate arrangements and also provide spares in accordance with the Tender for the period of 8 years.
Name In the capacity of
Signed
Duly authorized to sign the authorization for and on behalf of : ________________________
Dated on _______________________________ day of ______________________, ______.
Note: This letter of authority must be on the letterhead of the Producer, must be signed by a person competent
and having the power of attorney to bind the Producer, and must be included by the Bidder in its bid as specified
in the Instructions to Bidders.
56
ANNEXURE - G
PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act)
Ref: Bank Guarantee No.
Date:
To
Dear Sir,
WHEREAS ............................. (Name of bidder) hereinafter called “the bidder" has undertaken, in pursuance of
Contract dated, ... 2010 (hereinafter referred to as "the Contract") to implement the Data Center at Kolkata
Municipal Corporation
KMC-GIS-TENDER-V2.0.doc
AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish a Contract Performance
Guarantee ("the Guarantee") from a scheduled bank for the sum specified therein as security for the performance
of Data Centre as per the agreement.
WHEREAS we __________ ("the Bank", which expression shall be deemed to include it successors and
permitted assigns) have agreed to give Kolkata Municipal Corporation
the Guarantee:
THEREFORE the Bank hereby agrees and affirms as follows:
1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable
by the Bidder to Kolkata Municipal Corporation
Under the terms of their Agreement dated _______________ on account of any breach of terms and conditions
of the said contract related to partial non-implementation and/ or delayed and/ or defective implementation.
Provided, however, that the maximum liability of the Bank towards Kolkata Municipal Corporation under this
Guarantee shall not, under any circumstances, exceed ___________________________ in aggregate.
2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from
Kolkata Municipal Corporation stating full or partial non-implementation and/ or delayed and/ or defective
implementation, which shall not be called in question, in that behalf and without delay/demur or set off, pay to
Kolkata Municipal Corporation any and all sums demanded by Kolkata Municipal Corporation Under the said
demand notice, subject to the maximum limits specified in Clause 1 above. A notice from KMC to the Bank shall
be sent at the following address:
___________________________
___________________________
Attention Mr __________________.
3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a period
of 12 months from the date of its execution. However, the Guarantee shall, not less than 30 days prior to
its expiry, be extended by the Bank for a further period of 12 months. The Bank shall extend the
Guarantee annually in the manner hereinbefore provided for a period of eight years from the date of
issue of this Guarantee.
57
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be
modified, discharged, or otherwise affected by:
i) Any change or amendment to the terms and conditions of the Contract or the execution of any further
Agreements.
ii) Any breach or non-compliance by the Bidder with any of the terms and conditions of any
Agreements/credit arrangement, present or future, between Bidder and the Bank.
5. The BANK also agrees that Kolkata Municipal Corporation At its option shall be entitled to enforce this
Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against Bidder
and not withstanding any security or other guarantee that Kolkata Municipal Corporation may have in
relation to the Bidder‟s liabilities.
6. The BANK shall not be released of its obligations under these presents by reason of any act of omission
or commission on the part of Kolkata Municipal Corporation Or any other indulgence shown by Kolkata
Municipal Corporation Or by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the BANK.
7. This Guarantee shall be governed by the laws of India and only the courts of Kolkata shall have
exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.
Dated this the ………………. Day of ……………………..2010
Witness
(Signature) (Signature)
(Name) Bank Rubber Stamp
(Name)
(Official Address) Designation with Bank Stamp
Plus Attorney as per Power of
Attorney No.
Dated:
58
ANNEXURE - H
BILL OF MATERIAL
Sl No
Model
(Product Offered) Description
Line Item
wise Qty Qty Remarks
Server
1
2
.
.
External Storage
.
.
Tape
.
.
Backup Software
.
Enterprise Mgmt. Software
.
.
.
Note:
Line Item wise details of all subsystem need to be furnished. Part Numbers need to be furnished
for all items wherever available and applicable.
Multiple tables can be used to list down different category components (e.g. Server items,
Software items etc.)
59
ANNEXURE - I
WORK SCHEDULE
Sr.
No.
Activity 1
Weeks 2
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
N
Indicate all main activities of the assignment, including delivery of equipment, installation at Data Center,
Site offices, Carry out test, generation of Test reports. For phased assignments indicate activities, delivery
of reports, and benchmarks separately for each phase.
Duration of activities shall be indicated in the form of a bar chart.
60
ANNEXURE - J
List of Documents to be submitted along with the Tender
1. General Compliance Schedule (Annex. A).
2. Price Schedule (Section-E).
3. Declarations (Annexure-D).
4. Information about the Bidder (Annexure-C).
5. ISO 9000 or equivalent certificate.
6. Attested copy of latest Income Tax Clearance Certificate.
7. Attested copy of Sales Tax Registration Certificate.
8. Original Money Receipt of Earnest Money Deposit
9. Credentials regarding experience.
10. Copy of Purchase Orders showing compliance against minimum order value criteria
11. Proof of Annual turnover
12. Audited Balance Sheet and profit & loss statement.
13. List of reference customers with contact details.
14. Technical literature and Original Specification sheets of each item offered.
15. Details of Maintenance and support infrastructure in Kolkata and in India as per clause
B-5.7 of Section B.
16. Undertaking for providing comprehensive support for 8 years as per clause B-26 of
Section-B.
17. Manufacturership/Authorized dealership certificate.
18. Registered copy of Power of Attorney, if any.
19. Attested copy of Partnership Deeds, if any.
20. Agreement/MOU signed between consortium members.
21. Manufacturer‟s Authorization Certificate (Annexure F) in respect of all products quoted.