tender document - kolkata...tender for supply, installation, commissioning and management of servers...

60
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

Upload: others

Post on 01-Mar-2020

6 views

Category:

Documents


0 download

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

e-mail

3 Correspondence/ contact address

4 Details of Contact person

(Name, designation, address etc.)

Telephone Number

Fax Number

e-mail

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.