Request for Proposal (RFP) For Operations & Maintenance Activities (FMS) For IT and Non IT Equipment’s Installed in Odisha State Data Centre, Bhubaneswar Enquiry No. : OCAC-NEGP-INFRA-0039-2014-15019 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC GLOSSARY Acronyms Definitions AMC Annual Maintenance Contract AoA Article of Association AT Acceptance Testing BoM Bill of Material CCNP Cisco Certified Network Professionals CD Compact Disk CISA Certified Information Systems Auditor CISSP Certified Information Systems Security Professional CSC Common Service Centre DCO Data Centre Operator DC Data Centre DEITY, GoI Department of Electronics and Information Technology DR Disaster Recovery EMS Enterprise Management Software GoI Government of India GoO Government of Odisha INR Indian Rupee ISO International Organization for Standards ITIL Information Technology Infrastructure Library KVM Keyboard, Video Display Unit and Mouse Unit LDAP Lightweight Directory Protocol LOI Letter of Intent MoU Memorandum of Understanding NAS Network Attached Storage OEM Original Equipment Manufacturers OCAC Odisha Computer Application Centre PBG Performance Bank Guarantee SAN Storage Area Network SDC State Data Centre SLA Service Level Agreement SNMP Simple Network Management Protocol SPOC Single Point of Contact SWAN State Wide Area Network SWO SWAN Operator Initial Draft Page 2 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Contents GLOSSARY............................................................................................................................................................................ 2 1. SECTION I - INVITATION TO BIDDERS / IMPORTANT DATES .................................................................................... 6 1.1. ISSUER ............................................................................................................................................................................ 6 1.2. CONTACT PERSON ............................................................................................................................................................. 6 1.3. ADDRESS FOR BID SUBMISSION AND CORRESPONDENCE ........................................................................................................... 6 1.4. TERMS OF REFERENCE ........................................................................................................................................................ 7 1.5. PURCHASE OF BID DOCUMENT ............................................................................................................................................. 7 2 SECTION II – SDC OVERVIEW.................................................................................................................................... 8 2.1 2.2 PROJECT PROFILE.......................................................................................................................................................... 8 PROJECT BENEFITS........................................................................................................................................................ 8 3 SECTION III - ELIGIBILITY CRITERIA ........................................................................................................................... 9 4 SECTION IV - SCOPE OF WORK, DELIVERABLES AND TIMELINES ............................................................................. 12 4.1 4.2 4.3 5. SCOPE OF WORK (SOW) .............................................................................................................................................. 12 ROLES AND RESPONSIBILITIES OF OTHER STAKEHOLDERS .................................................................................................... 23 PROJECT DELIVERABLES ............................................................................................................................................... 24 SECTION V - SERVICE LEVEL AGREEMENT............................................................................................................... 24 5.1. DEFINITIONS................................................................................................................................................................... 25 5.2. SETTING PRIORITY LEVELS ................................................................................................................................................. 25 5.3. SEVERITY FOR CRITICAL COMPONENTS.................................................................................................................................. 25 5.4. SCHEDULED DOWNTIME ................................................................................................................................................... 28 5.5. SLA DOWN TIME GUIDANCE ............................................................................................................................................. 28 5.6. CATEGORIES OF SLA ........................................................................................................................................................ 30 6. SECTION VI - INSTRUCTION TO BIDDERS ................................................................................................................ 41 6.1. PROCEDURE FOR SUBMISSION OF BIDS ................................................................................................................................ 41 6.2. COST TO BID .................................................................................................................................................................. 42 6.3. CONTENTS OF THE TENDER DOCUMENT ............................................................................................................................... 42 6.4. CLARIFICATION ON TENDER DOCUMENT .............................................................................................................................. 43 6.5. DISCOUNTS .................................................................................................................................................................... 43 6.6. LANGUAGE OF BIDS ......................................................................................................................................................... 43 6.7. DOCUMENTS COMPRISING THE BIDS ................................................................................................................................... 43 6.8. BID PRICES ..................................................................................................................................................................... 44 6.9. FIRM PRICES................................................................................................................................................................... 44 6.10. BIDDER QUALIFICATION .................................................................................................................................................. 45 6.11. PERIOD OF VALIDITY OF BIDS ........................................................................................................................................... 45 6.12. LOCAL SITE CONDITIONS ................................................................................................................................................. 45 6.13. CONTACTING THE PURCHASER ......................................................................................................................................... 46 6.14. MODIFICATION AND WITHDRAWAL OF BIDS ....................................................................................................................... 46 6.15. OPENING OF BIDS.......................................................................................................................................................... 46 6.16. EVALUATION OF BIDS ..................................................................................................................................................... 46 6.17. EVALUATION AND TABULATION OF COMMERCIAL BID ........................................................................................................... 49 6.18. CORRECTION OF ARITHMETIC ERRORS IN FINANCIAL BIDS...................................................................................................... 50 6.19. PRICE/ PURCHASE PREFERENCE IN EVALUATION ................................................................................................................... 50 6.20. NEGOTIATIONS ............................................................................................................................................................. 50 6.21. SELECTION METHOD ...................................................................................................................................................... 51 6.22. LACK OF COMPETITION ................................................................................................................................................... 51 6.23. POST QUALIFICATION AND AWARD CRITERIA ...................................................................................................................... 51 6.24. RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME OF AWARD ............................................................................................... 51 6.25. RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS .................................................................................................. 52 6.26. NOTIFICATION OF AWARD ............................................................................................................................................... 52 6.27. SIGNING OF CONTRACT................................................................................................................................................... 52 6.28. BANK GUARANTEE FOR CONTRACT PERFORMANCE .............................................................................................................. 52 6.29. CONFIDENTIALITY OF THE DOCUMENT ............................................................................................................................... 52 6.30. REJECTION CRITERIA ...................................................................................................................................................... 53 6.31. CONCESSIONS PERMISSIBLE UNDER STATUTES...................................................................................................................... 53 6.32. INCOME TAX LIABILITY.................................................................................................................................................... 54 Initial Draft Page 3 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7. SECTION VII – GENERAL TERMS AND CONDITIONS OF CONTRACT ......................................................................... 54 7.1. DEFINITIONS:.................................................................................................................................................................. 56 7.2. INTERPRETATION ............................................................................................................................................................. 58 7.3. CONDITIONS PRECEDENT .................................................................................................................................................. 58 7.4. REPRESENTATIONS & WARRANTIES .................................................................................................................................... 59 7.5. SCOPE OF WORK / CONTRACT ............................................................................................................................................ 60 7.6. DURATION OF THE CONTRACT ............................................................................................................................................ 61 7.7. BANK GUARANTEE........................................................................................................................................................... 61 7.8. OPERATION AND MAINTENANCE BIDDER OBLIGATIONS .......................................................................................................... 61 7.9. DATA CENTRE FMS TEAM ................................................................................................................................................ 62 7.10. STATUTORY REQUIREMENTS ............................................................................................................................................ 63 7.11. CONTRACT ADMINISTRATION........................................................................................................................................... 63 7.12. RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT ................................................................................................... 63 7.13. ODISHA COMPUTER APPLICATION CENTRE OBLIGATIONS ...................................................................................................... 64 7.14. LIMITATION OF LIABILITY ................................................................................................................................................. 64 7.15. INFORMATION SECURITY ................................................................................................................................................. 64 7.16. OWNERSHIP OF EQUIPMENT............................................................................................................................................ 65 7.17. TRANSIT RISKS .............................................................................................................................................................. 65 7.18. INSURANCE .................................................................................................................................................................. 65 7.19. INCIDENTAL SERVICES ..................................................................................................................................................... 65 7.20. WARRANTY .................................................................................................................................................................. 66 7.21. SUBCONTRACTING BY BIDDER .......................................................................................................................................... 66 7.22. PERFORMANCE AND SPARES ............................................................................................................................................ 66 7.23. INDEMNITY .................................................................................................................................................................. 66 7.24. CONFIDENTIALITY .......................................................................................................................................................... 66 7.25. PRICES ........................................................................................................................................................................ 67 7.26. CHANGE ORDERS / ALTERATION / VARIATION ..................................................................................................................... 68 7.27. SUSPENSION OF WORK ................................................................................................................................................... 70 7.28. COMPLETION OF CONTRACT ............................................................................................................................................ 71 7.29. PAYMENT TERM AND SCHEDULE....................................................................................................................................... 71 7.30. EVENTS OF DEFAULT ...................................................................................................................................................... 72 7.31. CONSEQUENCES IN EVENT OF DEFAULT.............................................................................................................................. 73 7.32. TERMINATE THE CONTRACT ............................................................................................................................................. 73 7.33. TERMINATION............................................................................................................................................................... 74 7.34. CONSEQUENCES OF TERMINATION .................................................................................................................................... 74 7.35. PENALTY ...................................................................................................................................................................... 75 7.36. EXTENSION IN DELIVERY PERIOD AND LIQUIDATED DAMAGES (LD) ......................................................................................... 76 7.37. DISPUTE RESOLUTION .................................................................................................................................................... 77 7.38. LIMITATION OF BIDDER LIABILITY TOWARDS OCAC .............................................................................................................. 78 7.39. CONFLICT OF INTEREST ................................................................................................................................................... 78 7.40. SEVERANCE .................................................................................................................................................................. 79 7.41. GOVERNING LANGUAGE ................................................................................................................................................. 79 7.42. NO CLAIM CERTIFICATE .................................................................................................................................................. 79 7.43. PUBLICITY .................................................................................................................................................................... 79 7.44. FORCE MAJEURE ........................................................................................................................................................... 79 7.45. GENERAL ..................................................................................................................................................................... 80 7.46. SPECIAL CONDITIONS OF THE CONTRACT ............................................................................................................................ 81 8. SECTION VIII - BILL OF MATERIAL (BOM) ............................................................................................................... 83 9. SECTION IX - FORMATS TO RESPONSE TO THE TENDER - TECHNICAL BID ............................................................... 95 9.1. FORMAT 1 - TECHNICAL BID LETTER .................................................................................................................................... 95 9.2. FORMAT 2 - GENERAL INFORMATION ABOUT THE BIDDER ....................................................................................................... 96 9.3. FORMAT 3 - PRE-BID QUERIES........................................................................................................................................... 96 9.4. FORMAT 4 - MANPOWER DETAILS ...................................................................................................................................... 97 9.5. FORMAT 5 - DEVIATIONS FROM TENDER TERMS & CONDITIONS ............................................................................................... 97 10. SECTION X - FORMAT FOR RESPONSE TO TENDER - COMMERCIAL BID .............................................................. 98 10.1. FORMAT 1 - COMMERCIAL BID LETTER .............................................................................................................................. 98 10.2. FORMAT 2 - BREAKDOWN OF COST COMPONENTS ............................................................................................................ 100 11. SECTION XI - PERFORMA .................................................................................................................................. 104 11.1. BIDDING DOCUMENT ACKNOWLEDGEMENT PERFORMA....................................................................................................... 104 Initial Draft Page 4 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 11.2. PERFORMA OF BANK GUARANTEE TOWARDS BID SECURITY ................................................................................................. 105 11.3. PERFORMA OF BANK GUARANTEE TOWARDS PERFORMANCE SECURITY .................................................................................. 107 12. SECTION XII ANNEXURES ................................................................................................................................. 110 12.1. FORMAT 1 - PRE QUALIFICATION CHECK LIST.................................................................................................................... 110 12.2. FORMAT 2 - FOR SUBMISSION OF PROJECT REFERENCES FOR PRE QUALIFICATION EXPERIENCE .................................................. 114 12.3. FORMAT 3 - DECLARATION BY BIDDER REGARDING ESTABLISHMENT OF OFFICE IN BHUBANESWAR ............................................... 115 Initial Draft Page 5 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 1. Section I - Invitation to Bidders / Important dates The invitation to bid is for “Operations & Maintenance (FMS) for IT and Non IT Equipment’s installed at OSDC, Bhubaneswar for a period of two years from the date of acceptance of Order”. The bidders are advised to study the tender document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. This section provides general information about the Issuer, important dates, addresses and the overall eligibility criteria for the bidders. 1.1. Issuer Odisha Computer Application Centre (OCAC) 1.2. Contact Person Name of the Nodal Officer : General Manager (Admin) : 0674-2567280/2567295 : N1/ 7D Acharya Vihar Square, PO: RRL, Near Planetarium, Bhubaneswar 751013. 1.3. Address for Bid Submission and Correspondence Odisha Computer Application Centre N1/ 7D, Acharya Vihar Square, Near Planetarium, PO: RRL, Bhubaneswar 751013. Odisha, India Ph : 0674-2582850/ 2588064 Website: www.ocac.in Initial Draft Page 6 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 1.4. Terms of Reference RFP Reference No. Publication details OCAC-NEGP-INFRA-0039-2014-15019 The RFP document can be downloaded from the website http://www.ocac.in, http://www.odisha.gov.in and the Central Public Procurement Portal at http://tenders.gov.in. Cost of Tender Document Rs. 10,000/- Bid Security (EMD) Date Of Commencement of Bid Rs. 15,00,000/04/05/2015 Last Date for submitting Pre-Bid queries through e-mail: [email protected], [email protected] 11/05/2015 , 5:00 PM Date and Time for Pre- Bid Conference 13/05/2015, 12:00 PM Issue of Corrigendum if required 16/05/2015, 5:00 PM Last date for submission of bids 25/05/2015, 3:00 PM Opening of Pre qualification bids 25/05/2015, 4:00 PM Evaluation of Pre qualification bids and notification to bidders 26/05/2015, 12:00 PM Opening of Technical bids 28/05/2015, 11:00 AM Date of Technical Presentation 28/05/2015, 12:00 PM Declaration of short-list of bidders for commercial bid 02/06/2015, 5:00 PM Opening of commercial bids 03/06/2015, 3:00 PM Bid Validity 180 Days 1.5. Purchase of Bid document 1.5.1.Interested Bidders may obtain complete set of Bid document on submission of a written application to: Odisha Computer Application Centre, N1/ 7D, Acharya Vihar Square, Near Planetarium, P.O. – RRL, Bhubaneswar 751013 Ph - 0674-2582850/ 2588064 Website: www.ocac.in 1.5.2.Application for the bid document should be accompanied by a payment of a non-refundable fee of INR 10000/- (Rs. Ten Thousand Only) in the form of Demand Draft in favor of Odisha Computer Application Centre, payable at Bhubaneswar. 1.5.3.The complete bid document has also been published on the www.ocac.in, www.odisha.gov.in, www.tenders.gov.in for the purpose of downloading. The downloaded bid document shall also be considered valid for participation in the bid process but such bid documents should be submitted along with the required Bid document fee as mentioned above in Section 1.4. In case the bid document is downloaded from website, non-refundable Bid document fee in the form of demand draft / cash has to be submitted in order to participate in the pre-bid meeting. 1.5.4.In case of any clarification with regards to the bid document the prospective buyers may get in touch with the contact person as mentioned in Section 1.2. However the prospective bidders are encouraged to undertake a preliminary study of the project, at their own cost, before submitting the Bids. 1.5.5.OCAC/ IT Department, Govt. of Odisha, reserves the right to reject any or all the bids in whole or in part at any time without mentioning any reason thereof. Initial Draft Page 7 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 2 Section II – SDC Overview 2.1 Project Profile Odisha State Data Centre (OSDC) is a core infrastructure project under National e-Governance Plan (NeGP) implemented by Odisha Computer Application Centre (OCAC) in its own building over an area of 4000 Sqft with a provision for future expansion. OSDC offers a suite of Services that provide a cost-effective strategy for Departments/PSUs that need to quickly ramp up their IT infrastructures. Departments/PSUs, reserve/purchase rack space and in return receive a secure area within OSDC to physically house equipment. The service includes space in a controlled environment, regulated power supply, dedicated and shared network connections, state-of-the-art security, fire detection and suppression, and many other valuable features. Additional value-added services are offered as part of the Services including network and connectivity services, remote hand support services, storage services, DR Service etc. OSDC is envisioned as the ‘Shared, reliable and secure infrastructure services centre for hosting and managing the e-Governance Applications of State and its constituent departments’. OSDC is envisaged to establish a robust infrastructure to enable the Government to deliver the services quickly and effectively to its stakeholders. Odisha State Data Centre, connected to the Odisha State Wide Area Network (SWAN), and provides the access to the e-Governance applications & Services to Government employees through Intranet and to the citizens through public Internet/ CSCs etc. Through such a Shared Service Centre implemented and managed by a competent Bidder, the individual departments can focus more on the service delivery rather than on the issues surrounding the Infrastructure. Odisha State Data Centre provides many functionalities and some of the key functionalities are Central data repository, Secure Data Storage, Online Delivery of Services, Citizen Information/ Services Portal, State Intranet Portal, Disaster Recovery, Remote Management and Service Integration. The State Data Centre is a key-supporting element of e-Government Initiatives & businesses for delivering services to the citizens with greater reliability, availability and serviceability. OSDC provides better operations and management control and minimize overall cost of Data Management, IT Management, Deployment and other costs. 2.2 Project Benefits Reduced cost of infrastructure creation, monitoring, management for Odisha and its constituent departments. Enhanced reliability and security of information system through centralized management of IT infrastructure by adopting the necessary measures and practices, such as o Dynamic Scalability o Centralized and simplified management o Improved quality of data management o Lower risk of data loss o Higher availability of system and data – 24x7x365 o Better management of security and access control o Guaranteed service levels Reduced administrative burden for state and its departments by avoiding necessity of vendor management, addressing the technical issues surrounding the IT infrastructure on a standalone basis by each department. Initial Draft Page 8 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Efficient and effective management of information security issues across various government departments. Availability of “IT infrastructure on demand” to various state departments and agencies. Aggregation of IT infrastructure (Hardware, Storage, Networking and Software) and management resources. Optimal utilization by sharing of IT infrastructure resources to meet individual peak loads. Standardization of systems, improved scalability, and faster implementation cycle time. Stable and predictable physical and technical environment. 3 Section III - Eligibility Criteria Sl. No. 1. Clause Documents Required The bidder should be a company registered under the 1) Companies Act, 1956 since last 5 years Valid copy incorporation of Certificate and of Registration Certificates Bidder should be an established Information Technology Company/ IT System Integrator and should have been in the 2) Self Certification of being in the business for a period of at least 5 years as on Information Technology business for 31.March.2015. the last 5 years duly attested by company secretary/ charted accountant should be attached Initial Draft Page 9 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 2. Clause Documents Required The bidder must have executed/ executing at least one i. Copy of Work Order + Copy of work order of providing operation and maintenance completion certificate from the Services (FMS) to IT and Non IT equipments of Data client Centre of Government/ Semi-Government / PSU/ or Scheduled Banks/ Limited companies having minimum ii. Copy of Work Order + Phase order value of Rs.250.00 Lakh for a year in any of last wise Completion Certificate from st 5 financial years as on 31 March 2015 the client or Must have executed/ executing two work orders as on above with similar scope having a each order value of Rs. 200 Lakh for a year in any of last 5 financial years st as on 31 March 2015 Or Must have executed/ executing three work orders as on above with similar scope having a each order value of Rs. 120 Lakh for a year in any of last 5 financial years st as on 31 March 2015 Note: 1. 1. More than one work order against one tender shall be treated as one work order. However, orders against rate contract shall not be clubbed. 2. Value of FMS and Maintenance services shall only be considered for qualification of bids. Assumed/ projected values for such services shall not be considered. Note: 3. Bidder’s in house data centres shall not be considered. Average annual Turnover of the bidder from IT/ IT System CA Certificate with CA’s Registration Integrator during the last three financial years as on 31st Number/ Seal for Net worth. . Copy Mar 2014 as per the last published audited balance sheets, of the audited profit and loss account should be at least Rs. 30.00 Crores. of the company showing turnover of The net worth of the bidder in the last financial year should the company for last three years. be Positive. Initial Draft Page 10 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 4. Clause Documents Required The bidder must have on its roll at least 100 technically a) Certificate from HR Head for qualified professionals in, networking, systems integration, number of Technically qualified and Data Centre management. professionals employed by the company along with copy of latest EPF challan. a) At least five resources should be ITIL/ CISSP certified. b) The bidder should have experience in doing ISO 27001 & ISO 20000 certification for any data centre in last five st financial years as on 31 March 2015. b) Name of the employees along with certified copies of the certifications done, which are ITIL / CISSP. Certificates from the client showing the bidder has experience in doing ISO 20000 & ISO 27001 certification for data centre. 5 The bidder should furnish, as part of its bid, an EMD of The bid EMD should be denominated Rs. 15,00,000/- (Rupees Fifteen Lakh Only) as mentioned in Indian Rupees, and should be in in terms of reference 1.4 the form of Demand Draft OR Bank Guarantee issued by a Nationalized Bank, in favor of Odisha Computer Application Centre, payable at Bhubaneswar. 6. The bidder shall not be under a Declaration of Ineligibility for Self Declaration in this regard by the corrupt or fraudulent practices or blacklisted with any of the authorized signatory of the Bidder Government agencies. 7. The bidder should have an office in Bhubaneswar. However, Relevant Documents supporting if the local presence is not there in the state, the bidder Office addresses/ Undertaking. should give an undertaking for establishment of an office, within one months of award of the contract. 8. The bidder should have valid , ISO 9001:2008 Certification Valid certificate copies needs to be as on last date of submission of bid. 9. The bidder should submit confirming following: attached valid letter from the OEMs a) Letter of Authorization from bidder. b) Undertaking from OEM in tabular form Authorization for bidder Confirm that the products would be covered under comprehensive AMC for two years Undertake that the support including spares, patches for the quoted products shall be available for next 2 years. OEM Name Product c) Certificate authorizing Authorization from their Operation Validity OEMs for respective products. Initial Draft Page 11 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 10. Clause Documents Required The bidder must have up-to-date Income Tax Return\ PAN Copies of relevant Certificates of Number, VAT and Service Tax Clearance Certificate as on Registration, Income Tax/ PAN st 31 March 2014. Number, VAT/ CST clearance certificate from the respective Government Department. 11. Bidder should: A Self Certified a) not be insolvent, in receivership, bankrupt or being submitted. wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons; b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings; c) not have a conflict of interest in the procurement in question as specified in the bidding document. d) comply with the code of integrity as specified in the bidding document. letter to be 4 Section IV - Scope of Work, Deliverables and Timelines 4.1 Scope of work (SoW) The IT and Non IT infrastructure covered within the scope of work are mentioned at Section VIII which includes various servers having different Operating Systems, Relational Data Base Management System, PCs, Printers, Networking Devices, Leased Lines, OFC Cables, LAN Cables, IOs, Racks, Cameras, DVR, Display Unit and other active and passive components constituting the IT assets and Non IT assets of the OCAC under OSDC project. To maintain such large infrastructure effectively without any interruptions to IT services to users/ departments, DCO is required to provide the following services 24 x7 for t h e entire contract period from the date of iss ue of the work order . 1) Comprehensive Onsite Maintenance with spare parts for all equipment’s/ items mentioned u n d e r Table 1 (A, B & C), 2 & 3, 5 and 6 in Section VIII and support service for software mentioned in Table 4. 2) Facility M a n a g e m e n t S e r v i c e s f o r equipment’s/ items and related s e r v i c es a s mentioned in Section VIII and any other items added during the contract period. 3) FMS support for the equipment’s installed in OSDC for User Department of SDC which is not included in under Section VIII. 4.1.1. Comprehensive Onsite Maintenance with spare parts for equipments and software. Initial Draft Page 12 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC DCO is required to provide the Comprehensive Onsite Maintenance with part replacement for all the IT and Non IT equipment’s. The expiry dates of warranty/ maintenance services of these equipment’s, to the extent known, have been provided in Section VIII. It is clarified that DCO is required to provide the Comprehensive Onsite Maintenance with part replacement for all the hardware mentioned in Section VIII for which, wherever felt necessary, the bidder may have back to back arrangement with respective OEM to ensure quality services. The DCO should procure level 1 support for managing software used in Storage, Backup, BMS,EMS and networking devices. 4.1.2. Facility Management Services for equipments/Items. The DCO shall provide Facility Management Services (FMS) including day-to-day operations of OSDC, IT and Non IT equipments mentioned u n d e r Section VIII for entire contract period along with any FMS related activities required by OIC-SDC/SIA. 4.1.2.1. Asset Management Services a) OCAC will provide the current list of OSDC assets to the selected DCO .The DCO shall be required to create and maintain a database of all IT a n d N o n I T assets procured/ installed i n OSDC as per the following details: I) The database should have information like Asset ID, make, model, configuration details, serial numbers, licensing agreements, warranty and AMC details, place of installation etc. II) The DCO shall be required to create and maintain Software inventory with information such as Licenses, Version Numbers and Registration Details. b) The DCO shall be required to record installation and removal of any equipment and inform to OCAC even if it is temporary c) The DCO shall be required to register all software (in case not registered) with respective OEMs. d) The DCO shall be required to perform software license management and notify Project Manager Composite Team/ OCAC on licensing contract renewal before 3 months of expiry. e) The DCO shall use existing software for Asset Management Services. 4.1.2.2. Preventive Maintenance Services The DCO shall provide preventive maintenance services for all the equipments for which maintenance services are to be provided by DCO at least once in every quarter. The preventive maintenance shall include a) Cleaning and removal of dust and dirt from the interior and exterior of the equipment. b) Conduct inspection (check for loose contacts in the cable and connections etc.), testing, satisfactory execution of diagnostics and necessary repairing of equipment. c) DCO shall intimate and take approval from P r o j e c t M a n a g e r C o m p o s i t e T e a m before carrying out a n y preventive maintenance activity. d) DCO should maintain all the logs of Preventive Maintenance carried out for IT and Non IT equipments in every quarter and the same should be verified by Composite Team. Initial Draft Page 13 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 4.1.2.3. Corrective Maintenance Services The details of the work to be undertaken by DCO are as follows: a) Troubleshooting of problems related to the equipments/ network/ services and rectification of the same as per contract and SLA. b) Repairing of defective parts/ components. c) Replacement of parts/ components b e yo n d repair with parts/ components o f same or better specifications ensuring compatibility without any additional cost to OCAC. d) Providing suitable standby for parts/ components with same or better specifications till the time the original part/ component if repaired or replaced so that daily business is not affected. The cost for repair and replacement shall be borne by the selected bidder. e) The Maintenance support for equipments shall include all passive components including, screws, clamp, fasteners, ties anchors, supports, ground strips, wires, fibre connecting kits, gears, spares, power-cables, Network cables etc. f) Maintenance support services pertaining to Cabling and OFC shall include: i. Splicing, digging, repairing & testing of OFC. ii. All the UTP, fibre & power cables should be tagged with labelling tag for proper identification of source and destination. iii. Re-fixing/shifting of cables/ OFC whenever switches and racks are shifted or otherwise. iv. Removing and laying of UTP cable and I/Os with casing, etc. in case renovation activity is undertaken in any building covered under the project. v. Replacement/repair of OFC/ UTP/ Power cables & connectors/ ports/ equipment on entire laying route. vi. Maintenance of cables and conduits of equipments mentioned in Section VIII. g) Documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems. h) The selected bidder shall have to stock and provide adequate onsite and offsite spare parts and spare component to ensure that the uptime commitment as per SLA is met. To provide this service it is important for the selected bidder to have back to back arrangement with the OEMs/ OEMs authorized partner. The selected bidder needs to provide a copy of the service level agreement signed with the respective OEMs. i) The selected bidder shall also maintain records of all maintenance carried out for the IT & Non IT resources of SDC and shall maintain a logbook on-site that will be inspected by Composite Team/ OCAC at any point of time. 4.1.2.4. Configuration and reconfiguration a) The DCO shall be responsible for configuration/ re-configuration/ rollback of all the equipments/ Software / services under OSDC project as and when required. b) The DCO shall maintain a record of hardware and software configurations of all equipments including the details of different policies implemented on the devices such as VLAN configurations, access control lists, routing filters, clustering details etc. DCO shall keep regular backups of the configurations of each of the devices and update the update the same to Project Manager CT.. Initial Draft Page 14 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC c) DCO shall adhere to the change management procedures already defined to ensure that no unwanted changes are carried out on the devices. All the changes must be formally approved by the PM OSDC. The OCAC /designated agency shall communicate such change management procedures and their amendments made time to time to all stake holders of OSDC d) DCO shall do proper version management of these configurations as per ISO. e) DCO shall ensure that these configurations are not accessible in general and must be kept confidential with the Project Manager CT/ OCAC as per security policy of Data centre. 4.1.2.5. Vendor Management Services DCO shall coordinate with external vendors for upkeep of equipments/ software/ services to meet the SLA and shall liaison with respective vendors/ OEMS for repairs/ replacement of items and/or update/ upgrade/ troubleshoot the software/ services. To perform this activity, the DCO shall a) Maintain equipment/ software/ service wise database of the various vendors and service providers with details like contact person, telephone numbers, escalation matrix, response time and resolution time commitments, expiry date of Maintenance Services/ Warranty/ Software Assurance/ Support etc. b) Log and escalate the calls with respective vendors/ OEM/ service providers within immediate occurrence of incident/ problem, repetitive pursuance and coordinate with them to get the equipment repaired/ problems resolved as per SLA. 4.1.2.6. Network Management Services A LAN has been established in the State Data Centre connecting various equipments including servers, SAN, Tape Library, Network switches, Routers, Firewall, IDS /IPS, Server Load Balancer, ACS Server etc. A NOC has been established at OSDC to monitor and manage the internal network. Besides internal network, different networks of various colocation/ migration departments and OSWAN has been integrated with OSDC network enabling access to various services being provided by OSDC using these networks. The National Knowledge Network (NKN) has been integrated with OSDC network through which Internet Bandwidth is made available to OSDC. In Addition to NKN, Internet leased line(s) from ISPs have also been terminated and integrated with OSDC Network. The scope of work under network management services would include – a) To ensure continues operation and upkeep of the LAN Infrastructure at the OSDC including all active and passive components so that the network is available 24 x7 as per the prescribed SLA. b) Configuration/ Reconfiguration/ deployment and Management of various policies like Security policies, Access policy, IP Policy, routing policy, firewall policies etc. as per ISO requirements for providing accessibility between external links and their infrastructure hosted at OSDC in co-ordination with respective vendors including but not limited to opening/closing of specific ports on network devices. c) Configuration, management and maintenance of Network Management Software deployed at OSDC. d) Performance tuning to ensure resilient performance, reliability and high availability of the network services. Initial Draft Page 15 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC e) Management and maintenance of internet bandwidth / links provided by NKN, BSNL and Other ISPs. f) Management of NKN Network in co-ordination with National Informatics Centre, Bhubaneswar /Delhi and BSNL link with NIB Bhubaneswar. g) Maintenance of physical link established between OSWAN and OSDC over OFC and integration of this link with OSDC network. h) The DCO shall also be responsible for integration, management, maintenance configuration/ reconfiguration of any additional Internet Bandwidth/ networks which needs to be integrated with OSDC network during the entire contract period. i) The DCO shall be responsible to monitor the availability of various links and their packet drop, latency and utilization at OSDC network .The DCO shall also maintain logs on the basis of time, interface, IP address, application wise etc. for traffic analysis for the requisite period defined in respective policies. j) DCO shall be responsible for upgrade of all network devices with latest version of IOS, Signature, and Firmware etc. 4.1.2.7. Server Management Services a) DCO shall manage the servers on end-to-end basis including server administration, performance tuning, hardware and software support and upkeep of the server. The DCO shall also undertake installation/ re-installation of all the servers in terms of operating system, databases, clusters, virtualization, Application Server software, latest Software updates/ upgrades, patches etc. b) DCO shall provide device/ peripherals management, user management, file system management, files management services for the servers. c) DCO shall implement operating system security/ hardening and application server software level security for the servers. d) Regular analysis of events and logs generated in all the sub-systems including but not limited to servers, operating systems, security devices, etc. to identify vulnerabilities. Action shall be taken in accordance with the results of the log analysis. e) DCO shall assign rights on servers to different user’s w.r.t FTP, Remote Access etc. as per defined policies. f) DCO shall also maintain and manage Domain Name Server (DNS). g) Documentation of all server configurations should be readily available with DCO. h) Regular patch update and Firmware upgrade should be carried out. 4.1.2.8. Backup & Recovery Management Services a) DCO shall ensure periodic backups of all the servers OS through the backup servers installed in State Data Centre as per policy/ guidelines. b) The DCO shall restore the backups in periodic manner for confirmation of successful backup taken by the back up service of SDC. c) DCO shall be responsible f or proper labelling and housing of the backup media for identification and retrieval. Initial Draft Page 16 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC d) DCO shall be responsible for Backup tool and Storage Manager Installation, configuration, administration, maintenance and troubleshooting. e) Monitoring and enhancing the performance of scheduled backups, Schedule regular testing of backups and ensuring adherence to related retention policies as defined in OSDC ISO policy. f) Real-time monitoring, log maintenance and reporting of backup status on a regular basis. 4.1.2.9. Help Desk Support The help desk service will serve as a single point of contact for all incidents and service requests. The service will provide a Single Point of Contact (SPOC) and also resolution of incidents. The scope of work includes a) The DCO shall provide 24 x 7 help desk support from State Data Centre to all Users/ User departments whose servers are hosted in OSDC. b) The DCO shall maintain existing ITIL Compliant helpdesk tool as mentioned in the BOM given at Section VIII Table 4 (Sl. No. 10 to 16 in Table 4) including configuration/ reconfiguration/ upgrade/ update. c) DCO shall log all calls received through any medium viz. telephone/ email/ in writing/ in person, shall generate a ticket mentioning type of problem, Severity level etc. using helpdesk tool and forward the same to concerned FMS team/ person, Project OIC(s) and user. d) The DCO shall provide various services to different users on demand basis as and when required as mentioned in RFP. The request would be made on help desk by the user by dedicated help line number/ Specific email account and DCO shall get approval from the officer in charge of OSDC project as designated by the OCAC. The resolution time for such services would be as per SLA. However, the OCAC/ authorized entity may scale up the severity level depending upon the requirements. Telephone facility shall be provided in Helpdesk Services. The indicative lists of such services are as under – Change Request for opening/closing of a Port on device Request for FTP rights Request for Internet Access Request for DNS Entry Request for uploading of Web Site/ Applications/ Databases on Web/ Application/ database servers in non-virtualized, virtualized environment in SDC/ DR Site as per the requirement. Change request for Routing Policies Change Request for Firewall Policy Request for Installation/Re-Installation of Servers Request for Installation/Re-Installation of Databases Request for assigning rights on devices/servers/database 4.1.2.10. BMS Services The DCO shall do the following activities: Initial Draft Page 17 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC a) Monitoring and resolution of all alarms related to IT and Non IT equipments integrated with BMS such as fire, temperature, humidity, surveillance through camera, DG, UPS etc. and updating relevant records. b) Maintaining all logs and CCTV footage as per prevailing guidelines/ policies. c) Reporting problems to the OCAC/ CT and supervision of repair/ solution. d) Monitoring of Smoke detector, TEMA power & server, VESDA etc. e) Arranging Mock-drill as & when required / desired by the OCAC. This will include deassembling FM-200 Gas Cylinders from the system, placing fake gas cylinders to the system, testing functionality of fire safety system and re-assembly of FM-200 Gas cylinders to the file safety system (in auto mode). During assembly / de-assembly of FM-200 Gas cylinders, if the gas is released, the DCO has to get the gas re-filled in the cylinders, to the satisfaction of the OCAC, on its own cost. f) Maintenance of DG, UPS, PAC, CAC, LT Panel, Sync Panel and other electrical and nonelectrical equipments installed in OSDC. g) BMS devices should be integrated with EMS for effective monitoring of Non IT resources. h) Any other relevant duty asked by the OCAC/ CT related to BMS 4.1.2.11. Database Management Services a) DCO will make use of OEM as well as performance and monitoring tools to monitor and manage database. b) DCO shall undertake tasks of managing changes to database schema, disk space, storage, user roles. c) DCO shall periodically perform configuration checks and fine tune the databases with respect to performance and proactive identification of potential problems d) DCO shall provide performance monitoring, Maintenance and tuning of the databases on a regular basis as well as proactive health check-ups. e) DCO shall manage and install client software for configuring database connectivity, database upgrade, patch upgrade, patches, and updates as and when required with planned minimal downtime. f) DCO shall provide database performance and health reports to the OCAC/ CT as per OSDC ISO policy.. g) DCO shall assign rights on database for different users. h) DCO shall upload / create users and tables in the data base. 4.1.2.12. Storage Administration and Management Services The bidder shall be responsible for the configuration/ reconfiguration and management of the storage solution and shall provide the following services: a) Manage key resources in the Storage solution b) Manage interconnects between key resources in the Storage solution c) Receive asynchronous notification that the configuration of the Storage solution has changed d) Manage the health of key resources in the Storage solution e) Manage the available performance of interconnects in the Storage solution Initial Draft Page 18 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC f) Receive asynchronous notification that the performance of the Storage interconnect solution has changed g) Manage the zones being enforced in the Storage solution h) Manage the storage volumes in the Storage solution i) Manage the connectivity and access rights to Storage Volumes in the Storage solution 4.1.2.13. Security Administration and Management Services The objective of this service is to provide a secure environment in compliance to the ISO security policy. This service includes: a) Addressing the on-going needs of security management including, but not limited to, monitoring, troubleshooting of various devices/ tools such as firewall, IPS/ IDS, virus protection, and vulnerability protection through implementation of proper patches, procedures and rules. b) Maintaining an updated knowledge base of all the published security vulnerabilities and virus threats for related software and microcode etc. c) Ensuring that latest patches/ workarounds for identified vulnerabilities are applied immediately. Any up-gradation of software such as antivirus signatures etc. in OSDC shall be the responsibility of the DCO during the entire contract period of FMS. DCO shall enforce update/ upgrade management. d) Respond to security breaches or other security incidents by taking corrective measures, providing guidelines to users and coordinate with respective OEM in case a new threat is observed to ensure that workaround /patch is made available for the same. e) Maintenance maintaining and management firewall services intrusions or unauthorized of security devices, including, but not limited to to restrict network protocols and traffic, detecting access to networks, systems, services, applications or data, protecting email gateways, firewalls, servers, from viruses. f) Ensuring that the security policy is maintained and updates to the same are made regularly as per ISO 27001 and ISO 20000 guidelines. g) Compliance of security regulations defined by GoI/ GoO or any other Govt. Authorized agency such as CERT-IN etc. 4.1.2.14. Physical Security Services The objective of this service is to provide a physically secure environment. Manpower would be deployed by DCO as per Manpower requirements table as specified in the RFP document. This service includes: a) Monitoring every personnel entering the data centre including maintaining entry registers for working personnel /visitors as per directions/ guidelines issued. b) Frisking bags of personnel entering the data centre to ensure that it does not contain any item/ device which can be used to breach information security at the data centre. c) Security personnel should be well versed with ISO 27001 requirements of physical security. 4.1.2.15. Certifications and Maintenance/ Continuity of Certifications a) OSDC is ISO 27001:2005 and ISO 20000:2011 certified. certifications, Initial Draft the DCO is required to maintain/ adhere For the continuity of these to all the policies/ best Page 19 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC practices and maintaining ensure proper documentation/ updation of documents from time to time for the certification. b) DCO would be responsible for operating, monitoring, reviewing, maintaining and improving the Information Security Management System and Facility Management Services at the OSDC throughout the contract period c) At present the ISO 27001:2005 certificate is valid till 26/04/2016 and ISO 20000:2011 is valid till 26/04/2016. DCO has to coordinate with authorized certifying agencies for maintaining the continuity and up-gradation of the certifications as per the current ISO version standard and receive the required certification from authorised certifying agencies for the entire contract period. The DCO will correspond with and provide all relevant information to the certifying agencies for this purpose. The cost incurred for obtaining and maintaining the certification shall be borne by the DCO for the entire contract period. d) A Internal Audit Team constitute with CT Member / OCAC officials will perform the internal audit of OSDC ISO 27001 and ISO 20000 on half yearly basis. Audit finding report should be submitted to Project Manager –CT / OCAC within one month of audit completion.. 4.1.2.16. Exit Management a) Preamble i. The word “Parties” includes the procuring entity and the selected bidder. ii. This Schedule sets out the provisions, which will apply on expiry or termination of the Project Implementation and Operations and Management of SLA. iii. In the case of termination of the Project Implementation and/ or Operation and Management SLA due to illegality, the Parties shall agree at that time whether, and if so during what period, the provisions of this Schedule shall apply. iv. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management Schedule. b) Transfer of Assets i.The selected bidder may continue work on the assets for the duration of the exit management period which may be Six Months period from the date of expiry or termination of the agreement, if required by OCAC to do so. During this period, the selected bidder will transfer all the assets in good working condition and as per the specifications of the bidding document including the ones being upgraded to the department/ designated agency. The security deposit/ performance security submitted by selected bidder will only be returned after the successful transfer of the entire project including its infrastructure. ii.The selected bidder, if not already done, will transfer all the Software Licenses under the name of the OCAC, GoO as desired by the procuring entity during the exit management period. iii.OCAC during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the selected bidder at any time during the exit management period requiring the selected bidder to Initial Draft Page 20 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC provide OCAC or its nominated agencies with a complete and up-to-date list of the assets within 30 days of such notice. iv.Upon service of a notice, as mentioned above, the following provisions shall apply: a) All title of the assets to be transferred to OCAC or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the exit management period. All expenses occurred during transfer of assets shall be borne by the selected bidder. b) That on the expiry of this clause, the selected bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, including the entire established infrastructure supplied by selected bidder to OCAC. c) That the products and technology delivered to OCAC during the contract term or on expiry of the contract duration should not be sold or re-used or copied or transferred by selected bidder to other locations apart from the locations mentioned in the this bidding document without prior written notice and approval of OCAC. Supplied hardware, s of tware & documents etc., used by selected bidder for OCAC shall be the legal properties of OCAC. c) Cooperation and Provision of Information during the exit management period i. The selected bidder will allow OCAC or its nominated agencies access to the information reasonably required to define the current mode of operation associated with the provision of the services to enable OCAC or its nominated agencies to assess the existing services being delivered. ii. The selected bidder shall provide access to copies of all information held or controlled by them which they have prepared or maintained in accordance with the Project Implementation, the Operation and Management SLA and SOWs relating to any material aspect of the services provided by the selected bidder. OCAC or its nominated agencies shall be entitled to copy all such information comprising of details pertaining to the services rendered and other performance data. The selected bidder shall permit OCAC or its nominated agencies and/ or any replacement operator to have reasonable access to its employees and facilities as reasonably required by OCAC or its nominated agencies to understand the methods of delivery of the services employed by the selected bidder and to assist appropriate knowledge transfer. d) Confidential Information, Security and Data The selected bidder will promptly on the commencement of the exit management period supply to OCAC or its nominated agencies the following: i. Documentation relating to Intellectual Property Rights; ii. Project related data and confidential information; iii. All current and updated data as is reasonably required for purposes of OCAC or its nominated agencies transitioning the services to its replacement selected bidder in a readily available format nominated by OCAC or its nominated agencies; and Initial Draft Page 21 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC iv. All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable OCAC or its nominated agencies, or its replacement operator to carry out due diligence in order to transition the provision of the services to OCAC or its nominated agencies, or its replacement operator (as the case may be). v. Before the expiry of the exit management period, the selected bidder shall deliver to OCAC or its nominated agencies all new or up-dated materials from the categories set out above and shall not retain any copies thereof, except that the selected bidder shall be permitted to retain one copy of such materials for archival purposes only. e) Transfer of certain agreements i. On request by Procuring entity or its nominated agencies, the selected bidder shall effect such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its nominated agencies may require in favor of procuring entity or its nominated agencies, or its replacement operator in relation to any equipment lease, maintenance or service provision agreement between selected bidder and third party leasers, operators, or operator, and which are related to the services and reasonably necessary for carrying out of the replacement services by OCAC or its nominated agencies, or its replacement operator. ii. Right of Access to Premises: At any time during the exit management period and for such period of time following termination or expiry of the SLA, where assets are located at the selected bidder’s premises, the selected bidder will be obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises, procure reasonable rights of access to OCAC or its nominated agencies, and/ or any replacement operator in order to inventory the assets. f) General Obligations of the selected bidder i. The selected bidder shall provide all such information as may reasonably be necessary to effect as seamless during handover as practicable in the circumstances to OCAC or its nominated agencies or its replacement operator and which the operator has in its possession or control at any time during the exit management period. ii. The selected bidder shall commit adequate resources to comply with its obligations under this Exit Management Plan. g) Exit Management Plan i. The selected bidder shall provide OCAC or its nominated agencies with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and SOWs. ii. A detailed program of the transfer process that could be used in conjunction with a replacement operator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; and Initial Draft Page 22 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC iii. Plans for the communication with such of the selected bidder's, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on OCAC operations as a result of undertaking the transfer; and iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms of business continuance and hand holding during the transition period, to OCAC or its nominated agencies, and Replacement Operator for a reasonable period, so that the services provided continue and do not come to a halt. v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure that it is kept relevant and up to date. vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by OCAC or its nominated agencies. vii. In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or SOWs each party shall comply with the Exit Management Plan. viii. During the exit management period, the selected bidder shall use its best efforts to deliver the services. ix.Payments during the Exit Management period shall be made in accordance with the Terms of Payment Clause. x.It would be the responsibility of the selected bidder to support new operator during the transition period. 4.1.3. Support to the users department of OSDC Various departments of Govt. of Odisha have co-located their hardware and software such as servers, storage & racks (optional), operating systems, applications etc. to avail the different types of services provided by the SDC. All the managed devices e.g. server, networking devices of user department using internal private network of SDC should be integrated with the EMS system of SDC for effective monitoring. services like space, uninterrupted fighting The DCO would provide the common power, cooling and physical security including fire and Surveillance, path of user’s own connectivity , secured network connectivity ,physical operation support (like switching on/off of equipment, plugging/unplugging power & network cables, placing/ removing media such as CD/DVD in physical drive, escorting of service engineer to equipment location etc.) for existing co-located infrastructure as well as any other infrastructure that may be co-located in future during the project period. For monitoring this managed device if any additional licenses are required then the cost will be borne by OCAC. DCO may be directed to carry out the AMC of all the hardwares’ of user departments, collocated DCO would be paid 3% per quarter of the cost of the procurement of hardware beyond the warranty period subject to approval of the Government. 4.2 Roles and Responsibilities of other Stakeholders a) It is the responsibility of OCAC to provide diesel for DG sets and telephone bill for OSDC operation. b) It is the responsibility of the Third Part Auditor/ designated agency of OCAC to perform the SLA Audit and submit report to OCAC/ PM - CT. c) The cost of electricity and ISP charges shall be paid on actual consumption basis by OCAC. Initial Draft Page 23 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 4.3 Project Deliverables a) The DCO shall have to submit certain key deliverables which are mentioned hereunder at given frequency. b) The formats for all the reports shall be prepared by the DCO and submitted to the purchaser for approval. The reports submitted by the DCO should strictly be in the approved format only which, if required, may be revised from time to time. c) The quarterly payment shall be made only after receipt of deliverables which have to be submitted on quarterly basis as mentioned below in Section V – Service Level Agreement. d) DCO has to provide all the reports and deliverables mentioned above and provide any additional reports as required by OCAC. e) All office stationeries and consumables (like paper, cartridge, stapler, marker, file, etc.) as required for day to day operation and for printing of reports has to be provided by DCO 5. Section V - Service Level Agreement The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the selected bidder to the tendering authority for the duration of this contract. The benefits of the SLA are as follows: Increasing customer satisfaction with IT services Reducing the risk of not meeting business requirements for IT services Better communication and information flows between IT staff and customers Standards and guidance for IT staff Greater productivity and better use of skills and experience A quality approach to IT services The tendering authority will regularly review the performance of the services being provided by the selected bidder and impose penalties if any deficiency is found in the services. It is acknowledged that service levels may change as service needs evolves over the course of the contract. The present SLAs have been worked out on the basis of current expectations. Service levels between the OCAC and bidder can be revised after the start of O & M phase in view of experience gained. The experience gained during this period will be used to fine tune the SLAs, including parameters, targets and penalties, if required. Any changes to the levels of services provided during the project period will be requested, documented and negotiated in good faith by both parties. Either party can request a change. Changes will be documented as an addendum to the contract. The selected bidder will provide 24x7x365 operation and maintenance services for the entire contract period. The scope of services for overall Physical and IT infrastructure management as per ITIL framework during this period shall include 24x7X365 Monitoring, Maintenance and Management of the entire Data Centre, along with providing Helpdesk services. The scope of work during the operations phase is divided into following areas which are tabled below: System Administration, Maintenance and Management Services Network Management Services Initial Draft Page 24 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Server and Storage Administration and Management Services Security Administration and Management Services Backup & Restore Services Physical Infrastructure Management and Maintenance Services Helpdesk Services BMS Services Database Management 5.1. Definitions For purpose of this Service Level Agreement, the definitions and terms as specified in the contract along with the following terms shall have the meanings set forth below: "Availability" shall mean the time for which the services and facilities are available for conducting operations from the equipment hosted in the Data Centre. “Downtime” is the time the services and facilities are not available and excludes the scheduled outages planned in advance for the Data Centre and the link failures that are not DCO’s responsibility. "Helpdesk Support" shall mean the 24x7x365 centre which shall handle Fault reporting, Trouble Ticketing and related enquiries during this contract. “Incident” refers to any event / abnormalities in the functioning of the Data Centre Equipment / Services that may lead to disruption in normal operations of the Data Centre services. “Service Window” shall mean the duration for which the facilities and services shall be available at the Data Centre. Service window in this case shall be 24x7x365. 5.2. Setting Priority Levels The Helpdesk will make every effort to resolve issues at the time of the service call. This will be the initial method for resolving issues before assigning a priority level. Helpdesk staff will log and assign priorities for all requests not resolved at the time of the call. Incident priority is primarily formed out of its Impact and Urgency. The helpdesk will maintain a matrix as per the EMS deployed which will automatically calculate incident severity out of the simple value of Impact x Urgency. Impact of the incident is the measure of how business critical it is. Urgency is a necessary speed of resolving an incident. Severity = Impact X Urgency 5.3. Severity for critical components Severity levels for some of the services are given below. OCAC reserves the right to define severity levels of services not mentioned below. The severity level of each component defines by its importance in the infrastructure and its impact in case of failure as detailed below. 5.3.1. Severity Level - 1: Denial of services/ Standard Compliance due to total breakdown/ failure of any one of the equipment/ component installed in SDC. Apart from this hacking of website / data, Virus Attack (Malicious code) effecting Database system, System Software, data etc. will also Initial Draft Page 25 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC come under severity level 1. Services to public will come under this bracket as well. Equipments/ services and users covered under this level are: The indicative list of such incidents/ request is as given below: Core Switch Failure Server Failure Link Load balancer Failure Internet Firewall Failure Internet Router Failure Internet IPS Failure Server Load Balancer Failure HIPS Failure Anti Virus Protection Failure Access Switch Failure Cluster Failure Application fails to start on cluster nodes Failure of SAN switch SAN / NAS (storage failure) Power Failure to Rack(s) Failure of Portal service Failure of DNS Service Failure of Directory Service Backup Server Failure Backup library Failure Cache / RAID Controller Failure Passive cable component connecting the above equipments etc. Physical Infrastructure components related to fire suppression Physical Infrastructure components related to security of server farm area Physical Infrastructure components related to PAC of server farm area UPS failure DG failure Sync Panel failure Tape Library Failure VTL Failure Database Failure This is an indicative list and not exhaustive. 5.3.2. Severity Level - 2: Denial of services/ Standard Compliance due partial breakdown/ failure of any one of the equipment/ component installed in SDC. The indicative list of such incidents/ request is as given below: Failure of network port Equipments/ Services covered under this level are Initial Draft Page 26 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Failure of power supply to servers Failure of cooling fans HBA failures NIC failure Failure of System Fibre optic cable failure Failure of modules / slot Tape drive failure Failure of SAN ports Failure of LUN's / Storage Volumes Zone policy enforcement PSU / Cooling Fan failure Failure of Fabric cable Failure of passive cable component connecting the above equipments etc Failure of physical Infrastructure components related to security of other area other than server farm Failure of physical infrastructure components related to humidity control and comfort air conditioning. This is an indicative list and not exhaustive. 5.3.3. Severity Level - 3: Partial or total failure/ breakdown of any equipment/ component installed in the data centre without disrupting any services and failure/ delay in undertaking and completing activities listed below. This also includes any activity which can result in incidence of severity level one or two due to non completion of this activity including but not limited to the The indicative list of such incidents/ request is as given below: OS deployment on new hardware Patch installation within 2 weeks of release. Acting on incidents which crosses threshold (/TMP/Storage space) Failure of H/W up gradation request Failure of Antivirus updates Failure of Data archival request Failure of Data restoration request Failure of Planned Maintenance activities Failure of Request for new backup policy Failure of Monitoring SAN fabric / Storage / Backup events & respond to events crossing threshold limits. Failure of Adding new device to Fabric Failure of Passive cable component connecting the above equipments etc. Minor repairs of Physical Infrastructure components like breakage of tiles etc Ensure adequate diesel supply is stocked all the time for running each DG set for at least 8 Hrs. Initial Draft Page 27 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC This is an indicative list and not exhaustive. 5.4. Scheduled Downtime Scheduled downtime means any time when the data centre services are unavailable because of urgent maintenance activities* and any other scheduled maintenance or update activities that may or may not be periodic, and that may be notified to client/ client organization at-least 48 hours in advance. The downtime shall be calculated from the EMS or BMS, as may be applicable. In case, downtime of any equipment/ services is not available on EMS/ BMS, it shall be calculated from the helpdesk. *Urgent Maintenance activities are maintenance activities required by application or systems that cannot be postponed until the next available or convenient maintenance window, and may include but not limited to restarting applications, rebooting servers, applying patches or fixes, reconfiguring storage allocation, reloading data and making DNS & firewall changes to close security holes. 5.5. SLA down Time Guidance The calculation of downtime with reference to severity levels is as defined below for Data Centre Uptime Reference Clause 5.6.1 (A) IT Infrastructure service levels Serial No 1: Table A: Severity levels along with penalty SL. No Equipment Severity Level Down time hours factored for SLA 1 Severity Level-1 equipments/ Services 2 Severity Level-2 equipments/ Services 3 Severity Level-3 equipments/ Services Every 30 Minutes of failure is equal to 1 Hour of SLA downtime Every 4 Hours of failure is equal to 1 hour of SLA downtime Every 8 hours of failure is equal to 1 hour of SLA downtime In case of redundant Power supplies, if any of the power supply fails and a redundant power supply is available and equipments are providing services, the down time at the severity level - 3 will be calculated instead of Severity level - 1 &2. In case an equipment remains non-functional for more than allowed hours of the severity level, the severity level will go up for the device to the next higher level (i.e. If a equipment of severity level-3 is non functional for more than 8 hours the 9th hour onward the severity level for the equipment will be calculated based on the Severity level-2) and will keep on escalating to further level if still remains non-functional. In case maximum response time is violated after problem is reported to the DCO, then severity level of the reported call would change to next higher severity level and downtime would be factored accordingly to the new severity level. (E.g. if problem reported under severity level 3 is not responded within its defined maximum response time, severity level would change to 2 and Initial Draft Page 28 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC downtime would be factored according to level 2. Further if the call is still not responded within maximum response time of severity level 2, call would get escalated to severity level 1 and so on.) 5.5.1. Definition of User - A user can be any employee within the data centre, any of the State department employees, users within the SWAN and public. Response / Resolution Time - Broad level Priority classification along with time frame for Response / Resolution time is showcased below. Response time: is defined as the time between receipt of the incidence (helpdesk call/ receipt of alarm generated by management system) and a support team member begins working on the incidence. Resolution time: is defined as the total time between receipt of the incidence (helpdesk call/ receipt of alarm generated by management system) and the incidence been resolved. Service Window: PWH (Prime Working Hours): 8 AM to 8 PM (Monday to Saturday) EWH (Extended Working Hours): 8 PM to 8 AM (Monday to Saturday), Sunday and all State Government Holidays. Table 1: Severity levels along with Response time and Resolution time for Help Desk Response Time Severity Resolution Time PWH EWH PWH EWH 1 10 minutes 20 minutes Within 4 hours Within 4 hours 2 20 minutes 60 minutes Within 6 hours Within 12 hours 3 30 minutes 120 minutes Within 12 hours Within 24 hours Downtime shall be considered as per service window defined above and net impact on operations with reference to the time of incident receipt (helpdesk call/ receipt of alarm generated by management system). If a severity one incident reoccurs within two hours of resolution, downtime will be calculated from time of first occurrence. 100% of the calls will be attended to within the stipulated response time - Measured on a quarterly basis. 100% of the calls will be closed within the stipulated resolution time - Measured on a quarterly basis The resolution times will be considered with respect to the service window. The DCO should maintain an inventory of critical items that will be required on an ongoing basis to ensure the uptime of the SDC. Initial Draft Page 29 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Resolution norm will not include WAN link related issues or any product/ service not supplied by bidder. 5.6. Categories of SLA This SLA document provides for minimum level of services required as per contractual obligations based on performance indicators and measurements thereof. The DCO shall ensure provisioning of all required services while monitoring the performance of the same to effectively comply with the performance levels. The services provided by the DCO shall be reviewed by Odisha Computer Application Centre that shall: Regularly check performance of the DCO against this SLA. Discuss escalated problems, new issues and matters still outstanding for resolution. Review of statistics related to rectification of outstanding faults and agreed changes. Obtain suggestions for changes to improve the service levels. The SLA has been logically segregated in the following categories: A. IT Infrastructure service levels B. Physical Infrastructure related service levels C. Helpdesk Services D. Compliance and Reporting Procedures E. Facility Management – Manpower Requirement & Availability F. Security and Incident Management SLAs G. Major and Minor Civil/ Electrical Works SLAs 5.6.1. SLA Tracking The following measurements and targets shall be used to track and report performance on a regular basis. The DCO has to support the workstations/ laptops procured and used at OSDC. A. IT Infrastructure service levels This service level will be applicable on following IT equipments which are part of BOM mentioned at Section VIII and additional hardware which may be deployed during the contract period: 1. Servers, Systems and Printers as listed in Table 1 [(A) (B) (C)] of Section VIII BoM 2. Storage and Backup equipments as mentioned in Table 2 of Section VIII BoM 3. Networking equipments as mentioned in Table 3 of Section VIII BoM 4. Safety, Security and IT Support Equipments Table 5 of Section VIII BoM 5. Non IT equipments as mentioned in Table 6 of Section VIII BoM Frequency Sl. No Measurement Definition Target Penalty in Submission of Report Computing Infrastructure Components (includes Servers, OS, Database, Storage, services etc.) Initial Draft Page 30 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 1. Data Centre Uptime Uptime = {1 – >=99.75% NA Downtime) / (Total Between For Time in Quarter – 99.75% Mainetatnce 97.75% Quarterly [(Equipment Time in Quarter)] * 100 and every degradation 0.25% in the uptime there will be a penalty of 1 % of QGR Equipment down time for each severity will be For <97.75% every degradation 0.25% in the calculated as per uptime there will be a above Table penalty of 2 % of (Table A: Severity QGR levels along with penalty under Clause 5.5) 2. Connectivity Limited only to with SWAN 99.75% 0.50% of the QGR for Monthly and equipment/ every hour of down Quarterly component of SDC time at a stretch or in and Fibre/ UTP parts up to total down cable laid between time of 5 hours. This SDC and SWAN for down time shall be connectivity. calculated over and above the total hours of permissible downtime as per Tier II standards. Beyond 5 hours of down time, 1% of the QGR for every 1 hour of down time at a stretch or in parts. 3. LAN (Active Availability Components) 99.75% 1% of the QGR for Monthly and every hour of down Quarterly time at a stretch or in parts up to total down time of 5 hours. This down time shall be calculated over and above the total hours of downtime permissible as per Tier II standards. Initial Draft Page 31 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Beyond 5 hours of down time, 2% of the QGR for every 1 hour of down time at a stretch or in parts. B. Physical Infrastructure related service levels Frequency Sl .No Measurement Definition Target Penalty in Submission of Report 1. Power Availability = {1- >=99.75% Availability (DG, [(Downtime) / (Total UPS) Time -Maintenance Between For every 0.25% (Including for Time)]}*100. 99.75% and degradation in the 97.75% uptime there will be a shared and colocated SLA availability for departments) this clause will be NA penalty of 1 % of QGR incidents/ tickets Temperature Termination of <97.75% contract and opened and resolved compensation paid to in service desk. OCAC. The DCO should Temperature ensure that the data of 20 centre Degree temperature +- 2 5 - 8 instances per Monthly week = 2% of QGR. Quarterly is maintained at 20 Centigrade at 9 - 12 instances per +- Degree all times. The week = 4% of QGR. at penalty will be 2 Centigrade and Quarterly measured as per the 2. Monthly all times. decided on Greater than number of instances per week = such instance. 6 % of QGR and a and 12 letter of warning 3. Humidity The DCO should 50% 5 - 8 instances per Monthly and ensure that the data +- 5 RH at all week = 2% of QGR Quarterly centre times. humidity is The maintained at 50% penalty will be 9 - 12 instances per +- 5% RH at all decided on week = 4% of QGR. times. number of such instance. Greater than 12 instances per week = Initial Draft Page 32 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6 % of QGR and letter of warning 4. CCTV Availability = {1- >=99.75% Availability [(Downtime) / (Total NA Monthly and Quarterly Time - Maintenance Between Time)]}*100 99.75% For and 97.75% every degradation 0.25% in the uptime there will be a penalty of 1 % of QGR Availability shall be measured for DVR and All cameras For <97.75% installed at SDC. every degradation 0.25% in the uptime there will be a penalty of 1 % of QGR 6. CCTV Footage The DCO Availability should Letter of warning Monthly and Quarterly maintain CCTV recordings of past 7 days at any given point in time. After which the DCO is required to take a back up of the same and store it for a period of 6 months in OSDC SAN. 7. Preventive Target: 100 % of DCO has to Rs. 5,000/- per day Maintenance scheduled submit all the per equipment maintenance to be PM reports in subject to maximum DCO shall carried out as per each Quarter of Rs.30,000/- per provide a maintenance along with equipment detailed submitted equipment DCO. DCO has to maintenance intimate plan/ schedule PM of the equipment Initial Draft by plan the Quarterly QGR regarding Page 33 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC on to OCAC prior to 7 commencement working of the project. advance. days in C. Help desk service levels Frequency of Sl. No Measurement Definition Target Penalty 1. Resolution “Resolution Time”, is 100 % of the calls No Penalty Time defined as the total which time between receipt under various Severity of level to be resolved the incidence are the Submission Monthly registered (helpdesk call/ receipt within of alarm generated by mentioned in Table 1: management system) Severity levels along and the resolution of with Response time the incidence. and Resolution time and Quarterly resolution Unresolved calls Penalty would be levied as defined below in Table 2: Severity levels along with Penalty Note: Power availability SLA’s for co-located equipments will be measured as per the call tickets generated by the respective departments at Helpdesk services Table 2: Severity levels along with Penalty Service description Various service related to Measurement parameter Resolution time measured as the time taken by the DCO comprehensive to troubleshoot and fix the onsite maintenance problem. Call will be treated as Initial Draft Severity Level Penalty 0.1% of the Agreed Quarterly Severity Level 1 Payment for every 30 minutes (or its part) delay. Page 34 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC and FMS promptly logged immediately after any incident/ problem occur/ request made. Penalty will be 0.05% of the Agreed Quarterly Severity Level 2 Payment for every 60 minutes (or its levied after the permissible resolution time limit as mentioned in Table 1: part) delay. Severity levels along with Response Resolution time time for 0.025% of the Agreed Quarterly and Help Severity Level 3 Payment for every 120 minutes (or its part) delay. Desk D. Compliance and Reporting SLA MIS Reports: The bidder shall provide the MIS reports for all the devices installed in the Data Centre in a prescribed format and media as mutually agreed with the State on a Monthly basis. Whenever required by State Govt., DCO should be able to provide additional reports as required in a pre-specified format. Sl. No. Measurement Definition Target Penalty 1. Submission of The DCO shall submit the MIS to Report for the Before 10 th MIS and QGR OCAC/ OSDC, Odisha as classified previous month After Reports above. shall be QGR The DCO shall workout the formats for submitted by the After above reports and get these approved 10th of the next QGR by Odisha Computer Application Centre, month After Odisha within a month of being awarded NA th 0.1% of th 0.2% of th 0.3% of 10 15 20 QGR the contract. 2. Maintenance The DCO should maintain an inventory 100% as per the of of items that will be required on an on- inventory going basis. For exemple like floor, and asset detail cables etc. of Inventory (Stock) and Asset Management Letter of Warning log OSDC maintained by DCO. Sl. No Measurement Frequency Submission of Target 1 IMAC Report Report for the 2 Root Cause Analysis Report previous month 3 Database Availability Report shall be 4 ISP Utilization Report 5 Asset Detail Report 6 Planned Backup Report 7 Performance Report of Network and Server E. Monthly and Quarterly submitted by the th 10 of the next Penalty Before 10th NA After 10th 0.1% of QGR After 15th 0.2% of QGR After 20th 0.3% of QGR month Manpower availability service levels Initial Draft Page 35 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC The DCO shall post an on-site full time Project Manager and manpower resources as given below who are dedicated solely to look after the entire operation of the Data Centre. The project manager shall coordinate with the designated officer of the tendering authority. DCO shall appoint as many team members, as deemed fit by them, subject to the minimum manpower specified below to meet the SLA requirements. The tendering authority would not be liable to pay any additional cost for this. The deputed officials shall have no criminal record and should be deputed after background check. DCO shall provide detailed CV of each of the resource being provided to OCAC before deployment of the resource at Data Centre. The composite team will be mainly responsible for 1. Overall Management of SDC 2. Change Management Board of SDC 3. Interface with User Departments for services provided by SDC Minimum Manpower Resources: Minimum manpower requirement for FMS/O&M of OSDC is defined in the table mentioned below: Sl. No. Role Working shifts 6:00 AM 9:30 AM to to Min. Qualification, Relevant 2:00 PM 10:00 PM to Experience & Certifications to 2:00 PM 5:30 P M 10:00 PM 6:00 AM (Monday to Saturday) (1) (2) (3) (4) (5) (6) (7) B.E./B. Tech/Masters in Computer or 1. DC Project Manager 1 IT + MBA/PGDBM, 7 Years' experience including minimum 1 year experience in Data Centre Network 2. B.E./B. Tech/Masters in Computer or & Security 1 - 1 specialist IT, 3 Years relevant experience, CCNA/CCNP/ CCSP/CISSP or equivalent B.E./B. Tech/ Masters in Computer or 3. System Administrator 1 - 1 IT, 3 Years relevant experience, OEM certified L2 engineer on Server, Storage 4. Technical specialist EMS Initial Draft - 1 - B.E./ B.Tech/ Masters in Computer or IT, 3 Years relevant experience, OEM certified L2 engineer on EMS Page 36 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 5. 6. 7. B.E./ B.Tech / Masters in Computer Database - Admin Storage 1 - or IT, 3 Years relevant experience, OEM certified level 2 / 3. B.E./ B.Tech/ Masters in Computer and - Backup 1 - or IT, 3 Years relevant experience OEM certified L2 engineer Graduate/ Diploma in Computer Helpdesk 1 Coordinators - 1 1 Science/ IT with 2 Years Relevant experience Graduate/ Diploma; at least 1 8. BMS support 1 - 1 certification of BMS and with 2 Years relevant experience in BMS Electrical support 9. and Graduate/ (DG 1 other - 1 1 Relevant Diploma, experience 2 Years, with valid lineman/ supervisor license. electrical support of DC) 10. 11. 12. Physical - 1 1 - 1 - - Relevant Housekeeping experience - 1 - - 2 Years Relevant experience. 06 06 06 03 Security Housekeeping Support/ Back office TOTAL 3 Years Relevant experience/ ex- 1 servicemen - Therefore at least 21 man-power resources would be deployed by DCO to manage the data centre across shifts and regular working hours for operation of SDC. DCO can deploy more man -power resources as back-up for smooth operation of SDC. The above resources except those mentioned in serial number 10, 11 (Physical Security, Housekeeping) should be on payroll of the DCO. The agency shall be responsible for filling all his obligations towards the man-power deployed under the Minimum Wages Act, EPF Act, ESI Act, Bonus Act, Maternity Benefit Act, be responsible for the deposit of employee’s and principal employer’s share of statutory contributions with the ESI/EPF authorities at his own level and maintenance of such record as per rules. He will furnish proof of deposit of such contributions to OIC-OSDC/OCAC along with bills submitted. He will also arrange to open such EPF/ESI accounts etc. of all the employees deployed by his. In case of failure on the part of contractor to deposit EPF/ESI etc. which the concerned authorities within the stipulated period the contractor shall be liable to pay penalty so imposed by such authority. Resources deputed by DCO shall be reviewed by OIC-OSDC/OCAC in terms of its qualifications, experience, efficiency, cooperation, discipline, performance and services. Upon finding any deficiency in any of the parameter, may reject any of the manpower by giving 15 days time, which the DCO has to replace within the given time frame. Initial Draft Page 37 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC To ensure minimum quality of technical resources, DCO shall pay prevailing best practice standards of IT industry. Salary should include employee’s contribution to provident fund but exclude employer’s contribution to PF. The resources shall be deployed by the DCO to manage the datacenter 24 *7 and maintain the service level requirements. Provisions of leave reserve, providing leaves and other facilities / perks shall be as per DCO's prevailing policies/ practices which shall be taken care by DCO without any liability and/or financial implications on the part of OCAC/ OSDC. The DCO will provide backup manpower resources list to OSDC for maintaining the SLA of Minimum Manpower in case of leave/ absent, without any financial cost to OCAC. The team deployment plan shall be prepared by DCO periodically and shall obtain approval from OICOSDC / OCAC prior to its implementation. DCO needs to deploy Biometric device to record the attendance of his employees. For Manpower availability attendance report need to auto generated in suitable readable format (EXCEL and PDF) from the Biometric device. Monthly attendance report needs to be submitted generate through Biometric device OCAC/ OSDC for verification. No resource shall be absent without prior permission of the designated authority. Penalty on non-availability of any resource shall be as under: Measurement Definition Target Penalty 99% averaged over all resources designated for SI NA services and calculated on a No. of shift days for Resource availability which (Operations and present Maintenance) designated location / quarterly basis resource at For every 2% the Total no. of shift days <99% averaged over all degradation in the resources designated for SI resource availability services and calculated on a there will be a quarterly basis penalty of 1 % of the QGR amount Example: to illustrate the manpower availability in case there are there are 4 shifts per day which will have 2 people in shift 1, 1 in shift 2, 1 in shift 3 and 1 in shift 4. Total shift per day will be = 5 (2 x 1 + 1 x 1 + 1 x 1 + 1 x 1) Per quarter it would be = 450 shifts In a quarter if two people were not present in shift 1 for 7 days then 2 x 7 = 14 shifts will be considered for the unavailability of manpower. Uptime % = (shifts in which manpower was available / total number of shifts) x 100 Uptime % = (1 – 14 / 450) x 100 Uptime % = 96.88% An absence of more than 2 hour from the work place, without having permission of OIC-OSDC shall be considered as absent for the shift. Initial Draft Page 38 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Operational Hardware, Software and other resources: The DCO shall deploy sufficient devices like desktops, printers, scanners, multi-function devices etc. for carrying out data centre operations and monitoring by its manpower resources deployed. The equipments deployed shall generally not be moved from the place of installation except for the purpose of repair/ maintenance with permission of OCAC. Periodic training to concerned persons for procedures to be followed for ISO Certification shall be provided by the DCO at no extra cost. Manpower Change The replacement of resources by bidder after deployment will be allowed (without penalty) only in case, the resource leaves the organization by submitting resignation with the present employer. In case of failure to meet the standards of the OCAC, (which includes efficiency, cooperation, discipline and performance) bidder may be asked to replace the resource without any penalty for replacement/exit. The penalty per resource would be imposed in case of exit/ replacement of resource from the project as per the details given below Applicable Penalty when resource is leaving Resource Type Within 1 year of DOJ Manpower resources After 1 year of DOJ 1 % of the QGR for each and every 0.5 % of the QGR for each and every for specialized services change in resource. change in resource. F. Security and Incident Management Service Levels This service level will be applicable for security related incidents as follows: Sl. No Service Description Measurement Target Penalty Parameter 1. 2. Frequency of Data Centre shall Resolution time 24 - 36 hours, as Rs. 10000 for delay of be kept free from for each virus may be decided every 24 hours or its part. and virus attack attack by OCAC, If more than three virus Quarterly depending upon attacks are reported in a the severity of the quarter then 10% of QGR attack would be deducted as Data Centre shall Number of DoS Zero penalty Rs. 500000 per DoS be kept free from attacks attack There shall be no Number of such Zero Rs. 500000 per such Data theft or loss or incidents incident There shall be no Number of such Zero Rs. 200000 per such intrusion incidents incident Monthly Submission Monthly and Quarterly denial of service (DoS) attack 3 Monthly and Quarterly compromise of any data hosted at OSDC 4 Initial Draft Monthly and Quarterly Page 39 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Virus Attack refers to any virus infection and passing of malicious code and shall be monitored at the gateway level or logged at the help desk system on complaint of virus infection by user. Denial of Service Attack refers to non availability of any services. An incident shall be analysed and forensic evidence examined to check if the incident is due to external DoS attack. Intrusion refers to unauthorized access to networks, systems, services, applications or data, protecting email gateways, firewalls, servers, desktops. G. Major and Minor Civil/ Electrical Works SLAs Sl. No Type of Incident Resolution Time Penalty 1. MAJOR T = 2 Day No Penalty T1 = T+1 days 0.05% of the QGR for every unresolved call T2 = T1+2 1% of the QGR for every unresolved call Any Civil/ Electrical work as defined in SOW of this RFP. Major Work including the False Flooring, False Ceiling, Doors & Locking, Furniture & Fixtures, Glass Partitions, Fire Proofing, etc. to be replaced within 2 days of reporting the problem The DCO should maintain sufficient inventory to carry out civil and electrical > T2 2% of the QGR for every unresolved call T = 4 days No Penalty T1 = T+1 days 0.05% of the QGR for every unresolved call repairs without any disruption to operations. For critical items, the resolution time shall be mutually agreed by the State and the DCO at the time of award of contract. 2. MINOR Excluding all Major Civil/ Electrical work mentioned above in serial no 1 will consider as Minor and to be carried within 4 days of the reporting problem. T2 = T1+2 1% of the QGR for every unresolved call > T2 2% of the QGR for every unresolved call 5.6.2. Penalty Capping: Note: Equipment Availability Related penalties shall be governed by the following conditions: 1. The penalty shall be calculated on QGR 2. The total quarterly deduction should not exceed 10% of the total applicable fee in a quarter. However in absence of any of the QGR parameter as mentioned above for calculation then below Clause 5.6.3 will be applicable 3. Penalty will never exceed the total project value. 4. If in each quarter the penalties computed is more than 20 % for three consecutive quarters on account of any reasons will be deemed to be an event of default and termination. 5.6.3. Penalty for Non Measurable of QGR Parameters: The below penalty will not be included in the maximum overall QGR penalty of 10% enforced on DCO. However, in case of non measurable of any of the two QGR parameters mentioned below, then Initial Draft Page 40 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC maximum penalty of 10% or 10% plus Non Measurable Parameter Penalty which ever will be more will levied on DCO. a) For not measurable of Security and Incident Management SLA’s. Penalty of Rs. 50,000/- would be enforced on DCO. b) For not measurable of IT Infrastructure related SLA’s. Penalty of Rs. 50,000/- would be enforced on DCO. c) For not measurable of Physical Infrastructure related SLA’s. Penalty of Rs. 50,000/- would be enforced on DCO. d) For not measurable of Major and Minor Civil/ Electrical Works SLAs. Penalty of Rs. 25,000/would be enforced on DCO. e) For not measurable of Helpdesk Services. Penalty of Rs 50,000/- would be enforced on DCO. f) For not measurable of Compliance and Reporting SLA’s. Penalty of Rs. 50,000/- would be enforced on DCO. 6. Section VI - Instruction to Bidders 6.1. Procedure for Submission of Bids 6.1.1. It is proposed to have a Two Cover System for this tender: I. Pre-qualification Eligibility Criteria along with the supporting documents (2 copies + CD in DOC or PDF format) in one cover. II. Technical Bid (2 copies + CD in doc or PDF format) in one cover. III. Commercial Bid (2 copies + CD in excel format) in one cover. 6.1.2. Each copy of Pre-qualification Eligibility Criteria, Technical Bid and Commercial Bid of the Tender should be covered in separate sealed covers super-scribing “Pre-qualification”, "Technical Bid" and “Commercial Bid” respectively. Each copy of each bid should also be marked as "Original" and "First Copy". All the two copies of each bid should be put in a single sealed cover super-scribing “Pre-qualification”, “Technical Bid" or “Commercial Bid” as the case may be. Please Note that Prices should not be indicated in the Technical Bid and should only be indicated in the Commercial Bid. 6.1.3. The cover containing two copies of Technical Bid and the cover containing two copies of Commercial Bid should be put in another single sealed envelope clearly marked “Appointment of DCO, Operation and Maintenance of Physical, IT and Non IT Infrastructure for the State Data Centre at Odisha” This envelope is to be super scribed with Tender Number, Due Date, Item and the wordings “DO NOT OPEN BEFORE _________________________” 6.1.4. The cover thus prepared should also indicate clearly the name, address and telephone number of the bidder, to enable the Bid to be returned unopened in case it is declared "Late". 6.1.5. Each copy of the tender should be a complete document and should be bound as a volume. The document should be page numbered and appropriately flagged and must contain the list of contents with page numbers. Different copies must be bound separately. Any deficiency in the documentation may result in the rejection of the Bid. 6.1.6. As part of the bid, Bidder should also provide the technical and commercial bid in soft copy format, in the form of a non-re-writeable CD (Compact Disc) as follows: 6.1.6.1. Two (2) copies of CD each containing the pre qualification bid - The CDs containing technical bid should be sealed along with the hard copies of the respective pre qualification bid. Initial Draft Page 41 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.1.6.2. Two (2) copies of CD each containing the technical bid - The CDs containing technical bid should be sealed along with the hard copies of the respective technical bids. 6.1.6.3. Two (2) copies of CD each containing the commercial bid - The CDs containing commercial bid should be sealed along with the hard copies of the respective commercial bids. 6.1.6.4. All CDs submitted by the Bidder must be in sealed covers The sealed covers as well as the CD media must be duly signed by the Bidder using a “Permanent Pen/ Marker”, should be super scribed with “Pre Qualification” / “Technical Bid” / “Commercial Bid” (as the case may be) and should bear the name of the Bidder. 6.1.6.5. Bidder must ensure that the information furnished by him in respective CDs is identical to that submitted by him in the original paper bid document. In case of any discrepancy observed by the Odisha Computer Application Centre (OCAC) in the contents of the CDs and original paper bid documents, the information furnished on original paper bid document will prevail over the soft copy. 6.1.6.6. Bidder must ensure that Technical Bid CDs do not contain any Commercial items / prices. 6.1.6.7. Bidder must put the page number at “Page reference in product datasheet” of the concerned items as well as highlight the area by florescent marker in data sheet as proof of specification compliance. 6.1.7. The original and all copies of the bid shall be typed or written in indelible ink. The original and all copies shall be signed by the Bidder or person/ persons duly authorized to bind the Bidder to the Contract in accordance with Clause 6.9. All pages of the bid, except for un-amended printed literature, shall be initialled and stamped by the person or persons signing the bid. 6.1.8. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the bid. 6.1.9. The Bidder shall duly sign and seal its bid with the exact name of the firm/company to whom the contract is to be issued. 6.1.10. Bids submitted by hand should be put in the Tender Box at the specified office not later than_______________________. All out-station tenders, if sent by post, should be sent under registered cover. 6.1.11. Telex/ Telegraphic/ Tele fax/ Xerox/ Photocopy bids will not be considered. 6.2. Cost to Bid The Bidder shall bear all costs associated with the preparation and submission of its bid, including cost of presentation for the purposes of clarification of the bid, if so desired by the State Government of Odisha. The State Government of Odisha will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process. 6.3. Contents of the Tender Document 6.3.1. The Scope of Work, Tender procedures and Contract terms are prescribed in the Tender Document. In addition to Invitation to Bidders / Important Dates: a) Section II - Project Profile b) Section III - Eligibility Criteria c) Section IV - Scope of Work d) Section V - Service Level Agreement Initial Draft Page 42 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC e) Section VI - Instructions to Bidders f) Section VII - General Terms and Conditions of the Tender & Contract g) Section VIII - Bill of Material h) Section IX - Format for Response to Tender - Technical Bid i) Section X - Format for Response to Tender - Commercial Bid j) Section XI - Annexure I - Performa k) Section XII - Annexure II – Pre Qualification Checklist 6.3.2. The Bidder is expected to examine all instructions, forms, terms & conditions, and scope of work in the Tender Document and furnish all information as stipulated there in. 6.4. Clarification on Tender Document SDC Pre-bid Query Format Sl. No Bidder Name Pg no. RFP Clause No. Clause Clarification Sought Remark from Bidder Response from the Sate The Bidder should provide this information in an MS EXCEL file. The PB queries must reach to the authorized person before due date/ time, after which no such PB Query shall be entertained. The PB Queries of only those bidders/ OEMs shall be entertained and responded to who have purchased the Tender Document i.e.; deposited the prescribed tender fee. 6.5. Discounts The Bidders are informed that discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purposes. 6.6. Language of Bids The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by the Bidder and the Odisha Computer Application Centre, shall be written in English language, provided that any printed literature furnished by the Bidder may be written in another language so long the same is accompanied by an English translation in which case, for purposes of interpretation of the bid, the English translation shall govern. 6.7. Documents Comprising the Bids The bid prepared by the Bidder shall comprise of the following components: 6.7.1.Pre-Qualification Eligibility Criteria 1. All the supporting documents 2. Bid Security in the form of a Demand Draft / Bank Guarantee. 6.7.2.Technical Bid - The Technical Bid, besides the other requirements of the Tender, shall comprise of the following: 1. Checklist 2. Power of Attorney executed by the Bidder in favor of the Principal Officer or the duly Authorized Representative, certifying him as an authorized signatory for the purpose of this Tender (Refer Clause 6.10) Initial Draft 3. Section IX - Format 1: Technical Bid Letter 4. Section IX - Format 2: General information about the Bidder Page 43 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 5. Section IX - Format 3: Pre-bid Query Format 6. Section IX - Format 4: Manpower Details 7. Section IX - Format 5: Deviations from the Tender Terms & Conditions 6.7.3.Commercial Bid - The Commercial Bid, besides the other requirements of the Tender, shall comprise of the following: 1. Section X - Format 1: Commercial Bid Letter 2. Section X - Format 2: Breakdown of Cost Components 6.8. Bid Prices I. The Bidder shall indicate in the Performa prescribed, the unit rates and total Bid Prices of the equipment / services, it proposes to provide under the Contract. Prices should be shown separately for each item as detailed in Tender Document. II. In absence of above information as requested in Clause 6.7.I above, a bid may be considered incomplete and be summarily rejected. III. The Bidder shall prepare the bid based on details provided in the tender documents. It must be clearly understood that the Scope of Work is intended to give the Bidder an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by the Odisha Computer Application Centre, Odisha. IV. The Bidder shall carry out all the tasks in accordance with the requirement of the tender documents with due diligence and it shall be the responsibility of the Bidder to fully meet all the requirements of the tender documents. If during the course of execution of the project any revisions are required to meet the goals of Odisha Computer Application Centre, Odisha like Technical specifications, Equipment sizing etc. are to be made within the current price without any impact to Odisha Computer Application Centre, Odisha. V. If bidder does any mistake in calculation of total amount, the unit price value will be taken as confirmed and calculations will be done accordingly. VI. If bidder misses any item/items and does total calculation excluding that item/items, H1 price will be loaded on that item/items. 6.9. Firm Prices I. Prices quoted in the bid must be firm and final and shall not be subject to any upward modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only. II. The Commercial bid should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out. It is mandatory that such charges wherever applicable/ payable should be indicated separately in Section X - Format 2: Breakdown of Cost Components. However, should there be a change in the applicable taxes till the date of delivery of products/ services any downward revision shall be passed on to Odisha Computer Application Centre, Odisha. III. Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing which the offer shall be liable to be rejected. Initial Draft Page 44 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.10. Bidder Qualification I. The "Bidder" as used in the tender document shall mean the one who has signed the Tender Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in either cases he/ she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the representative and the principal. II. It is further clarified that the individual signing the tender or other documents in connection with the tender must certify whether he/ she signs as the constituted attorney of the firm, or a company. III. The authorization shall be indicated by written power-of-attorney accompanying the bid. IV. The power or authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the bid. V. Any change in the Principal Officer shall be intimated to Odisha Computer Application Centre, Odisha in advance. 6.11. Period of Validity of Bids I. Bids shall remain valid for 180 days from the last date of submission of Bids. A bid valid for a shorter period may be rejected as non-responsive. II. In exceptional circumstances, Odisha Computer Application Centre, Odisha may request the Bidder(s) for an extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax). The validity of Bid Security shall also be suitably extended. 6.12. Local Site Conditions I. It will be incumbent upon each Bidder to fully acquaint himself with the local conditions and other relevant factors at the proposed Data Centre site which would have any effect on the performance of the contract and/ or the cost. The Bidders are advised to visit the SDC location (at their own cost) and due-diligence should be conducted before the pre-bid meeting/ bid submission. II. The Bidder is expected to make a site visit to the Data Centre facility to obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into contract. Obtaining such information shall be at Bidder’s own cost. III. Failure to obtain the information necessary for preparing the bid and/ or failure to perform activities that may be necessary for providing the services before entering into contract will in no way relieve the successful Bidder from performing any work in accordance with the Tender document. IV. It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the bidding document. The Odisha Computer Application Centre, Odisha shall not entertain any request for clarification from the Bidder regarding such conditions. V. It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents will be entertained by Odisha Computer Application Centre, Odisha and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the Odisha Computer Application Centre, Odisha on account of failure of the Bidder to appraise themselves of local laws and site conditions. Initial Draft Page 45 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.13. Contacting the Purchaser I. No Bidder shall contact the Purchaser on any matter relating to its bid; from the time of the bid opening to the time the Contract is awarded. II. However the Purchaser may contact the Bidders during evaluation. III. Any such effort by a Bidder influencing the OCAC bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid. 6.14. Modification and Withdrawal of Bids I. The Bidder is allowed to modify or withdraw its submitted bid any time prior to the last date prescribed for receipt of bids, by giving a written notice to the OCAC. II. No bid may be altered/ modified subsequent to the closing time and date for receipt of bids. Unsolicited correspondences from Bidders will not be considered. III. No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry of the bid validity period specified by the Bidder in the Bid. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security Amount. 6.15. Opening of Bids I. An evaluation committee will be formed for evaluation of the bids. Decision of the committee would be final and binding upon all the Bidders. II. The State will open the bids, in the presence of the representatives of the Bidders who choose to attend, at the time, date and place, as mentioned in section I Invitation for Bids/ Important Dates. The Bidder’s names, modifications, bid withdrawals and the presence or absence of the III. requisite Bid Security and such other details considered appropriate will be announced at the bid opening. 6.16. Evaluation of Bids The evaluation process of the tender proposed to be adopted by the Odisha Computer Application Centre is indicated under this clause. The purpose of this clause is only to provide the Bidders an idea of the evaluation process that Odisha Computer Application Centre, Odisha may adopt. However, Odisha Computer Application Centre, Odisha reserves the right to modify the evaluation process at any time during the Tender process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. I. Preliminary Examination: a) The Odisha Computer Application Centre, Odisha will examine the bids to determine whether they are complete, whether the bid format confirms to the Tender requirements, whether any computational errors have been made, whether required BID SECURITY has been furnished, whether the documents have been properly signed, and whether the bids are generally in order. b) A bid determined as not substantially responsive will be rejected by Odisha Computer Application Centre, Odisha and may not subsequently be made responsive by the Bidder by correction of the nonconformity. c) The Odisha Computer Application Centre, Odisha may waive any informality or nonconformity or irregularity in a bid which does not constitute a material deviation according to the Bidder, provided such waiver does not prejudice or affect the relative ranking of any Bidder. Initial Draft Page 46 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC II. Clarification a) When deemed necessary, during the tendering process, the Odisha Computer Application Centre, Odisha may seek clarifications or ask the Bidders to make Technical presentations on any aspect from any or all the Bidders. b) This would not entitle the Bidder to change or cause any change in the substance of the tender submitted or price quoted. c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the committee in the evaluation of the financial Bids. d) No substantive change to qualification information or to a submission, including changes aimed at making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted. III. Evaluation of Bids a) Pursuant to the pre-qualification criterion bidders will be short-listed for technical bid. Technical bids will be opened only for the bidders who succeed the pre-qualification criterion. The technical bids for the disqualified bidders will be returned unopened at the address mentioned on the envelopes containing the technical bid. b) Odisha Computer Application Centre, Odisha will review the technical bids of the short-listed bidders to determine whether the technical bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at Odisha Computer Application Centre, Odisha discretion. c) Odisha Computer Application Centre, Odisha will assign points (quality of services score) to the technically qualified bidders based on the technical evaluation criterion approved by Odisha Computer Application Centre, Odisha. The commercial bids for the technically qualified bidders will then be opened and reviewed to determine whether the commercial bids are substantially responsive. d) The evaluation will be made on least cost based selection subject to qualify on technical evaluation criteria. IV. Technical evaluation Criteria The following criteria shall be used to evaluate the technical bids. All the bids scoring 70 and above in the technical evaluation will be qualified for commercial bid opening. SI. No. Criteria Point System A. Technical Solution Offered 1. Initial Draft Technical presentation Maximum Points 60 Qualitative assessment based on Page 47 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC - Understanding of the objectives of the assignment: the extend to which the approach 10 and work plan respond to the objectives indicated in the Scope of Work. -Solution, methodology proposed for the demonstration of Operations & Maintenance Services, Help Desk, SLA Management, Training and Technical Support which would be required to deliver the service required by 10 OSDC Project. -Completeness & responsiveness: The extend to which the proposal is technical Compliant responds exhaustively to all the requirements, Any Improvement/ Innovations /suggestion in 2. Project Team including Number and Quality of technical resource proposed for FMS Operation Bidders to furnish CV’s matching criteria 3. the proposed solution. 10 Mark to be awarded on the basis of solution offered: 10 a) Solution meeting the requirements b) Technical Compliance c) Clarity of the solution offered Physical Infrastructure Setup, Operations and Maintenance in the proposed solution Services 4. 10 d) Any improvement/ innovations/ suggestion Help Desk and SLA Management 10 The minimum marks required for the bidder to qualify in the above section is 42 40 B. Organizational Strength 1. The bidder must have executed at =1=15 least one work order of providing >=2=20 operation and 20 maintenance Services (FMS) to IT and Non IT equipments of Data Centre of Government/ Semi-Government / PSU/ Scheduled Banks/ Limited companies having minimum order value of Rs.250.00 Lakh for a year in any of last 5 financial years a s on 31 st March 2015. or Must have executed two work orders with similar scope having a =2=15 total order value of Rs. 200 Lakh >=4=20 for a year in any of last 5 financial years Initial Draft as on 31 st March Page 48 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 2015. Or Must have executed three work orders with similar scope having a total =3=10 order value of Rs. 120 Lakh for a >=6=20 year in any of last 5 financial years as on 31 2. st March 2015. Annual Turnover of the bidder from IT/ ITeS during each of the last three > INR 50 Crores = 10 INR 41 - INR 50 Crores = 8 INR 30 - INR 40 Crores = 6 10 ISO 27001/ ISO 20000 = 5 10 financial years as on 31st Mar 2015 3. Compliance with Certifications a) ISO 20000 ISO 27001 & ISO 20000 = 10 b) ISO 27001 The minimum marks required for the bidder to qualify in the above section is 28 V. Evaluation of Commercial Bids Commercial bids of those bidders who qualify the technical evaluation will be opened. 6.17. Evaluation and Tabulation of Commercial Bid Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring entity shall take following actions for evaluation of financial Bids:I. For two part/ cover Bid system, the financial Bids of the bidders who qualified in technical evaluation shall be opened online at the notified time, date and place by the bid evaluation committee in the presence of the bidders or their representatives who choose to be present II. The process of opening of the financial Bids shall be similar to that of technical Bids. III. The names of the bidders, the rates given by them and conditions put, if any, shall be read out and recorded; IV. Conditional Bids are liable to be rejected; V. The evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding documents shall only be applied; VI. The offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in descending order. VII. The bid evaluation committee shall prepare a comparative statement in tabular form in accordance with rules along with its report on evaluation of financial Bids and recommend the lowest offer for acceptance to the procuring entity, if price is the only criterion, or most advantageous Bid in other case; Initial Draft Page 49 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC VIII. The members of bids evaluation committee shall give their recommendations below the table regarding lowest Bid or most advantageous Bid and sign it. IX. It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing market rates of the goods, works or service required to be procured. 6.18. Correction of Arithmetic Errors in Financial Bids The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the following basis, namely: a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the bid evaluation committee there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to clause (a) and (b) above. 6.19. Price/ purchase preference in evaluation Price and/ or purchase preference notified by the State Government (GoO) and as mentioned in the bidding document shall be considered in the evaluation of Bids and award of contract. 6.20. Negotiations a) Except in case of procurement by method of single source procurement or procurement by competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself. b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when the rates are considered to be much higher than the prevailing market rates. c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and results of negotiations shall be recorded in the proceedings. d) The lowest or most advantageous bidder shall be informed in writing either through messenger or by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce the time, provided the lowest or most advantageous bidder has received the intimation and consented to regarding holding of negotiations. e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation committee shall have option to consider the original offer in case the bidder decides to increase rates originally quoted or imposes any new terms or conditions. f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid evaluation committee may choose to make a written counter offer to the lowest or most advantageous bidder and if this is not accepted by him, the committee may decide to reject and re-invite Bids or to make the same counter-offer first to the second lowest or most advantageous bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial standing and work/ supply Initial Draft Page 50 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC order be awarded to the bidder who accepts the counter-offer. This procedure would be used in exceptional cases only. g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited. 6.21. Selection Method The selection method is Lowest cost based selection(L1). 6.22. Lack of Competition a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up with one responsive Bid only. In such situation, the bid evaluation committee would check as to whether while floating the NIB all necessary requirements to encourage competition like standard bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids, etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process shall be considered valid even if there is one responsive Bid, provided that: a. the Bid is technically qualified; b. the price quoted by the bidder is assessed to be reasonable; c. the Bid is unconditional and complete in all respects; d. there are no obvious indicators of cartelization amongst bidders; and e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding document b) The bid evaluation committee shall prepare a justification note for approval by the next higher authority of the procuring entity, with the concurrence of the accounts member. c) In case of dissent by any member of bid evaluation committee, the next higher authority in delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids after recording reasons. d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of market depth, eligibility criteria and cost estimate. 6.23. Post Qualification and Award Criteria I. An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination will result in rejection of the Bidder’s bid, in which event; Odisha Computer Application Centre, Odisha will proceed to the next best evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. II. Odisha Computer Application Centre, Odisha is not bound to accept the best evaluated bid or any bid and reserves the right to accept any bid, wholly or in part. 6.24. Right to vary Scope of Contract at the time of Award I. Odisha Computer Application Centre, Odisha may at any time, by a written order given to the Bidder, make changes to the scope of the Contract as specified. II. If any such change causes an increase or decrease in the cost of, or the time required for the Bidder’s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment shall be made in the Contract Value or time schedule, or both, and the contract shall accordingly be amended. Any claims by the bidder for Initial Draft Page 51 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC adjustment under this clause must be asserted within 30 days from the date of the bidder’s receipt of the state government’s changed orders. III. Odisha Computer Application Centre, Odisha has every right , at any time, increase / decrease the quantity of items IV. If any change in quantity of equipments, increase or decrease, the corresponding value of the contract can be adjusted as per the unit rates provided by the vendor in the Commercial Bid Document. 6.25. Right to Accept Any Bid and to reject any or all Bids Odisha Computer Application Centre, Odisha reserves the right to accept any bid, and to annul the Tender process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidders of the grounds for the Odisha Computer Application Centre’s action. 6.26. Notification of Award I. Prior to the expiration of the period of bid validity, Odisha Computer Application Centre, Odisha will notify the successful Bidder in writing by registered letter or by fax, to be confirmed in writing by registered letter, that its bid has been accepted. II. The notification of award will constitute the formation of the Contract. III. Upon the successful Bidder furnishing of Bank Guarantee for Performance Security the Odisha Computer Application Centre, Odisha may notify each Bidder and will discharge their Bid Security. 6.27. Signing of Contract I. At the same time as Odisha Computer Application Centre, Odisha. notifies the successful Bidder that its bid has been accepted, the Odisha Computer Application Centre, Odisha will send the Bidder the Performa for Contract provided in the Tender Document, incorporating all agreements between the parties. II. Within 7 days of receipt of the Contract, the successful Bidder shall sign and date the Contract and return it to the Odisha Computer Application Centre, Odisha. 6.28. Bank Guarantee for Contract Performance I. Within 10 days of the receipt of notification of award from the Odisha Computer Application Centre, Odisha, the successful Bidder shall furnish the performance security amount for 2 years in accordance with the Section VII – General Terms and Conditions of Tender. II. Failure of the successful Bidder to comply with the requirement of Clause 6.25 or Clause 6.26.I shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In case of exigency, if Odisha Computer Application Centre, Odisha gets the work done from elsewhere, the difference in the cost of getting the work done will be borne by the successful Bidder. 6.29. Confidentiality of the Document This Tender Document is confidential and Odisha Computer Application Centre, Odisha shall ensure that anything contained in this Tender Document shall not be disclosed in any manner, whatsoever. Initial Draft Page 52 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.30. Rejection Criteria Besides other conditions and terms highlighted in the tender document, bids may be rejected under following circumstances: I. General Rejection Criteria i. Bids submitted without or improper Bid Security ii. Bids which do not confirm unconditional validity of the bid as prescribed in the Tender iii. If the information provided by the Bidder is found to be incorrect / misleading at any stage/ time during the Tendering Process iv. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract award decisions v. Bids received by Odisha Computer Application Centre, Odisha after the last date prescribed for receipt of bids. vi. Bids without signature of person(s) duly authorized on required pages of the bid vii. Bids without power of authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder. II. Technical Rejection Criteria i. Technical Bid containing commercial details. ii. Revelation of Prices in any form or by any reason before opening the Commercial Bid iii. Failure to furnish all information required by the Tender Document or submission of a bid not substantially responsive to the Tender Document in every respect. iv. Bidders not quoting for the complete scope of Work as indicated in the Tender document, addendum(s) (if any) and any subsequent information given to the Bidder. v. Bidders not complying with the Technical and General Terms and conditions as stated in the Tender Document. vi. The Bidder not confirming unconditional acceptance of full responsibility of providing services in accordance with the Scope of work and Service Level Agreements of this tender. vii. If the bid does not confirm to the timelines indicated in the bid. III. Commercial Rejection Criteria i. Incomplete Price Bid ii. Price Bids that do not conform to the Tender’s price bid format. iii. Total price quoted by the Bidder does not include all statutory taxes and levies applicable. iv. If there is an arithmetic discrepancy in the commercial bid calculations Odisha Computer Application Centre, Odisha shall rectify the same. If the Bidder does not accept the correction of the errors, its bid may be rejected. 6.31. Concessions permissible under statutes Bidder, while quoting against this tender, must take cognizance of all concessions permissible under the statutes including the benefit under Central Sale Tax Act, 1956, failing which it will have to bear extra cost where Bidder does not avail concession on rates of levies like customs duty, excise duty, sales tax, etc. State Government will not take responsibility towards this. However, State Government may provide necessary assistance, wherever possible, in this regard . Initial Draft Page 53 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.32. Income Tax Liability The bidder will have to bear all Income Tax liability both corporate and personal tax. 7. Section VII – General Terms and Conditions of Contract Indicative format of Contract: {to be mutually signed by selected bidder and procuring entity} This Contract is made and entered into on this ______day of ________, 2014 by and between Odisha Computer Application Centre (OCAC), having its office at N1/ 7D, Acharya Vihar, PO: RRL, Near Planetarium (herein after referred to as Purchaser/ OCAC) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on ONE PART Initial Draft Page 54 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC And M/s__________________, a company registered under the Indian Companies Act, 1956 with its registered office at _____________________ (herein after referred as the “Successful Bidder/ Supplier”) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on the OTHER PART. Whereas, Purchaser is desirous of appointing an agency for (project title) as per the Scope of Work and Terms and Conditions as set forth in the RFP document dated _________ of <Ref No _________________>. And whereas M/s______________ represents that it has the necessary experience for carrying out the overall work as referred to herein and has submitted a bid and subsequent clarifications for providing the required services against said NIB and RFP document issued in this regard, in accordance with the terms and conditions set forth herein and any other reasonable requirements of the Purchaser from time to time. And whereas Purchaser has accepted the bid of supplier and has placed the Work Order vide Letter No. __________________ dated _______, on which supplier has given their acceptance vide their Letter No._____________ dated ____________. And whereas The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in the form of __________________ ref no. _________________ dated ______________ of ____________ Bank and valid up to _____________ as security deposit for the due performance of the contract. Now it is hereby agreed to by and between both the parties as under: 1. The RFP document dated ____________________________ (RFP Ref No) issued by OCAC along with its enclosures/ annexure, wherever applicable, are deemed to be taken as part of this contract and are binding on both the parties executing this contract. 2. In consideration of the payment to be made by OCAC to supplier at the rates set forth in the work order no. ____________________ dated _________ will duly supply the said articles set forth in “Section VIII: Bill of Material” thereof and provide related services in the manner set forth in the RFP, along with its enclosures/ annexure and Technical Bid along with subsequent clarifications submitted by supplier. 3. The OCAC do hereby agree that if supplier shall duly supply the said articles and provide related services in the manner aforesaid observe and keep the said terms and conditions of the RFP and Contract, the OCAC will pay or cause to be paid to supplier, at the time and the manner set forth in the said conditions of the RFP, the amount payable for each and every project milestone & deliverable. The mode of Payment will be as specified in the RFP document. 4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical resources shall be effected from the date of work order i.e. ____________ and completed by supplier within the period as specified in the RFP document. 5. In case of extension in the delivery and/ or installation period/ completion period with liquidated damages, the recovery shall be made on the basis of following percentages of value of stores/ works which supplier has failed to supply/ install/ complete: No. Condition A Delay up to one fourth period of the prescribed period of delivery, successful installation and completion of work Delay exceeding one fourth but not exceeding half of the prescribed period of delivery, successful installation and completion of work B Initial Draft LD %* 2.5 % 5.0 % Page 55 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC C Delay exceeding half but not exceeding three fourth of the prescribed period of delivery, successful installation and completion of work D Delay exceeding three fourth of the prescribed successful installation and completion of work period 7.5 % of delivery, 10.0 % Note: i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be eliminated if it is less than half a day. ii. The maximum amount of agreed liquidated damages shall be 10%. iii. If supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrances, he shall apply in writing to the authority which had placed the work order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply. iv. Delivery period may be extended with or without liquidated damages if the delay in the supply of goods in on account of hindrances beyond the control of supplier. 6. All disputes arising out of this agreement and all questions relating to the interpretation of this agreement shall be decided as per the procedure mentioned in the RFP document. In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on this _____day of _______________, 2014. Signed By: Signed By: Name:_________________________ Name:_________________________ Designation:____________________ Designation:____________________ Company:______________________ Company:______________________ Name:_________________________ Name:_________________________ Designation:____________________ Designation:____________________ Company:______________________ Company:______________________ Name:_________________________ Name:_________________________ Designation:____________________ Designation:____________________ Company:______________________ Company:______________________ 7.1. Definitions: In this Contract, the following terms shall be interpreted as indicated: I. “Business Day” means any day that is not a Sunday or a public holiday (as per the official holidays observed by Odisha Computer Application Centre Initial Draft Page 56 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC II. “Confidential Information” means any information disclosed to or by any Party to his Contract and includes any information in relation to the Parties, a third party or any information with regard to any taxpayer, or any other person who is covered within the ambit of any commercial taxes legislation including any such information that may come to the knowledge of the Parties hereto / Bidder’s Team by virtue of this Contract that: a. is by its nature confidential or by the circumstances in which it is disclosed confidential; or b. is designated by the disclosing Party as confidential or identified in terms connoting its confidentiality; but does not include information which is or becomes public knowledge other than by a breach of this Contract. III. “Contract” means the Agreement entered into between the Odisha Computer Application Centre, Odisha and the “Bidder” as recorded in the Contract form signed by the Odisha Computer Application Centre and the “Bidder/DCO” including all attachments and Annexes thereto, the Tender and all Annexes thereto and the agreed terms as set out in the bid, all documents incorporated by reference therein and amendments and modifications to the above from time to time. IV. “Bidder’s Representative” means the person or the persons appointed by the DCO from time to time to act on its behalf for overall co-ordination, supervision and project management. V. “Document” means any embodiment of any text or image however recorded and includes any data, text, images, sound, voice, codes or and databases or microfilm or computer generated micro fiche. VI. “Effective Date” means the date on which this Contract is signed and executed by the parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts is executed shall be construed to be the Effective Date. VII. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, design, trade secret, permit, service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs, software, know how or other form of intellectual property right, title, benefits or interest whether arising before or after the execution of this Contract and the right to ownership and registration of these rights. VIII. “Kick Off Meeting” means a meeting convened by the Odisha Computer Application Centre to discuss and finalize the work execution plan and procedures with Bidder. IX. The “DCO” means the company with whom the order has been placed for providing Services as specified in this tender/contract and shall be deemed to include the Bidder's successors, representatives (approved by the Odisha Computer Application Centre), theirs, executors, and administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract. X. “Data Centre Operator Team” means the successful Bidder who has to provide services to the Odisha Computer Application Centre under the scope of this Tender / Contract. This definition shall also include any and/or all of the employees of Bidder, their authorized agents and Representatives and approved Sub Implementation Agencies or other personnel employed or engaged either directly or indirectly by the DCO for the purposes of the Contract. XI. “Parties” means the Odisha Computer Application Centre / Odisha Computer Application Centre, Odisha and the DCO and “Party” means either of the Parties. Initial Draft Page 57 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC XII. “Service” means facilities/services to be provided as per the requirements specified in this tender document and any other incidental services, such as installation, implementation, maintenance, provision of technical assistance and other such obligations of the DCO covered under the Contract; XIII. “Service Specification” means and include detailed description, statements to technical data, performance characteristics, and standards as applicable and as specified in the Contract as well as those specifications relating to Industry standards and codes applicable to the performance of the work, work performance quality and the specifications affecting the works or any additional specification required to be produced by the DCO to meet the design criteria. XIV. “Site” means the Data Centre space, NOC Area, Staging Area, Media and Accessories Room and other allied areas as approved by the Odisha Computer Application Centre, Odisha for the purposes of the contract wherein the operations / services/ facilities as specified in the scope of work are to be provided / carried out XV. “Sub-Bidder” means any person or persons or firm/company or their legal representatives, successors, assignees to which part of the contract has been outsourced by the DCO after necessary consent of Odisha Computer Application Centre XVI. “The Contract Price/Value” means the price payable to the DCO under the Contract for the full and proper performance of its contractual obligations; XVII. “State Govt.” shall mean Odisha Computer Application Centre, India and shall include its legal representatives, successors and permitted assignees. XVIII. “State Govt.’s Representative” shall mean the person appointed by the Odisha Computer Application Centre from time to time to act on its behalf at the site for overall coordination, supervision and project management at site. 7.2. Interpretation In this Contract unless a contrary intention is evident: I. the clause headings are for convenient reference only and do not form part of this Contract; II. unless otherwise specified a reference to a clause number is a reference to all of its subclauses; III. unless otherwise specified a reference to a clause, sub-clause or section is a reference to a clause, sub-clause or section of this Contract including any amendments or modifications to the same from time to time; IV. a word in the singular includes the plural and a word in the plural includes the singular; V. a word importing a gender includes any other gender; VI. a reference to a person includes a partnership and a body corporate; VII. a reference to legislation includes legislation repealing, replacing or amending that Legislation; VIII. Where a word or phrase is given a particular meaning it includes the appropriate grammatical forms of that word or phrase which have corresponding meanings. IX. In the event of an inconsistency between the terms of this Contract and the Tender and the Bid, the terms hereof shall prevail. 7.3. Conditions Precedent This Contract is subject to the fulfilment of the following conditions precedent by the bidder. Initial Draft Page 58 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC I. Furnishing of an unconditional and irrevocable and continuing Bank Guarantee for Contract Performance of the sum of (10% of the total contract value), in a form and manner acceptable to the Odisha Computer Application Centre, Odisha (Refer Clause 7.7) which would remain valid until such time and be renewable as may be stipulated by the Odisha Computer Application Centre, Odisha. II. The Odisha Computer Application Centre, Odisha reserves the right to waive any or all of the conditions specified in 7.3.I above in writing and no such waiver shall affect or impair any right, power or remedy that the Odisha Computer Application Centre may otherwise have. 7.4. Representations & Warranties In order to induce Odisha Computer Application Centre, Odisha to enter into this Contract, the DCO hereby represents and warrants as of the date hereof, which representations and warranties shall survive the term and termination hereof, the following: I. That the DCO has the requisite experience in providing Data Centre services and maintenance services, the technical know-how and the financial wherewithal, the power and the authority that would be required to successfully provide the Services sought by Odisha Computer Application Centre, Odisha, for the purposes of this Contract. II. That the DCO is not involved in any major litigation or legal proceedings, pending, existing, and potential or threatened, that may have an impact of affecting or compromising the performance or delivery of Services under this Contract. III. That the representations and warranties made by the DCO in the bid or will be made in this contract are and shall continue to remain true and fulfil all the requirements as are necessary for executing the obligations and responsibilities as laid down in the Contract and the Tender and unless Odisha Computer Application Centre, Odisha specifies to the contrary, the DCO shall be bound by all the terms of the Bid and the contract through the term of the contract. IV. That the DCO has professional skills, personnel and resources/ authorizations that are necessary for providing all such services as are necessary to fulfil the Scope of Work stipulated in the Tender and this Contract. V. That there shall not be any privilege, claim or assertion made by a third party with respect to right or interest in, ownership, mortgage or disposal of any asset, property, movable or immovable as mentioned in any Intellectual Property Rights, licenses and permits. VI. That the DCO shall use such assets of the Odisha Computer Application Centre as the Odisha Computer Application Centre may permit for the sole purpose of execution of its obligations under the terms of the Bid, Tender or this Contract. The DCO shall however, have no claim to any right, title, lien or other interest in any such property, and any possession of property for any duration whatsoever shall not create any right in equity or otherwise, merely by fact of such use or possession during or after the term hereof. VII. That the DCO shall procure all the necessary permissions and adequate approvals and licenses for use of various software’s and any copyrighted process/ product free from all claims, titles, interests and liens thereon and shall keep Odisha Computer Application Centre, Odisha indemnified in relation thereto. VIII. That the execution of the Services and the Scope of work herein are and shall be in accordance and in compliance with all applicable laws. IX. Initial Draft That all conditions precedent under the Contract has been satisfied. Page 59 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC X. That neither the execution and delivery by the DCO of the Contract nor the Bidder’s compliance with or performance of the terms and provisions of the Contract will contravene any provision of any Applicable Law or any order, writ, injunction or decree of any court or Governmental Authority binding on the Bidder, will conflict or be inconsistent with or result in any breach of any or the terms, covenants, conditions or provisions of, or constitute a default under any Contract. Contract or instrument to which the DCO is a party or by which it or any of its property or assets is bound or to which it may be subject or will violate any provision of the Memorandum and Articles of Association of the Bidder. XI. That the DCO certifies that all registrations, recordings, filings and notarizations of the Contract and all payments of any tax or duty, including without limitation stamp duty, registration charges or similar amounts which are required to be effected or made by the DCO which is necessary to ensure the legality, validity, enforceability or admissibility in evidence of the Contract have been made. XII. That the DCO owns, has license to use or otherwise has the right to use, free of any pending or threatened liens or other security or other interests all its Intellectual Property Rights, which are required or desirable for performance of its services under this contract and regarding the same the DCO does not, so far as the DCO is aware, in carrying on its business and operations, infringe any Intellectual Property Rights of any person. So far as the DCO is aware, none of the Intellectual Property Rights, owned or enjoyed by the DCO or which the DCO is licensed to use, which are material in the context of Bidder’s business and operations for the performance of this contract are being infringed nor, so far as the DCO is aware, is there any infringement or threatened infringement of those Intellectual Property Rights licensed or provided to the DCO by any person. All Intellectual Property Rights (owned by the DCO or which the DCO is licensed to use) required by the DCO for the performance of the contract are valid and subsisting. All actions (including registration, payment of all registration and renewal fees) required to maintain the same in full force and effect have been taken thereon and shall keep the Odisha Computer Application Centre, Odisha indemnified in relation thereto. XIII. That time is the essence of the Contract and hence the DCO shall at all times maintain sufficient manpower, resources, and facilities, to provide the Services in a workmanlike manner on a timely basis. XIV. That its security measures, policies and procedures are adequate to protect and maintain the confidentiality of the Confidential Information. XV. That in providing the Services or deliverables or materials, neither DCO nor its agent, nor any of its employees, shall utilize information which may be considered confidential information of, or proprietary to, any prior employer or any other person or entity. 7.5. Scope of work / contract I. Scope of the CONTRACT shall be as defined in this CONTRACT, Scope of work including specifications and drawings and the Service level agreement and annexes thereto of this tender. II. Odisha Computer Application Centre, Odisha has engaged the DCO for maintenance, and operations of physical and IT infrastructure of State Data Centre at Odisha state. The DCO is required to provide such services, support and infrastructure as necessary, during the term of this Contract, and includes all such processes and activities which are consistent with the Initial Draft Page 60 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC proposals set forth in the Bid, the Tender and this Contract and are deemed necessary by the Odisha Computer Application Centre, in order to meet its business requirements (hereinafter ‘scope of work’). III. If any services, functions or responsibilities not specifically described in this Contract are inherent, necessary or customary part of the Services or are required for proper performance or provision of the Services in accordance with this Contract, they shall be deemed to be included within the scope of the work to be delivered for the Charges, as if such services, functions or responsibilities were specifically described in this Contract. IV. The Odisha Computer Application Centre, Odisha reserves the right to amend any of the terms and conditions with mutual agreement in relation to the Scope of Work and may issue any such directions which are not necessarily stipulated therein if it deems necessary for the fulfilment of the Scope of Work pursuant to Clause 7.27. 7.6. Duration of the contract The CONTRACT shall remain valid for a period of Two Years from the date of signing of contract. 7.7. Bank Guarantee Within 10 days after awarding the contract DCO shall furnish Contract Performance Guarantee to the Odisha Computer Application Centre, which shall be equal to 10% of the value of the Contract and valid for the entire duration of the O&M contract and shall be in the form of a Bank Guarantee Bond from a Nationalized Bank in the Performa given at Section XI – Performa Format 3. 7.8. Operation and Maintenance Bidder Obligations 7.8.1. The DCO would be required to develop, maintain and manage the proposed State Data Centre facilities. It will be the DCO responsibility to ensure compliance to the requirements of the Data Centre and continued operation of the Data Centre in accordance with and in strict adherence to the terms of this Bid, the Tender and this Contract. 7.8.2. In addition to the aforementioned, the DCO shall: a) Perform the Services specified by the Odisha Computer Application Centre, Odisha and make available the necessary equipment/ facilities /services as may be necessary and other ‘Scope of work’ requirements as specified in the tender and changes thereof. b) The DCO shall ensure that persons are competent, professional and possesses the requisite qualifications and experience appropriate to the task they are required to perform under this Contract. The DCO shall ensure that the Services are performed through the efforts of the Bidder’s Team, in accordance with the terms hereof and to the satisfaction of the Odisha Computer Application Centre Nothing in this Contract relieves the DCO from its liabilities or obligations under this Contract to provide the Services in accordance with the Odisha Computer Application Centre directions and requirements and as stated in this Contract and the Bid to the extent accepted by the Odisha Computer Application Centre and the DCO shall be liable for any non-performance, non-compliance, breach or other loss and damage resulting either directly or indirectly by or on account of its Team. c) During the maintenance and support contract period, the bidder shall be responsible to ensure adequate and timely availability of spare parts needed for repairing the equipments/parts. The bidder has to see the end of support/end of sale/end of service dates being declared by Initial Draft Page 61 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC respective OEM’s time to time and make necessary arrangements of spares for catering maintenance needs of equipments/parts during entire contract period. In case, at the time of resolution of any compliant, the equipment(s)/part(s) is found non-serviceable during contract period, the selected service provider shall be responsible for replacing the non-serviceable equipment/part with same/higher configuration equipment/part of the same make at no extra cost to the purchaser. 7.8.3. Knowledge of Site Conditions a) DCO possesses the knowledge of all data centre related requirements as stipulated in the Tender Document including but not limited to environmental, demographic and Physical conditions and all criteria required to meet the design of the data centre. b) The DCO shall be deemed to have understood the requirements and have satisfied himself with the data contained in the Bidding Documents, the quantities and nature of the works and materials necessary for the completion of the works, etc., and in-general to have obtained himself all necessary information of all risks, contingencies and circumstances affecting his obligations and responsibilities therewith under the Contract and his ability to perform it. c) DCO shall be deemed to have satisfied himself as to the correctness and sufficiency of the Contract Price for the works. The consideration provided in the Contract for the DCO undertaking the works shall cover all the obligation, matters and things necessary for proper execution and maintenance of the works in accordance with the Contract and for complying with any instructions which Odisha Computer Application Centre, Odisha Representative may issue in accordance with the connection therewith and of any proper and reasonable measures which the DCO takes in the absence of specific instructions from Odisha Computer Application Centre, Odisha Representative. 7.9. Data Centre FMS Team 7.9.1. The DCO shall supply to Odisha Computer Application Centre, Odisha 7 days prior to the effective date of commencement of works/ services or kick-off meeting whichever is earlier, an organization chart showing the proposed organization/ manpower to be established by the DCO for execution of the work/facilities including the identities and Curriculum-Vitae of the key personnel to be deployed. The DCO shall promptly inform the Odisha Computer Application Centre, Odisha in writing, of any revision or alteration of such organization charts. 7.9.2. The DCO shall be responsible for the deployment, transportation, accommodation and other requirements of all its employees required for the execution of the work and for all costs/charges in connection thereof. 7.9.3. The DCO shall provide and deploy on the Site for carrying out the work, only those manpower resources who are skilled and experienced in their respective trades and who are competent to execute or manage/supervise the work in a proper and timely manner. 7.9.4. Odisha Computer Application Centre, representative may at any time object to and require the DCO to remove forthwith from the site a supervisor or any other authorized representative or employee of the DCO or any person(s) deployed by DCO or his sub-Bidder, if, in the opinion of the Odisha Computer Application Centre representative the person in question has mis-conducted himself or his deployment is otherwise considered undesirable by Odisha Computer Application Centre Odisha. Representative the DCO shall forthwith remove and Initial Draft Page 62 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC shall not again deploy the person in question of the work site without the written consent of the Odisha Computer Application Centre Representative. 7.9.5. The DCO shall maintain backup personnel and shall promptly provide replacement of every person removed, pursuant to this section, with an equally competent substitute from the pool of backup personnel. 7.9.6. In case of change in its team composition owing to attrition, the DCO shall ensure a reasonable amount of time-overlap in activities to ensure proper knowledge transfer and handover/takeover of documents and other relevant materials between the outgoing and the new member. The exiting team member should be replaced with an equally competent substitute from the pool of backup personnel. 7.10. Statutory Requirements 7.10.1. During the tenure of this Contract nothing shall be done by the DCO in contravention of any law, act and/ or rules/regulations, there under or any amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep Odisha Computer Application Centre, Odisha indemnified in this regard. 7.10.2. The DCO and their personnel/representative shall not alter / change / replace any hardware component proprietary to Odisha Computer Application Centre, Odisha and/or under warranty or AMC of third party without prior consent of Odisha Computer Application Centre, Odisha. 7.10.3. The DCO and their personnel/ representative shall not without consent of Odisha Computer Application Centre, Odisha install any hardware or software not purchased / owned by Odisha Computer Application Centre, Odisha. 7.11. Contract Administration 7.11.1. Either party may appoint any individual / organization as their authorized representative through a written notice to the other party. Each Representative shall have the authority to: a) exercise all of the powers and functions of his/ her Party under this Contract other than the power to amend this Contract and ensure the proper administration and performance of the terms hereof; and b) bind his or her Party in relation to any matter arising out of or in connection with this Contract. 7.11.2. A Committee comprising of representatives from Odisha Computer Application Centre, Odisha and the DCO shall meet on a quarterly basis to discuss any issues / bottlenecks being encountered. The DCO shall draw the minutes of these meetings and circulate to the Odisha Computer Application Centre. 7.12. Right of Monitoring, Inspection and Periodic Audit 7.12.1. Odisha Computer Application Centre, Odisha reserves the right to inspect and monitor/ assess the progress/performance/maintenance of the Data Centre at any time during the course of the Contract, after providing due notice to the Bidder. Odisha Computer Application Centre, Odisha may demand and upon such demand being made, Odisha Computer Application Centre, Odisha shall be provided with any document, data, material or any other information which it may require, to enable it to assess the progress of the project. Initial Draft Page 63 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.12.2. Odisha Computer Application Centre, Odisha shall also have the right to conduct, either itself or through another TPA as it may deem fit, an audit to monitor the performance by the DCO of its obligations/functions in accordance with the standards committed to or required by Odisha Computer Application Centre, Odisha and the DCO undertakes to cooperate with and provide to the Odisha Computer Application Centre, Odisha / any other DCO appointed by Odisha Computer Application Centre, Odisha , all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/assessment would need to be rectified by the DCO failing which the Odisha Computer Application Centre, Odisha may, without prejudice to any other rights that it may have issue a notice of default. 7.13. Odisha Computer Application Centre Obligations 7.13.1. Odisha Computer Application Centre Representative shall provide the required information, clarifications, and to resolve any issues as may arise during the execution of the Contract. Odisha Computer Application Centre, Odisha shall provide adequate cooperation in providing details, assisting with coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of Odisha Computer Application Centre, Odisha is proper and necessary. 7.13.2. Whenever the supply of goods and related services requires that the Supplier/ Selected Bidder obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to assist the Selected Bidder in complying with such requirements in a timely and expeditious manner. 7.13.3. The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with the general and special conditions of the contract. 7.14. Limitation of Liability 7.14.1. Except in cases of gross negligence or wilful misconduct: a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser; and b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patent infringement. 7.15. Information Security 7.15.1. The DCO shall not carry and/or transmit any material, information, layouts, diagrams, storage media or any other goods/material in physical or electronic form, which are proprietary to or owned by the Odisha Computer Application Centre, out of Data Centre premises without prior written permission from the Odisha Computer Application Centre. 7.15.2. The DCO shall adhere to the Information Security policy developed by Odisha Computer Application Centre, Odisha. Initial Draft Page 64 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.15.3. DCO acknowledges that Odisha Computer Application Centre, Odisha business data and other Odisha Computer Application Centre, Odisha proprietary information or materials, whether developed by Odisha Computer Application Centre, Odisha or being used by Odisha Computer Application Centre, Odisha pursuant to a license agreement with a third party (the foregoing collectively referred to herein as “proprietary information”) are confidential and proprietary to Odisha Computer Application Centre, Odisha ; and DCO agrees to use reasonable care to safeguard the proprietary information and to prevent the unauthorized use or disclosure thereof, which care shall not be less than that used by DCO to protect its own proprietary information. DCO recognizes that the goodwill of Odisha Computer Application Centre depends, among other things, upon DCO keeping such proprietary information confidential and that unauthorized disclosure of the same by DCO could damage Odisha Computer Application Centre and that by reason of Bidder’s duties hereunder. DCO may come into possession of such proprietary information, even though DCO does not take any direct part in or furnish the services performed for the creation of said proprietary information and shall limit access thereto to employees with a need to such access to perform the services required by this agreement. DCO shall use such information only for the purpose of performing the said services. 7.15.4. DCO shall, upon termination of this agreement for any reason, or upon demand by Odisha Computer Application Centre, whichever is earliest, return any and all information provided to DCO by Odisha Computer Application Centre, including any copies or reproductions, both hard copy and electronic. 7.16. Ownership of Equipment Odisha Computer Application Centre, Odisha shall own the equipment and data centre infrastructure, supplied by the DCO arising out of or in connection with this Contract. 7.17. Transit Risks For successful bidders for supplies to the receiving points any damage, shortage, loss, deterioration, demurrage, warfare etc. will be to the account of the supplier 7.18. Insurance 7.18.1. The Goods supplied/ brought under the Contract shall be fully insured against loss by theft, destruction or damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure to weather and delivery at the designated project locations, in accordance with the applicable terms. The insurance charges will be borne by the supplier and Purchaser will not be required to pay such charges if incurred. 7.18.2. The manpower provided/deputed under the contract shall be insured against any accident/ mis happening in the premises of work. 7.19. Incidental Services The Bidder may be required to provide all of the following services: a) Performance, Supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties. Initial Draft Page 65 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC b) These incidental services shall not relieve the Bidder of any warranty obligations under this tender. 7.20. Warranty a) The Bidder is required to provide warranty valid for 24 months for all the equipments. b) The Bidder shall warrant that the services provided under the contract shall be as per the Service Level Agreement (SLA) defined in the tender. c) Odisha Computer Application Centre shall promptly notify the Bidder about any claims arising under this warranty. Upon receipt of such notice, the bidder shall repair/ replace/ reconfigure/ reprovision the defective equipment or service. d) If the bidder, having been notified, fails to remedy the defect(s) within the period specified in the SLA, Odisha Computer Application Centre may proceed to take such remedial action as may be necessary at the Bidder’s risk and expense and without prejudice to any other rights, which Odisha Computer Application Centre may have against the Bidder under the contract. 7.21. Subcontracting by Bidder The bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency excluding the physical security services which can be availed as per prevailing GoO rules and housekeeping services. 7.22. Performance and Spares a) The Bidder shall specify in the Technical Proposal the complete list of spares that will be maintained for meeting the various SLA parameters specified in the tender. b) The Successful Bidder shall stand guarantee for the supply of spares of all the equipment under the scope of supply for a minimum period of 2 years from the date of awarding the contract and also guarantee that discontinuity of production of any item offered as a part of the system shall not affect the maintainability of the system for a period of 2 years from the start date of operation and maintenance support of data centre. 7.23. Indemnity The DCO shall execute and furnish to Odisha Computer Application Centre, Odisha, a Deed of Indemnity in favor of the Odisha Computer Application Centre in a form and manner acceptable to the Odisha Computer Application Centre, indemnifying the Odisha Computer Application Centre from and against any costs, loss, damages, expense, claims including those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract period out of: I. Any negligence or wrongful act or omission by the DCO or the Bidder’s Team or any subBidder/ third party in connection with or incidental to this Contract; or II. Any breach of any of the terms of the Bidder’s Bid as agreed, the Tender and this Contract by the Bidder, the Bidder’s Team or any sub Bidder/ third party. III. The indemnity shall not be more than 100% of project value in favor of the Odisha Computer Application Centre 7.24. Confidentiality 7.24.1. The DCO shall not use Confidential Information (CCTV records, Biometric Records etc), the name or the logo of Odisha Computer Application Centre, Odisha except for the purposes of providing the Service as specified under this contract. Initial Draft Page 66 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.24.2. The DCO may only disclose Confidential Information in the following circumstances: a) With the prior written consent of the Odisha Computer Application Centre. b) To a member of the Bidder’s Team (“Authorized Person”) if: a. The Authorized Person needs the Confidential Information for the performance of obligations under this contract. b. The Authorized Person is aware of the confidentiality of the Confidential Information and is obliged to use it only for the performance of obligations under this contract. 7.24.3. The DCO shall do everything reasonably possible to preserve the confidentiality of the Confidential Information including execution of a confidentiality agreement with the members of the sub Bidder and other service provider’s team members to the satisfaction of the Odisha Computer Application Centre 7.24.4. The DCO shall sign a Non Disclosure Agreement (NDA) with the Odisha Computer Application Centre. The DCO will be held responsible for any breach of the NDA by its antecedents, delegates or sub-Implementation Agencies. 7.24.5. The DCO shall notify the Odisha Computer Application Centre promptly if it is aware of any disclosure of the Confidential Information otherwise than as permitted by this Contract or with the authority of the Odisha Computer Application Centre 7.24.6. The DCO shall be liable to fully recompense the Odisha Computer Application Centre for any loss of revenue arising from breach of confidentiality. The Odisha Computer Application Centre reserves the right to adopt legal proceedings, civil or criminal, against the DCO in relation to a dispute arising out of breach of obligation by the DCO under this clause. 7.24.7. Term and Extension of the Contract 7.24.8. The term of this Contract shall be initially for a period of two years from the date of signing of SLA with OCAC. 7.24.9. The Odisha Computer Application Centre shall reserve the sole right to grant any extension to the term above mentioned and shall notify in writing to the Bidder, at least 6 months before the expiration of the Term hereof, whether it will grant the DCO an extension of the Term. The decision to grant or refuse the extension shall be at the Odisha Computer Application Centre discretion 7.24.10. Where the Odisha Computer Application Centre is of the view that no further extension of the term be granted to the Bidder, the Odisha Computer Application Centre shall notify the DCO of its decision at least 6 (six) months prior to the expiry of the Term. Upon receipt of such notice, the 7.24.11. DCO shall continue to perform all its obligations hereunder, until such reasonable time beyond the Term of the Contract within which, the Odisha Computer Application Centre shall either appoint an alternative Bidder/service provider or create its own infrastructure to operate such Services as are provided under this Contract. 7.25. Prices 7.25.1. Prices quoted must be firm and shall not be subject to any upward revision on any account whatsoever throughout the period of contract. Odisha Computer Application Centre however reserves the right to review and negotiate the charges payable for the Data Centre Hire, its Facilities, Maintenance and Management at the beginning of the each year or at any time at Initial Draft Page 67 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC the request of Odisha Computer Application Centre whichever is earlier to incorporate downward revisions as applicable and necessary. 7.26. Change Orders / Alteration / Variation The DCO agrees that the Data Centre requirements given in specifications of the Bidding Documents are minimum requirements and are in no way exhaustive and guaranteed by the Odisha Computer Application Centre 7.26.1. Change Order 7.26.1.1. The change order will be initiated only in case I. The Odisha Computer Application Centre directs in writing the DCO to include any addition to the scope of work covered under this Contract or delete any part of the scope of the work under the Contract, II. DCO requests to delete any part of the work which will not adversely affect the operational capabilities of the facilities and if the deletions proposed are agreed to by the Odisha Computer Application Centre and for which cost and time benefits shall be passed on to the Odisha Computer Application Centre. III. The Odisha Computer Application Centre directs in writing the DCO to incorporate changes or additions to the Design Criteria requirements already covered in the Contract. 7.26.1.2. Any change order as stated in Clause 7.27.1.1. Comprising an alteration which involves change in the cost of the works (which sort of alteration is hereinafter called a “Variation”) shall be the Subject of an amendment to the Contract by way of an increase or decrease in the Contract Price and adjustment of the implementation schedule if any. 7.26.1.3. If there is a difference of opinion between the DCO and Odisha Computer Application Centre Representative whether a particular work or part of the work constitutes a change order or not, the matter shall be handled in accordance with the procedures set forth in Clause 7.27.2.2. 7.26.1.4. Within ten (10) working days of receiving the comments from the Odisha Computer Application Centre on specification, purchase requisitions and other documents submitted by the DCO for approval, the DCO shall respond in writing, which item(s) of the Comments is / are potential changes(s) in the “Scope of Work, Deliverables and Timelines” at Section IV of the tender document covered in the Contract and shall advise a date by which change order (if applicable) will be submitted to the Odisha Computer Application Centre. 7.26.2. Procedures for Change Order 7.26.2.1. During detailed Engineering and subsequently, if the DCO observes that any new requirement which other than that required for meeting the design criteria is not specific or intended by the Contract has been stipulated by the Odisha Computer Application Centre, while approving the specifications, calculations, purchase requisitions, other Initial Draft Page 68 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC documents etc. he would verbally discuss the matter with Odisha Computer Application Centre Representative. 7.26.2.2. In case such requirement arises from the side of the bidder, he would also verbally discuss the matter with Odisha Computer Application Centre Representative giving reasons thereof. 7.26.2.3. In either of the two cases as explained in Clause 7.27.2.1 and 7.27.2.2 above, the representatives of both the parties will discuss on the new requirement for better understanding and to mutually decide whether such requirement constitutes a change order or not. 7.26.2.4. If it is mutually agreed that such Requirement constitutes a “Change Order” then a joint memorandum will be prepared and signed by the DCO and Odisha Computer Application Centre to confirm a “Change Order” and basic ideas of necessary agreed arrangement. 7.26.2.5. Upon completion of the study referred to above under Clause 7.27.2.4, the results of this study along with all relevant details including the estimated time and cost effect thereof with supporting documents would be submitted to the Odisha Computer Application Centre to enable the Odisha Computer Application Centre to give a final decision whether DCO should proceed with the change order or not in the best interest of the works. The estimated cost and time impact indicated by DCO shall be considered as a ceiling limit and shall be provisionally considered for taking a decision to implement change order. The time impact applicable to the Contract shall be mutually agreed, subsequently, on the basis of the detailed calculations supported with all relevant back up documents. In case DCO fails to submit all necessary substantiation/calculations and back up documents, the decision of the Odisha Computer Application Centre regarding time and cost impact shall be final and binding on the Bidder. 7.26.2.6. If Odisha Computer Application Centre accepts the implementation of the change order under Clause 7.27.2.5 above in writing, which would be considered as change order, then DCO shall commence to proceed with the relevant work stipulated in the change order pending final agreement between the parties with regard to adjustment of the Contract Price and the Construction Schedule. 7.26.2.7. In case, mutual agreement whether new requirement constitutes the change order or not, is not reached, then DCO in the interest of the works, shall take up the implementation of the work, if advised in writing to do so by Odisha Computer Application Centre, Odisha Representative pending settlement between the two parties to the effect whether such requirement constitutes a change order or not as per the terms and conditions of Contract documents. The time and cost effects in such a case shall be mutually verified and recorded. Should it establish that the said work constitutes a change order, the same shall be compensated taking into account the records kept in accordance with the Contract. 7.26.2.8. The DCO shall submit necessary back up documents for the change order showing the break-up of the various elements (e.g. Data Centre Space facilities provisioning, Engineering, Procurement, Development, Installation, etc.) constituting the change order for the Odisha Computer Application Centre review. If no agreement is reached between the Odisha Computer Application Centre and DCO within 60 days after Odisha Computer Application Centre, Odisha Initial Draft instruction in writing to carry out the change Page 69 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC concerning the increase or decrease in the Contract price and all other matters described above, either party may refer the dispute to arbitration. 7.26.3. Change of Size/ Quantities a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance with clause “Notices” above, to make changes within the general scope of the Contract in any one or more of the following: a. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser; b. the method of shipment or packing; c. the place of delivery; and d. the related services to be provided by the supplier/ selected bidder. b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change order. c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for similar services. 7.27. Suspension of Work 7.27.1. The DCO shall, if ordered in writing by the Odisha Computer Application Centre Representative, temporarily suspend the works or any part thereof for such a period and such a time as ordered. The DCO shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of the Works as aforesaid. An extension of time for completion, corresponding with the delay caused by any such suspension of the works as aforesaid shall be granted to the Bidder, if request for same is made and that the suspension was not consequent to any default or failure on the part of the Bidder. In case the suspension of works, is not consequent to any default or failure on the part of the Bidder, and lasts for a period of more than 2 months, the DCO shall have the option to request the Odisha Computer Application Centre to terminate the Contract with mutual consent. 7.27.2. In the event that the Odisha Computer Application Centre suspends the progress of work for any reason not attributable to the DCO for a period in excess of 30 days in aggregate, rendering the DCO to extend his performance guarantee then Odisha Computer Application Centre, Odisha shall bear only the cost of extension of such bank guarantee for such extended period restricted to the normal bank rates as applicable in the international banking procedures subject to the DCO producing the requisite evidence from the bank concerned. Initial Draft Page 70 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.28. Completion of Contract 7.28.1. Unless terminated earlier, pursuant to Clauses 7.4, 7.16, 7.24 the Contract shall terminate on the completion of term as specified in the Contract and only after the obligations mentioned in Clause 7.35 are fulfilled to the satisfaction of the Odisha Computer Application Centre 7.28.2. Special Conditions of Contract: Amendments of, and Supplements to, Clauses in the General Conditions of Contract. 7.29. Payment Term and Schedule 7.29.1. The fee amount will be equal to the amount specified in Section X - Format for Tender Response - Commercial Bid. Payments will be released only on satisfactory acceptance of the deliverables for each Task as per the following schedule: Subject to discussion by Odisha State a) The due payment to the selected bidder shall be made on quarterly basis i.e. at the end of each quarter. b) The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing, accompanied by invoices describing, as appropriate, services performed, and by the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the Contract. c) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after submission of request for payment along with an invoice and all other requisite documents by the supplier/ selected bidder (which will be forwarded for audit to the Third Party Auditor), after receipt of third party audit report and its acceptance by the purchaser. d) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only. e) All remittance charges will be borne by the supplier/ selected bidder. f) In case of disputed items, the disputed amount shall be withheld and will be paid only after settlement of the dispute. g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this bidding document, shall be deducted from the payments for the respective milestones. h) Taxes, as applicable, shall be deducted/ paid as per the prevalent rules and regulations. The broad categories of services to be provisioned by DCO as mentioned in the below table Sl. No. Work/ Services Deliverable All deliverables mentioned against activities for 1. Comprehensive “Comprehensive onsite Maintenance Maintenance” as defined in Services clause “Project Deliverables” in Section IV “Scope of Work, Deliverables & Timelines” Initial Draft Payable Amount Quarterly Maintenance Cost as quoted in financial bid for equipments covered under maintenance in given quarter after deducting all penalties/liquidated damages and also including / deducting taxes as per applicable law Page 71 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC All Facility 2. Management Services deliverables as defined in clause “Project Deliverables” in Section IV Scope of Work, Deliverables & Timelines” Quarterly FMS financial bid Cost after as quoted in deducting all penalties/ liquidated damages and also including / deducting taxes as per applicable law 7.29.2. All Payments shall be made in Indian Rupees Only and will be subject to provisions of clauses 7.36 and 7.37. 7.29.3. Payment of 1st QGR will only be released after submission of all necessary documents, AMC, compressive warranty detail, manpower, Final Acceptance Report. 7.30. Events of Default 7.30.1. The failure on the part of the DCO to perform any of its obligations or comply with any of the terms of this Contract shall constitute an Event of Default on the part of the Bidder. The events of default as mentioned above may include inter - alias the following: a) The DCO has failed to perform any instructions or directives issued by the Odisha Computer Application Centre which it deems proper and necessary to execute the scope of work under the Contract, or b) The DCO has failed to adhere to any of the key performance indicators as laid down in the Key Performance Measures / Contract, or if the DCO has fallen short of matching such standards/targets as the Odisha Computer Application Centre may have designated with respect to any task necessary for the execution of the scope of work under this Contract. The above mentioned failure on the part of the DCO may be in terms of failure to adhere to timelines, specifications, requirements or any other criteria as defined by the Odisha Computer Application Centre; c) The DCO has failed to remedy a failure to perform its obligations in accordance with the specifications issued by the Odisha Computer Application Centre, despite being served with a default notice which laid down the specific deviance on the part of the DCO to comply with any stipulations or standards as laid down by the Odisha Computer Application Centre; or d) The Bidder/Bidder’s Team has failed to conform with any of the Service/Facility Specifications/standards as set out in the scope of work of this Tender document or has failed to adhere to any amended direction, modification or clarification as issued by the Odisha Computer Application Centre during the term of this Contract and which the Odisha Computer Application Centre deems proper and necessary for the execution of the scope of work under this Contract e) The DCO has failed to demonstrate or sustain any representation or warranty made by it in this Contract, with respect to any of the terms of its Bid, the Tender and this Contract f) There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or similar official against or in relation to the Bidder. Initial Draft Page 72 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC g) The Bidder/Bidder’s Team has failed to comply with or is in breach or contravention of any applicable laws. 7.30.2. Where there has been an occurrence of such defaults inter alia as stated above, Odisha Computer Application Centre, Odisha shall issue a notice of default to the Bidder, setting out specific defaults / deviances / omissions and providing a notice of Sixty (60) days to enable such defaulting party to remedy the default committed. 7.30.3. Where despite the issuance of a default notice to the DCO by the Odisha Computer Application Centre the DCO fails to remedy the default to the satisfaction of the Bidder, Odisha Computer Application Centre, Odisha may, where it deems fit, issue to the defaulting party another default notice or proceed to adopt such remedies as may be available to the Odisha Computer Application Centre 7.31. Consequences in Event of Default I. The tender sanctioning authority of OCAC may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole or in part: a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within the time period specified in the contract, or any extension thereof granted by OCAC; or b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof; or c. If the supplier/ selected bidder, in the judgment of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract. d. If the supplier/ selected bidder commits breach of any condition of the contract. II. If OCAC terminates the contract in whole or in part, amount of PBG may be forfeited. III. Before cancelling a contract and taking further action, advice of senior most finance person available in the office and of legal adviser or legal assistant posted in the office, if there is one, may be obtained. 7.32. Terminate the Contract 7.32.1. Retain such amounts from the payment due and payable by the Odisha Computer Application Centre to the DCO as may be required to offset any losses caused to the Odisha Computer Application Centre as a result of such event of default and the DCO shall compensate the Odisha Computer Application Centre for any such loss, damages or other costs, incurred by the Odisha Computer Application Centre in this regard. Nothing herein shall effect the continued obligation of the sub DCO / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default. 7.32.2. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the DCO may have resulted from such default and pursue such other rights and/or remedies that may be available to the Odisha Computer Application Centre under law. Initial Draft Page 73 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.33. Termination 7.33.1. The Odisha Computer Application Centre may, terminate this Contract in whole or in part by giving the DCO prior and written notice indicating its intention to terminate the Contract under the following circumstances: a) Where the Odisha Computer Application Centre is of the opinion that there has been such Event of Default on the part of the DCO which would make it proper and necessary to terminate this Contract and may include failure on the part of the DCO to respect any of its commitments with regard to any part of its obligations under its Bid, the Tender or under this Contract. b) Where it comes to the Odisha Computer Application Centre’s attention that the DCO (or the Bidder’s Team) is in a position of actual conflict of interest with the interests of the Odisha Computer Application Centre, in relation to any of terms of the Bidder’s Bid, the Tender or this Contract c) Where the Bidder’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever, including inter-alia the filing of any bankruptcy proceedings against the Bidder, any failure by the DCO to pay any of its dues to its creditors, the institution of any winding up proceedings against the DCO or the happening of any such events that are adverse to the commercial viability of the Bidder. In the event of the happening of any events of the above nature, the Odisha Computer Application Centre shall reserve the right to take any steps as are necessary, to ensure the effective transition of the project to a successor Bidder/service provider, and to ensure business continuity d) Termination for Insolvency: The Odisha Computer Application Centre may at any time terminate the Contract by giving written notice to the Bidder, without compensation to the Bidder, if the DCO becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Odisha Computer Application Centre e) Termination for Convenience: The Odisha Computer Application Centre, may, by prior written notice sent to the DCO at least 3 months in advance, terminate the Contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Odisha Computer Application Centre convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. 7.33.2. The DCO may, subject to approval by the Odisha Computer Application Centre, terminate this Contract before the expiry of the term by giving the Odisha Computer Application Centre a prior and written notice at least 6 months in advance indicating its intention to terminate the Contract. 7.34. Consequences of Termination 7.34.1. In the event of termination of this contract due to any cause whatsoever, the DCO shall be blacklisted and the empanelment with stand cancelled effective from the date of termination of this contract. 7.34.2. In the event of termination of this Contract due to any cause whatsoever, whether consequent to the stipulated Term of the Contract or otherwise the Odisha Computer Initial Draft Page 74 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Application Centre, Odisha shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project which the DCO shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow and provide all such assistance to the Odisha Computer Application Centre and/or the successor Bidder/service provider, as may be required, to take over the obligations of the erstwhile DCO in relation to the execution/continued execution of the scope of this Contract. 7.34.3. Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of the DCO or due to the fact that the survival of the DCO as an independent corporate entity is threatened/has ceased, or for any other reason, whatsoever, the Odisha Computer Application Centre, Odisha through unilateral re-determination of the consideration payable to the DCO shall pay the DCO for that part of the Services which have been authorized by the Odisha Computer Application Centre and satisfactorily performed by the DCO up to the date of termination. Without prejudice any other rights, the Odisha Computer Application Centre may retain such amounts from the payment due and payable by the Odisha Computer Application Centre to the DCO as may be required to offset any losses caused to the Odisha Computer Application Centre as a result of any act/omissions of the Bidder. In case of any loss or damage due to default on the part of the DCO in performing any of its obligations with regard to executing the scope of work under this Contract, the DCO shall compensate the Odisha Computer Application Centre for any such loss, damages or other costs, incurred by the Odisha Computer Application Centre 7.34.4. Additionally, the DCO / other members of its team shall perform all its obligations and responsibilities under this Contract in an identical manner as were being performed before the collapse of the DCO as described above in order to execute an effective transition and to maintain business continuity. All third parties shall continue to perform all/any functions as stipulated by the Odisha Computer Application Centre, Odisha and as may be proper and necessary to execute the scope of work under the Contract in terms of the Bidder’s Bid, the Tender and this Contract. 7.34.5. Nothing herein shall restrict the right of the Odisha Computer Application Centre to invoke the Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to the Odisha Computer Application Centre under law. 7.34.6. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of this Contract that are expressly or by implication intended to come into or continue in force on or after such termination. 7.35. Penalty 7.35.1. Commencement of activities for Data Centre facilities and on-going performance and service levels shall be as per timelines and parameters stipulated by the Odisha Computer Application Centre in this contract, failing which the Odisha Computer Application Centre may, at its discretion, impose Penalties on the DCO as defined in Section V - Service Level Agreement of the Tender document. Initial Draft Page 75 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.36. Extension in Delivery Period and Liquidated Damages (LD) a) Except as provided under clause “Force Majeure”, if a selected bidder fails to commence the Services within the period specified in the contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in (d) below for each week or part thereof of delay until actual date of commencement, up to a maximum deduction of the percentage specified in the bidding document and/ or contract. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to clause “Termination”. b) The time specified for commencement of services in the bidding document shall deemed to be the essence of the contract and the selected bidder shall arrange goods supply and related services within the specified period. c) Date of commencement of Services may be extended with or without liquidated damages, if the delay in the commencement of service is on account of hindrances beyond the control of the supplier/ selected bidder. I. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for extending the delivery period of service, if he finds himself unable to commence the service within the stipulated delivery period or is unable to maintain prorate progress in the service delivery. This request shall be submitted as soon as a hindrance in commencement of service occurs or within 15 days from such occurrence but before expiry of stipulated period of completion of Service delivery after which such request shall not be entertained. II. The Purchaser shall examine the justification of causes of hindrance in commencement of service and the period of delay occurred due to that and recommend the competent authority on the period of extension which should be granted with or without liquidated damages. III. Normally, extension in delivery period of service in following circumstances may be considered without liquidated damages: i. When delay has occurred due to delay in supply of drawings, designs, plans etc. if the OCAC was required to supply them to the supplier of goods or service provider as per terms of the contract. ii. When delay has occurred in supply of materials etc. if these were required to be supplied to the supplier or service provider by the OCAC as per terms of the contract. IV. If the competent authority agrees to extend the delivery period/ schedule, an amendment to the contract with suitable denial clauses and with or without liquidated damages, as the case may be, shall be issued. The amendment letter shall mention that no extra price or additional cost for any reason, what so ever beyond the contracted cost shall be paid for the delayed supply of goods and service. V. It shall be at the discretion of the concerned authority to accept or not to accept the services rendered by the contractor after the expiry of the stipulated delivery period, if no formal extension in delivery period has been applied and granted. The competent authority shall have right to cancel the contract with respect to undelivered service. VI. If OCAC is in need of the good and/ or service rendered after expiry of the stipulated delivery period, it may accept the services and issue a letter of extension in delivery period with usual liquidated damages and denial clauses to regularize the transaction. Initial Draft Page 76 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC d) In case of extension in the delivery and/ or installation/ completion/ commissioning period is granted with full liquidated damages, the recovery shall be made on the basis of following percentages of value of goods and/ or service which the supplier/ selected bidder has failed to supply/ install/ complete : - No. Condition a Delay up to one fourth period of the prescribed period of delivery, successful installation and completion of work 2.5 % b Delay exceeding one fourth but not exceeding half of the prescribed period of delivery, successful installation and completion of work 5.0 % C Delay exceeding half but not exceeding three fourth of the prescribed period of delivery, successful installation and completion of work 7.5 % d Delay exceeding three fourth of the prescribed delivery, successful installation and completion of work i. LD %* period of 10.0 % Fraction of a day in reckoning period of delay in supplies, successful installation and completion of work shall be eliminated, if it is less than half a day. ii. The maximum amount of liquidated damages shall be 10% of the contract value. iii. *The percentage refers to the payment due for the associated services for one quarter. 7.36.1. In the case it leads to termination, Odisha Computer Application Centre, Odisha shall give 30 days’ notice to the DCO of its intention to terminate the Contract and shall so terminate the Contract unless during the 30 days notice period, the DCO initiates remedial action acceptable to the Odisha Computer Application Centre 7.36.2. The Odisha Computer Application Centre may without prejudice to its right to effect recovery by any other method, deduct the amount of liquidated damages from any money belonging to the DCO in its hands (which includes Odisha Computer Application Centre, Odisha right to claim such amount against Bidder’s Bank Guarantee) or which may become due to the Bidder. Any such recovery or liquidated damages shall not in any way relieve the DCO from any of its obligations to complete the Works or from any other obligations and liabilities under the Contract. 7.37. Dispute Resolution 7.37.1. Odisha Computer Application Centre, Odisha and the DCO shall make every effort to resolve amicably by direct informal negotiations, any disagreement or disputes, arising between them under or in connection with the Contract. 7.37.2. If, after Thirty (30) days from the commencement of such direct informal negotiations, the Odisha Computer Application Centre and the DCO have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism specified in Clauses 7.38.3 and 7.38.4. Initial Draft Page 77 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.37.3. In the case of a dispute or difference arising between the Odisha Computer Application Centre and the DCO relating to any matter arising out of or connected with this Contract, such dispute or difference shall be referred to the award of two Arbitrators, one Arbitrator to be nominated by Odisha Computer Application Centre, Odisha and the other to be nominated by the DCO or in case of the said Arbitrators not agreeing, then to the award of an Umpire to be appointed by the Arbitrators in writing before proceeding with the reference, and in case the Arbitrators cannot agree to the Umpire, he may be nominated by the Secretary, Indian Council of Arbitration, New Delhi. The award of the Arbitrators, and in the event of their not agreeing, of the Umpire appointed by them or by the Secretary, Indian Council of Arbitration, New Delhi, shall be final and binding on the parties. 7.37.4. The Arbitration and Conciliation Act 1996, the rules there under and any statutory modification or re-enactments thereof, shall apply to the arbitration proceedings. 7.37.5. The venue of arbitration shall be at BHUBANESWAR, ODISHA 7.37.6. The Odisha Computer Application Centre, Odisha may terminate this contract, by giving a written notice of termination of minimum 30 days, to the Bidder, if the DCO fails to comply with any decision reached consequent upon arbitration proceedings pursuant to Clause 7.37. 7.37.7. Continuance of the Contract: 7.37.8. Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be pending, the parties hereto shall continue to be governed by and perform the work in accordance with the provisions under the Scope of Work to ensure continuity of operations. 7.38. Limitation of Bidder Liability towards OCAC 7.38.1. Except in case of gross negligence or wilful misconduct on the part of the DCO or on the part of any person or company acting on behalf of the DCO in carrying out the Services, the Bidder, with respect to damage caused by the DCO to Odisha Computer Application Centre’s property, shall not be liable to DIT. a) For any indirect or consequential loss or damage; and b) For any direct loss or damage that exceeds (A) the total payments payable under his contract to the DCO hereunder, or (B) the proceeds the DCO may be entitled to receive from any insurance maintained by the DCO to cover such a liability, whichever of (A) or (B) is higher. 7.38.2. This limitation of liability shall not affect the DCO liability, if any, for damage to Third Parties caused by the DCO or any person or firm/ company acting on behalf of the DCO in carrying out the Services. 7.39. Conflict of interest The DCO shall disclose to the Odisha Computer Application Centre in writing, all actual and potential conflicts of interest that exist, arise or may arise (either for the DCO or the Bidder’s Team) in the course of performing the Services as soon as practical after it becomes aware of that conflict. Initial Draft Page 78 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.40. Severance In the event any provision of this Contract is held to be invalid or unenforceable under the applicable law, the remaining provisions of this Contract shall remain in full force and effect. 7.41. Governing Language The Agreement shall be written in English language. Subject to Clause 6.6, such language versions of the Agreement shall govern its interpretation. All correspondence and other documents pertaining to the Contract that are exchanged by parties shall be written in English language only. 7.42. No Claim Certificate The DCO shall not be entitled to make any claim, whatsoever against the Odisha Computer Application Centre, under or by virtue of or arising out of, this contract, nor shall the State Govt. entertain or consider any such claim, if made by the DCO after he shall have signed a “No claim” certificate in favor of the Odisha Computer Application Centre in such forms as shall be required by the Odisha Computer Application Centre after the works are finally accepted. 7.43. Publicity The DCO shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the Odisha Computer Application Centre first gives the DCO its written consent. 7.44. Force Majeure 7.44.1. Force Majeure shall not include any events caused due to acts/omissions of such Party or result from a breach/contravention of any of the terms of the Contract, Bid and/or the Tender. It shall also not include any default on the part of a Party due to its negligence or failure to implement the stipulated/proposed precautions, as were required to be taken under the Contract. 7.44.2. The failure or occurrence of a delay in performance of any of the obligations of either party shall constitute a Force Majeure event only where such failure or delay could not have reasonably been foreseen, or where despite the presence of adequate and stipulated safeguards the failure to perform obligations has occurred. In such an event, the affected party shall inform the other party in writing within five days of the occurrence of such event. Odisha Computer Application Centre, Odisha will make the payments due for Services rendered till the occurrence of Force Majeure. However, any failure or lapse on the part of the DCO in performing any obligation as is necessary and proper, to negate the damage due to projected force Majeure events or to mitigate the damage that may be caused due to the abovementioned events or the failure to provide adequate disaster management/recovery or any failure in setting up a contingency mechanism would not constitute force Majeure, as set out above. 7.44.3. In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of performance in order to ensure the continuity of service and implementation of the obligations of a party under the Contract and to minimize any adverse consequences of Force Majeure. Initial Draft Page 79 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.45. General 7.45.1. Relationship between the Parties a) Nothing in this Contract constitutes any fiduciary relationship between the Odisha Computer Application Centre and Bidder/Bidder’s Team or any relationship of employer employee, principal and agent, or partnership, between the Odisha Computer Application Centre and Bidder. b) No Party has any authority to bind the other Party in any manner whatsoever except as agreed under the terms of this Contract. c) The Odisha Computer Application Centre has no obligations to the Bidder’s Team except as agreed under the terms of this Contract. 7.45.2. No Assignment The DCO shall not transfer any interest, right, benefit or obligation under this Contract without the prior written consent of the Odisha Computer Application Centre 7.45.3. Survival The provisions of the clauses of this Contract in relation to documents, data, processes, property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership survive the expiry or termination of this Contract and in relation to confidentiality, the obligations continue to apply unless the Odisha Computer Application Centre notifies the DCO of its release from those obligations. 7.45.4. Entire Contract The terms and conditions laid down in the Tender and all annexure thereto as also the Bid and any attachments/annexes thereto shall be read in consonance with and form an integral part of this Contract. This Contract supersedes any prior Contract, understanding or representation of the Parties on the subject matter. 7.45.5. Governing Law This Contract shall be governed in accordance with the laws of India. 7.45.6. Jurisdiction of Courts Only the court at Bhubaneswar, Odisha shall have exclusive jurisdiction to determine any proceeding in relation to this Contract. 7.45.7. Compliance with Laws The DCO shall comply with the laws in force in India in the course of performing this Contract. 7.45.8. Notices A “notice” means: a notice; or consent, approval or other communication required to be in writing under this Contract. Initial Draft Page 80 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC All notices, requests or consents provided for or permitted to be given under this Contract shall be in writing and shall be deemed effectively given when personally delivered or mailed by prepaid certified/registered mail, return receipt requested, addressed as follows and shall be deemed received two days after mailing or on the date of delivery if personally delivered: To Odisha Computer Application Centre, Odisha at: Attn: [Phone:] [Fax:] To DCO at: Attn: [Phone:] [Fax:] Any Party may change the address to which notices are to be directed to it by notice to the other parties in the manner specified above. A notice served on a Representative is taken to be notice to that Representative’s Party. 7.45.9. Waiver i. Any waiver of any provision of this Contract is ineffective unless it is in writing and signed by the Party waiving its rights. ii. A waiver by either Party in respect of a breach of a provision of this Contract by the other Party is not a waiver in respect of any other breach of that or any other provision. iii. The failure of either Party to enforce at any time any of the provisions of this Contract shall not be interpreted as a waiver of such provision. 7.45.10. Modification Any modification of this Contract shall be in writing and signed by an authorized representative of each Party. 7.45.11. Application These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them. 7.45.12. IT Act Besides the terms and conditions stated in this document, the contract shall also be governed by the overall acts and guidelines as mentioned in IT Act. 7.46. Special Conditions of the contract 7.46.1. All the products should be quoted with two year warranty. The warranty start date would be from the date of acceptance and signoff of the Data Centre. Initial Draft Page 81 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7.46.2. The bidders should provide an undertaking from the OEM that all the products (Hardware and Software) in the bid will be supported for a period of 2 years from the date of project acceptance and signoff. 7.46.3. Considering the technology enhancements which happen over a period of time, the bidders should provide a undertaking from the OEM that all the products (Hardware and Software) being supplied as a part of the bid would be updated with the same or better hardware/ components for a period of 2 years from the date of project acceptance and signoff whenever requested by the state government. 7.46.4. The bidder should provide an undertaking from the OEM that during the product warranty period the bidder should agree to provide all applicable if any, type of updates, patch and/or bug fixes for the software or firmware, as applicable and in accordance with the standard policies, at no additional cost to the Odisha State Government. Additionally, the documentation associated with the product(s) shall be provided free of cost to state government. 7.46.5. The bidders should be a direct reseller/ distributor of the major IT equipments like Server, Storage, Networking and Enterprise Management Software and should provide an undertaking from the OEM for the same. 7.46.6. The bidder should have the past experience of implementing and supporting the products being quoted in the bid and should be able to provide such an undertaking from the OEM. 7.46.7. The bidder has to provide an undertaking from the OEM that in case of any dissatisfaction or default on part of the bidder in providing the level of support desired by State government, the OEM agrees to extend the support required to meet the warranty terms for the remaining period. 7.46.8. It is expected that infrastructure installed in the OSDC shall grow during the project period and it is envisaged that additional servers, softwares, and devices may be installed in OSDC during the project period. Such equipments and software not included in the attached item list in section 8. However it shall be the responsibility of the DCO to provide all FMS services for all such additional equipment and software 7.46.9. It is a fixed price contract till completion of work. 7.46.10. Any change request has to be approved by Odisha Computer Application Centre, unilaterally only. 7.46.11. Payment of any sum shall not be considered as extinguishment of any obligation of the vendor. 7.46.12. Odisha Computer Application Centre's liability is limited to Total Project Cost without any exceptions and Odisha Computer Application Centre's employees, directors and agencies (including Consultant) should not be responsible for anything to the DC vendor. Initial Draft Page 82 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 8. Section VIII - BILL OF MATERIAL (BOM) Table 1 - Servers, Systems and Printers (A) PARTICULAR Serial Number CPU 1 DOMAIN CONTROLLER SERVER 99K3015 1*Quad Core(2.0 GHz) 2 ADDITIONAL DOMAIN CONTROLLER SERVER 99L2025 1*Quad Core(2.0 GHz) 3 PROXY SERVER 99K1570 4 PROXY SERVER 99L2021 Sl. No HDD Asset Manufacturer 4 GB 2*146 GB IBM BL-HS22 4 GB 2*146 GB IBM BL-HS22 1*Quad Core(2.0 GHz) 4 GB 2*146 GB IBM BL-HS22 1*Quad Core(2.0 GHz) 4 GB 2*146 GB IBM BL-HS22 RAM Make / Model 5 ANTIVIRUS SERVER 99L1992 1*Quad Core(2.0 GHz) 4 GB 2*146 GB IBM BL-HS22 6 DATABASE SERVER ON AIX PLATFORM 06-AAB05 Quad Core (5.0 GHz) 32 GB 2*146 GB IBM P-550 7 DATABASE SERVER ON AIX PLATFORM 06-AAAE5 Quad Core (5.0 GHz) 32 GB 2*146 GB IBM P-550 8 DATABASE SERVER ON AIX PLATFORM 06-AAAF5 Quad Core (5.0 GHz) 32 GB 2*146 GB IBM P-550 9 DATABASE SERVER ON WINDOWS PLATFORM 99C9872 2*Quad Core (2 GHz) 32 GB 2*146 GB IBM X-3850 M2 10 DATABASE SERVER ON WINDOWS PLATFORM 99C9869 2*Quad Core (2 GHz) 32 GB 2*146 GB IBM X-3850 M2 11 TIVOLI STORAGE MANAGEMENT SERVER 99C8672 2*Quad Core (2 GHz) 8 GB 4*300 GB IBM X-3850 M2 12 STAGGING SERVER 99C9870 2*Quad Core (2 GHz) 8 GB 2*146 GB IBM X-3850 M2 13 STAGGING SERVER 99C9871 2*Quad Core (2 GHz) 8 GB 2*146 GB IBM X-3850 M2 14 APPLICATION SERVER ON AIX PLATFORM 06-AAB25 Quad Core (5.0 GHz) 16 GB 2*146 GB IBM X-3850 M2 15 APPLICATION SERVER ON LINUX PLATFORM 99L2457 1*Quad Core(2.0 GHz) 16 GB 2*146 GB IBM BL-HS22 16 APPLICATION SERVER ON WINDOWS PLATFORM 99L0368 1*Quad Core(2.0 GHz) 16 GB 2*146 GB IBM BL-HS22 17 APPLICATION SERVER ON LINUX PLATFORM 99L2468 1*Quad Core(2.0 GHz) 16 GB 2*146 GB IBM BL-HS22 18 APPLICATION SERVER ON WINDOWS PLATFORM 99L2464 1*Quad Core(2.0 GHz) 16 GB 2*146 GB IBM BL-HS22 19 NETWORK FAULT MANAGEMENT SERVER 99L0370 1*Quad Core(2.0 GHz) 10 GB 2*300 GB IBM BL-HS22 20 NETWORK PERFORMANCE MANAGEMENT SERVER 99L2010 1*Quad Core(2.0 GHz) 10 GB 2*300 GB IBM BL-HS22 21 HELPDESK SERVER 99K1555 1*Quad Core(2.0 GHz) 10 GB 2*146 GB IBM BL-HS22 22 SERVER MANAGEMENT SERVER 99K1562 1*Quad Core(2.0 GHz) 10 GB 2*146 GB IBM BL-HS22 23 DATABASE MANAGEMENT SERVER 99l2016 1*Quad Core(2.0 GHz) 8 GB 2*146 GB IBM BL-HS22 24 WEB APPLICATION SERVER ON AIX PLATFORM 06AA015 Quad Core (5.0 GHz) 8 GB 2*146 GB IBM P-550 25 WEB APPLICATION SERVER ON WINDOWS PLATFORM 99K1563 1*Quad Core(2.0 GHz) 8 GB 2*146 GB IBM BL-HS22 26 WEB APPLICATION SERVER ON WINDOWS PLATFORM 99L1991 1*Quad Core(2.0 GHz) 8 GB 2*146 GB IBM BL-HS22 27 WEB APPLICATION SERVER ON WINDOWS PLATFORM 99L2003 1*Quad Core(2.0 GHz) 8 GB 2*146 GB IBM BL-HS22 28 WEB APPLICATION SERVER ON WINDOWS PLATFORM 99L2006 1*Quad Core(2.0 GHz) 8 GB 2*146 GB IBM BL-HS22 29 IBM BLADE CHASIS 99AEP07 NA NA IBM MT 8677 Initial Draft Page 83 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Serial Number Sl. No PARTICULAR 30 IBM BLADE CHASIS 99AEP09 1*Quad Core(2.5 GHz) 31 SERVER 1 06YTNV4 1*Octa Core(2.1 GHz) 32 SERVER 2 06YTNV5 1*Octa Core(2.1 GHz) 33 SERVER 3 06YTNV6 1*Octa Core(2.1 GHz) 34 SERVER 4 06YTNV7 1*Octa Core(2.1 GHz) HDD Asset Manufacturer NA NA IBM 24 GB 2*300 GB IBM BL-HS22 24 GB 2*300 GB IBM BL-HS22 24 GB 2*300 GB IBM BL-HS22 2*300 GB IBM BL-HS22 CPU RAM 24 GB Make / Model MT 8677 (B) Sl. No 1 Serial Number B1PQPQ1 OS CPU RAM HDD Asset Manufacturer Make / Model WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 OPTIPLEX 380 2 B1NRPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL 3 B1KQPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 OPTIPLEX 380 4 B1JSPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL 5 B1MQPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 6 B1HSPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 7 B1LRPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 8 B1FRPQ1 WIN 7 PROFFESSIONAL Processor 2933 MHz 1 GB DDR3 250 GB DELL OPTIPLEX 380 9 10 11 B1NPPQ1 B1KSPQ1 INA127038H WIN 7 PROFFESSIONAL WIN 7 PROFFESSIONAL WIN - XP Processor 2933 MHz Processor 2933 MHz Processor 2500 MHz 1 GB DDR3 1 GB DDR3 2 GB DDR3 250 GB 250 GB 300 GB DELL DELL HP OPTIPLEX 380 OPTIPLEX 380 HP COMPAQ DX2480 12 4FRQYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL OPTIPLEX 9010 13 3HTMYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL OPTIPLEX 9010 14 DBVHYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL OPTIPLEX 9010 15 FBVKYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL OPTIPLEX 9010 16 JGTMYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL OPTIPLEX 9010 OPTIPLEX 9010 17 FZSNYX1 WIN 7 PROFFESSIONAL Core i7 3.40 GHz 2 GB DDR3 500 GB DELL 18 1W1H0Q1 WIN 7 PROFFESSIONAL Intel Core 2 Duo 2 GB DDR3 320 GB DELL VOSTRO 1015 VOSTRO 1015 19 5W1H0Q1 WIN 7 PROFFESSIONAL Intel Core 2 Duo 2 GB DDR3 320 GB DELL 20 3W1H0Q1 WIN 7 PROFFESSIONAL Intel Core 2 Duo 2 GB DDR3 320 GB DELL VOSTRO 1015 VOSTRO 1015 21 4W1H0Q1 WIN 7 PROFFESSIONAL Intel Core 2 Duo 2 GB DDR3 320 GB DELL 22 2W1H0Q1 WIN 7 PROFFESSIONAL Intel Core 2 Duo 2 GB DDR3 320 GB DELL VOSTRO 1015 23 JV51WW1 WIN 7 PROFFESSIONAL Intel Core i7 6 GB DDR3 500 GB DELL VOSTRO 3460 24 4W51WW1 WIN 7 PROFFESSIONAL Intel Core i7 6 GB DDR3 500 GB DELL VOSTRO 3460 25 DV51WW1 WIN 7 PROFFESSIONAL Intel Core i7 6 GB DDR3 500 GB DELL VOSTRO 3460 Initial Draft Page 84 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No 26 Serial Number 1W51WW1 OS CPU WIN 7 PROFFESSIONAL Intel Core i7 RAM HDD 6 GB DDR3 500 GB Asset Manufacturer DELL Make / Model VOSTRO 3460 (C) Sl. No Asset Name Serial Number Type of Printer/ Scanner Asset Manufacturer Make / Model 1 LASER PRINTER CNRXB53027 MFD HP HPDV-Printer 2 LASER PRINTER CNRXB53021 MFD HP HPDV-Printer 3 INKJET PRINTER CN2CCDF4G3 DeskJet HP HP DESKJET D 2668 Table 2 - Storage & Backup Devices Sl. No. Asset Name Serial Number Asset Manufacturer Make / Model Capacity 1 SAN Switch FOX1349GKAK IBM DS-C9134-K9 32 Port 2 SAN Switch FOX1349GK5A IBM DS-C9134-K9 32 Port 3 SAN Switch FOX1349GK69 IBM DS-C9134-K9 32 Port 4 SAN Switch DS-C9134-K9 32 Port Storage FOX1349GK95 78KOZY4 IBM 5 IBM DS 5300 90 TB 6 Storage Disk Self 78KOZXD IBM ST 5000 450 GB X 8 7 Storage Disk Self 78KOZX6 IBM ST 5000 450 GB X 16 8 Storage Disk Self 78KOZX4 IBM ST 5000 450 GB X 16 9 Storage Disk Self 78KOZX2 IBM ST 5000 450 GB X 16 10 Storage Disk Self 78KOZXB IBM ST 5000 450 GB X 16 11 Storage Disk Self 78KOZX7 IBM ST 5000 450 GB X 16 12 Storage Disk Self 78KOZX3 IBM ST 5000 450 GB X 16 13 Storage Disk Self 78KOZXC IBM ST 5000 450 GB X 16 14 Storage Disk Self 78KOZXF IBM ST 5000 450 GB X 16 15 Storage Disk Self 78KOZXA IBM ST 5000 450 GB X 16 16 Storage Disk Self 78KOZX9 IBM ST 5000 450 GB X 16 17 Storage Disk Self 78KOZX8 IBM ST 5000 450 GB X 16 18 Storage Disk Self 78KOZX1 IBM ST 5000 450 GB X 16 Initial Draft Page 85 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. Asset Name Serial Number Asset Manufacturer Make / Model Capacity 19 Storage Disk Self 78KOZX5 IBM ST 5000 450 GB X 16 20 VTL Disk self 78C0088 IBM ST 7500 1 TB X 16 21 VTL Disk self 78C0163 IBM ST 7500 1 TB X 16 22 VTL Disk self 78C0164 IBM ST 7500 1 TB X 16 23 VTL Disk self 78C0165 IBM ST 7500 1 TB X 16 24 VTL Disk self 78C0089 IBM ST 7500 1 TB X 16 25 VTL Disk self 78C0162 IBM ST 7500 1 TB X 16 26 VTL Disk self 78C0161 IBM ST 7500 1 TB X 16 27 VTL Disk self 78C0171 IBM ST 7500 1 TB X 16 28 VTL Disk self 78C0172 IBM ST 7500 1 TB X 16 29 VTL Disk self 78C0174 IBM ST 7500 1 TB X 16 30 VTL Disk self 78C0173 IBM ST 7500 1 TB X 16 31 VTL Disk self 78C0175 IBM ST 7500 1 TB X 16 32 VTL Base server -1 78MVNAP IBM ST 7500 33 VTL Base server -2 78MV2FT IBM ST 7500 34 Tape Library 1317330 IBM TS 3310 35 Tape Library expansion 1375680 IBM Table 3 - Network Components Sl. No Asset Name Serial Number IOS/ Software Version Asset Manufacturer Make / Model 1 INTERNET ROUTER FHK1403F4HF 12.4(24)T6 CISCO CISCO3845 2 INTERNET ROUTER FHK1403F4HG 12.4(24)T6 CISCO CISCO3845 3 INTERNET SWITCH FOC1402Z4K0 12.2(58)SE2 CISCO Cat3560G-24TS 4 INTERNET SWITCH FOC1402W4VX 12.2(58)SE2 CISCO Cat3560G-24TS 5 NETWORK LOADBALANCER 21902301 6.12.02DL RADWARE LinkProof OnDemand Switch 2 6 NETWORK LOADBALANCER 21902258 6.12.02DL RADWARE LinkProof OnDemand Switch 2 7 IPS 21902773 6.00.01 RADWARE DP-1016-NL-D-Q 8 IPS 21902756 4.23.01 RADWARE DP-1016-NL-D-Q 9 INTERNET FIERWALL USE949N5Q9 8.1(2) CISCO Cisco ASA5580 10 INTERNET FIERWALL USE949N5Q1 8.1(2) CISCO Cisco ASA5580 11 CORE SWITCH SMC1348005N 12.2(33)SXI2a CISCO WS-C6509-E 12 CORE SWITCH SMC1348005S 12.2(33)SXI2a CISCO WS-C6509-E Initial Draft Page 86 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name IOS/ Software Version Serial Number Asset Manufacturer Make / Model 13 WEB DMZ SWITCH FOC1402W5G3 12.2(58)SE2 CISCO Cat3560G-24TS 14 WEB DMZ SWITCH FOC1402W5FN 12.2(58)SE2 CISCO Cat3560G-24TS 15 APP LOADBALANCER 31901110 2.11.00 RADWARE AppDirector with Cookie Persistency 16 APP LOADBALANCER 31901109 2.11.00 RADWARE AppDirector with Cookie Persistency 17 INTRANET FIERWALL JMX1406L115 8.0(4) CISCO Cisco ASA5550 18 INTRANET FIERWALL JMX1406L114 8.0(4) CISCO Cisco ASA5550 19 MGM DMZ SWITCH FOC1402Z4JZ 12.2(58)SE2 CISCO Cat3560G-24TS 20 MGM DMZ SWITCH FOC1402W5FT 12.2(58)SE2 CISCO Cat3560G-24TS 21 APP & DB DMZ SWITCH FOC1402W4VM 12.2(58)SE2 CISCO Cat3560G-24TS 22 APP & DB DMZ SWITCH FOC1402W4W0 12.2(58)SE2 CISCO Cat3560G-24TS 23 ACCESS SWITCH FOC1402W4W3 12.2(58)SE2 CISCO Cat3560G-24TS 24 Access Control Server (AAA Server) FTX1401501T 5.0.0.21 CISCO Cisco 1120 Secure ACS 25 Access Control Server (AAA Server) FTX1401501S 5.0.0.21 CISCO Cisco 1120 Secure ACS 26 KVM Switch 23LG319 N/A IBM IBM 17353LX 27 KVM Switch 23LG185 N/A IBM IBM 17353LX 28 KVM Switch 23LG186 N/A IBM IBM 17353LX Table 4 - Software Licenses Sl. No Software Name Software Version Total Licenses Procured Win 2003 R2 & Win 2008 R2 20 SQL 2008 5 Fore Front 2010 2 RHEL 5.4 12 1 Microsoft Windows Enterprise. 2 Microsoft SQL 3 Microsoft Fore Front (ISA Enterprise 2006) 4 RHEL advanced platform license Linux 5 ORACLE 11 g (Release 2) 3 6 IBM TSM 7.1 376 (PVU) 7 IBM DB2 9.7 120 (PVU) / 4 8 Symantec Endpoint Protection 12.1 100 9 Symantec Critical system Protection 5.2 for server (HIDS/HIPS) 30 10 CA Spectrum 5.2 9.4 Initial Draft 2500 Page 87 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 6.3 3000 CA Service Desk 12.9 5(Concurrent License) 13 CA UIM (Server) 8.2 27 14 CA UIM (Database) 15 CA Application Performance Management CA Wily Introscope 9.5 30 Agents 16 CA CEM Transaction Impact Monitor soft Appliance with RHEL CA TIM with RHEL 5.5 1 software appliance 17 Oracle RAC Oracle RAC 11g R2 8 18 CISCO SSL VPN Client License ASA 5500 VPN Premium User License 25 19 Unix AIX Enterprise Latest Edition Unix AIX 6.1 5 11 CA eHealth 12 5 Table 5 Safety, Security and IT Support Equipments Sl. No Asset Name 1. 400 KVA DG 1 2. 400 KVA DG 2 3. 400 KVA DG 3 4. 300 KVA UPS 1 5. 300 KVA UPS 2 6. 300 KVA BATTERY BANK 1 7. 300 KVA BATTERY BANK 2 8. 300 KVA BATERY BRAKER 1 9. 300 KVA BATERY BRAKER 2 Quantity 3 2 KVS5001/1000195 KIRLOSKAR KVS5001/1000165 KIRLOSKAR Make / Model KG400WS KG400WS KG400WS 200912MI3864 EMERSON HIPLUSE/ EMRSON 201001MI3929 EMERSON HIPLUSE/ EMRSON SR2010027M5587 EMERSON HIPLUSE/ EMRSON SR2010027M5557 EMERSON HIPLUSE/ EMRSON 2 2 10. 20 KVA UPS 1 11. 20 KVA UPS 2 12. 20 KVA BATTERY BANK 1 13. 20 KVA BATERY BRAKER 1 14. 20 KVA BATERY BRAKER 2 15. DG AMF Sync. Cum auto mgmt. Panel 1 16. MAIN LT PANNEL 1 17. PAC PANNEL1 18. PAC PANNEL2 19. UPS INCOMMER & OUTGOING BRAKER 1 20. UPS INCOMMER & OUTGOING BRAKER 2 21. CAC DB 1 Initial Draft KVS5001/1000170 Asset Manufacturer KIRLOSKAR Serial Number 2 1 2 2 2 Page 88 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name Quantity 22. CAC DB 2 23. POWER DB 1 24. POWER DB 2 25. UPS DB 1 26. UPS DB 2 27. UPS OUTPUT PANNEL 1 28. UPS OUTPUT PANNEL 2 29. PAC AUTO CHANGE OVER SWITCH 30. PRECISION AIR CONDITIONER (PAC) 1 with Remote 31. PRECISION AIR CONDITIONER (PAC) 2 with Remote 32. PRECISION AIR CONDITIONER (PAC) 3 with Remote 33. 34. 35. EXTENDED PIPING KIT PAC 5 36. 1 38. SEQUENCING CONTROLLER OF PAC NETWORK INTERFACE CARD OF BMS INTEGRATION FOR PAC RETURN AIR MOTORIZED DAMPER FOR PAC 39. Ductable AC 1 40. Ductable AC 2 41. Ductable AC 3 42. FILTER FOR DUCTABLE AC 43. Split AC 1 with Remote 44. Split AC 2 with Remote 45. Split AC 3 with Remote 46. COPPER REFRIGERANT PIPING FOR SPLIT AC 47. CASSETTE AC 1 (3TR) with Remote 48. CASSETTE AC 2 (3TR) with Remote 49. 50. 51. CASSETTE AC 5 (1.5TR) with Remote 52. CASSETTE AC 6 (1.5TR) with Remote 53. 4KVA VOLTAGE STABILIZER 1 54. 4KVA VOLTAGE STABILIZER 2 37. Initial Draft Serial Number Asset Manufacturer Make / Model 2 2 2 5 1008440380EC06 EMERSON PEX-380-EC/EMERSON 1008440380EC02 EMERSON PEX-380-EC/EMERSON 1008440380EC03 EMERSON PEX-380-EC/EMERSON PRECISION AIR CONDITIONER (PAC) 4 with Remote 1008440380EC04 EMERSON PEX-380-EC/EMERSON PRECISION AIR CONDITIONER (PAC) 5 with Remote 1008440380EC05 EMERSON PEX-380-EC/EMERSON 5 5 4 3 110001999 BLUE STAR BLUE STAR 110002000 BLUE STAR BLUE STAR 110001977 BLUE STAR BLUE STAR IDU1004284 BLUE STAR BLUE STAR / 2HW181YB IDU1007528 BLUE STAR BLUE STAR / 2HW181YB 3423116626 PANASONIC 3 3 3 SCR481SEIDU1000106 BLUE STAR BLUE STAR SCR481SEIDU1000108 BLUE STAR BLUE STAR CASSETTE AC 3 (1.5TR) with Remote C101117840109715130060 BLUE STAR BLUE STAR CASSETTE AC 4 (1.5TR) with Remote C101117840109715130010 BLUE STAR BLUE STAR C101117840109715130052 BLUE STAR BLUE STAR C101117840109715130053 BLUE STAR BLUE STAR 2 4 4 40906250969 40906250970 Page 89 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name Quantity Serial Number Asset Manufacturer Make / Model HONEYWELL XLS- PS 55. 4KVA VOLTAGE STABILIZER 3 40906250928 56. 4KVA VOLTAGE STABILIZER 4 40906250927 57. Smoke Detector System (Fire Alarm System) 38 58. Response Indicator 19 59. Addressable type Manual Pull Station 3 60. Electronic Hooter cum strobe 13 61. Fire Extinguisher 1 ABC Type (5 KG) 62. Fire Extinguisher 2 ABC Type (5 KG) 63. Fire Extinguisher 3 ABC Type (5 KG) 64. Fire Extinguisher 4 ABC Type (5 KG) 65. Fire Extinguisher CO2 Type (4.5 KG) 66. Fire Extinguisher 1 NAF PIV Type (2 KG) 67. Fire Extinguisher 2 NAF PIV Type (2 KG) 68. 71. Fire Alarm Control Panel Access Control System 1 (containing 12 door control unit) Access Control System 2 (containing 12 door control unit) Smart Card Reader 15 72. Electromagnetic Locks Single Door 6 73. Electromagnetic Locks Double Door 5 74. Emergency Door Release 11 75. Biometric Finger Print Reader 1 76. Biometric Finger Print Reader 2 77. Dome Camera 1 I1008004744 HONEYWELL HONEYWELL- HDC- 605P-36 78. Dome Camera 2 I1008004750 HONEYWELL HONEYWELL- HDC- 605P-36 79. Dome Camera 3 I1008006011 HONEYWELL HONEYWELL- HDC- 605P-36 80. Dome Camera 4 I1008005008 HONEYWELL HONEYWELL- HDC- 605P-36 81. Dome Camera 5 I1008004742 HONEYWELL HONEYWELL- HDC- 605P-36 82. Dome Camera 6 I1008004994 HONEYWELL HONEYWELL- HDC- 605P-36 83. Dome Camera 7 I1008006014 HONEYWELL HONEYWELL- HDC- 605P-36 84. Dome Camera 8 I1008005007 HONEYWELL HONEYWELL- HDC- 605P-36 85. Dome Camera 9 I1008004739 HONEYWELL HONEYWELL- HDC- 605P-36 86. Dome Camera 10 I1008006016 HONEYWELL HONEYWEL / HD3CBX 87. Digital Video Recorder K40209C04626 HONEYWELL HONEYWELL HNDR S4848 69. 70. Initial Draft 5746 4 5748 5747 5749 1 2 1 84318 228 229 0081BRB041 09-44-NR-2106 2 09-44-NR-2101 2 10 1 1607476068 1607460781 Page 90 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name Quantity Serial Number 88. Colour Monitor for CCTV 1 LR22HMBS801477B 89. VESDA 4 ZONE UNIT 80LT Cylinder/Valve Assembly 1 for Gas Suppression System at server Room 80LT Cylinder/Valve Assembly 2 for Gas Suppression System at server Room 80LT Cylinder/Valve Assembly 3 for Gas Suppression System at server Room 80LT Cylinder/Valve Assembly 4 for Gas Suppression System at server Room 80LT Cylinder/Valve Assembly 6 for Gas Suppression System at UPS & Panel Room 80LT Cylinder/Valve Assembly 7 for Gas Suppression System at UPS & Panel Room 80LT Cylinder/Valve Assembly 8 for Gas Suppression System at UPS & Panel Room Master Kit 1 for Gas Suppression System at Server Room Master Kit 2 for Gas Suppression System at UPS & Panel Room Slave Kit 1 for Gas Suppression System 1 B 8108302 100. Nozzles 1 for Gas Suppression System 16 101. 12 Check Valve for Gas Suppression System 6 102. Abort switch 1 for Gas Suppression System 3 103. 3 106. Release switch 1 for Gas Suppression System Local discharge pressure switch for Gas Suppression System Gas Release Panel for Gas Suppression System at Server Room Piping for Gas Suppression System 107. BMS Software Package 1 108. BMS (MOD Bus) Controller 1 109. Wall ceiling mount temperature cum humidity sensor 5 110. 7 112. BMS Integrator for Integration WATER LEAK DETECTION PANEL WITH LCD DISPLAY SOUNDER for Water Leakage System 113. SOUNDER for Fire Alarm System 1 114. MASTER CONSOLE 1 for Rodent Repellent System 2 90. 91. 92. 93. 94. 95. 96. 97. 98. 99. 104. 105. 111. Initial Draft 8 Asset Manufacturer Xtrails Make / Model Xtrails Vesda VLP/XLS-PS NJ6329 SUPPER Supper NJ6338 SUPPER Supper NJ6348 SUPPER Supper NJ6330 SUPPER Supper NJ6318 SUPPER Supper NJ6320 SUPPER Supper NJ6071 SUPPER Supper 2 8 2 3 3 1 102679015 HONEYWELL HONEYWELL – XL-880IPC/EXP JE/15226 1 Page 91 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name Quantity 115. MASTER CONSOLE 2 for Rodent Repellent System 116. SATELITE UNIT 4 ZONE SELECTION PANEL for Public Address System GOOSENECK MICROPHONE for Public Address System 200W AMPLIFIER for Public Address System 20 1 14 122. 19" RACK (14U) for Public Address System 6W CEILING MOUNT SPEAKER for Public Address System DIGITAL EPABX SYSTEM 123. DIGITAL TELEPHONE 10 124. 40 126. ANALOG TELEPHONE EXTERNAL HARDDISK used for CCTV Video Recording DLINK 16 Port UNMANAGED SWITCH used for BMS 127. VOICE MAIL SYSTEM 128. Honeywell Panic Bar 129. Main Distribution Frame (MDF) Box 1 for Intercom 130. 133. Main Distribution Frame (MDF) Box 2 for Intercom Lightening Arrestor and Reflector for building with accessories Load Bus Synchronisation (LBS) System for 300KVA UPS 6KVA VOLTAGE STABILIZER 1 134. 6KVA VOLTAGE STABILIZER 2 135. Fire Extinguisher 3 NAF PIV Type (2 KG) 136. Fire Extinguisher 4 NAF PIV Type (2 KG) 117. 118. 119. 120. 121. 125. 131. 132. Serial Number 1 1091103382 1 405032500100102885 1 P40502869920082092 1 Asset Manufacturer Make / Model PZ152105230327 1 2GEXZXWO 1 F30639B003434 1 133705 1 NA 2 1 1 2 2 200912HL0247 N2K13411 N2K13412 447 452 Table 6 Non IT Support Equipments Sl. No Initial Draft Asset Name Quantity 1. MEDIUM BACK CHAIR 44 2. HIGH BACK CHAIR 1 3. TWO SITTER SOPHA 2 4. THREE SITTER SOPHA 1 Serial Number Asset Manufacturer Make / Model Page 92 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No Asset Name 5. Exhaust System for DG1 6. Exhaust System for DG2 7. Exhaust System for DG3 8. LIGHTING DISTRIBUTION BOARD (DB)1 9. LIGHTING DISTRIBUTION BOARD (DB)2 Quantity 3 4 11. 1x36 WATT SLIMLITE FIXTURE 20 12. 2xPL-L36 WATT FOR MODULAR CEILING 65 13. 50 17. 4x18 WATT FOR MOUNTING LUMINARIES 1xPL-C18 WATT MOUNTING DOWN LUMINARIES 2xPL-C18 WATT MOUNTING DOWN LUMINARIES AIR GRILL WITH VOLUME CONTROL DAMPER FOR PAC Access Management Software License 18. Cylinder Strap for Gas Suppression System 16 19. 2 POST 42 U OPEN RACK (Network Rack) 5 20. 42U OPEN RACK (Server Rack) 20 21. 42U IBM RACK 1 (Server Rack) 22. 42U IBM RACK 2 (Server Rack) 23. 42U IBM RACK 3 (Server Rack) 24. 36U IBM RACK 1 (Server Rack) 25. 36U IBM RACK 2 (Server Rack) 26. Havells Wall Mount FAN 1 27. Teapoy Table 1 28. Works Station Unit 31 29. Works Table 4 30. Double shutter glass Door with floor spring 1 2 31. Single shutter (1.5mx2.1m) Door 1 32. Single shutter (0.9mx2.1m) Door 7 33. Single leaf steel Door 2 34. Double leaf (unequal) steel Door 2 35. Double leaf (equal) steel Door 2 16. Initial Draft Make / Model KIRLOSKAR 2 EARTHING T-39 PIPE 15. Asset Manufacturer KIRLOSKAR KIRLOSKAR 10. 14. Serial Number 10 20 45 1 3 2 Page 93 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Note: 1. Bidders are advised to visit Odisha State Data Centre, Odisha Computer Application Centre(OCAC), having its head office at N/1-7D, Acharya Vihar Square, Near Planetarium, PO: RRL, Bhubaneswar, 751013.Odisha to see the items and for detailed configuration etc. 2. All accessories /passive items including network cable/ OFC/ power cable/ power extension board, connectors/ Couplers/ electrical cables etc. connected/ terminated to active equipments & will be covered under this Maintenance contract. Initial Draft Page 94 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 9. Section IX - Formats to Response to the Tender - Technical Bid The Bidders are required to submit a Technical and Commercial Bid in response to this tender. This section provides the outline, content and the formats that the Bidders are required to follow in the preparation of their Technical and Commercial Bids. 9.1. Format 1 - Technical Bid Letter To <NAME & Address> Sir/ Madam, Subject: Appointment of an Agency for Operations and Maintenance (FMS) of Physical, IT and Non IT Infrastructure at the State Data Centre. Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> We, the undersigned Bidders, having read and examined in detail all the Tender documents do hereby propose to provide the services as specified in the Tender document number <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> along with the following: 1 . EARNEST MONEY DEPOSIT (BID SECURITY) We have enclosed an BID SECURITY in the form of a Demand Draft / Bank Guarantee for the sum of INR ________________/- (Rupees __________________ only). This BID SECURITY is liable to be forfeited in accordance with the provisions of the Section III - General Conditions of the Contract. 2 . DEVIATIONS a) We declare that all the services shall be performed strictly in accordance with the Tender documents except for the variations, assumptions and deviations, all of which have been detailed out exhaustively in the following statements, irrespective of whatever has been stated to the contrary anywhere else in our Tender: b) Statement of Deviations from Tender Terms and Conditions (Format 5 of Section IX) Further we agree that additional conditions or assumptions, if any, found in the Tender documents, other than those stated in deviation schedule, shall not be given effect to. 3 . CONTRACT PERFORMANCE GUARANTEE BOND We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee bond in the form prescribed in Section XI (Format 3). We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief. Initial Draft Page 95 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC We understand that our bid is binding on us and that you are not bound to accept a bid you receive. Thanking you, Yours faithfully, (Signature of the Bidder) Printed Name Designation Seal Date: Place: Business Address: 9.2. Format 2 - General Information about the Bidder Sl. No Information 1 . Name of the Bidder 2 . Address of the Bidder Name & Designation of the contact person to 3 . whom all references shall be made regarding this tender 4 . Telephone No. (with STD Code) 5 . E-Mail of the contact person: 6 . Fax No. (with STD Code) 7 . Website 9.3. Format 3 - Pre-Bid Queries SDC Pre-bid Query Format Sl. No Bidder Name Initial Draft Pg no. RFP Clause No. Clause Clarification Sought Remark from Bidder Response from the Sate Page 96 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 9.4. Format 4 - Manpower Details Sl. No. Role No of Resources 1. DC Project Manager 2. Network & Security specialist 3. System Administrator 4. Technical specialist EMS 5. Database Admin 6. Storage and Backup 7. Helpdesk Coordinators 8. BMS support 9. Electrical support 10. Physical Security 11. Housekeeping 12. Support/ Back office Min. Qualification, Relevant Experience & Certifications TOTAL 9.5. Format 5 - Deviations from Tender Terms & Conditions SI. No. Initial Draft Section No. Clause No. Page No. Statement of deviation and variation Remarks Page 97 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 10. Section X - Format for Response to Tender - Commercial Bid 10.1. Format 1 - Commercial Bid Letter To <NAME & ADDRESS OF CONTACT PERSON > Sir/ Madam, Subject: Appointment of an Agency for Operations and Maintenance (FMS) of Physical, IT and Non IT Infrastructure at the State Data Center: Reference Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect of Appointment of an Agency for Supply, Installation, Configuration, Operations and Maintenance of Physical & IT Infrastructure Components for State Data Centre do hereby propose to provide services as specified in the Tender documents number <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> 4 . PRICE AND VALIDITY a. All the prices mentioned in our Tender are in accordance with the terms as specified in the Tendered documents. All the prices and other terms and conditions of this Tender are valid for a period of 180 calendar days from the date of opening of the Tenders b. We hereby confirm that our Tender prices include all taxes. However, all the taxes are quoted separately under relevant sections. c. We have studied the clause relating to Indian Income Tax and hereby declare that if any income tax, surcharge on Income Tax, Professional and any other corporate Tax in altercated under the law, we shall pay the same. 5 . UNIT RATES a. We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of payment as well as for price adjustment in case of any increase to / decrease from the scope of work under the contract. 6 . BID SECURITY a. We have enclosed a BID SECURITY in the form of a Demand Draft / Bank Guarantee for a sum of INR _______________/- (Rupees __________________only). This BID SECURITY is liable to be forfeited in accordance with the provisions of the Section VII - GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT. 7 . DEVIATIONS a. We declare that all the services shall be performed strictly in accordance with the Tender documents except for the variations and deviations, all of which have been detailed out exhaustively in the Initial Draft Page 98 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC following statement, irrespective of whatever has been stated to the contrary anywhere else in our bid. b. Further we agree that additional conditions, if any, found in the Tender documents, other than those stated in deviation schedule, shall not be given effect to. 8 . TENDER PRICING a. We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders included in Tender documents. 9 . QUALIFYING DATA a. We confirm having submitted the information as required by you in your Instruction to Bidders. In case you require any other further information/ documentary proof in this regard before evaluation of our Tender, we agree to furnish the same in time to your satisfaction. 1 0 . BID PRICE a. We declare that our Bid Price is for the entire scope of the work as specified in the Schedule of Requirements and Tender documents. These prices are indicated in Format 2 of this Section attached with our Tender as part of the Tender. 1 1 . CONTRACT PERFORMANCE GUARANTEE BOND a. We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee bond in the form prescribed in Section XI – Performa and as per Section VII - General Terms and Conditions of Tender & Contract We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the best of our knowledge and belief. We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive. We confirm that no Technical deviations are attached here with this commercial offer. Thanking you, Yours faithfully, (Signature of the Bidder) Printed Name Designation Seal. Date: Place: Business Address: Initial Draft Page 99 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 10.2. Format 2 - Breakdown of Cost Components I. Bidder should provide all prices as per the prescribed format under this Annexure. Bidder should not leave any field blank. In case the field is not applicable, Bidder must indicate “0” (Zero) in all such fields. II. All the prices (even for taxes) are to be entered in Indian Rupees ONLY (%age values are not allowed) III. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable And / or payable. IV. Odisha Computer Application Centre reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated. V. Odisha Computer Application Centre shall take into account all Taxes, Duties & Levies for the purpose of Evaluation VI. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other related items. VII. The Unit Rate as mentioned in the following formats shall be used for the purpose of ‘Change Order’ for respective items, if any. However, based on the market trends, Odisha Computer Application Centre retains the right to negotiate this rate for future requirements. VIII. For the purpose of evaluation of Commercial Bids the Odisha Computer Application Centre shall make appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall have no corelation with the Contract value or actual payment to be made to the Bidder. Initial Draft Page 100 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Summary of Cost Components PRICE SCHEDULE - A: Comprehensive onsite maintenance charges of Hardware/ Software installed at OSDC, cited items are listed in Table 1, 2, 3, 5 and 6. Sl. No. Item Description Make No. of Quarters Model Serial No. Unit Rate of comprehensive VAT Service Unit Rate of Total maintenance per quarter Amount Tax comprehensive Comprehensive including all taxes & levies (Rs) Amount maintenance per Maintenance Cost (Rs) quarter including including all taxes all taxes & levies and levies (Rs) but excluding VAT & Service Tax (Rs.) (Rs.) 1 2 3 Total in figures Total in words (Rupees) PRICE SCHEDULE – B : Software Support Services Sl. No. Software Name Software Total Version Licenses renewal cost per quarter Procured including all taxes & levies 1 IBM TSM 7.1 376(PVU) 2 Symantec Endpoint Protection 100 12.1 100 3 Unix AIX Enterprise Latest Edition UNIX AIX 6.1 5 4 CA Spectrum 9.4 150 5 CA eHealth 6.3 150 6 CA Service Desk 12.9 5(Concurrent) Initial Draft Unit rate of software support VAT Amount ServiceTax (Rs) (in Amount) Unit rate of software Total software support renewal cost support renewal cost per quarter including including all taxes & but excluding VAT & Service all taxes & levies Tax (Rs.) (Rs.) levies (Rs.) Page 101 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 7 8.2 27 8.2 5 CA UIM (Server) 8 CA UIM (Database) Total in figures Total in words (Rupees) PRICE SCHEDULE - C: FACILITY MANAGEMENT SERVICES - MANPOWER CHARGES Sl. No. Role No of Resources. Man Month Rate Man Month Rate Service Tax ServiceTax Gross Man Month per quarter (In (in Amount) Rate (No. of Resources x Percentage) [B] (in Rupees) Man month Rate x 3) [A + B ] [A] 1 DC Project Manager 1 2 Network Security Specialist 2 3 System Administrator 2 4 Technical Specialist EMS 1 5 Database Admin 1 6 Storage & Backup 1 7 Helpdesk Coordinators 3 8 BMS Support 2 9 Electrical Support 3 10 Physical Security 3 11 Housekeeping 1 12 Support/ Back office 1 Total in figures Total in words (Rupees) Initial Draft Page 102 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC BID SUMMARY - D: COMMERCIAL BID SUMMARY Total cost of Operations & Maintenance including all taxes and levies (in Rupees) Sl. No. Item description Price Schedule In Figures (Rs.) 1 Total Price-schedule A Schedule A 2 Total Price-schedule B Schedule B 3 Total Price-schedule C Schedule C In Words Total Bid Value (in Figures) Rs. Total Bid Value (in Words) Rupees NOTE: 1. FMS INCLUDES ALL SYSTEM SOFTWARE LIKE OS, DBMS, APPLICATION SERVER SOFTWARE, ANTIVIRUS, EMS/NMS ETC. DEPLOYED ON RESPECTIVE HARDWARE. 2. BIDDER MUST HAVE TO QUOTE FOR ALL THE ITEMS IN THE SCHEDULES A, B AND C SEPERATELY IN THEIR RESPECTIVE CELLS. Initial Draft Page 103 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 11. Section XI - Performa 11.1. Bidding document acknowledgement Performa Dated: To Odisha Computer Application Centre …………………………………………. Dear Sirs, We hereby acknowledge receipt of a complete set of Bidding Documents consisting of all Annexure (along with their Appendices) enclosed to the "Invitation for Bid" pertaining to providing of______________________ services against tender no. __________________________________________________. We have noted that the closing date for receipt of the tender by Odisha Computer Application Centre____________is at ________ hrs. (IST) and opening at _____________ hrs. (IST) on the same day. We guarantee that the contents of the above said Bidding Documents will be kept confidential within our organization and text of the said documents shall remain the property of Odisha Computer Application Centre and that the said documents are to be used only for the purpose intended by Odisha Computer Application Centre Our address for further correspondence on this tender will be as under: TELEX NO: ……………………...... FAX NO: ……………………... TELEPHONE NO: ………………… PERSONAL ATTENTION OF: …………………... (IF REQUIRED) Yours faithfully, (BIDDER) Note: This form should be returned along with offer duly signed Initial Draft Page 104 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 11.2. Performa of Bank Guarantee towards Bid Security BID BOND Reference No. __________________ Date _________________ Bank Guarantee No.______________ To, << Address>> Against contract vide advance acceptance of the Tender for building of Data Centre covering supply/provisioning of (hereinafter called the said ‘contract’) entered into between the Purchaser and M/s _______________________ (herein called the Service Provider) this is to certify that at the request of the Service Provider, we _______________________ (Name of the Bank), are holding in trust in favor of the Purchaser, the amount of Rupees _______________________________ (write the sum herein words) to indemnify and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by the Purchaser by reason of any breach by the Service Provider of any of the terms and conditions of the said contract and/ or in the performance thereof. We agree that the decision of the Purchaser, whether any breach of any of the terms and conditions of the said contract and/ or in the performance thereof has been committed by the Service Provider and the amount of loss or damage that has been caused or suffered by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be paid by us forthwith on demand and without demur to the Purchaser. We ______________________________ (Name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfilment in all respects of the said contract by the Service Provider i.e. till __________________ (viz. up to acceptance and signoff of O & M) hereinafter called the said date and that if any claim accrues or arises against us ______________________________ (Name of the Bank) by virtue of this guarantee before the said date, the same shall be enforceable against us ______________________________ (Name of the Bank), notwithstanding the fact that the same is enforced within six months’ after the said date, provided that notice of any such claim has been given to us ______________________________ (Name of the Bank), by the Purchaser before the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the Purchaser. It is fully understood that this guarantee is effective from the date of the said contract and that we ______________________________ (Name of the Bank), undertake not to revoke this guarantee during its currency without the consent in writing of the Purchaser. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the Service Provider in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present bond being absolute and unequivocal. Initial Draft Page 105 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Service Provider shall have no claim against us for making such payment. We ______________________________ (Name of the Bank), further agree that the Purchaser shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the Service Provider from time to time or to postpone for any time of from time to time any of the power exercisable by the Purchaser against the said Service Provider and to forebear or enforce any of the terms and conditions relating to the said contract and we, ______________________________ (Name of the Bank), shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Service Provider or for any forbearance by the Purchaser to the said Service Provider or for any forbearance and/ or omission on the part of the Purchaser or any other matter or thing what-so-ever, which under the law relating to sureties, would, but for this provision have the effect of so releasing us from liability under this guarantee. This guarantee will not be discharged due to the change in the constitution of the Bank or the Service Provider. Date ___________________ Place __________________ Signature _____________________ Witness ________________ Printed Name __________________ (Bank’s common seal) Initial Draft Page 106 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 11.3. Performa of Bank Guarantee towards Performance Security PERFORMANCE GUARANTEE Ref. No. ____________________________ Bank Guarantee No_____________________ Dated ___________________________ To, Odisha Computer Application Centre _____________________ _____________________ India Dear Sirs, 1. In consideration of <<STATE GOVT.>>, having its office at <<……….. >> (hereinafter referred to as << STATE GOVT. >>, which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and assignees) having entered into a CONTRACT No. Dated _______ (hereinafter called 'the CONTRACT' which expression shall include all the amendments thereto) M/s ____________ having with its registered/ head office at ______________________(hereinafter referred to as the 'CONTRACTOR') which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assignees) and Odisha Computer Application Centre having agreed that the CONTRACTOR shall furnish to Odisha Computer Application Centre a performance guarantee for Indian Rupees ... .. for the faithful performance of the entire CONTRACT. 2. We (name of the bank) ______________________________ registered under the laws of _______ having head/registered office at __________________________ (hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and permitted assignees) do hereby guarantee and undertake to pay immediately on first demand in writing any /all moneys to the extent of Indian Rs. (in figures) (Indian Rupees (in words) _____________________________) without any demur, reservation, contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by Odisha Computer Application Centre on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these presents being absolute and unequivocal. We agree that the Initial Draft Page 107 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is discharged by Odisha Computer Application Centre in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the CONTRACTOR and shall remain valid, binding and operative against the bank. 3. The Bank also agrees that Odisha Computer Application Centre at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance, without proceeding against the CONTRACTOR and notwithstanding any security or other guarantee that Odisha Computer Application Centre may have in relation to the CONTRACTOR’s liabilities. 4. The Bank further agrees that Odisha Computer Application Centre shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT or to extend time of performance by the said CONTRACTOR(s) from time to time or to postpone for any time or from time to time exercise of any of the powers vested in Odisha Computer Application Centre against the said CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the part of Odisha Computer Application Centre or any indulgence by Odisha Computer Application Centre to the said CONTRACTOR(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the CONTRACT and all dues of Odisha Computer Application Centre under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till Odisha Computer Application Centre discharges this guarantee in writing, whichever is earlier. 6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of Odisha Computer Application Centre or that of the CONTRACTOR. 7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue. 8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where the purchase CONTRACT has been placed. 9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs (in figures) (Indian Rupees (in words) _______________) and our guarantee shall remain in force until ______________________ (Two years from the date of acceptance of the O & M) Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of Odisha Computer Application Centre under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of Initial Draft Page 108 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Odisha Computer Application Centre under this Guarantee shall be valid and shall not cease until we have satisfied that claim. In witness whereof, the Bank through its authorized officer has set its hand and stamp on this...day of.....20___ at.................................. WITNESS NO. 1 (Signature) Full name and official address (in legible letters) with Bank stamp Attorney as per power of Attorney No... Dated…………………. WITNESS NO. 2 (Signature) Full name and official address (in legible letters) with Bank stamp Attorney as per power of Attorney No... Dated…………………. INSTRUCTIONS FOR FURNISHING BANK GUARANTEE 1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per stamp duty applicable at the place from where the purchase CONTRACT has been placed. The non-judicial stamp paper should be in name of the issuing bank. 2. The expiry date should be arrived at by adding 60 days to the CONTRACT completion date unless otherwise specified in the bidding documents. 3. The Bank Guarantee by Indian bidders will be given from Nationalised/Scheduled Banks only. Initial Draft Page 109 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 12. Section XII Annexures 12.1. Format 1 - Pre Qualification Check List Sl. No. 1. Clause Details along with page numbers of relevant documents Documents Required Document Submitted (YES/ NO) The bidder should be a company registered under the 1) Valid copy of Certificate of incorporation Companies Act, 1956 since last 5 years and Registration Certificates Bidder should be an established Information Technology 2) Company/ IT System Integrator and should have been in Self Certification of being in the Information Technology business for the the business for a period exceeding 5 years as on last 5 years duly attested by company 31.March.2015. secretary/ charted accountant should be attached Page 110 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 2. Clause Documents Required The bidder must have executed/ executing at least one work order of providing operation and maintenance Services (FMS) to IT and Non IT equipments of Data Centre of Government/ SemiGovernment / PSU/ Scheduled Banks/ Limited i. Copy of Work Order + Copy of Details along with page numbers of relevant documents iii. Document Submitted (YES/ NO) iv. completion certificate from the client or ii. Copy of Work Order + Phase wise Completion Certificate from the client companies having minimum order value of Rs.250.00 Lakh for a year in any of last 5 financial years as on st 31 March 2015 or Must have executed/ executing two work orders as on above with similar scope having a each order value of Rs. 200 Lakh for a year in any of last 5 financial st years as on 31 March 2015 Or Must have executed/ executing three work orders as on above with similar scope having a each order value of Rs. 120 Lakh for a year in any of last 5 st financial years as on 31 March 2015 Note: 1. 1. More than one work order against one tender shall be treated as one work order. However, orders against rate contract shall not be clubbed. 2. Value of FMS and Maintenance services shall only be considered for qualification of bids. Assumed/ projected values for such services shall not be considered. Note: Bidder’s in house data centres shall not be considered. Page 111 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 3. Clause Details along with page numbers of relevant documents Documents Required Document Submitted (YES/ NO) Annual Turnover of the bidder from IT/ IT System CA Certificate with CA’s Registration Integrator during each of the last three financial years as Number/ Seal for Net worth. . Copy of the on 31st Mar 2014 as per the last published audited audited profit and loss account of the company showing turnover of the company balance sheets, should be at least Rs. 30.00 Crores. for last three years. The net worth of the bidder in the last financial year should be Positive. 4. The bidder must have on its roll at least 100 technically a) Certificate from HR Head for number of qualified professionals in, networking, systems Technically qualified professionals integration, and Data Centre Management employed by the company along with copy of latest EPF challan. a) At least five resources should be ITIL/ CISSP certified. b) At least five resources should be ISO 27001/ ISO b) Name of the employees along with certified copies of the certifications done, 20000 lead Auditor or Lead Implementer certified. which are ITIL / CISSP. Certificates from the client showing the bidder has experience in doing ISO 20000 & ISO 27001 certification for data centre. 5 The bidder should furnish, as part of its bid, an EMD of Rs. 15,00,000/- (Rupees Fifteen Lakh Only) mentioned in terms of reference 1.4 The bid EMD should be denominated in as Indian Rupees, and should be in the form of Demand Draft OR Bank Guarantee issued by a Nationalized / Scheduled commercial Bank, in favor of Application Centre, Odisha Computer payable at Bhubaneswar. Page 112 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC Sl. No. 6. Clause Details along with page numbers of relevant documents Documents Required Document Submitted (YES/ NO) The bidder shall not be under a Declaration of Ineligibility Self Declaration in this regard by the for corrupt or fraudulent practices or blacklisted with any authorized signatory of the Bidder of the Government agencies. 7. The bidder should have an office in Bhubaneswar. Relevant However, if the local presence is not there in the state, Documents supporting Office addresses/ Undertaking. the bidder should give an undertaking for establishment of an office, within one months of award of the contract. 8. The bidder should have valid, ISO 9001:2008 Valid certificate copies needs to be attached Certification as on last date of submission of bid. 9. The bidder should submit confirming following: valid letter from the OEMs a) Letter of Authorization from bidder. b) Undertaking from OEM in tabular form Authorization for bidder Confirm that the products would be covered under comprehensive AMC for two years Undertake that the support including spares, patches for the quoted products shall be available for next 2 years. 10. OEM Name Product Authorization Operation Validity 13. Certificate from OEMs for authorizing their respective products. The bidder must have up-to-date Income Tax Return\ Copies of relevant Certificates of PAN Number, VAT and Service Tax Clearance Registration, Income Tax/ PAN Number, st Certificate as on 31 March 2014. VAT/ CST clearance certificate from the respective Government Department. Page 113 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 13.1. Format 2 - For submission of Project References for Pre Qualification Experience Project Name: Country: Location within country: Value of Contract/Work Order (In INR): Project Duration: Name of Customer: Total No. of staff-months of the assignment: Contact person with address, phone, fax and e- Approx. value of the services provided by your mail: company under the contract (in INR): Start date (month/year): Completion date (month/year): Name of associated Bidders, if any: Narrative description of Project: List of Services provided by your firm/company Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each project reference Page 114 Operations & Maintenance (FMS) IT and Non IT Equipments installed at OSDC 13.2. Format 3 - Declaration by bidder regarding establishment of office in Bhubaneswar {to signed by selected bidder} To, <<Address>> Sir/Madam, I have carefully gone through the Terms & Conditions contained in the RFP Document for Odisha State Data Center (OSDC). I hereby given an undertaking that my company <name has to specify by bidder> will establish an office in Bhubaneswar, within two months of award of the contract. I further certify that I am competent officer in my company to make this declaration. Yours Sincerely Name of the Bidder: - ________________ Authorized Signatory: - _______________ Seal of the Organization: ______________ Date:-___________________ Place:-___________________ Page 115
© Copyright 2025