Post on 25-Mar-2020
INFO TECH CORPORATION OF GOA LIMITED
(A Government of Goa Undertaking)
(An ISO 9001:2008 Certified Company)
IT Hub, 3rd
Floor, Altinho,
Panaji, Goa – 403 001
Tel- (0832) 2226024 / 2225192 Fax – (0832) 2430099
Email – info@infotechgoa.com
Website – http://www.infotechgoa.com
NOTICE INVITING TENDER
(Electronic mode only)
InfoTech Corporation of Goa Limited (ITG) is inviting tenders for the following.
1).Empanelment of Vendors for Annual Maintenance Contract of Networking Infrastructure
(LAN & UPS Connectivity) to Government Departments/ Organizations / Institutions/
Corporations/ Autonomous Bodies in the State of Goa. RFP No. ITG-IT/0104/Empanel-
Vendors AMC (LAN, UPS, FIBER & WAN)/2017 dated 26.09.2017 2).Empanelment of Vendors for supply, installation of Software (Operating Systems, Antivirus,
Office Suites, etc) to Government Department/Organization/Institution. RFP No. ITG-
IT/0109/Empanel Vendors (Software)/2017 dated 26.09.2017 3).Empanelment of Vendors for providing Annual Maintenance Contract of ICT equipments in
the Government Department/Organization/Institution. RFP No. ITG-IT/0107/AMC-
ICT/2017 dated 26.09.2017 4). Empanelment of Vendors for Supply, Installation & Commissioning of ICT Equipments to
the Government Department/Organization/Institution/ Corporations/ Autonomous Bodies in
the State of Goa. RFP No. ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017
5).Empanelment of Vendors for Supply, Installation and Commissioning of Networking
Infrastructure (LAN & UPS Connectivity) to Government Departments/ Organizations /
Institutions/ Corporations/ Autonomous Bodies in the State of Goa – RFP No. ITG-
IT/0111/Empanel-Vendors (LAN & UPS)/2017 dated 26.09.2017.
For details log on to www.etender.goa.gov.in or www.tenderwizard.com/goa. All the interested
bidders are requested to register for the e-tendering portal of Government of Goa, if not
registered and should possess a Digital signature of Class III for participation.
Ravi Jha, IAS
(Managing Director)
Page 1 of 40
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 900bbb1:2008 Certified Company]
IT HUB, 3rd Floor,
Altinho, Panaji, Goa -403001
Tender For Empanelment of Vendors for Annual Maintenance Contract of
Networking Infrastructure (LAN & UPS Connectivity) To Government
Departments/ Organizations / Institutions/ Corporations/ Autonomous
Bodies in the State of Goa
Tender No.: ITG-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017
Date: 26/09/2017
Page 2 of 40
Table of Contents
NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3
SCOPE OF THE PROJECT ............................................................................................................... 5
DEFINITIONS & ACRONYMS ........................................................................................................ 6
CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7
CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9
CHAPTER 3 Bidding Process .................................................................................................... 11
CHAPTER 4 Disqualification of Bids ....................................................................................... 19
CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20
CHAPTER 6 Selection of AMC Vendors .................................................................................. 24
CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 25
CHAPTER 8 Terms of Payment ................................................................................................ 26
CHAPTER 9 Documents to be furnished in original ................................................................. 27
CHAPTER 10 Tentative Description of Networking Equipments ............................................... 28
CHAPTER 11 Commercial Bid ................................................................................................... 32
ANNEXURE-1 Bid Form .............................................................................................................. 36
ANNEXURE-2 Bidders Undertaking ............................................................................................ 39
Page 3 of 40
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Altinho, Panaji, Goa-403001
NOTICE INVITING e-TENDER (NIT)
(Electronic mode only)
No.: ITG-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017
Date: 26/09/2017
Bids are invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum
Technical bid & commercial bid from well established and reputed organizations / agencies
who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven
track record in supply, installation & commissioning of networking infrastructure (LAN,
UPS, FIBER & WAN CONNECTIVITY) to various Government departments/ institutions/
organizations in the State of Goa.
Sr.
No
Item Particulars
1 Description of the work Empanelment of Vendors for Annual
Maintenance Contract of Networking
Infrastructure (LAN, UPS, FIBER & WAN
connectivity)
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or
www.tenderwizard.com/GOA
4 Tender Document Fee Rs 2000/- Rupees Two thousand only
(Non-Refundable)
5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred
only (Non-Refundable)
6 Earnest Money Deposit
(E.M.D.) Rs. 25,000/- (Rupees Twenty Five Thousand
only)
7 Mode of Tender Document &
Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card
Page 4 of 40
challan along with the bid.
8 Date and Time for request of
Tender Document
26/09/2017 to 14/10/2017 (up to 5.00 pm)
9 Date and Time for Pre Bid
Meeting
03/10/2017 (at 11.30 am)
10 Date and Time for reply to Pre
Bid Clarification
04/10/2017 (Up to 11.59pm)
11 Last Date and Time for Online
submission of bids
15/10/2017 (up to 11.59 pm)
12 Date and Time for opening / of
Eligibility cum Technical bids
16/10/2017 (at 02.30 pm)
13 Date and Time for opening / of
Commercial bids
17/10/2017 (at 2.30 pm)
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the eligibility cum Technical bid are liable to be summarily rejected. The decision of The
Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility
Qualification shall be final and binding to all the tenderers/bidders.
a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the Bidder’s risk and may result in the
rejection of the bid.
b. The Bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the RFP.
c. Late submission of bids is not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
f. Bidders should possess a valid Class III Digital Signature issued by a Licensed Certifying
Authority for bidding through the e-Tender system.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile:-08888636107, Mr. Ramesh, Mobile:-9552488004, Mr. Kiran, Mobile:-
08600651553, Mr. Gaurav, Mobile:-9657381294, email: goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa Ltd
Sd/-
Managing Director
Page 5 of 40
SCOPE OF THE PROJECT
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of
the state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of
Department of Information Technology has been providing various IT services to
Government departments/institutions/ organizations in the State of Goa who has setup
the required IT Infrastructure for the use of e-Governance Application, etc in their
respective offices with an aim towards creating an e-citizen for all transactions and for
making Goa as an “Intelligent State”.
Objective
The technological advancements in Information & Communication Technology are very
rapid and continuous. The e-Governance Application development is in various stages of
implementation in almost all State Government Departments & Government
Organizations. The various Government Departments & Organizations has setup this IT
Infrastructure for use of e-Governance Application. In order to get efficient management
of IT Infrastructure existing in their Offices, a number of requests are received from
these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely
necessary.
Also, it has been noticed that the networking infrastructure in some departments/
Organizations are in bad state. Additionally, Government of Goa through Goa State
Infrastructure Development Corporation (GSIDC) has constructed new building
premises for various Government departments and sub offices wherein State of the Art
infrastructure with all the necessary ultra-modern ICT Equipment are made available.
Normally the networking infrastructure is covered under the defect liability warranty
period provided by GSIDC. The entire networking infrastructure of such new buildings
has to be covered under Annual Maintenance Contract after the expiry of the defect
liability warranty period for the smooth and un-interrupted functioning of the networking
infrastructure. But, it is observed that most of these Departments& organizations are
reluctant to execute the same on their own, citing reason of non-presence of IT domain
expert at their end and the staff not having required experience in IT domain. With
respects to the above mentioned problems the staff approach vendors from open market
and get the issue resolved wherein this vendors charges exorbitant rates.
Page 6 of 40
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd, Goa
DOIT / DOIT Department of Information Technology, Goa
GBBN Goa Broad Band Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
PAN Permanent Account Number
MAF Manufacturer’s Authorization Form
Purchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded
Contract an undertaking signed by the Vendor against the Tender
NMS Network Monitoring System
UPS Un-interrupted Power supply
LAN Local Are Network
Non-responsive failure to furnish complete information in a given format
and manner required as per the tender documents or non-
submission of tender bid in given Forms/Pro-forma or not
following procedure mentioned in this tender or any of
required details or documents is missing or not clear or
not submitted in the prescribed format or non submission
of tender fee or EMD
IT Infrastructure All the IT related equipments which includes hardware,
software’s, networking, etc
Page 7 of 40
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum Technical Bid from well
established and reputed organizations / agencies who fulfill the eligibility criteria and having
sufficient infrastructure, manpower and proven track record in carrying out the work of
providing Networking Infrastructure to various Government departments/institutions/
organizations in the State of Goa. Bidders should submit the proposal on the tender wizard
http://www.tenderwizard.com/goa .
2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding
the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital
Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at
the website.
3. Bidders need to have a valid Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details have
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and
Tender Processing Fee online.
5. The Bids can be submitted up to date and time given in NIT.
6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five Thousand only)
should be provided by the bidder. The EMD has to be paid online before the last date and
time for online submission of bids as given in the NIT. EMD in any other form will not be
accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
Page 8 of 40
8. The Eligibility cum Technical Bid will be opened as per schedule in NIT and in the presence
of the bidder or any of his representatives. The bidders who qualify in the Eligibility cum
Technical evaluation process shall be considered for empanelment.
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
Page 9 of 40
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentary
evidence in support of fulfilling these conditions while submitting the Eligibility cum
Technical Bid. The scanned copy/copies of these documents should be uploaded on the e-
tendering website during submission of bids before its last date. Failure to comply with these
requirements may result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly while
sending/submitting their Bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN
THIS TENDER:
Keeping in mind the local service setup and accessibility required extending support /
maintenance services during the AMC period, it is considered essential that the bidder should
have a strong local presence, specifically authorized for this Tender / project. The bidder
should also provide the “Manufacturer’s Authorization Certificate” (MAF) wherever
necessary.
Sr.
No
Clause Documents required
1 The bidder should have a registered IT/IT
Services/ITES office in the State of Goa by the
same name as the quoting company in the State of
Goa for last three (3) years as on the date of issue
of the Notice Inviting Tender.
a) Valid documentary proof
of:
- Certificate of incorporation
- Registration Certificate
**Upload and save as
“Document A”
2 The bidder should have experience of carrying out
the work of providing Networking Infrastructure
(LAN & UPS CONNECTIVITY) in Government
Departments/Public Sector Undertaking/Banks
/Financial Institution/ Central Autonomous
Bodies/State Autonomous Bodies/ reputed firms
during the last three (3) years as on the date of
issue of the Notice Inviting Tender.
a) Valid documentary proof
of:
-Work orders confirming year
and Area of activity should be
attached.
**Upload and save as
“Document B”
3 The bidder should have at-least minimum Five (5) a) Valid documentary proof
of:
Page 10 of 40
qualified Service Engineers on its own pay roll
within the State of Goa
- Certificate from bidder for
number of qualified Engineers
professionals employed by the
bidder giving names & address.
And any supporting document
indicating that service engineers
are on-board of firm/company.
**Upload and save as
“Document C”
4 The bidder must have an average annual financial
turnover of at least Rs.20 Lakhs during the last 3
years (2014-15, 2015-16, and 2016-17) as on the
date of notice inviting tender.
a) Valid documentary proof
of:
- CA Certificate showing Turn
over details.
**Upload and save as
“Document D”
5 The bidder shall not be blacklisted or barred by
GoI/GoG from rendering services to any of the
Government Departments/ Organizations.
a) Valid documentary proof
of:
-A signed copy of the
undertaking (Annexure-III)
with seal.
**Upload and save as
“Document E”
Page 11 of 40
CHAPTER 3 Bidding Process
The Bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of empanelled vendor is a two stage bidding process where in eligible
bidders shall submit their Eligibility cum Technical bid and Commercial Bid.
a. Eligibility cum Technical bid will be evaluated for all the bidders.
b. Commercial Bids of only those bidders will be opened who are qualified in the
Eligibility cum Technical bid.
c. Only those bidders who are willing to match the lowest (L1) price will be listed on
ITG’s List of Empanelled Vendors for works of AMC of Networking Infrastructure
(LAN, UPS, WAN & Fiber connectivity).
2. Preparation of Bidding Document
a. The download of bidding document shall commence as specified in NIT and shall be
stopped as specified in NIT. The complete bidding document is also placed on the
websites as specified in the NIT. The prospective bidders are permitted to download the
bid document from the tenderwizard but must pay the cost of tender/ bidding document
and e-tender processing fee while submitting the bids to ITG.
Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the tender document with full
understanding of its implications.
All the tenders are to be submitted in electronic mode only. The tender wizard will not
accept any tender submitted after the deadline for submission of Tenders prescribed by
the Purchaser.
b. Earnest Money Deposit (EMD)
i. Every bidder, participating in the bid must furnish the earnest money deposit as
specified in the Notice Inviting Tender (NIT).
ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to
the bidder on the amount of the EMD.
Page 12 of 40
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
25,000/- (Rupees Twenty Five Thousands only) should be provided by the bidder.
The EMD has to be paid online before the last date and time for online submission of
bids as given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of empanelled vendors has been prepared. The EMD
of the successful bidders shall be returned only after a period of six months from the
date of finalizing the final list of empanelled vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
Tenders without valid E.M.D. at the time of opening of the technical bid will be
rejected.
3. Amendment of Bidding Document
i. At any time prior to the deadline for submission of the Bids, the tendering authority
may amend the Bidding document by issuing Corrigendum/ Addendum.
ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.
iii. To give prospective Bidders reasonable time in which to take a Corrigendum/
Addendum into account in preparing their Bids, the tendering authority may, at its
discretion, extend the deadline for the submission of the Bids.
iv. Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
Page 13 of 40
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/ discussions/ presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. Info Tech Corporation of Ltd will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
Bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
c. Documents comprising the Bid
i. The bidder should ensure that all the required documents, as mentioned in the
bidding document, are uploaded. Non submission of the required documents may
lead to the rejections of the bid/ proposal submitted by the bidder.
ii. Wherever applicable, the bidding form must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.
iii. The contents of bid are listed below.
I. Eligibility Bid cum Technical:
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
b) Prices must not be indicated in the Eligibility cum Technical Bid.
d. Alternative Bids: Alternative bids shall not be considered at all.
e. Validity of Empanelment Tender & Commercials:
Page 14 of 40
It has been noticed in the IT industry that the ICT equipments or IT services keeps on
changing from time to time. However, in order to keep the procurement rate for a steady
period for providing services to the Department/Organization/Institutions, Corporations/
Autonomous Bodies and at the same time to give some breathing space to the
empanelled vendors so as to give good services & support the following may be noted:
1. The selected vendors will be on ITG empanelled list, which shall be valid for a period
of two (02) years from last date of submission of bids as per NIT.
2. The commercial quotes shall be valid for a period of two (02) year only from the last
date of submission of bids as per NIT.
f. Deadline for submission of Bids:
i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later
than the date and time indicated in the NIT.
ii. Normally, the date of submission and opening of bids would not be extended.
However, in exceptional circumstances or when the bidding document is required
to be substantially modified as a result of pre-bid queries and the time with the
prospective bidders for preparation of bids appears insufficient, the date may be
extended by the tendering authority and due publicity to such change in date of
opening of bids would be given. In such cases, it would be ensured that after issue
of corrigendum, reasonable time is available to the bidders to prepare and submit
their bids. Any change in date of submission and opening of bids would also be
placed on the respective websites immediately. However, if the modifications in
bidding document, specifications of goods and service are substantial, fresh
publication of original bid inquiry may also be issued.
iii. The tendering authority may, at its discretion, extend the deadline for the
submission of bids by amending the bidding document, in which case all rights
and obligations of the tendering authority and bidders previously subject to the
deadline shall thereafter would be subject to the deadline as extended.
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tender wizard will not
accept any bid submitted after the deadline as indicated in the NIT.
ii. Towards the end of the deadline time, the tender wizard server is likely to get
jammed due to the heavy flow of traffic on the server. Hence, all the Bidders
Page 15 of 40
participating in the tender are requested to submit the bids well in advance before
the deadline time period as indicated in the NIT.
iii. Documents relevant to the Eligibility cum Technical bid which needs to be
submitted in the office of ITG should be submitted before the opening of the
Eligibility cum Technical bid as indicated in the NIT. Bids received after the due
date and the specified time (including the extended period if any) for any reason
whatsoever, shall not be entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd will not accept any
responsibility for any problems arising for delay in the submission of the tender.
i. Bid Opening:
i. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT in the presence of the designated evaluation committee &
bidders/ Bidder’s authorized representative present, if any.
ii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
iii. The tendering authority shall download all the documents submitted by the bidder
and place the same in the presence of bidder or his/her authorized representative
who choose to attend at the date and time specified in the NIT. The
representatives of the bidders are advised to carry the identity card or a letter of
authority from the tendering firms to identify their bonafieds for attending the
opening of the proposal. The bidder’s representatives who are present shall sign
the attendance register present.
iv. The eligibility cum Technical bid shall be opened and all the bidders who are in
the race (participated) of tender shall be notified to the bidders present. All the
bids shall be downloaded one at a time, and the following may be read out and
recorded: the name of the bidder, the submission or non-submission of the Tender
Fee, EMD.
Page 16 of 40
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be empanelled and a negative determination shall result in disqualification of the
bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria specified
in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or any
other persons not officially concerned with such process until publication of the
Empanelled list.
ii. All materials submitted by the bidder becomes the property of Info Tech
Corporation of Ltd and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
Page 17 of 40
iv. From the time of bid opening to the time of publication of the Empanelled list, if
any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids, the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing.
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsiveness
i. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
Page 18 of 40
documentation on such nonconformities shall not be related to any aspect of the
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility cum Technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to publication of the empanelled list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserve the right to accept or reject any Bid without
assigning any reason.
Page 19 of 40
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Biding process if the bidder:-
Submits the required Bid documents after the prescribed date and time of submission
of Bid.
Submits Bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last Bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be
disqualified.
Page 20 of 40
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/
submitting their Bids.
ii. The Vendor shall maintain adequate stock of spare parts for maintaining the up time of
the network.
iii. The Vendor shall maintain the entire Networking infrastructure under the warranty
contract in proper working condition throughout the contract period to provide consistent
support to the Department/Organization.
iv. The Bidder shall provide a Service Escalation Matrix with contact details (escalation
hierarchy, contact person, number, address and e-mail) to which the
Department/Organization shall contact for services & support. The bidder shall perform
as per the defined SLA, and any deviation to the SLA shall attract penalty as per the
agreement signed between ITG & the bidder.
v. The Contract for the supply can be repudiated at any time by the Purchaser, if the
supplies are not made to his satisfaction of ITG.
vi. The bidder shall not sub-contract the work to any Organization, person, firm or its
franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been
done, then ITG, at its discretion, may terminate the contract without referring the matter
further to the bidder, and such Vendor shall be liable for necessary action.
vii. Completeness of the Contract: The contract will be deemed as incomplete if any
component of the network devices or any documentation / media relating thereto is not
operational, or not integrated. In such an event, AMC is termed as incomplete.
viii. Insurance: The goods will be delivered at the FOR destination in perfect condition. The
supplier, if he so desires may insure the valuable goods against loss by theft, destruction
or damage, by fire, flood, under exposure to whether or otherwise viz., (war, rebellion,
riot, etc.,) The insurance charges will be borne by the supplier and Biding Authority will
not pay such charges if incurred.
ix. Repair/replacement Clause:
a) In case of machinery and equipment specified by the ITG, the bidder shall be
responsible for carrying out annual maintenance and repairs on the terms and
conditions as may be agreed. The bidder shall also be responsible to ensure adequate
Page 21 of 40
regular supply of spare parts needed for a specific type of machinery and equipments
whether under their annual maintenance and repairs rate contract or otherwise. In case
of change of model, he will communicate to ITG for the approval, so as to maintain
the machinery and equipments in perfect condition. In case of replacement of any
non-working networking equipment, the bidder shall replace the non-working
networking equipment with equivalent or of higher capacity.
b) Bidder shall also be responsible to ensure all the supplied equipments should remain
in proper working condition throughout the warranty period of 3 years. Bidder will
deploy a support engineer/coordinator to take care all the complaints related to items
supplied. That support engineer/coordinator will be single point of contact for all type
of calls related to items supplied. The bidder will provide a Cell/mobile No. to his
engineer/coordinator for the complaints. This person will maintain the inventory of
the supplied items. He/ She will record all the complaints and provide a complaint
number to end user. He/ She will manage to provide proper solution to end user w.r.t.
SLA defined in Agreement. He/ She will provide the desired reports to ITG as and
when asked to do so. Preferably complaint management software would be available
with the engineer/coordinator to handle the complaints and to generate desired reports
c) Dispute Resolution Mechanism: The Bidder and the ITG shall endeavor their best to
amicably settle all disputes arising out of or in connection with the Contract in the
following manner
a) The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
Matter will be referred for negotiation between Officers nominated by ITG and the
Authorized Official of the Contractor. The matter shall then be resolved between them
and the agreed course of action documented within a further period of 15 days.
b) If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator
and whose decision shall be final.
c) In case any dispute between the Parties, does not settle by negotiation in the manner
as mentioned above, the same may be resolved exclusively by arbitration and such
dispute may be submitted by either party for arbitration within 20 days of the failure
Page 22 of 40
of negotiations. Arbitration shall be held in Goa and conducted in accordance with the
provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or
re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and
the two arbitrators shall jointly appoint the third or the presiding arbitrator. The
“Arbitration Notice” should accurately set out the disputes between the parties, the
intention of the aggrieved party to refer such disputes to arbitration as provided
herein, the name of the person it seeks to appoint as an arbitrator with a request to the
other party to appoint its arbitrator within 45 days from receipt of the notice. All
notices by one party to the other in connection with the arbitration shall be in writing
and be made as provided in this tender document. Each Party shall bear the cost of
preparing and presenting its case, and the cost of arbitration, including fees and
expenses of the arbitrators, shall be shared equally by the Parties unless the award
otherwise provides. The contractor shall not be entitled to suspend the Service/s or the
completion of the job, pending resolution of any dispute between the Parties and shall
continue to render the Service/s in accordance with the provisions of the
Contract/Agreement notwithstanding the existence of any dispute between the Parties
or the subsistence of any arbitration or other proceedings.
d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or
Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.
If the terms and conditions mentioned in the tender are contradicting the terms and conditions
appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech
Corporation of Goa Ltd to choose the over-riding terms and conditions. In any case, the
decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be final and
binding on all parties concerned.
x. Reports:
I. Preventive Maintenance Reports: The empanelled vendor who is awarded with the
AMC works shall carry out the Monthly Preventive Maintenance even if there are no
complaint calls from the client department and submit to ITG the Monthly Preventive
Maintenance Reports duly signed by the head of the Client Department.
II. Feedback Reports: ITG shall obtain feedback from the client department with
regards to the service provided by the empanelled vendor for awarded AMC Period.
Page 23 of 40
III. Corrective Maintenance report/ Call or Service Reports: The empanelled vendor
who is awarded with the AMC works shall submit to ITG the Corrective Maintenance
report/ Call or Service Reports duly signed by the head of the Client Department each
and every time the complaint call is received either by vendor or by ITG.
IV. Replacement Report: The empanelled vendor who is awarded with the AMC works
shall submit to ITG the Replacement Reports as and when a particular non working
Networking Equipments is replaced with new equipments (not standby) by the vendor
along with the necessary details of equipments (details of both non working
equipment and the one which is replaced) like Make, Model No., Serial No., etc.
xi. Additional Equipments:
Sometimes it is observed that in certain scenario Departments & Organizations need
specific networking equipment to be covered under AMC which may not be available in
the empanelled list of networking equipment published by ITG. It is further proposed that
ITG may seek the AMC rates of that particular networking equipment from the
empanelled vendors of ITG. The same may be obtained either by the e-tendering in
limited mode. Further, if the empanelled vendors are not in position to quote for the same
then ITG will seek the same from open market by inviting quotations.
Page 24 of 40
CHAPTER 6 Selection of Empanelled Vendors
1. Procedure for selection of AMC Vendors as “ITG’s Empanelled AMC Vendors” :
a. The scrutiny of the Eligibility cum Technical bid will be done by a committee duly
constituted by ITG.
b. After the scrutiny of the Eligibility cum Technical bid by the Committee, the
Commercial bids of the firms which have qualified in the Eligibility cum Technical
bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the
AMC of various Networking Infrastructure.
c. The offers shall be evaluated for each Networking Equipment with L1 being the
lowest offer. Thereafter ITG shall place before the vendors a list of the lowest (L1)
rates obtained for each of the Networking Equipments.
d. All the qualified vendors shall be given an opportunity to match the lowest (L1) rates
obtained for each of the ICT equipments. Thereafter, all the vendors who match the
lowest (L1) rates obtained by ITG will thereafter be listed as ITG’s empanelled AMC
vendors for providing AMC of Networking Infrastructure/ Equipments.
2. Procedure for placement of AMC order on Empanelled AMC Vendors:
a. ITG will display the list of the empanelled vendors along with the rates of the AMC
of the Networking Infrastructure on its website along with an Annexure form (for
requisition from the departments).
b. The department while submitting their request to ITG for AMC, has to provide the
details like (Make/ Brand, Qty, Preferred vendor, if any etc) as mentioned in the
annexure form.
c. Based on the department’s request, ITG may place the AMC order on the vendor.
However, if there is no preferred empanelled vendor mentioned then ITG will place
the order of AMC on one of the empanelled vendor as per its decision. The decision
of ITG in this regards will be final.
Page 25 of 40
CHAPTER 7 Penalty Charges & Escalation Matrix
The down-time penalty charges if not rectified within the stipulated time shall be as follows:
Sr.
No. Item
Penalty (Amount in
Rupees) per day after 48
Hrs. from receipt of
complaint.
1 I/o & UPS Per point (inclusive of all passive
components like cat6 cables, electrical wires, etc.) 50.00
2 Network switches/Routers, (All Active components) 500.00
3 Optical Fibre cable connectivity 750.00
Note:
1. The vendor shall ensure 99% uptime on all working days in respect of networking &
ups equipments.
2. The uptime shall be computed on calendar month basis in a non-cumulative manner.
3. The vendor shall, in no case, replace any item/component with inferior item and if
found doing so, the contract shall stand terminated forthwith.
Escalation Matrix
All the AMC vendors shall provide the escalation matrix details to be followed
Sr. No Support Level Name Address Phone No Email
1 Level 1 Service Call
Coordinator
XXX XXX xxxx@
2 Level 2 Senior Service
Call Coordinator
XXX XXX xxxxx@
3 Level 3 Senior Service
Call Manager
XXX XXX xxxxx@
4 Level 4 Name of Owner
of the firm
XXX XXX xxxxx@
Note:
1. The calls will be received centrally by the agency and shall be attended immediately
by their service engineer on receipt of the same.
Page 26 of 40
CHAPTER 8 Terms of Payment
The payment towards the order charges shall be released to the vendor by ITG only after
1. Receiving the payments from the concerned Client
Departments/Organizations/Autonomous Bodies, etc.
2. The expiry of each Quarter/ Half/Full year.
3. Submission of Service Call Report carried out by the empanelled vendor during the
AMC period duly signed and sealed by the concerned user/ nodal officer of the client
department.
4. Preventive Maintenance Report duly signed by Head of Department/Nodal Officer
(Monthly).
5. Feedback/Inspection Report submitted by ITG official with Department/Organization
Nodal officer/HOD Signature.
Note:
1. Advance payment shall not be paid.
2. Payment would be made for the Networking Equipments which were actually
working during the AMC period.
3. Any increase or decrease of taxes, duties or prices of components, etc. shall not affect
the rates during the entire period of contract (warranty period).
4. Payment shall be made in Indian Rupees only.
Pre Bid Queries Format
Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id
sarvdud2007@gmail.com in the prescribed format before the pre bid meeting i:e
(03.10.2017 at 10.00 am).
Name of the Firm
Sr.
No
Tender Document
page no
Tender document
clause no
Clause details Query
Page 27 of 40
CHAPTER 9 Documents to be furnished in original
The tenderer/bidder should submit the following documents in original on or before
15/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum
Technical Bid.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;
if any.
4.Undertaking of the tenderer/bidder as per Annexure-3
The above original documents should be put in a single cover and super-scribed “AMC
for Networking Infrastructure (LAN & UPS)” and be addressed to The Managing Director,
InfoTech Corporation of Goa Ltd, IT HUB, 3rd Floor, Altinho, Panaji, Goa-403001.
Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of
all criteria’s, while submitting its bid(s). The scanned copy of these documents should be
uploaded on the e-tendering wizard during submission of bids before its last date.
Failure to comply with these requirements may result in the bid being rejected. No hard
copy of the bid shall be accepted in the office of ITG other than the documents
mentioned in Chapter 9
Page 28 of 40
CHAPTER 10 Tentative Description for the items to be covered under
the work of AMC for Networking Infrastructure (LAN,
UPS, FIBER & WAN connectivity)
The AMC of all passive components will be taken on per LAN & UPS point basis with the
inclusion of the components mentioned along.
Table: A
Sr
No Description
1 AMC for Networking PerPoint (Concealed/Non-Concealed)
This will include Comprehensive AMC of all the followingitems:-
a
Cat 6 (+) cables having an average of appx 35 mts length fromeach
Network point to the patch panel, Cat 6 (+) cables of 1 mtlength
connected between patch panel and 24 port switch, Cat 6 (+) cablesof
3 mts length connected between I/o Point and thecomputer.
b 24 port Patch Panels, Racks, Input/output Devices, PVC casing&
Capping
Table: B
1 AMC for UPS PerPoint (Non-Concealed)
This will include Comprehensive AMC of all the followingitems:-
a
All UPS points consisting of electrical switches & socket (5amp &15
amp), Electrical wires(1.5, 2.5, 4 & 6 sq. mm), MCB's(43 & 63),PVC
casing &Capping
b
Any type of Termination charges, laying charges, fixing charges,
etc.for smooth working of networking points & upspoints
Table: C
1 AMC for terminated Fibre connectivity Perlocation
This will include Comprehensive AMC of all the followingitems:-
a
16 / 24 Port Rack Mount Light guide Interconnect Unit, FibrePatch
Cords, Fibre Pig Tails, Adapters, Fiber Module transceivers,Media
Convertors. All the above are for Single mode (SM) &Multimode
(MM).
b Any type of Termination charges, laying charges, fixingcharges,
spicing of fiber etc. for smooth working ofnetwork.
Page 29 of 40
Table: D
1 AMC for Optical Fiber laid Permeter
This will include Comprehensive AMC of all the followingitems:-
a
Outdoor Corrugated Steel Tape Armored Direct BurialCable
6/12/24/48 core. This will include both Single mode (SM) &Multimode
(MM).
b
Any type of Termination charges, laying charges, fixingcharges,
spicing of fiber, Digging of hard & soft soil, tarring of roads,
diggingof road, etc. for smooth working ofnetwork.
c HD Pipe, OTDRreading/testing, etc.
Table: E
1 AMC for Cat6+ cable laid for GBBNcascading
This will include Comprehensive AMC of all the followingitems
a Cat 6 (+) cables having an average of approx. 50 x 2 mts length
fromthe main GBBN l3 switch to the department’s internal
networkswitch.
b Any type of Termination charges, laying charges, fixingcharges,
crimping etc. for smooth working ofnetwork.
Table: F
1 AMC for Network Switches (All Types)
Sr. No. Description of Switch
a Un-managed Switch, Un-managed switch with SFP ports, etc.
b
Managed switch, Managed switch with SFP ports, Layer 3 Switch
with SFP ports, Core routers, etc.
c
PoE Switch, Managed PoE Switch, Layer 3 Managed PoE Switch,
core switch etc.
Table: G
1 Unmanaged Switch Categories
Sr. no. Price of Switch Type
1 Up to 5,000 Type I
2 5,001 to 10,000 Type II
3 10,001 to 25,000 Type III
4 25,001 to 50,000 Type IV
5 50,001 to 1,00,000 Type V
6 1,00,001 to 2,00,000 Type VI
7 2,00,001 to 3,00,000 Type VII
8 3,00,001 to 4,00,000 Type VIII
9 4,00,001 to 5,00,000 Type IX
10 5,00,001 and above Type X
Page 30 of 40
Table: H
1 AMC for Surveillance Cameras (IP Based Indoor/Outdoor)
CamerCamerasBullet/Dome/PTZ) This will include Comprehensive AMC of all the followingitems
a
Camera Stand, Termination Box, POE Injectors & Splitters, Power
Cables, Storage, etc.
b
All the equipment’s, cables required to make IP cameras
functional
Table: I
IP Camera Categories
Sr. No. Price of Camera Type
1 Up to 5,000 Type I
2 5,001 to 10,000 Type II
3 10,001 to 25,000 Type III
4 25,001 to 50,000 Type IV
5 50,001 to 1,00,000 Type V
6 1,00,001 to 2,00,000 Type VI
7 2,00,001 and Above Type VII
Table: J
1 AMC for CCTV Surveillance Cameras (Indoor/Outdoor)
CamerCamerasBullet/Dome/PTZ) This will include Comprehensive AMC of all the followingitems
a
Both Indoor as well as Outdoor Cameras
b
Camera Stand, Termination Box & Splitters, Power Cables, etc.
C All the equipment’s, cables required to make IP cameras
functional
Table: K
CCTV Camera Categories
Sr. No. Price of Camera Type
1 Up to 5,000 Type I
2 5,001 to 10,000 Type II
3 10,001 to 25,000 Type III
4 25,001 to 50,000 Type IV
5 50,001 to 1,00,000 Type V
6 1,00,001 to 2,00,000 Type VI
7 2,00,001 and Above Type VII
Page 31 of 40
Table: L
1 AMC for Surveillance Viewing Devices
This will include comprehensive AMC of all Types of Viewing Devices
LCD/LED 20”, 40”, 45”, etc. and all the equipment’s, cables required to
make CCTV Viewing Devices functional.
Sr. No. Price of LCD/LED TV Type
1 Up to 10,000 Type I
2 10,001 to 25,000 Type II
3 25,001 to 50,000 Type III
4 50,001 to 1,00,000 Type IV
Note: The bidders are free to sign back to back agreement with the OEM’s for any of the Networking equipment which they intend to take under AMC.
Page 32 of 40
Chapter 11 Commercial Bid
Sr No Description of the items Make/Model
Appx
Qty Units
Rate per unit in
Total
Amount in
Rs
Base
Rate/Price
in Rs.
Tax as
per
GST
in %
A B C D E F H I =(F+H)*D
AMC for Network Switches - All Types (Refer Table F and Table G - Schedule - I)
1 Type I Any Make/Model 1 Nos 0
2 Type II Any Make/Model 1 Nos 0
3 Type III Any Make/Model 1 Nos 0
4 Type IV Any Make/Model 1 Nos 0
5 Type V Any Make/Model 1 Nos 0
6 Type VI Any Make/Model 1 Nos 0
7 Type VII Any Make/Model 1 Nos 0
8 Type VIII Any Make/Model 1 Nos 0
9 Type IX Any Make/Model 1 Nos 0
10 Type X Any Make/Model 1 Nos 0
Other Networking Equiments
11
AMC for Networking Points
(Concealed/Non-Concealed) as per Table-A
(Schedule-I) Any Make/Model 1 Nos 0
12
AMC for UPS Points (Non-Concealed) as
per Table-B (Schedule-I) Any Make/Model 1 Nos 0
13
AMC for terminated Fibre connectivity at
location as per Table-C (Schedule-I) Any Make/Model 1 Mts 0
Page 33 of 40
14
AMC for Optical Fiber laid As per Table-D
(Schedule-I) Any Make/Model 1 Mts 0
15
AMC for Cat6+ cable laid for GBBN
cascading As per Table-E (Schedule-I) Any Make/Model 1 Mts 0
AMC for Surveillance Cameras (IP Cameras - Refer Table H and Table I - Schedule - I)
16 Type I Any Make/Model 1 Nos 0
17 Type II Any Make/Model 1 Nos 0
18 Type III Any Make/Model 1 Nos 0
19 Type IV Any Make/Model 1 Nos 0
20 Type V Any Make/Model 1 Nos 0
21 Type VI Any Make/Model 1 Nos 0
22 Type VII Any Make/Model 1 Nos 0
*** Kindly Note that, installation charges of IP Cameras will be applicable as per Tale A of Schedule - I
AMC for CCTV Surveillance Cameras (Refer Table J and Table K - Schedule - I)
23 Type I Any Make/Model 1 Nos 0
24 Type II Any Make/Model 1 Nos 0
25 Type III Any Make/Model 1 Nos 0
26 Type IV Any Make/Model 1 Nos 0
27 Type V Any Make/Model 1 Nos 0
28 Type VI Any Make/Model 1 Nos 0
29 Type VII Any Make/Model 1 Nos 0
Other Surveillance Equipments
30 CCTV Servers Any Make/Model 1 Nos 0
Page 34 of 40
31 NVR with 8 Channel Any Make/Model 1 Nos 0
32 NVR with 16 Channel Any Make/Model 1 Nos 0
33 NVR with 24 Channel Any Make/Model 1 Nos 0
34 NVR with 32 Channel Any Make/Model 1 Nos 0
35 DVR with 8 Channel Any Make/Model 1 Nos 0
36 DVR with 16 Channel Any Make/Model 1 Nos 0
37 DVR with 24 Channel Any Make/Model 1 Nos 0
38 DVR with 32 Channel Any Make/Model 1 Nos 0
39 1 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0
40 2 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0
41 4 TB Surveillance Hard-Disk Any Make/Model 1 Nos 0
42 SMPS with 4 Channel Any Make/Model 1 Nos 0
43 SMPS with 8 Channel Any Make/Model 1 Nos 0
44 SMPS with 16 Channel Any Make/Model 1 Nos 0
AMC for Surveillance Viewing Devices (Refer Table L - Schedule - I)
45 Type I Any Make/Model 1 Nos 0
46 Type II Any Make/Model 1 Nos 0
47 Type III Any Make/Model 1 Nos 0
48 Type IV Any Make/Model 1 Nos 0
Terms & Conditions:
1. Please note that in the Tax column will include GST in percentage.
2. The vendor has to provide support whenever there is a hardware failure or on instruction by ITG during the AMC period.
3. All payments will be made by ITG to the vendor only after receiving the same (payments) from the respective client department(s).
Page 35 of 40
4. The vendor has to provide/submit Preventive Maintenance Report, Corrective Maintenance Report and Replacement Reports from the
concerned officer of the respective client Department for release of the payment.
5. Items mentioned above are for the purpose of obtaining the rates only.
6. The quantity of the items to be procured may vary from time to time depending upon the requirements of the projects ITG is undertaking /
requirements of the client Department.
7. ITG shall determine the "ITG Empanelled Rates" by identifying the lowest rate for each of the individual item(s).
8. Further all the qualifying Bidders / vendors shall be required to match the "ITG Empanelled Rates".
9. Work will be allotted only to the empanelled vendors matching the "ITG Empanelled Rates" and willing to undertake the work.
10. The Managing Director (ITG) shall be the final authority in allocating the work among the empanelled vendors matching the L1 price.
11. The contractor shall, in no case, replace any item/component with inferior item and if found doing so, the contract shall stand terminated
forthwith.
12. All other Terms and Condition applicable as per Tender Document for AMC of Networking Infrastructure.(Tender No: : -IT/0104/ Empanel
Vendors AMC (LAN, UPS, FIBER & WAN)/2017 Date: 26/09/2017)
Page 36 of 40
ANNEXURE-1 Bid Form
I. Addressed to:
a. Name of the Bidding authority Managing Director
b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)
IT HUB
3rd Floor, Altinho, Panaji
Goa-403001
c. Telephone (0832) 2226042 / 2225192
NIT Reference: -IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017
Date: 26/09/2017 b
II. Other related details:
1. Name of Bidder with Office
Address
2. Name & Designation of
Authorized Signatory
3. Year of Establishment
4. Type of Firm Public
Ltd.
Private
Ltd.
Partnership Proprietary
Put Tick ( ) mark
5. Telephone Number(s)/
Mobile
6. Website URL
7. Fax No.
8. Email Address
9. Registered
Office
Address in
Goa
Address
Phone Fax:
Contact
Person
10.
Service
Center (s) in
Goa
Address
Phone Fax:
Contact
Person
(Enclose list of Service Center consisting name of contact person, telephone
no., e-mail address, office address.)
11. Annual Turnover for the last
3 years
(a certificate of CA should
be enclosed as proof)
2014-15 2015-16 2016-17
Page 37 of 40
12. Existence of the
Organization for the last 3
years in Goa
(Municipal / Panchayat
Trade License copy/ Sales
Tax/ Commercial Tax
Registration or any other
document specifically in
name of tenderer/bidder to
be attached)
(Proof showing
documentary evidence
should be uploaded)
13. Has the Bidder been black-
listed by any of the offices
of the Govt. of Goa? If so,
details may be provided
III. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)
has been deposited vide cash receipt/ e-challan no.____________ dated __________
in favor of the Info Tech Corporation of Goa Ltd, Porvorim.
IV. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five
Hundred Only) has been deposited vide cash receipt/ e-challan no.____________
dated __________ in favor of the Info Tech Corporation of Goa Ltd, Porvorim.
V. We agree to abide by all the conditions mentioned in this Bid Document issued by the
Bidding Authority and also the further conditions of the said Bid Notice given in the
attached sheets (all the pages of which have been digitally signed by us in token of
acceptance of the terms mentioned therein).
VI. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids
will disqualify the Bid. However the Bidder can reproduce exactly the same format
for clarity in filling due to shortage of space.
VII. The rates quoted are applicable for 2 years from the date of opening of bid. The
validity period can be extended with mutual agreement. Following documents are
attached towards the proof of earnest money deposited in favor of Info Tech
Corporation of Goa Ltd, Porvorim.
Sr No Earnest Money deposited through Number Dated
1. E-Challan No
Page 38 of 40
VIII. This Bid form and Terms & Conditions in token of acceptance along with duly filled
letter of undertaking / declaration.
Signature : ________________________________
Name : ________________________________
Designation : ________________________________
Place : ________________________________
Date & Seal : _______________________________
Page 39 of 40
ANNEXURE-2 Bidders Undertaking (Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender
wizard)
(Certificate to be issued by bidder on the company letterhead)
U N D E R T A K I N G
To,
The Managing Director,
InfoTech Corporation of Goa Ltd,
IT HUB, 3rd Floor, Altinho, Panaji Goa.
Sub: Undertaking for participating in the tender reference:
-IT/0104/ Empanel Vendors AMC (LAN, UPS, FIBER & WAN)/2017 Date: 26/09/2017
We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.> , state the
following against the tender for providing AMC of IT Infrastructure (ICT Equipment) to
various Government departments/institutions/ organizations in the State of Goa.
1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for providing services with onsite maintenance support.
2. We hereby confirm that we are presently neither blacklisted/barred by Government /
Semi – Government / Quasi- Government organization or Govt. Corporation on the
date of notice inviting tender /Bid submission.
3. We hereby undertake that all the components/parts/assembly/software used in the
equipment shall be repaired / replaced with component of equivalent or higher
capacity.
4. We hereby also declare that all the particulars furnished by us in this Tender are true
to the best of my/our knowledge and we understand and accept that if at any stage,
the information furnished is found to be incorrect or false, we are liable for
disqualification from this tender and also are liable for any penal action that may
arise due to the above.
Page 40 of 40
5. We declare that the Eligibility cum Technical bid has been submitted without any
conditions and strictly as per the conditions of the tender document and we are aware
that the bid is liable to be rejected if it contains any other conditions.
(Signature with seal / stamp of the company)
Name:
Designation:
Place:
Date:
Page 1 of 37
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Altinho, Panaji Goa -403001
SUPPLY OF SOFTWARES
TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR
SUPPLY & INSTALLATION OF SOFTWARES (Operating Systems,
Antivirus, office suites, etc) TO GOVERNMENT DEPARTMENTS /
ORGANIZATIONS / INSTITUTIONS
Government of Goa
Tender No.: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Date: 26/09/2017
Page 2 of 37
Table of Contents
NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3
SCOPE OF THE PROJECT ............................................................................................................... 5
DEFINITIONS & ACRONYMS ........................................................................................................ 7
CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 9
CHAPTER 2 Eligibility Criteria & Mandatory Conditions ....................................................... 11
CHAPTER 3 Bidding Process .................................................................................................... 13
CHAPTER 4 Disqualification of Bids ....................................................................................... 21
CHAPTER 5 General Terms and Conditions of Bid .................................................................. 22
CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 25
CHAPTER 7 Escalation Matrix ................................................................................................. 26
CHAPTER 8 Terms of Payment ................................................................................................ 26
CHAPTER 9 Documents to be furnished in original ................................................................. 27
CHAPTER 10 Tentative Description of Softwares ...................................................................... 28
CHAPTER 11 Indicative Format of Financial Bid to be used for obtaining the rates from the
Empanelled vendors ........................................................................................... 29
ANNEXURE-1 Bid Form .............................................................................................................. 32
ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 35
ANNEXURE-3 Bidders Undertaking……………………………………………………………………..36
Page 3 of 37
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Altinho, Panaji-Goa-403001
NOTICE INVITING e-TENDER (NIT)
(Electronic mode only)
No.: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Date: 26/09/2017
Tender is invited by Info Tech Corporation of Goa Ltd. (ITG) in two bid – Eligibility cum
Technical bid and Commercial bid from well established and reputed organizations / agencies
who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven
track for the supply of software (Operating System, antivirus, Office suites, etc.) to various
Government departments/institutions/ organizations in the State of Goa.
Sr No Item Particulars
1 Description of the work SUPPLY & INSTALLATION OF SOFTWARE
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or
www.tenderwizard.com/GOA
4 Tender Document Fee Rs 2000/- Rupees Two thousand only
(Non-Refundable)
5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred
only (Non-Refundable)
6 Earnest Money Deposit
(E.M.D.) Rs. 5,000/- (Rupees Five thousand only)
7 Mode of Tender Document
& Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.
8 Date and Time for request of
Tender Document
26/09/2017 to 14/10/2017 ( up to 5 pm)
Page 4 of 37
9 Date and Time for Pre Bid
Meeting
03/10/2017 ( at10.30 am)
10 Date and Time for reply to
Pre Bid Clarification
04/10/2017 ( up to 11:59 pm)
11 Last Date and Time for
Online submission of bids
15/10/2017 (up to 11:59 pm)
12 Date and Time for opening /
of Eligibility bids cum
Technical
16/10/2017 ( at 11am)
13 Date and Time for opening /
of Commercial bids
17/10/2017 (at 11am)
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the eligibility cum Technical bid are liable to be summarily rejected. The decision of The
Managing Director, Info Tech Corporation of Goa Ltd., for purpose of Eligibility
Qualification shall be final and binding to all the tenderers/bidders.
a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the Bidder’s risk and may result in the
rejection of the bid.
b. The Bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the RFP.
c. Late submission of bids is not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile:-08888636107, Mr. Shramit, Mobile:-9689639092, Mr. Kiran, Mobile:-
08600651553, Mr. Shridhar, Mobile:-7888164051, email: goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa Ltd.
Sd/-
Managing Director
Page 5 of 37
SCOPE OF THE PROJECT
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of the
state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD. under its business model generate
revenue by undertaking works of IT infrastructure under IT facility management services
wherein it provides various types of IT services to the Government
Departments/Organizations/Institutions/Corporations/Autonomous Bodies throughout the
state of Goa. Further, Department of Information Technology (DOIT), Government of Goa
has identified ITG as State Designated Agency for executing AMC of IT infrastructures for
all Government Departments & Organizations vide circular no. 7(368)2011/DOIT/AMC
Guidelines/1214 dated 21/08/2014.
Objective
Being the State Designated Agency for executing AMC of IT infrastructure for all
Government Departments & Organizations, ITG has been assisting the Departments &
Organizations by providing support and service to the IT infrastructure present in the
respective Departments & Organizations. However, it is often noticed that the computer
systems gets infected by virus because of the frequent use of USB storage devices (pendrives,
etc.) by the staff to transfer of data from one computer system to another computer system.
Further, as the systems are connected on the Goa Broad Band Network (GBBN), due to virus
issue, the computer systems, are immediately blocked from accessing or using the network.
This has often lead to the official works at the Departments coming to stand still.
In order to overcome the above issue, Departments purchase antivirus from the local vendors
who charge them very less initially and then in the name of updates charge extra amount
updation of antivirus
In order to make the antivirus installation process simple and to provide a single place of
assistance for smooth functioning of the computer systems in the Departments/Organizations,
Page 6 of 37
ITG has installed a server based antivirus in the Office of ITG, wherein the server is
connected to the internet and all the computer systems of the Departments which are on the
GBBN get the updates directly irrespective of whether they have internet connection or not.
The entire system works on the LAN & WAN respectively.
Page 7 of 37
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd., Goa
DOIT / DOIT Department of Information Technology, Goa
GOG Government of Goa
GSDC/SDC (Goa) State Data Center
GBBN Goa Broadband Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
DD Demand Draft
PAN Permanent Account Number
Deity Department of Electronics and Information Technology,
New Delhi
PBG Performance Bank Guarantee
NOC Network Operation Center
MAF Manufacturer’s Authorization Form
Purchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier Successful Tenderer / Bidder to whom tender is awarded
Contract An undertaking signed by the Vendor against the Tender
NMS Network Monitoring System
UPS Uninterrupted Power supply
LAN Local Area Network
Non-responsive Failure to furnish complete information in a given format
and manner required as per the tender documents or non-
submission of tender bid in given Forms/Pro-forma or not
following procedure mentioned in this tender or any of
Page 8 of 37
required details or documents is missing or not clear or
not submitted in the prescribed format or non submission
of tender fee or EMD.
AMC Annual Maintenance Contract
IT Infrastructure All the IT related equipments which includes hardware,
software’s, networking, etc.
Page 9 of 37
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd. (ITG) invites Eligibility cum Technical Bid from well
established and reputed organizations / agencies who fulfill the eligibility criteria and having
sufficient infrastructure, manpower and proven track record for the supply of software
(Operating System, antivirus, Office suites, etc.) to various Government
departments/institutions/ organizations in the State of Goa. Bidders should submit the
proposal on the tender wizard http://www.tenderwizard.com/goa .
2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding
the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital
Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at
the website.
3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details has
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and
Tender Processing Fee online.
5. The Bids can be submitted up to date and time given in NIT.
6. An Earnest Money Deposit (E.M.D.) of Rs. 5,000/- (Rupees Twenty Five thousand only)
should be provided by the bidder. The EMD has to be paid online before the last date and
time for online submission of bids as given in the NIT. EMD in any other form will not be
accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
Page 10 of 37
8. The Eligibility cum Technical Bids will be opened as per schedule in NIT and in the presence
of the bidder or any of its representative. The bidder who qualify in the Eligibility cum
Technical evaluation process shall only be considered for empanellement.
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd. disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
Page 11 of 37
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentary
evidence in support of fulfilling these conditions while submitting the Eligibility cum
Technical Bid. The scanned copy/copies of these documents should be uploaded on the e-
tendering website during submission of bids before its last date. Failure to comply with these
requirements may result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly while
sending/submitting their Bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN
THIS TENDER:
Keeping in mind the local service setup and accessibility required to extend support / services
for the installation, it is considered essential that the bidder should have a strong local
presence, specifically authorized for this Tender / project. The bidder should also provide the
“Manufacturer’s Authorization Certificate” (MAF) wherever necessary.
Sr
No
Clause Documents required
1 The bidder should have a registered IT/IT
Services/ITES office in the State of Goa by the same
name as the quoting company in the State for last
three (3) years as on the date of issue of the Notice
Inviting Tender.
a) Valid documentary proof of:
- Certificate of incorporation
- Registration Certificate
(upload and save as
“Document A”)
2 The bidder should have experience of supply &
installation of software (operating system software,
Antivirus, office suites, etc.) in Government
Departments/Public Sector Undertaking/Banks
/Financial Institution/ Central Autonomous
Bodies/State Autonomous Bodies/ reputed firms
during the last three (3) years (2014-15, 2015-16 &
2016-2017) as on the date of issue of notice inviting
tender.
a) Valid documentary proof of:
-Work orders confirming year
and Area of activity should be
attached.
*(upload and save as
“Document B”)
3 The bidder should have at-least minimum 03 a) Valid documentary proof of:
Page 12 of 37
qualified Service Engineers on its own pay roll
within the State of Goa with at least one year
experience in respective areas.
- Certificate from bidder for
number of qualified Engineers
professionals employed by the
bidder giving names & address
and any supporting document
indicating that service engineers
are on-board of firm/company.
*(upload and save as
“Document C”)
4 The bidder must have a financial turnover of
minimum Rs. 10 Lakhs during the last 3 financial
years (2014-15, 2015-16 & 2016-17) as on the date
of notice inviting tender.
a) Valid documentary proof of:
- CA Certificate showing Turn
over details.
*(upload and save as
“Document D”)
5 The bidder should submit an authorization by the
Manufacture(s)/OEM for the supply of softwares.
a) Valid documentary proof of:
- The Manufacturer’s original
authorization certificate (MAF)
/OEM
*(upload and save as
“Document E”)
6 The bidder shall neither be blacklisted nor barred by
GoG from rendering services to any of the
Government Departments/Organizations.
a) Valid documentary proof of:
-A signed copy of the
undertaking (Annexure-3)
with seal.
*(upload and save as
“Document F”)
7. The bidder should have GST Registration
Certificate.
a) Valid documentary proof of:
-GST Registration Certificate
*(upload and save as
“Document G”)
Page 13 of 37
CHAPTER 3 Bidding Process
The Bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of empanelled vendor is a two stage bidding process where in eligible
bidders shall submit their Eligibility cum Technical bid and Commercial bid.
a. Eligibility cum Technical bid will be evaluated for all the bidders.
b. Commercial bids of only those bidders will be opened who are qualified in the
Eligibility cum Technical bid.
c. Only those bidders who are willing to match the lowest (L1) price will be listed on
ITG’s List of Empanelled vendors for supply & installation of softwares.
2. Preparation of Bidding Document
a. The download of bidding document shall commence as specified in NIT and shall be
stopped as specified in NIT. The complete bidding document is also placed on the
websites as specified in the NIT. The prospective bidders are permitted to download the
bid document from the tender wizard but must pay the cost of tender/ bidding document
and etender processing fee while submitting the bids to ITG.
Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the tender document with full
understanding of its implications.
All the tenders are to be submitted in electronic mode only. The tender wizard will not
accept any tender submitted after the deadline for submission of Tenders prescribed by
the Purchaser.
b. Earnest Money Deposit (EMD)
i. Every bidder, participating in the bid must furnish the earnest money deposit as
specified in the Notice Inviting Tender (NIT).
ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to
the bidder on the amount of the EMD.
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
Page 14 of 37
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
5,000/- (Rupees Five thousand only) should be provided by the bidder. The EMD
has to be paid online before the last date and time for online submission of bids as
given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of empanelled vendors has been prepared. The EMD
of the successful bidders shall be returned only after a period of six months from the
date of finalizing the final list of empanelled vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
If the bidder withdraws or modifies his bid proposal after opening of bids or
during the period of bid validity or its extended period, if any; or
In the case of a successful bidder if the bidder fails to sign the contract for any
reason not attributable to the InfoTech Corporation of Goa Ltd. (ITG), Goa.
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
EMD submitted in a different name other than the bidder who is applying in
the tender.
Tenders without valid E.M.D. at the time of opening of the technical bid will be
rejected.
3. Amendment of Bidding Document
i. At any time prior to the deadline for submission of the Bids, the tendering authority
may amend the Bidding document by issuing Corrigendum/ Addendum.
ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.
iii. To give prospective Bidders reasonable time in which to take a Corrigendum/
Addendum into account in preparing their Bids, the tendering authority may, at its
discretion, extend the deadline for the submission of the Bids.
Page 15 of 37
iv. Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. InfoTech Corporation of Ltd. will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
Bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
c. Documents comprising the Bid
i. The bidder should ensure that all the required documents, as mentioned in the
bidding document, are uploaded. Non submission of the required documents or
submission of the documents in a different format/ contents may lead to the
rejections of the bid/ proposal submitted by the bidder.
ii. Wherever applicable, the bidding form must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.
iii. The contents of bid are listed below.
I. Eligibility cum Technical Bid:
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
b) Prices must not be indicated in the Eligibility cum Technical bid.
d. Alternative Bids: Alternative bids shall not be considered at all.
e. Validity of Empanelment Tender & Commercials:
Page 16 of 37
It has been noticed that, in the IT industry, the ICT equipments or IT services keeps on
changing from time to time. However, in order to keep the procurement rate for a steady
period for providing services to the Department/ Organization/ Institutions/
Corporations/ Autonomous Bodies and at the same time to give some breathing space to
the empanelled vendors so as to give good services& support the following may be
noted:
i. The selected vendors will be on ITG empanelled list. Which shall be valid for a
period of two (02) years from the last date of submission of bids as per NIT.
ii. The commercial quotes shall be valid for a period of two (02) years only from the
last date of submission of bids as per NIT.
f. Deadline for submission of Bids:
i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later
than the date and time indicated in the NIT.
ii. Normally, the date of submission and opening of bids would not be extended.
However, in exceptional circumstances or when the bidding document is required
and the time with the prospective bidders for preparation of bids appears
insufficient, the date may be extended by the tendering authority and due
publicity to such change in date of opening of bids would be given. In such cases,
it would be ensured that after issue of corrigendum, reasonable time is available
to the bidders to prepare and submit their bids. Any change in date of submission
and opening of bids would also be placed on the respective websites immediately.
However, if the modifications in bidding document, specifications of goods and
service are substantial, fresh publication of original bid inquiry may also be
issued.
iii. The tendering authority may, at its discretion, extend the deadline for the
submission of bids by amending the bidding document, in which case all rights
and obligations of the tendering authority and bidders previously subject to the
deadline shall thereafter would be subject to the deadline as extended.
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tender wizard will not
accept any bid submitted after the deadline as indicated in the NIT.
ii. Towards the end of the deadline time, the tender wizard server is likely to get
jammed due to the heavy flow of traffic on the server. Hence, all the Bidders
participating in the tender are requested to submit the bids well in advance before
the deadline time period as indicated in the NIT.
Page 17 of 37
iii. Documents relevant to the Eligibility cum Technical bid which needs to submit in
the office of ITG, should be submitted before the opening of the Eligibility cum
Technical bid as indicated in the NIT. Bids received after the due date and the
specified time (including the extended period if any) for any reason whatsoever,
shall not be entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd. will not accept any
responsibility for any problems arising for delay in the submission of the tender.
h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,
substitute, or modify its bid after it has been submitted before the deadline
prescribed for submission of bids as per the e-tendering process.
i. Bid Opening:
i. The designated Technical Committee will perform the bid opening, which is a
critical event in the bidding process.
ii. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT.
iii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
The tendering authority shall download all the documents submitted by the
tenderer / bidder and place the same in the presence of bidder or his/her
authorized representative who choose to attend at the date and time specified in
the NIT. The representatives of the bidders are advised to carry the identity card
or a letter of authority from the tendering firms to identify their bonafides for
attending the opening of the proposal. The bidder’s representatives who are
present shall sign the attendance register present.
The eligibility cum Technical bid shall be opened and all the bidders who are in
the race (participated) of tender shall be notified to the bidders present. All the
bids shall be downloaded one at a time, and the following may be read out and
Page 18 of 37
recorded: the name of the bidder, the submission or non-submission of the Tender
Fee, EMD.
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be empanelled and a negative determination shall result in disqualification of the
bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria specified
in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or
any other persons not officially concerned with such process until publication of
the Empanelled list.
ii. All materials submitted by the bidder becomes the property of InfoTech
Corporation of Ltd. and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
Page 19 of 37
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
iv. From the time of bid opening to the time of publication of the Empanelled list, if
any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids, the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing.
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsiveness
i. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
Page 20 of 37
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility cum Technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to publication of the empanelled list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without
assigning any reason.
Page 21 of 37
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Biding process if the bidder:-
Has submits the required Bid documents after the prescribed date and time of
submission of Bid.
Submits Bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last Bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be
disqualified.
Page 22 of 37
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/
submitting their Bids.
1. The software shall be supplied and installed on-site comprehensive.
2. Preventive Maintenance activity shall include updation of Service packs, drivers &
Operating System patches.
3. The Vendor shall provide a Service Escalation Matrix with contact details (escalation
hierarchy, contact person, number, address and e-mail) to which the
Department/Organization shall contact for any software support.
4. Any activity, as a part of updation, that requires stopping of services or shutdown of
equipments shall be carried out in consultation with the Department/Organization after
necessary intimation, and this activity shall be taken up only during the non-working
hours or on holidays in order to reduce non-availability of services.
5. If the service provided by the Vendor is found unsatisfactory, the
Department/Organization will give written complaint to ITG. In such case, ITG shall
ensure that the Vendor provides satisfactory service to the Department/Organization by
issuing a warning at the first instance. Further, if such instances are repeated more than 5
times, ITG at its discretion, will terminate the contract of the Vendor and no payments
will be made in such cases.
6. ITG and Department/Organization shall jointly review and monitor the performance of
the vendor & the same shall be recorded by ITG for future reference.
7. The Vendor shall not sub-contract the services to any Organization, person, firm or its
franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been
done, then ITG, at its discretion, may terminate the supply and such Vendor shall be
liable for blacklisting.
8. At the end of complete installation of the software, ITG in coordination with
Department/Organization shall certify that the installation is satisfactory and that no faults
or complaints are pending issues are present.
9. The vendor for providing the supply & installation, may provide the authorization letter
from the concerned OEM.
Page 23 of 37
10. Dispute Resolution Mechanism: The vendor and ITG shall endeavor their best to
amicably settle all disputes arising out of or in connection with the Contract in the
following manner:
a) The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
Matter will be referred for negotiation between Officers nominated by ITG and the
Authorized Official of the Contractor. The matter shall then be resolved between them
and the agreed course of action documented within a further period of 15 days.
b) If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
Chairman, InfoTech Corporation Of Goa Ltd., Goa who will be the Sole Arbitrator
and whose decision shall be final.
c) In case any dispute between the Parties, does not settle by negotiation in the manner
as mentioned above, the same may be resolved exclusively by arbitration and such
dispute may be submitted by either party for arbitration within 20 days of the failure
of negotiations. Arbitration shall be held in Goa and conducted in accordance with the
provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or
re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and
the two arbitrators shall jointly appoint the third or the presiding arbitrator. The
“Arbitration Notice” should accurately set out the disputes between the parties, the
intention of the aggrieved party to refer such disputes to arbitration as provided
herein, the name of the person it seeks to appoint as an arbitrator with a request to the
other party to appoint its arbitrator within 45 days from receipt of the notice. All
notices by one party to the other in connection with the arbitration shall be in writing
and be made as provided in this tender document. Each Party shall bear the cost of
preparing and presenting its case, and the cost of arbitration, including fees and
expenses of the arbitrators, shall be shared equally by the Parties unless the award
otherwise provides. The contractor shall not be entitled to suspend the Service/s or the
completion of the job, pending resolution of any dispute between the Parties and shall
continue to render the Service/s in accordance with the provisions of the
Contract/Agreement notwithstanding the existence of any dispute between the Parties
or the subsistence of any arbitration or other proceedings.
Page 24 of 37
d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or
Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.
11. Additional Software:
It may be noted that in certain scenario Departments & Organizations need specific software
to be covered which may not be available in the empanelled list of Softwares published by
ITG. It is further proposed that ITG may seek the software rates of that particular Software
from the empanelled vendors of ITG. The same may be obtained either by the e-tendering in
limited mode or through email. Further, if the empanelled vendors are not in position to quote
for the same then ITG will seek the same from open market by inviting quotations.
If the terms and conditions mentioned in the tender are contradicting the terms and conditions
appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech
Corporation of Goa Ltd. to choose the over-riding terms and conditions. In any case, the
decision of the Managing Director, InfoTech Corporation of Goa Ltd .shall be final and
binding on all parties concerned.
Page 25 of 37
CHAPTER 6 Selection of Empanelled Vendors
1. Procedure for selection of Vendors as “ITG’s Empanelled Software Vendors”:
a) The scrutiny of the Eligibility cum Technical bid will be done by a committee duly
constituted by ITG.
b) After the scrutiny of the Eligibility cum Technical bid by the committee, the
Commercial bids of the firms which have qualified in the Eligibility cum Technical
bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the
Softwares.
c) The offers shall be evaluated for each Software with L1 being the lowest offer.
Thereafter, ITG shall place before the vendors a list of the lowest (L1) rates obtained
for Softwares.
d) All the qualified vendors shall be given an opportunity to match the lowest (L1) rates
obtained for softwares. Thereafter, all the vendors who match the lowest (L1) rates
obtained by ITG will thereafter be listed on ITG’s final empanelled list for installation
& supply of softwares.
2. Procedure for placement of Software order on Empanelled Vendors:
a) ITG will send its Software proposal to the Department.
b) The Department will then submit their request for Software to ITG.
c) ITG will be the final authority who will decide on which vendor the contract should
be awarded. The decision of ITG will be fine in this regard.
.
Page 26 of 37
CHAPTER 7 Escalation Matrix Escalation Matrix
All the empanelled vendors shall provide the escalation matrix details to be followed
Sr No Support
Level
Name Address Phone No Email
1 Level 1 Service Call
Coordinator
XXX XXX xxxx@
2 Level 2 Senior
Service Call
Coordinator
XXX XXX xxxxx@
3 Level 3 Senior
Service Call
Manager
XXX XXX xxxxx@
4 Level 4 Name of
Owner of the
firm
XXX XXX xxxxx@
Note:
1. The calls will be received centrally by the agency and shall be attended immediately
by their service engineer on receipt of the same.
CHAPTER 8 Terms of Payment
The payment towards the supply & installation of software shall be released to the vendor by
ITG only after receiving the payments from the concerned Departments/ Organizations/
Autonomous Bodies, etc.
Note:
1. Advance payment shall not be paid.
2. Payment would be made for the actual installation carried out.
3. Payment shall be made in Indian Rupees only.
Pre Bid Queries Format Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id
shwetagdessai@gmail.com in the prescribed format before the pre bid meeting i:e
(03.10.2017 at 10.00 am).
Name of the Firm
Sr.
No
Tender Document
page no
Tender document
clause no
Clause details Query
Page 27 of 37
CHAPTER 9 Documents to be furnished in original
The tenderer/bidder should submit the following documents in original on or before
16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum
Technical Bid.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;
if any.
4.Undertaking of the tenderer/bidder as per Annexure-3
The above original documents should be put in a single cover and super-scribed
“Empanelment for supply & Install of Software” and be addressed to The Managing Director,
InfoTech Corporation of Goa Ltd., IT HUB, 3rd Floor, Altinho, Panaji- Goa-403001.
Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of
all criteria’s, while submitting its bid(s). The scanned copy of these documents should be
uploaded on the e-tendering wizard during submission of bids before its last date.
Failure to comply with these requirements may result in the bid being rejected. No hard
copy of the bid shall be accepted in the office of ITG other than the documents
mentioned in Chapter 9
Page 28 of 37
CHAPTER 10 Tentative Description of Softwares
Sr no Description of ICT Equipment Brand
1 System Softwares
Windows 10 Professional 64-bit
2 Antivirus Softwares
Net Protector, Quick Heal, K7, Kaspersky
3 Microsoft Office
MS Office (Indic Version), MS Office 2013
Professional
Page 29 of 37
CHAPTER 11 Indicative Format of Financial Bid to be used for obtaining the rates from the Empanelled vendors
Tender Inviting Authority: Info Tech Corporation of Goa Ltd., Goa
Name of Work: Empanelment of for the supply of system software (Operating System, antivirus, Office suites,etc) to various
Government departments/institutions/ organizations in the State of Goa
Tender No: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017
NAME OF THE BIDDER
NOTE: IF ANY COLUMS LEFT BLANK IT WILL BE CONSIDRED AS ZERO (0)
Sr. No
Item Name (Approximate specification)
Brand/ Model
Base Rate in Rupees per
item
Tax as per GST in %
Total Cost in Rupees (incl. of GST)
Total Cost in Words (incl. of GST)
1 Windows operating System
(Windows 10 Professional 64-bit) 0.00
2 Microsoft Office MS 2013 (Indic
Version) with Media and License 0.00
3 MS Office 2013 Professional
with Media and License 0.00
4 MS Office 2016 Professional
with Media and License 0.00
5 Office Suite with Media and
License
0.00
6 Net Protector Antivirus (Server
Based) for 1 year
0.00
7 Net Protector Antivirus (Server
Based) for 3 years
0.00
8 Net Protector Antivirus (Server
Based) for 5 years
0.00
Page 30 of 37
9 Quick Heal (Server Based) for 1
year
0.00
10 Quick Heal (Server Based) for 3
years
0.00
11 Quick Heal (Server Based) for 5
years
0.00
12 K7 Antivirus (Server Based) for 1
year
0.00
13 K7 Antivirus (Server Based) for 3
years
0.00
14 K7 Antivirus (Server Based) for 5
years
0.00
15 Kaspersky (Server Based) for 1
year
0.00
16 Kaspersky (Server Based) for 3
years
0.00
17 Kaspersky (Server Based) for 5
years
0.00
Note: a) All rates quoted must be inclusive of all GST & FOR destination. Insurance of transit shall be the responsibility of the vendor.
b) Free updates must be provided for all above mentioned antivirus.
Page 31 of 37
Instruction for filling Financial Bid in e-tendering portal
1. Bidders should only fill the cells formatted in white color.
2. Bidder name should not contain special characters. Enter alphanumeric characters only for bidder‟s name.
3. No change/modification/applying of formula in template of BoQ downloaded from the website is allowed by the bidder. Any
change/modification/applying of formula will corrupt the BoQ.xls which in turn may lead to problem in uploading the BoQ while
submitting the Bid.
Page 32 of 37
ANNEXURE-1 Bid Form
I. Addressed to:
a. Name of the Bidding authority Managing Director
b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)
IT HUB, 3rd Floor, Altinho-Panaji-
Goa-403001
c. Telephone (0832) 2226042 / 2225192
II. ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017
III. Other related details:
1. Name of Bidder with Office
Address
2. Name & Designation of
Authorized Signatory
3. Year of Establishment
4. Type of Firm Public
Ltd.
Private
Ltd.
Partnersh
ip
Proprietar
y
Put Tick (
5. Telephone Number(s)/
Mobile
6. Website URL
7. Fax No.
8. Email Address
9. Registered
Office
Address in
Goa
Address
Phone Fax:
Contact
Person
10.
Service
Center (s) in
Goa
Address
Phone Fax:
Contact
Person
(Enclose list of Service Center consisting name of contact person, telephone
no., e-mail address, office address.)
11. Annual Turnover for the last
3 years
(a certificate of CA should
be enclosed as proof)
2014-15 2015-16 2016-17
Page 33 of 37
12. Existence of the
Organization for the last 3
years in Goa
(Municipal / Panchayat
Trade License copy/ Sales
Tax/ Commercial Tax
Registration or any other
document specifically in
name of tenderer/bidder to
be attached)
(Proof showing
documentary evidence
should be uploaded)
13. Has the Bidder been black-
listed by any of the offices
of the Govt. of Goa? If so,
details may be provided
IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)
has been deposited vide cash receipt/ e-challan no.____________ dated __________
in favour of the Info Tech Corporation of Goa Ltd, Altinho-Panaji-Goa.
V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five
Hundred Only) has been deposited vide cash receipt/ e-challan no.____________
dated __________ in favour of the Info Tech Corporation of Goa Ltd., Altinho-
Panaji-Goa .
VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the
Bidding Authority and also the further conditions of the said Bid Notice given in the
attached sheets (all the pages of which have been digitally signed by us in token of
acceptance of the terms mentioned therein).
VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids
will disqualify the Bid. However the Bidder can reproduce exactly the same format
for clarity in filling due to shortage of space.
VIII. The rates quoted are valid for 2 years from the date of opening of bid. The validity
period can be extended with mutual agreement. Following documents are attached
towards the proof of earnest money deposited in favor of Info Tech Corporation of
Goa Ltd., Altinho-Panaji-Goa.
S.No Earnest Money deposited through Number Dated
1. E-Challan No
Page 34 of 37
IX. This Bid form and Terms & Conditions in token of acceptance along with duly filled
letter of undertaking / declaration.
Signature : ________________________________
Name : ________________________________
Designation : ________________________________
Place : ________________________________
Date & Seal : _______________________________
Page 35 of 37
ANNEXURE-2 Manufacturers Authorization Certificate (OEM)
(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)
(Certificate to be issued by OEM/ manufacturer of the product(s) on the company
letterhead)
To, The Managing Director,
InfoTech Corporation of Goa Ltd.,
Altinho-Panaji- Goa.
NIT Reference: ITG-IT/0109/Empanel Vendors (Softwares)/2017 Dated: 26/09/2017
1. This is to certify that M/s ………………………………….…. (Name, complete address,
city) are our authorized ………………………………….…. (Distributor/ Dealer / Channel
partner) for the sale, support and services for the …………………..…. (Name of the
product(s)) for the software i.e. for two years.
2. We also undertake that we would provide the support for the supplied product/ products,
updates and patches during the period.
3. In respect of licensed softwares, we undertake that the same shall be supplied along with
the authorized license certificate with our name/logo if any. Also, that it shall be sourced
from the authorized source for use in India.
4. Our technical support/assistance centers (Name, address & communication details) shall
provide 24x7 support over Toll Free Numbers as well as web-based support. Below are the
required details:
Our technical support/ assistance centers (Name, address & communication details) shall
provide telephonic or web support. Below are the required details:
1……………………………………………………………………………
2……………………………………………………………………………
3……………………………………………………………………………
(Signature with seal / stamp of the company)
Name:
Designation:
Place:
Date:
Page 36 of 37
ANNEXURE-3 Bidders Undertaking (Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender
wizard)
(Certificate to be issued by bidder on the company letterhead)
U N D E R T A K I N G
To,
The Managing Director,
InfoTech Corporation of Goa Ltd.,
Altinho-panaji-Goa
Sub: Undertaking for participating in the tender reference: ITG-IT/0109/Empanel Vendors (Softwares) /2017 Dated: 26/09/2017
We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.> , state the
following in respect of the tender for supply & installation of softwares to various
Government departments/institutions/ organizations in the State of Goa.
1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for providing the software installation services with
onsite support.
2. We hereby confirm that we are neither blacklisted/barred by Government / Semi –
Government / Quasi- Government organization or Govt. Corporation at any point of
time during the last three financial years ending March 2017 and in the current
financial year as on the date of notice inviting tender.
3. In respect of licensed softwares, we undertake that the same shall be supplied along
with the authorized license certificate.
4. We hereby also declare that all the particulars furnished by us in this Tender are true
to the best of my/our knowledge and we understand and accept that if at any stage,
the information furnished is found to be incorrect or false, we are liable for
Page 37 of 37
disqualification from this tender and also are liable for any penal action that may
arise due to the above.
5. We declare that the Eligibility cum Technical bid has been submitted without any
conditions and strictly as per the conditions of the tender document and we are aware
that the bid is liable to be rejected if it contains any other conditions.
(Signature with seal / stamp of the company)
Name:
Designation:
Place:
Date:
Page 1 of 43
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Althino, Panaji, Goa -403001
Annual Maintenance Contractof
ICT Equipments
TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FORPROVIDING ANNUNAL MAINTENANCE CONTRACT OF ICT
EQUIPMENTS IN THE GOVERNMENT DEPARTMENTS /ORGANIZATIONS / INSTITUTIONS
Government of Goa
Tender No.: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017
Page 2 of 43
Table of Contents
NOTICE INVITING e-TENDER (NIT)............................................................................................. 3
SCOPE OF THE PROJECT ............................................................................................................... 5
DEFINITIONS & ACRONYMS........................................................................................................ 6
CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7
CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9
CHAPTER 3 Bidding Process.................................................................................................... 11
CHAPTER 4 Disqualification of Bids ....................................................................................... 19
CHAPTER 5 General Terms and Conditions of Bid.................................................................. 20
CHAPTER 6 Selection of AMC Vendors .................................................................................. 25
CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 26
CHAPTER 8 Terms of Payment ................................................................................................ 27
CHAPTER 9 Documents to be furnished in original ................................................................. 28
CHAPTER 10 Tentative Description of ICT Equipments under AMC ........................................ 29
CHAPTER 11 Format of Financial Bid to be used for obtaining the rates from the Empanelled
vendors............................................................................................................... 30
ANNEXURE-1 Bid Form .............................................................................................................. 37
ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 40
ANNEXURE-3 Bidders Undertaking ........................................................................................... 42
Page 3 of 43
Info Tech Corporation of Goa Limited(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]Above Alcon Hyundai Showroom, 3rd Floor,
NH 17, Panaji, Goa-403501
NOTICE INVITING e-TENDER (NIT)(Electronic mode only)
No.: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017
Tender is invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum
Technical bid & commercial bid from well established and reputed organizations / agencies
who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven
track record in providing AMC of ICT Equipments to various Government
departments/institutions/ organizations in the State of Goa.
Sr No Item Particulars
1 Description of the work AMC of ICT Equipments
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in orwww.tenderwizard.com/GOA
4 Tender Document Fee Rs 2000/- Rupees Two thousand only(Non-Refundable)
5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundredonly (Non-Refundable)
6 Earnest Money Deposit(E.M.D.)
Rs. 25,000/- (Rupees Twenty Five thousandonly)
7 Mode of Tender Document& Processing Fees
To be paid online through e-payment modevia NEFT/RTGS/OTC/debit card/credit cardfacility with pre-printed challans available one-tendering website and directly credit theamount to ITG account as generated by challanand upload the scanned copy ofNEFT/RTGS/OTC/debit card/credit cardchallan along with the bid.8 Date and Time for request of
Tender Document26/09/2017 to 14/10/2017 (upto 5.00 pm)
9 Date and Time for Pre BidMeeting.
03/10/2017 (at 11.00 pm)
Page 4 of 43
10 Date and Time for reply toPre Bid Clarification.
04/10/2017 (upto 11.59 pm)
11 Last Date and Time forOnline submission of bids
15/10/2017 (upto 11.59 pm)
12 Date and Time for openingof Eligibility cum Technicalbid bids
16/10/2017 (at 12.00 pm)
13 Date and Time for openingof Commercial bids
17/10/2017 (at 12.00 pm)
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the Eligibility cum Technical bid are liable to be summarily rejected. The decision of The
Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility
Qualification shall be final and binding to all the tenderers/bidders.
a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the Bidder’s risk and may result in the
rejection of the bid.
b. The Bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the RFP.
c. Late submission of bids is not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile:-08888636107, Mr. Rajesh, Mobile:-8554878738, Mr. Kiran, Mobile:-08600651553,
Mr. Shrider, Mobile:-7888164051,Shramit:-9689639092 email: goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa LtdSd/-
Managing Director
Page 5 of 43
SCOPE OF THE PROJECT
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of
the state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of
Department of Information Technology has been providing various IT services to
Government departments/institutions/ organizations in the State of Goa who has setup
the required ICT Equipments for the use of e-Governance Application, etc in their
respective offices with an aim towards creating an e-citizen for all transactions and for
making Goa as an “Intelligent State”.
Objective
The technological advancements in Information & Communication Technology are very
rapid and continuous. The e-Governance Application development is in various stages of
implementation in almost all State Government Departments & Government
Organizations. The various Government Departments & Organizations has setup this
ICT Equipments for use of e-Governance Application. In order to get efficient
management of ICT Equipments existing in their Offices, a number of requests are
received from these Departments & Organizations. Maintenance of this ICT Equipments
is absolutely necessary.
It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the
concerns for management of ICT Equipments in various Departments and Organizations
under the Government.
Page 6 of 43
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd, Goa
DOIT / DOIT Department of Information Technology, Goa
GOG Government of Goa
GSDC/SDC (Goa) State Data Center
GBBN Goa Broad Band Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
DD Demand Draft
PAN Permanent Account Number
Deity Department of Electronics and Information Technology,New Delhi
PBG Performance Bank Guarantee
NOC Network Operation Center
MAF Manufacturer’s Authorization FormPurchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded
Contract an undertaking signed by the Vendor against the Tender
NMS Network Monitoring System
UPS Uninturpeted Power supply
LAN Local Are Network
Non-responsive failure to furnish complete information in a given formatand manner required as per the tender documents or non-submission of tender bid in given Forms/Pro-forma or notfollowing procedure mentioned in this tender or any ofrequired details or documents is missing or not clear ornot submitted in the prescribed format or non submissionof tender fee or EMD
AMC Annual Maintenance Contract
IT Infrastructure All the IT related equipments which includes hardware,softwares, networking,etc
Page 7 of 43
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum Technical bid from well
established and reputed organizations / agencies who fulfill the eligibility criteria and having
sufficient infrastructure, manpower and proven track record in providing AMC of ICT
Equipments to various Government departments/institutions/ organizations in the State of
Goa. Bidders should submit the proposal on the tender wizard
http://www.tenderwizard.com/goa .
2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding
the e-tendering process and refer to the link "Vendor Info", "Information About DSC (Digital
Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at
the website.
3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details has
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and
Tender Processing Fee online.
5. The Bids can be submitted up to date and time given in NIT.
6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five thousand only)
should be provided by the bidder. The EMD has to be paid online before the last date and
time for online submission of bids as given in the NIT. EMD in any other form will not be
accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
Page 8 of 43
8. The Eligibility cum Technical bid will be opened as per schedule in NIT and in the presence
of the bidder or any of its representative . The bidder who qualify in the Eligibility cum
Technical evaluation process shall only be considered for empanellement.
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
Page 9 of 43
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentaryevidence in support of fulfilling these conditions while submitting the Eligibility cumTechnical bid. The scanned copy/copies of these documents should be uploaded on the e-tendering website during submission of bids before its last date. Failure to comply with theserequirements may result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly whilesending/submitting their Bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING INTHIS TENDER:
Keeping in mind the local service setup and accessibility required to extend support /maintenance services during the AMC period, it is considered essential that the bidder shouldhave a strong local presence, specifically authorized for this Tender / project. The biddershould also provide the “Manufacturer’s Authorization Certificate” (MAF) wherevernecessary.
Sr
No
Clause Documents required
1 The bidder should have a registered IT/IT
Services/ITES office by the same name as
the quoting company in the State of Goa for
last three (3) years as on the date of issue of
the Notice Inviting Tender.
a) Valid documentary proof of:
- Certificate of incorporation
- Registration Certificate
**(Upload & Save as Document A)
2 The bidder should have experience of
providing AMC Services/Supply order with
maintenance/service for ICT Equipments in
Government Departments/Public Sector
Undertaking/Banks /Financial Institution/
Central Autonomous Bodies/State
Autonomous Bodies/ other reputed firms
during the last three (3) years as on the date
of issue of the Notice Inviting Tender.
a) Valid documentary proof of:
-Work orders confirming year and Area
of activity should be attached.
**(Upload & Save as Document B)
3 The bidder should have at-least minimum a) Valid documentary proof of:
Page 10 of 43
Five (5) qualified Service Engineers on its
own pay roll within the State of Goa with
experience in respective areas.
- Certificate from bidder for number of
qualified Engineers professionals
employed by the bidder giving names &
address.& phone nos. & any supporting
document indicating the service engineers
are on board of firm/company.
**(Upload & Save as Document C)
4 The bidder must have a financial turnover
of minimum Rs. 20 Lakhs during the last 3
years ending 31st March of the previous
financial year (2014-15, 2015-16, 2016-17)
.
a) Valid documentary proof of:
- CA Certificate showing Turn over
details.
**(Upload & Save as Document D)
5 The bidder should submit an Manufacture
Authorization Form(MAF) for the all ICT
equipments to be taken under AMC.
a) Valid documentary proof of:
- The Manufacturer’s original
authorization certificate (MAF)
Annexure-II
**(Upload & Save as Document E)
6 The bidder shall not be blacklisted or barred
by GoI/GoG from rendering services to any
of the Government
Departments/Organizations
a) Valid documentary proof of:
-A signed copy of the undertaking
(Annexure-III) with seal.
**(Upload & Save as Document F)
Page 11 of 43
CHAPTER 3 Bidding Process
The Bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of empanelled vendor is a two stage bidding process where in eligible
bidders shall submit their Eligibility cum Technical bid.
a. Eligibility cum Technical bid will be evaluated for all the bidders.
b. Commercial Bids of only those bidders will be opened who are qualified in the
Eligibility cum Technical bid .
c. Only those bidders who are willing to match the lowest (L1) price will be listed on
ITG’s List of Empanelled Vendors for works of AMC of ICT Equipments.
2. Preparation of Bidding Document
a. The download of bidding document shall commence as specified in NIT and shall be
stopped as specified in NIT. The complete bidding document is also placed on the
websites as specified in the NIT. The prospective bidders are permitted to download the
bid document from the tender wizard but must pay the cost of tender/ bidding document
and etender processing fee while submitting the bids to ITG.
Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the tender document with full
understanding of its implications.
All the tenders are to be submitted in electronic mode only. The tender wizard will not
accept any tender submitted after the deadline for submission of Tenders prescribed by
the Purchaser.
b. Earnest Money Deposit (EMD)
i. Every bidder, participating in the bid must furnish the earnest money deposit as
specified in the Notice Inviting Tender (NIT).
ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to
the bidder on the amount of the EMD.
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
Page 12 of 43
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
25,000/- (Rupees Twenty Five thousand only) should be provided by the bidder.
The EMD has to be paid online before the last date and time for online submission of
bids as given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of empanelled vendors has been prepared. The EMD
of the successful bidders shall be returned only after a period of six months from the
date of finalizing the final list of empanelled vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
If the bidder withdraws or modifies his bid proposal after opening of bids or
during the period of bid validity or its extended period, if any; or
In the case of a successful bidder if the bidder fails to sign the contract for any
reason not attributable to the InfoTech Corporation of Goa Ltd (ITG), Goa.
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
EMD submitted in a different name other than the bidder who is applying in
the tender.
Tenders without valid E.M.D. at the time of opening of the technical bid will berejected.
3. Amendment of Bidding Document
i.At any time prior to the deadline for submission of the Bids, the tendering authority
may amend the Bidding document by issuing Corrigendum/ Addendum.
ii.Any Corrigendum/ Addendum issued shall be a part of the Bidding document.
iii.To give prospective Bidders reasonable time in which to take a Corrigendum/
Addendum into account in preparing their Bids, the tendering authority may, at its
discretion, extend the deadline for the submission of the Bids.
iv.Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
Page 13 of 43
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. Info Tech Corporation of Ltd will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
Bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
c. Documents comprising the Bid
i. The bidder should ensure that all the required documents, as mentioned in the
bidding document, are uploaded. Non submission of the required documents may
lead to the rejections of the bid/ proposal submitted by the bidder.
ii. Wherever applicable, the bidding form must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.
iii. The contents of bid are listed below.
I. Eligibility cum Technical bid:
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
b) Prices must not be indicated in the Eligibility cum Technical bid.
d. Alternative Bids: Alternative bids shall not be considered at all.
e. Validity of Empanellement Tender & Commercial:
It has been noticed in the IT industry that the ICT equipments or IT services keeps on
changing from time to time. However, in order to keep the AMC rate for a steady period for
providing services to the Department/Organization/Institutions, Corporations/ Autonomous
Page 14 of 43
Bodies and at the same time to give some breathing space to the empanelled vendors so as to
give good services & support :
1. The selected vendors will be on ITG empanelled list, which shall be valid for a period of
two (02) years from last date of submission of bids as mentioned in NIT.
2. That the commercial quotes shall be valid for a period of Two (02) year from last date of
submission of bids as mentioned in NIT.
f. Deadline for submission of Bids:
i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later thanthe date and time indicated in the NIT.
ii. Normally, the date of submission and opening of bids would not be extended. However,
in exceptional circumstances or when the bidding document is required to be
substantially modified as a result of pre-bid queries and the time with the prospective
bidders for preparation of bids appears insufficient, the date may be extended by the
tendering authority and due publicity to such change in date of opening of bids would be
given. In such cases, it would be ensured that after issue of corrigendum, reasonable time
is available to the bidders to prepare and submit their bids. Any change in date of
submission and opening of bids would also be placed on the respective websites
immediately. However, if the modifications in bidding document, specifications of goods
and service are substantial, fresh publication of original bid inquiry may also be issued.
iii. The tendering authority may, at its discretion, extend the deadline for the submission of
bids by amending the bidding document, in which case all rights and obligations of the
tendering authority and bidders previously subject to the deadline shall thereafter would
be subject to the deadline as extended.
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tender wizard will not accept any
bid submitted after the deadline as indicated in the NIT.
ii. Towards the end of the deadline time, the tender wizard server is likely to get jammed
due to the heavy flow of traffic on the server. Hence, all the Bidders participating in the
tender are requested to submit the bids well in advance before the deadline time period as
indicated in the NIT.
Page 15 of 43
iii. Documents relevant to the Eligibility cum Technical bid which needs to
submitted in the office of ITG, should be submitted before the opening of the
Eligibility cum Technical bid as indicated in the NIT. Bids received after the due
date and the specified time (including the extended period if any) for any reason
whatsoever, shall not be entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd will not accept any
responsibility for any problems arising for delay in the submission of the tender.
h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,
substitute, or modify its bid after it has been submitted before the deadline
prescribed for submission of bids as per the e-tendering process.
i. Bid Opening:
i. The designated Technical Committee will perform the bid opening, which is a
critical event in the bidding process.
ii. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT.
iii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
iv. The tendering authority shall download all the documents submitted by the
tenderer / bidder and place the same in the presence of bidder or his/her
authorized representative who choose to attend at the date and time specified in
the NIT. The representatives of the bidders are advised to carry the identity card
or a letter of authority from the tendering firms to identify their bonafides for
attending the opening of the proposal. The bidders representatives who are
present shall sign the attendance register present.
v. The Eligibility cum Technical bid shall be opened and all the bidders who are in
the race (participated) of tender shall be notified to the bidders present. All the
bids shall be downloaded one at a time, and the following may be read out and
Page 16 of 43
recorded: the name of the bidder, the submission or non submission of the Tender
Fee, EMD.
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be empanelled and a negative determination shall result in disqualification of the
bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria specified
in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or
any other persons not officially concerned with such process until publication of
the Empanelled list.
ii. All materials submitted by the bidder becomes the property of InfoTech
Corporation of Ltd and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
Page 17 of 43
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
iv. From the time of bid opening to the time of publication of the Empanelled list, if
any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids, the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing .
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsivenessi. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
Page 18 of 43
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of Eligibility cum Technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to publication of the empanelled list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without
assigning any reason.
Page 19 of 43
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Biding process if the bidder:-
Has submits the required Bid documents after the prescribed date and time of
submission of Bid.
Submits Bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last Bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be
disqualified.
Page 20 of 43
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/submitting their Bids.
1. The AMC shall be on-site comprehensive, covering both preventive as well as corrective
maintenance of IT Infrastructure.
2. The AMC Vendor shall maintain adequate stock of spare parts for smooth execution of
AMC Contract.
3. The AMC vendor shall check all the equipments before taking the AMC contract and
those ICT equipments which are not working will be first repaired on approval of the
department & ITG and then taken under AMC. The cost of the repairs will be borne
separately by the department.
4. Under corrective maintenance, any defects in the ICT Equipments shall be rectified, and
all defective components of ICT Equipments necessary for normal operation, except
Consumables such as tapes, ribbons, toners, cartridges, UPS Batteries etc., are to be
replaced with the respective OEM products/parts of equivalent or higher
make/configurations, free of cost to the Department/Organization. If the respective OEM
products/parts are not available for any reason, the AMC Vendor shall replace the
defective products/parts with similar or higher make/configurations. However problems
caused by Lighting, Floods, natural calamities, physical damage, etc., shall not be covered
under AMC.
5. Preventive Maintenance activity shall include updation of Service packs, drivers &
Operating System patches, physical cleaning & testing of equipments, carrying out
system diagnostic tests & taking remedial action, point-to-point connectivity test etc. At
least one preventive maintenance activity should be scheduled per quarter during the
maintenance period.
6. The ITG will sign the agreement with the respective AMC Vendor in compliance with
the AMC Guidelines of Department of Information Technology.
7. The AMC Vendor shall maintain the entire ICT Equipments under the AMC contract in
proper working condition throughout the contract period to provide consistent AMC
support to the Department/Organization.
Page 21 of 43
8. The AMC Vendor shall provide a Service Escalation Matrix with contact details
(escalation hierarchy, contact person, number, address and e-mail) to which the
Department/Organization shall contact for AMC support. The AMC Vendor shall
perform as per the defined SLA, and any deviation to the SLA shall attract penalty as per
the agreement signed between ITG & the AMC Vendor.
9. The repair/replacement of defective products/parts shall be carried out at the office
premises of the Department/Organization only, and not to the repair centers. If the fault is
of serious nature and requires the support of the repair centre, thereby necessitating
shifting of the equipment, then the shifting/transportation, installation, re-installation, and
loading of the software packages shall be carried out at no additional cost to the
Department /Organization and with prior approval of Department/ Organization.
10. If the faulty equipment is required to be carried out of the office premises of the
Department/Organization, which may affect the business process of the
Department/Organization., then equivalent standby equipment has to be provided until the
original equipment has been repaired and brought back and installed successfully.
11. There shall be at least 90% uptime on all working days in respect of ICT Equipments
covered under AMC, except for Servers and active networking equipments which shall
have 99% uptime. The uptime shall be computed on calendar month basis in a non-
cumulative manner.
12. Any activity, as a part of AMC, that requires stopping of services or shutdown of
equipments shall be carried out in consultation with the Department/Organization after
necessary intimation, and this activity shall be taken up only during the non-working
hours or on holidays in order to reduce non-availability of services.
13. In case of large volumes of ICT Equipments i.e. 100 plus, covered under AMC, the
AMC Vendor has to provide appropriate certified skilled resident engineer at the
Department/Organization site. The resident engineer shall report to the
Department/Organization on all working days during office hours, and the record of the
same shall be maintained at Department/Organization.
14. The AMC Vendor shall record therein each incident of ICT Equipments malfunction,
date/time of commencement of downtime and successful completion of the
repair/maintenance work, nature of repair work performed on the ICT Equipments along
with description of the malfunction and the root cause thereof.
Page 22 of 43
15. In case of failure of the AMC Vendor in rectifying the faults within stipulated period as
defined in the SLA, the downtime penalty charges as defined shall be deducted from the
subsequent installment of AMC charges to the AMC Vendor and passed to the respective
Department.
16. If the AMC service provided by the AMC Vendor is found unsatisfactory, the
Department/Organization will give written complaint to ITG. In such case, ITG shall
ensure that the AMC Vendor provides satisfactory service to the
Department/Organization by issuing a warning at the first instance. Further, if such
instance’s are repeated more than 5 times, ITG at its discretion, will terminate the contract
of the AMC Vendor and no payments will be made in such cases.
17. ITG and Department/Organization shall jointly review and monitor the performance of
the AMC vendor on a half yearly basis & the same shall be recorded by ITG for future
reference.
18. The AMC Vendor shall not sub-contract the AMC to any Organization, person, firm or
its franchisee. If, at any time, it comes to the notice of the SDA that such sub-letting has
been done, then the SDA, at its discretion, may terminate the contract without referring
the matter further to the AMC Vendor, and such Vendor shall be liable for blacklisting.
19. It shall be the responsibility of the AMC Vendor to keep ICT Equipments in working
condition. If the services of the AMC Vendor are found unsatisfactory during the AMC
period or if the AMC Vendor fails to carry out any of its obligations/duties mentioned as
per the agreement, ITG will terminate the contract by giving one month’s notice to the
AMC Vendor in writing.
20. The AMC Contract may be terminated by the AMC Vendor by giving one month’s notice
in writing to SDA. If the notice period is not given or if a shorter notice is given by the
AMC Vendor, any maintenance costs and /or damages incurred by the SDA to support
the maintenance of ICT Equipments contracted to the AMC Vendor till alternate
arrangement is made, shall be deducted from the dues payable to the AMC Vendor, or
shall be paid by the AMC Vendor on demand if such dues fall short of such costs.
Page 23 of 43
21. In case of termination of AMC contract, ITG shall ensure to execute the AMC of ICT
Equipments through alternate arrangement in compliance with AMC guidelines.
22. At the end of each AMC contract, ITG in coordination with Department/Organization
shall certify that the ICT Equipments is in satisfactory working condition and that no
faults or complaints are pending from AMC Vendor.
23. The AMC vendor for providing AMC of ICT Equipments, the AMC vendor shall possess
authorization letter from the concerned OEM. The AMC vendor is free to sign a back-to-
back agreement with the OEM’s.
24. Dispute Resolution Mechanism: The Bidder and the DOIT shall endeavour their best to
amicably settle all disputes arising out of or in connection with the Contract in the
following manner
a) The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
Matter will be referred for negotiation between Officer nominated by ITG and the
Authorized Official of the Contractor. The matter shall then be resolved between them
and the agreed course of action documented within a further period of 15 days.
b) If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator
and whose decision shall be final.
c) In case any dispute between the Parties, does not settle by negotiation in the manner
as mentioned above, the same may be resolved exclusively by arbitration and such
dispute may be submitted by either party for arbitration within 20 days of the failure
of negotiations. Arbitration shall be held in Goa and conducted in accordance with the
provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or
re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and
the two arbitrators shall jointly appoint the third or the presiding arbitrator. The
“Arbitration Notice” should accurately set out the disputes between the parties, the
intention of the aggrieved party to refer such disputes to arbitration as provided
herein, the name of the person it seeks to appoint as an arbitrator with a request to the
other party to appoint its arbitrator within 45 days from receipt of the notice. All
notices by one party to the other in connection with the arbitration shall be in writing
Page 24 of 43
and be made as provided in this tender document. Each Party shall bear the cost of
preparing and presenting its case, and the cost of arbitration, including fees and
expenses of the arbitrators, shall be shared equally by the Parties unless the award
otherwise provides. The contractor shall not be entitled to suspend the Service/s or the
completion of the job, pending resolution of any dispute between the Parties and shall
continue to render the Service/s in accordance with the provisions of the
Contract/Agreement notwithstanding the existence of any dispute between the Parties
or the subsistence of any arbitration or other proceedings.
d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or
Contractor) shall have to be lodged in courts situated in Goa and not elsewhere
25. In case, for a particular ICT equipment’s, if no authorized vendors are present from
the Empaneled vendors list, ITG may/will get the AMC executed through the
Authorized vendors. In this case, the decision of the Managing Director, InfoTech
Corporation of Goa Ltd shall be final
26. If the terms and conditions mentioned in the tender are contradicting the terms and
conditions appearing elsewhere, then it shall be at the discretion of the Managing
Director, InfoTech Corporation of Goa Ltd to choose the over-riding terms and
conditions. In any case, the decision of the Managing Director, InfoTech Corporation
of Goa Ltd shall be final and binding on all parties concerned.
27. ITG may seek the required MAF for ICT equipments at any point of time whenever
required from the vendors.
28. Sometime it is observed that in certain scenario Departments & Organizations need
specific ICT equipment(AMC/Repair) to be covered under AMC which may not be
available in the empanelled list of ICT equipment(AMC/Repair) published by ITG. In
Such cases ITG may seek the AMC/Repair rates of that particular ICT
equipment(AMC/Repair) from the empanelled vendors of ITG. The same may be
obtained by the calling from Quotation or e-tendering in limited mode. Further, if the
empanelled vendors are not in position to quote for the same then ITG will seek the
same from open market by inviting quotations.
29. The Empanelled vendor of ITG will check all the equipments before signing the AMCand those ICT equipments which are found to be not working will be first repaired onapproval of Department/Organization and then taken under AMC. The cost of the
Page 25 of 43
repairs will be borne separately by the department. The repair rates for the ICTEquipments shall be obtained by ITG along with the AMC rates of ICT equipmentsthrough commercial bid.
CHAPTER 6 Selection of AMC Vendors
The process of selection, placement of AMC contract on vendor is as follows.
1. Procedure for selection of AMC Vendors as “ITG’s Empanelled AMC Vendors”
a) The scrutiny of the Eligibility cum Technical bid will be done by a committee dulyconstituted by ITG.
b) After the scrutiny of the Eligibility cum Technical bid by the Committee, theCommercial bids of the firms which have qualified in the Eligibility cum Technicalbid shall be opened as notified in the NIT to determine the lowest (L1) quotes for theAMC of ICT Equipments.
c) The offers shall be evaluated for each Networking Equipment with L1 being thelowest offer. Thereafter ITG shall place before the vendors a list of the lowest (L1)rates obtained for each of the ICT Equipments.
d) All the qualified vendors shall be given an opportunity to match the lowest (L1) ratesobtained for each of the ICT equipments. Thereafter, all the vendors who match thelowest (L1) rates obtained by ITG will thereafter be listed as ITG’s empanelled AMCvendors for providing AMC of ICT Equipments.
2. Procedure for placement of AMC order on Empanelled AMC Vendors:
a) ITG will display the list of the empanelled vendors along with the rates of the AMCof the ICT equipments on its website along with an Annexure form(for requisitionfrom the departments).
b) The Department while submitting their request to ITG for AMC, needs to provide thedetails like ( Make/Brand, Qty, Preferred vendor, if any etc) as mentioned in theAnnexure form.
c) Based on the Departments request, ITG will place the AMC order on the vendor.However, if there is no preferred empanelled vendor mentioned then ITG will placethe order of AMC on one of the empanelled vendor as per its decision. The decisionof ITG in this regards will be final.
Page 26 of 43
CHAPTER 7 Penalty Charges & Escalation Matrix
The down-time penalty charges proposed in the draft tender document, if not rectified withinthe stipulated time shall be as follows:
ResponseTime
Period Penalty that shall be levied by ITG on theAMC Vendor
Above 24 Hrs and below 48 Hrs Warning
Above 48 Hrs and upto 01 week 1 % of the equipment AMC cost per day
Above 1 week ITG will get the same rectified fromoutside & the cost towards rectificationwill be borne by the AMC vendor.
Note:1. The AMC vendor shall ensure 90% uptime on all working days in respect of ICT
equipments covered under AMC.
2. The uptime shall be computed on calendar month basis in a non-cumulative manner.
3. The AMC vendor shall, in no case, replace any item/component with inferior item
and if found doing so, the contract shall stand terminated forthwith.
Escalation MatrixAll the AMC vendors shall provide the escalation matrix details to be followed
SrNo
SupportLevel
Name Address Phone No Email
1 Level 1 Service CallCoordinator
XXX XXX xxxx@
2 Level 2 SeniorService CallCoordinator
XXX XXX xxxxx@
3 Level 3 SeniorService Call
Manager
XXX XXX xxxxx@
4 Level 4 Name ofOwner of the
firm
XXX XXX xxxxx@
Note:1. The calls will be received centrally by the agency and shall be attended immediately
by their service engineer on receipt of the same.
Page 27 of 43
CHAPTER 8 Terms of PaymentThe payment towards the AMC charges shall be released to the AMC empanelled vendor by
ITG only after
1. Receiving the payments from the concerned Departments/Organizations/Autonomous
Bodies, etc.
2. The expiry of each Quarter/ Half/Full year.
3. Submission of Service Call Report carried out by the empanelled vendor during the
AMC period duly signed by the concerned user/nodal officer of the department.
4. Preventive Maintenance Report duly Signed by Head of Department/Nodal Officer
(Monthly).
5. Feedback/Inspection Report submitted by ITG official with Department/Organization
Nodal officer/HOD Signature.
Note:
1. Advance payment shall not be paid.
2. Payment would be made for the actual ICT equipments which were working during
the AMC period.
3. Any increase or decrease of taxes, duties or prices of components,etc shall not affect
the AMC rates during the entire period of AMC contract
4. Payment shall be made in Indian Rupees only
Pre Bid Queries
Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id
anand.chodnekar@gmail.com in the prescribed format before the pre bid meeting i:e
(03.10.2017 at 10.00 am).
Name of the Firm
Sr.
No
Tender Document
page no
Tender document
clause no
Clause details Query
Page 28 of 43
CHAPTER 9 Documents to be furnished in original
The tenderer/bidder should submit the following documents in original on or before
16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum
Technical Bid.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2.
4.Undertaking of the tenderer/bidder as per Annexure-3
The above original documents should be put in a single cover and superscribed “AMC
for IT Infrastructure” and be addressed to The Managing Director, InfoTech Corporation of
Goa Ltd, IT Hub, 3rd Floor, Althino, Panaji, Goa-403001.
Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of
all criteria’s, while submitting its bid(s). The scanned copy of these documents should be
uploaded on the e-tendering wizard during submission of bids before its last date.
Failure to comply with these requirements may result in the bid being rejected. No hard
copy of the bid shall be accepted in the office of ITG other than the documents
mentioned in Chapter 9
Page 29 of 43
CHAPTER 10 Tentative Description of ICT Equipments under AMC
Sr no Description of ICT Equipment Make / Model1 Computer systems Any Make & Model
2 Laptops Any Make & Model
3 Laser Printers Any Make & Model
4 Network Laser Printers Any Make & Model
5 Dot Matrix Printers Any Make & Model
6 High End/Speed Dot Matrix Printers Any Make & Model
7 Normal A4 Flat Bed scanners Any Make & Model
8 High End Colour cum Network LaserPrinters
Any Make & Model
9 High End Flatbed Scanners Any Make & Model
10 High End Scanners Any Make & Model
11 Online UPS (2 KVA & Above) Any Make & Model
12 Servers Any Make & Model
13 Plotters Any Make & Model
14 Others
Note: The bidders are free to sign back to back agreement with the OEM’s for any of theICT equipments which they intend to take under AMC.
Page 30 of 43
CHAPTER 11 Format of Financial Bid to be used for obtaining the rates from the Empanelled vendors
Info Tech Corporation of Goa Ltd(A Government of Goa undertaking)
(An ISO 9001-2008 Certified Company)Above Alcon Hyundai Showroom, 3rd floor, NH 17, Porvorim – Bardez, Goa.
E-Tender Notification No: ITG-IT/0107/AMC-ICT /2017 Date: 25/09/2017Financial Bid
Name of works :- AMC of ICT equipments for Government DepartmentsNOTE: IF ANY COLUMS LEFT BLANK IT WILL BE CONSIDRED AS ZERO (0) AND TREATED AS INCOMPLETE BIDName of Bidder
S. No.Item Description
(Approximatespecification)
Price Range Pricein Rs.
GSTin Rs,if any
Totalcost in Rs
(Incl ofTaxes)
Total Cost In Words
A B C D E=C+D FA Computers
1 Computer Systems NA 0.00 #NAME?2 Laptops NA 0.00 #NAME?2 Thin Client Win Bee 4000Bix NA
0.00 #NAME?B Printers
1 Type I Below Rs 10000.00 0.00 #NAME?2
Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?
Page 31 of 43
3Type III
Between Rs. 25001.00-Rs.50000.000.00 #NAME?
4Type IV
between Rs. 50001.00- Rs.75000.00 0.00 #NAME?5
Tpye Vbetween Rs. 75001.00- Rs.100000.00 0.00 #NAME?
6Type VI
Between Rs. 100001.00-Rs.200000.00 0.00 #NAME?7
Type VIIBetween Rs. 200001.00-Rs.300000.00 0.00 #NAME?
8Type VIII
Between Rs. 300001.00-Rs.400000.00 0.00 #NAME?9
Type IXBetween Rs. 400001.00-Rs.500000.00 0.00 #NAME?
10 Dot Matrix Printer NA 0.00 #NAME?11 High End/Speed Dot Matrix
PrintersNA
0.00 #NAME?12 Heavy duty Dot Matrix
PrintersNA
0.00 #NAME?13 Line Matrix Printer NA 0.00 #NAME?
C Scanners1 Type I Below Rs 10000.00 0.00 #NAME?2
Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?
Page 32 of 43
3
Type III
Between Rs. 25001.00-Rs.50000.000.00 #NAME?
4Type IV
between Rs. 50001.00- Rs.75000.00 0.00 #NAME?5
Tpye Vbetween Rs. 75001.00- Rs.100000.00 0.00 #NAME?
6Type VI
Between Rs. 100001.00-Rs.200000.00 0.00 #NAME?7
Type VIIBetween Rs. 200001.00-Rs.300000.00 0.00 #NAME?
8Type VIII
Between Rs. 300001.00-Rs.400000.00 0.00 #NAME?9
Type IXBetween Rs. 400001.00-Rs.500000.00 0.00 #NAME?
7Canon Scanner IF-DR6030C
NA0.00 #NAME?
D UPS1 600-800 VA offline UPS NA 0.00 #NAME?2 1 KVA Offline UPS NA 0.00 #NAME?3 Online 1 KVA UPS NA 0.00 #NAME?4 Online UPS 2 KVA NA 0.00 #NAME?5 Online UPS 3 KVA NA 0.00 #NAME?6 Online UPS 5 KVA NA 0.00 #NAME?7 Online UPS 10 KVA NA 0.00 #NAME?8 Online UPS 15 KVA NA 0.00 #NAME?
Page 33 of 43
9 Online UPS 40 KVA NA 0.0010 Online UPS 2*40 KVA NA 0.00 #NAME?
E Plotters1 Type I Below Rs 10000.00 0.00 #NAME?2
Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?
3Type III
Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4
Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?
5Tpye V
between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6
Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?
7Type VII
Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8
Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?
9Type IX
Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?F SERVERS
1 Type I Below Rs 10000.00 0.00 #NAME?2
Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?
3Type III
Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4
Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?
Page 34 of 43
5Tpye V
between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6
Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?
7Type VII
Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8
Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?
9Type IX
Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?G Workstations
1 Type I Below Rs 10000.00 0.00 #NAME?2
Type IIBetween Rs. 10001.00-Rs.25000.00 0.00 #NAME?
3Type III
Between Rs. 25001.00-Rs.50000.00 0.00 #NAME?4
Type IVbetween Rs. 50001.00- Rs.75000.00 0.00 #NAME?
5Tpye V
between Rs. 75001.00- Rs.100000.00 0.00 #NAME?6
Type VIBetween Rs. 100001.00-Rs.200000.00 0.00 #NAME?
7Type VII
Between Rs. 200001.00-Rs.300000.00 0.00 #NAME?8
Type VIIIBetween Rs. 300001.00-Rs.400000.00 0.00 #NAME?
Page 35 of 43
9Type IX
Between Rs. 400001.00-Rs.500000.00 0.00 #NAME?
Terms & Conditions1 The AMC shall be on-site comprehensive, covering both preventive as well as corrective maintenance of ICT Equipments.2 The AMC for the above mentioned ICT Equipments will be for any make,model & configuration.3 Under corrective maintenance, any defects in the ICT Equipments shall be rectified, and all defective components of ICT Equipments
necessary for normal operation, except Consumables such as tapes, ribbons, toners, cartridges, UPS Batteries , are to be replaced with therespective OEM products/parts of equivalent or higher make/configurations
4 All other Terms and Condition applicable as per Tender Document for AMC of ICT Equipments.(Ref No. ITG-IT/0107/AMC-ICT /2017Dated: 25/09/2017)
5 For printers all parts will be covered under AMC. This will include Logic card, SMPS, Fuser Assembly, drums, rollers, Sensors, Gear etc.Only tonners & catridges will be termed as consumables.
6 The AMC of ICT Equipments , the AMC vendor shall possess authorization letter from concerned OEM.7 Rates quoted should be strictly as per the format above8 Quantity of items will be decided based on the requirement.ITG does not guarantee supply of any quantity of items and will be at the sole
discrimation of ITG9 ITG will make payments of AMC only after receiving the same from the Departments.10 The bills need to be produced in triplicate in the name of Info Tech Corporation of Goa Ltd.11 Kindly refer the tables (Price range) for the various types of Printers, scanners plotters that will be covered under AMC.
Page 36 of 43
Note: All rates quoted must be inclusive of all GST taxes, etc. & FOR destination. Insurance of transit shall be the responsibility of the vendor.
Instruction for filling Financial Bid in e-tendering portal
1. Bidders should only fill the cells formatted in white color.
2. Bidder name should not contain special characters. Enter alphanumeric characters only for bidder‟s name.
3. No change/modification/applying of formula in template of BoQ downloaded from the website is allowed by the bidder. Any
change/modification/applying of formula will corrupt the BoQ.xls which in turn may lead to problem in uploading the BoQ while
submitting the Bid.
Page 37 of 43
ANNEXURE-1 Bid Form
I. Addressed to:a. Name of the Bidding authority Managing Directorb. Address Info Tech Corporation Of Goa Ltd
(A Govt. Of Goa undertaking)IT HUB, 3rd Floor, Althino, PanajiGoa-403001
c. Telephone (0832) 2226024 / 2225192
II. NIT Reference: ITG-IT/0107/AMC-ICT /2017 Dated: 25/09/2017
III. Other related details:1. Name of Bidder with Office
Address2. Name & Designation of
Authorized Signatory3. Year of Establishment4. Type of Firm Public
Ltd.PrivateLtd.
Partnership
Proprietary
Put Tick ( ) mark5. Telephone Number(s)/
Mobile6. Website URL7. Fax No.8. Email Address9. Registered
OfficeAddress inGoa
AddressPhone Fax:ContactPerson
10.
ServiceCenter (s) inGoa
AddressPhone Fax:ContactPerson
(enclose list of Service Center consisting name of contact person, telephoneno., e-mail address, office address.)
11. Annual Turnover for the last3 years(a certifacte of CA should
be enclosed as proof)
2014-15 2015-16 2016-17
Page 38 of 43
12. Existence of theOrganization for the last 3years in Goa(Municipal / PanchayatTrade Licence copy/ SalesTax/ Commercial TaxRegistration or any otherdocument specifically inname of tenderer/bidder tobe attached)(Proof showingdocumentary evidenceshould be uploaded)
13. Has the Bidder been black-listed by any of the officesof the Govt. of Goa ? If so,details may be provided
IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)has been deposited vide cash receipt/ e-challan no.____________ dated __________ infavour of the Info Tech Corporation of Goa Ltd, Althino, Panaji.
V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand FiveHundred Only) has been deposited vide cash receipt/ e-challan no.____________ dated__________ in favour of the Info Tech Corporation of Goa Ltd, Althino, Panaji.
VI. We agree to abide by all the conditions mentioned in this Bid Document issued by theBidding Authority and also the further conditions of the said Bid Notice given in theattached sheets (all the pages of which have been digitally signed by us in token ofacceptance of the terms mentioned therein).
VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids willdisqualify the Bid. However the Bidder can reproduce exactly the same format for clarityin filling due to shortage of space.
VIII. The rates quoted are applicable up to 2 years from the date of opening of bid. The validityperiod of the tender is for 2 years. Following documents are attached towards the proof ofearnest money deposited in favor of Info Tech Corporation of Goa Ltd,Panaji.
S.No Earnest Money deposited through Number Dated1. E-Challan No
Page 39 of 43
IX. this Bid form and Terms & Conditions in token of acceptance along with duly filled letterof undertaking / declaration.
Signature :________________________________
Name :________________________________
Designation :________________________________
Place :________________________________
Date & Seal :_______________________________
Page 40 of 43
ANNEXURE-2 Manufacturers Authorization Certificate (OEM)
(Indicative Format)(The form should be signed with seal and then scanned and uploaded on the tender wizard)
(Certificate to be issued by OEM/ manufacturer of the product(s) on the companyletterhead)
To,The Managing Director,InfoTech Corporation of Goa Ltd,Panaji- Goa.
NIT Reference: ITG-IT/0107/AMC-ICT /2017 Dated: 25/09/2017
1. This is to certify that M/s ………………………………….…. (Name, complete address, city)are our authorized ………………………………….…. (Distributor/ Dealer / Channel partner)for the sale, support and services for the …………………..…. (name of the product(s)) forthe AMC period. i.e. two years.
2. We also undertake that we would provide the support for the above product(s) including,spares of the supplied product/ products, updates and patches during the AMC period.
3. Our technical support/assistance centers (Name, address & communication details) shallprovide 24x7 support over Toll Free Numbers as well as web-based support. Below are therequired details:
Our technical support/ assistance centers (Name, address & communication details) shallprovide telephonic or web support. Below are the required details:
1……………………………………………………………………………
2……………………………………………………………………………
3……………………………………………………………………………
(Signature with seal / stamp of the company)
Name:
Designation:
Page 41 of 43
Please Note: Authorization certificate should be provided for OEM's commitment of back-to-back support to the bidder for the equipments and for the AMC duration as mentioned in thistender document.
Page 42 of 43
ANNEXURE-3 Bidders Undertaking(Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender wizard)
(Certificate to be issued by bidder on the company letterhead)
U N D E R T A K I N G
To,The Managing Director,InfoTech Corporation of Goa Ltd,Panaji- Goa.
Sub: Undertaking for participating in the tender reference: ITG-IT/0107/AMC-ICT /2017Dated: 25/09/2017
We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.> , state the
following against the tender for providing AMC of ICT Equipments to various Government
departments/institutions/ organizations in the State of Goa.
1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for providing AMC services with onsite maintenance
support.
2. We hereby confirm that we are neither blacklisted/barred by Government / Semi –
Government / Quasi- Government organization or Govt. Corporation at any point of time
during the last three financial years ending March 2017 or in the current financial year as
on the date of notice inviting tender.
3. We hereby undertake that all the components/parts/assembly/software used in the
equipment shall be repaired/replaced with equivalent or higher components.
4. We hereby also declare that all the particulars furnished by us in this Tender are true to
the best of my/our knowledge and we understand and accept that if at any stage, the
information furnished is found to be incorrect or false, we are liable for disqualification
from this tender and also are liable for any penal action that may arise due to the above.
Page 43 of 43
5. We declare that the Eligibility cum Technical bid has been submitted without any
conditions and strictly as per the conditions of the tender document and We are aware
that the bid is liable to be rejected if it contains any other conditions.
(Signature with seal / stamp of the company)
Name:
Designation:
Place:
Date:
Page 1 of 60
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company]
IT HUB, 3rd Floor,
Altinho, Panaji – Goa – 403001
Supply of ICT Equipment’s
TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR
SUPPLY, INSTALLATION & COMMISSIONING OF ICT EQUIPMENTS
TO GOVERNMENT DEPARTMENTS /
ORGANIZATIONS / INSTITUTIONS, CORPORATIONS/
AUTONOMOUS BODIES IN THE STATE OF GOA.
Tender No.: ITG-IT/0108/Emp & Proc-ICT/2017 Date: 26.09.2017
Page 2 of 60
Table of Contents
NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3
SCOPE OF THE PROJECT ............................................................................................................... 5
DEFINITIONS & ACRONYMS ........................................................................................................ 6
CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7
CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9
CHAPTER 3 Bidding Process .................................................................................................... 11
CHAPTER 4 Disqualification of Bids ....................................................................................... 19
CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20
CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 23
CHAPTER 7 Terms of Payment ................................................................................................ 25
CHAPTER 8 Documents to be furnished in original ................................................................. 26
CHAPTER 10 Tentative Description of ICT Equipments to be procured .................................... 27
ANNEXURE-1 Bid Form .............................................................................................................. 57
ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 59
ANNEXURE-3 Bidders Undertaking ........................................................................................... 60
Page 3 of 60
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT HUB, 3rd Floor,
Altinho, Panaji – Goa – 403001
NOTICE INVITING e-TENDER (NIT)
(Electronic mode only)
Tender No.: ITG-IT/0108/Emp & Proc-ICT/2017 Date: 26.09.2017
Tender is invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum
technical and commercial bids from well-established and reputed organizations / agencies
who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven
track record in supply of ICT Infrastructure equipment’s (ICT) to various Government
departments/institutions/ organizations in the State of Goa.
Sr No Item Particulars
1 Description of the work Supply, installation & commissioning of IT
Equipment’s (ICT)
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or
www.tenderwizard.com/GOA
4 Tender Document Fee Rs 2000/- Rupees Two thousand only
(Non-Refundable)
5 Tender Processing Fee Rs 1500/- Rupees One Thousand Five Hundred
only (Non-Refundable)
6 Earnest Money Deposit
(E.M.D.) Rs. 25,000/- (Rupees Twenty-Five Thousand
only)
7 Mode of Tender Document &
Processing Fees
To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.
8 Date and Time for request of
Tender Document 26.09.2017 to 14.10.2017 (up to 5.00 pm)
9 Date and Time for Pre Bid
Meeting 03.10.2017 (at 10.00 am)
Page 4 of 60
10 Date and Time for reply to Pre
Bid Clarification 04.10.2017 (up to 11.59 pm)
11 Last Date and Time for Online
submission of bids 15.10.2017 (up to 11.59 pm)
12 Date and Time for opening / of
Eligibility cum technical bids 16.10.2017 (at 10.00 am)
13 Date and Time for opening / of
Commercial bids 17.10.2017 (at 10.00 am)
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the eligibility cum technical bid are liable to be summarily rejected. The decision of The
Managing Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility
Qualification shall be final and binding to all the tenderers/bidders.
a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the Bidder’s risk and may result in the
rejection of the bid.
b. The Bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the RFP.
c. Late submission of bids will not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile: -08888636107, Mr. Rajesh, Mobile: -8554878738, Mr. Kiran, Mobile: -
08600651553, Mr. Shridhar, Mobile: 7888164051, Mr. Shramit:- 9689639092 email:
goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa Ltd
Sd/-
Managing Director
Page 5 of 60
SCOPE OF THE PROJECT
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of
the state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of
Department of Information Technology has been providing various IT services to
Government departments/institutions/ organizations in the State of Goa who has setup
the required IT Infrastructure for the use of e-Governance Application, etc in their
respective offices with an aim towards creating an e-citizen for all transactions and for
making Goa as an “Intelligent State”.
Objective
The technological advancements in Information & Communication Technology are very
rapid and continuous. The e-Governance Application development is in various stages of
implementation in almost all State Government Departments & Government
Organizations. The various Government Departments & Organizations has setup this IT
Infrastructure for use of e-Governance Application. In order to get efficient management
of IT Infrastructure existing in their Offices, a number of requests are received from
these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely
necessary.
It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the
concerns for management of IT Infrastructure in various Departments and Organizations
under the Government.
Page 6 of 60
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd, Goa
DOIT / DOIT Department of Information Technology, Goa
GOG Government of Goa
GSDC/SDC (Goa) State Data Center
GBBN Goa Broad Band Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
DD Demand Draft
PAN Permanent Account Number
Deity Department of Electronics and Information Technology,
New Delhi
PBG Performance Bank Guarantee
NOC Network Operation Center
MAF Manufacturer’s Authorization Form
Purchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded
Contract an undertaking signed by the Vendor against the Tender
UPS Uninturpeted Power supply
LAN Local Are Network
Non-responsive failure to furnish complete information in a given format
and manner required as per the tender documents or non-
submission of tender bid in given Forms/Pro-forma or not
following procedure mentioned in this tender or any of
required details or documents is missing or not clear or
not submitted in the prescribed format or non-submission
of tender fee or EMD
AMC Annual Maintenance Contract
ICT Equipments All the IT related equipments which includes hardware,
softwares, networking,etc
Page 7 of 60
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility cum technical Bid from well
established and reputed organizations / agencies who fulfill the eligibility criteria and
having sufficient infrastructure, manpower and proven track record in supply of ICT
equipment’s to various Government departments/institutions/ organizations in the State of
Goa. Bidders should submit the proposal on the tender wizard
http://www.tenderwizard.com/goa .
2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding
the e-tendering process and refer to the link "Vendor Info", "Information About DSC (Digital
Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at
the website.
3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details has
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and
Tender Processing Fee online.
5. The Bids can be submitted up to date and time given in NIT.
6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five thousand only)
should be provided by the bidder. The EMD has to be paid online before the last date and
time for online submission of bids as given in the NIT. EMD in any other form will not be
accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
8. The Eligibility cum technical Bid will be opened as per schedule in NIT and in the presence
of the bidder or any of its representative The bidder who is qualifying in the eligibility
criteria cum technical evolution process shall only be considered for empanellement.
Page 8 of 60
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
Page 9 of 60
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentary
evidence in support of fulfilling these conditions while submitting the Eligibility cum
technical Bid. The scanned copy/copies of these documents should be uploaded on the e-
tendering website during submission of bids before its last date. Failure to comply with these
requirements may result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly while
sending/submitting their Bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN
THIS TENDER:
Keeping in mind the local service setup and accessibility required to extend support /
maintenance services during the operational period of 3 years, it is considered essential that
the manufacturers should quote only through one or more of its authorized partner(s) with a
strong local presence, specifically authorized for this Tender. For this purpose, the
manufacturer should issue a “Manufacturer’s Authorization Certificate” (MAF) to the
Tenderer / Bidder to quote on its behalf specifically for the present tender.
Sr No Clause Documents required
1 The bidder should have a registered IT/IT
Services/ITES office in the State of Goa by
the same name as the quoting company in
the State of Goa for last three (3) years as
on the date of issue of the Notice Inviting
Tender.
a) Valid documentary proof of:
- Certificate of incorporation
- Registration Certificate
*(upload and save as “Document A”)
2 The bidder should be an authorized system
integrator (reseller/distributor/dealer) for
sale support & service of the OEM in India
and should be engaged /in operation/ have
experience in the supply & installation of IT
Infrastructure equipment’s for a period of
last 03 years as on the date of issue of the
Notice Inviting Tender.
a) Valid documentary proof of:
-Work orders confirming year and Area
of activity should be attached.
*(upload and save as “Document B”)
3 The bidder should have at-least minimum
Five (3) qualified Service Engineers on its
own pay roll within the State of Goa with at
least one-year experience in respective
areas.
a) Valid documentary proof of:
- Certificate from bidder for number of
qualified Engineers professionals
employed by the bidder giving names &
address with phone numbers and any
supporting document indicating the
service engineers are on board of
firm/company.
*(upload and save as “Document C”)
Page 10 of 60
4 The bidder must have an average annual
financial turnover of minimum Rs. 50
Lakhs during the last 3 years ending 31st
March of the previous financial year (2014-
15, 2015-16, 2016-17)
a) CA Certificate showing Turn over
details.
*(upload and save as “Document D”)
5 The bidder should be authorized by the
Manufacture(s) for the various IT
infrastructure equipment’s.
a) Valid documentary proof of:
- The Manufacturer’s original
authorization certificate (MAF)
Annexure-I
*(upload and save as “Document E”)
6 The bidder shall not shall not be blacklisted
or bard by GoI & GoG from rendering
services to any of Govt. departments /
Organization.
a) Valid documentary proof of: -A signed copy of the undertaking
(Annexure-III) with seal.
*(upload and save as “Document F”)
Kindly upload and save the document as mentioned.
Page 11 of 60
CHAPTER 3 Bidding Process
The Bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of empanelled vendor is a two stage bidding process where in eligible
bidders shall submit their eligibility cum technical bid and commercial bid.
a. Eligibility cum technical bid will be evaluated for all the bidders.
b. Commercial bids of only those bidders will be opened who are qualified in the
eligibility um technical bid
c. Only those bidders who are willing to match the lowest (L1) price will be listed on
ITG’s list of empaneled vendors for works of Empanelled vendors for supply of ICT
equipment’s.
2. Preparation of Bidding Document
a. The download of bidding document shall commence as specified in NIT and shall be
stopped as specified in NIT. The complete bidding document is also placed on the
websites as specified in the NIT. The prospective bidders are permitted to download the
bid document from the tender wizard but must pay the cost of tender/ bidding document
and etender processing fee while submitting the bids to ITG.
Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the tender document with full
understanding of its implications.
All the tenders are to be submitted in electronic mode only. The tender wizard will not
accept any tender submitted after the deadline for submission of Tenders prescribed by
the Purchaser.
b. Earnest Money Deposit (EMD)
i. Every bidder, participating in the bid must furnish the earnest money deposit as
specified in the Notice Inviting Tender (NIT).
ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to
the bidder on the amount of the EMD.
Page 12 of 60
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
25,000/- (Rupees Twenty-Five thousand only) should be provided by the bidder.
The EMD has to be paid online before the last date and time for online submission of
bids as given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of empanelled vendors has been prepared. The EMD
of the successful bidders shall be returned only after a period of six months from the
date of finalizing the final list of empanelled vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
If the bidder withdraws or modifies his bid proposal after opening of bids or
during the period of bid validity or its extended period, if any; or
In the case of a successful bidder if the bidder fails to sign the contract for any
reason not attributable to the InfoTech Corporation of Goa Ltd (ITG), Goa.
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
EMD submitted in a different name other than the bidder who is applying in
the tender.
Tenders without valid E.M.D. at the time of opening of the technical bid will be
rejected.
3. Amendment of Bidding Document
i. At any time prior to the deadline for submission of the Bids, the tendering authority
may amend the Bidding document by issuing Corrigendum/ Addendum.
ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.
Page 13 of 60
iii. To give prospective deadline Bidders reasonable time in which to take a
Corrigendum/ Addendum into account in preparing their Bids, the tendering
authority may, at its discretion, extend the deadline for the submission of the Bids.
iv. Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. Info Tech Corporation of Ltd will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
Bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
c. Documents comprising the Bid
i. The bidder should ensure that all the required documents, as mentioned in the
bidding document, are uploaded. Non submission of the required documents or
submission of the documents in a different format/ contents may lead to the
rejections of the bid/ proposal submitted by the bidder.
ii. Wherever applicable, the bidding form must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.
iii. The contents of bid are listed below.
I. Eligibility cum technical Bid:
Page 14 of 60
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
b) Prices must not be indicated in the Eligibility cum technical Bid.
d. Alternative Bids: Alternative bids shall not be considered at all.
e. Validity of Bids:
i. Bids shall remain valid for 2 years from the last date of bid submission as
prescribed by Tendering Authority in NIT. A Bid valid for a shorter period shall
be rejected and treated as nonresponsive.
ii. In exceptional circumstances, the Tendering Authority may solicit the Bidder's
consent to an extension of the period of validity. The request and the responses
thereto shall be made in writing.
f. Deadline for submission of Bids:
i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later
than the date and time indicated in the NIT.
ii. Normally, the date of submission and opening of bids would not be extended.
However, in exceptional circumstances or when the bidding document is required
to be substantially modified as a result of pre-bid queries and the time with the
prospective bidders for preparation of bids appears insufficient, the date may be
extended by the tendering authority and due publicity to such change in date of
opening of bids would be given. In such cases, it would be ensured that after issue
of corrigendum, reasonable time is available to the bidders to prepare and submit
their bids. Any change in date of submission and opening of bids would also be
placed on the respective websites immediately. However, if the modifications in
bidding document, specifications of goods and service are substantial, fresh
publication of original bid inquiry may also be issued.
iii. The tendering authority may, at its discretion, extend the deadline for the
submission of bids by amending the bidding document, in which case all rights
and obligations of the tendering authority and bidders previously subject to the
deadline shall thereafter would be subject to the deadline as extended.
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tender wizard will not
accept any bid submitted after the deadline as indicated in the NIT.
Page 15 of 60
ii. Towards the end of the deadline time, the tender wizard server is likely to get
jammed due to the heavy flow of traffic on the server. Hence, all the Bidders
participating in the tender are requested to submit the bids well in advance before
the deadline time period as indicated in the NIT.
iii. Documents relevant to the Eligibility cum technical bid which needs to submitted
in the office of ITG, should be submitted before the opening of the Eligibility
cum technical bid as indicated in the NIT. Bids received after the due date and the
specified time (including the extended period if any) for any reason whatsoever,
shall not be entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd will not accept any
responsibility for any problems arising for delay in the submission of the tender.
h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,
substitute, or modify its bid after it has been submitted before the deadline
prescribed for submission of bids as per the e-tendering process.
i. Bid Opening:
i. The designated Technical Committee will perform the bid opening, which is a
critical event in the bidding process.
ii. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT.
iii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
iv. The tendering authority shall download all the documents submitted by the
tenderer / bidder and place the same in the presence of bidder or his/her
authorized representative who choose to attend at the date and time specified in
the NIT. The representatives of the bidders are advised to carry the identity card
or a letter of authority from the tendering firms to identify their bonafides for
attending the opening of the proposal. The bidders representatives who are
present shall sign the attendance register present.
Page 16 of 60
v. The eligibility cum technical bid shall be opened and all the bidders who are in
the race (participated) of tender shall be notified to the bidders present. All the
bids shall be downloaded one at a time, and the following may be read out and
recorded: the name of the bidder, the submission or non submission of the Tender
Fee, EMD.
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be empanelled and a negative determination shall result in disqualification of the
bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria specified
in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or
any other persons not officially concerned with such process until publication of
the Empanelled list.
ii. All materials submitted by the bidder becomes the property of InfoTech
Corporation of Ltd and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
Page 17 of 60
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
iv. From the time of bid opening to the time of publication of the Empanelled list, if
any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids, the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing.
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsiveness
i. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
Page 18 of 60
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility cum technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to publication of the empanelled list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without
assigning any reason.
Page 19 of 60
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Biding process if the bidder: -
Has submits the required Bid documents after the prescribed date and time of
submission of Bid.
Submits Bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last Bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be
disqualified.
Page 20 of 60
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/
submitting their Bids.
1. The submission of more than one tender under different names by one Tenderer is
prohibited.
2. The bidder should upload all the necessary documents pertaining to the eligibility
criteria’s on the tender wizard.
3. ITG has right to reject one and all the tenders without assigning any reason thereof.
4. ITG has the right to split the requirements and place the order on one or more vendors.
5. ITG will seek the commercials either through tenderwizard.
6. The Contractor shall not outsource the work to other party.
7. The contractor (s) shall deliver the ICT Equipment’s to the office of the respective
departments as specified by ITG and strictly in accordance with the technical specification
and terms & conditions said thereon.
8. The contractor(s) shall deliver, install and commission the ICT Equipment’s supplied to
the respective departments within 30 working days from the date of receipt of confirmed
supply order.
9. The successful contractor(s) will be responsible for providing comprehensive onsite
warranty support three (03 / 05) years for ICT Equipment’s commencing from the date of
installation of the item or part thereof. The warranty will also include the consumables like
batteries, adapters for UPS and Laptops. Date of warranty shall start from the date of its
successful installation and commissioning
10. The responsibility of the successful contractor is to supply brand new item. In case, the
supplied item is found damaged in transit or otherwise, the same will not be accepted at
all. Similarly, if the item does not confirm as per the required Specifications of the tender,
the same shall be rejected. The Successful bidder shall collect the rejected item from
ITG/concerned Department at his cost and ITG/concerned Department shall not be
responsible to deliver the same to the Successful contractor. Further, the Successful
contractor shall replace the rejected item at his own cost within the agreed time limit by
both the Parties.
Page 21 of 60
11. The Successful bidder shall submit the details of Contact and Service Escalation Matrix to
the Department/ITG who will contact for support. The support response time for attending
the complaint Call after it is logged should be within 48 hours. The service support during
the warranty period shall be discharged only through the Authorized Service Engineer.
12. If supply, installation and commissioning of the ICT Equipment’s is not affected before
the specified period as per the specifications, then ITG, shall have the right to cancel the
contract and take such action as may be deemed fit, at the risk and cost of the vendor.
13. The Bidder shall only use licensed version of the software and shall be held liable for any
consequential action arising out of patent/intellectual property right violation and ITG or
the Government of Goa shall not be liable for any liabilities or damages arising thereof.
14. Suppliers must furnish information brochures, product catalogue and other technical
literature in respect of their product. One full set of original manuals pertaining to every
item of Hardware and Software are to be supplied. The manuals in respect of the
Hardware items should also describe the basics of items including methods of connections,
power feeding etc.
15. Acknowledgement should be obtained from concerned department against the delivery &
installation of the items. ITG will also appoint an officer from its Department who shall
report to the Managing Director of ITG concerned.
16. ITG has the right to carry out the inspection and verify the details submitted by the
Tenderer and in case the information submitted is found to be false the bid of such a
tenderer shall be rejected.
17. The Successful Bidder shall furnish a Security deposit equivalent of 5% of the Order value
from any Scheduled Bank in favor of Info Tech Corporation of Goa Ltd in the form of a
Performance Bank Guarantee for a period of three (3 / 5) years. The security deposit will
be refunded after the completion of warranty period, after deducting the penalties, if any.
Item will not be accepted and payment against delivery will not be released without
Performance Bank Guarantee.
18. If the Successful Bidder needs extension of time period for execution of the supply order,
he/she may apply for the same in writing to ITG with reasonable grounds seven (7) days
before the limited delivery period time. The extension of time limit shall be granted by
ITG in writing if the reasons in such applications are found satisfactory. If the Successful
bidder fails to give any such written intimation, it will be presumed that the Successful
Page 22 of 60
bidder has agreed to supply the items within the stipulated delivery time (21 days). If the
Successful bidder fails to deliver the ordered Hardware within the extended time also, the
bidder is liable to be blacklisted by ITG.
19. The Successful Bidder shall be held responsible for delay in supply, installation and/or
commissioning. The supply and installation will be deemed as incomplete if any
component of the Hardware, or any documentation/media relating thereto is not delivered,
or is delivered but not installed and/or not operational, and in such case the warranty
period will not commence. The Warranty period will commence only when the supply &
installation is completed.
20. During the validity period of the Supply Order, if the quoted item/model becomes
unavailable in the market, the Successful bidder will be bound to supply the next higher
version/configuration/family of the item/model at the same price at which the tender rate is
fixed, after written intimation to ITG, and ITG’s subsequent confirmation for the same
21. If the terms and conditions mentioned in the tender are contradicting the terms and
conditions appearing elsewhere, then it shall be at the discretion of the Managing Director,
InfoTech Corporation of Goa Ltd to choose the over-riding terms and conditions. In any
case, the decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be
final and binding on all parties concerned.
22. Any violation of terms and conditions or unsatisfactory Service Support for the purchased
item may lead to forfeiture of Bank Guarantee and blacklisting.
23. If any information given by the Contractor / Tenderer / Bidder / is found to be false /
fictitious, the Contractor / Tenderer / Bidder / will be debarred / blacklisted for 5 years
from participating in any of the ITG tenders.
24. All disputes, differences and questions whatsoever, which may arise between the Tenderer
/ Bidder / Contractor and the Managing Director, InfoTech Corporation of Goa, in any
way arising out of or relating to the terms and conditions or the construction or application
thereof, any clause or thing therein contained, or the rights, duties and liabilities of either
party, or otherwise in connection therewith shall be referred to the sole arbitration of a
person appointed by the Chairman, InfoTech Corporation of Goa Ltd. There shall be no
objection from the Tenderer / Bidder / Contractor / to such appointment. The decision of
the arbitrator in the arbitration shall be final and binding on all both the parties. All such
arbitration proceedings shall be subject to the provisions of the Arbitration and
Page 23 of 60
Conciliation Act, 1996 (Central Act 26 of 1996), or any statutory modification or re-
enactment thereof and the rules made thereunder for the time being in force.
25. During the warrant period, the contractor with the help of its IT Engineers has to resolve
any issues related to the software’s (Operating system, Drivers, Applications, etc) during
the warranty period. In event of OS issues wherein there is a need for formatting the
system, the contractor’s IT engineer shall carryout the needful in consultation with the
user. The IT Engineer shall also help the user in backing up his/hers data. It will be the full
responsibility of the contractor (IT Engineer) to get the machine up in running with all
applications loaded.
CHAPTER 6 Selection of Empanelled Vendors
1. Procedure for selection of Supply Vendors as “ITG’s Empanelled Supply
Vendors”:
a) The Scrutiny of the eligibility cum technical bid will be done by a committee duly
constituted by ITG.
b) After the scrutiny of the eligibility cum technical bid by the committee the
commercial bids of the firms which have qualified in the eligibility cum technical
shall be opened as notified in the NIT.
c) ITG shall then open the commercials of the qualified Vendors to determine the lowest
(L1) quotes for the various IT Infrastructure components /Services.
d) The offers shall be evaluated for each ICT equipment with L1 being the lowest offer.
Thereafter ITG shall place before the vendors a list of the lowest (L1) rates obtained
for each of the ICT Equipments.
e) All the qualified vendors shall be given an opportunity to match the lowest (L1) rates
obtained for each of the ICT equipments. Thereafter, all the vendors who match the
lowest (L1) rates obtained by ITG will thereafter be listed on ITG’s final empanelled
list with their specification / brands / models for which they quoted and qualified.
Page 24 of 60
2. Procedure for placement of Supply order on Empanelled Supply Vendors:
a) ITG will display the list of the empanelled vendors along with the rates of the Supply
of the ICT equipments on its website and an Annexure form for requisition from the
department
b) The Department while submitting their request to ITG for Supply, needs provide the
details like (Make/Brand, Qty, Preferred vendor, if any etc) as mentioned in the
Annexure.
c) Based on the Department request ITG will place the Supply order on the vendor.
However, if there is no preferred vendor mentioned then ITG will place the order of
Supply on one of the empanelled vendor as per its decision. The decision of ITG in
this regards will be final.
Note:
1) The commercial quote shall be valid for a period of one (02) years. The selected
vendors will be on ITG empanelled list, which shall be valid for a period of two (02)
years.
2) Sometimes it is observed that in certain scenario Departments & Organizations need a
specific ICT equipment which may not available in the empaneled list of ICT
equipment published by ITG. ITG will seek the ICT equipment with rates from the
empanelled vendors of ITG. The same may be obtained either by the e-tendering in
limited mode. Further, if the empaneled vendors are not in position to quote for the
same then ITG will seek the same from open market by inviting quotations.
Page 25 of 60
CHAPTER 7 Terms of Payment
The payment towards the supply of ICT Equipment’s shall be released to the supply vendor
by ITG only after
1. Receiving the payments from the concerned Departments/Organizations/Autonomous
Bodies, etc.
2. Receiving supply report informing delivered ICT Equipment’s are installed and
working fine with sign & seal from department.
Note:
1. Advance payment shall not be paid.
2. Any increase or decrease of taxes, duties or prices of components, etc shall not affect
the supply rates during validity of the empanelled rates
3. Payment shall be made in Indian Rupees only
Pre Bid Queries Format
Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id
piyushp.itg@gmail.com in the prescribed format before the pre bid meeting i:e
(03.10.2017 at 10.00 am).
Name of the Firm
Sr.
No
Tender Document
page no
Tender document
clause no
Clause details Query
Page 26 of 60
CHAPTER 8 Documents to be furnished in original
The tenderer/bidder should submit the following documents in original on or before
16.10.2017 by 10.00 am in the office of ITG.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2.
4.Undertaking of the tenderer/bidder as per Annexure-3
The above original documents should be put in a single cover and superscribed
“Supply, Installation & Commissioning Of ICT Equipments” and be addressed to The
Managing Director, InfoTech Corporation of Goa Ltd, IT HUB, 3rd Floor, Altinho,
Panaji – Goa – 403001
Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of
all criteria’s, while submitting its bid(s). The scanned copy of these documents should be
uploaded on the e-tendering wizard during submission of bids before its last date.
Failure to comply with these requirements may result in the bid being rejected. No hard
copy of the bid shall be accepted in the office of ITG other than the documents
mentioned in Chapter 9
Page 27 of 60
CHAPTER 9 Technical Specifications
Sr. No Item Name Technical Specifications
1
All in One
Computer
Intel core i3
Processor Intel Core i3-7100 U or its higher version.
Memory 4 GB z DDR4RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
2
All in One
Computer
Intel core i5
Processor Intel Core 7200 U or its higher version.
Memory 4 GB DDR4 with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified
Page 28 of 60
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
3
All in One
Computer
AMD A8
Processor AMD A8 8650 or its higher vesion
Memory 4 GB DDR3 RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 19.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
Page 29 of 60
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
4
All in One
Computer
AMD A10
Processor AMD A10 8750 or its higher vesion
Memory 4 GB DDR3 RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 19.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
5
Mini / Tiny /
Small
Desktop
Processor Intel 7th Generation Core i3-7100T @ 3.4 Ghz, dual core, 3 MB Cache
Memory 4 GB DDR4 RAM with 32 GB Expandability
Hard Disk Drive 1 TB 7200 rpm SATA or higher
Display 21.5 inch Full HD monitor (Should be capable of VESA Mount to mount the
Page 30 of 60
Computer
Intel i3
cabinet behind the monitor)
Keyboard 104 keys OEM USB Keyboard or higher
Mouse Optical with USB interface
Ports 6 USB Ports or more ( at least 2 USB with 3.0 and 2 USB ports in front), 1 Display
port/VGA Port, universal audio jack
Optical Drive USB 8X or higher DVD-R/W
Networking Features 10/100/1000 on board integrated Network port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS & MS Office should be available on HDD, additionally the
same should be made available on USB / CD
OS Certification Windows 10 Certification
Cabinet Ultra-Small Form Factor with VESA Mount behind the monitor
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Graphics Intel HD Graphics
Audio High Definition Integrated Audio
Secutity TPM Security Chip 2.0
Warranty 3 Years Comprehensive onsite warranty (Covering all parts including OS)
6
Mini / Tiny /
Small
Desktop
Computer
AMD A6
Processor AMD 7th Generation A6-9500E @ 3 Ghz, dual core, 2 MB Cache
Memory 4 GB DDR4 RAM with 32 GB Expandability
Hard Disk Drive 1 TB 7200 rpm SATA or higher
Display 21.5 inch Full HD monitor (Should be capable of VESA Mount to mount the
cabinet behind the monitor
Keyboard 104 keys OEM USB Keyboard or higher
Mouse Optical with USB interface
Ports 6 USB Ports or more (at least 2 USB with 3.0 and 2 USB ports in front), 1 Display
port/VGA Port, universal audio jack
Page 31 of 60
Optical Drive USB 8X or higher DVD-R/W
Networking Features 10/100/1000 on board integrated Network port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows 10 Certification
Cabinet Ultra-Small Form Factor with VESA Mount behind the monitor
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Graphics AMD Radeon Graphics
Audio High Definition Integrated Audio
Secutity TPM Security Chip 2.0
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
7
Desktop
Computer
Intel core i3
Processor Intel Core i37100 or its higher version.
Memory 4 GB, DDR4 RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 18.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Page 32 of 60
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
8
Desktop
Computer
Intel core i5
Processor Intel Core I5, 7400 or its higher version.
Memory 4 GB, DDR 4 with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 18.5 “ or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
9
Desktop
Computer
AMD A6
Processor AMD A6 9500 or its higher version.
Memory 4 GB 2133 Mhz DDR4 RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 18.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Page 33 of 60
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
10
Desktop
Computer
AMD A10
Processor AMD A10 9700 or its higher version.
Memory 4 GB DDR4 RAM with 16 GB Expandability or higher
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 18.5 “or larger, LED TFT Digital Colour Monitor TCO-05 certified
Keyboard 104 keys or higher OEM USB Keyboard
Mouse Optical Scroll with USB interface
Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports
for microphone and headphone in front.
Optical Drive 16X or higher DVD-R/W
Networking Features 10/100/1000 Mbps on board Integrated Network Port
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
OS Certification Windows & Linux Certifications
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up
Page 34 of 60
Password, Power supply SMPS Surge protected
Patch Cord CAT6 Patch Cord of 3 Meters length (Factory crimped only)
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
11 Laptop with
Intel Core i3
Processor Intel Core i3 7100 U 7TH generation
Memory 4GB DDR4 RAM
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 14"HD or larger Antiglare Display
Video controller Integrated Intel HD Graphics
Webcam Integrated Webcam
Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth
DVD Writer Integrated or external DVD Writer 8X
Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,
VGA Port, HDMI Port, Combo Audio Jack
Speakers and Microphone Integrated Speaker and Microphone
Keyboard & Mouse Key Board with Touch Pad & wireless mouse
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
carry case / backpack To be provided of OEM Make
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
12 Laptop with
Intel Core i5
Processor Intel Core i5 7200 U 7th generation,
Memory 4GB DDR4 RAM
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 14"HD or larger Antiglare Display
Video controller Integrated Intel HD Graphics
Webcam Integrated Webcam
Page 35 of 60
Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth
DVD Writer Integrated or external DVD Writer 8X
Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,
VGA Port, HDMI Port, Combo Audio Jack
Speakers and Microphone Integrated Speaker and Microphone
Keyboard & Mouse Key Board with Touch Pad & wireless mouse
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
carry case / backpack To be provided of OEM Make
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
13 Laptop with
Intel Core i7
Processor Intel Core i7 7500 U , 7TH Gen
Memory 8 GB DDR4 RAM
Hard Disk Drive 1TB HDD @ 7200RPM SATA
Display 14"HD or larger Antiglare Display
Video controller Integrated Intel HD Graphics
Webcam Integrated Webcam
Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth
DVD Writer Integrated or external DVD Writer 8X
Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,
VGA Port, HDMI Port, Combo Audio Jack
Speakers and Microphone Integrated Speaker and Microphone
Keyboard & Mouse Key Board with Touch Pad & wireless mouse
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
carry case / backpack To be provided of OEM make
Page 36 of 60
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
14 Laptop with
AMD A8
Processor AMD A8-7410 Processor
Memory 4GB DDR3 RAM
Hard Disk Drive 1 TB HDD
Display 14"HD or larger
Video controller Integrated Graphics
Webcam Integrated Webcam
Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth
DVD Writer Integrated or external DVD Writer 8X
Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,
VGA Port, HDMI Port, Combo Audio Jack
Speakers and Microphone Integrated Speaker and Microphone
Keyboard & Mouse Key Board with Touch Pad & wireless mouse
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
carry case / backpack To be provided of OEM make
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
15 Laptop with
AMD A10
Processor AMD A10-9600P Processor
Memory 4GB DDR3 RAM
Hard Disk Drive 1 TB HDD
Display 14"HD or larger
Video controller Integrated Graphics
Webcam Integrated Webcam
Wireless Connectivity Integrated wireless b/g/n,Integrated Bluetooth
DVD Writer Integrated or external DVD Writer 8X
Page 37 of 60
Expansion Port Minimum 2 X USB 3.0, 1 X USB 2.0, 1 Ethernet port, 4 in 1 card reader,
VGA Port, HDMI Port, Combo Audio Jack
Speakers and Microphone Integrated Speaker and Microphone
Keyboard & Mouse Key Board with Touch Pad & wireless mouse
Preloaded Softwares Windows 10 Professional 64 bit preloaded
Recovery Image of the OS should be available on HDD, additionally the same should
be made available on USB / CD
carry case / backpack To be provided of OEM make
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
16
Laser Printer
(A4) without
networking
Print Technology Monochrome Laser Printer
Print Speed (ppm) min. 18 ppm
Resolution 600 x 600 dpi
Paper Size A4, Legal & more
Interface & connectivity High Speed USB 2.0
Software Drivers & Utilities
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
17
Laser Printer
Mid-Range
(A4) with
networking
& Duplex
Print Technology Monochrome Laser Printer
Print Speed (ppm) min. 25 ppm
Resolution 600 x 600 dpi
Paper Size A4, Legal & more
Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network
Printing Automatic Double sided printing (Duplex printing)
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
Page 38 of 60
18
Heavy Duty
Network
Colour Laser
(A3) Printer
Print Technology Colour Laser Printer
Print Speed (ppm) min. 15 ppm (Colour/Black)
Resolution 1200 x 1200 dpi
Paper Size A3,A4,A5,B4,B5,Legal
Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network
Printing Automatic Double sided printing (Duplex printing)
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
19 Multifunction
Laser Printer
Print Technology Monochrome Multifunction Laser Printer (Print,Scan,Copy)
Print Speed (ppm) min. 25 ppm
Resolution 600 x 600 dpi
Paper Size A4, Legal
Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network
Printing Automatic Double sided printing (Duplex printing)
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
Scanner Specifications
Scan Type - CIS Flatbed
Scan Resolution - 600 x 600 dpi
ADF Capacity Appx 30 Sheets
Bit depth - 24-bit
Copier Specifications
Copy Speed - 23 CPM
Copy Resolution - 600 x 600 dpi
Page 39 of 60
20 Color Inkjet
Printer
Printing Method On-demand inkjet (Piezo electric)
Nozzle Configuration 90 Nozzles Black, 90 Nozzles per Color
Minimum Droplet Size 1.5 pl, With Variable-Sized Droplet Technology
Ink Technology Dye Ink
Printing Resolution 5,760 x 1,440 DPI
Application Home, Photo
Printing Speed ISO/IEC 24734 5.1 Pages/min Monochrome, 5 Pages/min Colour
Printing Speed
37 Pages/min Monochrome (plain paper 75 g/m²), 38 Pages/min Colour (plain
paper 75 g/m²), 12 Seconds per 10 x 15 cm photo (Epson Premium Glossy Photo
Paper)
Colours Light Magenta, Magenta, Yellow, Light Cyan, Cyan, Black
Paper Formats A4, A5, A6, B5, C6 (Envelope), DL (Envelope), No. 10 (Envelope), Letter, 9 x 13
cm, 10 x 15 cm, 13 x 18 cm, 16:9, Legal
Paper Tray Capacity 120 Sheets Standard, 120 Sheets Maximum, 20 Photo Sheets
Media Handling Auto Sheet Feeder, Borderless print, CD / DVD
Compatible Operating Systems Mac OS X 10.6.8 or later, Windows 7, Windows 8, Windows 8.1, Windows Vista,
Windows XP, XP Professional x64 Edition
Interfaces USB, WiFi
Power Supply 100V, 110V, 220V, 240V
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
21
A4
Monochrome
Ink tank MFP
- Print / Copy
& Scan
Print And Copy Speed More Than 30 Ppm
Print Resolution 1440 X 720 Dpi
Colour Scan 48 Bit, 1200 X 2400 Dpi
Adf 30 Pages
Ports Usb 2.0 And Network
Software Compatibility Win Xp/ Vista /7/9/10/Mac Ox X 10.5.8 Or Later
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
Page 40 of 60
22 Color Laser
Printer
Printing Method Colour Laser Beam Printing
Printing Speed Mono: A4 / Letter: 16 / 17ppm
Colour: A4 / Letter: 4 / 4ppm
Resolution 600dpi x 600dpi
Paper Size A4 / B5 / A5
Paper Type Plain Paper / Transparency / Label / Envelope
Memory 16MB
Operation Mode USB 2.0 Hi-Speed
Compatible Operating Systems
Windows 8 (32 / 64-bit), Windows 7 (32 / 64-bit), Windows Vista (32 / 64-bit),
Windows XP (32 / 64-bit), Windows 2000, Windows Server 2003 (32 / 64-bit) ,
Windows Server 2003 R2 (32 / 64-bit), Windows Server 2008 (32 / 64-bit),
Windows Server 2008 R2 (64-bit), Windows Server 2012 (64-bit)
Toner Cartridge Cartridge 329 Black / Cyan / Magenta / Yellow
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
23
Multifunction
color Laser
Printer
Functions Print, copy, scan, with Fax
Print speed 18 ppm (Mono & Colour)
Print resolution 600 x 600 dpi quality
Print technology Laser
Connectivity Hi-Speed USB 2.0 port; built-in Fast Ethernet 10/100Base-TX
network port
Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit
Paper Size A4, A5 & more
Duplex printing Yes (Auto)
Copier settings Minimum number of copies: Up to 99 copies: Copy resolution: min 400 x 600 dpi
Scanner specifications Scanner type: Flatbed, ADF Scan size maximum (flatbed, ADF): 216 x 297 mm;
Optical scan resolution: Upto 1200 dpi
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
Page 41 of 60
24
Color Laser
Printer (A4)
with
networking &
Duplex
Print Technology Color Laser Printer
Print Speed (ppm) min. 20 ppm
Resolution 600 x 600 dpi
Paper Size A4, A5 & more
Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network
Printing Automatic Double sided printing (Duplex printing)
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP sp3 or higher 32 bit
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
25
24 Pin Dot
Matrix
Printer
Printer type 80 Col
print speed 374 cps 10 cpi draft
Ribbon life 2.5 million character
Printhead life 400 million strokes / wire
interface usb, parallel & serial
copies 1+3
input data buffer 128 kb
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except ribbon)
26
9 Pin Dot
Matrix
Printer
Printer type 80 Col
print speed 374 cps 10 cpi HSD
Ribbon life 4 million character
Printhead life 400 million strokes / wire
interface usb, parallel & serial
copies 1+4
input data buffer 128 kb
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except ribbon)
Page 42 of 60
27 ADF Scanner
(A3)
Scanner Type ADF
Optical Resolution Min 600 dpi
Grey scale levels 256
Bit Depth 48 Bit
Scanning options (ADF) Single pass duplex
Feeder Capacity 50 sheets
Paper Size A3, A4, Legal
Interface & connectivity High Speed USB 2.0 & 1 fast Ethernet 10/100Base-Tx Network
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP (all versions)
Warranty 3 Years Comprehensive onsite warranty (Covering all parts)
28 Flatbed
Scanner (A4)
Scanner Type Flatbed
Optical Resolution Min 1200 dpi
Grey scale levels 256
Bit Depth 48 Bit
Scanning options (ADF) N / A
Feeder Capacity N / A
Paper Size A4
Interface & connectivity High Speed USB 2.0
Software Drivers & Utilities
Compatible operating systems Windows 10 to Windows XP (all versions)
Warranty 3 Years Comprehensive onsite warranty (Covering all parts)
29 Heavy Duty
Photocopier
machine with
Digital Multifunctional Office Machine PRINT / SCAN / COPY
Size A-3
Minimum copying/printing
speed (cpm) min. 20 ppm
Page 43 of 60
MFP &
Automatic Doc.
Feeder
paper size (original / image): A3/A3
RAM (mb) 128
other Features
100 sheet bypass
Duplex
ARDF
Network
Warranty 3 Years Comprehensive onsite warranty (Covering all parts except tonners)
30 1 KVA offline
UPS with 20
min backup
Battery Load Capacity 1 KVA
Battery 20 Minutes backup on full resistive load,
Input Voltage 160V to 270V AC, Single Phase
Input Frequency 45 Hz to 55 Hz
Output frequency 50 Hz ± 2 Hz
Output Voltage 230V ± 2%
Isolation Transformer Built Inn
Overload protection and Alarm Yes
Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)
31 2 KVA online
UPS with 30
min backup
Battery Load Capacity 2 KVA
Battery 30 Minutes backup on full resistive load, Sealed Maintenance Free (SMF) batteries
of 12V/26AHx10nos
Input Voltage 160V to 280V AC, Single Phase
Input Frequency 45 Hz to 55 Hz
Output frequency 50 Hz ± 2 Hz
Output Voltage 220V ± 10%
Built-in Automatic Voltage Regulator (AVR), Built-in Isolation Transformer mandatory
Overload protection and Alarm
Page 44 of 60
Built-in Static bypass switch
Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)
32 5 KVA online
UPS with 1 HR
backup
Rectifier Type IGBT rectifier
Input Voltage Range 160 - 260 VAC
Frequency Range 45 - 55 Hz
Phase Single phase with ground
Power factor ≥ 0.9 at full Load
Output Ratings (Single Phase)
Inverter Type IGBT Inverter
Voltage 230V AC
Voltage Regulation ± 3%
Frequency 50 Hz ± 0.125Hz
Output Waveform Pure Sine Wave
Efficiency (AC – AC) ≥ 90%
Power Factor > 0.8
Battery Details
Nominal Voltage 180V DC
Type Sealed Maintenance Free (SMF) batteries
Indications Main ON, Inverter ON/OFF/ Faulty, Battery Level, Static Bypass ON, Load Level
Audible Alarm Mains Failure Alarm, Low Battery Alarm and Overload
Protection
Advanced Electronic protection for device safety backed with MCBs/MCCBs/Fast
acting fuses. High speed pulse blanking. Electronic over voltage/under voltage
Bypass – Static Bypass
No. of batteries 40/42AH (Minimum 15 Batteries of 12V each).
Page 45 of 60
UPS battery Rating Calculation
formula
Separate Battery Cabinet
To be provided, with adequate ventilation
Backup Time on Full Load 1 Hour
Built-in Isolation Transformer mandatory, Built-in Static bypass switch
Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)
33
10 KVA online
UPS with 1 HR
backup (Three
Phase)
Rectifier Type IGBT rectifier
Input Voltage 400 V AC
Phase Three Phase, Neutral with Ground
Input Voltage Range 340-460V AC
Freq. Range 45 - 55 Hz
Power Factor ≥ 0.9 at full Load
Output Ratings (Single Phase)
Inverter Type IGBT Inverter
Voltage 230V AC
Voltage Regulation ± 3%
Voltage Distortion ≤ 5% (nonlinear load)
≤ 2% (linear load)
Output Frequency 50 Hz ± 0.125Hz
Power Factor > 0.8
Communication Interface LAN Interface for IP-based Monitoring
Short circuit protection Yes
Battery
Page 46 of 60
Battery Voltage 240V DC
Type Sealed Maintenance Free (SMF) batteries
Number of Batteries 65/70 AH (Minimum 20 Batteries of 12V each)
UPS battery Rating Calculation
formula
Separate Battery Cabinet
To be provided, with adequate ventilation
Backup Time on Full Load 1 Hour
Other Parameter
Noise ≤ 55 db
Indication Mains ON, Inverter ON/OFF/Faulty, Battery Level, Static Bypass ON, Load Level,
Over Temperature
Audible Alarm Mains Failure Alarm, Low Battery Alarm, Overload and Load on Bypass
Built-in Isolation Transformer mandatory, Builtin Static bypass switch
Protection
Advanced Electronic protection for device safety backed with MCBs Soft start
feature for rectifier and inverter, Battery current limiting protection, built in
overload protection, output short –circuit protection, Parallel Redundant
Configuration-Option Unitary/Parallel Redundant/Redundant Hot standby
Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)
34
10 KVA online
UPS with 1 HR
backup (single
Phase)
Rectifier Type IGBT rectifier
Input Voltage Range 160 - 260 VAC
Frequency Range 45 - 55 Hz
Phase Single phase with ground
Power factor ≥ 0.9 at full Load
Page 47 of 60
Output Ratings (Single Phase)
Inverter Type IGBT Inverter
Voltage 230V AC
Voltage Regulation ± 3%
Voltage Distortion ≤ 5% (nonlinear load)
≤ 2% (linear load)
Output Frequency 50 Hz ± 0.125Hz
Power Factor > 0.8
Communication Interface LAN Interface for IP-based Monitoring
Short circuit protection Yes
Battery
Battery Voltage 240V DC
Type Sealed Maintenance Free (SMF) batteries
Number of Batteries 65/70 AH (Minimum 20 Batteries of 12V each)
UPS battery Rating Calculation
formula
Separate Battery Cabinet
To be provided, with adequate ventilation
Backup Time on Full Load 1 Hour
Other Parameter
Noise ≤ 55 db
Indication Mains ON, Inverter ON/OFF/Faulty, Battery Level, Static Bypass ON, Load Level,
Over Temperature
Audible Alarm Mains Failure Alarm, Low Battery Alarm, Overload and Load on Bypass
Page 48 of 60
Built-in Isolation Transformer mandatory, Built-in Static bypass switch
Protection
Advanced Electronic protection for device safety backed with MCBs Soft start
feature for rectifier and inverter, Battery current limiting protection, built in
overload protection, output short –circuit protection, Parallel Redundant
Configuration-Option Unitary/Parallel Redundant/Redundant Hot standby
Warranty 5 years Comprehensive onsite warranty (3 years for Batteries)
35 32 inch LED /
LFD TV
Display Type: LED / LFD
Screen Size: 32 inch or Above
Connectivity: HDMI, USB
Speakers Built in speaker
Resolution: 1920 x 1080
Warranty 5 years’ Comprehensive onsite warranty
36 40 inch LED /
LFD TV
Display Type: LED / LFD
Screen Size: 40 inch or Above
Connectivity: HDMI, USB
Speakers Built in speaker
Resolution: 1920x1080
Warranty 5 years’ Comprehensive onsite warranty
37 48 inch LED /
LFD TV
Display Type: LED / LFD
Screen Size: 48 inch or Above
Connectivity: HDMI, USB
Speakers Built in speaker
Resolution: 1920x1080
Warranty 5 years’ Comprehensive onsite warranty
38 55 inch LED / Display Type: LED / LFD
Screen Size: 55 inch or Above
Page 49 of 60
LFD TV Connectivity: HDMI, USB
Speakers Built in speaker
Resolution: 1920x1080
Warranty 5 years’ Comprehensive onsite warranty
39
General duty
Bar code
scanner along
with the stand
Dimensions (LxWxH) 104 mm x 71 mm x 160 mm (4.1˝ x 2.8˝ x 6.3˝)
Weight 147 g (5.2 oz)
Input Voltage 4 VDC to 5.5 VDC
Operating Power 2.3 W (450mA @ 5 VDC)
Standby Power 0.45 W (90mA @ 5 VDC)
Host System Interfaces USB, Keyboard Wedge, RS232, IBM 46xx (RS485)
Operating Temperature 0°C to 50°C (32°F to 122°F)
Storage Temperature (-40°C to 70°C) (-40°F to 158°F)
Humidity 0% to 95% relative humidity, non-condensing
Drop Designed to withstand 50 1.8 m (6´) drops to concrete Ratchet stand: Designed to
withstand 50 1.2 m (4´) drops to concrete on each of the faces
Environmental Sealing IP41
Light Levels 0 to 100,000 lux (9,290 foot-candles)
Ratchet Cycles The ratchet stand shall support 10,000 cycles (each cycle is one full movement of
the scanner either up or down) without losing its ability to keep the scanner in any
ratchet position
scan pattern Area Image (838 x 640-pixel array)
Motion Tolerance Up to 610 cm/s (240 in/s) for 13 mil UPC at optimal focus
Scan Angle
HD Focus: Horizontal 41.4°; Vertical: 32.2°
SR Focus: Horizontal: 42.4°; Vertical: 33°
ER Focus: Horizontal: 31.6°; Vertical: 24.4°
Symbol Contrast 20% minimum reflectance difference
Page 50 of 60
Pitch, Skew 45°, 65°
Decode Capability Reads standard 1D, PDF, 2D, Postal and OCR symbologies
*Note: Decode capabilities dependent on kit configuration
Warranty 5 years’ Comprehensive onsite warranty
40 Double sided PVC
card printer (with
RFID module)
Print Mode 300dpi colour dye sublimation, monochrome thermal printing and rewritable
technology.
Printer Interface USB rev1.1 (USB 2.0 compatible), Ethernet
Print Speed Minimum 125 cards per hour
Cleaning Kit Min. 10 cleaning cards, 1 pen.
Cleaning Roller Kit Min. 5 cleaning rollers, 1 metal roller bar.
Card Supported CR80/CR79 PVC ISO blank cards, HiCo magnetic stripe, smart cards, self-
adhesive
Smart Card Encoder
Module combi smart card encoding (for contact chip, Mifare®, Desfi re®, iClass®)
Warranty 5 years’ Comprehensive onsite warranty
41 Rack Server
Processor Intel® Intel Xeon E7-8800 v4
Memory 32 GB with Expandable capability or higher
Hard Drive 6 TB or higher
Power Supply Dual
Networking Features 04 nos of 10/100/1000 Mbps on board Integrated Network Port s
Drive Bays Up to 24 x 2.5” hot-plug 12Gb/6Gb SAS HDD or SAS/SATA SSD, Up to 8
front-accessible Express Flash NVMe PCIe SSD (PCIe 3.0)
RAID Controllers Internal controllers: PERC H330, PERC H730P | External HBAs
(RAID): PERC H830 | External HBAs (non-RAID): 12Gbps SAS HBA
Video Card Matrox® G200 with 8MB memory
Keyboard 104 keys or higher OEM USB keyboard
Mouse Optical with USB interface
Page 51 of 60
Preloaded Operating
Systems Microsoft® Windows Server® 2008 R2
Warranty 5 Years Comprehensive onsite warranty (Covering all parts including OS)
42 Projector with
presenter
Type DLP
Native Resolution XGA 1024 X 768, 3D VIA HDMI
Brightness 3,600 ANSI Lumens (Standard), 2,880ANSI Lumens (ECO)
(Compliant with ISO 21118 standard)
Contrast MIN 10000;1
Aspect Ratio 4:3 (Native)
Lamp Life 5,000 Hours (Standard), 10,000 Hours (ECO), 15,000 Hours (ExtremeEco)
Projection Lens F = 2.56 ~ 2.68, f = 22.0 mm ~ 24.1 mm Manual Zoom and Manual Focus
Input Analog RGB/Component Video (D-sub) x 1,Composite Video (RCA) x 1 ,
HDMI (Video, Audio, HDCP) x 1
Output Analog RGB (D-sub) x 1, PC Audio (Stereo mini jack) x 1
Noise Level 30 DBA (Standard), 26 dBA (ECO)
Remote IR REMOTE CONTROL
Powersupply 100-240 V AC 50 HZ
Warranty 5 Years Comprehensive onsite warranty
43 USB Finger Print
Scanner
Dimensions (L x W x H) 68.7 x 39.7 x 15.3 mm (2.7 x 1.56 x 0.6 inches)
Weight 40g (1.41 oz)
Database capacity (users) 500, 3000(1) or 5000(2)
Database capacity (templates or
fingers) 1000, 6000(1) or 10 000(2)
Match-on-Device capability
(1:N) 1:500, 1:3000(1) or 1:5000(2)
Matching speed 0.6s in 1:1 mode / 0.7s in 1:500 modes
Page 52 of 60
Fake Finger Detection yes
Security Layer optional
Warranty 5 Years Comprehensive onsite warranty
44 10" Tablet
Operating System Android 6.0, Marshmallow or higher
Processor Octa Core 1.3GHz ARM Cortex A53 64bit Processor or higher
Design and Display Full Capacitive Multi-Touch
25.5cm (10.1”) Display
Memory & Storage
2 GB RAM or higher
16GB Built-in storage or higher
Micro SD Slot, expandable up to 64GB.
Network & Connectivity
4G VoLTE Support
Wi Fi
Bluetooth V4.0
USB OTG Function
Camera 8MP AF Rear Camera with LED Flash
5MP Front Camera for video Chatting.
Battery 7800mAh Lithium-ion Battery
GPS GPS & A-GPS
Sensors G-Sensor for auto rotate screen
Warranty 5 years
45 2-in-1 Tablet
Processor Intel® Atom™ x5-Z8350 CPU, up to 1.92 GHz or equivalent
Screen Size 25.65 cm (10.1") IPS HD Display
Screen resolution 1280*800 resolution
Touch Touch Pad with Multi-Touch functionality
Operating System Windows 10
Graphics Intel® HD Graphics 400
Page 53 of 60
Battery (mAh) 6000 mAh Li-Polymer
Camera (MP) 5 MP Rear camera / 2 MP Front camera
Speaker Dual
Memory 32 GB or higher
RAM 2 GB or higher
USB Port Yes ( 2 USB Ports on keyboard)
Bluetooth Yes
Wi-Fi Yes
HDMI Yes
Special Features
HLK and WHQL certified Cortana MIC,
Windows Ink
Finger Print Reader,
Warranty 5 years
Page 54 of 60
CHAPTER 10 Tentative Description of ICT Equipments to be procured
Sr.
No. Item Description
Qty
(In
Nos.)
Brand/Mak
e/ Model
Base
price per
item
GST
Total cost of
item in Rs
Inclusive GST)
A B C D E F G=(E+F) *C
1 All in One Computer Intel core i3 (5 yrs warranty) 1 0.00
2 All in One Computer Intel core i5 (5 yrs warranty) 1 0.00
3 All in One Computer AMD A6 (5 yrs warranty) 1 0.00
4 All in One Computer AMD A10 (5 yrs warranty) 1 0.00
5 Mini / Tiny / Small Desktop Computer Intel i3 (5 yrs warranty) 1 0.00
6 Mini / Tiny / Small Desktop Computer AMD A6 (5 yrs warranty) 1 0.00
7 Desktop Computer Intel core i3 (5 yrs warranty) 1 0.00
8 Desktop Computer Intel core i5 (5 yrs warranty) 1 0.00
9 Desktop Computer AMD A6 (5 yrs warranty) 1 0.00
10 Desktop Computer AMD A10 (5 yrs warranty) 1 0.00
11 Laptop with Intel Core i3 Processor (5 yrs warranty) 1 0.00
12 Laptop with Intel Core i5 Processor (5 yrs warranty) 1 0.00
13 Laptop with Intel Core i7 Processor (5 yrs warranty) 1 0.00
14 Laptop with Intel A8 (5 yrs warranty) 1 0.00
15 Laptop with Intel A10 (5 yrs warranty) 1 0.00
16 Laser Printer (A4) without networking (3 yrs warranty) 1 0.00
17 Laser Printer Mid-Range (A4) with networking & Duplex (3 yrs
warranty) 1
0.00
18 Heavy Duty Network Colour Laser Printer (3 yrs warranty) 1 0.00
Page 55 of 60
19 Multifunction Laser Printer (3 yrs warranty) 1 0.00
20 Color Inkjet Printer (3 yrs warranty) 1 0.00
21 A4 Monochrome Ink tank MFP - Print / Copy & Scan (3 yrs
warranty) 1
0.00
22 Color Laser Printer (3 yrs warranty) 1 0.00
23 Multifunction color Laser Printer (3 yrs warranty) 1 0.00
24 Color Laser Printer (A4) with networking & Duplex (3 yrs warranty) 1 0.00
25 24 Pin Dot Matrix Printer (3 yrs warranty) 1 0.00
26 9 Pin Dot Matrix Printer (3 yrs warranty) 1 0.00
27 ADF Scanner (A3) (5 yrs warranty) 1 0.00
28 Flatbed Scanner (A4) (5 yrs warranty) 1 0.00
29 Heavy Duty Photocopier machine with MFP & Automatic Doc. Feeder
(3 yrs warranty) 1
0.00
30 1 KVA offline UPS with 20 min backup (5 yrs warranty) 1 0.00
31 2 KVA online UPS with 30 min backup (5 yrs warranty) 1 0.00
32 5 KVA online UPS with 1 HR backup (5 yrs warranty) 1 0.00
33 10 KVA online UPS with 1 HR backup (Three Phase) (5 yrs warranty) 1 0.00
34 10 KVA online UPS with 1 HR backup (single Phase) (5 yrs warranty) 1 0.00
35 32-inch LCD TV (5 yrs warranty) 1 0.00
36 39 inch LED TV (5 yrs warranty) 1 0.00
37 43 inch LED TV (5 yrs warranty) 1 0.00
38 49 inch LED TV (5 yrs warranty) 1 0.00
39 Bar Code scanner along with the stand (5 yrs warranty) 1 0.00
40 Double sided PVC card printer (with RFID module) (5 yrs warranty) 1 0.00
41 Rack Server (5 yrs warranty) 1 0.00
42 Projector (5 yrs warranty) 1 0.00
Page 56 of 60
43 USB Finger Print Scanner (5 yr warranty) 1 0.00
44 10" Tablet (5 yrs warranty) 1 0.00
45 2-in-1 Tablet (5 yrs warranty) 1 0.00
* Rates quoted should be inclusive of all taxes and will be valid for the period of 2 years.
** Quantities of item depends upon the requirements from the client departments
*** The above quoted price should be inclusive of supply & installation
**** Vendor should submit the MAF for items quoted above.
***** All other terms and conditions will be as per tender no ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017
Buy Back of ICT Equipments Sr. No. Item Description Qty (In Nos.) Total Amount in Rupees
1 Computer System 1 2 Laptop 1 3 Printer 1 4 Scanner 1 5 800 VA to 1 KVA UPS (offline / online) 1 6 2 KVA online UPS 1 7 3 KVA online UPS 1 8 5 KVA online UPS 1 9 10 KVA online UPS 1
10 Server 1 * The above items should be taken as buyback from department as it is basis (i.e. working, nonworking or damaged)
** Quantities of item depends upon the requirements from the client departments
*** The above items will be of any make & model
*** Rates quoted should be inclusive of all taxes and will be valid till the validity of the tender
**** All other terms and conditions will be as per tender no ITG-IT/0108/Emp & Proc-ICT/2017 dated 26.09.2017
***** Buyback Will not depends upon no of items procured, it will be counted individually.
Page 57 of 60
ANNEXURE-1 Bid Form
I. Addressed to:
a. Name of the Bidding authority Managing Director
b. Address Info Tech Corporation of Goa Ltd (A Govt. Of Goa undertaking)
IT HUB, 3rd Floor, Altinho, Panaji –
Goa – 403001
c. Telephone (0832) 2226024 / 2225192
II. NIT Reference: Dated:
III. Other related details:
1. Name of Bidder with Office Address
2. Name & Designation of Authorized
Signatory
3. Year of Establishment
4. Type of Firm Public
Ltd.
Private
Ltd.
Partnership Proprietary
Put Tick ( ) mark
5. Telephone Number(s)/ Mobile
6. Website URL
7. Fax No.
8. Email Address
9. Registered
Office
Address in
Goa
Address
Phone Fax
:
Contact Person
10.
Service Center (s) in
Goa
Address
Phone Fax:
Contact Person
(Enclose list of Service Center consisting name of contact person, telephone no., e-mail
address, office address.)
11. Annual Turnover for the last 3 years
(a certifacte of CA should be enclosed as
proof)
2014
-15
2015-16 2016-17
12. Existence of the Organization for the last 3 years in Goa
(Municipal / Panchayat Trade License copy/ Sales Tax/
Commercial Tax Registration or any other document
specifically in name of tenderer/bidder to be attached)
(Proof showing documentary evidence should be uploaded)
13. Has the Bidder been black-listed by any of the offices of the
Govt. of Goa. If so, details may be provided
Page 58 of 60
IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)
has been deposited vide cash receipt/ e-challan no.____________ dated __________
in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji- Goa.
V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five
Hundred Only) has been deposited vide cash receipt/ e-challan no.____________
dated __________ in favor of the Info Tech Corporation of Goa Ltd, Altinho, Panaji-
Goa.
VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the
Bidding Authority and also the further conditions of the said Bid Notice given in the
attached sheets (all the pages of which have been digitally signed by us in token of
acceptance of the terms mentioned therein).
VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids
will disqualify the Bid. However, the Bidder can reproduce exactly the same format
for clarity in filling due to shortage of space.
VIII. The rates quoted are applicable up to 2 years from the date of opening of bid. The
validity period can be extended with mutual agreement. Following documents are
attached towards the proof of earnest money deposited in favor of Info Tech
Corporation of Goa Ltd, Altinho, Panaji- Goa.
Sr.No Earnest Money deposited through Number Dated
1. E-Challan No
IX. This Bid form and Terms & Conditions in token of acceptance along with duly filled
letter of undertaking / declaration.
Signature:_______________________________
Name :________________________________
Designation :________________________________
Place :________________________________
Date & Seal :_______________________________
Page 59 of 60
ANNEXURE-2 Manufacturers Authorization Certificate (OEM)
(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)
(Certificate to be issued by OEM/ manufacturer of the product(s) on the company
letterhead)
To, The Managing Director, InfoTech Corporation of Goa Ltd, Altinho, Panaji- Goa. Sub: Undertaking for participating in the tender for the Empanelment of vendors for
supply, installation & commissioning of IT Infrastructure Equipments We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.>, state the following in respect of the Empanelment of vendors to tender for supply, installation & commissioning of Computer Hardware & Peripherals
We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to undertake full responsibility for the successful execution of the Contract
We hereby confirm that we are neither blacklisted/barred by Government / Semi – Government / Quasi- Government organization or Govt. Corporation at any point of time during the last three financial years ending March 2016 or in the current financial year as on the date of notice inviting tender.
We hereby also declare that all the particulars furnished by us in this Tender are true to the best of my/our knowledge and we understand and accept that if at any stage, the information furnished is found to be incorrect or false, we are liable for disqualification from this tender and also are liable for any penal action that may arise due to the above.
Authorized Signatory with Name, Designation, Date and Seal:
Page 60 of 60
ANNEXURE-3 Bidders Undertaking (Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender
wizard)
(Certificate to be issued by bidder on the company letterhead)
U N D E R T A K I N G (To be filled by the Bidder only)
To, The Managing Director, Infotech Corporation of Goa Ltd, Altinho, Panaji- Goa. Sub: Undertaking for participating in the tender for the Empanelment of vendors for
supply, installation & commissioning of IT Infrastructure Equipments We, _____<Name of the firm>______, having a registered office in the State of Goa at
_______<Office address>________, bearing registration no. <Registration no.> , have
submitted the bids against the tender for supply, installation & commissioning of Computer
Hardware & Peripherals
We hereby agree to strictly abide by the Terms & Conditions of the tender, Buyback rates and also to
undertake full responsibility for the successful execution of the Contract with comprehensive
onsite warranty support of Three (03) years and an additional extended warranty of two (02)
years if required/requested.
We hereby confirm that we are neither blacklisted/barred by Government / Semi – Government /
Quasi- Government organization or Govt. Corporation nor do we have any pending cases, as on
date.
We hereby undertake that all the components/parts/assembly/software used in the equipment shall be
original new Components /parts/assembly/software from respective OEMs of the products and
that no refurbished/duplicate/ second hand components/parts/ assembly / software are being used
or shall be used. In respect of licensed softwares, we undertake that the same shall be supplied
along with the authorized license certificate with our name/logo. Also, that it shall be sourced
from the authorized source for use in India. In case we are found not complying with above at the
time of delivery or during installation, for the equipment already billed, we agree to take back the
equipment already supplied at our cost and return any amount paid to us by you in this regard
and that you will have the right to forfeit our EMD for this bid or black list or take suitable action
against us.
We hereby also declare that all the particulars furnished by us in this Tender are true to the best of
my/our knowledge and we understand and accept that if at any stage, the information furnished is
found to be incorrect or false, we are liable for disqualification from this tender and also are
liable for any penal action that may arise due to the above.
We declare that the Commercial bid will be submitted without any conditions and strictly as per the
conditions of the tender document and we are aware that the Commercial bid is liable to be
rejected if it contains any other conditions.
Authorized Signatory with Name, Designation, Date and Seal:
Page 1 of 42
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT-HUB, 3rd Floor,
Altinho-Panaji, Goa -403001
TENDER DOCUMENT FOR EMPANELLEMENT OF VENDORS FOR
SUPPLY, INSTALLATION AND COMMISSIONING OF
NETWORKING INFRASTRUCTURE (LAN & UPS CONNECTIVITY)
TO GOVERNMENT DEPARTMENTS/ORGANIZATIONS/
INSTITUTIONS/ CORPORATIONS/ AUOTONOMOUS BODIES IN
THE STATE OF GOA
Tender No.: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017
Date: 26/09/2017
Page 2 of 42
Table of Contents
NOTICE INVITING e-TENDER (NIT) ............................................................................................. 3
SCOPE OF THE PROJECT ............................................................................................................... 5
DEFINITIONS & ACRONYMS ........................................................................................................ 6
CHAPTER 1 Invitation for Bids (IFB) ........................................................................................ 7
CHAPTER 2 Eligibility Criteria & Mandatory Conditions ......................................................... 9
CHAPTER 3 Bidding Process .................................................................................................... 11
CHAPTER 4 Disqualification of Bids ....................................................................................... 19
CHAPTER 5 General Terms and Conditions of Bid .................................................................. 20
CHAPTER 6 Selection of Empanelled Vendors ........................................................................ 26
CHAPTER 7 Penalty Charges & Escalation Matrix .................................................................. 27
CHAPTER 8 Terms of Payment ................................................................................................ 29
CHAPTER 9 Documents to be furnished in original ................................................................. 30
CHAPTER 10 Tentative Description for the items to be provided for the work of Networking
Infrastructure (LAN connectivity) ..................................................................... 31
CHAPTER 11 Commercial Bid ................................................................................................... 33
ANNEXURE-1 Bid Form .............................................................................................................. 36
ANNEXURE-2 Manufacturers Authorization Certificate (OEM) ................................................. 39
ANNEXURE-3 Bidders Undertaking ............................................................................................ 41
Page 3 of 42
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
[An ISO 9001:2008 Certified Company ]
IT-HUB, 3rd Floor,
Altinho-Panaji, Goa-403001
NOTICE INVITING e-TENDER (NIT)
(Electronic mode only)
No.: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017 Date: 26/09/2017
Bids are invited by Info Tech Corporation of Goa Ltd (ITG) in two bid – Eligibility cum
technical bid and commercial bid from well established and reputed organizations / agencies
who fulfill the eligibility criteria and having sufficient infrastructure, manpower and proven
track record in supply, installation & commissioning of networking infrastructure (LAN &
UPS CONNECTIVITY) to various Government departments/institutions/ organizations in the
State of Goa.
Sr No Item Particulars
1 Description of the work Supply, Installation & Commissioning networking
infrastructure (LAN & UPS connectivity)
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or
www.tenderwizard.com/GOA
4 Tender Document Fee Rs 2000/- Rupees Two thousand only
(Non-Refundable)
5 Tender Processing Fee Rs 1500/- Rupees One thousand Five Hundred
only (Non-Refundable)
6 Earnest Money Deposit
(E.M.D.) Rs. 25,000/- (Rupees Twenty five Thousand
only)
7 Mode of Tender Document
& Processing Fees To be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility with pre-printed challans available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card challan along with the bid.
8 Last Date and Time for
request of Tender Document
26/09/2017 to 14/10/2017 (up to 1.00 pm)
9 Date and Time for Pre-bid
Meeting
03/10/2017 (at 03.00 PM)
Page 4 of 42
10 Last Date and Time for reply
to Pre-Bid clarifications
04/10/2017 (up to 11.59 PM)
11 Last Date and Time for
Online submission of bids
15/10/2017 (up to 11.59 PM)
12 Date and Time for opening /
of Eligibility bids
16/10/2017 (at 03.00 PM)
13 Date and Time for opening /
of Commercial bids
17/10/2017 (at 03.00 PM)
Tenders not conforming to the requirements mentioned above and as laid down in the terms
and conditions or not accompanied by EMD in the form prescribed at the time of opening of
the eligibility bid are liable to be summarily rejected. The decision of The Managing
Director, Info Tech Corporation of Goa Ltd, for purpose of Eligibility Qualification shall be
final and binding to all the tenderers/bidders.
a. The Bidder is expected to carefully examine the terms & conditions of the Tender. Failure
to furnish all information required in the Tender or submission of a bid not substantially
responsive to the Tender in every respect will be at the Bidder’s risk and may result in the
rejection of the bid.
b. The Bidder shall use the electronic mode of tendering using the website
www.etender.goa.gov.in or www.tenderwizard.com/GOA to submit bids for the item
given in the RFP.
c. Late submission of bids is not be permitted by the e-Tendering System.
d. Last minute submission of bids should be avoided. As such, ITG will not be responsible
for any failures in submission of bids on time.
e. Incomplete or Conditional bids will be summarily rejected.
f. Bidders should possess a valid Class III Digital Signature issued by a Licensed Certifying
Authority for bidding through the e-Tender system.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B.,
Mobile:-08888636107, Mr. Ramesh, Mobile:-9552488004, Mr. Kiran, Mobile:-
08600651553, email: goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa Ltd
Sd/-
Managing Director
Page 5 of 42
SCOPE OF THE PROJECT
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified
Organization, has been set up by the Government of Goa to promote overall growth of
the state's economy through the use of Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of
Department of Information Technology has been providing various IT services to
Government departments/institutions/ organizations in the State of Goa who has setup
the required IT Infrastructure for the use of e-Governance Application, etc in their
respective offices with an aim towards creating an e-citizen for all transactions and for
making Goa as an “Intelligent State”.
Objective
The technological advancements in Information & Communication Technology are very
rapid and continuous. The e-Governance Application development is in various stages of
implementation in almost all State Government Departments & Government
Organizations. The various Government Departments & Organizations has setup this IT
Infrastructure for use of e-Governance Application. In order to get efficient management
of IT Infrastructure existing in their Offices, a number of requests are received from
these Departments & Organizations. Maintenance of this IT Infrastructure is absolutely
necessary.
It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address the
concerns for management of IT Infrastructure in various Departments and Organizations
under the Government.
Page 6 of 42
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be
interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd, Goa
DOIT / DOIT Department of Information Technology, Goa
GOG Government of Goa
GSDC/SDC (Goa) State Data Center
GBBN Goa Broad Band Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
DD Demand Draft
PAN Permanent Account Number
Deity Department of Electronics and Information Technology,
New Delhi
PBG Performance Bank Guarantee
NOC Network Operation Center
MAF Manufacturer’s Authorization Form
Purchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier successful Tenderer / Bidder to whom tender is awarded
Contract an undertaking signed by the Vendor against the Tender
NMS Network Monitoring System
UPS Un-interrupted Power supply
LAN Local Are Network
Non-responsive failure to furnish complete information in a given format
and manner required as per the tender documents or non-
submission of tender bid in given Forms/Pro-forma or not
following procedure mentioned in this tender or any of
required details or documents is missing or not clear or
not submitted in the prescribed format or non submission
of tender fee or EMD
IT Infrastructure All the IT related equipments which includes hardware,
software’s, networking, etc
Page 7 of 42
CHAPTER 1 Invitation for Bids (IFB)
1. Info Tech Corporation of Goa Ltd (ITG) invites Eligibility Bid from well established and
reputed organizations / agencies who fulfill the eligibility criteria and having sufficient
infrastructure, manpower and proven track record in carrying out the work of providing
Networking Infrastructure to various Government departments/institutions/ organizations in
the State of Goa. Bidders should submit the proposal on the tenderwizard
http://www.tenderwizard.com/goa .
2. Bidders should go through the website http://www.tenderwizard.com/goa for understanding
the e-tendering process and refer to the link "Vendor Info", "Information about DSC (Digital
Signature Certificate)", "FAQ's" and to know the process for submitting the electronic bids at
the website.
3. Bidders need to have a Class 3 category digital signature issued by a licensed Certifying
Authority (CA) for e-Tendering Portal.
4. Complete bid document terms and conditions and tender form containing all the details has
been published on the websites http://www.infotechgoa.com, http://www.goa.gov.in and
http://www.tenderwizard.com/goa. The bid documents can be downloaded from
http://www.tenderwizard.com/goa on payment of the required Tender Document Fee and
Tender Processing Fee online.
5. The Bids can be submitted up to date and time given in NIT.
6. An Earnest Money Deposit (E.M.D.) of Rs. 25,000/- (Rupees Twenty Five Thousand only)
should be provided by the bidder. The EMD has to be paid online before the last date and
time for online submission of bids as given in the NIT. EMD in any other form will not be
accepted.
7. Bids would be considered only in the prescribed form/ document. Bids not submitted in
prescribed format will be summarily rejected.
Page 8 of 42
8. The Eligibility Bid cum Technical bid will be opened as per schedule in NIT and in the
presence of bidder or any of its representatives. The bidder who qualify in the Eligibility cum
Technical evaluation process shall only be considered for empanelment.
9. No contractual obligation whatsoever shall arise from the Tender Document / bidding process
unless and until a formal contract is signed and executed between the tendering authority and
the successful bidder.
10. Info Tech Corporation of Goa Ltd disclaims any factual/ or any other errors in this document
(the onus is purely on the individual bidders to verify such information) and the information
provided herein are intended only to help the bidders to prepare a logical bid-proposal.
Page 9 of 42
CHAPTER 2 Eligibility Criteria & Mandatory Conditions
The bidder must fulfill the following eligibility conditions and must also submit documentary
evidence in support of fulfilling these conditions while submitting the Eligibility Bid. The
scanned copy/copies of these documents should be uploaded on the e-tendering website
during submission of bids before its last date. Failure to comply with these requirements may
result in the bid being rejected.
Note: Bidders should read these conditions carefully and comply strictly while
sending/submitting their Bids.
ELIGIBILITY CRITERIA FOR BIDDER FOR THE PURPOSE OF QUOTING IN
THIS TENDER:
Keeping in mind the local service setup and accessibility required to extend support /
maintenance services during the AMC period, it is considered essential that the bidder should
have a strong local presence, specifically authorized for this Tender / project. The bidder
should also provide the “Manufacturer’s Authorization Certificate” (MAF) wherever
necessary.
Sr.
No
Clause Documents required
1 The bidder should have a registered IT/IT
Services/ITES office in the State of Goa by the
same name as the quoting company in the State of
Goa for last three (3) years as on the date of issue
of the Notice Inviting Tender.
a) Valid documentary proof
of:
- Certificate of incorporation
- Registration Certificate
(upload and save file as
“Document A”)
2 The bidder should have experience of carrying out
the work of providing Networking Infrastructure
(LAN & UPS CONNECTIVITY) in Government
Departments/Public Sector Undertaking/Banks
/Financial Institution/ Central Autonomous
Bodies/State Autonomous Bodies/ reputed firms
during the last three (3) years as on the date of
issue of the Notice Inviting Tender.
a) Valid documentary proof
of:
-Work orders confirming year
and Area of activity should be
attached.
(upload and save file as
“Document B”)
Page 10 of 42
3 The bidder should have at-least minimum Five (5)
qualified Service Engineers on its own pay roll
within the State of Goa
a) Valid documentary proof
of:
- Certificate from bidder for
number of qualified Engineers
professionals employed by the
bidder giving names & address.
(upload and save file as
“Document C”)
4 The bidder must have an average annual financial
turnover of at least Rs.20 Lakhs during the last 3
years ending 31st March 2017
a) Valid documentary proof
of:
- CA Certificate showing Turn
over details.
(upload and save file as
“Document D”)
5 The bidder should submit an authorization by the
Manufacture(s) for the Networking Infrastructure
equipments if any.
a) Valid documentary proof
of:
- The Manufacturer’s original
authorization certificate
(MAF) as per Annexure II.
(upload and save file as
“Document E”)
6 The bidder shall not be eligible if it has presently
been blacklisted by any State/Central
Government/PSU on the date of notice inviting
Tender.
a) Valid documentary proof
of:
-A signed copy of the
undertaking (Annexure-III)
with seal.
(upload and save file as
“Document F”)
Page 11 of 42
CHAPTER 3 Bidding Process
The Bidding process below specifies the procedures that would regulate the overall bidding
process.
1. Selection of empanelled vendor is a single stage bidding process where in eligible
bidders shall submit their eligibility bid.
a. Eligibility bid will be evaluated for all the bidders.
b. Commercial Bids of only those bidders will be opened who are qualified in the
Eligibility cum Technical bid.
c. Only those bidders who are willing to match the lowest (L1) price will be listed on
ITG’s List of Empanelled Vendors for works of works of Networking Infrastructure
(LAN, UPS, WAN & Fiber connectivity).
2. Preparation of Bidding Document
a. The download of bidding document shall commence as specified in NIT and shall be
stopped as specified in NIT. The complete bidding document is also placed on the
websites as specified in the NIT. The prospective bidders are permitted to download the
bid document from the tenderwizard but must pay the cost of tender/ bidding document
and e-tender processing fee while submitting the bids to ITG.
Bidders are advised to study all instructions, forms, terms, requirements and other
information in the tender document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the tender document with full
understanding of its implications.
All the tenders are to be submitted in electronic mode only. The tenderwizard will not
accept any tender submitted after the deadline for submission of Tenders prescribed by
the Purchaser.
b. Earnest Money Deposit (EMD)
i. Every bidder, participating in the bid must furnish the earnest money deposit as
specified in the Notice Inviting Tender (NIT).
ii. The EMD shall be denominated in Indian Rupees only. No interest will be payable to
the bidder on the amount of the EMD.
Page 12 of 42
iii. The EMD shall be submitted by the bidder who is applying for the tender. EMD in the
name of any other firm/person other than the bidder who is applying for the tender
shall not be accepted.
iv. Form of EMD: Bidders shall submit, an Earnest Money Deposit (E.M.D.) of Rs.
25,000/- (Rupees Twenty Five Thousand only) should be provided by the bidder.
The EMD has to be paid online before the last date and time for online submission of
bids as given in the NIT. EMD in any other form will not be accepted.
v. Refund of EMD: The earnest money deposit of unsuccessful bidders shall be
refunded soon after the final list of empanelled vendors has been prepared. The EMD
of the successful bidders shall be returned only after a period of six months from the
date of finalizing the final list of empanelled vendors.
vi. Forfeiture of EMD: The EMD taken from the bidder shall be forfeited in the
following cases:-
If the bidder withdraws or modifies his bid proposal after opening of bids or
during the period of bid validity or its extended period, if any; or
In the case of a successful bidder if the bidder fails to sign the contract for any
reason not attributable to the Info Tech Corporation of Goa Ltd (ITG), Goa.
During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
During the bid process, if any information found wrong / manipulated / hidden
in the bid.
EMD submitted in a different name other than the bidder who is applying in
the tender.
Tenders without valid E.M.D. at the time of opening of the technical bid will be
rejected.
3. Amendment of Bidding Document
a. Amendment of Bidding Document
i. At any time prior to the deadline for submission of the Bids, the tendering authority
may amend the Bidding document by issuing Corrigendum/ Addendum.
ii. Any Corrigendum/ Addendum issued shall be a part of the Bidding document.
Page 13 of 42
iii. To give prospective Bidders reasonable time in which to take a Corrigendum/
Addendum into account in preparing their Bids, the tendering authority may, at its
discretion, extend the deadline for the submission of the Bids.
iv. Any change in date of submission and opening of bids would be communicated in
appropriate manner including the websites mentioned in the NIT.
4. Submission and Opening of Bids:
a. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and
other diligence activities, participation in meetings/discussions/presentations,
preparation of proposal, in providing any additional information required by ITG to
facilitate the evaluation process, and in negotiating a definitive contract or all such
activities related to the bid process. Info Tech Corporation of Ltd will be in no case
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
b. Language of Bids: The Bid prepared & submitted by the Bidder and all subsequent
correspondence and documents related to the bid and as submitted by the bidder, shall
be written only in English language. Also, any printed literature furnished by the
Bidder written in other language (other than English/ Hindi) must be accompanied by
an English/ Hindi translation in which case, for purposes of interpretation of the bid,
the appropriate translation by the Purchaser shall govern.
c. Documents comprising the Bid
i. The bidder should ensure that all the required documents, as mentioned in the
bidding document, are uploaded. Non submission of the required documents may
lead to the rejections of the bid/ proposal submitted by the bidder.
ii. Wherever applicable, the bidding form must be completed without any
alterations to its format, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested.
iii. The contents of bid are listed below.
I. Eligibility Bid:
a) The Eligibility Proposal should contain documents as listed in various
Chapters & Annexure of this bid document.
Page 14 of 42
b) Prices must not be indicated in the Eligibility Bid.
d. Alternative Bids: Alternative bids shall not be considered at all.
e. Validity of Bids:
i. Bids shall remain valid for 2 years from the last date of bid submission as
prescribed by Tendering Authority. A Bid valid for a shorter period shall be
rejected and treated as nonresponsive.
ii. In exceptional circumstances, the Tendering Authority may solicit the Bidder's
consent to an extension of the period of validity. The request and the responses
thereto shall be made in writing.
f. Deadline for submission of Bids:
i. Bids must be submitted on the website http://www.tenderwizard.com/goa no later
than the date and time indicated in the NIT.
ii. Normally, the date of submission and opening of bids would not be extended.
However, in exceptional circumstances, the date may be extended by the
tendering authority and in such cases, change in date of submission and opening
of bids would also be placed on the respective websites immediately. However, if
the modifications in bidding document, specifications of goods and service are
substantial, fresh publication of original bid inquiry may also be issued.
iii. The tendering authority may, at its discretion, extend the deadline for the
submission of bids by amending the bidding document, in which case all rights
and obligations of the tendering authority and bidders previously subject to the
deadline shall thereafter would be subject to the deadline as extended.
g. Delayed / Late Bids:
i. Bids must be submitted in electronic mode only. The tenderwizard will not accept
any bid submitted after the deadline as indicated in the NIT.
ii. Towards the end of the deadline time, the tenderwizard server is likely to get
jammed due to the heavy flow of traffic on the server. Hence, all the Bidders
participating in the tender are requested to submit the bids well in advance before
the deadline time period as indicated in the NIT.
iii. Documents relevant to the Eligibility bid which needs to be submitted in the
office of ITG, should be submitted before the opening of the Eligibility bid as
indicated in the NIT. Bids received after the due date and the specified time
Page 15 of 42
(including the extended period if any) for any reason whatsoever, shall not be
entertained and shall be returned unopened.
iv. ITG shall not be responsible for any postal delay or non-receipt/non-delivery of
the documents. No further correspondence on the subject will be entertained. The
Managing Director, InfoTech Corporation of Goa Ltd will not accept any
responsibility for any problems arising for delay in the submission of the tender.
h. Withdrawal, Substitution, and Modification of Bids: A Bidder may withdraw,
substitute, or modify its bid after it has been submitted before the deadline
prescribed for submission of bids as per the e-tendering process.
i. Bid Opening:
i. The designated Technical Committee will perform the bid opening, which is a
critical event in the bidding process.
ii. The tendering authority shall conduct the bid opening at the date and time
specified in the NIT.
iii. All the bids received up to the specified time and date shall be opened by the
members of the designated Committee after entering their corresponding
credentials (login id and digital signatures) in the website
http://www.tenderwizard.com/goa.
iv. The tendering authority shall download all the documents submitted by the
tenderer / bidder and place the same in the presence of bidder or his/her
authorized representative who choose to attend at the date and time specified in
the NIT. The representatives of the bidders are advised to carry the identity card
or a letter of authority from the tendering firms to identify their bonafides for
attending the opening of the proposal. The bidder’s representatives who are
present shall sign the attendance register present.
v. The eligibility bid shall be opened and all the bidders who are in the race
(participated) of tender shall be notified to the bidders present. All the bids shall
be downloaded one at a time, and the following may be read out and recorded: the
name of the bidder, the submission or non-submission of the Tender Fee, EMD.
Page 16 of 42
5. Bid Evaluation
a. Guiding Principle for Evaluation of Bids
i. The tendering authority shall determine to its satisfaction whether the bidder that is
selected as having submitted the best and responsive bid is qualified to perform the
Contract satisfactorily.
ii. The determination shall be based upon the examination of the documentary
evidence of the bidder's qualifications submitted by the bidder.
iii. An affirmative determination shall be a prerequisite for selection of the bidder to
be empanelled and a negative determination shall result in disqualification of the
bid.
iv. The tendering authority/ tender evaluation committee, in observance of best
practices, shall: -
Maintain the bid evaluation process strictly confidential.
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption.
Strictly apply only and all of the evaluation and qualification criteria specified
in the bidding document.
b. Confidentiality
i. Information relating to the examination, evaluation, comparison, and post
qualification of bids, and recommendation, shall not be disclosed to bidders or any
other persons not officially concerned with such process until publication of the
Empanelled list.
ii. All materials submitted by the bidder becomes the property of Info Tech
Corporation of Ltd and may be returned at its sole discretion, provided, any
materials which are identified as “Proprietary and Confidential Material of Bidder”
shall remain the property of such bidder and the ITG will maintain confidentiality
of such materials.
iii. Any attempt by a bidder to influence the tendering authority or other officials in the
examination, evaluation, comparison, and post qualification of the bids may result
in the rejection of his bid.
Page 17 of 42
iv. From the time of bid opening to the time of publication of the Empanelled list, if
any bidder wishes to contact the tendering authority on any matter related to the
bidding process, he is allowed to do so only in writing.
c. Clarification of Bids
i. To assist in the examination, evaluation, comparison and post qualification of the
bids, the tendering authority committee may, at its discretion, ask any bidder for a
clarification of his bid. The tendering authority's request for clarification and the
response shall be in writing.
ii. Any clarification submitted by a bidder with regard to his bid that is not in
response to a request by the tendering authority shall not be considered.
d. Determination of Responsiveness
i. The tendering authority's determination of the responsiveness of a bid would be
based on the contents of the bid itself.
ii. A responsive bid would be the one that meets the requirements of the bidding
document without material deviation, reservation, or omission where: -
"Deviation" is a departure from the requirements specified in the bidding
document;
"Reservation" is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding document;
and
"Omission" is the failure to submit part or all of the information or
documentation required in the bidding document.
iii. The tendering authority shall examine the technical aspects of the bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation or reservation.
e. Non-material Non-conformities
i. Provided that a bid is responsive, the tendering authority may waive any
nonconformity in the bid that does not constitute a material deviation, reservation
or omission.
ii. Provided that a bid is responsive, the tendering authority may request that the
bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
Page 18 of 42
price of the bid. Failure of the bidder to comply with the request may result in the
rejection of its bid.
f. Evaluation of Bids
i. The tendering authority shall evaluate each bid that has been determined, up to the
stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document.
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
g. Tendering authority's Right to Accept/ Reject any or all of the Bids: The tendering
authority reserves the right to accept or reject any bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to publication of the empanelled list,
without thereby incurring any liability to the bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for the Purchasers action.
h. The Purchaser/ Biding Authority reserves the right to accept or reject any Bid without
assigning any reason.
Page 19 of 42
CHAPTER 4 Disqualification of Bids
1. Tendering Authority may in its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Biding process if the bidder:-
Submits the required Bid documents after the prescribed date and time of submission
of Bid.
Submits Bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or is non-responsive.
Has not submitted the bid in accordance with the bid document.
Does not meet the minimum eligibility criteria as mentioned in the bid document.
Mislead or made false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
Is found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, or financial
failures, etc.
Failed to provide clarifications related thereto, when sought.
Has submits more than one bid. This will cause disqualification of all bids submitted
by such bidder except the last Bid received.
Has imposed conditions in his bid, during validity of the bid or its extended period.
2. Applicants who are found to canvass, influence or attempt to influence in any manner the
qualification or selection process, including without limitation, by offering bribes or other
illegal gratification, shall be disqualified from the process at any stage.
3. A Bid not valid for at least 02 years shall be considered as non-responsive and would be
disqualified.
Page 20 of 42
CHAPTER 5 General Terms and Conditions of Bid
Note: Bidders must read these conditions carefully and comply strictly while sending/
submitting their Bids.
1. The maintenance during the warranty period shall be on-site comprehensive, covering
both preventive as well as corrective maintenance of Networking Infrastructure (Internal
LAN & UPS Connectivity).
2. The Vendor shall maintain adequate stock of spare parts for maintaining the up time of
the network.
3. The Vendor shall maintain the entire Networking infrastructure under the warranty
contract in proper working condition throughout the contract period to provide consistent
support to the Department/Organization.
4. The Bidder shall provide a Service Escalation Matrix with contact details (escalation
hierarchy, contact person, number, address and e-mail) to which the
Department/Organization shall contact for services & support. The bidder shall perform
as per the defined SLA, and any deviation to the SLA shall attract penalty as per the
agreement signed between ITG & the bidder.
5. If the faulty equipment is required to be carried out of the office premises of the
Department/Organization, which may affect the business process of the
Department/Organization., then equivalent standby equipment has to be provided until the
original equipment has been repaired and brought back and installed success. The uptime
shall be computed on calendar month basis in a non-cumulative manner.
6. Any activity, as a part of maintenance, that requires stopping of services or shutdown of
equipments shall be carried out in consultation with the Department/Organization after
necessary intimation, and this activity shall be taken up only during the non-working
hours or on holidays in order to reduce non-availability of services.
7. ITG and Department/Organization shall jointly review and monitor the performance of
the bidder and the same shall be recorded by ITG for future reference.
8. The Contract for the supply can be repudiated at any time by the Purchaser, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of
being heard and recording the reasons for repudiation.
Page 21 of 42
9. The bidders may visit the sites and obtain additional information at their own cost and
responsibility..
10. The bidder shall not sub-contract the work to any Organization, person, firm or its
franchisee. If, at any time, it comes to the notice of ITG that such sub-letting has been
done, then ITG, at its discretion, may terminate the contract without referring the matter
further to the bidder, and such Vendor shall be liable for necessary action.
11. Delivery & Installation:
a) The bidder whose Bid is accepted shall arrange the supply and installation of all
ordered equipment for configuring the network of the ordered material as per
specifications.
b) Transportation: All goods must be sent freight paid
12. Completeness of the Contract: The contract will be deemed as incomplete if any
component of the network devices or any documentation / media relating thereto is not
delivered, or is delivered but not installed and /or not operational, or not integrated or not
acceptable to the Purchaser/Indenter after acceptance testing / examination.
In such an event, the supply and installation will be termed as incomplete and it will not
be accepted and the warranty period will not commence. The goods will be accepted
after complete commission and satisfactory functioning of equipment for a minimum
period of 10 days. The Warranty period for all the equipments will commence only after
the project network as been declared “Live” by the ITG.
13. Insurance: The goods will be delivered at the FOR destination in perfect condition. The
supplier, if he so desires may insure the valuable goods against loss by theft, destruction
or damage, by fire, flood, under exposure to whether or otherwise viz., (war, rebellion,
riot, etc.,) The insurance charges will be borne by the supplier and Biding Authority will
not pay such charges if incurred
14. Warranty/ Guarantee Clause:
a) The bidder would give comprehensive onsite warranty/guarantee that the goods/stores
/ Articles would continue to confirm to the description and quality as specified for a
period of three years on all items from the date of “Live” of the said goods.
The purchaser will be entitled to reject the said goods/ stores/ articles or such portion
thereof as may be discovered not to conform to the said description and quality, on
such rejection the goods/articles/ stores will be at the seller‟s risk and all the
Page 22 of 42
provisions relating to rejection of goods etc., shall apply. The bidder shall if so called
upon to do, replace the goods etc., or such portion thereof as is rejection by ITG,
otherwise the bidder shall pay such damage as may arise by the reason of the breach
of the condition herein contained. Nothing herein contained shall prejudice any other
right of the ITG Officer in that behalf under this contract or otherwise. The security
Deposit @ 5% of the work value shall be deducted by ITG in this regards. The
security deposit amount will be returned on successful completion of warranty period
of works.
b) In case of machinery and equipment also, guarantee as mention in clause (a) above
the bidder shall during the guarantee period replace the parts if any and remove any
manufacturing defect if found during the above said period so as to make machinery
and equipments operative. The bidder shall also replace machinery and equipments in
case it is found defective which cannot be put to operation due to manufacturing
defect, etc.
c) In case of machinery and equipment specified by the ITG, the bidder shall be
responsible for carrying out maintenance and repairs on the terms and conditions as
may be agreed. The bidder shall also be responsible to ensure adequate regular supply
of spare parts needed for a specific type of machinery and equipments whether the
warranty period. In case of change of model, he will communicate to ITG for the
approval, so as to maintain the machinery and equipments in perfect condition.
d) Bidder shall also be responsible to ensure all the supplied equipments should remain
in proper working condition throughout the warranty period of 3 years. Bidder will
deploy a support engineer/coordinator to take care all the complaints related to items
supplied. That support engineer/coordinator will be single point of contact for all type
of calls related to items supplied. The bidder will provide a Cell No. to his
engineer/coordinator for the complaints. This person will maintain the inventory of
the supplied items. He/ She will record all the complaints and provide a complaint
number to end user. He/ She will manage to provide proper solution to end user w.r.t.
SLA defined in Agreement. He/ She will provide the desired reports to ITG as and
when asked to do so. Preferably complaint management software would be available
with the engineer/coordinator to handle the complaints and to generate desired reports
Page 23 of 42
e) Dispute Resolution Mechanism: The Bidder and the ITG shall endeavor their best to
amicably settle all disputes arising out of or in connection with the Contract in the
following manner
a) The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
Matter will be referred for negotiation between Officers nominated by ITG and the
Authorized Official of the Contractor. The matter shall then be resolved between them
and the agreed course of action documented within a further period of 15 days.
b) If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
Chairman, Info Tech Corporation Of Goa Ltd, Goa who will be the Sole Arbitrator
and whose decision shall be final.
c) In case any dispute between the Parties, does not settle by negotiation in the manner
as mentioned above, the same may be resolved exclusively by arbitration and such
dispute may be submitted by either party for arbitration within 20 days of the failure
of negotiations. Arbitration shall be held in Goa and conducted in accordance with the
provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or
re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and
the two arbitrators shall jointly appoint the third or the presiding arbitrator. The
“Arbitration Notice” should accurately set out the disputes between the parties, the
intention of the aggrieved party to refer such disputes to arbitration as provided
herein, the name of the person it seeks to appoint as an arbitrator with a request to the
other party to appoint its arbitrator within 45 days from receipt of the notice. All
notices by one party to the other in connection with the arbitration shall be in writing
and be made as provided in this tender document. Each Party shall bear the cost of
preparing and presenting its case, and the cost of arbitration, including fees and
expenses of the arbitrators, shall be shared equally by the Parties unless the award
otherwise provides. The contractor shall not be entitled to suspend the Service/s or the
completion of the job, pending resolution of any dispute between the Parties and shall
continue to render the Service/s in accordance with the provisions of the
Contract/Agreement notwithstanding the existence of any dispute between the Parties
or the subsistence of any arbitration or other proceedings.
Page 24 of 42
d) All legal proceedings, if necessary arises to institute may by any of the parties (ITG or
Contractor) shall have to be lodged in courts situated in Goa and not elsewhere.
If the terms and conditions mentioned in the tender are contradicting the terms and conditions
appearing elsewhere, then it shall be at the discretion of the Managing Director, InfoTech
Corporation of Goa Ltd to choose the over-riding terms and conditions. In any case, the
decision of the Managing Director, InfoTech Corporation of Goa Ltd shall be final and
binding on all parties concerned.
15. Reports (During Warranty Period):
I. Preventive Maintenance Reports: The empanelled vendor who is awarded with the
works shall carry out the half yearly (6 months period) Preventive Maintenance even
if there are no complaint calls from the client department and duly submit to ITG the
half yearly Preventive Maintenance Reports.
II. Feedback Reports: ITG may obtain half yearly (6 months period) feedback from the
client department with regards to the service provided by the empanelled vendor for
awarded maintenance period.
III. Corrective Maintenance report/ Call or Service Reports: The empanelled vendor
who is awarded with the works shall submit to ITG the Corrective Maintenance
report/ Call or Service Reports each and every time the complaint call is received
either by vendor or by ITG.
IV. Replacement Report: The empanelled vendor who is awarded with the works shall
submit to ITG the Replacement Reports as and when a particular non working
Networking Equipments is replaced with new equipments (not standby) by the vendor
along with the necessary details of equipments (details of both non working
equipment and the one which is replaced) like Make, Model No., Serial No., etc.
16. Additional Equipments:
Sometimes it is observed that in certain scenario Departments & Organizations need
specific networking equipment to be covered under works which may not be available in
the empanelled list of networking equipment items/works published by ITG. In such
cases ITG shall seek the items/works rates of that particular networking equipment from
the empanelled vendors of ITG. The same shall be obtained by the e-tendering in limited
Page 25 of 42
mode. Further, if the empanelled vendors are not in position to quote for the same then
ITG will seek the same from open market by inviting quotations.
17. Validity of Empanelment Tender & Commercials:
It has been noticed in the IT industry that the ICT equipments or IT services keeps on
changing from time to time. However, in order to keep the procurement rate for a steady
period for providing services to the Department/Organization/Institutions, Corporations/
Autonomous Bodies and at the same time to give some breathing space to the empanelled
vendors so as to give good services & support it is proposed that:
1. The selected vendors will be on ITG empanelled list, which shall be valid for a period
of two (02) years.
2. The commercial quotes shall be valid for a period of two (02) years only
Page 26 of 42
CHAPTER 6 Selection of Empanelled Vendors
1. Procedure for selection of Vendors as “ITG’s Empanelled Vendors” :
a. The scrutiny of the Eligibility cum Technical bid will be done by a committee duly
constituted by ITG.
b. After the scrutiny of the Eligibility cum Technical bid by the Committee, the
Commercial bids of the firms which have qualified in the Eligibility cum Technical
bid shall be opened as notified in the NIT to determine the lowest (L1) quotes for the
supply/services of various Networking Infrastructure items/works.
c. The offers shall be evaluated for each Networking equipment items/works with L1
being the lowest offer. Thereafter ITG shall place before the vendors a list of the
lowest (L1) rates obtained for each of the Networking Equipments items/works.
d. All the qualified vendors shall be given an opportunity to match the lowest (L1) rates
obtained for each of the ICT equipments items/works. Thereafter, all the vendors who
match the lowest (L1) rates obtained by ITG will be listed as ITG’s empanelled
vendors for carrying out works of Networking Infrastructure/ Equipments (LAN &
UPS Connectivity).
2. Procedure for placement of work order on Empanelled Vendors:
a. ITG will display the list of the empanelled vendors along with the rates of the
items/works of the Networking Infrastructure (LAN & UPS Connectivity) on its
website along with an Annexure form (for requisition from the departments).
b. The department while submitting their request to ITG for carrying out works, has to
fill in the details as mentioned in the annexure form.
c. Based on the department’s request, ITG will place the work order on the vendor.
However, if there is no preferred empanelled vendor mentioned then ITG will place
the work order on one of the empanelled vendor as per its decision. The decision of
ITG in this regards will be final.
Page 27 of 42
CHAPTER 7 Penalty Charges & Escalation Matrix
The down-time penalty charges if not rectified within the stipulated time shall be as follows:
Table A
Response
Time
Period Penalty that shall be levied by ITG on
the Vendor
Above 24 Hrs and below 48 Hrs Warning
Above 48 Hrs. and up to 01 week Penalty as per Table B
Above 1 week Rs 200 per day from the 1st day till the
day the issue is resolved or ITG will get
the same rectified from outside & the
cost towards rectification will be borne
by the vendor.
Table B
Sr. No. Item
Penalty (Amount in
Rupees) per day after 48
Hrs. from receipt of
complaint.
1
I/o & UPS Per point (inclusive of all passive
components like cat6 cables, electrical wires,
etc.)
50.00
2 Network switches/Routers, (All Active
components) 150.00
Note:
1. The vendor shall ensure 99% uptime on all working days in respect of networking &
ups equipments.
2. The uptime shall be computed on calendar month basis in a non-cumulative manner.
3. The vendor shall, in no case, replace any item/component with inferior item and if
found doing so, the contract shall stand terminated forthwith.
Page 28 of 42
Escalation Matrix
All the vendors shall provide the escalation matrix details to be followed.
Sr. No Support Level Name Address Phone No Email
1 Level 1 Service Call
Coordinator
XXX XXX xxxx@
2 Level 2 Senior Service
Call Coordinator
XXX XXX xxxxx@
3 Level 3 Senior Service
Call Manager
XXX XXX xxxxx@
4 Level 4 Name of Owner
of the firm
XXX XXX xxxxx@
Note:
1. The calls will be received centrally by the agency and shall be attended immediately
by their service engineer on receipt of the same.
Page 29 of 42
CHAPTER 8 Terms of Payment
The payment towards the order charges shall be released to the vendor by ITG only after
1. Receiving the payments from the concerned Departments/ Organizations/ Institutions/
Corporations/ Autonomous Bodies, etc.
2. Getting certificate of inspection from ITG in consultation with the
Department/Organization. The inspection report should be signed by vendor’s
representative along with officials of ITG & concerned Departments/ Organizations.
3. A security deposit @5% of the work value shall be deducted by ITG.
Note:
1. Advance payment shall not be paid.
2. Any increase or decrease of taxes, duties or prices of components, etc shall not affect
the rates during the entire period of contract ( warranty period )
3. All Payment shall be made in Indian Rupees only
Return of Security Deposit
The security deposit shall be returned to the contractor on successful completion of
warrantee period, provided,
1. Contractor has submitted all the required preventive maintenance reports.
2. On receipt of the required feedback reports from the concerned
department/organization.
3. On deduction of penalties if any.
4. Submission of any permission from related/concerned departments, if any.
Pre Bid Queries Format
Pre bid queries must be strictly submitted in the office of ITG or e mailed at email id
vishwas.kavthankar@nic.in in the prescribed format before the pre bid meeting i:e
(03.10.2017 at 10.00 am).
Name of the Firm
Sr.
No
Tender Document
page no
Tender document
clause no
Clause details Query
Page 30 of 42
CHAPTER 9 Documents to be furnished in original
The tenderer/bidder should submit the following documents in original on or before
16/10/2017 by 10.00 am in the office of ITG before the opening of the Eligibility cum
Technical Bid.
1.Bid Form as per Annexure-1
2.EMD e-Challan receipt
3.Manufacturer’s Authorization Form (MAF) of the quoted brands as per Annexure-2;
if any.
4.Undertaking of the tenderer/bidder as per Annexure-3
The above original documents should be put in a single cover and super-scribed “AMC
for Networking Infrastructure (LAN & UPS)” and be addressed to The Managing Director,
InfoTech Corporation of Goa Ltd, IT-HUB, 3rd Floor, Altinho-Panaji, Goa-403001.
Tender(s) / Bidder(s) should submit documentary evidence in support of fulfillment of
all criteria’s, while submitting its bid(s). The scanned copy of these documents should be
uploaded on the e-tendering wizard during submission of bids before its last date.
Failure to comply with these requirements may result in the bid being rejected. No hard
copy of the bid shall be accepted in the office of ITG other than the documents
mentioned in Chapter 9
Page 31 of 42
CHAPTER 10 Tentative Description for the items to be provided for
the work of Networking Infrastructure (LAN connectivity)
Sr.
no.
Description of Networking Equipment
Make / Model
1 8-Port 10/100/1000mbps Unmanaged Switch Any Make & Model
2 24-Port Gigabit Unmanaged Switch (Rack-mountable) Any Make & Model
3 24 Port L3 Managed Switch Any Make & Model
4 24 Port L2 Managed Switch Any Make & Model
5 24 Port L3 12SFP 12 combo Managed Switch Any Make & Model
6 Patch Panel Cat 6 UTP Keystone type 24/48 port-Fully
loaded
Any Make & Model
7 I/O Cat6+ UTP Signal Port With Surface Mount Box Any Make & Model
8 Solid Cable Cat6+,4 Pair,Utp-305M Any Make & Model
9 1 KVA UPS with 30 mins backup with mounting stand Any Make & Model
10 Electrical copper wire: 1 sq mm (1 Box- coil of 90 mts
or higher)
Any Make & Model
11 Electrical copper wire: 2.5 sq mm
(1 Box- coil of 90 mts or higher)
Any Make & Model
12 Electrical copper wire: 4 sq mm
(1 Box- coil of 90 mts)
Any Make & Model
13 Modular Electrical Socket: 6 Amp Any Make & Model
14 Modular Electrical switches: combination of 6 x 16
Amp
Any Make & Model
15 Modular Electrical socket: combination of 6 x 16 Amp Any Make & Model
16 Modular Switch Plate: 6M Module Any Make & Model
17 Modular Switch Plate: 12M Module Any Make & Model
18 MCB -63 Amp Any Make & Model
19 MCB- 40 Amp Any Make & Model
20 PVC Casing capping Any Make & Model
21 PVC Casing capping Any Make & Model
22 CCTV / IP surveillance cameras / systems Any Make & Model
23 Video Conferencing equipments Any Make & Model
24 IP / Video Phones Any Make & Model
25 Any other items Any Make & Model
Installation Charges
26 Fixing & Laying of cat 6+ cable in PVC casing from Any Make & Model
Page 32 of 42
client node to the LAN main 24 port network
27 Install, test and commission of Input/output Cat 6+ UTP
Single Port with Surface Mount Box.
Any Make & Model
28 Install, test and commission of 24 port switch. The work
shall include for all labor of rack fixing, crimping and
end.
Any Make & Model
29 Install, test and commission of 3 nos of 6A socket &
switch and 1 no 6 x 16A universal socket & 6 A switch
with molded modular.
Any Make & Model
30 Fixing & Laying of electrical wiring in PVC casing
from client node to UPS output.
Any Make & Model
31 Fixing & Laying of electrical wiring in PVC casing
from input/output MCB’s to main line.
Any Make & Model
** All the items mentioned above for which the bidder intends to quote should be
inter-operable with each other and also with the already used & existing network
equipments installed on the Goa BroadBand Network (GBBN).
Page 33 of 42
CHAPTER 11 COMMERCIAL BID (Tentative)
Chapter 11 Commercial Bid
Sr No Description of the items Make/Model
Appx
Qty Units
Rate per unit in
Total
Amount in
Rs
Base
Rate/Price
in Rs.
Tax as
per
GST
in %
A B C D E F H I =(F+H)*D
AMC for Network Switches - All Types (Refer Table F and Table G - Schedule - I)
1 8-Port 10/100/1000mbps Unmanaged Switch Any Make & Model
Nos
2 24-Port Gigabit Unmanaged Switch (Rack-
mountable)
Any Make & Model
Nos
3 24 Port L3 Managed Switch Any Make & Model
Nos
4 24 Port L2 Managed Switch Any Make & Model
Nos
5 24 Port L3 12SFP 12 combo Managed
Switch
Any Make & Model
Nos
6 Patch Panel Cat 6 UTP Keystone type 24/48
port-Fully loaded
Any Make & Model
Nos
7 I/O Cat6+ UTP Signal Port With Surface
Mount Box
Any Make & Model
Nos
8 Solid Cable Cat6+,4 Pair,Utp-305M Any Make & Model
Nos
9 1 KVA UPS with 30 mins backup with
mounting stand
Any Make & Model
Nos
10 Electrical copper wire: 1 sq mm (1 Box-
coil of 90 mts or higher)
Any Make & Model
Nos
11 Electrical copper wire: 2.5 sq mm
(1 Box- coil of 90 mts or higher)
Any Make & Model
Nos
Page 34 of 42
12 Electrical copper wire: 4 sq mm
(1 Box- coil of 90 mts)
Any Make & Model
Nos
13 Modular Electrical Socket: 6 Amp Any Make & Model
Nos
14 Modular Electrical switches: combination of
6 x 16 Amp
Any Make & Model
Nos
15 Modular Electrical socket: combination of 6
x 16 Amp
Any Make & Model
Nos
16 Modular Switch Plate: 6M Module Any Make & Model
Nos
17 Modular Switch Plate: 12M Module Any Make & Model
Nos
18 MCB -63 Amp Any Make & Model
Nos
19 MCB- 40 Amp Any Make & Model
Nos
20 PVC Casing capping Any Make & Model
Nos
21 PVC Casing capping Any Make & Model
Nos
22 CCTV / IP surveillance cameras / systems Any Make & Model
Nos
23 Video Conferencing equipments Any Make & Model
Nos
24 IP / Video Phones Any Make & Model
Nos
25 Any other items Any Make & Model
Nos
Other Networking Equiments
26 Fixing & Laying of cat 6+ cable in PVC
casing from client node to the LAN main 24
port network
Any Make & Model
1
Mts
27 Install, test and commission of Input/output
Cat 6+ UTP Single Port with Surface Mount
Box.
Any Make & Model
Nos
28 Install, test and commission of 24 port
switch. The work shall include for all labor
of rack fixing, crimping and end.
Any Make & Model
Nos
Page 35 of 42
29 Install, test and commission of 3 nos of 6A
socket & switch and 1 no 6 x 16A universal
socket & 6 A switch with molded modular.
Any Make & Model
1
Nos
0
30 Fixing & Laying of electrical wiring in PVC
casing from client node to UPS output.
Any Make & Model
1 Mts
0
31 Fixing & Laying of electrical wiring in PVC
casing from input/output MCB’s to main
line.
Any Make & Model
1
Mts
0
Page 36 of 42
ANNEXURE-1 Bid Form
I. Addressed to:
a. Name of the Bidding authority Managing Director
b. Address Info Tech Corporation Of Goa Ltd (A Govt. Of Goa undertaking)
IT-HUB,
3rd Floor, Altinho-Panaji
Goa-403001
c. Telephone (0832) 2416024 / 2415192
II. NIT Reference: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017
Date: 26/09/2017
III. Other related details:
1. Name of Bidder with Office
Address
2. Name & Designation of
Authorized Signatory
3. Year of Establishment
4. Type of Firm Public
Ltd.
Private
Ltd.
Partnership Proprietary
Put Tick ( ) mark
5. Telephone Number(s)/
Mobile
6. Website URL
7. Fax No.
8. Email Address
9. Registered
Office
Address in
Goa
Address
Phone Fax:
Contact
Person
10.
Service
Center (s) in
Goa
Address
Phone Fax:
Contact
Person
(Enclose list of Service Center consisting name of contact person, telephone
no., e-mail address, office address.)
11. Annual Turnover for the last
3 years
(a certificate of CA should
be enclosed as proof)
2014-15
2015-16 2016-17
Page 37 of 42
12. Existence of the
Organization for the last 3
years in Goa
(Municipal / Panchayat
Trade License copy or any
other document specifically
in name of tenderer/bidder
to be attached)
(Proof showing
documentary evidence
should be uploaded)
13. Has the Bidder been black-
listed by any of the offices
of the Govt. of Goa? If so,
details may be provided
IV. The Tender Bid Document fee amounting to Rs. 2000/- (Rupees Two Thousand Only)
has been deposited vide cash receipt/ e-challan no.____________ dated __________
in favor of the Info Tech Corporation of Goa Ltd, Panaji.
V. The Tender Bid Processing fee amounting to Rs. 1500/- (Rupees One Thousand Five
Hundred Only) has been deposited vide cash receipt/ e-challan no.____________
dated __________ in favor of the Info Tech Corporation of Goa Ltd, Panaji.
VI. We agree to abide by all the conditions mentioned in this Bid Document issued by the
Bidding Authority and also the further conditions of the said Bid Notice given in the
attached sheets (all the pages of which have been digitally signed by us in token of
acceptance of the terms mentioned therein).
VII. Reproduced/ re-word-processed formats or Bidder‟s own formats for the price bids
will disqualify the Bid. However the Bidder can reproduce exactly the same format
for clarity in filling due to shortage of space.
VIII. The rates quoted are applicable up to 2 years from the last date of bid submission.
Following documents are attached towards the proof of earnest money deposited in
favor of Info Tech Corporation of Goa Ltd, Panaji.
Sr No Earnest Money deposited through Number Dated
1. E-Challan No
IX. Enclose copy of the GST Clearance Certificates.
Page 38 of 42
X. This Bid form and Terms & Conditions in token of acceptance along with duly filled
letter of undertaking / declaration.
Signature : ________________________________
Name : ________________________________
Designation : ________________________________
Place : ________________________________
Date & Seal : _______________________________
Page 39 of 42
ANNEXURE-2 Manufacturers Authorization Certificate (OEM)
(Indicative Format) (The form should be signed with seal and then scanned and uploaded on the tender wizard)
(Certificate to be issued by OEM/ manufacturer of the product(s) on the company
letterhead)
To,
The Managing Director,
InfoTech Corporation of Goa Ltd,
Altinho-Panaji, Goa.
NIT Reference: ITG-IT/0111/ Empanel Vendors (LAN & UPS)/2017
Date: 26/09/2017
1. This is to certify that M/s ………………………………….…. (Name, complete address,
city) are our authorized ………………………………….…. (Distributor/ Dealer / Channel
partner) for the sale, support and services for the …………………..…. (Name of the
product(s)) for the AMC period. i.e. two years.
2. We also undertake that we would provide the support for the above product(s) including,
spares of the supplied product/ products, updates and patches during the warranty period.
3. We hereby undertake that all the components/parts/assembly/software used in the
equipment shall be original new Components /parts/assembly/software of the products and
that no refurbished/duplicate/ second hand components/parts/ assembly / software are
being used or shall be used. In respect of licensed software, we undertake that the same
shall be supplied along with the authorized license certificate with our name/logo.
4. Our technical support/assistance centers (Name, address & communication details) shall
provide 24x7 support over Toll Free Numbers as well as web-based support. Below are the
required details:
Our technical support/ assistance centers (Name, address & communication details) shall
provide telephonic or web support. Below are the required details:
1……………………………………………………………………………
2……………………………………………………………………………
3……………………………………………………………………………
(Signature with seal / stamp of the company)
Page 40 of 42
Name:
Designation:
Please Note: Authorization certificate should be provided for OEM's commitment of back-
to-back support to the bidder for the equipments and for the duration as mentioned in this
tender document.
Page 41 of 42
ANNEXURE-3 Bidders Undertaking (Indicative Format)
(The form should be signed with seal and then scanned and uploaded on the tender
wizard)
(Certificate to be issued by bidder on the company letterhead)
U N D E R T A K I N G
To,
The Managing Director,
InfoTech Corporation of Goa Ltd,
Altinho-Panaji, Goa.
Sub: Undertaking for participating in the tender reference: ITG-IT/0111/ Empanel Vendors
(LAN & UPS)/2017 Date: 26/09/2017
We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.> , state the
following against the tender for providing AMC of IT Infrastructure (ICT Equipment) to
various Government departments/institutions/ organizations in the State of Goa.
1. We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for providing services with onsite maintenance support.
2. We hereby confirm that we are presently neither blacklisted/barred by Government /
Semi – Government / Quasi- Government organization or Govt. Corporation on the
date of notice inviting tender.
3. We hereby undertake that all the components/parts/assembly/software used in the
equipment shall be original new Components /parts/assembly/software from
respective OEMs/equivalent of the products shall be used. In respect of licensed
software, we undertake that the same shall be supplied along with the authorized
license certificate.
4. We hereby also declare that all the particulars furnished by us in this Tender are true
to the best of my/our knowledge and we understand and accept that if at any stage,
the information furnished is found to be incorrect or false, we are liable for
disqualification from this tender and also are liable for any penal action that may
arise due to the above.
Page 42 of 42
5. We declare that the Eligibility bid has been submitted without any conditions and
strictly as per the conditions of the tender document and we are aware that the bid is
liable to be rejected if it contains any other conditions.
(Signature with seal / stamp of the company)
Name:
Designation:
Place:
Date: