e-TENDER FORM · 1 Document Download Start Date At 2 PM on 23-Jan-2018 (Tue) 2 Bid Submission Start...
Transcript of e-TENDER FORM · 1 Document Download Start Date At 2 PM on 23-Jan-2018 (Tue) 2 Bid Submission Start...
1
GOVERNMENT OF INDIA
PETROLEUM AND EXPLOSIVES SAFETY ORGANISATION
(Formerly Department of Explosives) A-Block, 5
TH FLOOR, CGO COMPLEX, SEMINARY HILLS, NAGPUR-6
e-TENDER FORM
FOR
COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT OF
Systems Integrators for WAN along with Computer Hardware and Equipments
at the O/o CCE, Nagpur and O/o Dy.CCE, Gondkhairy (Nagpur)
No. D-21013/AMC-COMP/2018-19/EXP Rs.200/-
2
NOTICE INVITING TENDER (e-Tender)
Online e-tenders in two part system are invited on the website of Central Public Procurement Portal i.e.
http://eprocure.gov.in/eprocure/app (CPP Portal), for Comprehensive Annual Maintenance of the following in
the Office of The Chief Controller of Explosives, Nagpur and the O/o Dy.CCE, Gondkhairy (Nagpur)
1) Computer Hardware & Equipments namely PCs, Laptops, Printers, LCD Projectors, Scanners, UPSs,
LAN accessories etc
2) WAN items like Cisco Routers, Firewall, Fibre Switches etc and
3) upkeep of 33 numbers of BSNL/MTNL/STPI Leased Lines connecting 25 Offices of the Organisation
located across the Country to Head Office at Nagpur
from ISO certified System Integrators for Wide Area Network (WAN) with experience in Computer
Hardware maintenance and having Digital Signature Certificate (DSC) issued by any agency authorized by
Controller of Certifying Authority (CCA), Govt. of India.
Important dates
Sr No Particulars Date and time
1 Document Download Start Date At 2 PM on 23-Jan-2018 (Tue)
2 Bid Submission Start Date At 2 PM on 24-Jan-2018 (Wed)
3 Bid Submission Closing Date Up to 3.00 PM on 13-Feb-2018 (Tue)
4 Bid Opening Date At 3.00 PM on 14-Feb-2018 (Wed)
Please note that online submission of the tender will be through Central Public Procurement Portal (CPP
Portal) i.e. www.eprocure.gov.in only. Manual/Offline bids will not be accepted. [It may be noted that
TECHNICAL BID DOCUMENTS are required to be submitted offline (print-outs) to facilitate evaluation.
However, FINANCIAL or PRICE BID should NOT be submitted offline.]
Tenders without Tender Fee & EMD shall be rejected. Firms registered with DGS&D/NSIC/MSME
(for the subject services) are exempted from payment of EMD and tender fee.
Note: - Any updates, Corrigendum, etc. against the above tender shall be published on the CPP Portal
only. Those shall not be published in any other newspaper or media.
Chief Controller of Explosives
3
TENDER FORM
Tenders should be submitted in TWO COVER SYSTEM as detailed below.
COVER -1 Tender Fee &
EMD
(i) Tender Fee as per Clause No. A(1) below OR Copy of valid certificate as
per Clause No. A (4) below.
(ii) Earnest Money Deposit (EMD) as per Clause No. A(1) below OR Copy
of valid certificate as per Clause No. A (4) below.
Technical Bid (i) All required documents as per TECHNICAL BID DOCUMENTS section
below to be uploaded in PDF format and the same should also be sent in
physical formats (print-outs) along with Tender fee/EMD DD to facilitate
evaluation by the Tender Committee. It will be the responsibility of the bidder
to submit the SAME documents in print-outs and uploaded file on CPP portal.
Tender evaluation will take place as per print-outs submitted. Please note.
COVER - 2 Financial Bid Online Price Bid /BoQ to be uploaded on CPP Portal in .xls format only
It should NOT be submitted offline or in a print-out format.
all the above documents are required to be signed digitally using a valid DSC. Definitions:-
1. PESO: The Office of the Chief Controller of Explosives, Petroleum and Explosives Safety
Organisation (PESO), “A” Block, 5th Floor, CGO Complex, Seminary Hills, Nagpur - 440006,
(Maharashtra) Phone- 0712-2510248, 2512096; Fax: 2510577
2. Circle Offices:- The offices of Jt. Chief Controller of Explosives at Agra, Chennai,
Faridabad, Kolkata and Mumbai.
3. Sub-Circle Offices:- The offices of Dy. Chief Controller of Explosives/Controller of
Explosives at Allahabad, Bhopal, Bhubaneshwar, Chandigarh, Dehradun, Ernakulam,
Gondkhairy (Nagpur), Guwahati, Hyderabad, Jaipur, Mangalore, Patna, Raipur, Ranchi,
Sivakasi (2 offices), Vadodara, Vellore, Visakhapatanam and Wardha.
4. Service Provider: The successful (L-1) bidder to whom this Tender/Contract will be
awarded.
5. CPP Portal:- Central Public Procurement Portal of the Government of India whose URL is
https://eprocure.gov.in/cppp/
6. Computer Hardware:- All the items covered under this Annual Maintenance Contract such
as Computers, Laptops, Printers, Scanners, Photocopiers, UPSs, Routers, Firewall, Modems,
Switches etc. (Refer Annexure-IV,V and the BoQ document.)
7. Response time: Response time is the time taken by the Service Provider to attend the call
after the logging/registration of the call.
8. Resolution time: Resolution time is the time taken by the Service provider to resolve the
issue / repair/replace and put back the malfunctioning hardware in service. Resolution time
will be calculated from the Call Registration Datetime stamp.
4
(A) COVER-1: TENDER FEE AND EMD
1. Tender Fee (Non-refundable) of Rs.200/- & EMD of Rs.20000/- should be submitted offline in
physical form of Demand Draft of any Nationalized/Scheduled Banks, drawn in favour of Chief
Controller of Explosives payable at Nagpur. These should reach this office on or before Up to 3.00
PM on 13-Feb-2018 (Tue) by Post/Courier/by-hand in a sealed envelope clearly super-scribing on it
"TENDER FEE & EMD against e-tender no D-21013/AMC-COMP/2018-19/EXP due for
opening at 3PM on 14-Feb-2018". This Organisation will not be responsible for any postal/transit
delay.
2. Scanned copies of Demand drafts pertaining to Tender Fee & EMD as above should be uploaded on
the CPP Portal along with covering note.
3. Tender fee & EMD, as above, should be submitted in separate Demand Drafts.
4. Firms registered with the Central Purchase Organisation (DGS&D), National Small Industries
Corporation (NSIC) or the concerned Ministry or Department are exempted from payment of EMD
and Tender fee. For availing this exemption, firm should upload digitally signed PDF copy of valid
DGS&D / NSIC / Ministry certificate on the CPP Portal.
(B) COVER-1: TECHNICAL BID DOCUMENTS
Bidder is required to fulfill all the below criterion with documentary evidence. Digitally signed PDF
document in support of each item in table below should be uploaded on the CPP Portal. If any of the below
criterion is not supported with documentary evidence, that shall make the bidder disqualified in
Technical Bid and in such case its Financial/Price Bid will not be opened.
Sr no Particulars (print-outs should also be submitted offline to this office)
1 Name of the Company/Firm & Address:-
Legal Company/firm name, Complete Postal Address, Phone number, Fax number , Email
address and an Authorised Person's contact details (Name, mobile no. , email ID) should be
uploaded on a company letter head.
2 Tender Form Fee & EMD:-
Upload scanned copies of DDs that you have sent by post/courier/by-hand to PESO along with
cover letter.
OR
Upload documentary proof towards exemption of Tender Form Fee and EMD.
3 Registration Certificate:-
Any of the following should be uploaded.
1. Certificate of Incorporation, Memorandum and Article of Association from Registrar of
Companies, in case of Limited / Private Limited Company Or
2. Byelaws and Certificates of Registration in case of registered Co-operative Societies Or
3. Copy of Certificate of Registration issued by the Registrar of Firms/Limited Liability
Partnerships and Registered/Notarial Partnership Deed, in case of Partnership Firm.
5
4 Experience / Order Copies:-
The bidder should have been carrying out SYSTEMS INTEGRATION for WAN, Maintenance
of Computer Hardware/LAN and related services in India for at least past three years. Upload the
Work Order/Award of Contract copies from at least 5 customers of WAN and Computer
Hardware maintenance along with Names, addresses and telephone numbers of the firms
awarding such contracts.
5 WAN Experience:-
The bidder should have earlier experience as Systems Integrators for WAN for at least 10
locations, for a single customer. Upload supportive documents regarding details of Major
projects implemented.
6 Turnover:-
The bidder's turnover within India should be 2 to 3 Crores or more, during the financial year
2015-2016 & 2016-2017. Upload turnover certificate issued by the Chartered Accountant (CA)
or upload audited balance sheet for last 2 years certified by CA.
7 ISO Certificate:-
The bidder should be holding ISO 9001 certification for the service of maintenance of Computer
Hardware, WAN and allied services. Upload documentary proof.
8 Feedback Certificates:-
Bidder shall upload Feedback Certificates from at least 5 customers of WAN and Computer
Hardware maintenance. Adverse comments in Feedback Certificate will be treated as
disqualification. Firms whose contract for maintenance of Computer Hardware and WAN has
been terminated by PESO during last 5 years are not qualified to apply.
9 GST registration:-
GST registration certificate/document shall be uploaded.
10 PAN details:-
Copy of the PAN Card shall be uploaded.
11 Bank Account Detail:-
Complete Bank Account Details for making electronic payment by RTGS/NEFT like Bank
account number, address, IFSC/MICR code of the bank. PESO will make payment electronically
in this bank account.
12 Acceptance letter:-
Acceptance Letter To All Terms & Conditions of this Tender Form should be uploaded in the
prescribed proforma given below under section (C) of COVER-1 on company letter head.
In case there are less than 3 bidders qualifying above technical criterion, Tender Committee may relax the criterion to promo te
competition and receive better services at its discretion.
6
C) COVER-1: Acceptance Letter To All Terms & Conditions of this Tender Form
To be given on Company LetterHead Date:-
To,
The Chief Controller of Explosives
Petroleum & Explosives Safety Organisation (PESO)
A-Block, 5th floor, CGO Complex, Seminary Hills,
Nagpur-440006
Sub: Acceptance to all the Terms & Conditions of the tender no. D-21013/AMC-COMP/2018-19/EXP dated
____2017.
Name of Tender/Work :- COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF Systems Integrators for
WAN along with Computer Hardware and Equipments at the O/o The Chief Controller of Explosives, Nagpur and
the O/o Dy.CCE, Gondkhairy.
Dear Sir,
1. I/We have downloaded/obtained the tender document(s) for the above mentioned Tender from the web
site _________________________________ as per your advertisement.
2. I/We hereby certify that I/We have read entire terms and conditions of the tender documents including
all documents annexed to the Tender.
3. The corrigendum(s) issued from time to time by your department/organization too have also
been taken into consideration, while submitting the acceptance letter.
4. I/We hereby unconditionally accept all the tender conditions of above mentioned tender document
(s)/corrigendum (s) in its totality/entirely.
5. I/We hereby vouch for authenticity and genuineness of all the documents uploaded by us on the
Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app) in order to participate in
subject Tender.
6. In case any terms of the tender are found violated, PESO shall be at liberty to reject this tender/bid
including the forfeiture of the full Earnest Money Deposit.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
7
(D) COVER-1: SCOPE OF WORK, DESCRIPTION AND TENDER TERMS
(a) Scope of Work:
a) Type of Contract: Yearly contract of Comprehensive Maintenance of Computer Hardware & WAN and
up keeping of leased lines of PESO for the period from 01-Apr-2018 to 31-Mar-2019. Detailed Scope is
given under section Description of Work in this tender form.
b) Configurations: rores or more
1. The Routers, Firewall, Modems shall be configured with other end Router (Any Make, Model,
Protocol) and Modem to make the leased line link up and running, as and when required. Most of
remote routers are of Cisco make and a few Dasan make.
2. The configuration changes for new leased line links, upgradation, data security, etc. if required in
future.
3. Configuration of ISDN lines with existing Routers, as a fallback arrangement, if required.
4. Configuration of any other Computer Hardware as per requirement.
c) Type of Support:
1. Up keeping of all the Computer Hardware as per Annexures in the Office of The Chief Controller
of Explosives, Nagpur and the O/o Dy.CCE, Gondkhairy (Nagpur)
2. Up keeping of all the 33 Nos. of leased lines, with follow up at both ends of BSNL/MTNL/STPI
offices/exchanges. This is required since the connectivity with Central Servers are over these links.
3. Attending software related issues for items under warranty also.
4. Follow-up with BSNL/MTNL/STPI offices/exchanges for up keeping of these leased lines at both
sides.
5. Testing of leased lines for errors if any and providing solution for the same.
6. Complaint booking and follow-up for faulty leased line at both ends with respective
BSNL/MTNL/STPI Authorities.
7. Training of Organisation Officials on functioning of communication hardware and leased lines, if
required.
8. Providing two Resident Engineers at HQ, Nagpur. One should look after day-to-day Computer
Hardware maintenance/troubleshooting and another should look after the 33 nos. of leased lines
connectivity.
9. Resident Engineer at Nagpur shall be provided with a dedicated PC and Cell phone, by the Service
provider to monitor all leased lines as per Annexure-I and the ISDN connectivity (fall-back
arrangement). PESO may also provide its PC if there is a surplus.
10. Management of Biometric Attendance System.
11. Taking Preventive Measures for smooth functioning of all Computer Hardware and LAN-WAN
set-up of PESO.
12. In case the malfunctioning item under AMC cannot be repaired or replaced by the Service Provider
due to physical damage caused by PESO user or Acts of God, the Service Provider shall submit
quotation for repair or replacement of such item, which shall be paid by PESO if deemed fit.
(b) General Conditions:
A- Tender
Cost of Tender document/Form once paid is non-refundable.
The Chief Controller of Explosives (HOD) reserves the rights in accepting or rejecting any tender without
assigning any reason whatsoever.
In the event of any dispute with the decision of Tender Committee, the decision of the Chief Controller of
Explosives (HOD) will be final.
8
B- AMC
The Chief controller of Explosives, Nagpur proposes to award Comprehensive Annual Maintenance
Contract of System Integrators for WAN along with Computer Hardware Equipments installed in the Office
of The Chief Controller of Explosives, Nagpur and the O/o Dy.CCE, Gondkhairy (Nagpur). The period for
the Annual Maintenance Contract will be from 01/04/2018 to 31/03/2019.
In case of acceptance of its offer, a detailed MoU will have to be signed by the successful L-1 bidder
(“Service provider”) with PESO, Nagpur. Any terms or conditions which may not be clear for a bidder in this
Tender Form may be unambiguously mentioned in the MoU.
C- Validity: The price quoted must be firm during the tenure of the contract and offer must remain open for
acceptance minimum up to 120 days from the date of opening the tender. Offer with a validity of less than
120 days will be liable for rejection without any further reference.
D- Late/Offline Receipt of the Offers:
Late/delayed/Offline or Physically submitted tenders will not be accepted.
E- Performance Security Deposit:-
Successful L-1 bidder will also be required to submit a Performance Security Deposit of an amount of
7.5% of the Contract value (price quoted by L-1 bidder) to ensure performance during the contract period. An
EMD amount of Rs.20000/- will be returned on receipt of this Performace Security Deposit.
Performance Security may be furnished in the form of an Account payee Demand Draft, drawn on
any Nationalized/Scheduled bank in favour of “Chief Controller of Explosives” payable at Nagpur or a Bank
Guarantee from a Commercial bank. Performance Security should remain valid for a period of sixty days
beyond the date of completion of all contractual obligations of the bidder.
F- Payment Terms:
No advance payment will be made. The payment will be released quarterly at the end of each quarter
thereby making payments due on 1st July, 1
st October, 1
st January and 1
st April. Service provider will submit
quarterly bill along with the downtime statement within one week of completion of the quarter. Penalties, if
any, will be deducted from quarterly bills.
G- Call Registration And Completion:
Service Provider will have to maintain a Register for maintenance call logging/records. Service
Provider will also be required to provide an e-mail ID for Call Registration. An email sent to this email ID by
the PESO user shall be considered as call registration. These will be used to workout downtime for penalty
calculation. PESO’s letters, Emails or Service provider’s call reports with PESO official’s signature or other
call-logging documents may also be used to calculate downtime penalty.
Service Provide is also required to submit an escalation matrix or hierarchy levels for PESO to get in
touch with if the calls are not attended/solved quickly by resident engineers or after call registration by any of
the above means.
H- Revision Of Maintenance :
Changes or enhancement in systems features may necessitate revision of the specified minimum
maintenance charges and shall be covered by an addendum to this contract.
9
.
(c) Description of Work:
All the 25 offices of PESO located across the Country have been connected to the Central Servers at
Head Office, Nagpur by Wide Area Network (WAN) with 25 Nos. of 2 Mbps and 512 Kbps leased lines in
STAR Topology under MLLN/MPLS. The details of all leased lines are given in Annexure – I. This office
also has Video Conferencing system among HQ and 5 Circle offices, for which dedicated BSNL MPLS
bandwidth of 4 Mbps for HQ and 1 Mbps for Circle offices is procured. The work also includes arranging and
facilitating Video Conferencing among these offices. In addition, PESO has 2 Internet leased lines, one of 12
Mbps from BSNL and another of 20 Mbps from STPI. The work includes continuous monitoring of these
leased lines and follow up with respective service provider in case of failure/problems etc. Configuration
changes in Routers for future modifications, if any, will have to be done by the Service Provider in
consultation with National Informatics Centre (NIC, Nagpur); software/technical service provider of this
office.
The Service provider will be responsible for the maintenance of WAN hardware in the Office of The
Chief Controller of Explosives, Nagpur and the O/o Dy.CCE, Gondkhairy (Nagpur) as well as up keeping of
all leased lines as per terms and conditions given below.
The details of each Office, Location, Address and Phone/Fax Numbers are given in Annexure – III.
The Client Machines’ configurations, laptop, printer models are given in Annexure – V. There may be some
overlap in configuration and respective count, however, count of a particular item like PC, laptop etc will be
final as per the BoQ document. The bidders may visit this office to verify/confirm the configuration details of
all hardware items in case of any doubt, before the Tender evaluation process begins.
This organization is the licensed user of Trend Micro Enterprise Edition Anti-Virus Software. A
dedicated anti-virus server is installed at the HQ, Nagpur. The Service provider will be responsible for
maintenance of anti-virus Server, Clients updation and also the maintenance of all Computer Hardware &
WAN Equipments given in Annexure-IV whose configuration is given in Annexure- V, as per terms and
conditions given below.
1. This AMC includes up-keeping of all the leased lines as given in Annexure-I, maintenance of all
WAN Hardware, arrangements for Video Conferencing, maintenance of all Computer Hardware as
given in Annexure-IV,V and the BoQ document except consumables and supply items such as
ribbons, media like magnetic tapes, cartridges, floppy diskettes, printer heads (DMP), computer
stationary, CDs and toner cartridges for laser printers. However, Laser printer maintenance includes
fuser assembly as well.
2. The maintenance contract would cover the operating systems maintenance, software installation,
installation of patches/service packs, data recovery, maintenance of Trend Micro Anti-Virus Servers,
pre-emptive actions against virus spread, detection/removal of virus using the Organization’s anti-
virus solution, Configuration of systems, applications, connection of computers to projector for
presentation, as and when required under the supervision of designated officials of the Organisation.
3. The maintenance contract would also cover attending to software issues, like applying patches/service
packs, installing/removing softwares and other software related troubleshooting for PCs, laptops and
other equipments which are under warranty.
4. The Service provider should station two resident engineers at the O/o CCE, Nagpur.
a. One full time qualified and experienced Resident Engineer at Head Office, Nagpur for
attending all issues related to all leased lines connectivity and to co-ordinate with the
respective BSNL/MTNL/STPI Authorities.
b. Second full time qualified and experienced Resident Engineer at Head Office, Nagpur for
day-to-day Computer Hardware maintenance/troubleshooting.
The Resident Engineer deputed shall not be changed frequently. Only one change during the year of
AMC is permissible. In exceptional cases, there may be more than one change after approval by
PESO.
10
5. Service Provider's Engineer shall visit the O/o Dy.CCE Gondkhairy (Nagpur) at least once in a
fortnight for periodical check-ups, preventive maintenance apart from as and when call is registered
from that office.
6. The Service provider shall provide Services in respect of all Hardwares and Leased lines by
themselves and not by their franchisees or awarding sub-contract to any other party. In cases of
specialised equipments like Routers or UPSs, any contract or arrangements with
OEM/expert/proprietary items service providers shall be completely transparent to PESO. PESO will
deal only with the Service Provider.
7. The Resident/Service Engineer should have sufficient and requisite knowledge of maintenance and
troubleshooting in Windows/Cisco LAN/WAN environment.
8. The maintenance will also cover the power cords, cables, connectors and other physical appliances
used for connection in order to make computers/peripherals operational.
9. The part/components/sub-assemblies used for repair/replacement by the Firm shall be of the
same/equivalent or higher make and having functional capacity as available originally in the system.
10. All the repairs and servicing of the equipments shall be carried out on site at the place where it is
located.
11. No component(s) / equipment(s) shall be removed from their respective place(s) / from the Office
premises without informing the authorized officials of the Organization. A written consent letter from
the Organization is necessary for moving out of any parts, for which the Resident/Service Engineer
shall also maintain a log book showing the movement of any component(s)/equipment(s) for repair at
their service centre.
12. In exceptional circumstances where the equipment is to be taken to the Service provider’s
premises/service center for repairs, the stand-by arrangement from the Firm shall be provided. The
equipment taken to the Service provider’s premises would be at Service provider’s own risk and
expense.
13. Any damage or loss caused to the equipments or components or their parts due to negligence, mis-
handling shall be repaired/replaced by the Service provider, at their cost.
14. The Service provider should make a schedule to carry out Preventive Maintenance tasks as below.
The tasks shall be performed on monthly basis to ensure proper functioning.
a. Cleaning of all equipments using dry vacuum air, brush and soft muslin clothes.
b. Running of test programs to ensure proper functioning of leased lines and peripherals.
c. Checking power supply source (electrical health) for proper grounding and safety of
equipments and giving written information to PESO if any anomaly is found.
d. Checking UPS and battery health & topping up of battery water from time to time. Battery
water should be monitored weekly. Battery water will be provided by PESO.
15. On line connectivity records relating to leased line down time, restoration time, cause of fault, etc
shall be maintained by the Resident/Service Engineer, for which PESO’s software module is in use
already, or by use of any other software.
16. The Computers, Printers and other related hardware (types covered in the AMC), which are under
warranty at the time of awarding this AMC, shall be included immediately and automatically on
expiry of their warranty period and at the rates quoted by the Service provider in the tender form for
respective items. However, the period up to which the Maintenance contract is awarded with respect
to these items will be the same as that of all other items. The list of such items under warranty at the
time of taking over this AMC shall be obtained at the time of taking over this AMC.
11
17. Maintenance shall include effective maintaining and functioning of all the Local Area Network
points (LAN), all Hubs/Switches. LAN points crimping, testing may also be required a few times.
18. The Service provider will provide maintenance and repair services on holidays in case of emergency
or as per the requirement of the Organization.
19. A Complaint Register and Preventive Maintenance Register shall be maintained by the Service
provider, which shall be signed by the Organisation’s Official.
20. The Service provider shall put asset number/stickers on each Hardware item maintained by them.
21. While taking over this AMC on 1st April the Service Provider should ensure proper functioning of
all the Computer and WAN hardware under its AMC and report in writing to PESO if there are any
anomalies within 7 days, so that PESO can ask previous AMC holder to repair those items.
22. It shall be the responsibility of the Service provider to make all the Equipments and peripherals work
satisfactorily throughout the contract period and to hand over the systems in good working condition
to the Organization on expiry of the contract. In case any damage is found at the time of handing
over or contract expiry, the Service provider is liable to rectify it, at their cost, even after the contract
had expired.
23. In the event, the Service provider Company/Firm is taken over/bought over by another
Firm/Company, all the obligations under the agreement with PESO, should be passed on for
compliance to the new Firm in the negotiation for their transfer.
24. The Service provider shall be responsible for taking Data back up before attending the fault and shall
also be responsible for restoring the same.
25. If any item under the AMC is malfunctioned/stopped working, it will be the responsibility of the
Service Provider to repair and restore or replace it. All the causes for item’s malfunctioning are
covered under AMC except physical damages caused by User and the Acts of God. Specifically,
burnt items due to voltage fluctuations or any other cause are covered under this AMC.
26. Work also includes support for Biometric Attendance System, such as installation of biometric
devices, its configuration etc.
(d) Penalty clause:
1) Response Time:-
i) for Computer Hardware (includes Servers and components):-
1 Hour for HQ Nagpur and 24 hours for the O/o Dy.CCE, Gondkhairy. ii) for WAN items & up keep of leased lines :- 1 Hour
2) Resolution Time:-
i. for WAN items like Routers, Firewall, Modems / up keeping of leased lines:-
Three hours
In case of device malfunction, the replacement/stand-by should be given within 2
working days, including the call registration day.
ii. for Computer Hardware Equipments (includes Servers and components):
24 hours for all Computer Hardware
12
If the item under AMC cannot be repaired and put back in service within the resolution time,
Service Provider is required to provide a stand-by, functionally equivalent item for PESO's
use to avoid the penalties as below. After 45 days of stand-by items use or in case an item is
beyond repair, permanent replacement with functionally equivalent of higher configuration
items shall be provided.
3) Performance & failure Penalty *
i) for WAN items like Routers, Firewall, Modems, upkeep of Leased lines etc:
If the problem is not resolved within resolution time Service provider will attract the penalty as
under:-
1. Up to 3 working hours after the expiry of resolution time - No Penalty
In case of device malfunction- Within 2 days replacement should be given. After two days, penalty
will be applicable. Main Router at HQ/Firewall are the highest priority WAN items- PESO can hire
the services of third party to repair and put back the item in service at Service Provider's cost.
2. Up to 48 working hours thereafter - Rs.200/- per hour per line.
3. After 48 working hours, if fault of any Equipment/leased line could not be rectified by the Service
provider, PESO can hire the services of third party expert to repair/replace the fault and charges of
such repairs/replacement will be solely borne by the Service provider, or PESO can impose penalty
charges of Rs.200/- per hour per line.
ii) for Computer Hardware Equipments:
Penalty for completing the calls after the resolution time as indicated above will be as follows:
Item Penalty
PCs, Laptops, Printers, MFDs, Scanners,
Photocopier
Rs. 100/- per working day.
LAN nodes, Hubs and Switches Rs. 500/- per working day.
UPS Rs. 500 per day
Projector Rs.500/- per working day
VC Unit Rs.500/- per working day
Any other device or part Rs. 100/- per working day
Rack Server or Component* Rs. 200/- per hour *Highest priority item- PESO can hire the services of third party to repair and put back the item in service at Service Provider's cost,
if not repaired within time limit.
iii) ) Preventive Maintenance (PM) Penalty:
Penalty on failure of scheduled PM would be as follows:
1. Rs.200/- Per PM – for PCs and laptops.
2. Rs. 200/- Per PM- for all Printers.
3. Rs. 500/- Per PM – for Servers, UPS, Projector and VC Unit.
4. Rs.200/- Per PM for other items.
iv) Measures beyond penalty:
If any vital component like the Main Router at Nagpur, UPS at any location etc cannot be
repaired or replaced by Service provider and thereby hinders this office’s functionality, this
office can hire the services of third-party to repair/replace the same and the cost of such
repair/replacement will then have to be borne by the Service provider.
13
In the event of penalty amount reaching 10% of the Contract value, PESO may terminate the
Contract at its discretion.
Financial Bid (BoQ document)
Financial or a Price bid is to be uploaded in an Excel (.xls) file format as provided with this
e-Tender on the CPP Portal.
Continued on next page
14
ANNEXURE – I
Details of Leased Lines provided by BSNL/MTNLand STPI
S.No. Location End ‘A’ Location End ‘B’ Bandwidth
1. Nagpur Mumbai 2 Mbps
2. Nagpur Kolkota 2 Mbps
3. Nagpur Agra 2 Mbps
4. Nagpur Chennai 2 Mbps
5. Nagpur Faridabad 2 Mbps
6. Nagpur Allahabad 512 Kbps
7. Nagpur Vishakhapatanam 512 Kbps
8. Nagpur Baroda 512 Kbps
9. Nagpur Bhopal 512 Kbps
10. Nagpur Bhubaneshwar 512 Kbps
11. Nagpur Chandigarh 512 Kbps
12. Nagpur Cochin 512 Kbps
13. Nagpur Dehradun 512 Kbps
14. Nagpur Gondkhery (Nagpur) 512 Kbps (radio link)
15. Nagpur Guwahati 512 Kbps
16. Nagpur Hyderabad 512 Kbps
17. Nagpur Jaipur 512 Kbps
18. Nagpur Mangalore 512 Kbps
19. Nagpur Patna 2 Mbps (MPLS)
20. Nagpur Raipur 512 Kbps
21. Nagpur Ranchi 512 Kbps
22. Nagpur Sivakasi 512 Kbps
23. Nagpur Sivakasi FRDC 512 Kbps
24 Nagpur Vellore 512 Kbps
25 Nagpur Wardha 512 Kbps
26 Nagpur Mumbai MPLS for VC/fallback 1 Mpbs
27 Nagpur Kolkota MPLS for VC/fallback 1 Mpbs
28 Nagpur Agra MPLS for VC/fallback 1 Mpbs
29 Nagpur Chennai MPLS for VC/fallback 1 Mpbs
30 Nagpur Faridabad MPLS for VC/fallback 1 Mpbs
31 Nagpur MPLS Bandwidth for VC/fallback 12 Mbps
32 BSNL Internet Leased line 12 Mbps
33 STPI Internet Leased line 20 Mbps
15
ANNEXURE-II
WAN Hardware Equipments
Location Router and make
Nagpur
1 No. of Cisco 7206 VXR/NPE-G1 3Gig/FE/E Router
(Main Router connecting all PESO offices with HQ, Nagpur)
Nagpur Cisco Firewall ASA 5540- AIPZ0-K9 ASA 5540 Appliance
These are highest priority WAN items- PESO can hire the services of third party to repair and
put back the item in service at Service Provider's cost, if not repaired within the time limits.
16
ANNEXURE-III
List of Various Offices of PESO Located Across the Country Sr.
No.
Location Office Address Telephone/Fax Nos.
A. Head Office
01 Nagpur HQ Chief Controller of Explosives,
Petroleum And Explosives Safety
Organisation, Block “A”,
5th Floor, C.G.O. Complex, Seminary
Hills, Nagpur, 440 006(M.S.)
STD Code (0712)
2510248, 2510580
2510459, 2510389
2510072, 2512091
2512092, 2512093
2512094, 2511512
Fax No. –2510577
02 Gondkhairy,
Nagpur
NAPES &
Departmental
Testing Station
(DTS)
Dy. Chief Controller of Explosives,
Departmental Testing Station, 18
K.M. Stone, Amravati Road,
Gondkhairy, Nagpur - 440 023(M.S)
STD (07104)
280565, 240242
Fax No.- 240304
B. West Circle
03 Navi Mumbai Circle Office Joint Chief Controller of Explosives,
A-1 & A-2 Wing, 5th Floor, C.G.O.
Complex, CBD Belapur, Navi-
Mumbai 400614. (M.S.)
STD Code (022)
27564941(D)
27573881, 27575946
Fax No.- 27575967
04 Baroda Sub-Circle
Office
Dy. Chief Controller of Explosives,
8th Floor, Yash Kamal Building,
Sayajigunj, Baroda-
390001 (Guj)
STD Code (0265)
225159
05 Wardha Sub-Circle
Office
Plot no. 36-37, Ward no. 38, Rathi
Layout, Rashtrabhasha Road,
Wardha-(Maharashtra) - 442001
STD Code (07152)
245006
Fax No.-230370
C. East Circle
06 Kolkata Circle Office The Joint Chief Controller of
Explosives, 8 Explanade East, 1st
Floor, Kolkatta
700069 (W.B.)
STD Code (033)
22480427, 22486600,
22489524
Fax No.-22439322
07 Guwahati Sub-Circle
Office
Dy. Chief Controller of Explosives,
Building no. 216, 2nd floor
Chandmari, Guwahati 781021
(Assam)
STD Code (0361)
2662783
Fax No.-2662503
(likely to be changed)
08 Ranchi Sub-Circle
Office
Sri Mohan, 3rd Floor, Sita
Compound, 5 Main Road, Behind
Sushila Automobiles,
Ranchi (Jharkhand) - 834001
STD Code (0651)
0651-2332689
Fax No.- 2332690
09 Bhubaneshwar Sub-Circle
Office
F-35/A, BJB Nagar
Bhubaneswar-(Odisha) - 751014
STD Code (0674)
2433370 Fax No.- 2430656
10 Patna Sub-Circle
Office
Mahabir complex, 1st floor, Adarsh
Colony, Road No. 2, Khemnichak,
P.O. New Jaganpura
Patna-(Bihar) – 800027
STD Code (0612)
2390914, 2390913
D. South Circle
11 Chennai Circle Office Jt. Chief Controller of Explosives,
No. 140, Rukhmini Laxmipati Road,
Marshalls Road, Egmore, Chennai
600008 (T.N.)
STD Code (044)
Tel: 28510805, 28515464,
28419529, 28429945-47
Fax No.- 28514848
12 Ernakulam Sub-Circle
Office
Dy. Chief Controller of Explosives,
C 2-IIIrd Floor, CGO
Complex,Kakkanad,
Ernakulam-(Kerala) -
STD Code (0484)
Tel.: 2427286, 2427276
Fax No. 2427276
13 Mangalore Sub-Circle
Office
2nd Floor, City Centre, Opposite
Hotel Roopa, Balmatta Road,
Mangalore-(Karnataka) - 575 001
STD Code (0824)
2520167, 2441588
Fax No.-2423937
17
14 Sivakasi Sub-Circle
office
FRDC Complex, Near ESI Hospital,
Sivakasi West
Sivakasi-(Tamil Nadu) - 626124
STD Code (04562)
254402, 254 253
Fax- 255 233
15 Vellore Sub-Circle
Office
Controller of Explosives, No 3, 5th
East Cross Road, Gandhi Nagar,
Katpadi, Vellore
632006 (TN)
STD (0416)
2241642
Fax No.– 2242513
16 Hyderabad Sub-Circle
Office
Room No. 602, 6th floor, C.G.O.
Towers, Kavadiguda, Secunderabad
Secunderabad(Andhra Pradesh) -
500080
STD (040)
040-27547863
040-27540359
17 FRDC Sivakasi Research
Centre
FRDC Complex, Near ESI Hospital,
Sivakasi West
Sivakasi - 626124
STD Code (04562)
230233
18 Vishakhapatanam Sub-Circle
Office
Dy. Chief Controller of Explosives,
Door No. 7-20-13, Kirlampudi
Layout,Visakhapatanam
(Andhra Pradesh) -530017
(0891) 2722257 2722258
E. Central Circle
19 Agra Circle Office Jt. Chief Controller of Explosives,
63/4, A-Wing, 2nd Floor, C.G.O.
Complex, Sanjay Palace, Agra
282 002 (U.P)
STD (0562)
2523244, 2523266
Fax No.- 2527436
20 Allahabad Sub-Circle
Office
House No.326, Kamla Nagar, Near
Abkari Chauraha, Stanely Road
Allahabad-(Uttar Pradesh) - 211002
STD (0532)
2250329
Fax No.- 2644964
21 Bhopal Sub-Circle
Office
E-7/41, Lala Lajpatrai Society, Near
12 No. Bus Stop, Arera Colony
Bhopal-(Madhya Pradesh) - 462016
STD (0755)
2445270
Fax No.- 2429 997
22 Dehradun Sub-Circle
Office
42/1, Indira Nagar, Near, Asian
School, Dehradun
Dehradun (Uttarakhand) - 248006
STD (0135)
2769780
Fax No.- 2769794
23 Raipur Sub-Circle
Office
Avanti Vihar Colony, Main Road,
Near Nala, Raipur
Raipur (Chhattisgarh) - 492006
STD (0771) 2442204, 2442110
F. North Circle
24 Faridabad Circle Office Jt. Chief Controller of Explosives,
Hall No. 502 & 507, Level 5, Block B
Old CGO Complex, NH-4
Faridabad -121001
STD (0129)
2410734, 2410730
Fax No.- 2410733
25 Chandigarh Sub-Circle
Office
S.C.O. 1134/1135, Sector 22/B,
Chandigarh - 160022
STD (0172)
0172-2702586
26 Jaipur Sub-Circle
Office
Dy. Chief Controller of Explosives,
Amrapali Road, Near Power House,
Vaishali Nagar, Jaipur 302021 (Raj.)
STD (0141)
2356781, 2356731
Fax No.- 2356781
All-in-one Make Qty Remarks Total
MFD
2 5 KVA
VINITECH 1 7.5 KVA
NUMERIC
/other3
7.5 KVA /
10 kva
NUMERIC 1 5 KVA
E&C 2 10 KVA
All-in-one Make Qty Remarks Total
MFD
In case of doubt bidder may visit this office or call on 0712-2512096 and contact Mr Sumeet Thakur for clarification
Refer Annexure-V for detailed Configuration and count of these items
two color laser HP M252N at Nagpur
two ADF scanners HP Scanjet enterprise flow 7500 at Nagpur
Photocopi
er/FAX
0
3
Servers
Office wise List of Computer Hardware (2018-19) Annexure -IV
Office
Printer
DMP Deskjet Laser
UPSPROJE
CTOR
SCANN
ER
LAN
SWITCH
HUB
ROUT
ERPCs
2 Nagpur HQ 65 2 130 0 1327
SCANN
ER
TOTAL
11
NAPES
DTS,
Gondkairy
, Nagpur 16 0 2 0 21
45
PROJE
CTOR
TOTAL
UPS
9 2
LAN
SWITCH
HUB
7 1
17
LAPTO
P
Office
Printer
DMP Deskjet LaserPC
TOTAL
Total 81 1 028
LAPTO
P
TOTAL
1
15
0
15
Servers
0 12 4
ROU
TER
TOT
AL
1
12 15
33
VC Unit
0
2
2
VC Unit
Photocopi
er/FAX
3
1
ANNEXURE-V
Configuration of Various Computer Hardware
S.N. Name of item Qty.
1
HP LAPTOPS- HP TC 4400 TABLET PC- GY268PS ACJ, INTEL CORE 2 DUO 1.83 GHX, 80 GB SATA HDD DDR2 2GB PC2- 6400 MEMORY MODULE, EXTERNAL MULTIBAY 9.5MM DVD +/-RW DRIVE, HP WEBCAM 1.3MP, WINDPWS XP TABLET PC EDITION
4
2
DELL LATITUDE SERIES E6400 LAPTOPS – INTEL CENTRINO CORE 2 DUO T9400 (2.53 GHZ, 6MB L2 CASHE, 1066 MHZ FSB), 2 GB DDR2 667, 250 GB SATA, INTEGRATED SD CARD READER, DUAL LAYER DVD WRITER, WEB CAMERA, 14’’ XGA, GIGABITE ETHERNET, WLAN WITH WINDOWS VISTA BUSINESS
8
3 HCL ME SERIES LAPTOPS INFINITY POWERLITE 9100BT, INTEL CENTRINO CORE2DUO 2.13GHZ, 2GB RAM, 320GB HDD WIN-7 PROF
13
4 LENEVO THINKPAD LAPTOPS 3
5
HCL INFINITY PRO SERIES COMPUTERS- HCL INFINITY PRO SL 1330 MBD AUGUSTUS LD G41 DDR3 L775 MATX-DT CPU IC2D E8400 3 G, 2.93G 1333M 6M LH6EXVDTW 2* 2GB DDRII800 PC2- 6400 320GB 7200 RPM SATA/300 3.5”HDD 22X INT SATA DVD WRITER WIN 7 PROF
22+13
(HQ+DTS)
INTEL CORE 2 DUO E7300 (2.66GHZ, 2.8 GHZ, 3 GHZ 3MB L2 CACHE, 1333 MHZ FSB) 2GB DDR2, 4 GB DDR2 800 MHZ OR HIGHER, 250GB/320 GB OR HIGHER HDD, TCO-03 CERTIFIED 17” TFT COLOR MONITOR, DVD WRITER, GIGABITE ETHERNET PORT, 4USB, KEYBOARD AND OPTICAL MOUSE, WINDOWS VISTA, WINDOWS 7.
8
6
DELL OPTIPLEX 9020 PCs :- Intel Core i-7 3.6GHz, 8GB RAM, 500GB HDD DVD-RW, 18.5/19" TFT LCD Monitor
21+3
(HQ+DTS)
ACER Veriton PCs :- Intel Core i-5, DVD-RW, 4GB RAM, 500 GB HDD
7
Other PCs 7
There may be some overlap about the exact count of a particular model. However, total no. of PCs will remain as per Annexure-VI
2
7 Laser Printers Big:- HP 3015DN = 16, HP 2015D/2055DN=9; HP M604=2 Small:- HP M202N=2, HP 1022/1020=2, HP P1505 (small)=9; DTS=3
43
Colour laser- HP M 252n=2
2
Dot-matrix printer 1
ALL-IN-ONE Brother MFC 2701DW=2; HP M1522nf=4; Samsung SCX 4824FN = 5; HP 1536 DNF= 2; DTS=4
17
Photocopier Machines : Canon ImageRunner 2002=1; Canon iR2018N=1; Canon ImageRunner 2420L=1
3
There may be minor overlap between laser printer and MFDs and the exact count of a particular model.
8 CISCO 7206 VXR ROUTER with NPE G1 includes 3 Gig /FE/E/ PORTS AND SW, 2 PORT MULTICHANNEL E1 PORT ADAPTER WITH G.703 120 OHM INTERFACE (Main Router at HQ Nagpur connecting all PESO offices to DC)
1
9 PROJECTORS- HITACHI CP-RX82=2
2
10 Video Conferencing Units (POLYCOM) HDX MIC MICROPHONE ARRAY DVI TO VGA CABLE – 5MTR LG LCD TV 42LK430 AUDIO CABLE 5M WITH 3.5MM AUDIO JACK HDX 7002XI, HD CODEC, EAGLE EYE (1unit each in 5 Circle offices and 2 units at HQ Nagpur) Maintenance includes follow-up with Circle offices and arrange for a Video Conferrence.
2
11 Cisco Firewall ASA 5540-AIPZ0-K9 ASA 5540 Appliance 1
3
Rack Servers and Components
S.N. Name of item Qty.
1
Rack Servers- HCL INFINITY GLOBAL LINE 2700HC INTEL 5520 2* XEON X5650, 2.66G, 12M, 6.4G,T2 RACER 2U EATX (0*5.25, 8*3.5) 16 GB RAM REG DDR3 DIMM ECC 1333M D4 146 GB SAS 3.5” 15k RPM 8X SLIM DVD WRITER PCI-EX1 10/1000 DUAL LAN PCI-EX8, LSI8708, 8P, 256M, BBU INTEL REMOTE MGMT MODULE WIN 2K8 SERVER X64BIT
3
2
Rack Servers- HCL INFINITY GLOBAL LINE 2700HC MBD HANLANCREEKS5520 XEON-NH DDR3 SATA 2* XEON X5650 , 2.66G, 12M, 6.4G,T2A 2HEXIVHB 32 GB RAM DDR3 REG ECC 1333 DUAL 5*300 GB SAS 15K RPM 16MB BUFFER 3.5HDD 8X SLIM SATA DVD WRITER FOR SER W/BEZEL KIT FOR RMM3 CARD + RACER2 CABINET RAID SAS LSI8708EM2 8P PEx8 300 HH 256M IBBU LI-ION LSI8708EM2 SAS RAID CARDS
4
3
Rack Server Components 2 Nos. of Cisco MDS 9124 Multilayer Fabric Switch (24-port DS-
C9124-K9)
8 Nos. of QLOGIC 4 GBPS SING PORT PCI-EXP HBAs
32 Nos. of Cisco Class-1 DS-SFP-FC4G-SW Fiber modules
-
4
HP Proliant DL580 G7 Servers HP DL580R07 (E7) CTO CHASSIS HP E7-4820 DL580 G7 2P FIO KIT 1 HP E7-4820 DL580 G7 KIT 2 HP 8GB 2RX4 PC3-10600R-9 KIT 16 HP SLIM 12.7MM SATA DVD OPTICAL KIT HP 300GB 6G SAS 10K 2.5in DP ENT HDD X 5 HP 256MB P-Series Cache Upgrade 1 HP 650 mAh P-Series Battery 1 HP 2.0m 10A C13 IN Power cord 4 HP NC360T PCIe Dp Gigabit Server Adapter 1 HP 82E 8Gb Dual port PCI-e FC HBA 1 HP 1200W CS Slvr Ht plg pwr supply kit 4 HP PL Foundation Pk Single Rel F10 SW 1 HP 5m Multimode OM3 LC/LC FC cable 2 HP TFT7600 KVM Console Intl Kit HP 0x2x8 KVM Svr Cnsl G2 SW 1 HP CAT5 KVM USB 1 Pack Interface Adapter 8 HP IP CAT5 Qty-8 6Ft/2m Cable 1
2
4
5
HP Proliant DL180 G6 Servers HP DL180 G6 SFF CTO Chassis 1 HP X5650 DL180 G6 FIO Kit 1 HP 8GB 2Rx4 PC3-10600R-9 KIT 6 HP 2U 8SFF CAGE G6 FIO BACKPLANE 1 HP 300GB 6G SAS 10K 2.5 in DP ENT HDD X 5 HP SLIM 12.7mm SATA DVD Optical kit 1 HP P410/ZM FIO Smart Array Controller 1 HP 2.0m 10A C13 IN Power cord 2 HP NC360T PCIe Dp Gigabit Server Adapter 1 HP 750W CS GOLD Ht Plg Pwr Supply kit 2 HP Mini SAS to Mini SAS 28in cable assy 1 HP dedicated Mgmt port kit 1 HP L0100i Adv E-LTU HP P410 w/1 G Flash 5
5
6
ONE HCL INFINITY GLOBALLINE 2700ST SERVER- LSI20320-R ICH U320 W/IM LP SCSI CARD, KIT RAID SAS LSI 8708 8P, 16V DVD ROM, 146GB SAS 15KRPM 16 MB BUFFER 3.5 HDD, TANDBERG LTO3 HH LVD INTERNAL TAPE DRIVE, MEM 2GB DDR2 FBD ECC 667 MHZ
1
Note: In case of doubt about configuration, a bidder may visit the O/o Chief Controller of Explosives, Nagpur, before
submitting Tender Form, to assess the configuration itself.