61
1 Ref No. LAN: 2016-08-01 1 st September, 2016 Subject: Notice Inviting Request for Proposal IHC, through this RFP, invites sealed Technical & Financial Bids from eligible, reputed, qualified IT Firms with sound technical and financial capabilities for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC as set out in the RFP Document. This invitation to bid is open to all Bidders meeting the minimum eligibility criteria as mentioned in the RFP Document. 1. The bid will be submitted, along with the letter (as per Annexure-A of RFP) following a two-bid system, i.e., technical and financial bids. The details of documents required for pre-qualification (as indicated in the RFP) are also required to be submitted in separately in the cover envelope of the bid. 2. The sealed Bid complete in all respects and accompanied by all relevant documents, may be addressed to DGM Systems, India Habitat Centre and submitted latest by 22 nd September 2016 by 4:00 pm 3. Please mention Ref: Purchase ID : LAN: 2016-08-01 on the cover envelope, pre-qualification document envelope, technical bid and financial bid envelopes. All the internal envelopes should also be sealed and signed (please refer to RFP for further details). 4. Bids should be submitted along with EMD of 1,00,000/- (Rupees One Lakh only). The Technical Bids of only those bidders who have deposited the requisite Earnest Money in an acceptable form i.e. by way of Demand Draft/Pay Order of any nationalized/scheduled bank in India in favour of the ‘India Habitat Centre’, payable at New Delhi, shall be opened. 5. Bidders are encouraged to visit IHC premises after seeking prior appointment from the under-signed from 6 th – 7 th September 2016, between 3 – 5 pm. 6. Submission of pre-bid queries must be done by 13 th September 2016 before 6:00 PM by post or by e- mail to the undersigned. 7. A pre-bid meeting is being scheduled on 15 th September 2016 at 11:00 AM to provide clarification of all doubts. 8. The last date for the submission of bids is 22 nd September 2016 by 4:00 pm. 9. Please refer to the RFP for dates proposed for technical bid opening, technical presentation and financial bid opening.

IHC LAN UPGRADATION TEDER - IHC | India Habitat Centre€¦ · 5.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s) 26 5.3 Notification of Award 26 5.4 Performance

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

1

Ref No. LAN: 2016-08-01 1st September, 2016

Subject: Notice Inviting Request for Proposal

IHC, through this RFP, invites sealed Technical & Financial Bids from eligible, reputed, qualified IT Firms with sound technical and financial capabilities for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC as set out in the RFP Document. This invitation to bid is open to all Bidders meeting the minimum eligibility criteria as mentioned in the RFP Document.

1. The bid will be submitted, along with the letter (as per Annexure-A of RFP) following a two-bid system, i.e., technical and financial bids. The details of documents required for pre-qualification (as indicated in the RFP) are also required to be submitted in separately in the cover envelope of the bid.

2. The sealed Bid complete in all respects and accompanied by all relevant documents, may be addressed to DGM Systems, India Habitat Centre and submitted latest by 22nd September 2016 by 4:00 pm

3. Please mention Ref: Purchase ID : LAN: 2016-08-01 on the cover envelope, pre-qualification document envelope, technical bid and financial bid envelopes. All the internal envelopes should also be sealed and signed (please refer to RFP for further details).

4. Bids should be submitted along with EMD of ₹ 1,00,000/- (Rupees One Lakh only). The Technical Bids of only those bidders who have deposited the requisite Earnest Money in an acceptable form i.e. by way of Demand Draft/Pay Order of any nationalized/scheduled bank in India in favour of the ‘India Habitat Centre’, payable at New Delhi, shall be opened.

5. Bidders are encouraged to visit IHC premises after seeking prior appointment from the under-signed from 6th – 7th September 2016, between 3 – 5 pm.

6. Submission of pre-bid queries must be done by 13th September 2016 before 6:00 PM by post or by e-mail to the undersigned.

7. A pre-bid meeting is being scheduled on 15th September 2016 at 11:00 AM to provide clarification of all doubts.

8. The last date for the submission of bids is 22nd September 2016 by 4:00 pm.

9. Please refer to the RFP for dates proposed for technical bid opening, technical presentation and financial bid opening.

2

10. Please note that failure to furnish all information required, or submission of a bid not conforming to the requirements in every respect will be at the Bidder’s risk and may result in rejection of the bid and forfeiture of Earnest Money Deposit.

11. IHC reserves the right to reject all or any of the bids / accept a bid without assigning any reason whatsoever.

12. India Habitat Centre reserves the right to accept or reject any / all bid(s), without assigning any reason. India Habitat Centre does not bind itself to accept the lowest or any other bid, and reserves to itself the authority to reject any or all of the bids received and or sub-divide the bid without assignment of any reason. All bids in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

13. IHC also reserves the right to cancel the bidding process at any stage without assigning any reason whatsoever.

14. This notice of Request for Propoal shall form part of the contract documents.

You are requested to participate in the bidding process, and submit your Bid accordingly.

Pankaj Saran Srivastava DGM-Systems, IHC Email: [email protected] Address: 6th Floor, Core 5A India Habitat Centre Lodhi Road New Delhi – 110003 Mobile: +91-9818126722

3

Request for Proposal For

Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking

Infrastructure at IHC

Table of Contents

1 BACKGROUND INFORMATION 8

1.1 About IHC 8

1.2 Objective of the RFP 8

1.3 The current IT environment at IHC 8

2 BIDDING PROCESS 10

2.1 General Instructions 10

2.2 Important Dates 10

2.3 Compliant Proposals / Completeness of Response 11

2.4 Site Visit and Collecting Local Information 11

2.5 Pre-Bid Meeting and Clarifications 11

2.6 Key Requirements of the Bid 12

2.7 Preparation and Submission of Proposal 14

2.8 Evaluation Process 15

2.9 Pre-qualification Evaluation 16

2.10 Technical Evaluation 16

2.11 Technical Presentation 17

2.12 Financial Bid Evaluation 17

2.13 Validity of Bid 17

4

3 BID EVALUATION CRITERIA 18

3.1 Pre-Qualification Criteria 18

3.2 Technical Evaluation Criteria 18

3.3 Financial Bid Evaluation 21

3.4 Combined and Final Evaluation 21

4 SCOPE OF WORK 22

4.1 Requirement for Upgrade of Networking Setup 22

4.2 Overall Scope of Work 22

4.3 Suggested phasing of Work 25

4.4 Deliverables and Timelines 25

5 AWARD OF WORK 26

5.1 Award Criteria 26

5.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s) 26

5.3 Notification of Award 26

5.4 Performance Bank Guarantee 26

5.5 Contract Signing 26

5.6 Mobilization Advance 26

5.7 Payment Terms 27

5.8 Liquidated Damages 28

5.9 Warranty 28

5.10 Annual Maintenance Contract (AMC) 28

5.11 Service Level Agreement (SLA) 29

6 TERMS AND CONDITIONS 30

6.1 Civil Work 30

6.2 Subcontracting of Work 30

6.3 Mobilization Advance 30

5

6.4 Time Period of the Project 30

6.5 Defects Liability Period 30

6.6 Measurements of Works 30

6.7 Working Schedule 31

6.8 Time Schedule & Progress 31

7 GENERAL CONDITIONS OF CONTRACT 32

7.1 General 32

7.2 Handing Over and Clearing Of Site 32

7.3 Confidentiality/NDA 32

7.4 Mobilization of Men, Materials and Machinery 32

7.5 Project Manager 33

7.6 Income Tax Deduction 33

7.7 Rates to be Firm 33

7.8 Escalation/ Price Variation 33

7.9 Insurance of Works Etc. 33

7.10 Law Governing the Contract 34

7.11 Employment of Personnel 34

7.12 Store 34

7.13 Procedure for Payments 34

7.14 Direction for Works for Project Execution 34

7.15 Materials to be provided by the Bidder 34

7.16 Responsibility for Civil Work 34

7.17 Co-Ordination with Other Agencies 35

7.18 Closing of Contract 35

7.19 Representation and Warranties 35

7.20 Indemnity 35

6

7.21 Force Majeure 36

7.22 Time is of the Essence 36

7.23 Events of default by the vendor 36

7.24 Consequences of event of default 37

7.25 Termination 37

7.26 Dispute Resolution 37

7.27 Change Orders 38

7.28 IHC’s Obligations 38

ANNEXURE-A – BID SUBMISSION LETTER 39

ANNEXURE-B: CHECKLISTS AND FORMS FOR PRE-QUALIFICATION EVALUATION 41

Form 1: Compliance Sheet for Pre-qualification 41

Form 2: Particulars of the Bidder 42

ANNEXURE-C: CHECKLISTS AND FORMS FOR TECHNICAL EVALUATION 43

Form 3: Compliance Sheet for Technical Proposal 43

Form 4: Project Citation Format 44

Form 5: Team Composition 45

Form 6: Curriculum Vitae (CV) of Proposed Team Members 46

Form 7: Deployment of Personnel 47

Form 8: OEM Authorization Form 48

ANNEXURE D – FORMAT FOR FINANCIAL BID 49

ANNEXURE-E – SITE ACCEPTANCE TEST PARAMETERS 53

ANNEXURE-F – PERFORMANCE BANK GUARANTEE FOR CONTRACT PERFORMANCE 55

ANNEXURE-G – DRAFT CONTRACT 57

ANNEXURE-H –NON-DISCLOSURE AGREEMENT 59

7

8

1 Background Information

1.1 About IHC

Prospective bidders are requested to visit IHC’s website, www.indiahabitat.org in order to know about IHC’s facilities, functions, etc.

1.2 Objective of the RFP

Through this RFP, IHC will select a vendor for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC, for implementation of the project and AMC support for a period of 5 years thereafter.

There are certain key Network dependent services of India Habitat Centre which are indicated below:

1. The handling of service reports, resolution of incidents, banking operations, intranet services, and cloud-based e-mail solution are some of the key functions of Director (IHC)’s office.

2. Security in IHC premises relies on over 130 network CCTV cameras.

3. Estate management system of IHC.

4. Services to its members provided through OWH also require web based interaction with IHC systems.

5. Web based Interaction with individual /corporate/institutional members for membership related issues, eg. – library services, online payment of membership dues, request for information.

It is also proposed to introduce RFID based services to members, institutional employees etc. in the near future. It is also proposed to install a Libsys kiosk and a touchscreen in the Library. The network may also be used for video and voice transmission at a later date.

In light of the above, India Habitat Centre (IHC) requires to upgrade its network infrastructure based on industry best practices. The proposed solution should incorporate key requirements like Security, High-availability, Resiliency, Scalability, High-Performance, manageability, non-blocking, non-stop communications and application intelligence. This upgraded network infrastructure is required to support the services offered by IHC on a 365*7*24 basis.

1.3 The current IT environment at IHC

The current IT environment at IHC consists of the following:

1. LAN for IHC’s Data needs 2. LAN for IHC’s CCTV setup 3. IHC’s Website 4. CCTV Setup 5. Wi-Fi Setup 6. Various Application Software

9

1.3.1 IHC LAN

Details:

1. This LAN makes use of multimode fibre, along with CAT-6 cables. 2. The core of the network is located at Core 5A, 6th Floor, and Server Room. 3. About 100 desktops/laptops, 5 servers, 6 network printer and 5 Photocopier are currently connected

to this network. 4. The current network is on STAR topology. 5. Three departments are connected to IHC Central Switch by multimode fiber. 6. This network is almost 10+ years old. 7. Currently IHC is using 8 MB 1:1 internet leased line connection with UTM device.

An overview of the IHC LAN will be provided during pre-bid meeting. All relevant details will be shared with the successful bidder.

1.3.2 CCTV LAN

This LAN makes use of single-mode fibre, along with CAT-6 cables, and connects the various CCTV cameras placed inside IHC.

1. The core of the above network is located at Telephone Exchange Room, Lobby, Core 5A 2. Total 134 IP cameras are connected to this network 3. Per camera bandwidth requirement is 2-4 MB. 4. The current network is on STAR topology. 5. Various blocks like DOD, The Deck, Auditorium etc. are connected to Central Switch by Single mode

fiber. 6. This network is 3-5 years old.

An overview of the CCTV LAN will be provided during pre-bid meeting. All relevant details will be shared with the successful bidder.

1.3.3 WiFi

Wi-Fi internet series are available both for IHC staff as well as IHC members.

10

2 Bidding Process

2.1 General Instructions

1. While every effort has been made to provide comprehensive and accurate background information and requirements and specifications, Bidders must form their own conclusions about the solution needed to meet the requirements.

2. All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by IHC on the basis of this RFP

3. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of IHC. Any notification of preferred bidder status by IHC shall not give rise to any enforceable rights by the Bidder. IHC may cancel this public procurement at any time prior t o a formal written contract being executed by or on behalf of IHC.

4. This RFP supersedes and replaces any previous public documentation & communications, and Bidders should place no reliance on such communications.

5. Consortiums are not allowed to Bid for this project.

2.2 Important Dates

S. No. Activity Date and Time

1. Date of Publication of RFP 1st September 2016

2. Site Visit for Collection of Information 6th and 7th September 2016, from 3 – 5 pm (after prior appointment).

3. Submission of pre-bid queries 13th September 2016 at 6:00 PM

4. Pre-bid Meeting 15th September 2016 at 11:00 AM

5. Last Date of Submission of Bid 22nd September 2016 by 4:00 pm

6. Technical Bid Opening* 22nd September 2016 at 4:15 pm

7. Technical Presentation* 27th and 28th September 2016

8. Financial Bid Opening in case of Technically Qualified Bidders*

29th September 2016 at 11:00 AM

9. Award of Work to Successful Bidder* 30th September 2016

*To be confirmed after pre-bid meeting

11

2.3 Compliant Proposals / Completeness of Response

1. Bidders are advised to study all instructions, forms, terms, requirements and other information in the RFP documents carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

2. Failure to comply with the requirements of this paragraph may render the Proposal non- compliant and the Proposal may be rejected. Bidders must:

a. Include all documentation specified in this RFP; b. Follow the format of this RFP and respond to each element in the order as set out in this RFP c. Comply with all requirements as set out within this RFP.

2.4 Site Visit and Collecting Local Information

Before the pre-bid meeting/submission of the bid, the bidder is advised to visit the site, its surroundings to assess and satisfy themselves about the local conditions such as working and other constraints at site, power supply, application of taxes, duties and levies as applicable and any other relevant information required by them to execute complete scope of work. Bidders are encouraged to visit IHC premises after seeking prior appointment from DGM (Systems), IHC, from 6th – 7th September 2016, between 3 – 5 pm.

The bidder may obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Bid price. Bidder shall be deemed to have considered site conditions whether he has inspected it or not and to have satisfied himself in all respect before quoting his rates, and no claim or extra charges whatsoever in this regard shall be entertained/payable by the IHC at a later date.

Submission of a Bid by a bidder, implies that they have read these instructions and have made themselves aware of the scope of the work, conditions of contract and IHC will not, therefore, bear any extra charges on any account, in case the bidder finds later on to have misjudged the site conditions or specification.

2.5 Pre-Bid Meeting and Clarifications

2.5.1 Pre-Bid Meeting

1. A pre-bid meeting will he held on date 15th September 2016 at 11:00 AM to clarify any doubts and to brief bidders about the existing LAN setup.

2. The Bidders should ensure that their queries for Pre-Bid meeting should reach Mr. Pankaj Srivastava DGM-Systems (IHC) by post (at 6th Floor, Core 5A, India Habitat Centre, Lodhi Road, New Delhi) or email (at [email protected]) on or before 13th September 2016 at 6:00 PM

3. The queries should be submitted in the following format:

S. No. RFP Document Reference(s) (Section & Page Number(s))

Content of RFP requiring Clarification(s)

Points of clarification

1. 2.

12

4. Any requests for clarifications post the indicated date and time may not be entertained by IHC.

5. All the queries related to the BoQ need to be submitted by the bidders as a part of the pre-bid process. In case the vendor misses-out on any cost/item at the time of the bidding, the vendor would be required to meet the requirement at no cost to IHC.

2.5.2 Responses to Pre-Bid Queries and Issue of Corrigendum (if any)

1. IHC will endeavor to provide timely response to all queries. However, IHC makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does IHC undertake to answer all the queries that have been posed by the bidders.

2. At any time prior to the last date for receipt of bids, IHC may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by a corrigendum.

3. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the http://www.indiahabitat.org/ and emailed to all participants of the pre-bid conference.

4. Any such corrigendum shall be deemed to be incorporated into this RFP.

2.6 Key Requirements of the Bid

2.6.1 Right to Terminate the Process

1. IHC may terminate the RFP process at any time and without assigning any reason. IHC makes no commitments, express or implied, that this process will result in a business transaction with anyone.

2. This RFP does not constitute an offer by IHC. The bidder's participation in this process may result in IHC selecting the bidder to engage towards execution of the contract.

2.6.2 Earnest Money Deposit

1. The Bidders must enclose Demand Draft/ Pay Order from a scheduled bank for ₹ 1,00,000/- (Rupees One Lakh only), as Earnest Money Deposit (EMD), along with the Technical Bid, in favor of “India Habitat Centre”.

2. The EMD of unsuccessful bidders shall be returned (without any interest) only after finalization of the bid and after the successful bidder signs the contract.

3. EMD of the successful bidder shall be returned to the bidder without interest:

a. After the bidder signs the contract, and

b. Bidder provides IHC with a Performance Bank Guarantee (PBG) equal to 10% of the contract value, valid for a period of one years. (Format enclosed).

4. Non-submission of Earnest Money will summarily lead to rejection of the Bid.

5. The EMD will be forfeited if the agency:

13

a. Fails to provide all information required in the bid or a bid not conforming to all requirements.

b. Withdraws the bid during the period of bid validity.

c. If the successful Bidder fails to sign the Contract within the time stipulated by IHC.

d. Adopts unfair practices to influence the outcome of the bid process.

2.6.3 Submission of Proposals

The bidders should submit their responses as per the format given in this RFP in the following manner:

1. Response to Pre-Qualification Criterion: 1 Original in first sealed envelope, super- scribing “Pre-Qualification Proposal for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC (Reference No.: LAN: 2016-01-01)”.

2. Technical Proposal: 1 Original in second envelope, super- scribing "Technical Proposal for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC (Reference No.: LAN: 2016-01-01)".

3. Financial Proposal: 1 Original in third envelope, super- scribing “Financial Proposal for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC (Reference No.: LAN: 2016-01-01)”.

The three envelopes containing copies of Pre-qualification Proposal, Technical Proposal and Financial Proposal should be put in another single sealed envelope clearly marked “Response to RFP for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC (Reference No.: LAN: 2016-01-01)”. This outer envelope should also indicate clearly the name, address, telephone number, E-mail ID and fax number of the bidder to enable the Bid to be returned unopened in case it is declared "Late".

Please also note that:

1. All the pages of the proposal must be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the Bid.

2. The proposal/bid must be prepared in indelible ink. It must not be contain any interlineations or overwriting, except as necessary to correct errors made by the bidder itself. Any such corrections must be initialed by the person (or persons) who sign(s) the proposals.

3. All pages of the bid must be initialed and stamped by the person or persons who sign the bid.

4. Prices should not be indicated in the Pre-Qualification Proposal or Technical Proposal but should only be indicated in the Financial Proposal.

2.6.4 Authentication of Bids

The proposal must be accompanied by a power-of-attorney in the name of the signatory of the Proposal.

14

2.7 Preparation and Submission of Proposal

2.7.1 Proposal Preparation Costs

The bidder shall be responsible for all costs incurred in connection with participation in the RFP 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 IHC to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the bid process.

IHC will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.7.2 Language

The Proposal should be filled by the Bidder in English language only. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the Proposal, the English translation shall govern.

2.7.3 Venue & Deadline for Submission of Proposals

Proposals, in its complete form in all respects as specified in the RFP, must be submitted to IHC at the address specified below:

Addressed To: Mr. Pankaj Saran Srivastava, DGM (Systems), IHC

Address : India Habitat Centre, Lodhi Road, New Delhi

Mobile No.: +91-9818126722

Email ID: [email protected]

Last Date & Time of Submission: 22 September 2016 before 4:00 PM.

2.7.4 Late Bids

a. Bids received after the due date and the specified time for any reason whatsoever, shall not be entertained and shall be returned unopened.

b. The bids submitted by fax/e-mail etc. shall not be considered. No correspondence will be entertained on this matter.

c. IHC 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.

d. IHC reserves the right to modify and amend any of the above-stipulated condition/criterion.

2.7.5 Deviations

No Deviations are allowed. IHC’s decision in this regard will be final.

15

2.8 Evaluation Process

1. IHC will constitute Proposal Evaluation Committee(s) to evaluate the responses of the bidders. 2. The Proposal Evaluation Committee(s) constituted by IHC shall evaluate the responses to the RFP and

all supporting documents / documentary evidence. Inability to submit requisite supporting documents / documentary evidence, may lead to rejection.

3. The decision of the Proposal Evaluation Committee(s) in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee.

4. The Proposal Evaluation Committee(s) may ask for meetings with the Bidders to seek clarifications on their proposals.

5. The Proposal Evaluation Committee(s) reserves the right to reject any or all proposals on the basis of any deviations.

6. Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP. 2.8.1 Bid Opening

The Proposals submitted up to 4:00 PM on 22 September 2016 will be opened at 4:15 PM on 22nd September 2016 by authorized personnel of IHC, in the presence of such of those Bidders or their representatives who may be present at the time of opening.

The representatives of the bidders should be advised to carry the identity card or a letter of authority from the bidding firms to identify their bonafides for attending the opening of the proposal.

2.8.2 Bid Evaluation

Initial Bid scrutiny will be held and incomplete details as given below will be treated as non- responsive, if Proposals:

1. Are not submitted in as specified in the RFP document 2. Received without the Letter of Authorization (Power of Attorney) 3. Are found with suppression of details 4. With incomplete information, subjective, conditional offers and partial offers submitted. 5. Submitted without the documents requested in the checklist. 6. Have non-compliance of any of the clauses stipulated in the RFP. 7. With lesser validity period.

All responsive Bids will be considered for further processing as mentioned below. IHC will prepare a list of responsive bidders, who comply with all the Terms and Conditions of the RFP. All eligible bids will be considered for further evaluation by a Committee according to the Evaluation process defined in this RFP document. The decision of the Committee will be final in this regard.

16

2.9 Pre-qualification Evaluation

The following Pre-qualification documents would be checked by IHC, as a part of the pre-qualification evaluation of the bids:

1. Copy of Power of Attorney in the name of the Authorized signatory

2. Particulars of the bidder, in the required format.

3. Certificate of incorporation/registration of the organization, which shows that the organization has been registered in India and has been operating for at least 7 years as on last date of submission of bids.

4. Statutory Tax-related documents:

a. Copy of the VAT registration certificate of the Bidder and Copy of filing VAT return of last quarter.

b. Copy of Service Tax registration certificate and Copy of filing Service Tax return of last quarter.

c. Copy of the PAN Card with Copy of Income Tax return for the last three years.

d. Copy of EPF certificate.

e. Copy of ESIC certificate.

f. Copy of WCT certificate.

5. Certificate from CA to show that the net worth of the company has been positive for the last 3 years (2015-16, 2014-15, 2013-14).

6. The audited balance sheets for financial years 2015-16, 2014-15, 2013-14 to be submitted.

7. A self-declaration, on company letter-head, stating that the company has not been black-listed by any Government.

The detailed checklist, which is also required to be submitted along with the bid, has been placed at Annexure-A.

In case of non-submission of any one of the above-mentioned mandatory pre-qualification documents by the bidder, the bid will not be considered for further evaluation.

2.10 Technical Evaluation

Bidders who meet the pre-qualification requirements would be considered as qualified to move to the next stage of Technical evaluation.

The various documents and details required as a part of the technical evaluation, pertain to the following aspects:

17

1. Experience of the bidder in implementation of similar assignments.

2. Relevance of the solution design, considering IHC’s requirements.

3. Profile of the proposed resources.

4. OEM Partnership.

5. Staff Deployment Plan.

6. Compliance of proposed products against RFP’s technical specifications.

7. Local presence of the vendor.

The required details must be submitted in the formats specified in the RPF document. The checklist for submission of technical bids, along with the associated formats to be used for submission of the details, has been placed at Annexure-B. The same is also required to be submitted along with the technical bid.

The bidders who qualify against the afore-mentioned criteria, would be considered for the “Technical Presentation” stage.

2.11 Technical Presentation

The qualified vendors would be asked to give a technical presentation of 30 minutes to IHC at the date and time communicated to them. The final technical scores shall be determined after including the scores of technical presentations.

The vendors who obtain an overall score of 60% in the technical evaluation (including technical presentation) shall be eligible for Financial Bid Evaluation Stage.

2.12 Financial Bid Evaluation

The Financial bids of technically qualified bidders shall be evaluated as per the methodology mentioned in section 3.3. In this regard, the details must be submitted by the bidder in the templates, as placed in Annexure-D.

2.13 Validity of Bid

The validity of the bids shall be up to 60 (Sixty) days from the date of opening of the Bid(s).

18

3 Bid Evaluation Criteria

Bidder should ensure that the instructions mentioned in the RFP are complied with.

3.1 Pre-Qualification Criteria

Pre-qualification Documentation to be submitted in sealed envelope along with Earnest Money Deposit, are as follows:

1. Copy of Power of Attorney in the name of the Authorized signatory

2. Particulars of the bidder, in the required format, as mentioned in Annexure-A.

3. Certificate of incorporation/registration of the organization, which shows that the organization has been registered in India and has been operating for at least 7 years as on last date of submission of bids.

4. Statutory Tax-related documents:

i. Copy of the VAT registration certificate of the Bidder and Copy of filing VAT return of last quarter

ii. Copy of Service Tax registration certificate and Copy of filing Service Tax return of last quarter

iii. Copy of the PAN Card with Copy of Income Tax return for the last three years.

iv. Copy of EPF certificate

v. Copy of ESIC certificate

vi. Copy of WCT certificate

5. Certificate from CA to show that the net worth of the organization has been positive for the last 3 years (2015-16, 2014-15, 2013-14).

6. The audited balance sheets for financial years 2015-16, 2014-15, 2013-14 to be submitted.

7. A self-declaration, on official letter-head, stating that the company has not been black-listed by any Government agency/Department.

The checklist for Pre-qualification criteria has also been placed at Annexure-A.

3.2 Technical Evaluation Criteria

The marking for Technical evaluation will be as below:

19

S. No. Technical Evaluation Criteria Documents Required

Total Marks

1. The bidder should have successfully implemented minimum two (2) projects of above Rs. 1.5 crores each during last 3 years, with similar scope of work.

(The scope of the project implemented and mentioned above should include LAN upgrade, Implementation, integration and Commissioning of LAN, Procurement and Commissioning of Core Switches and UTMs, etc.)

Scoring Methodology:

a) 2 Assignments: 3 Marks

b) 3-5 Assignments: 5 Marks

c) More than 5 Assignments: 10 Marks

Project Work Orders and Satisfactory Completion Certificates from Clients

10

2. Solution Design: Bidders must demonstrate their understanding of the requirements and provide a comprehensive solution design document which should cover the following:

a) Proposed Architecture detailing how the solution will meet the functional requirements of IHC: 20 marks

b) Escalation matrix indicating ability to adhere to the response time and resolution time sought in the RFP Document: 10 marks

Note: For the FortiAnalyzer, redundancy may be provided either by additional equipment or by cloud-based solution. This should be clearly indicated in the solution.

The solution design should confirm configurability of proposed solution with existing infrastructure.

Solution Design Document

30

3. Technical presentation Technical Presentation

20

4. Resource Profile:

a) Project Manager: B. Tech./B.E./MCA with CCNP Certification and 8 years’ experience in managing implementation of similar assignments. (6 marks)

Detailed CVs 15

20

S. No. Technical Evaluation Criteria Documents Required

Total Marks

b) Sr. Network Engineer: B. Tech./B.E./MCA with CCNA certification and 5 years’ experience in designing and implementing solutions for similar assignments. (5 marks)

c) Network Engineer: B. Tech./B.E./MCA with CCNA Certification and 3 years’ experience in implementing solutions for similar assignments. (4 marks)

Notes:

i. At least 1 team member should have a minimum NSE 4 Professional level experience of at least 2 years of Fortinet implementation.)

ii. The bidder may propose additional man-power, considering the scope of work. However, the scoring of those profiles will not be carried-out.

iii. Team members will not be changed without prior permission of IHC and with minimum 15 days’ prior notice.

5. Staffing Deployment Plan and Escalation Matrix

While the project manager would be the SPOC, it is expected that at least one of the team members will be available during business hours (IHC has a 6-day week) during project implementation phase. In exceptional cases, there may be a requirement for working beyond office hours and this would also require appropriate supervision.

Staff Deployment Plan

Escalation Matrix

5

6. Compliance against the Technical specifications of the devices given in the RFP 1

OEM compliance sheets

3

7. OEM Partnership certification of the vendor

*Valid copy of Company’s ISO 9001:2008 certificate as on last date of submission of the bid (if available, may provide in addition).

Partnership certificate

12

1 An OEM authorization certificate must be submitted that certifies that they are a System Integrator/ reseller / channel partner of the OEM whose products have been proposed to be used during implementation for this bid. An RFP specific OEM authorization certificate and confirmation of minimum 5 years of technical support in terms of repair and replacements and new purchase of the product must also be submitted.

21

S. No. Technical Evaluation Criteria Documents Required

Total Marks

8. Presence of Vendor in Delhi-NCR, including offices, services and support centres etc.

Self-Declaration Regarding Presence in Delhi-NCR & details thereof

5

3.3 Financial Bid Evaluation

1. The Financial Bids of technically qualified bidders will be opened on the prescribed date (29th September 2016 at 11:00 AM) in the presence of the bidder’s representatives.

2. The bidder with lowest qualifying financial bid (L1) will be awarded 100% score (amongst the technically quali fied bidders).

3. Financial Scores for other than L1 bidders will be evaluated using the following normalizing formula:

Financial Score of a Bidder (Fn) = {(Financial Bid of L1/Financial Bid of the Bidder) X 100} % (Adjusted to two decimal places)

3.4 Combined and Final Evaluation

1. The technical and financial scores secured by each bidder will be added using weightage of 70% and 30% respectively to compute a Composite Bid Score.

2. The bidder securing the highest Overall Score (Bn) will be considered as the most responsive Bidder for award of the Project. The overall score will be calculated as follows:-

Bn = 0.70 * Tn + 0.30* Fn Where Bn = overall score of bidder Tn = Technical score of the bidder (out of maximum of 100 marks) Fn = Normalized financial score of the bidder

3. In the event the overall scores (Bn) are ‘tied’, the bidder with the higher normalized financial score (Fn) will be awarded the Project.

22

4 Scope of Work

4.1 Requirement for Upgrade of Networking Setup

IHC proposes to deploy the network infrastructure in terms of the following architecture:

Note: The solution should be implemented to ensure high-availability at core-level.

4.2 Overall Scope of Work

The scope of work for the selected bidder would be as follows:

1. All the work specified under the section 4.1.

2. Site verification report within a week of signing of Contract.

3. Providing Low level network architecture keeping account for the proposed High Level Architecture. The design should be based on established standards and network topology, assure security of the network

23

and ensure uptime as defined in the SLAs. The network should be manageable through an NMS setup by IHC. Seamless migration and integration from the existing network to the upgraded network is a key manageability objective.

4. Bidder has to take up the contract on turnkey basis, i.e. supply, installation & commissioning of required Active and Passive components including integration with existing LAN as per following details:

a) After completion of site survey, the successful bidder will be required to submit the LLD within 2 weeks of commencement of project. This document should exhaustively provide all the details of architecture/layout of the proposed network, network connectivity.

b) Preparation of actual Bill of Material based on survey and IHC requirements.

c) Supply, installation, commissioning of Cisco L2 Switches as indicated in Financial bid format in HA mode & Integration with existing infrastructure.

d) Supply, installation, commissioning of Cisco Core Switches as indicated in Financial bid format in HA mode & Integration with existing infrastructure.

e) Supply, installation, commissioning of Fortinet UTM device as indicated in Financial bid format in HA mode & Integration with existing infrastructure.

f) Providing SYSTIMAX Structured Connectivity Solution.

g) Supply, installation and commissioning IO/Patch Panel/ Rack and other devices as indicated in Financial bid format (Annexure - D).

h) Supply, laying, terminating & connecting Single mode Optical Fiber Cable (OFC) and CAT-6 cables in conduits as per network architecture (Chapter 4.1), as per approval from IHC. This may involve implementation at different locations of IHC whether on walls, raceways, false ceilings etc.

i) All the cables, I/Os, Patch Panels, Switches etc. are to be labelled.

j) As part of implementation, the vendor will be required to configure all the active devices, including configuration of any of the previously existing active devices.

k) Configuration of VLAN and Inter VLAN routing as per the requirement.

l) The bidder has the responsibility of performing necessary tests on the installed LAN equipment using appropriate testing methodology and tools to ensure the desired level of performance and to submit a detailed test report.

m) The bidder should ensure compatibility of proposed solution with the existing Network infrastructure of IHC.

n) The bidder should ensure while installation of LAN, day-to-day functioning of official work and existing network setup/connectivity/internet connectivity should not get disrupted.

o) Providing OEM-backed comprehensive warranty for 5 years for all active components.

24

p) First year’s maintenance of the LAN setup by the vendor would be carried-out by vendor, without any cost to IHC, as part of the defect-free liability period of 12 months. The maintenance cost of LAN for the next 4 years needs to be provided by the vendor. This is inclusive of 4 quarterly visits for preventive maintenance, both during the warranty period, as well as the AMC period. The successful bidder will be responsible for all coordination with all OEMs for any replacement of product, configuration changes or any other support required by IHC, within the stipulated time. Any breach in SLA will be responsibility of the selected bidder only. Visits to provide warranty services and preventive maintenance visits will not be counted as payable site visits. Also repeat visits for unresolved issues will not be counted as payable site visits.

q) Documentation:

i. Site verification report

ii. LLD

iii. Test reports by vendor

iv. LAN Asset Register

v. Logical and Physical network diagrams

vi. Original product documentation, including warranty details.

Note:

1. The bidder should provide the customer with complete documentation of the network topology, type(s) of cabling used, wiring map showing all cross-connects and end points, and labeling of each cable. The location of switches, patch panels, and any other active or passive interconnecting hardware should also be recorded. Within the network design, all special devices such as gateways, UTM, switches be recorded.

2. As a part of project management, Monthly Project Reports are also to be submitted by the vendor.

3. The scope of work covered in this RFP shall be as per the Bill of Quantities, specifications, instructions, orders issued to the contractor from time to time during the tendency of work.

4. The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative only and may vary depending upon the actual requirement. The contractor shall be bound to carry out and complete the stipulated work irrespective of the variation in individual item specified in the bill of quantities.

5. The successful bidder shall have to take all the necessary precautions to ensure that NO disturbance is caused to the ongoing activities of IHC. The bidder shall also ensure that NO damage is caused to the vehicles parked in the premises because of work and also No damage is caused to any gadget as may have been installed in the working areas. Any claim for the repair of the damage if made by the owner shall be paid by the bidder.

6. The successful bidder must ensure that the site is left clean on completion of daily work.

25

4.3 Suggested phasing of Work

1. Shifting the IHC Core network from Core 5A, 6th Floor to Core 5A, Lobby, Telephone exchange Room

2. Redundancy at the core switch level

3. Setting up VLAN and related access rules

4. Redundancy for UTM device and setting up appropriate security policy.

5. Redundant links between departments which are located at different block of the building to core distribution point which will be at Core 5A, Lobby, Telephone exchange Room.

6. Connecting the UTM with additional Internet link.

7. Redesigning and implementation of distribution LAN for Main Office at Core 5A, 6th Floor as per new renovation plan.

4.4 Deliverables and Timelines

The vendor should ensure completion of the work within 14 weeks from the date of awarding of the contract.

The Indicative Schedule for the work is as mentioned below:

S. No. Activity Timeline (in weeks) 1. Award of Work T1 2. Site Verification Report T1+1 3. Submission of Low Level Design T2 = T1+2 4. Delivery of Hardware T3 = T1+7 5. Power-on Test T4 = T3+1 6. Network Configuration T5 = T4+4 7. Site Acceptance Test T6 = T5+2

Note:

1. Extension of one week, without LD, may be provided by IHC, after due consideration of vendor’s submission in this regard.

2. Further, the Site Acceptance Test would be carried-out by the IHC Team as per the Site Acceptance Criteria mentioned in Annexure-E of this RFP.

3. Site Acceptance Test Procedure within 30 days of signing of Contract, by successful bidder and DGM (systems), IHC.

26

5 Award of Work

5.1 Award Criteria

IHC will award the contract to the successful bidder whose proposal has been determined as the most responsive bid as per as per the process outlined above.

5.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s)

IHC reserves the right to accept or reject any proposal, and to annul the bidding process / Public procurement process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for IHC’s action.

5.3 Notification of Award

The successful bidder will be notified in writing (by post) or by fax or email, that its proposal has been accepted.

Upon the successful bidders’ furnishing of the PBG, IHC will notify each unsuccessful bidder and return their EMD.

5.4 Performance Bank Guarantee

Within 10 days of receipt of notification of award of contract from IHC, successful bidder shall furnish a PBG from a scheduled bank, valid for the duration of implementation period of the Contract. The Bank guarantee will be for a value equal to 10% of the total contract value till site acceptance. Thereafter, in case the vendor requires full payment he would have to renew the PBG for a value equal to 5% of the Total Contract Value (at actuals) till completion of the defect liability period (12 months).

The selected bidder shall be responsible for extending the validity data and claim period of the PBG as and when it is due on account of non-completion of project and warranty period. In case the selected bidder fails to submit the PBG, IHC, at its discretion, may cancel the order placed on the selected bidder without notice.

5.5 Contract Signing

IHC and the successful bidder shall enter into a Contract as per the format annexed, after the successful bidder furnishes the Performance Bank Guarantee.

5.6 Mobilization Advance

Mobilization advance not exceeding 10 % of the value of the work awarded may be given, if requested by the Vendor in writing. In such a case, the Contractor shall execute an unconditional and irrevocable Bank Guarantee from a Scheduled Bank as specified by the DGM- Systems, IHC, for the full value of advance before the release of payment of such advance to the Vendor.

27

5.7 Payment Terms

The payment shall be made by IHC against the invoice of the vendor as per the payment terms mentioned below:

Milestone No.

Details Payment Percentage

1 Submission of Low Level Design (LLD) of the network and site verification report

5%

2 Delivery of hardware, including all original documentation from OEM, including warranty details, and successful power-on

55%

3 Power-on Test 10%

3 Configuration 10%

5 UAT and all other project documentation 15%

6 On completion of 12 months’ of defect liability period 5% *

*In case the vendor so desires PBG for the defect liability period of 12 months could be waived subject to retention of 5% of bid amount by IHC.

Notes:

1. Mobilization advance not exceeding 10 % of the value of the work awarded may be given, if requested by the Vendor in writing. In such a case, the Contractor shall execute an unconditional and irrevocable Bank Guarantee from a Scheduled Bank as specified by the DGM- Systems, IHC, for the full value of advance before the release of payment of such advance to the Vendor. This will be pro-rata adjusted against payments on project milestones.

2. The invoices submitted by the vendor should contain full breakup of the prices along with full details of applied taxes.

3. On receipt of material in IHC’s lockable store and verification by IHC’s team payment will be made for milestone-3.

4. Post completion of power-on test and verification by IHC’s team, payment will be made against milestone-4.

5. All project documentation to be provided in hard-copy and soft-copy. The documentation is to include:

6. Payment for AMC shall be made in advance on half-yearly basis after completion of 12 months’ defect-liability period.

28

5.8 Liquidated Damages

1. For any delay solely because of vendor, liquidated damages will be imposed by deduction of ₹ 10,000/- per week (subject to a cap of 1% of the total project cost) from the amounts payable to vendor.

2. An uncondoned delay of more than 30 days may result in termination of contract and no further payments being made to the vendor.

3. The liability on any default of vendor will not be more than the value of contract.

5.9 Warranty

(a) The bidder shall facilitate in getting the IHC site register for “SYSTIMAX Network Infrastructure Solution 20 years Extend ended Product Warranty and Application Assurance Program”

(b) Providing OEM-backed comprehensive warranty for 5 years for all active components.

(c) The successful bidder will be responsible for all coordination with all OEMs for any replacement of product, configuration changes or any other support required by IHC, within the stipulated time. Any breach in SLA will be responsibility of the selected bidder only.

5.10 Annual Maintenance Contract (AMC)

(a) AMC will be provided in the form of on-call support in order to meet the service level agreements. The vendor will be responsible for preventive maintenance of all components supplied and installed under the project. Preventive maintenance will have to be carried-out on a quarterly basis, at least once in every three months.

(b) Bidder will be required to facilitate warranty services provided by the OEMs.

(c) Vendor will also be required to provide maintenance and operations support for the existing IHC network. The bidder will be responsible for providing troubleshooting support for all networking-related issues.

(d) Visits to provide warranty services and preventive maintenance visits will not be counted as site visits. Also repeat visits for unresolved issues will not be counted.

(e) First year’s maintenance of the LAN setup by the vendor would be carried-out by vendor, without any cost to IHC, as part of the defect-free liability period of 12 months. The vendor is required to support the implementation for the further period of 4 years thereafter on call as well as on preventive maintenance period. Apart from the service/repair calls, the service engineer deputed by the Supplier will visit the site once in every quarter to carry out the Preventive Maintenance and diagnostics of the system during the warranty and AMC Period.

(f) The AMC period may be extended by mutual consent.

(g) If the Supplier fails to repair or replace the defective item, IHC will be free to get the same repaired/replaced from the market and its cost will be adjusted from the Supplier's Performance Bank Guarantee.

29

5.11 Service Level Agreement (SLA)

(a) The bidder shall ensure 99.5% uptime.

(b) The Bidder shall provide repair and maintenance service at the site immediately upon receiving breakdown call from IHC staff and such services should be available for a period of 8 hours from 10 a.m. to 6 p.m. on all working days (Mon-Sat).

(c) THE BIDDER shall ensure 30 minutes response time (i.e. total time taken by THE BIDDER between registering the complaint and attending the complaint).

(d) THE BIDDER shall ensure call resolution time of 4 hours for critical issues (i.e. total time taken by THE BIDDER between registering the complaint and rectifying the fault) and 24 hrs. for other issues. This time includes time taken to reach the site, diagnose, repair/ replace the faulty component/module/device & network equipment that are covered under the contract.

(e) Liquidated Damages for breach of SLAs: on breach of the above norms, each breach will cost as follows (subject to a maximum threshold of 20% of Quarterly AMC cost):

S. No. Service Disrupted Liquidated Damages Applicable

1 Critical Service disrupted Rs. 2000/- per breach

2 Other Service disrupted RS. 1000/- per breach

*The list of critical services will be shared at the time of pre-bid meeting.

30

6 Terms and Conditions

6.1 Civil Work

All civil work (other than digging/trenching) will be done under advice/supervision of the IHC Engineering Department and IHC IT Department.

6.2 Subcontracting of Work

Subcontracting of Work would only be allowed after prior written permission of IHC. Any such sub-contract, shall, in no way, relieve the successful bidder of its obligations and/or liabilities in respect of the service/obligations subcontracted under this Contract.

The successful bidder shall also be the sole point of contact for all matters related to the Contract, except in exigencies. Where IHC deems necessary, it would have the right to require the successful bidder to terminate the arrangements with any such subcontractor.

6.3 Mobilization Advance

Mobilization advance not exceeding 10 % of the value of the work awarded may be given, if requested by the Contractor in writing. In such a case, the Contractor shall execute an unconditional and irrevocable Bank Guarantee from a Scheduled Bank for the full value of advance before the release of payment of such advance to the Contractor, valid for a period of 6 months from the date of release of advance.

6.4 Time Period of the Project

The time allowed for carrying out the work will be fixed 14 weeks. No extension of time, beyond the stipulated time of the completion of the work will be allowed, except with prior approval of IHC, in writing.

6.5 Defects Liability Period

The defects liability period will be one year from the date of issue of the completion certificate issued by the DGM- Systems, for the project.

The contractor shall be responsible for the rectification of defects in the works for a period of twelve months which shall be reckoned from the date of successful completion of implementation, after addressing issues in Site Acceptance Test (SAT). Any defects discovered and brought to the notice to the contractor during this period shall be attended to and rectified by him at his own cost and expense. In case the contractor fails to carry out these rectifications, the same may without prejudice to any other right or remedy available, be got rectified by DGM-Systems, IHC at the cost and expense of the contractor.

6.6 Measurements of Works

All measurements and levels shall be taken jointly by the DGM-Systems, IHC or his authorized representative and by the contractor or his authorized representative from time to time during the

31

progress of the work and such measurements shall be signed and dated by the DGM-Systems and the contractor or their representatives in token of their acceptance. If the contractor objects to any of the measurement recorded, a note shall be made to that effect with reason and signed by both the parties.

If for any reason the contractor or his authorized representative is not available and the work of recording measurements is suspended by the DGM-Systems or his representative, IHC shall not entertain any claim from contractor or any loss of damages on this account. If the contractor or his authorized representative does not remain present at the time of such measurement after the contractor or his authorized representative has been given a notice in writing 3 (three) days in advance or fails to countersign or to record objection within a week from the date of the measurement, then such measurements recorded in his absence by the DGM-Systems or his representative shall be deemed to be accepted by the contractor.

The contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for measurement and recording levels.

6.7 Working Schedule

Weekday (Monday to Saturday): 08:00 AM TO 8:00 PM (Permission for extended hours may be sought, if required).

Weekend (Sunday) or IHC Holidays: Site will be available round the clock for work, if required.

6.8 Time Schedule & Progress

Within one week of signing of Contract. DGM (Systems), IHC and Project Manager of the will discuss and finalize the modalities for monitoring the time schedule and progress of the project.

Vendor shall mobilize and employ sufficient resources for completion of the project as agreed above. No additional payment will be made to the vendor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the DGM-Systems, IHC.

32

7 General Conditions of Contract

7.1 General

The Contract means the documents including notice of RFP, RFP and acceptance thereof and the formal Contract, together with the documents referred to therein including these conditions, the specifications, and instructions issued from time to time by the DGM-Systems, IHC and all these documents taken together, shall be deemed to form one contract and shall be complementary to one another.

7.2 Handing Over and Clearing Of Site

The Bidder should note that area for construction may be made available in phases as per availability and in conjunction with pace of actual progress of work at site. The work may be required to be carried out in constrained situations. The work is to be carried out in such a way that the traffic, people movement, if any, is kept operative and nothing extra shall be payable to the contractor due to this phasing/ sequencing of the work. The contractor is required to arrange the resources to complete the entire project within total stipulated time. Traffic diversion, if required, is to be done and maintained as per specification by the contractor at his own cost and the contractor shall not be entitled for any extra payment, whatsoever in this regard.

The bidder should ensure while installation of LAN, day-to-day functioning of official work and existing network setup/connectivity/internet connectivity should not get disrupted.

7.3 Confidentiality/NDA

Confidential and Proprietary Information of IHC, means all data and information shared by IHC with the successful bidder, including any technical documentation, data, plans, processes, systems, designs, drawings, configuration information, security solutions etc., except information which is already in the public domain or information which is released with prior written permission of IHC. The draft template of the template of the NDA may be referred to, in this regard, placed at Annexure-E.

7.4 Mobilization of Men, Materials and Machinery

It shall be entirely the Contractor’s responsibility to provide, operate and maintain all necessary construction equipment, scaffoldings and safety, gadget, lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all jobs as per the specifications and within the schedule time of completion of work.

It is mandatory for the contractor to provide safety equipment and gadgets to its all workers, supervisory and Technical staff engaged in the execution of the work while working. The cost of the above equipment/ gadgets are deemed to be included in the rates quoted by the contractor for the items & works as per Bill of Quantities and contractor shall not be entitled for any extra cost in this regard. The above norm is to be strictly complied with at site. In case the contractor is found to be deficient in providing Safety Equipment’s/ Gadget in the opinion of DGM-Systems, IHC, the DGM-Systems, IHC at his option can procure the same at the risk & cost of contractor and provide the same for the use of worksite and shall make the recoveries from the bills of the contractor for the same. The decision of the DGM-Systems, IHC shall be final and binding on contractor in this regard.

33

All materials, construction plants and equipment etc. once brought by the contractor within project area, will not be allowed to be removed from the premises without the written permission of the IHC. Similarly, all enabling works built by the contractor for the main construction undertaken by him, shall not be dismantled and removed without the written authority of the DGM-Systems, IHC.

7.5 Project Manager

The successful bidder shall ensure that at all times during the Contract, a Project Manager, acceptable to IHC, will be in-charge of the performance of the Contract. The project manager will report to DGM (Systems), IHC, who will be the Project Manager for IHC.

7.6 Income Tax Deduction

Income Tax deductions shall be made from all payments made to the contractor including advances against work done, as per the rules and regulations in force, in accordance with the Income Tax rates prevailing from time to time.

All payments to vendor shall be made after making necessary deductions on account of liquidated damages.

7.7 Rates to be Firm

The rates quoted by the bidder shall be firm, fixed and final for the entire period of completion and till handing over of the work. No revision in rates or any escalation shall be allowed on account of any increase in prices of materials, labour, POL and Overheads etc. during the entire contract period. (Including extended period, if any).

The rates and prices to be bidded in the bill of quantities are for completed and finished items of works and complete in all respects. It will be deemed to include all constructional equipment, labour, supervision, materials, transport, all temporary works, erection, maintenance, contractor’s profit and establishment/ overheads.

7.8 Escalation/ Price Variation

No claim on account of any price variation/ Escalation on whatsoever ground shall be entertained at any stage of works. All rates as per Bill of Quantities (BOQ) quoted by Contractor shall be firm and fixed for entire contract period as well as extended period, including defect liability period. No escalation/ price variation clause shall be applicable on this contract, except any variation in statutory levies accompanied by documentary evidence.

7.9 Insurance of Works Etc.

Vendor shall be responsible for Insurance of all material/equipment supplied under the Contract till such time as the material is verified and received by IHC’s IT Team in its lockable store.

The contractor shall submit the original policy or the policies of insurance and the original receipts of payment of the premiums to DGM – Systems (IHC) to be kept in the custody of IHC.

Any other insurance required in terms of their liability as employer and in terms of professional liability insurance.

34

7.10 Law Governing the Contract

This contract shall be governed by the Indian Laws for the time being in force.

7.11 Employment of Personnel

The IHC shall have full power and without giving any reason to the contractor, immediately to get removed any representative, agent, servant and workmen or employees on account of misconduct negligence or incompetence or whose continued employment may in his opinion be undesirable. The contractor shall not be allowed any compensation on this account.

7.12 Store

IHC will provide a lockable store for materials only and all material will be issued and returned under supervision of IHC IT Team.

7.13 Procedure for Payments

The bill shall be submitted by contractor after completion of the payment milestone, along with all the documents including the certified measurements. Details in this regard with the successful bidder by DGM (systems), IHC.

7.14 Direction for Works for Project Execution

All works to be executed under the contract shall be executed under the direction and subject to approval in all respect of the DGM-Systems, IHC, who shall be entitled to direct at what point or points and in what manner works are to be commenced and executed.

Instructions shall be given in writing by DGM-Systems, IHC or his representative.

7.15 Materials to be provided by the Bidder

The contractor is responsible for the timely delivery of material at site, with regular follow ups.

The DGM-Systems, IHC shall have full powers to require the removal from the premises of all materials which in his opinion are not in accordance with the specifications and in case of default, the DGM-Systems, IHC shall be at liberty to employ at the expense of the contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The DGM-Systems, IHC shall also have full power to require other proper materials to be substituted thereof and in case of default, the DGM-Systems, IHC may cause the same to the supplies and all costs which may require such removal and substitution shall be borne by the contractor.

7.16 Responsibility for Civil Work

All trenching/digging work shall be carried-out by IHC’s internal team. The successful bidder will be responsible for laying of conduits/fibre/CAT-6 cables. The execution of the work shall be reviewed by GM (PFM)/DGM-Systems, or his authorized representatives.

35

7.17 Co-Ordination with Other Agencies

Work shall be carried out in such a manner that the work of other agencies operating at the site is not hampered due to any action of the contractor. Proper co-ordination with other agencies will be contractor’s responsibility. In case of any dispute, the decision of IHC shall be final and binding on the contractor. No claim whatsoever shall be admissible on this account.

7.18 Closing of Contract

The Final bill shall be submitted within 30 days from the date of acceptance of implementation by DGM-Systems. It is also a term of the contract that if the contractor does not raise any claim in writing within 90 days from the date of cancellation, termination, completion or abandonment, the claim of the contractor shall be deemed to have been waived and absolutely barred and “India Habitat Centre” shall be discharged and released of all its liabilities under the contract in respect of the claims. This contract shall be deemed to have closed on settlement of Final Bill for the work.

7.19 Representation and Warranties

The vendor hereby represents and warrants as follows:

a. That it is an organization with requisite experience in providing ICT services and has the technical know-how, financial wherewithal, the power and authority that would be required to successfully setup the necessary infrastructure, provide service and to enter into this Contract with IHC.

b. The representations made by the successful bidder in his bid are, and shall continue, to remain true and fulfill all requirements in the Contract and the RFP.

c. That the successful bidder has the professional skills and personnel necessary to fulfill the scope of work stipulated in the RFP and Contract.

d. That the Vendor shall indemnify IHC against any privilege, claim or assertion made by a third party with respect to right or interest in, ownership, or disposal of any asset or property.

7.20 Indemnity

a) Bidder undertakes to indemnify and keep IHC fully indemnified from and against all claims, demands, actions, proceedings, losses, damages, expenses or liabilities caused to suffered by IHC as a result or in consequence of:

b) The breach of this agreement by or the part of Bidder including but not limited to any default in the payment of wages and other statutory dues to the person deployed in the said complex or any violation or non-compliance of the applicable statutory provision, by-laws, rules and regulations with regards to the said person.

c) Any injury or damage caused to any third party whom so ever by Bidder.

36

d) Bidder shall indemnify IHC against all third party claims of infringement of patent, trademark/copyright or industrial design rights arising from the use of the supplied software and related services or any part thereof.

e) IHC stands indemnified from any claims that Bidder manpower may opt to have towards the discharge of their duties.

f) IHC also stands indemnified from any compensation arising out of accidental loss of life or injury sustained by Bidder manpower while discharging their duties.

7.21 Force Majeure

1. When a Party to this Agreement is unable (wholly or in part) by reason of force majeure to carry out any obligation under this Agreement, then that Party shall,

a. Give the other Party prompt notice of that force majeure, with reasonably full particulars thereof and in so far as known, the probable extent to which it will be unable to perform or be delayed in performing the obligation, and

b. Use all possible diligence to remove that force majeure as quickly as possible. During the duration of the force majeure, the obligations of the Parties so far as they are affected by force majeure shall stand suspended. The period of suspension or that affected by force majeure shall than be added to the period of this agreement.

2. If after a period of three (3) days the force majeure has not ceased, the Parties shall meet in good faith where they have not already met earlier, to discuss the situation and endeavour to achieve a mutually satisfactory resolution to the problem.

3. If the force Majeure continues for a period beyond two months and no mutually satisfactory resolution is possible then the Party receiving the notice of force majeure shall have the right to terminate this agreement.

4. In this agreement, “force majeure” means an act of God, war, blockade, lightening, fire, earthquake, storm, flood, strike, governmental restraint, expropriation, intervention or any other such cause (whether of the kind specifically mentioned as aforesaid or otherwise) which is not within the control of the Party affected.

7.22 Time is of the Essence

Time shall be of the essence in respect of any date or period specified in this Contract or any notice or other communications served under any provision of this Contract, and in particular, in respect of the completion of the project by the successful bidder by the date indicated.

7.23 Events of default by the vendor

The failure on part of the vendor to perform any of its obligations or comply with any of the terms of this contract shall constitute an Event of Default on part of the vendor.

37

This may include failure to perform any instructions issued by IHC, or not meeting target set by IHC, failure to adhere to timelines, specifications or any other criteria.

If the vendor fails to remedy the default despite being served with the default notice and notice of default will require remedy of default within a period of 30 days.

7.24 Consequences of event of default

A) In the event that the vendor fails to comply with the conditions of this contract.

b) In the event that the vendor fails to sustain any representations or warranty made by it in the contract.

c) There is a proceeding for bankruptcy, insolvency, winding up, etc. against or in relation to the vendor.

d) If the vendor/vendors team has failed to comply with or has breached any applicable laws.

Where an event of default does not get cured IHC shall be entitled to:-

1) Impose any such obligations and conditions necessary to ensure smooth implementation of the project which the vendor shall be obliged to comply.

2) Terminate the contract appropriating the performance bank guarantee.

3) Retain such amount from the payment due and payable by IHC to the vendor as may be required to offset any loses caused to IHC as a result of such event of default.

7.25 Termination

IHC may terminate this contract by giving the vendor a prior written notice of 30 days indicating its intention to terminate the contract.

IHC by a written notice of 30 days to the vendor may also terminate the contract in whole or in part at any time for its convenience.

The event of termination of this contract due to any cause whatsoever vendor shall be obliged to transfer any document including license, data etc. relating to operation of the network and the infrastructure provided under this contract to IHC

IHC may also issue directions to ensure an efficient transition and effective business continuity of minimising the losses to allow the next vendor to take over execution of the contract

7.26 Dispute Resolution

1. In the event of any dispute or difference between the parties hereto, such disputes or differences shall be resolved amicably by mutual consultation. However, if such resolution is not possible, the then

38

unresolved dispute or difference shall be referred to arbitration of the sole arbitrator to be appointed by the Director IHC.

2. The provisions of Arbitration and Conciliation Act, 1996 shall be applicable to the arbitration.

3. The venue of such arbitration shall be at Delhi and the language of arbitration proceedings shall be English.

4. The Arbitrator shall make a reasoned Award which shall be final and binding on the parties hereto.

5. Pending the submission of and/or decision on a dispute, difference or claim or until the Award is published, the parties hereto shall continue to perform all of their respective obligations under this Agreement without prejudice to a final adjustment in accordance with such Award.

6. The cost of the arbitration shall be shared equally by the parties to this Agreement. However, the expenses incurred by each party in connection with the preparation, presentation shall be borne by party itself.

7.27 Change Orders

IHC and the successful bidder may agree to make any changes by way of amendment of the Contract in terms of quantity, cost and implementation schedule, with mutual consent and in writing.

7.28 IHC’s Obligations

1. IHC will provide all required information and clarification, to resolve issues, as may arise, during the execution of the Contract.

2. IHC shall ensure timely approvals of deliverables of the successful bidder.

39

Annexure-A – Bid Submission Letter

To,

Ref. RFP No……………………… Dated: …………..

Bidders Reference No. ……………… Dated: …………..

Sub: Proposal for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC

Sir,

Having examined the requirement mention in the RFP instructions, scope of work for Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC and other terms and conditions, I/we, the undersigned, offer to Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC, New Delhi in conformity with conditions of contract and technical requirement.

I/We undertake, if our Bid is accepted, to commence services within 10 days and to complete delivery of all the services as specified in the work order within stipulated time mentioned in work order.

If our Bid is accepted, I/we will obtain the performance guarantees for a sum equal to 10% of the quoted value for the due performance of contract and in accordance with the agreement.

Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

I/We understand that IHC is not bound to accept the lowest or any bid. IHC reserves the right to accept or reject any Proposal, or all Proposals at any time prior to award of order

I/We enclose herewith the complete Bid as required by you. This includes:

Envelope – 1 (Pre-qualification Documents)

a) Copy of Power of Attorney in the name of the Authorized signatory b) Particulars of the bidder, in the required format. c) Earnest Money Deposit d) Certificate of incorporation/registration of the organization, which shows that the organization has

been registered in India and has been operating for at least 7 years as on last date of submission of bids.

e) Statutory Tax-related documents:

a. Copy of the VAT registration certificate of the Bidder and Copy of filing VAT return of last quarter

b. Copy of Service Tax registration certificate and Copy of filing Service Tax return of last quarter

40

c. Copy of the PAN Card with Copy of Income Tax return for the last three years. d. Copy of EPF certificate e. Copy of ESIC certificate f. Copy of WCT certificate

f) Certificate from CA to show that the net worth of the company has been positive for the last 3 years (2015-16, 2014-15, 2013-14).

g) The audited balance sheets for financial years 2015-16, 2014-15, 2013-14 to be submitted.

h) A self-declaration, on company letter-head, stating that the company has not been black-listed by any Government.

Envelope – 2 (Technical Bid)

a) Company Profile, Detail of similar project executed, Client List etc. b) Complete Technical details of the equipment. Please refer Annexure-D for complete requirement. c) Client references, document required d) Authorization letter from OEM

Envelope – 3 (Financial Bid)

a) Financial bid in prescribed format

Dated:

Name & Signature of authorized signatory

Name of Agency :

Full Address :

Company Seal :

41

Annexure-B: Checklists and Forms for Pre-qualification Evaluation

Form 1: Compliance Sheet for Pre-qualification

The pre-qualification should comprise of the following documents:

S. No. Category Requirement Provided Reference & Page Number

1. Power of Attorney

Copy of Power of Attorney in the name of the Authorized signatory

Yes / No

2. Particulars of the Bidder

As per Form-2 Yes / No

3. Earnest Money Deposit

Demand Draft/ Pay Order for ₹ 1,00,000/- (Rupees One Lakh only), in favor of “India Habitat Centre”

Yes / No

4. Legal Entity Certificate of incorporation/registration of the organization, which shows that the organization has been registered in India and has been operating for at least 7 years as on last date of submission of bids.

Yes / No

5. Statutory Tax Related a. Copy of the VAT registration certificate of the

Bidder and Copy of filing VAT return of last quarter.

Yes / No

b. Copy of Service Tax registration certificate and Copy of filing Service Tax return of last quarter.

Yes / No

c. Copy of the PAN Card with Copy of Income Tax return for the last three years.

Yes / No

d. Copy of EPF certificate. Yes / No e. Copy of ESIC certificate. Yes / No f. Copy of WCT certificate. Yes / No 6. Net Worth a. Certificate from CA to show that the net worth of

the company has been positive for the last 3 years (2015-16, 2014-15, 2013-14).

Yes / No

b. The audited balance sheets for financial years 2015-16, 2014-15, 2013-14 to be submitted.

Yes / No

7. Black-listing A self-declaration, on company letter-head, stating that the company has not been black-listed by any Government.

42

Form 2: Particulars of the Bidder

S. No. Information Sought Details Furnished

1. Name and address of the bidding Company

2. Incorporation status of the firm (public limited / private limited, etc.)

3. Year of Establishment

4. Date of registration

5. ROC Reference No.

6. Details of company registration

7. Details of registration with appropriate authorities for service tax

8. Name, Address, email, Phone nos. and Mobile Number of Contact Person

43

Annexure-C: Checklists and Forms for Technical Evaluation

Form 3: Compliance Sheet for Technical Proposal

The Technical proposal should comprise of the following basic requirements. The documents mentioned in this compliance sheet along with this form, need to be a part of the Technical proposal.

S. No. Specific Requirements Documents Required Compliance Reference & Page No.

1. The bidder should have successfully implemented minimum two (2) projects of above Rs. 1.5 crores each during last 3 years, with similar scope of work.

Project Citation as per Form 4 Successful Completion Certificates from the client;

OR Work Order + Phase Completion Certificate (for ongoing projects) from the client.

Yes/No

2. Solution Proposed, Approach & Methodology, Understanding and work Plan

A note that highlights understanding of IHC’s requirements through providing justifications for: (a) Solution proposed and its components, (b) Technologies used, (c) Challenges likely to be encountered (d) Learning on how to deal with the challenges (e) Client references

Yes/No

3. Resume of all key technical resources proposed for the assignment

CV & a Note (Form 5 and 6) Yes/No

4. OEM Partnership certification of the vendor

OEM Partnership certificate Yes/No

5. Staffing Deployment Plan and Escalation Matrix

Team Deployment Plan as per Form 7 Escalation Matrix

Yes/No

6. Compliance against the Technical specifications of the devices given in the RFP

OEM Authorization Letter as per Form 8 OEM compliance sheets

Yes/No

7. Presence of Vendor in Delhi-NCR

Self-Declaration Regarding Presence in Delhi-NCR

Yes/No

44

Form 4: Project Citation Format

Format for providing details of relevant projects:

S. No. Details Sought Details Provided

General Information

1. Name of the project

2. Name of the Client

3. Name and contact details of the client

Project Details

4. Description of the project

5. Scope of services

6. Service levels being offered/ Quality of service (QOS)

Other Details

7. Total cost of the project

8. Duration of the project (no. of months, start date, completion date, current status)

45

Form 5: Team Composition

S. No. Name of Staff

Qualification Experience (in no. of years)

Area of Expertise

Position Assigned

Task Assigned

Time committed for the engagement

46

Form 6: Curriculum Vitae (CV) of Proposed Team Members

S. No. Type of Information Required Details Submitted 1. Name of the person 2. Current Designation / Job Title 3. Current job responsibilities 4. Proposed Role in the Project 5. Proposed Responsibilities in the Project 6. Academic Qualifications:

a. Degree b. Academic institution graduated from c. Year of graduation d. Specialization (if any) e. Key achievements and other relevant information (if any)

7. Professional Certifications (if any) 8. Total number of years of experience 9. Summary of the Professional / Domain Experience 10. Prior Professional Experience covering:

a. Organization name b. Duration and dates of entry and exit c. Designation Location(s) d. Key responsibilities

11. Past assignment details, covering: a. Project name b. Client c. Key project features in brief d. Location of the project e. Designation f. Role g. Responsibilities and activities h. Duration of the project

47

Form 7: Deployment of Personnel

No

Name of Staff

Staff input in Weeks (in the form of a bar chart)

1 2 3 4 5 6 7 8 9 10 11 12 n Total

1

2

3

Total

Note:

1. Full-time and part-time inputs should be indicated differently.

2. Weeks should be counted from the start of the assignment.

48

Form 8: OEM Authorization Form

This form has to be provided by the OEMs of the products proposed, on the letterhead of the OEM and should be signed by a person competent and having the power of attorney to bind the manufacturer.

No.

Date:

To:

OEM Authorization Letter

Dear Sir:

Ref: Your RFP Ref: [*] dated [*]

We who are established and reputable manufacturers of ___________having factories at (address of factory) do hereby authorize M/s ___________________ (Name and address of Bidder) to submit a Bid, and sign the contract with you against the above Bid Invitation.

We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above firm against this Bid Invitation.

We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Bidder:

a. Such Products as IHC may opt to purchase from the Bidder, provided, that this option shall not relieve the Bidder of any warranty obligations under the Contract; and

b. In the event of termination of production of such Products:

a. Advance notification to IHC of the pending termination, in sufficient time to permit IHC to procure needed requirements; and

b. Following such termination, furnishing at no cost to IHC, the blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested.

We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the Contract.

Yours faithfully,

(Name)

(Name of Producers)

49

Annexure D – Format for Financial Bid

Sr. No. Item Make, Model Description / Specification Warranty

Quantity Unit of Qty Unit Rate Tax (%) Tax

(Amount)

Total (Amount in Rs.)

A

1 Core switch CISCO 3850 CISCO 3850 - Core Switch (48 Fiber Port) Standard OEM warranty 2 No.

2 L2 Switch Cisco SPS208G Cisco SPS208G – L2 Switch (8-port) Standard OEM warranty 2 No.

3 UTM Fortigate 600D

UTM – Fortigate 600D FG-600D-BDL-871-12 Hardware plus 1 year 8x5 Forticare and FortiGuard Enterprise Bundle FC-10-00603-274-01-12 1 Year Hardware Premium Bundle Upgrade to 24x7 Comprehensive Support FC-10-00603-974-02-48 4 Year Enterprise Bundle (24x7 FortiCare plus NGFW, AV, Web Filtering, Antispam, Botnet IP/Domain, FortiSandbox Cloud and Mobile Security Services)

Standard OEM warranty 2 No.

4 Centralized log & analysis appliance

FortiAnalyzer

FortiAnalyzer FAZ-200D FAZ-200D Centralized log & analysis appliance - 4 x GE RJ45, 1 TB storage, up to 5 GB/Day of Logs. FC-10-L0200-311-02-60 8x5 FortiCare Contract

Standard OEM warranty 2 No.

Price bid should clearly indicate whether 2 analyzers are being proposed, or 1 analyzer along with cloud-based implementation is being proposed.

5 Network Switch Cisco WS-C3850-48T 10/100/1000 with 4 Fiber 10G uplink

Standard OEM warranty 4 No.

6 Network Switch Cisco WS-C3850-24T 10/100/1000 with 4 Fiber 10G uplink

Standard OEM warranty 2 No.

50

Sr. No. Item Make, Model Description / Specification Warranty

Quantity Unit of Qty Unit Rate Tax (%) Tax

(Amount)

Total (Amount in Rs.)

7 Network Switch - POE Cisco WS-C3850-24T 10/100 PoE with 4 Fiber 1G

uplink Standard OEM warranty 3 No.

8 Network Switch - POE Cisco Cisco C3850-24PP 24-Port 10/100 PoE

Managed Switch with 4 X 10G Fiber Uplink Standard OEM warranty 3 No.

9 SFP Module Cisco Single Mode SFP Module Standard OEM warranty 41 No.

10 SFP+ Module Cisco Single Mode SFP+ Module Standard OEM warranty 13 No.

11 Server Rack 42U SERVER RACK with fans, Power point PDU cable manager hardware and other accessories from a reputed brand

Standard OEM warranty 2 No.

12 Switch Rack 12U Switch RACK with fans, Power point PDU cable manager hardware and other accessories from a reputed brand

Standard OEM warranty 2 No.

13 Switch Rack 22U Switch RACK with fans, Power point PDU cable manager hardware and other accessories from a reputed brand

Standard OEM warranty 1 No.

14 Cat 6 Cable Systimax (700211931 | 1071E)

GigaSPEED XL® 1071E ETL Verified Category 6 U/UTP Cable, non-plenum, slate jacket, 4 pair count, 1000 ft. (305 m) length, WE TOTE® box

Standard OEM warranty 30 box

15 Systimax Fiber Cable

760053272 | D-006-LA-8W-F06NS

Systimax-6 core single mode fiber cable armored

Standard OEM warranty 6000 mtr

16 LIU Systimax 24 port LIU with couplers & Splicing Tray Standard make (Rack Mount)

Standard OEM warranty 9 No.

51

Sr. No. Item Make, Model Description / Specification Warranty

Quantity Unit of Qty Unit Rate Tax (%) Tax

(Amount)

Total (Amount in Rs.)

17 Fiber Patch Cords Systimax SM SFP Fiber patch cords. Make Systamax Standard OEM

warranty 42 No.

18 Fiber Patch Cords Systimax SM SFP+ Fiber patch cords for SFP+. Make

Systamax Standard OEM warranty 14 No.

19 GigaSPEED UTP Information Outlet,

Systimax GigaSPEED XL® MGS400 Series Category 6 U/UTP Information Outlet, white

Standard OEM warranty 150 No.

20 I/O Faceplate Systimax Systimax Faceplate Standard OEM warranty 150 No.

21 CAT-6 Patch Cord Systimax 3Ft. Systimax Patch Cord Standard OEM

warranty 150 No.

22 CAT-6 Patch Cord Systimax 7Ft. Systimax Patch Cord Standard OEM

warranty 150 No.

24 I/O Patch Max pannel 48 port Systimax

SYSTIMAX 360™ GigaSPEED XL® 1100GS3 Evolve Category 6 U/UTP Patch Panel, 48 port

Standard OEM warranty 3 No.

25 UPS APC 1 KVA online UPS with 30 minute backup Standard OEM warranty 1 No.

26 UPS APC 20 KVA online UPS with 30 minute backup (Battery Make:-Exide, Amron)

Standard OEM warranty 1 No.

27 Conduit Pipe2 ISI Marked

Supply and installation of Rigid/Flexible PVC Conduit Pipes 25mm including accessories like base saddles, clips, T bends, junction box etc.

3000 mtr

28 HDPE Pipe2 ISI Marked Supply and installation of HDPE duct 25mm including all accessories like heavy duty base 3000 Mtr

2 The payment will be as per actuals. For payment purposes, the measurement will be carried-out end-to-end. The quantity to be procured will be based on site verification report of successful bidder.

52

Sr. No. Item Make, Model Description / Specification Warranty

Quantity Unit of Qty Unit Rate Tax (%) Tax

(Amount)

Total (Amount in Rs.)

saddles saddles, clips, T bends, junction box etc.

29 CAT-6 cabling Laying , testing and commissioning of CAT-6 cables in already laid conduits 8000 Mtr

30 Fibre cabling Laying, testing and commissioning of OFC in already laid ducts, with splicing and termination

6000 Mtr

Total

B

Implementation Charges

Installation, implementation and commissioning charges + end-to-end project management charges

1

Total

C

AMC Charges Annual post Implementation Support charges for Networking Solution.3 4 yrs

Total (will be in Rs.)

Grand Total (A+B+C)

3 First year’s maintenance of the LAN setup by the vendor would be carried-out by vendor, without any cost to IHC. The maintenance cost of LAN for the next 4 years needs to be provided by the vendor, as part of the defect-free liability period of 12 months. This is inclusive of 4 quarterly visits for preventive maintenance, both during the warranty period, as well as the AMC period. The successful bidder will be responsible for all coordination with all OEMs for any replacement of product, configuration changes or any other support required by IHC, within the stipulated time. Any breach in SLA will be responsibility of the selected bidder only.

53

Annexure-E – Site Acceptance Test Parameters

The site acceptance test parameters are as listed in the Table Below:

S. No. Parameter Acceptance Criteria

1. Adherence to Approved Design

Implementation is to be as per approved LLD

2. Ping Test Successful ping test to be done from all desktops/laptops/ printers/servers (required).

Packets: sent = 4, received = 4, lost = 0% (0% loss)

3. Recording of IP Addresses IP addresses of all devices to be recorded as per the schema devised by IHC

4. Installation Checks – Network Equipment

All UTP cables to terminate on a patch panel and a mounting cable is to be connected between patch panel and the switch

No. of unused ports on each switch to be specified

All spare length of cables near switches to be stowed securely

All UTP cables to be in proper conduits

All UTP cables to be uniquely marked at both ends

All I/O boxes to be properly punched/fixed

5. Availability of connectivity as per access policies

Configuration of all network devices to be verified in order to ensure that connectivity is available as per access policies

6. Functional Checks – LAN/WAN Integration

Seamless Integration of provisioned infrastructure with WAN Router.

“Normal Operation” tests: which consist of tests when the network works without failover (in normal production mode)

Redundancy tests: which consist of all backup/failover tests.

7. UPS/LAN Points – Installation Checks

All cables to be connected securely on the UPS

Power cables to be in proper conduit

No. of power points to be recorded

54

S. No. Parameter Acceptance Criteria

Earthing test – vendor to make sure that, while the earthing would be provided by IHC, however, the Ground to Neutral Voltage less than 2 volts

UPS output voltage: value should be within 227.7 V and 232.3 V

8. Functional Checks – UPS UPS output voltage to be checked

UPS change-over to be checked

UPS back-up time test – UPS to run for 30 minutes on full load

System to be in normal state

9. Rack Rack fan should be working (Physical Check)

Electrical outlet, where the rack is plugged in, should be connected to UPS

Rack door to be closed properly and locked

Both rack keys to be available and to be handed-over

10. Network cabling All I/O boxes to be properly punched/fixed

11. Systimax Certification The network implementation by the selected bidder should clear all certification protocols which are part of certification by Systimax, to be provided by him, including OTDR testing and penta-scanner reports

55

Annexure-F – Performance Bank Guarantee for Contract Performance

BANK GUARANTEE NO. : DATED

WHEREAS INDIA HABITAT CENTRE, LODHI ROAD, NEW DELHI-110 003 (hereinafter referred to as the 'Customer') which expression shall unless repugnant to the context, include its legal representatives, successors and assigns, have placed an order dated __________________________ (hereinafter referred to as the Agreement') with _____________________________________________ ( hereinafter referred as the 'Contractor') which expression shall unless repugnant to the context, include its legal representatives, successors and assigns for task of Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC at Lodhi Road, New Delhi.

AND WHEREAS one of the conditions of the Agreement is that the Contractor should furnish Performance Bank Guarantee (PBG) equal to Rs. _________________________, valid for a period of _______ years after bid opening for the faithful performance of the entire contract to the Customer in a form acceptable to the Customer.

AND WHEREAS the Contractor has agreed to furnish the said Bank Guarantee through

NOW THIS GUARANTEE witness that in consideration of the Customer having, at the request of the Contractor, agreed to accept a Bank Guarantee of the Bank in respect of Rs. ____________________________________________ required by the customer as the Contract Performance Guarantee from the contractor for the faithful performance of the entire Contract,

We __________________________hereby undertake to pay the amounts due and payable under this Guarantee without any demur merely on a demand from the Customer stating that the amount desired is due by way of loss or damage caused to or suffered by Customer by reason of any breach by the said contractor of any of the terms or conditions contained in the said Agreement or by reason of the Contractor's failure to perform the said Agreement. Any such demand made on the __________________ shall be conclusive as regards the amount due and payable by the_____________________________ under this guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs _____________________

We, _________________________________, further agree that the Guarantee herein contained shall remain in full force and effect during the period would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Customer under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or the Customer certifies that the terms and conditions of the said Agreement have been properly carried out by the Contractor and accordingly discharges Guarantee unless the demand or claim under this Guarantee is made on us in writing on or before _______________we shall be discharged from all liability under this Guarantee thereafter.

We _________________________________further agree that the Customer shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor from time to time or postpone for any time or from time to time any of the powers exercisable by the Customer against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance, act or omission on part of the Customer or any indulgence by the Customer to the said Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

56

We, _________________________________further agree to pay to the Customer money so demanded not withstanding any dispute and/or disputes raised by the Contractor in any suit of proceedings pending before any court of Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this guarantee shall be valid discharges of our liabilities for payment thereunder and the Contractor shall have no claim against us for making such payment.

The Guarantee shall not be affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the Contractor but shall in all respects and for our purposes be binding and operative until payment of all moneys payable to the Customer in terms hereof, have been paid.

We, _______________________________________further undertake not to revoke this

Guarantee during its currency except with the consent of the Customer in writing,

57

Annexure-G – Draft Contract

This Contract made this ____ of 2016 at New Delhi, India:

By and among

India Habitat Centre as a society registered under the Societies Registration Act, 1860, having its registered office at India Habitat Centre Complex, Lodhi Road, New Delhi (herein after referred to as “IHC”) of the one

part

AND

_____, a Company having its office at _____ of the other part.

Whereas,

(a) IHC had invited bids vide their RFP no. ___ for “Supply, Installation, Upgrade, Integration with existing LAN, Commissioning and maintenance of Networking Infrastructure at IHC”.

(b) M/s ___ had submitted proposal dated ___ (referred to as “Bid”) for ___ in accordance with its bid and with the terms and conditions of the RFP and this Contract.

(c) IHC has agreed to appoint M/s ____ for “Supply, Installation, Upgrade, Integration with Existing LAN, Commissioning and Maintenance of Networking Infrastructure at IHC” and M/s ___ has agreed to provide such goods and services as are represented in the bid, including scope of work, terms of this Contract, the annexure and schedules attached thereto and in accordance with the terms of the RFP and in terms of the negotiations and clarifications in relation to the implementation of the scope of work and the Contract.

Now this Contract witnesses as follows:

(1) In this Contract, words and expressions shall have the same meaning as are respectively assigned to them in the General Conditions of Contract contained in the RFP. The terms not defined in the General Conditions of Contract shall have the meaning assigned to them in Scope of Work.

(2) The following documents shall be deemed to form and be read and construed as part of the Contract: a. Notice for Request for Proposal and RFP. b. Scope of Work and any annexure. c. General Conditions of Contract and any annexure. d. Clarifications issued by IHC at pre-bid stage. e. Bid submitted by successful bidder, as accepted by IHC. f. IHC’s notification of award. g. NDAs and any other documents to be submitted by the successful bidder.

(3) In consideration of the award of project to M/s ___ and payments to be made by IHC to ____ as herein after mentioned and M/s ___ hereby covenants with IHC to provide the necessary goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract to the satisfaction of IHC.

(4) IHC hereby covenants to pay M/s ____ in consideration of the provision of the goods and services and the remedying of defects therein, the Contract price or such other sum as may become payable under the provisions of the Contract, at the times and in the manner prescribed under the Contract. In witness

58

thereof the parties hereto have caused this Contract to be executed by the duly authorized representatives of the parties. The day, place and year first above written.

(5) The total value of this Contract is Rs. ____________________. (6) The Contract will be valid from __________________ to _______________, unless extended in writing

by mutual consent.

Signed, sealed and delivered

For and on behalf of

India Habitat Centre, through its Director

By

___

In the presence of:

1. 2.

Signed, sealed and delivered

For and on behalf of

M/s ____

By

_____

In the presence of:

1. 2.

59

Annexure-H –Non-Disclosure Agreement

THIS AGREEMENT is made dated ………………………BETWEEN: (1) India Habitat Centre is a registered society having its registered office at Core 5A, 6th Floor, Director

Office, Lodhi Road, New Delhi – 110003.

And (2) Vendor…………………………………..………. having its registered office at

…………………………………………….................. The parties understand and appreciate that, in order to negotiate the proposed transaction, either or both of them shall be required to disclose (“Disclosing Party”) to the other (“Recipient Party”) certain Confidential Information as defined hereinafter, which information may not be divulged or disclosed to any third party, or published or reproduced unless absolutely necessary, and in terms of this Agreement. The Disclosing Party and the Recipient Party shall hereinafter jointly be referred to as the “Parties”. The parties hereby desire to protect the Confidential Information, which may be disclosed by the Disclosing Party to the Recipient in due course, and hence these presents.

WHEREAS

The Disclosing Party is in possession of certain information defined hereunder as Confidential Information by virtue of an agreement signed between the parties on dated ……………… for Installation, Upgrade, Integration with Existing LAN, Commissioning and Maintenance of Networking Infrastructure at IHC. NOW IT IS HEREBY AGREED as follows:-

I. Confidential Information

For purposes of this Agreement, means all information to which the Recipient Party has access including but not restricted to Installation, Upgrade, Integration with Existing LAN, Commissioning and Maintenance of Networking Infrastructure at IHC. Project Data which relates to the technical, commercial and financial information, techniques, models, data, procedures, functions, suppliers, products, developments, operations, processes, data, trade secrets, know-how and personnel of each Party and its affiliates which is disclosed to or otherwise learned by the other Party and all other information which may be disclosed by one Party or to which the other Party may be provided access by the disclosing Party or others in accordance with this Agreement, or which is generated as a result of, incidental to or in connection with the Business Purposes, which is not generally available to the public.

II. Not Within Definition

Notwithstanding any other provision of this Agreement, the Parties hereto acknowledge that Confidential

60

Information shall not include any information that:-

(a) Is, now or subsequently becomes public knowledge other than by breach of the provisions of this Agreement; or

(b) Is in the possession of the Party with the full right to disclose prior to its receipt from the Disclosing Party, as evidenced by written records; or

(c) Is independently received by the Recipient Party from a third party, with no restrictions on disclosure from such third party.

(d) Is independently developed by Recipient Party without reference to or based on Confidential Information of the Disclosing Party.

III. Obligation of Confidentiality

The Recipient Party promises and agrees to receive and hold the Confidential Information in confidence.

Without limiting the generality of the foregoing, the Recipient Party further promises and agrees:

(a) To protect and safeguard the Confidential Information against unauthorized use, publication

or disclosure.

(b) Not to, directly or indirectly, in any way, reveal, report, publish, disclose, transfer or otherwise use any of the Confidential Information except as specifically authorized by the Disclosing Party in accordance with this Non-Disclosure Agreement.

(c) Not to use any Confidential Information to unfairly compete or obtain unfair advantage vis-a-

vis Disclosing Party in any commercial activity.

(d) To restrict access to the Confidential Information to those of its officers, directors, and employees who clearly need such access to carry out official duties towards Disclosing Party.

(e) To instruct each of the persons to whom it provides access to any of the Confidential Information, that such persons are strictly prohibited from making any use, publishing or otherwise disclosing to others, or permitting others to use for their benefit or to the detriment of the Disclosing Party, any of the Confidential Information.

(f) To comply with any other reasonable security measures requested in writing and expressly agreed by the Disclosing Party.

(g) To not to enter into any communication involving disclosure of Confidential Information in any form with either the beneficiaries or the users of Software Application, without written consent of the Disclosing Party.

(h) To not to disclose any names and their particulars to third parties without the written consent by the Disclosing party.

IV. Property of the Parties

All Confidential Information disclosed pursuant to this Agreement shall be and remain the property of the

Disclosing Party. Nothing in this Agreement shall be construed as granting or conferring any rights

whatsoever, whether expressly, impliedly or otherwise, in respect of the Confidential Information to the

61

Recipient Party, and the Confidential Information will be used only for the purposes of this Agreement.

V. Reporting Unauthorized Disclosure or Misuse of Confidential Information

The Recipient Party shall immediately inform the Disclosing Party of any unauthorized use or disclosure, misappropriation or misuse by any person of any Confidential Information, upon the Recipient Party having notice or knowledge of the same.

IX. Term & Termination This Agreement shall commence on the date as written above and shall remain valid for a period of 5 years from the date of commencement of this Agreement. The Recipient Party's obligations with respect to the Confidential Information hereunder shall be co-terminus with the Agreement signed by the parties as referred above. However if after termination or expiration of the Agreement the Recipient Party remains in possession of any Confidential Information then the obligations under this Agreement and consequences of breach shall continue to remain in force till such information is in possession of the Recipient Party. IN WITNESS WHEREOF the parties hereto have caused their duly authorized representatives to set their hands the day and year first above written. Signature on behalf of the Signature on behalf of the Name: …………………………………… Name:…………………………………… Designation:………………………….. Designation:….……………………… Company Name:-………………………… INDIA HABITA CENTRE DATE: WITNESSED BY: Name Address Signature 1. 2.