70
RFP For APSCAN FMS Andhra Pradesh Technology services Limited Page | 1 Tender Call For Facility Management & Maintenance Service Contract For AP Secretariat Campus Area Network (APSCAN) (Information Technology Electronics & Communications Department) Proprietary & Confidential January 2014 Andhra Pradesh Technology Services Limited, Boorgula Ramakrishna Rao Bhavan, B-block, 4th floor,Tankbund road, Hyderabad, AP 500 063, India. Telephones: 91 (40) 23220305, (40) 23223865 Fax: 91(40) 23227458

Tender Call For Facility Management & Maintenance Service

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 1

Tender Call

For

Facility Management & Maintenance Service Contract

For

AP Secretariat Campus Area Network (APSCAN)

(Information Technology Electronics &

Communications Department)

Proprietary & Confidential

January 2014

Andhra Pradesh Technology Services Limited, Boorgula Ramakrishna Rao Bhavan,

B-block, 4th floor,Tankbund road, Hyderabad, AP 500 063, India.

Telephones: 91 (40) 23220305, (40) 23223865 Fax: 91(40) 23227458

Page 2: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 2

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of APTS except to the extent required for submitting bid and no more.

Page 3: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 3

Contents

S. No Description Page No

1 Newspaper advertisement 4

2 Tender call notice & Time schedule of various tender related events 5

3 Scope of the work 6

4 Qualifications of the FMS personnel 11

5 Run time period 15

6 Pre-qualifications of the tender 21

7 Statement of important limits and values of bid 22

8 Handing over of equipment 24

9 Bidding procedure 25

10 General instructions to bidders 27

11 Standard procedure for opening and evaluation of bids 32

12 General conditions of proposed contract 37

13 Special conditions of proposed contract, if any 42

14 Bid letter form 43

15 Contract form 44

16 Bid Forms 47 - 52

17 Annexure 53 - 69

Page 4: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 4

apts

Tender call for “Facility Management and Maintenance Services (FM&MS)”

For

AP Secretariat Campus Area Network (APSCAN) –

Information Technology Electronics & Communications Department,

GOAP, Hyderabad (AP)

1.1 APTS on behalf of ITE&C Dept. is inviting bids from service providers for FM&

MS for Computer Hardware and Networking equipment under APSCAN. The time schedules of various tender related events are as follows:

Bid calling date 04-01-2014

Pre-bid conference date/time 10-01-2014 11:30AM

Last date/time for clarification 10-01-2014 5 pm

Bid submission closing date/time 20-01-2014 3:00 pm

Bid opening date/time 20-01-2014 3:30 pm

Bid Document Fee Rs. 10,000/-

APTS Contact person Manager (IIP&NW)

Reference No. APTS/IIP/415/APSCAN-AMC/2013

1.2 If your firm is interested in participation, please ask the contact person for details

or visit our web site at http://www.apts.gov.in. The document is to be purchased by firms for participation.

1.3 A complete set of bidding document may be obtained by interested bidders on the

submission of a written application addressed to “The Managing Director, AP Technology Services Ltd., BRKR Bhavan, Hyderabad” by paying a non refundable amount indicated above. The payment can be made in the form of Demand Draft/ Banker’s cheque drawn in favour of “The Managing Director, AP Technology Services Ltd., BRKR Bhavan, Hyderabad”

Managing Director

Andhra Pradesh Technology Services Limited (APTS),

Boorgula Rama Krishna Rao Bhavan, B-block, 4th floor,

Tank Bund Road, Hyderabad, AP 500 029, India

Phones:(40) 23224289; (40) 23223865; Fax: (40) 23227458

Page 5: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 5

Tender call notice

Andhra Pradesh Technology Services Limited (APTS), BRKR Bhavan, B- Block, 4th floor,

Tank Bund Road, Hyderabad - 500 063, AP, India. Phones : (40) 23224289; (40) 23223865; Fax: (40) 23227458

---------------------------------------------------------------------------------------------------------

Tender call for

“Facility Management and Maintenance Services” for

AP Secretariat Campus Area Network (APSCAN) –

Information Technology Electronics & Communications Department, GOAP

Hyderabad (AP)

Time schedule of various tender related events.

Bid calling date 04-01-2014

Pre-bid conference date/time 10-01-2014 11:30AM

Last date/time for clarification 10-01-2014 5 pm

Last date/time for sale of Bid document 20-01-2014 2:00 pm

Bid Submission closing date/time 20-01-2014 3:00 pm

Bid opening date/time 20-01-2014 3:30 pm

Bid Document Fee Rs. 10,000/-

APTS Contact person Manager (IIP&NW)

Reference No. APTS/IIP/415/APSCAN-AMC/2013

1.4 The solution, service or material required:

Tender call for “Facility Management and Maintenance Services” for AP Secretariat Campus Area Network (APSCAN). Situated at Secretariat, Hyderabad (AP).

2.0. INTRODUCTION:

2.1. The Project Site:

2.1.1 AP secretariat at Hyderabad is the apex administrative unit of AP

Government. It accommodates Council of ministers, Secretaries to the Govt., senior officers with 31 main departments supported by around 550 sections. There are 8 major building blocks brought on to the local area network. Being the apex site of administration, very high level of quality of service is the minimum requirement.

2.1.2 Systems and the Network at the premises of Honorable Chief Minister’s camp office.

2.1.3 Systems and the Network at the premises of IAS officers quarters at road no 10, Banjara Hills and Panjagutta.

2.1.4 Systems and the Network at the premises of AP Bhavan, New Delhi.

Page 6: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 6

2.2. APSCAN:

Andhra Pradesh Secretariat Campus Area Network (APSCAN) is the state of art technology project of AP Government. APSCAN is one of the largest campus area networks which connect 5000 nodes on the network for data. Every work place is connected to each other through a data port. The backbone is connected on 10 Gb Ethernet on OFC and within a block inter floor connectivity with Giga

bit Ethernet on OFC. For every alternate floor there is a floor switch which has up-link cables to distribution switches providing 100 Mbps bandwidth. All the nodes are connected to these distribution switches by Cat#5 UTP cable through jack panels. At present in Secretariat about 3000 computers connected on the network (Inventory with cost details enclosed in Annexure I (a), (b) & (c). (The

list of servers and network infrastructure which is under warranty and

requires co-ordination with vendors is enclosed as Annexure II &II (A).

The existing 10 Gigabit network was operational from Feb-08. There is a Secretariat Network Unit (SNU) located at D block 1

st Floor where from the

network management and monitoring is being done. The servers are configured on Windows and Linux to provide the network services like Internet, Intranet, E-mail. It is also a DR site for Commercial Taxes and HMW&SD. APSCAN is also meant for staging activities of APSDC.

2.3. Need for Maintenance service and Facility management Services:

As APSCAN is a large network covering all the Departments in the Secretariat, enables access by the Government Departments/Offices in the State irrespective of location, accessing the services like internet and intranet, e-mail and also accessing the departmental servers., it is essential that the services are provided

continuously without any interruption or downtime. To maintain the servers, clients, printers, UPS systems and LAN components and ensuring continuous services running on them, it is proposed to outsource the maintenance of the APSCAN (covering all the units) which covers Facility Management Services

(FMS) and Maintenance Services (MS) respectively.

3.0. SCOPE OF THE WORK:

The scope of the work is divided into two parts for ease of maintenance of the contract

• Facility Management Services (FMS)

• Maintenance Services (MS).

3.1. Facility Management Services(FMS):

Management of AP Secretariat Campus Network for providing the Services to the users for availability of the Applications/ Services at their desktop/ Laptops such as a) Internet and Intranet services

b) E-Mail

Page 7: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 7

c) Application software/services added from time to time.

The overall management & maintenance of AP Secretariat Campus Network includes administration of Servers, PCs, Printers, peripherals, Networking, ISP leased lines, UPS, ACs and the services running on them. The detailed scope is as follows:

3.1.1. General Scope: a. Overall management of Servers, Clients, Peripherals, Network at AP Secretariat

b. Co-ordination with the suppliers/ OEMs for the equipments under warranty.

c. Checking & managing network status and taking remedial action in case of

problems.

d. Loading, reloading and backup services of applications, OS, DBMS, Tools and

other software.

e. Monitoring & Management of the deployed Enterprise Wide Management System

for efficient management of components and services.

f. Operational Support for all the applications running and also which are added

from time to time.

g. Other important activities shall be:

i. Daily maintenance of system configuration

ii. Implementation of system security features

iii. Overall security of the network

iv. Day-to-day disk space management

v. Monitor and record system performance and take corrective actions to

optimize the performance on a daily basis

vi. Keep track of new viruses on a daily basis and remedial action there on

vii. Escalation of problems to other vendors wherever required

viii. System logs on daily basis for errors and to take corrective steps

ix. Proper upkeep of storage media for taking backups

x. Patch and updates management for OS, Antivirus etc.,

xi. On daily basis, call details has to be sent to ITE&C department. The call

details should consist of

A. Server Uptime with check list

B. Network Uptime with check list

C. Desktop calls status

D. UPS status

E. ACs status

F. Database status report

G. Security report

H. Server Management

I. Mail Server

• Detailed flow-chart for email flow within ap.gov.in Mail

configuration and tuning for optimum performance

• SMTP server queue monitoring

• Mail server systems administration

• Daily analysis of Mail-error and access logs

• Backup and Restoration

• Maintenance of log of reported problems and analysis

• Escalation of problems

Page 8: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 8

• Formulation of backup policy and taking backups as per policy

• Writing of Shell and Perl scripts for automation of maintenance

functions

• Taking anti-virus and anti-spam measures

II. Network services

• Network devices configuration, management and tuning for

optimum performance

• Network fault isolation

• Monitoring of network performance and escalation of

performance deterioration to concerned authorities

• Implementation/modification of network routing policies, IP-

addressing policy

• Real-time monitoring and deployment of network security

measures 24*7 for 365 days

• Maintenance of network configuration, routing, IP-addressing

documentation etc.

• Bandwidth monitoring and trending for the network

III. Network Management System (CA tools available)

• Maintenance and tuning of Network Management setup for

APSCAN

• Fault isolation in all locations

• Overall network management

• Formulation and implementation of network management

policies

• Monitoring of system performance using NMS, generation of

reports, analysis of data

• Enabling problem reporting through the web

h. Maintenance and monitoring with CA Suit at APSCAN

i. Desktop and server management option (CA IT client Manager) A. It consists of three main packages

• Asset Management

• Software Delivery

• Remote control option

B. It is a client server model

C. Single agent will do all the three functions

D. After the installation the asset management option agent should collect

all the information from the desktop or the server and will the send the

info to the central server, it also monitors the changes in the hardware

and sends an alert to the Admin.

E. Using the software delivery, vendor can deploy any software to the

client or group of clients in a single click

F. Using the remote control vendor should take control of the server or

desktop and perform the activity. Using this agent one can transfer

files in secure way.

G. The bidder has to configure/implement and maintain the CA IT Client

manager in APSCAN within 2 months of contract signing date.

H. The bidder has to label (High quality water proof sticker with

appropriate size shall be used) all the APSCAN

equipments/peripherals/ a component with a unique identification

Page 9: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 9

number and same has to be update in the CA IT Client manager and

need to be integrate with CA Service Desk.

I. However the CA IT Client manager software license shall be provided

by ITE&C department.

J. The bidder shall configure all the items under AMC and Warranty in

the asset management software and shall configure the SLA.

K. In APSCAN nearly 3000 desktops and 50 servers need to be installed

with CA IT client manager agent and it is an ongoing activity.

ii. CA Service Desk Manager A. CA Service Desk provides with this reliable foundation to improve

efficiencies while fostering customer satisfaction and improved

productivity.

B. It offers integrated incident, problem and change management.

C. Manages service levels to ensure response and resolution time

commitments.

D. Uses automated customer surveys to ensure high quality support.

E. For all the service requests/ incidents/problems/events of APSCAN,

tickets need to be raised by this tool and necessary integration need to

be done with other CA EMS tools on entire APSCAN infrastructure.

iii. CA Spectrum A. This product is mainly used for monitoring network devices

B. This will give an in-depth view of the each network components

including their connectivity to other devices

C. It will monitor all the network components live and using SNMP

protocol and if any error occurred in the devices it will give alert in

server with complete error details with possible solution for that error

D. And it will store the error in history for the future reference

E. 200 network components are monitored using this software

iv. CA E-Health A. This product is used for historical reporting

B. It will work using SNMP as well as client server agent.

C. It will monitor all the configured components with the detailed

specification and store it in the database for the historical reporting

D. Report can be created later like daily, weekly, monthly and yearly

basic

E. Reports like historical availability, bandwidth utilization, CPU

utilization, Memory utilization, HDD utilization and other available

reports.

F. Nearly 3000 components are monitored using this device

v. CA Gateway Security A. Secure Content Manager is mainly used for the content management

B. All the user requests will be sent to SCM for content filtering

C. It will monitor incoming and outgoing http, SMTP, ftp traffic at the

gateway level

D. It will remove virus, adware, spyware, spam mail, and block all

unwanted websites.

E. On daily basis it blocks nearly 24,000 spam mail and removes two

thousand virus mails.

vi. CA ArcServe backup A. It is a client server based software

Page 10: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 10

B. Agents need to be installed in the client side

C. Backup and restore can be scheduled

D. Browser based configuration

E. It has very specific agents like Windows, SQL, Oracle, Linux etc.

F. Around 55 servers been configured with the agents which requires

backup

i. Maintenance & monitoring of open source tools being used in APSCAN (like

WSUS, SNORT, NTP etc.,)

j. Should co-ordinate between APSWAN & APSDC operator, APTS & NIC for any

migration of services, connectivity issues and providing of resources.

k. The existing e-mail solution is MS Exchange 2007 and 2013.

l. Storage media will be provided by ITE&C dept/APTS.

m. Should co-ordinate with ISPs regarding internet link load balancing and any link

related problems.

3.1.2. Network Administration:

Network Administration & Management consists of the following activities.

a. Administering User IDs b. User level help in logging on to Network and other related activities

including FTP. c. Creating E-Mail Groups and Mail management. d. Helping Users to use common resources on Network etc. e. Network analysis and performance tuning. f. Other related works.

3.1.3. Security Administration: a. Implementation of the Security Policy

b. Revision of Security Policy

c. Administering User IDs accounts management –roles - audit logs

d. Monitoring the intrusions

e. Firewall configurations

f. Monitoring the Port scanning activities

g. Audit log management

h. Conduct the internal Audits

i. Monitoring of OS and anti-virus updates

3.1.4. System Support:

3.1.4.1 Support at SNU should be able to provide the following; a. Coordinating with the hardware suppliers for the guaranteed service

levels

b. High quality support, operation and monitoring of departments’

applications

c. Ensuring the Data and Application availability seven days a week

twenty-four hours per day

d. Centralized network management and operations monitoring

e. Enforcement of Security with Multiple security levels

f. Backup and Archival Services

Page 11: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 11

3.1.4.2 System Support at the remaining locations consists of the

following:

a. Taking Daily System Backups as follows:

i. For daily backup the policy and media will be given by Department.

ii. The existing antivirus solution in APSCAN is Trend micro b. Installation and Reload Support on Desktop OS like

/XP/200x/Vista/Windows 7/ 8 etc, Office 97/XP/2003/2007/2010/2013 etc, IE etc.

c. Installation and Reload Support for Server OS like Windows NT Server, WIN 200x , VMware and other UNIX flavors, etc.,

d. Installation and Reload Support for Applications like MS Office,, MS Exchange, Oracle etc (Readily available Applications)

e. Rectification of system software problems due to crashing or malfunctioning of the OS, RDBMS or front end.

f. Installation and reload support for system software upgrades namely, OS, RDBMS, and front end as may be procured or supplied by GoAP / APTS during the period of the agreement.

g. Guarding the systems against virus infections using the latest anti-virus tools made available by Government of Andhra Pradesh. The facilitator will assist in selecting the latest anti-virus tools from time to time to guard the systems against the virus.

h. Installation and reload support for application software. i. Data transfer from one machine to other.

3.1.5. Qualifications of the Facility Management Personnel: The staff should have experience in Windows OS, Oracle, Visual Basic, MS Office, Networking including Cisco equipment. The bidder should submit a statement of the personnel whom he would be deploying for FMS clearly mentioning their qualification, designation and previous experience in similar fields. The certified Engineers from MICROSOFT (MCSE,MCTS, MCITP), CISCO (CCNA, CCSP), CISA, VMWARE (VCP) and Storage OEMs are preferred.

100% of the staff proposed for the tender must be the staff of the organization. The bidder has to indicate the proposed person’s name and designation in the bidders’ organization. Bidders submitting their bids which does not comply with these terms would be treated as non responsive at technical stage.

3.1.6. Minimum Qualifications & Experience Required :

S.

no

Position Educationa

l

Qualificatio

ns

Certifica

tion

Role Overall IT

Exp in

Years

Relevant

exp in the

respective

role in

Years

1 Project Manager MBA/

MCA/BE

ITIL/PM

P

APSCAN Project

management/ Escalation

handling/ Single point of

contact

10 Years 6 Years

Page 12: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 12

2 System

Administrator

(Server/Mail)

BE/B.Tech . MCITP,

VCP/RH

CE

Installation &

configuration of Windows

Server, Linux , VMware,

MS Exchange 2007/2013,

Managing EMS

6 Years 5 Years

3 Network cum

Security

Specialist

BE/B. Tech CCNP ,

CCSP/

CISSP/

CISM

Installation, configuration

and administration of

Switches, Router,

Firewalls and Network

and Security equipment.

Risk assessment,

vulnerability assessment,

IS audit, Security policy

Design, Penetration test,

BCP design &

implementation,

Configuration of firewall,

IPS etc.

6 Years 5 Years

4

Antivirus admin Any

Engineering

or Science

Graduate

Any

antivirus

OEM

certificati

on

Installation, configuration

and monitoring of

Antivirus server. Patch &

update management.

3 Years 2 Years

9 EMS Engineer Any

Engineering

or Science

Graduate

Experien

ce in

installatio

n,

configura

tion and

monitorin

g EMS

suite.

(Preferab

ly in CA)

Installation, configuration

and monitoring of CA

EMS suite.

3 Years 2 Years

5 Facilitators

(System/Mail

Administration)

Any

Engineering

or Science

Graduate

MCSE/

Outlook

Installation and

configuration Windows

2003/2008/2012,

Windows XP/Vista/ 7 , /

IE/ Outlook; Maintenance

and Monitoring of servers

/ Exchange Server

2007/2013 monitoring

/Outlook Configuration

2 Years 2 Years

6 Facilitators

(Network

/Security

Administration)

Any

Engineering

or Science

Graduate

CCNA or

equivalen

t

TCP/IP, FTP, IE /

Configuration.

Maintenance and

Monitoring of Network

and Security equipment

2 Years 2 Years

Page 13: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 13

7 FM Engineer/

Residence Call

support/ CM

Resident

Engineer

Any

Engineering

or Science

Graduate

Compute

r Basics

&

Network

Basics

OS installation/TCP/IP,

FTP / IE Configuration.

Outlook and Installation

of Software products

2 years 2 Years

8 Video

Conference

Facilitator

Any

Engineering

or Science

Graduate

-- Installation, configuration

and maintenance of

equipment video

conference

2 years 2 Years

Page 14: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 14

3.1.7. Manpower Deployment Plan:

APSCAN WORKING DAY APSCAN Holiday

Morning

Shift

(8AM-

4PM)

General

Shift

(10AM-

6PM)

Evening

Shift

(4PM-

12AM)

Night

Shift

(12AM-

8AM)

Morning

Shift

(8AM-

4PM)

Evening

Shift

(4PM-

12AM)

Night

Shift

(12AM-

8AM)

Program Manager 1

Network Specialist/

Security Admin 1

Network / Security

admin Facilitators 1 1 1 1 1 1 1

Server/Mail Admin 1

Server/Mail Admin

facilitators 1 1 1 1

1 1 1

Anti Virus Admin 1

EMS Engineer 1

FM Engineers 1 1 1 1 1

Video conference

facilitators 1 1 1 1

CM Residence Engr /

Resi. Call Support 1 1 1 1

Sub total 5 8 5 2 5 5 2

Total Man Power 20 12

3.1.8. The FM charges for only 20 resources as mentioned at Para 3.1.7 will only be

paid by ITE&C Dept/APTS. Additional Manpower required for managing SLA

and other activities for which cost shall be included in AMC Cost. No additional cost shall be entertained in the financial format -F1 for the below mentioned

requirements.

a. Maintaining the systems in the entire campus/blocks and other locations

b. Certified Electrician for Electrical Work (1 Nos)

c. Networking (cabling) work

d. Back-up Engineers for 24 x 7 support for the man power deployed to

manage leaves and holidays

e. Printer Engineer (1 Nos) to be deployed

f. Help desk (2 Nos)

g. The indicative requirement of Block engineers for various blocks of AP

Secretariat is as follows:

Page 15: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 15

Sl No. Block Number of resources

1 A-Block 1

2 B- Block 1

3 C- Block 3

4 D- Block 4

5 SH- Block 1

6 NH- Block 1

7 J- Block 4

8 K- Block 1

9 L- Block 4

10 AP Bhavan , New Delhi 1

The Bidder shall provide the above Block engineer with equivalent qualification,

experience of FM engineer. The above mentioned number is minimum required

and the bidder should deploy required number of engineers in addition to the

above block engineers to maintain the SLA.

3.1.9. Upgrade of Technology:

The Facilitator should constantly keep inform the Dept., / APTS about the technological updates for improving the service performance.

3.2. Maintenance Services: This category includes comprehensive maintenance for the equipment with or without parts warranty from the original supplier as the case may be. This category includes all equipments including backbone cabling and structured cabling, switches, modems, network, racks, Servers, Desktops, Printer, CVTs, UPS and other Peripherals. The services consist of preventive and corrective maintenance and include carrying out the necessary repairs and fittings of replacement parts.

The Maintenance service can be divided into two categories.

a. Server Systems: Server, UPS for server, Switches, Router, Firewalls, Hubs,

Modem, LAN. (Including structured cabling and OFC). b. Desktops, UPS for desktops and peripherals.

3.2.1. Runtime:

a. Servers System:

The run time for Servers and Server system is 24 hrs x 365 days.

b. Desktops and peripherals:

The run time for the desktops will be from 9.00 AM to 8.00 PM on all Working

days and from 10-00 AM to 4-00 PM on all holidays.

Page 16: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 16

3.3 Shifts and Shift Timings:

The bidder shall provide facility management services in two shifts (8 hours each) with one additional General shift of 8 hours on all working days. On Sundays and holidays except general shift remaining shifts need to be followed

a. Morning Shift From 6.00 AM to 2.00 PM

b. Evening Shift From 2.00 PM to 10.00 PM

c. General shift From 10.00 AM to 7.00 PM

d. Night Shift From 10.00 PM to 6.00 AM

The service provider shall manage the leave/rotation spare resources as required. No additional charges will be paid.

* Note: a. The inventory details of the existing equipment are given in the

Annexure- I (a), (b) & (c) b. The inventory details of the equipment under warranty are given in the

Annexure- II & II (A)

3.4. Down Time: Down Time is defined as the time for which the systems and or services running on it are said to be not available or are deemed to be not available to the users in part or full due to any non – functioning, repairs / problems etc. The penalty will be counted from the time problem is reported to Facilitator electronically or by other means till problem is solved / rectified to the satisfaction of user. Penalty shall be applicable once the admissible down time is crossed. The admissible down time is as follows:

3.4.1 Maximum Admissible Downtime:

a. Server System - Maximum 12 hours calculated over a period of Three months

b. Clients and Peripherals - Maximum 20 office hours calculated over a period of Three months

* Note: a. Maximum down time in a day will be equal to run time even if machine is

down for 24 hrs. ie. If Desktop is down from 9 am to 9 am (next day) the total down time will be 10 hrs. (9 AM to 7 PM) and not 24 hrs.

b. In case of intermittent failures and repetitive problems due to improper diagnosis or repair, the system, will be treated as continuously down from the time of first fault reporting.

c. Deemed down: A system although up but is not able to deliver services because of non availability of connected system. For example, if switch is down, all PCs connected to it will also be deemed as down. If server is down, all PCs connected to it will also be deemed as down.

Page 17: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 17

3.5. Anti-Virus Securities:

It is the responsibility of facilitator to guard the systems against virus infections using the latest anti-virus tools made available. Downtime due to virus, spam, spyware is attributable to facilitator. The necessary licenses will be provided by GoAP. The existing Antivirus tools are from Trend micro.

3.6. Maintenance and Warranty:

As the site includes both new systems as well as the systems already existing in the departments, procured either through APTS or on their own, a unique maintenance policy cannot be formulated at present. Hence the Comprehensive Maintenance Services have been broken down into two categories as given below:

a. Maintenance Services for equipment not covered under Parts Warranty from Original Supplier

b. Maintenance Services for equipment with Parts warranty offered by the original supplier.

3.7. The facilitator shall provide maintenance service against all risks, except

those risks covered by Force Majeure conditions, for both categories as follows

a. Preventive maintenance and carrying out the necessary repairs and fittings of replacement parts wherever applicable. Replaced parts become the property of Facilitator. Preventive maintenance shall not be attended during run / office time. However preventive maintenance which does not affect normal operation can be attended during run time with the permission of user. Preventive maintenance shall be carried out at least once in a quarter.

b. The bidder is required to maintain adequate stocks of spares to meet the requirements. ITE&C Dept. and APTS reserve the right to verify the stocks at any point of time.

c. Wherever a component has to be replaced, it shall be replaced with a component of the same make and configuration. In case the component of same make and configuration is not available, the replacement shall conform to open standards and shall be of a higher configuration specifically approved by the Dept., or APTS.

d. The Facilitator, May if so advised technically, get a dysfunctional hardware component repaired in lieu of its replacement, subject to ensuring the overall compliance of the requirement of up time.

e. The Facilitator shall ensure that all the replacements and components used in the process of restoring systems are genuine and original.

f. The essence of the hardware maintenance contract is to ensure that all the components of hardware work perfectly in unison and deliver rated performance during the period covered by the agreement between the Facilitator and the Department and that the systems uptime is up to the standards prescribed.

g. The maintenance services includes everything except print bands, daisy wheels, Non-functional parts like covers, castors, stands etc printer toner cartridges, ink cartridges, ribbon cartridges, floppies, tapes, CD ROM media, plotter pens, fuser assembly, batteries.

Page 18: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 18

3.8. Coordination:

Facilitator shall co-ordinate with other vendor(s) for replacement of any defective item for the equipment which are under parts warranty. Facilitator shall co-ordinate with the suppliers of data center and switches which are under warranty. However, it is the duty of Facilitator to ensure required uptime.

3.9. Electrical Maintenance:

Facilitator shall deploy electrician to ensure uninterrupted services for the scope mentioned above during the contract period. Facilitator shall ensure that the systems shall not be down due to electrical related problems as long as the power is available at the socket in the Room. The down time due to this reason will be to the account of Facilitator.

3.10. Obsolescence:

If the systems/spares are not serviceable due to obsolescence of same (e.g.) 8088, 286, 386, Pentium, Pentium II, Pentium III Motherboards, CGA, EGA, Monitors, 20MB/ 40MB/ 120MG/ 240MB/ 580MB/ 1GB/ 1.2GB hard disks etc., the same would be upgraded to state-of-the-art systems/spares at mutually agreed cost to the customer's account, as per prevailing market rate, after taking approval from Dept., / APTS. The Facilitator will furnish the list of such items after an inventory of the equipment is taken.

3.11. Other details:

It is the responsibility of the facilitator to maintain and monitor the application software for monitoring of the following services.

a) Server Management Software

b) Network Management Software

c) Backup Management Software

d) Helpdesk Management Software

e) The bidder is responsible for the installation of CA service desk and that

should be used for the call logging software

f) Virus Management Software

g) e-mail Management Software

The facilitator should maintain the following inventory of spares for smooth maintenance of equipment available in APSCAN, which will be inspected by IT&C/ APTS officials from time to time. In case if it is found that the Facilitator is not maintaining the required inventory, due to which there is delay in service or equipment are down, then the penalty is applicable as per the penalty clause for the systems.

a) Desktop systems - 0.50%

b) Peripherals like printers Scanners, Plotters, CD drives, etc., - 0.25%

c) Servers and Network equipment - 5%

Page 19: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 19

It is the responsibility of the facilitator to maintain the RF link (RF equipment at AP Secretariat & IAS officer’s quarters). The details of RF equipment are FirePro Radio (Supports up to 10mbps), Antenna 30 dbi, POE Adapter (FirePro) at both ends. The facilitator should provide support for all equipment, as per the norms of tender for the systems used by Sr. Officers at their camp offices at Road No.10,

Banjara Hills, Kundanbagh, Panjagutta colony, Minister’s colony, Hon’ble CM’s Camp Office The facilitator should provide support for all equipment, as per the norms of

tender for the systems used by Sr. Officers at their camp offices at Road No.10, Banjara Hills, Kundanbagh, Panjagutta colony, Minister’s colony, Hon’ble CM’s Camp Office.

Equipment like Projectors, Plasma Screens etc., which are under warranty or AMC with third party, the Facilitator should co-ordinate with the vendor for proper/timely services and also assist department at the time power point presentations. The Facilitator should maintain 78 numbers of Air Conditioners including cost of replaced compressor. All the Air Conditioners are installed in AP Secretariat. New air conditioners would also be added from time to time and would be maintained accordingly.

The price quoted should include all the Taxes and Duties including Service Tax, the % of Service Tax calculated should be indicated in the commercials offer.

4.0. Access to the Equipment and Information:

a. The Department shall give Facilitator required access to the equipment to

enable maintenance services. b. The Facilitator shall submit the list of authorized personnel being deployed

and issue them individual Photo Identity cards approved by the Department. c. The Department shall ensure compliance of the technical instructions and

guidelines suggested by the Facilitator for the proper running of the systems by the operational staff of department subject to the condition that it does not hamper work in any way.

i. Confidentiality of information: The facilitator and its staff shall maintain strict confidentiality of information. No part of information can be disclosed to any party in any form during the contract period or thereafter. The incidental disclosure of information to facilitator and its staff is just for carrying out the job assigned and no more. Any violation or attempt of violation may lead to legal action under appropriate law.

5.0. Contract Execution:

5.1. On-site Engineers:

Facilitator shall position required number of On-site engineer(s) for maintaining the systems as per 3.1.8. These engineers are in addition to the FM personnel detailed at 3.1.6 & 3.1.7. No payment will be made for On-site engineers.

Page 20: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 20

5.2. Facility Management engineers:

The facilitator should deploy manpower as per manpower deployment plan as cited vide Para 3.1.6 & 3.1.7.

5.3. Taking over of additional equipment for maintenance :

Any equipment added under APSCAN for maintenance shall be taken up for maintenance with immediate effect, but for the purpose of payments it will be deemed to have been added from the 1st day of next month on Prorata basis. Similarly, any deletion of equipment from APSCAN will be deemed to have been deleted from 1st day of next month on Prorata basis.

5.4. Maintenance Call Record:

At SNU (Secretariat Network Unit), record will be kept about equipment failure including the nature of failure, date and time of booking of the complaint. When the equipment comes up, it would be recorded and signed by the service engineer of Facilitator and Department representative. Format for keeping this record will

be as per the Annexure-III. The facilitator has to install application software, for call registration, monitoring and calculation of downtime of each call/system and for generation of necessary periodic up time/down time reports.

5.5. The equipment handed over on completion of contract

The equipment shall be handed over back to the Department by Facilitator after the contract period, in good working condition.

6.0. Review:

Periodical reviews will be taken by APTS/ ITE&C Department from time to time

Page 21: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 21

7.0. Pre- qualifications of the tenders:

The bidder shall possess the following minimum qualifications:

a) The bidder shall have at least 5 years of experience as on bid calling date in all

of the following areas: i. Maintenance of servers and computer systems

ii. Maintenance of peripherals like laser/deskjet and dot matrix-printers

iii. Maintenance of UPS

iv. Maintenance of networking devices like I/Os, hubs, switches & network

cabling, routers, modems etc.

v. Maintenance of system software such, MS Exchange and Windows OS.

Maintenance of RDBMS such as Oracle, SQL Server,

vi. Help Desk Management & Multi-vendor hardware management.

vii. Handling of various servers with services running on them

viii. Handling virus through anti-virus tools.

ix. Handling Security issues/audits

x. Experience in providing the “services” defined in the scope of this tender. b) The bidder shall have a turnover of at least Rs. 20 crores in the areas specified in

all the items specified above put together, in each of the 3 financial years i.e. in 2010-11, 2011-12 and 2012- 2013. The turnovers in any other areas of IT will be ignored for the purposes of the technical evaluation (Chartered Accountant

certificate as proof turnover showing the services mentioned at Clause 7.0.a specifically is also accepted).

c) Bidder should have experience in maintaining at least one site/one client in a single agreement/ contract having minimum 1300 PCs or Higher in each of the past three financial years (2010-11, 2011-12 and 2012- 2013).

d) The bidder should have registered H.O/Branch office at Hyderabad and running for the last one year as on bid calling date.

e) The bidder shall enclose documentary proof of his qualifications to the tender in forms P1, P2, P3,P4 and for all the qualification conditions mentioned at Clause 7.0

f) Bidder should give a Declaration that the Bidder has not been debarred/ blacklisted as on bid calling date by any Central or State Govt. / Quasi –Govt. Departments or organizations for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices as per Format given in Form P4. The bidder should not have any legal disputes with ITE&C or associated depts. including APTS at the time of bidding.

g) APTS/ITE&C Department, reserves their right in not considering a bid of the bidder, if such bidder was a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count

Note: Relevant proof documents in support of above should be furnished along with Pre-

qualification bid.

Page 22: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 22

8.0. Statement of important limits/values related to bid

No. Item Description

1 EMD (DD/BC/BG) Rs. 10 lakhs in favour of MD,APTS

2 EMD validity Period a) EMD (DD/BC/BG) should be valid for a period of three

months from the date of issue of pre-bid minutes / latest

corrigendum / addendum whichever is latest. BG Should be

valid for 45 days beyond bid validity period.

Note-a) EMD Particulars to be furnished in the Annexure-

EMD and DD/BC/BG from Nationalized / Scheduled / RBI

approved private scheduled banks, taken from Hyderabad

branch only.

b) DD/BC/BG from Cooperative banks are not acceptable

3 Bid validity period 90 days from the date of opening of bids

4 Period for signing contract Within 10 days from date of receipt of notification of

award

5 Contract Period: 2 years from the

date of agreement.

The evaluation will be done for 2 years cost from

01-03-2014 to 29-02-2016 for FM & AMC considering

the following components:

1. Total FM value for 2 years.

2. Total AMC value of items in Annexure- I for 2

years.

3. Total AMC value of items in Annexure- II for 2

years (i.e. Pro rata AMC value up to warranty period

+ Pro rata AMC value after warranty is expired).

6 Variation in quantities a) For AMC Variation in quantities - +/- 25% b) For contract period: The department may extend the

contract period by another 6 months if required, at

the end of the contract.

c) For FMS: IT&C department/APTS may take

additional man power as per the quoted cost of the

facilitator for these projects or other projects in

Hyderabad during the contract period.

7 Period for furnishing performance

security

Within 7 days from data of receipt of notification of

award

8 Performance security value 10 % of project cost for entire contract period

9 Performance security validity

period

60 days beyond contract period.

10 Payment terms Quarterly at the end of each quarter

Page 23: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 23

11 Penalty 1. Beyond permissible down time, 0.50% of quarterly

maintenance charges per hour or part thereof for the

machine which is down or deemed down subject to a

maximum of 100% of quarterly maintenance charges,

for the machine which is down or deemed down.

2. If facilitator fails to carryout preventive

maintenance during the Qtr, 50 % of QMC for that

machine shall be levied as penalty.

3. Proportionate daily amount shall be deducted for each

day absence of facility management staff.

12 Conditional bids Not accepted, liable for rejection of bid

Page 24: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 24

9.0. Handing over of equipment:

a. On the date of signing the agreement, the bidder should keep ready the

approved inventory with the purchase value indicated there on, which will be the basis for calculation of MS charges.

b. From the date of signing the agreement, the Facilitator should take over the MS of all the systems and extend the FMS.

c. The Department will provide access to the inventory of all locations from the date of agreement.

d. The Facilitator should position the Engineers with requisite qualification as agreed for MS and for Facility Management Services separately from the date of signing the agreement.

i. The Facilitator should maintain the following Registers at SNU. ii. Attendance Register for FMS staff

iii. Call Maintenance Register

iv. Spare Parts Register v. Any other Register as prescribed by the Department or its

representatives. e. The Service provider has to supply & install a fingerprint Biometric

device for monitoring the attendance of the FM personnel using the attendance monitoring software installed on the desktop provided by the ITE&C Deptt.

f. The work being done by the Facilitator will be inspected by the representative of department and or APTS.

g. The Facilitator should generate necessary MIS reports on maintenance & FMS from time to time as required by the Department.

h. Any additional LAN/ electrical cabling/works for computer systems should be taken up by the service provider as per latest APTS rates. Alternatively APTS will provide the vendor with martial and the facilitator should coordinate with the Vendor.

Page 25: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 25

10.0. Bidding procedure :

10.1. Bid submission Offers should be made in three parts namely, “Pre-qualification bid”, “Technical bid” and “Financial bid” and in the format given in bid document. Each offer should be placed in a separate envelope super scribed “Pre-qualification bid”, "Technical bid" and "Financial bid", as the case may be, followed by the title mentioned above against " tender call:"

a. EMD should be enclosed in the “Pre-qualification bid” envelope.

b. Name of the vendor and contact address should also be written on the

envelope.

c. Tenders will be accepted only from those who have received/ purchased

bid document from APTS.

d. All correspondence should be with APTS contact person.

e. A complete set of bidding documents may be obtained by interested

bidders from the APTS contact person upon payment of the bid document

price which is non-refundable. Payment of bid document price should be

by demand draft / cashier's cheque or certified cheque drawn in favor of

"The Managing Director, Andhra Pradesh Technology Services Ltd." and

payable at Hyderabad (India). The document can be picked up by courier

designated by the interested bidder.

10.2. Pre-qualification bid: It shall include the following information about the firm and/or its

proposal.

a. General information on the bidder’s company in Form P-1

b. Turn over details in relevant field in Form P-2

c. List of major customers in support of turnover in Form P-3

d. Declaration regarding clean track record in Form-P4

e. Bid letter form

10.3. Technical Bid:

a. Check list in Form T-1

b. Details of FM engineer proposed for the project in Form T2.

c. Un-priced bill of material in Form-T3

10.4. Financial bid:

The financial bid should provide cost calculations corresponding to unit price of each item of the schedule in the Form F-1 and F-2.

10.5. Pre-bid Meeting: All those bidders who had purchased bid document can participate in the meeting to seek clarifications on the bid, if any.

10.6. Bid evaluation procedure:

Bids would be evaluated for entire Schedule. Bidders should offer prices for all the items of Schedule and for the full quantity of an item of Schedule

Page 26: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 26

failing which such bid will not be considered. Technical bid documentation should be in the prescribed format. If a vendor has any comment to offer about the procedural aspects of this tender, it should be intimated to APTS during the pre-bid meeting. In case the schedule or procedure of tender processing is revised, the same shall be communicated by telephone, fax, and courier as the case may be to all vendors who have purchased the bid document.

10.7. Opening of bids: Immediately after the closing time, the APTS contact person shall open the pre-qualification bid, and list them for further evaluation. The ‘technical bid’ covers and ‘financial bid’ covers shall be listed and put into a box sealed

according to APTS procedure. The sealed box of technical bids and financial bids shall be in custody of a designated officer for opening after evaluation of pre-qualification bids. The Technical bids of only those bidders who qualify in the pre-qualification bid will be opened. After evaluation of technical bids, the financial bids of only those bidders who qualify in technical evaluation

will be opened. Any participating vendor may depute a representative to witness these processes.

10.8. Pre-qualification bid documentation: The Pre-qualification bid documentation shall be evaluated in two sub-steps. Firstly, the documentation furnished by the vendor shall be examined prima

facie to see if the technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of this project. In the second step, APTS may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical

faculties to verify claims made in Pre-qualification bid documentation.

10.9. Technical bid documentation: Technical bid documentation shall be evaluated in two sub-steps. Firstly, the documentation furnished by the vendor shall be examined prima facie to see if the product /services offered, technical skill base and financial capacity and

other vendor attributes claimed therein are consistent with the needs of this project. In the second step, APTS may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in technical bid

documentation.

10.10. Financial bid: Final choice of firm to execute the project shall be made on the basis of conformity to technical requirements, appropriateness of the services offered, capability of bidder to execute and service the project and appropriateness of financial offer from the point of view of cost-effectiveness over the entire contract period for the product/services.

Page 27: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 27

11.0. General instructions to bidders.

In this context, the following terms shall be interpreted as indicated. Terms defined in general instructions to bidders section shall have the same meaning.

11.1. Definitions:

a. Tender call or invitation for bids, means the detailed notification seeking a

set of solution(s), service(s), materials or any combination of them. b. Two part bid means the pre qualification/technical bid and financial bids put

in separate covers and their evaluation is sequential. c. “Contract" means the agreement entered into between the APTS and the

vendor, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

d. “Contract price" means the price payable to the vendor under the contract for the full and proper performance of its contractual obligations;

e. "Incidental services" means those services ancillary to the supply of the goods and services, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other such obligations of the vendor covered under the contract;

f. “GCC” means the general conditions of contract contained in this section.

g. “SCC” means the special conditions of contract if any.

h. "APTS" means the Andhra Pradesh technology Services Ltd.

i. “Purchaser/ User” means ultimate recipient of goods and services j. “Project site”, where applicable, means the place(s) where goods/services are

to be made available to user. k. “Day” means calendar day. l. “Specification” means the functional and technical specifications or

statement of work, as the case may be. m. Firm means a company, authority, cooperative or any other organization

incorporated under appropriate statute as is applicable in the country of incorporation.

n. Bidder means any firm offering the solution(s), service(s) and/or materials required in the tender call. The word vendor when used in the pre award period shall be synonymous with bidder and when used after award of the contract shall mean the successful bidder with whom APTS signs the contract for rendering of goods and services.

o. Pre- qualification and Technical bid means that part of the offer that

provides information to facilitate assessment, by APTS, professional,

technical and financial standing of the bidder, conformity to specifications etc.

p. Financial bid means that part of the offer that provides price schedule, total

project costs etc. q. Three part bid means the pre-qualification bid, technical and financial bids

are put in separate covers and their evaluation is sequential.

r. Composite bid means a bid in which the technical and financial parts are

combined into one format but their evaluation is sequential.

s. Goods and services mean the solution(s), service(s), materials or a

combination of them in the context of the tender call and specifications.

Page 28: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 28

t. The word goods when used singly shall mean the hardware, firmware

component of the goods and services.

u. The word manufacture when used in the context of services shall mean

“performance” and in case of solution(s) shall mean “worked out”,

“developed” or “executed” depending on context. v. Government: “Government” means Government of Andhra Pradesh,

represented by Secretary to Govt., Information Technology Electronics &

Communications Department in the scope of this tender document.

w. Facilitator: “Facilitator” means the successful vender to whom job will be

awarded for total maintenance and management of APSCAN.

x. Inventory: "Inventory" means all the systems, peripherals & Network

equipment existing at the AP Secretariat Campus Network and accepted by

the facilitator and APTS and similar further additions if any in future.

11.2. General eligibility

a. This invitation for bids is open to all firms both from within and outside India,

who are eligible to do business in India under relevant Indian laws as is in force at the time of bidding subject to Pre qualifications.

b. Bidders marked/considered by APTS to be ineligible to participate for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

c. Breach of any instructions of bidding or contract with APTS or any of its user organizations in past or in this case may make a firm ineligible to participate in bidding process.

11.3. Bid forms

a. Wherever a specific form is prescribed in the bid document, the bidder shall

use the form to provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

b. For all other cases the bidder shall design a form to hold the required information.

11.4. Cost of bidding

a. The bidder shall bear all costs associated with the preparation and submission of its bid, and APTS will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

b. Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in the rejection of its bid.

11.5. Clarification of bidding documents

a. A prospective vendor requiring any clarification of the bidding documents may notify APTS contact person. Written copies of the APTS response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders that have received the bidding documents.

Page 29: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 29

b. The concerned person of APTS will respond to any request for clarification of bidding documents which it receives no later than bid clarification date mentioned in the notice prior to deadline for submission of bids prescribed in the tender notice. No clarification from any bidder shall be entertained after the close of date and time for seeking clarification mentioned in tender call notice. It is further clarified that APTS shall not entertain any correspondence regarding delay or non receipt of clarification by bidder.

11.6. Amendment of bidding documents

a. At any time prior to the deadline for submission of bids, APTS, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment.

b. All prospective bidders those have received the bidding documents will be notified of the amendment and such modification will be binding on all bidders.

c. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the APTS, at its discretion, may extend the deadline for the submission of bids.

11.7. Period of validity of bids

a. Bids shall remain valid for the days or duration specified in the bid document, after the date of bid opening prescribed by APTS. A bid valid for a shorter period shall be rejected as non-responsive.

b. In exceptional circumstances, the APTS may solicit the bidders' consent to c. An extension of the period of validity. The request and the responses thereto

shall be made in writing. The bid security shall also be suitably extended. A bidder granting the request will not be permitted to modify its bid.

11.8. Submission of bids

a. The bidders shall seal the pre-qualification, technical and financial or composite bids in separate envelopes, duly marking the envelopes as "Pre-qualification", “Technical bid" and "Financial bid", and “Composite bid” as the case may be.

b. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall: Deadline for submission of bids

i. Be addressed to the APTS at the address given in the tender call;

ii. Bear the project name/title indicated in the tender call, and bear a

statement for -

iii. Pre-qualification bid “Do not open before bid opening day and time”,

iv. Technical OR Composite bid “Do not open until evaluation of Pre-

qualification bid”,

v. Financial bid “ Don't open until evaluation of technical bid”

vi. The outer envelopes shall clearly indicate the name and address of the

bidder to enable the bid to be returned unopened in case it is declared

"late".

vii. If the outer envelope is not sealed and marked as required above, APTS

will assume no responsibility for the bid's misplacement or premature

opening.

viii. Bid shall be submitted at O/o APTS, 1st Floor, BRKR Bhvan,Tank

bund road, Hyderabad

Page 30: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 30

11.9. Deadline for submission of bids

a. Bids must be received by the APTS contact person no later than the bid submission date and time specified in the tender call notice.

b. The APTS may, at its discretion, extend this deadline for the submission of bids by amending the tender call, in which case all rights and obligations of the APTS and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

11.10. Late bids

Any bid not received by the APTS contact person by the deadline for submission of bids will be rejected and returned unopened to the bidder.

11.11. Modification and withdrawal of bids

a. The bidder may modify or withdraw its bid after the bid's submission, provided

that written notice of the modification including substitution or withdrawal of the bids is received by the APTS prior to the deadline prescribed for submission of bids.

b. The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar to the original bid.

c. No bid can be modified subsequent to the deadline for submission of bids. d. No bid can be withdrawn in the interval between the deadline for submission of

bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval may result in the forfeiture of its bid security (EMD).

11.12. Preparation of Pre-qualification bid

It shall contain of the following parts:

a. General business information

b. Turnover details

c. Major clients’ details

d. Bid security (EMD)

11.13. General business information:

The bidder shall furnish general business information to facilitate assessment of its professional, technical and commercial capacity and reputation.

11.14. Bid security i.e. earnest money deposit (EMD)

a. The bidder shall furnish, as part of its bid, a bid security for the amount specified in the tender call notice.

b. The bid security is required by APTS to:

i. assure bidder's continued interest till award of contract and ii. Conduct in accordance with bid conditions during the bid evaluation

process. c. The bid security shall be in Indian rupees and shall be a bank guarantee, or an

irrevocable letter of credit or cashier’s certified check, issued by a reputable bank scheduled in India and having at least one branch office in Hyderabad

Page 31: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 31

d. Unsuccessful bidder's bid security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by APTS.

e. The successful bidder's bid security will be discharged upon the bidder signing the contract, and furnishing the performance security,

f. The bid security may be forfeited: i. if a bidder withdraws its bid during the period of bid validity or

ii. in the case of a successful bidder, if the bidder fails: A. To sign the contract in time; (or) B. To furnish performance security.

11.15. Preparation of technical bid

It shall consist the following parts.

a. Acceptance / Deviation statement

b. Statement of technical staff.

c. Plan and methodology for execution of project.

11.16. Preparation of financial bid

a. Overview of financial bid

The financial bid should provide cost calculations corresponding to each component of the project.

b. Bid prices

i. The bidder shall indicate the unit prices (where applicable) and the

total bid price of the goods/services it proposes to supply under the

contract.

ii. The bidder shall indicate Basic Prices and taxes, duties etc. separately

(if required) in the form prescribed.

iii. Bidder’s separation of price components will be solely for the purpose

of facilitating the comparison of bids by APTS and will not in any way

limit the purchaser’s right to contract on any of the terms offered.

iv. Prices quoted by the bidder shall be fixed during the bidder’s

performance of the contract and not subject to variation on any

account unless otherwise specified in the tender call. A bid submitted

with an adjustable price quotation will be treated as non responsive

and will be rejected.

c. Bid currency:

Prices shall be quoted in Indian rupees.

Page 32: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 32

12.0. Standard procedure for opening and evaluation of bids

12.1. Outline of bid evaluation procedure: a. The bid opening and evaluation process will be sequential in nature. Means

that bidder must qualify a particular stage to be eligible for next stage.

Immediately after the closing time, the APTS contact person shall open the

Pre-qualification bids and list them for further evaluation. The Technical and financial bid covers shall be listed and put into a bag to be sealed according to APTS procedure. The sealed bag of technical and financial bids shall be in custody of a designated officer for opening after evaluation of Pre-qualification bids. Thereafter, Technical bids of qualified bidders will be

opened, keeping financial bid in sealed bag. Finally financial bids of those bidders will be opened who are short listed in technical evaluation.

b. In case of composite bid - technical and financial bids combined together, first technical evaluation will be done followed by financial evaluation of only those bids which have qualified in technical evaluation.

c. Any participating vendor may depute a representative to witness these processes.

d. The standard procedure, described here will stand appropriately modified, in view of special procedures of bid evaluation as mentioned in tender call or elsewhere in this bid document or APTS may deviate from these in specific circumstances if it feels that such deviation are unavoidable, or will improve speed of processing and consequent project execution.

12.2. Opening of bids

a. Bids will be opened in the presence of bidder’s representatives, who choose to

attend. The bidder representatives who are present shall sign a register

evidencing their attendance.

b. The bidders names, bid modifications or withdrawals, discounts, and the

presence or absence of requisite bid security and such other details as the

APTS officer at his/her discretion, may consider appropriate, will be

announced at the opening. No bid shall be rejected at bid opening, except for

late bids, which shall be returned unopened.

c. Bids that are not opened and read out at bid opening shall not be considered

further for evaluation, irrespective of the circumstances. Withdrawn bids will

be returned unopened to the bidders.

12.3. Clarification of bids:

During evaluation of the bids, APTS may, at its discretion, ask the bidder for clarification of its bid.

12.4. Preliminary examination:

a. Preliminary scrutiny will be made to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

b. Arithmetical errors will be rectified on the following basis. If there is a

Page 33: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 33

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the vendor does not accept the correction of the errors, its bid will be rejected and its bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.

c. APTS may waive any minor informality, nonconformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

d. Prior to the detailed evaluation, APTS will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations.

e. If a bid is not substantially responsive, it will be rejected by the APTS and may not subsequently be made responsive by the bidder by correction of the nonconformity.

12.5. Evaluation of Pre-qualification bids:

Pre - qualification bid documentation shall be evaluated in two sub-steps.

a. Firstly, the documentation furnished by the vendor will be examined prima

facie to see if the technical skill base and financial capacity and other

vendor attributes claimed therein are consistent with the needs of this

project.

b. In the second step, APTS may ask vendor(s) for additional information, visit

to vendors site and/or arrange discussions with their professional,

technical faculties to verify claims made in technical bid documentation.

12.6. Technical bid documentation:

Technical bid documentation shall be evaluated in two sub-steps.

a. Firstly, the documentation furnished by the vendor will be examined prima

facie to see if the offer made, technical skill base and financial capacity and

other vendor attributes claimed therein are consistent with the needs of this

project.

b. In the second step, APTS may ask vendor(s) for additional information, visit

to vendors site and/or arrange discussions with their professional, technical

faculties to verify claims made in technical bid documentation.

c. As part of Technical bid, the bidders who qualify the pre-qualification criteria

would be invited for giving a technical presentation, which would be

evaluated by the Technical-cum-Purchase Committee.

The Financial bids of only those bidders who qualify in the Technical stage including

technical presentations would be opened.

Page 34: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 34

The bidders have to be judged by certain technical parameters, as per the

weightage given as under:

i. Server & Storage Management

ii. Network & Security Management

iii. Desktop Management

iv. Mail management

v. Use of management tools (EMS)

vi. Escalation Matrix and Management

vii. Implementation plan Deployment of additional manpower for

maintenance

viii. Efficient use of current Technologies

ix. Migration to future Technologies &to SDC

x. Quality certifications like ISO 9001:2000, ISO/IEC27001:2005.

Each of the above parameter would carry 10 marks each, and a bidder has to

score 70 % marks to qualify in the Technical Stage. Necessary documents to

be submitted under Form-T4 (Bidder Format) along with Technical Bids.

12.7. Evaluation of financial bids

Financial bids of those vendors who satisfy all phases of the pre-qualification and technical bid and corresponding to chosen technical bid choices will only be opened. All other financial bids will be ignored. APTS will assess the nature of financial offers and may pursue any or all of the options mentioned under financial bid.

12.8. Evaluation and comparison of financial bids

a. Evaluation of financial bids will exclude and not take into account any offer

not asked for or not relevant to the present requirements of user.

b. Evaluation of financial bid will take into account, in addition to the basic bid

price, one or more of the following factors

i. The projected costs for the entire contract period;

ii. Past track record of bidder in supply/ services and

iii. Any other specific criteria indicated in the tender call and/or in the

specifications.

12.9. Contacting APTS

a. Bidder shall not approach APTS officers outside of office hours and / or

outside APTS office premises, from the time of the tender call notice to the

time the contract is awarded.

b. Any effort by a bidder to influence APTS officers in the decisions on bid

evaluation, bid comparison or contract award may result in rejection of the

bidder's offer and bidder may also marked as ineligible for future bids. If the

Page 35: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 35

bidder wishes to bring additional information to the notice of the APTS, it

should do so in writing.

12.9.1 Award criteria

Final choice of firm to execute this project shall be made on the basis of

conformity to technical requirements, appropriateness of the product/services

offered, appropriateness of financial offer from the point of view of cost-

effectiveness, total cost of ownership over entire contract period for the

product/services and past track record of bidder.

12.9.2 APTS’ right to vary quantities at time of award

APTS reserves the right at the time of award to increase or decrease the

quantity, as indicated in tender call, from the quantity of goods and services

originally specified in the specification without any change in unit price or

other terms and conditions.

12.9.3 APTS’ right to accept any bid and to reject any or all bids.

APTS reserves the right to accept or reject any bid, and to annual the bidding

process and reject all bids at any time prior to award of contract, without

thereby incurring any liability to the affected bidder(s) or any obligation to

inform the affected bidder(s) of the grounds for such decision.

12.9.4 Notification of award

a. Prior to expiration of the period of bid validity, APTS will notify the

successful bidder in writing, that its bid has been accepted.

b. Upon the successful bidder's furnishing of performance security, APTS will

promptly notify each unsuccessful bidder and will discharge its bid security.

12.9.5 Signing of contract

a. At the same time as the APTS notifies the successful bidder that its bid has

been accepted, the APTS will send the bidder the contract Form provided in

the bidding documents, incorporating all agreements between the parties.

b. On receipt of the Contract Form, the successful bidder shall sign and date the

contract and return it to the APTS.

12.10. Performance security

a. On receipt of notification of award from the APTS, the successful bidder shall

furnish the performance security in accordance with the conditions of

contract, in the performance security form provided in the bidding documents

or in another form acceptable to the APTS.

b. Failure of the successful bidder to sign the contract, proposed in this

document and as may be modified, elaborated or amended through the award

letter, shall constitute sufficient grounds for the annulment of the award and

forfeiture of the bid security, in which event the APTS may make the award to

another bidder or call for new bids.

Page 36: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 36

12.11. Corrupt, fraudulent and unethical practices

a. “Corrupt practice” means the offering, giving, receiving or soliciting of

anything of value to influence the action of a public official in the process of

contract execution and

b. “fraudulent practice” means a misrepresentation of facts in order to influence

a procurement process or the execution of a contract to detriment of the

purchaser, and includes collusive practice among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive

levels and to deprive the Purchaser of the benefits of free and open

competition:

c. “Unethical practice” means any activity on the part of bidder which tries to

circumvent tender process in any way. Unsolicited offering of discounts,

reduction in financial bid amount, upward revision of quality of goods etc

after opening of financial bids will be treated as unethical practice.

d. APTS will reject a proposal for award and also may debar the bidder for

future tenders in APTS, if it determines that the bidder has engaged in corrupt,

fraudulent or unethical practices in competing for, or in executing a contract.

Page 37: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 37

13.0. General conditions of proposed contract (GCC)

13.1. Application

These general conditions shall apply to the extent that they are not superseded

by provisions of other parts of the contract.

13.2. Payments

a. The payment shall be made at the end of each quarter on quarterly basis

within a month after receipt of invoice and on satisfactory completion of

maintenance for each quarter, subject to production of necessary certificate

from the Officer authorized by the Information Technology Electronics &

Communications Dept., and after deducting the down time penalty if any and

other recoveries if any.

b. For the purpose of the convenience, quarters synchronize with the calendar

quarter will be followed for making payment due on 1st July, 1st October, 1st

January and 1st April.

c. The payment authority is MD., APTS.

13.3. Call Registration and Completion

a. Facilitator will acknowledge each call with a unique call no. which is to be

used for reference in future.

b. Completion of calls will be certified by the user.

c. Facilitator will prepare the call service slip in triplicate. This will be signed by

the user. One copy will be given to the user, one copy will be furnished to the

ITE & C Department and the third copy will be retained by Facilitator. Call

monitoring software report supported by these documents will be used to

work out downtime for penalty calculations.

13.4. Other terms and conditions

a. The Facilitator shall comply with such directions as the user may issue from

time to time for the smooth working and in the furtherance of the overall

objective.

b. The Facilitator shall be solely responsible for all acts of omission and

commission occasioned by his personnel in carrying out the terms of the

agreement.

c. The Facilitator or his personnel shall not use or cause to be used, the data or

information provided to him or acquired by him during the process of

providing services for any purpose, whatsoever, except for, which is required

to perform the job as required in the agreement . Such data or information

shall be surrendered to the Department at the expiry of the agreement.

d. In case the Facilitator is not able to rectify any of the problems, it shall be

competent for the Department or APTS to get the same rectified by the

manufacturer or any other suitable agency and recover 125% of the amount

incurred by the Department in the process, from the Facilitator by way of

deduction from the quarterly charges payable to the Facilitator or from

Performance Security or both.

Page 38: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 38

13.5. Delays in the service provider’s performance

a. Delivery of the services shall be made by the Vendor in accordance with the

service quality specified by APTS in the bid document.

b. Any delay by the vendor in the performance of its obligations under the

contract, shall render the vendor liable to the imposition of liquidated damages

at a rate as indicated in bid document.

c. If at any time during performance of the Contract, the Vendor should

encounter conditions impending timely performance of services, the Vendor

shall promptly notify the APTS in writing of the fact of the delay, its likely

duration and its cause(s). As soon as practicable after receipt of the vendor's

notice, APTS shall evaluate the situation and may at its discretion extend the

Vendor's time for performance, with or without liquidated damages.

13.6. Liquidated damages

If the Vendor fails to perform any one or all the services within the time

period(s) specified in the Contract, the APTS shall, without prejudice to its

other remedies under the Contract, deduct from the amount payable to vendor

or from performance/implementation guarantee or from both as liquidated

damages, a sum equivalent to, as per the terms indicated in the bid document,

until actual delivery or performance, subject to maximum limit. Once the

maximum is reached, the APTS may consider termination of the contract.

13.7. Implementation Guarantee / Performance Security

a. Within the number of days indicated in the bid document, from the date of

issue of letter of intent from APTS /user, Facilitator should submit Security

deposit for an amount indicated in the bid document (Statement of important

limits/values)

b. The proceed of the performance security shall be payable to the APTS as

compensation for any loss resulting from the Facilitator's failure to complete

its obligations under the contract.

c. The performance security shall be denominated in Indian rupees or in a freely

convertible currency acceptable to APTS and shall be in one of the following

forms:

d. A bank guarantee or an irrevocable letter of credit, issued by a reputed bank

located in India with at least one branch office in Hyderabad, in the form

provided in the bidding document or another form acceptable to the APTS; or

e. A cashier's cheque or banker's certified cheque or crossed demand draft or pay

order drawn in favor of the APTS.

f. The performance security will be discharged by the APTS and returned to the

Vendor not later than thirty (30) days following the date of completion of all

formalities under the contract.

g. In the event of any contract amendment, the vendor shall, within 15 days of

receipt of such amendment, furnish the amendment to the performance

security, rendering the same valid for the balance duration of the Contract.

Page 39: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 39

13.8. Termination for Default

a. APTS, without prejudice to any other remedy available for breach of Contract,

may terminate the Agreement in whole or in part, by a 30 days’ notice in

writing to the Facilitator, for any one or all of the following. On such

termination, in addition to any other remedy available under the contract, the

EMD, Implementation/ performance Security will be liable for forfeiture.

i. If the Facilitator fails to maintain the systems to the minimum assurance

quality as per the scope of the work or

ii. If the Facilitator fails to provide all or any of the Contracted services as

per service standards specified in the Agreement, or

iii. If the Facilitator fails to perform any other obligation(s) under the

Agreement, or

iv. If the Facilitator, in the judgment of the Dept., or APTS has engaged in

corrupt, fraudulent or unethical practices in competing for or in executing

the Contract.

b. The APTS shall issue a notice explaining the nature of violations committed

by the Facilitator and afford an opportunity to the Facilitator to represent his

case, before termination of the agreement.

c. In the event APTS terminates the Agreement in whole or in part, APTS may

procure, upon such terms and in such manner as it deems appropriate, services

similar to those undelivered, and the Facilitator shall be liable to pay to APTS

for any excess costs incurred for procuring such similar services. However,

the Facilitator shall continue performance of the Agreement to the extent not

terminated.

13.9. Termination for Insolvency

If the Facilitator becomes bankrupt or otherwise insolvent, APTS., may at any

time terminate the Contract by giving written notice of 30 days to the

Facilitator. In this event, termination will be without compensation to the

Facilitator, provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or will accrue thereafter to the

APTS.

13.10. Termination for Convenience

APTS., may, by written notice to the Facilitator, terminate the Contract, in

whole or in part, at any time for its convenience. The notice of termination

shall specify that the termination is for its convenience, and the extent to

which performance of the Facilitator under the Contract is completed.

In such an event, the APTS., may elect to pay to the Facilitator, a mutually

agreed amount for partially completed services, within 30 days from the date

of termination of contract.

Page 40: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 40

13.11. Force Majeure

a. The Facilitator shall not be liable for forfeiture or levy of Liquidated

Damages, or termination for default if and to the extent that its delay in

performance or other failure to perform its obligations under the Agreement in

the result of Force Majeure.

b. For purposes of this Clause, “Force Majeure” means an unforeseeable event

beyond the control of the Facilitator and not involving the Facilitator’s fault or

negligence.. Such events shall include, but are not restricted to, acts of the

APTS., in its sovereign capacity, war or revolutions, fires, floods, epidemics,

quarantine restrictions and freight embargoes.

c. If a Force Majeure situation arises, the Facilitator shall promptly notify the

APTS., in writing of such condition and the cause thereof. Unless otherwise

directed by the APTS., in writing, the Facilitator shall continue to perform its

obligations under the Contract as far as is reasonably practical, and shall seek

all reasonable alternative means for performances.

Note: Damage to any system due to Electrical fluctuations will not be

covered

13.12. Assignment & Sub Contracts

The Facilitator shall not assign, in whole or in part, its rights and

obligations to perform under this Contract to any third party.

13.13. Amendment to the Agreement

Amendments to the Agreement may be made by mutual agreement by both

the parties. No variation in or modification in the terms of Contract shall be

made except by written amendment signed by both the parties.

13.14. Applicable Law

The Agreement shall be interpreted in accordance with appropriate Indian

laws.

13.15. Resolution of Disputes

a. APTS and the Facilitator shall make every effort to resolve amicably by direct

informal negotiations any disagreement or dispute arising between them under

or in connection with the Agreement

b. If, with in thirty (30) days from the commencement of such informal

negotiations, parties are unable to resolve dispute amicably, either party may

approach for resolution to the formal mechanisms, which may include, but are

not restricted to, conciliation mediated by a third party, or in accordance with

the Arbitration and Conciliation Act, 1996

c. All Arbitration proceedings shall be held within the Jurisdiction of Hyderabad

(AP) and the language of the arbitration proceedings and that of all documents

and communications between the parties shall be in English language.

Page 41: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 41

13.16. Use of Contract Documents and Information

a. The Facilitator or its employee shall not without prior written consent from

APTS., disclose the Agreement or any provision thereof or any specification,

plans, drawings, pattern, samples or information furnished by or on behalf of

APTS., to any party during the contract and thereafter. Disclosure of such

information to its employee shall be made in confidence and shall extend only

so far, as may be necessary for such performance.

b. The Facilitator shall not without prior written consent of APTS., make use of

any document or information made available for the project except for

purposes of performing the contract and no more.

c. All project related documents issued by APTS., other than the Agreement

itself shall remain the property of APTS., and shall be returned (all copies) to

APTS., on completion of the Facilitator’s performance under the Agreement,

if so required by the APTS

13.17. Governing Language

All correspondence and documents pertaining to the Agreement that are

exchanged by the parties shall be written in English or Telugu language.

13.18. Notices:

a. Any notice given by one party to the other pursuant to this Agreement shall be

sent to the other party in writing or by E-mail, Telegram or facsimile and

confirmed in writing to the other party’s address.

b. A notice shall be effective from the date, when it is delivered or tendered or

affixed at a conspicuous place of normal working, whichever is earlier.

13.19. Indemnification

APTS or GoAP will not indemnify for any loss or damages caused to the

vendor or its staff in any form during their performance on the project.

13.20. Taxes and duties

The vendor shall be entirely responsible for all taxes including service taxes

etc. Duties, license fee, Octroi, road permits etc. incurred until delivery of the

contracted Goods/services at the site of the user or as per the terms of tender

document if specifically mentioned.

Page 42: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 42

14.0. Special conditions of proposed contract (SCC)

a. The list of documents to be submitted to APTS is to be provided for processing payment.

i. Invoice

ii. Call reports & Preventive maintenance reports duly attested by the Jt. Director (Infra) in ITE&C Department.

iii. Attendance sheet of the FM personnel duly attested by the Jt. Director (Infra) in ITE&C Dept.

iv. Assets Management report duly attested by the Jt. Director (Infra) in ITE&C Dept.

v. Indemnity bond

b. The bidder should give separate SLA monitoring tool for monitoring calls

including penalty calculations.

c. Bidders are to submit un-priced Form F1 & F2 in the Technical bid. The

facilitator shall be responsible for managing the SLA with CA service desk and

CA IT Client manager including implementation, configuration and monitoring.

Further in the CA suite, Monitoring and maintenance with CA Gateway Security,

Arcserve, eHealth and spectrum will be facilitator’s responsibility.

d. Engineers to be provided for FM by the service provider will be interviewed for their competency before they are deployed. Engineers to be provided for FM by the service provider will be interviewed for their competency before they are deployed, and more than 25% failures in the interview process, would make the service provider disqualified and would be liable for termination under the clause

13.8 “Termination for Default”. The contract would then be offered to the next lowest bidder. Failures less than 25% would be replaced with better resources and would be interviewed for their competency again.

e. All FM personnel of the service provider will invariably should give their

attendance in ITE& C department.

Page 43: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 43

Bid letter form

From:

(Registered name and address of the bidder.)

To:

Andhra Pradesh Technology Services Ltd, Boorgula Ramakrishna Rao Bhavan, B-block, 4th floor, Tank bund road, Hyderabad, AP 500 063, India.

Sir,

Having examined the bidding documents, we the undersigned, offer to provide services/execute the works for the following project in response to your tender call dated ....................... Project title: We undertake to provide services/execute the above project or its part assigned to us in conformity with the said bidding documents for an estimated sum of Rs ................... (Total bid amount in words and figures) which may vary in accordance with the schedule of prices attached herewith and coverage options made by APTS. or its user organization. If our bid is accepted, we undertake to; 1. provide services/execute the work according to the time schedule specified in the bid

document, 2. obtain the implementation/performance guarantee of a bank in accordance with

bid requirements for the due performance of the contract, and 3. Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which

remain binding upon us during the entire bid validity period and bid may be accepted any time before the expiration of that period.

Place: Bidder’s signature

Date: and seal.

Page 44: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 44

Model Contract form

THIS AGREEMENT made the ....... day of ................. (Year) (hereinafter "the USER") of one

part and ............... (Name of Vendor) of ............... (City and Country of Vendor) (hereinafter

"the Vendor") of the other part:

WHEREAS the USER is desirous that certain solution, service and materials, as described in the bid document and briefly outlined below, should be provided by the Vendor. Date of tender call: Title of the project: Brief outline of the work: NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: In this agreement words and expression shall have the same meanings as are respectively assigned to them in the bid document referred to. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz..

a. Notification of award.

b. clarification on bid document issued if any,

c. Bid submitted by successful bidder

d. pre - bid conference minutes if any,

e. bid documents In consideration of the payments to be made by the USER to the Vendor as hereinafter mentioned, the Vendor hereby covenants with the USER to provide the goods and services (solution, service and materials) and to remedy defects therein in conformity, in all respects, with the provisions of the contract. The USER hereby covenants to pay the Vendor 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 by the contract.

Brief particulars of the goods and services which shall be supplied / provided by the Vendor are given in Annexure.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year above written. Signed, and delivered by Signed, and delivered by

for the Vendor.

Vendor’s common seal: For Place Place:

Date: Date:

In the presence of:..........................

Page 45: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 45

APTS. Ref. No.....

Bid security (EMD) form (To be issued by a bank scheduled in India as having at least one branch in

(To be issued by a bank scheduled in India as having at least one branch in Hyderabad)

Whereas...................................... (herein after called "the Bidder") has submitted its bid

dated ......(Date). For the execution of ........................ KNOW ALL MEN by these

presents that WE ................... of ........................ having our registered office

at........................ (hereinafter called the "Bank") are bound unto the Andhra Pradesh

Technology Service Ltd. (hereinafter called "The APTS") in the sum of ................ for

which payment well and truly to be made to the said APTS itself, its successors and

assignees by these presents.

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity or 2. If the bidder, having been notified of the acceptance of its bid by

3. The APTS during the period of bid validity: i. fails or refuses to execute the contract form if required; or ii. fails or refuses to furnish the performance security, in accordance with the

bid requirement;

We undertake to pay the APTS up to the above amount upon receipt of its first written

demand, without the APTS having to substantiate its demand, provided that in its demand

the APTS will note that the amount claimed by it is due to it, owing to the occurrence of

one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of the bid

validity, and any demand in respect thereof should reach the Bank not later than the

above date.

Place: Signature of the Bank and seal.

Date:

Page 46: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 46

APTS Ref. No......

Performance security form

(To be issued by a bank scheduled in India and having at least one branch in Hyderabad )

To: ............................ (Name of USER) WHEREAS ............................ (Name of

Vendor) hereinafter called "the Vendor" has undertaken, in pursuance of Contract

No......... dated, ........ (Date), to supply .................. called "the Contract". AND

WHEREAS it has been stipulated by you in the said Contract that the Vendor shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as

security for compliance with the Supplier's performance obligations in accordance with

the Contract. WHEREAS we have agreed to give the Vendor a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Vendor, up to a total of Rs. .....................and we undertake to pay you, upon your first written demand declaring the Vendor to be in default under the Contract and without cavil or argument, any sum or sums within the limit of Rs............... (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ......... day of ........ (Date) Place: Signature of guarantors and seal. Date:

Page 47: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 47

Form P-1

Bidder Information

1. Name of the organization :

2. Year of establishment :

3. Office Address :

4. Phone No. :

5. Fax No. :

6. Email :

7. Total No. of service centers in AP :

8. Total Support engineers at :

a. At Head office :

b. At branch offices :

9. Details of EMD furnished :

10. Details of certificates enclosed :

Page 48: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 48

Form P -2

Turn over details of Company in FMS and Maintenance.

S.No Description Financial Amount

Year (Rs in Lakhs)

2010 - 2011

2011 - 2012

2012 - 2013

Form P -3

List of Major Customers under FMS and Maintenance Services for 2010 - 11 to 2012 - 13

S.No Full Address Year Description of

Service

Value of service (Rs. In

Lakhs)

Page 49: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 49

Form P –4

Declaration Regarding Clean Track Record

(to be submitted along with Pre-qualification bid)

To,

The Managing Director

Andhra Pradesh Technology Services Limited

4th

Floor, B Block, BRKR Bhavan,

Tankbund Road,

Hyderabad 500063, Andhra Pradesh, India

Sir,

I have carefully gone through the Terms & Conditions contained in the tender document

[No._________________]. I hereby declare that my company/Consortium Partners has

not been debarred/ black listed as on Bid calling date by any Central or State

Government / Quasi Government Departments or Organizations in India for non-

satisfactory past performance, corrupt, fraudulent or any other unethical business

practices. I further certify that I am competent officer in my company to make this

declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 50: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 50

Form T -1 Compliance/agreed/enclosed/ deviation statement.

The following are the particulars of compliance/deviations from the requirements of the tender specifications.( For every item appropriate remarks should be made like Complied, No deviation, Agreed, Enclosed)

Bid document reference Remarks

1. Bid Letter

2. Form P-1

3. Form P-2

4. Form P- 3

5. Form P-4

6. Form T-1

7. Form T-2

8. Form T-3 (Unpriced BoM)

9. Form F-1

10. Form F-2

11. Pre-qualification criterion

12. Technical specifications

13. Financial bid format

14. General instruction to bidders

15. Standard procedure for bid evaluation

16. General condition of proposed

contract(GCC)

17. Special Condition of proposed

Contract(SCC)

The specifications and conditions furnished in the bidding document shall prevail over those of any other document forming a part of our bid, except only to the extent of deviations furnished in this statement. Place: Bidder’s signature

Date : Bidder’s seal

Page 51: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 51

Form - T2

Particulars of personnel proposed for FMS

Sl.No. Employee

Name

Whether

person is

internal or

external

Qualification Designation Total

Experie

nce

Experi

ence

with

the

bidder

Certifi

cates if

any

Note: Enclose C.V. In support of above claim. The bidder should submit the particulars of all

personnel proposed for FMS (100%) along with CVs. Whenever there is a change of manpower,

facilitator has to inform in writing with all the details of the leaving person at least 15 days in advance.

The change / replacement are allowed with the person of equivalent or higher qualification and

experience mentioned in RFP with the concurrence of ITE&C department.

Form T3 (Unpriced Bill of Material)

S.No Item Value (Rs.) Qty.(nos) under

AMC/Warranty

Total value

(Rs.)

Page 52: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 52

Form F – 1 AMC Charges)

S.

No

Item Value

(Rs.)

No. Total

value

(Rs.)

Total QMC ( Rs.) QMC as % of value

per unit

During After During After

Warranty Warranty warranty warranty

Total QMC

Total AMC

(In words : Rs. _______________________________________________________________________ )

Note : Bidders has to give the QMC cost for the equipment under warranty.

Signature of the Bidder with seal

Page 53: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 53

Form – F2 (Manpower charges)

Staff

Position

Quarterly Cost (Rs.) Number Total

Quarterly cost

(Rs.)

Total Charges per quarter Rs.

Total Charges per Annum Rs.

(In words : Rs.

_________________________________________________________________)

Signature of the Bidder with seal

Page 54: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 54

ANNEXURE- 1(a) (Under AMC)

S. No Item Value in Rs

Rs.

Qty

Under

AMC

Total

Value in Rs

Severs

1 Compaq ML Proliant 350(Intel Xeon

2.40GHz/2GB/36GB*3)

360000 10 3600000

2 Dell Poweredge 6650(2 Server at APSDC)(Intel

Xeon 1.60GHz/4GB/36GB*4)

400000 6 2400000

3 HP PROLIANT BL465C(Dual Core AMD

Opteron Processor 2216 HE

2.40GHz/4GB/146GB*2)

400000 2 800000

4 HP PROLIANT BL480C (Intel Xeon

3.20GHz/4GB/146GB*4)

400000 6 2400000

5 HP PROLIANT DL585(Dual Core AMD

Opteron Processor 8220SE

2.81GHz/8GB/146GB*8)

400000 1 400000

6 HP Blade System C7000 Enclosure 196133 1 196133

7 HP PROLIANT ML570 (Intel Xeon

3.0GHZ/4GB/72.8GB*6)

400000 4 1600000

8 HP Storage Works SB40c with 146GBX2 150000 4 600000

9 HP PROLIANT DL580 (Intel Xeon

3.0GHz/8GB/146GB*3)

200000 1 200000

10 HP PROLIANT ML 570 G3 (Intel Xeon

3.0GHz/12GB/72.8GB*6)

200000 2 400000

11 HP PROLIANT ML310 (Intel P4

2.53GHZ/1GB/36GB*4)

100000 2 200000

12 HP Proliant ML570/570G2 (Intel Xeon

3.0GHZ/4GB/72.8*6)

200000 3 600000

13 HP PROLIANT DL380 G3 (INSTAX

Servers/Intel® Xeon 2.8Ghz/1GB/36.4GB*2)

200000 2 400000

Total 44 13796133

Other Items

1 HP LTO3 (Ultrium Tape Drive) 150000 1 150000

Total 150000

Page 55: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 55

Desktops Under AMC

S. No Make Value in

Rs

Quantity

under

AMC

Total

Value in

Rs

1 Acer (Athlon Dual core/Intel Pentium/AMD Athlon

Dual core--2.0GHz/2.31GHz/2.40GHz---

160GB/320GB/500GB Hard disk---

786MB/1GB/2GB RAM---DVD Drive---15"

CRT/17" CRT/15" LCD/18.5" LCD/21" LCD/23"

LCD)

40000 672 26880000

2 Other Desktops/Assembled: Asus-1,Benq-1,Bulzer-

2,Cerebra-2,Compaq Presariao-4,Frontech-2,HP

Compaq-1,Infinity-1,LG-2,PCS-

1,Samsung16,Sony-1,Spice-1,Super computer-

4,Think Center-1,Umax-3,USB Tech-1,Zebronic-1

40000 45 1800000

3 Touch Smart (Lenovo/Sony/Dell/HP)-13 70000 14 980000

4 COMPAQ ( Intel core 2Duo/i3/P4---

2.80GHz/3.30GHz/3.00GHz/2.20GHz---

40GB/80GB/160GB/320GB---256MB/1GB RAM--

-DVD Drive---15.5" CRT/17" CRT/17.5"

LCD/18.5" LCD Monitor)-15,Compaq Presario-4.

40000 19 760000

5 DELL (Intel core2 duo/i3/i5---

2.20GHz/3.20GHz/3.30GHz/3.80GHz---

160GB/320GB/500GB/1TB---2GB/4GB/8GB

RAM---DVD Drive-17"/18.5"/19"/20"/22" LCD

Monitor)

40000 98 3920000

6 HCL (20GB/320GB/256MB/2GB-

1.50GHz/2.93GHz/Intel pentium4/Intel

core2duo/DVD Drive/CD Drive-15"CRT/15.5"

LCD/18.5" LCD)

40000 182 7280000

7 HP(80GB HDD/512MB RAM/2.40GHz/Intel

pentium4/CD Drive

40000 404 16160000

8 IBM (Intel P4---1.80GHz/1.60GHz---

40GB/80GB/160GB---256MB/512MB/1GB RAM-

--CD/DVD Drive---15.5" CRT/15.5" LCD/17"

CRT/17" LCD Monitor)

40000 267 10680000

9 LENEVO (Intel i3---

2.80GHz/2.90GHz/3.20GHz/3.40GHz---

80GB/160GB/500GB---512MB/1GB/2GB RAM---

DVD Drive---17" LCD/18.5" LCD/21" LCD)

40000 47 1880000

10 WIPRO 40000 46 1840000

11 Zenith(CPU 2.31GHz-Intel core2duo/AMD Athlon

Dual core160GB/320GB-1GB/2.80GHz/DVD-

15"CRT/17" LCD)

40000 285 11400000

13 Desktops at AP Bhavan Delhi 40000 82 3280000

14 Desktops at ASSEMBLY 40000 20 800000

Total 2194 88180000

Page 56: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 56

PRINTERS/SCANNERS UNDER AMC

S. No Make (details at Annexure I(C)) Value in

Rs

Quantity

under

AMC

Total

Value in

Rs

1 Brother Laser Jet 146690 1 146690

2 Canon Laser Jet 25000 42 1050000

3 HP Laser Jet 14740 721 10627540

4 KONICA MINOLTA 20000 1 20000

5 Epson 25000 1 25000

6 PANASONIC 25000 1 25000

7 Ricoh 25000 7 175000

8 SAMSUNG Laser Jet 15000 51 765000

9 Scanners 30000 6 180000

10 TVS DMP 15000 2 30000

11 Wipro DMP 12000 4 48000

12 Xerox 20000 10 200000

13 Printer and Scanners at AP Bhavan, Delhi 25000 58 1450000

14 Avision Scanners 40000 13 520000

Total 918 22147230

S. No UPS Under AMC Description Value in

Rs

Quantity

under

AMC

Total

Value in

Rs

1 UPS(Numeric 1.5 KVA-1 No, Numeric 10KVA-4

Nos, Numeric 3KVA-4 Nos, Numeric/Compact/

TATA/APC 5KVA-6 Nos)

285454 15 4281810

2 Numeric 200 KVA UPS (D block

,Ground,1st,2nd,3rd Floor)

1355000 4 5420000

Total 19 9701810

S. No ACs under AMC Description Value in

Rs

Quantity

under

AMC

Total

Value in

Rs

1 ACs (Carrier/ Bluestar/Voltas/LG 1.5 Ton-53 Nos,

Bluestar 2 Ton -17Nos, LG 2.5 ton -2nos, Bluestar-

4.5ton 6nos)

18750 78 1462500

Network Items under AMC

S. No

Make

Value in

Rs

Quantity

under

AMC

Total

Value in

Rs

Page 57: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 57

1. Cisco Router 7200P-IP base-M,Ver-12.4(15) T7,

7206 VXR (NPE-G2) processor (Revision A)

917504KB, Processor Board ID 36655808, PCI bus

MB1 (Slot 1,3&5) , Capacity 600 Bandwidth

Points), PCI bus MB2 (Slot 2,4 &6), Capacity 600

Bandwidth Points)

1500000 1 1500000

2. Cisco 2900 series switch (Access Layer Switches

across APSCAN 9 Blocks)

50000 81 4050000

3. Cisco WIFI 5000 18 90000

4. Ubiquity Niño station 12000 28 336000

5. Cisco Switch WS-C4506 (Floor Switches in D-Blk

& NH-Blk) Sup II+10GE 10GE (X2),1000BaseX

(SFP)(WS-X4013+10G), 10/100BaseTX (RJ45)

(WS-X4148-RJ), 10/100BaseTX (RJ45) (WS-

X4148-RJ), 10/100BaseTX (RJ45) (WS-X4148-

RJ), 10/100BaseTX (RJ45) (WS-X4148-RJ)

1115152 8 8921216

6. Cisco Switch WS-C4507R (K-Blk)1000BaseX

(GBIC) Supervisor(active) (WS-X4515)

1000BaseX (GBIC) Supervisor(standby) (WS-

X4515), 10/100BaseTX (RJ45)(WS-X4148-RJ)

1838932 2 3677864

7. Cisco Switch WS-C6509-E (D-Blk)Supervisor

Engine 720 (Active)(WS-SUP720-3B)

Supervisor Engine 720 (Hot) (WS-SUP720-3B)

SFM-capable 16 port 1000mb GBIC (WS-X6516-

GBIC)

3431341 1 3431341

8. Cisco Switch WS-C6509-E (D-Blk) (Details at

annexure I-b)

6249200 2 12498400

9. Cisco Switch WS-C6509-E (B-Blk) (details at

Annexure I-b

2758934 1 2758934

10. Cisco Switch WS-C6509-E (C-Blk) (details at

Annexure I-b)

2758934 1 2758934

11. Cisco Switch WS-C6509-E (J-Blk) (details at

Annexure I-b)

2823086 1 2823086

12. Cisco Switch WS-C6509-E (L-Blk) (details at

Annexure I-b)

2823086 1 2823086

13. WS-C4510R (Floor Switch at D-Blk) (details at

Annexure I-b

843757 1 843757

14. WS-C4510R (Floor Switch at B-Blk) (details at

Annexure I-b)

1687514 2 3375028

15. WS-C4510R (Floor Switch at D-Blk) (details at

Annexure I-b)

1687514 2 3375028

16. WS-C4510R (Floor Switch at J-Blk) (details at

Annexure I-b)

2531271 3 7593813

17. WS-C4510R (Floor Switch at L-Blk) (details at

Annexure I-b)

2531271 3 7593813

18. WS-C4510R (Floor switch at C-Blk) (details at

Annexure I-b)

1340643 1 1340643

Page 58: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 58

19. WS-C6506-E (Floor switch at A-Blk) CEF720 24

port 1000mb SFP (WS-X6724-SFP), CEF720 4

port 10-Gigabit Ethernet (WS-X6704-10GE)

CEF720 48 port 10/100/1000mb Ethernet (WS-

X6748-GE-TX), Supervisor Engine 720 (Active)

(WS-SUP720-3B), Supervisor Engine 720 (Hot)

(WS-SUP720-3B)

2250730 1 2250730

20. WS-C2960-24TC-L (Access Layer Switches across

APSCAN 9 Blocks)

42544 51 2169744

21. WS-C2960-48TC-L (Access Layer Switches across

APSCAN 9 Blocks)

75679 29 2194691

22. CWLMS-2.5-R-K9 216007 1 216007

23. CWVMS-2.3-R-K9 172784 1 172784

24. Fiber Backbone 1911893 1 1911893

25. Hubs 2750 12 33000

26. RF Link Equipment 74880 2 149760

Total 255 78889552

ANNEXURE I(b) -Networking items-break-up details

S. No Description Quantity under AMC Total Value in Rs

I. Core Switch at Block D (ANNEXURE- 1(a) (Under AMC) Network items S.No. 8 )

1 WS-C6509-E 2 802886

2 S733Z-12218SXD 2 0

3 WS-SUP720-3B 4 1796244

4 MEM-C6K-CPTFL256M 4 57736

5 WS-X6704-10GE 4 1283032

6 XENPAK-10GB-LR 14 898128

7 WS-C6509-E-FAN 2 15878

8 WS-CAC-3000W 4 192456

9 WS-F6700-DFC3B 6 721704

10 WS-X6724-SFP 2 481136

Total 6249200

S. No Description Quantity under AMC Total Value in Rs

II.Ground Switches at Block B (ANNEXURE-1(a) (Under AMC) Network items S.No.9 )

1 WS-C6509-E 1 401443

2 S733Z-12218SXD 1 0

3 WS-SUP720-3B 2 898122

4 WS-X6704-10GE 1 320758

5 XENPAK-10GB-LR 2 128304

6 WS-X6748-GE-TX 1 240568

7 WS-C6509-E-FAN 1 7939

Page 59: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 59

8 WS-CAC-3000W 2 96228

9 WS-F6700-DFC3B 3 360852

10 WS-X6724-SFP 1 240568

11 GLC-SX-MM 8 64152

Total 2758934

S. No Description Quantity under AMC Total Value in Rs

III.Ground Switches at Block C (ANNEXURE- 1(a) (Under AMC) Network items S.No. 10 )

1 WS-C6509-E 1 401443

2 S733Z-12218SXD 1 0

3 WS-SUP720-3B 2 898122

4 WS-X6704-10GE 1 320758

5 XENPAK-10GB-LR 2 128304

6 WS-X6748-GE-TX 1 240568

7 WS-C6509-E-FAN 1 7939

8 WS-CAC-3000W 2 96228

9 WS-F6700-DFC3B 3 360852

10 WS-X6724-SFP 1 240568

11 GLC-SX-MM 8 64152

Total 2758934

S. No Description Quantity under AMC Total Value in Rs

IV.Ground Switches at Block J (ANNEXURE- 1(a) (Under AMC) Network items S.No. 11 )

1 WS-C6509-E 1 401443

2 S733Z-12218SXD 1 0

3 WS-SUP720-3B 2 898122

4 WS-X6704-10GE 1 320758

5 XENPAK-10GB-LR 2 128304

6 WS-X6748-GE-TX 1 240568

7 WS-C6509-E-FAN 1 7939

8 WS-CAC-3000W 2 96228

9 WS-F6700-DFC3B 3 360852

10 WS-X6724-SFP 1 240568

11 GLC-SX-MM 16 128304

Total 2823086

S. No Description Quantity under AMC Total Value in Rs

V.Ground Switches at Block L (ANNEXURE- 1(a) (Under AMC) Network items S.No. 12)

1 WS-C6509-E 1 401443

2 S733Z-12218SXD 1 0

Page 60: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 60

3 WS-SUP720-3B 2 898122

4 WS-X6704-10GE 1 320758

5 XENPAK-10GB-LR 2 128304

6 WS-X6748-GE-TX 1 240568

7 WS-C6509-E-FAN 1 7939

8 WS-CAC-3000W 2 96228

9 WS-F6700-DFC3B 3 360852

10 WS-X6724-SFP 1 240568

11 GLC-SX-MM 16 128304

Total 2823086

S. No Description Quantity under AMC Total Value in Rs

VI.Floor Switches (ANNEXURE- 1(a) (Under AMC) Network items S.No. 13 )

1 WS-C4510R 1 386997

2 PWR-C45-1400AC 1 23977

3 PWR-C45-1400AC/2 1 23977

4 CAB-AC-2800W-INT 2 0

5 WS-X4516-10GE 1 320678

6 S4KL3K9-12225EWA 1 0

7 WS-X4424-GB-RJ45 1 56052

8 GLC-SX-MM 4 32076

Total 843757

S. No Description Quantity under AMC Total Value in Rs

VII.Floor Switches (ANNEXURE-1(a) (Under AMC) Network items S.No. 14 )

1 WS-C4510R 2 773994

2 PWR-C45-1400AC 2 47954

3 PWR-C45-1400AC/2 2 47954

4 CAB-AC-2800W-INT 4 0

5 WS-X4516-10GE 2 641356

6 S4KL3K9-12225EWA 2 0

7 WS-X4424-GB-RJ45 2 112104

8 GLC-SX-MM 8 64152

Total 1687514

S. No Description Quantity under AMC Total Value in Rs

VIII.Floor Switches (ANNEXURE- 1(a) (Under AMC) Network items S.No. 15)

1 WS-C4510R 2 773994

2 PWR-C45-1400AC 2 47954

3 PWR-C45-1400AC/2 2 47954

4 CAB-AC-2800W-INT 4 0

Page 61: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 61

5 WS-X4516-10GE 2 641356

6 S4KL3K9-12225EWA 2 0

7 WS-X4424-GB-RJ45 2 112104

8 GLC-SX-MM 8 64152

Total 1687514

S. No Description Quantity under AMC Total Value in Rs

IX.Floor Switches (ANNEXURE- 1(a) (Under AMC) Network items S.No. 16)

1 WS-C4510R 3 1160991

2 PWR-C45-1400AC 3 71931

3 PWR-C45-1400AC/2 3 71931

4 CAB-AC-2800W-INT 6 0

5 WS-X4516-10GE 3 962034

6 S4KL3K9-12225EWA 3 0

7 WS-X4424-GB-RJ45 3 168156

8 GLC-SX-MM 12 96228

Total 2531271

S. No Description Quantity under AMC Total Value in Rs

X.Floor Switches (ANNEXURE- 1(a) (Under AMC) Network items S.No. 17)

1 WS-C4510R 3 1160991

2 PWR-C45-1400AC 3 71931

3 PWR-C45-1400AC/2 3 71931

4 CAB-AC-2800W-INT 6 0

5 WS-X4516-10GE 3 962034

6 S4KL3K9-12225EWA 3 0

7 WS-X4424-GB-RJ45 3 168156

8 GLC-SX-MM 12 96228

Total 2531271

S. No Description Quantity under AMC Total Value in Rs

XI.Server Farm Switch (ANNEXURE- 1(a) (Under AMC) Network items S.No. 18)

1 WS-C4510R 1 386949

2 PWR-C45-1400AC 1 23977

3 PWR-C45-1400AC/2 1 23977

4 CAB-AC-2800W-INT 2 0

5 WS-X4516-10GE 1 320678

6 WS-X4516-10GE/2 1 320678

7 S4KL3K9-12225EWA 1 0

8 WS-X4306-GB 1 48033

9 WS-X4448-GB-RJ45 1 96147

Page 62: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 62

10 WS-X4424-GB-RJ45 1 56052

11 WS-G5484 6 48114

12 GLC-SX-MM 2 16038

Total 1340643

1 Quantity of racks in server form :

16 server racks (42 U) and 4 network racks

ANNEXURE-1(C) (Printer Under AMC break up details)

Sl.No. Item Quantity

1 Brother MFC-7420 1

2 Canon C2020H XEROX 1

3 Canon 1

4 Canon F157800 1

5 Canon F158200 1

6 Canon IMAGE CLASS 1

7 Canon IR23182 1

8 Canon L11121E 5

9 Canon LaserJet 1000 1

10 Canon LBP 2900 5

11 Canon LBP 2900B 6

12 Canon LBP2900B 6

13 Canon LBP6018B 10

14 Canon LBP6018D 1

15 Canon MF 4450 1

16 Canon XEROX 2020 H 1

17 HP LaserJet 1020 Plus 1

18 HP LaserJet 1606dn 1

19 HP LaserJet 3030 1

20 HP LaserJet P2015dn 1

21 HP Color LaserJet 1515N 3

22 HP Color LaserJet 2600n 1

23 HP Color LaserJet 2605dn 1

24 HP Color LaserJet 5550 1

25 HP Color LaserJet CM1015mfp 4

26 HP Color LaserJet CP 1025 1

27 HP Color LaserJet CP 1215 1

28 HP Color LaserJet P2025 2

29 HP Color LaserJet P2055 2

30 HP Color LaserJet 5550 1

31 HP DeskJet 1050 1

32 HP DeskJet 948c 8

33 HP DeskJet C4688 1

34 HP LaserJet 1000 21

Page 63: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 63

35 HP LaserJet 1000 1

36 HP LaserJet 1004 1

37 HP LaserJet 1005 2

38 Hp LaserJet 1010 17

39 HP LaserJet 1015 4

40 HP LaserJet 1018 38

41 HP LaserJet 1020 109

42 HP LaserJet 1020 Plus 86

43 HP LaserJet 1022 13

44 HP LaserJet 1106 1

45 HP LaserJet 1160 3

46 HP LaserJet 1200 14

47 HP LaserJet 1300 1

48 HP LaserJet 1320 4

49 HP LaserJet 1415 1

50 HP LaserJet 1515n 1

51 HP LaserJet 1536dn mfp 1

52 HP LaserJet 1563dnf mfp 1

53 HP LaserJet 1600 1

54 HP LaserJet 2015 2

55 HP LaserJet 2035 1

56 HP LaserJet 2055dn 2

57 HP LaserJet 2200D 1

58 HP LaserJet 2600n 2

59 HP LaserJet 3005dn 1

60 HP LaserJet 3030 4

61 HP LaserJet 3050 3

62 HP LaserJet 3055 9

63 HP LaserJet 4100n 6

64 HP LaserJet 6L 3

65 HP LaserJet 948C 1

66 HP LaserJet CM 1415 1

67 HP LaserJet CP 1025 1

68 HP LaserJet CP1025 Color 1

69 HP LaserJet CP1525 Color 4

70 HP LaserJet LP1518m 1

71 HP LaserJet M1005mfp 7

72 HP LaserJet M1136MFP 2

73 HP LaserJet M1212nf MFP 1

74 HP LaserJet M1213nf mfp 1

75 HP LaserJet M1319f MFP 1

76 HP LaserJet M1319mfp 2

77 HP LaserJet M1522 MFP 1

78 HP LaserJet M1522nf mfp 3

Page 64: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 64

79 HP LaserJet M2727nf mfp 1

80 HP LaserJet P1000 4

81 HP LaserJet P1005 4

82 HP LaserJet P1007 40

83 HP LaserJet P1008 90

84 HP LaserJet P1106 2

85 HP LaserJet P1108 5

86 HP LaserJet P1109 2

87 HP LaserJet P1200 3

88 HP LaserJet P1200 1

89 HP LaserJet P1300 1

90 HP LaserJet P1320 1

91 HP LaserJet P1505 2

92 HP LaserJet P1525 1

93 HP LaserJet P1566 11

94 HP LaserJet P1603 2

95 HP LaserJet P1606 7

96 HP LaserJet P1606dn 14

97 HP LaserJet P2014 6

98 HP LaserJet P2015 13

99 HP LaserJet P2015d 5

100 HP LaserJet P2015dn 3

101 HP LaserJet P2015n 1

102 HP LaserJet P2035 11

103 HP LaserJet P2035dn 6

104 Hp LaserJet P2055 2

105 HP LaserJet P2055d 7

106 HP LaserJet P2055dn 6

107 HP LaserJet P3005 1

108 HP LaserJet P3005dn 1

109 HP LaserJet P3014 4

110 HP LaserJet P3015 1

111 HP LaserJet P6548 2

112 HP LaserJet Pro 100 Color MFP 175 1

113 HP LaserJet Pro 100 Color MFP M175nw mfp 2

114 HP LaserJet Pro 400 color 1

115 HP LaserJet Pro 400 color Printer M451dn 2

116 HP LaserJet Pro 400 mfp 1

117 HP LaserJet Pro 400 MFP M425dn 1

118 HP LaserJet Pro 400 MFP M425dw 1

119 HP LaserJet Pro 400 Printer M401d 1

120 HP LaserJet Pro CM1415 Color MFP 1

121 HP LaserJet Pro CM1415fn 2

122 HP LaserJet Pro M1136mfp 2

Page 65: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 65

123 HP LaserJet Pro M1212nf mfp 1

124 HP LaserJet Pro M1213nf mfp 3

125 HP LaserJet Pro M1536dnf MFP 4

126 HP LaserJet Pro P1566 1

127 HP LaserJet Pro400 1

128 HP LBP 2900 1

129 HP Office Jet 4355 2

130 HP Office Jet 5610 1

131 HP Office jet 6318 All-in-One Printer 1

132 HP Office jet J4580 2

133 HP Office Jet K8600 1

134 HP Office Jet Pro 8500 9

135 HP Office Jet Pro 8600 Plus 1

136 HP Office Jet PSC 1402 1

137 HP Photo smart 2608 1

138 HP Photo smart C4688 1

139 HP Scan Jet 5590 5

140 HP Scan Jet G2410 1

141 Konica MINOLTA 1

142 Opson 1

143 Panasonic KXMB2030SX 1

144 Ricoh Aficio sp 3410 6

145 RICOH SP1200SF 1

146 Samsung chp-775ND 1

147 Samsung LBP 2900 1

148 Samsung ML-1610 10

149 Samsung ML-1640 9

150 Samsung ML1866 3

151 Samsung ML-1866 2

152 Samsung ML-2010 1

153 Samsung ML-2010 mono laser 1

154 Samsung ml2240 2

155 Samsung ML-2240 7

156 Samsung 4

157 Samsung ML1610 2

158 Samsung ML-2570 1

159 Samsung SF 565P 1

160 Samsung SCX4521FS 1

161 Samsung SCX472S 2

162 Samsung SEX-4521NS 1

163 Samsung SF-651P 1

164 Samsung ML 1640 2

165 Samsung SCF4521F 1

166 TVS DOT MATRIX TVS 1

Page 66: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 66

167 TVS MSP445 1

168 Wipro 1050 1

169 Wipro DX 800 1

170 Wipro LQ 1050 1

171 Wipro LQ 540 1

172 Xerox 2

173 Xerox Phasar 3125 1

174 Xerox Phaser 3117 6

175 Xerox 3117 1

Grand Total 846

Page 67: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 67

ANNEXURE II - Under Warranty (Servers)

Servers

Sl.No. Make Value in

Rs

Qty Total

Value in

Rs

Warranty Details

1 DELL Poweredge T420 (Intel

2X Xeon Hexa Core E5-2420

Processor 1.9 GHz/32GB

DDR3RAM//4x600GB 15K

SAS)

311220 8 2489760 warranty up to 18-02-2016

2 DELL Poweredge R520

(Intel(R)Xeon(R)cpuE5-2420/

64.00GB DDR3/4 X 600GB

15K SAS SFF)

384877 2 769754 warranty up to 29-06-2016

3 HP EVA 4400 SAN BOX

(450GB FC HDD * 8, Dual

controller)

988200 1 988200 warranty up to 28-06-2014

Total 11 4247714

Network Items

Sl.No. Make Value in

Rs

Qty Total

Value in

Rs

Warranty Details

1 Fortigate 3240 C ((AV-5.43,

IPS, Vulnerability Scan, Web

content Filtering)

2450000 2 4900000 Warranty up to 22-Nov-2016

2 Wireless Access Point

(Ubiquity Nano station )

12000 8 96000 warranty up to 1-Nov-2014

Total 10 4996000

Desktops under Warranty

Sl.No. Make Value

in Rs

Qty Total

Value in

Rs

Warranty Details

1 Acer (Veriton/Power Series) 28970 5 144850 Warranty up to 14-10-2015

2 DELL (Intel i3/Intel I5---

2.33GHz/3.30GHz/3.80GHz--

-160GB/320GB/500GB/1TB

Hard disk---2GB/4GB RAM--

-DVD Drive---18.5"/20"/22"

LCD Monitor)

30000 228 6840000 Warranty up to 15-Jan-16 (19

no.,s) 28-Sep-2015 (11 nos), 26-

Jan-2016 (22 no.,s), 27-March-

2014 (12 no.,s), 30-March-2015

(24 no.,s), 11-May-2016 (41

no.,s), 14-Oct-2016 (19 no.,s)

08-Nov-2014 (no.,s 10) and 70

no.,s others

Page 68: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 68

3 HCL (Intel cord2Duo/i3---

2.90GHz/2.93GHz/3.30GHz/

3.40GHz---500GB Hard disk-

--2/3/4GB RAM---DVD

Drive---18.5" LCD Monitor)

30000 44 1320000 Warranty up to 14-October-

2016(4 no.,s) and 01-03-2014

(40 no.,s)

4 HP(Intel core 2duo/Intel

i3/i5/---

3.20GHz/3.30GHz/3.00GHz--

-320GB/500GB/1TB Hard

disk---2GB/4GB RAM---

DVD Drive-

17"/18.5"/20"/22"/23" LCD

Monitor)

30000 245 7350000 Warranty up to 07-May-2016 (6

no.,s),09-Aug-2016 (102 no.,s),

14- October-2016 (69 no.,s),23-

May-2015 (15 no.,s) and 53

others

5 HP COMPAQ 30000 1 30000 Warranty up to Apr-2014 and

Sep-2016

6 Touch Smart (Sony) 70000 1 70000 Sony - 14th Oct 2016

Total 524 15754850

PRINTERS/SCANNERS UNDER WARRANTY

Sl.No. Make (details at Annexure

2A)

Value

in Rs

Qty Total

Value in

Rs

Warranty Details

1 Canon Laser Jet 150000 3 450000

2 HP Laser Jet 14740 47 692780

3 SAMSUNG Laser Jet 150000 1 150000

4 Printers at Assembly, Color

LaserJet, Laser jet

50000 4 200000

Total 55 1492780

Page 69: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 69

ANNEXURE-II (A) (Printer/Scanners Under warranty break up details)

S.No. Type Model Qty

Warranty expires

on

1 LaserJet Canon LaserJet LBP2900B 1 01-May-14

2 LaserJet Canon LaserJet LBP2900B 4 01-Jun-14

3 LaserJet Canon F158602 1 01-Jun-14

4 LaserJet HP DeskJet 2520HC 1 01-Oct-14

5 LaserJet HP LaserJet 1020 plus 7 31-Jan-15

6 LaserJet HP LaserJet 1020 plus 1 31-Jul-14

7 LaserJet HP LaserJet 1020 plus 1 30-Apr-14

8 LaserJet HP LaserJet 1020 plus 1 31-May-14

9 LaserJet HP LaserJet 1020 plus 10 1-Jun-14

10 LaserJet HP LaserJet 1020 plus 2 31-Jul-14

11 LaserJet HP LaserJet 1020 plus 2 1-Jul-14

12 LaserJet HP LaserJet 1020 plus 1 31-Jul-14

13 LaserJet HP LaserJet 1020 plus 1 01-Sep-14

14 LaserJet HP LaserJet 1020 plus 1 01-Sep-14

15 LaserJet HP LaserJet 1020 plus 1 31-Oct-14

16 LaserJet HP LaserJet 1536dn MFP 2 1-Apr-14

17 LaserJet HP LaserJet 1536dn MFP 1 30-Apr-14

18 LaserJet HP LaserJet 1600 1 01-Mar-14

19 LaserJet HP LaserJet CP1025 Color 1 31-Dec-14

20 LaserJet HP LaserJet m1213 1 31-Aug-14

21 LaserJet HP LaserJet P1003 1 01-Jul-14

22 LaserJet HP LaserJet P1008 1 01-Jan-14

23 LaserJet HP LaserJet P1008 1 01-Jan-14

24 LaserJet HP LaserJet p1108 2 01-Jul-14

25 LaserJet HP LaserJet p1108 1 01-Jan-14

26 LaserJet HP LaserJet P1109 1 01-Jun-14

27 LaserJet HP LaserJet P1505Dn 1 01-Mar-14

28 LaserJet HP LaserJet P2035 series 1 01-Jan-14

29 LaserJet HP LaserJet Pro 200 color Printer M251n 1 01-Jan-14

30 LaserJet HP LaserJet pro 400 color mfp m475dn 1 01-Apr-14

31 LaserJet HP LaserJet pro 400 mfp m425dn 1 01-Sep-14

32 LaserJet Samsung LaserJet ML2010 1 31-Mar-14

Total 55

• Note: Some warranty details are taken on an average for facilitating the evaluation purpose. However the

warranty to AMC activation will be as per clause no. 3.6

Page 70: Tender Call For Facility Management & Maintenance Service

RFP For APSCAN FMS

Andhra Pradesh Technology services Limited Page | 70

Model Call reports (Annexure –III)

Sl.

No. Description Remarks

1 Problem reported by

2 Call reporting date and time

3 Problem Description

4 Call attended date and time

5 Call status

6 Call closing date and time

7 Remarks of engineer

8 Remarks of Department officials

9 Call status

-- End of Document --