• No results found

Request for Proposal. For. IT Facility Management Services

N/A
N/A
Protected

Academic year: 2021

Share "Request for Proposal. For. IT Facility Management Services"

Copied!
29
0
0

Loading.... (view fulltext now)

Full text

(1)

Tender No. GMIT/HUDA/2015/268

Request for Proposal

For

IT Facility Management Services

Information Technology Wing

Haryana Urban Development Authority

C-3, Sector 6, Panchkula, Haryana

Phone: 0172-2569504

E-mail: queryhuda@gmail.com

www.huda.gov.in

(2)

TABLE OF CONTENTS

1. IMPORTANT INFORMATION ... 3

2. ELIGIBILITY CRITERIA ... 4

3. PREFACE AND PROJECT PROFILE ... 5

4. SCOPE OF WORK ... 8

4.1 Activity Components... 8

4.2 Detail of Locations for Manpower Requirement ... 8

4.3 Responsibilities ... 10

5. GENERAL INSTRUCTIONS TO BIDDERS ... 13

5.1 General Conditions ... 13

5.2 Period of Contract ... 14

5.3 Penalty Clause ... 14

5.4 Cost of Bidding ... 15

5.5 Bidding Document ... 15

5.6 Amendments to Bidding Documents ... 15

5.7 Period of Validity ... 16

5.8 Bid Currency ... 16

5.9 Risk & Cost ... 16

5.10 Termination of contract ... 16

6. BIDDING PROCESS ... 17

6.1 Submission of Proposals ... 17

6.2 Modifications And/Or Withdrawal of Bids ... 17

6.3 Content of Documents to Be Submitted ... 17

6.4 Payment Schedule ... 18

6.5 INSTRUCTIONS TO BIDDERS FOR E-TENDERING ... 18

7. BID OPENING AND EVALUATION ... 21

7.1 Bid Opening & Evaluation ... 21

7.2 Clarification of Bids ... 21

7.3 Preliminary Examination ... 21

7.4 Contacting HUDA ... 21

7.5 HUDA'S Right to Accept or Reject Any Bid or All Bids ... 22

7.6 Signing Of Contract ... 22

Annexure A ... 23

(3)

1. IMPORTANT INFORMATION

Sr.

No. Activity Date

1. Document available on website

https://etenders.hry.nic.in. 08-07-2015 2. Last date for sending written

clarifications through e-mail on

queryhuda@gmail.com (Only for

registered users)

13-07-2015 till 4 P.M

3

Pre-bid Conference

15-07-2015 at 3:00 PM in

conference Hall, HUDA, Sector 6, Panchkula.

A bidder has to pay Rs.5000 in the form of DD in favor of The Chief Administrator HUDA as the cost of RFP for participating in the pre bid conference. The queries of only those bidders will be entertained who will submit the RFP cost before the pre bid conference.

Other bidder may submit the cost of RFP along with bid.

4 Reply of queries will be hosted

on www.huda.gov.in 17-07-2015

5 Last date for Bid submission online

on https://etenders.hry.nic.in 29-07-2015 by 4 P.M

6 Date and Time of

Prequalification/Technical Bid Opening

31.7.2015 by 4 P.M 7 Commercial Bid Opening

(online) To be conveyed

8 Cost of RFP

(DD should be drawn in favour of “Chief Administrator, HUDA payable at Panchkula”)

Rs. 5,000 /- (non refundable)

9 Earnest Money Deposit Amount (Cash/DD should be drawn in favour of “Chief Administrator,

Rs. 5,00,000/- (Rs. Five Lacs Only)

(4)

HUDA payable at Panchkula”)

Note 1: Manual Submission of Documents - Online Bidders will also require to physically submit the Bid Document cost / EMD and other document related to Technical bid etc. as uploaded on the website. The documents duly binded, properly tagged and numbered along with EMD and cost of the Tender Request for Proposal shall be sent either through speed post, courier or personally and should reach in the office of General Manager(IT), HUDA, C-3, Sector-6, Panchkula 30.07.2015 by 4 P.M.

Note 2: The commercial bid should be submitted through online mode only.

2. ELIGIBILITY CRITERIA

S.No. Eligibility Criteria Supporting Documents

1.

The bidder should have been in existence in India for the last 3 years.

Certificate of Registration and Memorandum of Association duly attested.

2. The bidder should have a registered office in Chandigarh / Panchkula / Mohali / NCR or submit an undertaking that the company will open the office in Chandigarh/ Panchkula within one month of award of contract

Valid Address Proof (Landline/ Mobile Phone bill, Income Tax receipt, etc.)

3. Average annual turnover of the company from IT related service should be more than 50 Crores in last three financial years

Certificate from CA or Audited P&L Account and Balance Sheet for the same years and IT clearance certificate

4.

The bidder should be a profitable entity for the last three financial years.

Certificate from CA or Audited P&L Account and Balance Sheet for the same years and IT clearance certificate

(5)

5. The bidder must have provided in last three financial years (2012-13, 2013-14, 2014-15) IT facility Management (ITFM)/ Data Center Management (DCM)services for at least three projects with a value more than Rs Fifty Lacs (each)

Satisfactory Services Certificate to be attached (Should be current and valid).

6. The company must have at least 100 technically qualified B.E/ B.Tech (Com.Sc / IT / Electronics and communication)/MCA (regular degree) persons on regular payroll on the date of submitting the bid.

List of employees along with

qualifications and certificate from Head of HR of the bidder

3. PREFACE AND PROJECT PROFILE

Brief Profile

The Haryana Urban Development Authority (HUDA), www.huda.gov.in was constituted under the Haryana Urban Development Authority Act, 1977. A statutory body of Haryana Government, HUDA’s mandate is to promote and secure development of urban areas in a systematic and planned way with the power to acquire, sell and dispose off property, both movable and immovable; use this acquired land for residential, industrial, recreational and commercial purposes, to make available developed land to Haryana Housing Board and other bodies for providing houses to economically weaker sections of the society and to undertake building works.

After mid-2006, HUDA adopted IT initiative for process efficiency because, the transactions between HUDA and its allotees became so huge that handling such transactions manually was a gigantic task and affecting the productivity of the organisation.

(6)

In order to better manage the above initiatives, HUDA intends to make use of IT Facility Management Services of a reputed company as per the scope described in this RFP. Solution

Keeping the above factors in mind HUDA went for a comprehensive e-governance project. One of the most innovative programs in the country, the system aimed to

Ø Improved transparency in HUDA’s operations Ø Build accountability among employees of HUDA Ø Improve service delivery process of HUDA Ø Cut down the lengthy processes.

Technology Architecture

Plot and Property Management system, Financial Accounting System, Court Case Monitoring system, Payroll and Pension and Dynamic web portal and are centralized web based applications having following Technical details.

Software details

S. No. Server Operating System Software Description

1. Web and Application Server

Windows Server 2008 R2 · Dot Net 2.0 Service Pack 1 · Crystal reports 9.0

2. Database server Windows Server 2008 R2 MS SQL server 2008 R2

3. HUDA portal server Windows Server 2008 R2 · Microsoft Office Share point server

· Visual Studio 2005

· Dot Net 2.0 Service Pack 1

4. HUDA portal database server

(7)

S. No. Server Operating System Software Description

5. HUDA CCTS Windows Server 2008 R2 · Dot Net 2.0 Service Pack1 · Crystal reports 9.0

(8)

4. SCOPE OF WORK

4.1 Activity Components

HUDA intends to hire manpower resources to undertake following activities: 1. Data Centre Management

2. Server & Storage Management 3. Database Management

4. Network Management

5. Information Security Management 6. Antivirus Management

7. Performance Reporting

8. Desktop Management with End-user Support 9. Application Management

10. Software Management 11. Backups

12. Troubleshooting 13. Training & awareness

4.2 Detail of Locations for Manpower Requirement

S. No. Post Name Location

1. System Administration Head Office Panchkula 2. Database Administration ---Do--- 3. Network Administration ---Do---

(9)

System Officers (9) and network Engineers (12) can be posted in any office of HUDA in the state during the currency of Contract

The lists of Locations are as follows: Sr. No Name of Location 1. Panchkula 2 Faridabad 3 Gurgaon 4 Rewari 5 Hisar 6 Bhiwani 7 Jind 8 Sirsa 9 Ambala 10 Jagadhari 11 Kaithal 12 Karnal 13 Kurukshetra 14 Rohtak 15 Bahadurgarh 16 Panipat 17 Sonipat

Note: The number of manpower required and locations may change as per requirements of HUDA.

Qualifications and Experience

Details of qualifications and experience are placed at Annexure “A”.

The number of resources, period of engagement, and location may change as per requirement

(10)

4.3 Responsibilities

1. Database Administration (DBA):

a) Create and maintain database required for development testing, training and production usage.

b) Perform ongoing tuning of the database instances.

c) Install new versions of the RDBMS and its tools and any other tools that access the database.

d) Plan and implement backup and recovery process of the database.

e) Control migration of programs, database changes, reference data changes and menu changes through the development life cycle.

f) Implement and enforce security for all the Databases.

g) Perform database re-organizations as required to improve performance and ensure maximum uptime of the database.

h) Evaluate releases of database and its tools, and third party products to ensure that the site is running the products that are most appropriate. Planning is also performed by the DBA, along with the application developers and System administrators, to ensure that any new product usage or release upgrade takes place with minimal impact.

i) Generate adhoc report in excel format from the database in consultation with the System Administrator (Expected to be 4-5 in a month)

j) Assists with impact analysis of any changes made to the database object.

k) Trouble shoots along with System Administrator with problems regarding the database, application and development tools.

l) Manage sharing of resources amongst applications.

m) Software development skills as per organization requirements.

2. System Administration:

a) User administration (Set up and maintaining account) b) Servers Maintenances, updation and up gradation c) Verify that peripherals are working properly

(11)

e) Exchange server Management f) Antivirus Management

g) DNS Management h) DHCP management i) FTP Management

A system administrator’s responsibilities typically include: a) Morning checks of systems/software

b) Performing backup of data.

c) Applying operating system update, and configuration changes. d) Installing and configuring new software patches.

e) Adding /deleting/creating /modifying user accounts information, resetting passwords etc.

f) Responsibility for documenting the configuration of the system. g) System Troubleshooting

h) System performance tuning.

i) Software Development skills as per the requirement of the organization. 3. Network Administration:

a) Configuration and management of ASA Firewall

b) Configuration of Router and Switches according to the new HUDA requirements c) Configuration and management of IP phone

d) Configuration and management of Network Load Balancer and Server Load Balancer

e) TMG server management to provide network access to the users

f) Monitoring and management of HUDA link in HSDC Data centre and HUDA Estate Offices Link

g) Ensure proper functioning of network and security devices h) Install new Link according to HUDA requirements

i) Ensure proper utilizations of Bandwidth and provide suggestion to HUDA

j) Review and verify the downtime report for the links of Bandwidth service provider and ISP

(12)

k) Coordinate with the vendors for shifting and maintaining the link l) Provide support to network engineer at estate offices

m) Provide technical support for any new link to be implemented. 4. System Maintenance: a) OS patch Management. b) Asset Management c) Configuration Management d) Vendor Management. e) Antivirus Management 5. Network maintenance:

a) Trouble shooting of connectivity (all network equipment LAN, WAN) at Faridabad, Sonipat, Bahadurgarh, Gurgaon, Rewari , Hisar, Kaithal, Bhiwani, Sirsa, Rohtak, Jind , Panchkula , Kurukshetra, Jagadhri, Ambala, Karnal , Panipat , Gurgaon II.

b) The Engineer will also be responsible for coordinating the jobs with ISP and band width provider.

(13)

5. GENERAL INSTRUCTIONS TO BIDDERS

5.1 General Conditions

a) HUDA will take Facility Management services from the selected vendor.

b) Selected vendor has to provide service/support on HUDA locations as per scope given in the RFP.

c) Resources supplied by selected vendor should remain present in HUDA premises. Any replacement in the manpower should be done with the prior consent of HUDA. A panel of names to be provided for the replacement of the staff. Reliving of the staff to be done after minimum overlap of at least one month and proper knowledge transfer to the satisfaction of HUDA. The employee has to give 3 months for relinquishing the job

d) The selected vendor has to maintain confidentiality about all the applications, database and network set up of the HUDA and should not divulge it to any person/ organization not related to the HUDA. In this regard the short listed vendor will be required to execute confidentiality cum non-disclosure agreement with the HUDA. Non-disclosure agreement needs to be signed to this effect.

No Holidays except Sundays will be allowed. No outsourcing will be allowed.

e) Program Management and Escalation Matrix including the contact No.(Mobile), email address of CEO of the organisation to be included in the proposal.

f) The successful bidder should provide the onsite services within 30 days from the issuance of LOI.

g) The successful bidder shall provide a dedicated project manager for coordinating the activities with HUDA and resources deployed.

h) It will be the responsibility of the successful bidder to deposit all statutory dues of the employees as provided under the contract with the respective Govt. Organization and a certificate to this effect be submitted along with the monthly bills

i) The manpower offered shall be best in their technical skills and the remuneration offered shall be competent as per IT industry standards.

(14)

j) COMPLIANCE OF LABOUR AND OTHER LAWS: Successful bidder shall comply with

all the statutory requirements as are applicable from time to time and shall be solely responsible for fulfillment of all legal obligations under various statutes including Contract Labor (Regulation and Abolition) Act, Minimum Wages Act, Workmen Compensation Act, EPF & Miscellaneous Provisions Act, Shop and Establishment Act etc. The Agency shall keep Huda indemnified against any dues/compensation or any other liability of any nature whatsoever due to non-fulfillment of any of the statutory provision under any statute/byelaws/ notification etc. including industrial laws. Huda shall have full right to recover any claim and liability incurred towards payment of any dues, compensation or cost from contractor and deduct it from his outstanding subsequent bills/Performance Bank Guarantee.

k) Successful bidder shall maintain register of personnel employed, muster roll, salary

register, deduction register etc. HUDA or its nominees shall be authorized to inspect them whenever required.

l) INSURANCE & OTHER LIABILITIES: The contractor shall obtain & submit to HUDA,

appropriate Insurance Policy for the personnel deployed under the contract to cover the risk of damage, accident/death including third party liabilities before start of providing services.

5.2 Period of Contract

The contract will be valid for one year from the date of agreement. If, during the review, the performance of the Resources and Bidders response to HUDA requirement are not found up to the mark then HUDA has the discretion to cancel the contract by invoking the performance Bank guarantee. The number of resources, period of engagement may be increased or decreased depending upon the requirement.

5.3 Penalty Clause

Deployment SLA / Penalty: If the successful bidder is not able to deploy all resources as per this RFP within 30 days from the signing of Letter of Intent, a penalty of Rs. 2000/- per day per resource will be levied on the bidder.

(15)

If the successful bidder is not able to deploy any additional resources requested by HUDA within 15 working days from the day of request, a penalty of Rs. 1500/- per day per resource will be levied on the bidder.

Operational SLA / Penalty: HUDA must have prior information of leave that a resource is planning. Such leave with intimation will attract a penalty or Rs.500/- per day per resource. Any leaves without prior intimation will attract Rs. 1000/- per day per resource.

Additionally, if the aggregated penalty on the bidder for any given month exceeds Rs. 20,000/-, the bidder will be penalized an additional Rs.2000/- for each multiple of 20,000.

5.4 Cost of Bidding

The bidder shall bear all the costs associated with the preparation and submission of bid and HUDA will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.

5.5 Bidding Document

The bidder is expected to examine all instructions, forms, terms & conditions and technical specifications in the Bidding Document. Submission of a bid not responsive to the Bidding Document in every respect will be at the bidder’s risk and may result in the rejection of its bid without any further reference to the bidder.

5.6 Amendments to Bidding Documents

At any time prior to the last Date and Time for submission of bids, the HUDA may, for any reason, modify the Bidding Document by amendments at the sole discretion of the HUDA. All amendments will be updated on the HUDA website with appropriate markings. The amendments may also be delivered by hand / courier or through e-mail to all bidders, who have received the bidding document. For this purpose bidders must provide name of

(16)

the contact person, mailing address, telephone number and FAX numbers on the covering letter sent along with the bids. All clarifications will be hosted on HUDA website.

5.7 Period of Validity

Bids shall remain valid for 180 days from the date of bid opening prescribed by the HUDA. A bid valid for shorter period shall be rejected by the HUDA as non-responsive.

5.8 Bid Currency

Prices shall be expressed in Indian Rupees only.

5.9 Risk & Cost

If the successful bidder fails to execute the contract up to the satisfaction of HUDA, as laid down in this contract, HUDA shall be entitled to get the job executed engaging any other on the account and at the risk of the successful bidder or to cancel the contract and the successful bidder shall be liable to compensate for any loss/damage which HUDA may sustain by reason of such failure on their part.

5.10 Termination of contract

HUDA reserves the right to terminate the contract either in part or full due to reasons of non-compliance of stipulated activities for different clauses under this contract. In such an event HUDA shall give the bidder fifteen (15) days notice in written of his decision to do so.

(17)

6. BIDDING PROCESS

6.1 Submission of Proposals

1. Each Bidder shall submit only one Proposal through online on website https://etenders.hry.nic.in.

2. Proposals should be submitted in English Language.

3. Prequalification Proposal Contents: The Prequalification Proposal should contain:

a. Earnest Money Deposit as per the amount specified in the RFP.

b. Checklist for Pre-Qualification Criteria along with relevant documentation showing the proof of eligibility as outlined in the subsection titled “Pre-qualification Compliance Matrix”

c. A declaration of any actual or potential conflict of interest.

6.2 Modifications and/or Withdrawal of Bids

· Valid bids once submitted will be treated, as final and no further correspondence will be entertained on this.

· No bid will be modified after the deadline for submission of bids.

· No bidder shall be allowed to withdraw the bid, if the bidder happens to be a successful bidder.

6.3 Content of Documents to Be Submitted

a. Important Documents required in Pre-Qualification/Technical Bid Envelope (Sealed Cover):

i. Pre-Qualification Compliance Matrix – Annexure A Part I ii. Undertaking Letter - Annexure A Part II

(18)

iii. Service Information - Annexure A Part III iv. Profile Requirements – Annexure A Part IV

v. Program Management and Escalation Matrix including the contact No.(Mobile), email address of CEO of the organisation

6.4 Payment Schedule

100% payment of the services will be released on monthly basis against submission of Monthly Attendance of the resources by the successful bidder duly verified and countersigned by location heads of HUDA.

· Initial training of about a week will be provided at the Head office (Panchkula). The selected bidder will not be paid for the resources deployed during the training period. · Local conveyance after the posting will be paid @ Rs 3/- per KM.

· Intercity travel will be paid for ordinary bus/train fare. · DA will be paid @Rs 150/per day

· All such expenses to be incurred with the prior approval of General Manager(IT)

6.5 INSTRUCTIONS TO BIDDERS FOR E-TENDERING

These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.

1. Registration of bidders on E-tendering Portal:- All the Bidders intending to participate in the tenders processed online, are required to get registered on the Electronic Tendering System on the Portal https://etenders.hry.nic.in

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online are required to be signed electronically with a Digital Certificate to establish the identity of the bidder online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate/power of attorney /lawful authorization to that User. The firm has to

(19)

authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000.Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in HUDA tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.

2.3 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / 30 user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user.

2.4 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

3. Set up of machine:

In order to operate on the electronic tender management system, the user’s machine is required to be set up. A help file on setting up of the system can be downloaded from the home page of the website -

https://etenders.hry.nic in or may contact on following:-

Tel: 0172-2707732, 2700275, 1800 3070 2232, 0172-2569504 Mobile: +91-7878007972 and +91-7878007973

4. Download of Tender Documents:

The tender documents can be downloaded by the registered user from the Electronic Tendering System through the Portal https://etenders.hry.nic.in

5. Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the Notice Inviting Tenders. The date and time will be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the Notice Inviting Tenders.

(20)

Contactors have to submit their bids online and upload the relevant documents. The process is required to be completed within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors who have submitted their bid within the stipulated time, as per the tender time schedule (Key Dates), will be accepted by the system. A contractor who does not submit his bid within the stipulated time will not be allowed to submit his bid by the E-Tendering System.

Note: - Bidders participating in e-tendering shall check the validity of his/her Digital Signature Certificate before bidding in the Tenders floated online at e-tendering website

(21)

7. BID OPENING AND EVALUATION 7.1 Bid Opening & Evaluation

In the first stage, only TECHNICAL BID will be opened online and evaluated. Bidders satisfying the technical requirements as determined by the HUDA and accepting the terms and conditions of this document shall be selected. In the second stage, the COMMERCIAL BID of selected bidders will be opened online. HUDA reserves the right to accept or reject proposal by the bidder without assigning any reason thereof. Decision of the HUDA in this regard shall be final and binding on the bidders.

Bidders with least project cost (L1) will be considered for the award of the job and may be invited for negotiations.

7.2 Clarification of Bids

All replies to the clarifications will be hosed on HUDA website www.huda.gov.in and https://etenders.hry.nic.in

7.3 Preliminary Examination

The HUDA will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required information has been provided as underlined in the bid document, whether the documents have been properly signed, and whether bids are generally in order. The bid determined as not in order as per the specifications will be rejected. HUDA reserves right to seek more information/clarification about the contents of the bid and bidders need to respond in time assigned by HUDA.

7.4 Contacting HUDA

Any effort by bidder to influence the HUDA in the bid evaluation, bid comparison or contract award decision may result in the rejection of the Bidder’s bid. HUDA's decision will be final and without prejudice and will be binding on all parties.

(22)

7.5 HUDA'S Right to Accept or Reject Any Bid or All Bids

The HUDA reserves the right to accept or reject any bid as well as scrap bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the ground for the HUDA's action.

7.6 Signing Of Contract

i) The successful bidder will be issued letter of intent and the successful bidder will have to sign the agreement with HUDA within 15 days.

ii) The successful bidder has to submit 20% Performance Bank Guarantee of order value within 15 days from the issuance of letter of intent with a validity of 3 months more than the expiry of the contract.

(23)

Annexure A

Part I

Letter to be submitted by bidder along with bid documents To

The General Manager

IT Wing, Haryana Urban Development Authority, C-3, Sector – 6,

Panchkula.

Sir

Reg: Our bid for IT Facility Management Services

We submit our proposal in response to Tender No. GMIT/HUDA/2015/268 herewith.

We confirm that, all the details mentioned in the proposal are true and correct and if the HUDA observes any misrepresentation of facts on any matter at any stage of evaluation, the HUDA has the right to reject the proposal and disqualify us from the process.

We hereby acknowledge and unconditionally accept that the HUDA can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP document, in short listing of vendors for providing Resources.

We also acknowledge the information that this bid is valid for a period of 180 days from the date of submission of bid.

If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the HUDA to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us.

(24)

We understand that if our Bid is accepted, we are to be jointly and severally responsible for the due performance of the contract.

We understand and agree that you are not bound to accept the lowest or any bid received by you, and you may reject all or any bid; you may accept or entrust the entire work to one vendor or divide the work to more than one vendor without assigning any reason or giving any explanation whatsoever.

We understand that the names of short listed bidders after the completion of first stage (Technical Bid) and the name of the successful bidder to whom the contract is finally awarded after the completion of the second stage (Commercial Bid), shall be communicated to the bidders either over phone/e-mail/letter.

Dated at ______ / ______ day of _______ 20__. Yours faithfully, For ______________________________________ Signature ________________________________ Name ____________________________________ Address __________________________________ ___________________________________ ___________________________________ (Authorized Signatory)

(25)

Part II

Service Information

We confirm that, all the details mentioned above are true and correct and if the HUDA observes any misrepresentation of facts on any matter at any stage of evaluation, the HUDA has the right to reject the proposal and disqualify us from the process.

We hereby acknowledge and unconditionally accept that the HUDA can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP document, in short listing of vendors for providing software solution.

We also acknowledge the information that this bid is valid for a period of 180 days from the date of submission of bid.

SIGNATURE OF VENDOR WITH SEAL NAME OF THE AUTHORISED SIGNATORY

(26)

Part III

Pre-Qualification Compliance Matrix:

S.No. Eligibility Criteria Supporting Documents Attached at Page No.

1. The bidder should have been in existence in India for the last 3 years.

Certificate of Registration and Memorandum of Association

2. The bidder should have a registered office in Chandigarh / Panchkula / Mohali / NCR or submit an undertaking that the company will open the office in Chandigarh/ Panchkula within one month of award of contract

Valid Address Proof (Landline/ Mobile Phone bill, Income Tax receipt, etc.)

3. Average annual turnover of the company from IT related service should be more than 50 Crores in last three financial years

Certificate from CA or Audited P&L Account and Balance Sheet for the same years and IT clearance certificate

4. The bidder should be a profitable entity for the last three financial years.

Certificate from CA or Audited P&L Account and Balance Sheet for the same years and IT clearance certificate

5. The bidder must have provided in last three financial years (2012-13, 2013-14, 2014-15) IT

Satisfactory Services Certificate to be attached (Should be current and valid).

(27)

facility Management (ITFM)/ Data Center Management

(DCM)services for at least three projects with a value more than Rs Fifty Lacs (each)

6. The company must have at least 100 technically qualified B.E/ B.Tech (Com.Sc / IT / Electronics and communication)/ MCA (regular degree) persons on regular payroll on the date of submitting the bid.

List of employees along with qualifications and certificate from Head of HR of the bidder

(28)

Part IV

Profile Requirement

S.No Service Profile

1. System

Administration

B.Tech/B.E (Com .Sc/IT/Electronics and communication) / MCA (Regular) with first Division and 8 yrs of post qualification experience out of which five years core experience as System Administrator in a Govt./Semi Govt./Ltd Organization.

2. Database Administration

B.tech/BE (Com .Sc./IT/Electronics and communication)/MCA (Regular) with first Division and 8 yrs of post qualification experience out of which five years core experience as DBA in a Govt. /Semi.Govt./ Ltd. Organization.

3. Network Administration

B.Tech/B.E (Comp Sc . or Electronics and communications)/ MCA (Regular) with first division and 5 yrs of post qualification experience in managing a network of systems in Govt./ Semi Govt./ Ltd Organisation. Preference will be given to person with certified coursed from Intel, Cisco, 3Com, Dlink.

4. System Maintenance

BE (Comp .Sc.)/MCS (Regular) with first division and 2 yrs of software development experience in Govt./Semi Govt./Ltd .Organization.

5. Network Support

B.tech with 1 year relevant experience in managing LAN/WAN and windows system troubleshooting. Preference will be given to persons with certified course like MCSE, CCNA

(29)

Annexure B

Commercial Bid Format

· Note: Successful bidder will be selected on the basis of Least Total

Monthly cost.

· The commercial bid should be submitted through online only.

S. No.

JOB Description No of Units

(A) Unit Rate per month INR (excluding service Tax) (B) Total Monthly Cost INR (excluding service Tax) (A) X (B) 1. System Administrator 1 2. Database Administrator 1 3. Network Administrator 1 4. System Maintenance 9 5. Network Support 12 Total(T)

References

Related documents

Since there were few regulatory complications with ethics regarding the use of the human clinical sample in our lab, therefore, TcdA and TcdB specific PLAs were performed with the

difficile u Sveučilišnoj bolnici Mostar dominantan je moksifloksacin rezistentni, hipervirulentni ribotip 027.. Ključne riječi: Clostridium difficile; genotip;

After the Award of Bid, the Contractor shall submit a list of all employees, all subcontractor’s employees, and other related personnel who will be physically required to work at

The process of eDiscovery first requires identifying all the data to be processed electronically, per the discovery order. Determining which documents and data to collect involves

were by right the emperors whom Christ and St Peter had commanded that all Christians should obey. The exalted nature of the emperor’s position was reflected in his

In spite of the fact that few people are successful early in their life it certainly does not mean that the way to success is always short.. Those who strive hard always get

If the acquisitions had occurred on 1 September 2008, it is estimated that Group revenue would have been £262.1m and Group operating profit before amortisation of intangible

Access: 22 equity markets, mainly in the developed world, but including a few interesting develop- ing markets: Australia, Austria, Canada, Denmark, Finland, France, Germany,