department of information technology &...

27
Department of Information Technology & Communication, Rajasthan intends to build up a new Data Center at Jaipur. Modalities of proposed Data Center are as under: 1. Main Building (7500 * 7 = 52,500 Sq. Ft. a. Basement Storage b. Ground Floor i. Reception ii. Common Facilities iii. Call Center c. First Floor i. Management ii. Development teams iii. Facilities d. Second Floor e. Third & Fourth Floor f. Fifth Floor i. Facilities (Residential) ii. Extended NOC iii. Development Teams 2. Ancillary Building a. Basement & Ground Floor Parking b. First & second Floor Residences Building of Data Center includes: - Design and Construction of civil infrastructure as per required industry standards and available latest technology of Data Center - Electrical Works - Esthetics - Construction and furnishing Server Farm Area, Electrical power rooms, NOC, and other facility areas, etc. - Alternative power resources Construction of Data center is a technical work. This would be used to keep the IT-Equipments to provide online services to the citizens on 364X24X7 basis. Therefore, building structure should be consistent with the requirements of Data center keeping in view integrated services, security, scalability, sustainability for longer time. Therefore, the developer of Data Center can envisage the technical requirements of Civil and electrical infrastructure. The Department is going to initiate the process of bid to construct the building for Data center and to shortlist the suitable vendors. Therefore, interested bidders are invited for pre-discussions to explore the requirements and technical aspects on 2 nd , 4 th and 5 th April, 2016 at Conference Room, IT Building, Yojana Bhawan, Jaipur. Contact Person for seeking further information: Jaswant Singh Chaudhary, ACP (Dy. Director) (M) 09414083083

Upload: hadung

Post on 27-May-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Department of Information Technology & Communication, Rajasthan intends to build up a new Data Center at Jaipur.

Modalities of proposed Data Center are as under:

1. Main Building (7500 * 7 = 52,500 Sq. Ft.

a. Basement – Storage

b. Ground Floor

i. Reception

ii. Common Facilities

iii. Call Center

c. First Floor

i. Management

ii. Development teams

iii. Facilities

d. Second Floor

e. Third & Fourth Floor

f. Fifth Floor

i. Facilities (Residential)

ii. Extended NOC

iii. Development Teams

2. Ancillary Building

a. Basement & Ground Floor – Parking

b. First & second Floor Residences

Building of Data Center includes:

- Design and Construction of civil infrastructure as per required industry standards and available latest

technology of Data Center

- Electrical Works

- Esthetics

- Construction and furnishing Server Farm Area, Electrical power rooms, NOC, and other facility areas, etc.

- Alternative power resources

Construction of Data center is a technical work. This would be used to keep the IT-Equipments to provide online

services to the citizens on 364X24X7 basis. Therefore, building structure should be consistent with the requirements

of Data center keeping in view integrated services, security, scalability, sustainability for longer time. Therefore, the

developer of Data Center can envisage the technical requirements of Civil and electrical infrastructure.

The Department is going to initiate the process of bid to construct the building for Data center and to shortlist the

suitable vendors. Therefore, interested bidders are invited for pre-discussions to explore the requirements and

technical aspects on 2nd

, 4th

and 5th

April, 2016 at Conference Room, IT Building, Yojana Bhawan, Jaipur.

Contact Person for seeking further information: Jaswant Singh Chaudhary, ACP (Dy. Director) (M) 09414083083

Page 2 of 27

ABBREVIATIONS & DEFINITIONS

Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21 of 2012) and Rules thereto

Authorised Signatory The bidder’s representative/ officer vested (explicitly, implicitly, or through conduct) with the powers to commit the authorizing organization to a binding agreement. Also called signing officer/ authority having the Power of Attorney (PoA) from the competent authority of the respective Bidding firm.

Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and includes any tender, proposal or quotation in electronic format

Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor participating in the procurement/ bidding process with the procurement entity

Bidding Document Documents issued by the procuring entity, including any amendments thereto, that set out the terms and conditions of the given procurement and includes the invitation to bid

BoM Bill of Material

CMC Contract Monitoring Committee

Competent Authority An authority or officer to whom the relevant administrative or financial powers have been delegated for taking decision in a matter relating to procurement. MD, RISL in this bidding document.

Contract/ Procurement Contract

A contract entered into between the procuring entity and a successful bidder concerning the subject matter of procurement

Contract/ Project Period The Contract/ Project Period shall commence from the date of issue of Work order till 5 Years of Operations & Maintenance Services after Completion of FAT.

COTS Commercial Off The Shelf Software

Day A calendar day as per GoR/ GoI.

DeitY, GoI Department of Electronics and Information Technology, Government of India

DoIT&C Department of Information Technology and Communications, Government of Rajasthan.

ETDC Electronic Testing & Development Center

FOR/ FOB Free on Board or Freight on Board

GoI/ GoR Govt. of India/ Govt. of Rajasthan

Goods

All articles, material, commodities, electricity, livestock, furniture, fixtures, raw material, spares, instruments, software, machinery, equipment, industrial plant, vehicles, aircraft, ships, railway rolling stock and any other category of goods, whether in solid, liquid or gaseous form, purchased or otherwise acquired for the use of a procuring entity as well as services or works incidental to the supply of the goods if the value of services or works or both does not exceed that of the goods themselves

ICT Information and Communication Technology.

IFB Invitation for Bids (A document published by the procuring entity inviting Bids

Page 3 of 27

relating to the subject matter of procurement and any amendment thereto and includes notice inviting Bid and request for proposal)

INR Indian Rupee

ISI Indian Standards Institution

ISO International Organisation for Standardisation

IT Information Technology

ITB Instruction to Bidders

LD Liquidated Damages

LoI Letter of Intent

NCB A bidding process in which qualified bidders only from within India are allowed to participate

NeGP National e-Governance Plan of Government of India, Department of Information Technology (DIT), Ministry of Communications and Information Technology (MCIT), New Delhi.

NIB Notice Inviting Bid

Notification A notification published in the Official Gazette

OEM Original Equipment Manufacturer

PAN Permanent Account Number

PBG Performance Bank Guarantee

PC Procurement/ Purchase Committee

PQ Pre-Qualification

Procurement Process The process of procurement extending from the issue of invitation to Bid till the award of the procurement contract or cancellation of the procurement process, as the case may be

Procurement/ Public Procurement

The acquisition by purchase, lease, license or otherwise of works, goods or services, including award of Public Private Partnership projects, by a procuring entity whether directly or through an agency with which a contract for procurement services is entered into, but does not include any acquisition without consideration, and “procure” or “procured” shall be construed accordingly

Project Site Wherever applicable, means the designated place or places.

PSD/ SD Performance Security Deposit/ Security Deposit

Purchaser/ Tendering Authority/ Procuring Entity

Person or entity that is a recipient of a good or service provided by a seller (bidder) under a purchase order or contract of sale. Also called buyer. RISL in this RFP document.

RajSWAN/ RSWAN Rajasthan State Wide Area Network

RISL RajCOMP Info Services Limited

RSDC Rajasthan State Data Centre, New IT Building, Jaipur

Page 4 of 27

RVAT Rajasthan Value Added Tax

Services

Any subject matter of procurement other than goods or works and includes physical, maintenance, professional, intellectual, consultancy and advisory services or any service classified or declared as such by a procuring entity and does not include appointment of any person made by any procuring entity

SLA

Service Level Agreement is a negotiated agreement between two parties wherein one is the customer and the other is the service provider. It is a service contract where the level of service is formally defined. In practice, the term SLA is sometimes used to refer to the contracted delivery time (of the service) or performance.

SSDG State Services Delivery Gateway

State Government Government of Rajasthan (GoR)

State Public Procurement Portal

http://sppp.raj.nic.in

STQC Standardisation Testing and Quality Certification, Govt. of India

Subject Matter of Procurement

Any item of procurement whether in the form of goods, services or works

TIN Tax Identification Number

TPA Third Party Auditors

VAT/ CenVAT Value Added Tax/ Central VAT

WO/ PO Work Order/ Purchase Order

Page 5 of 27

1. INVITATION FOR BID (IFB)& NOTICE INVITING BID (NIB)

To be included

Page 6 of 27

2. PROJECT PROFILE &BACKGROUND INFORMATION

RISL on behalf of Department of Information Technology & Communication, Government of Rajasthan intends to select an agency for establishment and maintenance of BhamashahState Data Center at Vidhyadhar Nagar, Jaipur.

It was envisioned to “make all Government services accessible to the common man in his locality, through common service delivery outlets and ensure efficiency, transparency & reliability of such services at affordable costs to realize the basic needs of the common man”.

In order to make this vision a reality, the Government of Rajasthan recognized the potential of Information and Communication Technology (ICT) for rapid and all round development in general and transforming governance in particular. Initially there were islands of ICT initiatives at the State, district, and even block level. The learning’s by way of both the challenges and opportunities faced during the development and implementation of such initiatives contributed to refining the overall e-Governance strategy. One of the key learning’s that emerged was an urgent need to develop the core and other supporting infrastructure for sustaining e- Governance initiatives across the State.

The State Government has identified various projects along with various e-Governance initiatives at the State level to provide increased number of services electronically. The State Government has decided to set up a Data Centres to provide common IT infrastructure to host these planned e-Governance initiatives/applications and to facilitate web-enabled Anytime, Anywhere access. State Data Centre was conceptualized with the objective of providing a common enabling infrastructure to the State to cater to their e-governance applications hosting requirements of the entire state government and its departments. State Data Centre has been identified as one of the core infrastructure components to consolidate services, applications and infrastructure to provide efficient electronic delivery of G2G, G2C and G2B services. It will enable various State departments to host their services/applications on a common infrastructure leading to ease of integration and efficient management, ensuring that computing resources and the support connectivity infrastructure is adequately and optimally used.

The State Government has set up a Data Centre and made Go-Live in the Year 2005 to provide better operations & management control; minimize overall cost of Data Management, IT Management and Deployment through use of common infrastructure, which broadly includes:

i. Compute Infrastructure: To cater to the needs of application hosting at the State, an initial compute infrastructure consisting of web, application and database servers with different flavors of OS & database software’s has been provisioned in the SDC.

ii. Storage Infrastructure: Centralized storage with flexible and secure configuration is available in the SDC including backup facilities. The same shall be leveraged by different line departments for their data storage requirements in shared manner.

iii. Network and Security Infrastructure: Core network infrastructure that is required for Data Centre has been provided at SDC through SECLAN/RSWAN to meet the basic needs of the State Data Center.

Rajasthan was pioneer State who established Data Center way back in 2004-05.

Further, the National e-Governance Plan (NeGP) has identified multiple mission mode projects along with various e-Governance initiatives at the State level to provide increased number of services electronically. State Data Centres are one of the three infrastructure pillars structured by the NeGP to facilitate web-enabled Anytime, Anywhere access. State Data Centres are conceptualized with the objective of providing a common enabling infrastructure to the States to cater to their e-governance applications hosting requirements of the entire state governments and its departments.

Following the guidelines of DeitY, another one new Data Centre was established at 1st Floor, IT Build, YojanaBhawan, Jaipur in the year 2011 to scale up the capacity of the existing Data Centre, named byRajasthan State Data Centre (RSDC). Both the Data Centre are integrated and providing the services to the various Departments and Corporations of the Sate.

Page 7 of 27

Since, the SDC was established in the year 2005. It is prudent to meet the need for integrating latest technological advancements to make them future proof for optimal utilization, Better Management, Monitoring and services. Government of Rajasthan has taken various IT initiatives to automate the processes of various Departments and required resource was placed at both the Data Centres. RSWAN project has also been implemented in the State.

The State Government has initiated new projects i.e. Bhamashah, City Surveillance ,RajSampark, RajGis, RajNet, etc. Therefore, after having analysed the infrastructure at present, it has been decided to expand the existing SDC to scale up the capacity of the Data Centre and to meet out the advancement in the technology.

The summary status of the data centers are as below:

Phases Location Approx. Server Farm Area

Rack Space

Present Data Center Operator

Date of start of operations

Phase – 1

(under NEGP)

1st Floor, IT building, YojanaBhawan, Jaipur

1700 sq.ft 43 M/s TCS Ltd. 27-06-2011

Phase – II

(State Fund)

New Library Building, Secretariat, Jaipur

400 sq. ft 15 M/s Wipro Ltd. 15-07-2015

Phase – III

(State Fund)

3rd Floor, YojanaBhawan, Jaipur

2050 sq.ft 81 M/s Wipro Ltd. 01-01-2016

Phase – IV

(State Fund)

Bhamashah State Data Center,Vidhyadhar Nagar, Jaipur

15000sq.ft Approx

600

To be selected for establishment and maintenance

Not Applicable

This document is an Expression of Interest (EOI) for Bidders to express their interest for establishment and maintenance of a new Bhamashah State Data Centerand Maintenance Support (O & M) for next five years after making Go-Live. The interested bidders would be required to make presentations of their solution with detail including design of BSDC, cooling methodology, power requirements & efficiency, implementation plan with phases, Building Management Services, Management Services and detailed list of equipments/items with specification & makes required before the technical committee. The Technical committee would shortlist the vendors on behalf of the presentation and other technical documents. The shortlisted bidder(s) will be further invited for financial bid submission. The successful Bidder shall do the supply, installation, configuration, commissioning, constructing, testing, training and support and do FAT as per the specifications and the specified scope of work. The date, time and venue for making presentations would be communicated to the bidders after receiving EOI from interested bidders.

For all purposes in the document, the term “Data Centre Operator (DCO)” will be referred to as the entity responsible for the establishment and maintenance of a new Bhamashah State Data Center (BSDC) & Maintenance of theBhamashahSDC environment for the entire project period.

The proposed new BhamashahSDC is located at VidhyadharNagar,Jaipur.

IT Infrastructure components such as Servers, Databases, Networking & Security components, Storage, Software and other IT components etc. required at the Data Centre would be provide by tendering authority.

3. SELECTION METHOLODGY

3.1Selection of the bidder shall be based on a two-stage open competitive bidding process as indicated below:

Page 8 of 27

Stage 1: Expression of Interest (EoI). This document details the terms & conditions for inviting EoI from eligible bidders. Only firms that qualify the overall evaluation criteria of the EoI, shall be invited to participate in stage 2.

Outcome: Determination of qualified bidders Stage 2: Request for Proposal; whereby proposals shall be invited from qualified bidders after evaluation of Expression of Interest received in stage 1.

Outcome: Determination of successful bidder 3.2 The key milestones for Stage 1 are:

EoI publication

Pre-bid meeting to solicit inputs from the potential bidders

Corrigendum publication, if required

Pre-qualification evaluation

Technical-qualification evaluation including presentation by the potential bidders

Determination of qualified bidder(s) 3.3 The key milestones for Stage 2 are:

RFP publication including high level functional requirements

Pre-bid meeting 1, followed by corrigendum to RFP, if required

Submission of bids

Technical evaluation based on bidder’s proposed solution

Financial evaluation of technically responsive bidders

Determination of successful bidder

Agreement with the successful bidder

3.4 SELECTION PROCEDURE

3.4.1 STAGE 1:

Pre-qualification: Bidder’s response to this EOI shall be evaluated by the Tendering Authority as per criteria defined in this document. Only, bidders who meet the pre-qualification criteria shall be eligible for evaluation of the technical qualification criteria. Technical Qualification: In technical qualification round, bidder will be required to present the details regarding the projects mentioned, showing their work experience, in response to this EOI. During presentation, bidder has to give presentation as per annexure-1(Proposed design and solution for establishment of BhamashahData Centre) at Vidhyadhar Nagar premises. Bidders must present evidence to substantiate their claims to secure marking.

3.4.2 STAGE 2:

Based on eligibility and evaluation criteria in this EOI, bidders would be shortlisted for Stage 2. Stage 2 of the selection process shall comprise of invitation for techno-commercial bids by issuance of a Request for Proposal (RFP) to short listed bidders. The details of processing the response received from short-listed bidders will be described in the RFP document.

Page 9 of 27

4. EVALUATION CRITERIA

Note: The supporting documents submitted as evidence to fulfil the eligibility criteria will be evaluated by the Tendering Authority. During the bid evaluation stage, the Tendering Authority may request for clarification (if required).

1) Pre-Qualification Criteria

A bidder participating in the procurement process shall possess the following minimum pre-qualification/ eligibility criteria.

S. No.

Basic Requirement

Specific Requirements Documents Required

1. Legal Entity The biddershould be a Proprietorship firm duly registered either under the Rajasthan Shops & Commercial Establishments Act, 1958 or any other Act of State/ Union, as applicable for dealing in the subject matter of procurement (Note: A self-certified declaration regarding the non-applicability of registration to any Act should be submitted by the bidder) OR A company registered under Indian Companies Act, 1956 OR A partnership firm registered under Indian Partnership Act, 1932.

OR Consortium of same group of companies is also allowed. The consortium shall not consist of more than two companies and shall be formed under a duly stamped consortium agreement. (Attach Proof). In a consortium, one of the partners shall be designated as a "Lead Partner". Every member of the consortium shall be equally responsible and jointly and severally liable for the successful completion of the entire project. In caseof any issues, Lead Partner shall be responsible for all the penalties. The qualification as mentioned at Chapter 4, clause 2, Sub-contracting of chapter “General Terms and Conditions” needs to be complied by the consortium partner for undertaking civil and Non IT Works

- Copy of valid Registration Certificates - Copy of Certificates of incorporation In case of a consortium, a Consortium Agreement must be submitted, duly signed by the consortium members. The Consortium Agreement must clearly specify the stake of each

member and outline their roles and responsibilities ( As per Annexue-6)

2. Financial: Turnover

Average Annual Turnover of the lead bidderduring the last three financial years, i.e., from 2012-13, 2013-2014 and 2014-2015 (as per the last published audited balance sheets), should be at least Rs. 500.00 Crores

CA Certificate with CA’s Registration Number/ Seal

3. Financial: Net Worth

The net worth of the lead bidder,as on 31st March 2015, should be Positive.

CA Certificate with CA’s Registration Number/ Seal

4. Tax registration and

The lead biddershould have a registered number of i. VAT/ CST where his business is located ii. Service Tax

Copies of relevant certificates of registration

Page 10 of 27

S. No.

Basic Requirement

Specific Requirements Documents Required

clearance iii. Income Tax / Pan number. The bidder should have cleared his VAT/ CST dues up to 31st March 2013/2014to the Government.

VAT/ CST clearance certificate from the Commercial Taxes Officer of the Circle concerned

5. Certifications The biddermust possess, at the time of bidding, a valid ISO 9001:2008

Copy of a valid certificate

6. Mandatory Undertaking

Lead Biddershould: - a) not be insolvent, in receivership, bankrupt or

being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons;

b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

c) not have a conflict of interest in the procurement in question as specified in the bidding document.

d) comply with the code of integrity as specified in the bidding document.

A Self Certified letter as per Annexure-5: Self-Declaration

2) Sub-Contracting a. The bidder is allowed to sub-contract any one of the following activities under this tender to any

other oneagency with prior permission of Purchaser/ Tendering Authority. i. Civil Work

ii. Non-IT except civil b. The selected bidder shall notify the Purchaser, in writing, the detail of the sub-contracted firm, if

not already specified in the Bid. Subcontracting shall in no event relieve the Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under the Contract.

c. Subcontractors shall comply with the provisions of bidding document and/ or contract.

d. The qualification of the sub-contracted firm for the purpose of civilwork shall be as follows :

S. No.

Basic Requirement

Specific Requirements Documents Required

1. Legal Entity The sub-contracting firm should be a company registered under Indian Companies Act, 1956

Copy of valid Registration

Page 11 of 27

S. No.

Basic Requirement

Specific Requirements Documents Required

OR A partnership firm registered under Indian Partnership Act, 1932.

Certificate - In case of Company, Copy of Certificates of incorporation

2. Annual Turnover

The sub-contracting firm should have an average turnover of 30 Crores during last three financial years viz. 2013-14, 2014-15 and 2015-16

CA Certificate with CA’s Registration Number/ Seal

3. Financial: Net Worth

The net worth of the sub-contracting firm, as on 31st March 2015, should be Positive.

CA Certificate with CA’s Registration Number/ Seal

4. Technical Capability Civil Work-I

The sub-contracting firm should be registered with council of Architect, at least five years before the date of submission of bid and registration / membership should be valid as on date.

Copy of registration certificate

5. Technical Capability Civil Work-II

The sub-contracting firm shall have experience of at least one similar building project (similar project means Project with IT related projects / DATA centers with HVAC, Fire Fighting and other building services like lifts, Internal and External Services etc.) of Privates sector / Central / State Govt./ Govt. undertaking building project, of similar magnitude, in last five years, value (updated to the price level of year 2015-16) of which should be more than Rs _______ lac (i.e. 50% of estimated cost of the work) as per certificate issued by client or two works having value more than Rs ______ lac (i.e. 35% of estimated cost of the work) Escalation factor for value of works executed and financial figure to a common base value for works completed Financial year Multiplying factor.

S. No.

Financial Year Multiplication Factor

1. 2014-15 1.00

2. 2013-14 1.10

3. 2012-13 1.21

4. 2011-12 1.33

5. 2010-11 1.46

Annexure-15 per project reference

And Work Completion Certificates from the client; OR Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate from the client

6. Manpower Strength for Civil Work

The sub-contracting firm shall have following manpower strength on its payroll

A. The bidder must have on its roll at least 2 no. of Architects (B. Arch.) having 10+ years of relevant consultancy experience.

Self-Certification by the authorized signatory and HR department AND

Page 12 of 27

S. No.

Basic Requirement

Specific Requirements Documents Required

B. The bidder must have on its roll at least 1 technically qualified professionals having relevant degree/diploma for his position in,

Principal structural Consultants registered with local bodies

Principal Plumbing Consultant

Principal Fire consultants

Principal Landscape Architect

Principal Interior Architect

Principal Mechanical Consultant

Principal Electrical Consultant

Principal Air conditioning Consultants

Principal building services consultant

Principal Green Building Consultants-GRIHA Evaluators

Detailed CV of each resource.

7. Self-Declaration

Should not have blacklisted or banned by State or Central government

A Self Certified letter as per Annexure-5: Self-Declaration

e. The qualification of the sub-contracted firm for the purpose of Non-IT except civilwork shall be as

follows :

S. No.

Basic Requirement

Specific Requirements Documents Required

1. Legal Entity The sub-contracting firm should be a company registered under Indian Companies Act, 1956 OR A partnership firm registered under Indian Partnership Act, 1932.

Copy of valid Registration Certificate - In case of Company, Copy of Certificates of incorporation

2. Annual Turnover

The sub-contracting firm should have an average turnover of 30 Crores during last three financial years viz. 2013-14, 2014-15 and 2015-16

CA Certificate with CA’s Registration Number/ Seal

3. Financial: Net Worth

The net worth of the sub-contracting firm, as on 31st March 2015, should be Positive.

CA Certificate with CA’s Registration Number/ Seal

4. Technical Capability Data Center-I

The sub-contracting firm should have commissioned and installed at least two ISO/Tier 3 certified Data Centre projects that meets all the below mentioned requirements during the last seven (7) years (2009-10 to 2015-2016) in India

Annexure-15 per project reference

And Work Completion Certificates from the client; OR

Page 13 of 27

S. No.

Basic Requirement

Specific Requirements Documents Required

An Order Value of not less than Rs. 10 crores.

Bidder’sinhousedatacentresshallnot beconsidered.

BidderswhohavebuilttheirownInternet DataCentre(IDC)for commercialusewill beconsidered.

Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate from the client

5. Technical Capability Data center-II

The sub-contracting firm should have experience in providing Facility Management Services to at least two Data Centres during the last seven (7) years (2009-10 to 2015-2016 in India

Data Centres with Project cost of average 1 crore per annum for FMS will be considered.

Bidder’sinhousedatacentresshallnot beconsidered.

BidderswhohavebuilttheirownInternet DataCentre(IDC)for commercialusewill beconsidered.

Annexure-15 per project reference

And Work Completion Certificates from the client; OR Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate from the client

6. Manpower Strength for Data Center

The sub-contracting firm must have on its roll at least 100 technically qualified professionals in, networking, systems integration, and prior experience in providing the Data Centre Infrastructure maintenance services as on date of bid submission.

Self-Certification by the authorized signatory and HR department

7. Certifications The sub-contracting firm must possess, at the time of bidding, a valid

a. ISO 9001:2008 b. ISO 27001 c. ISO 20000

Copy of a valid certificate

8. Self-Declaration

Should not have blacklisted or banned by State or Central government

A Self Certified letter as per Annexure-5: Self-Declaration

Page 14 of 27

5. SCOPE OF WORK, DELIVERABLES & TIMELINES

The selected bidder shall build, operate and maintain the BSDC and ancillary building (If required otherwise areas to be accommodated in main building) for a period of 5 years from the date of signoff post successful completion of installation, commissioning and acceptance testing. The minimum specified work to be undertaken by the selected bidder for setting up and operating BSDC has been categorized as under:

a. Project Kick-off b. Design of the data center and ancillary building (If required otherwise areas to be

accommodated in main building) c. Civil Construction of building d. Supply,Installation,Integration, Testing, TrainingandCommissioningPhase e. OperationandMaintenancephase

5.1 Design, supply, installation, Integration and Commissioning phase

Thebroadscopeofworkduringthisphasewillincludethefollowing,butisnotlimitedto:

A. Project Kick-off

a. Project Kick-off meeting b. Preparation and submission of Comprehensive Project implementation Plans and Schedules

separately. c. Preparation and submission ofthe separate site readiness reports for the

installationofallrequiredequipment’s. d. Internet Bandwidth will be provided by Tendering Authority and Liasioning, operation/

maintenance (O&M) and vendor management will be done by DCO for the entire project period.

e. PreparationandsubmissionofseparateFATPlansandschedulesforBSDC. f. Preparation a n d submissiono f ManpowerDeployment plan andschedule

withlistofstafftobedeployedundertheprojectduringdifferentparts/stages oftheproject. g. Preparation and submission of schedules of supply, Installation, testing and commissioning of

BSDC.

B. Design of the data centre and ancillary building (If required otherwise areas to be accommodated in main building)

Design phase would consist of the following activities:

a) Physical Infrastructurecomprising of Civil, Electrical, and Mechanical & Plumbing works required to build a Data Centre. This shall also include site preparation to make it suitable for setting up a data center meeting Tier III+ requirement.

i. Furnish site map, site evaluation and analysis report with basic approach to circulations, activity distribution, interaction and external linkages.

ii. Surveying and soil investigation of the site. iii. To prepare Architectural conceptual drawings considering requirement

and shape of land as Per Jaipur development authority FAR guidelines for green Buildings , detail / working drawing after approval of conceptual design of the building and Land Scaping. The Architect should give the detail plan , elevation and sectional drawings

iv. Model of the building approved in size of 4’ x 4’ v. Earthquake resistant structural design and drawing,

vi. Design and drawing of building services like Electrical LT and HT , Electrical substation, computer networking, LAN wired and wireless ,CCTV, EPABX with IP Phones & telephone wiring, , Access control , Passenger & material handling elevators, solar Electrical Generation system, firefighting, fire detection, Air conditioning , conference system

Page 15 of 27

etc. vii. The various Building services drawings should be well coordinated for

ease in execution and provision of one services should not foul with other services.

viii. Sanitary, water supply, plumbing sewerage, ix. Reflected ceiling designs and flooring details x. Furniture layouts , Sitting plans , stair case layout , Kitchen pantry , toilet

details , Joinery details , window design and details xi. Solar power generation

xii. Detailed bill of material calculations to arrive for Bill of Quantities and also prepared estimates for shifting of existing services dismantling of existing structure if required.

xiii. Landscaping horticulture and floriculture design and details xiv. The building should be designed for 5 star rating as GRIHA Rating system

for Green Buildings along with sun path analysis and Walk through in 3 D Max or higher software.

xv. To get proof checking of structural design and drawings, for projects by IIT’s / NIT’s.

xvi. To assist in supervision as and when required by RISL at least twice in the month or as required by the RISL and submit report to the RISL management.

xvii. Provide as built drawings in hard and soft copies, operation manuals and to get approval of completion certificate from local authorities and concerned department.

b) Multi-layer physical security infrastructure to prevent unauthorized access to the Data Centre

Detailed design layout of the proposed Data Centre inline within minimum requirements aslaidoutinTIA942specificationsforTierIII+ Data centre. The design should ensure anuptimeof99.982%onaquarterlybasis.

SomeofthekeyconsiderationsfordesigningtheBSDCaregivenbelow: a) Scalability-It is the responsibility of the bidder to provide horizontal and vertical

scalability to all the components of data centre. A scalable system is one that can handle increasing number of requests without adversely affecting the response time and throughputofthesystem

b) Availability c) Interoperability d) Security e) Manageability

C. Civil Work for Construction of Building for Data center and Ancillary Building (If required otherwise areas to be accommodated in main building) The work require construction of building as per details mentioned in Annexure-1 which involves stone/Brick Masonry, RCC Slab, Plaster Work, Flooring, False ceiling, False Flooring, Painting, Electrical, Plumbing, Sewerage, Ancillary Development works,complying to standard specifications of CPWD/Rajasthan PWD in Jaipur city. The following is the major work to be undertaken for construction of building:

a. The work includes dismantling and demolishing work, Earth work, anti-termite treatment for new construction, mortar, concrete ,RCC work including steal shuttering , Brick / stone masonry , Marble /granite/tile work, steel and fencing work, Roofing , finishing work , water proofing , wood work , Aluminium & PVC work, water supply , drainage & disposal , minor repair and modification works, Toilet and Pantry related work , LT and HT electrical works ,outer development works ,Access flooring , False ceiling work, Debris removal as per specifications of PWD and as per detailed drawing and makes approved by department .

Page 16 of 27

b. The work is of turnkey nature from Electrical and water connection to completion of the work c. All constructions should be as per IS codes for strength and specifications of material

D. Supply and installation of a) All active and passive components b) Racks, Physical infrastructure components such as UPS and Air-Conditioning System, Fire

Detection and Control System, Diesel Generator Units , Lighting system, Power, CCTV Surveillance systems and cabling etc.

The bidder would be required to undertake all the necessary civil, electrical, mechanical & plumbing works including false ceiling/ flooring, partitioning, furniture, installation of electrical component, cable laying and other necessary services to create the Non - IT/ Physical infrastructure at the BSDC site for the preparation and establishment of BSDC site as per the indicative layout diagram to be provided in the RFP document by tendering authorityfor areas such as Server farm, NOC, BMS, UPS room, Reception area, Telecom room, Media room, Staging area etc. Site can be inspected by bidder for accessing the AS-IS conditions.

E. TESTING, TRAINING and COMMISSIONING i. Commissioning & Acceptance Testing shall involve the completion of the Data Center site

preparation, supply and installation of the required components and making the BhamashahState Data Center available to Rajasthan State for carrying out live Operations and getting the acceptance of the same from the tendering authority

ii. Capacity Building: Training on State data center infrastructure iii. Documentation: All documentation generated during design, installation and commissioning

phase shall mandatorily be made available to the tendering authority.

5.2 OperationandMaintenancephase

The following services shall be considered:

I. Asset Management Services II. Preventive Maintenance Services III. Corrective Maintenance Services IV. Configuration and reconfiguration/rollback of equipments/network/services V. Vendor Management Services VI. Network Management Services VII. Server Management Services VIII. Backup & Recovery Management Services IX. Help Desk Support X. BMS Services XI. Data base management services XII. Storage Administration and Management Services XIII. Security Administration and Management Services XIV. Physical Security Services XV. ISO 27001 and ISO 20000 certification and it’s maintenance XVI. Civil Work Services

6. BIDDING PROCESS

a. The complete EoI document shall be placed on e-Procurement portal. The prospective bidders shall be permitted to download the bidding document from the website and pay its price while submitting the Bid to the procuring entity.

b. The bidding documents shall be made available to any prospective bidder who pays the price for it in cash or by bank demand draft, banker's cheque.

c. The EOI bids will be opened as per schedule mentioned in NIB.

Page 17 of 27

d. All the documents comprising of Bid shall be opened & downloaded from the e-Procurement website (only for the bidders who have submitted the prescribed fee(s) to RISL).

e. Pre Bid Meeting i. The bidders or their official representatives are invited to attend a pre-bid meeting,

scheduled as per NIB. ii. The purpose of the meeting will be to clarify issues and to answer questions on any matter

related to EOI. iii. Response to pre-bid queries will be put on RISL/ DoIT&C websites. iv. Queries can only be submitted by those bidders who have purchased the tender and

submitted the copy of receipt of tender fee.

f. Bid Submission i. Bidders must submit their bids online at e-Procurement portal i.e.

http://eproc.rajasthan.gov.in. ii. The response to EoI shall consist of following documents

S. No.

Document Type Document format

1. EOI document Fee (Bidding document & RISL Processing Fee)

Proof of submission (PDF)

2. Bidder’s Authorisation Certificate along with copy of PoA/ Board resolution stating that Auth. Signatory can sign the bid/ contract on behalf of the firm.

As per Annexure-3 (PDF)

3. All the documents mentioned in the “Eligibility Criteria”, in support of the pre-qualification criteria.

As per the format mentioned against the respective eligibility criteria clause(PDF) for pre-qualification criteria

4. All the documents mentioned in the “Eligibility Criteria”, in support of the technical-qualification criteria

As per the format mentioned against the respective eligibility criteria clause(PDF) for technical qualification criteria

5. Technical Proposed Solution As per Annexure-1 (PDF)

iii. The bidder should ensure that all the required documents, as mentioned in this bidding document, are submitted along with the Bid and in the prescribed format only. Non-submission of the required documents or submission of the documents in a different format/ contents may lead to the rejections of the Bid submitted by the bidder.

iv. All the documents uploaded should be digitally signed with the DSC of authorized signatory.

Page 18 of 27

ANNEXURE-1: TECHNICAL SOLUTION

DoIT&C / RISL intends to establish a new Bhamashah state data centre to accommodate approximately 600 racks in the server farm area. Accordingly, the non-IT (electrical and civil) infrastructure would also be required to be established.

The indicative requirement of Bhamashah State Data Center to be established is given in below table.Bidders are encouraged to submit their respective proposals after visiting the project site and ascertaining for themselves the site conditions, traffic, location , surroundings, climate, access to the site, availability of drawings and other data with the Authority, Applicable Laws and regulations or any other matter considered relevant by them.

Bidder is advised to propose layout plan as per best industry practices and new technologies in the market.

The building should be designed to fulfil the space requirement as mentioned in below table:

S no Area Details

A. Main Building Area of each floor approximately 7500 Sqft Approximately

1. No of Floors Basement to 6 floors or as per Available FAR

2. Basement For Storage

3. Ground floor Space for Reception , common facilities etc.

4. First floor Administrative Area with chambers of higher management officers, Hall for Development teams ,third Party , IT staff with cabins for mid-level officers facilities, Conference and committee rooms

5. Second floor NOC- network operating centers

6. Third and Fourth Floor Server farms with UPS and electrical control rooms

7. Fifth floor Residential facilities , Extended Network operating Centers , Development Teams, Conference and committee rooms

8. Shafts and floor services Areas Shafts for Lifts/ LT services / HT services / Fire Shafts / floor electrical Panel rooms, house Keeping on each floor

B. Ancillary Building, if required otherwise areas to be accommodated in main building.

Area of each floor approximately 4000 Sqft Approximately

1. No of floors Basement to 3 floors or as per Available FIR

2. Basement Parking

3. Ground floor Parking

4. First floor cafeteria

5. Second floor Residential hostel and Rooms

C. Auxiliary services space Areas for Sub-station , Fire control room , Mux room , DG sets , Cooling Tower , AC Plant Room and other service areas

The approximate land area of proposedwork is______Hect.( _____ bigha) and the estimated cost of the Project is Rs______.

Page 19 of 27

The bidder is required to furnish details in technical bid as per three broad sections as mentioned below:

1. Civil Construction of datacentre and Ancillary building (if required otherwise areas to be accommodated in main building).

TheBiddershouldprovidedetaileddesignandsizingcalculation forthe followinglistingallassumptionsthathavebeenconsidered:

I. Layout Design-Data center Space and Floor layout along with Number of Racks and their design in the Data Center. While preparing the layout design of data center following points shall be considered which will be evaluated during presentation of submitted proposal: a) Master Planning and Zoning

i. Cost effective Site Utilization & Grouping of Functions ii. Site Orientation

iii. Massing (Compactness) iv. Circulation(Integration) v. Landscape Blending with existing profile

b) Design Concept Planning i. User friendly& economical scheme proposal

ii. Functional circulation achieved iii. Aesthetics iv. General specification of materials & Inclusion of Disaster resistant technology v. Energy efficient building design as Per GRIHA rating system

II. The following need to be prepared and submitted: a) Conceptual Design b) Detailed Conceptual report

i. Structural Drawing Report ii. Air Conditioning, Fire,Electrical, Solar Power generation,Lifts and escalators

plumbing, sanitary,CCTV, LAN, joinery, false ceiling, Flooring etc. III. Bill of Material with quantity, make and model offered for establishment i.e Civil

Construction of Bhamashah datacentre and Ancillary Building (if required otherwise areas to be accommodated in main building) without financials

2. Designand Commissioning of BhamashahState Data center

TheBiddershouldprovidedetails forthe followinglistingallassumptionsthathavebeenconsidered:

I. Data Center overhead layout including: Cabling, Pipes and Ducting Plan II. Electrical Requirements with indicative electrical line diagram III. Cooling and Environmental Control requirements

a. Estimated Cooling consumption b. Estimation of Cooling equipment(Type of equipment)required c. Number of equipment and their capacity d. Redundancy of cooling equipment on full load e. Cooling distribution mechanism f. Cooling saving mechanism

IV. Building Management Services a. Rodent Repellent System b. Water leak detection system c. Public Address System

V. Monitoring and management Services a. Software required b. Hardware required c. Manpower required d. Reporting Mechanism

Page 20 of 27

VI. Fire Prevention and Suppression along with detailed layout of zone -wise fire sensors a. Addressable Fire alarm system b. Gas suppression system for server, UPS and Panel room c. VESDA

VII. Data Centre Surveillance and Security along with detailed layout of CCTV and access control devices.

VIII. Any component other than those mentioned above and related to DC solution shall be designed, installed, configured and maintained by the bidder.

IX. Load Calculation sheet having details of Power Load for Server area ( IT Load),Power load for Cooling in Server area, Power Load for other area, Power load for cooling in other area, Lighting Load, Utilities ( Raw power load), Estimation of raw power required, UPS REQUIRED with their capacity, Redundancy of UPS on full load, DG REQUIRED with their capacity, Redundancy of DG sets on full load, Overall Redundancy Mechanism

X. Bill of Material (Non IT and Passive Components) with quantity, make and model offered forBhamashahState datacentrewithout financials

XI. Implementation plan with timelines XII. FAT Plan XIII. Manpower deployment during construction of Bhamashah SDC

3. Operation and Maintenance PhaseBhamashah State Data Center and Ancillary Building (if required otherwise areas to be accommodated in main building).

I. Approach for providing FMS Services for entire project period. II. Manpower deployment during FMS Period III. IT and Physical Security mechanism required like classification of different security zones IV. Documents to be submitted by bidder at the time of FAT and O&M V. Any other recommendations VI. Approach for certification and maintenance of ISO 27001 and ISO 20000 certification of

Bhamashah State Data Center for entire project period.

The B idder i s required to provide the proposed Technical Solution in the technical bid considering below mentioned factors

I. Clear articulation and description of the design and technical solution and various components including make ofequipment orsizing ofinfrastructure (includingdiagramsandcalculationswhereverapplicable)

II. Technical Design and clear articulation of benefits to Tendering authority of various components of the solution vis -à-vis other options available like scalability, cost benefit, low recurring cost etc.

III. Strength of the Bidder to provide services including examples or case -studies of similar solutions deployed for other clients.

Page 21 of 27

ANNEXURE-2: PRE-BID QUERIES FORMAT{to be filled by the bidder}

Note: Queries can only be submitted by those bidders who have purchased the tender and submitted the copy of receipt of tender fee .

Name of the Company/Firm:

Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-

Name of Person(s) Representing the Company/ Firm:

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts:

Contact Person(s) Address for Correspondence

Email-ID(s) Tel. Nos. & Fax Nos.

Query / Clarification Sought:

S.No. RFP Page No.

RFP Rule No.

Rule Details Query/ Suggestion/ Clarification

Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX). Queries not submitted in the prescribed format will not be considered/ responded at all by the procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the submission of the bidding/ tender document fee.

Page 22 of 27

ANNEXURE-3: BIDDER’S AUTHORIZATION CERTIFICATE{to be filled by the bidder}

To,

{Procuring entity},

______________________________,

______________________________,

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign relevant documents on behalf of the company/ firm in dealing with NIB reference No. ______________________ dated _________. He/ She is also authorized to attend meetings & submit technical & commercial information/ clarifications as may be required by you in the course of processing the Bid. For the purpose of validation, his/ her verified signatures are as under.

Thanking you,

Name of the Bidder: - Verified Signature:

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 23 of 27

ANNEXURE-4: SELF-DECLARATION{to be filled by the bidder}

To,

{Procuring entity},

______________________________,

In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign.of ____________________________________, I/ We hereby declare that presently our Company/ firm _________________, at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other country during the last three years

e) does not have any debarment by any other procuring entity f) isnot insolvent in receivership, bankrupt or being wound up, not have its affairs administered by

a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the foregoing reasons;

g) does not have, and ourdirectors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be forfeited in full and ourbid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 24 of 27

ANNEXURE-5: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION EXPERIENCE

Project Name: Value of Contract/Work Order (In INR):

Country:

Location within country:

Project Duration:

Name of Customer: Total No. of staff-months of the assignment:

Contact person with address, phone, fax and e-mail:

Approx. value of the services provided by your company under the contract (in INR):

Start date (month/year):

Completion date (month/year):

Name of associated Bidders, if any:

Narrative description of Project:

List of Services provided by your firm/company

Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each project reference

Page 25 of 27

ANNEXURE-6: INDICATIVE FORMAT FOR CONSORTIUM AGREEMENT

(On non-judicial stamp paper of appropriate value to be purchased in the name of executants companies or as required by the jurisdiction in which executed) This Consortium Agreement executed on this ................ day of........................... Two Thousand ………………. By: M/s. ......................................................... a Company incorporated under the laws of........................………………………........ and having its registered office at ............................... (hereinafter called the “Lead Member/First Member” which expression shall include its successors); and M/s. …......................................................... a Company incorporated under the laws of .......................................………………………..... and having its registered office at .............................. (hereinafter called the “Second Member” which expression shall include its successors) The Lead Member/First Member and the Second Member shall collectively hereinafter be called as the “Consortium Members” for the purpose of submitting a proposal (hereinafter called as “Bid”) for the work of …………………(Name of work)………………………for …………… (Name of project) of M/s…………………………….. to Government of Rajasthan (GoR)/ RajCOMP Info Services Limited (herein after called the `Owner’ or ‘RISL’), RISL being a Company incorporated under the Companies Act, 1956 having its registered office at YojanaBhawan, Tilak Marg, C-Scheme, Jaipur, India (hereinafter called the “Owner/GoR/ RISL”) in response to GoR/ RISL Request for Proposal Document (hereinafter called as ”RFP” Document) Dated………….. for the purposes of submitting the bid no. ………….. ………………………….. and entering into a contract in case of award for the work of …………………(Name of work)………………………for …………… (Name of project) of GoR/ RISL. WHEREAS, the Owner invited bids vide its RFP document no. …………………… for the work of ……………………………………………………. AND WHEREAS as per document, Consortium bids will also be considered by the Owner provided they meet the specific requirements in that regard. AND WHEREAS the PQ bid is being submitted to the Owner vide proposal dated ………… based on the Consortium Agreement being these presents and the PQ bid with its PQ bid forms and submission documents, in accordance with the requirement of PQ document conditions and requirements have been signed by all the partners and submitted to the Owner. AND WHEREAS Clause ________ of RFP document stipulates that a Consortium of maximum two companies, meeting the requirements stipulated in the RFP document may submit a Proposal signed by Lead Member of the Consortium Members so as to legally bind all the Members of the Consortium who will be jointly and severally liable for the performance and all obligations thereunder to GoR/RISL and duly signed Consortium Agreement shall be attached to the Proposal. NOW THEREFORE, in consideration of the mutual covenants of the members of the Consortium, the sufficiency whereof is hereby acknowledged and other good valuable consideration, we agree as follows:

1. We the members in the Consortium hereby confirm that the name and style of the Consortium shall be…………….. Consortium.

2. M/s. ...................................... shall act as Lead Member for self, and for and on behalf of M/s …………………….. (Second Member) and further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful performance of the obligations under the Request for Proposal (RFP) and resulting Contact Agreement(s) submitted / executed by the Lead Member in the event of the selection of Consortium. Further, the Lead Partner is authorized to incur liabilities and receive instructions for and on behalf of any or all partners of the CONSORTIUM.

Page 26 of 27

3. That M/s_____________ which is the Lead Member of the Consortium shall invest and continue to invest ….% (at least 51% to be invested by Lead Bidder) interest in the Consortium for the Lock in Period (Complete Project Period) as specified in the RFP document.

4. That M/s ____________, (Second Member) shall invest and continue to invest ….% interest of the Consortium for the Lock in Period (Complete Project Period) as specified in the RFP document.

5. The composition or the constitution of the consortium shall not be altered without the prior consent of GoR/RISL.

6. The roles and responsibilities of the lead bidder and the second member of the consortium for execution of various components/activities as defined in the RFP document shall be as under :

S.No. Project Component/Activity

Roles & Responsibility of Lead Bidder

Roles & Responsibility of Second Member of Consortium

1

2

3

4

7. It is expressly agreed by the members that all members of the consortium shall be held equally

responsible for the obligations under the RFP Document, Contract and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.

8. For the purpose of this Agreement, the RFP Document and the Contract, the Lead Partner shall be the single point of contact for the GoR/ RISL, shall have the overall responsibility of the management of the Project and shall have single point responsibility for ensuring that all members of the consortium are complying with the terms and conditions set out in the Contract and the RFP Document.

9. All instructions/communications from PMC to the Lead Partner shall be deemed to have been duly provided to all the members of the consortium.

10. If GoR/ RISL suffers any loss or damage on account of any breach in the stipulation of the Agreements to be entered into by the Consortium Members, upon its selection pursuant to RFP (the "Agreements") or any shortfall in the performance of the Transaction or in meeting the performances guaranteed as per the RFP and the Agreements, the Consortium Members hereby jointly and severally undertake to promptly make good such loss or damages caused to GoR/ RISL on its demand without any demur or contest. The Owner shall have the right to proceed against anyone of the partners and it shall neither be necessary nor obligatory on the part of the Owner to proceed against the Lead Partner before proceeding against or dealing with the other Member.

11. The financial liability of the Consortium Members to the GoR/ RISL, with respect to any of the claims arising out of the performance or non-performance of obligations under the RFP and the resulting Agreement(s) shall not be limited so as to restrict or limit the liabilities of any of the Members and the Members shall be jointly and severally liable to GoR/RISL.

12. It is expressly agreed by the Members that all the due payments shall be made by the Owner to Lead Bidder only.

13. This Consortium agreement shall be construed and interpreted in accordance with the laws of India and the Courts of Jaipur (Rajasthan) shall have the exclusive jurisdiction in all matters arising there under.

14. It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and performance Security as specified by owner in the RFP document.

15. It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be enforceable till the same is discharged by GoR/RISL.

16. This Agreement shall come into force as of the date of signing and shall continue in full force and effect until the complete discharge of all obligations, concerning the carrying out of the Project, which have been taken on by the Parties under the Contract, RFP Document and under this Agreement.

Page 27 of 27

17. Any other terms and conditions not in contradiction to the RFP and above mentioned terms and conditions.

IN WITNESS WHEREOF, the Members to the Consortium agreement have through their authorised representatives executed these presents and affixed common seal of their companies, on the day, month and year first mentioned above.

Common Seal of ................ has been affixed in my/our Lead Member presence pursuant to Board of Director’s resolution dated ..............................

1) Witness

2) Witness

For and on behalf of M/s…………….. (Lead Bidder) (Signature of authorized representative) Name : Designation:

Common Seal of ................ has been affixed in my/our Second Member presence pursuant to Board of Director’s resolution dated ..............................

1) Witness

2) Witness

For and on behalf of M/s…………….. (Second member) (Signature of authorized representative) Name : Designation: