short term request for proposal (rfp) cum expression of...

86
Short Term Request for Proposal (RFP) cum Expression of Interest for Selection of agency for Provision of Facility Management and Automation of Existing (IT) Infrastructure for Defence establishment. EoI / Tender (RFP) Reference ITI/MSP/NZ/2K20/IT/ RFP/FM & AUTOMATION Dated 19th June 2020 Due Date and Time for submission of Bid/EoI 25 th June 2020 (Thursday) Up to 13: 30 Hrs. on the Due Date Time of the Sale of RFP/EoI Document Up to 13: 00 Hrs. on the Due Date Cost of Tender Document in shape of e-Transfer/ DD in favor of ITI Limited, New Delhi (for Hard Copy only) Rs 10000/- (Rupees Ten Thousand Only) EMD (e-Transfer/Demand Draft) in the favor of ITI Ltd Rs 540000/- (Rs Five Lakh Forty Thousand only) Tender Document Issued to M/s Signatures and Date of the issue of the RFP cum EoI Document 19 June 2020

Upload: others

Post on 26-Jul-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Short Term Request for Proposal (RFP) cum

Expression of Interest for Selection of agency for

Provision of Facility Management and Automation of

Existing (IT) Infrastructure for Defence establishment.

EoI / Tender (RFP) Reference ITI/MSP/NZ/2K20/IT/ RFP/FM &

AUTOMATION Dated 19th June 2020

Due Date and Time for submission of Bid/EoI 25th June 2020 (Thursday) Up to 13: 30 Hrs.

on the Due Date

Time of the Sale of RFP/EoI Document Up to 13: 00 Hrs. on the Due Date

Cost of Tender Document in shape of e-Transfer/

DD in favor of ITI Limited, New Delhi (for Hard

Copy only)

Rs 10000/- (Rupees Ten Thousand Only)

EMD (e-Transfer/Demand Draft)

in the favor of ITI Ltd

Rs 540000/-

(Rs Five Lakh Forty Thousand only)

Tender Document Issued to M/s

Signatures and Date of the issue of the RFP cum

EoI Document

19 June 2020

Page 2: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |2

INDEX

This EOI document has been designed in a structured format where each sub section covers the

description of that part to make it easy to comprehend (for the prospective bidders) .The intention

of doing so is to minimize the ambiguities.

The bidders are requested to go through the each sub section carefully to assess the general

requirement, terms & conditions of ITI and scope of work etc.

Sr. No DESCRIPTION OF THE SUB SECTION PAGE

From To Total

1. Covering Page of the Bid / EoI Document 01 01 01

2. Index, Preface/ Bidding-Gist and RFP

Notification

02 06 05

3. Annexure-A Acceptance of Terms & Conditions A-1 A-2 02

4. Annexure-B Bid Introduction and Bidding Terms B-1 B-10 10

5. Annexure-C Conditions (General) C-1 C-5 05

6. Annexure-D Documents for Bidder's Eligibility D-1 D-1 01

7. Annexure-E Eligibility Parameters E-1 E-1 01

8. Annexure-F Financial Bid Format F-1 F-2 02

9. Annexure G-Guidelines to the Bidders for Bids G-1 G-3 03

10. Annexure-I Integrity Pact I-1 I-6 06

11. Annexure-J Justifications w.r.t. RFP/Tender J-1 J-1 01

12. Annexure-K Key Assumptions K-1 K-1 01

13. Annexure-L Location-wise Bill of Material L-1 L-6 06

14. Annexure-M Methodology of Project Planning

and Management

M-1 M-2 02

15. Annexure-O Operation-Support Plan O-1 O-2 02

16. Annexure-P Presentation P-1 P-1 01

17. Annexure-Q Quality Requirements Q-1 Q-2 02

18. Annexure-R Responsibility Matrix; R-1 R-1 01

19. Annexure S-Specifications and System Features S-1 S-20 20

20. Annexure-T Terms of Reference T-1 T-2 02

21. Annexure-U Undertaking for Non-Black-listing U-1 U-1 01

22. Annexure- W Work Details (Scope of Work) W-1 W-8 08

23. Annexure- Z E-tendering Instructions to Bidders Z-1 Z-3 03

Total Pages in e-Version of the EoI/Tender Document = 86

Page 3: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

General Manager

P a g e | 3

Preface: ITI Limited invites eBids/Expression of Interest from eligible bidders to participate in the EoI/Tender

Request for Proposal (RFP) cum Expression of Interest for Selection of agency for Provision of

Facility Management and Automation of Existing (IT) Infrastructure for Defence establishment. for some Government organization. The end customer of ITI Limited has not yet assigned the task of

procurement of the said system to ITI Limited. Thus we are still in the process of identifying suitable

System Integration Associate for the project which is envisage as a potent business opportunity.

As the Tender activities in respect of the aforesaid Project has been entrusted to ITI Limited

(hereinafter referred to as ITI / Executing Agency), we have floated this RFP to identify the best source

to procure the said item. For the purpose of all procurement activities related to the said work, ITI

Limited shall be referred to as ‘Executing Agency’.

The Bidding for the said purpose has to happen in a Single Stage (Two- Bids System) through e-

Tendering on ITI’s e-Tendering Portal.

Interested bidders have to necessarily register themselves on the https://itiltd.euniwizarde.com/

through M/s ITI Limited New Delhi to participate in the bidding under this invitation for bids. It shall

be the sole responsibility of the interested bidders to get them registered at the aforesaid portal for

which they are required to contact M/s ITI Limited, New Delhi to complete the registration formalities.

The address of M/s ITI Limited is mentioned on the Bid Information Sheet. All required documents

and formalities for registering on Tender Wizard are mentioned in the subsequent bidding document

(Annexure-Z) may please be referred).

For proper uploading of the bids on the said e-Tending portal, it shall be the sole responsibility of the

bidders to apprise themselves adequately regarding all the relevant procedures and provisions as

detailed in the portal as well as by contacting M/s ITI Limited, New Delhi directly, as and when

required, for which contact details are also mentioned on the Bid Information Sheet. The Executing

agency in no case shall be responsible for any matter related to timely or properly

uploading/submission of the bid in accordance with the relevant provisions of the Bidding Document.

Bidders should submit their bid proposal online complete in all aspect on or before last date and time

of Bid Submission as mentioned on e-Tendering Portal of ITI Limited and as indicated in the Bid

Information Sheet.

Contract (Supply and Services) shall be on FOR destination basis. The Supply shall include

Transportation for delivery at site, Insurance of all Equipment and materials including mandatory

spares and any other supplies specified in the Tender / RFP/EoI Document and providing all services.

The services shall include Installation, Commissioning and after sales support for the System and

any other services specified in the Bid Document.

The provisioning of the warranty Maintenance of the System for Five (5 years) years from the date of

commissioning is also a Part of the Scope of Work.

All the Bidders are requested to go through the next sheet where a Gist of the bidding has been shown

in a Tabular Form.

Page 4: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

General Manager

P a g e | 4

Gist of the Bidding:

Sr. No. Legends Process /Options Valid Option Remarks

1 Type of Bidding Single Stage Single Stage 2 Bid System

(Tech and Price) Two Stage

2. Multiple Bidding

System

Allowed

Not Allowed Not Allowed

3. Bid Evaluation

Methodology

Quality and Cost

Based Selection

Quality and Cost

Based Selection

Cost Based Selection

4. Bidding of

Technical Part

Manual The Bidders to

submit Physical

Copy also. E-Tender E-Tender

5. Bidding of

Commercial Part

Manual

E-Tender E-Tender

6. Consortium Allowed Allowed

Not Allowed

7. Pre-Bid Meeting Yes

No No

8. Technical

Presentation

Applicable Applicable

Not Applicable

9. Site Visit Allowed

Not Allowed Not Allowed

10. Registration on e-

Tendering Portal

against fee

Applicable Applicable The bidders are

required to get them

registered Not Applicable

11. Cost of Tender

Document

Applicable Applicable As per

Notification Not Applicable

12. Tender Processing

Fee

Applicable As per

Notification Not Applicable Not Applicable

13. Earnest Money

Deposit (EMD)

Applicable Applicable As per

Notification Not Applicable

14. Performance

Security

Applicable Applicable As per

Notification Not Applicable

Note: Only a Colored Block indicates the VALID-OPTION

Page 5: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

( भारत सरकार का उपक्रम ) ( A Govt. of India Undertaking )

आंचलिक कार्ाालर् (उत्तर), Zonal Office (North),

201-202 रोलित िाउस, 3- टॉिस्टॉय मार्ग 201-202 Rohit House, 3-Tolostoy Marg,

नई लिल्ली-110001 New Delhi-110001

CIN No : L32202KA195GOI000640 दूरभाष : 011-23314164, 43596383 Phone : 011-23314164, 43596383

फैक्स : 011-23317197 Fax : 011-23317197

ईमेल : [email protected] email : [email protected]

पंजीकृत एवं निगनमत कार्ाालर् : आईटीआई भवि, दूरवाणी िगर, बैंगलूर- 560016, भारत, दूरभाष :+918025614466,फैक्स : +918025617525

Registered & Corporate Office : ITI Bhavan, Doorvani Nagar, Bangalore-560016 ,India , Phone: +918025614466, Fax: +918025617525

http://www.itiltd-india.com

ह िंदी भाषा अपनी भाषा P a g e | 5

Reference /सन्दभभ : ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION

Dated /हदनािंक : 19th June 2020

Short-Term Invitation for Request for Proposal (RFP)

SUBJECT: Short Term Request for Proposal (RFP) cum Expression of Interest for Selection of

agency for for Provision of Facility Management and Automation of Existing (IT)

Infrastructure for Defence establishment against RFP Notice

ITI/MSP/NZ/2K20/IT/ RFP/FM&AUTOMATION Dated 19th June 2020.

Electronic-Bids are invited on behalf of some Government Organization through e-Tendering

Process for the above mentioned work from well-established IT/ITeS/ Surveillance System

Companies.

Indian Companies having adequate capabilities may submit their e-Tender under ‘Two-Bid and

Single Stage System’ for the same. It is a must for the bidders to meet all the following Eligibility

Criteria:

Sr No Eligibility Criteria 01. The Lead-Bidder must be at least 3 years old as on date of publication of this Tender notification.

02. The Bidder must have an Average Annual Turnover of at least Rs 20 Crs during last 3 fiscal Yrs.

03. The Bidder must have experience of Executing Projects of at least Rs 5 Crs in the field of supply

and installation of IT products in terms of Business Volume in Govt. Domain during last 5 years.

04 The Bidder must have experience of Executing at least 2 Projects in the field of ICT/AV/Automation

projects in Govt. Domain during last 5 years.

05. The Bidder must have experience of Executing Single Order of at least Rs 5 Crs in the field of

of supply and installation of IT products in Govt. Domain during last 5 years

07. The Bidder must have at least 50 qualified engineers on their payroll to sustain the Project

08. The Bidder must have the case specific Letter of Authorization’ from the major ISO certified OEMs.

09. The Bidder preferably should have their support arrangement in Delhi/NCR

The interested companies may collect the Scope of work* and Terms-conditions as per the details

given below:

Sr No Address of the Designated office for EOI ITI Limited, Delhi (As given above) 1 Contact Persons for the Purchase of RFP

Document.

Shri Ashutosh Pachauri, AEE-NT

08287044011, 011-23317195 (Land Line)

Shri Dharmendra Kumar AEE (M&P)

09811373081, 011-23317195 (Land Line)

2 Telephone Numbers 011-23314164, 8287044011

3 Cost of Tender Document in shape of DD/Cash

in favor of ITI Limited, New Delhi

Rs 10000/- (Rupees Ten Thousand Only)

4 EMD (e-Transfer/Demand Draft) in the favor of

ITI Ltd at the time of bid submission.

Rs 540000/-

(Rs Five Lakh Forty Thousand only)

5 Due Date for the Submission of the Bid 25th June 2020 (Thursday)

6 Due Time for Sale of RFP/EOI Document Up to13: 00 Hrs. on the Due Date

7 Due Time for submission of Technical-Bid Up to13: 30 Hrs. on the Due Date

8 Opening Date and Time of the Technical-Bid At 15: 00 Hrs. on the Due Date

Continued….

Page 6: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

This RFP/EoI/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators

/ ITI’s Customer and ITI Limited only. General Manager

P a g e | 6

In order to get the clarity of the scope of work / Terms-Conditions, the bidders are requested to go through

the Specifications and other project related requirements carefully. An explicit understanding of the

requirement is rather essential for arriving at commercial assessment by the prospective bidders.

The selected bidder who is to play the role of a ‘Supplier cum System-Integrator’ has to enter in to an

Agreement with ITI Limited to forge a case-specific business alliance (under sole investment business

model for arranging the requisite inputs and subsequent deliverables (in future).

In case of any clarification, please contact the ‘Designated Officers’ whose details are shown on

Page1.

As the above timelines are very important; any compromise on this account will not be accepted.

For ITI LIMITED

(Sanjay Jain)

General Manager- MSP North Mobile : +91.9871886489

Email : [email protected]

Page 7: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19Th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |A- 1

Annexure-A

Undertaking for Unconditional Acceptance of Terms & Conditions of the Tender Document

(to be furnished on Company’s Letter Head)

General Manager,

Zonal Office,

ITI Limited,

Flat No. 201-202, Rohit House, 3-Tolstoy Marg,

New Delhi – 110 001

Subject: Short Term Request for Proposal (RFP) cum Expression of Interest for

Selection of agency for Provision of Facility Management and Automation of

Existing (IT) Infrastructure for Defence establishment against RFP Notice

ITI/MSP/NZ/2K20/IT/ RFP/FM&AUTOMATION Dated 19th June 2020.

Dear Sir,

Having examined the RFP/ Tender document, we, the undersigned, to your notice for Provision

of Facility Management and Automation of Existing (IT) Infrastructure for Defence

establishment against RFP Notice ITI/MSP/NZ/2K20/IT/ RFP/FM & AUTOMATION Dated

19th June 2020. We confirm that the information contained in this response or any part thereof,

including its exhibits, and other documents and instruments delivered or to be delivered to ITI

Limited is true, accurate, verifiable and complete. This response includes all information

necessary to ensure that the statements therein do not in whole or in part mislead the Buyer in

its short-listing process.

We fully understand and agree to comply that on verification, if any of the information

provided here is found to be misleading the short listing process, we are liable to be dismissed

from the selection process or termination of the agreement during the project, if selected to do

so.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP/Tender

document including annexures and corrigendum if any and also agree to abide by this tender

response for a period of 60 days from the date fixed for bid opening.

We hereby declare that in case the agreement is awarded to us, we shall submit the Performance

Guarantee in the form of bank guarantee in the format to be provided by ITI Limited.

We agree that ITI Limited is not bound to accept any tender response that they may receive. We

also agree that ITI Limited reserves the right in absolute sense to reject all or any of the services

specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/

firm/ organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

We understand that it will be the responsibility of our organization to keep ITI Limited

informed of any changes in respect of authorized person and we fully understand that ITI

Limited shall not be responsible for non-receipt or non-delivery of any communication and/or

Page 8: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19Th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |A- 2

any missing communication in the event reasonable prior notice of any change in the authorized

person of the company is not provided to ITI Limited.

Dated this Day of March 2020

(Signature and Name) (In the capacity of)

Duly authorized to sign the RFP/Tender for and on behalf of the bidder:

(Name and Address of Company) Seal/Stamp of bidder

Page 9: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-1

Annexure-B Bid- Introduction and Bid-Evaluation Process:

ITI Limited (ITI) is a Public Sector Undertaking which functions under the aegis of The

Ministry of Communications and IT, Government of India. As such it follows all the financial

and administrative rules and procedures put in place from time to time to conduct the business

activities.

We at Regional Office New Delhi (which is part of the Corporate Marketing Department

located at New Delhi) are engaged in the business of Telecom/ICT/Software Projects, Supply of

Hardware and Cloud-Computing, Supply of various kinds of Machines/Appliances and the

services related with these items.

The Bidder:

The objective of this Invitation for submission of the RFP /Tender/EoI (Expression of Interest)

is to identify a Vendor/Business Associate to address a particular ‘Business Requirement’

which has emerged from a Govt. client in Northern India for Provision of Facility Management

and Automation of Existing (IT) Infrastructure for Defence establishment.

The prospective customer has already disclosed its requirement which is to be responded with

the submission of the detailed Techno-commercial proposal / Bid in due course of time.

The selected bidder who is to play the role of a ‘Supplier/Sub-vendor/Business Associate’ has

to enter in to a contract with ITI Limited to forge a case-specific business alliance to implement

the Project as per the requirements of the ITI’s end-customer.

During the bidding process, the vendor is supposed to provide the requisite Techno-commercial

inputs to ITI as per the requirement/Specifications/Expectations/Scope of Work of the

prospective customer to win a commercial-favor in terms of award of order to ITI. The name of

the end-customer and other finer details of the Projects would be shared with the selected bidder

prior to the actual bidding/submission of the final priced proposal to the end customer by ITI.

It should be noted that the business associate selected as Vendor /Supplier will not be allowed

to have alliance with other bidders / competitors of ITI for the same business opportunity.

In the event of the award of an order to ITI, the selected business associate would act as a

Supplier/ Vendor to implement the project for which a separate ‘Purchase Order’ would be

placed on the selected vendor.

Introduction to EOI/RFP/Tender Invitation:

ITI is interested in addressing some of the prospected business opportunities where it is strongly

positioned by virtue of its ‘PSU Status’, proven ‘Project Management Capabilities’ and rich

‘Project-Experience. ITI is looking for business association from reputed System Integrators/

OEMs/Supplier who can assist ITI to win the business and ultimately help ITI in the execution

of the project.

The prospective bidders are advised to study the EoI/RFP/Tender document carefully.

Submission of your bid shall be deemed to have been done after careful study and examination

of the same with full understanding of its implications. Failure to furnish all information

Page 10: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-2

required in the Document or submission of an EoI/Bid not substantially responsive to it in every

respect will be at the Bidder’s risk and may result in its outright rejection.

The Bidder shall bear all costs associated with the preparation and submission of its Bid,

including cost of presentation for the purposes of clarification of the Bid, if so desired by ITI

Limited. In no case, ITI would be responsible or liable for those costs, regardless of the conduct

or outcome of the Tendering Process. ITI reserves the right, not an obligation, to carry out the

capability assessment of the Bidder(s). This right inter alia includes seeking technical

demonstrations, presentations and live site visits.

Vital Characteristics of a Business Associate:

A ‘Prospective Bidder’ must possess the following basic qualities:

1. Willingness to sign agreement with ITI for addressing the end-customer’s requirements

as per his terms and conditions.

2. The requisite technical experience, qualification and competence in the field of

implementation of IT/ITeS/ Surveillance System Projects.

3. Investment Capability.

4. Ability to withstand the Business-Risk.

5. Understanding of provisioning of appropriate type of Products/Solutions/Service

offerings best suited to the case-specific requirement.

6. Capability to provide all cost elements in time which need to be structured into the final

costing of the project (as per the requirement of ITI's customer) with a clear intention of

assisting ITI to win/conduct the business.

7. Arrangement of Warranty and Post Warranty Maintenance support.

8. Capability of customization of Machines as per the specifications / requirements of the

customer.

9. Backing of OEMs through Letter of Authorization from the major OEMs.

10. Adherence to Ethical Business Practices and Professionalism.

11. Willingness to strive to achieve the maximum indigenous content, as per the guidelines

of Govt. of India from time to time.

12. Compliance of ‘No Infringement of any Patent Right’ in accordance with the prevailing

laws.

Definitions:

Sr. No Legends a ITI means M/s ITI Limited.

b EoI means Expression of Interest to act as a Vendor / System Integration agency.

c RFP (Request for Procurement) and Tender are used interchangeably in this

document

d The Purchaser means ITI Ltd.

Page 11: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-3

Eligibility Criteria:

The bidder must be a Registered Indian company or Consortium* led by an Indian Company.

The Bidders are required to refer the ‘Annexure-E’ for the details of the eligibility criteria. The

bidders shall submit necessary documentary proof (certified photocopies) showing that they

meet the specified eligibility criteria (Please refer Annexure-D).

e The End-Customer/Client means the prospective client who would select ITI as a

contractor and award order for end-to-end implementation of the project as

envisioned under the Tender Document.

f SIA means System Integration Associate or the Vendor who has been selected as

Implementation Agency. It carries the same meaning as that of a System Integrator

g SA means Service Agency or the Vendor who has been selected as a Service

Provider.

h The Bidder means the SI /Vendor or Consortium who submits this EoI and

subsequently provides inputs to ITI to participate in the Main Bidding against the

tender notification of the ITI's end-customer.

i The Deliverables means all the Systems (both Hardware and Software),

Equipment, Devices, Services related with the proper execution of the project as

envisaged under the Order / Contract to be signed by the 'end-customer’.

j The Purchase Order means the order placed by ITI on the SI / Vendor.

k The Contract Price means the price payable to the Supplier(s) / Vendor(s) under

the Purchase order for the full and proper performance of its contractual

obligations.

l Evaluation is a process of adjudging the Bid/EoI to the satisfaction of ITI.

m ICT means “Information and Communication Technology”

n LOI means “Letter of Intent”.

o Sole Investment Business Model means the Investment Part pertaining to this

opportunity would be handled exclusively by SI partner and ITI may not invest in

the project. Though ITI shall not get direct financial exposure, the overall project

related responsibilities would rest upon ITI for both monitoring and execution. ITI

shall provide its project management expertise for smooth implementation of the

entire project.

p IPR means Intellectual Property Rights

q OEM means Original Equipment Manufacturer

r QCBS means Quality cum Cost Basis Selection where both Technical and

Commercial aspects of bidding are taken in to consideration

s MOU means Memorandum of Understanding

t EMD means Earnest Money Deposit /Bid Security

u BoM or BoQmeans Bill of Material / Bill of Quantities

v MOU means Memorandum of Understanding

Page 12: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-4

Considering the importance of the project as well as that of the end customer, it is very much

desirable that the bidders have sufficient experience in the desired area.

The bidder must have not been declared black listed / ineligible to participate for bidding during

last five financial years by any State / Central Govt / or PSU due to unsatisfactory performance,

breach of general or specific instructions, corrupt or fraudulent or any other unethical business

practices ( please refer Annexure-U in this regard).

The date of Eligibility shall be Date of Publication of the RFP/EoI/Tender Notification.

In case if any of the Qualifying Criterion is not met, the Bid / Tender /EoI will be declared

unresponsive and the same will not be evaluated further.

*Constitution of Consortium:

1. The Lead Bidder of the Consortium has to be an Indian Company. The consortium may

comprise of Max 3 companies (1 Lead Bidder and 2 Consortium Member).

2. All the member firms of the Consortium shall jointly fulfill the Eligibility criteria as

detailed in the RFP/EoI/Tender document except the specific eligibility clauses meant

for the Lead (Prime) Bidder.

3. The Lead Bidder of the Consortium can only submit the Bid/EoI on behalf of the

Consortium. The Bid may be signed by all the member firms of the Consortium.

Alternatively, the bid may be signed by the Lead-Bidder. In such a case, the Power of

Attorney from each member firm authorizing the Lead-Bidder to sign & submit the bid

on behalf of individual member firms must accompany the Bid /EoI. However, other

members of Consortium may participate in techno-commercial discussions/ meetings

along with the Lead Bidder.

4. Original ink signed MOU between the Consortium member firms duly signed by the

Chief Executive/Directors of the consortium member firms must be accompanied with

the Bid.

5. The role and responsibility of each consortium member firm has to be annexed/ attached

(in the Form of the Responsibility Matrix) with the MOU. MOU must also state that all

member firms of the Consortium shall be jointly and severally responsible for

discharging all obligations in case of award of Order/Contract.

6. The Bid Bond (Earnest Money Deposit) and Performance Guarantees can be submitted

by any of the Consortium member firm on behalf of the Consortium.

7. All the correspondence will be done with the Lead Bidder and shall be binding on all the

Member firms of the Consortium.

8. The payment shall be made by the Company only to the Lead Bidder (or ESCROW A/c

of the Consortium if requested) towards fulfillment of Contract obligations.

Specific Terms and Conditions of RFP/EoI/Tender:

1. The requirement is meant for addressing a business opportunity which has emerged from

some Government Body/Department against their already published/released Enquiry/

Page 13: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-5

Tender-Notification / Invitation for the submission of Bids/ Techno-Commercial-Offer

which envisages Provision of Facility Management and Automation of Existing (IT)

Infrastructure for Defence establishment.

2. The broad ‘Scope of Work’ would be as per the Annexure-W however the exact Scope

of Work will be intimated to the selected Supplier/Vendor in due course of time (once

bidder is short-listed) for addressing the opportunity/business-case.

3. The bidder (in the capacity of a vendor/Business Associate/Supplier) is supposed to

address the business opportunity jointly with ITI under “Sole Investment Business

Model”. This may include arranging Bid Security and Performance Bank guarantee etc.

All ‘Terms and Conditions’ as per ITI’s customer with regard to Payment / Reward /

Delivery/Penalty shall be applicable on the selected Business Associate /Supplier also

(in the event of the award of the business to ITI by the end-customer). It may please be

noted that ITI may not open any ‘Escrow Bank Account’ with the consortium

member/SI (in the event of the award of the order to ITI). Under the exceptional

conditions, the decision of Escrow Account may be considered only after obtaining

approval/clearance from ITI’s Corporate office.

4. ITI may consider the bidder (at its own discretion) for addressing other similar business

opportunities related with Provision of Facility Management and Automation of Existing

(IT) Infrastructure for Defence establishment.

5. The bidder must be prepared to work with ITI limited on exclusive basis and will neither

submit any direct proposal (to the end-client) nor submit any business proposal ( to the

end-client) through other business partner/PSU. In case of violation of the same, the

EMD shall be forfeited and the bidder will be black-listed.

Bid-Rejection Criteria:

The Tender/Bid will be rejected in case any one or more of the following conditions are

Observed:

1. Bids received without Proof of Purchase of RFP/EoI/Tender Document and EMD as per

requirement.

2. Bids which are not substantially responsive to the Invitation for the Tender.

3. Incomplete or conditional RFP/Tender that does not fulfill all or any of the conditions as

specified in this document.

4. Inconsistencies in the information submitted.

5. Misrepresentations in the bid proposal or any supporting documentation.

6. Bid proposal received after the last date and time specified in this document.

7. Bids found in unsealed cover, corrections in the bids.

8. Unsigned bids, bids signed by unauthorized person (without a valid Power of Attorney.

9. Bids containing erasures or overwriting except as necessary to correct errors made by

the Bidder, in which case such corrections shall be authenticated by the person(s)

signing the bid.

Page 14: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-6

10. Bid shall remain valid for the specified period from the date of opening of RFP/ Tender/

Bid prescribed by the purchaser. A bid valid for a shorter period shall be rejected by the

purchaser being non-responsive.

Bid Evaluation Process / Methodology:

This EoI would be subjected to a 2 Stage Evaluation Process. All Bidders are requested to

note the entire evaluation process carefully.

Prior to the detailed evaluation, ITI will determine the substantial responsiveness of each EoI/

Bid to the EoI/RFP Document. For purpose of ascertaining the eligibility, a substantially

responsive bid is one which confirms to all the terms and conditions of the EoI/RFP Document

without deviations.

The purchaser’s determination of bid’s responsiveness shall be based on the contents of the bid

itself without recourse to extrinsic evidence.

ITI may waive any minor infirmity or non-conformity or irregularity in the Bid/EoIwhich

doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or effect the

relative ranking of any bidder.

The EoIs/Bids submitted by the Bidders would be subjected to a well-defined and transparent

evaluation process.

The Bidder(s) will be evaluated on QCBS (Quality cum Cost Basis Selection) System with

different weightage for Technical Bid and Commercial Bid (at different Bidding stages).

First and Second Stage Bid Evaluation:

All EoIs (bids) would be subjected to a process where the weightage of the technical part would

be 65% and the weightage of the Commercial part would be 35%.

A maximum of 1000 marks will be allocated for the Technical Bid. The evaluation of

functional and technical capabilities of the Bidders will be completed first as per the following

process:

Only the technical proposals will be subjected for evaluation at this stage. The Bidders scoring

less than 600 marks (cut-off score) out of 1000 marks in the technical evaluation shall not be

short-listed for next stage of Financial-Bid Evaluation process.

In case, more than 5 participating Bidders qualify on technical criteria and reach or exceed the

cut-off score of 600, then ITI may qualify maximum five (total) Bidders on the basis of the top

five scores.

Only those Bidders who qualify as per the specified Eligibility Criteria shall be considered for

the Technical Bid evaluation (First Stage evaluation) in which scores will be awarded based

upon the evaluation matrix. The bidders scoring at least 600 points in the technical evaluation

shall only be considered for further Evaluation. The scores of Technical Bids will be carried

forward from first stage of Evaluation to Second Stage of Evaluation i.e. Financial Bid

evaluation.

ITI may, at its sole discretion, decide to seek more information from the Bidders in order to

normalize the bids. However, the Bidders will be notified separately, if such normalization

Page 15: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-7

ITI may, at its sole discretion, decide to seek more information from the Bidders in order to

normalize the bids. However, the Bidders will be notified separately, if such normalization

exercise as part of the technical evaluation is carried out.

The Bidders who are short-listed based upon technical criteria may be asked, if necessary, to

make a presentation on their solution at New Delhi /NCR, at their own cost.

At the Second Stage Evaluation (through e-Tendering), the bids will be further evaluated on the

basis of the vendor ratings which will be done on the base of combined scoring of the

Technical-Bid (weighted) and Financial Bid (weighted).

TECHNICAL RATING (TR) would be evaluated on the basis of the following formula:

TR = 65

x Technical Score (TS) 100

Where Technical Score (TS) would be calculated as per the Technical evaluation Matrix given

in this section of the Bid Document.

COMMERCIAL RATING(CR)would be evaluated on the basis of the following formula:

CR = 35

x Commercial Score (CS) 100

Commercial Score (CS)

Commercial Rating is based on Commercial Scoring (CS) of a particular bidder which will be

worked out as per the Formula given below:

Page 16: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-8

CS = BQ

x 1000 AQ

Where: AQ is Actual Quote (Commercial Score) of a particular Bidder under consideration.

BQ isBest Quote (Commercial Score) of the Best Bidder

VR(Vendor Rating) = TR(Technical Rating)+ CR(Commercial Rating)

Note:

The whole evaluation process is once again being summarized as follows:

As this EoI/Tender would be subjected to a 2 stage screening process, at the first stage, only the

technical part of the EoI/Tenders of the qualified bidders would be evaluated (and rated) with

scores based on the various parameters /criteria.

After this exercise, the ‘Financial Bids’ of the Technically rated Bidders would be opened

and rated with percentile scores with a maximum weightage of 350 marks (out of Total 1000

marks).

At this stage, if the EoI/Tender of a Bidder (s) is found suitable to ITI’s specific requirements,

the details of the targeted business opportunity shall be shared with the Qualified and Rated

Bidders (s) along with the detailed Bill of Material/Quantities (BoM/BoQ) and all the rated

bidders would be asked to submit the Actual Pricing (through e-Tendering).

The Bidder with best bid offering the maximum Price-benefit to Govt. Exchequer would be

chosen and declared as a SIA/Vendor/Business Associate.

Here it is worth mention that the Technical-Bids would be evaluated by a duly constituted

Committee of ITI Limited, whose decision would be generally taken as final, unless the

aggrieved party establishes any Prima facie errors in the findings of the Committee. In such a

situation, he may file a representation within 3 working days of receipt of decision from ITI

Limited, duly listing the reasons / grounds. Such a representation would be considered at Senior

Management Level of the Tendering Authority, whose decision would be final and binding on

all the bidders.

ITI reserves the right to reject any or all bids without assigning any reasons thereof. It shall not

be obligatory for ITI to award the work only to the lowest bidder.

Very Important:

The Bidding (For both Technical and Financial/Commercial/Priced-Part of the Bid) would be

subjected to an On-line/ e-Tendering process. The prospective Bidders are requested to go

through the Annexure-Z to understand the entire e-Tendering Process and follow the

Registration and Bidding Process on https://itiltd.euniwizarde.com/ as defined in the

document. As ITI Limited New Delhi has nothing to do with the Registration and e-Tendering

processes, bidders are to contact the portal administrators of https://itiltd.euniwizarde.com/

directly.

Page 17: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-9

Matrix of Technical Bid Evaluation:

The technical evaluation for knowing the Technical Rating (TR) of the bids will be done

strictly on the basis of Technical Score (TS) which would be computed as per the matrix

shown below:

Sr.

No Parameters Weightage in terms of Scoring Max.

Score 1. Presence (duration in years) of the

Bidder in the field of System

Integration / IT/ICT/Software-

Development/ Telecom Business.

3 to 4 Years of Presence 30 50 4 to 6 Years of Presence 40 More than 6 Years of Presence 50

2. Organization and Ownership Status of

the Bidder Privately Owned /Partnership Firm 30 50

Private Limited Company 40 Public Ltd Company /PSU 50

3. Bidder’s Average Annual Turnover

during last 3 Financial Years Eligibility Criterion (Minimum) to 1.25

times of the Eligibility Criterion 30 50

1.25 times of the Minimum to Twice

the Eligibility Criterion 40

More than 1.5 times of the Eligibility

Criterion 50

4. Experience of the Bidder in the

deployment of ICT/CCTV/AV

Equipment/Solution in Govt Domain

during last 5 years in terms of

Business Volume.

Eligibility Criterion (Minimum

experience) to 1.25 times of the

Eligibility criterion

50 200

1.25 times of the Minimum Experience

to Twice the Eligibility Criterion 100

More than Twice the Eligibility

Criterion 200

5. Experience of the Bidder in the

deployment of ICT/CCTV/AV

Equipment/Solution in any Govt

Domain during last 5 years in terms

of Number of Projects.

Eligibility Criterion (Minimum

experience) to 1.5 times of the

Eligibility criterion

50 200

2-3 Times of the Eligibility Criterion 100 More than thrice of the Eligibility

Criterion 200

6. ITI’s past Experience with the Bidder

(or any Consortium member) in

Projects.

No Experience 00 100

Satisfactory Past Experience 50

Good Past Experience 100 9. Understanding of the Requirement,

Technical Solution and Technologies

to be deployed

Average (demonstrates ambiguous

Solution /Poor Price-benefit to Govt.

Exchequer.)

50 150

Fairly Good (demonstrates an Ordinary

Solution/ Moderate Price-benefit to

Govt. Exchequer.)

75

Very Good (demonstrates a Good

Price-benefit to Govt. Exchequer.) 100

Excellent Solution (demonstrates a

strong Price-benefit to Govt.

Exchequer.)

150

Page 18: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |B-10

10. Technical Presentation as per

Annexure-P on Project

Implementation, Support Mechanism

etc.

Unsatisfactory 00 200 Average 50 Fair 100 Good 150 Excellent 200

Technical Score (Positive) of an Individual Bidder TS-1 11.*

* Negative Marking towards the Past

Experience of ITI with the bidder in

recent 5 years

Unsatisfactory (due to the

Performance of the Bidder or a

Consortium Member which might have

caused Embarrassments to ITI by way

of Inordinate Delays in the project

execution and Imposition of Severe

Penalties on ITI)

150

Poor (due to deliberate neglect of ITI’s

Projects or Pricing Misappropriation

/Tax Evasion at the part of the Bidder

or a Consortium Member in past which

might have caused major

Embarrassment to ITI on Legal/Fiscal

front or Heavy Loss to Government

exchequer.

200

Deceitful action of the Bidder(s)

against ITI during some Bidding

Process (happened in past) which has

resulted Breach of Trust between the

Bidder(s) and ITI for further business

alliances

300

Technical Score (Negative) of an Individual Bidder TS-2 Resultant Technical Score TS of an Individual Bidder (TS1 minus TS2)

MAXIMUM SCORE OF TECHNICAL BID= 1000

Important:

1. All the eligible bidders would be given full marks against the Parameter (s) which are

not asked in the Eligibility /Bidder’s Qualifications under Annexure-E.

2. Annexure-F, which is the Commercial / Price- Schedule, is being attached with this

RFP/Tender/EoI Notification is meant for information only. For the purpose of

submitting the actual Bid/EoI, the Bidders will have to submit the same through e-

Tendering

Page 19: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |C- 1

Annexure-C Conditions (General) of EoI/RFP/Tender:

Non-transferable Offer

This EoI/RFP /Tender document is not transferable. Only those, who have purchased this offer

document, are entitled to quote.

Only one Proposal

The Bidder should submit only one Bid/Tender/Proposal. If the Bidder (or any constituent)

submits or participates in more than one proposal (alone or in Consortium), such proposals shall

be disqualified.

Language of the Bid

All information in the Bid, correspondence and supporting documents, printed literature related

to the Bid shall be in English. Failure to comply with this may disqualify a Bid. In the event of

any discrepancy in meaning, the English language copy of all documents shall govern.

Clarification and Amendment in Tender

At any time before the submission of Proposals, ITI may amend the EoI/RFP/Tender document

by issuing an addendum / corrigendum in writing or by standard electronic means. The

addendum / corrigendum shall be sent to all contenders/published on the relevant tendering

portals and will be binding on them. The Bidders shall acknowledge receipt of all amendments.

To give bidders reasonable time in which to take an amendment into account in their Proposals

ITI may, if the amendment is substantial, extend the deadline for the submission of Proposals.

Validity of Offer

The offer should be valid for a minimum period of 120 days from the date of submission. The

Bids valid for a period shorter than specified period shall be rejected.

Prices

The prices quoted by the Bidder shall be FIRM during the performance of the contract and not

subject to variation on any account. A bid submitted with an adjustable price quotation will be

treated as non-responsive and rejected.

Amendment to Bid

At any time prior to the deadline for submission of bids, the bidder may, for any reason,

whether at its own initiative, or in response to a clarification requested by a prospective Bidder

may submit the Revised Financial Bid.

Modification and Withdrawal of Bid

No bid may be withdrawn or modified in the interval between the bid submission deadline and

the expiration of the bid validity period specified in Bid documents. Modification or

Withdrawal of a bid during this interval will result in the forfeiture of its bid security.

Page 20: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |C- 2

Signing of the Bids

The Bid must contain the name, residence and place of business of the person or persons

making the Bid & having Power of Attorney and must be signed & submitted by the Bidder

with his usual signatures. Satisfactory evidence of authority of the person signing the bid on

behalf of the Bidder shall be furnished on non-judicial stamp paper of an appropriate value with

the Bid in the form of a Power of Attorney, duly notarized by a Notary Public, indicating

that the person(s) signing the bid have the authority to sign the bid and that the bid is binding

upon the Bidder during the full period of its validity. All the pages of Bid document and

supporting documents must be signed and stamped by the authorized signatory having Power of

Attorney.

Any interlineations, erasures or overwriting shall only be valid if they are initialed by the

signatory (ies) to the bid.

Other Terms and Conditions:

1. The Bidder(s) are required not to impose their own terms and conditions to the bid and if

submitted, it will not be considered as forming part of their bids. The decision of ITI

shall be final, conclusive and binding on the Bidder(s). In a nutshell, the Conditional Bid

or Bid with deviations will be summarily rejected.

2. Only those who qualify the eligibility conditions need submit the proposal.

3. The bidder is expected to go through the enclosed Document (Annexure-W and

Annexure-S) to have clarity on Scope of work and Specifications. The bidders are to

quote only fully compliant solution.

4. The bidder may be required to study the existing system being used by the end-client to

assess the exact requirements and the Quantum of work on “No-commitment” basis (no

commercial compensation would be given to the bidder either by ITI or the end-client

for doing this exercise).

5. The exact strategy to address and win the business opportunity would be shared /

discussed with the Best rated qualified bidder in due course of time.

6. The bidder is required to extend the requisite support during the evaluation by giving

Technical Presentation /Demonstration /Arranging site visits (if required) on “No-Cost

No-commitment” basis.

7. Any clarification issued by ITI in response to query raised by prospective bidders shall

form an integral part of bid documents and it shall amount to an amendment of relevant

clauses of the bid documents.

8. A clause-by-clause compliance statement to all Sections of the EoI/Bid document is to

be submitted in the Technical Bid, demonstrating substantial responsiveness. A bid

without clause-by-clause compliance statement to all the sections of the EoI/Bid

document including the Technical Specifications, Commercial Conditions, Special

Page 21: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |C- 3

Conditions or Annexure-A on the Bidder’s Letter-Head, shall not be considered for

evaluation and shall be summarily rejected.

9. The bidder should study carefully the document to assess the work and Risk factors

associated with such type of Business opportunities.

10. The bidder has to consider the following major Cost Factors while arriving at a

commercial decision:

o Direct Cost (requisite IT Hardware and Software)

o Fiscal Cost

o Logistic-Cost

o Taxes/ Duties

o Services and Administrative Cost

o Training and Documentation Cost

o Contingencies

11. Please note that if any document/authorization letter/testimonies are found fabricated

/false/ fake, the Bid/EoI/Tender will be declared as disqualified and EMD will be

forfeited. This may also lead to the black-listing of the bidder.

12. All the required documents to establish the bidder’s eligibility criteria should be

enclosed with the original EoI/Bid (Technical-Bid) itself. The EoI/Bid will be evaluated

on the basis of the documents enclosed with the original EoI/Bid only. ITI will not enter

into any correspondence with the bidder to get these certificates/ document

subsequently. However it reserves its right to get them validated/verified at its own.

13. Due to any breach of any condition by the bidder, the Bid Security (EMD) submitted by

the bidder may be forfeited at any stage whenever it is noticed and ITI will not pay any

damage to the bidder or the concerned person. The bidder or/and the person will also be

debarred for further participation in future EoI/Tender/Tenders.

14. All suppliers (including small scale units who are registered with the National Small

Scale Industries Corporation under Single point registration scheme) shall furnish Bid

Security to the purchaser as per the requirement. As such no bidder is exempted to

furnish the EMD.

15. The successful bidder’s bid security (EMD) will be discharged upon the bidder’s

acceptance of ITI’s Order in due course of time and furnishing the Requisite

Performance Security/Guarantee. The bid security of the unsuccessful bidder will be

returned/ discharged within 15 days of the opening of the Bids.

16. Suitable ‘Training’ would have to be imparted to ITI personnel at Bidder’s cost in the

areas of Installation, day to day Maintenance and Operation of entire system (in the

Page 22: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |C- 4

event of placement of order by ITI). The training of the personnel shall be to ensure

trouble free operations of the System/Equipment by the end customer.

17. The bidder is required to enclose Notarized Copy of the Power of Attorney from its

Directors/Top management which should indicate clearly the name of the signatory and

title. The Bidders must ensure that all the documents are sealed and signed by authorized

signatory.

18. The Power of Attorney given to the Authorized Signatory should be submitted and

executed on the non-judicial stamp paper of appropriate value as prevailing in the

respective states(s) and the same be attested by a Notary public or registered before Sub-

Registrar of the states(s) concerned.

19. The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the supplier’s failure to complete its

obligations under the contract (if signed). The performance security Bond will be

discharged by the Purchaser after completion of the supplier’s performance obligations

including any warranty obligations under the contract.

20. “DISCOUNT, if any, offered by the bidders shall not be considered unless specifically

indicated in the price schedule.

21. The ‘Technical Bid’ and ‘Financial-Bid’ (as per Annexure-F)’ shall be placed in the

separate sealed envelopes super scribed with words “Technical Bid” and “Commercial-Bid”

respectively mentioning EoI/Tender Reference clearly. Both ‘Technical Bid’ and ‘Financial-

Bid’ are to be placed in a 3rd sealed Cover duly properly addressed mentioning EoI/Tender

Reference and Date of Opening. Annexure-G may please be referred for the guidelines in

this matter.

22. Sealed offer/EoI/Tender prepared in accordance with the procedures enumerated above

should be submitted to the Tenderer not later than the date and time laid down, at the

specified address.

23. The Technical Bids will be opened as per the schedule. The Bidder(s) or their authorized

representatives may attend the Opening if they so desire. The Commercial Bids of only

technically qualified Bidder(s) will be opened at a later date. The Bidder(s) who have

been declared eligible after evaluation of the technical bids or their authorized

representatives may attend the Opening.

24. ITI shall not be responsible for any postal delay about non-receipt / non-delivery of the

bid/documents. This EoI/Tender Document is absolutely not transferable.

25. The bid submitted may be withdrawn or resubmitted before the expiry of the last date of

submission by making a request in writing to ITI to this effect. No Bidder shall be

allowed to withdraw the bid after the deadline for submission of the EoI/Tender.

26. It is further stressed that synergies between ITI's competitors with the bidder or cartel.

Page 23: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |C- 5

27. Formation alliance with other bidders would result in Disqualification of the Bidder.

28. ITI reserves the right to accept or reject any EoI/Tender/Bid partially or fully or annul

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

assigning any reason thereof and without incurring any liability to the respondents. ITI

Limited also reserves the right to withdraw this EoI/Tender, should it be necessary at

any stage.

Specific Terms and Conditions:

a) The requirement is meant for addressing a business opportunity which has emerged from

some Government body against their already finalized Requirement/ Invitation for the

submission of Bids which envisages Provision of Facility Management and Automation

of Existing (IT) Infrastructure for Defence establishment. The broad ‘Scope of Work’

would be as per the Annexure-W however the exact site-details will be intimated to the

selected Supplier/Vendor in due course of time.

b) The bidder is supposed to address the business opportunity/ITI’s end-customer’s

requirements jointly with ITI under “Sole Investment Business Model”. This may

include arranging Security and Performance Bank guarantee etc. All ‘Terms and

Conditions’ as per ITI’s customer with regard to Payment / Reward / Delivery/Penalty

shall be applicable on the selected Business Associate /Vendor/Supplier also. It may

please be noted that ITI shall not open ‘Escrow Bank Account’ with the SIA in normal

conditions.

c) The bidder must be prepared to work with ITI limited on exclusive basis and will neither

submit any direct proposal (to the end-client) nor submit any business proposal (to the

end-client) through other business partners/PSUs. In case of violation of the same, the

EMD shall be forfeited and the bidder will be black-listed.

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

Page 24: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 18th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |D- 1

Annexure-D

Documents (required) to be submitted along with the Bid/EoI establishing the

Eligibility of the Bidder:

The Bidder/Supplier/Business Associate to be eligible for technical qualification MUST enclose

the following documents with the EoI/Bid:

1. Bid covering Letter on the Letter-Head of the Bidder Company indicating Name and Address of

the Authorized Signatory (With Contact Telephone Numbers and email ID).

2. Name and Address of the proprietor (s)/ Directors of the Company (With Contact No. and

Address).

3. Case–Specific Power of Attorney authorizing the bidder to submit the EoI/Bid on behalf of the

Bidder/Consortium.

4. Consortium Agreement signed between all members of the consortium authorizing the Lead

Bidder to submit the BID/EoI and to exchange all correspondence with ITI with regard to this

RFP/EoI notification.

5. Registration copy of firm / registration with registrar of the company including partnership deed

or Article / Memorandum of Association etc. of all consortium members.

6. Bid Security of the required amount in form of Demand Draft /NEFT (Physical Instrument or its

Proof of Deposition is required to be submitted prior to the Bidding Date and Time).

7. Tender-Document Fee of required amount in form of Demand Draft/NEFT/ Cash Receipt

(Physical Instrument or its Proof of Deposition is required to be submitted prior to the Bidding

Date and Time).

8. List of reputed clients (With full address and telephone Numbers).

9. The bidder shall furnish the particulars of the past performance with supporting documents.

10. Technical Solution document with respect to technical specifications of the requirement and

Project Implementation Plan.

11. Declaration of Non-Black listing as per the enclosed format.

12. ISO certifications of the OEM

13. Turnover Certificate (s)/Audited Balance-sheets of the Bidder/Consortium members for last 3Yrs.

14. Valid GST Registration Certificate.

15. Latest Income TAX returns along with copy of PAN card.

16. List of Qualified Engineers to Support the Project.

17. Acceptance of the Terms and conditions of the EoI /RFP Document as per ITI’s requirement

mentioned in the Financial/Priced Part of the EoI/RFP document.

18. Integrity Pact /Non-Disclosure Agreement as per the attached format.

19. Case-Specific Letter of Authorization (MAF) / Product Support Letter from major OEMs.

In case, the bidders do not submit any of the above mentioned papers/information along with

Expression of Interest, his bid will be rejected and bid will not be considered for further

evaluation.

It is reiterated that any bid not fulfilling any of the essential requirements mentioned in this

EoI/RFP document would be classified as “Technically Non- Qualified/Non-Responsive” and

Financial Bids of such bidders will not be opened and subsequently returned to the bidder. No

relaxation would be given to any bidder on any of these conditions.

Page 25: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office New Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi. The document is meant for prospective Bidders /

System Integrators / Business Associates and ITI

Limited only.

P a g e |E- 1

Annexure-E

Eligibility of the Bidder (Qualifying Parameters):

Note:

In case if any of the above Qualifying Criterion is not met, the Bid /RFP will be declared

unresponsive and the same will not be evaluated further.

Sr. No. Eligibility Parameter Metrics

(Qualifying)

1. Presence (duration) of the Lead-Bidder entity in the relevant field. 3 Years

2. Average Annual Turnover of the Bidder during last 3 fiscal years. Rs 20 Crs.

3 Presence (duration) of the Major OEMs in India Not Asked

4 Duration of Business Association of the Bidder with OEM Not Asked

5 Experience of the Bidder in the field of supply and installation of

IT products in Govt. Domain during last 5 years in Govt. Domain

during last 5 years in terms of Business Volume.

Rs 5 Crs.

6 Experience of the Bidder in the field of supply and installation of

IT products in Govt. Domain during last 5 years in terms of

Number of Projects.

02 Nos

7 OEM's ISO Certification Required

8 Presence and support arrangement of Bidder in Delhi/NCR. Must be there

9 Availability of 50 qualified (Degree/Diploma) engineers on the

payroll to sustain the Project activities.

Must be there

10 Case Specific OEM’s Authorization and Support Letter in the

name of the Bidder to address this RFP.

Must be there

11 No Black-listing of the Bidder (Self Certification) Must be there

12 Indigenous Contents in percentage Not Asked

Page 26: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

This RFP Document has been published in the

Month of Jun 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders/

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | F-1

Annexure-F

Financial-Bid against Invitation for Short Term Request for Proposal (RFP) cum Expression

of Interest for Selection of agency for Provision of Facility Management and Automation of

Existing (IT) Infrastructure for Defence establishment against RFP Notice No. ITI/MSP/NZ/

2K20/IT/ RFP/FM&AUTOMATION Dated 19th June 2020.

SOME IMPORTANT POINTS FOR THE PROSPECTIVE BIDDERS (Vendors/Supplier)

a) This RFP invitation is meant for identifying a suitable case-specific ‘Business Associate’

(System Integration Associate)/Supplier who can take care of investment part also (in case the

project is awarded to ITI Limited in due course of time.

b) The responsiveness of the Financial Bid is subject to certain guidelines given by ITI’s customer

to ITI Ltd.

c) As all investments with regard to the business opportunity are to be done by the prospective

SIA, the marketing expenses to win the business case are to be borne by the SIA only. In case

of the failure to win, the SIA shall not hold ITI responsible for the same.

d) The business would be conducted on Back-to-Back payment basis. All Rewards, Penalties

would also be passed on to the account of the supplier on Back-to-Back basis.

e) The SIA shall help ITI with regard to the preparation and submission of the Detailed Techno-

Commercial Proposal to ITI’s end-customer. In the event of an award of order, the vendor

would also help ITI in the submission of bills to the client and payment realization (which shall

include collection of Road Permits, TDS certificates and Completion certificates etc.)

f) Whatever ‘Clear Professional-Charges /Project Management-Charges’ ITI is seeking out of this

business opportunity, it is for its Creditability (standing in the market by virtue of its PSU

status), Experience, Project Management Capabilities and Legal Risk.

g) Neither ITI is extending any favour to the Vendor by awarding business to supplier nor seeking

any favour from the SIA. It is pure business relationship for the mutual benefits of both the

organizations.

h) In case the Bid of a Bidder (s) is found suitable to ITI’s specific requirements, the complete

details of the targeted Client shall be shared with the Qualified and Rated Bidders. If the Pricing

thus quoted by the bidder (submitted in a separate Sealed Cover) is found suitable with the best

‘suiting to the end client’s budget’ (as per the Bid- Evaluation methodology defined in the

Technical Part of the RFP), the bidder shall be declared as a Vendor/Supplier. Once this

happens the SIA shall be bound to provide the necessary Techno-commercial inputs to ITI for

subsequent submission to the end-client.

i) If the bidding inputs are not provided in time or appropriately, the EMD of the Vendor shall be

forfeited. It should not be forgotten that this act of the Vendor/Supplier may put ITI in a very

awkward situation which may affect the relationship ofITI with the client and even jeopardize

the Govt. procurement process.

By signing this sheet, the Bidder (SIA) is confirming to the above conditions.

…………………….

Page 27: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

This RFP Document has been published in the

Month of Jun 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders/

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | F-2

Annexure-F

Financial-Bid against Invitation for Short Term Request for Proposal (RFP) cum Expression

of Interest for Selection of agency for Provision of Facility Management and Automation of

Existing (IT) Infrastructure for Defence establishment against RFP Notice ITI/MSP/NZ/

2K20/IT/RFP/FM&AUTOMATION Dated 19th June 2020

Sl. No. Item Description Total Indicative Price

without GST & Other

Charges as Applicable

as perceived by ITI Ltd

(in Rupees)

A B C

1. Provision of Facility Management and Automation of Existing

(IT) Infrastructure for Defence establishment against RFP

Notice ITI/MSP/NZ/2K20/IT/ RFP/FM&AUTOMATION

Dated 19th June 2020 as per Annexure-S (Specifications),

Annexure-Q (Quality Parameters), Annexure-L (Bill of

Quantities) and Annexure-W (Work Details/Scope of Work)

Rs 10.77 Crs

2. Total Indicative Price Escalation or Reduction as Perceived by

the Bidder in percentile of the Price indicated in Column-C

2.1 Escalation % Percent

OR

2.2 Reduction % Percent

Important Note:

a. The above indicative Prices are meant for deciding the Lowest Qualified Bidder by ITI

Limited. This figure has nothing to do with the actual figure to be quoted to the end customer

of ITI Limited in due course of time.

b. In case of any change in the indicated value (as perceived by ITI Limited) subsequently, the

same percentile escalation/reduction shall be proportionately applied to the vendor order

value.

Page 28: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | G-1

Annexure-G Guidelines to the Bidders for Filling, Sealing and Submitting the EoI / Bids

Methodology of Filling of the Bid (EoI):

The bidders may take note of the following:

All Columns of the Financial/Commercial/Price Bid-Form (Annexure-F) which is required to be

submitted through e-Tendering should be filled with relevant details and no column should be left

blank. The format of Financial Bid Form should not be changed in any manner. Addition/ deletion/

alteration of the text will automatically render the tender invalid and therefore, will be summarily

rejected.

Bids not received in the prescribed format along with the essential documents establishing the pre-

qualification of the bidder shall not be entertained and rejected summarily. It is reiterated that the

failure to furnish all the information required as per Bid/EoI Document or submission of the bids not

substantially responsive to the Bid / EoI Document in every respect would result in rejection of the

Bid (EoI).

All the pages of the tender document and Credentials/certificates shall be duly signed by the bidder.

Bids not covering the entire scope shall be treated as incomplete and will be rejected

Methodology of Packing and Sealing of Bid Documents ( This section is not relevant in e-Tendering)

EoI/Tender/Bid must be submitted in three covers:

Envelope1- Super scribing ‘EMD and Cost of Tender Document” towards Short Term Request

for Proposal (RFP) for Selection of agency for Provision of Facility Management

and Automation of Existing (IT) Infrastructure for Defence establishment against

RFP Notice ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated 19th Jun 2020.

Envelope2- Super scribing ‘EMD and Cost of Tender Document” towards Short Term Request

for Proposal (RFP) for Selection of agency for Provision of Facility Management

and Automation of Existing (IT) Infrastructure for Defence establishment against

RFP Notice ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated 19th Jun 2020

Envelope3- All the envelopes i.e.1 and 2 are in turn to be put in another i.e. Third envelope and

this envelope should be superscripted prominently as “EoI/Bid”towards Short Term

Request for Proposal (RFP) for Selection of agency for Provision of Facility

Management and Automation of Existing (IT) Infrastructure for Defence establishment

against RFP Notice ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated 19th Jun

2020

All the three envelopes 1, 2 and 3 are to be duly sealed. Seal means wax sealed or sealed with

Transparent tape/Adhesive tape affixing with Company’s Stamp and the document should not be

sealed merely with gum or stapler pin.

No indication of the Prices will be made in the Technical Bid. Bids / EoIs received without proper

sealing are liable to be rejected. Incomplete EoI or Bid in which both technical Bid and Financial

Bid are found in the same envelope is liable to be rejected (This is not applicable in the case of e-

Tendering).

Page 29: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | G-2

Methodology of Submission of the Technical Part of the Bid (EoI) ( This section is not relevant

in e-Tendering):

The bidder has the option for sending the bid by registered post / courier or submitting the same in

person, so as to ensure that the same are received in the specified office of ITI by the date and time

indicated in this Tender/EoI Notification. ITI, however, shall not take any responsibility, whatsoever

for any postal / courier delay.

Alternatively the Bid/Tender/EoI in sealed condition should be dropped (in person) in the locked

sealed Tender Box kept at RO Head’s Secretariat area on the first Floor of ITI Bhavan located at the

notified address.

The tender should be dropped/submitted latest by the specified time on the due date. Late/delayed

offers shall not be opened /entertained under any circumstances. Fax / e-mail / Letter Heads Bids/

quotations shall not be accepted and shall be ignored / summarily rejected.

Methodology of Opening of the Bids

Tender box kept at the notified Location will be sealed at the notified Hours sharp on the due date.

The designated committee of ITI will open Technical part of all bids (except the Price bid part, in the

presence of bidder's representatives (Not more than two) who choose to attend the opening on the due

date and time specified in the Tender Notification. Bidder's representatives shall sign a register as

proof of their attendance.

In the event of the specified date for the opening of bids being declared a holiday for the Tenderer

(ITI), the bids will be opened at the appointed time on the next working day.

Technical Bids and Financial Bids shall be opened separately. Technical Part of the Bids received will

be opened on the due day and the sealed Financial Bids will be kept in the custody of the designated

officer.

Please note that the Technical Part of the Bid will be opened at the time and date set for opening of

Bids, of only those Bidders whose Bid Security and Cost of the Document are found to be of requisite

value in acceptable form. The Bids with Bid Security and Cost of bid document deficient in value

and/or form will not be opened further and Bid envelopes of such Bidders will be returned unopened.

The Price Bid of the techno commercially responsive bidders shall be opened at a subsequent date for

which the separate intimation will be sent and/or uploaded on website.

Bids not covering the entire scope shall be treated as incomplete and hence will be rejected

ITI further, reserves its right to reject any Bid which is not submitted according to the instructions

stipulated above.

No correspondence in this regard will be entertained.

Preliminary Examination of Bids

The designated committee of ITI will examine the bids to determine whether they are complete and

meet the Minimum Qualifying Requirements, whether any typographical or logical errors have been

made, whether required sureties have been furnished, whether the documents have been properly

signed / submitted, and whether the bids are generally in order. ITI may, at its discretion, waive any

minor non-conformity or any minor irregularity in an offer. This shall be binding on all vendors and

ITI reserves the right for such waivers.

Page 30: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | G-3

Preliminary Technical Evaluation

The designated officers of ITI Limited will carry out a Preliminary evaluation of the bids

previously determined to be substantially responsive in order to determine whether the technical

aspects are in accordance with the requirements set forth in the bidding documents.

In order to reach such a determination, ITI’s committee will examine and compare the technical

aspects of the bids on the basis of the information supplied by the bidders, taking into account

the overall completeness and compliance with the Technical Specifications; deviations from the

Technical Specifications, suitability of the goods offered in relation to the quality, functional

and Techno-commercial requirements. The bid that does not meet minimum acceptable standards of

completeness, consistency and details will be rejected for non-responsiveness.

Clarification of Offers

To assist in the scrutiny, evaluation and comparison of offers, ITI may, at its discretion, ask some or

all vendors for clarification of their offer. The request for such clarifications and the response will

necessarily be in writing. ITI has the right to disqualify the vendor whose clarification is found not

suitable to it.

Canvassing of the Proposals

From the time the Proposals are opened to the time the Contract is awarded, the bidders should not

contact ITI on any matter related to its Pre-Qualification, Technical and/or Financial Proposal. Any

effort by contenders to influence ITI in the examination, evaluation, ranking of Proposals, and

recommendation for award of Contract may result in the rejection of the contenders Proposal.

Correction of Errors

The errors /discrepancies in respect of the specified amount in EoI /Bid /Proposal Sheets for an

individual item and/or sub-item and/or in the sub-total of a Bid /Proposal Sheet and/or in the Grand

total of a Bid Proposal Sheet, either due to discrepancy between figures and words and/or simple

arithmetical error while adding and/or multiplying and /or due to wrong extension of unit rates etc.

(This is not applicable in the case of e-Tendering).

In case of discrepancy between figures and words the value specified in the words will be considered

for computation. The quoted Unit rates would be taken as reference for the calculation of the Total

Bid value.

Representation with regard to the Evaluation of the Bids:

The technical bids would be evaluated by a duly constituted Committee of ITI Limited, whose

decision would be generally taken as final, unless the aggrieved party establishes any Prima facie

errors in the findings of the Committee. In such a situation, he may file a representation within 3

working days of receipt of decision from ITI Limited, duly listing the reasons / grounds. Such a

representation would be considered at Senior Management Level of the Tendering Authority, whose

decision would be final and binding on all the bidders.

The bids of the qualified bidders will be evaluated on the basis of the financial quote submitted by the

bidders. ITI reserves the right to reject any or all bids without assigning any reasons thereof. It shall

not be obligatory for ITI to award the work only to the lowest bidder.

____________

Page 31: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 1

Annexure-I

(This is the format of Integrity Pact to be signed by the bidder with ITI in case the RFP/EOI of the

bidder is found suitable for addressing the business opportunity.)

PRE-CONTRACT INTEGRITY PACT

Purchase Enquiry/Order No. ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

THIS Integrity Pact is made on…………………day of ……………….20 .

BETWEEN:

ITI Limited having its Registered & Corporate Office at ITI Bhavan, Dooravaninagar, Bangalore – 560

016 and established under the Ministry of Communications, Government of India (hereinafter called

the Principal), which term shall unless excluded by or is repugnant to the context, be deemed to

include its Chairman & Managing Director, Directors, Officers or any of them specified by the

Chairman & Managing Director in this behalf and shall also include its successors and assigns) ON

THE ONE PART

AND:

……………………………………………….. represented by ………………………………….. Chief

Executive Officer (hereinafter called the Contractor(s), which term shall unless excluded by or is

repugnant to the context be deemed to include its heirs, representatives, successors and assigns of the

bidder/contract ON THE SECOND PART.

Preamble:

WHEREAS the Principal intends to award, under laid down organizational procedures, contract for

………………………………………………. of ITI Limited (name of the Stores/equipment/items).

The Principal, values full compliance with all relevant laws of the land, regulations, economic use of

resources and of fairness/ transparency in its relations with its Bidder(s)/ Contractor(s).

In order to achieve these goals, the Principal has appointed an Independent External Monitor (IEM),

who will monitor the tender process and the execution of the contract for compliance with the

principles as mentioned herein this agreement.

WHEREAS, to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity Pact

the terms and conditions of which shall also be read as integral part and parcel of the Tender

Documents and contract between the parties.

Now Therefore, In Consideration of Mutual Covenants Stipulated In This Pact The Parties Hereby

Agree As Follows And This Pact Withnesseth As Under:

Section 1 – Commitments of the Principal

1.1 The Principal commits itself to take all measures necessary to prevent corruption and to

observe the following principles:

a. No employee of the Principal, personally or through family members, will in connection with

the tender for or the execution of the contract, demand, take a promise for or accept, for self or

third person, any material or immaterial benefit which the personal is not legally entitled to.

b. The Principal will, during the tender process treat all bidder(s) with equity and reason. The

Principal will in particular, before and during the tender process, provide to all bidder(s) the same

Page 32: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 2

information and will not provide to any bidder(s) confidential/additional information through which

the bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

1.2 If the Principal obtains information on the conduct of any of its employee, which is a criminal

offence under IPC/PC Actor if there be a substantive suspicion in this regard, the Principal will inform

the Chief Vigilance Officer and in addition can initiate disciplinary action as per its internal laid down

Rules/ Regulations.

Section 2 – Commitments of The Bidder/Contractor

2.1 The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself observe the following principles during the participation in the tender

process and during the execution of the contract.

a. The bidder(s)/contractor(s) will not, directly or through any other person or firm offer, promise

or give to any of the Principal’s employees involved in the tender process or the execution of the

contract or to any third person any material or other benefit which he/she is not legally entitled to, in

order to obtain in exchange any advantage of any kind whatsoever during the tender process or during

the execution of the contract.

b. The bidder(s)/contractor(s) will not enter with other bidders/contractors into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other

actions to restrict competitiveness or to introduce cartelization in the bidding process.

c. The bidder(s)/contractor(s) will not commit any offence under IPC/PC Act, further the

bidder(s)/contractor(s) will not use improperly, for purposes of competition of personal gain, or pass

onto others, any information or document provided by the Principal as part of the business

relationship, regarding plans, technical proposals and business details, including information contained

or transmitted electronically.

d. The Bidder(s)/Contractor(s) of foreign original shall disclose the name and address of the

agents/representatives in India, if any. Similarly, the Bidder(s)/Contractor(s) of Indian Nationality

shall furnish the name and address of the foreign principals, if any.

e. The Bidder(s)/Contractor(s) will, when presenting the bid, disclose any and all payments made,

are committed to or intend to make to agents, brokers or any other intermediaries in connection with

the award of the contract.

f. The Bidder(s)/Contractor(s) will not bring any outside influence and Govt bodies directly or

indirectly on the bidding process in furtherance to his bid.

g. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above

or to be an accessory to such offences.

SECTION 3 – Disqualification From Tender Process & Exclusion From Future Contracts

Page 33: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 3

3.1 If the Bidder(s)/Contractor(s), during tender process or before the award of the contract or

during execution has committed a transgression in violation of Section 2, above or in any other form

such as to put his reliability or credibility in question the Principal is entitled to disqualify Bidder(s)/

Contractor(s) from the tender process.

3.2 If the Bidder(s)/Contractor(s), has committed a transgression through a violation of Section 2

of the above, such as to put his reliability or credibility into question, the Principal shall be entitled

exclude including blacklisting for future tender/contract award process. The imposition and duration of

the exclusion will be determined by the severity of the transgression. The severity will be determined

by the Principal taking into consideration the full facts and circumstances of each case, particularly

taking into account the number of transgression, the position of the transgressor within the company

hierarchy of the Bidder(s)/Contractor(s) and the amount of the damage. The exclusion will be imposed

for a period of minimum one year.

3.3 The Bidder(s)/Contractor(s) with its free consent and without any influence agrees and

undertakes to respect and uphold the Principal’s absolute right to resort to and impose such exclusion

and further accepts and undertakes not to challenge or question such exclusion on any ground

including the lack of any hearing before the decision to resort to such exclusion is taken. The

undertaking is given freely and after obtaining independent legal advice.

3.4 A transgression is considered to have occurred if the Principal after due consideration of the

available evidence concludes that on the basis of facts available there are no material doubts.

3.5 The decision of the Principal to the effect that breach of the provisions of this Integrity Pact has

been committed by the Bidder(s)/ Contractor(s) shall be final and binding on the Bidder(s)/

Contractor(s), however the Bidder(s)/ Contractor(s) can approach IEM(s) appointed for the purpose of

this Pact.

3.6 On occurrence of any sanctions/ disqualifications etc arising out from violation of integrity pact

Bidder(s)/ Contractor(s) shall not entitled for any compensation on this account.

3.7 subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s) could

be revoked by the Principal if the Bidder(s)/ Contractor(s) can prove that he has restored/ recouped the

damage caused by him and has installed a suitable corruption preventative system in his organization.

Section 4 – Previous Transgression

4.1 The Bidder(s)/ Contractor(s) declares that no previous transgression occurred in the last 3 years

immediately before signing of this Integrity Pact with any other company in any country conforming

to the anti-corruption/ transparency International (TI) approach or with any other Public Sector

Enterprises/ Undertaking in India of any Government Department in India that could justify his

exclusion from the tender process.

4.2 If the Bidder(s)/ Contractor(s) makes incorrect statement on this subject, he can be disqualified

from the tender process or action for his exclusion can be taken as mentioned under Section-3 of the

above for transgressions of Section-2 of the above and shall be liable for compensation for damages as

per Section- 5 of this Pact.

Page 34: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 4

Section 5 – Compensation for Damage

5.1 If the Principal has disqualified the Bidder(s)/Contractor(s) from the tender process prior to the

award according to Section 3 the Principal is entitled to forfeit the Earnest Money Deposit/Bid

Security/ or demand and recover the damages equitant to Earnest Money Deposit/Bid Security apart

from any other legal that may have accrued to the Principal.

5.2 In addition to 5.1 above the Principal shall be entitled to take recourse to the relevant provision

of the contract related to termination of Contract due to Contractor default. In such case, the Principal

shall be entitled to forfeit the Performance Bank Guarantee of the Contractor or demand and recover

liquidate and all damages as per the provisions of the contract agreement against termination.

Section 6 – Equal Treatment of All Bidders/Contractors

6.1 The Principal will enter into Integrity Pact on all identical terms with all bidders and

contractors for identical cases.

6.2 The Bidder(s)/Contractor(s) undertakes to get this Pact signed by its sub-contractor(s)/sub-

vendor(s)/associate(s), if any, and to submit the same to the Principal along with the tender

document/contract before signing the contract. The Bidder(s)/Contractor(s) shall be responsible for

any violation(s) of the provisions laid down in the Integrity Pact Agreement by any of its sub-

contractors/sub-vendors/associates.

6.3 The Principal will disqualify from the tender process all bidders who do not sign this Integrity

Pact or violate its provisions.

Section 7 – Criminal Charges against Violating Bidder(S)/ Contractor(S)

7.1 If the Principal receives any information of conduct of a Bidder(s)/Contractor(s) or sub-

contractor/sub-vendor/associates of the Bidder(s)/Contractor(s) which constitutes corruption or if the

Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief

Vigilance Officer of the Principal for appropriate action.

Section 8 – Independent External Monitor(S)

8.1 The Principal appoints competent and credible Independent External Monitor(s) for this Pact.

The task of the Monitor is to review independently and objectively, whether and to what extend the

parties comply with the obligations under this pact.

8.2 The Monitor is not subject to any instructions by the representatives of the parties and performs

his functions neutrally and independently. He will report to the Chairman and Managing Director of

the Principal.

8.3 The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction

to all product documentation of the Principal including that provided by the Bidder(s)/Contractor(s).

The Bidder(s)/Contractor(s) will also grant the Monitor, upon his request and demonstration of a valid

interest, unrestricted and unconditional access to his project documentation. The Monitor is under

contractual obligation to treat the information and documents Bidder(s)/Contractor(s) with

confidentiality.

Page 35: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 5

8 .4 The Principal will provide to the Monitor sufficient information about all meetings among the

parties related to the project provided such meeting could have an impact on the contractual relations

between the Principal and the Bidder(s)/Contractor(s). As soon as the Monitor notices, or believes to

notice, a violation of this agreement, he will so inform the Management of the Principal and request

the Management to discontinue or take corrective action, or to take other relevant action. The monitor

can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to

demand from the parties that they act in specific manner, refrain from action or tolerate action.

8.5 The Monitor will submit a written report to the Chairman & Managing Director of the Principal

within a reasonable time from the date of reference or intimation to him by the principal and, should

the occasion arise, submit proposals for correcting problematic situations.

8.6 If the Monitor has reported to the Chairman & Managing Director of the Principal a

substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman & Managing

Director of the Principal has not, within the reasonable time taken visible action to proceed against

such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this

information directly to the Central Vigilance Commissioner.

8.7 The word ‘Monitor’ would include both singular and plural.

8.8 Details of the Independent External Monitor appointed by the Principal at present is furnished

below: -

Shri Venugopal K. Nair, IPS (retd.)

P-1, Waterford Apartment

Pt. Kuruppan Road, Thevara

Kochi – 682 013, KERALA

Any changes to the same as required / desired by statutory authorities is applicable.

Section 9 – Facilitation of Investigation

9.1 In case of any allegation of violation of any provisions of this Pact or payment of commission,

the Principal or its agencies shall be entitled to eamine all the documents including the Books of

Accounts of the Bidder(s)/Contractor(s) and the Bidder(s)/Contractor(s) shall provide necessary

information and documents in English and shall extend all help to the Principal for the purpose of

verification of the documents.

Section 10 – Law and Jurisdiction

10.1 The Pact is subject to the Law as applicable in Indian Territory. The place of performance and

jurisdiction shall the seat of the Principal.

10.2 The actions stipulated in this Pact are without prejudice to any other legal action that may

follow in accordance with the provisions of the extant law in force relating to any civil or criminal

proceedings.

Section 11 – Pact Duration

Page 36: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office, New Delhi

ITI’s RFP/Tender Reference:ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated : 19th Jun 2020

This RFP/Tender Document has been

published in the Month of June 2020 by ITI

Limited New Delhi. The document is meant

for prospective Bidders /System Integrators/

ITI’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | I - 6

11.1 This Pact begins when both the parties have legally signed it. It expires after 12 months on

completion of the warranty/guarantee period of the project / work awarded, to the fullest satisfaction of

the Principal.

11.2 If the Bidder(s)/Contractor(s) is unsuccessful, the Pact will automatically become invalid after

three months on evidence of failure on the part of the Bidder(s)/Contractor(s).

11.3 If any claim is lodged/made during the validity of the Pact, the same shall be binding and

continue to be valid despite the lapse of the Pact unless it is discharged/determined by the Chairman

and Managing Director of the Principal.

Section 12 – Other Provisions

12.1 This pact is subject to Indian Law, place of performance and jurisdiction is the Registered &

Corporate Office of the Principal at Bengaluru.

12.2 Changes and supplements as well as termination notices need to be made in writing by both the

parties. Side agreements have not been made.

12.3 If the Bidder(s)/Contractor(s) or a partnership, the pact must be signed by all consortium

members and partners.

12.4 Should one or several provisions of this pact turn out to be invalid, the remainder of this pact

remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

12.3 Any disputes/ difference arising between the parties with regard to term of this Pact, any action

taken by the Principal in accordance with this Pact or interpretation thereof shall not be subject to any

Arbitration.

12. 4 The action stipulates in this Integrity Pact are without prejudice to any other legal action that

may follow in accordance with the provisions of the extant law in force relating to any civil or criminal

proceedings.

In witness whereof the parties have signed and executed this Pactat the place and date first done

mentioned in the presence of the witnesses:

For PRINCIPAL For BIDDER(S)/CONTRACTOR(S)

…………………………………………….. …………………………………………………

(Name & Designation) (Name & Designation)

Witness Witness

1) …………………………………… 1)……………………………………………...

2) …………………………………….

Page 37: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders

/ System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

Bidder’s Signatures and Stamp

P a g e | J-1

Annexure-J

Justifications w.r.t. RFP/Tender/EoI Document:

Justification for No Immediate Site Survey:

As ITI Limited has already done the exercise of the preliminary site-survey of the intended work, the

immediate site visit (prior to bidding) may not be required.

Justifications for the Selections of Equipment only from the leading Manufacturers:

As the envisaged project is very prestigious from the perspective of Government client, ITI Limited as

an executing-agency cannot afford to compromise on the Technology, Price, Quality and

Workmanship part. In view of this, the only leading Companies who are well versed in the

Implementation of the Software Solutions would be considered. The OEMs for the hardware has to be

reputed ones in the industry.

Justification for EMD of Rs 5.4 Lakhs (Initial Amount for ITI’s EoI/RFP):

ITI Limited is in the process of addressing the business opportunity where an EMD amount is Rs 5.4

Lakhs which is to be deposited along with its bid. In order to identify a suitable SIA, ITI Limited is

seeking competitive proposals for the bidding purpose. In case a suitable SIA is identified through this

EoI/RFP.

Since no firm commitment for this bidding is available at this juncture, asking the prospective SIA/

Supplier to deposit an EMD of higher value may not be justified in view of the obvious financial

burden on the bidders in the bidding.

The eligibility of the Bidding entity in case of Consortium:

In order to qualify a bidder (in consortium), the Joint credentials of both the Consortium members

would be considered except the specific eligibility clauses for the Lead-Bidders.

Justifications for floating a RFP with a submission period of 1 Week only:

The RFP/EoI is floated for addressing a business opportunity emerged from some the Government

Department, where Time-lines of the Project have already been defined. As ITI Limited has to

implement the project within 1 month, it may not be in position to extend the Bidding period until and

unless the same is extended by the end-client. Under the circumstances it is imperative for ITI to

decide on the vendors/Supplier on the fast track.

Justifications for Post Tender Negotiations:

Normally there would be no post-tender negotiations. In case negotiations are warranted, it would be

only under exceptional circumstances and the Authority shall reserve the right to negotiate with the

bidder (s) whose proposal has been ranked first by the committee on the basis of Joint Technical and

Financial Evaluation. If the Authority is unable to finalize an agreement with the bidder ranked first,

the Authority may proceed to the next ranked bidder, and so on until a contract is awarded.

The Authority reserves the right to present a contract to the bidder selected for negotiations. A

contract will be awarded to the responsive bidder whose proposal conforms to the RFP and is, in the

opinion of the Authority, the most advantageous and represents the best value to the project, price and

other factors considered.

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

Page 38: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s EoI/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |K- 1

Annexure-K Key Assumptions:

The project has been envisaged with the following Assumptions:

Availability of Man-Power to implement the Facility Management Solution:

SIA shall make the requisite Manpower available at the site to install/support the System

components optimally however the SIA would provide all the necessary training inputs to the

staff of the ITI’s client on the Operation & Maintenance (O&M) aspects. The technical staff shall

make full utilization of the O&M manuals and drawing provided to them. The SIA shall place

atleast on engineer to provide the next level of support. In case the advanced technical training is

required (in India), SIA shall make the necessary arrangements for the same.

Utilization of Funds:

The SIA shall ensure that any part payment received on account of the Project shall be infused to

complete the Project on the envisaged pace. It is presumed that all the employees employed for

this Project shall be suitably paid in time.

Adherence to Government Rules and Compliances:

The selected bidder shall adhere to all the government rulings as applicable. The financial

operations should be complied with Tax rules and regulations of respective State.

Usage of Licensed Software:

The bidder is to use only the licensed version of all the software to be used in the Project.

Safety, Custody and Physical Security:

The SIA shall make the necessary arrangements for the Custody, Insurance and physical security

against loss of government property/assets. They are also to take care of the general wellbeing of

the employees.

Availability of Power:

The end-customer shall ensure the availability of Power at all project sites and Monitoring

Centers however the SIA shall make the necessary arrangement for Power Back up at the

respective sites.

Page 39: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 1

Annexure-L

Name of Work: Provision of Facility Management and Automation for existing (IT) infrastructure

for Defence establishment

RFP No. : ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded

after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are

allowed to enter the Bidder Name and Values only )

Sl.

No.

Item Description Qty Units

1.01 Provision/supply, Installation, testing and commissioning/ configuring/’make live’

(at Site) of new Rack-mountable server with latest Intel® Xeon® series Processor

with higher configuration available from OEM Intel® Server Chassis with 14 server

cards including all accessories like 2 TB redundant HDD, CD Drive, FDD, RAID

Controller, equipment, modification required for operation as directed by

Customer. Refer Technical Specification for details.

(Note: 1: Modification for running the system, if any, shall be with original spares

of existing make only). The specific rack mountable latest Intel ® Xeon series

processor should have at least 03 (three) years of available support from processor

OEM. Onsite Support from Original Equipment Manufacturer (OEM) during total

tenure of the contract is also part of it.

1 each

1.02 Provision/supply, Installation, testing and commissioning/ configuring/’make live’

(at Site) of new rack-mountable hardware Security component firewall system in

layer 1 redundancy mode that has build in feature of 'Network intrusion detection

and prevention system’, vulnerability Assessment capabilities and network

monitoring system and Spam control mechanism as well as token based VPN

feature along with it’s administration tool/ console accessories , equipments, and

modification required for operation as directed by Customer. Refer Technical

Specification for details. Onsite Support from Original Equipment Manufacturer

(OEM) during total tenure of the contract is also part of it.

2 each

1.03 Provision / supply, Installation, testing and commissioning/ configuring/ make live

(at Site) of new rack-mountable hardware Storage system of 8 TB size (including

hardware and backup tool /software) in layer 1 redundancy mode with build in

feature of taking backup from all servers in the network and can restore from

multiple restore points feature along with it’s administration tool/ console

accessories, equipments, and modification required for operation as directed by

Customer. Refer Technical Specification for details. Onsite Support from Original

Equipment Manufacturer (OEM) during total tenure of the contract is also part of it.

1 each

1.04 Provision of additional LAN point connections in existing structured LAN

infrastructure at Customer’s premises from Data Centre server end to user end

including repairs / replacement of defective accessories of all kinds such as CAT6

cable, OFC cable, patch cords, I/O boxes, OFC repeaters, splitters, repeaters, etc

whenever required as per technical specification(s) specified including all

accessories, equipments, modification(s) etc required for operation as directed by

Customer. Refer Technical Specification for details.

50 each

Page 40: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 2

1.05 Provision/supply, Installation, testing and commissioning/ configuring/ ’make live’

(at Site) of New Desktop PC with configuration Intel i7 Processor, 3.0 GHZ, 8GB

RAM, 2 TB HDD, DVD, 17" TFT, Key Board and Optical Mouse including

provision of original softwares Microsoft windows OS, MS Office, Antivirus

software (with antispyware and antimalware, ) of Latest version (updatable for total

support tenure), accessories equipment, and modification (if required for

operation) as directed by Customer. Refer Technical Specification for details.

Onsite Support from Original Equipment Manufacturer (OEM) during total tenure of

the contract is also part of it.

Make/Model :- HP/Dell.

Note:

i) Credit for the dismantled PC shall be considered while quoting rate for this

item

ii) M & O for this item will commence after the guarantee of PC is finished. The

firm has to liase with the Original Equipment Manufacturer (OEM) for

maintenance during the guarantee period.

iii) Antivirus Software has to be continuously upgraded after guarantee period till

completion of contract.

10 each

1.06 Provision/supply, Installation, testing and commissioning/configuring/’make live’

(at DGMAP outstations) of New Desktop PC with configuration Intel i7 Processor,

3.0 GHZ, 8 GB RAM, 1 TB HDD, DVD, 17" TFT, Key Board and Optical Mouse

including provision of original softwares Microsoft windows OS, MS Office,

Antivirus software (with antispyware and antimalware, ) of Latest version

(updatable for total support tenure), accessories equipment, and modification (if

required for operation) as directed by SO1 (IT) for Outstations (MAP) Refer

Technical Specification for details. Onsite Support from Original Equipment

Manufacturer (OME) during total tenure of the contract is also part of it.

Make/Model :- HP/Lenova/Dell.

Note:

i) Credit for the dismantled PC shall be considered while quoting

rate for this item

ii) M & O for this item will commence after the guarantee of PC is

finished. The firm has to liase with the Original Equipment

Manufacturer (OEM) for maintenance during the guarantee

period.

iii) Antivirus Software has to be continuously upgraded after

guarantee period till completion of contract.

20 each

1.07 Provision/supply, Installation, testing and commissioning/configuring/ ’make live’

(at Site) of Laserjet Printers including all accessories equipment, modification

required for operation as directed by Customer (Excluding Cartridge) Refer

Technical Specification for details. Onsite Support from Original Equipment

Manufacturer (OEM) during total tenure of the contract is also part of it.

Make/Model : HP

10 each

Page 41: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 3

1.08 Provision/supply, Installation, testing and commissioning/configuring/ ’make live’

(at Site Outstations) of Laserjet Printers including all accessories equipment,

modification required for operation as directed by Customer Outstations

(Excluding Cartridge) Refer Technical Specification for details. Onsite Support

from Original Equipment Manufacturer (OEM) during total tenure of the contract is

also part of it.

Make/Model : HP

20 each

1.09 Provision/supply, Installation, testing and commissioning/configuring/’make live’

(at Site) of UPS 1 KVA including Battery and all accessories equipment,

modification required for operation as directed by Customer. Refer Technical

Specification for details. Onsite Support from Original Equipment Manufacturer

(OEM) during total tenure of the contract is also part of it.

30 each

1.10 Provision/supply, Installation, testing and commissioning/configuring/ ’make live’

(at Site outstations ) of UPS 1 KVA including Battery and all accessories

equipment, modification required for operation as directed by Customer

Outstations. Refer Technical Specification for details. Onsite Support from Original

Equipment Manufacturer (OEM) during total tenure of the contract is also part of it.

100 each

1.11 Provision/supply, Installation, testing and commissioning/configuring/ ’make live’

(at Site Data Centre) of online UPS 20 KVA in Redundant mode including Battery

and all accessories equipment, modification required for operation as directed by

Customer Data Centre. Refer Technical Specification for details. Onsite Support

from Original Equipment Manufacturer (OEM) during total tenure of the contract is

also part of it.

2 each

1.12 Provision/supply, Installation, testing and commissioning/configuring/ ’make live’

(at Site/ Data Centre) of LaserJet Heavy-duty sheet feed LAN Printer cum scanner

including all accessories equipment, modification required for operation as directed

by Customer DataCentre. Refer Technical Specification for details. Onsite Support

from Original Equipment Manufacturer (OEM) during total tenure of the contract is

also part of it.

Note:

i) The monitoring tool / software must be centrally manageable over

LAN/WAN including updation

ii) Optical scan resolution should be upto 600 dpi

iii) Daily duty cycle upto 1000 pages and Bit depth 48 bit (internal) and 24 bit

(external) with all relevant operational software and accessories.

2 each

1.13 Provision/supply, Installation, testing and commissioning/configuring/’make live’

(at Site) of Layer 3 Rack mountable Managed Switch of 24 ports (at Site ) as

directed by Customer , Refer Technical Specification for details . Onsite Support

from OME during total tenure of the contract is also part of it.

Note: i) The software must be centrally manageable over LAN/WAN.

18 each

Page 42: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 4

1.14 Provision/supply, Installation, testing and commissioning/configuring/’make live’

(at Site) of rack mountable IP based 24 port KVM switch including cordless mouse

and keyboard/all accessories equipment, modification required for operation as

directed by Customer Refer Technical Specification for details. Onsite Support

from OME during total tenure of the contract is also part of it.

1 each

1.15 Provision for Transfer of equipment from existing station to new Phase Station (As

and when required including transportation and dismantles of all accessories as

directed by Customer

50 each

2.01 Provision of Project Manager for Automation / Facility Management at Site

Note: Minimum 1 Persons per month shall be provided who will manage and co-

ordinate the complete contract.

Responsibility includes up keeping of all facilities installed at Site Data Centre and

associated facilities specified in SLA terms of the contract including Management

of all IT staffs / Engineers

Qualification: B Tech./B. E. in Computer Science / Information Technology /

MCA with IBM Certications/ Project Management Trained / Equivalent

Experience: 12+ (Twelve) Years of work Experience in multiple IT Projects /

Facility & Technology Management and Technology products

1 Nos

2.02 Provision of Manager (Technical) at Site

Note: Responsibility includes up keeping of all equipments installed at Site Data

Centre and associated facilities specified in SLA terms of the contract and

Management & Support of all FMS Engineers

Qualification: B Tech./B. E. in Computer Science / Information Technology / B.

Sc with IT or equivalent Technical certifications as per Technical Specification(s)

Experience: 10 (Ten) Years of work Experience in Data Centre Management

Experience: 10 (Ten) Years of work Experience in Data Centre

1 Nos

2.03 Provision of Facility Management Engineer (Senior Level) at Site

Qualification: Bachelor’s Degree in Engineering / Computer Science / Information

Technology / MCA / Degree or equivalent

Experience: 6+ (Six) Years of work Experience in Software Engineering /

Development with Web Technology and Lotus Notes with IBM certification (like

CLP)

1 Nos

2.04 Provision of Facility Management Engineer (Middle Level) at Site

Qualification: Bachelor’s Degree in Engineering / Computer Science / Information

Technology or equivalent

Experience: 3+ (Three) Years of work Experience Computer Hardware/

Networking

5 Nos

2.05 Provision of Facility Management Executive (e-Procurement) at Site

Qualification: Bachelor’s Degree in Computer Science / Information Technology

with certification in Computer Application and minimum typing speed of forty (40)

words per minute

Experience: 1+ (one) Years of work Experience managing and operating Govt.

electronic procurement portal

1 Nos

2.06 Provision of Helpdesk Executive at Site

Qualification: Bachelor’s Degree with certification in Computer Application and

minimum typing speed of forty (40) words per minute

Experience: 1+ (one) Years of work Experience in Helpdesk management

2 Nos

Page 43: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 5

2.07 Provision of Facility Management Executive ( for Computer Operations) at Site

Qualification: Bachelor’s Degree with certification in Computer Application and

minimum typing speed of forty (40) words per minute

Experience: 1+ (one) Years of work Experience in similar field

38 Nos

2.08 Provision of Facility Management Executive ( for Computer Operations)at Site

Outstations

Qualification: Bachelor’s Degree with certification in Computer Application and

minimum typing speed of forty (40) words per minute

Experience: 1+ (one) Years of work Experience in similar field

75 Nos

3.01 Maintenance & Operation of software(Lotus 9.0 and all it's all components),

maintenance of all existing and installations at all new/existing MAP stations ,

including all accessories , equipment, and modification required for operation as

directed by Customer Refer Technical Specification for details. Technical Support

from Original Equipment Manufacturer (OEM) during total tenure of the contract is

also part of it.

200 Nos

3.02 Maintenance & Operation of Customer’s Application software developed in Lotus

Notes / DWA platform and Upgradation in workflow / forms / design/ database to

latest, maintenance of all existing installations at all new/existing MAP stations ,

including all accessories , equipment, and modification required for operation as

directed by Customer Refer Technical Specification for details. Application

Support during total tenure of the contract is also part of it.

1 Nos

3.03 Maintenance - operation and day-to-day updation of existing Customer”s website

hosted at NIC server and co-ordination with NIC and supporting agencies. 1 Nos

3.04 Maintenance and operation of existing Desktop Computers installed at at Site

during total tenure of the contract including periodic preventive maintenance and

repairs / replacement of defective accessories of all kinds whenever required as per

technical specification(s) specified including all accessories, equipments,

modification(s) etc required for operation as directed by Customer. Refer Technical

Specification for details.

50 Nos

3.05 Maintenance and operation of existing Desktop Computers installed at at Site

Outstations during total tenure of the contract including periodic preventive

maintenance and repairs / replacement of defective accessories of all kinds

whenever required as per technical specification(s) specified including all

accessories, equipments, modification(s) etc required for operation as directed by

Customer. Refer Technical Specification for details.

90 each

3.06 Maintenance and operation of existing Laserjet Printers installed at Site during total

tenure of the contract including periodic preventive maintenance and repairs /

replacement of defective accessories of all kinds (except printer cartridges)

whenever required as per technical specification(s) specified including all

accessories, equipments, modification(s) etc required for operation as directed by

Customer. Refer Technical Specification for details.

50 each

Page 44: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |L- 6

3.07 Maintenance and operation of existing Laserjet Printers installed at Site Outstations

during total tenure of the contract including periodic preventive maintenance and

repairs / replacement of defective accessories of all kinds (except printer cartridges)

whenever required as per technical specification(s) specified including all

accessories, equipments, modification(s) etc required for operation as directed by

Customer. Refer Technical Specification for details.

90 each

3.08 Maintenance and operation of existing LAN network at Site for 36 months from

server end to user end including repairs / replacement of defective accessories of all

kinds such as cable, switches, splitters, repeaters, etc whenever required as per

technical specification(s) specified including all accessories, equipments,

modification(s) etc required for operation as directed by Customer Refer Technical

Specification for details.

250 each

3.09 Maintenance and day-to-day operation of existing Video conferencing network at

Site (excluding Original Equipment Manufacturer (OEM) support for components)

and and co-ordination with OEM etc required for operation as directed by

Customer.

Note for item 3.04 to 3.09. : Details of existing equipment to be maintanced and

operted are classied in apx 'A' to this tender document

1 each

3.10 Maintenance - operation and day-to-day co-ordination with Service Provider MTNL

for existing OFC based Leased Line internet circuit connectivity terminated at Site

DataCentre.

Note : Since level agrrement (SAL)is not mapped for this item as MTNL is Sole

Service Provider as per Govt Policy (S)

1 each

Page 45: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |M- 1

Annexure-M

Methodology of Project Planning and Management:

ITI believes that the customers are the very reason for its existence and so all efforts are directed

towards offering the world’s best products and services to its customers. The company thus

brings forth a strong value proposition for successful and Timely deployment of Project.

ITI has historically been a major player in the telecom arena. It’s focus on the processes,

resources and skills that need to be maintained for providing the very best service levels, its own

substantial product innovation base and strategic relationships with all leading technology

providers have helped the organization achieve this stature. The company ensures that all the

processes are audited internally and externally to help improve the service levels on an ongoing

basis. ITI believe in leveraging its vast network and systems integration & e-Governance

deployment expertise in implementation of the Live Broad casting project for certain

Government agency.

ITI’s edge over other systems integration companies in the context of project implementation is

substantial given the fact that it has already implemented a number of Live Broadcasting projects

and that the company has a comprehensive understanding of what needs to go into the proposed

project. .

This company’s operational philosophy is based on the Standard Project Management Practices

Monitoring &

Control

Initiation

Planning

Execution

Closure

Page 46: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |M- 2

Project Methodology:

1 Project Initiation

2 Project Planning

2.1 o Project Management Plan

2.2 o Work Breakdown Structure

2.3 o Quality Planning

2.4 o Communication Planning

2.5 o Risk Planning

2.6 o Plan Purchases and acquisitions

3 Project Execution

3.1 o Direct and Manage Project deliverables on a day-to day basis

3.2 o Information distribution

3.3 o Connectivity Build-out

3.4 o Network Integration

4 Project Monitoring and Control

4.1 o Monitoring and controlling implementation w.r.t timelines

4.2 o Scope verification and Control

4.3 o Performance Reporting

4.4 o Testing & Quality checks

5 Project Closure

5.1 o Acceptance Testing

5.2 o Handover of the infrastructure to the Customer

5.3 o Training and Documentation.

5.4 o Maintenance of the Equipment

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

Page 47: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |O- 1

Annexure-O Operation and Support Plan:

The System Integrator will be responsible to support the envisaged Hardware/Software

System on day to day basis by placing engineers at the desired sites for a period of one year

(depending upon customer’s need)

Customer Care Centre

The SI shall support the customer for operations by setting up a local / remote system to detect

and rectify the faults on need basis.

Help Desk

The SI shall also setup a help desk at own premises, where the customer complaints relating to

the services shall also be forwarded for rectification/ resolution.

Support Mission

The mission of ITI Limited w.r.t. Service and Support is Total customer satisfaction through

close interaction with our valued customer, users and the equipment manufacturers.

The goal of the SI should be to deliver tangible services by making the system knowledge and

Problem solving technologies available when customer needs them most. The aim of the system

is to extend the life and productivity of the supplied equipment and protecting Government’s

assets and investments.

The warranty and post warranty repair program should be designed to assist customer with the

installation, deployment, and configuration and troubleshooting of the equipment and SI would

offer Hardware/Software maintenance programs to keep the deployment up-to-date with all

software revisions and patches.

Service Parameters

We expect the services from the System Integrator on the following parameters:

Response Time

Problem Resolution

Accuracy of Answers by Servicing Staff.

Overall Satisfaction to the Customer

Courtesy and Professionalism towards users

Remote problem diagnosis and support

The SI shall use electronic remote support tools to isolate the problem and facilitate the timely

resolutions.

Onsite Support

For critical issues that cannot be resolved remotely, skilled and qualified/certified Customer

Engineers are to be deployed to the site to trouble-shoot the hardware to bring the same in to the

operational condition, repairing or replacing components or entire units as necessary.

Data center support –

Page 48: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th June 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |O- 2

For issues that cannot be resolved remotely, the service personnel of the SI provide technical

support on the failed hardware product, repairing or replacing components or the entire unit as

necessary.

Understanding of Service Levels

The SI shall offer an integrated operation- support approach with built-in escalation for

effective problem resolution. Level 1 is the Standard help desk support (Local/Remote),

Level 2 is Advanced Technical Support at site and Level 3 is at Data Centre.

All three levels of expertise should be seamlessly integrated into a cohesive support team

capable of responding to the user problems, system maintenance and enhancements in a

timely and cost effective manner.

______________

Page 49: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |P- 1

Annexure-P Technical Presentation:

As Bidder’s clarity on the understanding of the requirements is a ‘Prudent Factor’ of the

assessment of the capability of the prospective System Integrators (SIA)/Vendors/Bidders, all

bidders would be given an opportunity in a transparent manner to project their strengths. This

Power-Point presentation will carry weightage in the Technical Bid (100 marks out of 1000).

The presentation would be agenda based where each aspect would be given due consideration.

The presentation would be of 45 Minutes duration (Approx.)

The agenda of the presentation is given below:

Sr.

No

Agenda Point of the Presentation Max

Marks

Allocation

of Marks

01 Understanding of Technical Requirements 200 55

02 Capabilities of the Technology Partners/OEMs 30

03 Project Implementation methodology including Supply and

Installations

40

04 Experience of Handling ICT/ITeS/ Surveillance System

Projects

20

05 After Sales Support Methodology 20

06 Challenges and Concerns from the bidder’s perspective. 05

07 Challenges and Concerns from buyers perspective. 05

08 Handholding, Training Methodology 15

09 Expectations from ITI Limited and the Government Agency

(the end User)

10

Total 200

The Bidders are supposed to submit both ink-signed Hard copy and Softcopy (in CD/DVD) of

the presentation for further evaluation and records. The bidders would not be given further time-

slot to revise/modify the presentation.

The bidders may bring the product specialists and Project implementation team members along

with Commercial managers to submit the spot clarifications if any.

The presentation would remain confidential and the details of one bidder shall not be shared with

any other bidder by the Nodal agency i.e. ITI Limited.

The bidder shall intimate the Details of the Presentation Team members in advance to avoid any

confusion at later stage.

The scoring of this presentation shall not be declared same day.

Page 50: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |Q- 1

Annexure-Q Performance and Quality Requirements:

We understand that the Network Design is a creative process where the Design activities

include Architectural design; Compliance based design and Sub-system design. We expect not

only the user friendly features from the system but also a very good Performance based User

Experience.

As the intended CCTV Solution is expected to be used for an extended period of time by the

end-users who may not be technically familiar with the actual design aspects and the detailed

specifications of the solution, extensive interactions between the buyer i.e. ITI Limited and the

end-client of ITI Limited would be required for the delivery and integration of the necessary

network through a mutually agreed document.

All standard steps in implementing and ultimately tailoring the system to the user requirements

(to the expected level of User Experience) are to be taken at each phase of the project.

Since the good performance of the solution is a derivative of a ‘Good-Design’, Optimized

planning and selection of the network equipment all are very important. Performance cannot be

retrofitted; it must be designed into solution from the beginning.

Besides functionality, the quality and performance attributes of the solution are very crucial.

The system should comply with the following desired attributes:

Sl

No

Description of the

Desired

Attributes

Metrics

01 Compatibility The network devices should be able to operate with other similar

IT products required for the proper implementation of the project

The solution should be backward-compatible with an older version

of itself.

02 Scalability The system should adapt well to increasing data or number of

users.

03 Manageability Efficient and Reliable Management and Monitoring

04 Maintainability The System should provide ease in the trouble shooting of the

faults and the accomplishment of the functional modifications.

05 Extensibility It should have scope for Seamless addition of the new capabilities

to the System without major changes to the architecture.

06 Accessibility Easy access to network through hierarchically ordered Passwords.

07 Adaptability The system must be well-documented and the documentation

should be up to date so that change Management becomes much

easier.

08 Fault-tolerance The system should be resistant to and be able to recover from a sub-

system failure.

09 Modularity

The individual Subsystems should be tested and implemented in

isolation before being integrated to form the desired system.

10 Reliability The system should be able to perform a required function under

stated conditions for a specified period of time.

Page 51: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |Q- 2

11 Robustness /

Resilience

The system should be able to operate under stress or tolerate

unpredictable conditions.

12 Security The system must be able to withstand hostile acts and influences and

enjoy immunity against the known vulnerabilities.

13 Redundancy Factor All critical Software Elements should have redundancy.

14 Testing It should comply with the Six Level Quality Testing Mechanism.

Page 52: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |R- 1

Annexure-R Responsibility Matrix;

The responsibility matrix as shown below covers the major roles to be played by the various

stake holders of the envisaged Project:

Activities to be Done ITI Limited End-

Customer

SIA

Placement of Order on SIA

Furnishing of Performance of Security to

ITI Limited

Signing of the Commercial Agreement

(SLA)

Creation of Detailed Project Report/Design

Document

Providing Administrative Approvals

/Authority to SIA for implementation

Site Study.

Clearances Required for the Deployment

of equipment

Procurement of equipment

Appointment of Project Managers

Project Monitoring

Provisioning of other S/w and H/w Tools

for the deployment of the Solution.

Testing of the individual Modules

Installation of the entire System

Acceptance of the work

Billing of the items to ITI

Payment to SIA

Training to Customer & ITI’s officials

and Handing over the Technical

Documents/Service Manuals /Drawings

Release of Balance Payment to the System

Integrator

Placement of Engineers for Support and

Helping ITI’s Customer in the

Maintenance and Administration of

Solution.

Support as per Service Level Agreement.

Page 53: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 1

Annexure-S TECHNICAL SPECIFICATIONS:

Schedule 'A' Section-I Provision/supply, Installation, testing and commissioning/configuring/‟make live‟

1. Server with Chassis and 14 (fourteen) server cards:

a) Chassis: Rack Mountable Chassis to accommodate Support for minimum 8 blade servers

b) Management Modules:

i. Should support Hot Pluggable & fully Redundant Management Modules.

ii. The blade chassis should be configured with Hot swap IP based KVM Switch

for Management or KVM Management should be integrated in Remote

Management Controller.

c) Mid-plane: Should have passive mid-plane/no mid plane/ back-plane architecture, in

case of active mid plane it should be redundant

d) IO Connections:

i. Hot swap and redundant cooling fans and all fans should be fully populated

ii. Dual end-to-end redundant Network connectivity for each blade

iii. The blade chassis should have at least 6 I/O Modules/ switch bays

e) OS Support: Chassis should support industry standard operating systems like Microsoft

Windows Server 2016 Datacenter Edition or latest one available from OEM Microsoft,

Windows Server Hyper-V, Redhat Enterprise Linux, SuSE Linux Enterprise Server”.

The specific hardware item should be delivered/commissioned with Microsoft based

Data Centre operating system that is latest from OEM Microsoft without any additional

cost.

f) Power Supplies: The enclosure should be populated fully with power supplies of the

highest capacity available with the vendor. Power supplies should support N+N as well

as N+1 redundancy configuration, where N is greater than 1.

Power Management Features like:

i. To cap the power of individual server or a group.

ii. Intelligently assign power to the appropriate server in the pool based on

policy settings.

iii. To show the actual power usage and thermal measurements data of servers.

g) Accessories: The blade chassis should be configured with cables, connectors and

accessories required to connect the Power distribution units to the power supplies

h) Switches: The blade chassis should be configured with cables, connectors and

accessories required to connect the Power distribution units to the power supplies

i) Management:

i. The chassis should have a touch screen LCD display

ii. Should support combination housing of Ethernet, FC, ISCSI, FCOE, IB

interconnect fabrics offering Hot Pluggable & should have provision fast

connectivity via Optical Fibre Cable (OFC) for Ethernet LAN to Core Switch

and Server chassis to SAN Hardware box.

Page 54: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 2

iii. System Management and deployment tools to aid configuring the Blade

Servers and OS Deployment should be provided.

iv. The chassis should be equipped for providing MAC & WWN address across

the slots or chassis instead of individual Host Bus Adapter/NIC of the Blade.

The solution provided must not have any single point of failure and must be

configured in failover

j) Operating System: Windows Server 2016 Datacenter edition Installed and configured

with OEM Media or latest one available from OEM Microsoft.

k) Warrantee: 3 years On-site comprehensive warranty with 24x7x365 remote hardware

support. Post installation, 5-year product warranty should reflect in the support web site

of the OEM.

l) Rack-mountable Server shall have inside latest Intel® Xeon series Processor with higher

configuration available from OEM Intel®; Server Chassis shall have 14 server cards

including all accessories like 2 TB redundant HDD and DVD Drive.

(m) Modification for running the system, if any, shall be with original spares of existing

make only). The specific Rack-mountable latest Intel® Xeon series Processor shall have

at least 03(three) years of support provision from processor OEM. Onsite support for

server hardware from original equipment Manufacturer (OEM) during total tenure of the

contract is also part of it.

2. Rack-mountable Hardware Security Component Network firewall system:

(a) The Firewall should be Hardware based, Reliable, purpose-built security appliance with

hardened operating system that eliminates the security risks associated with general-

purpose operating systems.

(b) The Proposed Firewall Vendor should be in the Leaders‟ Quadrant of Gartner Magic

Quadrant for Enterprise Network Firewall.

(c) Firewall appliance should have at least 16 x 1GE RJ45 interface, 2 x 1GE SFP

interfaces.

(d) Firewall Throughput should be 20 Gbps in empty box.

(e) Firewall should support minimum 9 Gbps of VPN throughput

(f) Firewall should support 2000 site-to-site & client to site VPN Tunnels.

(g) Firewall should support minimum 300 concurrent SSL VPN users and should be

scalable in future

(h) Firewall should support 135,000 new sessions per second

(i) Firewall should support 2 Million concurrent sessions.

(j) The solution should support minimum 1.8 Gbps of NGFW (FW + IPS + AVC)

throughput for Mix / production traffic.

(k) The solution should support minimum 1.2 Gbps of Threat Prevention (FW + IPS +

AVC + AV) throughput for Mix / production traffic

(l) The Firewall solution should support NAT64, DNS64 & DHCPv6.

(m) The proposed system shall be able to operate on either Transparent (bridge) mode to

minimize interruption to existing network infrastructure or NAT/Route mode. Both

modes can also be available concurrently using Virtual Contexts.

(n) The proposed system should have integrated Traffic shaping functionality.

Page 55: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 3

(o) The Firewall & IPSEC VPN module shall belong to product family which minimally

attain Internet Computer Security Association (ICSA) Certification.

(p) The proposed system should support IPSEC VPN, PPTP VPN, L2TP VPN.

(q) The device shall utilize inbuilt hardware VPN acceleration:

(i) IPSEC (DES, 3DES, AES) encryption/decryption

(ii) SSL encryption/ decryption

(r) The system shall support the following IPSEC VPN capabilities:

(i) Multi-zone VPN supports.

(ii) IPSec, ESP security.

(iii) Supports NAT traversal

(iv) Supports Hub and Spoke architecture

(v) Supports Redundant gateway architecture.

(s) The system shall support 2 forms of site-to-site VPN configurations:

(i) Route based IPSec tunnel

(ii) Policy based IPSec tunnel

(t) The system shall support IPSEC site-to-site VPN and remote user VPN in transparent

mode

(u) The system shall provide IPv6 IPSec feature to support for secure IPv6 traffic in an

IPSec VPN.

(v) Virtualization:

The proposed solution should support Virtualization (Virtual Firewall, Security zones

and VLAN). Minimum 5 Virtual Firewall license should be provided.

(w) Intrusion Prevention System

(i) The IPS capability shall minimally attain NSS Certification

(ii) IPS throughput should be minimum 2 Gbps for Mix / Production traffic

(iii) The IPS detection methodologies shall consist of:

(a) Signature based detection using real time updated database.

(b) Anomaly based detection that is based on thresholds.

(iv) The IPS system shall have at least 7,000 signatures

(v) IPS Signatures can be updated in three different ways: manually, via pull

technology or push technology. Administrator can schedule to check for

new updates or if the device has a public IP address, updates can be pushed

to the device each time an update is available.

(vi) In event if IPS should cease to function, it will fail open by default and is

configurable. This means that crucial network traffic will not be blocked

and the Firewall will continue to operate while the problem is resolved.

(vii) IPS solution should have capability to protect against Denial of Service

(DOS) and DDOS attacks. Should have flexibility to configure threshold

values for each of the Anomaly. DOS and DDOS protection should be

applied and attacks stopped before firewall policy look-ups.

(viii) IPS signatures should have a configurable actions like terminate a TCP

session by issuing TCP Reset packets to each end of the connection, or

silently drop traffic in addition to sending a alert and logging the incident

Page 56: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 4

(ix) Signatures should a severity level defined to it so that it helps the

administrator to understand and decide which signatures to enable for what

traffic (e.g. for severity level: high medium low)

(x) Antivirus:

(a) Firewall should have integrated Antivirus solution with ICSA

Certified.

(b) The proposed system should be able to block, allow or monitor only

using AV signatures and file blocking based on per firewall policy

based or based on firewall authenticated user groups with

configurable selection of the following services:

i) HTTP, HTTPS

ii) SMTP, SMTPS

iii) POP3, POP3S

iv) IMAP, IMAPS

v) FTP, FTPS

(c) The proposed system should be able to block or allow oversize file

based on configurable thresholds for each protocol types and per

firewall policy.

(y) Integrated Web Content Filtering :

(i) The proposed system should have integrated Web Content Filtering

solution without external solution, devices or hardware modules.

(ii) The proposed solution should be able to enable or disable Web

Filtering per firewall policy or based on firewall authenticated user

groups for both HTTP and HTTPS traffic.

(iii) The proposed system shall provide web content filtering features:

(a) Which blocks web plug-ins such as ActiveX, Java Applet,

and Cookies?

(b) Shall include Web URL block

(c) Shall include score based web keyword block

(d) Shall include Web Exempt List

(iv) The proposed system shall be able to queries a real time database of

over 110 million + rated websites categorized into 70+ unique

content categories.

(z) Signature & Category Based Web Content Filter:

(a) The proposed system shall have the ability to detect, log and take

action against network traffic based on over 2000 application

signatures

(b) The application signatures shall be manual or automatically updated

(c) The administrator shall be able to define application control list based

on selectable application group and/or list and its corresponding

actions

(aa) Data Leakage Prevention:

The proposed system shall allow administrator to prevent sensitive data from

leaving the network. Administrator shall be able to define sensitive data patterns,

Page 57: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 5

and data matching these patterns that will be blocked and/or logged when passing

through the unit.

(ab) High Availability:

(i) The proposed system shall have built-in high availability (HA)

features without extra cost/license or hardware component

(ii) The device shall support stateful session maintenance in the event of

a fail-over to a standby unit.

(iii) High Availability Configurations should support Active/Active or

Active/ Passive.

(ac) Logs and Report:

(i) Should have 480 GB of Hard Drive Capacity for loging and reporting

if not please quote separate appliance

(ii) Real-time display of information allows you to follow real-time

trends in network usage such as the source IP address and the

destination URL for HTTP traffic or IM message traffic.

3. Rack-mountable Hardware Storage System:

a) Proposed disk based backup appliance should be able to interface with various industry leading

server platforms, operating systems and Must support LAN/SAN based D2D backup and

VTL backup simultaneously via NFS v3, CIFS, FC , OST and NDMP protocols.

b) Proposed appliance should support efficient inline data duplication using automated variable

block length de-duplication technology.

c) Proposed appliance should be offered with protocols like VTL, OST, CIFS and NFS. All of the

protocols should be available to use concurrently for data ingested across all of them.

d) Proposed appliance should support industry leading backup software like EMC Networker,

Veritas Netbackup, Commvault, Veeam and Data Protector etc and should Support de-

duplication at backup server/ host / application level so that only changed blocks travel

through network to backup device.

e) Proposed appliance shall be sized appropriately for backup of2TB (40% DB and 60% File

System) data as per below backup policies :

i. Daily Incremental Backup – retained for 4 weeks in disk based appliance.

ii. Weekly Full Backup for all data types – retained for 1 month in disk based

appliance.

iii. Monthly Full Backups – Retained for 3 Months in the same appliance.

iv. Yearly Full Backups - Retained for 5 years in the same appliance.

The solution should be quoted with a minimum usable capacity of 8 TB and shall be scalable

upto 30 TB or higher. Any additional capacity required as per above mentioned retention

policy sizing needs to be provided by the bidder/OEM for an entire warranty period of the

disk appliance. The cost for additional capacity above 8 TB will be billable by Contractor as

per current market value.

e) Proposed Appliance should have the capability to tier backup data in deduplicated format to an

external cloud storage (on premise / public cloud).

f) Proposed appliance should have the ability to perform different backup, restore, replication

jobs simultaneously and Must supports communications and data transfers through FC/10 Gb

Page 58: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 6

& 1 Gb ethernet LAN over copper and SFP+. The proposed backup appliance should be

offered with minimum 4x 1Gbps / 2x 10G NIC.

g) Proposed appliance should support minimum backup throughput of 6TB/hrwhile maintaining a

single deduplication pool with RAID 6 and min. one hot spare disk as well.

h) Proposed appliance should support different retentions for primary and DR backup storage and

should support instant copy creation on remote site for better DR readiness with support for

transmitting only deduplicated unique data in encrypted format to remote sites.

i) Proposed solution should support retention lock (WORM) feature which ensures that no data is

deleted accidently and support for point-in-time copies of a LUN or volumes with minimal

performance impact.

j) Proposed disk appliance should be offered with battery backed up RAM / NVRAM for

protection against data loss in power failure scenario and continuous automated file system

check to ensure data integrity.

k) Proposed appliance should Support Enterprise Applications for better visibility of Backups to

Application and database Owners, thus ensuring faster and direct recovery on

application/database level. This integration should be available for Oracle, SAP, HANA,

DB2, MS SQL, etc.

l) Proposed appliance should support bi-directional, many-to-one, one-to-many, and one-to-one

replication.

m) Proposed appliance should support 256 bit AES encryption for data at rest and data-in-flight

during replication. It should offer support for internal and external key management for

encryption.

n) Proposed appliance should be offered RAID-6 with SATA/NL-SAS disk drives along with

hot-spare disks.

o) Proposed appliance should be offered with Multi-Tenancy features which provides a separate

logical space for each tenant user while maintaining a global de-duplication across data from

all tenant users.

p) Bidder should provide backup software for 2 TB Front end data capacity based licenses and

backup solution should be from single OEM only.

q) Product should offer with 3years onsite warranty support.

4. Provision of additional LAN points:

This Provision should facilitate of additional LAN point connections in existing structured LAN

infrastructure at HQ premises to extend existing LAN connectivity from DataCentre server end to

user end. This also includes repairs / replacement of defective accessories of all kinds such as CAT6

cable, OFC cable, patch cords, I/O boxes, OFC repeaters, splitters, repeaters, etc whenever required

as per technical specification(s) required for operation of LAN.

5. New Desktop PC(for HQ):

a) Processor: Intel Core™ i7-8700 (6 Cores/12MB/12T/up to 4.6GHz/65W)

b) Motherboard: OEM Motherboard Should have OEM logo embossed, no sticker

c) Chipset: Intel® H370 Chipset

d) Memory: 8GB 1X8GB DDR4 2666MHz DDR4 Memory Expandable up to 32GB

e) Hardisk Drive: 3.5 inch 1TB 7200rpm Hard Disk Drive

f) Optical Drive: 8x DVD+/-RW 9.5mm Optical Disk Drive

g) Graphics: Integrated Intel® HD Graphics 630

Page 59: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 7

h) Ethernet:

i) Integrated 10/100/1000Mbps ethernet controller with PXE and WOL support

j) Bays: Min 1 internal 3.5” and 1 internal Slim ODD

k) Slots: 2 PCIe slots, one should be X16

l) I/O ports:

(i) External USB: 4 x 3.1 Gen 1 (2 front, 2 rear) and 4 x 2.0 ((2 front, 2 rear - 2

SmartPower On) ;

(ii) 1 - DP;

(iii)1 - HDMI;

(iv) 1 RJ-45

m) Audio Port: 1 Universal Audio Jack, 1 Line-out

n) Form Factor: Slim Chassis not less than 7.8lts Volume

o) Power Supply: Minimum 200W PSU. Energy Star Certified.

p) Monitor:

(i) 17inch Square LED Backlit monitor min 1280 x 1024 resolution. TCO 6.0

(ii) Certified/ 21.5inch LED Backlit monitor min 1920 x 1080 resolution with Height-

adjustable stand

q) Keyboard: 104Keys Multimedia USB Keyboard (same make as PC)

r) Mouse: 2 Button USB Optical Mouse (same make as PC)

s) Operating System: Windows 10 Professional 64 Bit with DPK and OEM Media.

t) Security: TPM 2.0, Chassis Lock Slot/Pad lock loop, Intrusion alert switch

u) Management / Diagnostic Features:

(i) BIOS diagnostic tool,

(ii) In-band system management,

(iii)HDD Pre-Failure alert

v) Recovery Software: OEM system recovery tool

w) Chassis: Tool Less Chassis, Tool Less HDD

x) Antivirus software:

(i) Pre-loaded Next Generation Anti-Virus that protects from malware & file-less threats

by using machine learning & behavioral analysis

y) Regulatory Certifications: FCC,UL , Energy Star, ROHS, Windows.

z) Warranty: 3 years on-site warranty

6. New Desktop PC(for Outstations):

a) Processor: Intel Core™ i7-8700 (6 Cores/12MB/12T/up to 4.6GHz/65W)

b) Motherboard : OEM Motherboard Should have OEM logo embossed, no sticker

c) Chipset: Intel® H370 Chipset

d) Memory: 8GB 1X8GB DDR4 2666MHz DDR4 Memory Expandable up to 32GB

e) Hardisk Drive: 3.5 inch 1TB 7200rpm Hard Disk Drive

f) Optical Drive: 8x DVD+/-RW 9.5mm Optical Disk Drive

g) Graphics: Integrated Intel® HD Graphics 630

h) Ethernet:

a. Integrated 10/100/1000Mbps ethernet controller with PXE and WOL support

i) Bays: Min 1 internal 3.5” and 1 internal Slim ODD

j) Slots: 2 PCIe slots, one should be X16

Page 60: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 8

k) I/O ports:

i. External USB: 4 x 3.1 Gen 1 (2 front, 2 rear) and 4 x 2.0 ((2 front, 2 rear - 2

SmartPower On) ;

ii. 1 - DP

iii. 1 - HDMI

iv. 1 RJ-45

l) Audio Port: 1 Universal Audio Jack, 1 Line-out

m) Form Factor: Slim Chassis not less than 7.8lts Volume

n) Power Supply: Minimum 200W PSU. Energy Star Certified.

o) Monitor:

i. 17inch Square LED Backlit monitor min 1280 x 1024 resolution. TCO 6.0

ii. Certified/ 21.5inch LED Backlit monitor min 1920 x 1080 resolution with Height-

adjustable stand

p) Keyboard: 104Keys Multimedia USB Keyboard (same make as PC)

q) Mouse: 2 Button USB Optical Mouse (same make as PC)

r) Operating System: Windows 10 Professional 64 Bit with DPK and OEM Media.

s) Security: TPM 2.0, Chassis Lock Slot/Pad lock loop, Intrusion alert switch

t) Management / Diagnostic Features:

i. BIOS diagnostic tool,

ii. In-band system management,

iii. HDD Pre-Failure alert

u) Recovery Software: OEM system recovery tool

v) Chassis: Tool Less Chassis, Tool Less HDD

w) Antivirus software:

Pre-loaded Next Generation Anti-Virus that protects from malware & file-less threats by

using machine learning & behavioral analysis

x) Regulatory Certifications: FCC,UL , Energy Star, ROHS, Windows.

y) Warranty: 3 years on-site warranty

7. LaserJet Printers for HQ

a) Print Speed:

i. 14 A4 pages per minute (ppm), 15 letter-size ppm

ii. First page out in as low as 10 seconds

b) Print Resolution:

i. 600 x 600 dpi with Resolution Enhancement technology (REt).

ii. 1200 dpi effective output quality (600 x 600 x 2 dpi with Resolution Enhancement

technology (REt)

c) Duty Cycle:

iii. 8,000 single-sided pages per month (maximum)

iv. 1,000 single-sided pages per month (average)

d) Paper Types and Sizes:

i. Minimum: 76 x 127 mm (3 x 5 inches)

ii. Maximum: 216 x 356 mm (8.5 x 14 inches)

e) Paper Tray Capacity:

Main Input Tray: 150 sheets of regular weight 75 g/m2

Page 61: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 9

f) Power Requirements:

i. Model Voltage: 230 volt

ii. Power Requirements: 220-240V (+/-10%), 50/60 Hz (+/-2 Hz)

iii. Rated Current: 2 amps

g) Warranty: 3 years on-site warranty

8. LaserJet Printers for Outstations

a) Print Speed:

i. 14 A4 pages per minute (ppm), 15 letter-size ppm

ii. First page out in as low as 10 seconds

b) Print Resolution:

i. 600 x 600 dpi with Resolution Enhancement technology (REt).

ii. 1200 dpi effective output quality (600 x 600 x 2 dpi with Resolution Enhancement

technology (REt)

c) Duty Cycle:

i. 8,000 single-sided pages per month (maximum)

ii. 1,000 single-sided pages per month (average)

d) Paper Types and Sizes:

i. Minimum: 76 x 127 mm (3 x 5 inches)

ii. Maximum: 216 x 356 mm (8.5 x 14 inches)

e) Paper Tray Capacity:

Main Input Tray: 150 sheets of regular weight 75 g/m2

f) Power Requirements:

i. Model Voltage: 230 volt

ii. Power Requirements: 220-240V (+/-10%), 50/60 Hz (+/-2 Hz)

iii. Rated Current: 2 amps

g) Warranty: 3 years on-site warranty

9. UPS 1 KVA:

a) Model :(VA/Watts): 1000/600W

b) Technology Line: Interactive with Microprocessor Controlled Design

c) Input / Output

i. Nominal Input Voltage: 230Vac 1 Phase

ii. Input Voltage Window: @ full load 140 - 300Vac (load dependent)

iii. Input Power Factor: 0.98

iv. Frequency & Frequency Range: 50+/- 1Hz

v. Nominal Output Voltage: 230V

vi. Output Voltage on Battery: -1

vii. Output Waveform Modified: sine wave

viii. Input Connection: C14 5A

ix. Output Receptacles: (3) IN 5A (4) IN 5A

d) Battery

i. Battery Quantity: 1 x 12V/7AH x 1 1 x 12V/7AH x 2

ii. Re-charge Time: to 90% Capacity 6 hours

iii. Battery Backup Time: * 15-20 minutes 30-35 minutes(At a PC load with15" monitor);

Start-on-Battery UPS can be started without being connected to AC utility power

Page 62: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 10

e) Communication: RS232 Port

f) User Interface

i. Visual Line Mode: Green LED Lighting Line Mode: Green LED Lighting

ii. Battery Mode: Green LED Flashing Battery Mode: Yellow LED Flashing

iii. Fault: None Fault: Red LED Lighting

iv. Control One button for On/Off On/off

g) Environment

i. Operating Temperature: 0ºC ~ 40ºC

ii. Storage Temperature: 15ºC ~ 50ºC

iii. Humidity: 0 ~ 90%

iv. Noise Level: <40dB

v. Dimensions & Weights: Models (W x H x D) mm 278 x 100 x 143 364 x 139 x 195

vi. Gross Weight (kg): 10.43

h) Warranty: 3 years on-site warranty

10. UPS 1 KVA for Site (Outstations)

a) Model :(VA/Watts): 1000/600W

b) Technology Line: Interactive with Microprocessor Controlled Design

c) Input / Output

i. Nominal Input Voltage: 230Vac 1 Phase

ii. Input Voltage Window: @ full load 140 - 300Vac (load dependent)

iii. Input Power Factor: 0.98

iv. Frequency & Frequency Range: 50+/- 1Hz

v. Nominal Output Voltage: 230V

vi. Output Voltage on Battery: -1

vii. Output Waveform Modified: sine wave

viii. Input Connection: C14 5A

ix. Output Receptacles: (3) IN 5A (4) IN 5A

d) Battery

i. Battery Quantity: 1 x 12V/7AH x 1 1 x 12V/7AH x 2

ii. Re-charge Time: to 90% Capacity 6 hours

iii. Battery Backup Time: * 15-20 minutes 30-35 minutes (At a PC load with15"

monitor); Start-on-Battery UPS can be started without being connected to AC utility

power

e) Communication: RS232 Port

f) User Interface

i. Visual Line Mode: Green LED Lighting Line Mode: Green LED Lighting

ii. Battery Mode: Green LED Flashing Battery Mode: Yellow LED Flashing

iii. Fault: None Fault: Red LED Lighting

iv. Control One button for On/Off On/off

g) Environment

i. Operating Temperature: 0ºC ~ 40ºC

ii. Storage Temperature: 15ºC ~ 50ºC

iii. Humidity: 0 ~ 90%

iv. Noise Level: <40dB

Page 63: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 11

v. Dimensions & Weights: Models (W x H x D) mm 278 x 100 x 143 364 x 139 x 195

vi. Gross Weight (kg): 10.43

h) Warranty: 3 years on-site warranty

11. Online UPS 20 KVA

a) UPS Ratings (KVA / KW): 20KVA / 18KW

b) Back-up: Minimum 12096 VAH

c) Battery Type /Make: VRLA SMF of Amara Raja/Rocket/ Exide

d) Input/Output Phases: Single Phase + Neutral

e) Technology: True on line UPS with Double Conversion, VFI Technology

f) Paralleling: Parallel to more than 3 units (Required for future expansion of load)

g) Rectifier Section:

i. Technology: Fully DSP Based Active Front End IGBT Rectifier.

ii. Input voltage: 110-276 V (load dependent)

iii. Input Power Factor: 0.99 @ full restive load

iv. Input frequency: 45-55 Hz

v. Input Current THDI: <5% with full resitive load

vi. DG Set Requirement: Should not be more than 1.25 times

vii. Cold Start: UPS can be started on battery without availability of mains

h) Inverter Section

i. Technology: Microprocessor / DSP based PWM - IGBT based

ii. UPS output Power factor: 0.9

iii. Output voltage rating: 220/230/240 V - selectab;e

iv. Output voltage regulation: ± 1% - 100% linear load condition

v. Output Frequency: ± 0.1 hz or better(Battery Mode)

vi. Overload Capacity: 125% - 150% - 30 seconds (Battery Mode)

vii. Output harmonic distortion (Ph/N):

1.3% THD maximum and 1% any single harmonic for a 100% linear load.

2.5% THD maximum for 100% non linear load.

viii. Crest Factor: 3:1 minimum

i) Battery:

i. Type /Make: VRLA SMF of Amara Raja/Rocket/ Exide

ii. Battery Placement: Suitable Battery Rack and Accessories provided for battery

interconnections and UPS to Battery connections etc

iii. Battery AH rating & Quantity: Minimum 12096 VAH

iv. Battery Charger Capacity: Capable of Charging Batteries, minimum 4 amps

v. End of Battery discharge Voltage for battery calculation: 1.7 to 1.75 V / cell

j) Bypass:

Automatic integral bypass: The integral bypass performs an automatic transfer of the

critical load from the inverter to the bypass, in the events of overload, over temperature,

or inverter failure conditions with zero transfer time.

k) General:

i. Acoustical Noise @ 1 Meter: Less than 50 dB @ I metre

ii. Output wave form: Pure sine wave

iii. Display and control:

Page 64: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 12

Metered parameters:

1. Input AC voltage

2. Input AC Current

3. Input AC frequency

4. Output AC voltage

5. Output AC current

6. Output frequency / voltage

iv. Audible Alarms: Required

v. ECO Mode: Required for improving Efficiency to >96%

vi. Efficiency (Normal Mode): >91% @ full load and battery fully charged.

vii. Monitoring ON LAN (Optional): SNMP card to monitor & store all the data related

to UPS (Required Optionally) Software Should be compatible to LINUX & Windows

& Sun Solaris Platforms.( Optional )

viii. EPO: Emergency Power off contact required in UPS to switch off UPS remotely in

event of emergency.

ix. Communication Options: USB/AS400/Relay Card/SNMP Card Option as should be

available

Warranty: 3 years on-site warranty

12. LaserJet Heavy-duty sheet feed LAN Printer

(a) PRINT SPEED BLACK: Normal: Up to 28 ppm

(b) FIRST PAGE OUT (READY): Black: As fast as 6.7 sec Color

(c) PRINT QUALITY BLACK (BEST): Black: Up to 1200 x 1200 dpi Color:

(d) DUTY CYCLE (MONTHLY, A4): Up to 30,000 pages

(e) RECOMMENDED MONTHLY PAGE VOLUME: 250 to 2500

(f) PRINT LANGUAGES: PCL5c; PCL6; PS; PCLm; PDF; URF; PWG

(g) DISPLAY: LED

(h) CONNECTIVITY, STANDARD: 1 Hi-Speed USB 2.0; 1 Ethernet 10/100 network

(i) NETWORK READY: Standard (built-in Ethernet, Wi-Fi 802.11b/g/n)

(j) MINIMUM SYSTEM REQUIREMENTS :

Windows® 10, 8.1, 8, 7: 32-bit or 64-bit, 2 GB available hard disk space, CD-

ROM/DVD drive or Internet connection, USB port, Internet Explorer. Windows Vista®:

(32-bit only), 2 GB available hard disk space, CD-ROM/DVD drive or Internet

connection, USB port, Internet Explorer 8. Windows® XP SP3 or higher (32-bit only):

any Intel® Pentium® II, Celeron® or 233 MHz compatible processor, 850 MB available

hard disk space, CD-ROM/DVD drive or Internet connection, USB port, Internet

Explorer 8

(k) COMPATIBLE OPERATING SYSTEMS :

Windows® 10, 8.1, 8, 7: 32-bit or 64-bit, 2 GB available hard disk space, CD-

ROM/DVD drive or Internet connection, USB port, Internet Explorer. Windows Vista®:

(32-bit only), 2 GB available hard disk space, CD-ROM/DVD drive or Internet

connection, USB port, Internet Explorer 8.

Windows® XP SP3 or higher (32-bit only): any Intel® Pentium® II, Celeron® or 233

MHz compatible processor, 850 MB available hard disk space, CD-ROM/DVD drive or

Internet connection, USB port, Internet Explorer 8.

Page 65: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 13

(l) MAXIMUM MEMORY:256 MB

(m) PAPER HANDLING OUTPUT, STANDARD:150-sheet output tray

(n) PAPER HANDLING INPUT, STANDARD:250-sheet input tray, 10-sheet priority tray

(o) MAXIMUM OUTPUT CAPACITY (SHEETS):Upto 150 Sheets

(p) DUPLEX PRINTING:Automatic (standard)

(q) MEDIA SIZES SUPPORTED:A4, A5

(r) MEDIA TYPES:Paper (laser, plain, photo, rough, vellum), envelopes, labels, cardstock,

postcards

(s) POWER:110-volt input voltage: 110 to 127 VAC (+/- 10%), 60 Hz/50 Hz, 5.4 A; 220-

volt input voltage: 220 to 240 VAC (+/- 10%), 60 Hz/50 Hz, 3.1 Ab

(t) WARRANTY: 3 Year onsite Warranty

13. Managed Switch:

a) Device Type: Full Managed Layer 3 Stackable switch

b) Ports Qty:

(i) 24x RJ45 10/100/1000Mb auto-sensing ports,

(ii) 2x SFP+ ports,

(iii)2x GbE combo media ports,

(iv) 1x hot swap expansion module bay,

(v) 2 Dedicated Stacking Ports supporting 80 Gbps ,

(vi) should be supplied with 2 x 10G SR

c) Maximum 10 G ports other than Stacking Ports:

Support 2 ports of 10 G . SFP+ and 2 ports of 1/10G base T from day one

d) Redundant Power supply:

Should have Dual Internal Field Replaceable Hot Swappable Redundant AC Power Supply

from day one

e) Interfaces supported: Sx, LX, 1000 Base t, 10G SR . 10G LR, 10 G Base T

f) Memory:

(i) CPU Memory: minimum 2GB

(ii) Flash Memory: minimum 1 GB

g) Performance:

(i) Switching Capacity: Minimum 200 GBPS.

(ii) MAC Address Table Size: 50000 MAC addresses

(iii)802.1Q V lans: 4000 802.1Q vlans

(iv) IP Routes( IPv4 / Ipv6): 16000 Routes Supported

h) Networking Features:

(i) Routing Protocol: Static routing support , RIP V1, RIPV2 , OSPF (V1, V2 andV3) ,

VRRP, BGP, IS IS from day one

(ii) IPV6 and software Defined Networking: IPv6 should be supported from day one.

Software defined networking open Flow 1.3 from day one

(iii)Switching Protocol: Ethernet

(iv) Status Indicators: Link activity, Power LED

(v) Vlans: Should support Port, Voice Vlan, PrivateVlan, GVRP

(vi) DHCP and DHCP relay:"Should support DHCP , DHCP relay"

(vii) Redundancy Protocols: Should support STP, RSTP, MSTP, MLAG/Equivalent

Page 66: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 14

(viii) Qos:Flow based Qos service, port based qos service, ACL Qos, Diffserv

i) Security Features:

(i) Should support 802.1x and Guest vlans , Port Mirroring

(ii) Should support MAC based port security by number of MAC

(iii)Should support Packet filtering at L2/L4 with flow based classification based on

source MAC address, destination MAC address, source IP (IPv4/IPv6) address,

destination IP (IPv4/IPv6) address, port, protocol, and VLAN.

j) Management Function:

Configuration:

(i) Should support CLI and SNMP v1/v2/v3 based managements

(ii) Should support Sflow or equivalent technologies

(iii)Should support LLDP

(iv) Should support management function like Ping, Telnet,

k) Miscellaneous:

(i) Authentication Method: Secure Shell (SSH), RADIUS, TACACS+

l) Power:

(i) Power Device: Power supply AC

(ii) Voltage Required: AC 110/240 V ( 50/60 Hz )

m) Certifications: FCC Class A, ROHS

n) Warranty and Support SLA: OEM warrant for 5 year 24x7 Next Business Day

14. IP based 24 port KVM switch:

24-Port rack mountable KVM Switch should have following features:

a) VGA Monitor Support in 24 Ports for Computer Access Modules,

b) Upto 4 Simultaneous Users:

(i) Local User,

(ii) Built-In KVM Extension Transmitters For Remote Users (Remote Receivers Sold

Separately),

(iii)WAN Remote User Port.

c) Should accommodate up to four simultaneous user connections, one local console, one IP

(global) and two remote users (via KVM extenders) with BIOS-level control of up to 24

multiplatform servers.

d) Should facilitate faultless video quality:

Should provides exceptionally high video performance to local, remote and global users

alike, supporting up to 1900x1440 resolutions with DDC emulation (1600x1200 on IP

links).

e) True multi-platform support:

It supports PS/2, USB and keyboard and mouse emulation ensure faultless operation.

f) PS/2 or USB keyboard and mouse control:

Any PS/2 or USB style keyboard and mouse maybe used to control the device.

g) Power control:

h) Should providing complete reboot function, series interfaces with power switches via a

dedicated RS232 port.

i) Provision for Local User to choice of PS/2 or USB keyboard and mouse control.

j) Provision for Remote User up to 300m from computer using added extenders.

Page 67: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 15

k) Should support up to 1600x1200 resolutions with scalable windows.

l) Should have Computer Access Module

m) Should have Flash upgradeability CIMs available for PS/2, USB and keyboard and mouse

support with optional audio.

n) Warranty: 3 years on-site warranty

15. Transfer of Equipment:

Provision for Transfer of equipment from existing MAP station to new Phase Station should be

carried out as and when required and instructed by Customer. This provision should include

dismantle of all system accessories (Computer CPU, LCD/LED monitor, keyboard, mouse,

printer, UPS) from existing MAP Station Office and transportation of all accessories to new MAP

Station Office and reinstallation as directed by Customer.

SCHEDULE 'A' SECTION-II Provision/supply of Skilled / Semi-skilled Manpower to Manage / Operate the total IT Infrastructure.

1. Project Manager (at HQ)

The main deliverables by Project Manager resources are as follows:

a) Dedicated telephonic / email/ on-site support for the complete Software solutions / infrastructure

b) Manage & execute within specified response time and SLA

c) Application software maintenance, Support and co-ordination with OEM / service provider(s)

d) Supporting Software engineering in Lotus Notes & DWA based software development and

Upgradation work(s) with live application

e) Supporting Website(s) management / updating/ maintenance, Support and co-ordination with OEM

/ service provider(s)

f) Responsibility includes up keeping of all equipments installed at HQ Data Centre and associated

facilities specified in SLA terms of the contract and Management & Support of all FMS

Engineers.

g) Day end status reporting regarding the software related problems.

Qualification / Experience of Project Manager:

a) Bachelor‟s Degree in Engineering / Computer Science / Information Technology/ MCA from any

UGC& AICTE recognized University with IBM Certifications / Project Management Trained /

Equivalent in any relevant discipline.

b) At least 12+ (more than Twelve) Years of work Experience in full lifecycle of Computer Data

Centre installation, Upgradation and Management.

c) At least 12+ (more than Twelve) Years of work Experience in multiple IT Projects / Facility &

Technology Management and Technology products

d) Well conversant with Hindi and English

2. Manager (Technical)(at HQ)

The main deliverables by Manager (Technical) resources are as follows:

a) Dedicated telephonic / email/ on-site support for the complete Software solutions / infrastructure

b) Manage & execute within specified response time and SLA

c) Application software maintenance, Support and co-ordination with OEM / service provider(s)

Page 68: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 16

d) Supporting Software engineering in Lotus Notes & DWA based software development and

Upgradation work(s) with live application

e) Supporting Website(s) management / updating/ maintenance, Support and co-ordination with OEM

/ service provider(s)

f) Responsibility includes up keeping of all equipments installed at HQ Data Centre and associated

facilities specified in SLA terms of the contract and Management & Support of all FMS

Engineers.

g) Day end status reporting regarding the software related problems.

Qualification / Experience of Manager (Technical):

a) Bachelor‟s Degree in Engineering / Computer Science / Information Technology/ B. Sc with IT or

equivalent or equivalent in any relevant discipline from any UGC& AICTE recognized

University

b) At least 10+ (more than Ten) Years of work Experience in full lifecycle of Computer Data Centre

installation, Upgradation and Management

c) At least 10+ (more than Ten) Years of work Experience in day-to-day operational maintenance of

Computer Data Centre

d) Well conversant with Hindi and English

3. Facility Management Engineer (Senior Level)(at HQ)

The main deliverables by Facility Management Engineer (Middle Level)resources are as follows:

a) Dedicated telephonic / email/ on-site support for the complete Software solutions / infrastructure

b) Manage & execute within specified response time and SLA

c) Application software maintenance, Support and co-ordination with OEM / service provider(s)

d) Software engineering in Lotus Notes & DWA based software development and Upgradation

work(s) with live application

e) Website(s) management / updating/ maintenance, Support and co-ordination with OEM / service

provider(s)

f) Day end status reporting regarding the software related problems.

Qualification of Facility Management Engineer (Senior Level):

h) Bachelor‟s Degree in Engineering / Computer Science / Information Technology or equivalent in

any relevant discipline from any UGC& AICTE recognized University

i) At least 06+(more than six) years of experience in full lifecycle of Computer software

engineering/day-to-day operational maintenance of existing software

j) At least 06+(more than six) years of experience in Computer software engineering in Lotus Notes

& DWA based software development and Upgradation work(s) for live application

k) Well conversant with Hindi and English

4. Facility Management Engineer (Middle Level) (at HQ)

The main deliverables by Facility Management Engineer (Middle Level) resources are as follows:

a) Dedicated telephonic / email/on-site support for the complete Customer’s IT infrastructure

b) Manage & execute within specified response time and SLA

c) Server hardware/ networking component(s) / software configuration / installation & support

d) Computer System /device(s) /System software maintenance, Support/ updating and co-ordination

with OEM / service provider(s)

e) Application software maintenance, Support and co-ordination with OEM / service provider(s)

f) Day end status reporting regarding the problems

Page 69: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 17

g) Well conversant with Hindi and English

Qualification of Facility Management Engineer (Middle Level):

a) Bachelor’s Degree in Engineering / Computer Science / Information Technology or equivalent in

any relevant discipline from any UGC& AICTE recognized University

b) At least 03+ (more than three) years of experience in Computer Hardware /operational

maintenance/ LAN/WAN Networking/ similar job

c) Well conversant with Hindi and English

5. Facility Management Executive (e-Procurement) (at HQ)

The main deliverables by Helpdesk Executive resources are as follows:

a) Dedicated telephonic / email support for the complete Customer’s IT solution

b) Manage call response time and SLA

c) Call logging, handling, monitoring and call escalation

d) Call allocation, tracking and closure

e) Day end status reporting regarding the problems

Qualification of Helpdesk Executives:

a) Bachelor’s Degree in Computer Science / Information Technology from any UGC recognized

University

b) Government Recognized Diploma / certification in Computer operation

c) At least 01+ (more than one) years of experience in managing and operating Govt. electronic

procurement portal / similar job

d) Minimum computer typing speed of forty (40) words per minute

e) Well conversant with Hindi and English

6. Helpdesk Executive (at HQ):

The main deliverables by Helpdesk Executive resources are as follows:

a) Dedicated telephonic / email support for the complete Customer’s IT solution

b) Manage call response time and SLA

c) Call logging, handling, monitoring and call escalation

d) Call allocation, tracking and closure

e) Day end status reporting regarding the problems

Qualification of Helpdesk Executives:

f) Bachelor’s Degree in any discipline from any UGC recognized University

g) Working knowledge of computers

h) At least 01+ (more than one) years of experience in Helpdesk Management / similar job

i) Well conversant with Hindi and English

7. Facility Management Executive (for Computer Operations) (at HQ):

The main deliverables by Facility Management Executive (for Computer Operations)

resources at HQ are as follows:

a) Entry of Data in application for Head Quarter b) Ensure correctness of data entered

c) Coordinate with other stations / Commands / Nodal Officer for data collection

d) Problem Logging from station / Commands

e) Problem logging from HQ

f) Storage of Files / backup media‟s etc

g) Admin activities for concerned department

Qualification of Facility Management Executive (for Computer Operations):

Page 70: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 18

a) Bachelor‟s Degree in any discipline from any UGC recognized University

b) At least 01+ (more than one) years of experience in Computer Operations / similar job with good

working knowledge of computers

c) Minimum computer typing speed of forty (40) words per minute

d) Well conversant with Hindi and English

8. Facility Management Executive (for Computer Operations) at Outstations:

The main deliverables by Facility Management Executive (for Computer Operations)

resources at Outstations are as follows:

a) Entry of Data in application for Specific Stations

b) Ensure correctness of data entered

c) Coordinate with other stations / Commands / Nodal Officer for data collection

d) Problem Logging from station / Commands

e) Problem logging from HQ

f) Basic Computer System maintenance& Support

g) Storage of Files / backup media‟s etc

h) Admin activities for concerned department

Qualification of Facility Management Executive (for Computer Operations):

a) Bachelor‟s Degree in any discipline from any UGC recognized University

b) At least 01+ (more than one) years of experience in Computer Operations / similar job with good

working knowledge of computers

c) Minimum computer typing speed of forty (40) words per minute

d) Well conversant with Hindi and English

Schedule 'A' Section-III Maintenance & Operation of Existing Infrastructure:

1. Maintenance & Operation of software (Lotus 9.0 and all it's all components):

a) Application Software Management:

Maintain, support and manage Lotus based Mail / messaging infrastructure and Application

Software (including bug fixation) at the HQ, which is the center for the entire IT project.

b) Updating of Patches:

Shall update and deploy new available Patches of Lotus Notes / Domino 9.0 and it‟s all

components in live environment during the total tenure of contract.

2. Maintenance & Operation of Existing Application:

Maintenance & Operation of Customer’s Application software developed in Lotus Notes / DWA

platform and Up gradation in workflow / forms / design/ database to latest, maintenance of all

existing installations at all new/existing MAP stations, including all accessories, equipment, and

modification required for operation as directed by Customer

a) Application Administration and fine Tuning for the Complete Environment / Solution:

(i) Should Administer the live application and Database security of the application for the

complete solution

(ii) Should fine Tune the database of the application for the complete solution

(iii) Should upgrade methodologies for the application of the complete solution.

b) The main deliverables under our Application Software Management Services are:

Page 71: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 19

i. Maintain the application developed for Customer

ii. Resolve any bugs reported after implementation

iii. Resolve operational problems encountered by users

iv. Application performance monitoring fine – tuning and optimization

v. Server Diagnosing, Problem Identification and problem Resolution (OS & Application)

vi. Pro-active disk management / Capacity planning

vii. Take care of Server Configuration changes

viii. Understand and resolve performance bottlenecks (inherent tools)

ix. login ID administration.

x. Provide Server Uptime Chart: Shutting down and bringing up the system

xi. Perform activities related to System maintenance

xii. Perform file back – up / restore /recovery as defined or instructed in the process

xiii. Take care of Virus detection and correction

xiv. Execute Preventive maintenance (Quarterly)

xv. Create/delete/modify/users & groups.

xvi. Customizing login scripts for groups.

xvii. Recoverability – Creating and testing Backups

xviii. Availability – Ensuring maximum uptime

xix. Performance – Ensuring maximum performance given budgetary constraints

xx. Development and testing support – Helping programmers and engineers to efficiently

utilize the database.

xxi. Enrolling users and maintaining system security

c) Ensuring compliance with OEM license agreement

d) Controlling and monitoring users access to the database

e) Monitoring and optimizing the performance of the database

f) Planning for backup and recovery of database information

g) Maintaining archived data on tape

h) Contacting and co-ordination with OEM Corporation for technical support

Refer Technical Specification for details. Application Support during total tenure of the contract is also

part of it. Maintenance activities will be performed for 36 Months or total tenure of the contract.

3. Maintenance - operation of existing website:

Maintenance - operation and day-to-day updation of existing customers website hosted at NIC server

and co-ordination with NIC and supporting agencies. Maintenance activities including addition

/deletion of new pages, updation of new web pages will be performed for 36 Months or total tenure of

the contract.

4. Maintenance & Operation of Existing Desktop Computers at HQ:

Maintenance and operation of existing Desktop Computers installed at HQ during total tenure of the

contract including periodic preventive maintenance and repairs / replacement of defective accessories

of all kinds whenever required as per technical specification(s) specified including all accessories,

equipment‟s, modification(s) etc required for operation as directed by Customer. Refer Technical

Specification for details. Support for operating system and desktop applications (MS office

components (MS Word, MS excel, MS Power Point), WinZip, internet explorer) during total tenure

of the contract Maintenance activities will be performed for 36 Months or total tenure of the contract.

5. Maintenance & Operation of Existing Desktop Computers at Outstations:

Page 72: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |S- 20

Maintenance and operation of existing Desktop Computers installed at at HQ during total tenure of

the contract including periodic preventive maintenance and repairs / replacement of defective

accessories of all kinds whenever required as per technical specification(s) specified including all

accessories, equipments, modification(s) etc required for operation as directed by Customer. Refer

Technical Specification for details. Support for operating system and desktop applications (MS office

components (MS Word, MS excel, MS Power Point), winzip, internet explorer) during total tenure of

the contract. Maintenance activities will be performed for 36 Months or total tenure of the contract.

6. Maintenance and operation of existing LaserJet Printers at HQ:

Maintenance and operation of existing Laserjet Printers installed at Headquarters during total tenure

of the contract including periodic preventive maintenance and repairs / replacement of defective

accessories of all kinds (except printer cartridges) whenever required as per technical specification(s)

specified including all accessories, equipments, modification(s) etc required for operation as directed

by Customer. Refer Technical Specification for details. Maintenance activities will be performed for

36 Months or total tenure of the contract.

7. Maintenance and operation of existing LaserJet Printers at Outstations:

Maintenance and operation of existing Laserjet Printers installed at Outstations during total tenure of

the contract including periodic preventive maintenance and repairs / replacement of defective

accessories of all kinds (except printer cartridges) whenever required as per technical specification(s)

specified including all accessories, equipments, modification(s) etc required for operation as directed

by customer. Refer Technical Specification for details. Maintenance activities will be performed for

36 Months or total tenure of the contract.

8. Maintenance and operation of existing Local Area Network (LAN) at Head Quarter:

Maintenance and operation of existing Ethernet based and optical fiber cable (OFC) based Local Area

Network (LAN) installed at Headquarter during total tenure of the contract including periodic

preventive maintenance and repairs / replacement of defective accessories of all kinds such as RJ

cable, I/O boxes, RJ45 connectors, switches, splitters, repeaters, etc whenever required as per

technical specification(s) specified including all accessories, equipment‟s, modification(s) etc

required for operation as directed by Customer. Refer Technical Specification for details.

Maintenance activities will be performed for 36 Months or total tenure of the contract.

9. Maintenance operation of existing Video conferencing network at HQ:

Maintenance and day-to-day operation of existing Video conferencing network at HQ (excluding

OEM support for components like lenses, VDU unit/devices and video conferencing software) and-

ordination with OEM etc required for operation as directed by Customer. Maintenance activities will

be performed for 36 months or total tenure of the contract.

10. Maintenance – operation of existing Leased Line Internet connectivity:

Maintenance - operation and day-to-day co-ordination with Service Provider MTNL for existing OFC

based Leased Line internet circuit connectivity terminated at HQ Data Centre. The scope of work

includes management of Internet connectivity, up-gradation related support and co-ordination work of

internet bandwidth and splitting up of Internet raw bandwidth on demand (as per recent guidelines of

MES). The internet connectivity has inbound data traffic from Outstations who are accessing servers

and applications at Data Centre, HQ also outbound internet users at HQ. Maintenance activities will

be performed for 36 Months or total tenure of the contract.

Page 73: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zona Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |T- 1

Annexure-T

Terms of Reference: \

Physical Verification of the Work:

ITI’s authorized representative may visit the sites/project- locations to do physical verification

of the work carried out by the vendor/SIA.

Payment:

The final payment shall be made on the basis of the actual Measurements/Receipts of goods by

ITI’s end customer.

ITI Limited shall ensure that the SIA is paid towards the invoices against each mile stone of the

project in time. The payment shall be made to the vendor within one week after submission of

the invoice, if the work is satisfactory. In case of non-satisfaction, the observations shall be

intimated within one week. In general the payment to the SAI shall be governed by the legal

agreement to be signed with the SAI in due course of time.

Mobilization Advance:

The mobilization advance to the SIA may be considered by ITI Limited under exceptional

conditions (after observing CVC Guidelines for the same). However the same should not be

taken as a right by the bidder.

Time for Completion:

One month from the date of agreement. Timelines can be extended in case of unforeseen

circumstances; SIA will submit progress report before submitting next request for releasing

fund as per schedule.

Delay in the Project:

In case of delay without sufficient cause in above activities ITI Limited will be empowered to

deduct payment maximum at the rate 0.1% for a period of 2 weeks delay. In case of delay of

more than 03 weeks; deduction will be applicable only for that period for which SIA is liable

and it shall not be more than 2%.

Tax Deposition by the SIA:

The Vendor/SIA shall deposit all the applicable Taxes w.r.t the work order for the intended

activity.

Performance Guarantee:

The SIA shall furnish a Bank Guarantee /FDR amounting to 5% value of the Work-order

having initial validity for 39 months from the date of signing of the agreement to ITI Limited.

The Guarantee will be required to be submitted at the time of signing the agreement. In case the

end-client increases or decreases the PBG or Warranty Bond amount, the PBG/Warranty Bond

of same value will have to be submitted.

Page 74: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zona Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |T- 2

The proceeds of Performance Guarantee shall be payable to ITI as compensation for any loss

resulting from The SIA’s failure to complete its obligation under the contract.

Without prejudice to its rights of any other remedy, ITI shall en-cash the Performance Security

Bond in case of any breach in terms & conditions of the agreement or in case of failure to

rollout the services as per the agreed schedule & parameters or failure to comply with the

content related laws including on part of the SI.

The performance security Bond will be discharged by ITI after completion of the SIA’s

performance obligations under the contract.

Force- Majeure:

If at any time, during the continuance of the agreement, the performance of any

Obligation, in whole or in part, by either party is prevented or delayed, by reason of war, or

Hostility, acts of the public enemy, civic commotion, sabotage, Act of State or direction

From Statutory Authority, explosion, epidemic, quarantine restriction, strikes, fire,

Floods, natural calamities or any act of God, neither party shall, by reason of such event, be

entitled to terminate the agreement, nor shall either party have any such claims for Damages

against the other, in respect of such non-performance or delay in performance provided.

…………………….

Page 75: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |U- 1

Annexure-U

Format for Non-Black-Listing

(To be furnished on the Bidder company’s Letter-Head)

Undertaking for Non Black-listing

Certified that We M/s have not been ‘Black-listed’ by any Government

Department / organizations, in the last 5 years for defective /deficient service or any such

reason related to Business Conduct.

It is also declared that none of the Consortium member has been declared as “Black-listed” by

any Government entity in the last 5 years.

Signatures of the Bidder

Page 76: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 1

Annexure-W

SCOPE OF THE CONTRACTOR

The broad of work for the vendor company would include

1.1 Procure and supply IT components based on the specifications and quantities mentioned

in the RFP, and undertake all necessary works related to installation of all the

Components and maintenance for the ITI’S END CUSTOMER’s automation, fulfilling

the scalability and high availability requirements.

1.2 Maintenance of client server based application.

1.3Provide 3 (three) years On – site Comprehensive Warranty, Maintenance of various

equipments and components already exists and new equipments supplied and

commissioned with a provision of on – site spares and resident engineer (s)

1.4To undertake helpdesk and call management activities.

1.5To undertake server administration database administration e-mail administration, anti –

virus administration, backup management, security management and access control

activities for a period of 3 years.

1.6Provide operation and maintenance services for a period of 3 years.

1.7Provide Training

1.8Scope of Services

a) Maintenance of the Automated Project Management processes

b) Maintenance and Upgradation of existing IT infrastructure

c) Maintenance of centralized information database

d) Flow of information across all the stations, levels of hierarchy of Customer

e) Building up ITI’S END CUSTOMERMIS

1.10 Facility Management: Vendor shall manage the entire operations based on Service level

Agreement. It will cover the following:-

a) Application software: Bug fixing, minor enhancements and performance tuning of the existing

application software Modules and ITI’S END CUSTOMER’s website.

Page 77: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 2

b) System Software: Version upgrades, updates, fixes/ patches and service packs will be provided

released by the vendor.

c) Hardware and Networking: Trouble shooting and maintenance of hardware and network

infrastructure.

d) Technical support and handholding; - Provide manpower on site and off site for supporting the

usability of the existing IT Infrastructure.

e) ITI’S END CUSTOMERHQ and ITI’S END CUSTOMER Outstations the data shall be

uploaded to central server through internet connectivity.

f) Each station of ITI’S END CUSTOMER has a standalone computer with internet connectivity;

LAN connectivity is only available at central at location of Customer.

1.11 Area of FMS at ITI’S END CUSTOMER HQ

a) Asset Management

b) System Administration

c) Network Management

d) Data backup management

e) System Software Management

f) ITI’S END CUSTOMERWebsite Management

g) ITI’S END CUSTOMERe-Procurement Portal Administration

h) Application Software management

All Resources to be deployed at head Quarter and MAP Outstations as per Schedule for facility

management

1.12Asset Management

a) IT Assets management at HQ, which is the central Data centre for the entire IT Project

b) IT Assets management at the sites

c) Asset management shall include maintenance of;

Hardware inventories

Software inventories

Page 78: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 3

Printer inventories

Network components

1.13System Administration

System Administration at the ITI’S END CUSTOMERQ, which shall be maintaining the

system administration of the central Data centre. The data Centre manages the data of all the

operational sites. The key professional requirement would be lotus Domino server

Administrator, Windows Administrator, Oracle Data base administrator etc.

System administrator‟s responsibilities might include:

IT Asset Management including responsibility for documenting the configuration of the systems.

Proactive server disk management/capacity planning.

Routine performance monitoring and funning.

Understanding performance bottlenecks.

Keeping network connectivity up and running.

Backup and Recovery responsibility.

Applying operating system updates and configuration changes.

Installing and configuring new hardware and software.

User management e.g adding removing or updating user account information resetting

passwords, etc.

Coordination with service providers to maintain the link uptime.

Responsibility for security. Adherence to security policy implemented.

Troubleshooting reported problems within stipulated time.(as agreed in SLA).

Preventive Maintenance.

Answering technical queries.

1.14Network Management

a) Maintain and support Network management at the ITI’S END CUSTOMER HQ, which is the

central Data centre for the entire IT Project. All the sites would be connected to the ITI’S END

CUSTOMER HQ.

Page 79: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 4

b) Maintain and support network management at the operational sites.

c) Troubleshooting and support Network equipments

d) Maintaining proper Bandwidth utilization

e) Performance management and reporting for entire infrastructure

The main deliverables under our Network Management Services are:

a) Ensure complete connectivity of the ITI’S END CUSTOMERLAN / users with their respective

network / networks.

b) Define Technical requirements

c) Handling activity related t troubleshooting of connectivity related problems.

d) Identifying and troubleshooting physical (NIC UTP or the type of media Cabling at Custor’s

connectivity problems at the desktop 9user) as well as at the Hub/Switch / Router ends i.e

giving point –to –point Network connectivity solution.

e) Identifying and troubleshooting of defective ports on the Hub/Switch/Router.

f) Ensure availability of print services to users including loading drivers. Client configuration to

make network printers available to users.

g) User ID management

h) Performance Measurement and reporting for entire infrastructure

i) Bandwidth Utilization Report for LAN/WAN

j) Group Management

k) Patch Panel Management

l) Hubs / Switches Management Router management and Security Products maintenance,

Adherence and up gradation of Security policy implemented.

m) Weekly / monthly Reports

n) Support, maintenance and Uptime for the Core Switch, Edge Switch Routers, Firewalls, IP based

video Conferencing, Internet Access, Remote Access Server, Touch Screens, Wireless LAN,

Enterprise management System and the converged network with integrated Voice, Video and

Data.

o) Co-ordinate with service provides of WAN link to maintain the up time.

Page 80: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 5

p) Call logging with the respective third party vendor after identification of the problem.

q) WAN links – leased line, ISDN, RF and MODEM Management

r) Service Levels defined under “Proposed Service Levels” heading.

1.15Data Backup Management

For ITI’S END CUSTOMER the backup location will be at HQ and the data the should be

stored using a type. The key attributes of the Data backup management will be as follows;

a) Vendor will provide an elaborate Backup and recovery guidelines to guide the system

administrator to restore the system in the event of a system crash. A separate process will be

evolved for ensuring disaster recovery mechanism.

b) All run time job information will be stored in the form of audit trail. The audit trails for the

database recovery from the audit trail will be developed.

c) Transaction logging (to protect data that are entered since the last back up)

d) Centralized data backup and restores

e) Managed data archiving and retrieval

1.16System Software Management

a) Maintain and support System software management at the ITI’S END CUSTOMER HQ, which

is the central Data centre for the entire IT Project. VENDOR shall also from time to time

upgrade System software at the ITI’S END CUSTOMER HQ.

b) Maintain and support System software management at the sites. VENDOR shall also from time

upgrade the System software at the ITI’S END CUSTOMER HQ.

c) Manage upgrades and patches of the system software at HQ as well as at the sites

d) Performance tuning of the system software at HQ as well as at the sites.

e) Load balancing of the system software at HQ as well as at the sites

1.17Application Software Management

a) Maintain and support Application Software management at the ITI’S END CUSTOMER HQ,

which is the centre for the entire IT project. Vendor shall also do bug fixation.

b) Maintain and support Application Software management at the sites. VENDOR shall also

VENDOR shall also do bug fixation.

Page 81: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 6

c) Logs and Audit trails of the application for the complete solution

d) Application and Database security of the application for the complete solution

e) Application fine Tuning for the complete solution

f) Database fine Tuning of the application for the complete solution

g) upgrade methodologies for the application of the complete solution

1.18The main deliverables under our Application Software Management Services are: -

a) Maintain the application developed for DGMAP

b) Resolve any bugs reported after implementation

l) c) Resolve operational problems encountered by users

m) d) Application performance monitoring fine – tuning and optimization

n) e) Server Diagnosing, Problem Identification and problem Resolution

o) f) Pro-active disk management / Capacity planning

p) g) Server Configuration changes

q) h) Understanding performance bottlenecks (inherent tools)

i) login ID administration.

j) Provide Server Uptime Chart

k) Printer management & server software support.

l) Shutting down and bringing up the system

m) Activities related to System maintenance

n) Perform file back – up /recovery as defined in the process

o) Virus detection and correction

p) Updates and upgrades

q) Preventive maintenance (Quarterly)

r) Create/delete/modify/users & groups.

s) Customizing login scripts for groups.

Page 82: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 7

1.20The main deliverables under our ITI’S END CUSTOMERHQ facility management

services are:-

a) Providing a single point of contact to ITI’S END CUSTOMER’ users at HQ / Commands /

Stations

b) Ensure the availability of system to ITI’S END CUSTOMER’s users through his team of

Engineers.

c) Ensure MIS reports to be generated for management

d) Interface between the Users & Facility management Team

e) Ensure timely receipt of data from commands / station.

f) Ensure regular backup of data by team

g) Spearhead Changes management Process if any

h) Notify users of system availability

i) Call allocation or referral to appropriate technical personnel or agency

j) Call tracking and closure

k) Problem escalation in case of service levels not adhered to

l) License management with vendors

1.21 Data Entry Operation

The main deliverables by resources are as follows:-

a) Entry of Data in application for Head Quarter EDp Centre

b) Ensure correctness of data entered

c) Coordinate with other stations / Commands for data collection

d) Problem Logging from station / Commands

e) Problem logging from HQ

f) Storage of Files / backup media‟s etc

g) Admin activities for EDP department

1.22Area of FMS at ITI’S END CUSTOMER’s Stations

The main deliverables by resources are as follows:-

a) Manage the entire site data requirement

Page 83: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

Bidder’s Signatures and Stamp

This RFP Document has been published in the

Month of June 2020 by ITI Limited New Delhi.

The document is meant for prospective Bidders /

System Integrators / Business Associates, ITI

Limited’s Customer and ITI Limited only.

P a g e |W- 8

b) Maintain the deployed application

c) Generating the MIS reports for Command / station

d) Coordinate with Headquarters for data uploading

e) Backup & Recovery Responsibility

f) System Availability & maintenance of link

g) Coordinate with vendors for maximum system availability

1.23Data Entry Operation

The main deliverables by resources are as follows:-

a) Entry of Data in application for command / station

b) Ensure correctness of data entered

c) Coordinate with other HQ for data upload.

1.24Help Desk Management

Maintenance support will involve the final activities of help desk management located at the centre.

a) Dedicated on – site support for the complete ITI’S END CUSTOMERIT solution

b) 48 hrs response time

c) Call logging, handling, monitoring and call escalation

d) Call allocation, tracking and closure

e) Status reports regarding the problems

The vendor should deploy a project Manager to look after the activities and smooth functioning

of the entire project.

1.25Training of Users

Training is a major requirement for successful implementation of the automation and

consequently, improving the overall efficiency of organization. The procedures for developing

the training plan, preparing training courseware and evaluating the training is presented in the

following sub sections.

Page 84: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/ Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP/Tender Document has been published

in the Month of June 2020 by ITI Limited New

Delhi. The document is meant for prospective

Bidders / Vendors/ ITI’s Customer and ITI

Limited only.

Bidder’s Signatures and Stamp

P a g e | Z-1

Annexure-Z

E-tendering Instructions to Bidders:

Submission of Bids shall be only through online process which is mandatory for this Tender.

1. Tender Bidding Methodology: Sealed Bid System – ‘Single Stage – Two bids i.e., Technical and Financial Bids shall be

submitted by the bidder at the same time on the portal.

2. Broad outlines of the activities from Bidders prospective: 1 Procure a Digital Signing Certificate (DSC)

2 Register on Electronic Tendering System® (ETS)

3 Create Users and assign roles on ETS

4 View Notice Inviting Tender (NIT) on ETS

5 Download Official Copy of Tender Documents from ETS

6 Clarification to Tender Documents on ETS 6.1) Query to ITI LTD (Optional)

6.2) View response to queries posted by ITI LTD, as an addenda/corrigendum.

7 Bid Submission on ETS

8 Attend Public Online Tender Opening Event on ETS Opening of Technical/Financial Part

9 View Post-TOE Clarification posted by ITI LTD on ETS (Optional) Respond to ITI LTD’s

Post-TOE queries.

For participating in this tender online, the following instructions need to be read carefully. These

instructions are supplemented with more detailed guidelines on the relevant screens of the ETS.

Note 1:

It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a

separate folder on your computer before starting online submission. BOQ (Excel Format) may be

downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on

your computer.

Note 2:

While uploading the documents, it should be ensured that the file name should be the name of the

document itself.

3. Digital Certificates: For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant

with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred

to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority

(CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4. Registration: Tender document can be downloaded from the website: https://itiltd.euniwizarde.com/ and

to be submitted in the e-format as well as by post (Technical Bid). Cost of Tender Document

(in the form of DD/Cash receipt/RTGS receipt) and Bid Security (in the form of DD/Cash

receipt/RTGS receipt in original).

Power of Attorney in original along with the hard copies of all documents which are uploaded

in the e –tender portal to be submitted to Chief Manager (Marketing) ITI Ltd New Delhi.

ITI LTD has decided to use process of e-tendering for inviting this tender and thus the

physical copy of the tender would not be sold.

Page 85: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/ Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP/Tender Document has been published

in the Month of June 2020 by ITI Limited New

Delhi. The document is meant for prospective

Bidders / Vendors/ ITI’s Customer and ITI

Limited only.

Bidder’s Signatures and Stamp

P a g e | Z-2

5. Offline Submission of Eligibility Certifying Documents: The bidder is requested to submit the all the documents related to eligibility (originals) offline

to Chief Manager (Marketing) ITI Ltd New Delhi.

6. Special Note on Security of Bids: Security related functionality has been rigorously implemented in ETS in a multi-dimensional

manner. Starting with 'Acceptance of Registration by the Service Provider', provision for

security has been made at various stages in Electronic Tender's software. Specifically for Bid

Submission, some security related aspects are outlined below:

As part of the Electronic Encrypt functionality, the contents of both the ‘Electronic Forms’ and

the ‘Main-Bid’ are securely encrypted using a Pass-phrase created by the server itself.

The Pass phrase is more difficult to break. This method of bid-encryption does not have the

security and data-integrity related vulnerabilities which are inherent in e-tendering systems

which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-

encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender

Opening Event (TOE), even if there is connivance between the concerned tender-opening

officers of the Buyer organization and the personnel of e-tendering service provider.

7. Public Online Tender Opening Event (TOE): ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening

Officers as well as authorized representatives of bidders can attend the Public Online Tender

Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of

bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and

Wireless Connectivity to Internet.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event

(TOE)’ has been implemented on ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the

bidder himself (during the TOE itself), salient points of the Bids are simultaneously made

available for downloading by all participating bidders. The work of taking notes during a manual

‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public

Online Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each

online bid is opened. The format of the chart is based on inputs provided by the Buyer for each

Tender. The information in the Comparison Chart is based on the data submitted by the Bidders

in electronic forms. A detailed Technical and/ or Financial Comparison Chart enhance

Transparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event

(TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is

available to all participating bidders for ‘Viewing/ Downloading’.

There are many more facilities and features on ETS. For a particular tender, the screens viewed

by a Supplier will depend upon the options selected by the concerned Buyer.

8. Other Instructions: For further instructions, the vendor should visit the home page of the portal

(https://itiltd.euniwizarde.com/).

Important Note:

Page 86: Short Term Request for Proposal (RFP) cum Expression of ...tenders.itiltd.in/assets_admin/dist/img/tendor/20567876RFPDocument.pdfShri Dharmendra Kumar AEE (M&P) 09811373081, 011-23317195

Zonal Office Delhi

ITI’s RFP/ Tender Reference: ITI/MSP/NZ/2K20/IT/RFP/FM&AUTOMATION Dated: 19th Jun 2020

This RFP/Tender Document has been published

in the Month of June 2020 by ITI Limited New

Delhi. The document is meant for prospective

Bidders / Vendors/ ITI’s Customer and ITI

Limited only.

Bidder’s Signatures and Stamp

P a g e | Z-3

It is strongly recommended that all authorized users of Supplier organizations should thoroughly

peruse the information provided under the relevant links, and take appropriate action. This will

prevent hiccups, and minimize teething problems during the use of ETS.

The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:

a) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender

submission deadline on ETS

b) Register your organization on ETS well in advance of your first tender submission deadline on

ETS

c) Get your organization’s concerned executives trained on ETS well in advance of your first

tender submission deadline on ETS

d) Submit your bids well in advance of tender submission deadline on ETS (There could be last

minute problems due to internet timeout, breakdown, etc While the first three instructions

mentioned above are especially relevant to first-time users of ETS, the fourth instruction is

relevant at all times.

9. Minimum Requirements at Bidders end: Computer System with good configuration and OS, High Speed Broadband connectivity,

Internet Browser and Digital Certificate(s)