+ All Categories
Home > Documents > Information Technology Department - Tirumala · Information Technology Department ... Terms and...

Information Technology Department - Tirumala · Information Technology Department ... Terms and...

Date post: 01-Sep-2018
Category:
Upload: trinhdan
View: 219 times
Download: 0 times
Share this document with a friend
29
Information Technology Department Tirumala Tirupati Devasthanams:: Tirupati e-Tendering STANDARD BID DOCUMENT
Transcript
Page 1: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Information Technology

Department

Tirumala Tirupati Devasthanams:: Tirupati

e-Tendering

STANDARD BID DOCUMENT

Page 2: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

I N D E X

NO DETAILS Page No.

1. NOTICE INVITING TENDER (NIT)

2 ELIGIBILITY CRITERIA

3. INSTRUCTIONS TO BIDDERS.

3.1 Procedure for bid submission

3.2 General Instructions

3.3 Tender Document

3.4 Preparation of Tenders

3.5 Submission of Tenders

3.6 Tender Opening and Evaluation.

3.7 Award of Contract.

4. Terms and Conditions of Contract

5. General (Commercial) Conditions of Contract

6 Scope of work

7 Payment

8 Annexure

Annexure – I : Checklist to Accompany the Tender

9 SCHEDULE-A (PRICE BID)

Page 3: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

TIRUMALA TIRUPATI DEVASTHANAMS

INFORMATION TECHNOLOGY DEPARTMENT

*** *** ***

1. NOTICE INVITING TENDERS (NIT)

1. DEPARTMENT NAME : IT Department

2. CIRCLE : IT, TTD, TIRUPATI

3. NIT NUMBER : 06/EDPM/TTD/Tpt/2015-16

4. NAME OF WORK : Engaging Cloud Service provider

for hosting TTD websites

5. ESTIMATE CONTRACT VALUE : Open tender

6. PERIOD OF COMPLETION : One year

7. FORM OF CONTRACT AND CLASS OF

CONTRACT : Item wise

8. BIDDING TYPE : Open tender

9. BID CALL NO. : 1st call

10. TYPE OF QUOTATION : Item wise

11. TRANSACTION FEE PAYABLE TO The

M.D, APTS, Hyderabad : Will be generated while bidding

and accordingly the Bidder has to

pay

12. PROCESSING FEE : -----------

13. PROCESSING FEE DD PAYABLE TO : -----------

14. EMD/BID SECURITY : Rs.50,000/-

15. EMD/BID SECURITY DD PAYABLE

TO : E.O., TTD, Tirupati.

16. BID DOCUMENT DOWNLOADING

START DATE : 03.02.2016 from 4.00 P.M.

17. BID DOCUMENT DOWNLOADING

END DATE : 17.02.2016 upto 1.00 P.M.

18. LAST DATE AND TIME FOR RECEIPT

OF BIDS : 17.02.2016 upto 3.00 P.M.

19. BID VALIDITY : 3 months

20. PRE QUALIFICATION/TECHNICAL

BID OPENING DATE : 17.02.2016 at 4.00 P.M.

21. COMMERCIAL BID OPENING DATE : 19.02.2016 at 5.00 P.M.

22. OFFICER INVITING BIDS : EDP Manager, TTD, Tirupati

23. BID OPENING AUTHORITY HOD, EDPM, TTD,Tirupati

24 ADDRESS Office of the EDP Manager

R.No.106,2nd

floor TTD Admn

Building KTRoad Tirupati Chittoor

dt AP India

25 CONTACT DETAILS 0877-2264544

26 e-mail [email protected]

Page 4: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

TIRUMALA TIRUPATI DEVASTHANAMS, TIRUPATI

2. ELIGIBILITY CRITERIA:

The bidder shall fulfill the eligible criteria for participation in the tender and the

tender will be evaluated adhering to the following mandatory eligible criteria:

2.1 The bidder should be a Company registered under the Indian Companies Act,

1956 since last five years as on date of tender and comply with Govt.IT Act 2000

and amendments thereof as defined. Relevant certificates shall be provided.

2.2 The bidder should have a turnover of at least Rs.100.00 Crores in three

consecutive financial years i.e., 2012-13, 2013-14 and 2014-15. Audited Balance

Sheet & profit and loss account should be submitted for all the Three Years in

support of the same.

2.3 The bidder should have executed at least two works on cloud services each with a

value minimum of Rs.50.00 Lakhs per annum in any State / Central Government

organizations / PSUs in India in preceding 3 years. The successful performance

/satisfaction certificates issued by such organizations along with purchase order

attested copies are to be attached for at least two works.

2.4 The bidder should be featured in Gartner’s Magic Quadrant for the last 2 years

minimum and supporting documents shall be provided.

2.5 The bidders should host the cloud services from owned Data Centres in India only

certified by TIA 942 at Tier III or above.

2.6 The bidder should not be a reseller/ channel partner declaration certificate shall be

enclosed.

2.7 The bidder should have IaaS/PaaS Public Cloud grids in two or more IDCs in

different seismic zones. Cloud grids should be hosted in India and operational

from past 3 years. Supporting documents for the same shall be provided.

2.8 The bidder should have the necessary security Managements and certified for ISO

27001. Relevant certificates shall be provided.

2.9 The NOC should be part of Data Centres and the managed services quality should

be certified for ISO 20000:1. Relevant certificates shall be provided.

2.10 The bidder should be certified for ISO 22301: Business Availability and Disaster

Recovery. Relevant certificates shall be provided.

2.11 The bidder shall provide service assurance and effectiveness of Managements as

per SSAE 16 guidelines and provide SSAE 3402 certifications and minimum SOC

2 level.

2.12 EMD in the form of Demand Draft in favour of Executive Officer, T.T.D, Payable

at Tirupati for Rs.50,000/-.

2.13 The bidder has to submit declaration duly stating that they have not been black-

listed in the past by any institution/ organization on non-Judicial stamp paper

purchased by the bidder as per prevailing rates under the stamp act.

Page 5: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

2.14 The bidder should furnish copy of Permanent Account Number (PAN) card

2.15 The bidder must have and submit the attested Xerox copy of CST/VAT

registration certificate.

2.16 The bidder shall submit SLA for the service along with the tender.

3.0 Instruction to Bidders:

3.1 Procedure for bid submission:

3.1.1 The bidder shall submit his response through Bid submission to the tender on e-

Procurement platform at www.eprocurement.gov.in by following the procedure given

below. The bidder would be required to register on the e-procurement market place

www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids

online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders

published in e-procurement platform.

3.1.2 The bidders shall submit their eligibility and qualification details, Technical bid, Financial

bid etc., in the online standard formats displayed in e-Procurement web site. The bidders

shall upload the scanned copies of all the relevant certificates, documents etc., in support of

their eligibility criteria/technical bids and other certificate/documents in the e-Procurement

web site. The bidder shall sign on the statements, documents, certificates, uploaded by him,

owning responsibility for their correctness/authenticity. The bidder shall attach all the

required documents for the specific tender after uploading the same during the bid

submission as per the tender notice and bid document.

3.1.3 Registration with e-Procurement platform: For registration and online bid submission

bidders may contact HELP DESK of M/s APTS, www.eprocurement.gov.in or

https://tender.eprocurement.gov.in.

3.1.4 Digital Certificate authentication: The bidder shall authenticate the bid with his Digital

Certificate for submitting the bid electronically on e-Procurement platform and the bids not

authenticated by digital certificate of the bidder will not be accepted on the e-Procurement

platform.

For obtaining Digital Signature Certificate, you may please Contact: Andhra

Pradesh Technology Services Limited, BRKR Bhavan, B-Block, Tankbund Road,

Hyderabad-500022. Phone: +91-40-23220305, Fax: +91-40-23228057

(OR)

You may please Contact Registration Authorities of any Certifying Authorities in

India. The list of CAs are available by clicking the link

"https://tender.eprocurement.gov.in/DigitalCertificate/signature.html".

3.1.5 Hard copies:

i) Vide ref. G.O.Ms.No.174, I&CAD dept dated:1-9-2008, submission of original

hard copies of the uploaded scanned copies of DD/BG towards EMD by

participating bidders to the tender inviting authority before the opening of the

price bid is dispensed forthwith.

Page 6: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

ii) All the bidders shall invariably upload the scanned copies of DD/BG in e-

Procurement system and this will be the primary requirement to consider the bid

responsive.

iii) The department shall carry out the technical evaluation solely based on the

uploaded certificates/documents, DD/BG towards EMD in the e-Procurement

system and open the price bids of the responsive bidders.

iv) The department will notify the successful bidder for submission of original

hardcopies of all the uploaded documents, DD/BG towards EMD prior to entering

into agreement.

v) The successful bidder shall invariably furnish the original DD/BG towards EMD,

Certificates/Documents of the uploaded scan copies to the Tender Inviting

Authority before entering into agreement, either personally or through courier or

post and the receipt of the same within the stipulated date shall be the

responsibility of the successful bidder. The department will not take any

responsibility for any delay in receipt/non-receipt of original DD/BG towards

EMD, Certificates/Documents from the successful bidder before the stipulated

time. On receipt of documents, the department shall ensure the genuinity of the

DD/BG towards EMD and all other certificates/documents uploaded by the bidder

in e-Procurement system. In support of the qualification criteria before concluding

the agreement.

3.1.6 The GO. Ms. No. 174 -I&CAD dated: 1-9-2008 Deactivation of Bidders

If any successful bidder fails to submit the original hard copies of uploaded

certificates/documents, DD/BG towards EMD within stipulated time or if any variation is

noticed between the uploaded documents and the hardcopies submitted by the bidder, as

the successful bidder will be suspended from participating in the tenders on e-Procurement

platform for a period of 3 years. The e-Procurement system would deactivate the user ID of

such defaulting bidder based on the trigger/recommendation by the Tender Inviting

Authority in the system. Besides this, the department shall invoke all processes of law

including criminal prosecution of such defaulting bidder as an act of extreme deterrence to

avoid delays in the tender process for execution of the development schemes taken up by

the government. Other conditions as per tender document are applicable.

The bidder is requested to get a confirmed acknowledgement from the Tender Inviting

Authority a proof of Hardcopies submission to avoid any discrepancy.

3.1.7 Payment of Transaction Fee:

It is mandatory for all the participant bidders from 1st January 2006 to electronically

pay a Non-refundable Transaction fee to M/s. APTS, the service provider through

"Payment Gateway Service on E-Procurement platform". The Electronic Payment

Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct

Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the

transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006. A service tax

of 10.30% + Bank Charges for Credit Card Transaction of 2.09%(inclusive of service

tax) on the transaction amount payable to APTS shall be applicable.

Page 7: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.1.8 Corpus Fund:

As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated

contract value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with

ECV upto Rs.50 crores and Rs.25,000/- (Rupees twenty five thousand only) for

works with ECV above Rs.50 crores, from successful bidders on e-Procurement

platform before entering into agreement / issue of purchase orders, towards e-

procurement fund in favour of Managing Director, APTS. There shall not be any

charge towards e-Procurement fund in case of works, goods and services with ECV

less than and upto Rs. 10 lakhs.

3.1.9 Tender Document:

The bidder is requested to download the tender document and read all the terms and

conditions mentioned in the tender Document and seek clarification if any from the

Tender Inviting Authority. Any offline bid submission clause in the tender document

could be neglected.

The bidder has to keep track of any changes by viewing the Addendum/Corrigenda

issued by the Tender Inviting Authority on time-to- time basis in the E-Procurement

platform. The Department calling for tenders shall not be responsible for any

claims/problems arising out of this.

3.1.10 Bid Submission Acknowledgement:

The bidder shall complete all the processes and steps required for Bid submission.

The system will generate an acknowledgement with a unique bid submission number

after completing all the prescribed steps and processes by the bidder. Users may also

note that the bids for which an acknowledgement is not generated by the e-

procurement system are treated as invalid or not saved in the system. Such invalid

bids are not made available to the Tender Inviting Authority for processing the bids.

The Government of AP and M/s APTS is not responsible for incomplete bid

submission by users.

3.1.11 Submission of Tenders offline is not considered and will be summarily rejected.

3.1.12 If the lowest bidder backs out at the time of agreement, penalty of forfeiture of EMD

will be imposed and business of the firm will be suspended for one year with all the

Departments in A.P in respect of conventional tenders also vide G.O. Ms. No. 259 of

T, R&B (R.V) dept., dt. 6.9.2008.

3.2 GENERAL INSTRUCTIONS

Name of work: Hosting of www.ttdsevaonline.com website on cloud based model

a) ECV put to tender. Open tender

b) Period of completion. One year

3.2.1.1 The EDP Manager, TTD, Tirupati, invites tenders for the above work vide

Adv.No.01/D1/1601/EDPM/TTD/Tpt/2016. Online bids for the above work

will be received from the Tier-III data centers. The eligible bidders shall

submit bids online on www.eprocurement.gov.in before the date and time

stipulated in Notice Inviting Tender [NIT]. The online bids will be opened by the

HOD, EDPM, TTD or his nominee at his office, on the dates mentioned in NIT.

If the office happens to be closed on the dates, the opening of tenders gets

Page 8: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

automatically postponed to the next working date, the time being unaltered, unless

extended by a notification published in News papers or through Amendment on

TTD’s Web site i.e. www.tirumala.org.

3.2.1.2 The successful bidder is expected to complete the work within the time period

specified in the NIT. The bidder shall furnish all the document proofs as specified

in Check-list.

3.2.2 Qualification/Disqualification of the Bidder:

3.2.2.1 The bidder must fulfill the eligibility criteria prescribed in the bidder

with all the supporting documents as per the eligibility criteria. If bidder

fails to produce documentary evidences of the eligibility criteria, the

bidder will be disqualified. All the documents must be attached copies

attested by Gazetted Officer.

3.2.2.2 Even though the Bidders meet the qualifying criteria, they are liable to be

disqualified / debarred / suspended / blacklisted if they have

Furnished false / fabricated particulars in the forms, statements and /

annexures submitted in proof of the qualification requirements and/or

Not turned up for entering into agreement, when called upon.

Record of poor progress such as abandoning the work, not properly

completing the contract, inordinate delays in completion, litigation history

or financial failures etc. and/or

Even while execution of the work, if found that the work was awarded to

the Bidder based on false / fake certificates of experience, the Bidder will

be blacklisted and work will be taken over invoking clause 61 of PS to

APSS.

If the rates quoted by a bidder is found to be either abnormally high or

with in the permissible ceiling limits prescribed but under collusion or due

to unethical practices adopted at the time of tendering process, such

tenders shall be rejected.

A bidder submitting a Tender which the tender accepting authority

considers excessive and or indicative of insufficient knowledge of current

prices or definite attempt of profiteering will render himself liable to be

debarred permanently from tendering or for such period as the tender

accepting authority may decide. The bidder overall percentage should be

based on the controlled prices for the materials, if any, fixed by the

Government or the reasonable prices permissible for the bidder to charge a

private purchaser under the provisions of clause-6 of the hoarding and

profiteering prevention ordinance of 1943 as amended from time to time

and on similar principle in regard to labour supervision on the

construction.

Page 9: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.2.3 One Tender per Bidder:

Each Bidder shall submit only one Tender for the work. A Bidder who

submits more than one Tender will cause dis-qualification of all the

Tenders submitted by the Bidder.

3.3 TENDER DOCUMENT

3.3.1 Contents of Tender document.

One set of Tender document, comprises of the following:

NOTICE INVITING TENDER (NIT)

ELIGIBILITY CRITERIA

INSTRUCTIONS TO BIDDERS.

Procedure for bid submission

General Instructions

Tender Document

Preparation of Tenders

Submission of Tenders

Tender Opening and Evaluation.

Award of Contract.

General Terms and Conditions of Contract

Commercial Conditions of Contract

Scope of Service

Annexure

Annexure – I: Checklist to Accompany the Tender

SCHEDULE (PRICE BID)

3.3.2 Clarification on Tender Documents

A prospective Bidder requiring any clarification on Tender document may contact

the Tender Inviting Officer at the address indicated in the NIT. The Tender

Inviting Officer will also respond to any request for clarification, received through

post.

3.3.3 Amendment to Tender Documents

3.3.3.1 Before the last date for submission of Tenders, the Tender Inviting

Officer may modify any of the Contents of the Tender Notice, Tender

documents by issuing amendment / Addendum.

3.3.3.2 Any addendum/amendments issued by the Tender Inviting Officer shall

be part of the Tender Document and it shall either be communicated in

writing to all the bidders, or notified in the News Papers in which NIT

was published.

3.3.3.3 To give prospective Bidders reasonable time to take an addendum into

account in preparing their bids, the Tender Inviting Officer may extend if

necessary, the last date for submission of tenders.

3.4 PREPARATION OF TENDERS.

3.4.1 Language of the Tender.

All documents relating to the tender shall be in the English Language only.

Page 10: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.4.2 Bid Offer:

3.4.2.1 Price bid with bill of quantities accompanies the tender document as

Schedule A. It shall be explicitly understood that the Tender Inviting

Officer does not accept any responsibility for the correctness or

completeness of this price bid and this price bid is liable to alterations by

omissions, deductions or additions at the discretion of the EDP Manager or

as set forth in the conditions of the contract. The Schedule “A” shall

contain the items of work. The rates quoted by the bidder shall be

applicable to the items mentioned in price bid and the bidder shall execute

the order at the quoted rates invariably.

3.4.2.2 The Schedule “A” contains only the quantity. The bidder should workout

his own rates keeping in view the work, site conditions and quote his rates

with which he intends to execute the work.

3.4.2.3 All duties, taxes, and other levies payable by the bidder as per State /

Central Government rules, shall be included in the quoted rate by the

bidder.

3.4.3 Validity of Tenders

3.4.3.1 Tenders shall remain valid for a period of not less than Three months from

the last date for receipt of Tender specified in NIT.

3.4.3.2 During the above mentioned period no plea by the bidder for any sort of

modification of the tender based upon or arising out of any alleged

misunderstanding of misconceptions or mistake or for any reason will be

entertained.

3.4.3.3 In exceptional circumstances, prior to expiry of the original time limit, the

Tender Inviting Officer may request the bidders to extend the period of

validity for a specified additional period. Such request to the Bidders shall

be made in writing. A Bidder may refuse the request without forfeiting his

E.M.D. A Bidder agreeing to the request will not be permitted to modify

his Tender, but will be required to extend the validity of his E.M.D. for a

period of the extension.

3.4.4 Earnest Money Deposit

3.4.4.1 The Bidder shall furnish, Earnest Money Deposit as specified in NIT. The

bidder shall deposit an EMD deposit in total for an amount equal to 2.5%

of the purchase order in the shape of Demand draft on any scheduled bank

in favour of Executive officer, TTD, Tirupati and payable at Tirupati

which will be returned after the successful completion of AMC.

3.4.4.2 Demand Drafts furnished towards EMD for BIDDING the tender shall be

valid for a period of three months from the date of tender notice.

3.4.4.3 The Earnest Money Deposited by the successful bidder will not carry any

interest and it will be dealt with as provided in the conditions stipulated in

the tender.

3.4.4.4 The E.M.D. shall be forfeited.

Page 11: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.4.4.5 In the case of a successful bidder, if he fails to sign the Agreement for

whatever the reason.

3.4.4.6 In consideration of the EDP Manager of Tenders undertaking to

investigate and to take into account each tender and in consideration of the

work thereby involved, all EMD by the bidder will be forfeited to the

TTD, Tirupati in the event of such bidder either modifying or with-

drawing his tender at his instance within the said validity period of three

months.

3.4.4.7 Fails to submit the original documents of scanned and uploaded documents

at the time of tender with in the defined time as mentioned in the

work/supply order

3.4.4.8 The successful bidder has to pay the further EMD at the time of entering

into the Agreement as specified in the supply order.

3.4.5 Performance Guarantee In The Form Of Security Deposit

3.4.5.1 Successful Tendered shall provide a Bank Guarantee of 7.5% of the value

of the tender within 4 weeks from the date of Purchase Order from TTD

and shall execute an agreement for faithful and satisfactory performance of

contract. The TTD will supply the specimen of the agreement. The Bank

Guarantee will be returned only after successful completion of warranty

Period.

3.4.5.2 If the Successful Bidder fails to lodge the Bank Guarantee within the

period of 4 weeks from the date of issue of PO , such failure will constitute

a breach of terms and conditions of the tender and the Earnest Money

deposited by him will be withheld in addition to recovery of any loss

sustained by the Institute.

3.4.5.3 Bank Guarantee will be forfeited for any non-performance of the

equipment or default during warranty period.

3.5 SUBMISSION OF TENDERS

3.5.1 Submission of Tenders.

The bidder shall invariably ensure that the scanned documents confirming to the

eligibility criteria are uploaded and attached online. The scanned and uploaded

copies should be in good legible to view conditions. If the uploaded scanned

copies are not visible after getting print, it will be treated as non-submission of the

record and tender will not be considered.

3.5.2 Last date / time for Submission of the Tenders.

Bidders must submit the tender online not later than the date and time specified in

NIT. The EDP Manager, TTD, may extend the dates for issue and receipt of

Tenders by issuing an amendment in which case all rights and obligations of the

EDP Manager and the Bidders will remain same as previously.

NOTE: OFFLINE SUBMISSION OF TENDERS WILL NOT BE CONSIDERED

AND ANY CONDITIONAL TENDER WILL NOT BE ACCEPTED.

Page 12: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.6 TENDER OPENING AND EVALUATION

3.6.1 Tender opening

3.6.1.1 The tender opening authority shall open the bids online on the stipulated

date and time of opening specified in NIT.

3.6.1.2 Tenders which are not in accordance with the specifications mentioned

shall be rejected.

3.6.2 Price Bid Opening:

3.6.2.1 At the specified date and time, the price bids will be opened online by the

tender receiving authority or his nominee and the result will be displayed

on the e market place which can be seen by all the bidders who

participated in the tenders.

3.6.2.2 Tenders shall be scrutinized in accordance with the conditions stipulated

in the Tender document. In case of any discrepancy of non-adherence

Conditions the Tender accepting authority shall communicate the same

which will be binding both on the tender Opening authority and the

Bidder. In case of any ambiguity, the decision taken by the Tender

Accepting Authority on tenders shall be final.

3.6.2.3 The financial bids of those who were qualified in technical evaluation only

will be opened.

3.6.3 Evaluation and Comparison of Price Bids

The EDP Manager will evaluate and compare the price bids of all the qualified

Bidders.

3.6.4 Tender Process to be confidential.

3.6.4.1 Information relating to the examination, clarification, evaluation and

comparison of Tenders and recommendations for the award of a contract

shall not be disclosed to Bidders or any other persons not officially

concerned with such process until the award to the successful Bidder has

been announced by the tender accepting authority. Any effort by a Bidder

to influence the processing of Tenders or award decisions may result in the

rejection of his Tender.

3.6.4.2 No Bidder shall contact the EDP Manager or any authority concerned with

finalization of tenders on any matter relating to its Tender from the time of

the Tender opening to the time the Contract is awarded. If the Bidder

wishes to bring additional information to the notice of the EDP Manager, it

should do so in writing.

3.6.4.3 Tenders will be finalized by the HOD, EDP Dept. / Executive Officer /

TTD Board according to the powers vested with them.

3.6.4.4 Before recommending/accepting the tender, the tender

recommending/accepting authority shall verify the correctness of

certificates submitted to meet the eligibility criteria and specifically

experience. The authenticated agreements of previous works executed by

the lowest bidder shall be called for.

Page 13: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.7 AWARD OF CONTRACT

3.7.1 Award Criteria

3.7.1.1 The EDP Manager will award or recommend to the competent tender

accepting authority for award of the contract to the Bidder who is found

technically qualified as per the Tender conditions and whose price bid is

lowest.

3.7.1.2 The tender accepting authority reserves the right to accept or reject any

Tender or all tenders and to cancel the Tendering process, at any time prior

to the award of Contract, without thereby incurring any liability to the

affected Bidder or Bidders or any obligation to inform the affected Bidder

or Bidders of the reasons for such action.

3.7.2 Notification of Award and Signing of Agreement.

3.7.2.1 The Bidder whose Tender has been accepted will be notified of the award

of the work by the EDP Manager, prior to expiration of the Tender validity

period by registered letter. This letter (hereinafter and in the Conditions of

Contract called “Letter of Acceptance”) will indicate the sum that the

T.T.Devasthanams will pay the Bidder in consideration of the execution,

completion, and maintenance of the Works by the Bidder as prescribed by

the Contract (hereinafter and in the Contract called the “Contract

Amount”).

3.7.2.2 When a tender is to be accepted the concerned bidder shall attend the

office of the EDP Manager concerned on the date fixed in the Letter of

acceptance. Upon intimation being given by the EDP Manager, of

acceptance of his tender, the bidders shall make payment of the balance

E.M.D., and additional security deposit wherever needed by way of

Demand Draft or unconditional and irrevocable Bank Guarantee obtained

from a Nationalized / Scheduled Bank with a validity period of months,

and sign an agreement in the form prescribed by the department for the due

fulfillment of the contract. Failure to attend the EDP Manager office on

the date fixed, in the written intimation, to enter into the required

agreement shall entail forfeiture of the Earnest Money deposited.

3.7.2.3 The written agreement to be entered into between the bidder and the

T.T.Devasthanams shall be the foundation of the rights and obligations of

both the parties and the contract shall not be deemed to be complete until

the agreement has first been signed by the bidder and then by the proper

officer authorized to enter into contract on behalf of the

T.T.Devasthanams.

3.7.2.4 The successful bidder has to sign an agreement within a period of 15 days

from the date of receipt of communication of acceptance of his tender. On

failure to do so his tender will be cancelled duly forfeiting the E.M.D.,

paid by him without issuing any further notice and action will be initiated

for black listing the bidder.

Page 14: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

3.7.2.5 The successful bidder should execute an agreement on non-judicial stamp

paper being purchased by the bidder as per the prevailing rates under

the stamp act agreeing to all the conditions of the contract. If the

successful bidder fails to execute the agreement within the time specified

or withdraw the tender after the intimation of the acceptance of his tender

by TTD or he is unable to undertake the contract due to any other reason,

his contract will be cancelled and his E.M.D. shall be forfeited and he will

also be liable for all damages sustained by the TTD., by reason of breach

such as failure to supply the desktop computers including the liabilities to

pay differences between the prices accepted by him and those ultimately

paid for supply of desktop computers .Such damages shall be assessed by

the HOD.,EDP Dept.

3.7.3 Corrupt or Fraudulent Practices

3.7.3.1 The Government requires that the bidders / suppliers / bidders under

Government financed contracts, observe the highest standard of ethics

during the procurement/Services and execution of such contracts. In

pursuance of this policy, the T.T.Devasthanams.

(a) Define for the purposes of the provision, the terms set forth below as follows:

(i) “Corrupt practices” means the offering, giving, receiving or soliciting of

anything of value to influence the action of a T.T.Devasthanams official

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence

this subject work or the execution of a contract to the detriment of the

T.T.Devasthanams and includes collusive practice among Bidders (prior to or

after Tender submission) designed to establish in Tender prices at artificial

non-competitive levels and to deprive the T.T.Devasthanams of the benefits

of free and open competition.

(iii)Will reject a proposal for award if it determines that the Bidder recommended

for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

(iv) Will blacklist / or debar a firm, either indefinitely or for a stated period of

time, if at any time determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing a T.T.Devasthanams

Contract.

4.0 TERMS AND CONDITIONS OF CONTRACT

4.1 GENERAL

4.1.1 Bidder is required to sign the declaration on tender forms, indicating date and

affixing the rubber stamp with the designation or status enjoyed by the

signatory in the firm, and the same signatory shall be required to execute

agreement under his signature only. The signatory should produce

documentary evidence of empowering him to do so, if called upon at any time

during the contract period. In case of change of the person of the signatory it

is bound on the Bidder to inform the changes to the TTD.

Page 15: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

4.1.2 If the Earnest Money Deposit is not submitted, the tender shall not be

considered for acceptance and will be out rightly rejected. The EMD

submitted against other tenders cannot be adjusted or considered for this

tender. no interest is payable on EMD.

4.1.3 SUB-CONTRACTING: The contract awarded should be executed by the

successful Bidder only and sub-contract is not permitted.

4.1.4 If the bidder, in the opinion of TTD, fails or neglects to be complied with any

of the terms and conditions of the contract or with any order issued there

under then, in such a case, the TTD shall without prejudice to any other right

or remedies under this contract as a right and be entitled to cancel the contract

by giving a notice in writing to the supplier without being liable to pay any

compensation for such cancellation.

4.1.5 Bidders submitting tenders are deemed to have considered and accepted all

the terms and conditions. No enquiries, verbal or written, shall be entertained

in respect of acceptance or rejection of the tender.

4.1.6 The TTD, reserves the right to terminate / amend/modify the contract without

assigning any reason or advance notice to the bidder /Supplier. Similarly, the

terms of the tender may be amended/modified by TTD, if necessary, to ensure

competitiveness and quality of procurement.

4.1.7 The TTD will not hold any risk and responsibility for non-visibility of the

scanned and uploaded documents.

4.1.8 The Documents that are uploaded online on e-market place will only be

considered for Technical Bid Evaluation.

4.2 TENDER PRICES:

4.2.1 The bidder should quote most competitive rate as there will be no

negotiations. The quoted rate is final and once accepted. No enhancement of

price will be allowed. Bidder shall not withdraw from the contract.

4.2.2 TTD is not authorized to issue Form “C” or “D”.

4.2.3 No tender may be withdrawn in the interval between the deadline for

submission of tenders and the expiration of the period of tender validity

specified by the bidder in the tender form. Withdrawal of a tender during this

interval may result in the Bidder’s forfeiture of its EMD.

4.2.4 Tirumala Tirupati Devasthanams, Tirupati does not bind itself to accept the

lowest offer or tender for any specific item or all items and reserves to itself

the right to accept or reject any tender or all tenders without assigning any

reason thereof.

4.2.5 Tirumala Tirupati Devasthanams, Tirupati reserves the right to cancel the

tender for any or all equipment at any stage without assigning any reason

thereof.

4.2.6 The rates entered in contract schedules shall be for finished supply of goods

in all respects inclusive of all taxes/charges whichever applicable.

Page 16: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

4.3 INSURANCE & LIABILITIES:

4.3.1 All risks of loss of or damage to physical property and of personnel injury

and death, which arise during and in consequence of the performance of the

Contract are the responsibility of the Bidder.

4.3.2 The bidder has to cover insurance policy, sea borne insurance as per strike

cargo clause (all risks) and peril including strike, riots, civil commotions, war

risks from works of the Bidder to the final destination Tirumala Tirupati

Devasthanams, Tirupati, Andhra Pradesh, India including Installation,

commissioning evidencing that the claims are payable in India. It will be the

Bidder responsibility to cover all risks against the direct damage and / or

injury to the property and / or to the employees of T.T.D or to the agent of

T.T.D, occurring during the Warranty Period.

4.3.3 The bidder shall agree to and accept full and exclusive liability for the

compliance with all obligations imposed and further agrees to defend,

indemnify and hold owner harmless for any liability or penalty which may be

imposed by the Central, State or local authority also from all claims, suits or

proceedings that may be brought against the owner arising under growing out

of or by reason of the work provided for by this contract whether brought by

employees of the contract or by third parties or any central government, state

government or local authority for the following Act(s) and liabilities.

1. Employees State Insurance Act.

2. Workmen Compensation & Employers Liability Insurance.

3. Any other insurance required under law or regulations.

4. Accident or injury to workmen.

5. Damages to Client’s property or to any person or any third party.

4.3.4 The bidder shall indemnify and keep the owner harmless of all claims,

damages or compensation payable at law in respect or in consequence of any

accident or damages arising under or by reason of this agreement or execution

of contract.

4.4 The Bidder shall indemnify and hold harness TTD against any/and all claims, demands

and/or judgments of any nature brought against TTD arising out of the contract. The

obligation under this paragraph shall survive even after the termination of this contract.

4.5 ACTION WHERE NO SPECIFICATION:-

In the case of any class of specifications or class of work of which there is no mention in

the specifications or in the terms and conditions, such specifications shall be carried out

in accordance with the instructions and requirement of TTD.

4.6 In the event of any breach of agreement at any time by the bidder, the Contract will be

terminated by the concerned officer TTD, Tirupati without any compensation payable to

the bidder. The contract may also be put to an end at any time by the officer concerned,

TTD, Tirupati on giving (7) Seven days notice to the bidder. Further any dispute arising

will be subject to the jurisdiction of Tirupati only.

4.7 Further, it is to specifically be accepted by the Bidder when the Bidder files the offer

before T.T. Devasthanams that the acceptance or rejection of the offer by T.T.

Page 17: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

Devasthanams or methodology adopted by T.T. Devasthanams in short-listing the

Agencies/Firms for the supply shall not become a cause of Action or Ground for the

Bidder to initiate any legal action before any Court or Courts of Law for obtaining any

order, Injection, direction etc., from the Hon’ble Court or Courts to stall the proceedings

in T.T.Devasthanams.

4.8 It is specifically accepted by the Bidder/bidder that no employee of the Bidder/ bidder

shall under no circumstances be treated or deemed to be an “Employee” of TTD and TTD

shall not have or be asked to or expected to accept or accepted any responsibility or

liabilities as an “Employer” to any of the employees of the Bidder/Bidder for the reason

of making any payment continuously or extending any facility under this contract.

4.9 ARBITRATION

a. The TTD and the bidder shall make every effort to resolve amicably by direct in

formal negotiation and disagreement or dispute arising between them under or in

connection with the contract.

b. In case of a dispute / difference arising between the TTD and the bidder relating

to any matter arising out of or connected with this contract , such dispute or

difference shall be referred to the venue of arbitration at place from where the

contract is signed i.e. jurisdiction of Tirupathi courts only.

NOTICE:- Any notice by one party to the other pursuant to the contract shall be sent in

writing or by telegram or telex / fax and confirmed in writing to the address

specified for the purpose in the contract. A notice shall be effective when

delivered or on the notice’s effective date, whichever is late.

4.10 TTD’S RIGHT .

4.10.1 TTD will have the right to increase or decrease the quantity of goods

specified in the Annexure -II without any change in the unit price or other

terms and conditions at the time of award of contract.

4.10.2 In the case of failure by the firm to perform qualitative and effective items

mentioned in the price bid ,the concerned officer or any other officer

authorized by him shall have the powers to reject such service and to utilize

the service from any other firm and excess of cost so incurred by the

concerned officer, TTD, over the contract price together with all charges and

expenses attached to the agreement items shall be recoverable by the

concerned officer, TTD., from the bidder’s EMD s/Security deposits available

with TTD.

5 GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

5.0 DEDUCTIONS

Payments shall be subject to deductions of any amount for which the bidder is

liable under the agreement against this contract.

In case of over payments or wrong payment if any made to the bidder due to

wrong interpretation of the provisions of the contract, or Contract conditions etc.,

such un authorized payment will be deducted in the subsequent bills or final bill

for the work or from the bills under any other contracts with the

Page 18: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

T.T.Devasthanams / Government or at any time thereafter from the deposits

available with the T.T. Devasthanams.

Any recovery or recoveries advised by the Government Department either state or

central, due to non-fulfillment of any contract entered into with them by the

bidder shall be recovered from any bill or deposits of the bidder.

5.1 TERMINATION FOR DEFAULT :

5.1.1 The TTD may, without prejudice to any other remedy for breach of contract,

by written notice of default, sent to the supplier, terminate his contract in

whole or in part if :-

a) The bidder / vendor fails to perform any other obligation(s) under contract

b) The bidder / vendor does not remedy his failure within a guarantee period

after receipt of the default notice from TTD.

5.1.2 TTD reserves the right to charge penalty as decided by the Executive Officer

or withhold payment for any unsatisfactory quality in work by the agency

without prejudice to its other rights. In this regard, the decision of the

Executive Officer is final. The agency is further liable to

reimburse/compensate the TTD or third party for any loss, damage etc.,

caused or arisen out of the negligence, or breach of contract.

5.1.3 If the Bidder, in the opinion of TTD, fails or neglects to be complied with any

of the terms and conditions of the contract or with any orders issued, then in

such a case, the TTD shall without prejudice to any other right or remedies

under this contract has a right and be entitled to cancel the contract by giving

a notice in writing to the bidder without being liable to pay any compensation

for such cancellation.

5.2 BREACH OF AGREEMENT CONDITIONS

5.2.1 In the event of any breach of agreement at any time by the bidder, the

Contract will be terminated by the concerned officer TTD., Tirupati without

any compensation to the bidder. The contract may also be put to an end at any

time by the officer concerned, TTD, Tirupati on giving (7) seven days notice

to the bidder. Further any dispute arising will be subjected to the jurisdiction

of Tirupati only.

5.2.2 For breach of any of the Tender conditions, the Security deposits are liable to

be forfeited duly blacklisting the firm. Further, non-performance of any of the

contract provision to the satisfaction of TTD will disqualify the supplier to

participate in the tender for the next three years.

5.2.3 The contract or any part, shares or interest of the contract is not to be

transferred or assigned by the bidder directly or indirectly to any person

whomsoever.

5.3 SPECIAL CONDITIONS FOR INCOME TAX AND VAT/CST

During the currency of the contract deduction of Income tax at 2.00% or applicable

income tax will be applicable &VAT/CST is payable by the vendor himself as in force

and the rates of various items shall remain unaffected by any change in the rate of sales

tax that may be announced from time to time by the Government. The rate at which such

Page 19: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

tax is payable will be deducted from the running bills of the manufacturer /Vendor as per

the instructions issued by the Government from time to time.

6 SCOPE OF WORK:

6.1 The provided infrastructure and the connectivity are to be made available

uninterrupted on 24 x 7 basis for 365 days.

6.2 The bidder has to provide the full control of the server to TTD for remote updations.

6.3 The bidder should provide the daily/weekly/monthly Status Report on the Bandwidth

and infrastructure utilization.

6.4 Cloud should have scalability and TTD may increase or decrease the setup as per the

requirements in real time.

6.5 The servers should be enabled with connectivity to on premise systems for exchange

of data and services seamlessly.

6.6 TTD may discontinue the setup any time and the cloud provider shall ensure that all

data is provided in the format required for migration.

6.7 The bidder shall provide the stated infrastructure in cloud model with required IAAS

and PAAS complying to the components defined in the tender.

6.8 The bidder provider shall host the service in the cloud infrastructure with in India.

6.9 The bidder/service provider shall have the infrastructure supporting persistent block

storage with SSD storage (High IOPS), provisioned IOPS storage (SAS), SAS

storage (Mid IOPS) and snap shot functionality.

6.10 The bidder infrastructure shall support object storage (REST API/REST WEB

GUI)/Archival storage. Network and connectivity shall support integrated internet

with bandwidth on demand/IPV4 and IPV6/ integrated content distribution network

with at least tenPOPs in India/cross connect terminate MPLS and leased line.

6.11 The bidder infrastructure shall support OS builds of Linux (32/64 bit): cent OS,

RHEL, SVSE, Ubuntu/open Solaris/Windows (32/64 bit): windows 2008/2012/DC

Edition.

6.12 The bidder infrastructure shall support imaging services creation of custom virtual

server images/ client to create and share the custom virtual server image/ option of

public/ private for custom server images/support image template creation for VM

Ware/Hyper-V/XEN/AMI/open source.

6.13 The bidder infrastructure shall support custom and COTS application/ Data bases:

My SQL/Postgres/Microsoft SQL/Oracle/Mongo etc., when required.

6.14 The bidder infrastructure shall support Big data instance provisioning viz., Hadoop,

Mango when required.

6.15 Shall have self-healing and resilient infrastructure and shall maintain 4 copies of data

with 2 copies in primary data centre with synchronous replication, 3rd copy in a

different seismic zone with asynchronous replication with user defined parameters as

DR copy and enable 4th copy to be maintained in TTD site with user defined

parameters.

6.16 DR copy shall have availability end-to-end from the perspective of business

availability/ processes/people/ facilities. Shall have fully unrestorizable orchestration

for application and DB recovery over cloud.

Page 20: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

6.17 The cloud solution shall be capable of enabling automatic scale up and scale down of

services hosted in the cloud on user demand or other factors, shall ease infrastructure

management, storage, network, operating system and shall support open format for

virtual machine images. The solution shall enable TTD/its representative to provide

ability to automatically provision the services via a web portal, provide metering and

billing to provide service assurance for maintenance & operation activities.

6.18 The bidder/service provider shall provide a single management control enabling self-

service portal/ automatic & Orchestration/ capacity management/ monitoring &

reporting / help desk management/ single view of subscribed infrastructure/

consolidated view of the availability , integrity and consistency of the web/ App/DB

tiers. Enable user profile and permissions with ability to define IT Management,

Billing and Management roles.

6.19 The bidder/ service provider shall provision Ticket based support system with

priority based SLA and SLM/ integrated asset management and trouble ticketing

with SMS integration.

6.20 The bidder/ service provider shall provision centralized monitoring & management

and reporting with support for Alerts on event threshold and policy based actions

upon deviation/ internet data transfer/ virtual instances/ storage volume/ load

balancer/hadoop/application services/data base monitoring.

6.21 The following services will be provided by the service provider. In the event there is

a disruption in service or alarm is triggered, the troubleshooting and resolution of the

problem in respect of each service, where applicable, shall be as follows:

TROUBLESHOOTING & RESOLUTION TIMES

Priority Priority Definition Mean time to

assist

(MTTA)

Mean time

to repair

(MTTR)

Updates

High Out of service

Eg: N/W, Unavailability, VM not

inaccessible (HA/non HA and DR)

or Infra Down

15 Mins* 4 Hours 30 Mins

interval

Medium Partial/Intermittent service

Interruptions,

Eg: VM/Network Performance

degraded but still functioning

30 Mins* 8 Hours 1 Hour

interval

Low All changes requests, Service

Requests

1 Hours* 24 Hours 4 Hours

interval

*Time starts when the problem is detected by Help Desk team or reported by the

customer and ends on assistance/ repair as applicable

6.22 Service levels

The incidents and services Requests are classified into the following severity levels

Priority Response time Resolution time

P1 5 Mins 60 Mins

P2 10 Mins 4 Hours

P3 15 Mins 8 Hours

Problem ticket < 48 Hours

6.23 Service Availability Guarantee:

Page 21: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

Service Provider shall provide the requisite service credits to the customer in the

event of short fall in the agreed uptime of services.

Calculation of Actual Uptime % = (Total Minutes per month – Actual Availability

Minutes) X 100/Total Minutes per month

Availability Guarantee Service Outage Duration (in hours) in

a month

ODC service

Outage Credit

>99.9% Less than 1 Hour No Credit

<99.9% 1-4 Hours 5% MRC

<99.5% 4-8 Hours 10% MRC

<99.0% 8-15 Hours 15% MRC

<98.0% 15-22 Hours 15% MRC

<97.0% 22-24 hours 20% MRC

For each subsequent 24 hour period

thereafter

6.24 Service Provider will provide the services as per the services opted by the Customer

in the Order Summary.

6.25 Service Provider assure that it shall provide its immediate support and assistance in

the event of any disruption in the services being provided by tender.

6.26 Service will be provided to the customer by the service provider with the

infrastructure available at the Data centers which consists of the following:

Dual active Power sources from two different power generation plants

Tier-III and above

Capability provide upto 99.99% SLA

Unique six zone Security system

Lean Six Sigma-ITIL framework

Carrier neutral connectivity

ISO 20000-1 & 270001 certified

Virtual Firewall

High availability (Real Cloud, Enterprise Cloud)

6.27 DURATION OF THE CONTRACT

This Contract comes into effect from the date of agreement / date of receipt of

work order as specified for a period of one year. TTD at its discretion may extend

for one more year based on the performance of the tender.

6.28 PRICE BID FINALISATION:

6.28.1 The bidder shall quote the price for every item in the price bid. If the bidder

leaves any item without quoting the price may lead to disqualification of the

tender.

6.28.2 The L1 bidder will be finalized based on the overall L1 price of the tender.

7 PAYMENT:

7.1 No advance payment is payable.

Page 22: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

7.2 Payment will be made quarterly basis after successful completion of quarter on

submission of quarter bill along with the satisfaction reports duly signed by the EDP

officers.

8 ANNEXURE

8.1 ANNEXURE –I: CHECKLIST TO ACOMPANY THE TENDER

(QUALIFICATION INFORMATION)

S.No Description Remarks

1 The bidder should be a Company registered under the Indian

Companies Act, 1956 since last five years as on date of tender and

comply with Govt.IT Act 2000 and amendments thereof as defined.

Relevant certificates shall be provided.

Yes / No

2 The bidder should have a turnover of at least Rs.100.00 Crores in

three consecutive financial years i.e., 2012-13, 2013-14 and 2014-15.

Audited Balance Sheet & profit and loss account should be submitted

for all the Three Years in support of the same.

Yes / No

3 The bidder should have executed at least two works on cloud services

each with a value minimum of Rs.50.00 Lakhs per annum in any

State / Central Government organizations / PSUs in India in

preceding 3 years. The successful performance /satisfaction

certificates issued by such organizations along with purchase order

attested copies are to be attached for at least two works.

Yes/ No

4 The bidder should be featured in Gartner’s Magic Quadrant for the

last 2 years minimum and supporting documents shall be provided.

Yes / No

5 The bidders should host the cloud services from owned Data Centres

in India only certified by TIA 942 at Tier III or above.

Yes / No

6 The bidder should not be a reseller/ channel partner declaration

certificate shall be enclosed.

Yes / No

7 The bidder should have IaaS/PaaS Public Cloud grids in two or more

IDCs in different seismic zones. Cloud grids should be hosted in

India and operational from past 3 years. Supporting documents for

the same shall be provided.

Yes / No

8 The bidder should have the necessary security Managements and

certified for ISO 27001. Relevant certificates shall be provided.

Yes / No

9 The NOC should be part of Data Centres and the managed services

quality should be certified for ISO 20000:1. Relevant certificates

shall be provided.

Yes / No

10 The bidder should be certified for ISO 22301: Business Availability

and Disaster Recovery. Relevant certificates shall be provided.

Yes / No

11 The bidder shall provide service assurance and effectiveness of

Managements as per SSAE 16 guidelines and provide SSAE 3402

Yes/ No

Page 23: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

certifications and minimum SOC 2 level.

12 EMD in the form of Demand Draft in favour of Executive Officer,

T.T.D, Payable at Tirupati for Rs.50,000/-.

Yes / No

13 The bidder has to submit declaration duly stating that they have not

been black-listed in the past by any institution/ organization on non-

Judicial stamp paper purchased by the bidder as per prevailing rates

under the stamp act.

Yes/ No

14 The bidder should furnish copy of Permanent Account Number

(PAN) card

Yes / No

15 The bidder must have and submit the attested Xerox copy of

CST/VAT registration certificate.

Yes/ No

16 The bidder shall submit SLA for the service along with the tender Yes / No

Page 24: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

9.0 SCHEDULE ‘A’ (PRICE BID)

Name of work: Engaging Cloud Service provider for hosting TTD websites Name of the Bidder / Firm ::

C.S.T. / VAT No. ::

S.No Item code Item Name Group Name Item detailed Description Item detailed Specification UOM Qty

Rate per each

qty (Rate to be

quoted inclusive

of all taxes)

PART-A Compute: regular Infrastructure for Production and UAT

1 IAAS01 App Server Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

per unit

per hour

5

2 IAAS02 License Annual

Maintenance

Cent-OS 7.0+ and

New Relic or equivalent performance monitoring

Cent-OS 7.0+ and

New Relic or equivalent performance monitoring

per unit

per hour

5

3 IAAS03 Web Server Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

per unit

per hour

3

4 IAAS04 License Annual

Maintenance

Cent-OS 7.0+ and

Nginx Plus R7

Cent-OS 7.0+ and

Nginx Plus R7

per unit

per hour

3

5 IAAS05 WSO2-ESB Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200 GB SSD SAN Storage, System

health management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200 GB SSD SAN Storage, System health

management and reporting

per unit

per hour

3

6 IAAS06 License Annual

Maintenance

Cent-OS 7.0+ and

WSO2 ESB 4.9.0+

Cent-OS 7.0+ and

WSO2 ESB 4.9.0+

per unit

per hour

3

Page 25: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

7 IAAS07 Authentication

Server

Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200 GB SSD SAN Disk, System health

management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200 GB SSD SAN Disk, System health

management and reporting

per unit

per hour

3

8 IAAS08 License Annual

Maintenance

Cent-OS 7.0+ and

Central Authentication Server (CAS) V4.2.x

Cent-OS 7.0+ and

Central Authentication Server (CAS) V4.2.x

per unit

per hour

3

9 PAAS01 Database

Server

Annual

Maintenance

2 Node Oracle Database with 8 Cores intel E5 V3

and above with 2.5 Ghz or more frequency. 64GB

DDR4 RAM with 400GB SSD SAN Storage, System

health management and reporting

2 Node Oracle Database with 8 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency. 64GB DDR4

RAM with 400GB SSD SAN Storage, System health

management and reporting

per unit

per hour

2

10 PAAS02 License Annual

Maintenance

Red Hat Enterprise Server 7 and

Oracle 111g R2 Enterprise Edition with RAC

Red Hat Enterprise Server 7 and

Oracle 111g R2 Enterprise Edition with RAC

per unit

per hour

2

11 PAAS03 Database

Server

Annual

Maintenance

64-Bit Virtual Machine with 8 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency. 64GB DDR4

RAM with 400GB SSD SAN Storage, System health

management and reporting

64-Bit Virtual Machine with 8 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency. 64GB DDR4

RAM with 400GB SSD SAN Storage, System health

management and reporting

per unit

per hour

1

12 PAAS04 License Annual

Maintenance

Red Hat Enterprise Server 7 and

Oracle 111g R2 Standard Edition

Red Hat Enterprise Server 7 and

Oracle 111g R2 Standard Edition

per unit

per hour

1

13 PAAS05 Redis Cluster Annual

Maintenance

64-bit Virtual machine with 32 GB Redis Cache and

Cluster with license of Redis Cluster

64-bit Virtual machine with 32 GB Redis Cache and

Cluster with license of Redis Cluster

per unit

per hour

3

14 PAAS06 Mail Annual

Maintenance

Email Service that can send emails with Attachments

for minimum 15 lakhs mails for a month and

including License of SendGrid or equivalent Email

Service

Email Service that can send emails with Attachments

for minimum 15 lakhs mails for a month and including

License of SendGrid or equivalent Email Service

per unit

per hour

1

PART-B Compute: On demand Infrastructure

Page 26: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

15 IAAS100 App Servers Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

per unit

per hour

17

16 IAAS101 License Annual

Maintenance

Cent-OS 7.0+

New Relic or equivalent performance monitoring

Cent-OS 7.0+

New Relic or equivalent performance monitoring

per unit

per hour

17

17 IAAS102 Web Server Annual

Maintenance

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

64-bit Virtual Machine with 4 Cores intel E5 V3 and

above with 2.5 Ghz or more frequency, 16 GB DDR4

RAM with 200GB SSD SAN Storage, System health

management and reporting

per unit

per hour

2

18 IAAS103 License Annual

Maintenance

Cent-OS 7.0+

Nginx Plus R7

Cent-OS 7.0+

Nginx Plus R7

per unit

per hour

2

19 PAAS104 Database

Server

Annual

Maintenance

Oracle Database with 8 Cores intel E5 V3 and above

with 2.5 Ghz or more frequency. 64GB DDR4 RAM

with 400GB SSD SAN Storage, System health

management and reporting

Oracle Database with 8 Cores intel E5 V3 and above

with 2.5 Ghz or more frequency. 64GB DDR4 RAM

with 400GB SSD SAN Storage, System health

management and reporting

per unit

per hour

2

20 PAAS105 License Annual

Maintenance

Red Hat Enterprise Server 7 and

Oracle 111g R2 Enterprise Edition with RAC

Red Hat Enterprise Server 7 and

Oracle 111g R2 Enterprise Edition with RAC

per unit

per hour

2

Storage

21 Storage Storage Annual

Maintenance

Enhanced Tier Usable 1 to 4TB slab SSD SAN

storage with High Performance IO and Backup per

GB

Enhanced Tier Usable 1 to 4TB slab SSD SAN storage

with High Performance IO and Backup per GB

per unit

per

month

4000

22 BackUp BackUp

Storage

Annual

Maintenance

1 to 4TB slab Storage for Backup per GB 1 to 4TB slab Storage for Backup per GB per unit

per

month

4000

Bandwidth

23 Bandwidth Bandwidth Annual

Maintenance

Internet Bandwidth 1:1 - Per Mbps Internet Bandwidth 1:1 - Per Mbps per unit

per

month

200

Page 27: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

Others

24 Public IP Public IP Annual

Maintenance

Public IP Public IP per unit

per

month

1

25 SSL SSL

Certificate

Annual

Maintenance

SSL Certificate with Extended Validation and TLS

V1.2

SSL Certificate with Extended Validation and TLS

V1.2

per unit

per

month

1

26 Load

Balancer

Load Balancer Annual

Maintenance

Hardware Load Balancer with Web application

Firewall that can serve more than 300000 concurrent

requests per second

Hardware Load Balancer with Web application

Firewall that can serve more than 300000 concurrent

requests per second

per unit

per

month

1

27 Firewall Firewall Annual

Maintenance

20Gbps Stateful inspection firewall

throughput.2,000,00 Firewall connections per second

20Gbps Stateful inspection firewall

throughput.2,000,00 Firewall connections per second

per unit

per

month

1

28 License License Annual

Maintenance

SSL/IPsec VPN Edition for 100 concurrent

SSL/DTLS/IPsec IKEv2 VPN users (Any Connect

Premium - SSL VPN Edition)

SSL/IPsec VPN Edition for 100 concurrent

SSL/DTLS/IPsec IKEv2 VPN users (Any Connect

Premium - SSL VPN Edition)

per unit

per

month

1

Page 28: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Note:

1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall

prevail. 2. The cost of items in price bid may be quoted along with all taxes applicable.

3. For the sake of uniform comparison bidder should not add any condition and such of those

tenders, which stipulate any condition, will summarily be rejected.

4. The quantities mentioned in Price bid is Tentative.

Place ::

Date ::

E.M.D. amount of Rs. 50,000/- D.D.No …………………. dt. ………..

Signature of the bidder with

full address

(To be signed by an authorized signatory

with full address of the bidder)

Phone No. :

Fax No. :

Page 29: Information Technology Department - Tirumala · Information Technology Department ... Terms and Conditions of Contract 5. General ... 17.02.2016 upto 3.00 P.M. 19. BID VALIDITY :

Bidder

DECLARATION

Name of the Bidder :

Address of the Bidder :

(To be filled in by the Bidder)

I/ We hereby agree to abide all the terms and conditions of the contract. I/ We do hereby agree

that I / We shall keep my / Our offer open for a period of Sixty days from the date of opening of the tender for the

extended period as desired by TTD in addition to the period of Sixty days mentioned above in the event of my / our

offer being accepted. I / We shall abide by and give my / our acceptance to the above terms and conditions (Sl.No.1

to 9) which are this supply contract governing and shall execute an agreement in the prescribed form, in the event of

my / our offer being accepted by TTD. Yours faithfully,

Signature of the bidder with full address

(To be signed by an authorized signatory

with full address of the bidder)


Recommended