Information Technology
Department
Tirumala Tirupati Devasthanams:: Tirupati
e-Tendering
STANDARD BID DOCUMENT
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)
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]
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.
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.
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.
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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:
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.
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
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
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
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
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
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
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. :
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)