Top Banner
Sensitivity: Internal & Restricted RajCOMP Info Services Limited (RISL) 2022 Contact Information: Sh. C. P. Singh (GM - Technical) [email protected]
143

RajCOMP Info Services Limited (RISL) 2022

Apr 21, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: RajCOMP Info Services Limited (RISL) 2022

Sensitivity: Internal & Restricted

RajCOMP Info Services Limited (RISL)

2022

Contact Information: Sh. C. P. Singh (GM - Technical) [email protected]

Page 2: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 1 of 142

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Ref. No.: F4.6(347)/RISL/Tech/2022/6527 Dated: 01.02.2022

Unique Bid No: RIS2122SLOB00079

Mode of Bid Submission Online though eProcurement/ eTendering system at http://eproc.rajasthan.gov.in

Procuring Authority Managing Director,

RISL, First Floor, C-Block, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005 (Rajasthan)

Date & Time of Pre-bid meeting 09/02/2022 at 11:00 AM

Last Date & Time of Submission of Bid 21/03/2022 at 03:00 PM

Date & Time of Opening of Technical Bid 21/03/2022 at 04:00 PM

Cost of Tender Document: Rs. 5000/- Only (Five One Thousand Only)

RISL Processing fee: Rs. 1000 /- Only (Rupees One Thousand Only)

Name of the Bidding Company/ Firm:

Contact Person(Authorized Bid Signatory):

Correspondence Address:

Mobile No. Telephone & Fax Nos.:

Website & E-Mail:

RajCOMP Info Services Limited (RISL)

1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan) Phone: 91 (141) 4031900 Fax: 91 (141) 2228701

Website: http://risl.rajasthan.gov.in

Page 3: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 2 of 142

Table of Contents

Abbreviations & Definitions ................................................................................................. 6

1. INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB) ................................... 9

2. About RISL ................................................................................................................ 11

3. Project Profile: .......................................................................................................... 11

4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA ..................................................... 15

5. SCOPE OF WORK, DELIVERABLES AND TIMELINES .......................................... 18

5.1. Details of Scope of Work (SoW) ........................................................................... 18

A. Operations and Maintenance of existing RajNET network infrastructure ................................... 19

B. Supply of New Equipment/services (Rate Contract) ......................................................................... 28

C. Facility Management Services ................................................................................................................ 29

D. Project Milestones, Deliverables & Timelines .................................................................................... 36

6. INSTRUCTION TO BIDDERS (ITB) ........................................................................... 39

1) Sale of Bidding/ Tender Documents ..................................................................................................... 39

2) Pre-bid Meeting/ Clarifications ............................................................................................................... 39

3) Changes in the Bidding Document ........................................................................................................ 39

4) Period of Validity of Bids ......................................................................................................................... 40

5) Format and Signing of Bids: ................................................................................................................... 40

6) Cost & Language of Bidding ................................................................................................................... 42

7) Alternative/ Multiple Bids ......................................................................................................................... 42

8) Bid Security ................................................................................................................................................. 42

9) Deadline for the submission of Bids ..................................................................................................... 43

10) Withdrawal, Substitution, and Modification of Bids ..................................................................... 44

11) Opening of Bids ..................................................................................................................................... 44

12) Selection Method ................................................................................................................................... 44

13) Clarification of Bids ............................................................................................................................... 44

14) Evaluation & Tabulation of Technical Bid ....................................................................................... 45

15) Evaluation & Tabulation of Financial Bids ...................................................................................... 46

16) Correction of Arithmetic Errors in Financial Bids ......................................................................... 47

17) Price/ purchase preference in evaluation ........................................................................................ 47

18) Negotiations ............................................................................................................................................ 47

19) Exclusion of Bids / Disqualification .................................................................................................. 48

20) Lack of Competition .............................................................................................................................. 48

Page 4: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 3 of 142

21) Acceptance of the successful Bid and award of contract .......................................................... 49

22) Information and publication of award .............................................................................................. 49

23) Procuring entity’s right to accept or reject any or all Bids ......................................................... 49

24) Right to Vary Quantities ....................................................................................................................... 50

25) Performance Security ........................................................................................................................... 50

26) Execution of agreement ....................................................................................................................... 51

27) Confidentiality ........................................................................................................................................ 51

28) Cancellation of procurement process .............................................................................................. 52

29) Code of Integrity for Bidders .............................................................................................................. 52

30) Interference with Procurement Process .......................................................................................... 53

31) Appeals ..................................................................................................................................................... 53

32) Stay of procurement proceedings ..................................................................................................... 55

33) Vexatious Appeals & Complaints ...................................................................................................... 55

34) Offenses by Firms/ Companies .......................................................................................................... 55

35) Debarment from Bidding...................................................................................................................... 55

36) Monitoring of Contract ......................................................................................................................... 56

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT ...................... 57

1. Contract Documents ................................................................................................ 58

2. Interpretation ............................................................................................................ 58

3. Language .................................................................................................................. 58

4. Joint Venture, Consortium or Association ............................................................. 58

5. Eligible Goods and Related Services ..................................................................... 58

6. Notices ...................................................................................................................... 59

7. Governing Law ......................................................................................................... 59

8. Scope of Supply ....................................................................................................... 59

9. Delivery & Installation .............................................................................................. 59

10. Supplier’s/ Selected Bidder’s Responsibilities .................................................. 60

11. Purchaser’s Responsibilities ............................................................................... 60

12. Contract Price........................................................................................................ 60

13. Recoveries from Supplier/ Selected Bidder ........................................................ 60

14. Taxes & Duties ...................................................................................................... 60

Page 5: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 4 of 142

15. Copyright ............................................................................................................... 61

16. Confidential Information ....................................................................................... 61

17. Sub-contracting ..................................................................................................... 62

18. Specifications and Standards .............................................................................. 62

19. Packing and Documents ...................................................................................... 63

20. Insurance ............................................................................................................... 63

21. Transportation ....................................................................................................... 63

22. Inspection .............................................................................................................. 63

23. Samples ................................................................................................................. 64

24. Drawl of Samples .................................................................................................. 64

25. Testing charges ..................................................................................................... 64

26. Rejection ................................................................................................................ 65

27. Payments ............................................................................................................... 65

28. Liquidated Damages (LD) ..................................................................................... 65

29. Authenticity of Equipment ................................................................................... 66

30. Warranty ................................................................................................................ 66

31. Patent Indemnity ................................................................................................... 67

32. Limitation of Liability ............................................................................................ 67

33. Force Majeure ........................................................................................................ 68

34. Change Orders and Contract Amendments ....................................................... 68

35. Termination............................................................................................................ 68

36. Exit Management ................................................................................................... 69

37. Settlement of Disputes ......................................................................................... 73

8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ........................ 74

1. Price Fall Clause: ..................................................................................................... 74

2. Service Level Standards/ Requirements/ Agreement: .......................................... 74

ANNEXURE-1: BILL OF MATERIAL (BOM) ..................................................................... 77

Page 6: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 5 of 142

ANNEXURE-2: TECHNICAL SPECIFICATIONS .............................................................. 85

ANNEXURE-3: PRE-BID QUERIES FORMAT {to be filled by the bidder} ...................... 118

ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder} ........................................................................................................................................ 119

ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION {To be filled by the bidder & OEM} ................................................................................................................ 120

ANNEXURE-6: MANUFACTURER’S AUTHORIZATION FORM (MAF) (Indicative Format, to be filled by OEM & submitted on OEM’s Letter Head only) ......................................... 121

ANNEXURE-7: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS {To be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)} ....................................................... 122

ANNEXURE-8: COMPONENTS OFFERED – BOM {To be filled by the bidder and submitted only on Letter Head duly signed by Auth. Sign.) ............................................. 123

ANNEXURE-9: SELF-DECLARATION (To be submitted only on Letter Head duly signed by Auth. Sign.) ................................................................................................................ 124

ANNEXURE-10: COVERING LETTER – TECHNICAL BID (To be submitted only on Letter Head duly signed by Auth. Sign.) .................................................................................... 125

ANNEXURE-11: FINANCIAL BID COVER LETTER & FORMAT (To be submitted only on Letter Head duly signed by Auth. Sign.) .......................................................................... 127

ANNEXURE-12:Financial Bid Format ............................................................................. 128

ANNEXURE-13: BANK GUARANTEE FORMAT {To be submitted by the bidder’s bank} ........................................................................................................................................ 130

ANNEXURE-14: DRAFT AGREEMENT FORMAT {To be mutually signed by selected bidder and procuring entity} ............................................................................................ 135

ANNEXURE-15: FORMAT FOR PROJECT REFERENCES (FOR PRE-QUALIFICATION EXPERIENCE OF BIDDER) ........................................................................................... 138

ANNEXURE-16: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ........... 139

ANNEXURE-17 UNDERTAKING FOR OFFICE SETUP {deleted} ................................. 140

ANNEXURE-18: CERTIFICATE FOR EXEMPTION OF BID SECURITY {To be filled by the Govt./PSU/Department only as per RFP} ................................................................. 141

ANNEXURE-19: LIST OF PROJECT LOCATIONS ........................................................ 142

Page 7: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 6 of 142

Abbreviations & Definitions

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

Authorized Signatory

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

BG Bank Guarantee

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

Bid Security A security provided to the procuring entity by a bidder for securing the fulfillment of any obligation in terms of the provisions of the bidding documents.

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

Bidding Document

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

BoD Board of Directors

BoM Bill of Material

BoQ Bill of Quantity is an XLS format of financial bid to be uploaded on e-procurement portal.

CMC Contract Monitoring Committee

Competent Authority

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

Contract/ Procurement Contract

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

Contract/ Project Period

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

COTS Commercial Off The Shelf Software

Day A calendar day as per GoR/ GoI.

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

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

eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-Governance Initiative of Government of Rajasthan under Mission Mode Project category and is part of Integrated Financial Management System (IFMS). eGRAS facilitates collection of tax/ non-tax revenue in both the modes: online as well as manual. All types of government revenue may be deposited online using this website: https://egras.raj.nic.in/

Page 8: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 7 of 142

ETDC Electronic Testing & Development Center

EMD Earnest Money Deposit

Endpoint A device (along with hardware and software) capable of connecting to VC in a point-to-point or multiparty video conference.

FOR/ FOB Fright on Road or Freight on Board

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

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

GST Goods and Services Tax

ICT Information and Communication Technology.

IFB Invitation for Bids (A document published by the procuring entity inviting Bids relating to the subject matter of procurement and any amendment thereto and includes notice inviting Bid and request for proposal)

INR Indian Rupee

ISI Indian Standards Institution

ISO International Organization for Standardization

IT Information Technology

ITB Instruction to Bidders

LD Liquidated Damages

LoI Letter of Intent

MCU A device (along with hardware and software) capable of interconnecting VC users in a point-to-point or multiparty video conference.

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

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

NIB Notice Inviting Bid

Notification A notification published in the Official Gazette

OEM Original Equipment Manufacturer

PAN Permanent Account Number

PBG Performance Bank Guarantee

PC Procurement/ Purchase Committee

PQ Pre-Qualification

Page 9: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 8 of 142

Procurement Process

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

Procurement/ Public Procurement

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

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

PSD/ SD Performance Security Deposit/ Security Deposit

Purchaser/ Tendering Authority/ Procuring Entity

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

RajSWAN/ RSWAN

Rajasthan State Wide Area Network

RISL RajCOMP Info Services Limited

RSDC Rajasthan State Data Centre, New IT Building, Jaipur

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

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

State Government Government of Rajasthan (GoR)

State Public Procurement Portal

http://sppp.raj.nic.in

STQC Standardization Testing and Quality Certification, Govt. of India

Subject Matter of Procurement

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

TIN Tax Identification Number

TPA Third Party Auditors

VC Point-to-point or multiparty video conference

VC Endpoint (Room-based)

The room-based VC end-point means a system having one CODEC, One PTZ Camera and One Mic.

WO/ PO Work Order/ Purchase Order

Page 10: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 9 of 142

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

Ref. No.: F4.6(347)/RISL/Tech/2022/6527 Date:01.02.2022

Unique Bid No.: RIS2122SLOB00079

Name & Address of the Procuring Entity

Name: RajCOMP Info Services Limited (RISL) Address: First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005

(Rajasthan)

Name & Address of the Project Officer In-charge (POIC)

Name: Sh. Chhatrapal Singh Designation: General Manager (Technical) Address: First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005

(Rajasthan) Email: [email protected] [email protected]

Subject Matter of Procurement

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Bid Procedure Single-stage: two part (envelop) open competitive e-Bid procedure at http://eproc.rajasthan.gov.in

Bid Evaluation Criteria (Selection Method)

Least Cost Based Selection (LCBS)-L1

Websites for downloading Bidding Document, Corrigendum’s, Addendums etc.

Websites: http://sppp.rajasthan.gov.in, http://eproc.rajasthan.gov.in, http://www.doitc.rajasthan.gov.in, http://risl.rajasthan.gov.in

Bidding document fee: Rs. 5000 (Rupees Five Thousand Only) in Cash/ Demand Draft in favor of “Managing Director, RISL” payable at “Jaipur”.

RISL Processing Fee: Rs. 1000 (Rupees One Thousand Only) in Demand Draft in favor of “Managing Director, RISL” payable at “Jaipur”.

Estimated Procurement Cost

Rs. 300 Crore

Bid Security and Mode of Payment

Amount (INR): Rs 6 Crore [2% of the estimated procurement cost or 0.5 % in case of SSI Units of Rajasthan and 1% for those sick industries other than SSI, whose cases are pending with BIFR)]

Mode of Payment: Demand Draft, FDR, NSC or Bank Guarantee of a Scheduled Bank in favor of “Managing Director, RISL” payable at “Jaipur”

Period of Sale/Download of Bidding Document (Start/ End Date)

From 02.02.2022 to 21.03.2022 (up to 03:00 pm)

Date/Time/Place for Pre-bid meeting

09.02.2022 at 11 AM Place: RISL, Committee Room, Yojana Bhawan Campus, Tilak Marg, C Scheme, Jaipur (Rajasthan)

Last Date of submitting clarification request by the bidder 10.02.2022 Manner, Start/ End Date for the submission of Bids

Manner: Online at eProc website (http://eproc.rajasthan.gov.in) Start Date: 18.02.2022 onwards End Date: 21.03.2022 (up to 3:00 PM)

Submission of Banker’s Cheque/ Demand Draft for Tender Fee, Bid Security, and Processing Fee*

Upto 03:00 PM on 21.03.2022

Page 11: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 10 of 142

Date/ Time/ Place of Technical Bid Opening

Date: 21.03.2022 at 4:00 PM Place: Board Room, 1st Floor, RISL, Yojana Bhawan, Tilak Marg, C-

Scheme, Jaipur 302005 (Rajasthan) Date/ Time/ Place of Financial Bid Opening

Will be intimated later to the Technically qualified bidders

Bid Validity 90 days from the last date of bid submission Note: 1) Bidder (authorized signatory) shall submit their offer on-line in Electronic formats both for

technical and financial proposal. However, DD for Tender Fees, RISL Processing Fees and Bid Security should be submitted physically at the office of Tendering Authority as prescribed in NIB and scanned copy of same should also be uploaded along with the technical Bid/ cover.

2) * In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft/ Bank Guarantee for Tender Fee, Bid Security, and RISL Processing Fee up to prescribed time period, its Bid shall not be accepted. The Banker’s Cheque/ Demand Draft/ Bank Guarantee for Bidding document fee, RISL Processing Fee and Bid Security should be drawn in favour of “Managing Director, RajCOMP Info Services Ltd.” payable at “Jaipur” from any Scheduled Commercial Bank.

3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per Information Technology Act-2000 using which they can digitally sign their electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011 must register again).

4) RISL will not be responsible for delay in online submission due to any reason. For this, bidders are requested to upload the complete bid well advance in time so as to avoid 11th hour issues like slow speed; choking of web site due to heavy load or any other unforeseen problems.

5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for further details about the e-Tendering process.

6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged by DoIT&C, GoR on a regular basis. Bidders interested for training may contact e-Procurement Cell, DoIT&C for booking the training slot.

Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days) e-mail: [email protected] Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur 7) The procuring entity reserves the complete right to cancel the bid process and reject any or all of

the Bids. 8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process

unless and until a formal contract is signed and executed between the procuring entity and the successful bidder.

9) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely on the individual bidders to verify such information) and the information provided therein are intended only to help the bidders to prepare a logical bid-proposal.

10) The provisions of RTPPA Act 2012 and Rules thereto shall be applicable for this procurement. Furthermore, in case of any inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules thereto, the later shall prevail.

<SD>

Chhatrapal Singh (GM -Technical)

Page 12: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 11 of 142

2. About RISL

RajCOMP Info Services Ltd. (formerly RajCOMP) is a fully owned Government of Rajasthan Company; it is a leading consulting organization in the field of Information Technology. RajCOMP Info Services Ltd. (RISL) operates under the aegis of Government of Rajasthan.

RISL is designated State Designated Agency (SDA) for implementation of NeGP Components i.e. State Data Centre (SDC), State Wide Area Network (SWAN), Common Service Centre (CSC/eMitra), State Service Delivery and other State’s Mission Mode Projects (MMPs) and Facilitate State Government for implementing e-Procurement Project. RISL takes up the activities of procuring and outsourcing of hardware, software, networking components and other products and services on behalf of Government Departments/ Organization(users).

Government of Rajasthan has established a metropolitan area network (MAN) in 2005 covering around 48 various offices located in Jaipur city under SECLAN project. Thereafter, in 2013, the network has been extended to 33 District Collectorates, 240 Block Head Quarters and 3500 (approx.) offices located in these District/Block Headquarters under Rajasthan State Wide Area Network (RajSWAN) project. State Government has envisaged to establish network connectivity to Government Departments, and expand the network upto 9341 Gram Panchayats, 250+ municipal areas and some other offices in Rajasthan to cater voice, video and data services under various categories of G2G, G2B and G2C services.

3. Project Profile:

RajNET:

RAJNET is envisaged as the platform to provide network connectivity through multimode (i.e. VSAT and TERRESTRIAL) of connectivity throughout Rajasthan state. It is also proposed to establish centralized integrated network operating center (CINOC) for monitoring of multimode connectivity in the state. Under RAJNET, expansion of connectivity is proposed through VSAT upto Gram Panchayats.

Till now, 9341 GPs (1900+ on MPLS, 7400+ on VSAT) are connected through VSAT, MPLS and BharatNET OFC. The HP EMS tool is being used for monitoring of the network.

Page 13: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 12 of 142

RajSWAN:

The RajSWAN segments of RajNET connects all the buildings within the Secretariat premises to the SDC at Yojana Bhawan, over a high-speed gigabit Ethernet backbone and also connects important Government buildings outside the Secretariat, and over all Rajasthan up to the Block level HO offices through a mix of fiber optic / wireless / leased links, thereby providing 24x7 Internet and Intranet facility. Internet is provided through Internet leased line of 1 gbps NKN. The detailed list of Govt. buildings/offices covered under RajSWAN, is given in Annexure-19.

The objective of both the Networks is to provide basic ITC & Networking infra for all e-governance applications/project of GoR. It provides data, IP-voice, video conferencing, Wi-Fi and Internet services to its users. It is required to ensure that RajSWAN network should be functional on 24 x 7 basis. Various Networking & ITC equipment are installed under RajSWAN to provide 24 x 7 basis connectivity. These equipments are of utmost importance as these are being used to access various central applications hosted at State data center and other Networks.

Criticality: From the scenario as portrayed above, it can easily be understood that Networking & ITC equipment are very critical and needs to function flawlessly 24 hours a day round the year. It is very difficult to afford down time of any of such equipment.

Currently, there are 273 PoP rooms (1 SHQ, 32 DHQ & 240 BHQ) across Rajasthan connecting 4500+ government offices serving 30000+ users. The overall backhaul bandwidth details are depicted below:

Page 14: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 13 of 142

RajVC & TP-VC

RISL, on behalf of Govt of Rajasthan, has setup hardware based VC solution at Department Headquarters, Department offices, District Headquarters (2 at each DHQ), SDM/Tehsil offices, Municipal towns and Block Headquarters. A DR site at Jodhpur is also created for the existing video conference infrastructure in order to support uninterrupted Video Conferencing experience for the user in case of fail over, across Rajasthan. The RajSWAN/RajNET network shall be used for deployment of additional video conference facility across Rajasthan.

In addition to the VC solution, Government of Rajasthan has also implemented Immersive Telepresence studio facility at Division Headquarter level in the state, Two at State Head Quarter Jaipur and six at rest of Division Headquarters in Rajasthan, i.e. Ajmer, Bharatpur, Bikaner, Jodhpur, Kota and Udaipur.

a) Project Objective: To cater the information and communication requirements of the state government offices by establishing additional VC rooms and maximize utilization of VC rooms as well as telepresence solution and provide FMS services from System Integrator and existing team of DoIT&C and RISL to support the administration in day-to-day work, operations and bring speed, efficiency, reliability and accountability in overall system of Government-to-Government (G2G) functioning.

b) Project Implementation & Management Agency

RajCOMP Info Services Limited (RISL) is assigned for project management & implementation of the project. RISL is a fully owned company of Government of Rajasthan. It operates under the aegis of Government of Rajasthan.

c) Existing Video Conference Solution & Infrastructure:

a) At SHQ (Jaipur), RISL has two Cisco MSE8000 Multipoint Control Unit (60 ports full HD each @30fps H.264 AVC). The MCUs at SHQ serves local, internet, intra and inter-

Page 15: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 14 of 142

district video call/ conference. In First unit, there are 4 mse8510 blades having 300 media port capacity and is configured as master (2 blades) and slave (2 blades). In Second unit, there are 5 mse8510 blades having 360 media port capacity and is configured as master (3 blades) & slave (2 blades).

b) Cisco 5320 MCUs each full HD @30fps H.264 AVC have been installed at district level. Each DHQ MCU is having a capability to bridge 20 ports @ 1080p participants as part of the single conference as well as support multiple conferences. Additionally, advanced features such as Continuous Presence of all participants is available. We have MCU5320 (total 64 units) and every 32 districts are having 2 MCU’s, out of which one is configured as master and other one is configured as slave. Both MCU’s have 40 media port capacity.

c) 480 VC end points (Cisco SX20 & Cisco SX80) and approx. 450 display units are installed at different government offices at State Headquarter, District HQ, SDO offices, Nagar Palikas and upto block level. 8 Cisco IX 5000 Tele –Presence studio at each Divisional HQ & BSDC Jaipur

d) A disaster recovery site at Jodhpur to provide video conferencing services with full capacity, in case of disaster. The DR site Jodhpur has Cisco CMS2000 Multipoint control unit supports upto 700HD ports. Centralized servers are setup at SHQ/ DR site for centralized repository of VC licenses, authentication of users, hosting VC soft client etc.

e) The Call control is providing RAS Gatekeeper services using H.323 protocol. It is also capable to integrate with other Gatekeepers using H.323 trunks or Neighboring Trunk. The Call control server is also providing SIP registrar and SIP proxy service.

f) Firewall Traversal Solution is installed for Video calls to be made from the Internet to the RajSWAN/RajNET network and vice versa. Standards based Firewall Traversal solution to allow video calls from the RajSWAN/RajNET network to the Internet and vice versa.

g) There are 4 servers which are connected with switch and switch is connected with core router. 7 servers (1 publisher and 6 subscribers) are working on these 4 physical servers.

Page 16: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 15 of 142

4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA

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

Sr. No.

Basic Requireme

nt

Specific Requirements Documents Required

1 Legal Entity The bidder should be a Proprietorship firm duly registered either under the Rajasthan Shops & Commercial Establishments Act, 1958 or any other Act of State/ Union, as applicable for dealing in the subject matter of procurement

OR

A company registered under Indian Companies Act, 1956

OR

A partnership firm registered under Indian Partnership Act, 1932.

Note: Consortium of firms is not allowed.

Copy of Certificate of Incorporation and

Company Registration Certificate, as

applicable.

2 Financial: Turnover

Average Annual Turnover of the Bidder(s) from IT/ITeS during last three financial years, i.e., from FY 2017-18, FY 2018-19, FY 2019-20 as per audited balance sheet should be at least Rs. 500 Crores. However, if the firm has last published audited balance sheet for 2020-21 then last three financial years i.e. 2018-19, 2019-20 and 2020-21 shall be considered

CA Certificate with UDIN (Unique

Document Identification Number)

and having CA’s Registration Number

and Seal

3 Financial: Net Worth

The net worth of the Bidder(s), as on 31/03/2020 OR 31/03/2021, should be Positive.

CA Certificate with UDIN (Unique

Document Identification Number)

and having CA’s Registration Number

and Seal 4 Technical

Capability The bidder must have successfully executed work under ((Supplied & commissioned) OR (AMC)) IT/ITES project (ongoing/completed with minimum Rs 25 Crore active network OR datacenter equipment only) through single Work Order/PO’s after 01-04-2015 amounting (total) at least Rs. 100 Crore.

OR

The bidder must have successfully executed work under ((Supplied & commissioned) OR

Work Order + Work Completion

Certificates from the client + CA certificate

with UDIN;

OR

Work Order + Phase Completion Certificate

from the client showing acceptance of completion of the

Page 17: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 16 of 142

Sr. No.

Basic Requireme

nt

Specific Requirements Documents Required

(AMC)) IT/ITES project (ongoing/completed with minimum Rs 40 Crore active network OR datacenter equipment only) through two Work Order/PO’s after 01-04-2015 amounting (total) at least Rs. 150 Crore.

OR

The bidder must have successfully executed work under ((Supplied & commissioned) OR (AMC)) IT/ITES project (ongoing/completed with minimum Rs 50 Crore active network OR datacenter equipment only) through three Work Order/PO’s after 01-04-2015 amounting (total) at least Rs. 200 Crore.

(Bidder to submit the documents as per Annexure - 15)

work + CA certificate with UDIN

5 Tax registration

The bidder should have a registered number of

i. GST Registration ii. Income Tax / PAN Number

Copies of relevant certificates of registration

6 Certifications

The bidder must possess, at the time of bidding, a valid ISO 9001 / ISO 14000.

Copy of a valid certificate

7 Mandatory Undertaking

Bidder should: - a) not be insolvent, in receivership, bankrupt

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

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

A Self Certified letter on bidder’s letter head duly signed by Auth.

Signatory as per Annexure 9: Self-

Declaration

Page 18: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 17 of 142

Sr. No.

Basic Requireme

nt

Specific Requirements Documents Required

otherwise disqualified pursuant to debarment proceedings;

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

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

8 Mandatory requisites

The bidder must be an authorized system integrator for sale, support and services of the OEM who meets the criteria under Eligible Goods and Services of the products being quoted in this bid.

The bidder must attach Manufacturer Authorization (MAF)

for all the quoted products as per

Annexure-6.

In addition to the provisions regarding the qualifications of the bidders as set out in (3.1) above: -

a. The procuring entity shall disqualify a bidder as per the provisions under “Clause: Exclusion/ Disqualification of bids in Chapter-5: ITB”; and

b. The procuring entity may require a bidder, who was pre-qualified, to demonstrate its qualifications again in accordance with the same criteria used to pre-qualify such bidder. The procuring entity shall disqualify any bidder that fails to demonstrate its qualifications again, if requested to do so. The procuring entity shall promptly notify each bidder requested to demonstrate its qualifications again as to whether or not the bidder has done so to the satisfaction of the procuring entity.

Page 19: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 18 of 142

5. SCOPE OF WORK, DELIVERABLES AND TIMELINES 5.1. Details of Scope of Work (SoW)

The scope of work under this RFP broadly covers RajNET (comprises of RajNET and RajSWAN network) network infrastructure, RajVC collaboration infrastructure & RajWiFi Wireless Connectivity Infrastrucutre.

The bidder shall provide Comprehensive Maintenance Services for ITC & Networking equipment/items and related services mentioned in Annexure 1 (PART - A) & Annexure - 19 including day-to-day operations of aforementioned project Items/services for project period of 5 years.

The Successful bidder shall be responsible for operating and maintaining the network for connectivity between State Head Quarter (SHQ), District Head Quarter (DHQ) and offices connected with DHQ horizontally, Block Head Quarter (BHQ) and office connected with BHQ horizontally and offices situated in Gram Panchayat (GP) (List details mentioned at Annexure 19). The successful bidder is responsible for operating and maintaining network of 1 SHQ, all 32 DHQ, 240 BHQ’s, and GPs and future horizontal connectivity provided/to be provided by RISL. Bidder shall also ensure uptime of all the equipment, services and network including links to external networks like SDC, NKN, NIC-Net, RSDC or any other network govt. may deploy in future, as per the SLA requirements as mentioned in tender document.

The Successful bidder shall be responsible for the overall Operation and Management of the IT and Non-IT Infrastructure and enabling infrastructure maintenance services/facility management services at all aforementioned project locations for ensuring adherence of SLAs.

The IT infrastructure covered within the scope of work (FMS & AMC (as applicable)) includes various PCs, Printers, IP Phones, Video conferencing FMS, Wi-Fi devices & Wi-Fi Servers, Networking Devices, Leased Lines, OFC Cables, LAN Cables, IOs, racks, UPS, batteries, AC’s installed at Vertical PoP under RajNET, assemblies, I-pads and other active and passive components constituting the IT assets of the purchaser under RajNET project. The network backbone and IT equipment installed at Secretariat, Department of IT&C and other Office buildings of the Government of Rajasthan various state level, district and block level GoR offices, who needs to access IT services from State Data Center of State either using RajNET is on leased lines, or those offices whose IT systems are maintained by DoIT&C are all included in the scope of work. FMS shall cover the SoW of existing Fiber splicing, LAN cabling and fiber patch cords, LAN and IO port punching as and when required by the RISL. Required OFC material shall be provided by existing OFC vendors of RISL.

Bidder shall Operate the existing/new NMS & EMS tool at the State Data Centre that monitors / manages the entire enterprise-wide application, infrastructure and network related components. RISL will provide the HP open view NMS/EMS tools already installed under the RajNET Project with licenses for monitoring/maintenance of the network infrastructure. The successful bidders will coordinate to get the details of NMS/EMS tool from existing vendor and validate the deployed devices integrated in the RajNET Helpdesk system to provide the proper reporting/monitoring of call resolutions for managing the devices and adhere the SLAs of the RFP. To fulfill this requirement, Successful bidder is required to deploy the HP EMS/NMS experienced resources till new proposed NMS is commsioned as per RFP.

Page 20: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 19 of 142

A. Operations and Maintenance of existing RajNET network infrastructure

a) Operation & Management (O&M), Facility Management Services (FMS), Comprehensive Maintenance Services: The Successful bidder shall be responsible for the overall management of the IT and Non‐IT Infrastructure and enabling infrastructure maintenance services, facility management services at all RajNET locations to ensure the adherence of SLAs. The bidder shall provide comprehensive maintenance for the existing infrastructure as highlighted in the respective tables of the Annexure 1. The selected bidders are required to work on the tool as per the capability of the RajNET NMS/EMS tool. If any additional tool is required to manage/monitor the required SLAs of the RFP, the selected bidder may deploy the same without any extra cost to RISL. The bidder has to provide SSL certificates as and when required for the servers/equipments to the purchaser without any additional cost. The tentative requirement of SSL certificate in a year is 50. The bidder shall provide FMS services to all the locations which will be added in RajNET network over the 5-year project duration.

b) EMS/NMS for SLA and Performance Reporting: The Successful bidder shall deploy maintain and operate an Enterprise Management Suite (EMS)/Network Management System (NMS) with ITSM for RajNET/ACCC/etc. project components centrally at SHQ (RSDC). Currently, network nodes are being monitored through HP Openview. The successful bidder will have to ensure migration of all the eqipments in a newly procured NMS installed under the RajNET Project. Freshly deployed NMS tool will be managed by the successful bidder. Successful bidder shall configure/ provision the systems to be used by RISL for audits and also help in monitoring the service level parameters on an ongoing basis as defined in Service level agreements. The RISL/ GoR or its designated agency shall have access to all generated reports for service levels audits and monitoring. Successful bidder shall validate adequate access policy and security policy on the systems in consultation with RISL/DoIT&C for ensuring authenticity and integrity of the reports. The RISL or its designated agency should be able to view the NMS solution component for monitoring and reporting. The Successful bidder shall be responsible for verification of network monitoring environment and ensure the following requirement:

1) All network components shall be configured to alert the centralized EMS/NMS server in case of any events, so as to reflect real status of all network components and links across RajNET.

2) The NMS should also poll all network devices and other active IT components in RajNET at regular intervals in order to determine their status and working.

3) The bidder has to ensure the existing Helpdesk Desk tool should be configured properly and usable as per the requirement, if any configuration require bidder has to be coordinate with existing vendor and ensure it should be work as per requirement of RISL/ GoR.

4) Bidder has to deploy one OEM NMS expert (with 5+ years of experience on OEM payroll) for newly planned NMS solution.

5) Bidder has to verify the Equipment Inventory report –device name, device part number & serial number, device model number deployed under RajNET Project.

Page 21: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 20 of 142

6) Bidder shall be responsible for the overall co-ordination, liaison services with the Bandwidth services providers and other OFC vendors for required uptime of the all the links provided by the BSP & OFC vendors.

7) Bidder has to monitor and identified the respective problems in SLA durations and escalate assign tickets through NMS/EMS tool. Bandwidth downtime is not be considered as part of network Operator downtime, based on the assign tickets available on NMS /EMS tool. The downtime attributable to Bandwidth service provider shall be considered against Bandwidth service provider.

8) Dashboard Reporting: The bidder shall provide required reports to RISL. The dashboard should be customized as per RISL requirements

9) Problem Resolution and Sign‐Off: Network users would report any network related problem through online web based application, Helpdesk interface or by calling the Centralized Helpdesk number. The severity of the call will be automatically decided according to the Helpdesk Severity Matrix detailed in the SLA section. The Bidder will keep track of Helpdesk performance. This online report would contain:

Trouble Ticket Number as generated in the Online System Time at which the problem was logged Problem Description Customer Details – Contact and Location Helpdesk Engineer Problem Resolution Time Cause of problem Feedback

Once ticket gets resolved, then engineer will take signoff from the client via support portal/Resolution Report and update the same on support portal. Users shall escalate it further if they are not satisfied with the services.

c) Network Management Services

The scope of work under network management services would include but not limited to that the successful bidder shall:

1) Configuration/Reconfiguration and Management of various policies like Security policies, Access policy, IP Policy, routing policy, firewall policies as per ISO requirements for providing accessibility between external links in co-ordination with respective vendors including but not limited to opening/closing of specific ports on network devices etc.

2) Performance tuning to ensure resilient performance, reliability and high availability of the equipment/network/services.

3) Opening/closing of specific ports on network devices.

4) Daily monitoring of LAN & WAN, manual testing, troubleshooting and reporting including the following:

5) Monitor the availability of links and their utilization to various departments and buildings and take corrective action where required.

Page 22: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 21 of 142

6) Management and maintenance of internet bandwidth / links provided by NKN and Other ISPs.

7) Monitor the critical errors in switches and routers and do necessary fault isolation.

8) Collect the data flow on basis of time, interface, IP address, application wise for traffic analysis.

9) Sending alerts to concerned people regarding critical errors.

10) Integration and management of New LAN Segments with RajNET Network whenever any new network segment is established by GoR under RajNET project.

11) Maintain a record of hardware and software configurations of all equipment including the details of different policies implemented on the devices such as VLAN configurations, access control lists, routing filters, clustering details etc. Successful bidder shall keep regular backups of soft copies of the configurations of each of the devices mentioned above.

12) Define change management procedures to ensure that no unwarranted changes are carried out on the network & security devices. All the changes must be formally approved by the Service provider’s designated team leaders and recorded.

13) Do proper version management of these configurations as the configurations may be changed from time to time. This is required to ascertain changes made to these configurations at different stages as well as have functional configurations.

14) Ensure that these configurations are not accessible in general and must be kept confidential with the Purchaser and project manager.

15) Be responsible for syslog backup/switches configuration backup.

16) Be responsible for proper housing of the backup for identification and retrieval. RISL shall provide the suitable space/storage for keeping required backup and provide MIS reports such as weekly on backup and restoration logs.

17) provide 24 x 7 help desk support from State Data Centre to all network Users of this project. RISL shall provide the suitable space for the helpdesk personnel and desktops.

18) provide various services to different users on demand basis as and when required as mentioned in RFP. The request would be made on help desk by the user and Successful bidder shall get approval from the officer in charge of RajNET / SDC project as designated by the purchaser. The resolution time for such services would be mutually decided by the designated Officer in charge and Successful bidder. The log of all such requests with date and time of request and its resolution time shall be maintained by Successful bidder.

The indicative list of such services are as:

Change Request for opening/closing of a Port on device

Request for FTP rights

Request for Internet Access

Request for DNS Entry

Request for uploading of Web Site/Applications/Databases

Request for Installation of IP Phones

Change request for Routing Policies

Page 23: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 22 of 142

Change Request for Firewall Policy etc.

Any other activity related to device configuration/maintenance.

d) Management of ILL, P2P and external Links with NKN/NIC-Net/RSDC networks

The scope of work under network management services would include but not limited to:

1) Responsible for management of existing Internet Bandwidth /point to point leased lines with respect to configuration/reconfiguration, integration.

2) Co-ordination with bandwidth service providers for maintaining the uptime of the internet and point to point leased links.

3) Responsible for configuration/reconfiguration, integration and management of additional Internet Bandwidth procured by the purchaser during entire contract period.

4) Manage internet bandwidth on Proxy Services by routing http request of a particular IP pool to a specific Proxy Server. The Successful bidder shall allow/deny internet access to network users. Make necessary changes in the routing/access policies on the request.

5) The existing RajNET Network is integrated with National Network of NIC i.e. Nic-Net, National Knowledge Network (NKN) and Rajasthan State Data Centre.

6) Responsible for configuration/re-configuration of the RajNET links connecting Nic-Net, Rajasthan State Data Centre, RajNET and RajSWAN as per the policy guidelines time to time issued by the purchaser.

e) Security Administration and Management Services

The activities to be carried out under security administration shall include but not limited to:

1) Addressing the ongoing needs of security management including, but not limited to, monitoring of various devices / tools such as firewall, intrusion protection, content filtering and blocking, virus protection, and vulnerability protection through implementation of proper patches and rules.

2) Maintaining an updated knowledge base of all the published security vulnerabilities and virus threats.

3) Ensuring that patches/work around for identified vulnerabilities are patched / blocked immediately.

4) Respond to security breaches or other security incidents and coordinate with respective OEM in case of a new threat, to ensure that workaround / patch is made available for the same.

5) Provide a well-designed access management process, ensuring security of physical and digital assets, data and network security, backup and recovery etc.

6) Maintenance and management of security devices, including, but not limited to maintaining firewall services to restrict network protocols and traffic, detecting intrusions or unauthorized access to networks, systems, services, applications or data, protecting email gateways, firewalls, servers from viruses.

Page 24: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 23 of 142

7) Ensuring that the IT security policy is maintained and updates to the same are made regularly as per ISO 27001:2013, ISO 20000 guidelines.

8) Access Control Management

9) Audit Trail and Log Analysis

10) Establishing and monitoring access control

11) Operating system hardening.

12) Quarterly (or as required by the RISL) review of domain level rights and privileges.

13) Modifying access permissions of existing security policies on existing firewall.

14) IOS up gradation of the firewall & IPS with DDoS devices.

15) Signature update for IPS with DDoS device.

16) Configuration backup for all security devices.

17) Syslog server configuration & management including review of logs.

18) Managing / monitoring the IDS/IPS tool and policies.

19) Adding new access permissions on security policies on existing firewall.

20) Changing network address translation rules of existing security policies on the firewall.

21) Adding new network address translation rules on security policies on existing firewall.

22) Diagnosis and resolving problems related to firewall, IDS /IPS.

23) Periodic / critical reporting to the RISL based on Firewall / IDS / IPS activities / logs.

24) Managing configuration and security of Demilitarized Zone (DMZ) Alert / advise the RISL about any possible attack / hacking of services, unauthorized access / attempt by internal or external persons etc.

25) Implementation of IT security policies as per the best industry standards.

26) Resolution and restoration of services in case of any possible attack and necessary disaster management.

27) Shutdown of critical services to prevent attack (internal or external).

28) Advise the RISL in improving network/data center security to protect the critical data / information from both internal and external persons/attack.

29) CPU, Memory and Traffic status of security devices.

30) IPS sensor health and signature events.

31) Event and correlation.

32) Configuration: Addition / deletion of policies, objects, access rules, NAT rules, routing etc. based on the RISL requirements.

33) IPv6 configuration.

34) Reporting to the Bank on daily basis about the threats observed and action taken.

35) Change Request (CR) Management Services

36) Vulnerability Assessment of the critical servers and network devices using tools provided by RISL/GoR.

37) System Performance Testing/ Monitoring

38) Review and Assessment of Security Policies

Page 25: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 24 of 142

f) Virus and SPAM Management Services

1) The Successful bidder shall provide an effective control mechanism for virus and SPAM control on the network, desktops and server. Successful bidder shall establish proper procedures to contain a virus outbreak and shall enforce the same on every such instance.

2) On virus out-break, Successful bidder team shall provide proper guidance to the users and shall take corrective measure to resolve such virus problems.

3) Any up-gradation of software such as antivirus signatures etc. in RajNET shall be the responsibility of the Successful bidder during the entire period of FMS. Successful bidder shall enforce proper update/upgrade management e.g., for desktops, there should be no manual distribution of update signatures, updates should be managed from a central virus management server available at RISL/GoR. The licenses shall be provided by RISL/GoR. The Successful bidder has to ensure that all the equipment remain virus/worm free. The servers and desktops shall be protected and safe guarded against viruses/worms, unauthorized access, spamming etc. The selected bidder shall maintain, at all times, an updated anti-virus signature database.

g) End User Support Services

1) The Successful bidder shall be responsible for providing operational, up-gradation as well as corrective services to the users for desktop/operating systems and network/IP phones.

2) The Successful bidder shall resolve Network and other service related problems of all the equipment installed with end user.

3) The Successful bidder shall remove viruses from the user desktops in the event of virus out break and ensure that virus signatures are automatically updated on the desktop.

4) The Successful bidder shall be required to install IP phones/Desktops/printers etc. supplied by RISL/GoR.

h) Asset Management Services

1) The Successful bidder shall be required to get the database of all IT assets populated in the RajNET EMS/NoC for RajNET Project

2) Information like serial numbers, licensing, warranty and AMC details, place of installation of each equipment etc.

3) Software inventory with information such as Licenses, Version Numbers and Registration Details

4) Record of installation and removal of any equipment and inform RISL/DoIT&C even if it is temporary.

5) The Successful bidder shall be required to register all software (in case not registered) with respective OEMs

6) The Successful bidder shall be required to perform software license management and notify RISL/DoIT&C on licensing contract renewal.

Page 26: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 25 of 142

i) Vendor Management Services

The Successful bidder shall coordinate with external vendors for upkeep of equipment to meet the SLA and shall liaison with respective vendors/OEMs for repairs/replacement of items. To perform this activity, the Successful bidder shall do the following:

1) Maintain equipment/service wise database of the various vendors and service providers with details like contact person, telephone numbers, escalation matrix, response time and resolution time commitments etc.

2) Log and escalate the calls with respective vendors/OEM/service providers and coordinate with them to get the equipment repaired/problems resolved.

j) Preventive Maintenance Services:

The Successful bidder shall provide preventive maintenance services for all the equipment/hardware quarterly. The preventive maintenance shall include:

1) Conduct inspection (check for loose contacts in the cable and connections etc.), testing, satisfactory execution of diagnostics and necessary repairing of equipment.

2) Cleaning and removal of dust and dirt from the interior and exterior of the equipment.

3) Cleaning of PoP Rooms, HO Sites and GP Locations.

4) The Successful bidder shall also provide preventive maintenance services of passive components.

Successful Bidder has to ensure that the services should not be disturbed during the preventive Maintenance, in case require downtime for preventive maintenance, bidder has to take approval from RISL well in advance. After performing preventive maintenance activities, bidder is required to submit the report of the same.

k) Corrective Maintenance Services

The Successful bidder shall provide corrective maintenance services for all the equipment as and when required during entire project period to meet the SLA requirements. The corrective maintenance shall cover:

o Troubleshooting of problems related to the equipment/Network/Services and rectification of the same.

o Repairing of defective parts/components.

o Replacement of parts/components beyond repair with parts/components of same or better specifications ensuring compatibility without any additional cost.

o Providing suitable standby for parts/components with same or better specifications till the time the original part/component if repaired or replaced so that daily business is not affected. The Maintenance support for equipment shall include all passive components including, screws, clamp, fasteners, ties anchors, supports, ground strips, wires, fiber connecting kits, gears, spares, power-cables, Network cables etc.

Documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems.

l) Maintenance of Petrol & Diesel Generators at all Vertical DHQ + BHQ PoP:

Page 27: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 26 of 142

1) The successful bidder should maintain these generators (including AMF panels and batteries) during the period of contract after successful handover from outgoing SI. The tentative expenditure of fuel in a month is Rs 2.5 Lac. The actual utilization may vary as per real conditions.

2) The successful bidder shall ensure periodic maintenance of at least 50% numbers each of DHQ Gen-Sets and BHQ Gen-sets in every quarter.

3) The DG set should be repaired within 24 hrs from the time of fault reporting otherwise, a spare generator of equivalent capacity shall be provided till the time it is repaired.

4) The successful bidder shall also supply the fuel for all the locations Gen-sets. These gen-sets are only used for PoP operations purpose.

5) In case of major electricity issues or force majeure cases RISL will approve downtime on case-by-case basis, at the request of bidder.

6) The Make, capacity of Petrol (at BHQ) & diesel (at DHQ) generator are as given in Annexure – 19.

m) Maintenance of UPS & batteries installed under RajNET Project.

1) The service provider shall coordinate with the stakeholders (supplier/OEM) of these UPS for repair. SI shall submit the plan for periodical maintenance of these UPS. In case of found UPS faulty / non-reparable at any location, SI shall replace the same. The capacity, make and model details of existing UPS are enclosed in Annexure - 19.

2) The SI shall ensure that power backup to the PoP equipment is available for minimum three hours through UPS system. If there is issue of battery, SI has to coordinate with battery supplier for resolution.

3) RISL has already placed order for replacement batteries of all the UPS under the project. The bidder has to coordinate with battery vendor for installation/Fault rectification.

n) Replacement and Maintenance of Air Conditioning at Vertical BHQ PoP

1) The selected SI shall supply new AC at BHQ PoP Rooms and take back old ACs in buyback. The capacity, make and model details of existing Air conditioners are enclosed in Annexure-19. DHQ ACs are new, brought in year 2022 and are under warranty. However, the SI will have to co-ordinate with AC vendor for service/repairs.

2) The successful bidder shall do the bi-annually maintenance of all AC’s and submit the quarterly maintenance & working status report of all AC’s.

3) If required at any point of time, the successful bidder shall refill required amount/volume of the AC gas, at no extra cost to RISL.

4) The successful bidder shall maintain a temperature needed for the proper functioning of Network Equipment’s, UPS and batteries in the PoP locations.

o) Expenses for Electricity Bill of Vertical PoP rooms.

Page 28: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 27 of 142

1) All the PoPs have been provided with electricity connections and have separate sub-meter for each PoP room. In case of non-availability of sub-meter bidder shall install the sub-meter at its cost, by liaising with concerned nodal officers. The RISL would facilitate the bidder in obtaining the electric sub-meter connection from concerned authority. The successful bidder should resolve any electricity issues within a week and inform to RISL well in time.

2) The successful bidder shall be responsible for timely payment of the electricity bills for DHQ & BHQ PoPs as per the consumption shown in sub-meter/ meter to the concerned authority. The tentative average monthly expenditure of electricity bill is Rs 20 lac.

3) All the electrical wiring, installations and fixtures of the PoP shall be maintained by the bidder.

4) The successful bidder shall submit quarterly report of consumption, received demand note, pending payment, paid payment, sub-meter number, sub-meter working status etc.to RISL in writing.

5) The successful Bidder shall submit following documents with invoice to RISL for reimbursement.

Demand note (raised by nodal officers) / electricity bills.

Payment done proof to RISL for reimbursement on quarterly basis.

Undertaking letter for paid all dues till the time.

p) Relocation / shifting of the equipment and connectivity:

1) The successful bidder may be required to relocate the equipment from one location to another depending on the requirements of GOR/RISL. When an office is shifted from one place to another, the type of connectivity may or may not change. If there is no change in the type of connectivity, the same equipment shall be used for the connectivity and the bidder shall do the necessary cabling & Earthing at new locations.

2) The spared equipment shall be kept in the custody of the bidder at a central place as inventory and shall be reused within Rajasthan as per the directions of RISL.

3) Shifting of the office may be within the premises, Block, or district or entire Rajasthan state.

4) The successful bidder has to complete the shifting work, on receipt of writing approval given by RISL. To complete the shifting work & establish the connectivity necessary liaising with concerned stack holders to be done by bidder.

5) Separate work order shall be given for shifting of the office and the shifting charges shall be paid as per the commercial bid. Safe transportation of the equipment from one location to other is the responsibility of the bidder. Any damages or faulty equipment need to be change by successful bidder, no extra charge shall be paid by RISL for the same.

q) OFC, LAN, Electric cabling & Earthing Maintenance

Page 29: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 28 of 142

1) The successful bidder has to monitor the LAN & OFC cabling laid/provided under RajNET Project upto GP level offices.

2) The LAN & OFC Maintenance support shall include all passive components including, I/O Port, Lan Cable, screws, clamp, fasteners, ties anchors, supports, ground strips, wires, gears, spares, power-cables, Network cables etc.

3) However, RISL has specific SI's for OFC maintenance to cover this project duration. Therefore, primarily SI has to coordinate & manage specific vendor of OFC for rectification.

4) All the LAN & OFC related work which will be carried out under this RFP, shall be maintained till end of the project by the bidder.

5) The bidder has to manage and maintain LAN Cabling along with I/O Port provided at Vertical PoP (5 & 4 I/O Port at each PoP Location DHQ & BHQ respectively), HO (4 at each office) and GP (7 at each GP).

6) The electric cabling provided for only the RajNET IT infrastructure should be taken care by bidder.

7) The selected bidder is required to setup a new earthing at approved PoP rooms, HO Sites and GP (as per the work order) as per the specifications given in the RFP from date of work order. It shall be maintained for completed project duration by the bidder. This earthing will be provided to RajNET infrastructure only.

r) Online Web-Portal (brief scope but not limited to)

1) The successful bidder is required to setup an online web portal solution available to all stakeholders.

2) This portal shall provide online information regarding the connectivity details department wise, inventory, faulty item details, contact directory, electricity payment report, battery changes & progress report, department wise user details, all stakeholders username password etc.

3) The network and server infrastructure to host the portal will be provided by RISL at RSDC, Jaipur. RISL may ask to make changes over portal OR integration with other applications as and when required.

B. Supply of New Equipment/services (Rate Contract)

The bidder has to supply and install/deploy the equipment/services across Rajasthan upto GP level offices. The bidder has to provide the OEM Warranty/Bidder Warranty (As per Annexure – 1) of these equipment from Go-Live date. The rate contract is valid for 2 years.

1) All the supplied components of network must be integrated with existing network / servers for commissioning.

2) All the supplied components must come with required accessories for proper functioning and their physical installation. Any component required for physical installation which doesn’t come with the product, the bidder has to supply without additional cost to the purchaser.

Page 30: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 29 of 142

3) All the supplied items are to be installed in offices/locations upto GP level provided by RISL.

4) OEM/Bidder Warranty must be provided from date of Go-Live provided by RISL after successful UAT of the supplied equipments.

C. Facility Management Services The deployed manpower should meet the qualification criteria as per below table

Item No.

Resource Detail

Minimum Resource

Minimum Experience

Qualifications & Certifications

Experience Details

1 Program Manager

1 17+ years BE / B-Tech. (IT/CS/ EC) with ITIL and having experience in Project Implementation & Management, with MBA or PMP/PRINCE2 certification

Out of 17+ Years of overall experience, have at least 10 years of handling large and complex networking projects like SWAN/SCADA/Surveillance system/Wi-Fi/Telecom core network.

Should have experience & worked on at least ONE projects for Government or Telecom.

Should have good experience of team management, more that 300+ technical staff.

Should have Experience of managing various components of Networking Infrastructure, covering WAN, LAN, MAN, OFC, RF, Lease Line, and Routing Switching.

Excellent writing, communication, time management, presentation and multi-tasking skills

Page 31: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 30 of 142

2 Manager (Operations)

1 15+ years BE/BTech/MCA/MBA with PRINCE2/ITIL/PMP

Out of 15+ Years of overall experience, have at least 8 years of rolling-out & manage large and complex networking projects like State Network/SCADA/Surveillance system/Wi-Fi/Telecom network.

Should have experience & worked on at least ONE projects for Government or Telecom.

Should have good experience of team management, more that 300+ technical staff.

3 Manager (Network)

4 12+ years BE/B.Tech/MCA (IT/CS/EC & Instrumentation) with Certified Network professional and ITIL Certified

Should have good knowledge of networking Infrastructure and one resource should have in depth knowledge of OFC network design and planning.

Prior project management experience of at least 5 years of handling large and complex Network/Telecom projects.

Preferably should have worked on installation and commissioning of network equipment’s.

Excellent writing, presentation, communication, time management and multi-tasking skills

4 Network Specialist

5 8+ years BE/B.Tech/MCA degree with Certified Network professional (CCNP in Routing Switching or Security / CCIE) or advanced level of Networking

Network management (routing & Switching), Router Configuration and Troubleshooting, up gradation, Link Performance Management, Management of all L3 Switch & L2 Switch, DWDM (Specially Cisco & Tejas), etc. at all the PoP's/ Departments/network locations.

Required to support for problems & changes. Managing Lease

Page 32: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 31 of 142

OEM certification

Line, OFC, Wireless, Video Conferencing etc.

Having good experience of trouble shooting of network equipment.

Should have very good knowledge of upgrading IOS and other software for network infrastructure.

Preferably should have worked on installation and commissioning of network equipment’s.

5 Security Administrator

1 8+ years BE/B.Tech degree with Certified CEH, CISA, CCSA, CCSE, CCNAS and CCNPS. (at least 3 Certifications, require) and Should have experience in Checkpoint UTM

Demonstrated excellence in configuring and managing virtual Firewall (Cisco Firewall, Checkpoint VSX, FortiGATE VDOM, IPS, IDS, Sophos) and Cisco VRFs for both intranet and internet.

Should have experience in Network & Security technologies of Firewalls, proxies, HIPS, NIPS, Web Gateway Security products like Websense or IronPort or Barracuda or Blue Coat etc.

Adept in Networking Security, Data Centre Operations, IT infrastructure Management, Network Administration, Technology Support and Technical Troubleshooting.

6 NMS Administrator

2 8+ years BE/B.Tech/MCA degree with Certified Network professional (CCNA in Routing Switching or Security / CCIE) or advanced level

Should experience of IT/Network Monitoring, Enterprise level NMS & Helpdesk Management tools.

Should have 3+ years of relevant experience on NMS tool, CA /HP/Other EMS.

Must have experience of large scale deployment of NMS (with

Page 33: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 32 of 142

of Networking/ OEM certification

10000 nodes at least) along with administration of NMS.

Should have very good knowledge of Operating system & database

7 Collaboration Server Administrator

2 8+ years BE/B.Tech/MCA degree with Certified Network professional (CCNP in Routing Switching and CCNP voice/collaboration) or advanced level of Networking/Collaboration OEM certification

Should have at least 3+ experience to setup and server/application administration of Cisco Meeting Server/UCS Server/Load Balancer/ Cisco Expressway/VCS Server/ Cisco Telepresence Management Suite (TMS)/ Cisco Unified Communication Manager

Should have very good knowledge of Operating system & database

8 Wireless Network Administrator

2 8+ years BE/B.Tech degree with Certified Network professional (ACCA, ACMP, ACDP, ACCP, CCNP Wireless) of any 2 certifications

Should have at least 3+ experience to setup and server/application administration of Aruba Airwave Server, Clearpass Server, Aruba Wi-Fi Controller, Aruba Glass Server, Efficient IP DHCP Server, Airwave Management Platform

Should have very good knowledge of Operating system & database

9 Collaboration (VoIP/Video) Service Engineer

20 1+ years B.E/B.Tech/MCA/ MSC-IT/BCA/Diploma

Should have knowledge related to Video Conference conduction along with basic knowledge of OS, Network, etc.

10 NOC (Shift Engineer)

50 3+ years BE/B.Tech/ MCA / MSC-IT

Preferably CCNA

Should have at least 1 years of experience in helpdesk/support services (Desktop, Server, printer, network troubleshooting etc.).

Page 34: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 33 of 142

Should have experience in Networking. Should have working experience on help desk software

11 Helpdesk Engineer

20 1+ years BE/B.Tech/MCA/MSc(IT)/BCA/Diploma

Should have at least 1 years of experience in IT field.

12 District Coordinator

32 8+ years BE/B.Tech ( IT/CS/ EC)/ MSC-IT/MCA with Certified Network professional (CCNA) or any Networking OEM certification

Network management Router Configuration and Troubleshooting, up gradation, Link Performance Management, Management of all Switches & Router at all the PoP's/ Departments.

Required to support for problems & changes. Managing Lease Line, OFC, Wireless, Video Conferencing etc.

Having good experience of trouble shooting of network equipment.

8+ years of overall experience with at least 3+ years relevant experience of IT / Network infrastructure and Monitoring of the services.

Preferably should have worked on installation and commissioning of network equipment’s.

13 Network Support Engineer

64 3+ years BE/ B.Tech/ MSC-IT/MCA

3+ years of overall experience with at least 2 years of relevant experience in managing all aspects of IT/ Network infrastructure and Monitoring of the services.

Having good experience of trouble shooting of network equipment.

Required to support for problems & changes. Managing Lease

Page 35: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 34 of 142

Line, OFC, Wireless, Video Conferencing etc.

14 Network Field Engineer

704 1+ years BE/B.Tech/MSc-IT/MCA/BSc/BCA/Diploma/ITI

Basic knowledge of Networking equipment and peripherals.

Basic knowledge of electrical wiring and Gen-Sets working.

Preferably have knowledge to operate the splicing, OTDR machine or Basic operation and maintenance of UPS battery & DG set. Trouble shooting of network equipment.

15 Senior Software Developer

2 5+ years BE/B.Tech/MSc-IT/MCA/BSc with knowledge of Dot net, JAVA, Php, RDBMS, Mysql, MS-Sql

Shall be responsible to develop and maintain the Web-based service management system and other various application development as per requirement of RISL.

1) The bidder has to deploy the minimum manpower at different levels/location for successful management and implementation of the project. However, SI may be required to depute any other manpower over & above the requirement specified to meet the project requirements SLA. The bidder shall also ensure that the minimum required manpower is available at all locations on a daily basis. The bidder has to keep additional manpower in buffer so that in case any employee is on leave then the buffer staff can be deputed during the leave period.

2) The bidder shall provide Facility Management Services for Complete RajNET infrastructure (RajNET, RajSWAN, Tetepresence VC, RajWiFi, SecLAN, etc.) System Integrations with 3rd party Hardware / Software, equipment/Items and related ITC services including day to day operations of items/services. Bidder shall also ensure uptime of all the equipment/services as per the SLA requirements as mentioned in the tender documents.

3) Required space, furniture and PC to the personnel deployed in NOC shall be facilitated by the RISL. For required PC/laptop for field work, the successful bidder will provide at no additional cost to purchaser.

4) All manpower need to be deployed under the project, should be ready to work in 24 x 7 manner as and when require.

5) To resolve any issues, the bidder should co-ordinate with Project OIC/ department/ designated agency and all stakeholders on behalf of RISL.

6) The successful bidder shall provide the FMS service for other projects as well which shall be done by RISL in next 5 years under RajNET. The AMC for those projects shall be taken care by RISL.

Page 36: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 35 of 142

7) The manpower should be available as below:

S. No.

Resource Detail Working Hours Penalty

1 Project Manager Government Working Hours Rs. 6,000 per resource per

absent day

2 Manager

(Operations) Government Working Hours

Rs. 5,000 per resource per absent day

3 Manager (Networks) Government Working Hours, One weekly off on Saturday/Sunday

Rs. 4,000 per resource per absent day

4 Network Specialist Government Working Hours, One weekly off on Saturday/Sunday,

One person in night shift

Rs. 3,000 per resource per absent day

5 Security

Administrator Government Working Hours, One weekly off on Saturday/Sunday

Rs. 3,000 per resource per absent day

6 NMS Administrator Government Working Hours, One weekly off on Saturday/Sunday

Rs. 3,000 per resource per absent day

7 Collaboration Server

Administrator Government Working Hours, One weekly off on Saturday/Sunday

Rs. 3000 per resource per absent day

8 Wireless Network

Administrator Government Working Hours, One weekly off on Saturday/Sunday

Rs. 3,000 per resource per absent day

9 Collaboration

(VoIP/Video) Service Engineer

In shift manner, One weekly off Rs. 1000 per resource per

absent day

10 NOC (Shift Engineer)

In shift manner, One weekly off Rs. 1000 per resource per

absent day

11 Helpdesk Engineer In shift manner, One weekly off Rs 500 per resource per

absent day

12 District Coordinator Government Working Hours, One

weekly off on Sunday Rs. 3,000 per resource per

absent day

13 Network Support

Engineer Government Working Hours, One

weekly off on Sunday Rs. 1000 per resource per

absent day

14 Network Field

Engineer Government Working Hours, One

weekly off on Sunday

Rs 500 per resource per absent day, Maximum

penalty of Rs 12000 per month

15 Senior Software

Developer Government Working Hours, One

weekly off on Sunday Rs. 2000 per resource per

absent day

8) However, for 24x7 operations the Engineers may be deputed in shifts and on demand. The manpower shall be given 1 weekly off on Sunday. In case of any requirement of RISL/GoR, same may be called on Sunday as well.

9) On any government holiday, one person (at SHQ) from Sr no 1/2/3, one person from Sr no 4 and one person (at DHQ) from Sr no 12 or 13 must be available in office.

10) The manpower mentioned in Sr no 1 to 8 and Sr no 12 must be on bidder’s payroll. Rest of the manpower can be subleted (sub-contracted) to third party.

Page 37: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 36 of 142

11) One resource (with 5+ year experience) is to be deployed by NMS OEM (whose solution is proposed to be deployed under this NIB) for complete project duration.

12) The penalty mentioned in aforementioned table shall be doubled (multiply by 2 in compound), if the bidder has failed to deploy the person in next quarter until unless it is due to some force-majeure event. The manpower under the project must be deployed within 30 days from date of work order.

13) The bidder has to provide quarterly attendance report duly seal and signed by their respective DoIT&C/RISL officials.

14) The manpower will be deployed exclusively for the project only and cannot be shared by the bidder for other purposes. The resources deployed shall be on disposal of RISL and may be utilized for other IT activities as per RISL requirement.

15) In the event of non-deployment/ non availability of the committed manpower on account of any cause, the bidder must inform the same in writing to RISL/DoIT&C and replace the person with equivalent qualification and experience. The SLA shall be applicable for such case also. Non-deployment/ non availability of the required manpower shall attract penalty as per SLA.

16) In case RISL finds a deployed resource non-performing, then the resource may be asked to be replaced to the bidder on one-month notice. After one month, the post will be treated as vacant if new resource is not deployed. Penalty against Non-deployment/non-availability of resources will be applied.

17) The successful bidder must follow minimum wages to all the deployed resources under the project as per Rajasthan Labor Department’s latest notifications. The successful bidder shall be responsible for compliances of all statutory laws, such as Minimum Wages Act and other applicable laws. Other provision like EPF, ESI etc. shall be complied by the successful bidder & his sub-contractor without any cost to tendering authority. The successful bidder has to provide documentary proof (No pendency certificate regarding wages/salary, EPF, ESI contribution and other applicable statutory taxes and charges) of above compliances.

18) The successful bidder will give the yearly increment of minimum average 6% to salary/wages of all the deployed resources under the project.

D. Project Milestones, Deliverables & Timelines

The milestones, deliverables and time schedule for the implementation of the project shall be as follows:- a) The time specified for delivery and other activities as mentioned in the table below shall

be deemed to be the essence of the contract and the successful bidder shall arrange manpwer, supplies and provide the required services within the specified period.

b) It should be noted that any delay in the project timelines shall attract Liquidated Damages to the selected bidder.

Page 38: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 37 of 142

S. No

Milestone Deliverable Timelines Payment Schedule

For AMC

1

Handover of current project infrastructure

Physical Verification Report signed by RISL official, RISL TPA (if any),

Incoming SI and Outgoing SI.

Within T+60 days from

date of work order.

NA.

2 O&M of project infrastructure

Preventive Maintenance Report (Soft Copy/Hard Copy)

Quarterly 25% of annual AMC charges

Uptime Report of network nodes (Soft Copy/Hard Copy)

Incident/Ticket Management Report (Soft Copy/Hard Copy)

Security Incident Report (Yearly)

Asset Management Report (Yearly)

For FMS

3 Manpower

charges

Verified Attendance Report Undertaking of No pendecy for wages and deposition of EFP and ESIC contribution of the workers.

Quarterly 25% of annual FMS charges

New Network Infrastructure

4

Network Management System & End Point Security

(Sr No 1 & 2 of

BoM Part-B)

Delivery Challan & Installation Report &

Compliance of Technical Specification

Within T+90 days from

date of work order.

70% at the time of commissioning and remaining 30% in 1.5%

quarterly payment

5

Supply and Commissioning

of hardware

(Sr No 3 – 13 of BoM Part-B)

Delivery Challan & Installation Report

Within T+60 days from

date of work order. (date

of work order is

excluded)

50% at delivery of equipment, 30% at commissioning of

equipment and remaining 20% in

1% quarterly payment

6

Passive Infrastructure

(Sr 14 – 17 of BoM Part-B)

Delivery Challan & Installation Report

Within T+60 days from

date of work order.

100% at the time of commissioning

7

Shifting of Infrastrucutre

(Sr 18 – 20 of BoM Part-B)

Delivery Challan & Installation Report

Within T+15 days from

date of work order.

100% at the time of commissioning

Page 39: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 38 of 142

Note:- a) Here “T” is the date of issuance of work order. Date of work order is exclude in timeline

calculation. b) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after

submission of an invoice or request for payment by the supplier/ selected bidder. c) RISL is working as a Pure Agent and executing the projects on behalf of Government of

Rajsthan. All the invoices should be raised in the name of department for which goods and services will be taken. The name for which billing will be done, shall be intimated by RISL.

d) RISL may involve Third Party Auditor (TPA) to check and verify the installation & commissioning, deliverables against milestone, any other work & services under the project.

e) The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing, accompanied by invoices describing, as appropriate, the goods delivered and related services performed, and by the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the Contract.

f) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only.

g) All remittance charges will be borne by the supplier/ selected bidder. h) In case of disputed items, the disputed amount shall be withheld and will be paid only after

settlement of the dispute. i) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned

in this bidding document, will be deducted from the payments for the respective milestones. j) Taxes (GST, income tax, etc.), as applicable, will be deducted at source, from due payments,

as per the prevalent rules and regulations.

Page 40: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 39 of 142

6. INSTRUCTION TO BIDDERS (ITB) 1) Sale of Bidding/ Tender Documents

a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding document shall also be placed on the State Public Procurement Portal and eProcurement portal. The prospective bidders shall be permitted to download the bidding document from the websites and pay its price while submitting the Bid to the procuring entity.

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

c) Bidding documents purchased by Principal of any concern may be used by its authorized sole selling agents/ marketing agents/ distributors/ sub-distributors and authorized dealers or vice versa.

2) Pre-bid Meeting/ Clarifications

a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of the bidding documents.

b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the NIB and to clarify doubts of potential bidders in respect of the procurement and the records of such conference shall be intimated to all bidders and where applicable, shall be published on the respective websites.

c) The period within which the bidders may seek clarifications under (a) above and the period within which the procuring entity shall respond to such requests for clarifications shall be as under: -

i. Last date of submitting clarifications requests by the bidder as per NIB ii. Response to clarifications by procuring entity as per NIB

d) The minutes and response, if any, shall be provided promptly to all bidders to which the procuring entity provided the bidding documents, so as to enable those bidders to take minutes into account in preparing their bids, and shall be published on the respective websites.

3) Changes in the Bidding Document

a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason, whether on its own initiative or as a result of a request for clarification by a bidder, modify the bidding documents by issuing an addendum in accordance with the provisions below.

b) In case, any modification is made to the bidding document or any clarification is issued which materially affects the terms contained in the bidding document, the procuring entity shall publish such modification or clarification in the same manner as the publication of the initial bidding document.

c) In case, a clarification or modification is issued to the bidding document, the procuring entity may, prior to the last date for submission of Bids, extend such time limit in order to allow the bidders sufficient time to take into account the clarification or modification, as the case may be, while submitting their Bids.

d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the opportunity to modify or re-submit it, as the case may be, within the period of time

Page 41: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 40 of 142

originally allotted or such extended time as may be allowed for submission of Bids, when changes are made to the bidding document by the procuring entity:

e) Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for evaluation.

4) Period of Validity of Bids

a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity as non-responsive Bid.

b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional circumstances, may request the bidders to extend the bid validity period for an additional specified period of time. A bidder may refuse the request and such refusal shall be treated as withdrawal of Bid and in such circumstances bid security shall not be forfeited.

c) Bidders who agree to an extension of the period of validity of their Bids shall extend or get extended the period of validity of bid securities submitted by them or submit new bid securities to cover the extended period of validity of their bids. A bidder whose bid security is not extended, or that has not submitted a new bid security, is considered to have refused the request to extend the period of validity of its Bid.

5) Format and Signing of Bids:

a) Bidders must submit their bids online at e-Procurement portal i.e. http://eproc.rajasthan.gov.in.

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

c) A single-stage two-part/ cover system shall be followed for the Bid: - i. Technical Bid, including fee details, eligibility & technical documents ii. Financial Bid

d) The Technical Bid shall consist of the following documents shall be uploaded in scanned PDF format (Bidder’s are required to fill relevant page no.’s of the bid document submitted in the table given below): -

Sl. No. Documents Type Document Format Page No.

1 Covering Letter – Technical Bid

On bidder’s letter head duly signed by authorized signatory (as per Annexure-10)

Fee Details

2 Bidding document Fee (Tender Fee)

Proof of submission (PDF)

3 RISL Processing Fee (e-Procurement)

Instrument/ Proof of submission (PDF)

4 Bid Security Instrument/ Proof of submission (PDF)

Eligibility Documents

5 Bidder’s Authorization Certificate along with a copy of board resolution/ Power of Attorney in favour of person signing

As per Annexure-4 and copy of Power of Attorney/ Copy of board resolution

Page 42: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 41 of 142

Sl. No. Documents Type Document Format Page No.

the Letter of Authority stating that the Authorized signatory can sign the bid/contract on behalf of the firm

All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility as per the format mentioned against the respective eligibility criteria clause.

6. Legal Entity 7. Financial: Turnover 8. Financial: Net Worth 9. Technical Capability 10. Tax registration 11. Certifications 12. Mandatory Undertaking 13. Mandatory requisites 14. Local support in Jaipur

Technical Documents

15 Certificate of Conformity/ No-Deviation As per Annexure-5 (PDF) 16 Undertaking of Authenticity of

Equipment As per Annexure-7 (PDF) [On non-judicial stamp paper of Rs. 100

17 Components Offered + Technical Specifications compliance sheet for all items only on OEM Letter Head

As per Annexure-8 + As per Annexure-2 along with datasheet {Compliance sheet as per Annexure 2 from OEM of the product and bidders both.}

18 Other documents All other Annexures-1,3, etc., duly filled (as required) and signed

19 Covering Letter of Financial bid* As per Annexure-11 (PDF) 20 Certificate Of Conformity/ No Deviation

By OEM As per Annexure-5 (Scanned copy)

*Please note that only the “Covering Letter of Financial bid” needs to be submitted along with the technical bid. Financial bid (commercials) needs to be submitted only on e-procurement website as per the BoQ template.

e) Financial bid shall include the following documents: -

Sr. No.

Documents Type Document Format Page No

1. Financial Bid – Cover Letter

On bidder’s letter head duly signed by authorized signatory as per Annexure-12 (PDF)

2. Financial Bid – Format As per BoQ (.XLS) format available on e-Procurement portal

Page 43: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 42 of 142

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

6) Cost & Language of Bidding

a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the procuring entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the procuring entity, shall be written only in English Language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English/ Hindi language, in which case, for purposes of interpretation of the Bid, such translation shall govern.

7) Alternative/ Multiple Bids

Alternative/ Multiple Bids shall not be considered at all. The bidder shall quote for single brands/ make/ model for each item in the technical Bid and should also mention the details of the quoted make/ model in the “Annexure-09: Components Offered”.

8) Bid Security

Every bidder, if not exempted, participating in the procurement process will be required to furnish the bid security as specified in the NIB.

a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and Cooperative Societies which are owned or controlled or managed by the State Government and Government Undertakings of the Central Government.

b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily accompany the technical bid.

c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision shall not be adjusted towards bid security for the fresh bids. The bid security originally deposited may, however, be taken into consideration in case bids are re-invited.

d) The bid security may be given in the form of a banker’s cheque or demand draft or bank guarantee, in specified format, of a scheduled bank. The bid security must remain valid thirty days beyond the original or extended validity period of the bid.

e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and terms of the bid security, must be acceptable to the procuring entity.

f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The procuring entity shall respond promptly to such a request.

g) The bank guarantee presented as bid security shall be got confirmed from the concerned issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any proposed confirmer does not preclude the procuring entity from rejecting the bid security on the ground that the issuer or the confirmer, as the case may be, has become insolvent or has otherwise ceased to be creditworthy.

Page 44: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 43 of 142

h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful bid and signing of Agreement and submitting performance security.

i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in any of the following cases, namely: -

a. when the bidder withdraws or modifies its bid after opening of bids; b. when the bidder does not execute the agreement, if any, after placement of supply/

work order within the specified period; c. when the bidder fails to commence the supply of the goods or service or execute

work as per supply/ work order within the time specified; d. when the bidder does not deposit the performance security within specified period

after the supply/ work order is placed; e. if the bidder breaches any provision of code of integrity, prescribed for bidders,

specified in the bidding document.

j) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited.

k) No interest shall be payable on the bid security. l) In case of the successful bidder, the amount of bid security may be adjusted in arriving

at the amount of the Performance Security, or refunded if the successful bidder furnishes the full amount of performance security.

m) The procuring entity shall promptly return the bid security after the earliest of the following events, namely:-

a. the expiry of validity of bid security; b. the execution of agreement for procurement and performance security is furnished

by the successful bidder; c. the cancellation of the procurement process; or d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding

documents stipulate that no such withdrawal is permitted. 9) Deadline for the submission of Bids

a) Bids shall be received online at e-Procurement portal and up to the time and date specified in the NIB.

b) Normally, the date of submission and opening of Bids will not be extended. In exceptional circumstances or when the bidding document are required to be substantially modified as a result of discussions in pre-bid meeting/ conference or otherwise and the time with the prospective bidders for preparation of Bids appears insufficient, the date may be extended by the procuring entity. In such case the publicity of extended time and date shall be given in the manner, as was given at the time of issuing the original NIB and shall also be placed on the State Public Procurement Portal, if applicable. It shall be ensured that after issue of corrigendum, reasonable time is available to the bidders for preparation and submission of their Bids. The procuring entity shall also publish such modifications in the bidding document in the same manner as the publication of initial bidding document. If, in the office of the Bids receiving and opening authority, the last date of submission or opening of Bids is a non-working day, the Bids shall be received or opened on the next working day.

Page 45: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 44 of 142

10) Withdrawal, Substitution, and Modification of Bids

a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical and/ or financial cover) as per the instructions/ procedure mentioned at e-Procurement website under the section “Bidder’s Manual Kit”.

b) Bids withdrawn shall not be opened and processed further.

11) Opening of Bids

a) The Bids shall be opened by the bid opening & evaluation committee on the date and time mentioned in the NIB in the presence of the bidders or their authorised representatives who choose to be present.

b) The committee may co-opt experienced persons in the committee to conduct the process of Bid opening.

c) The committee shall prepare a list of the bidders or their representatives attending the opening of Bids and obtain their signatures on the same. The list shall also contain the representative’s name and telephone number and corresponding bidders’ names and addresses. The authority letters, if any, brought by the representatives shall be attached to the list. The list shall be signed by all the members of Bid opening committee with date and time of opening of the Bids.

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

e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the prima-facie responsiveness and ensure that the: -

a. Bid is accompanied by bidding document fee, bid security or bid securing declaration, and processing fee (if applicable);

b. Bid is valid for the period, specified in the bidding document; c. Bid is unconditional and the bidder has agreed to give the required performance

security; and d. Other conditions, as specified in the bidding document are fulfilled. e. Any other information which the committee may consider appropriate.

f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof of payment or instrument of the required price of bidding document, processing fee and bid security.

g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time intimated to the bidders who qualify in the evaluation of technical Bids.

12) Selection Method

The selection method is Least Cost Based Selection (LCBS or L1). One Lowest evaluated technically responsive bidder shall be selected for award of contract on cumulative total amount of all the BOQ as per his financial bids.

13) Clarification of Bids

a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The committee’s request for clarification and the response of the bidder shall be through the e-Procurement portal/email/letter.

Page 46: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 45 of 142

b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by the committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the committee in the evaluation of the financial Bids.

d) No substantive change to qualification information or to a submission, including changes aimed at making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted.

14) Evaluation & Tabulation of Technical Bid

a) Determination of Responsiveness a. The bid evaluation committee shall determine the responsiveness of a Bid on the

basis of bidding document and the provisions of pre-qualification/ eligibility criteria of the bidding document.

b. A responsive Bid is one that meets the requirements of the bidding document without any material deviation, reservation, or omission where: - i. “deviation” is a departure from the requirements specified in the bidding

document; ii. “reservation” is the setting of limiting conditions or withholding from complete

acceptance of the requirements specified in the bidding document; and iii. “Omission” is the failure to submit part or all of the information or documentation

required in the bidding document. c. A material deviation, reservation, or omission is one that,

i. if accepted, shall: - 1. affect in any substantial way the scope, quality, or performance of the subject

matter of procurement specified in the bidding documents; or 2. limits in any substantial way, inconsistent with the bidding documents, the

procuring entity’s rights or the bidder’s obligations under the proposed contract; or

ii. if rectified, shall unfairly affect the competitive position of other bidders presenting responsive Bids.

d. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to confirm that all requirements of bidding document have been met without any material deviation, reservation or omission.

e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in the bidding document, or it contains minor deviations that do not materially alter or depart from the characteristics, terms, conditions and other requirements set out in the bidding document, or if it contains errors or oversights that can be corrected without touching on the substance of the Bid.

b) Non-material Non-conformities in Bids a. The bid evaluation committee may waive any non-conformities in the Bid that do not

constitute a material deviation, reservation or omission, the Bid shall be deemed to be substantially responsive.

b. The bid evaluation committee may request the bidder to submit the necessary information or document like audited statement of accounts/ CA Certificate, Registration Certificate, ISO/ CMMi Certificates, etc. within a reasonable period of time. Failure of the bidder to comply with the request may result in the rejection of its Bid.

c. The bid evaluation committee may rectify non-material nonconformities or omissions on the basis of the information or documentation received from the bidder under (b) above.

c) Technical Evaluation Criteria

Page 47: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 46 of 142

Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid shall contain all the documents as asked in the clause “Format and signing of Bids”. POC may be conducted for any item asked in tender document and if not found technically qualified, complete bid will be rejected.

d) Tabulation of Technical Bids a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation

committee in the form of a comparative statement to evaluate the qualification of the bidders against the criteria for qualification set out in the bidding document.

b. The members of bid evaluation committee shall give their recommendations below the table as to which of the bidders have been found to be qualified in evaluation of Technical Bids and sign it.

a. The number of firms qualified in technical evaluation, if less than three and it is considered necessary by the procuring entity to continue with the procurement process, reasons shall be recorded in writing and included in the record of the procurement proceedings.

b. The bidders who qualified in the technical evaluation shall be informed in writing about the date, time and place of opening of their financial Bids.

15) Evaluation & Tabulation of Financial Bids

a) The financial bids/ cover of bidders who qualify in technical evaluation shall be opened at the notified time, date and place by the members of the designated Procurement Committee in the presence of the bidders or their representatives who choose to be present. Alternatively, the bidders may also view the financial bid opening status/ process online at e-Procurement website.

b) The process of opening of financial bids/ covers shall be similar to that of technical bids. c) The names of the bidders, the rates given by them and conditions put, if any, shall be

read out and recorded. d) Conditional Bids are liable to be rejected; e) In order to decide the L1 bidder, Refer “Selection Method” at Point 12. f) To evaluate a bid, the tendering authority shall consider the following:-

a. the bid price as quoted in accordance with bidding document. b. price adjustment for correction of arithmetic errors in accordance with bidding

document. g) The evaluation shall include all costs and all taxes and duties applicable to the bidder

as per law of the Central/ State Government/ Local Authorities. h) The offers shall be evaluated and marked L1, L2, L3 etc. based “Selection Method” as

above. L1 being the lowest offer and then others in ascending order. i) The bid evaluation committee shall prepare a comparative statement in tabular form in

accordance with rules along with its report on evaluation of financial Bids and recommend the lowest offer for acceptance to the procuring entity.

j) The members of bids evaluation committee shall give their recommendations below the table regarding lowest Bid and sign it.

k) It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing market rates of the goods, works or service required to be procured.

Page 48: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 47 of 142

16) Correction of Arithmetic Errors in Financial Bids

The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the following basis, namely: -

a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the bid evaluation committee there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

c) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to clause (a) and (b) above.

17) Price/ purchase preference in evaluation

Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the bidding document shall be considered in the evaluation of Bids and award of contract.

18) Negotiations

a) Except in case of procurement by method of single source procurement or procurement by competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-bid stage. All clarifications needed to be sought, shall be sought in the pre-bid stage itself.

b) Negotiations may, however, be undertaken only with the lowest bidder when the rates are considered to be much higher than the prevailing market rates.

c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and results of negotiations shall be recorded in the proceedings.

d) The lowest or most advantageous bidder shall be informed in writing either through messenger or by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce the time, provided the lowest or most advantageous bidder has received the intimation and consented to regarding holding of negotiations.

e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation committee shall have option to consider the original offer in case the bidder decides to increase rates originally quoted or imposes any new terms or conditions.

f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid evaluation committee may choose to make a written counter offer to the lowest or most advantageous bidder and if this is not accepted by him/her, the committee may decide to reject and re-invite Bids or to make the same counter-offer first to the second lowest or most advantageous bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This procedure shall be used in exceptional cases only.

g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.

Page 49: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 48 of 142

19) Exclusion of Bids / Disqualification

a) A procuring entity shall exclude/ disqualify a Bid, if: - i. the information submitted, concerning the qualifications of the bidder, was false or

constituted a misrepresentation; or ii. the information submitted, concerning the qualifications of the bidder, was materially

inaccurate or incomplete; and iii. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the

bidding document; iv. the Bid materially departs from the requirements specified in the bidding document

or it contains false information; v. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or

agreed to give, to any officer or employee of the procuring entity or other governmental authority a gratification in any form, or any other thing of value, so as to unduly influence the procurement process;

vi. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair competition.

b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is discovered.

c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing and shall be: -

i. communicated to the concerned bidder in writing; ii. published on the State Public Procurement Portal, if applicable.

20) Lack of Competition

a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up with one responsive Bid only. In such situation, the bid evaluation committee would check as to whether while floating the NIB all necessary requirements to encourage competition like standard bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids, etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process shall be considered valid even if there is one responsive Bid, provided that:- i. the Bid is technically qualified; ii. the price quoted by the bidder is assessed to be reasonable; iii. the Bid is unconditional and complete in all respects; iv. there are no obvious indicators of cartelization amongst bidders; and v. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in

the bidding document b) The bid evaluation committee shall prepare a justification note for approval by the next

higher authority of the procuring entity, with the concurrence of the accounts member. c) In case of dissent by any member of bid evaluation committee, the next higher authority

in delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids after recording reasons.

d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of market depth, eligibility criteria and cost estimate.

Page 50: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 49 of 142

21) Acceptance of the successful Bid and award of contract

a) The procuring entity after considering the recommendations of the bid evaluation committee and the conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall accept or reject the successful Bid. If any member of the bid evaluation committee, has disagreed or given its note of dissent, the matter shall be referred to the next higher authority, as per delegation of financial powers, for decision.

b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to procuring entity for taking decision. If the decision is not taken within the original validity period or time limit allowed for taking decision, the matter shall be referred to the next higher authority in delegation of financial powers for decision.

c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is reasonable and consistent with the required quality.

d) A Bid shall be treated as successful only after the competent authority has approved the procurement in terms of that Bid.

e) The procuring entity shall award the contract to the bidder whose offer has been determined to be the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding document and if the bidder has been determined to be qualified to perform the contract satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding document for the subject matter of procurement.

f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful bidder, in writing, that its Bid has been accepted.

g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the concerned bidder by registered post or email and asked to execute an agreement in the format given in the bidding documents on a non-judicial stamp of requisite value and deposit the amount of performance security or a performance security declaration, if applicable, within a period specified in the bidding documents or where the period is not specified in the bidding documents then within fifteen days from the date on which the letter of acceptance or letter of intent is dispatched to the bidder.

h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the bidder given in the bidding document. Until a formal contract is executed, the letter of acceptance or LOI shall constitute a binding contract.

i) The bid security of the bidders who’s Bids could not be accepted shall be refunded soon after the contract with the successful bidder is signed and its performance security is obtained.

22) Information and publication of award

Information of award of contract shall be communicated to all participating bidders and/or published on the respective website(s) as specified in NIB.

23) Procuring entity’s right to accept or reject any or all Bids

The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the bidders.

Page 51: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 50 of 142

24) Right to Vary Quantities

a) If the procuring entity does not procure any subject matter of procurement or procures less than the quantity specified in the bidding documents due to change in circumstances, the bidder shall not be entitled for any claim or compensation.

b) Repeat orders for extra items or additional quantities may be placed on the rates and conditions given in the contract. Delivery or completion period may also be proportionately increased. The limits of repeat order shall be as under: -

i. 50% of the quantity of the individual items and 50% of the value of original contract in case of works; and

ii. 50% of the value of goods or services of the original contract. iii. Such orders shall not be given for a period exceeding one month from the date

of expiry of last supply* (delivery) made and also subject to the condition that price have since not reduced and purchase were not made on urgent basis.

*Last supply mean supply made under clause (b) above.

25) Performance Security

a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders except the departments of the State Government and undertakings, corporations, autonomous bodies, registered societies, co-operative societies which are owned or controlled or managed by the State Government and undertakings of the Central Government. However, a performance security declaration shall be taken from them. The State Government may relax the provision of performance security in particular procurement or any class of procurement.

b) The amount of performance security shall be 2.5%, of the amount of supply order in case of procurement of goods and services. In case of Small Scale Industries (SSI) of Rajasthan, it shall be 0.5% of the amount of quantity ordered for supply of goods and in case of sick industries, other than SSI, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be 1% of the amount of supply order.

c) Performance security shall be furnished in any one of the following forms: - i. Bank Draft or Banker’s Cheque of a scheduled bank; ii. National Savings Certificates and any other script/ instrument under

National Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of bid and formally transferred in the name of procuring entity with the approval of Head Post Master;

iii. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other conditions regarding bank guarantee shall be same as mentioned in the bidding document for bid security;

iv. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity on account of bidder and discharged by the bidder in advance. The procuring entity shall ensure before accepting the FDR that the bidder furnishes an undertaking from the bank to make payment/ premature payment of the FDR on demand to the procuring entity without requirement of consent of the bidder concerned. In the event of forfeiture of the performance security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

Page 52: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 51 of 142

d) Performance security furnished in the form specified in clause [b.] to [e.] of (C) above shall remain valid for a period of 90 days beyond the date of completion of all contractual obligations of the bidder, including warranty obligations and maintenance and defect liability period.

e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if any, in the following cases:-

i. When any terms and condition of the contract is breached. ii. When the bidder fails to make complete supply satisfactorily. iii. if the bidder breaches any provision of code of integrity, prescribed for bidders,

specified in the bidding document. f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited. g) No interest shall be payable on the PSD. h) The performance security under the NIB should be submitted as per RTPP Act 2013

and its amendments.

26) Execution of agreement

a) A procurement contract shall come into force from the date on which the letter of acceptance or letter of intent is despatched to the bidder.

b) The successful bidder shall sign the procurement contract within 15 days from the date on which the letter of acceptance or letter of intent is despatched to the successful bidder.

c) If the bidder, who’s Bid has been accepted, fails to sign a written procurement contract or fails to furnish the required performance security within specified period, the procuring entity shall take action against the successful bidder as per the provisions of the bidding document and Act. The procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for acceptance the rates of lowest or most advantageous bidder to the next lowest or most advantageous bidder.

d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at its cost and to be purchase from anywhere in Rajasthan only.

27) Confidentiality

a) Notwithstanding anything contained in this bidding document but subject to the provisions of any other law for the time being in force providing for disclosure of information, a procuring entity shall not disclose any information if such disclosure, in its opinion, is likely to: -

i. impede enforcement of any law; ii. affect the security or strategic interests of India; iii. affect the intellectual property rights or legitimate commercial interests of bidders; iv. affect the legitimate commercial interests of the procuring entity in situations that

may include when the procurement relates to a project in which the procuring entity is to make a competitive bid, or the intellectual property rights of the procuring entity.

b) The procuring entity shall treat all communications with bidders related to the procurement process in such manner as to avoid their disclosure to competing bidders or to any other person not authorised to have access to such information.

c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the terms of the procurement contract, conditions aimed at protecting information, the disclosure of which violates (a) above.

Page 53: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 52 of 142

d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter of such nature which requires the procuring entity to maintain confidentiality, may impose condition for protecting confidentiality of such information.

28) Cancellation of procurement process

a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the procuring entity from initiating a new procurement process for the same subject matter of procurement, if required.

b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement initiated by it – i. at any time prior to the acceptance of the successful Bid; or ii. after the successful Bid is accepted in accordance with (d) and (e) below.

c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the procurement and shall return such unopened bids or proposals.

d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall be immediately communicated to all bidders that participated in the procurement process.

e) If the bidder whose Bid has been accepted as successful fails to sign any written procurement contract as required, or fails to provide any required security for the performance of the contract, the procuring entity may cancel the procurement process.

f) If a bidder is convicted of any offence under the Act, the procuring entity may: - i. cancel the relevant procurement process if the Bid of the convicted bidder has

been declared as successful but no procurement contract has been entered into; ii. rescind (cancel) the relevant contract or forfeit the payment of all or a

part of the contract value if the procurement contract has been entered into between the procuring entity and the convicted bidder.

29) Code of Integrity for Bidders

a) No person participating in a procurement process shall act in contravention of the code of integrity prescribed by the State Government.

b) The code of integrity include provisions for: - i. Prohibiting

i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit, either directly or indirectly, in exchange for an unfair advantage in the procurement process or to otherwise influence the procurement process;

ii. any omission, including a misrepresentation that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;

iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency, fairness and progress of the procurement process;

iv. improper use of information shared between the procuring entity and the bidders with an intent to gain unfair advantage in the procurement process or for personal gain;

v. any financial or business transactions between the bidder and any officer or employee of the procuring entity;

Page 54: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 53 of 142

vi. any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process;

vii. any obstruction of any investigation or audit of a procurement process; ii. disclosure of conflict of interest; iii. disclosure by the bidder of any previous transgressions with any entity in India or

any other country during the last three years or of any debarment by any other procuring entity.

c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a bidder or prospective bidder, as the case may be, the procuring entity may take appropriate measures including: -

i. exclusion of the bidder from the procurement process; ii. calling-off of pre-contract negotiations and forfeiture or encashment of bid

security; iii. forfeiture or encashment of any other security or bond relating to the

procurement; iv. recovery of payments made by the procuring entity along with interest thereon

at bank rate; v. cancellation of the relevant contract and recovery of compensation for loss

incurred by the procuring entity; vi. debarment of the bidder from participation in future procurements of the

procuring entity for a period not exceeding three years.

30) Interference with Procurement Process

A bidder, who: - a) withdraws from the procurement process after opening of financial bids; b) withdraws from the procurement process after being declared the successful bidder; c) fails to enter into procurement contract after being declared the successful bidder; d) fails to provide performance security or any other document or security required in

terms of the bidding documents after being declared the successful bidder, without valid grounds, shall, in addition to the recourse available in the bidding document or the contract, be punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of procurement, whichever is less.

31) Appeals

a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is aggrieved that any decision, action or omission of the procuring entity is in contravention to the provisions of the Act or the rules or guidelines issued thereunder, he may file an appeal to such officer of the procuring entity, as may be designated by it for the purpose, within a period of 10 days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved: a. Provided that after the declaration of a bidder as successful in terms of “Award of

Contract”, the appeal may be filed only by a bidder who has participated in procurement proceedings:

Page 55: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 54 of 142

b. Provided further that in case a procuring entity evaluates the technical Bid before the opening of the financial Bid, an appeal related to the matter of financial Bid may be filed only by a bidder whose technical Bid is found to be acceptable.

b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.

c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section within the period specified in (b) above, or if the bidder or prospective bidder or the procuring entity is aggrieved by the order passed, the bidder or prospective bidder or the procuring entity, as the case may be, may file a second appeal to an officer or authority designated by the State Government in this behalf within 15 days from the expiry of the period specified in (b) above or of the date of receipt of the order passed under (b) above, as the case may be.

d) The officer or authority to which an appeal is filed under (c ) above shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal:

e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be : <First Appellate Authority: Commissioner & Special Secretary, IT&C, GoR>

<Second Appellate Authority: Secretary (Budget), Finance Department, GoR> f) Form of Appeal:

i. Every appeal under (a) and (c) above shall be as per Annexure-16 along with as many copies as there are respondents in the appeal.

ii. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts stated in the appeal and proof of payment of fee.

iii. Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the case may be, in person or through registered post or authorised representative.

g) Fee for Appeal: Fee for filing appeal: i. Fee for first appeal shall be rupees two thousand five hundred and for second

appeal shall be rupees ten thousand, which shall be non-refundable. ii. The fee shall be paid in the form of bank demand draft or banker’s cheque of a

Scheduled Bank payable in the name of Appellate Authority concerned. h) Procedure for disposal of appeal:

i. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.

ii. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- i. hear all the parties to appeal present before him/her; and ii. peruse or inspect documents, relevant records or copies thereof relating to

the matter. iii. After hearing the parties, perusal or inspection of documents and relevant

records or copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.

Page 56: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 55 of 142

iv. The order passed under (c) shall also be placed on the State Public Procurement Portal.

i) No information which would impair the protection of essential security interests of India, or impede the enforcement of law or fair competition, or prejudice the legitimate commercial interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an appeal.

32) Stay of procurement proceedings

While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in this behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the procurement proceedings pending disposal of the appeal, if he/she, or it, is satisfied that failure to do so is likely to lead to miscarriage of justice.

33) Vexatious Appeals & Complaints

Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the “The Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or defeating any procurement or causing loss to any procuring entity or any other bidder, shall be punished with fine which may extend to twenty lakh rupees or five per cent of the value of procurement, whichever is less.

34) Offenses by Firms/ Companies

a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has been committed by a company, every person who at the time the offence was committed was in charge of and was responsible to the company for the conduct of the business of the company, as well as the company, shall be deemed to be guilty of having committed the offence and shall be liable to be proceeded against and punished accordingly:

b) Provided that nothing contained in this sub-section shall render any such person liable for any punishment if he/she proves that the offence was committed without his/her knowledge or that he/she had exercised all due diligence to prevent the commission of such offence.

c) Notwithstanding anything contained in (a) above, where an offence under this Act has been committed by a company and it is proved that the offence has been committed with the consent or connivance of or is attributable to any neglect on the part of any director, manager, secretary or other officer of the company, such director, manager, secretary or other officer shall also be deemed to be guilty of having committed such offence and shall be liable to be proceeded against and punished accordingly.

d) For the purpose of this section- i. “company” means a body corporate and includes a limited liability partnership, firm,

registered society or co- operative society, trust or other association of individuals; and ii. “director” in relation to a limited liability partnership or firm, means a partner in the firm.

e) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or not that offence is committed in consequence of that abetment, shall be punished with the punishment provided for the offence.

35) Debarment from Bidding

a) A bidder shall be debarred by the State Government if he has been convicted of an offence:

Page 57: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 56 of 142

i. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); OR ii. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law

for the time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract.

b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of any procuring entity for a period not exceeding three years commencing from the date on which he was debarred.

c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of “Code of Integrity for bidders” above, it may debar the bidder for a period not exceeding three years.

d) Where the entire bid security or the entire performance security or any substitute thereof, as the case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement process or procurement contract, the bidder may be debarred from participating in any procurement process undertaken by the procuring entity for a period not exceeding three years.

e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under this section unless such bidder has been given a reasonable opportunity of being heard.

36) Monitoring of Contract

a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be nominated by procuring entity to monitor the progress of the contract during its delivery period.

b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall ensure that quantity of goods and service delivery is in proportion to the total delivery period given, if it is a severable contract, in which the delivery of the goods and service is to be obtained continuously or is batched. If the entire quantity of goods and service is to be delivered in the form of completed work or entire contract like fabrication work, the process of completion of work may be watched and inspections of the selected bidder’s premises where the work is being completed may be inspected.

c) If delay in delivery of goods and service is observed a performance notice would be given to the selected bidder to speed up the delivery.

d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in writing to the procuring entity and such change shall not relieve any former member of the firm, etc., from any liability under the contract.

e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring entity through a written agreement to this effect. The bidder’s receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the purpose of the contract.

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of procuring entity.

Page 58: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 57 of 142

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT

Bidders should read these conditions carefully and comply strictly while sending their bids.

Definitions:

For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to them: -

a) “Contract” means the Agreement entered into between the Purchaser and the successful/ selected bidder, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

b) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.

c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

d) “Day” means a calendar day. e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the

Purchaser in accordance with the terms and conditions set forth in the Contract. f) “Completion” means the fulfilment of the related services by the successful/ selected

bidder in accordance with the terms and conditions set forth in the Contract. g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or

other materials that the successful/ selected bidder is required to supply to the Purchaser under the Contract.

h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the bidding document.

i) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other similar obligations of the successful/ selected bidder under the Contract.

j) “Subcontractor” means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the related services is subcontracted by the successful/ selected bidder.

k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the successful/ selected bidder.

l) “The Site,” where applicable, means the designated project place(s) named in the bidding document.

Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any doubts as to the meaning of any portion of these conditions or of the specification, drawing, etc., he shall, before submitting the Bid and signing the contract refer the same to the procuring entity and get clarifications.

Page 59: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 58 of 142

1. Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

2. Interpretation

a) If the context so requires it, singular means plural and vice versa. b) Entire Agreement: The Contract constitutes the entire agreement between the

Purchaser and the Supplier/ Selected bidder and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

3. Language

a) The Contract as well as all correspondence and documents relating to the Contract exchanged by the successful/ selected bidder and the Purchaser, shall be written in English language only. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the special conditions of the contract, in which case, for purposes of interpretation of the Contract, this translation shall govern.

b) The successful/ selected bidder shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

4. Joint Venture, Consortium or Association

Joint venture, consortium, or association is not allowed for this bid.

5. Eligible Goods and Related Services

a) For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, transportation, supply, installation, integration, testing, commissioning, training, and initial maintenance.

b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should be the ones which are produced in volume and are used by a large number of users in

Page 60: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 59 of 142

India/ abroad. All products quoted by the successful/ selected bidder must be associated with specific make and model number, item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the bidder/ supplier.

c) The OEM/ Vendor of the quoted product must have its own registered spares depot in India having adequate inventory of the equipment being quoted for providing the necessary spares to meet warranty clause.

d) The OEM/ Vendor of the quoted product should also have its direct representation in India in terms of registered office for at least past 4 years. The presence through any Distribution/ System Integration partner agreement will not be accepted.

e) Bidder must quote products in accordance with above clause “Eligible goods and related services”.

6. Notices

a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the contract. The term “in writing” means communicated in written form with proof of dispatch and receipt.

b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

7. Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/ the Country (India), unless otherwise specified in the contract.

8. Scope of Supply

a) Subject to the provisions in the bidding document and contract, the goods and related services to be supplied shall be as specified in the bidding document.

b) Unless otherwise stipulated in this document, the quantity and specifications are for minimum quantity and configuration respectively. The bidder may supply higher configuration.

c) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining delivery and completion of the goods and related services as if such items were expressly mentioned in the Contract.

d) The bidder shall not quote and supply hardware/ software that is likely to be declared as End of Sale and End of Service/ Support for the period as mentioned in BoM (Annexure -1) from the last date of bid submission. OEMs are required to mention this in the MAF for all the quoted hardware/ software. If any of the hardware/ software is found to be declared as End of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with the latest ones having equivalent or higher specifications without any financial obligation to the purchaser.

9. Delivery & Installation

a) Subject to the conditions of the contract, the delivery of the goods and completion of the related services shall be in accordance with the delivery and completion schedule specified in the bidding document. The details of supply/ shipping and other documents to be furnished by the successful/ selected bidder are specified in the bidding document and/ or contract.

Page 61: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 60 of 142

b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies are not made to his satisfaction after giving an opportunity to the bidder of being heard and recording the reasons for repudiation.

c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the ordered materials/ system as per specifications within the specified delivery/ completion period at various departments and/ or their offices/ locations mentioned in the PO/ WO.

d) Shift/change of place of Installation: The user will be free to shift/change the place of installation prior to installation within the same city /town/ district/ division. The successful/ selected bidder shall physically shift equipments/ software/ components to new location and carry out installation at new location (location details will be provided by the purchaser as and when required) at no extra cost to purchaser.

10. Supplier’s/ Selected Bidder’s Responsibilities

The Supplier/ Selected Bidder shall supply all the goods and related services included in the scope of supply in accordance with the provisions of bidding document and/ or contract.

11. Purchaser’s Responsibilities

a) Whenever the supply of goods and related services requires that the Supplier/ Selected Bidder obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to assist the Supplier/ Selected Bidder in complying with such requirements in a timely and expeditious manner.

b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with the general and special conditions of the contract.

12. Contract Price a) The Contract Price shall be paid as specified in the contract subject to any additions

and adjustments thereto, or deductions there from, as may be made pursuant to the Contract.

b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier/ Selected Bidder in its bid, with the exception of any price adjustments authorized in the special conditions of the contract.

13. Recoveries from Supplier/ Selected Bidder a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be

made ordinarily from bills. b) The Purchase Officer shall withhold amount to the extent of short supply, broken/

damaged or for rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it shall be recovered from his dues and performance security deposit available with RISL.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is not possible, the Purchase Officer shall take recourse to law in force.

14. Taxes & Duties

a) The TDS, GST etc., if applicable, shall be deducted at source/paid by RISL as per prevailing rates.

Page 62: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 61 of 142

b) For goods supplied from outside India, the successful/ selected bidder shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the country.

c) For goods supplied from within India, the successful/ selected bidder shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/ selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected bidder to benefit from any such tax savings to the maximum allowable extent.

15. Copyright

The copyright in all drawings, design documents, source code and other materials containing data and information furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in the Purchaser, or, if they are furnished to the Purchaser directly or through the Supplier/ Selected Bidder by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

16. Confidential Information

a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any drawings, documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier/ Selected Bidder shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier/ Selected Bidder.

c) The Purchaser shall not use such documents, data, and other information received from the Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/ Selected Bidder shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

d) The obligation of a party under sub-clauses above, however, shall not apply to information that: -

i. the Purchaser or Supplier/ Selected Bidder need to share with RISL or other institutions participating in the Contract;

ii. now or hereafter enters the public domain through no fault of that party; iii. can be proven to have been possessed by that party at the time of disclosure

and which was not previously obtained, directly or indirectly, from the other party; or

iv. otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

Page 63: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 62 of 142

e) The above provisions shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the supply or any part thereof.

f) The provisions of this clause shall survive completion or termination, for whatever reason, of the Contract.

17. Sub-contracting

a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of Purchaser/ Tendering Authority.

b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under the Contract.

c) Subcontracts, if permitted, shall comply with the provisions of bidding document and/ or contract.

18. Specifications and Standards

a) All articles supplied shall strictly conform to the specifications, trademark laid down in the bidding document and wherever articles have been required according to ISI/ ISO/ other applicable specifications/ certifications/ standards, those articles should conform strictly to those specifications/ certifications/ standards. The supply shall be of best quality and description. The decision of the competent authority/ purchase committee whether the articles supplied conforms to the specifications shall be final and binding on the supplier/ selected bidder.

b) Technical Specifications and Drawings i. The Supplier/ Selected Bidder shall ensure that the goods and related services

comply with the technical specifications and other provisions of the Contract. ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any

design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

iii. The goods and related services supplied under this Contract shall conform to the standards mentioned in bidding document and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods.

c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the bidding document. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with the general conditions of the contract.

d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the agreed make and models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

e) The supplier/ selected bidder should further warrant that the Goods shall be free from defects arising from any act or omission of the supplier/ selected bidder or arising from

Page 64: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 63 of 142

design, materials, and workmanship, under normal use in the conditions prevailing in the place of final destination.

19. Packing and Documents

a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme atmospheric temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit.

b) The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the contract, and in any other instructions ordered by the Purchaser.

20. Insurance

a) The Goods supplied under the Contract shall be fully insured against loss by theft, destruction or damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure to weather and delivery at the designated project locations, till handover of the project is achieved. The insurance charges will be borne by the supplier and Purchaser will not be required to pay such charges if incurred.

b) The goods will be delivered at the FOR destination in perfect condition.

c) The successful bidder shall be responsible for storage, security and insurance of the all the material / equipment’s under VC infrastructure. In case of any theft / burnt / damage etc. cases, the bidder has to replace the equipment in working conditions without any extra cost to purchaser. If any equipment’s are beyond repairable / burnt case, the bidder shall either repair or replace the item with the same or higher capacity at no extra cost to the purchaser. The specifications, make and model of the equipment’s shall be submitted to RISL for approval, before deploying the same.

21. Transportation

The supplier/ selected bidder shall be responsible for transport by sea, rail and road or air and delivery of the material in the good condition to the consignee at destination. In the event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable to make good such loss and shortage found at the checking/ inspection of the material by the consignee. No extra cost on such account shall be admissible.

22. Inspection

a) The Purchase Officer or his duly authorized representative shall at all reasonable time have access to the supplier’s/ selected bidder’s premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the goods/ equipment/ machineries during manufacturing process or afterwards as may be decided.

b) The supplier/ selected bidder shall furnish complete address of the premises of his factory, office, go-down and workshop where inspection can be made together with name and address of the person who is to be contacted for the purpose.

c) After successful inspection, it will be suppliers/ selected bidder’s responsibility to dispatch and install the equipment at respective locations without any financial

Page 65: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 64 of 142

liability to the Purchaser. However, supplies when received at respective locations shall be subject to inspection to ensure whether they conform to the specification.

23. Samples a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for

articles/ goods marked in the BoM shall be accompanied by four sets of samples of the articles quoted properly packed. Such samples if submitted personally will be received in the office. A receipt will be given for each sample by the officer receiving the samples. Samples if sent by train, etc., should be despatched freight paid and the R/R or G.R. should be sent under a separate registered cover. Samples for catering/ food items should be given in a plastic box or in polythene bags at the cost of the bidder.

b) Each sample shall be marked suitably either by written on the sample or on a slip of durable paper securely fastened to the sample, the name of the bidder and serial number of the item, of which it is a sample in the schedule.

c) Approved samples would be retained free of cost upto the period of six months after the expiry of the contract. RISL shall not be responsible for any damage, wear and tear or loss during testing, examination, etc., during the period these samples are retained. The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of stipulated period. RISL shall in no way make arrangements to return the samples. The samples uncollected within 9 months after expiry of contract shall be forfeited by RISL and no claim for their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the unsuccessful bidder. RISL will not be responsible for any damage, wear and tear, or loss during testing, examination, etc., during the period these samples are retained. The uncollected samples shall be forfeited and no claim for their cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they conform to the specifications or with the approved samples. Where necessary or prescribed or practical, tests shall be carried out in Government laboratories, reputed testing house like STQC (ETDC) and the like and the supplies will be accepted only when the articles conform to the standard of prescribed specifications as a result of such tests.

f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser carry out all such tests and/ or inspections of the Goods and Related Services as are specified in the bidding document.

24. Drawl of Samples

In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of supplier/ bidder/ selected bidder or his authorised representative and properly sealed in their presence. Once such set shall be given to them, one or two will be sent to the laboratories and/ or testing house and the third or fourth will be retained in the office for reference and record.

25. Testing charges Testing charges shall be borne by the Government. In case, test results showing that supplies are not upto the prescribed standards or specifications, the testing charges shall be payable by the selected bidder.

Page 66: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 65 of 142

26. Rejection

a) Articles not approved during inspection or testing shall be rejected and will have to be replaced by the selected bidder at his own cost within the time fixed by the Purchase Officer.

b) If, however, due to exigencies of work, such replacement either in whole or in part, is not considered feasible, the Purchase Officer after giving an opportunity to the selected bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the approved rates. The deduction so made shall be final.

c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15 days of intimation of rejection, after which Purchase Officer shall not be responsible for any loss, shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the selected bidder’s risk and on his account.

27. Payments

a) Unless otherwise agreed between the parties, payment for the delivery of the stores will be made on submission of bill in proper form by the bidder to the Purchase Officer in accordance with G.F.& A.R all remittance charges will be bourne by the bidder.

b) In case of disputed items, disputed amount shall be withheld and will be paid on settlement of the dispute.

c) Payment in case of those goods which need testing shall be made only when such tests have been carried out, test results received conforming to the prescribed specification.

28. Liquidated Damages (LD) a) In case of extension in the delivery period with liquidated damages the recovery shall

be made on the basis of following percentages of value of which the bidder has failed to supply/commence services: - delay up to one fourth period of the prescribed delivery period: 2.5% delay exceeding one fourth but not exceeding half of the prescribed period: 5.0% delay exceeding half but not exceeding three fourth of the prescribed period:

7.5% delay exceeding three fourth of the prescribed period: 10%

b) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less than half a day.

c) The maximum amount of liquidated damages shall be 10% of the contract value. d) If the supplier requires an extension of time in completion of contractual supply on

account of occurrence of any hindrance, he shall apply in writing to the authority, which has placed the supply order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply.

e) Delivery period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the control of the bidder.

f) Bidders must make their own arrangements to obtain import license, if necessary. If a bidder imposes conditions which are in addition to or in conflict with the conditions mentioned herein, his bid is liable to summary rejection. In any case none of such

Page 67: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 66 of 142

conditions will be deemed to have been accepted unless specifically mentioned in the letter of acceptance of bid issued by the Purchase Officer.

29. Authenticity of Equipment

a) The selected bidder shall certify (as per Annexure-8) that the supplied goods are brand new, genuine/ authentic, not refurbished, conform to the description and quality as specified in this bidding document and are free from defects in material, workmanship and service.

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to conform to the description and quality aforesaid or have determined (and the decision of the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the purchaser may have inspected and/ or approved the said goods, the purchaser will be entitled to reject the said goods or such portion thereof as may be discovered not to conform to the said description and quality, on such rejection the goods will be at the selected bidder’s risk and all the provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called upon to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by the reason of the breach of the condition herein contained. Nothing herein contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or otherwise.

c) Goods accepted by the purchaser in terms of the contract shall in no way dilute purchaser’s right to reject the same later, if found deficient in terms of the this clause of the contract.

30. Warranty

a) The bidder must supply all items with comprehensive on-site valid warranty for the period of as mentioned in BoM (Annexure –1).

b) The bidder shall submit a certificate/ undertaking from the respective OEMs as specified in BoM (Annexure –1), mentioning the fact that the goods supplied are covered under comprehensive warranty & support for the prescribed period.

c) The purchaser shall give a written notice to the selected bidder stating the nature of any defect together with all available evidence thereof, promptly following the discovery thereof. The purchaser shall afford all reasonable opportunity for the selected bidder to inspect such defects. Upon receipt of such notice, the selected bidder shall expeditiously cause to repair the defective goods or parts thereof or replace the defective goods or parts thereof with brand new genuine/ authentic ones having similar or higher specifications from the respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the selected bidder shall be delivered at the respective location without any additional costs to the purchaser.

d) The selected bidder shall either repair or replace the defective goods or parts thereof with brand new genuine/ authentic ones having similar or higher specifications from the respective OEM as per the time period specified under clause “Service Level Agreement (SLA)”

e) If having been notified, the selected bidder fails to remedy the defect within the period specified, the purchaser shall impose penalty as specified in RFP.

f) During the warranty period, the bidder shall also be responsible to ensure adequate and timely availability of spare parts needed for repairing the supplied goods.

Page 68: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 67 of 142

31. Patent Indemnity

a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-clause (b) below, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of: -

i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in the country where the Site is located; and

ii. the sale in any country of the products produced by the Goods. Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the supplier/ selected bidder, pursuant to the Contract.

b) If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to above, the Purchaser shall promptly give the supplier/ selected bidder a notice thereof, and the supplier/ selected bidder may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available assistance to the supplier/ selected bidder in conducting such proceedings or claim, and shall be reimbursed by the supplier/ selected bidder for all reasonable expenses incurred in so doing.

e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its employees, officers, and Subcontractors (if any) from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the supplier/ selected bidder may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

32. Limitation of Liability

Except in cases of gross negligence or willful misconduct: -

a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser; and

Page 69: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 68 of 142

b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patent infringement.

33. Force Majeure

a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the supplier/ selected bidder. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the RISL in writing of such conditions and cause thereof within 15 days of occurrence of such event. Unless otherwise directed by RISL, the supplier/ selected bidder shall continue to perform its obligations under the contract as far as reasonably practical.

d) If the performance in whole or part or any obligation under the contract is prevented or delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate the contract without any financial repercussion on either side.

e) In case a Force Majeure situation occurs with the DoIT&C or RISL, the DoIT&C or RISL may take the case with the supplier/ selected bidder on similar lines.

34. Change Orders and Contract Amendments

a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance with clause “Notices” above, to make changes within the general scope of the Contract in any one or more of the following: -

i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

ii. the method of shipment or packing; iii. the place of delivery; and iv. the related services to be provided by the supplier/ selected bidder.

b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change order.

c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for similar services.

35. Termination

Page 70: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 69 of 142

a) Termination for Default i. The tender sanctioning authority of RISL may, without prejudice to any other remedy

for breach of contract, by a written notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole or in part: a. If the supplier/ selected bidder fails to deliver any or all quantities of the service

within the time period specified in the contract, or any extension thereof granted by RISL; or

b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof; or

c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract.

d. If the supplier/ selected bidder commits breach of any condition of the contract. ii. If RISL terminates the contract in whole or in part, amount of PSD may be forfeited. iii. Before cancelling a contract and taking further action, advice of senior most finance

person available in the office and of legal adviser or legal assistant posted in the office, if there is one, may be obtained.

b) Termination for Insolvency

RISL may at any time terminate the Contract by giving a written notice of at least 30 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the supplier/ selected bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to RISL.

c) Termination for Convenience i. RISL, by a written notice of at least 30 days sent to the supplier/ selected bidder,

may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the supplier/ selected bidder under the Contract is terminated, and the date upon which such termination becomes effective.

ii. Depending on merits of the case the supplier/ selected bidder may be appropriately compensated on mutually agreed terms for the loss incurred by the contract if any due to such termination.

iii. The Goods that are complete and ready for shipment within twenty-eight (28) days after the supplier’s/ selected bidder’s receipt of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect: a. To have any portion completed and delivered at the Contract terms and prices;

and/or b. To cancel the remainder and pay to the supplier/ selected bidder an agreed

amount for partially completed Goods and Related Services and for materials and parts previously procured by the supplier/ selected bidder.

36. Exit Management a) Preamble

i. The word ‘parties’ include the procuring entity and the selected bidder.

Page 71: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 70 of 142

ii. This Schedule sets out the provisions, which will apply on expiry or termination of the Project Implementation and Operations and Management of SLA.

iii. In the case of termination of the Project Implementation and/ or Operation and Management SLA due to illegality, the Parties shall agree at that time whether, and if so during what period, the provisions of this Schedule shall apply.

iv. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management Schedule.

b) Transfer of Assets i. The selected bidder may continue work on the assets for the duration of the exit

management period which may be a <six months> period from the date of expiry or termination of the agreement, if required by RISL to do so. During this period, the selected bidder will transfer all the assets in good working condition and as per the specifications of the bidding document including the ones being upgraded to the department/ designated agency. The security deposit/ performance security submitted by selected bidder will only be returned after the successful transfer of the entire project including its infrastructure.

ii. The selected bidder, if not already done, will transfer all the Software Licenses under the name of the department as desired by the procuring entity during the exit management period.

iii. RISL during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the selected bidder at any time during the exit management period requiring the selected bidder to provide DoIT&C/RISL or its nominated agencies with a complete and up-to-date list of the assets within 30 days of such notice.

iv. Upon service of a notice, as mentioned above, the following provisions shall apply: - a. In the event, if the assets which to be transferred to RISL mortgaged to any

financial institutions by the selected bidder, the selected bidder shall ensure that all such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to RISL or its nominated agencies.

b. All title of the assets to be transferred to RISL or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the exit management period. All expenses occurred during transfer of assets shall be borne by the selected bidder.

c. That on the expiry of this clause, the selected bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, including the entire established infrastructure supplied by selected bidder to RISL.

d. That the products and technology delivered to RISL during the contract term or on expiry of the contract duration should not be sold or re-used or copied or transferred by selected bidder to other locations apart from the locations mentioned in the this bidding document without prior written notice and approval of RISL. Supplied hardware, software & documents etc., used by selected bidder for RISL shall be the legal properties of RISL.

Page 72: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 71 of 142

c) Cooperation and Provision of Information during the exit management period i. The selected bidder will allow RISL or its nominated agencies access to the

information reasonably required to define the current mode of operation associated with the provision of the services to enable RISL or its nominated agencies to assess the existing services being delivered.

ii. The selected bidder shall provide access to copies of all information held or controlled by them which they have prepared or maintained in accordance with the Project Implementation, the Operation and Management SLA and SOWs relating to any material aspect of the services provided by the selected bidder. RISL or its nominated agencies shall be entitled to copy all such information comprising of details pertaining to the services rendered and other performance data. The selected bidder shall permit RISL or its nominated agencies and/ or any replacement operator to have reasonable access to its employees and facilities as reasonably required by RISL or its nominated agencies to understand the methods of delivery of the services employed by the selected bidder and to assist appropriate knowledge transfer.

d) Confidential Information, Security and Data The selected bidder will promptly on the commencement of the exit management period supply to RISL or its nominated agencies the following: i. Documentation relating to Intellectual Property Rights; ii. Project related data and confidential information; iii. All current and updated data as is reasonably required for purposes of RISL or

its nominated agencies transitioning the services to its replacement selected bidder in a readily available format nominated by RISL or its nominated agencies; and

iv. All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable RISL or its nominated agencies, or its replacement operator to carry out due diligence in order to transition the provision of the services to RISL or its nominated agencies, or its replacement operator (as the case may be).

v. Before the expiry of the exit management period, the selected bidder shall deliver to RISL or its nominated agencies all new or up-dated materials from the categories set out above and shall not retain any copies thereof, except that the selected bidder shall be permitted to retain one copy of such materials for archival purposes only.

e) Transfer of certain agreements i. On request by Procuring entity or its nominated agencies, the selected bidder

shall effect such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its nominated agencies may require in favour of procuring entity or its nominated agencies, or its replacement operator in relation to any equipment lease, maintenance or service provision agreement between selected bidder and third party leasers, operators, or operator, and which are related to the services and reasonably necessary for carrying out of the replacement services by RISL or its nominated agencies, or its replacement operator.

Page 73: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 72 of 142

ii. Right of Access to Premises: At any time during the exit management period and for such period of time following termination or expiry of the SLA, where assets are located at the selected bidder’s premises, the selected bidder will be obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises, procure reasonable rights of access to RISL or its nominated agencies, and/ or any replacement operator in order to inventory the assets.

f) General Obligations of the selected bidder i. The selected bidder shall provide all such information as may reasonably be

necessary to effect as seamless during handover as practicable in the circumstances to RISL or its nominated agencies or its replacement operator and which the operator has in its possession or control at any time during the exit management period.

ii. The selected bidder shall commit adequate resources to comply with its obligations under this Exit Management Clause.

g) Exit Management Plan i. The selected bidder shall provide RISL or its nominated agencies with a

recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and SOWs.

ii. A detailed program of the transfer process that could be used in conjunction with a replacement operator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; and

iii. Plans for the communication with such of the selected bidder's, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on RISL operations as a result of undertaking the transfer; and

iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms of business continuance and hand holding during the transition period, to RISL or its nominated agencies, and Replacement Operator for a reasonable period, so that the services provided continue and do not come to a halt.

v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure that it is kept relevant and up to date.

vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by RISL or its nominated agencies.

vii. In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or SOWs each party shall comply with the Exit Management Plan.

viii. During the exit management period, the selected bidder shall use its best efforts to deliver the services.

ix. Payments during the Exit Management period shall be made in accordance with the Terms of Payment Clause.

Page 74: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 73 of 142

x. It would be the responsibility of the selected bidder to support new operator during the transition period.

37. Settlement of Disputes

Any disputes which may arise out of this Agreement, and which cannot be settled in discussions or negotiations between the Parties, shall be referred to the appropriate management or higher authorities of the respective parties to resolve such dispute in good faith. In case no settlement is reached the parties shall refer it to a sole arbitrator appointed and selected by parties. Arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation (Amendment) Act, 2015 or any other subsequent modifications or enactments thereof. The venue for Arbitration proceedings shall be Jaipur or any suitable place agreed by all parties. The Arbitration shall be conducted in English Language and the award shall be binding upon all Parties.

Page 75: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 74 of 142

8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT 1. Price Fall Clause:

The prices charged for the material supplied under the Rate contract by the bidder shall in no event exceed the lowest price at which the bidder sells the material or offer to sell material of identical description to any person(s)/organization(s) including the Purchaser or any Department of the Central Government or any Department of a State Government or any statutory undertaking of the Central or a State Government, as the case may be, during the period till performance of all Supply Orders placed during the currency of Rate Contract is completed. If at any time during the said period, the Bidder reduces the Sale price, sells or offers to sell such material to any person(s)/ organization(s) including the Purchaser or any Statutory undertaking of the Central or a State Government, as the case may be, at a price lower than the price chargeable under this Contract, he shall forthwith notify such reduction or Sale or offer of Sale to RISL/Indenting Dept. and the price payable under the Contract for the material supplied after the date of coming into force of such reduction or sale or offer of sale stand correspondingly reduced. The above stipulation will, however, not apply to:

a) Export/deemed Export by the bidder

b) Sale of Goods as Original Equipment prices lower than the price charged for normal replacement.

Sale of goods at lower price on or after the date of completion of sale/placement of order of goods by the authority concerned, under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or the State Government Departments including new undertakings (excluding joint sector companies and or private parties) and bodies.

2. Service Level Standards/ Requirements/ Agreement:

A. Service Level Requirement for active network devices and links: The BIDDER/SP has to maintain the network uptime at each of the locations as per details below:

Network availability for a month is defined as total time (in minutes) in a month less total down time (in minutes) in a month excluding planned downtime. The network is considered available when all the services mentioned in the requirement section in full capacity are available. Bandwidth or Link downtime will not be considered as part of network downtime.

Network Uptime (%) =

(Sum of total minutes during the Month - Sum of downtime minutes during the Month) X 100

Sum of total minutes during the Month

Bidder will take prior approval from the RISL/GoR for the network maintenance i.e. planned downtime. Bidder’s SLA and Penalty would be applicable only after final acceptance testing indicating that the link is completely functional. The Operator’s request for payment shall be made at the end of each quarter by invoices along with the following supporting documents.

Page 76: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 75 of 142

Total downtime should be monitored for:

WAN/LAN network components downtime Communication links downtime.

The selected bidder should monitor proactively NMS & EMS tools measure the same. Currently HP NMS & EMS tool is being used for the monitor the network devices. Bidder should ensure to send and provide details report and information about downtime for network, and historical information about the same.

S. No

Location Target SLA Uptime in %

Penalty

1 SHQ Core Network

Infrastructure 99.5%

5% of quarterly payment of AMC charges of the device, on drop of each 0.1% OR part thereof. The maximum

penalty shall not be more than quarterly payable amount for project.

2

DHQ & BHQ PoP Room Network

Infrastructure. And Annexure – 1

(PART-B) Sr. No. 4 & 5.

99%

5% of quarterly payment of AMC charges of DHQ & BHQ PoP Rooms, on drop of each 0.5% OR part thereof. The maximum penalty shall not be more than the 20% of quarterly payable amount for

all PoP Room equipments

3

End Offices (HO) Network

Infrastructure at SHQ, DHQ, BHQ

level. And Annexure – 1

(PART-B) Sr. No. 3.

95%

2% of quarterly payment of AMC charges of HO sites on drop of each 1% OR part thereof. The maximum penalty

shall not be more than the 20% of quarterly payable amount of HO sites

4

End Offices (RGSK or any

other offices) at GP. And Annexure – 1 ((PART-B) Sr.

No. 6.

96 Hours from creation

of ticket in NMS

0.5% of the site quarterly AMC charges per 6 hours or part thereof per site after SLA time breach. The maximum penalty shall not be more than quarterly payable

amount for the site.

5 For Annexure – 1 (PART-B) Sr No 1

& 2.

6 Hours for downtime of any services/

servers

5% of quarterly payment of the device, per 6 hours or part thereof. The

maximum penalty shall not be more than quarterly payable amount for project.

B. Service Level Requirement for active network devices and links: The BIDDER/SP

has to maintain the passive network infrastructure mentioned under Annexure -1 as below:

Page 77: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 76 of 142

Location SLA

Resolution Timeline

Penalty

All Passive Components

mentioned in Annexure

-1 ((PART-A) Sr No 22, 23, 26-41, 43-50) &

((PART-B) Sr No 7-17)

96 Hours after logging of ticket

by end user/government official/any

other user

0.5% of the site quarterly AMC charges per 6 hours or part thereof per site after SLA resolution timeline. The maximum penalty shall not be more

than quarterly payable amount for the site.

Note:

1. For all the network equipment, the SLA will be applied as per the location of installation of that equipment.

2. The NMS is a key to monitor all the network nodes. Large number of network nodes (from other RISL projects) will also be monitored. If any of these project Service Integrator (SI) OR Officer-In-Charge reports missing OR delay in information (data/reports/incidents/tickets/etc) for their project O&M/SLA/Payment (after due RCA), then such duration will be counted as unavailability of services.

3. If penalty amount reaches to capping in two consecutive quarters, the capping will be removed for next two quarter SLA calculations for payment. If bidder fails to avoid capping for four consecutive quarters, RISL may take suitable decision regarding payment/penalty/contract termination to maintain the project. The bidder has to abide with the decision. This clause is not applicable in any force majeure event OR reason not attributed to the bidder. This is also not applicable for GP sites.

C. Penalty on Preventive Maintainence Services: A penalty for IT & Non-IT per equipment per quarter would be levied for not providing preventive maintenance services (as defined in scope of work in this RFP) in a quarter. Below are the details of applicable penalties for not performing preventive maintenance services as defined in the RFP: -

Sr. No

Item Name (As applicable) Penalty

1 UPS Rs. 200 per sites for SHQ, DHQ & BHQ and Rs. 200 per HO sites 2 AC's Rs. 1000 per sites per SHQ, DHQ and Rs. 500 per BHQ 3 Gen-Sets Rs. 1000 per sites per SHQ, DHQ and Rs. 500 per BHQ 4 Passive Equipment Rs. 100 per equipment

5 Acitve Network Equipments Rs. 200 per equipment

Page 78: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 77 of 142

ANNEXURE-1: BILL OF MATERIAL (BOM)

PART – A: Annual Maintenance Contract (AMC) of Existing Infrastructure for 5 years)

SNo.

Item Make & Model of Existing Solution Qty. Unit

MAF requi

re (Y/N)

Period of

Onsite Comprehensive OEM

Warranty (in yrs.)

Period of

Onsite Comprehensive

Bidder Warranty (in yrs.)

Date from AMC Required

Location

1

Router

Cisco 1905 3417 Nos N NA 5 Year From date of Handover HO

2 Cisco 3945 1 Nos N NA 5 Year From date of Handover SHQ

3 Cisco ASR 903 31 Nos Y 5 year NA 01.02.2023 DHQ

4 Cisco ASR 9010 2 Nos Y 5 year NA 01.02.2023 SHQ

5 Cisco ASR 9010 2 Nos Y 5 year NA 01.04.2023 SHQ

6 Cisco ASR 9010 2 Nos Y 4 year NA 01.11.2023 SHQ

7 Cisco ASR 903 75 Nos Y 5 year NA 01.02.2023 BHQ

8 Cisco ASR 1004 3 Nos Y 5 year NA 01.01.2023 SHQ

9 HP MSR 1003-8F 713 Nos N NA 5 year From date of Handover HO

10 Cisco C841M-4X 2065 Nos N NA 5 year From date of Handover GP

11

Switch

Cisco Cat3560G-24PS 35 Nos N NA 5 year From date of Handover DHQ, SHQ

12 Cisco SG300-28P 240 Nos N NA 5 year From date of Handover BHQ

13 Cisco SF300-24P 3529 Nos N NA 5 year From date of Handover HO

14 BROCADE VDX 8770-8-BND-AC 2 Nos Y 5 year NA From date of Handover SHQ

Page 79: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 78 of 142

SNo.

Item Make & Model of Existing Solution Qty. Unit

MAF requi

re (Y/N)

Period of

Onsite Comprehensive OEM

Warranty (in yrs.)

Period of

Onsite Comprehensive

Bidder Warranty (in yrs.)

Date from AMC Required

Location

15 BROCADE VDX 6740-48F 12 Nos Y 5 year NA From date of Handover SHQ

16 BROCADE ICX7450-48PE 300 Nos N NA 5 year From date of Handover SHQ (HO)

17 BROCADE ICX7450-48F 10 Nos Y 5 year NA From date of Handover SHQ

18 HP 2530-24G 330 Nos N NA 5 year From date of Handover HO

19 CISCO NEXUS C9396PX 2 Nos N NA 5 year From date of Handover SHQ

20 CISCO 3750X 5 Nos N NA 5 year From date of Handover SHQ

21 Cisco SG350-10 9343 Nos N NA 5 year From date of Handover GP

22 Modem

Atire Wirespan 3000 (G.703) 962 Nos N NA 5 year From date of Handover HO

23 Atire Wirespan 3000 (V.35) 1093 Nos N NA 5 year From date of Handover HO

24 UTM

Checkpoint 23800 NGTP 6 Nos Y 4 year NA 01.12.2023 SHQ

25 Checkpoint SMART 5150 2 Nos Y 5 year NA 01.10.2022 SHQ

26

UPS

6 KVA Adapt Liebert Adapt Series / Adapt Bx 6 KVA (Emersion)

32 Nos N NA 5 year From date of Handover DHQ

27 2 KVA GXT MT+ Liebert GXT MT+ 2 KVA (

LB Model) (Emersion) 240 Nos N NA 5 year From date of Handover BHQ

28 DB Power 20 KVA UPS 4 Nos N NA 5 year From date of Handover SHQ (HO)

29 Power+ 20 KVA UPS 2 Nos N NA 5 year From date of Handover SHQ (HO)

30 DB Power 10 KVA UPS 3 Nos N NA 5 year From date of Handover SHQ (HO)

31 Pyramid 5 KVA UPS 2 Nos N NA 5 year From date of Handover SHQ (HO)

Page 80: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 79 of 142

SNo.

Item Make & Model of Existing Solution Qty. Unit

MAF requi

re (Y/N)

Period of

Onsite Comprehensive OEM

Warranty (in yrs.)

Period of

Onsite Comprehensive

Bidder Warranty (in yrs.)

Date from AMC Required

Location

32

Rack

WQ VS600 Rack - 42U 37 Nos N NA 5 year From date of Handover DHQ & SHQ

33 WQ XL Series Wall Mount (WQ VS600) -

15U 3769 Nos N NA 5 year From date of Handover HO & BHQ

34 HCL - 12U 64 Nos N NA 5 year From date of Handover SHQ (HO)

35 HCL - 22U 29 Nos N NA 5 year From date of Handover SHQ (HO)

36 HCL - 18U 18 Nos N NA 5 year From date of Handover SHQ (HO)

37 HCL - 15U 16 Nos N NA 5 year From date of Handover SHQ (HO)

38 Netrack - 6U 1086 Nos N NA 5 year From date of Handover HO

39 WQ - 4U 9343 Nos N NA 5 year From date of Handover GP

40 Generator Set

PERFECT PKBT-10 Genset (with 10 KVA Kubota Engine and Diesel run)

32 Nos N NA 5 year From date of Handover DHQ

41 PERFECTPEG 6500 (Petrol run) - 5 KVA 240 Nos N NA 5 year From date of Handover BHQ

42 IP Phone CISCO 7821 200 Nos N NA 5 year From date of Handover BHQ

43

System

ACER AT350 F1 297 Nos N NA 5 year From date of Handover SHQ, DHQ

& BHQ

44 HP EliteOne 800 G2 Base Model 23-inch

Non-Touch All-in-One PC 30 Nos N NA 5 year 01.01.2023 SHQ

45 HP EliteDesk 800 G2 Base Model Tower

PC 20 Nos N NA 5 year 01.01.2023 SHQ

46 HP ProDisplay P222va 21.5-inch Monitor 20 Nos N NA 5 year 01.01.2023 SHQ

Page 81: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 80 of 142

SNo.

Item Make & Model of Existing Solution Qty. Unit

MAF requi

re (Y/N)

Period of

Onsite Comprehensive OEM

Warranty (in yrs.)

Period of

Onsite Comprehensive

Bidder Warranty (in yrs.)

Date from AMC Required

Location

47 HP ProDisplay P223 21.5-inch Monitor 20 Nos N NA 5 year 01.01.2023 SHQ

48 Samsung LED UD55D 12 Nos N NA 5 year 01.01.2023 SHQ

49 Display Controller - Yantis Systems ARENA

4706 1 Nos N NA 5 year 01.01.2023 SHQ

50

Webcam with web-based

Surveillance Software

DCS-6111 (D-Link) 272 Nos N NA 5 year From date of Handover DHQ & BHQ

Page 82: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 81 of 142

PART – B: New RajNET Infrastructure with warranty:

SNo.

Item Qty. Unit MAF

require (Y/N)

Period of

Onsite Comprehensive

OEM Warranty (in yrs)

Period of

Onsite Comprehensive Bidder

Warranty (in yrs.)

Location Rates Validit

y

1 End Point Security with 10000

Licenses 1 Nos Y 5 NA SHQ, DHQ, BHQ & HO 2

2 Network Management System with 50000 network node licenses with

required server hardware 1 Nos Y 5 NA SHQ 2

3 L3 Switch 48 port 150 Nos Y 5 NA SHQ, DHQ & BHQ 2 4 Router 215 Nos Y 5 NA SHQ, DHQ, BHQ 2 5 L2 Switch 24 port 50 Nos Y 5 NA BHQ 2 6 L2 Switch 16 Port 2000 Nos Y 5 NA SHQ, DHQ, BHQ, HO & GP 2 7 15U Rack 50 Nos N NA 5 BHQ 2 8 4U Rack 2000 Nos N NA 5 SHQ, DHQ, BHQ, HO & GP 2 9 1 KVA UPS (without battery) 12000 Nos Y 5 NA SHQ, DHQ, BHQ, HO & GP 2

10 Generator Set - 5 KVA (Petrol) 50 Nos Y 5 NA BHQ 2 11 Air Conditioner - 2 Ton 290 Nos Y 5 NA BHQ 2 12 Desktop 50 Nos Y 5 NA BHQ 2 13 CCTV IP Camera 50 Nos N NA 5 BHQ 2 14 Cat 6 LAN cable 300000 Meter N NA 5 SHQ, DHQ, BHQ, HO & GP 5 15 I/O Port 15000 Nos N NA 5 SHQ, DHQ, BHQ, HO & GP 5 16 Earthing (3 Meter) 15000 Nos N NA 5 DHQ, BHQ, HO & GP 5

Page 83: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 82 of 142

17 Cat 6 Laying with 5 I/O Port 50 Pop Room N NA 5 DHQ, BHQ 2 18 PoP Room Shifting 100 Nos N NA NA SHQ, DHQ, BHQ 5 19 HO Site shifting 1000 Nos N NA NA SHQ, DHQ, BHQ 5 20 GP Site Shifting 1500 Nos N NA NA GP 5

21 Laying Charges in casing &

Conduiting 300000 Meter N NA 5 SHQ, DHQ, BHQ, HO & GP 5

PART – C: FMS:

SNo. Item Description Quantity Total Man Month

1 Program Manager 1 60

2 Manager (Operations) 1 60

3 Manager (Networks) 4 240

4 Network Specialist 5 300

5 Security Administrator 1 60

6 NMS Administrator 2 120

7 Collaboration Server Administrator 2 120

8 Wireless Network Administrator 2 120

9 Collaboration (VoIP/Video) Service Engineer 20 1200

10 NOC (Shift Engineer) 50 3000

11 Helpdesk Engineer 20 1200

12 District Coordinator 32 1920

13 Network Support Engineer 64 3840

14 Network Field Engineer 704 42240

15 Senior Software Developer 2 120

Page 84: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 83 of 142

PART – D: Items for Buyback:

Sl. No. Item Make & Model of Existing Solution Qty. Unit Location

1

Router

Cisco 7200 VXR 32 Nos DHQ

2 Cisco 2951 (Voice Gateway) 32 Nos DHQ

3 Cisco 2901 K9 1 Nos SHQ

4 Cisco 2911 240 Nos BHQ

5 Firewall CISCO ASA5550-BUN-K9 2 Nos SHQ

6 IPS CISCO IPS-4260-4GE-BP-K9 1 Nos SHQ

7 Call Manager CISCO CALL Manager 8.0 (with MCS 7845 servers) 5 Nos SHQ

8 MCU Cisco MSE8000 MCU with 30 port 8420 media card 1 Nos SHQ

9 Antenna VSAT Antenna (1.2 meter) 7440 Nos Gram Panchayat

10 IDU Gilat Sky Edge Se2 IDU 7440 Nos Gram Panchayat

11 ODU Gilat 4Watt ODU 7440 Nos Gram Panchayat

12 UTM

Checkpoint 13500 NGTP 2 Nos SHQ

13 Checkpoint SMART 3150 1 Nos SHQ

14 Air Conditioner LG AS-W246C2U1 240 Nos BHQ

15

UPS

NPS Companion-1000 1 KVA UPS 9343 Nos GP

16 1 KVA GXT MT+ Liebert GXT MT+ 1 KVA ( LB Model) (Emersion) 3529 Nos HO

17 Pyramid 1 KVA UPS 36 Nos SHQ (HO)

18 Uniline 1 KVA UPS 681 Nos HO

Note:

a) For item mentioned in PART – A (Sr. No. 24 & 25), in case aforementioned UTM appliance get end of life/support then bidder has to replace these UTM appliance with same OR higher configuration model of same OEM with B2B (Back-to-Back) comprehensive onsite OEM warranty for the project duration.

Page 85: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 84 of 142

b) Equipment supplied under the PART – B of Annexure – 1 must be fully integrated with the existing solutions for availability of complete functionality of the supplied devices. Detailed Technical Specification of PART – B are given in the Annexure-2.

c) The Item mentioned in Part-B, Sr No 17, the specification of the cable and I/O Port should be according to the specifications mentioned for Part-B Sr No 14 & 15 respectively. The Laying of LAN cable should be done with ISI Mark Pipe with proper climping and clamping for item mentioned in Part-B Sr No 21.

d) The validity of Rates of PART – B is mentioned in last column “Rates Validity”. e) The payment shall be done as per actuals.

Page 86: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 85 of 142

ANNEXURE-2: TECHNICAL SPECIFICATIONS

Any additional components, sub-components, assemblies, sub-assemblies that may be required to meet the desired performance requirements will have to be provisioned by the SI at no additional cost.

Item No 1: End Point Security with 10000 system licenses

Sl. No.

Specifications Compliance (Yes/No)

Pg. No. of Tech. specs

attached Make offered

Model offered

1

Proposed solution should have capability of AV, Firewall, Device control, Application Control, Vulnerability protection against known or unknown exploits in a single agent

2

The proposed solution must support multiple platforms of operating systems i.e. Windows (windows 7 onwards), and Mac OS platforms (version 10.10 onwards) supporting 32 and 64 bit machines

3 Proposed solution should be completely On-premise and should not send any file/sample with cloud to inspect and analyze any threat

4

Proposed solution should defends endpoints against malware, ransomware, malicious scripts also support Pre-execution and runtime machine learning to detect and mitigate threats along with File reputation - Variant protection - Web reputation

5

Proposed solution should have True file type scan along with proactive outbreak prevention and Command & Control callback detection supporting IPv4 and IPv6 environemnts

6

Defends endpoints - on or off the corporate network - against malware, Trojans, worms, spyware, ransomware, and adapts to protect against new unknown variants and advanced threats like crypto malware and fileless malware.

7

Solution must support CPU usage performance control during scanning - Checks the CPU usage level configured on the Web console and the actual CPU consumption on the computer i.e. High, Medium and low.

8

Ransomware rollback: Detects ransomware with runtime machine learning and expert rules to block encryption processes in milliseconds. Rollback/restores any files by taking backup of ransom ware encrypted files and restoring the same before detection also detects script emulation, zero-day exploits, targeted and password-protected malware commonly associated with ransomware.

Page 87: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 86 of 142

9

Should detect from Targeted and known ransomware attacks, Zero-day malware and document exploits, Attacker behavior and network activity, Web threats, including exploits and drive-by downloads, Phishing, spear phishing, and other email threats, Data exfiltration, Bots, Trojans, worms, keyloggers and Disruptive application

10

Proposed solution should have threat emulation capability to execute unknown/Zeroday malicious object in customised virtual analyzer images running parallely sclable up to sixty instances by simulating endpoint machines environemnt running in RISL network supporting Windows XP, Win7, Win8/8.1, Win 10, Windows Server 2003, 2008, 2012, 2016, 2019 and Linux OS platforms having common threat sharing platform. The required OS licenses should be provided by the bidder.

11

Should have capability to do retrospective scan on CnC, Script Analyzer, Automatically send executable to virtual analyzer and can crack password protected compressed files

12 The Proposed solution should monitor (East-West) traffic of attack for inspection to detect lateral movement (attack activities) inside the network (beyond C&C connections)

13

Prevents potential damage from unwanted or unknown applications (executables, DLLs, Windows App store apps, device drivers, control panels, and other Portable Executable (PE) files).

14

Should have dynamic policies that still allow users to install valid applications based on reputation-based variables like the prevalence, regional usage, and maturity of the application

15

Uses application name, path, regular expression, or certificate for basic application whitelisting and blacklisting containing broad coverage of pre-categorized applications that can be easily selected from application catalog (with regular updates)

16 Features roll-your-own application whitelisting and blacklisting for in-house and unlisted applications

17 Limits application usage to a specific list of applications supported by data loss prevention (DLP) products for specific users or endpoints

18

Ensures that patches/updates associated with whitelisted applications can be installed, as well as allowing your update programs to install new patches/updates, with trusted sources of change.

19

Blends signature-less techniques, including high-fidelity machine learning, behavioral analysis, variant protection, application control, exploit prevention, and good file check with other techniques like file reputation, web reputation, and command and control (C&C) blocking.

Page 88: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 87 of 142

20

Should performs static and dynamic analysis to identify an object's notable characteristics: Autostart or other system configuration, Anti-security and self-peservation, Deception and social engineering, File drop, download, sharing, or replication, Hijack, redirection, or data theft, Malformed, defective, or with known malware traits, Process, service, or memory object change and Rootkit, cloaking, Suspicious network or messaging activity

21 Shield known and unknown vulnerabilities before patches are deployed by automatically assessment of the system.

22 The Proposed solution should be able to generate out of box reports to highlight Infections, C&C behavior, Lateral Moment, Asset and data discovery and data Exfiltration.

23

Proposed solution should be able to provide access information about Affected Hosts on the following views: Displays a summary of affected hosts by attack phase, Provides access to Host Details views and Displays host event details in chronological order

24

Should provide Threat execution and evaluation summary and In-depth tracking of malware actions and system impact, including the following: Network connections initiated, System file/registry modification and System injection behavior detection

25 Integration with 3rd party vendors for SO distribution i.e. Check Point, Palo Alto Firewalls, IBM and NIPS vendors for holistic visibility and control

26 Proposed OEM should have local TAC support center in India with a coverage of 24x7 support period to address technical issues pertaining to proposed solution

27 The OEM should conduct at least 5 day instructer led training in premise of RISL for nominated employees post implementation of proposed Endpoint Security solution

28

The OEM should implement/configure management platform of proposed Endpoint Security solution following best practices considering current threat landscape. The OEM should also validate the implementation.

29

The OEM Payroll TAM should conduct half yearly healthcheck for the deployed solution and health check should cover detailed configuration audit, findings and recommendations of the deployed solution

30 Proposed OEM should be in Leader Quadrant as per Gartner Magic Quadrant 2021 of EPP category

Item No 2: Network Management System with 50000 network node licenses with required server hardware

Sl. No.

Description of Requirement

Compliance

(Yes/ No)

Pg. No. of specs attached

Page 89: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 88 of 142

Make Offered Model Offered

1 General Requirement (from Day 1)

1.1

The proposed EMS solution (with required hardware supply) should be an integrated, modular and scalable solution from single OEM to provide comprehensive fault management, performance management, traffic analysis, IT service desk\ help desk \trouble ticketing system. The complete solution should be of single OEM.

1.2

The OEM of solution must have deployed one setup of fault management & reporting with 10000+ nodes after 01.04.2017 in Government departments/ PSU/ Government Banks/ Telecom. A declaration/certificate to OEM is required from the concerning organization.

1.3

Proposed solution should have Out-of-the-Box connectors/ probes to integrate with multiple industry standard EMS solutions (HP, Aruba, Cisco, Microsoft, Radwin, etc), and should also provide mechanisms (XML, APIs etc.) to integrate with other EMS and NMS solutions, to provide an integrated topology and event views and reports to the operator.

1.4 The system should allow for push or pull methods to send/collect or receive the information to and from various 3rd party systems.

1.5

It should have a secured single sign-on and unified console for all functions of components offered for seamless cross-functional navigation & launch for single pane of glass visibility across multiple areas of monitoring & management. The required module/tool must be part of the solution. This module/tool need to be required to be integrated with DoIT&C/RISL Active Directory servers.

1.6 The system should be accessible via a Web based GUI console/portal from intranet as well as from internet.

1.7

It should have reporting function to allow for building various reports and track the performance of Infrastructure and operational views in real time. he solution should have web based Reporting Tool/Layer across various functional modules (such as fault, performance, etc.) proposed in the solution. The Reporting Tool/Layer should provide ability to create, edit, and distribute report templates as well as on demand reporting to quickly design, save & share ad-hoc queries. It should create topology maps containing network devices discovered while generating the reports.

1.8 The system should have the ability to provide performance/service data to external systems.

1.9 It should be capable to Integrate existing other NMS of RISL (RadWin RF Device NMS, Aruba Airwave, etc) for integrated dashboard purpose.

1.10 Solution should have a consolidated alarm view in order to consolidate and correlate the independent alarms from various monitoring tools.

Page 90: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 89 of 142

1.11

The solution should have self-monitoring ability to track status of its critical components/services & parameters such as Up/Down status of its services, applications & servers, CPU utilization, Memory capacity, File system space, Database Status, synchronization status between primary and secondary system and event processing etc. It should provide this information in real-time through graphical dashboards, events/alarms as well as in the form of historical reports. The solution should be capable to create tickets for all the status of system components and self-monitoring parameters.

1.12

It shall be possible to assign role based privileges (like Administrator, Auditor, Client, Customer, Helpdesk User etc.) with unique usernames and passwords to the users e.g. privileges to execute only the selected options, to view only the selected topology views/maps, devices & their information based on criteria like IP address, Device Type, device name, group of devices, organization units etc.

1.13

It shall use common database for all functionalities offered by solution. In case different modules/components are using separate databases, there should be seamless integration between them so that information collected by one module/component may be used by other modules/components. To provide required DB (Oracle /SQL or any other) to be provided with all licenses for storing the various faults, Equipment performance and trend data for Analysis.

1.14

The solution should have an integrated automated process/application for taking Full, Incremental, Differential backup as well as restoration of the system including database (alarms, events, configurations, reporting etc.). In case of server crash, the backup solution shall be utilized for restoration of complete system (i.e. NMS, HDMS etc.) including database without requirement of performing rediscovery, creation of topology views/maps etc. There shall be options to store the backup locally, replicate the backup on some other servers/ external storage. There shall be a provision to schedule these backups.

1.15 The proposed solution should be Ipv6 ready including hardware & software.

1.16

Supply, Install, Integrate, Operate & Maintain the offered solution of EMS tool for 5 years covering 50,000 (approx.) IP devices such as Routers (approx 8000), Switches (approx 30000), other Network Devices (5000), Servers (500), HTS VSAT IDU (1000) and other critical nodes, etc. along with hardware and software inventory of the RISL, any other mode of connectivity in Rajasthan state along with server and applications of solution proposed from Day 1. It should provide a unified reporting dashboard, integrated topology and event view and IT assets inventory spread across RajNET, ACCC, WSAP, etc network. RISL is having third party NMS for RF Radio (5000 Radwin devices) and Wireless Access Points (20000+ Aruba APs)

Page 91: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 90 of 142

which need to be intigrated with NMS for dashboard and reporting. Any license required to intigrate should be provided seperatly.

1.17

It shall be ensured by the bidder/OEM that the proposed EMS solution (hardware and software) provisioned from Day 1 is able to handle 1,00,000 events and 75,000 Service Requests on daily basis on monitoring of 50000 nodes.

1.18

The solution should have helpdesk licenses of at least 75 concurrent user sessions for moderation of tickets/service requests. Also, the solution must provide mobile app for 1500+ Field Technicians to provide feedback/update on the ticket/service request assigned by helpdesk personal.

1.19

The solution must be able to perform monitoring of client devices over network infrastructure (around 1,00,000 devices through Ping service. It should provide the reachability report of such devices along with integration of complete solution. These devices are excluded from the aforementioned active SNMP monitored network nodes

1.20

The solution should not come with any hidden license restriction to access services/features of proposed solution i.e. all the services of solution should be available from Day 1. There should not be any restriction on user creation and concurrent user sessions in the solution for any module except mentioned explicitly.

1.21 All the databases and data collection modules must be in HA (High Availability).

2 IT Asset Management

2.1

IT Asset Management should provide automated modules for IT Asset Inventory (Routers, Switches, Servers, VSAT HUB and Terminals, Access Points) of approx 2,00,000 equipments (IT & Non-IT).

2.2

IT Asset Management solution must be able to integrate with proposed monitoring solutions to perform auto discover into Asset Management database. Solution must be able to Track all IT assets which are either auto-discovered OR manually stored.

2.3 Solution must provide IMAC workflow for Assets installed / removed / changed. Solution must provide Asset lifecycle reports

2.4

The solution should provide inventory of all the discovered devices. Minimum following inventory fields should be available and it should have provision to add additional fields as required like Host Name, IP Address, MAC Address, Manufacturer Name, Installed OS & OS Version, Serial Number

2.5

Should have built-in drift management capabilities to capture and report on infrastructure drift based on infrastructure attributes (like RAM, PDU, ports, etc) and node hardware details (eg Serial No change track on sigle IP address, etc).

3 Network Fault Monitoring & Performance Management

with Reporting

Page 92: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 91 of 142

3.1 The Network Management function must monitor performance across heterogeneous networks from one end of the enterprise to the other.

3.2

The Network Management function should have a graphical topological display of all discovered network devices in real time. The new devices must get added as an incremental discovery/partial without causing additional overhead of scanning the entire network. Further, any changes to devices must be identified in near real time during discovery scans

3.3

The tool should automatically discover different type of heterogeneous devices (all SNMP supported devices i.e. Router, Switches, LAN Extender, Thin-Client and UPS etc.) and map the connectivity between them with granular visibility up to individual ports level. The tool shall be able to assign different icons/ symbols to different type of discovered elements. It should show live interface connections between discovered network devices

3.4

It should support various discovery protocols to perform automatic discovery of all L2, L3 Network devices across RAJNETand any further Network connectivity’s planned in future.

3.5

The tool shall be able to discover Ipv4 only, Ipv6 only as well as devices in dual-stack. In case of dual stack devices, the system shall be able to discover and show both Ipv4 and Ipv6 IP addresses.

3.6

The tool shall be able to work on SNMP V-1, V-2c & V-3 based on the SNMP version supported by the device. It shall provide an option to discover and manage the devices/elements based on SNMP as well as ICMP.

3.7 The discovery must also support device redundancy discovery in case of virtual IP addresses using vendor specific protocols such as VRRP and HSRP.

3.8

The proposed solution must provide a detailed asset report, organized by vendor name, device type, listing all ports for all devices. The proposed Network Fault Management console must also provide asset inventory reports

3.9 The Solution must provide reports to identify unused/dormant/administratively down Network ports in order to facilitate capacity planning

3.10

It should be an integrated solution comprising of Fault, Performance Management features from including device fault and performance, Interface Faults and Performance, Bandwidth Analysis, Response time Analysis. It should proactively analyse problems to improve network performance.

3.11

The Network Management function should have extensive reporting facility, providing the ability to format and present data in a graphical and tabular display. The reports upto one year must be provided as per the time quantum defined at the time of report access i.e. should not be compressed/aggregated to higher time quantum automaticall for last one-year data. It should be available as data recieved.

Page 93: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 92 of 142

3.12

The Network Management function should poll or collect and analyse the large volumes of fault and performance data. Once collected, it should automatically store data gathered in a database. This enterprise-wide data should be easily accessed from a central location and used to help with capacity planning, reporting and performance analysis.

3.13

The Network Management function should have a feature of discriminated polling of devices. The Network Management function should be able to monitor device performance in near real time.

3.14

It should be able to automatically generate a notification in the event of a link failure to ensure proper handling of link related issues. Solution should have a provision for suppression of maintenance alarms during the maintenance period.

3.15

The proposed solution must scale to large networks while supporting a single web interface for access to reports. The system must support multiple locations and a distributed deployment for collection and monitoring. Primary instrumentation should exist in the data centre

3.16

The Proposed solution must support out of the box trend reports on group of metrics or group of devices in a single report. This will help understand the performance of multiple devices against a KPI. The proposed solution must support of the box capacity planning reports that assist in the analysis of capacity needs based on projected load.

3.17 NMS should support ODBC Compliant database and interfaces to popular databases like Oracle, MS SQL for reporting.

3.18

NMS should be MIB-2 compliant by default. Moreover, NMS should have ability to load the vendor specific MIBs. Bidder shall also provide all relevant OEM Specific MIBs (including the equipment supplied for RAJNET by Operator). Furthermore, NMS should have capability to use multiple MIBs at a time for getting desired information, without the use of Software coding. Data Collection should be possible on MIB2 Expressions using any OID (Object Identifier)

3.19 NMS architecture should be object-oriented, open, distributed, scalable, multi-platform and open to third party integration.

3.20 The solution should be user configurable for building additional reports. Solution should be able to do Trend analysis from the performance data.

3.21

Solution should be able to collect Key performance measurements and statistics from all network domains and store it. This data is to be used for evaluation of performance of the end to end network infrastructure/services. Solution should have functionality for KPI calculation on the raw metrics collected. Solution should offer off-the-shelf Reports for KPIs such as Availability, Uptime, and Resource

3.22

Proposed solution should be able to also provide a threshold and profile capability on the KPIs monitored on the network in order to understand the impact of failures and degradations which eventually results in revenue loss.

Page 94: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 93 of 142

3.23 Should be able to generate web-based reports both near real time and historical data for the network. It should be possible to view live report

3.24

It should support automatic base lining on historical data, and thresholds that can be adjusted as required, based on data collected. Proposed solution should be able to generate Analyst Performance reports such as Resolution Time, No. of Problems resolved etc. Availability of drill-down reports

3.25

The system shall be able to support separate warning and violation threshold levels, so that in the event of gradual service quality deterioration, warnings shall be generated before critical level thresholds are breached.

3.26 It should have a secured interface with role based access and privileges

3.27 Solution should have the capability to export the reports results in standard file formats like CSV, pdf etc and must also support web interface to view reports

3.28 Solution should support capability to periodically generate (scheduled reports) and distribute statistics reports to the NOC staff and RISL staff.

3.29 Solution should provide options to perform progressive trend analysis with multiple fixed time windows like 1 day, 1 week, 2 weeks, 1 month, 6 months etc.

3.30

Solution should allow configuring threshold crossing alerts on KPIs. It shall be possible to define threshold profile i.e. +/- variations around a given baseline for raw counters or KPIs/KQIs and generate alarms or threshold crossing alerts which would be forwarded to the Fault Management system or Event Correlation Engine.

3.31

Solution should facilitate reports summarized by time –Hour, Day, Week, Month, Quarter, Year and by Property- service, location, customer etc. Should able to generate reports on predefined / customized hours. The reporting must be available upto minutes timeline for entire project duration

3.32

Highly Flexible Group based Reporting: It shall be possible to use a KPI at different network element levels (individual Network Device, Interface, Group of Network Devices, Links, etc.) and time dimensions out of the box modifying the KPI definition. The system must support complex KPIs that are constructed by weighted combination of other KPIs.

3.33 Should be capable to automatically send the reports through e-mail to pre-defined user with pre-defined interval.

3.34 Should have capability to exclude the planned-downtimes and others for SLA purpose or necessary customization should be done to achieve the requirement.

3.35

The performance management system shall be able to collect and report data like: Packet delay and packet loss, User bandwidth usage rate, Network availability rate, CPU usage rate, Input/output traffic through physical ports, Input/output traffic through logical ports

3.36 The Performance Management shall have user defined set of reports like:

Page 95: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 94 of 142

a. Summary Reports for specific groups: Reports displaying per group of resources the group aggregations for a set of metrics (for example, per City, the maximum traffic or the total traffic).

b. Summary Reports for specific Resources: Reports displaying for a set of resources the period aggregations for the same set of metrics (for example, per interface, the maximum traffic over the day).

c. Detailed chart Reports: Reports displaying for one resource and the same set of metrics the values over the period (for example, the raw collected values for the day).

d. Resource Threshold Violation Reports: Reports displaying the resources for which a threshold was violated

4 Alarm co-relation and Root Cause Analysis Capabilities

4.1

Solution should provide alarm correlation and facilitate reduction of total number of alarms displayed by means of intelligent alarm correlation, suppression and root cause analysis techniques built in to the system. The system must ensure reduction in MTTR by means of advanced event correlation, filtering and root cause analysis.

4.2

The proposed Alarm Correlation and Root Cause Analysis system shall integrate network, server and database performance information and alarms in a single console and provide a unified reporting interface for network components. The current performance state of the entire network & system infrastructure shall be visible in an integrated console.

4.3 It should have capability to perform cross domain correlation with alarm correlation from Network Monitoring tool, Systems monitoring tool and other domain monitoring tools.

4.4 Alarm Filtering should allow flexible filtering rules for NOC staff to filter the alarms by category, severity, elements, duration, by user, by views, by geography or by department.

4.5 Ability to apply severity to alarms according to predefined rules. It should be possible to add description to the alarms.

4.6 The proposed solution should provide out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis.

4.7 The system should be able to clearly identify configuration changes as root cause of network problems

4.8 Alarms should be mapped to the live topology views and real time updates to topology based on alarm occurrences.

4.9 Historical Reporting of alarms must be possible and system should be able to store large volumes of alarm data

4.10 It should be possible to convert critical Alarms into Incidents for auto ticket generation into proposed Helpdesk tool.

4.11 Should trigger automated actions based on incoming events / traps. These actions can be automated scripts/batch files.

4.12 Should be able to send e-mail or Mobile –SMS to pre-defined users for pre-defined faults. The Email and SMS server shall be provided by RISL

Page 96: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 95 of 142

4.13 The solution should be able to provide analysis on events and other captured performance data to get to the root cause faster to reduce downtime.

4.14

The solution should store events, metrics across all monitored services, and be able to perform historical trend analysis of the events to pinpoint when and what caused the service outage. The solution should generate alarm/event/incident on the basis of logs at syslog server which should be part of this solution considering 2 EPS for one month retention of the syslog data.

4.15

Solution should provide the functionality of automatic baseline to saving time manually configuring thresholds, and reduce false alarms that may occur typically when statics value thresholds are used.

4.16 Solution should use analytics to anticipate potential IT problems before they occur and forewarn the operator of possible service impacting event.

4.17

Analytics should be able to guide the operator to troubleshoot the service by providing the operator pertinent metrics, event, topology and relevant information based on context of the service. The solution give context-driven guidance and dynamic dashboards that populate automatically based on problem context.

4.18 The solution should automatically insert the Root Cause of the node down i.e. Power Down, Interface Down, etc without human intervention.

5 Integrated Dashboard

5.1

Proposed Integrated Dashboard should provide Flexible, role-based dashboards and operational consoles (for operations managers in NOC and technical staff) for a common understanding of device status, risks and quality problems. This should give the right experts actionable information so IT executives can focus operations priorities, project owners understand IT status, and operations staff always knows which components in their network domains are impacted and can proactively mitigate issue.

5.2

It should be possible to access the integrated Dashboard through mobiles and tablets from Internet and Intranet. The proposed solution should provide dynamic views for individual operators, the views should be customizable by the operator himself and create a custom dashboard. These dashboards need to be dynamic that allows user to drag and drop these metrics and create custom dashboards as required.

5.3

The proposed Integrated Dashboard Solution must enable intelligent charts by importing IT components from the various systmes (Current solution and other third party NMS) tools that directly manage infrastructure.

5.4 The proposed Integrated Dashboard should provide a dynamic view which is updated on a near real time basis as and when there is a change in topology or an event/alarm is raised.

5.5 The Integrated Dashboard should display device status in real-time, including metrics. From the dashboard, operators should be able to launch technical operations console for node details,

Page 97: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 96 of 142

node status, alert details and automated actions for remediation.

5.6

The proposed dashboard must provide advanced node visualization (KPIs) using High level dashboards for network metrics (i.e. health, availability and operational status); Technical consoles for alerts and automated actions, and contextual launch back to data sources (i.e., integrated domain managers like network management systems) .

5.7 It should be possible to determine impact of network faults and performance degradation for customer node.

5.8 It should also be possible to integrate other data sources like traffic data, etc.

5.9

The dashboard need to collect data from proposed solutions along with other NMS/HDMS solutions deployed. The data collected from third party NMS/HDMS should be able to present in form of various charts and graphs.

5.10

The proposed Network Operations Management System must provide built in a manager of manager/MoM-class event management system for correlating cross-domain events, creating alerts based on correlated events and enforcing standardized escalation and automated action policies.

5.11

RISL department owners should be able to graphically view the health of their nodes and its related ticket KPI’s pertaining to different categories and departments configured in Service Desk.

5.12 The Dashboards should support rich formatting capabilities to represent the data in different chart formats.

5.13 The dashboard reports should be able to download in PDF, HTML, Excel OR CSV formats

6 Network Configuration Automation

6.1 The system should be able to clearly identify configuration changes / policy violations / inventory changes across multi-vendor network tool for at least 2000 network devices.

6.2 The system should support secure device configuration capture and upload and thereby detect inconsistent “running” and “start-up” configurations and alert the administrators.

6.3

The proposed system should be able to administer configuration changes to network elements by providing toolkits to automate the following administrative tasks of effecting configuration changes to network elements: Capture running configuration, Capture start-up configuration, Upload configuration, Write start-up configuration, Upload firmware

6.4

The proposed solution must able to store historical device configurations captured in the database and thereby enable comparison of current device configuration against a previously captured configuration as well as compare the current configuration against any user-defined standard baseline configuration policy.

6.5 The proposed fault management solution must also support a self-certification option to support device configuration load

Page 98: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 97 of 142

and capture thereby enabling users to “self-certify” devices not supported.

6.6

The proposed system should be able to monitor compliance & enforce change control policies within the diverse infrastructure by providing data & tools to run compliance reports, track & remediate violations, and view history of changes.

6.7 The proposed solution should be able to support response time agents to perform network performance tests to help identify network performance bottlenecks.

6.8

The proposed solution should be able to monitor QoS parameters configured to provide traffic classification and prioritization for reliable VoIP transport. The proposed solution should discover and model configured QoS classes, policies and behaviours.

6.9

The proposed solution should provide the ability to discover, map & monitor multicast sources & participating routers wherein the system should be able visualize the distribution tree in the topology map

6.10

Once problem is detected, the root cause determined by the management console and a ticket should be created to focus on remediation. Using the automatic remediation of common IT tasks, the fix should be handled automatically. For non-common IT tasks the same should be escalated to appropriate level.

6.11

Using automatic remediation, the operators should be able to apply a fix with or without manual intervention based on a pre-defined fix available for the cause event. Using the automatic remediation of common IT tasks, the fix should be handled automatically after the problem is detected and a service desk ticket has been created and recorded.

7 Network Traffic Flow Analysis System

7..1 It shall be able to capture, track & analyse traffic flowing over the network via different industry standard traffic capturing methodologies viz. NetFlow, jflow, sFlow, IPFIX etc.

7.2 It shall provide key performance monitoring capabilities by giving detailed insight into the application traffic flowing over the network.

7.3 It shall be able to monitor network traffic utilization, packet size distribution, protocol distribution, application distribution, top talkers etc. for network traffic.

7.4

It shall collect the real-time network flow data from devices across the network and provide reports on traffic based on standard TCP/IP packet metrics such as Flow Rate, Utilization, Byte Count, Flow Count, TOS fields etc.

8 General Requirement of IT Service/ Helpdesk

8.1 Should able to support and handle large volume of incident, service requests and changes

8.2 Native integration of processes i.e. Incident Management with Change Management and vice-versa

Page 99: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 98 of 142

8.3 Native integration of processes with Knowledge base i.e. automatically creation of knowledge base post closure of tickets

8.4

The solution should have a Single Architecture and leverage a single application instance across ITIL processes, including unique data and workflows segregated by business unit, cost centre, and user role for Incident, Problem, Change, Release, Knowledge Management, Asset Management and CMDB

8.5 Able to create and modify forms as per RISL requirement. Able to define different SLAs for different services / domains

8.6 Able to define different workflows for different processes and Able to send automatic escalation mails as defined in workflow

8.7 Should be able to integrate CMDB from different federated data sources and build a single CMDB

8.8 Should provide email based interactions allowing ticket creation, update and approval of request.

8.9 Should able to integrate with Active Directory/AAA and populate user information automatically

8.10 The system should have graphical interface to define, visualize and update ITIL processes

8.11

The solution should provide to browse through CMDB which should offer powerful search capabilities and auto-completion for configuration items and services, enabling to quickly find CIs as well as their relationships to other CIs.

8.12 The Helpdesk/Service Desk module of the solution should be listed in PinkVERIFY certified ITILv3 toolsets.

9 Incident and Problem Management

9.1

Service Desk solution should allow detailed multiple levels/tiers of categorization on the type of incident being logged for IT services that shall span across multiple domains like RajNET, RajWiFi, RSDC etc.

9.2

Service Desk solution should provide classification to differentiate the criticality of the security incident via the priority levels, severity levels and impact levels, Location, Asset Type, etc.

9.3

The solution should provide embedded and actionable best practices workflows i.e., best-practices process & views based upon implementations. Solution should support fast service restoration leveraging previous incident data.

9.4

It should have the ability to search multiple built-in knowledge bases like the incident, problem, and known-error database simultaneously without requiring the agent to search each knowledge base individually.

9.5

Should support automatic assignment of ticket to the right skilled resource based on business priority Ex – Database crash issue need not be assigned to an L3 DBA unless the business service is completely down

9.6 It should have an updateable knowledge base for technical analysis and further help end-users to search solutions for previously solved issues. Should centralize all known error and

Page 100: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 99 of 142

problem workarounds into a single, searchable knowledge base

9.7 Should support full text search capabilities

9.8 It should provide an interactive process flow bar that guides novice users through the ITIL process for incident management to ensure faster issue resolution.

9.9 The incident Management solution should be completely integrated to the CMDB to ensure that CIs can be associated with the ticket to provide better visibility

9.10 The incident management solution should have the ability to initiate the change request on a button click

9.11 The solution should have the ability to associate an incident with an existing change request, a problem or known error for tracking purposes

9.12 The service desk should have shift management capabilities for support staff wherein tickets are allocated based on shift availability. It should allow the CI to be associated with tickets.

10 Change & Release Management

10.1 The solution should be able to track a request for change through the different stages of lifecycle of a change request

10.2 The tool should facilitate the identification of the change type and associated workflow For example: standard, normal, and emergency

10.3 The tool should facilitate the differentiation of normal Changes For example: Category - Minor or Small, Category - Significant or Medium, Category – Major or Large

10.4 The tool should facilitate the ability to create simple to complex request workflows through sequential and parallel tasking

10.5 The tool should notify all the users about the scheduled changes/outage and sent a reminder to responsible contacts for implementation of change

10.6 Change management should have fields to record impact analysis, back-out plans, within the change record

10.7

It should have the capability of change collision dates detection (for same CI's) on all change requests. The solution should provide complete view of planned changes with services & their components

10.8 The tool should facilitate the scheduling of post implementation reviews for implemented changes after defined time interval

10.9 The application should have the ability to assign change advisory board (CAB) responsibilities to change management roles

10.10 The tool should facilitate ability of authorized roles to reject changes. For example, status of reject, ability to record reason for rejects notification

Page 101: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 100 of 142

10.11

The change approval engine should be configurable such that approvals can happen if either one of the individuals approves a change, or a majority approve the change, or certain people in the committee approve the change etc. It should also incorporate multi-staged approvals like manager, Sr. manager, etc.

10.12 Change management should be capable of integrating with CMDB to facilitate access to CI attributes and relationships to enable change assessment and authorization

10.13 The solution should allow the identification of completed changes, track incidents and problems resulting from an implemented change.

10.14

Solution should provide a consolidated view of the tasks that the release management team must perform to drive the completion of the change requests and activities required to close the release.

10.15 Solution should provide change and release calendar views for the current schedule of releases, change requests, and business events for any potential conflicts.

10.16 Solution should provide the ability to analyse the impact of change to the appropriate business services and IT services.

10.17 The solution should have the ability to prompt change planners with suitable time slots for conducting a change depending upon the changes that have been scheduled/in progress.

10.18 The solution should have the ability to identifying and flagging changes that are being done by various team to prevent change collisions

11 Knowledge Management

11.1

The tool should have the knowledge management OOB – knowledge databases to support investigations, diagnoses, root cause analysis techniques, and creating / updating workarounds, temporary fixes and resolutions

11.2 The tool should allow the creation of different access levels (i.e. whether the knowledge article will be accessible to service desk analysts only or only to self service user to both)

11.3

The tool should allow creation and enforced use of data input rules for creating knowledge records For example: mandatory fields for content and information; QA and change approval to move from draft to production

11.4 The tool should allow for the entry of free-form text, images, attachments, etc.

11.5 The tool should automate the population of knowledge records with author and owner data, creation date, as well as any other attributes required by organization

11.6 The tool should facilitate the identification of redundant or duplicate information, whether in single record or multiple records

11.7 The tool should allow automating notification to interested parties on submission new knowledge/solutions applicable to them

11.8 The tool should have a search and retrieve using keyword search within knowledge records

Page 102: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 101 of 142

11.9 The module should allow integration with all other modules of service management to enable knowledge records to be quickly created from records with associated links.

11.10

The module will facilitate opening of a problem record directly from a menu for pro-active tracking of problem activity as well as from an incident record for reactive tracking of problem activity

12 Configuration Management database (CMDB)

12.1 Should Provide a single shared view of services supporting Service Design, Transition and Operations stages of the lifecycle

12.2

The Configuration Management Database should support multiple datasets with federation and reconciliation facilities so as to get data from various discovery tools and also through manual import process

12.3 Reconciliation of data should be possible with multiple data providers based on common attributes and ability to define precedence rules on attributes

12.4 Federation of external data sources should be possible with ability to store common attributes inside CMDB and getting other attributes from external data sources in real time

Item No 3: L3 Switch 48 Port

S. No.

Description of requirement Compliance (Yes/No)

Pg No of specification

attached Make Offered Model Offered

1

19" Rack Mountable stackable switch with min 48 Nos. 10/100/1000 copper input POE+ ports and additional minimum 4x10G SFP+ (at least two ER type transreceiver) fiber uplink Ports populated with single mode 10G transceivers from day 1. Switch & transceiver should be from same OEM.

2 Should support redundant internal power supplies and field-replaceable redundant fans as and when required.

3 Switch should have minimum 176 Gbps of switching throughput & minimum 130 Mpps of forwarding rate.

4

Switch should have dedicated stacking ports with minimum 160 Gbps of stacking bandwidth (in addition to above asked ports and bandwidth) to put minimum 8 switches into a single stack group.

5

Should have IPv4 & IPv6 Static routes, OSPFv3, PIM Sparse / Densemode (SM /DM), Policy-based routing (PBR), Virtual routing and forwarding (VRF)/VRF Lite, BGP, VXLAN and Netflow/Jflow/Sflow from day one.

Page 103: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 102 of 142

6 Should support 802.1d, 802.1s, 802.1w & 802.3ad layer 2 protocols. Should support 802.3at, 802.3af with minimum 720 Watt power budget

7 Should have 24000 IPv4 Routes, 32K MAC Address, 8K Multicast Routes, 8K IGMP Groups, 1K active VLAN's and 8 hardware queues per port

8 Should support minimum of 120 LAG / Ether channel groups

9 Should support IEEE 802.3az EEE (Energy Efficient Ethernet) and IEEE 802.1ae

10

Switch should have feature to protect access ports using port security, TACACS/TACACS+, Radius, storm control, Dynamic ARP Inspection, BPDU and Root Guard security features, Access Control

11 List both port, vlan based. Should support enterprise class CLI, console, Telnet, SSH and Web Management

12 Should support RADIUS / TACACS, 802.1x, SNMP versions 1, 2, and 3 from day one

13 Switch should have minimum of 8GB of internal DRAM and 8GB of internal Flash memory

14

Should supply cables, Patch cord (48 nos, factory crimped 5 mtr ethernet), Stack cable, LC-LC single mode Fiber patch cord (2 nos, 20 mtr) and other required accessories/connectors for all the Ports.

15 The OEM must feature in the Leaders segment of the Gartner Magic Quadrant for Enterprise Wired and Wireless LAN Infrastructure published in year 2021.

Item No 4: Router

S. No.

Description of requirement Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1

Router should have redundant controller cards and redundant data Plane. It should should have statefull switch over, non-stop forwarding, Non-stop routing and Graceful restart.

2 Router series should be CE2.0 certified.

3 Router shall support MEF for Ethernet based services like PW, VPLS or ATOM.

4 Router shall support sync any configurations from previous modules to new modules with hot-swap event occurred

5 The Chassis should have minimum two free slot for future expansion.

Page 104: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 103 of 142

6 The router shall support following type of interfaces – 10GE, 1GE interfaces; 10GE WAN PHY and 10G, E1

7 All the Ports and card on Router should be hot swappable and field replacement of port or card should not require to bring down the chassis.

8 Router shall support non-blocking capacity of minimum 64 Gbps full duplex on day 1 and upgradable to 128 Gbps in future without any additional cost.

9 Router shall support 90 Mpps forwarding performance for IPv4 & IPv6 performance on day 1 and upgradable to 180 MPPS in future without any additional cost

10 Router shall support in total minimum 20000 routes for IPv4 and IPv6.

11 router shall support 4000 queues and 128 MPLS VPN's

12 Router shall support aggregation of links. Minimum 8 link should be supported as part of single aggregation

13 Router shall support IPSLA or equivalent and Y.1731 for performance monitoring

14 Router should have Redundant Power Supply and should also support On line insertion and removal of same.

15

Fan should be hot-swappable, and should be a Field Replaceable Unit (FRU). The node can run indefinitely with a single fan failure. Shall Support hot-swappable for all modules. And secure normal operations when hot-swap event occurred

16 Router shall support MPLS-TE with FRR for sub 50 msec protection.

17 Router must support Traffic Engineering for node and link protection.

18

Router shall support IPV4 and IPV6, IGMP V2/V3, MLD, IGMP and PIM, 6PE and 6VPE mode for IPV6 transport over IPV4, ECMP, LDP, BGP Prefix independent control (EDGE and Core) for IPV4 and IPV6, BGP, IS-IS, OSPFv2 and V3, RSVP, VRRP, Loopfree alternate FRR (IPFRR),Segment Routing,TI-LFA and Traffic Engineering.

19 Router should support high availability for all BFD, BGP, OSPF and IS-IS and no packet loss during controller switch over.

20 Router should support RFC 3107 of Carrying Label Information in BGP-4

21 The Router should support Point to Point and Point to Multipoint LSP for Unicast and Multicast traffic.

22 Router shall support layer3 and layer2 MPLS VPN.

23 Router shall support 3 Level of HQOS on all kind of interface .

Page 105: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 104 of 142

24

Shall support Ingress classification, marking and policing on physical interfaces and logical interfaces using source/destination IP subnet, protocol types (IP/TCP/UDP), source/destination ports, IP Precedence, MPLS EXP, DSCP,802.1p

25 Shall support Strict Priority Queuing or Low Latency Queuing to support real time application like Voice and Video with minimum delay and jitter.

26 Congestion Management: WRED, Priority queuing, Class based weighted fair queuing

27

Support Access Control List to filter traffic based on Source & Destination IP Subnet, Source & Destination Port, Protocol Type (IP, UDP, TCP, ICMP etc) and Port Range etc. Should Support per- user Authentication, Authorization and Accounting through RADIUS or TACACS and SNMPv1/v2/V3

28

The proposed router should have the following day1: - 16x E1 Ports, 2x10G loaded with plugable ER single mode transreceiver, 8x 1G SFP interfaces loaded with 8 no's of single mode LH transceivers & additional 8x10/100/1000 Base T ports. All interfaces should be hot swapabale and field replaceable and distributed across slots.

29

The proposed router should be EAL2/ NDPP/NDcPP certified. The OEM should be listed in Gartner Magic Leaders Quadrant for Enterprise Wired and Wireless LAN Infrastructure published in year 2021.

Item No 5: L2 Switch 24 Port

S. No.

Description of requirement Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Shall be 1RU, 19" Rack Mountable fully managed switch

2 24 RJ-45 autosensing 10/100/1000 ports with 4 open SFP slots populated with 10G single mode LR transceivers.

3 1 RJ-45 (serial RS-232C) or USB micro-B console port

4 256 MB flash, 512 MB DRAM

5 Shall have switching capacity of 128 Gbps for providing non-blocking performance on all Gigabit ports

6 Shall have up to 95 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

7 IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol

8 IEEE 802.3ad Link Aggregation Control Protocol (LACP) up to eight links (ports) per group

Page 106: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 105 of 142

9 MAC address table size of 16000 entries and ateast 50 STP Instances

10 Shall support Jumbo frames to improve the performance of large data transfers

11 Internet Group Management Protocol (IGMP) 12 Multicast Listener Discovery (MLD) snooping 13 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)

14 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6

15 Access Control Lists for traffic filtering

16 Source-port filtering or equivalent feature to allow only specified ports to communicate with each other

17 Traffic prioritization based on IP address, IP Type of Service (ToS), Layer 3 protocol, TCP/UDP port number, source port, and DiffServ

18 Shall support traffic rate-limiting per port

19 IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port

20 Media access control (MAC) authentication to provide simple authentication based on a user's MAC address

21 Web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant

22 Concurrent IEEE 802.1X and Web or MAC authentication schemes per port

23 Port security to allow access only to specified MAC addresses

24 MAC address lockout to prevent particular configured MAC addresses from connecting to the network

25 STP BPDU port protection to prevent forged BPDU attacks

26 STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

27 Configuration through the CLI, console, Telnet/SSH and browser-based management GUI (SSL)

28 SNMPv1, v2, and v3 and Remote monitoring, (RMON) support

29 sFlow (RFC 3176) or equivalent for traffic analysis 30 TFTP and Secure FTP support

31 RADIUS/TACACS+ for switch security access administration

32 Network Time Protocol (NTP) or equivalent support

33 Shall support IEEE 802.3az Energy-efficient Ethernet (EEE) to reduce power consumption

34 Operating temperature of 0°C to 45°C

Page 107: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 106 of 142

35 The OEM should be listed in Gartner Magic Leaders Quadrant for Enterprise Wired and Wireless LAN Infrastructure published in year 2021.

Item No 6: L2 Switch 16 Port

S. No

Description of minimum requirement Compliance (Yes/No)

Pg. No. of specs attached

Make Offered Model Offered

1 OEM should be in "Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2021"

2 Shall be 1RU, 19" Rack Mountable fully managed switch

3 Minimum 16 No’s of 10/100/1000 Base-Tx ports (Duplex, Full, Half) and 2 x 1G ethernet Uplink

4 1 RJ-45 (serial RS-232C) or USB micro-B console port

5 256 MB flash, 512 MB DRAM

6 Shall have switching capacity of 36 Gbps for providing non-blocking performance on all Gigabit ports

7 Shall have up to 26 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

8 The switch should have PoE/PoE+ output and should have minimum 120 watt power.

9 IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol

10 IEEE 802.3ad Link Aggregation Control Protocol (LACP) up to eight links (ports) per group

11 MAC address table size of 16000 entries and atleast 50 STP Instances.

12 Shall support Jumbo frames to improve the performance of large data transfers

13 Internet Group Management Protocol (IGMP)

14 Multicast Listener Discovery (MLD) snooping

15 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)

16 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6

17 Access Control Lists for traffic filtering

18 Source-port filtering or equivalent feature to allow only specified ports to communicate with each other

19 Traffic prioritization based on IP address, IP Type of Service (ToS), Layer 3 protocol, TCP/UDP port number, source port, and DiffServ

20 Shall support traffic rate-limiting per port

Page 108: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 107 of 142

21 IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port

22 Media access control (MAC) authentication to provide simple authentication based on a user's MAC address

23 Web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant

24 Concurrent IEEE 802.1X and Web or MAC authentication schemes per port

25 Port security to allow access only to specified MAC addresses

26 MAC address lockout to prevent particular configured MAC addresses from connecting to the network

27 STP BPDU port protection to prevent forged BPDU attacks

28 STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

29 Configuration through the CLI, console, Telnet/SSH and browser-based management GUI (SSL)

30 SNMPv1/, v2, and v3 and Remote monitoring (RMON)

31 sFlow (RFC 3176) or equivalent for traffic analysis

32 TFTP, FTP /Secure FTP/ Secure Copy support

33 RADIUS/TACACS+ for switch security access administration

34 Network Time Protocol (NTP) or equivalent support

35 Shall support IEEE 802.3az Energy-efficient Ethernet (EEE) to reduce power consumption

36 Operating temperature of 0°C to 45°C Item No 7: 15U Rack

S. No.

Description of requirement Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Aluminum/Steel 15U Height with Single Section Wall mount rack

2 One horizontal Wire Managers

3 Power Point - (4 points – 5Amp sockets and 2 points – 15Amps sockets) power distribution Indian round pin

4 Perforated metallic/glass door in front with lock and 2 fans

5 550mm * 600 mm (Width x Depth)

6 Rack should be from ISO 9001:2008 & ISO14001:2004 & 18001:2007 Certified Company & UL Listed.

Page 109: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 108 of 142

7 Rack should Conforms to DIN 41494 or Equivalent EIA /ISO / EN Standard.

8 Product should be Make in India

Item No 8: 4U Rack

S. No.

Description of requirement Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Aluminum/Steel 4U Height with Single Section Wall mount rack

2 One horizontal Wire Managers

3 Power Point - (4 points – 5Amp sockets and 2 points – 15Amps sockets) power distribution Indian round pin

4 Perforated metallic/glass door in front with lock and 2 fans

5 550mm * 600 mm (Width x Depth)

6 Rack should be from ISO 9001:2008 & ISO14001:2004 & 18001:2007 Certified Company & UL Listed.

7 Rack should Conforms to DIN 41494 or Equivalent EIA /ISO / EN Standard.

8 Product should be Make in India Item No 9: 1 KVA UPS (without battery)

S No.

Particulars Minimum Specifications Compliance (Yes/No)

Pg. No. of specs attached

Make Offered

Model Offered

1 UPS Capacity in KVA

1 KVA (Line interactive)

2 Nominal input voltage

160-280 V (single phase)

3 Input frequency 50 Hz +/- 3 Hz

4 Output power capacity (VA)

1000 VA

5 Power factor 0.6

6 Output power capacity (W)

600 W at 1 pf

7 Nominal output voltage

230 V (single phase)

8 Output voltage distortion

less than +/- 5% at full load

9 Output frequency 47 to 53 Hz

10 Crest factor 03:01

Page 110: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 109 of 142

11 Waveform type Pure sine wave

12 Batteries Two Batteries (each 12V Sealed Maintainence Free of 75 AH) will be provided for each UPS by RISL

13 Battery charging time

10 to 12 Hrs.

14 Charger capacity Minimum 10% of battery AH

15 Overall Efficiency 80%

16 Cold Start capability Required

17 Generator compatibility

To provide Clean uninterrupted power when Generator is used.

18 LED /LCD display Online & On Battery

19 Alarms On battery & low battery

20 Operating Temperature

0 to 40 degree Celsius

21 Humidity 95% non-Condensing at 40deg.C

22 Approvals CE/ EN 50091-1/ EN 50091-2/IEC 62040-1/IEC 62040-2 compliant UPS and BIS Certificate

23 Protection

The unit should trip and protect the UPS beyond upper range of nominal input voltage (Over Voltage Protection)

24 Make Product should be Make in India Item No 10: Generator Set – 5 KVA (Petrol)

S. No.

Features/ Components

Description Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Engine type Single/ Multi cylinder, in accordance with IS 10002 with latest amendments.

2 Type 1/ 2 Cylinder

3 Method of starting

Electric start 12 V DC

4 Type of cooling

Water cooled /Air cooled/ Radiator cooled

5 Type of governor

Class A2 governing as per IS10000 (All latest specs of engines are as per IS10000 & Class A2)

6 Type of fuel Petrol

7 Rating Continuous

8 Output Minimum 10-12 BHP under NTP conditions

9 Rated speed Min. 1500 RPM

10 Over load capacity

10% overload – 1 hour

Page 111: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 110 of 142

11 Alternator Output

5 KVA

12 P.F 0.8 lag

13 Voltage 220 V, with +/- 1.5% of rated voltage variation, 1 phase, AC

14 Type Continuous running duty type

15 Frequency 50 Hz

16 Phase Single phase

17 Speed Min. 1500 RPM

18 Cooling Air cooled/ Water Cooled/ Radiator Cooled

19 Over load capacity

10% overload – 1 hour

20 Excitation Self excited, self regulated, automatic voltage regulator with manual voltage control facility in alternator

21 Insulation Class H

22 Base frame

Engine and alternator shall be coupled and mounted on sturdy, fabricated, welded construction, channel iron base frame with coupling guard.

23 Control Panel

The Genset control panel shall be of 14 SWG CRCA sheet and powder coated finish. The panel shall be provided with standard engine instrumentation, Voltmeter with selector switch, Ammeter with selector switch, Frequency meter, (or one digital meter giving all the above meters is also acceptable) Current transformer, Instrument Fuses etc. MCCB/MCB of suitable rating shall be provide for overload and short circuit protection. Panel should have start and stop push button

24 AMF Unit

AMF facility shall be provided for the DG set. AMF relay shall be provided in the control panel/Electrical panel with required control wiring and AUTO CHANGE OVER for automatic operation shall be done. The system should ensure auto starting and auto stopping of the Gen-set.

25 Acoustic Enclosure

Weather and sound proof Acoustic enclosure shall limit sound level below 75 dbA at 3m distance from the set. All round clearance shall be provided inside to allow easy maintenance. The exhaust pipe shall be minimum 1.8 m above ground level.

26 Miscllenous Flywheel to suitable diameter and fuel injection equipment

Page 112: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 111 of 142

27 Air cleaner

28 Electric motor starting equipment like motor, battery, charging generator with voltage regulator etc.

29 Residential type silencer with exhaust piping with vibration isolator

30

Fuel tank suitable for 8 Hrs of continuous running with necessary piping and fuel gauge, drain valve, inlet and outlet connections.

31 Anti vibration mounting pads

32 Speed controlling governor& Mono block fuel pump

33 Suitable coupling system to the Alternator

34 Tacho hour meter

35 Lubricating oil pressure gauge

36 Hour meter to indicate number of Hrs of operation

37 Auto trip on low oil pressure & high Cylinder Head/ Water temperature

38 Over speed alarm with trip

39

Thermal insulation for exhaust line with glass wool, Aluminum sheet, chicken mesh, Diesel line with suitable dia including beads flanger etc

40 Battery 12 V with lead and terminal

41 Genset offered should be CPCB compliant (required as per latest CPCB rules)

42 Battery charger.

43

Protection against low lubricating oil pressure, high Cylinder Head/ Water temperature and over speed shall be provided for engine with alarm and fuel shut off.

Item No 11: Air Conditioner – 2 Ton

S. No.

Features Description Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Air Conditioner Type Split

2 Technology Inverter

3 Capacity 2 Ton

4 Cooling 24000 BTU

5 Compressor Rotary

Page 113: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 112 of 142

6 Refrigerant Type R-32

7 Power Supply 230 Volt /Single Phase /50Hz

8 Energy Efficiency 3 Star

9 Condenser material Copper

10 Noise level <32 dB

11 ISEER rating >3.96

12 Warranty (Compressor) 10 years

13 Warranty (Electrical component)

5 years

14 Specifications

Dualcool technology, Ocean black Protection. Low Gas Detection, 4 way Swing, OEM Make Compressor

Item No 12: Desktop

S. No.

Features Description Compliance (Yes/No)

Pg No of specification attached

Make Offered Model Offered

1 Processor Intel 11th Generation Core i5 with 3.1 GHz base frequency 12 MB cache, 6 cores OR higher

2 Chipset Intel Q470 or higher

3 Memory 16 GB DDR4 RAM expandable up to 32 GB

4 Storage 1 TB SSD or higher

5 Optical Drive Super Multi DVD Writer

6 Monitor 21.5 inch TFT LED Digital Colour Monitor or higher

7 Keyboard OEM USB Keyboard

8 Mouse Two button USB Optical Scroll Mouse

9 I/O Ports

Min. 2 USB ports in the front, min. 4 USB ports at the back, Universal or combo jack for Headphone (front) & Microphone(front) and Line in & Line out, VGA Port, HDMI port, One Serial Port(Optional)

10 Network Features

10/100/1000 on board integrated network port

11 Graphics Integrated HD Graphics

12 Multimedia Integrated audio controller with internal speaker

13 Preloaded Software

Windows 10/11 Professional 64 bit preloaded or latest With OEM recovery system and Microsoft Office 2019

Page 114: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 113 of 142

14 Warranty 5-Years comprehensive on-site OEM Warranty from the date of installation

15 Accessories All necessary cables (Power & data cable) to be included.

Item No 13: CCTV IP Camera

S. No.

Features Specifications Complia

nce (Yes/No)

Pg No of specific

ation attached

Make Offered Model Offered

1 Image sensor 1/2.8" progressive scan CMOS

2 Total Pixels 1,920(H) x 1080(V)/ effective min 2 MP in any format

3 Min. illumination Color: 0.07 lux, at 50 IRE F1.6 or better B/W: 0.03 lux, at 50 IRE F1.6, 0.0 lux @ IR ON

4 Electronic Shutter 1/25 to 1/15000

5 Day/ Night ICR switch, auto, colour, B/W

6 Lens 2.8 mm for indoor 6 mm for outdoor 7 IR Distance 30 mtr

8 S/N ratio ≥50db (AGC OFF)

9 Output PAL/NTSC adjustable

10 WDR 120 dB

11 3D N/R Auto /Manual

12 Corridor Mode Support

13 Slow Shutter On/Off

14 Auto Gain Control On/Off

15 Focus Control Manual/Auto

16 Image setting Brightness, Contrast, Saturation, Sharpness

17 Video & Decoding Compression

H.265

18 Frame Rate

Available Streams: Three(3) Mainstream 1920*1080@1-25fps; rest two streams should be configured as per Purchaser’s requirement

19 Video bit rate Constant bit rate, variable bit rate (32kbps- 8Mbps)

20 Audio compression

G.711A/ (G.711μ)/G.726/ PCM

21 Audio Detection Inbuilt Microphone

22 Event linkage Snapshot, SD card video, FTP upload, Email

23 Protocols IPv4, TCP/IP, ICMP, ARP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP,

Page 115: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 114 of 142

RTSP, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, UDP, TSL/ SSL

24 Streaming Unicast and Multicast

25 System Compatibility

ONVIF (Profile S), Should support motion-based recording

26 Max User Access 10

27 Storage Supports 128 GB Micro SD (SDHC /SDXC) card local storage. 8 SATA Ports that can each support 10 TB HDD

28 Edge Analytics Motion Detection

29 Operating Conditions

negative 10 °C to 55 °C & Humidity 95% or less (non-condensing)

30 Ingress protection IP 66

31 Power Supply DC 12V ± 10%, PoE (802.3af, class 3), 100 to 240 VAC, 50 to 60 Hz, Max 12W consumption

32

Surveillance Software Functions to be provided

Remote management/control of up to 30 cameras, Viewing of up to 30 cameras on one screen, Supports all management functions provided in web interface, Scheduled motion triggered, or manual recording options, Operating System: Microsoft Windows 2000, Windows 10 / latest version, Browser: Internet Explorer, Firefox, Netscape, Mozilla, Opera

33 Security

The proposed Camera should not have HiSilicon Chipset. The Camera should not be complying to GB28181, GB/T28181-2011 standards and there should be no option to activate or deactivate GB/T28181 standards in the camera web page/Settings. The purchaser reserves the right to get it verified from CERT-IN approved labs at the cost of the Bidders. Self-declaration by the OEM, duly signed by the authorized signatory to be provided with the bid.

34 Recording resolution

Up to 8MP

35 Video Output HDMI, VGA

36 Playback Live view/Playback Resolution

16 channel (Synchronous), Up to 8MP

37 Network & Serial Interface

2, RJ-45 10/100/1000 Mbps self-adaptive Ethernet interface, POE Supported, RS-232/RS-485

38 USB interface 2 × USB 2.0; 1 × USB 3.0

39 Alarm in/out 16-Apr

Page 116: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 115 of 142

40 Certification 1. CE/FCC/UL 2. BIS in the name of same quoted OEM

Item No 14: Cat 6 LAN cable

S. No.

Item Description of Requirement Compliance (Yes/No)

Pg. No. of Tech. specs

attached Make Offered Model Offered

1 Features

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL/NABL certificate should be submitted) 23 AWG solid bare copper conductor

2 Mechanical

Characteristics

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3

3

Features

Cross- member fluted member pair separator, ETL or 3P or NABL test report for TIA/EIA-568C.2 (Test report should be submitted)

4 -20 Deg. C to +60 Deg. C Operating temperature, Frequency tested up to Minimum 250 MHz

5 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

6

Impedance, Pair- to- pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR Performance characteristics to be provided

7 Attenuation (dB/100m) - 32.8MAX. at 250MHz, 43.2MAX. at 400MHz, 54.8MAX. at 250 MHz

Item No 15: I/O Port

S. No.

Item Description of Requirement Compliance (Yes/No)

Pg. No. of Tech. specs attached

Make Offered Model Offered

1

Information Outlet Features

Should meet for exceed the TIA/EIA-568-C.2 Component Compliant (1Gigabit) standard

2 Surface mount box with single RJ45 socket to terminate UTP CAT 6 Cable

3 Accessories Strain relief and bend-limiting boot for cable , Approval UL or ETL or 3P

Page 117: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 116 of 142

4 Housing Polyphenylene oxide, 94V-0 rated Wiring blocks Polycarbonate, 94V-0 rated

5

Jack contacts : Beryllium copper with thick gold and minimum thick nickel under plate, Performance Characteristics Attenuation, NEXT, PS NEXT, FEXT and Return Loss, IDC Contact: Phosphor bronze 50micron" gold plated contact surface

6 Provision for protection against dust

7 ROHS Compliant , 3rd party from bodies like ETL/NABL verified (ETL/NABL report should be submitted)

8

Faceplates Features

Single Gang square plate, 86 mmX 86mm or higher

9 port with shutter , High Impact Plastic Body ABS material

10 Write on labels– supplied with plate

11 Provisions for labeling icons and strips

Item No 16: Earthing (3 meter)

Sl. No.

Item Description of Requirement Compliance (Yes/No)

Pg. No. of Tech. specs

attached Make Offered Model Offered

1

Earth Electrode

The material should have good electrical conductivity & should not corrode in a wide range of soil conditions.

2

Mild Steel Electro galvanized bus bar of appropriate size should be welded/ bolted to earth electrode pipes or connected with the help of stainless-steel nut bolts of appropriate size.

3

The bus bar connection plate should have 3 holes of 12mm dia. placed at 50mm apart on either side (Total 6 holes) for connecting earth conductor complete with excavation, civil works, and cast iron covered with back fill compound.

4 The voltage between Neutral & Earth should not exceed more than 2 volts.

5 Electrode size – 3mtrs.

6 Earth

Enhancement Material

The material should be of superior conductive material so that it improves the earthing effectiveness especially in areas of poor conductivity such as rocky

Page 118: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 117 of 142

(Back fill compound)

ground, sandy soil & areas of moisture variation.

7

It shall be placed around earth electrode in the earth pit to improve the conductivity of earth electrode & ground contact area.

8 The material shall be supplied in sealed moisture proof bags.

9

These bags shall be marked with the name of the manufacturer or trade name, quantity, batch no., date of manufacture etc.

10 It shall not depend on the continuous presence of water to maintain its conductivity.

11 Material shall be nontoxic, nonreactive, non-explosive & noncorrosive

12 Temp. Range 0ºC to 60ºC

13 Resistivity Below 2 ohm at PoP rooms, HO sites, VSAT remote locations & terrestrial link locations

14 Moisture Retain more than 10% moisture at 105ºC

15 Material Type

Should be a little alkaline in nature with pH value of > 7 &< 9

16 Material shall not decompose or leach out with time

17 Environment It shall not pollute the soil or local water table & shall meet environmental friendly requirement for landfill.

18 Pit Cover Cement Removable Cover

19 Standards IS: 3043/1987

20 Certification OEM certificates should be provided for verification of specifications/parameters.

Page 119: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 118 of 142

ANNEXURE-3: PRE-BID QUERIES FORMAT {to be filled by the bidder}

Name of the Company/Firm:

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

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

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

Company/Firm Contacts:

Contact Person(s) Address for Correspondence

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

Query / Clarification Sought:

S. No. RFP Page No.

RFP Rule No.

Rule Details Query/ Suggestion/ Clarification

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

Page 120: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 119 of 142

ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}

To,

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

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

Thanking you,

Name of the Bidder: - Verified Signature:

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 121: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 120 of 142

ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION {To be filled by the bidder & OEM}

To,

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

CERTIFICATE

This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity with the minimum technical specifications of the bidding document and that there are no deviations of any kind from the requirement specifications.

Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby submit our token of unconditional acceptance to all the terms & conditions of the bidding document without any deviations and assumptions.

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-end implementation and execution of the project, to meet the desired Standards set out in the bidding Document.

Thanking you,

Name of the Bidder/OEM: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 122: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 121 of 142

ANNEXURE-6: MANUFACTURER’S AUTHORIZATION FORM (MAF) (Indicative Format, to be filled by OEM & submitted on OEM’s Letter Head only)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302005 (Raj.)

Subject: Issue of the Manufacturer’s Authorisation Form (MAF)

Reference: NIB/ RFP Ref. No. _____________________ dated ________

Sir,

We {name and address of the OEM} who are established and reputed original equipment manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby authorize {M/s __________________________} who is our {Distributor/ Channel Partner/ Retailer/ Others <please specify>} (hereafter referred as bidder) to bid, negotiate and conclude the contract with you against the aforementioned reference for the following Hardware/ Software manufactured by us: -

{OEM will mention the details of all the proposed product(s) with their make/ model.}

We undertake to provide OEM Warranty for the offered Hardware/ Software, as mentioned above, for 5 Years.

We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-Sale within next 6 months from the date of bid submission.

We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-Service/ Support within next 5 years from the date of bid submission.

We hereby confirm that we have direct back-to-back service support agreement with the bidder for the duration as per RFP. DoIT&C/RISL/Bidder/ GoR will be able to log a support ticket directly to our helpdesk to get telephonic/remote support directly from us, as required.

Yours faithfully,

For and on behalf of M/s (Name of the manufacturer)

(Authorized Signatory)

Name, Designation & Contact No.:

Address: ___________________________________

Seal:

Page 123: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 122 of 142

ANNEXURE-7: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS {To be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302016 (Raj.)

Reference: NIB No. : ___________________________________ Dated: __________

This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________ dated ___________.

We hereby undertake that all the components/ parts/ assembly/ software used in the equipment shall be genuine, original and new components /parts/ assembly/ software from respective OEMs of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used. In respect of licensed operating system, we undertake that the same shall be supplied along with the authorized license certificate with our name/logo. Also, that it shall be sourced from the authorized source for use in India.

In case, we are found not complying with above at the time of delivery or during installation, for the equipment already billed, we agree to take back the equipment already supplied at our cost and return any amount paid to us by you in this regard and that you will have the right to forfeit our Bid Security/ SD/ PSD for this bid or debar/ black list us or take suitable action against us.

Authorized Signatory

Name:

Designation:

Note: The signing Authority should be no lower than Company Secretary of the bidder.

Page 124: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 123 of 142

ANNEXURE-8: COMPONENTS OFFERED – BOM {To be filled by the bidder and submitted only on Letter Head duly signed by Auth. Sign.)

Please fill the following table for all components as mentioned in the Bill of Material and as quoted/ proposed by the bidder as a part of the overall solution. Also, please include the Compliance/ Deviation Sheet as per the details mentioned in the Chapter - Technical Specifications for all the components and for any other Item offered/ included as a part of the solution.

S.No. Product Details

(Only one make and model)

Detailed

Technical Specification

Reference**

OEM Details

(Name, Address, E-Mail, Mobile Nos.)

1. {Item No. xx}

2. {Item No. xx}

N. {Item No. xx}

** Please attach Technical specifications compliance sheet (only on OEM’s letter-head) and provide reference number in this column. (Deviations, if any, should be appropriately mentioned & highlighted in the compliance/ deviation column of the respective table as provided in Annexure-2: Technical Specifications of this bidding document)

Page 125: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 124 of 142

ANNEXURE-9: SELF-DECLARATION (To be submitted only on Letter Head duly signed by Auth. Sign.)

To

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

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

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

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

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

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

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

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

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

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

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

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

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Page 126: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 125 of 142

Place:

ANNEXURE-10: COVERING LETTER – TECHNICAL BID (To be submitted only on Letter Head duly signed by Auth. Sign.)

To,

Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur (Rajasthan)

Ref: Request for Proposal (RFP) Notification dated............... No..........

Dear Sir,

1. I/We, the undersigned bidder, having read & examined in detail, the Bid Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same.

2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for carrying out the project in accordance with your RFP.

4. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

5. I/We agree to abide by this RFP for a period of 90 days from the closing date fixed for submission of bid as stipulated in the RFP document.

6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988”.

7. I/ We undertake, for timely establishment of a local office in Jaipur (if the award is made to us) and within 1 months from the date of issue of LoI.

Or (strike out whichever is not applicable)

Page 127: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 126 of 142

We have an existing office at Jaipur at the following address:

..........................................................................................................................

8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP.

9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of the project for performing their duties with respect to this project. We understand that our non-cooperation for the same shall be grounds for termination of service.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 128: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 127 of 142

ANNEXURE-11: FINANCIAL BID COVER LETTER & FORMAT (To be submitted only on Letter Head duly signed by Auth. Sign.)

To,

Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur (Rajasthan)

Reference: NIB No. : ___________________________________ Dated: __________

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties.

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of 90 days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.

We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard.

Date:

Authorized Signatory

Name:

Designation:

Page 129: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 128 of 142

ANNEXURE-12:Financial Bid Format

{To be submitted by the bidder only in BoQ format (.XLS) available at eProc portal}

BoQ-A: Annual Maintenance Contract (AMC) of Existing Infrastructure for 5 years

Sl. No.

Item Qty. Unit

Base Unit Cost in

INR (incl. all

incidental charges and all

Taxes but excl. GST)

GST in %

GST in Rs

Amount in INR

(including all taxes) per Unit

Total Cost

in INR

A B D E F G H=F+G I=H*D 1. 2.

3.

BoQ-B: New RajNET Infrastructure with warranty (Rate Contract)

Sl. No.

Item Qty. Unit

Base Unit Cost in

INR (incl. all

incidental charges and all

Taxes but excl. GST)

GST in %

GST in Rs

Amount in INR

(including all taxes) per Unit

Total Cost

in INR

A B D E F G H=F+G I=H*D 1. 2.

3.

BoQ-C: FMS

Sl. No.

Item Qty. Unit

Base Unit Cost in

INR (incl. all

incidental charges and all

Taxes but excl. GST)

GST in %

GST in Rs

Amount in INR

(including all taxes) per Unit

Total Cost

in INR

A B D E F G H=F+G I=H*D

Page 130: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 129 of 142

1. 2.

3.

BoQ-D: Items for Buyback

Sl. No.

Item Qty. Unit

Base Unit Cost in

INR (incl. all

incidental charges and all

Taxes but excl. GST)

GST in %

GST in Rs

Amount in INR

(including all taxes) per Unit

Total Cost

in INR

A B D E F G H=F+G I=H*D 1. 2.

3.

L1 bidder for BoQ will selected with the total price quoted in BoQ-A, BoQ-B and BoQ-C.

than difference between total cost with amount qoauted in BoQ-D Above is indicative, however the quantity may increase or decrease at the time of placing

the purchase order as per actual. The quantities mentioned in financial bid are indicative however, the payments shall be

made on actuals. GST shall be paid as applicable at the time of payment.

Page 131: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 130 of 142

ANNEXURE-13: BANK GUARANTEE FORMAT {To be submitted by the bidder’s bank}

BANK GUARANTEE FORMAT – BID SECURITY

(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005 (Raj).

Sir,

1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no. <please specify> M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as mentioned in the bidding document. It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated _________ issued by RISL, First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “RISL”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from the date of submission of bid). It may be extended if required in concurrence with the bid validity. And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees <in words>)> to the RISL as earnest money deposit.

2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………... (hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the RISL of the said guaranteed amount without any demur, reservation or recourse.

3. We, the aforesaid bank, further agree that the RISL shall be the sole judge of and as to whether the Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the RISL on account thereof to the extent of the Earnest Money required to be deposited by the Bidder in respect of the said bidding document and the decision of the RISL that the Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the RISL shall be final and binding on us.

Page 132: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 131 of 142

4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the RISL and it is further declared that it shall not be necessary for the RISL to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the RISL may have obtained or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.

5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex,

fax, registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted.

6. If it is necessary to extend this guarantee on account of any reason whatsoever, we

undertake to extend the period of this guarantee on the request of our constituent under intimation to you.

7. The right of the RISL to recover the said amount of <Rs. ______________ (Rupees <in

words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..

8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted

to <Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period i.e. <please specify> days from the last date of bid submission and unless a demand or claim under the guarantee is made on us in writing within three months after the Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.

9. This guarantee shall be governed by and construed in accordance with the Indian Laws

and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count.

10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under

the Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour.

Date ………………… (Signature) ……………………………………….

Place ………………… (Printed Name) ………………………………….

(Designation) ……………………………………

(Bank’s common seal) ………………………….

Page 133: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 132 of 142

In presence of:

WTTNESS (with full name, designation, address & official seal, if any)

(1) ………………………………………

………………………………………

(2) ………………………………………

………………………………………

Bank Details

Name & address of Bank :

Name of contact person of Bank:

Contact telephone number:

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE

The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered valid: -

1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the name of the bank.

2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if any).

3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons mentioning their full name and address.

4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only.

5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as non-valid.

6. The contents of Bank Guarantee shall be strictly as per format prescribed by RISL 7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number. 8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature

of Bank Officials signing the Bank Guarantee. 9. The stamp duty should be payable as per Rajasthan Stamp Act, 1998 for BG against EMD

and PBG. 10. Bank should separately send through registered post/courier a certified copy of Bank

Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:

The Managing Director, RajCOMP Info Services Limited (RISL), First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

Page 134: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 133 of 142

BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)

(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at

Jaipur and payable at par at Jaipur, Rajasthan)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005 (Raj).

1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under the terms and conditions of an Agreement No..................................dated .....................made between the RISL through …………………… and .......................(Contractor) for the work .................(hereinafter called "the said Agreement") of Security Deposit for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs...................(rupees ........................................only), we ...................(indicate the name of the Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the RISL an amount not exceeding Rs...................(Rupees..................................only) on demand.

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs.................... (Rupees............................only), the amounts due and payable under this guarantee without any demur or delay, merely on a demand from the RISL. Any such demand made on the bank by the RISL shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of the RISL and We....................... (Indicate the name of Bank), bound ourselves with all directions given by RISL regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees....................only).

3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute, unequivocal and unconditional.

4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein contained shall remain in full force and effective up to <DATE> and that it shall continue to be enforceable for above specified period till all the dues of RISL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the RISL certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for

Page 135: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 134 of 142

any time or from time to time any of the powers exercisable by the RISL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the RISL or any indulgence by the RISL to the said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have effect of so relieving us.

6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this guarantee except with the previous consent of the RISL in writing.

8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by the RISL. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs........................... (Rupees..............................only).

9. It shall not be necessary for the RISL to proceed against the contractor before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the RISL may have obtained or obtain from the contractor.

10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day.

11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the memorandum and articles of Association/constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney issued by the bank.

Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)

Signature

(Name & Designation)

Bank's Seal

The above performance Guarantee is accepted by the RISL

For and on behalf of the RISL

Signature

(Name & Designation)

Page 136: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 135 of 142

ANNEXURE-14: DRAFT AGREEMENT FORMAT {To be mutually signed by selected bidder and procuring entity}

This agreement is being executed on behalf of Department of Information Technology and Communication, to procure defined goods and services, RISL is acting merely as a Pure Agent who neither intends to hold or holds any title to the goods and services being procured or provided. So all the goods and services are required to be delivered in the name of Department of Information Technology and Communication along with invoices of supplied items, although payment will be made by RISL on behalf of said department.

This Contract is made and entered into on this ______day of ________, 2022 by and between RajCOMP Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on ONE PART

And

M/s__________________, a company registered under the Indian Companies Act, 1956 with its registered office at _____________________ (herein after referred as the “Successful Bidder/ Supplier”) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on the OTHER PART.

Whereas,

Purchaser is desirous of appointing an agency for _________<project title> as per the Scope of Work and Terms and Conditions as set forth in the RFP document dated _________ of <NIB No _________________>.

And whereas

M/s______________ represents that it has the necessary experience for carrying out the overall work as referred to herein and has submitted a bid and subsequent clarifications for providing the required services against said NIB and RFP document issued in this regard, in accordance with the terms and conditions set forth herein and any other reasonable requirements of the Purchaser from time to time.

And whereas

Purchaser has accepted the bid of supplier and has placed the Letter of Intent vide Letter No. __________________dated _______, on which supplier has given their acceptance vide their Letter No._____________ dated ____________.

And whereas

Page 137: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 136 of 142

The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in the form of __________________ ref no. _________________ dated ______________ of ____________ Bank and valid up to _____________ as security deposit for the due performance of the contract.

Now it is hereby agreed to by and between both the parties as under: -

1. The NIB Ref. No. ____________________________ dated ___________ and RFP document dated _________ issued by RISL along with its enclosures/ annexures, wherever applicable, are deemed to be taken as part of this contract and are binding on both the parties executing this contract.

2. In consideration of the payment to be made by RISL to supplier at the rates set forth in the Letter of Intent no. ____________________ dated _________ will duly supply the said articles set forth in “Annexure-I: Bill of Material” thereof and provide related services in the manner set forth in the RFP, along with its enclosures/ annexures and Technical Bid along with subsequent clarifications submitted by supplier.

3. The RISL do hereby agree that if supplier shall duly supply the said articles and provide related services in the manner aforesaid observe and keep the said terms and conditions of the RFP and Contract, the RISL will pay or cause to be paid to supplier, at the time and the manner set forth in the said conditions of the RFP, the amount payable for each and every project milestone & deliverable. The mode of Payment will be as specified in the RFP document.

4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical resources shall be effected from the date of work order and completed by supplier within the period as specified in the RFP document.

5. In case of extension in the delivery and/ or installation period/ completion period with liquidated damages, the recovery shall be made on the basis of following percentages of value of stores/ works which supplier has failed to supply/ install/ complete: -

a. Delay up to one fourth period of the prescribed delivery period, successful installation & completion of work

2.5%

b. Delay exceeding one fourth but not exceeding half of the prescribed delivery period, successful installation & completion of work.

5.0%

c. Delay exceeding half but not exceeding three fourth of the prescribed delivery period, successful installation & completion of work.

7.5%

d. Delay exceeding three fourth of the prescribed delivery period, successful installation & completion of work.

10.0%

Note:

i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be eliminated if it is less than half a day.

ii. The maximum amount of agreed liquidated damages shall be 10%. iii. If supplier requires an extension of time in completion of contractual supply on account

of occurrence of any hindrances, he shall apply in writing to the authority which had placed the work order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply.

Page 138: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 137 of 142

iv. Delivery period may be extended with or without liquidated damages if the delay in the supply of goods in on account of hindrances beyond the control of supplier.

6. All disputes arising out of this agreement and all questions relating to the interpretation of this agreement shall be decided as per the procedure mentioned in the RFP document.

7. This agreement is being executed on behalf of Department of Information Technology & Communication (DoIT&C), Jaipur to procure defined goods and services, RISL is acting merely as a Pure Agent who neither intends to hold or holds any title to the goods and services being procured or provided. So all the goods and services are required to be delivered in the name of Department of Information Technology & Communication (DoIT&C), Jaipur along with invoices of supplied items, although payment will be made by RISL on behalf of said Department.

In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on this _____day of _______________, 2022.

Signed By: Signed By:

( ) Designation: Company:

(Authorized Signatory) RISL, Govt. of Rajasthan

In the presence of:

In the presence of:

( ) Designation: Company:

( ) Designation: RISL, Govt. of Rajasthan

( ) Designation: Company:

( ) Designation: RISL, Govt. of Rajasthan

Page 139: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 138 of 142

ANNEXURE-15: FORMAT FOR PROJECT REFERENCES (FOR PRE-QUALIFICATION EXPERIENCE OF BIDDER)

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

Country:

Location within country:

Project Duration:

Name of Customer:

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

Start date (month/year):

Completion date (month/year):

Name of associated Bidders, if any:

Narrative description of Project:

List of Services provided by your firm/company

a) MCU capacity (No. of Ports): ___________ Ports (SD/HD/FHD) (strike non relevant)

b) No. of Endpoints:

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

Page 140: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 139 of 142

ANNEXURE-16: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012

Appeal No ………of ……………

Before the ………………………… (First/ Second Appellate Authority)

1. Particulars of appellant: a. Name of the appellant: <please specify> b. Official address, if any: <please specify> c. Residential address: <please specify>

2. Name and address of the respondent(s): a. <please specify> b. <please specify> c. <please specify>

3. Number and date of the order appealed against and name and designation of the officer/ authority who passed the order (enclose copy), or a statement of a decision, action or omission of the procuring entity in contravention to the provisions of the Act by which the appellant is aggrieved: <please specify>

4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative: <please specify>

5. Number of affidavits and documents enclosed with the appeal: <please specify>

6. Grounds of appeal (supported by an affidavit): <please specify>

7. Prayer: <please specify>

Place …………………………………….

Date ……………………………………

Appellant's Signature

Page 141: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 140 of 142

ANNEXURE-17 UNDERTAKING FOR OFFICE SETUP {deleted}

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302016 (Raj.)

Reference: NIB No.: ___________________________________ Dated: __________

1. We hereby declare that we have our office at Jaipur at following address: ____________________________________________

____________________________________________

____________________________________________

Phone No:

OR

2. We hereby undertake to establish local support office in Jaipur within one month of issue of work order

Authorized Signatory Name:

Designation:

Note: Strikeout 1 OR 2 whichever is not applicable

Page 142: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 141 of 142

ANNEXURE-18: CERTIFICATE FOR EXEMPTION OF BID SECURITY {To be filled by the Govt./PSU/Department only as per RFP}

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302005 (Raj.)

I/ We {Name of the PSU/Corporation/Department} hereby {Name of the PSU/Corporation/Department} is owned or controlled or managed by the {Name of the State} State Government/Central Government Undertaking/Department. I/ We hereby declare/ certify that it is eligible for exemption from the bid security submission as per RFP.

Legal document/Certificate of Incorporation establishing the exemption is attached.

Thanking you,

Name of the Bidder: -

Name of Authorised Signatory: -

Sign of the Authorised Signatory

Seal of the Organization: -

Date:

Place:

Page 143: RajCOMP Info Services Limited (RISL) 2022

Request for Proposal (RFP) for procurement of network infrastructure & services (Rate Contract) and Annual Maintenance Cost (AMC) & Facilities Management Services (FMS) under RajNET network through Open Competitive Bidding (e-Tendering)

Page 142 of 142

ANNEXURE-19: LIST OF PROJECT LOCATIONS

Sr. No Location

Total Number of Locations

1 State Head Quarter 1 2 District Head Quarter 32 3 Block Head Quarter 240 4 Department offices at District & Block level 4500 5 Gram Panchayats 9341

Tentative locations-wise existing details is available on https://rajnet.rajasthan.gov.in/rswan/