Академический Документы
Профессиональный Документы
Культура Документы
: 14/05 /2015
EMD
: ` 5000/-
Ministry of Power, GoI has approved a road map for training of the C & D
employees of power utilities. The programme provides for the development of
course ware, training of the faculty, partial financial support to the power
companies/empanelled training institutes for skill development of C & D
employees.
Large number of non-executives in secretarial staff, accounts wing, technical
staff in nonexecutives and Class-IV In Power Distribution Companies are
categorized as C&D employees. The UDC, LDC, Stock Verifier, Store Clerks,
Typist etc. are the ministerial staff. Helper, Linemen, Line Inspectors,
Electrician, Sub-station Operators, Consumer Complaint Attendants, Meter
Readers fall under the technical staff whereas Peon, Chowkidar, Jamadar etc.
belong to Class-IV employees.
Basic Franchisee
- For potential Franchisees
Advanced Franchisee - For existing Franchisees
1) Requirement
For effective implementation of Training Programmes Web Portals www.reccanddtraining.com and www.rec-franchiseetraining.com have been developed for
online monitoring and management. Nodal Officers of respective Power Utilities
are to upload relevant data from time to time with regard to Training Programmes
conducted. The Web Portal is at present being hosted by a data centre using
physical servers. The details of the physical servers being used now are given at
Annuxure-D. The details of the data back-up taken from the existing physical
servers is given at Annexure-E.
CIRE of RECL intends to now host the Training portals in public domain with the
details of the C & D Employees Training and Franchisee Training using the latest
cloud computing technology which will be accessed by all stake-holders viz.
Power Sector Utilities, Monitoring Agencies, RECL, Training Institutes, etc. from
anywhere in the country through secured login on internet. Web portal contains
all details of the Training calendar, Participants trained, Training Venues, etc. All
claims are sent to CIRE online through Web Portals (www.rec-canddtraining.com
and www.rec-franchiseetraining.com ) as per MOA. CIRE of RECL shall provide
financial support to UTILITY or Empanelled Training Institute on cost shared
principle. The website also captures data and generates reports, certificates,
invoice, receipts, etc. pertaining to the training programmes. The cloud will
4
c)
d)
e)
The EMD, technical bid and financial bid are to put in separate sealed
envelope and indicating the RFQ no, bid description, name of the
5
bidder. All the three envelope to be put in one large sealed envelope
mentioning the subject Tender for C&D Employees & Franchisee
portal hosting for National Training Programme for Central Institute for
Rural Electrification (CIRE) addressed to Chief Manager (P&A), CIRE,
Shivarampally, Hyderabad-500052.
f)
g)
h)
4) Scope of Work
A.
S. No.
1.0
3.0
4.0
5.0
6.0
2.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
B. Time Lines: Time is essence of the contract. The bidder is required to stick
to the time-schedule given below:
Serial
Number
1
2
3
4
Milestone
Placement of Purchase Order
Acceptance
Configuring the server as per requirement
of RECL and scope of work
Execution and commissioning of the
system and certification by CIRE of RECL
and start of SLA
Deliverables
T1
T2=T1+1 week
T3=T2 + 2 weeks
T3 + 2 weeks
C. Period of contract:
The contract will be awarded initially for a period of 1 year w.e.f the date of
commissioning of the system and certification by CIRE of RECL. The contract
will be extended further for a period of 3 terms of 1 year each at the sole
discretion of CIRE of RECL.
5) Evaluation of Technical Bid
a. CIRE of RECL will determine the substantial responsiveness of each bid to
the Bidding Documents. For purpose of these Clauses, a substantially
responsive bid is one, which conforms to all specifications & terms and
conditions of the Bidding Documents without material deviations as
detailed below
1.
2.
3. 24 x 7 Availability monitoring
7
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Required
Latest Intel 5500 series or better
15k RPM, SAS with hot plug
Rack Optimized
DDR III 1066 MHZ or better
2.4 GHz or better
Very low
99.5% or better
Redundant
Redundant
Yes
Min. 15 days
6) Financial Bids
a. Quoted prices should be firm and inclusive of all taxes which includes
Excise Duty, Sales Tax, VAT, WCT, Service Tax, Octroi & road permit and
other taxes, Transit Insurance and freight etc.
b. The Bidder has to quote rate for each item in the Price Schedule (Annexure
II). The Bidder has also to give total cost wherever applicable. Offers not
indicating item-wise rates, wherever applicable, are liable for
disqualification.
c. The bidder must note that CIRE of RECL will not provide Form-D/FormC, etc.
d. Prices quoted by the bidder shall be fixed during the bidders performance
of the contract and not subject to variation on any account upto 3 years. A
bid submitted with any conditional price will be treated as non-responsive
and shall be summarily rejected.
e. All prices and other information like discount, etc. having a bearing on the
price shall be written both in figures and words in the prescribed offer form.
f. Discrepancy in words/Figures: Bidders shall quote the price in figures as
well as in words and also to work out the total amount of the tender. All
rates given in the tender must be expressed in English both the words and
figures properly and clearly.
If some discrepancy is found between the rate given in words and figures
the following procedure shall be applied:
a. When there is a difference between the rates given in words and figures,
value written in words shall override amount in figure.
b. When the rate quoted by the Bidder in words and figures tallies but the
amount is incorrect, the rate quoted by the Bidder shall be taken as
correct.
9
b.
Bids will be evaluated on the basis of lowest quote (L1) on Grand Total as
per the specified formulae. CIRE of RECL will calculate the Grand Total
based on unit values and specified formulae, if any and accordingly L1
bidder will be determined.
c.
10
d.
The decision of CIRE of RECL arrived at, as per above will be final and no
representation of any kind shall be entertained.
e.
The vendor should not assign or sublet the work order or any part of it to
any other agency in any form. Failure to do so shall result in termination
of work order and forfeiture of EMD etc.
f.
g. The EMD will be returned after 30 days of successful completing of the scope
of work.
h. Even if a single Tender is received, it will be processed for acceptance.
9) Execution of Offer
a.
b.
c.
d.
e.
To Sign Service Level Agreement (SLA) for 99.5 uptime of the entire
REC IT setup with CIRE of RECL as per the approved format of REC.
Execute as per scope of work
Assist/Co-ordinate with other existing and future vendor of RECL
within its scope boundary.
Incomplete tenders, amendments and alterations to the tender received
after opening and/or tenders submitted late are liable to be rejected.
Printed terms and conditions, if any, of the Bidder will not be considered
as forming part of the tender. Technical Specification Deviation if any,
wrt the technical specifications given in the tender document, should be
indicated separately clause wise under the heading deviations to the
Technical Specification / Financial Terms.
b.
c.
d.
The Performance Bank Guarantee shall be valid till the end of the contract
period plus three months.
d. Failure of the Bidder to comply with the above requirement or failure to enter
into contract within stipulated period or within such other extended period,
as may be decided by the CIRE of RECL, shall constitute sufficient grounds,
among others, if any, for the annulment of the award of the tender.
e. In the event the vendor being unable to provide the services, during the
empanelment period, as per the contract for whatever reason, the
Performance Guarantee would be revoked by CIRE of RECL.
f. No bank charges/interest shall be payable for the Performance Bank
Guarantee.
g. CIRE of REC shall also be entitled to make recoveries from the Bidders bills,
from Bank Guarantee, or from any other amount due to him the equivalent
value of any payment made to him due to inadvertence, error, collusion, misconstruction or mis-statement.
13) Termination of Contract
a. CIRE of RECL may at any time terminate the contract, if the bidder is unable
to provide the services as per the contract. In such cases, if any amount is due
to the Bidder on account of the work executed by him, if payable, shall be paid
to him only after due recoveries as per the provisions of the contract and after
alternate arrangement to complete the work has been made at the Bidders
cost and risk. The selected Bidder will give at least three months notice prior
to discontinuing the service.
b. CIRE of RECL may at any time terminate the Contract by giving written notice
to the selected Vendor, without compensation to the selected Vendor, if the
selected Vendor becomes bankrupt of otherwise insolvent, provided that such
termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to CIRE of RECL.
c. CIRE of RECL may by written notice sent to the selected Vendor, terminate
the purchase order and/or the Contract, in whole or in part at any time of its
convenience. The notice of termination shall specify that termination is for
CIRE of RECL's convenience, the extent to which performance of work under
13
the purchase order and /or the Contract is terminated, and the date upon
which such termination becomes effective. CIRE of RECL reserves the right to
elect :
d. to have any portion completed at the purchase order and/or the Contract
terms and prices; and/or
i. to cancel the remainder and pay to the selected Vendor an agreed amount for
partially completed Services.
e. In the event the Vendors Company or the concerned Division of the company
is taken over/bought over by another company, all the obligations under the
agreement with RECL, should be passed on the compliance by the new
company new Division in the negotiation for their transfer.
f. CIRE of RECL at its discretion may terminate the contract on grounds of
nonperformance by the vendor to provide services as per SLA.
g. On termination the performance guarantee/security deposit will be forfeited.
in terms of the act and shall be shared equally between the parties. The Arbitrator
will give the speaking and the reasoned Award. The parties will not be entitled to
any pendent-lite interest during arbitration proceedings. Notwithstanding any
references to Arbitration, the parties shall continue to perform their respective
work/obligation under the contract.
15
Annexure-I
I) Technical Bid Document
Technical specification of Data Centre for Cloud hosting
Vendor to specify
( yes/no)
Requirement
1. Minimum Tier 3 or higher Data Centre
2. SLA ( Uptime 99.5%)
3. 24 x 7 Availability monitoring
4. 24 x 7 Help Desk Support, Incident
Response
5. On demand memory and storage space
upgradration
6. Data Centre Control system BMS
7. Disaster Recovery Facilities
8. India Based Data Center
9. Redundancy for
a. UPS
b. Generator
c. Network
d. Server
10. Certifications
a. IT Service Management
b. ISMS ISO 27001:2013
c. Business Continuity Management
plan
11. Power source
12. Fuel Backup capacity for generator
13. Value added services provided
a. O/s Management
b. DB management
c. Firewall management
d. Backup Management
e. DR & BCP solution
f. IDS/IPS
14. Snapshot of Data and application with
retention period
15. Recovery of application and 12 database
from snapshot
16. The bidder should have clientele of
Central/ State Government Departments/
PSUs/ Autonomous Bodies in India during
the last two years. The order value should
16
Bank Name:
Branch Name:
DD/BG No.:
Date:
Amount:
Place:
Required
Latest Intel 5500 series or
better
15k RPM, SAS with hot plug
Rack Optimized
DDR III 1066 MHZ or better
2.4 GHz or better
Very low
99.5% or better
Redundant
Redundant
Yes
To be Supplied
Min. 15 days
Signature of Bidder
Name
Details of enclosures.
Full Address:____________________
Telephone No.___________________
Fax No. ____________________
E-mail
COMPANY SEAL
17
Annexure-II
Price Schedule
Sl.
No.
1
Cost
Component
(A)
VPS-High
Availability
2
3
Description (B)
QTY
Cores : 4
RAM: 6GB
Storage: 50GB
Bandwidth: 4 GB
Data transfer : 50 GB
My SQL
Red Hat Linux
01 No
DB
OS with
Management
4
Backup Space 50 GB
5
Antivirus
Trend
Micro/Symantec/MacAfee
server version
6
Set up
Server, Database and
charges (one
application
time)
7
Backup
Regular backup of the
Management application & database as
per scope of work
Grand Total
Optional
Cost
1
2
DB
Mgmt.
Firewall
Processor
Storage
5
6
RAM
Backup
Space
DB
Management
Dedicated
Firewall
Per core
increase
500 MB
200 MB
Additional
Space
1 GB Additional
Increment of 1
GB
Monthly
Charges
(INR)
Monthly Recurring
Total Price Total Price
Taxes
(Inclusive (inclusive
(If
of Taxes)
of Taxes)
any)
(INR) per
(INR) per
(INR)
month
year
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
01 No
Total for Optional Cost
* Above quantities are tentative and indicative only and REC reserves the right to
order superset and/or sub-set of the quantities as per RECs requirements.
18
Note :
1. Taxes shall include Excise Duty, Sales Tax, VAT, WCT, Service Tax, octroi &
road permit and other taxes, Transit Insurance and freight etc. The prices
quoted by the bidder shall remain firm during the entire period of the Contract
and shall not be subject to variation on any account. The bid submitted with a
variation clause (unless asked by the CIRE of RECL) will be treated as nonresponsive and rejected.
2. It is bidders responsibility to deliver the goods at final destination. CIRE of
RECL may assist if required.
3. Costs should be indicated clearly both in figures and words and any cutting/
erasures/ overwriting/ deletions/ modifications etc. shall be properly attested
by the authorized signatory otherwise the bid is liable to be rejected.
4. Under no circumstances any extra/ additional taxes, duties, levies etc. shall be
payable to the bidder by CIRE of RECL unless such a tax, duty or levy has been
newly introduced and notified by the Government of India.
5. Prices should be indicated in Indian Rupees only and in the respective units
indicated at each row.
6. Calculations against each row as specified in the price schedule should be
carried out carefully both for the total of each row. Furnishing of any
miscalculation etc. shall be at the bidders risk and cost and the bid may be
liable for summary rejection.
7. The prices indicated by the bidder should be inclusive all expenses in terms of
three years comprehensive warranty maintenance.
8. The details for column no. B above are provided in Scope of Work and
Technical Specification Annexure I and prices shall be deemed to have been
quoted by the bidder taking into consideration these details and other clauses
as specified in the tender document and as per tender terms and conditions and
without any deviations of any form/sort/kind etc.
9. RECL shall carry out recalculation/ verification of the prices, Total (against
each item) based on the prices/ cost quoted by the bidder for unit price,
applicable taxes (as applicable) based on indicated initial approximate
quantities and the final calculations as arrived by the RECL shall be binding on
the bidder.
10. In case of any part/sub-component/ sub-assembly/ software/ peripherals etc.
not being quoted/included by the bidder for the effective and efficient
performance of the equipment/ product in pursuance to clause 9(f) of Financial
bid above and/or any hiding/false/forging etc. of information/ quoted prices
in the price schedule then the same shall be at the bidders risk and cost and in
the event of failure to comply shall result in summary rejection of bid and
revocation of appropriate tender clauses and blacklisting of the bidder, at the
discretion of the CIRE of RECL, and in such an event CIRE of RECL reserves
19
the right to carry out financial evaluation of the rest of the bids as per the tender
terms and conditions.
11. The bidder shall be deemed to have noted and agreed to as specified in the
tender that CIRE of RECL will NOT provide Form C/D.
12. The bidder shall be deemed to have noted and agreed to the right of CIRE of
RECL to order for super-set/ sub-set of the items and/or procuring the same
and/or similar items from alternate and/or different sources at CIRE of RECL
discretion.
20
ANNEXURE A
Bid Form
(On the letter head of the firm submitting the bid document)
To
The Chief Manager (P&A)
Central Institute for Rural Electrification
of Rural electrification Corporation Limited,
Shivarampally,
NPA Post,
Hyderabad 500 052
ii)
iii)
OR
A partnership firm, and the person signing the bid document is a
partner of the firm and he has authority to refer to arbitration
disputes concerning the business of the partnership by virtue of the
partnership agreement/by virtue of general power of attorney
OR
A company and the person signing the document is the constituted
attorney.
Signature of Bidder
Name
Full Address:_____________________
______________________
Telephone
No.____________________
_____________________
Telegraphic
Address:_____________
Fax
No.__________________________
E-mail______________________________
COMPANY SEAL
22
ANNEXURE-B
UNDERTAKING ON COMPLIANCE OF TECHNICAL SPECIFICATIONS AND
TENDER SPECIFICATIONS and TERMS & CONDITIONS
(To be submitted on the bidders letter head duly signed by the authorized
signatory)
I/We hereby undertake that I/we have examined/ perused, studied and understood
the RFP document No. _______ dated ____ and any corrigendum/ addendum/
clarification etc. completely and have submitted my/our bid in pursuance and
without any material and/or other deviations to the said documents.
I/We hereby undertake that I/We understand that the Scope of Work and
Requirement of this tender is indicative only and not exhaustive in any manner and
that the final scope of work and specification will be decided by the REC at their
discretion.
I/We hereby undertake that we shall comply with the Scope of work and
requirements and tender terms and conditions completely and there are no deviations
of any manner and/or sort and/or kind in this regard from my/our side.
I/We undertake to be the single point of contact for REC and shall be solely
responsible for all activities and for the entire scope of work and requirements as per
the service levels defined in the tender document.
I/We hereby undertake that I/We do understand that my/our bid should be as per
the tender document and should be accordingly submitted to the REC. In case of a
failure to comply and/or a variation the REC has got sole discretion to consider or
disqualify my/our bid for the aforementioned RFP/tender/Bid document and I/We
shall be not having any claim of any sort/kind/form on the same.
I/WE hereby confirm that the solution and scope of work mentioned in this tender
are workable proper and sustainable as per information provided in the tender
document.
I/We hereby declare that our company has not been banned or disqualified by any
Government or any Government agencies or PSUs for a period of last five years.
23
I/We hereby attach the duly signed and stamped bid document as an acceptance of
tender specifications and terms & conditions with the technical bid.
I/We hereby affirm that our response is valid for the period including the deemed
period as specified in the tender document.
Date
Place
Company Seal
24
ANNEXURE-C
Financial Bid
Bid Form
(On the letter head of the firm submitting the bid document)
To
The Chief Manager (P&A)
Central Institute for Rural Electrification of
Rural electrification Corporation Limited,
Shivarampally, NPA Post,
Hyderabad 500 052
Ref: RFP document No
Dated___________
Sir,
Having examined the documents and having submitted the bid for the same, I/We,
the undersigned, hereby submit the financial bid for services as per the schedule of
requirements and in conformity with the said bidding documents. I/We hereby offer
to provide Goods and Services at the prices and rates mentioned in the Financial Bid.
I/We do hereby confirm that the prices and rates specified have been verified and are
final and authentic, I/We do hereby undertake that, in the event of acceptance of my
/ our bid, the rendering of services shall be made as stipulated in the schedule to the
Bid document and that we shall perform all the incidental services. The prices quoted
are inclusive of all charges including logistics, taxes, duties, levies, etc. for providing
offered services to CIRE of RECL and/or its clients/ users across India.
Dated this day of ___________ 2015
Signature of Bidder
Name
Details of enclosures
Full Address:
Telephone No.
Fax No.
E-mail:
COMPANY SEAL
25
Annexure D
210.210.3.165
C&D database
Server
210.210.3.165
Franchisee
database Server
210.210.3.165
C&D Application
Server
210.210.3.164
Franchisee
Application
Server
IBM x3650m3
series
--
IBM x3650m3
series
--
Hardware Information
1.
Servers
Tape Drive
7214-1U2 (Min
7214-1U2 (Min
GP:-10%,Type:GP:-10%,Type:Normal,Cfr Name:- Normal,Cfr Name:power 52,Warr:3
power 52,Warr:3
Yr(s),24X7,99%,T/O Yr(s),24X7,99%,T/O
Storage Device
Storage Device
Enclos)
Enclos)
Tape Medium
Mouse
Monitor
Keyboard
----
----
-IBM Mouse
IBM Monitor
IBM Keyboard
-IBM Mouse
IBM Monitor
IBM Keyboard
AIX 6.1
AIX 6.1
Cent OS 5.6
Cent OS 5.6
My SQL 5.0.91
--
My SQL 5.0.91
--
-PHP
-PHP
---
---
Apache
SMS Gateway
Apache
SMS Gateway
Software Information
2.
3.
4.
5.
6.
Operating
System
Database
Development
environment
Web Server
Utility
26
Annexure-E
Backup Dates
C&D Portal
Franchisee Portal
2-Feb-15
Yes
Yes
5-Feb-15
Yes
Yes
9-Feb-15
Yes
Yes
12-Feb-15
Yes
Yes
16-Feb-15
Yes
Yes
19-Feb-15
Yes
Yes
23-Feb-15
Yes
Yes
26-Feb-15
Yes
Yes
2-Mar-15
Yes
Yes
10
5-Mar-15
Yes
Yes
11
9-Mar-15
Yes
Yes
12
12-Mar-15
Yes
Yes
13
16-Mar-15
Yes
Yes
14
19-Mar-15
Yes
Yes
15
23-Mar-15
Yes
Yes
16
27-Mar-15
Yes
Yes
17
30-Mar-15
Yes
Yes
18
4-Apr-15
Yes
Yes
19
7-Apr-15
Yes
Yes
20
11-Apr-15
Yes
Yes
27
Data Size
Franchisee 416 MB
C&D 1.4 GB
Franchisee 417 MB
C&D 1.5 GB
Franchisee 420 MB
C&D 1.5 GB
Franchisee 422 MB
C&D 1.53 GB
Franchisee 422 MB
C&D 1.55 GB
Franchisee 425 MB
C&D 1.56 GB
Franchisee 425 MB
C&D 1.59 GB
Franchisee 428 MB
C&D 1.61 GB
Franchisee 430 MB
C&D 1.62 GB
Franchisee 440 MB
C&D 1.63 GB
Franchisee 450 MB
C&D 1.65 GB
Franchisee 465 MB
C&D 1.68 GB
Franchisee 470 MB
C&D 1.70 GB
Franchisee 473 MB
C&D 1.73 GB
Franchisee 476 MB
C&D 1.75 GB
Franchisee 476 MB
C&D 1.80 GB
Franchisee 476 MB
C&D 1.82 GB
Franchisee 479 MB
C&D 1.86 GB
Franchisee 479 MB
C&D 1.89 GB
Franchisee 479 MB
C&D 1.90 GB
Saved
Location
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server
Local NAS
Server