Sunteți pe pagina 1din 7

eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Blue English Login

Tender Details

General Details

Tender Number DMA/2017-18/IND7242/CALL-3

Tender Title Selection of Master System Integrator for


Design,Supply and Implementation of DC,DR on
cloud and ICOP Solution

Description KMDS Smart City Data Centre

Type of Procurement Entity GOVT_DEPT

Tender Category GOODS

Type of Quotation ITEM_WISE

Tender Evaluation Type TWO_COVER

Department Directorate of Municipal Administration

Bid Validity Period 90

No Of Calls 3

Tender Type OPEN

Highest Bidder Selection NO

General Conditions for Eligible Tenderers

Sl No Conditions
1 Tenderers should not be associated, or have been associated in the
past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting
services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be
purchased under this Invitation of Tenders.

2 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government /
Government of India /Union Territory.

3 It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank
accounts of e-Procurement on or before the last date and time of bid submission.

4 The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of
tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues
and technical glitches at bidder's end.

5 EMD Payments shall be made as per RFP

6 Bidder shall pay Catalogue Management Module processing fees of 0.3% of the PO value(Min Rs.53/- & Max Rs.3000) soon after PO
has been issued to bidder.

7 The Sole Bidder or the Lead Bidder of Consortium must be registered company in India and should be in the business & have been
operational at least for last 5 years as on date of bid submission.

8 The Sole bidder/Lead Bidder should have an average annual turnover of INR 300 Crore from the operations which includes at
leastany two activities from the list - Datacenter Design, build, ICT Infrastructure & IT System Integration Services,Command &
Control center implementation/Network Operation Center (NOC) /Cloud Service in over last 3 audited financial yearsfrom the date of
NIT

In case of a consortium, the lead bidder should have average annual turnover of at least Rs 240 Crores of the stated average annual

1 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Sl No Conditions
9 The sole bidder or the consortium should have a positive net worth for the last 3 financial years from the date of NIT

10 As on date of the submission of the proposal, the sole bidder or the consortium should not be black listed or debarred by
Central/State governments/PSU in India

11 The Sole Bidder or lead bidder of the Consortium should possess relevant ISO 9001, ISO 27001 and ISO 20000 Certifications which
are valid at the time of bidding

12 The Sole Bidder or the Consortium should have successfully designed and commissioned at least 1 stand-alone Datacenter, either
captive or Commercial, with total worth of atleast Rs. 35 Cr having Tier III Standard Certificate (or higher), under TIA 942 or Uptime
standard, during the last 5 years from the date of submission of the bid

13 The Sole Bidder or the Consortium should have experience in providing Operation & Maintenance services of Datacenter for atleast
two (2) years of continous service for at least 2 Clients/projects/Commercial Datacenter during the last 5 years from the date of
submission of the bid. Each such service should not be less than INR 1 Cr. per anum.

14 The Sole bidder or the Consortium should have experience in providing cloud services to its at least 10 clients through the Cloud
partner or self in India.

15 The Sole bidder or the Consortium should have demonstrable expertise and experience in executing at least 2 projects that entails
operationalization of COC/CCC by integrating any 4 of the following smart features in each of the projects.
1) CCTV Surveillance
2) Traffic Monitoring & Control
3) Traffic Enforcement
4) Traffic Signals monitoring etc.
16 The Sole bidder or the Consortium must have on its roll a team of 10 or more technically qualified professionals as detailed in Clause
3.6.2 Key Personnel Criteria

17 The Sole bidder or the Consortium should possess at least CMMI Level 3 Certification in software development.

18 The Sole Bidder or the Consortium should have valid PAN and GST Registration

19 All other terms and conditions mentioned in the RFP

Tender Technical Qualification Criteria

Criterion
Sl No Criterion Criterion Type
Documents
1 The Sole bidder or the Consortium should have successfully designed and Past Experience Relevant
commissioned at least2 Datacenters Conforming to at least Tier III standard, document
certified under TIA 942 or Uptime Institute during the last 5 years from the date of as per RFP
submission of the bid. section
3.6.1(A.1)
The bidder or the Consortium should have experience in executing Datacenter
2 The Sole bidder or the Consortium should have successfully designed and Past Experience Relevant
commissioned at least1 Datacenters in Govt Sector/PSU Conforming to at least document
Tier III standard, certified under TIA 942 or Uptime Institute during the last 5 as per RFP
years from the date of submission of the bid. section
3.6.1(A.2)

2 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Criterion
Sl No Criterion Criterion Type
Documents
3 The Sole Bidder or the Consortium should have successfully provided Cloud Past Experience Relevant
Services for minimum 10 Client Organizations in India either through the Cloud document
partners or by own cloud services. as per RFP
section
3.6.1(A.3)

4 The Sole bidder or the Consortium should have demonstrable expertise and Past Experience Relevant
experience in executing 3 projects globally including India, of which one should document
have been implemented in India that entails operationalization of COC/CCC with as per RFP
any 4 of the following smart features section
a. GIS 3.6.1(A.4)
b.Parking System
5 Certifications Technical Bid Criteria Relevant
document
as per RFP
section
3.6.1(A.5)

6 People on the project Technical Bid Criteria - project resources Relevant


document
as per RFP
section
3.6.1(B.1)

7 Approach& Methodology Technical Bid Criteria -Approach& Relevant


Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.1)

8 Solution Proposed Technical Bid Criteria -Approach& Relevant


Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.2)

9 Assessment of Manpower deployment, Training and Handholding plan Technical Bid Criteria -Approach& Relevant
Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.3)

10 Demonstration of ICOP including Proof of Concept Technical Bid Criteria - ICOP Relevant
Demonstration and Proof of Concept of document
proposed Solution as per RFP
section
3.6.1(D.1)

11 Technical Bid Checklist Technical Bid Format -Technical Bid As per


Checklist format
provided in
section 7.1
in RFP

12 Technical Bid Covering Letter Technical Bid Format - Technical Bid As per
Covering Letter format
provided in
Section 7.2
in RFP

13 Compliance to Functional & Technical Requirements Technical Bid Format - Compliance to FRS and
(FRS, TRS) Functional & Technical Requirements TRS
Compliance
Document
as stated
in Vol-2 of
RFP
14 Compliance to Proposed Bill of Materials (BoM) Technical Bid Format - Compliance to As per
Proposed Bill of Materials (BoM) format
provided in
Section 7.9
in RFP

15 Project/credential summary Technical Bid Format - Project/credential As per


summary format
provided in
Section 7.3
in RFP

3 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Criterion
Sl No Criterion Criterion Type
Documents
16 Bidders Experience Technical Bid Format - Bidders Experience as per
format
provided in
section 7.4

and format
in section
6.7 as
applicable
17 Project Plan and Resources Technical Bid Format - Project Plan and As per the
Resources format in
Section
7.5.2,
Section
7.5.3 I &
II, Section
7.6.1 and
Section 7.7
18 Manufacturers/Producers Authorization Form Technical Bid Format - As per
Manufacturers/Producers Authorization format
Form provided in
section
7.10 in
RFP

19 Anti-Collusion Certificate Technical Bid Format - Anti-Collusion As per


Certificate format
provided in
section
7.11 in
RFP

20 Non-disclosure agreement Technical Bid Format - Non-disclosure As per


agreement format
provided in
section 11
(Annexure
8) in RFP

21 Details of additional component mentioned as other in BOQ Technical Bid Format - Details of As per the
additional component mentioned as other format
in BOQ provide in
Section
7.12 in
RFP

22 Tax Format Technical Bid Format - Tax Format

23 Certification Technical Bid criteria As per the


format
provide in
Section
7.13 in
RFP

24 People on the Project Technical Bid criteria Relevant


document
as per RFP
section
3.6.1(B.1)

25 Assessment of Manpower deployment, Training and Handholding plan Technical Bid Criteria -Approach& Relevant
Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.3)

26 Demonstration of ICOP including Proof of Concept Technical Bid Criteria - ICOP Relevant
Demonstration and Proof of Concept of document
proposed Solution as per RFP
section
3.6.1(D.1)

27 Technical Bid Checklist Technical Bid Format -Technical Bid As per


Checklist format
provided in
section 7.1
in RFP

28 Technical Bid Covering Letter Technical Bid Format - Technical Bid As per
Covering Letter format
provided in
Section 7.2
in RFP

4 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Criterion
Sl No Criterion Criterion Type
Documents
29 Compliance to Functional & Technical Requirements Technical Bid Format - Compliance to FRS and
(FRS, TRS) Functional & Technical Requirements TRS
Compliance
Document
as stated
in Vol-2 of
RFP
30 Compliance to Proposed Bill of Materials (BoM) Technical Bid Format - Compliance to As per
Proposed Bill of Materials (BoM) format
provided in
Section 7.9
in RFP

31 Project/credential summary Technical Bid Format - Project/credential As per


summary format
provided in
Section 7.3
in RFP

32 Bidders Experience Technical Bid Format - Bidders Experience as per


format
provided in
section 7.4
and format
in section
6.7 as
applicable
33 Project Plan and Resources Technical Bid Format - Project Plan and As per the
Resources format in
Section
7.5.2,
Section
7.5.3 I &
II, Section
7.6.1 and
Section 7.7
34 Manufacturers/Producers Authorization Form Technical Bid Format - As per
Manufacturers/Producers Authorization format
Form provided in
section
7.10 in
RFP

35 Approach and Methodology Technical Bid Criteria -Approach& Relevant


Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.1)

36 Solution Proposed Technical Bid Criteria -Approach& Relevant


Methodology and Solution Proposed document
as per RFP
section
3.6.1(C.2)

37 Anti-Collusion Certificate Technical Bid Format - Anti-Collusion As per


Certificate format
provided in
section
7.11 in
RFP

38 Non-disclosure agreement Technical Bid Format - Non-disclosure As per


agreement format
provided in
section 11
(Annexure
8) in RFP

39 Details of additional component mentioned as other in BOQ Technical Bid Format - Details of As per the
additional component mentioned as other format
in BOQ provide in
Section
7.12 in
RFP

40 Tax Format Technical Bid Format - Tax Format As per the


format
provide in
Section
7.13 in
RFP

Document/Evidence Required from the Bidder

Sl
Document Name DocumentType Optional
No
1 relevant document as per RFP section 3.5(1) TECHNICAL_BID No

5 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Sl
Document Name DocumentType Optional
No
2 relevant document as per RFP section 3.5(2) TECHNICAL_BID No

3 relevant document as per RFP section 3.5(3) TECHNICAL_BID No


4 relevant document as per RFP section 3.5(4) TECHNICAL_BID No

5 relevant document as per RFP section 3.5(5) TECHNICAL_BID No


6 relevant document as per RFP section 3.5(6) TECHNICAL_BID No

7 relevant document as per RFP section 3.5(7) TECHNICAL_BID No


8 relevant document as per RFP section 3.5(8) TECHNICAL_BID No

9 relevant document as per RFP section 3.5(9) TECHNICAL_BID No


10 relevant document as per RFP section 3.5(10) TECHNICAL_BID No

11 relevant document as per RFP section 3.5(11) TECHNICAL_BID No

12 relevant document as per RFP section 3.5(12) TECHNICAL_BID No

13 relevant document as per RFP section 3.5(13) TECHNICAL_BID No


14 As per the format provided in section 6.2 of RFP TECHNICAL_BID No

15 As per the format provided in Annexure 9 of RFP TECHNICAL_BID No


16 As per format provided in section 6.3 in the RFP TECHNICAL_BID No

17 Documentary evidence as per format provided in Annexure 10 and 11 of TECHNICAL_BID No


RFP
18 As per format in Section 7.4 and 6.7, as applicable, as per the Pre- TECHNICAL_BID No
Qualification Criteria at Sl No.6 to 10 of RFP
19 As per format provided in section 6.5 of RFP TECHNICAL_BID No
20 As per format provided in sectionin 6.6 of RFP TECHNICAL_BID No

21 As per format provided in section 6.1 of RFP TECHNICAL_BID No

Bill Of Quantity

Sl No Group Name No of Items Items


1 AMC Charges 20

2 IT Works 37

3 Non-IT Works 185

4 GIS Solution 7

5 O&M,DR and Bandwidth-2 13

6 O&M,DR and Bandwidth 6

7 ICOP Solution 10

8 Breakup of DR services on cloud 11

Delivery Schedules

View
delivery
schedules:

Contact Information

Contact Chandrashekhar S
Person
Name :

Office 80-2300-3103
Telephone
Number :

Mobile 91-9448887053
Number :

Tender Amount Details

Amount of Earnest Money Deposit (INR) 11800000

EMD e-payment 100000

EMD Bank Guarantee 11700000

Validity of BG in days from last day of bid submission 240

Tender Processing Fee 550

Tender Schedule / Dates

NIT Published Date 17/01/2019 19:49:54

Last Date & Time for Tender Queries/Clarifications 23/01/2019 17:00:00

Last Date & Time for receipt of tenders 08/02/2019 20:00:00

6 of 7 21/01/2019, 07:55
eProcurement https://eproc.karnataka.gov.in/eprocurement/common/tender_view_citize...

Date & Time for Opening of Technical Bid 11/02/2019 11:00:00

Refer
Karnataka
Transparency
in Public
Procurement
Rules
Chapter
V,Rule 17 for
Minimum
Time for
Submission
of Tenders

Pre-Bid Meeting Details

Pre Bid Meeting Date 25/01/2019 11:00:00

Pre Bid Meeting Address Address

Building/Block 6th Floor, Street Rajajinagar


Number IT Park Industrial
Estate

City Bangalore Pin 560010

Tender Published User Details

Tender JOINT DIRECTOR (KMDS) - RAGHUNANDAN MURTHY


Published
User Name

Tender dma_jd_mrc
Published
User Login

Public Key CN=RAGHUNANDAN MURTHY,


SERIALNUMBER=f674501025008af5ca0bb44c14789591ff425462fcb9b64e04ad9fc905524655,
OID.2.5.4.20=fdc1762d5dfe702690aedc1223a67386afdd3e57da503e9c5cb074efc0508183,
ST=Karnataka, OID.2.5.4.17=560079, OU=DMA, O=GOVERNMENT OF KARNATAKA, C=IN

Issuer CN=SafeScrypt sub-CA for RCAI Class 2 2014, OU=Sub-CA, O=Sify Technologies Limited,
C=IN

Back

This site is best viewed in 1024x768 resolution.

7 of 7 21/01/2019, 07:55

S-ar putea să vă placă și