Disclaimer
All information contained in this Request for Proposal (RFP) provided / clarified are in good
interest and faith. This is not an agreement and is not an offer or invitation to enter into an
agreement of any kind with any party.
Though adequate care has been taken in the preparation of this RFP document, the interested
firms shall satisfy itself that the document is complete in all respects. The information is not
intended to be exhaustive. Interested Bidders are required to make their own enquiries and
assumptions wherever required. Intimation of discrepancy, if any, should be given to the
specified office immediately. If no intimation is received by this office by the date mentioned
in the document, it shall be deemed that the RFP document is complete in all respects and
firms submitting their bids are satisfied with the RFP Document in all respects.
CSC-SPV, reserves the right to reject any or all of the applications submitted in
response to this RFP document at any stage without assigning any reasons whatsoever.
CSC-SPV also reserve the right to withhold or withdraw the process at any stage with
intimation to all vendors submitted the BID document. CSC-SPV reserves the right to
change/ modify/amend any or all of the provisions of this RFP document. Such changes
would be posted on the website (www.csc.gov.in)
Neither CSC-SPV, nor its employees and associates will have any liability to any prospective
respondent interested to apply or any other person under the law of contract, to the
principles of restitution or unjust enrichment or otherwise for any loss, expense or damage
which may arise from or be incurred or suffered in connection with anything contained in this
RFP document, any matter deemed to form part of this RFP document, the award of the
assignment, the information and any other information supplied by or on behalf of CSC-SPV or
their employees and bidder or otherwise arising in any way from the selection process for the
assignment.
Information provided in this document or imparted to any respondent as part of the RFP
process is confidential to CSC-SPV and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization.
Bid Details
S.No.
1.
2.
3.
4.
5.
6.
Description
Name of Project
Tender Reference Number
Date of commencement of sale
of Bidding Document
(Document can be downloaded
from CSC SPV website)
Last date and time for receipt Of
Bidding Document
Date and Time of Technical Bid
Opening
Last Date and time for seeking
clarification in writing
7.
8.
9.
EMD
10.
Cost of RFP
11.
Contact to Bidders
Detailed Information
RFP for Supply of Server
CSC/TECH/DC-RFP/CSC 2.0/2016/001
21 Jan 2016
Note: Bids will be opened in presence of the bidders representative who wishes to attend.
CSC E-Governance Services India Limited |RFP 3
Checklist
The following items must be checked before the Bid is submitted:
1. Demand Draft / Pay Order for Rs Rs 1,145/- (Rs 1,000 + Taxes@ 14.5 %) in favour of
CSC e-Governance Service India Ltd payable at New Delhi towards cost of Bid
document in Envelope A
2. Demand Draft / Bankers Cheque / Bank Guarantee of EMD Rs.4,00,000/-(Four lakh
Rupees Only) towards Bid Security in Envelope A Earnest Money Deposit (EMD)
3. Eligible, Technical and Commercial Bids prepared in accordance with the RFP
document.
4. Envelope A Eligibility Criteria Response and Technical Response
5. Envelope B Commercial Bid.
6. All the pages of Eligibility Criteria Response, Technical Bid and Commercial Bid duly
sealed and signed by the authorized signatory.
7. Copy of this RFP document duly sealed and signed by the authorized signatory on
every page and enclosed with Envelope A.
8. Prices to be quoted in Indian Rupees (INR).
9. All relevant certifications, audit reports, to be enclosed to support claims made in the
Bid must be in relevant Envelopes.
10. All the pages and submitted document as part of Bid must be duly sealed and signed by
the authorized signatory.
Table of Contents
Disclaimer.............................................................................................................................................2
Bid Details ............................................................................................................................................3
Checklist ...............................................................................................................................................4
1.
Introduction ..................................................................................................................................7
1.1
1.2
2.
Introduction...........................................................................................................................8
2.2
2.2.1
2.2.2
2.2.3
2.3
2.3.1
2.3.2
Financial BID.................................................................................................................11
2.3.3
2.3.4
2.3.5
2.3.6
3.
4.
Validity of BID..........................................................................................................................15
5.
4.1.1
4.1.2
5.1.2
5.1.3
5.1.4
5.1.5
7.
6.1.2
6.1.3
6.1.4
6.1.5
8.
9.
10.
1. Introduction
1.1 About CSC SPV
The Government of India is implementing the National e-Governance Plan with the objective
of creating a transparent and accountable governance. To achieve this mission, the
Department of Electronics and Information Technology (DeitY), Government of India is
rolling out more than 100,000 CSCs on a Public-Private-Partnership (PPP) model. CSCs are
the front-end delivery points for government, private and social sector services to citizens of
India. CSC scheme provides a framework to build over a period of time, a model to meet local
developmental challenges in a manner that encourages private sector and local community
participation for creating sustainable livelihoods.
Under the CSC Scheme, a Special Purpose Vehicle (SPV) has been formed, so that the
Government can progressively migrate to an e-Governance platform and enable services
through the CSC network.
CSC SPV named as CSC e-Governance Services India Limited has been incorporated under
the Companies Act 1956. The primary role of CSC SPV is to monitor the CSC Scheme and its
outcomes on behalf of the Government at the National and State levels. CSC eco-system
comprises of 1, 00,000 Village Level Entrepreneurs (VLEs) spread across the country, 30
Service Centre Agencies (SCAs), and 35 State Designated Agencies (SDAs).
ii. The Bidder is expected to examine all instructions, forms, terms and specifications in the
Bid Documents. Failure to furnish all information required as per the Bid Documents or
submission of bids not substantially responsive to the Bid Documents in every respect
will be at the bidder's risk and may result in rejection of the bid. No Document shall be
accepted after the closing date/ time for receiving the bids.
i. A prospective bidder, requiring any clarification of the Bid Documents shall notify
the Purchaser in writing at the Purchaser's mailing address indicated in the
Invitation for Bids. The Purchaser shall respond in writing to any request for
clarification of the Bid Documents, which it receives not later than 2 days prior to the
date for the submission of bids.
ii. Any clarification issued by CSC e-Governance Services India Limited in response to
query raised by prospective bidders shall form an integral part of bid document and
it may amount to an amendment of relevant clauses of bid document.
ii.
iii.
iv.
v.
vi.
vii.
The bidder shall give the total composite price inclusive of all levies and taxes
inclusive of VAT). The basic unit price and all other components of the price need to
be individually indicated against the goods it has proposed to supply under the
contract as per price schedule. The offer shall be given in Indian Rupees. No foreign
exchange shall be made available by CSC e-Governance Services India Limited
Prices indicated on the Price Schedule shall be entered in the following manner:
a. The price of the goods shall be quoted as total price (inclusive of all taxes and
levies & VAT) for all the items. It is mandatory to quote prices for all the
items mentioned in the price schedule
The bidder shall quote only one price for the item. Rates for only Standard/requisite
configurations should be quoted and not for all the possible permutations and
combinations of configurations.
The prices quoted by the bidder shall remain fixed during the entire period of
contract and shall not be subject to variation on any account. A bid submitted with
an adjustable price quotation is likely to be treated as non-responsive and rejected.
The unit price quoted by the bidder shall be in sufficient detail to enable CSC eGovernance Services India Limited to arrive at prices of equipments/ systems
offered.
DISCOUNT, if any, offered by the bidders shall not be considered unless they are
specifically incorporated in the price schedule. Bidders desiring to offer discount
shall therefore modify their offers suitably while quoting and shall quote clearly the
Net Price taking all such factors like Discount, free supply, etc. into account.
The price approved by the CSC e-Governance Services India Limited for
procurement will be inclusive of all levies and taxes and VAT, packing, forwarding,
freight and insurance as mentioned above. Break up in various heads like Custom
duty, Excise duty, Sales Tax, Insurance freight and other taxes paid/payable is for
the Information of CSC e-Governance Services India Limited and any changes in the
taxes shall have no effect on the price during the scheduled delivery period.
The bidder shall furnish, as part of his Bid Documents establishing the bidder's
eligibility, all the following documents or whichever is required as per terms and
conditions of bid documents :a. Certificate of Incorporation/ Registration of Firm Certificate.
b. Articles of Memorandum of Association/ Partnership Deed/ Proprietorship
Deed as the case may be
c. Copy of Income Tax return and copy of PAN/ Audited balance sheet for last 3
years
d. Central / Local Sales Tax Registration Certificate.
ii.
iii.
The turnover of the bidder should be more than 5 crores during the last 3 years.
The equipment offered must have ability to meet the technical specifications.
Necessary document to substantiate this shall have to be submitted along with the
offer by the supplier.
The documentary evidence of goods in conformity with the Bid Documents may be
in the form of literature and data and the bidder shall furnish a clause-by-clause
compliance on the CSC e-Governance Services India Limiteds Technical
specifications and commercial conditions demonstrating substantial responsiveness
to the Technical Specification and commercial conditions in the form of signing &
stamping all the pages of the original bid document by the authorized
person/persons.
ii.
3. BID Security
i.
The bidders shall furnish, as part of his bid submission, a bid security for an amount of Rs
4,00,000/- (Four lakh Rupees Only)in the form of Demand Draft / Banker Cheque from any
scheduled Bank in Delhi in favour of CSC e-Governance Services India Limited. EMD can
also be paid in the form of BG of scheduled commercial Bank (PSU) valid upto minimum
180 days from date of bid submission
ii.
A bid not submitted in accordance shall be rejected by CSC e-Governance Services India
Limited as non-responsive at the bid opening stage and returned to the bidder unopened.
iii.
The bid security of the unsuccessful bidder will be returned at the earliest after expiry of
the final bid validity.
iv.
The successful bidder's bid security will be discharged upon the bidder's acceptance of the
purchase order and furnishing the performance security.
v.
The bid security may be forfeited :(a) If a bidder withdraws his bid during the period of bid validity specified by the
bidder on the Bid form or
(b) In the case of a successful bidder, if the bidder fails :
4. Validity of BID
4.1.1 Period of Validity of BID
i.
Bid shall remain valid for 90 days after the date of bid opening prescribed CSC eGovernance Services India Limited. A bid valid for a shorter period shall be rejected
by the Purchaser as non-responsive.
ii.
In exceptional circumstances, the Purchaser may request the bidder's consent for
an extension to the period of bid validity. The request and the responses thereto
shall be made in writing. The bid security provided shall also be suitably extended.
A bidder may refuse the request without forfeiting his bid security. A bidder
accepting the request and granting extension will not be permitted to modify his
bid.
The bidder shall prepare the Technical and Financial bids separately.
ii.
The copy of the Bid shall be typed or printed and all the pages numbered
consecutively and shall be signed and stamped by the bidder or a person or
persons duly authorized to bind the bidder to the contract. The letter of
authorization shall be accompanied with written power-of-attorney. All pages of
the original bid shall be signed and stamped by the person or persons authorized
for signing the bid. The bids submitted shall be sealed properly.
iii.
5. Submission of BID
5.1.1 Sealing and Marking of BID
i.
The bidder shall wax seal the Technical Bid and the Financial Bid in separate
envelops and keep them in a bigger wax sealed envelope. The Technical Bid shall
bear the name TECHNICAL Bid of Tender No: CSC/ TECH/DC-RFP/CSC
2.0/2016/001 Dated: 21-01-2016 on the envelope, while the Financial Bid shall
bear the name FINANCIAL Bid of Tender No : CSC/TECH/DC-RFP/CSC
2.0/2016/001 Dated: 21-01-2016 on the envelope for avoiding any mismatch.
The Technical and the Financial Bid should contain documents as laid down. The
bigger sealed envelope containing the Technical and the Financial Bid in separate
sealed envelopes shall be addressed to the Purchaser at the following address:
CSC e-Governance Services India Limited
3rd Floor, Electronics Niketan
Department of Electronic and Information Technology
6, CGO Complex, Lodhi Road, New Delhi 110003
ii.
All the envelopes shall bear the Tender name, the Tender NO. CSC/TECH/DCRFP/CSC 2.0/2016/001/Dated:.... and the words DO NOT OPEN BEFORE (due
date & time)
iii.
The envelopes shall indicate the name and address of the bidders to enable the bid
to be returned unopened in case it is received late.
iv.
v.
vi.
If the envelopes are not sealed and marked as required the bid shall be rejected.
Bids must be received by the Purchaser at the address not later than the prescribed
time on due date.
ii.
The Purchaser may, at its discretion extend this deadline for the submission of the
bids by amending the bid documents in which case all rights and obligations of the
Purchaser and bidders previously subject to the deadline will thereafter be subject
to the deadline as extended.
iii.
Not more than one independent and complete bid shall be permitted from a bidder.
The purchaser shall open technical bids in the presence of bidders or their
authorized representatives who chose to attend on opening date and time. The
bidders representatives, who are present, shall sign in an attendance register.
Authority letter to this effect shall be submitted by the bidders before they are
allowed to participate in bid opening.
ii.
iii.
iv.
The date fixed for opening of bids, if subsequently declared as holiday, the revised
date of schedule will be notified. However, in absence of such notification, the bids
will be opened in the next working day, time and venue remaining unaltered.
Purchaser shall evaluate the technical bids to determine whether they are
complete, whether required sureties have been furnished, whether the documents
have been properly signed and whether the bids are generally in order.
ii.
Prior to the Financial Bid opening, the Purchaser will determine the substantial
responsiveness of each bid to the Bid document. For purposes of these clauses, a
substantially responsive bid is one, which conforms, to all the terms and conditions
of the Bid Documents without material deviations. The Purchaser's determination
CSC E-Governance Services India Limited |RFP 19
The purchaser shall shortlist those who are eligible and have submitted
substantially technical responsive bid for opening of financial bid. Successful
Bidders would be called to attend opening of financial bids. The Financial Bids of
Technically unsuccessful bidders would not be opened and shall be destroyed
unopened in due course.
ii.
iii.
The evaluation and comparison of responsive bids shall be done on # TOTAL price
as indicated in the Price schedule
iv.
The Purchaser reserves the right to waive any minor infirmity or non-conformity
or irregularity in a bid which does not constitute a material deviation, provided
such waiver does not prejudice or affect the relative ranking of any bidder
No bidder shall try to influence the Purchaser on any matter relating to its bid,
from the time of the bid opening till the time the contract is awarded.
ii.
Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation,
bid comparison or contract award decision shall result in the rejection of the bid.
7. Award of Contract
1. Placement of order
The Purchaser shall consider placement of orders for commercial supplies on those
bidders whose offers have been found technically, commercially and financially
acceptable and whose goods have been type approved/validated by the purchaser.
2. Purchaser's right to vary quantities at time of award
CSC e-Governance Services India Limited will have the right to increase or decrease
the quantity of goods and services specified in the schedule of requirements up to 50%
of the total quantity without any change in the unit price of the ordered quantities or
other terms and conditions at the time of award of contract.
3. Purchaser's right to accept any bid and to reject any or all bids
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids, at any time prior to award of contract without assigning
any reason whatsoever and without thereby incurring any liability to the affected
bidder or bidders on the grounds for the Purchaser's action.
4. Signing of contract
i. The issue of final Purchase Order shall constitute the award of contract on the
bidder.
ii. Upon the successful bidder furnishing of performance security, the Purchaser shall
discharge its bid security.
5. Failure of the successful bidder to comply with the requirement shall constitute
sufficient ground for the annulment of the award and forfeiture of the bid security in
which event the Purchaser may make the award to any other bidder at the discretion of
Purchaser or call for new bids.
6. Purchaser reserves the right to disqualify the supplier for a suitable period who
habitually failed to supply the equipment in time. Further, the suppliers whose
equipment does not perform satisfactory in the field in accordance with the
specifications may also be disqualified for a suitable period as decided by the
purchaser.
7. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to
iv.
and after installation before take over and if any equipment or part thereof is
found defective, the same shall be replaced free of all cost to the purchaser within 1
week.
Nothing shall in any way release the Supplier from any warranty or other
obligations under this contract.
6. Delivery
i. Delivery of the goods and documents shall be made by the Supplier in accordance
with the terms specified by the Purchaser in its Schedule of Requirements and
conditions of the tender document and the goods shall remain at the risk of the
Supplier until delivery has been completed. The delivery of the equipment shall be
to the ultimate consignee as given in the purchase order.
ii. The Supplier should supply the items within 4 Weeks from the date of issue of the
final purchase order failing which the purchaser may cancel the order and forfeit
the performance security.
7. Warranty
i. Comprehensive onsite warranty for 3 years (including OS support) from the date of
commissioning of system including all peripherals and networking components.
The parts which are not covered under warranty if any has to be clearly mentioned.
ii. If any UTM is found defective or does not work for any reason, the supplier should
attend the call within one working Hrs. from the time of reporting through e-mail/
telephone / fax etc. and rectify the problem within 24 Hrs. thereof; failing which
penalty of Rs.1000 per day will be imposed subject to limit of 10% of total
Purchase Order.
iii. Replacement or repair under warranty clause shall be made by the supplier free of
all charges at site including freight, insurance and other incidental charges.
iv.
The bidder has to include the cost of comprehensive annual maintenance charges
for an additional two years after completion of Warranty period in the financial bid.
These charges will be payable in quarterly instalments after completion of the
quarter and satisfactory service.
v.
In case the authorised dealer/ supplier fails to fulfil the conditions of warranty (3
years) and annual maintenance contract (2 years) the OEM shall be responsible to
provide the services.
Award of contract will be done after the bidder selected if found to be technically,
commercially and financially acceptable to CSC e-Governance Services India Limited
j.
1. Accept or reject of any bid and annul the bidding process without assigning any
reason whatsoever at any time prior to the award of contract,
S. No
1.
Rack Server
2.
Warranty
Description of
item/make
Qty Required
10 Nos.
Comprehensive
Warranty
3 years onsite
10 Qty
Specifications
S. No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Component
Processor
Chipset
Memory
DIMM Slots
Memory
Property
Hard Disk
Drives
RAID Controller
Optical Drive
Graphics
Controller
Ethernet Ports
Description
Server should be populated with 4Nos of Intel Xeon E7-8860 v3
2.2GHz,40M Cache,9.6GT/s QPI,Turbo,HT,16C/32T (140W)
Intel C602J Series Chipset or better
Server to be populated with 256GB memory 2133 MT/s, Dual
Rank, x4 Data Width
Server should support 96 DIMM Slots, capable of
accommodating 6TB RAM in total with using 64GB Module.
Advanced ECC memory protection, Memory mirroring or
Equivalent
4 x 600GB 10K/15K RPM 2.5" (Hot swappable) on Raid 6
Server Chassis should support up to 24 Hard Drives
Integrated Hardware RAID controller and should support Raid
0,1,5,6,10,50 and with 2GB NV Cache
DVD-RW
Minimum 8 MB Memory
4 * 1 GbE multifunctional network ports with support for iSCSI
protocols
based on future Data Center needs.
CSC E-Governance Services India Limited |RFP 30
16.
17.
18.
PCI Slots
Remote
Management
Redundant
Power Supply
Redundant
Cooling Fans
Failure Alerting
Mechanism
Cluster Support
Form Factor
OS Support &
Certification
19.
20.
Remote access
Server
Management
21.
22.
Warranty
Delivery
23.
24.
25.
Note
Rails
Tender Form
Details of the firm Participating in the Tender-
1.
2.
3.
4.
5.
6.
Name of Bidder
Name &
Designation of
Authorized
Signatory
Registered Office
Address
Factory/Go-down
Address
Year of
Establishment
Type of Firm
Partnership
Proprietary
b) PAN - (Bidder must quote their PAN.) The details of bidders PAN is as follows:
Name of the bidder
PAN number
Copy of PAN is attached
Yes / No
c) Service Tax Registration No (Bidder must quote their Service Tax Registration Number
of Manufacturer or bidder) The details are given below:
Name of the bidder
Service Tax no allotted by Service Tax
Department
Copy of Service Tax registration is attached
Yes / No
b) TAN - (Bidder must quote their TAN.) The details of bidders TAN is as follows:
Name of the bidder
TAN number
Copy of TAN is attached
Yes / No
Component
Processor
26.
27.
Chipset
Memory
28.
DIMM Slots
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
Memory
Property
Hard Disk
Drives
RAID
Controller
Optical Drive
Graphics
Controller
Ethernet
Ports
PCI Slots
Remote
Management
Redundant
Power Supply
Redundant
Cooling Fans
10 Qty
Compliances
in Yes/No
Description
Remar
k, if
any
41.
42.
43.
Failure
Alerting
Mechanism
Cluster
Support
Form Factor
OS Support &
Certification
44.
45.
Remote
access
Server
Management
46.
47.
Warranty
Delivery
48.
49.
50.
Note
Rails
1.
2.
I have carefully read and understood all the terms and conditions of the tender and
undertake to abide by them;
3.
The information/documents furnished along with the above application are true and
authentic to the best of my knowledge and belief. I/ we, am/are well aware of the fact that
furnishing of any false information/fabricated document would lead to rejection of
my/our tender at any sage besides liabilities towards prosecution under appropriate law
and forfeiture of EMD and Performance Guarantee.
Date:
Place:
To,
Date:
The Chief Technology Officer
CSC e Governance India Limited,
3rd Floor, Electronics Niketan
Department of Electronic and Information Technology
6, CGO Complex, Lodhi Road, New Delhi 110003
Dear Sir,
Project
: Supply, Installation and
CSC/TECH/DC-RFP/CSC 2.0/2016/001)
Commissioning
of
Servers
(Reference:
This letter of authority should be on the letterhead of the bidder and should be signed by
a person competent and having the power of attorney to bind the bidder.
B.
Not more than two persons are permitted to attend Unprice-bid, Price Bid.
C.
Bidders authorized executive is required to carry a copy of this authority letter while
attending the pre-bid meeting.
Checklist
S. No
Document Name
Compliances in
Yes/No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
FINANCIAL BID
Item
Description
Qty
1.
Rack Server
10
Unit Rate
(Rs)
Total Cost
of Item (Rs)
Taxes, duties
and other
costs (Rs)
Total
Value
(Rs)
Total
Amount in Words:
Certified that the above rates are inclusive of statutory taxes as may be applicable
Certified that I agree to all the terms & conditions of the tender document