Sie sind auf Seite 1von 48

REQUEST FOR PROPOSAL

(RFP)

FOR
FACILITY MANAGEMENT SERVICES
FOR DATA CENTRES
AT NAVI MUMBAI AND CHENNAI

RFP reference No. SBI/GITC/DC & BCM/2016-17/271 Dated 15.07.2016

Data Centre & BCM Department


State Bank of India, Global IT Centre
Sector 11, CBD Belapur.
Navi Mumbai 400 614
Table of Contents
Table of Contents ............................................................................................................ 2
Bid Details ....................................................................................................................... 3
Overview.......................................................................................................................... 4
Purpose ........................................................................................................................... 4
Invitation .......................................................................................................................... 4
Eligibility Criteria .............................................................................................................. 5
Scope and Requirements ................................................................................................ 5
General description of Services ....................................................................................... 5
Detailed description of Services ...................................................................................... 7
Manpower requirements ................................................................................................ 10
Disclaimer ...................................................................................................................... 10
Earnest Money Deposit (EMD) ...................................................................................... 11
Performance Bank Guarantee (BG) .............................................................................. 12
Bidding Document ......................................................................................................... 12
Bidding Process............................................................................................................. 13
Preparation and Submission of Bids .............................................................................. 13
Last date of receipt of bids............................................................................................. 15
Opening and Evaluation of Bids .................................................................................... 15
Liability for Errors........................................................................................................... 16
Award & Signing of contract .......................................................................................... 16
Subcontracting............................................................................................................... 16
Bidding Terms & Conditions .......................................................................................... 21
Annexure A – Bid Covering Letter ................................................................................. 23
Annexure B – Eligibility Criteria ..................................................................................... 24
Annexure C – General Terms & Conditions................................................................... 26
Annexure D – Bidder Details ......................................................................................... 28
Annexure E - NDA ........................................................................................................ 29
Annexure F – Indicative Commercial Bid ...................................................................... 33
Annexure G – Compliance Statement ........................................................................... 34
Annexure H - PBG ........................................................................................................ 35
Annexure I – EMD BG ................................................................................................. 37
Annexure J - SLA ........................................................................................................ 39
Annexure K – Facilities Description .............................................................................. 44

Confidential Page 2
Bid Details

1 Date of commencement of Date: 15.07.2016 Time:11 AM


Bidding Process (Posting of
Tender Document on Web Site /
Publication of Tender)
2 Last date and time for receipt of Date: 22.07.2016 Time: 4 PM
written queries for clarification
from bidders
3 Pre-Bid Meeting Date: 26.07.2016 Time: 3 PM
4 Release of corrigendum, if any Date : 29.07.2016
5 Last Date and Time for Bid Date: 05.08.2016 Time: 2 PM
Submission
6 Date and Time of Technical Bid Date: 05.08.2016 Time: 4 PM
Opening Representatives of Bidder may be present
during opening of Technical Bid. However,
Technical Bids would be opened even in
the absence of any or all of the bidders
representatives.
7 Place of opening of Bids 2nd Floor, Conference Room,
GITC, CBD Belapur.
8 Address for communication Name: Mr. P R Mutalik
( Bank ) Designation: DGM (DC & BCM)
SBGITC, CBD Belapur, Navi Mumbai
Contact Number:9867568143
Email: dgm.cdc@sbi.co.in
9 Bid Participation Fee A non-refundable fee of Rs.5000.00 in the
form of Demand Draft in favour of State
Bank of India, payable at Mumbai.
This should be enclosed with Technical
Bid.
10 Earnest Money Deposit Rs.10 Lacs in the form of a Demand Draft
or a Bank Guarantee in favour of State
Bank of India payable at Mumbai.
EMD should be enclosed with
Technical Bid.
11 Bidder Contact Details Bidder to Provide following information:
1.Name of the Company
2.Contact Person & Designation
3.Mailing address with Pin Code
4.Telephone number and Fax Number
5. Mobile Number
6. Email
12 Date of Indicative Commercial Date: 09.08.2016 Time: 12 PM
Bid opening and Date of Online OR On a subsequent date which will be
Reverse Auction communicated to such bidders who qualify
in the Technical Bid. Representatives of
Bidder may be present during opening of
Indicative Commercial Bid. However Bids
would be opened even in the absence of
any or all of the bidder’s representatives.

Confidential Page 3
Overview
State Bank of India is India’s largest Bank with a network of over 18000 branches and five associate
Banks having over 7000 branches spread across India. Bank also has presence in 35 countries across
the globe. The Bank offers wide range of products and services to both Corporate and Retails Customers.
The Bank also has one of the largest networks of 50000+ATMs spread across geographical locations.
Bank also provides services to its customers through alternate channels such as Internet Banking, Debit
Cards, and Mobile Banking etc.

To expand further reach, Bank is also forging ahead with cutting edge technologies and innovative new
banking models.

Purpose
The State Bank of India is requesting proposal for engaging the Facility Management Services for its data
centres at Navi Mumbai and Chennai. The purpose of the SBI behind this RFP is to seek a detailed
technical and commercial proposal for placing the Facility Management Services for a period of 3 years,
extendable by a period of 2 years (block of one year each) further, at the discretion of the Bank on the
same terms & conditions.

Invitation
The bidders desirous of taking up the project, for supply of above services for SBI, are invited to submit
their technical and commercial proposal in response to this RFP. The criteria and the actual process of
evaluation of the responses to this RFP and subsequent selection of the successful bidder will be entirely
at Bank’s discretion. This RFP seeks proposal from Bidders who have the essential experience, capability
& expertise to provide the Facility Management Services at Bank’s Data Centres at Navi Mumbai and
Chennai, adhering to Bank’s requirement outlined in this RFP.

This RFP is not an offer by State Bank of India, but an invitation to receive responses from the
prospective Bidders. No contractual obligation whatsoever shall arise from the RFP process unless a
Purchase order has been issued by duly authorized officers of the Bank to the selected Bidder.

RFP Terminology

Definitions – Throughout this RFP, unless inconsistent with the subject matter or context:

Bidder/Service Provider/System Integrator– An eligible entity/firm submitting a Proposal/Bid in response


to this RFP

Supplier/Contractor/Vendor – Selected Bidder under this RFP.

Bank/Purchaser/SBI - Reference to the “the Bank”, “Bank” and “Purchaser” shall be determined in context
and may mean without limitation “State Bank of India, its Associate Banks and Subsidiaries”.

Proposal/Bid – the Bidder’s written reply or submission in response to this RFP

RFP – the request for proposal (this document) in its entirety, inclusive of any addenda that may be
issued by the Bank.

Services – “Services” means all services, scope of work and deliverables to be provided by a Bidder as
described in the RFP.

ITB – mean instructions to the Bidder.

Project Cost – means the overall cost for placing the services / deliverables to meet to all the
requirements of Bank under the scope of RFP.

Confidential Page 4
Eligibility Criteria
Bid is open to all Bidders who fulfil the eligibility criteria. The bidder has to submit the details of eligibility
criteria as per Annexure – B.

Scope and Requirements


State Bank of India (SBI) has been operating its state-of-the-art Data Centres for the past eight years.
The Primary Site, at Belapur, encompasses an area of approximately 15,000 sq.ft., while the Disaster
Recovery (DR) site at Chennai is about 4,500 sq.ft. each. The two sites, were commissioned for use in
August 2004. SBI had built two new data centres, of approximately similar area within the same premises
at the two locations. The two new sites were commissioned for use in June 2008, All these sites are
currently being maintained by a facility management company. SBI intends to outsource the management
of the day to day infrastructure facilities for all four Data Centres (2 at Primary, and 2 at DR) to reputed
vendors who are specialized in providing such services at Data Centres. The services will need to be
provided on a round the clock (three-shifts - 24x7) basis. The key sub-systems of the Data Centres, and
the range of services to be provided are listed below :

Areas where services are required :

i. Physical Security
ii. Electrical, UPS and Batteries functioning
iii. Air-conditioning functioning
iv. CCTV functioning
v. Access Control functioning
vi. Fire Detection and FM 200
vii. Building Management System (BMS) functioning
viii. Civil and Interiors, Housekeeping

The detailed descriptions of facilities presently available in the Infrastructure, is listed in the Annexure K.

General description of Services


Physical Security:
The main entry door to the Data Centre should be manned at all times by at least two Security Guards. It
is required to ensure the availability of at least one guard in the event of other person need to attend to
the nature’s call, if required and also both of them will have the responsibility to verify the credentials of
the people gaining access to the Data Centre and carrying out body frisking. Also Guards posted will
immediately investigate any opening of the emergency fire exit doors, in case of such instance. The
minimum educational level of these persons should be SSLC.

Tasks to be performed:

i. Prevention of entry of unauthorised persons into the Data Centre, by way of validation of
permissions and carrying out body frisking.
ii. Maintenance of entry/exit registers
iii. Issue of visitors badges
iv. Escalating all irregularities immediately to designated SBI officers
v. Prepare daily EOD report

Electrical and UPS:

All the electrical, UPS and Battery systems will need to be monitored by this person as per the laid down
schedules specified in the detailed operating manuals. Breakdowns and first level maintenance will also
have to be performed. At least one person will be required for this with a Senior Wireman Certificate from
the ITI. This person will also have the responsibility of monitoring the DG set and electrical systems.

Confidential Page 5
Tasks to be performed:

i. Maintenance of all records and registers as specified by the Bank


ii. First level problem solving
iii. Allocating call to equipment vendor
iv. Monitoring response from equipment vendor
v. Follow-up with vendor in case of delay in response
vi. Closure of call
vii. Prepare incident report for SBI

HVAC

All the Precision AC systems will need to be monitored by at least one person as per the laid down
schedules specified in the detailed operating manuals. Breakdowns and first level maintenance will also
have to be performed.

Tasks to be performed:

i. Maintenance of all records and registers as specified by the Bank


ii. First level problem solving
iii. Allocating call to equipment vendor
iv. Monitoring response from equipment vendor
v. Follow-up with vendor in case of delay in response
vi. Closure of call
vii. Prepare incident report for SBI

Access Control:

The access control system will require one person for constant monitoring and carrying out tasks such as
allotting new access cards, assistance during any problems of the genuine use of the Access Control
system, monitoring the log of all entry and exits to and from the Data Centre and bringing any suspicious
activity to the attention of the designated Bank officials. As and when required OR on the defined
periodicity, person responsible should generate attendance reports from the systems. The educational
level required will be graduation or Diploma in any engineering discipline preferably in Computer
Science/Computer Networking.

Tasks to be performed:

i. Periodically monitor access records


ii. Keep records of card issue
iii. Assist during problems in use of bona fide cards
iv. First level problem solving
v. Allocating call to equipment vendor
vi. Monitoring response from equipment vendor
vii. Follow-up with vendor in case of delay in response
viii. Closure of call
ix. Prepare incident report for SBI

CCTV, Fire and BMS systems:

These three systems will require one person for manning. The three systems will need to be monitored
and all alarms brought immediately to the attention of the designated Bank official. It will also be the
responsibility of this person for maintaining the CCTV Tape Back-up procedures that have been laid down
by the Bank for its Data Centres. The educational level required will be graduation or Diploma in any
engineering discipline.

Confidential Page 6
Tasks to be performed:

i. Monitor CCTV & Fire alarm displays for suspicious activity and report to the designated Bank
official, if any without any delay.
ii. Replay daily record for any irregularities
iii. Execute back-up and archiving methods
iv. First level problem solving
v. Allocating call to equipment vendor
vi. Monitoring response from equipment vendor
vii. Follow-up with vendor in case of delay in response OR for regular maintenance
viii. Closure of call
ix. Prepare incident report for SBI

General Cleanliness:

General cleanliness is very important in the Data Centre. Two persons need to be deployed for
continuously carrying out this activity.

Tasks to be performed:

i. Dusting and damp mopping of premises


ii. Cleaning of under floor void once a month
iii. Cleaning of all desks and office furniture after office hours
iv. Removal of garbage
v. Attend to spillages etc on call

In addition to the above, any further manpower requirements that are required as per the specific
requirements of the Bank may also be deployed. The information above is provided as a guideline to the
vendor. Although all mandatory services are included in the RFP, any other service which is/are
mandatory/essential but not included in the list, needs to be attended by the vendor.

Detailed description of Services


Security Services
 Manning of entry point of Main Data Centre on 24/7 basis with at least two persons.
 Prevention of entry of unauthorised persons into the Data Centre
 Maintenance of entry/exit registers
 Issue of visitors badges
 Escalating all irregularities immediately to designated SBI officers
 Prepare daily EOD report

Electrical and UPS


This scope of work essentially indicates Operations & Maintenances services pertaining to upkeep &
smooth working of the electrical and UPS equipment. Required Preventive Maintenance will be carried
out for the equipment listed in this scope of work as per routine maintenance practices/OEM manuals.
Break down maintenance and Overhauling of the equipment is not covered under the scope of work,
which will be undertaken by the Annual Maintenance Contractors. The cost of such AMCs is not to be
taken into consideration of the pricing.
 All equipment will be maintained at optimum operating levels as per the recommendations of the
OEM. All scheduled maintenance required for the upkeep of the equipment will be carried out.
 Tools & tackles required for the services will be supplied by Facilities Management Company.
 24/7 manning for the Engineering services, continuous monitoring of calls and complaints, work
allocation to shift technicians and follow up on work progress.
 Generation of reports for Maintenance, maintaining & analyzing equipment operation logs for
equipment.
 Implementing Preventive maintenance as per schedules & Manuals.
 Co-ordination & Monitoring of AMC.

Confidential Page 7
Power Generation and Electrical Distribution System:

 LT Panels, Distribution Boards - Checking of connections, vacuum cleaning of panels, Visual


inspection, Insulation testing, testing of relays & contractors, cleaning of contacts.
 Distribution Boards - Routine checking and tightening of all panel internals, cable connections,
checking & replacement of switches, sockets contractors, relays, cleaning of contacts for proper
& trouble free function. Switching ON/OFF of power panels, lighting panels, capacitor banks,
Emergency systems as required. Minor repairs of equipment like geysers, kettles and such other
equipment.
 Major O/H of DG sets & major break downs are not covered under this scope of work. AMC for
the same will be arranged with OEM Contractor.
 Lighting panels & fixtures - Trouble shooting & Replacement faulty tubes/bulbs, fans, switches,
sockets MCBs, Fuses etc. and other electrical accessories wherever possible.
 Checking of UPS panels, battery condition, checking of Electrolyte Levels and topping up,
initiating necessary actions in case of problem with the AM contractor.

Air-Conditioning, (HVAC)

 Record required parameters and log sheets for the HVAC system. Round the clock Operation of
Precision AC in the Data Centre and Comfort AC as required as per occupancy. Carrying out
preventive maintenance as scheduled eg. Condenser & Evaporators cleaning, gasket change,
gas leakage testing & charging, motor alignment etc. will be done if not covered under AMC
contractor for major breakdowns & monitoring.
 Major O/H & Breakdown Maintenance of chillers will be coordinated with AMC Contractor.
 Air Handling Units, Fan Coil Units, Ventilation system - Routine services like air filter cleaning,
motor greasing, belt tightening & replacement, motor & alignment, cleaning of cooling coils as
scheduled. Checking and replacement of faulty valves, gaskets, drain line clearing. Breakdowns
will be coordinated with AMC Contractor.

CCTV, Access Control and BMS

 Record required parameters and log sheets for Access Control systems. Round the clock
Operation of system in the Data Centre. Monitoring & carrying out preventive maintenance as
scheduled.
 Monitor CCTV and Fire alarm displays for suspicious activity
 Replay daily record for any irregularities
 Execute back-up and archiving methods
 First level problem solving
 Allocating call to equipment vendor
 Monitoring response from equipment vendor
 Follow-up with vendor incase of delay in response
 Closure of call
 Prepare incident report for SBI

Fire fighting Equipment

 Fire Detection System and accessories: Operations of fire systems in case of emergency,
testing of the same at regulars intervals for proper functioning. Minor repairs to the system.
Checking and maintaining records of tests.
 Portable Fire Extinguishers - Checking & ensuring all fire extinguishers are in working condition
and initiate necessary actions for refilling etc & recording related data.
 Regular cleaning of smoke detectors to avoid false alarms; check & clean mimic panels & related
systems for proper operations. Coordination with AM contractor in case of major Break
downs/problems.

Confidential Page 8
Civil infrastructure, Housekeeping work

Daily Cleaning
Sweeping
 Sweep Clean all floor areas including damp mopping of Tiles, Vitrified floors and entrance areas.
 Floors should be free of dirt, mud, sand, footprints, liquid spills, and other debris.
 Chairs, trash receptacles, and easily movable items shall be moved to clean underneath.
 During inclement weather, the frequency may be higher than once per day. When completed the
floor and halls shall have a uniform appearance with no streaks, smears, swirl marks, detergent
residue, or any evidence of remaining dirt or standing water.
 After sweeping all vitrified floors, areas would be machine scrub cleaned.

Vacuuming
 Vacuuming of False Floor in the Data Centre Area, all carpets runners and carpet protectors so
that they are free of dirt, mud etc.
 Heavy industrial type vacuum cleaner would be used to ensure adequate cleaning. When
completed, the area shall be free of all litter, lint, loose soil and debris.
 Any chairs, trash receptacles, and easily moveable items, shall be moved to vacuum underneath,
and then replaced in the original position.

Trash Removal
 Emptying all waste paper baskets, ashtrays (if applicable) from all floor areas, and washing or
wiping them clean with damp cloth, replacing plastic wastepaper basket linings and returning
items where they were located.
 All waste from waste paper baskets will be collected and deposited in the building’s waste
containers.
 Dry & wet garbage would be segregated and dumped into designated area within the premises.

Glass Surface Cleaning


 All glass at entrance doors of the premises would be cleaned using damp and dry method.
 Glass tabletops, cabin doors, cabin partitions and glass accessories would also be cleaned.
 Removal of grease marks or fingerprints glass counters and partitions. This cleaning is done
using approved all purpose cleaner and lint free cloth or paper towels.

Spot Carpet Cleaning


 Spot clean carpets whenever necessary to remove spots, using appropriate product.

Damp & Dry Cleaning


 Wipe clean all White boards of meeting rooms, Conference rooms, workstations, etc.
 Wipe clean all table tops of workstations, cubicles and other furniture and fixtures.

Weekly Cleaning
Deep Cleaning
 The void beneath the False Floor shall be cleaned by removing alternate tiles and cleaning the
floor below with a vacuum cleaner.
 Ceilings, Walls, Partitions, etc.
 Pantry.

Window Glass Cleaning


 Interior & Exterior glass will be cleaned on both sides, throughout the Data Centre.
 Exterior cleaning of the glasses where accessible.
 Dusting window- sills and blinds.

Sanitizing
 Office Desk paper bins would be cleaned and sanitized

Confidential Page 9
 All telephone instruments would be sanitized using disinfectants.
 Waste Bins from Pantry and cafeteria areas would also be thoroughly cleaned and sanitized with
disinfectants.

Monthly Cleaning
Dusting & Wiping
 Dusting & wiping light fixtures, when completed the light fixtures shall be free from dirt, grime,
dust and marks.

Polishing
 Mansion Polish of furniture and other wooden fixtures where applicable
 Applying Metal polishes to accessories or door handles, hand railings, where applicable.

Scrubbing
 Scrubbing of all floor areas with scrubbing machines.

Pest Control
Supervision and co-ordination of pest control activity will be carried out by Facility Management Team:

Schedule of Pest Control (as required):


 General Pest Control
 Termite Control If required)
 Rodent Control

Manpower requirements

The finally selected bidder will provide the manpower of required calibre and qualifications to manage the
complete set of activities detailed under the Scope of the RFP.

Man Power Details for Mumbai (Primary 1 & 2) & Chennai Data Centres
1st 2nd 3rd General
Design. Mumbai Chennai Mumbai Chennai Mumbai Chennai Mumbai Chennai
BMS 2 1 2 1 2 1
Electrician 3 1 3 1 3 1 1
AC Tech. 2 1 2 1 2 1
HK 5 1 5 1 3 1 2
S/G 4 2 4 2 4 2 1
S/S 1
FM 1 1
Asst to FM 1
Total 16 6 16 6 14 6 4 4

The above requirement is only indicative, and the successful bidder has to provide more resources
depending on the requirement.

Disclaimer
The information contained in this Request for Proposal (RFP) document or information provided
subsequently to Bidder(s) or applicants whether verbally or in documentary form/email by or on behalf of
State Bank of India (Bank), is subject to the terms and conditions set out in this RFP document
(Annexure C) and all other terms and conditions, subject to which such information is provided.

Confidential Page 10
This RFP is neither an agreement nor an offer and is only an invitation by the Bank to the interested
parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to
assist the formulation of their proposals. This RFP does not claim to contain all the information each
Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the
accuracy, reliability and completeness of the information in this RFP and where necessary obtain
independent advices/clarifications. Bank may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information in this RFP. No contractual obligation
whatsoever shall arise from the RFP process unless a Purchase order has been issued by duly
authorized officers of the Bank with the selected Bidder.

The Bank, its employees and advisors make no representation or warranty and shall have no liability to
any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form part of this RFP
or arising in any way for participation in this Bid Stage.

The Bank also accepts no liability of any nature whether resulting from negligence or otherwise,
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

The issue of this RFP does not imply that the Bank is bound to select a Bidder or to appoint the Selected
Bidder or Concessionaire, as the case may be, for the Project and the Bank reserves the right to reject all
or any of the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the Bank or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the
Bank shall not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.

Earnest Money Deposit (EMD)


Bidder to submit the EMD of Rs. 10,00,000/- ( Rs.Ten Lacs Only) as Bid Security in the form of Demand
Draft or Bank Guarantee (Annexure I) in favour of State Bank of India, Data Centre & BCM, payable at
Mumbai. EMD may be forfeited in the event of withdrawal of bid during the period of bid validity or if
successful bidder fails to sign the contract in accordance with the terms & conditions (Annexure C) and
other requirements specified in RFP or any act of bidder not in line with contract obligations.

EMD should be kept in the envelope containing technical Bid. Any bid not accompanied with the requisite
EMD shall be treated as non-responsive and is liable to be rejected.

The EMD of the unsuccessful bidders will be returned as early as possible. Successful Bidder’s EMD will
be returned upon the bidder signing the contract and submitting the required Performance Bank
Guarantee.

No interest is payable on the amount of EMD.

The bank guarantee should be issued by any scheduled commercial bank, other than SBI. A format for
EMD BG is attached as per Annexure I. The bank guarantee will be valid for period of 1 year and retained
by bank.

In case, SBI is the sole Banker for the Bidder, a Letter of Comfort from SBI may be accepted.

If EMD is forfeited for any reason, the concerned bidder will be debarred from further participation in

Confidential Page 11
future /number RFPs floated by the Bank/ procuring department as per sole discretion of the Bank.

Performance Bank Guarantee (BG)


The selected bidder would be required to submit a performance Bank Guarantee to the Bank for an
amount equivalent to 20% of order value within 7 days of purchase order issue date. The bank guarantee
will be valid for period of 3 years and such other extended period as the Bank may decide for due
performance of the project obligations.

The bank guarantee should be issued by any scheduled commercial bank, other than SBI. A format for
PBG is attached as per Annexure H.

In case, SBI is the sole Banker for the Bidder, a Letter of Comfort from SBI may be accepted.

The Performance Bank Guarantee is required to protect the interest of purchaser against the risk of non
performance of the successful bidder in respect of successful implementation of the project which may
warrant the invoking of Bank Guarantee (BG), also if any act of the supplier results in imposition of
Liquidated Damages then the purchaser reserves the right to invoke the submitted Performance Bank
Guarantee.

Bidding Document
Cost of Bidding: The Bidder shall bear all costs associated with the preparation and submission of its bid
including cost of presentation(s), etc. Bank will not be responsible or liable for these costs, regardless of
the conduct or outcome of the bidding process.

Content of Bidding Document : The biding document provides overview of the requirements, bidding
procedures and contract terms. It includes Introduction, Instructions to Bidder, Terms & Conditions of
Contract, Functional Requirement Specifications (FRS), Eligibility Criteria, Technical Bid and Financial
Bid. The bidder must conduct its own investigation and analysis regarding any information contained in
this RFP document, its meaning and impact of that information.

The Bidder is expected to examine all instructions, statements, terms and specifications in the bidding
document. Failure to furnish all information required by the bidding documents or submission of bid not
responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in
rejection of its bid. While SBI has made considerable effort to ensure that accurate information is
contained in this RFP and is supplied solely as guidelines for Bidders. Furthermore, during the RFP
process, SBI has disclosed or will disclose in the RFP and corrigendum/addenda, available information
relevant to the Scope of Work to the extent, detail, and accuracy allowed by prevailing circumstances.
Nothing in this RFP or any addenda is intended to relieve Bidders from forming their own opinions and
conclusions in respect of the matters addresses in this RFP or any addenda.

Clarifications& Amendments

If deemed necessary the Bank may seek clarifications on any aspect from the bidder. However that would
not entitle the bidder to change or cause any change in the substances of the bid already submitted or the
price quoted. The bidder may be asked to give presentation for the purpose of clarification of the bid.

The Bidder requiring any clarification of the bidding documents should submit written queries on or before
19.07.2016 before 4 pm to the Dy.General Manager (DC&BCM), SBGITC, Navi Mumbai.

At any time prior to the deadline for submission of bids, SBI may modify the bidding document by
amendment.

Any clarification issued by SBI will be in the form of an addendum/ corrigendum and will be available in
SBI’s website- http://www.sbi.co.in.The amendment will be binding on all bidders. SBI, at its discretion
may extend the deadline for submission of bids in order to allow prospective bidders a reasonable time to

Confidential Page 12
take the amendment into account.

Bidding Process
The bids shall be submitted in two separate sealed envelopes, one containing Technical Bid and other
Indicative Commercial Bid, both to be submitted together in one envelope. All details with the relevant
information / documents / acceptance of all terms and conditions strictly as described in this RFP will
have to be submitted. In the first stage, only TECHNICAL BID will be opened and evaluated. Bidders
satisfying eligibility criteria and agree to comply with all terms and conditions specified in this document
will be evaluated for technical specifications. Those bids that have complied to Technical bids shall be
qualified for commercial bid opening and further RFP process.

The Bidder should be willing to participate in the online reverse auction to be conducted by Bank’s
authorized service provider on behalf of the Bank. Eligible Bidders will be trained by Bank’s authorized
service provider for this purpose. Bidders should also be willing to abide by the e-business rules for
reverse auction framed by the Bank / Authorised service provider. The details of e-business rules,
processes and procedures will be provided to the short-listed bidders.

Preparation and Submission of Bids


The bids prepared by the bidder and all correspondence and documents relating to bids exchanged by
the bidder and purchaser must be written in English.
Vendor must provide individual and factual replies to specific questions asked in the RFP.

Technical bid should comprise of one hard copy and one soft copy (Word format). Hard copy of technical
bid should be a complete document and placed in a sealed envelope super-scribed as “TECHNICAL
BID”. The soft copy of the technical bid should be submitted on a CD sealed in an envelope marked as
“SOFT COPY OF TECHNICAL BID”. These two sealed envelopes should be placed in a single sealed
envelope super scribed as “TECHNICAL BID FOR FACILITY MANAGEMENT SERVICES”.

The technical bid should consist of the following:

i. Earnest Money Deposit as specified in this document


ii. Bid Participation Fee as specified in this document
iii. A letter on bidder’s letterhead mentioning
a. Details of EMD submitted, technical competence and experience of the bidder
b. Certifying that the period of the validity of the bid is 180 days from the target date of
submission of bid
c. Confirming that the bidder has quoted for all the items/services mentioned in the bid in their
commercial bid
d. Supporting documents in respect of Eligibility Criteria as mentioned in Annexure B.
iv. Bidders information as per Annexure D on bidder’s letter head
v. Audited balance sheets and profit and loss account statement for last 3 years
vi. A copy of board resolution or power of attorney showing that the signatory has been duly
authorized to sign the tender document.
vii. Response to all points of the Technical evaluation format as per Annexures enclosed.

Bidder should submit indicative commercial bid as per Annexure F of the bid document. Indicative
Commercial bid should comprise of one hard copy and one soft copy (Word/Excel format). Hard copy of
commercial bid should be a complete document and placed in a sealed envelope super-scribed as
“INDICATIVE COMMERCIAL BID”. The soft copy of the commercial bid should be submitted on a CD
sealed in an envelope marked as “SOFT COPY OF INDICATIVE COMMERCIAL BID”. These two sealed
envelopes should be placed in a single sealed envelope super scribed as “Indicative Commercial bid
for Facility Management Services”.

The bids should be submitted in 2 separate envelopes one for Technical Bid (super scribed as “Technical
bid for Facility Management Services”.) and other for Commercial Bid (super scribed as “Indicative

Confidential Page 13
Commercial bid for Facility Management Services”.

Bid Prices
The prices should be specified only in “Indicative Commercial Bid” and must not be specified at any other
place in the bid document. The bid price should include all taxes, duties & statutory levies, Octroi, NMMC
cess etc . However, Service Tax, Sales Tax and VAT as applicable will be paid at actuals.

Revealing of Prices
The rates and/or prices in any form or for any reasons should not be disclosed in the technical or other
parts of the bid except in the commercial bid, failure to do so make the bid liable to be rejected. Before
opening of commercial bid, if price revision is envisaged by the bank, revised commercial bid may be
required to be submitted in a separate sealed envelope.

Pre-Bid Meeting
SBI may, at its sole discretion, organise a pre-bid meeting, to resolve any queries, bidder may have. Any
clarification on queries raised by bidder in case of Limited Tender Enquiry (LTE) or Open Tender Enquiry
(OTE) will be provided to the bidders in writing or will be published on SBI’s website as corrigendum. The
exact date, time and location of the pre-bid meeting will be communicated to each bidder through SBI
website.

Validity of Bids
Bid shall remain valid for 180 days from date of submission mentioned at Bid Details. A bid valid for
shorter period is liable to be rejected. The bidder may require to give

consent for the extension of the period of validity of the bid beyond initial 180 days, if so desired by the
Bank in writing or by fax. Refusal to grant such consent would result in rejection of bid without forfeiture of
the EMD. However any extension of validity of bids will not entitle the bidder to revise/modify the bid
document.

Bid Integrity
Wilful misrepresentation of any fact within the Bid will lead to the cancellation of the contract without
prejudice to other actions that Bank may take. All the submission, including any accompanying
documents, will become property of SBI. The bidders shall be deemed to license, and grant all rights to
SBI, to reproduce the whole or any portion of their solution for the purpose of evaluation, to disclose the
contents of submission to other bidders and to disclose and/or use the contents of submission as the
basis for RFP process.

Format and Signing of Bid


The bidder should prepare submission as per minimum eligibility criteria, Technical Bid, Indicative
Commercial Bid and other requested information.

All pages of the Bid document should be serially numbered and shall be signed by the authorized
person(s) only. The person(s) signing the bid shall sign all pages of the bid and rubber stamp should be
affixed on each page except for an un-amended printed literature. The bidder should submit a copy of
board resolution or power of attorney showing that the signatory has been duly authorized to sign the
tender document.

Any interlineations, erasures or overwriting shall be valid only if the person(s) signing the bid sign(s)
them.

In case of any discrepancies between hard and soft copy, the hard copy will be consider as base
document.

Bid should be typed and submitted on A4 size paper [font times new roman 12], spirally bound securely
and in serial order. Bidders responding to this RFP shall submit covering letter included with the bid and
compliance certification statement required for submission of a proposal.

Confidential Page 14
Last date of receipt of bids
The bid should be submitted to the following address on the date & time specified in RFP’s BID Details
page No. 4:

The Dy. General Manager (DC&BCM)


State Bank of India, GITC,
2nd Floor, C Wing, CBD Belapur
NAVI MUMBAI-400614

In the event of the target date for the receipt of bids being declared as holiday for the Bank, the bids will
be received till the target time on the next working day. The bank may at its discretion extend the bid
submission date. The modified target date & time will be notified on the web site of the Bank.

Bid Currency

Prices shall be expressed in Indian National Rupees (INR) only.

Late Submission of bids


Any bid received by the Bank after target date and time prescribed at Bid details will be rejected and /or
returned unopened to the bidder at his risk and responsibility.

Modification and Withdrawal of Bids


No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of
period of bid validity.

Opening and Evaluation of Bids


Opening of Technical Bid
All the Bids will be opened at the date, time & locations mentioned under the clause Bid Details. The
technical bids will be opened in the presence of representatives of the bidders who so ever choose to
attend.

Evaluation Process
Preliminary examination
The bids will be examined by the Bank to determine whether they are complete and whether required bid
security has been furnished. A bid determined as not substantially responsive will be rejected. Bank may
waive off any minor infirmity or non-conformity or irregularity in a bid(i.e. technical bid or Price bid), which
does not constitute a material deviation, provided such a waiving does not prejudice or affect the relative
ranking of any bidder.

After opening of the technical bids and preliminary examinations, some or all of the bidders may be asked
to make presentation of the solution/services offered by them.
Any effort on the part of bidder to influence bid evaluation process or award of contract may result in the
rejection of the bid.

Technical Evaluation
Detailed technical evaluation will include, scrutiny of minimum eligibility criteria (as mentioned in
Annexure B).

Commercial Evaluation
The envelope containing the Commercial offers of only those Bidders, who are short-listed after technical
evaluation, would be opened. The format for quoting indicative commercial bid set out in Annexure F.
The commercial offer should consist of comprehensive Cost for required services. Bidder must provide

Confidential Page 15
detailed cost breakup, for each and every categories mentioned in the commercial bid.

The Commercial Bid should contain only your quotation for the FMS integrated service as an aggregate
charge on a Monthly basis. The price should be quoted for the Belapur and Chennai sites separately in
Annexure F. The price should incorporate estimated costs for all consumables, and machinery that will be
deployed for carrying out the assigned services as per RFP. The bid price should include all taxes, duties
& statutory levies, Octroi, NMMC cess etc . However, Service Tax, Sales Tax and VAT as applicable will
be paid at actuals.

Final Evaluation
The bank reserves the right to opt for manual negotiation or Reverse Auction. The online reverse auction
will be conducted by the Bank or a company who have been authorized in this regard by the Bank.
Reverse auction guidelines will be communicated to all short-listed bidders.

Liability for Errors


While Bank has used considerable efforts to ensure an accurate representation of outsourcing
requirements, the information contained in this RFP is supplied as a guideline for Bidders. The
information is not guaranteed or warranted accurate by Bank, nor is it necessarily comprehensive or
exhaustive. Nothing in this RFP is intended to relieve information in this RFP as per its current
understanding of the requirements under various activities to be Bidders from forming their own opinions
and conclusions with respect to the matters addressed in this RFP. In the event Bank finds that the
objectives of the intended outsourcing is better achieved by processes/procedures other than those
mentioned in this document, Bank shall have the right irrespective of the fact whether it has already
received proposals from intending bidders or not, to effect such changes and enter into negotiations with
one or more Bidders at its sole discretion for such changed/modified processes.

Award & Signing of contract


SBI will notify successful bidder(L1) in writing by letter in duplicate or fax that its bid has been accepted.
The Selected bidder has to return the duplicate copy to the Bank within 7 working days duly Accepted,
Stamped and Signed by Authorized Signatory in token of acceptance.

The successful bidder shall be required to enter into a contract/SLA (Annexure J) with the Bank, within 15
days of the award of the tender or within such extended period as may be decided by the Bank along with
the letter of acceptance, NDA, BG and other terms and conditions as may be determined by the Bank to
be necessary for the due performance of the work in accordance with the Bid and acceptance thereof.

Copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign
the acceptance letter, contract and NDA should be submitted.

Subcontracting
Sub contracting is generally not permitted. In case sub contracting is required, Bidder has to obtain
written permission from the Bank before contracting any work to subcontractors. Bank at its own
discretion may permit or deny the same.

In case of subcontracting permitted, the contracting vendor is responsible for all the services provided to
the Bank regardless of which entity is conducting the operations. The contracting vendor is also
responsible for ensuring that the sub-contractor comply with all security requirements of the contract and
Bank can obtain independent audit report for the same.

The bidder should provide subcontracting details to the Bank and if required, Bank may evaluate the
same.

Confidential Page 16
Powers to Vary or Omit Work
No alterations, amendments, omissions, additions, suspensions or variations of the work (hereinafter
referred to as variation) under the contract shall be made by the successful bidder except as directed in
writing by Bank. The Bank shall have full powers, subject to the provision herein after contained, from
time to time during the execution of the contract, by notice in writing to instruct the successful bidder to
make any variation without prejudice to the contract. The finally selected bidders shall carry out such
variation and be bound by the same conditions as far as applicable as though the said variations occurred
in the contract documents. If any suggested variations would, in the opinion of the finally selected bidders,
if carried out, prevent him from fulfilling any of his obligations under the contract, he shall notify Bank
thereof in writing with reasons for holding such opinion and Bank shall instruct the successful bidder to
make such other modified variation without prejudice to the contract. The finally selected bidders shall
carry out such variation and be bound by the same conditions as far as applicable as though the said
variations occurred in the contract documents. If Bank confirms his instructions, the successful bidder’s
obligations shall be modified to such an extent as may be mutually agreed, if such variation is substantial
and involves considerable extra cost. Any agreed difference in cost occasioned by such variation shall be
added to or deducted from the contract price as the case may be.

In any case in which the successful bidder has received instructions from Bank as to the requirement of
carrying out the altered or additional substituted work which either then or later on, will in the opinion of
the finally selected bidders, involve a claim for additional payments, such additional payments shall be
mutually agreed in line with the terms and conditions of the order.

If any change in the work is likely to result in reduction in cost, the parties shall agree in writing so as to
the extent of change in contract price, before the finally selected bidder(s) proceeds with the change. In
all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the
decision of Bank shall prevail.

No Waiver of Bank Rights or Successful Bidder’s Liability


Neither any payment sign-off by Bank, nor any payment by Bank for acceptance of the whole or any part
of the work, nor any extension of time, nor any possession taken by Bank shall affect or prejudice the
rights of Bank against the finally selected bidders, or relieve the finally selected bidders of his obligations
for the due performance of the contract, or be interpreted as approval of the work done, or create liability
in Bank to pay for alterations/ amendments/ variations, or discharge the liability of the successful bidder
for the payment of damages whether due, ascertained, or certified or not or any sum against the payment
of which he is bound to indemnify Bank nor shall any such certificate nor the acceptance by him of any
such paid on account or otherwise affect or prejudice the rights of the successful bidder against Bank.

Inspection, Quality Control and Audit


The Selected bidder (Service Provider) has to get itself annually audited by external empanelled Auditors
appointed by the Bank/ inspecting official from the Reserve Bank of India or any regulatory authority,
covering the risk parameters finalized by the Bank/ such auditors in the areas of products (IT hardware/
software) and Services etc, provided to the Bank and the Service Provider are required to submit such
certification by such Auditors to the Bank. The Service Provider and or his / their outsourced agents / sub
– contractors (if allowed by the Bank) shall facilitate the same The Bank can make its expert assessment
on the efficiency and effectiveness of the security, control, risk management, governance system and
process created by the Service Provider. The Service Provider shall, whenever required by the Auditors,
furnish all relevant information, records/data to them. All costs for such audit shall be borne by the Bank.

Where any deficiency has been observed during audit of the Service Provider on the risk parameters
finalized by the Bank or in the certification submitted by the Auditors, the Service Provider shall
correct/resolve the same at the earliest and shall provide all necessary documents related to resolution
thereof and the auditor shall further certify in respect of resolution of the deficiencies. The resolution
provided by the Service Provider shall require to be certified by the Auditors covering the respective risk
parameters against which such deficiencies have been observed.

Confidential Page 17
Service Provider shall, whenever required by the Bank, furnish all relevant information, records/data to
such auditors and/or inspecting officials of the Bank/Reserve Bank of India and or any regulatory
authority. The Bank reserves the right to call and/or retain for any relevant material information / reports
including audit or review reports undertaken by the service provider (e.g., financial, internal control and
security reviews) and findings made on Selected bidder in conjunction with the services provided to the
Bank.

Nothing stated hereinabove shall in any way release the Vendor from any warranty or other obligations
under this contract.

Conflict of Interest:
Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the Bidding Process. Any
Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, the Bank
shall be entitled to forfeit and appropriate the Bid Security and/or Performance Security (Performance
Bank Guarantee), as the case may be, as mutually agreed upon genuine estimated loss and damage
likely to be suffered and incurred by the Bank and not by way of penalty for, inter alia, the time, cost and
effort of the Bank, including consideration of such Bidder’s proposal (the “Damages”), without prejudice to
any other right or remedy that may be available to the Bank under the Bidding Documents and/ or the
Concession Agreement or otherwise. Without limiting the generality of the above, a Bidder shall be
deemed to have a Conflict of Interest affecting the Bidding Process, if:
(a) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder, its Member
or any Associate thereof (or any constituent thereof) have common controlling shareholders or
other ownership interest; provided that this disqualification shall not apply in cases where the direct
or indirect shareholding of a Bidder, its Member or an Associate thereof (or any shareholder thereof
having a shareholding of more than 5% (five per cent) of the paid up and subscribed share capital
of such Bidder, Member or Associate, as the case may be) in the other Bidder, its Member or
Associate, has less than 5% (five per cent) of the subscribed and paid up equity share capital
thereof; provided further that this disqualification shall not apply to any ownership by a bank,
insurance company, pension fund or a public financial institution referred to in section 4A of the
Companies Act, 1956. For the purposes of this Clause, indirect shareholding held through one or
more intermediate persons shall be computed as follows:
(i) where any intermediary is controlled by a person through management control or otherwise, the
entire shareholding held by such controlled intermediary in any other person (the “Subject
Person”) shall be taken into account for computing the shareholding of such controlling person
in the Subject Person; and
(ii) subject always to sub-clause (i) above, where a person does not exercise control over an
intermediary, which has shareholding in the Subject Person, the computation of indirect
shareholding of such person in the Subject Person shall be undertaken on a proportionate
basis; provided, however, that no such shareholding shall be reckoned under this sub-clause if
the shareholding of such person in the intermediary is less than 26% of the subscribed and
paid up equity shareholding of such intermediary; or
(b) a constituent of such Bidder is also a constituent of another Bidder; or
(c) such Bidder, its Member or any Associate thereof receives or has received any direct or indirect
subsidy, grant, concessional loan or subordinated debt from any other Bidder, its Member or
Associate, or has provided any such subsidy, grant, concessional loan or subordinated debt to any
other Bidder, its Member or any Associate thereof; or
(d) such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or
(e) such Bidder, or any Associate thereof, has a relationship with another Bidder, or any Associate
thereof, directly or through common third party/ parties, that puts either or both of them in a position
to have access to each others’ information about, or to influence the Bid of either or each other; or
(f) such Bidder or any Associate thereof has participated as a consultant to the Bank in the
preparation of any documents, design or technical specifications of the Project.
Fraud & Corrupt Practices
The Bidder and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Bidding Process.

Confidential Page 18
Not withstanding anything to the contrary contained herein, the Bank shall reject an Application without
being liable in any manner whatsoever to the Bidder if it determines that the Bidder has, directly or
indirectly or through an agent, engaged in corrupt/fraudulent/coercive/undesirable or restrictive practices
in the Bidding Process.
Without prejudice to the rights of the Bank under Clause hereinabove, if a Bidder is found by the Bank to
have directly or indirectly or through an agent, engaged or indulged in any
corrupt/fraudulent/coercive/undesirable or restrictive practices during the Bidding Process, such Bidder
shall not be eligible to participate in any EOI/RFP issued by the Bank during a period of 2 (two) years
from the date if such Bidder is found by the Bank to have directly or indirectly or through an agent,
engaged or indulged in any corrupt/ fraudulent/ coercive/ undesirable or restrictive practices, as the case
may be.
For the purposes of this Clause , the following terms shall have the meaning hereinafter, respectively
assigned to them:
“corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything
of value to influence the actions of any person connected with the Bidding Process (for avoidance of
doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or
indirectly, any official of the Bank who is or has been associated in any manner, directly or indirectly with
the Bidding Process or the Letter of Authority or has dealt with matters concerning the Concession
Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of
one year from the date such official resigns or retires from or otherwise ceases to be in the service of the
Bank, shall be deemed to constitute influencing the actions of a person connected with the Bidding
Process); or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the
issue of the Letter of Authority or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the Letter of Authority or the Agreement, who at any time
has been or is a legal, financial or technical adviser of the Bank in relation to any matter concerning the
Project;
i. “Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process ;
ii. “Coercive practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
iii. “Undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Bank with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest;

and

iv. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in the
Bidding Process.

Cancellation of Contract
The Bank shall have the right to cancel the contract with the selected bidder at any time during the
contract period, by giving a written notice of at least 3 (three) months, for any valid reason, including but
not limited to the following reasons:

i. Laxity in following security standards laid down by the Bank


ii. Facility Management services provided is not satisfactory
iii. Excessive delay in execution of orders placed by the Bank
iv. Discrepancies / deviations in the agreed processes and/or products
v. Violation of terms & conditions stipulated in this RFP
vi. For convenience

Liquidated Damages
If vendor fails to perform services within stipulated time schedule or any loss is suffered by the Bank due
to Acts attributable to the Service Provider, the Bank shall, without prejudice to its other remedies under
the contract, deduct from the contract price, as liquidated damages, a sum equivalent to 1% of the total

Confidential Page 19
project cost for delay of each week or part thereof maximum upto 10% of contract price. Once the
maximum is reached, SBI may consider termination of Contract pursuant to the conditions of contract.
Termination for Default
SBI may, without prejudice to any other remedy for breach of contract, by written notice of default sent to
the Vendor, terminate the contract in whole or part: if the Vendor fails to deliver any or all of the systems
within the period(s) specified in the Contract, or within any extension thereof granted by the Bank
pursuant to conditions of contract or if the Vendor fails to perform any other obligation(s) under the
Contract.
In the event SBI terminates the Contract in whole or in part, SBI may procure, upon such terms and in
such manner, as it deems appropriate, systems or services similar to those undelivered and the Vendor
shall be liable to Bank for any excess costs for such similar systems or services. However, the vendor
shall continue the performance of the contract to the extent not terminated.

Force Majeure
Any failure or delay by bidder or Bank in performance of its obligation, to the extent due to any failure or
delay caused by fire, flood, earthquake or similar elements of nature, or acts of God, war, terrorism, riots,
civil disorders, rebellions or revolutions, acts of government authorities or other events beyond the
reasonable control of non-performing Party, is not a default or a ground for termination.

If Force Majeure situation arises the Vendor shall promptly notify Bank in writing of such conditions and
the cause thereof. Unless otherwise agreed by SBI in writing, the Vendor shall continue to perform its
obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.

Termination for Insolvency


SBI may at any time terminate the Contract by giving written notice to the Vendor, if the vendor becomes
bankrupt or otherwise insolvent or any application for bankruptcy, insolvency or winding up has been filed
against it by any person. In this event of termination will be without compensation to the Vendor, provided
that such termination will not prejudice or affect any right of action or remedy, which has occurred or will
accrue thereafter to SBI.

Governing Law and Disputes (Applicable in case of successful bidder only)


All disputes or differences whatsoever arising between the parties out of or in connection with this
contract or in discharge of any obligation arising out of the Contract (whether during the progress of work
or after completion of such work and whether before or after the termination of this contract,
abandonment or breach of this contract), shall be settled amicably. If however, the parties are not able to
solve them amicably, either party (SBI or Vendor), give written notice to other party clearly setting out
there in specific dispute(s) and/or difference(s) and shall be referred to a sole arbitrator mutually agreed
upon, and the award made in pursuance thereof shall be binding on the parties. In the absence of
consensus about the single arbitrator, the dispute may be referred to joint arbitrator; one to be nominated
by each party and the said arbitrators shall nominate a presiding arbitrator, before commencing the
arbitration proceedings. The arbitration shall be settled in accordance with the applicable Indian Laws.
Any appeal will be subject to the exclusive jurisdiction of courts at Navi Mumbai.

The Vendor shall continue work under the Contract during the arbitration proceedings unless otherwise
directed by the Bank or unless the matter is such that the work cannot possibly be continued until the
decision of the arbitrator is obtained.

Arbitration proceeding shall be held at Navi Mumbai, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be in English.

Governing language
The contract and all correspondence/ communications and other documents pertaining to the Contract,
shall be written in English.

Governing Law
The contract shall be interpreted in accordance with the laws of the Government of India.

Confidential Page 20
Notices
Any notice given by one party to the other pursuant to this contract shall be sent to other party in
writing or by Fax and confirmed in writing to other Party’s address. For the purpose of all notices, the
following shall be the current address:

FOR SBI

The Dy.General Manager (DC&BCM)


State Bank of India, GITC, Sector 11,
2nd Floor, C Wing,
CBD, BELAPUR, Navi Mumbai – 400614

FOR THE BIDDER

<Bidder will furnish>

The notice shall be effective when delivered or on the notice’s effective date whichever is later.

Taxes and Duties


The bid price should include all taxes, duties & statutory levies, Octroi, NMMC cess etc . However,
Service Tax, Sales Tax and VAT as applicable will be paid at actuals.

All expenses, stamp duty and other charges/ expenses in connection with the execution of the
Agreement as a result of this RFP process shall be borne by Service Provider.

Vendor’s Obligation
The vendor is obliged to work closely with SBI’s staff, act within its own authority and abide by directives
issued by SBI from time to time.

The Vendor is responsible for managing the activities of its personnel and will hold itself responsible for
any misdemeanours on the part of its personnel.

The Vendor will treat as confidential all data and information about SBI, obtained in the process of
executing its responsibilities, in strict confidence and will not reveal such information to any other party
without prior written approval of SBI as explained under ‘ Non Disclosure Agreement’ in Annexure E of
this document.

Bidding Terms & Conditions


a) Language of Bid: All bids and supporting documentation shall be submitted in English.

b) SBI reserves the right to accept or reject any or all Bids without assigning any reason thereof and
Bank’s decision in this regard will be treated as final. Bids may be accepted or rejected in total or any
part or items thereof. No contractual whatsoever shall arise from the RFP process unless and until a
formal contract is signed and executed by duly authorized officials of the Bank and the Bidder. However,
until a formal contract is prepared and executed, this offer together with Bank’s written acceptance &
notification of award shall constitute a binding contract with the vendor.

c) Any Bid not containing sufficient information, in view of SBI, to permit a thorough analysis may be
rejected.

d) The Bank shall have the right to reject the bids not submitted in the prescribed format or incomplete in
any manner.

e) State Bank of India is not responsible for non-receipt of bids within the specified date and time due to
any reason including postal delays or holidays.

Confidential Page 21
f) The Bank also reserves the right to alter/ modify any/ some/ all of the requirements, as it may deem
necessary, and notify the same on its website www.sbi.co.in before the last date for submission of
response under this RFP. The Bidders should be agreeable for the same.

g) Bids not conforming to the requirements of the RFP may not be considered by SBI. However, SBI
reserves the right, at any time, to waive any of the requirements of the RFP, if in the sole discretion of
SBI, the best interest of SBI be served by such waiver.

h) Bidders who do not meet the technical criteria stipulated by the Bank will not be considered for further
evaluation.

i) SBI shall have the right to cancel the RFP process at any time prior to award of contract, without
thereby incurring any liabilities to the affected Bidder(s). Reasons for cancellation, as determined by SBI
in its sole discretion include but are not limited to, the following:

i. Services Contemplated are no longer required


ii. Scope of work were not adequately or clearly defined due to unforeseen circumstance
and/or factors and/or new developments
iii. Proposed prices are unacceptable to the Work
iv. The Project is not in the best interest of SBI
v. Any other reason

j) Pre-bid meeting, if any, will be held to brief the intending bidders about the requirements of the Bank
and to furnish clarifications on any points / queries received from them. No separate communication will
be sent for this meeting.

k) SBI reserves the right to verify the validity of bid information and to reject any bid where the contents
appear to be incorrect, inaccurate or inappropriate at any time during the process of RFP or even after
award of contract.

l) SBI reserves the right to re-negotiate the prices in the event of changes in the market conditions
and/or technology etc.

m) During the term of agreement, bidder will not hire or retain, either as an employee or consultant any
employee of Bank. During the contract period, Bank will also not hire or retain, either as an employee or
consultant, any employee of the bidder.

n) All pages of RFP should be stamped and signed by Authorized Signatory of the Bidder.

o) Bank may choose to take an undertaking from Vendor employees to maintain the confidentiality of the
Bank’s information/documents etc. Bank may seek details / confirmation on background verification of
Vendor’s employees worked/working on Bank’s project as may have been undertaken / executed by the
Vendor. Vendor should be agreeable for any such undertaking/verification.

p) Bidder should meet the rest of the terms & conditions, provided in Annexure C.

Confidential Page 22
Annexure A – Bid Covering Letter
Bid Covering Letter: To be submitted by the bidder along with Bid documents
<Please submit on your company letter head >

The Dy. General Manager (Data Centre & BCM)


State Bank of India, Global IT Centre,
Sector – 11, CBD Belapur.
Navi Mumbai 400 614.

Sir,

Our Bid for <RFP reference No.>

We submit our Bid Document herewith. We understand that:

1. You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid
without assigning any reason or giving any explanation whatsoever.

2. Bank may follow close or open bidding process as per requirement of the Bank.

3. If our Bid is accepted, we undertake to enter into and execute at our cost, when called upon by the
purchaser to do so, a contract in the prescribed form.

4. If our Bid is accepted, we are to be jointly and severally responsible for the due performance of the
contract.

5. You may accept or entrust the entire work to one vendor or divide the work to more than one vendor
without assigning any reason or giving any explanation whatsoever.

6. Vendor means the bidder who is decided and declared so after examination of commercial bids.

7. The name(s) of successful bidder to whom the contract is finally awarded after the completion of
commercial bid shall be displayed on the website of the Bank and/or communicated to successful
bidder(s).

8. The Commercial Bidding process will be through an e-procurement reverse auction process (or
manual price negotiation). The online reverse auction will be conducted by the Bank or a company who
have been authorized in this regard by the Bank. The bidders are required to possess a valid Digital
Certificate for participating in the e-procurement process bid for Facility Management Services.

Yours faithfully,

For:

Signature:

Name:

Confidential Page 23
Annexure B – Eligibility Criteria
Eligibility Criteria

The purpose of this section is for Bidders to provide information to demonstrate to Bank that its
services offering satisfy Company’s requirements. The bidder should also demonstrate that it has
the financial and organizational infrastructure to fulfil the fundamental requirements set out in
this RFP. Bidders not meeting them or not demonstrating that they do meet them may not receive
further consideration during the evaluation process. A complete listing of the specific bid
evaluation criteria is given below (Filling all the details is mandatory):

Sr.No. Basic requirement Eligibility Criteria Documents to be


submitted (Duly
attested)
1. Legal Entity The bidder must be an Indian firm/ Certificate of
company / organization registered under Incorporation
Companies Act 1956 or a proprietary firm AND
or a firm registered under Partnership Act Registration Certificates
1932. showing type of firm.
(Consortium of companies not
permitted)
2. Business Turnover The bidder must have a minimum turnover Copy of the audited
of Rs. 25 Crore from Facility Management Balance Sheet and / or
Services during the financial year(s) Certificate of the
2012-13, 2013-14, 2014-15. Charted Accountant for
preceding three years.
3. Net Worth The bidder should have earned net profits Copy of the audited
for last 3 financial years balance sheet and / or
Certificate of the
Chartered Accountant
specifying net profits.
4. Business Operation The bidder should be operating for at least Copy of the all work
last 5 years in providing Facility orders and / or
Management Services. Certificate of
completion of the work
for last 3 years.
5. References Bidder should provide client references Documentary Proof to
and contact details(email/landline/mobile) be attached
of 3 customers for whom the Bidder has
executed similar projects( Start and End 1.
Date of the Project to be mentioned) in 2.
the past 3 years. 3.
6. Presence Bidder company should have presence in List of Offices, Contact
Mumbai and Chennai. person & numbers.
7. Taxation registration The bidder must have following valid Attested copy of all
and clearance certificates : certificates.
a) Service Tax Registration
Certificate
b) PAN Number
8. Technical Capability The bidder should have executed one Copy of the Work
project of value more than Rs.50 lacs (Rs. Completion Certificate
Fifty Lacs) OR Two projects each of value from the Client
Rs.30 Lacs (Rs.Thirty Lacs) in last year specifying the scope of
2015-16. work, period of
engagement and value
The scope of work orders should clearly of the project.
indicate the areas covered in the RFP.
9. Blacklisting The Bidder Company should not currently Self declaration on
have been blacklisted by any Government Bidder’s company letter

Confidential Page 24
Department / PSU or under a declaration head.
of ineligibility for fraudulent or corrupt
practices or inefficient/ineffective
performance.
10 Total no. of Employees Company should have at least 300 Satisfactory
employees on their roll for Facility documentary Proof to
Management Services as on date be attached.
11. Background Check Bidder should be carrying out the Process should be
Background Check of employees / vendor submitted.
staff specially Address & Police
verification
12. PF code number Bidder should have PF code number Satisfactory
allotted by RPFC in the name of the documentary Proof to
establishment be attached.

13. ESI code number Bidder should have the ESI code number Satisfactory
(both main and sub, whereever obtained) documentary Proof to
allotted by ESIC in the name of the be attached.
establishment
14. Professional Tax Bidder should have the Professional Tax Satisfactory
Registration Registration certificate issued by relevant documentary Proof to
authority (where applicable) be attached.

Based on the information provided, the Bank will shortlist vendor/companies which prima facie come up
to its requirements. Final short-listing of bidders will be done who meets the undernoted criteria:

 Acceptance of the Scope of work as laid down in this RFP, and of the Bank’s terms and
conditions.
 Details of staff to be provided on a three-shift , 24/7 basis, shift- wise, for each of the two Data
Centres. This should include number, category, and qualification. Clear indication of which staff
are on vendor’s own rolls, and which are sub-contracted.
 Details of sub-contracted staff, and names, addresses of contract agency.
 Details of machinery to be utilised for cleaning services.
 Company profile , with details of staff which are engaged in FMS activities.
 Testimonials of at least two customers for whom full integrated FMS services have been
provided.
 Financial Solvency
 Presence of offices and adequate staff at Mumbai and Chennai

. Preference may be assigned to bidders that utilise their own staff (and do not further
outsource/sub-contract, with exceptions being made for security services), and for those that are currently
managing Data Centres that have in excess of 10000 sq. ft. of raised floor area. Bidders should confirm
readiness to provide services within 2 weeks from the date of Purchase Order. The Contract awarded
would be at rates valid for 3 years, subject to renewal at the end of each year. The contract shall be
extendable by a period of 2 years (block of one year each) further, at the discretion of the Bank on the
same terms & conditions.

These criteria are indicative, and the Bank reserves the right to revise them at its discretion.

Documentary evidence must be furnished against each of the above criteria along with an index. All
documents must be signed by the authorized signatory of the bidder. Relevant portions, in the documents
submitted in pursuance of eligibility criteria, should be highlighted.

Signature

Seal of Company

(Signature and seal of company to be put on both pages of Annexure B)

Confidential Page 25
Annexure C – General Terms & Conditions
General terms and conditions

1. The Service Provider will appoint a single Facility Manager for each of the two sites, i.e. one each
for Belapur and for Chennai. The Facility Manager, who will be present on the General Shift, should have
at least a Diploma Certificate in Electricals, with 5 years experience.

2. Bidder shall appoint an experienced Facility Manager, dedicated to managing the Data Centre.
The bidder should provide CV of Facility that demonstrates proven experience in managing data centres
similar in scope and size.

3. A second employee, one of the electrical technicians, should be designated as Dy. Facility
Manager, one for each shift.

4. Bidder shall submit on their company letter head detailing the team structure based on the
requirements provided in RFP with Facility Manager and Facility Team specifically mentioning the Site
(Belapur / Chennai).

5. The Facility Manager (or in his absence the Dy. Facility Managers) will report to, and take
administrative instructions from the DGM (DC & BCM) and DGM(DRC) for respective sites.

6. The Facility Manager will be responsible for all of the FM staff assigned per shift including the
Security Staff, for efficient execution of their duties, and for maintenance of documentary records for all of
the services rendered.

7. The scope of the facilities services is detailed under para 6 of Scope and Requirements in this
RFP. It should be ensured that the Service Provider’s staff including the Security Staff (outsourced by the
Service Provider), are competent to carry out these tasks in terms of their qualifications and experience.

8. The Service Provider will conduct a root cause analysis of service level failure and report the
results to the BANK.

9. All staff assigned to the two sites should be on the rolls of the Service Provider, and not
outsourced from another company. The only exception will be Security Services, which should be
obtained from a professional Security Services company that is registered with local authorities and has
compliance with all governmental regulations. A copy of the agreement between the Service Provider and
the Security Service company should be provided to the BANK.

10. The Service Provider’s staff should comply with all security provisions laid down by the Bank at
its office buildings that house the Data Centres.

11. All Service Provider staff (including the outsourced Security Staff) should have documentary
proof of local police verification, or at the outset, evidence of having submitted the required forms to their
local police stations. In case of Security Staff, the documentary proof of local police verification is
mandatory before being posted at the sites of the Bank. Full verification is a must, and cannot be delayed
beyond a reasonable period of time.

12. All of the Service Provider staff should be provided with uniforms and identity cards, provided by
the vendor. The vendor shall obtain temporary identity cards from the Bank for all new staff.

13. The Service Provider shall be responsible for any injury or loss caused to his staff. He shall
obtain the necessary insurance, and relieve the bank from any responsibilities / liabilities in this regard.

14. The Service Provider will be responsible for damage of any sort to the property of the Bank
resulting from negligence of the vendor’s staff, and cost of such damages will be recovered from the
amounts payable to the vendor.

Confidential Page 26
15. Any liability/penalty arising from labour commissioner office / court or any other Govt./semi-Govt
office shall be deducted from bills payable to Service Provider under the contract signed with the selected
bidder.

16. The Facility Management staff will meticulously follow the office timings. The timings for the three
shifts will be : 1st Shift - 7.00 am to 3.00 pm; 2nd Shift - 3.00 pm to 11.00 pm; 3rd Shift -11.00 pm to 7.00
am. The general shift timings for the Facility Manager, Security Supervisor and Additional Electrician will
be from 10.00 am to 6.00 pm.

**-**-**

Confidential Page 27
Annexure D – Bidder Details

Bidder Details
i. Details of the Bidder
ii. Name
iii. Date of Incorporation and / or commencement of business
iv. Certificate of incorporation
v. Brief description of the Bidder including details of its main line of business
vi. Company website URL
vii. Particulars of the Authorized Signatory of the Bidder
viii. Name
ix. Designation
x. Address
xi. Phone Number (Landline)
xii. Mobile Number
xiii. Fax Number
xiv. Email Address

Signature and Seal of Company

Confidential Page 28
Annexure E - NDA

NON-DISCLOSURE AGREEMENT
<Please submit on your company letter head>

THIS RECIPROCAL NON-DISCLOSURE AGREEMENT (the “Agreement”) is made at


Mumbai between:
__________________________________ constituted under the _________ Act, ______ having
its Corporate Centre at ___________________________
__________________________________ (hereinafter referred to as “Bank” which expression
includes its successors and assigns) of the ONE PART;

And
____________________________________ (hereinafter referred to as “_________” which
expression shall unless repugnant to the subject or context thereof, shall mean and include its
successors and permitted assigns) of the OTHER PART;

And Whereas

1. _________________________________________ is carrying on business of providing


_________________________________, has agreed to __________________________ for the
Bank and other related tasks.

2. For purposes of advancing their business relationship, the parties would need to disclose
certain valuable confidential information to each other. Therefore, in consideration of covenants
and agreements contained herein for the mutual disclosure of confidential information to each
other, and intending to be legally bound, the parties agree to terms and conditions as set out
hereunder.

NOW IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES AS UNDER

1. Confidential Information and Confidential Materials :

(a) “Confidential Information” means non-public information that Disclosing Party designates as
being confidential or which, under the circumstances surrounding disclosure ought to be treated
as confidential. “Confidential Information” includes, without limitation, information relating to
installed or purchased Disclosing Party software or hardware products, the information relating
to general architecture of Disclosing Party’s network, information relating to nature and content
of data stored within network or in any other storage media, Disclosing Party’s business policies,
practices, methodology, policy design delivery, and information received from others that
Disclosing Party is obligated to treat as confidential. Confidential Information disclosed to
Receiving Party by any Disclosing Party Subsidiary and/ or agents is covered by this agreement

(b) Confidential Information shall not include any information that: (i) is or subsequently
becomes publicly available without Receiving Party’s breach of any obligation owed to
Disclosing party; (ii) becomes known to Receiving Party prior to Disclosing Party’s disclosure of
such information to Receiving Party; (iii) became known to Receiving Party from a source other
than Disclosing Party other than by the breach of an obligation of confidentiality owed to
Disclosing Party; or (iv) is independently developed by Receiving Party.

Confidential Page 29
(c) “Confidential Materials” shall mean all tangible materials containing Confidential
Information, including without limitation written or printed documents and computer disks or
tapes, whether machine or user readable.

2. Restrictions

(a) Each party shall treat as confidential the Contract and any and all information (“confidential
information”) obtained from the other pursuant to the Contract and shall not divulge such
information to any person (except to such party’s own employees and other persons and then
only to those employees and persons who need to know the same) without the other party’s
written consent provided that this clause shall not extend to information which was rightfully in
the possession of such party prior to the commencement of the negotiations leading to the
Contract, which is already public knowledge or becomes so at a future date (otherwise than as a
result of a breach of this clause). Receiving Party will have executed or shall execute appropriate
written agreements with its employees and consultants specifically assigned and/or otherwise,
sufficient to enable it to comply with all the provisions of this Agreement. If the Contractor shall
appoint any Sub-Contractor then the Contractor may disclose confidential information to such
Sub-Contractor subject to such Sub Contractor giving the Customer an undertaking in similar
terms to the provisions of this clause.

(b) Receiving Party may disclose Confidential Information in accordance with judicial or other
governmental order to the intended recipients (as detailed in this clause), provided Receiving
Party shall give Disclosing Party reasonable notice prior to such disclosure and shall comply
with any applicable protective order or equivalent. The intended recipients for this purpose are:

(1) the statutory auditors of the Customer and

(2) regulatory authorities regulating the affairs of the Customer and inspectors and
supervisory bodies thereof

(c) The foregoing obligations as to confidentiality shall survive any termination of the Contract.

(d) Unless otherwise mentioned in this agreement, Confidential Information and Confidential
Material may be disclosed, reproduced, summarized or distributed only in pursuance of
Receiving Party’s business relationship with Disclosing Party, and only as otherwise provided
hereunder. Receiving Party agrees to segregate all such Confidential Material from the
confidential material of others in order to prevent mixing.

(a) Receiving Party may not reverse engineer, decompile or disassemble any software disclosed
to Receiving Party.

3. Rights and Remedies

(a) Receiving Party shall notify Disclosing Party immediately upon discovery of any
unauthorized used or disclosure of Confidential Information and/ or Confidential Materials, or
any other breach of this Agreement by Receiving Party, and will cooperate with Disclosing Party
in every reasonable way to help Disclosing Party regain possession of the Confidential
Information and/ or Confidential Materials and prevent its further unauthorized use.

Confidential Page 30
(b) Receiving Party shall return all originals, copies, reproductions and summaries of
Confidential Information or Confidential Materials at Disclosing Party’s request, or at Disclosing
Party’s option, certify destruction of the same.

(c) Receiving Party acknowledges that monetary damages may not be the only and / or a
sufficient remedy for unauthorized disclosure of Confidential Information and that disclosing
party shall be entitled, without waiving any other rights or remedies (as listed below), to
injunctive or equitable relief as may be deemed proper by a Court of competent jurisdiction.
a. Suspension of access privileges
b. Change of personnel assigned to the job
c. Financial liability for actual, consequential or incidental
damages
d. Termination of contract

(d) Disclosing Party may visit Receiving Party’s premises, with reasonable prior notice and
during normal business hours, to review Receiving Party’s compliance with the term of this
Agreement.

4. Miscellaneous

(a) All Confidential Information and Confidential Materials are and shall remain the property of
Disclosing Party. By disclosing information to Receiving Party, Disclosing Party does not grant
any expressed or implied right to Receiving Party to disclose information under the Disclosing
Party patents, copyrights, trademarks, or trade secret information.

(b) Any software and documentation provided under this Agreement is provided with
RESTRICTED RIGHTS.

(c) Neither party grants to the other party any license, by implication or otherwise, to use the
Confidential Information, other than for the limited purpose of evaluating or advancing a
business relationship between the parties, or any license rights whatsoever in any patent,
copyright or other intellectual property rights pertaining to the Confidential Information.

(d) The terms of Confidentiality under this Agreement shall not be construed to limit either
party’s right to independently develop or acquire product without use of the other party’s
Confidential Information. Further, either party shall be free to use for any purpose the residuals
resulting from access to or work with such Confidential Information, provided that such party
shall maintain the confidentiality of the Confidential Information as provided herein. The term
“residuals” means information in non-tangible form, which may be retained by person who has
had access to the Confidential Information, including ideas, concepts, know-how or techniques
contained therein. Neither party shall have any obligation to limit or restrict the assignment of
such persons or to pay royalties for any work resulting from the use of residuals. However, the
foregoing shall not be deemed to grant to either party a license under the other party’s copyrights
or patents.

(e) This Agreement constitutes the entire agreement between the parties with respect to the
subject matter hereof. It shall not be modified except by a written agreement dated subsequently
to the date of this Agreement and signed by both parties. None of the provisions of this
Agreement shall be deemed to have been waived by any act or acquiescence on the part of
Disclosing Party, its agents, or employees, except by an instrument in writing signed by an
authorized officer of Disclosing Party. No waiver of any provision of this Agreement shall
constitute a waiver of any other provision(s) or of the same provision on another occasion.

Confidential Page 31
(f) In case of any dispute, both the parties agree for neutral third party arbitration. Such arbitrator
will be jointly selected by the two parties and he/she may be an auditor, lawyer, consultant or
any other person of trust. The said proceedings shall be conducted in English language at
Mumbai and in accordance with the provisions of Indian Arbitration and Conciliation Act 1996
or any Amendments or Re-enactments thereto.

(g) Subject to the limitations set forth in this Agreement, this Agreement will inure to the benefit
of and be binding upon the parties, their successors and assigns.

(h) If any provision of this Agreement shall be held by a court of competent jurisdiction to be
illegal, invalid or unenforceable, the remaining provisions shall remain in full force and effect.

(i) All obligations created by this Agreement shall survive change or termination of the parties’
business relationship.

5. Suggestions and Feedback

(a) Either party from time to time may provide suggestions, comments or other feedback to the
other party with respect to Confidential Information provided originally by the other party
(hereinafter “feedback”). Both party agree that all Feedback is and shall be entirely voluntary
and shall not in absence of separate agreement, create any confidentially obligation for the
receiving party. However, the Receiving Party shall not disclose the source of any feedback
without the providing party’s consent. Feedback shall be clearly designated as such and, except
as otherwise provided herein, each party shall be free to disclose and use such Feedback as it
sees fit, entirely without obligation of any kind to other party. The foregoing shall not, however,
affect either party’s obligations hereunder with respect to Confidential Information of other
party.

Dated this __________ day of _________2016 at __________


(month) (place)

For and on behalf of ___________________________

Name

Designation
Place
Signature

For and on behalf of ___________________________

Name

Designation
Place
Signature

Confidential Page 32
Annexure F – Indicative Commercial Bid

Indicative Commercial Bid


<Please submit on your company letter head>

The indicative commercial Bid needs to contain the information listed hereunder in a sealed
envelope bearing the identification – “Indicative Commercial Bid for Facility Management
Services in SBI Data Centres at Belapur & Chennai.”.

Name of the Bidder:

Sr. Nature of Amount 2016-17 2017-18 2018-19


No. Work (in Rs.)
Belapur Chennai Belapur Chennai Belapur Chennai
1. ----------- ----------
2. ----------- ----------

… ----------
GRAND
TOTAL(Rs.)

Note: The bid price should include all taxes, duties & statutory levies, Octroi, NMMC cess etc. However,
Service Tax, Sales Tax and VAT as applicable will be paid at actuals.

Bidder should take into account Navi Mumbai Municipal Corporation (NMMC) cess while
submitting their Bids, in case Bank is liable to pay NMMC cess, the cess amount will be
deducted by the Bank while making payments to the Vendors.

The selected bidder will submit breakup in the same format, on their Company letter head.

Signature

Seal of Company

L1 bidder shall be determined based on the reverse auction.

Confidential Page 33
Annexure G – Compliance Statement

Compliance Statement

DECLARATION

Terms & Conditions

We hereby undertake and agree to abide by all the terms and conditions stipulated by the bank in
the RFP document.

We declare that we are not in contravention of conflict of interest obligation mentioned in this
RFP.

We certify that we have not made any changes from the contents of the RFP document read with
its amendments/clarifications provided by the Bank submitted by us in our Bid document. It is
further certified that the contents of our bid are factually correct. We also accept that in the event
of any information / data / particulars proving to be incorrect, the Bank will have the right to
disqualify us from the bid.

We hereby undertakes that its name does not appear in any “Caution” list of RBI / IBA or any
other regulatory body for outsourcing activity.

We certify that the items offered by us in response to the bid conform to the technical
specifications stipulated in the bid with the following deviations:

1)
2)
….

(If left blank it will be construed that there is no deviation from the specification given above)

Signature:

Seal of Company

Confidential Page 34
Annexure H - PBG

Format for Performance Guarantee

BANK GUARANTEE
Dy. General Manager (Data Centre & BCM)
State Bank of India, Global IT Centre,
Sector – 11, CBD Belapur.
Navi Mumbai 400 614.

(Hereinafter referred to as "SBI / you”)

Whereas consequent to your Request For Proposal (RFP) No __________ dated _________ you
have issued a Purchase Order No. ______________ dated ________ to M/s
_________________, having its corporate office at _____________ (hereinafter referred to as
"the Contractor”) to provide Facility Management Services for State Bank of India’s Data
Centres located at <Navi Mumbai / Chennai>.

Whereas as per the payment terms of the said RFP/Purchase Order, the Contractor has to submit
a Bank Guarantee from a any scheduled commercial bank, other than SBI in favour of you.

And whereas, we, ___________Bank, having our branch office at


________________________________ (hereinafter referred to as "the Guarantor") on the
request of the Contractor hereby expressly and unreservedly undertake and Guarantee to pay to
you, a sum not exceeding Rs. _________/- (Rupees ___________________Only), being 10% of
the value of the Purchase Order, in the event of any breach by the Contractor of the obligations
under your said Purchase Order, or reasons attributable to the Contractor on account of the same.
This Guarantee shall be limited to an amount not exceeding Rs. _________/- (Rupees
_________________Only). You may raise a demand on us in writing stating the amount claimed
under the Guarantee and on receipt of your claim in writing, without any demur, protest or
contest and without any reference to the Contractor, we the Guarantor shall make the payment
under this Guarantee to SBI within 24 hours of receipt of written claim / demand.

We the Guarantor, further confirm that a mere letter from the SBI that there has been a breach by
the Contractor of its obligations or there are sufficient reasons for invoking this Guarantee, shall
without any other or further proof be final conclusive and binding on the Guarantor.

We shall not be discharged or released from this undertaking and the Guarantee by any
arrangement, variation, violation between you and the Contractor, indulgence to Contractor by
you with or without our consent or knowledge and this Guarantee shall be in addition to any
other Guarantee or security you possess against the Contractor.

This Guarantee shall be a continuing Guarantee and shall not be discharged by any change in the
constitution of the Bank, Guarantor or the Contractor. It is further guaranteed that the payment

Confidential Page 35
under this Guarantee shall be made by us on receipt of your written demand as aforesaid making
reference to this Guarantee.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted
to Rs. ________/- (Rupees ________________Only).

This Guarantee shall remain in full force and effect for a period of 3 years from the date of the
release of Purchase Order i.e. up to _________ Unless a claim under this Guarantee is made
against us within one month from that date i.e. on or before _____ , all your rights under this
Guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there
under.

Thereafter, our Guarantee shall be considered as null and void whether returned to ourselves or
not.

Date :

For _______________

(Branch and Bank)

Place : Navi Mumbai

Confidential Page 36
Annexure I – EMD BG
Format for Earnest Money Deposit (EMD)
Dy. General Manager (Data Centre & BCM)
State Bank of India, Global IT Centre,
Sector – 11, CBD Belapur.
Navi Mumbai 400 614.

Dear Sir,
EMD BANK GUARANTEE FOR PROVIDING FACILITY MANAGEMENT SERVICES
TO STATE BANK OF INDIA’s DATA CENTRES AT BELAPUR AND CHENNAI AS
ARE SET OUT IN THE REQUEST FOR PROPOSAL
WHEREAS State Bank of India (SBI), having its Corporate Office at Nariman Point, Mumbai,
and regional offices in other cities in India has invited Request for Proposal to provide facility
management Services to its Data Centres vide its RFP No. ________ dated ________ on the
terms and conditions mentioned in the RFP documents,

2. It is one of the terms of said Request for Proposal that the bidder shall furnish a Bank
Guarantee for a sum of Rs. _______ (Rupees ______ only) as Earnest Money Deposit.

3. M/s____________________ , (hereinafter called as bidder), who are our constituents


intends to submit their bid for the said work and have requested us to furnish guarantee in respect
of the said sum of Rs. ______ (Rupees ____ only).

4. NOW THIS GUARANTEE WITNESSETH THAT

We _______________________ (Bank) do hereby agree with and undertake to the State


Bank of India, their Successors, assigns that in the event of the SBI coming to the
conclusion that the bidder has not performed their obligations under the said conditions of
the RFP or have committed a breach thereof, which conclusion shall be binding on us as
well as the said bidder, we shall on demand by the SBI, pay without demur to the SBI, a sum
of Rs. _____ (Rupees _____ only) that may be demanded by State Bank of India. Our
guarantee shall be treated as equivalent to the Earnest Money Deposit for the due
performance of the obligations of the bidder under the said conditions, provided, however,
that our liability against such sum shall not exceed the sum of Rs. ____ (Rupees _____ lakhs
only).

5. We also agree to undertake to and confirm that the sum not exceeding Rs. _____ (Rupees
_____ lakhs only) as aforesaid shall be paid by us without any demur or protest, merely on
demand from the SBI on receipt of a notice in writing stating the amount is due to them and
we shall not ask for any further proof or evidence and the notice from the SBI shall be
conclusive and binding on us and shall not be questioned by us in any respect or manner
whatsoever. We undertake to pay the amount claimed by the SBI within 24 hours from the
date of receipt of the notice as aforesaid. We confirm that our obligation to the SBI under
this guarantee shall be independent of the agreement or agreements or other understandings
between the SBI and the bidder. This guarantee shall not be revoked by us without prior
consent in writing of the SBI.

Confidential Page 37
6. We hereby further agree that –

(a) Any forbearance or commission on the part of the SBI in enforcing the conditions of the
said agreement or in compliance with any of the terms and conditions stipulated in the said
tender and/or hereunder or granting of any time or showing of any indulgence by the SBI to
the bidder or any other matter in connection therewith shall not discharge us in any way our
obligation under this guarantee. This guarantee shall be discharged only by the performance
of the bidder of their obligations and in the event of their failure to do so, by payment by us
of the sum not exceeding Rs. ______ (Rupees ___ only)

(b) Our liability under these presents shall not exceed the sum of Rs. _______ (Rupees ____
only)

(c) Our liability under this agreement shall not be affected by any infirmity or irregularity on
the part of our said constituents in tendering for the said work or their obligations there
under or by dissolution or change in the constitution of our said constituents.
(d) This guarantee shall remain in force upto 180 days provided that if so desired by the SBI,
this guarantee shall be renewed for a further period as may be indicated by them on the same
terms and conditions as contained herein.

(e) Our liability under this presents will terminate unless these presents are renewed as
provided herein upto 180 days or on the day when our said constituents comply with their
obligations, as to which a certificate in writing by the SBI alone is the conclusive proof,
whichever date is later.

(f) Unless a claim or suit or action is filed against us within six months from that date or any
extended period, all the rights of the SBI against us under this guarantee shall be forfeited
and we shall be released and discharged from all our obligations and liabilities hereunder.

Notwithstanding anything contained hereinabove:

a. Our liability under this Bank Guarantee shall not exceed Rs……….………/-
(Rupees …………………….only)
b. This Bank Guarantee shall be valid upto ……………………….

We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only and only if you serve upon us a written claim or demand on or before
……………………

Yours faithfully,

For and on behalf of

Signature and Seal of Authorized Official


(NB: This document will require Stamp Duty as applicable in the State, where it is
executed and shall be signed by the official whose signature and authority shall be verified.
Bidder will bear the cost of stamp duty).

Confidential Page 38
Annexure J - SLA
Contract Agreement /SLA -Terms & Conditions

a) Licensing Requirements

STATUTORY COMPLIANCE

a) Service Provider shall obtain by complying with all statutory and prescribed
rules and regulations, all licences, permissions, certificates, registrations to
enable it to discharge its obligations under this agreement, which shall be a
condition precedent. Service Provider shall furnish BANK with copies of all
such licences, certificates etc., as and when demanded by BANK.

b) Service Provider shall be responsible for compliance and coverage of its


employees under all necessary statutory obligations under various statutes
applicable such as Employees State Insurance (ESI), Provident Fund (PF),
Minimum Wages Act, Payment of Bonus Act, Contract Labour (Regulation
and Abolition) Act, Workmen Compensation Act and all other applicable to
labour enactment. Service Provider shall maintain proper books of account,
records and document and shall produce them to BANK as and when
required by them.

c) Service Provider shall alone be responsible for the payment of wages and all
other statutory payments / legal dues payable to its employees deployed
under this Agreement, from time to time and at all times, during the
currency of this Agreement. Service Provider should furnish proof of all such
payments to its employees deployed at the BANK’s site and also the proof of
Statutory Remittances towards ESI and PF etc. Further Service Provider
should furnish if need be the proof of statutory deduction of its employees
engaged at BANK’s premises.

d) Service Provider will comply with the general terms and conditions laid down
in Annexure C.

b) Performance Requirements

NATURE OF SERVICES
SERVICE PROVIDER shall employ efficient, qualified and trust worthy personnel to render
Facility Management Services i.e. M & E (HVAC Operations, Electro - Mechanical, Services,
Building Management System), House Keeping and Security Services which are fully
described in RFP.

Service Provider shall submit reports on the execution of the work, deployment of its
personnel, on a basis mutually agreed upon, which shall be scrutinized by the authorized
representative of Bank for corrective measures to be adopted by Service Provider in
discharge of its services.

PLACE OF WORK AND DEPLOYMENT OF PERSONNEL:


(a) Bank’s authorized officials shall from time to time communicate to Service Provider
indicating its service requirements with instructions / specifications and the place /
location where the said services have to be rendered.

(b) Upon receiving such communication from Bank, Service Provider shall deploy its
personnel for carrying out the services as per Bank’s requirements / specifications.
The personnel employed by Service Provider will be morally good, physically and
medically fit (no chronic illness) with good body physique, robust, good height and

Confidential Page 39
normal eye sight (6/6 with or without glasses) to carry out the assignments to the
satisfaction of Bank.

(c) Service Provider shall, before deploying its employees as contemplated above,
submit to Bank the necessary details of such personnel, including their names,
addresses, qualifications, experience etc.

(d) Bank shall have right to ask for replacement of any or all of the employees so
deployed by Service Provider, in the event Bank finds the said personnel of Service
Provider, not meeting the requirements or not up to the satisfaction of Bank on any
account.

(e) Service Provider shall give undertaking that all the personnel deployed by it for
carrying out the work under the Agreement shall be its own employees, with the
exception of Security Staff, and under no circumstances and on no account the
employees of Service Provider, or its sub-contracted Security Staff, shall be
construed or deemed to be employees of Bank. All the persons employed or
engaged by Service Provider including the outsourced Security Staff, in connection
with its obligation under this agreement shall be employees of Service Provider.

(f) Service Provider shall display the Charter of duties of Guards / BMS staff at their
designated location in consultation with Bank.

(g) Service Provider shall provide a well defined Standard Operating Procedures (SOP)
detailing the work procedures and necessary actions with escalation procedures
need to be carried out in the event of emergency including Bomb or Fire.

(h) Any change in manpower / replacement shall be done after getting clearance from
the Security Officer / Fire Officer.

c) Supervision

SERVICE PROVIDER shall deploy its authorized representatives and supervisors to be


present at the place of work during all working hours to ensure satisfactory rendering of
services. Service Provider shall further exercise due and adequate controls over such
deputed personnel and ensure that appropriate instructions / directions are issued to them
in the course of the performance of the tasks.

d) Standard Of Discipline

Service Provider shall ensure that its employees while carrying out their obligations under
the scope of this RFP shall observe all required standards of cleanliness, decency and
decorum, safety and general discipline. All personnel deployed should be neatly dressed
and well groomed at work. If any of the employee(s) engaged by Service Provider is / are
indulge in misdoing, Service Provider should replace the employee (s) immediately and
should give replacement and also co-operate in the investigation if the need arises.

e) Termination

This Contract can be terminated by either party by giving three month’s prior notice in
advance, in the event of poor service, contravention/violation of labour laws, or breach of
contract.

Confidential Page 40
f) Charges & Payment terms

BANK will pay to the Service Provider on the agreed amount as per Annexure F, pertaining
to the Facility Management Services i.e. M & E (HVAC Operations, Electro - Mechanical,
Services, Building Management System), House Keeping and Security Services for
its Data Centre at Mumbai & Chennai.

Service Provider shall raise Invoice for the services rendered for the month on or before the
30th / 31st day of the said month and the same shall be paid by BANK by 10 th day of the
succeeding month, including the Service Tax and VAT on the prevailing rates. The total
amount will be paid subject to applicable TDS and all other applicable deductions, for the
manpower deployed (schedule given under para 7 of this RFP) for rendering the services as
laid down in this RFP.

g) Services during the contract period

The bidder will provide uninterrupted services to Bank during the currency of the Contract
and should be available to the Bank, in case Bank decides to extend the services for a period
of additional one year block subject to maximum 2 blocks.

h) Tools and Consumables

The selected bidder will be responsible to make necessary arrangements for carrying out the
Facility Management Services entrusted by the Bank, including all tools and consumables.

i) Limitation of Liability
For breach of any obligation mentioned in this agreement, subject to obligations mentioned in
this clause, in no event Service Provider shall be liable for damages to the Bank arising under or
in connection with this agreement for an amount exceeding the total amount payable by bank to
the service provider during the last preceding year

Service provider will ensure Bank’s data confidentiality and shall be responsible for liability
arising in case of breach of any kind of security and/or leakage of confidential customer/Bank’s
related information to the extent of loss so caused.

The limitations set forth herein shall not apply with respect to:

(i) Damage(s) occasioned by the gross negligence, fraud or willful misconduct of


Service Provider,

(ii) Damage(s) occasioned by Service Provider for breach of Confidentiality


Obligations,

(iii) When a dispute is settled by the Court of Law in India.

(iv) Loss occasioned by Non-compliance of Statutory or Regulatory Guidelines.

j) Confidentiality / Secrecy

(a) Service Provider, its supervisors, its employees and anyone acting under it for the
purpose of this Agreement shall maintain strict confidentiality of the information
belonging to BANK that may have come into its/ their possession or knowledge

Confidential Page 41
because of the services rendered by them under this Agreement. Such information
shall not be divested or disclosed to any third party under any circumstances,
whatsoever, without obtaining prior written approval from BANK. Service Provider
will not disclose the physical specifications of any equipment maintained in the Data
Centre, nor take any photograph of any part of the premises. No damage shall be
done to the assets of the Data Centre. Service Provider will abide by all Security /
Secrecy rules laid down by BANK. Each employee of Service Provider will sign a
statement of non-disclosure.

b) Service Provider shall not hold it out as associated with BANK in any manner other
than for the purposes of rendering the services under this Agreement.

k) Periodic Review & Inspection


The services rendered by the Service Provider will be reviewed every quarter against the SLA
drawn under the Agreement.
l) Penalty
In case, Bank notices slackness or irregularity in the work entrusted, Bank can deduct 5% of the
quarterly payment, maximum to 10% of the amount payable in a year.
The penalty may be recovered from project cost/AMC cost/BG as per discretion of the Bank]

m) Termination

If the contract is terminated under any termination clause mentioned in this RFP, the Vendor
should hand over all documents / source code / executables / Bank’s data/ resources or any other
relevant information to the Bank in timely manner and in proper format as per scope of this RFP.

The Bank’s right to terminate a contract will be in addition to the penalties mentioned in the
SLA/Contract.

n) Transition Requirement
In the event of failure of the Service Provider to render the Services or in the event of
termination of agreement or expiry of term or otherwise, without prejudice to any other right, the
Bank at its sole discretion may make alternate arrangement for getting the Services contracted
with another vendor. In such case, the Bank shall give prior notice to the existing Service
Provider. The existing Service Provider shall continue to provide services as per the terms of
contract until a ‘New Service Provider’ completely takes over the work. During the transition
phase, the existing Service Provider shall render all reasonable assistance to the new Service
Provider within such period prescribed by the Bank, at no extra cost to the Bank, for ensuring
smooth switch over and continuity of services. If existing vendor is breach of this obligation,
they shall be liable for paying a penalty of 10% of the annual contract amount on demand to the
Bank, which may be settled from the payment of invoices for the contracted period.

o) Indemnity

Service Provider shall indemnify and keep fully indemnified BANK, its Officers and employees
from and against all claims, demands, actions, suits and proceedings whatsoever that may be

Confidential Page 42
brought or made against BANK by on behalf of any person, body, authority, whomsoever and all
duties, levies, penalties, taxes, losses, damages, costs, charges and expenses and all other
liabilities of whatsoever nature which BANK may now or hereafter be liable to pay, incur or
sustain by virtue of as a result of any act of negligence, commission or omission by employees of
Service Provider in the course of work under this agreement and / or any breach or violation of
the terms and conditions of this Agreement. Service Provider agrees that BANK shall without
prejudice to any right, be entitled to deduct from any payments / amount due and payable by
BANK to Service Provider for any such duties, levies, penalties, taxes, losses, damages, costs,
charges and expenses etc.

A deduction of up to 10% of the monthly contract value will be made in case there is a serious
lapse in service that could result in significant risk to the Data Centre environment, or in case
there is consistent absence of staff or non-provision of staff.

Confidential Page 43
Annexure K – Facilities Description
Detailed Description of Facilities
Given herein is a description of the sub systems installed in the Main and Disaster
Recovery Data Centre. This information has been provided so as to enable the vendor
to estimate quantum of work that is required to be done. The figures have been given as
an aid to the estimation process and it is the responsibility of the vendor to accurately
assess the quantities.

Primary Data Centre (1) – Mumbai

Civil and Interiors

1. Full Height Aluminium Partition including Doors 690 Sq mts


2. Gypsum Board False Ceiling 390 Sq mts
3. Armstrong False Ceiling – mineral 75 Sq mts
4. Armstrong False Ceiling – metal Tile 315 Sq mts
5. False Floor 455 Sq mts
6. Granite Tiles 680 Sq mts

Electrical, UPS and Batteries

1. Main Panels 4 Nos


2. Distribution board 42 Nos
3. Light Fitting 361 Nos
4. UPS 100 KVA 2 Nos
5. UPS 125 KVA 2 Nos
6. UPS 200 KVA 2 Nos
7. Batteries (6 setsX40 Nos=240 Nos. 120 Ah,
2 setsX41 Nos=82 Nos. 150 Ah) 8 Sets
8. Change Over Panel 1 No.
9. Change over switch 8 Nos
10. Light Panel (DDC) 2 Nos
11. Relay Panel 2 Nos
12. Damper Panel (DDC) 1 No.
13. AHU Panel (DDC) 2 Nos
14. DG Set Indication Panel 2 Nos

Air Conditioning

1. 8.5 TR Packaged AC 4 Nos


2. 5.5 TR Packaged AC 4 Nos
3. 12 TR Precision AC 9 Nos
4. 5 TR Precision AC 1 No.
5. 2 TR Split AC (Blue Star) 3 Nos
6. 2 TR Split AC (Daikin) 20 Nos

Confidential Page 44
CCTV

1. High Resolution Fixed Dome Cameras 14 Nos


2. PTZ Cameras 2 Nos
3. DVR-PC based recording system (16-way multi-plexed) 1 No.
4. Viewing Monitor 1 No.

Access Control

1. Proximity Card Reader 20 Nos


2. Proximity Card Reader with Keypad 3 Nos
3. Fingerprint Reader 4 Nos
4. Push Button 4 Nos
5. Controlling PC 1 No.
6. Star Controller 2 Nos
7. Wiro 7 Nos
8. Power Supply Box 2 Nos
9. Access Control Panel (DDC) 1 No.

Fire Detection and FM 200

1. Smoke / Heat Detectors 138 Nos


2. Hooter 7 Nos
3. Main Call point 5 Nos
4. Panel (FAS) 1 Nos
5. FM 200 Cylinders 13 Nos
6. FM 200 Panel 1 No.
7. HSSD Panel 1 No.
8. VESDA Panel 1 No.
9. Fire Extinguisher 18 Nos
10. Fire Alarm Panel (DDC) 1 No.

WLD

1. Panel 1 No.
2. Module 4 Nos

BMS

1. BMS Software 1 No.


2. BMS PC 1 No.

Public Address System

1. Video CD Player 1 No.


2. Amplifier 2 Nos
3. Mike 1 No.

Confidential Page 45
Primary Data Centre (2) – Mumbai
Civil and Interiors
1. Full Height Aluminium Partition including Doors 43 Sq Mts
2. Metal Fire doors 23 Nos
3. Vitrified tiles 255 Sq Mts
4. Carpet Flooring 250 Sq Mts
5. False Flooring 864 Sq Mts
6. Vinyl flooring 62 Sq Mts
7. Modular Furniture 9 Nos
Electrical, UPS and Batteries
1. Main Panels 2 Nos
2. Distribution board/Panels 39 Nos
3. Light Fitting 450 Nos
4. UPS 400 KVA 2 Nos
5. 100 KVA 2 Nos
6. 40 KVA 2 Nos
7. Batteries (4 SetsX40 Nos=160 Nos. 200 Ah,
2 SetsX40 Nos=80 Nos.120 Ah, 2 SetsX48=96 Nos. 26 Ah) 8 Sets
8. Busbar Trunking below false flooring 216 Mts

Air Conditioning
1. 22 TR Packaged AC 2 Nos
2. 16.5 TR Packaged AC 2 Nos
3. 2 TR Concealed Split AC 8 Nos
4. 2.5 TR Split AC 4 Nos
5. 2 TR Split AC 2 Nos
6. 11.3 TR Precision AC 24 Nos
7. 22.7 TR Precision AC 2 Nos
CCTV
1. Fixed Dome Cameras 63 Nos.
2. PTZ 1 No.
3. Server & Storages 4 Nos
4. High End & Standard PC 1 No.
5. LED Monitor 1 No.

Access Control
1. Mifare Based Smart Card Readers 36 Nos
2. Mifare Based Smart Card Readers with Pinpad 2 Nos
3. Optic Based Finder Print Reader 6 Nos
4. Magnetic Locks 38 Nos.

Fire Detection and FM 200


1. Smoke Detectors 281Nos
2. Fire Extinguisher 39 Nos
3. FM 200 Cylinders 24 Nos
4. Fire Alarm Panel 1 No.

Confidential Page 46
Public Address System
1. 10 Zone Call Station 1 No.
2. Amplifier 2 Nos
3. Ceiling Mounted Speakers 54 Nos
4. CD Player 1 No.

Rodent Repellant System


1. VHFO Master Consoles 19 Nos
2. Satellites 218 Nos

Intelligent Building Management System


1. Intelligent Building Management Software 1 Set
2. Client Software 3 Set
3. Water Leak Interface Module 8 Nos
4. Water Leak Tape 400 Mts
5. Fuel Level Sensor 2 Nos

Server & Network Rack Space


1. Server Racks 100 Nos
2. Network Racks 40 Nos

Structured Cabling (LAN)

1. Intelligent Cabling Ports (For Server racks) 2400 Nos


2. CAT 6 Data Ports 150 Nos
3. CAT 6 Voice Ports 150 Nos
4. CAT 6 Fire & Security 108 Nos

Disaster Recovery Data Centre, Chennai


Civil and Interiors
1. Full Height Aluminium Partition including Doors 230 Sq Mts.
2. Gypsum Board False Ceiling 190 Sq Mts.
3. Armstrong False Ceiling - mineral 40 Sq Mts.
4. Armstrong False Ceiling - metal Tile 230 Sq Mts.
5. False Floor 230 Sq Mts.
6. Granite Tiles 140 Sq Mts.

Electrical, UPS and Batteries


1. Main Panels 2 Nos.
2. Sub Panel 6 Nos.
3. Distribution Boards 26 Nos.
4. Bus bar 4 Nos.
5. Light Fittings 115 Nos.
6. UPS 100 KVA 2 Nos.
7. Batteries 80 Nos.
8. UPS 125 KVA 2 Nos.
9. Batteries 82 Nos.
10. UPS 250 KVA 2 Nos.

Confidential Page 47
11. Batteries 160 Nos.

Air conditioning
1. 3 TR Ductable Split AC 1 No.
2. 5.5 TR High Wall AC 2 Nos.
3. 12 TR Precision AC 1 No.
4. 14 TR Precision AC 13 Nos.
5. 1.5 TR High Wall Split AC 3 Nos.
6. 2 TR High Wall Split 3 Nos.
7. 2.5 TR High Wall Split 7 Nos.
8. 8.75 TR Ductable Split AC 2 Nos.

CCTV
1. High Resolution Fixed Dome Cameras 31 Nos.
2. PTZ Cameras 1 No.
3. 16 Channel Multiplexer 2 Nos.
4. Viewing Monitor 2 Nos.

Access Control
1. Proximity Card Readers 19 Nos.
2. Proximity Card Reader with Biometric 3 Nos.
3. Controlling PC 1 No.
4. Access control panel 3 Nos.

Fire Detection and FM 200


1. Smoke Detectors 67 Nos.
2. Heat Detectors 3 Nos.
3. Fire alarm panel 1 No.
4. Cylinders 12 Nos.
5. FM200 control panel 5 Nos.
6. Fire extinguishers 17 Nos.

Rodent Control / VESDA Panel


1. Rodent controller 10 Nos.
2. VESDA Panel 4 Nos.

Water Leakage Panel


Water Leakage detection panel 2 Nos.

BMS
1. BMS Software 1 Lot
2. BMS PC 1 No.

Confidential Page 48

Das könnte Ihnen auch gefallen