e-auction For Internet Bandwidth at GNFC Infotower (e-auction Reference No. (n)code\ibw\ )

Similar documents
REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

Tender No: C-DACB/R&D/Internet Bandwidth/028/16-17 Dated:

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

NSIC Technical Services Centre

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

Dear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. 1 Web based Video Conferencing Service 1 License

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

VADODARA SMART CITY DEVELOPMENT LTD.

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI. Registration of Suppliers of Pulses & Rice Terms & Conditions

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

Casework Technical Support (Social Welfare - Project Management)

REQUEST FOR PROPOSAL

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSAL (RFP)

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

Expression of Interest (EoI) for Setting up of Digital Signage Solution

INDIAN INSTITUTE OF TECHNOLOGY INDORE

NOTICE Empanelment of Social Impact Assessment Resource Partners & Practitioners

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017

The Mysore paper Mills Ltd.,

REQUEST FOR PROPOSALS

Government of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai

DELHI METRO RAIL CORPORATION LTD.

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

KERIO VALLEY DEVELOPMENT AUTHORITY

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

Ref: Tender Notice No. IIT/VGSoM/ Sever/17-18/10 Date:

KARATINA UNIVERSITY PROPOSED LIBRARY

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

(B) The Technical & Financial bid of Tender document has been revised and uploaded

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING)

EXPRESSION OF INTEREST. Sub: EOI for Empanelment of Agencies for PR & Social Media Services for ICSI on monthly retainership basis

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

EOI for System integrator in Smart City project

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

Hong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT )

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS. Program Guide

1. You are requested to please forward your offer for the following:-

Tender Document - Request for Quotation

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

Jhabua Power Ltd. NOTICE INVITING BIDS

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

Ohio Public Employees Retirement System. Request for Proposal

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

Limited Tender Enquiry (LTE) for SALE OF TWO(2 nos) BLUESTAR MAKE CENTRAL AC UNITS (non-functional) AND ITS ACCESSORIES located at BSO- AHMEDABAD

SCHOOL EQUIPMENT PRODUCTION UNIT

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

INVITATION OF TENDER FOR TERMINAL AUTOMATION SYSTEM (TLF + TFMS) & SAFETY PLC RELATED AUTOMATION JOB AT SEVEN LOCATIONS (BATHINDA, MUGHALSARAI,

REQUEST FOR QUALIFICATIONS

PANJAB UNIVERSITY, CHANDIGARH TENDER NOTICE FOR SUPPLY OF HP TONER/CARTRIDGE FOR PRINTERS

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

EXPRESSION OF INTEREST [EoI] FOR EMPANELMENT OF

RFP for selection of System Integrator for Supply, Installation with Application and Maintenance of PoS Devices

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

REPUBLIC OF SEYCHELLES

A F R I C A N U N I O N Standard Bidding Document

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

Expression of Interest

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

र य फ शन ट न ल ज स थ न (व म लय, भ रत सरक र) क लक त क

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Invitation for Bid (IFB)

Request for Proposal For: 2018 American Bar Association Temporary Services

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Tender Document for IT Consultancy, Jiwaji University, Gwalior (M.P.) Page 1 of 31

Request for Proposal Simulation-Based Learning Competition

Ohio Public Employees Retirement System. Request for Proposal

COMUNICATIONS AUTHORITY OF KENYA

Expression of Interest (EOI) For. Empanelment of lawyers

ENGINEERS BOARD OF KENYA

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

Notice Inviting E-Tender No. C BL C4 SEMI-PREPRATIVE REVERSE PHASE HPLC COLUMN

ROADS AND FLEET MANAGEMENT DEPARTMENT

Procurement Policy Office

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

Gujarat Council of Elementary Education Sarva Shiksha Abhiyan

Transcription:

e-auction For Internet Bandwidth at GNFC Infotower (e-auction Reference No. (n)code\ibw\2017-18) (n)code Solutions A Division of GNFC Limited 403, GNFC Infotower, S G Highway, Ahmedabad-380054, Gujarat Ph. No. 4000 7300 https://ncode.in Restricted Page 1 of 23

Contents DISCLAIMER...3 SECTION 1: INTRODUCT ION OF PROJECT...4 ABOUT THE PROJECT...5 SECTION 2: PRE-QUALIFICATION CRITERIA...6 2.1 Pre-Qualification Criteria:...7 2.2 Disqualifications:...8 SECTION 3: E-AUCTION EVALUATION...9 3.1 e-auction Evaluation:...10 3.1.1 Evaluation and Comparison:...10 3.1.2 Award of Work/Criteria for Awarding Tender:...12 3.2 Payment Schedule, SLA & Penalties:...12 3.2.1 Payment Schedule:...12 3.2.2 Service Levels and Penalties:...12 Annexure-II: SLA & Penalties:...12 SECTION 4: GENERAL T ERMS OF THE CONTRACT...14 4.1 e-auction Document:...15 4.2 Language of e-auction:...15 4.3 Format of Bid:...15 4.4 Currency of Bid:...15 4.5 Amendment of e-auction documents:...15 4.6 Validity period:...16 4.7 Corrupt or Fraudulent Practices:...16 4.8 Clarification to Tender requirements:...17 4.9 Contacting (n)code:...17 4.10 Other Terms and Conditions:...18 SECTION 5: SCOPE OF WORK & EXPECTED OUTC OMES...19 5.1 Area of operation / Scope of Work:...20 5.2 Signing of Contract:...21 5.3 Technical details...22 5.3.1 Technical Bill of Materials:...22 Restricted Page 2 of 23

DISCLAIMER All information/ details contained in this RFP Document are provided in good interest and faith. This is neither an Agreement nor an Offer or Invitation to enter into an Agreement of any kind with any Party. Though adequate care is taken in preparation of this document, the interested firm/ entity shall satisfy itself that the document is complete in all respects. The information provided in this document may not be complete and exhaustive, interested Bidders are required to make enquiries wherever required. Intimation of discrepancy/ ambiguity, if any, will be intimated immediately to (n)code. If no intimation is received by this office by the date mentioned in the document, it shall be deemed that the RFP document is complete in all respects and firms/ entities submitting their bids are satisfied that the RFP document is complete in all respects. (n)code reserves the right to reject any or all of the applications/ bids submitted in response to this RFP document, at any stage and without assigning any reasons, whatsoever. (n)code also reserves the right to withhold or withdraw the tender process at any stage, with intimation to all who submitted the RFP Application. (n)code reserves the right to change/ modify / amend any or all of the provisions of this RFP document. Such changes, if any, would be accordingly communicated to the Bidders. Information provided in this document or imparted to any firm/ entity as part of this Tender process is confidential to (n)code and the same shall not be used for any other purpose or distributed to or shared with any other person or organization. Restricted Page 3 of 23

SECTION 1: INTRODUCTION OF PROJECT Restricted Page 4 of 23

ABOUT THE PROJECT (n)code Solutions - A division of GNFC Limited, is a certifying authority issuing Electronic Signature Certificates (ESC), engaged into datacenter construction, providing country wide support for ESC and electronic procurement activities for various states, architecting cloud enabled secure applications, providing support thereof, carry out e-governance and e- surveillance projects. (n)code Solutions is certified for adopting best practices as per Capability Maturity Model Integration for Services (CMMI-SVC) at level-5. Quality Management Systems (QMS - ISO 9001, Information Security Management System (ISMS - ISO 27001), Information Technology Service Management System (ITSMS - ISO 20000) and IT infrastructure security and other operational requirements as per IT Act. This Tender is floated for 20 Mbps Internet Bandwidth at (n)code Solutions at GNFC Info tower, Ahmedabad office. Location Details: (n)code Solutions - A Division of GNFC Ltd, 403, Info Tower, Bodakdev, Ahmedabad-380054. Restricted Page 5 of 23

SECTION 2: PRE-QUALIFICATION CRITERIA Restricted Page 6 of 23

2.1 Pre-Qualification Criteria: Qualification criteria define for bidders desirous of bidding for the project are as per following: Pre-Qualification criteria defined for bidders desirous of bidding for the project : a) The e-bidder should be in the business of Supply, installation, commissioning and testing for Hardware and Software equipment s for at least three years from the RFP date. b) The Bidder should have prior experience of supply of Scope mentioned activities. Purchase Orders Copies indicated supply of scope mentioned activities must be submitted for the same. The E-Bidder shall have experience in successful supply, installation and configuration of Internet Bandwidth. Bidder to submit minimum two such orders of value (with Completion Certificate from Customer) at-least Rs. 6 Lakhs each in last two years c) Total turnover of the e-bidder should must be average Rs. 30 Lakhs year for last two financial years (i.e., 2015-16 & 2016-17). d) The e-bidder should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Gujarat or any of the PSU in the state of Gujarat. e) Affidavit mentioning that E-Bidder is not been blacklisted by any state Government, Central government, Tendering Authority, PSUs, Statutory, Autonomous, or Regulatory body within last three year. f) E-Bidder shall not have suffered bankruptcy/ insolvency during the last 5 years. g) The bidder (Internet Service Provider) must have a valid class A category license from Government of India. Supporting Documents Business Registration Certificate or Company Incorporation Certificate, PAN Number, TAN, Service Tax registration, GST registration self-attested Copy Work Orders for 20 Mbps supply, installation & configuration of Internet Bandwidth Completion Certificate from Customer Copies of the audited Balance sheet and profit and loss accounts Certificate of CA along with a self-affidavit on stamp paper of Rs. 100 Class A Category license Copy Restricted Page 7 of 23

h) Bidder must have direct peering (connectivity) The Bidder shall provide declaration on with Tier 1 Carrier. letter head. i) Bidder must have their own domestic backbone on fiber media upto the international gateway in India. j) Bidder could not allow any consortium partner to allow. k) Bidder Must have International connectivity in The Bidder shall provide Document. Trans-Atlantic or Trans-pacific routes. 2.2 Disqualifications: (n)code reserves the right to cancel the tender without any reasons whatsoever. The e-bidder may be disqualified at any time during the bid process at the sole discretion of (n)code for the following reasons: The e-bidder shall be disqualified if; a) Submitted the Technical Document after the response deadline. b) Made missing or false representations or suppressed relevant information in the bid proposal (including documents, forms, statements, attachments, presentations, etc.) submitted as proof of the eligibility requirements or as part of their proposal. c) Failure in meeting any of the eligibility criteria as mentioned above. d) Failed to provide clarifications, non-responsive and/or substantive responses, when sought. e) Any other reason, which in the opinion of (n)code Solutions, the e-bidder does not meet the capabilities for performing the task as laid out in the tender. f) A record of poor performance with (n)code Solutions (or any their customers) such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. Restricted Page 8 of 23

SECTION 3: E-AUCTION EVALUATION Restricted Page 9 of 23

3.1 e-auction Evaluation: 3.1.1 Evaluation and Comparison: a) For technical evaluation and comparison of the e-auction will be done based on the evaluation criteria given in the tender/e-auction document. b) Financial bids of only those bidders who qualify on the basis of evaluation of technical bids will be opened. c) The supplier / service agency will be selected based on evaluation of technical bids & financial bids. d) All Technical bids received from bidders are been opened in the presence of Tender Committee members. who choose to attend the bid opening on the specified date and time at below mentioned address: (n)code Solutions A division of GNFC Limited 403, GNFC Infotower, Bodakdev, S G Highway, Ahmedabad 380 054 e) The E-Bidder s names, bid modifications or withdrawals, bid prices and the presence or the absence of requisite bid security and such other details as (n)code, at his discretion, may consider appropriate, will be announced at the time of opening. f) (n)code reserves the right to accept or reject any/all e-auction without assigning any reason. g) The e-bidder shall be qualified on the basis of information furnished by the e-bidder in accordance with Clause-2.1 above, in support of his capability with reference to qualification criteria laid down. h) After Submission of documents bidders will be eligible to participate on e-auction and whose documents have been opened and as per eligibility criteria commercial bids have been opened will be eligible to participate in the e-auction of the Internet Bandwidth. i) After opening of commercial bids, the total of the reserve price received for any particular Leased Line will become the reserve price of that particular plot for e-auction and the participant bidders have to quote over and above that revised reserve price for getting that Order. Restricted Page 10 of 23

j) The time of Ninety (90) minutes shall be granted for e-auction. In case if any tenderer submits his offer during the last five minutes before the prescribed time of 90 minutes getting over, the time for offer shall be automatically extended for further five minutes and such time can further be extended in the similar fashion. If no tenderer submit the further offer in the extended five minutes time, the auction shall be closed automatically. k) The minimum decrement in the offer shall be in multiple of Rs.100=00 (Rupees Hundred Only) in respect of the price and decrement in offer below Rs.100=00 shall not be considered for e-auction. Even though the e-bidder meets the above qualification criteria, he shall be disqualified if: The e-bidder had made misleading or false representation in the forms, statements and attachment submitted in proof of qualification requirements and/or I. A record of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. II. E-Bidder has been blacklisted by any Government/ Non-Government / Private agencies/ Organizations/ Institutions/Government Undertakings and funding Agencies in the last 05 years. III. The e-bidder should provide accurate information on litigation and/ or arbitration resulting from contract completed or under execution by him over the last five years. A consistent history of arbitration awards/ judgments against the applicant or any partner of a joint venture may result in disqualification for proposed work. If the details of litigation history is hidden by the applicant and later on it comes to knowledge of the employer the e-bidder shall be disqualified for the proposed work and other appropriate actions shall be taken against the bidder. IV. The e-bidder should submit undertaking on non-judicial stamp paper of Rs. 100/- dully attested by notary public regarding document submitted, are true. Board would have the right to forfeit the EMD and black list to the e-bidder if any of the information given by the e-bidder is found faulty or incorrect or misleading. V. During the process of evaluation the (n)code may visit and inspect the works carried out by the e-bidder in order to assess the performance of the work. The e-bidder shall have to make arrangement for inspection of work at the respective worksite only. This shall also be considered for evaluation with reference to performance of the bidder. Restricted Page 11 of 23

VI. Depending upon the actual bid capacity assessed and other qualifying requirements, the applicant will be qualified for the work. However at the price bid evaluation stage, a careful check of the appropriate references with reference to the information submitted by the e-bidder will be done and in no case, a contract will be awarded to a e-bidder lacking in the financial criteria. 3.1.2 Award of Work/Criteria for Awarding Tender: a) The technical bids of the bidders who are complying with all the eligibility criteria will be opened b) The financial bid of the technically qualified bidders will be opened and financially L1 e- Bidder will be decided from the sum total of prices for all line items without tax and then called for further negotiations if required. c) The e-auction Committee reserves the right to award the contract in parts to more than one bidder, provided further that the Bidders(s) are determined to be qualified to perform the contract satisfactorily. 3.2 Payment Schedule, SLA & Penalties: 3.2.1 Payment Schedule: End of the Quarter after submission of invoice. Note: After getting P.O. Installation & Configuration has to be completed within 2 weeks by respective bidder. 3.2.2 Service Levels and Penalties: For Service Levels and Penalties refer Annexure-II. Annexure-II: SLA & Penalties: Restricted Page 12 of 23

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the successful Bidder to (n)code for the duration of the contract. (n)code shall regularly review the performance of the services being provided by the successful e-bidder and the effectiveness of this SLA. Delay in delivery and Implementation related penalty: The licenses are to be delivered and installed in 2 weeks from the date of issuance of Purchase / Work order. In case of delay in delivery of licenses and implementation, the penalty of 1% of contract value per delayed week will be levied up to maximum of 10% of contract value. If delay is beyond 10%, (n) Code reserves the right to terminate the contract. (n)code reserves the right to purchase such product/services from market at cost and risk of Vendor. Operational Penalty: The OEM support should include 24X7 priorities ticketing through online portal and Mail /Telephonic support. E-Bidder shall supply the bandwidth within 2 weeks of LOI / PO sent to vendor. In case of failure of delivery within2 weeks shall attract late delivery penalty of 1 % per week. Failing in sending report at mentioned interval shall attract 1% penalty of the monthly amount. Invoice will not be processed in case the vendor fails to supply the SLA / Downtime report within mentioned period OEM Support should cover Quarterly Reviews/Health Checks for the proposed Solution. Severity Level Uptime Response Time from Call notification Closing Time from Call notification Penalty for delay beyond Call Closing Time limit Critical < 98.0% Within 4 Hours Within 12 hours 10% / QGR rate Medium < 99.0% to >=98.0% Within 8 Hours Within 24 Hours 7.5% / QGR rate Low < 99.9% to >=99.0% Within 12 Within 36 Hours 5% / QGR rate Hours Normal >= 99.9% None None None Restricted Page 13 of 23

SECTION 4: GENERAL TERMS OF THE CONTRACT Restricted Page 14 of 23

4.1 e-auction Document: The E-Bidder is expected to examine all instructions, forms, terms and specifications in the e-auction documents. Failure to furnish all information required by the e-auction documents or submission of a bid not substantially responsive to the e-auction documents in every respect will be at the E-Bidder s risk and may result in rejection of the bid. 4.2 Language of e-auction: The e-auction prepared by the bidder, as well as all correspondence and documents relating to the e-auction exchanged by the E-Bidder and The e-auction Authority shall only be in English language. 4.3 Format of Bid: The E-Bidder shall complete the Technical Bid & Financial Bid as per format and sequence attached under section of Technical and Financial details respectively. 4.4 Currency of Bid: Prices shall be quoted in Indian Rupees only. 4.5 Amendment of e-auction documents: a) At any time prior to the deadline for submission of e-auction, this office may, for any reason, whether on its own initiative or in response to the clarification requested by a prospective bidder, modify, change, incorporate or delete certain conditions in the bidding document. Restricted Page 15 of 23

b) All prospective bidders who have received the bidding documents will be notified of the amendment in writing, and will be binding on them. In order to allow prospective bidders reasonable time to take into consideration the amendments while preparing their bids the tendering Authority, at its discretion, may extend the deadline for the submission of bids. 4.6 Validity period: a) In exceptional circumstances, the tendering Authority may solicit the E-Bidder s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. b) E-Auction evaluation will be based on the bid prices without taking into consideration the above changes. 4.7 Corrupt or Fraudulent Practices: a) (n)code requires that the bidders/suppliers/contractors under this tender observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, (n)code defines for the purposes of this provision, the terms set forth as follows: b) Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the public official in the procurement process or in contract execution; and c) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or a execution of a contract to the detriment of (n)code, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive (n)code of the benefits of the free and open competition; d) (n)code will reject a proposal for award if it determines that the E-Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; e) (n)code will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract. f) The past performance of the e-bidder will be crosschecked if necessary. If the facts are proven to be dubious the bidders tender will be ineligible for further processing. Restricted Page 16 of 23

g) E-Bidder s organization will provide detailed proposal describing minimum Introduction; Organization s Strength; offices across India, Dealer/Distributor network, Awards, etc. h) Travelling and accommodation charges are to be absorbed by E-Bidder s organizations. i) Selection or rejection of the training organization will be decided by (n)code. j) E-Bidder s organization will be required to deploy qualified / certified professionals to carry out scope mentioned activities. k) E-Bidder s organization will acknowledge and sign Non Discloser Agreement (NDA) with (n)code as per practice. l) The payment will be made to the E-Bidder s organization on satisfactory completion of work / as per mutually agreed payment schedule; The E-Bidder s Organization will have to submit separate invoice along with supporting for expenses. 4.8 Clarification to Tender requirements: a) At any time after the issue of the tender documents and before the opening of the tender, the (n)code may make any changes, modifications or amendments to the tender documents will be uploaded on www.nprocure.con website. b) (n)code may issue clarifications to all the bidders as an addendum. Such an addendum shall form a part of the bid document. c) The decision taken by the tender Committee in the process of tender evaluation will be full and final. 4.9 Contacting (n)code: a) No E-Bidder shall contact (n)code or Tendering Authority on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded. If he/she wishes to bring additional information to the notice of (n)code, he/she should do so in writing. (n)code reserves the right as to whether such additional information should be considered or not. b) Any effort by a E-Bidder to influence (n)code in its decision on bid evaluation, bid comparison or contract award may result in disqualification of the E-Bidder s bid and also forfeiture of his bid security amount. Restricted Page 17 of 23

4.10 Other Terms and Conditions: a) All the information contained in these requisition specifications is the property of (n)code Solutions and these are not to be reproduced or disclosed to other parties in any manner without prior permission in writing from (n)code. b) It is very critical that the knowledge of the (n)code facility is not misused / revealed by Bidder, E-Bidder s employees, and / or any entity associated with Bidder. This will be the E-Bidder s responsibility and violation to this shall have serious implications. c) E-Bidder to provide details of their experience and client list. Other Terms and Conditions Description Compliance (Yes / No) Undertaking by e-bidder stating that they have read and understood the entire tender document and agree with all the terms and conditions stated in the RFP. Understanding by the e-bidder stating that there are no deviations with respect to the requirements detailed in this RFP. Undertaking by the e-bidder stating that there are no deviations in the terms and conditions of the RFP. Prices should be valid for 120 days. Restricted Page 18 of 23

SECTION 5: SCOPE OF WORK & EXPECTED OUTCOMES Restricted Page 19 of 23

5.1 Area of operation / Scope of Work: a) Describe information related to Site specific work to be done by suppliers. b) E-Bidder shall supply the required hardware, software and accessories at our Ahmedabad location. Such work shall be executed as per the National and International standards, the best industry practices and Vendor s standard practice/documentation and recommendations. c) The warranty shall be comprehensive in nature. d) E-Bidder shall provide service support for till contract period within Ahmedabad. e) The E-Bidder shall stock all necessary available with them for the rectification of problems and must be used so as to rectify the faults within the time limit specified by (n)code Solutions. f) The E-Bidder should provide onsite 24 X 7 hours support to (n) Code Solutions at our Ahmedabad location as and when required. g) E-Bidder shall supply the required hardware, software and accessories at GNFC Infotower, 403 location for commissioning of the internet bandwidth. Such work shall be executed as per the National and International standards, the best industry practices and Vendor s standard practice/documentation and recommendations. h) The E-Bidder should supply all necessary cables/items/interface converters etc. to commission and integrate the equipment supplied for internet bandwidth. i) The E-Bidder along with (n)code Solutions shall conduct the testing of all equipment at the time of internet bandwidth delivery. j) The setup needs to be supported in terms of skilled manpower and spares at Ahmedabad locations during bandwidth issues. k) E-Bidder shall provide spares and service support for at least for the next One (1) year within the Ahmedabad. l) The E-Bidder shall stock all necessary spare parts available with them for the replacement / rectification of problems and must be used so as to rectify the faults within the time limit specified by (n)code Solutions. m) The E-Bidder should be able to provide onsite 24 X 7 hours support to (n)code Solutions as and when required. Restricted Page 20 of 23

n) The E-Bidder should proactively monitor the internet bandwidth and in case of any problem observed (problems like sudden change in IBW,P2P usage pattern either up or low, latency increased, etc.) at any time, should inform to (n)code Solutions as well as immediate corrective measures should be taken to restore the fault. o) The E-Bidder should sign an SLA of 99.9% uptime of IBW, P2P supply to (n)code Solutions as well as e-bidder must submit monthly report of bandwidth usage etc. along with the complaint details if logged during the period. p) The e-bidder will have to configure BGP with other ISPs as per the requirement. We have our own sets of IP pool which would be routed through both ISP s. Required configuration to be done at ISP end for BGP. Also to be informed for any changes to be done at our end. 5.2 Signing of Contract: a) (n)code Solutions notifies the successful E-Bidder that its bid has been accepted and sends a Contract Form. b) Within 2 weeks of receipt of the Contract Form, the successful e-bidder shall sign the contract and return it to (n)code. c) Prior to the expiry of the period of the bid validity, (n)code will notify the successful e- Bidder in writing. The e-bidder will confirm the same in writing through registered letter. d) The notification of award will constitute the formation of the Contract. e) Upon the successful E-Bidder s furnishing of performance security, (n)code will promptly notify each unsuccessful bidder. Restricted Page 21 of 23

5.3 Technical details 5.3.1 Technical Bill of Materials: The details of Bill of Material are as per the following table. E-Bidder has to provide his response against each item. Technical Acceptance Internet Bandwidth Sr. No. Item Description Should be on Fiber/Ethernet with redundant media. 1 Media The termination should be till the end point in our PR site Rack. Compliance (Yes/No/ Deviation if any ) 2 Media converters In case of fiber media, the same should be converted to Ethernet RJ45 connectivity. 3 Connectivity with other service providers Must ensure availability of enough free bandwidth between other local service providers such as Tata, Bharti Airtel, Reliance, Vodafone, Idea, BSNL etc. E- Bidder should confirm on their letter head that with other service providers will be Maintained throughout the service period. 4 5 Indian sites accessibility Any other sites accessibility 6 Other The ping or trace result for any Indian region sites must be reachable within <50ms or to the entry point of the said service provider The ping or trace result for any other sites must be reachable within <80ms or to the entry point of the said service provider The reach ability from BSNL and/or such other Indian broad band connections must be within 80-100 ms so as our services across Gujarat and India should not face any issue of unavailability/inferior quality performance of Restricted Page 22 of 23

our servers/services hosted on our IP network. 7 IP Address IPv4 & IPv6 must be supported. Minimum 32 usable real/public IPs should be provided. 8 9 BGP Configuration Proactive Monitoring 10 Reports 11 Fiber Ring Connectivity (n)code owns public IPs for which Vendor should establish BGP with other ISP for redundancy and should help (n)code in configuring the BGP at (n)code s end Cisco router. Vendor should ensure proactive monitoring of the internet bandwidth and must inform (n)code Solutions 24*7 within 5 minutes of any fault detected in the bandwidth. During other timings it should be immediately informed on mail. Monthly reports must be submitted towards 99.9% uptime SLA of IBW within first week of every month / quarterly basis along with invoices. No invoices would be processed without reports. There should be ring connectivity details for Primary and secondary path details. In case of failure happen it should be switchover. Date: Organization s seal and Signature of Authorized personnel Restricted Page 23 of 23