RFP_neva_2_20210915.pdf - Government of Sikkim

119
GOVERNMENT OF SIKKIM DEPARTMENT OF INFORMATION TECHNOLOGY NEAR POWER SECRETARIAT, KAZI ROAD GANGTOK, EAST SIKKIM -737101 WWW.SIKKIM.GOV.IN REQUEST FOR PROPOSAL {RFP} FOR RFP NO: 533{A}/DIT /GoS/2021 APPOINTMENT OF SYSTEM INTEGRETOR FOR IMPLEMENTATION OF NATIONAL E- VIDHAN APPLICATION IN SIKKIM STATE ASSEMBLY-FIRST PHASE

Transcript of RFP_neva_2_20210915.pdf - Government of Sikkim

GOVERNMENT OF SIKKIM DEPARTMENT OF INFORMATION TECHNOLOGY

NEAR POWER SECRETARIAT, KAZI ROAD GANGTOK, EAST SIKKIM -737101

WWW.SIKKIM.GOV.IN

REQUEST FOR PROPOSAL {RFP} FOR

RFP NO: 533{A}/DIT /GoS/2021

APPOINTMENT OF SYSTEM INTEGRETOR FOR IMPLEMENTATION OF NATIONAL E- VIDHAN APPLICATION IN SIKKIM STATE ASSEMBLY-FIRST PHASE

TABLE OF CONTENTS

1. INTRODUCTION ..•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...................................................

2. BACKGROUND •...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•

3. INVITATION TO BIDS ...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•

4. ELIGIBILITY CRITERIA ..•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•

5. SCOPE OF WORK .•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

6. SERVICE LEVEL AGREEMENT ...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

7. BILL OF MATERIALS •...•...•...•...•...•...•...•...•...•...•...•...•...•...................................................

8. INSTRUCTIONS TO BIDDERS •...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

9. GENERAL CONDITIONS OF THE CONTRACT .•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

Definitions .

Interpretation .

Representations & Warranties .

Scope of Contract .

Duration of the Contract .

Successful Bidder's Obligations .

Successful Bidder's Team ...............................................................................................................•

Statutory Requirements .

Contact Administration .

Right of Monitoring, Inspection and Periodic Audit ..••.••..••..••..•..••..•••.••..••..•..••..••..•••.••..••..••

State's Obligations ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

Sikkim State Legislative Assembly's (SSLA) Obligations ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

Information Security .

Ownership of Equipment .••..••..••.........................................................................................

Risk Management .

Indemnity .

Confidentiality .

Term and Extension of the Contract .

Prices .

Change Orders/ Alteration/Variation .

Change Order .

Suspension of Work .

Completion of Contract .

Payment Schedule .

Events of Default by the Implementation Agency .

Consequences in Event of Default .

Termination of Contract .

Consequences of Termination .

Penalty .

Force Majeure .

Dispute Resolution .

Conflict of Interest .

Severance .

Governing Language .

"No Claim" Certificate •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

Publicity .

General .

Modification .

Application .

IT Act 2000 .

10. SECTION X- FORMAT FOR RESPONSE TO TENDER- PRE-QUALIFICATION BID .

FORMAT I - PRE QUALIFICATION BID LETTER ...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

FORMAT II: GENERAL INFORMATION ABOUT THE BIDDER ...•...•...•...•...•...•...•...•...•...•...•...•...

FORMAT Ill: PRE-QUALIFICATION CRITERIA ..•...•...•...•...•...•...•...................................................

FORMAT IV: DECLARATION REGARDING CLEAN TRACK RECORD ..•...•...•...•...•...•...•...•...•...•...

FORMAT V: DECLARATION OF ACCEPTANCE OF TERMS & CONDITIONS IN THE RFP .•...•...•...

FORMAT VI: DECLARATION ON NO TECHNICAL DEVIATION .•...•...•...•...•...•...•...•...•...•...•...•...

FORMAT VII: AUTHORISATION TO ATTEND TENDER OPENING .

11. SECTION XI-FORMAT FOR RESPONSE TO TENDER-TECHNICAL BID .......................................•

FORMAT I: TECHNICAL BID LETTER ...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

FORMAT II: SCHEDULE FOR TECHNICAL EVALUATION .

FORMAT Ill: PERFORMA FOR NO DEVIATION DECLARATION .

12. SECTION XII-FORMAT FOR RESPONSE TO TENDER: COMMERCIAL BID .

FORMAT I: COMMERCIAL BID LETTER ..•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...•...

FORMAT II: SCHEDULE FOR COMMERCIAL BID .

SECTION I

1:INTRODUCTION

INTRODUCTION OF THEPROJECT:

National e-Vidhan Application (NeVA) is a Mission Mode Project which is a part of Digital India scheme to digitize and make the functioning of State Legislatures paperless. The project is funded by the Ministry of Parliamentary Affairs, Government of India in a 90:10 funding pattern ratio with a State share of 10%. This Project is in line with the "Go Green" initiative of the Government of India. In Sikkim, Vide notification no:22/ADM/SLAS, dated:22/04/2021, Department of Information Technology, Government of Sikkim in collaboration with National Informatics Centre (NIC), Sikkim State Unit has been designated as the nodal Department for the project implementation.

Aim of the Project:

This project aims at providing computer facilities and infrastructure in the office of the Hon'ble Speaker, Hon'ble Deputy Speaker, Secretary, Hon'ble, Members of Legislative Assembly and senior officers of the State Legislative Assembly. This also includes setting up of Local Area Network, Wide Area Network infrastructure, Internet empowerment ,e- facilitation center for Members, electronic laying of papers, creating of dynamic web site of the Sikkim Legislative Assemblies, computerization of all the branches of the Sikkim Legislatures including Reporter's Branch, Legislative Branch, Editing Branch, Question Branch, Committee Branches, Library reference Services, Members Amenities and Service Branch. In addition to it, the following facilities will also be included in the project:

• Setting up of Video Conferencing Infrastructure, Digital Library for storing

the past records in digital format shall been couraged.

• In order to provide training and assistance to the Hon'ble Members, a

NeVASeva Kendra (eFacilitation center) will be set up in the State Assembly.

• Multipurpose touch screen panels will be installed for each Member in the House.

• Facility of Video Conferencing.

• Provide ICT tools to Hon'ble members to prepare themselves for participation in the

legislative debates, maintain contact and grievances redressels with the voters of his

constituency in a paperless way.

However, all these features of NeVA shall be introduced in the State Assembly phase wise.

SECTION 11

2. BACKGROUND SIKKIM ASSEMBLYSECRETARIAT

Sikkim became the 22nd state of India by the 36th Amendment of the Indian Constitution in 1975. The Act provides that the Legislative Assembly of Sikkim shall consist of not less than thirty two members and that "the Assembly of Sikkim formed as a result of the elections held in Sikkim in April 1974 with 32 members elected in the said elections (hereinafter referred to as the sitting members) shall be deemed to be the legislative Assembly of the State of Sikkim duly constituted under the Constitution."

Sikkim is situated in the North East of India and has a geographical area of 7,096square kilometers (2,740 sq mi) and a population of 6.1 lakhs. It was a tiny Himalayan kingdom ruled by a hereditary monarchy for about 3 centuries. During the course of time, it became a protectorate of Government of India with an autonomy of its internal affairs while its defense, communications and external relations became the responsibility of India. The kingdom finally opted to become full-fledged state of the Indian Union with effect from 26 April 1975.

Shri. KaziLhendup Dorjee was the first Chief Minister of Sikkim State from 1975 to 1979. The 1979 assembly election saw Shri. Nar Bahadur Bhandari being elected as a Chief Minister of Sikkim. Shri.Nar Bahadur Bhandhari held on to win again in 1984 and 1989. In 1994, Assembly election Shri.Pawan Kumar Chamling became the Chief Minister of Sikkim and was relected in 1999, 2004, 2009 and2014 assembly elections making him the longest-serving Chief Minister in the country. Currently, Shri.Prem SinghTamang (Golay) is the Chief Minister of Sikkim. In between, Shri. B.B. Gurung and Shri Sanchaman Limboo also became the Chief Minister for a brief amount of time i.e. between 11th May 1984 to zs" May 1984 and 17th June 1994 to 12 December 1994 respectively.

Sikkim State Legislative Assembly is a unicameral legislature with 32 assembly seats and presently,Shri.L.B.Das is the Hon'ble Speaker of the Sikkim State Legislative Assembly.

SECTION 111

3. INVITATION TO BIDS

The invitation to Bid is for- "Appointment of System Integrator for implementation of national e- vidhan application(NeVA) in Sikkim state assembly-first phase."

The Bidders are advised to study the tender document carefully. Submission of Bids shall be

deemed to have been done after careful study and examination of the tender document

with full understanding of its implications. This section provides general information about

the Issuer (i.e. State Nodal Agency/ SIA), important dates and addresses and the overall

eligibility criteria for the Bidders.

3a. ISSUER: Department of Information Technology is the issuer and the State Implementing Agency invites proposals for Appointment of System Integrator for implementation of national e­ Vidhan application in Sikkim state assembly -first phase, as per the scope of the Bid.

3b. ISSUER ADDRESS FOR BID SUBMISSION AND CORRESPONDENCE: NAME: Shri. Raj Yadav, I.A.S DESIGNATION: Secretary ADDRESS: Department of Information Technology, Government of Sikkim, Near

Power Secretariat, Kazi Road, Gangtok, East Sikkim E-MAIL: raj. [email protected]

3b. KEY EVENTS & DATES AND IMPORTANT INFORMATION: Event Date

Last Date to send in requests for clarifications 06/09/2021 on the Tender

Document

Date and time for Pre-Bid Conference 08/09/2021

Response to Pre-Bid Clarifications 10/09/021

Last Date for submission of Bids 22/09/2021

Opening of Pre-Qualification Bids 23/09/2021

Opening of Technical Bids 23/09/2021

Presentation on Technical Bid by short listed 24/09/2021 bidders

Opening of Commercial Bids 24/09/2021

Issue of Letter of Intent One day after, approval of the government is obtained.

Note: This Tender Document is not transferable.

3c. OTHER IMPORTANT INFORMATION:

Particular Details

Secretary Bid Inviting Authority and bids to be Department of Information

submitted to Technology, Government of Sikkim.

Bid reference no .and date 533/DIT/2021 dt: 23/08/2021

Rs.20,000/- ( Rupees Twenty Thousands) Tender Document Fee

only

Rs.20,00,000/-

Earnest Money Deposit (Rupees Twenty Lakhs)only. The EMD

submitted should be valid for the entire project period.

Conference Hall, Sikkim State Legislative Place for opening of bids

Assembly, Gangtok.

Chewang Namgyal Bhutia

Additional Director,IT

Contact details for queries & bids Department of Information Technology.

submission Government of Sikkim.

Email: [email protected]

3d. PROCUREMENT OF RFP DOCUMENT:

The tender document can be downloaded from the State Portal www.sikkim.gov.in

Tender fee of Rs. 20, 000/- (non refundable) to be remitted through a Demand Draft,

from any commercial Nationalized/ Scheduled bank, drawn in favour "Secretary,

Department of Information Technology, Government of Sikkim. Accordingly, a Demand

Draft of Rs.20, 00,000/- (Refundable) (Rupees Twenty lakhs) only, should be enclosed

along with the tender fee in the EMD envelope. The EMD submitted should be valid for

the entire project period. The Bids will not be considered in the absence of the tender

fee and EMD draft.

3e.PRE BID CONFERENCE: The SIA shall organize a Pre Bid Conference on the scheduled date and time in the

Conference hall of Sikkim Legislative Assembly, Gangtok.The SIA may incorporate any

changes in the RFP based on acceptable suggestions received during the interactive Pre Bid

Conference. The decision of the State regarding acceptability of any suggestion shall be

final and shall not be called upon to question under any circumstances. The prospective

Bidders shall submit their questions in writing not later than Date and Time indicated under

section 3b.above. It may not be possible at the Pre Bid Conference to answer questions

which are received late. However, prospective Bidders are free to raise their queries during

the meeting and responses will be conveyed to all the prospective Bidders (by way of hosting

amendments/ clarifications on the website i.e. at www.sikkim.gov.in in accordance with the

respective clauses of the RFP within 2 working days of completion of the Pre Bid Conference

and no participant would be intimated individually about the response of the State. The

prospective participants have to inform the SIA on the mail id mentioned in Section 3c.for

attending the pre-Bid conference.

3f. AMENDMENT OF RFP DOCUMENT: At any time till 7 days before the deadline for submission of Bids, the SIA may, for any

reason, whether at own initiative or in response to a clarification requested by a prospective

Bidder, modify the Bidding document by amendment. All the amendments made in the

document would be published on the website www.sikkim.gov.in. The Bidders are also

advised to visit the aforementioned website on regular basis for checking necessary

updates. The State also reserves the right to amend the dates mentioned in clause 3b.of this

Bid document.

3g. VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL Proposals for Appointment of System Integrator for implementation of national e- Vidhan

application in Sikkim state assembly -first phase must be received at the address specified

not later than dates specified in Section 3b.of this volume.

SECTION IV

4A.ELIGIBILITY CRITERIA

The Bidder must possess the requisite experience, strength and capabilities in providing the

services necessary to meet the requirements as described in the RFP document. Keeping in

view the complexity & volume of the work involved, the following criteria are prescribed as

Pre-Qualification Criteria for Bidder interested in undertaking the project. The Bidder must

also possess the Technical know-how and the financial wherewithal that would be required to

successfully provide the Solution and required support services sought by the State. The Bids

must be complete in all respect and should cover the entire scope of work as stipulated in the

tender document. The invitation to Bid is open to all Bidders who qualify the eligibility criteria

as given below:

Table 1: Pre-Qualification Criteria:

SL No Clause Documents Required

1 The Bids should be submitted by Declaration in this regard

only the prime Bidder; no needs to

consortium is allowed in this Bid be submitted

2 Tender Fee of Rs.20, 000/- (Twenty Thousands) Demand Draft from a

only favouring "The Secretary, IT Department, recognized bank to be

Government of Sikkim" submitted.

3 The Bidder should furnish as a part of the bid an Eames EMD should be in the

Money Deposit of Rs.20,00,000/- (Rupees Twentylacs) denomination of INR

Only

4 The Bidder's cumulative annual turnover for last three The audited Balance

audited years must be more than Rs.100 crores or more. Sheet,the Bidder shall

Audited statements prior to FY 2017-18 shall not be submit a certificate to this

accepted. effect from the statutory

auditor of the company/CA

of the company.

5 The bidder should provide bank solvency certificate of Valid Bank solvency

more than Rs.20,000,000/- (Two Crores only) certificate till the time of

submission of bids.

6 The Bidder should have:

a) Legal entity-Copy of Registration of Firm/company

b) Empanelment with DIT, Government of Sikkim

c)Valid GST registration certificate

d)Valid PAN Card.

e) GST returns for the Financial Year 2018-2019, 2019-

2020 and 2020-2021.

f) Registration with Provident fund authorities

a) Registration of Firm

certificate/ copy of

Certificate of

incorporation.

b)IT empanelment

certificate

c) Copy of GST

registration certificate.

d) Copy of PAN Card.

e) GST returns duly

attested by the

Chartered Accountant.

f)Copy of EPF and ESI

registration

7 Bidder should have experience of Supply, installation and Work Orders as specified

maintenance services of IT infrastructure projects worth worth 5 crores needs to

more than 5 crores and should have been in business for be produced from various

at least 5 years as on 31.03.2021 agencies, State

Governments or from

Government of India or its

subordinate

within India.

entities

8

The bidder must have at least 5 IT professionals (B.E / B.Tech. / I Certificate /Declaration from

MCA/ Diploma) on its payroll as on date of bid submission. HR Department for number

of IT professionals employed

by the company with name

and qualification.

9 The Bidder shall not be under a declaration of ineligibility Declaration on this behalf

for corrupt or fraudulent practices or blacklisted with any by the authorised

Government agencies. signatory of the bidder.

10 The bidder should have direct authorization from the Original

Equipment Manufacturer (OEM) for the IT equipment offered

as per RFP.

Valid MAF from respective

OEM to be submitted with

bid.

11

Product Details

Brochure of the product

or catalogue of the

product which is

mandatory.

12 Authorisation letter to attend tender opening Authorisation letter as per

the format provided

13 The bidder shallhavelSO9001 :2015, and ISO

27001:2013 certification.

Copy of certification which is

valid on date of submission.

14 The bidder shall have CMMI Level 3 certification. Copy of certification which is

valid on date of submission.

15 Signing authority (All bidder documents to be signed by

authorized person only failing which bid may be

rejected)

"Copy of Board resolution"

or POA for bidder

authorizing the person to

sign on behalf of the

company or Power of

Attorney for the designated

person to be provided. (Must

be on a Non-JudiciallNRlO0/­

Stamp Paper)"

The Bidder has to ensure that while submission of the Bids, all the pages of the Bids are signed

by the competent authority and also all the pages are numbered and properly indexed. If any

of the Bids is found to be without proper signature, page numbers and index, it will be liable

for rejection.

SECTION V

SCOPE OF WORK:

NeVA is a mission mode project which is in roll out pan India. The application required for the automation of State Legislative Assemblies (SLAs) is developed by NEVA team, Ministry of Parliamentary Affairs, Government of India. At the State level, National Informatics Centre of the respective States shall be deploying NeVA in the State assemblies. In view of this, in the State of Sikkim, the operation and maintenance of NeVA shall be done by NIC, SSU along with the capacity building programme for Hon'ble members and the SSLA officials.

1. The scope of the work of the system Integrator would be to provide all hardware and network level support and to work in close coordination with NIC team for the implementation, operation and maintenance of the Project NeVA for a period of three years.

2. Supply, Installation and maintenance of Tablet devices,, Desktop, UPS, Network devices and other hardware specified in the Bill of material and its onsite comprehensive maintenance for the period of three years effective from the Final Acceptance Date (FAT) or date of launch of NeVA in Sikkim State Legislative Assembly.

3. Carry our Civil and Electrical work as per the estimate drawn by Building and Housing Department and Power Department, Government of Sikkim.

4. To setup robust Network Infrastructure facilities for high speed LAN/WAN network, secured Wi-Fi network, and other Network service for the use of Members of State Legislature for the purpose of Digital Legislature.

5. Setting up of NeVASeva Kendra (NSK) fore-Learning for 15/25 Members in the State Legislature and Control room in existing assembly hall.

6. Refurbishing the existing assembly hall by laying of power cables, replacing the desks and chairs to fit the touch screen laptops/ tablets

7. To deploy necessary Hardware/access devices in the houses of Legislature for electronic delivery of Services such as electronic laying of all the assembly papers on the table of the House in e-book format.

8. To provide necessary technical manpower for implementation,

maintenance, operation and daily upkeep of all hardware, network, video, audio and other related equipment's required to run the system operations.

9. Providing original manuals of all hardware items supplied.

10. Technical write up of the network design and functioning, system and network

11. Architecture diagram with details of interconnectivity between all lCT components.

12. Built network configuration details (port wise) with IP address, subnet, VLAN, Port description etc. for all lCT components.

13. To provide Audio / Video Conferencing solution as per requirement of the State Legislature.

14. To provide Media Streaming solution as per requirement of the State Legislature.

15. To provide the Infrastructure for creating and maintaining Digital Archive of all intellectual documents, Books and other important documents of State legislatures to create a digital archive for easy access by members as required.

16. Any other tasks related to the project execution as assigned by the State Implementing agency.

SECTION VI

6. SERVICE LEVEL AGREEMENT:

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly

define the levels of service which shall be expected from the successful bidder(hereinafter

referred to as SI) towards the SIA during the implementation and its subsequent support for

the project period of 3 years.

DEFINITIONS: For the purpose of this SLA, the definitions and terms as specified in the contract along with the following terms shall have the meanings set forth below:

a. "Incident" refers to any event/ abnormalities in the functioning of the Hardware

installed/deployed for the NeVA.

b. "Support" shall mean the 24x7 support which shall handle all Incidents within a maximum

of 12 hours from the time it has been raised by the State Implementing agency ..

c. "Response time" is defined as the time between receipt of the incidence and a support

start time for working on the incidence.

d. "Resolution Time" shall mean the time taken (after the incident has been reported to the

SB), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or

to respective Vendors. The resolution time shall vary based on the severity of the incident.

The severity parameters have been defined below:

The severity would be as follows:

i. Critical: In case there is a major power failure because of UPS malfunction thereby

bringing the functionality of NeVA to a standstill and in case more than forty percent of

hardware supplied becomes non-functional; it shall be considered as a Critical incident.

ii. Medium: Any other incidents other than as specified as critical shall be considered

medium.

e."Uptime":shall mean the time period for the specified services / components with the

specified technical service standards are available to the SSLA.

f."Downtime":shall mean the time period for which the specified services/ components with specified technical and service standards are not available to the user department and excludes downtime owing to Force Majeure& Reasons beyond control of Bidder.

PLANNED DOWNTIME: Planned downtime shall mean any time when NeVA and hardware services installed for NeVA

project are not unavailable because of Urgent Maintenance activities and any other scheduled

maintenance or upgrade activities that may or may not be periodic. The planned downtime

must be notified to the Secretary, SSLA and the nodal Officer for NeVA at least 48 hours in

advance.Urgent Maintenance activities are maintenance activities required by the hardware

and software (if any) patches updates. The downtime in any case should not exceed more than

two hours.

SERVICE LEVELS: This SLA document provides for minimum level of services required as per contractual

obligations based on performance indicators and measurements thereof. The SB shall

ensure provisioning of all required services, while monitoring the performance of the

sameto effectively comply with the performance levels mentioned below. The services

provided by the successful bidder shall be reviewed by the SIA, which will:

• Regularly check performance of the successful bidder against this SLA.

Discuss escalated problems, new issues and matters still outstanding for resolution.

Review statistics related to rectification of outstanding faults and agreed changes

Obtain suggestions for changes to improve the service levels

The SLAs have been logically segregated in the following categories:

1. Implementation Service levels

2. Support Service Levels

The targets shown in the following tables are mapped with the requirements specified for, it

is the responsibility of the SB to maintain the same SLAs with the OEM for their support and

maintenance which can be extended to the SIA.

IMPLEMENTATION SERVICE LEVELS OF IT COMPONENTS:

SL No Service Category Target Penalty 1 Team Mobilization One week from the date of After One (1) week, if the

and preparation of date of signing of the Team is not deployed by the Project Plan, Kick contract SB> Letter of Warning Off meeting etc

If implementation service level still not adhered to, for

every subsequent Week, Penalty of Rs. 20,000/-

per week. 2 Delivery of items Within eight (8) weeks from Penalty of Rs.20,000/- per

the date of date of signing week of the contract

3 Installation and Within Twelve (12) weeks Penalty of Rs.20,000/- per Commissioning from the date of date of week

signing of the contract.

3 Basic training and Duration of Two (2) weeks Penalty of Rs.5,000/- per hand holding in and within Fourteen (14) week UPS and other weeks from the date of

hardware date of signing of the operation to contract.

officials/employees and elected

representatives. 4 Final Acceptance Shall be upon successful -

Test (FAT). delivery and installation of all hardware as per Bill of

material.

CONDITIONS FOR FINAL ACCEPTENCE TEST (FAT):

i. Submission of signed delivery challans /receipt. i. All the documents, manuals & CDs need to be made available to the SIA ii. Licenses, Service Support documents will be checked and cleared by the SIA iii. Authorisation letter from OE Ms iv. Inventory record

SUPPORT SERVICESLEVELS OF IT COMPONENTS:

Type of Response Time Resolution Time Penalty Incident Critical 1 Hour T = 4 hours No penalty

Tl= T + 12 hours Rs.2,000/- for every unresolved call.

T2= Tl+ 12 hours Rs.3,000/- for every unresolved call.

>T2 Rs.5,000/- for every unresolved call

Medium 6 Hours T= 12 hours from the time No penalty of response logged time Tl=T+12 hours Rs.1,000/- for every unresolved

call. T2= Tl+ 12 hours Rs.2,500/- for every unresolved

call. >T2 Rs.4,000/- for every unresolved

call per day

Support Services include the following:

• Call log maintenance

• SMS, Telephonic & Mail support should be provided to the SIA.

• Escalation Matrix needs to be maintained.

• Any call logs and its associated resolution should be stored in knowledge

management database for future reference.

• SB will be responsible for end-to-end handling of calls. It includes coordinating

with different vendors, tracking each incident/ call till resolution through tickets

generation and information to callers through emails and phone, providing

feedback to callers through email and phone.

• Analyze the incident/ call statistics and provide monthly reports including but not

limited to:

a. Type of incidents/ calls logged

b. Incidents/ calls resolved

c. Incidents/ calls open

The objective is to measure the accuracy with which SB addresses SIA complaints.

SIA would like to ensure that no more than 5% of complaints are incorrectly

captured.

SLA COMPLINACE REVIEW PROCESS: • The successful bidder has to submit all the reports pertaining to SLA Review process

within 2 weeks after the end of the quarter.

• All the reports must be made available to SIA, as and when the report is generated or

as and when asked by the competent authority.

• In case the issue is still unresolved, the arbitration procedures described in the Terms

& Conditions section will be applicable.

• SLA may be revised after every 1 year with mutually acceptable terms between SI and

the SIA & DLOC.

PENALTIES: • The total deduction should not exceed 20% of the total project cost as discovered

through the tender.

• Two consecutive quarterly deductions of more than 20% of the applicable fee on

account of any reasons will be deemed to be an event of default and termination.

• It is the right of the State to bring any external resource at any time for SLA review.

• No Carry forward of any penalties of SLA calculations can be done from any of the

preceding quarters

GUARANTEE/WARRANTY:

1. The successful bidder hereby declares that the systems sold to the State under

this contract shall be of the best quality and workmanship and shall be strictly in

accordance with the specifications and particulars contained/ mentioned in the

contract and agreed upon.

2. The successful bidder hereby guarantees that the said system would continue to

conform to the description and quality for a period of 60 months (5 years) for all

equipment from the date of commissioning.

If any deviation or deterioration in description and quality, workmanship and

performance as per the agreed specifications is noticed or discovered during the

period of warranty, the State shall be entitled to reject the said item, systems or

such portion thereof as may be discovered or noticed.

3. On such rejection, the concerned equipment, systems or portions thereof will be

at the successful bidder's risk and all the provision herein contained related to

rejection of said equipment etc. shall apply.

The successful bidder shall replace the said equipment, systems or portions

thereof within a period of 24 hours. In such an event the remaining warranty

period shall apply to the equipment, systems or portions thereof so replaced from

the date of replacement.

4. Successful bidder shall replace the defective equipment, systems or portions

thereof at the exact location or place of installation of the said item free of cost.

5. Any equipment, systems or portions thereof that has been replaced by the

successful bidder in terms of this warranty shall be returned to the supplier and

shall become the property of the supplier.

6. The warranty period of 60 months will cover the entire Systems deployed at the

site of installation including all perishable and consumable items and equipment.

7. Repair or Replacement of items (after the date of acceptance by the department),

which become defective due to reasons like theft, accidents, unauthorized

attempts by persons other than the purchaser or its authorized representatives to

repair the equipment shall not be covered under warranty and, if required, shall

be carried out by the supplier, on chargeable basis.

8. The successful bidder shall ensure that one engineer having full knowledge of the

systems deployed would be available round that clock (24X7) to attend the

technical and/or operational problems.

9. No payment will be made by the SIA towards maintenance, repair, and

replacement etc. of the entire System during the warranty period, except 3rd

party damage cases.

POST WARRANTY SERVICES AND MAINTENANCE:

Successful bidder shall carry out comprehensive annual maintenance and operation of the

system designed for a period of five years and which shall include maintenance work

including all required labour, tools, equipment, facilities, material (including temporary

materials), adequate consumables and spares to perform Preventive Maintenance and

Repair Maintenance on all hardware and software.

SERVICE LEVEL AGREEMENT FOR CIVIL AND ELECTRICAL COMPONENTS:

The SLA for the civil and electrical works incorporated in this document shall be as under:

:Implementation Service levels:

SL No Service Category Target Penalty 1 Team Mobilization One week from the date of After One (1) week, if the

and preparation of date of signing of the Team is not deployed by the Project Plan, Kick contract SB> Letter of Warning Off meeting etc

If implementation service level still not adhered to, for

every subsequent Week, Penalty of Rs. 20,000/-

per week. 2 Execution of all Within 16 weeks from the Penalty of Rs.20,000/- per

civil and electrical date of signing the contract. week works and its delivery before installation and

commissioning of hardware as specified in sl.no.5.3.1

:Support Service levels:

The successful bidder should ensure that the civil and electrical work executed is long-lasting

and is done aesthetically as per the estimate prepared. Any wear and tear during the project

period should be fixed by the successful bidder at his own cost and risk. Failure to do shall

attract a penalty of Rs.2, 000/- per item per week.

POWER TO RELAX SLA PENAL TY:

However, in event of any unforeseen conditions like Force Majeure/ acts of GOD or

under circumstances which are beyond human control and which restricts the successful

bidder to perform their contractual obligations, penalties as mentioned in the Service

Level Agreement can be waived off after due consideration by SIA and State project

monitoring unit.

SECTION VII

7. BILL OF MATERIALS

SL.NO ITEMS QUANTITY

1 Touch Screen Tablet 42

Devices

2 Personal Computers 70

3 Laptops 35

4 ID Card Printers 1

5 Scanners 2

6 LAN Nodes 200

7 Wi-Fi Access Points 15

8 WAN Link 1

9 VC Studio 2

10 Projection System 3 11 Digital Board 1 12 Display Panels 5 13 Digital Audio Recordings 2 14 Video Streaming Setup 2 15 Office suite 140

16 Digital Archives 1 17 Electrical/ Air-conditioning As per the estimate drawn

work, UPS etc

18 Civil Work As per the estimate drawn

19 Manpower cost for 36 20

months ( varied level )

20 M F Colour Printers 6

SECTION VIII

8.INSTRUCTIONS TO BIDDERS:

PROCEDURES FOR SUBMISSION OF BIDS:

TENDER PROCESSING FEES AND DOWNLOAD OF TENDER DOCUMENTS:

The tender document can be downloaded from DIT website www.sikkim.gov.inTenderfee of

Rs. 20,000/- (Twenty Thousands) only, non refundable Earnest Money Deposit (EMD) of

Rs.20,00,000/- (Twentylacs) only, refundable to be remitted through a demand draft from

any commercial nationalized/ scheduled bank drawn in favour of Secretary, IT Department,

Government of Sikkim, Gangtok, East Sikkkim. The EMD submitted should be valid for the

entire project period. The Bid will not be considered in the absence of the tender fee and

EMD and it shall be a part of Pre-Qualification bid.

MODES OF SUBMISSION:

a) It is proposed to have a Three Cover for this tender:

Pre-Qualification Bid cum Technical Bid - (2 copies) in one cover

Commercial Bid - (2 copies) in one cover

b) Pre-Qualification Bid cum Technical Bid and Commercial Bid of the Tender should be

covered in separate sealed covers super-scribing "Pre- Qualification Bid" cum "Technical

Bid", and "Commercial Bid". Each Bid should also be marked as "Original" and "Copy". Please

Note that Prices should not be indicated in the Pre-Qualification Bid cum Technical Bid but

should only be indicated in the Commercial Bid. And if price will be indicated in the Pre­

Qualification Bid cum Technical Bid, that Bid is liable to be rejected.

The two envelopes containing Pre-qualification Bid cum Technical Bid and Commercial Bid should be put in another single sealed envelope clearly marked :Appointment of system integrator for implementation of national e- vidhan application in Sikkim state assembly­ first phase"

c) These envelopes are to be superscripted with Tender Number and the wordings "DO

NOT OPEN BEFORE xx:xx hours on xx.xx.2021"

d) The cover thus prepared should also indicate clearly the name, address, telephone

number, E-mail ID and fax number of the Bidder to enable the Bid to be returned unopened

in case it is declared "Late".

e) Each copy of the tender should be a complete document and should be bound as a

volume. The document should be page numbered and appropriately flagged and must

contain the list of contents with page numbers. Different copies must be bound separately.

Any deficiency in the documentation may result in the rejection of the Bid.

f) Telex/Telegraphic/Tele-fax Bids will not be considered. All out-station Bids, if sent by

post, should be sent under registered cover

g) If the outer envelope is not sealed and marked as indicated above, SIA will assume no

responsibility for the Bid's misplacement or premature opening.

AUTHENTICATION OF BIDS: The response Bid shall be signed by the Bidder or a person or persons duly authorized to

bind the Bidder to the Contract. A letter of authorization shall be supported by a written

Power-of-Attorney accompanying the Bid. All pages of the Bid, except for un-amended

printed literature, shall be initialled and stamped by the person or persons signing the Bid.

VALIDATION OF INTERLINEATION OF BIDS: The Bid shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder, in which case such corrections shall be initialled by the

person or persons signing the Bid.

COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of its Bid

including cost of presentation for the purposes of clarification of the Bid, if so desired by the

SIA. SIA will in no case be responsible or liable for those costs, regardless of the outcome of

the Tendering process.

CLARIFICATION ON TENDER DOCUMENT: A prospective Bidder requiring any clarification on the RFP Document may submit his

queries, in writing, at the mailing address and as per schedule indicated in "Invitation for

Bids / Key Events and Dates" in sl.no 3. The queries must be submitted in the following

format only to be considered for clarification:

The queries not adhering to the above mentioned format shall not be responded.

SIA will respond to any request for clarification to queries on the Tender Document, received

not later than the dates prescribed in Invitation for Bids/ Key events and dates.

LANGUAGE OF BIDS: The Bids prepared by the Bidder and all correspondence and documents relating to the Bids

exchanged by the Bidder and SIA, shall be written in English language. Any printed literature

furnished by the Bidder may be written in another language so long the same is

accompanied by a duly attested English translation in which case, for purposes of

interpretation of the Bid, the English translation shall govern.

DOCUMENTS COMPRISING THE BIDS: The Bid prepared by the Bidder shall comprise the following components. The Bids not

conforming to the requirements shall be summarily rejected.

• Pre Qualification cum Technical Bid

In support of eligibility, a Bidder must submit the following documents (besides the other

requirements of the tender), original copies or attested copies, as the case may be, in the

absence of which the Bid will be rejected.

FORMAT TO RESPONSE TO PREQUALIFICATION CRITERION OR TECHNICAL BID:

Clause 10.1- Pre-qualification criteria or technical Bid Letter

ii. Clause 10.2- General information about the bidder

iii. Clause 10.3-Pre- qualification or Technical bid submission format

iv. Clause 10.4- Declaration regarding clean track record

v. Clause 10.5-Declaration on acceptance of terms and condition of the RFP

vi. Clause 10.6- Declaration on no technical deviation

vii. Clause 10.7-Authorisation to attend the tender

viii.Clause 11-Format for technical bid

• Financial Bid

The Commercial Bid, besides the other requirements of the Tender, shall comprise the

following:

FORMAT TO RESPONSE TO COMMERCIAL BID:

o Clause 12.1- Format I: Commercial Bid Letter

o Clause 12.2- Format II: Schedule for Commercial Bid

BID PRICES: The Bidder shall indicate price in the prescribed format, the unit rates and total Bid Prices of

the equipment/ services, it proposes to provide under the Contract. Prices should be shown

separately for each item as detailed in the Tender Document. In absence of the above

information as requested, the Bid may be considered incomplete and hence rejected. The

price components furnished by the Bidder in accordance with Clause 11 format will be

solely for the purpose of facilitating the comparison of Bids by the SIA and will not in any

way limit State's right to contract on any of the terms offered.

The Bidder shall prepare the Bid based on details provided in the Tender Document. It must

be clearly understood that the scope of work is intended to give the Bidder an idea about

the order and magnitude of the work and is not in any way exhaustive and guaranteed by

the State. The Bidder shall carry out all the tasks in accordance with the requirement of the

Tender Document & due diligence and it shall be the responsibility of the Bidder to fully

meet all the requirements of the Tender Document. If during the course of execution of the

project any revisions to the work requirements like Technical specifications, Equipment

sizing etc. are to be made to meet the goals of the State, all such changes shall be carried out

within the current price.

FIRM PRICES: Prices quoted in the Bid must be firm and final and shall not be subject to any upward

modifications on any account whatsoever. However, the SIA reserves the right to negotiate

the prices quoted in the Bid to effect downward modification. The Commercial Bid should

clearly indicate the price to be charged without any qualifications whatsoever and should

include all taxes, duties, fees, levies, works contract tax and other charges as may be

applicable in relation to the activities proposed to be carried out.

However, should there be a change in the applicable taxes, SIA reserves the right to

negotiate with the Bidder.Prices in any form or by any reason, should not be revealed before

opening of the Commercial Bid, failing which the offer shall be liable to be rejected. If price

change is envisaged due to any clarification, revised Bid in a separate sealed cover shall be

submitted with prior written permission of State.

BID CURRENCIES: Prices shall be quoted in Indian Rupee (INR).

EARNEST MONEY DEPOSIT: The Bidder shall furnish, as part of its Bid, a Bid security in the form of Demand Draft/ Bank

Guarantee issued by any Nationalized / Scheduled Bank located in India, of Rupees

20,00,000/- (Rupees Twenty lakhs) pledged in favour of Secretary, IT Department,

Government of Sikkim, Gangtok, East Sikkkim.The EMD submitted should be valid for the

entire project period.

The Bidder shall be disqualified in the Pre-Qualification process if the prescribed EMD is not

submitted along with the Bid. The EMD (Bid security) of the unsuccessful bidders will be

discharged / returned as promptly as possible, but not later than 60 days after the issuance

of Letter of Intent (Loi) to the successful bidder. The EMD of the successful bidder shall be

retained till the completion of the project. However, no interest will be payable by State on

the amount of the EMD.

The EMD may be forfeited because of the following reasons:

o If a Bidder withdraws the Bid or increases the quoted prices during the period of Bid

validity, or

o Its extended period, without the explicit consent of the department, if any; or in the case

of a successful bidder, ifs/he fails within the specified time limit to Sign the Agreement.

o In case of termination and if the successful bidder fails to implement the project as per

the agreement signed.

BID VALIDITY PERIOD:

Period of Validity of Bids

Bids shall remain valid for 180 days after the date of opening of Pre -qualification cum

Technical Bids prescribed by the State. A Bid valid for a shorter period may be rejected as

non-responsive. However, the prices finalized after opening the tenders shall not increase

throughout the period of implementation and operation. The prices of components quoted

in the Financial Bid by the Bidder shall remain valid for the project period.

Extension of Period of Validity

In exceptional circumstances, State may request the Bidder(s) for an extension of the period

of validity. The request and the responses thereto shall be made in writing (or by fax). The

validity of EMD shall also be suitably extended.

WITHDRWAWAL OF BIDS: Written Notice

The Bidder may withdraw its Bid after the Bid's submission, provided that State receives

written notice of the withdrawal, prior to the last date prescribed for receipt of Bids.

Signing and Marking of Notice

The Bidder's withdrawal notice shall be prepared, sealed, marked and dispatched in

accordance with the provisions said earlier. A withdrawal notice may also be sent by fax but

followed by a signed confirmation copy, post marked not later than the last date for receipt

of Bids.

OPENING OF BIDS: Decision of the State would be final and binding upon all the Bidders.

EVALUATION OF PRE QUALIFICATION AND TECHNICAL BIDS: The evaluation process of the Tender, proposed to be adopted by SIA is indicated under the

clauses 8.18 and 8.19. The purpose of these clauses is only to provide the Bidders an idea of

the evaluation process that SIA may adopt. However, SIA reserves the right to modify the

evaluation process at any time during the Tender process, without assigning any reason,

whatsoever and without any requirement of intimating the Bidders of any such change.

EVALUATION OF PRE QUALIFICATION cum TECHNICAL BIDS: o Bidders need to fulfil all the pre-qualification conditions and technical criterion

mentioned in Pre-Qualification Criteria of the RFP. Bidders who fail to comply with any of

the criteria specified shall not be allowed to participate in the financial round and their

commercial bids received shall be returned unopened. SIA will examine the Bids to

determine whether they are complete, whether the Bid format confirms to the Tender

requirements, whether any computational errors have been made, whether required

EMD has been furnished, whether the documents have been properly signed, and

whether the Bids are generally in order.

o A Bid determined as not substantially responsive will be rejected by SIA and may not

subsequently be made responsive by the Bidder by correction of the nonconformity.

o The SIA may waive any informality or non-conformity or irregularity in a Bid which does

not constitute a material deviation, provided such waiver does not prejudice or affect the

relative ranking of any Bidder.

o The SIA may at any point of time as clarifications from the Bidders for getting more clarity

of the proposal received. The clarification shall be given in writing immediately, but no

change in the price shall be sought, offered or permitted.

CRITERIA FOR EVALUATION OF BIDS: o A two-stage procedure will be adopted for evaluation of proposals, with the pre -

qualification cum technical bid completed before the financial evaluation and thereafter

financial proposals being opened and compared. Pursuant to qualification of pre­

qualification cum technical criterion, Bidders will be short-listed for financial round.

Financial Bids will be opened only for the Bidders who succeed the pre-qualification cum

technical criterion. The commercial Bids of the disqualified Bidders will be returned

unopened at the address mentioned on the envelopes.

o SIA will review the technical Bids of the short-listed Bidders to determine whether the

technical Bids are substantially responsive. Bids that are not substantially responsive are

liable to be disqualified.

o The commercial Bids for the technically qualified Bidders will then be opened and

reviewed to determine whether the commercial Bids are substantially responsive.

o Conditional Bids are liable to be rejected.

EVALUATION OF FINANCIAL BIDS: The bidder who quotes the lowest in terms of overall project cost shall be declared as Ll

bidder

RECTIFICATION OF ERRORS: Arithmetical errors in the Financial Bid will be rectified on the following basis.

o If there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and will be considered

for future calculations.

o If there is a discrepancy between words and figures, the amount in words shall prevail.

Note: In any other case of discrepancy, State reserves the right to pick the value which it

considers as beneficial to the Government.

CONTACTING THE STATE IMPLEMENTING AGENCY: Contact by Writing

No Bidder shall contact SIA on any matter relating to its Bid, from the time of Bid opening to

the time the Contract is awarded. If the Bidder wishes to bring additional information to the

notice of State, it should be done in writing.

Rejection of Bid

Any effort by a Bidder to influence the SIA in its decisions on Bid evaluation, Bid comparison

or contract award may result in rejection of the Bidder's Bid.

NOTIFICATION OF AWARD:

Notification to Bidder or Letter of Intent (LOI} to the successful bidder:

Before the expiry of the period of validity of the proposal, SIA shall notify the successful

bidder in writing by registered letter or by fax, that its Bid has been accepted. The Bidder

shall acknowledge in writing receipt of the notification of selection and shall send his

acceptance to enter into agreement within seven (7) days of receiving the notification.

Signing of Contract

The notification of the Selection shall constitute signing of the agreement. The signing of

agreement will amount to award of contract and Bidder will initiate the execution of the

work as specified in the agreement.

FAILURE TO ABIDE BY THE AGREEMENT: The conditions stipulated in the agreement shall be strictly adhered to and violation of any

of the conditions will entail termination of the contract without prejudice to the rights of SIA

with such penalties as specified in the Bidding document and the Agreement.

BANK GUARANTEE FOR CONTRACT PERFORMANCE: o Within 14 days of the receipt of notification of award from State, the successful bidder

shall furnish the performance security in accordance with the Terms & Conditions of

Contract and equivalent to 5 % of the total contract value.

o Failure of the successful bidder to submit the performance security shall constitute

sufficient grounds for the annulment of the award and forfeiture of the EMD. In case of

exigency, if State gets the work done from elsewhere, the difference in the cost of

getting the work done will be borne by the successful bidder.

REJECTION CRITERIA:

Besides other conditions and terms highlighted in the tender document, Bids may be

rejected under following circumstances:

Pre Qualification rejection cum technical Criteria:

o Bids submitted without or with improper EMD.

o Bids which do not conform to unconditional validity of the Bid as prescribed in the

Tender.

o If the information provided by the Bidder is found to be incorrect / misleading at any

stage/ time during the Tendering Process

o Any effort on the part of a Bidder to influence the Bid evaluation, Bid comparison or

contract award decisions.

o Bids received by SIA after the last date prescribed for receipt of Bids.

o Bids without signature of person (s) duly authorized on required pages of the Bid.

o Bids without power of authorization and any other document consisting of adequate

proof of the ability of the signatory to bind the Bidder.

o Failure to furnish proofs for information provided.

o Technical Bid containing commercial details.

o Revelation of Prices in any form or by any reason before opening the Commercial Bid.

o Failure to furnish all information required by the RFP Document or submission of a Bid

not substantially responsive to the Tender Document in every respect.

o Failure to furnish proofs for information provided

o Bidders not quoting for the complete scope of Work as indicated in the Tender

documents, addendum (if any) and any subsequent information given to the Bidder.

o Bidders not complying with the Technical and General Terms and conditions as stated in

the RFP Documents.

o The Bidder not conforming to unconditional acceptance of full responsibility of providing

services in accordance with the Scope of work and Service Level Agreements of this

tender.

o If the Bid does not confirm to the timelines indicated in the Bid.

Commercial Rejection Criteria:

o Incomplete Price Bid

o Price Bids that do not conform to the Tender's price Bid format.

o Total price quoted by the Bidder does not include all statutory taxes and levies applicable.

o Only lowest three quoted prices for each component shall be considered, other quote

may be liable to be rejected

0

INCOME TAX LIABILITY: The Bidder will have to bear all Income Tax liability both corporate and personal tax.

SECTION IX

GENERAL CONDITIONS OF THE CONTRACT

9 GENERAL CONDITIONS OF THE CONTRACT:

DEFINITIONS

In this Contract, the following terms shall be interpreted as indicated:

o "State" here shall mean Department of Information Technology, Government of Sikkim

and shall include its legal representatives, successors and permitted assignees

o "State's Representative" shall mean the person appointed by the State from time to

time to act on its behalf at the site for overall coordination, supervision and project

management at site

o "Business Day" means any day that is not a Sunday or a public holiday (as per the official

holidays observed by the State

o The "System Integrator (SI) / Successful Bidder" means the company with whom the

order has been placed for providing Services as specified in the contract and shall be

deemed to include the Implementation Agency's successors, representatives (approved

by the State), heirs, executors, administrators and permitted assigns, as the case may be,

unless excluded by the terms of the contract

o "SI / Implementation Agency's Representative" means the person or the persons

appointed by the SI from time to time to act on its behalf for overall co-ordination,

supervision and project management. This definition shall also include any and/or all of

the employees of SI, their authorized agents and representatives and other personnel

employed or engaged either directly or indirectly by the SI for the purposes of the

Contract

o "Contract" means the tripartite Agreement entered into amongst the representatives of

the State, representative of Sikkim State Legislative Assembly and the Successful Bidder

as recorded in the Contract form including all attachments and Annexes thereto, the

Tender and all Annexes thereto and the agreed terms as set out in the RFP, all

documents incorporated by reference therein and amendments and modifications to the

above from time to time

o "Appointment of System Integrator" means System Integrator who has been appointed

to execute the task as mentioned in the scope of work, section V of this document.

o "Confidential Information" means any information disclosed to or by any Party to this

Contract and includes any information in relation to the Parties, a third party or any

Information with regard to any taxpayer, or any other person who is covered within the

ambit of any commercial taxes legislation including any such information that may come

to the knowledge of the Parties hereto/ Si's Team by virtue of this Contract that:

• By its nature or by the circumstances in which it is disclosed is confidential; or

• Is designated by the disclosing Party as confidential or identified in terms connoting

its confidentiality; but does not include information which is or becomes public

knowledge other than by a breach of this Contract

o "Document" means any embodiment of any text or image however recorded and

includes any data, text, images, sound, voice, codes or and databases or microfilm or

computer-generated micro fiche

o "Effective Date" means the date on which the Contract is signed and executed by the

parties hereto. If the Contract is executed in parts, then the date on which the last of

such Contracts is executed shall be construed to be the Effective Date

o "Intellectual Property Rights" means any patent, copyright, trademark, trade name,

design, trade secret, permit, service marks, brands, propriety information, knowledge,

technology, licenses, databases, computer programs, software, know how or other form

of intellectual property right, title, benefits or interest whether arising before or after

the execution of this Contract and the right to ownership and registration of these rights

o "Kick Off Meeting" means a meeting convened by the State to discuss and finalize the

work execution plan and procedures with Implementation Agency

o "Parties" means the State and the Successful Bidder and "Party" means either of the

Parties

o "Service" means facilities/services to be provided as per the requirements specified in

this tender document and any other incidental services, such as installation,

implementation, support and provision of technical assistance and other such

obligations of the SI covered under the Contract

o "The Contract Price/Value" means the price payable to the SI under the Contract for the

full and proper performance of its contractual obligations

INTERPRETATION

In this Contract, unless a contrary intention is evident:

o The 'clause' headings are meant for convenient reference only and do not form part of

this Contract;

o Unless otherwise specified a reference to a clause number is a reference to all of its sub­

clauses;

o Unless otherwise specified a reference to a clause, sub-clause or section is a reference

to a clause, sub-clause or section of this Contract including any amendments or

modifications to the same from time to time;

o A word in the singular includes the plural and a word in the plural includes the singular;

o A word importing a gender includes any other gender;

o A reference to a person includes a partnership and a body corporate;

o A reference to legislation includes legislation repealing, replacing or amending that

legislation;

o Where a word or phrase is given a particular meaning, it includes the appropriate

grammatical forms of that word or phrase which have corresponding meanings.

o In the event of an inconsistency between the terms of the Contract and the Tender, the

terms of the contract shall prevail.

REPRESENTATIONS & WARRANTIES

In order to induce State to enter into the Contract, the Successful Bidder hereby represents

and warrants as of the date hereof, whose representations and warranties shall survive the

term and termination of the contract for each of the following:

o That the Successful Bidder has the requisite experience in executing the work specified

in clause section-V of this RFP document and the financial wherewithal, the power and

the authority that would be required to successfully provide the services sought by State

for the purposes of the Contract.

o That the Successful Bidder is not involved in any major litigation or legal proceedings,

pending, existing and potential or threatened that may have an impact of affecting or

compromising the performance or delivery of services under the Contract.

o That the representations and warranties made by the Successful Bidder in the contract

are and shall continue to remain true and fulfil all the requirements as are necessary for

executing the obligations and responsibilities as laid down in the Contract and unless the

State specifies to the contrary, the SI shall be bound by all the terms of the contract

through the term of the contract.

o That the Successful Bidder has the professional skills, personnel and

resources/authorizations that are necessary for providing all such services as are

necessary to fulfil the scope of work stipulated in the Contract.

o That there shall not be any privilege, claim or assertion made by a third party with

respect to right or interest in ownership, mortgage or disposal of any asset, property,

movable or immovable as mentioned in any Intellectual Property Rights licenses and

permits.

o That the Successful Bidder shall use such assets of State as the State may permit for the

sole purpose of execution of its obligations under the terms of the Contract. The

Successful Bidder shall however have no claim to any right, title, lien or other interest in

any such property and any possession of property for any duration whatsoever shall not

create any right in equity or otherwise merely by fact of such use or possession during or

after the term hereof.

o That the Successful Bidder shall procure all the necessary permissions and adequate

approvals and licenses for use of various software and any copyrighted process/product

free from all claims, titles, interests and liens thereon and shall keep the State

indemnified in relation thereto.

o That the execution of the Services and the Scope of work herein are and shall be in

accordance and in compliance with all applicable laws.

o That neither the execution and delivery by the Successful Bidder of the Contract nor the

Implementation Agency's compliance with or performance of the terms and provisions

of the Contract (i) will contravene any provision of any Applicable Law or any order, writ,

injunction or decree of any court or Governmental Authority binding on the

Implementation Agency, (ii) will conflict or be inconsistent with or result in any breach

of any or the terms, covenants, conditions or provisions of, or constitute a default under

any Contract, Contract or instrument to which the Successful Bidder is a party or by

which it or any of its property or assets is bound or to which it may be subject or (iii) will

violate any provision of the Memorandum and Articles of Association of the

Implementation Agency.

o That the Successful Bidder certifies that all registrations, recordings, filings and

notarizations of the Contract and all payments of any tax or duty, including without

limitation stamp duty, registration charges or similar amounts which are required to be

affected or made by the Successful Bidder which is necessary to ensure the legality,

validity, enforceability or admissibility in evidence of the Contract have been made.

o That the Successful Bidder owns, has license to use or otherwise has the right to use,

free of any pending or threatened liens or other security or other interests all its

Intellectual Property Rights, which are required or desirable for performance of its

services under this contract and regarding the same the Successful Bidder does not, so

far as the Successful Bidder is aware, in carrying on its business and operations, infringe

any Intellectual Property Rights of any person. So far as the Successful Bidder is aware,

none of the Intellectual Property Rights, owned or enjoyed by the Successful Bidder or

which the Successful Bidder is licensed to use, which are material in the context of

Implementation Agency's business and operations for the performance of this contract

are being infringed nor, so far as the Successful Bidder is aware, is there any

infringement or threatened infringement of those Intellectual Property Rights licensed

or provided to the Successful Bidder by any person. All Intellectual Property Rights

(owned by the Successful Bidder or which the Successful Bidder is licensed to use)

required by the Successful Bidder for the performance of the contract are valid and

subsisting. All actions (including registration, payment of all registration and renewal

fees) required to maintain the same in full force and effect have been taken thereon and

shall keep the Successful Bidder indemnified in relation thereto.

o That time is the essence of the Contract and hence the Successful Bidder shall at all

times maintain sufficient manpower, resources, and facilities, to provide the Services in

a workmanlike manner on a timely basis.

o That its security measures, policies and procedures are adequate to protect and

maintain the confidentiality of the Confidential Information.

o That in providing the Services or deliverables or materials, neither Successful Bidder nor

its agent, nor any of its employees, shall utilize information which may be considered

confidential information of or proprietary to any prior employer or any other person or

entity.

SCOPE OF CONTRACT

The Successful Bidder has to abide all the work as specified in the Scope of Work of this RFP

DURATION OF THE CONTRACT

The Contract shall remain valid for a period of 3 years from the date of Final acceptance test.

SUCCESSFUL BIDDER'S OBLIGATIONS:

o The Successful Bidder would be required to carry out the task as detailed in the scope of

work and strict adherence to the terms of this SLA, Scope of work and the Terms and

Conditions of this Contract.

o In addition to the aforementioned, the Successful Bidder shall:

• Perform the services specified by the State and make available the necessary

equipment / facilities / services as may be necessary and other 'Scope of work'

requirements as specified in the tender and changes thereof

• The Successful Bidder shall ensure that their team is competent, professional and

possesses the requisite qualifications and experience appropriate to the task they

are required to perform under this Contract. The Successful Bidder shall ensure that

the Services are performed through the efforts of their Team, in accordance with the

terms hereof and to the satisfaction of the STATE. Nothing in this Contract relieves

the Successful Bidder from its liabilities or obligations under this Contract to provide

the Services in accordance with the STATE directions and requirements and as Stated

in this Contract to the extent accepted by the STATE and the Successful Bidder shall

be liable for any non-performance, non-compliance, breach or other loss and

damage resulting either directly or indirectly by or on account of its Team.

• The Successful bidder's representative shall have all the powers requisite for the

performance of services under this contract. The Successful bidder's Representative

shall liaise with the STATE's Representative for the proper coordination and timely

completion of the works and on any other matters pertaining to the works. He will

extend full co-operation to STATE's representative in the manner required by them.

He shall also have complete charge of the Successful bidder's personnel engaged in

the performance of the works and to ensure internal discipline, compliance of rules,

regulations and safety practice. He shall also co-ordinate and co-operate with the

other Service Providers/Vendors of the STATE working at the Site/offsite for

activities related to planning, execution of scope of work and providing services

under this contract.

Reporting Progress:

o Successful Bidder shall monitor progress of all the activities specified in the contract and

submit free of cost monthly progress report about various aspect of the work to the

STATE. The STATE on mutual agreement between both parties may change the

periodicity of such reports. The report shall be submitted in soft copy as well. Formats for

such reporting shall be discussed at the Kick-Off meeting.

o The Successful Bidder shall reply to the written notice giving details of the measures he

proposes to take to expedite the progress so as to complete the works by the prescribed

time. The Successful Bidder shall not be entitled to any additional payment for taking

such steps. If at any time it shall appear to the STATE or STATE's Representative that the

actual progress of work does not conform to the approved programme, the Successful

Bidder shall produce at the request of the STATE's Representative a revised programme

showing the modification to the approved programme necessary to ensure completion of

the works within the time for completion or steps initiated to ensure

compliance/improvement to the stipulated requirements

SUCCESSFUL BIDDER'S TEAM

o The Successful Bidder shall supply to the State, 5 (five) days after the signing of the

contract or effective date of commencement of works/services or kick-off meeting

whichever is earlier, an organization chart showing the proposed

organization/manpower to be established by the Successful Bidder for execution of the

work/facilities including the identities and Curriculum-Vitae of the key personnel to be

deployed. The Successful Bidder shall promptly inform the State in writing of any

revision or alteration of such organization charts

o The Successful Bidder shall be responsible for the deployment, transportation,

accommodation and other requirements of all its employees required for the execution

of the work and for all costs/charges in connection thereof

o The Successful Bidder shall provide and deploy manpower on the site for carrying out

the work, only those manpower resources who are skilled and experienced in their

respective trades and who are competent to execute or manage/supervise the work in a

proper and timely manner

o The State's Representative may at any time object to and require the Successful Bidder

to remove forthwith from the site a supervisor or any other authorized representative or

employee of the Successful Bidder or any person(s) deployed by Successful Bidder, if in

the opinion of the State's Representative the person in question has mis-conducted

himself or his deployment is otherwise considered undesirable by the State's

Representative the SI shall forthwith remove and shall not again deploy the person in

question of the work site without the written consent of the State's Representative

o The State's Representative may at any time request the Successful Bidder to remove

from the work / Site the Implementation Agency's supervisor or any other authorized

representative including any employee of the Successful Bidder or any person(s)

deployed by Successful Bidder for professional incompetence or negligence or for being

deployed for work for which he is not suited. The Successful Bidder shall consider the

representative's request and may accede to or disregard it. The State's Representative

having made a request as aforesaid in the case of any person which the SI has

disregarded, may in the case of the same person at any time but on a different occasion

and for a different instance of one of the reasons referred to above in this Clause object

to and require the Successful Bidder to remove that person from deployment on the

work which the Successful Bidder shall then forthwith do and shall not again deploy any

person so objected to on the work or on the sort of work in question (as the case may

be) without the written consent of the State's Representative

o The State's Representative shall state to the Successful Bidder in writing his reasons for

any request or requirement pursuant to this clause

o The Successful Bidder shall maintain backup personnel and shall promptly provide

replacement of every person removed pursuant to this section with an equally

competent substitute from the pool of backup personnel

o In case of change in its team composition owing to attrition the Successful Bidder shall

ensure a reasonable amount of time-overlap in activities to ensure proper knowledge

transfer and handover/takeover of documents and other relevant materials between

the outgoing and the new member. The exiting team member shall be replaced with an

equally competent substitute from the pool of backup personnel

STATUTORY REQUIREMENTS

o During the tenure of this Contract nothing shall be done by the Successful Bidder in

contravention of any law, act and/ or rules/regulations, there under or any amendment

thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep

State indemnified in this regard

o The Successful Bidder and their personnel/representative shall not alter / change /

replace any hardware component proprietary to the State and/or under warranty or

AMC of third party without prior consent of the State

o The Successful Bidder and their personnel/representative shall not, without consent of

the State, install any hardware or software not purchased/ owned by the State

CONTRACT ADMINISTRATION

o Either party may appoint any individual/ organization as their authorized representative

through a written notice to the other party. Each representative shall have the authority

to:

o Exercise all of the powers and functions of his/her Party under this Contract other than

the power to amend this Contract and ensure the proper administration and

performance of the terms hereof and

o Bind his or her Party in relation to any matter arising out of or in connection with this

Contract

o The Successful Bidder shall be bound by all undertakings and representations made by

the authorized representative of the Successful Bidder and any covenants stipulated

hereunder with respect to this Contract for and on their behalf

o For the purpose of execution or performance of the obligations under this Contract the

State's Representative would act as an interface with the nominated representative of

the Successful Bidder. The Successful Bidder shall comply with any instructions that are

given by the State's Representative during the course of this Contract in relation to the

performance of its obligations under the terms of this Contract and the Tender

o A Committee comprising representatives from the State and the Successful Bidder shall

meet on a quarterly basis to discuss any issues / bottlenecks being encountered. The

Successful Bidder shall draw the minutes of these meetings and circulate to the State

RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT

o The State reserves the right to inspect by itself or through a Third-Party agency and

monitor/assess the progress / performance/ maintenance of the hardware system

installed at any time during the course of the Contract, after providing due notice to the

Successful Bidder. The State may demand any document, data, material or any other

information which it may require to enable it to assess the progress of the project.

o The State shall also have the right to conduct, either itself or through another Third Party

as it may deem fit, an audit to monitor the performance by the Third Party of its

obligations/functions in accordance with the standards committed to or required by the

State. The Successful Bidder undertakes to cooperate with and provide to the State/ any

other Successful Bidder appointed by the State, all documents and other details as may

be required by them for this purpose. Any deviations or contravention identified as a

result of such audit/assessment would need to be rectified by the Successful Bidder

failing which the State may without prejudice to any other rights that it may have issue a

notice of default

STATE'S OBLIGATIONS

o The State's Representative shall interface with the Successful Bidder to provide the

required information, clarifications, and to resolve any issues as may arise during the

execution of the Contract. State shall provide adequate cooperation in providing details

assisting with coordinating and obtaining of approvals from various governmental

agencies, in cases, where the intervention of the State is proper and necessary

o State shall ensure that timely approval is provided to the Successful Bidder, where

deemed necessary, which shall include diagrams/plans and all specifications related to

equipment/material required to be provided as part of the Scope of Work

o The State shall approve all such documents as per the above Clause

o The State on successful delivery of items as per the bill of material, completion of Final

acceptance test (FAT) and upon satisfactory performance of Successful Bidder's during

operation and maintenance period shall release the payment of the Successful Bidder on

timely and prompt manner.

SIKKIM STATE LEGISLATIVE ASSEMBLY'S (SSLA) OBLIGATIONS

• Appoint an official who shall act as a single point of contact to ensure smooth

coordination with SSLA in all matters pertaining to NeVA.

• Provide space for setting up NeVA E- Seva Kendra.

• Ensure proper coordination with SIA and National Informatics Centre (NIC) for

NeVA implementation.

• Timely release of funds for project execution.

• Monitor, access and supervise project execution through State Project

Monitoring Unit.

INFORMATION SECURITY

o The Successful Bidder shall not carry and/or transmit any material, information, layouts,

diagrams, storage media or any other goods/material in physical or electronic form,

which are proprietary to or owned by the State, out of Assembly premises without prior

written permission from the State.

o The Successful Bidder shall adhere to the Information Security policy developed by the

State.

o Successful Bidder acknowledges that State business data and other State proprietary

information or materials, whether developed by State or being used by State pursuant

to a license agreement with a third party (the foregoing collectively referred to herein as

"proprietary information") are confidential and proprietary to State and Successful

Bidder agrees to use reasonable care to safeguard the proprietary information and to

prevent the unauthorized use or disclosure thereof, which care shall not be less than

that used by Successful Bidder to protect its own proprietary information. Successful

Bidder recognizes that the goodwill of State depends, among other things, upon SI

keeping such proprietary information confidential and that unauthorized disclosure of

the same by Successful Bidder could damage State and that by reason of Successful

Bidder's duties hereunder. Successful Bidder may come into possession of such

proprietary information even though SI does not take any direct part in or furnish the

services performed for the creation of said proprietary information and shall limit access

thereto to employees with a need to such access to perform the services required by

this agreement. Successful Bidder shall use such information only for the purpose of

performing the said services

o Successful Bidder shall, upon termination of this agreement for any reason or upon

demand by State, whichever is earliest return any and all information provided to

Successful Bidder by State including any copies or reproductions, both hard copy and

electronic

OWNERSHIP OF EQUIPMENT

The State shall own all the equipment, Licenses and any solution supplied by the Successful

Bidder arising out of or in connection with this Contract.

RISK MANAGEMENT

Successful Bidder shall at his own expense adopt suitable Risk Management methodology to

mitigate all risks assumed by the Successful Bidder under this Contract. State Government

will have no liability on this account

INDEMNITY

The Successful Bidder shall execute and furnish to the State a Deed of Indemnity in favour of

the State in a form and manner acceptable to the State, indemnifying the State from and

against any costs, loss, damages, expense, claims including those from third parties or

liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the

Contract period out of:

• Any negligence or wrongful act or omission by the Successful Bidder/ or any third party

in connection with or incidental to this Contract; or

• A breach of any of the terms of this Contract by the Successful bidder's or its team,

The indemnity shall be to the extent of 100% in favour of the State

CONFIDENTIALITY

o The Successful Bidder shall not use any Information, name or the logo of the State except

for the purposes of providing the Service as specified under this contract;

o The Successful Bidder may only disclose Information with the prior written consent of the

State to a member of the Successful Bidder's Team ("Authorized Person") if the

Authorized Person is obliged to use it only for the performance of obligations under this

contract

o The Successful Bidder shall do everything reasonably possible to preserve the

confidentiality of the Information including execution of a confidentiality agreement to

the satisfaction of the State

o The Successful Bidder shall sign a Non-Disclosure Agreement (NDA) with the State. The

Implementation Agency, its antecedents shall be bound by the NDA. The Successful

Bidder will be held responsible for any breach of the NDA by its antecedents or delegates

o The Successful Bidder shall notify the State promptly if it is aware of any disclosure of the

Information otherwise than as permitted by this Contract or with the authority of the

State

o The Successful Bidder shall be liable to fully recompense the State for any loss of revenue

arising from breach of confidentiality. The State reserves the right to adopt legal

proceedings, civil or criminal, against the SI in relation to a dispute arising out of breach

of obligation by the SI under this clause

o The Successful Bidder shall not take away or remove in whatever manner any

information on any media like but not limited to Digital Drives, CDs. DVDs, email etc from

the State legislative Assembly without the specific written permission of State. Successful

Bidder, if required, shall take specific permission for each such event

o The Successful Bidder shall not use any information which might have come to its

knowledge in whatever manner during the discharge of its obligation under the contract

for any purpose except strictly for discharging his obligation under the contract and no

more

TERM AND EXTENSION OF THE CONTRACT

The term of this Contract shall be for a period as indicated in the contract and contract shall

come to an end on expiry of such period except when its term is extended by State

The State shall reserve the sole right to grant any extension to the term mentioned above

on mutual agreement including fresh negotiations on terms and conditions

PRICES

Prices quoted must be firm and shall not be subject to any upward revision on any account

whatsoever throughout the period of contract for the scope of the Contract subject to

Change Order provisions.

CHANGE ORDERS/ ALTERATION/VARIATION:

The Successful Bidder agrees that the hardware System solution requirements of this RFP

are minimum requirements and are in no way exhaustive and guaranteed by the State. It

shall be the responsibility of the Successful Bidder to meet all the requirements upward

revisions and/or additions of quantities, specifications, sizes given in Specifications etc.

required to be made during commissioning of hardware System solution shall not constitute

a change order and shall be carried out without a change order and shall be carried out

without any time and cost effect to State. Any upward revision and/or additions consequent

to errors, omissions, ambiguities, discrepancies in the specification which the Successful

Bidder had not brought out to the State notice in his tender shall not constitute a change

order and such upward revisions and/or addition shall be carried out by SI without any time

and cost effect to State.

CHANGE ORDER

The change order will be initiated only in case-

(i) the State directs in writing the Successful Bidder to include any addition to the Scope of

Work covered under this Contract or delete any part of the scope of the work under the

Contract

(ii) Successful Bidder requests to delete any part of the work which will not adversely affect

the operational capabilities of the facilities and if the deletions proposed are agreed to

by the State and for which cost and time benefits shall be passed on to the State

(iii) State directs in writing the Successful Bidder to incorporate changes or additions to the

Design Criteria requirements already covered in the Contract.

(iv) Any change order comprising an alteration which involves change in the cost of the

works (which sort of alteration is hereinafter called a "Variation") shall be the Subject of

an amendment to the Contract by way of an increase or decrease in the Contract Price

and adjustment of the implementation schedule, if any

Procedures for Change Order

o During detailed Engineering and subsequently if the Successful Bidder observes that

any new requirement which other than that required for meeting the design criteria

is not specific or intended by the Contract has been stipulated by the State, while

approving the specifications, calculations, purchase requisitions, other documents

etc. he would verbally discuss the matter with State's Representative

o In case such requirement arises from the side of the Successful Bidder, he would also

verbally discuss the matter with State's Representative giving reasons thereof

o In either of the two cases as explained in the above two Clauses, the representatives

of both the parties will discuss on the new requirement for better understanding and

to mutually decide whether such requirement constitutes a change order or not

o If it is mutually agreed that such Requirement constitutes a "Change Order" then a

joint memorandum will be prepared and signed by the Successful Bidder and State

to confirm a "Change Order" and basic ideas of necessary agreed arrangement

o Upon completion of the study referred to above Clause, the results of this study

along with all relevant details including the estimated time and cost effect thereof

with supporting documents would be submitted to the State to enable the State to

give a final decision whether Successful Bidder shall proceed with the change order

or not in the best interest of the works. The estimated cost and time impact

indicated by Successful Bidder shall be considered as a ceiling limit and shall be

provisionally considered for taking a decision to implement change order. The time

impact applicable to the Contract shall be mutually agreed, subsequently, on the

basis of the detailed calculations supported with all relevant back up documents. In

case Successful Bidder fails to submit all necessary substantiation/calculations and

back up documents, the decision of the State regarding time and cost impact shall be

final and binding on the Successful Bidder

o If STATE accepts the implementation of the change order under Clause mentioned

above in writing, which would be considered as change order then Successful Bidder

shall commence to proceed with the relevant work stipulated in the change order

pending final agreement between the parties with regard to adjustment of the

Contract Price and the Construction Schedule.

Conditions for extra work/change order:

The provisions of the Contract shall apply to extra work performed as if the Extra work/

Change order has been included in the original Scope of work. However, the Contract

Price shall increase / decrease and the Time Schedule shall be adjusted on account of

the Extra work / Change orders as may be mutually agreed. The Successful Bidder's

obligations with respect to such work remain in accordance with the Contract.

SUSPENSION OF WORK

The Successful Bidder shall, if ordered in writing by the State's Representative, temporarily

suspend the works or any part thereof for such a period and such a time as ordered. The

Successful Bidder shall not be entitled to claim compensation for any loss or damage

sustained by him by reason of temporary suspension of the Works as aforesaid. An

extension of time for completion corresponding with the delay caused by any such

suspension of the works as aforesaid shall be granted to the Successful Bidder, if request for

same is made and that the suspension was not consequent to any default or failure on the

part of the Successful Bidder.

COMPLETION OF CONTRACT

Unless terminated earlier, the Contract shall terminate on the completion of term as

specified in the Contract

PAYMENT SCHEDULE

Payments will be released only on satisfactory acceptance of the deliverables for each Task

as per the following schedule:

PAYMENT SCHEDULEOF IT COMPONENTS:

SL No Payment schedule Fee payable Remarks 1 Upon successful delivery of items 80 % of the total On successful receipt

specified in the Bill of Materials (BOM) project cost. of delivery challans and inventorisation.

2 Upon successful completion of Final 15% of total On receipt of all Acceptance Test (FAT) project cost deliverables

3 Balance 5% will be amortized for the period of the project and shall be paid to the Successful Bidder in 12 QGRs over a period of three years upon satisfactory performance and after deducting the penalty (if any)

PAYMENT SCHEDULE OF CIVIL AND ELECTRICAL COMPONENTS:

SL No Payment schedule Fee payable Remarks 1 Upon successful setting up of NeVA E 100 % of the -

Seva Kendra and execution of work as project cost. per the estimate drawn

EVENTS OF DEFAULT BY THE IMPLEMENTATION AGENCY

o The failure on the part of the Successful Bidder to perform any of its obligations or

comply with any of the terms of this Contract shall constitute an Event of Default on the

part of the Successful Bidder. The events of default as mentioned above may include, but

not limited to, inter alia, the following also:

o The Successful Bidder has failed to perform any instructions or directives issued by the

STATE which it deems proper and necessary to execute the scope of work under the

Contract; or

o The Successful Bidder has failed to adhere to any of the key performance indicators as

laid down in the Key Performance Measures / Contract or if the Successful Bidder has

fallen short of matching such standards/targets as the State may have designated with

respect to any task necessary for the execution of the scope of work under this Contract.

The above-mentioned failure on the part of the SI may be in terms of failure to adhere to

timelines, specifications, requirements or any other criteria as defined by the State; or

o The Successful Bidder has failed to remedy a failure to perform its obligations in

accordance with the specifications issued by the State despite being served with a

default notice which laid down the specific deviance on the part of the Successful Bidder

to comply with any stipulations or standards as laid down by the State; or

o Successful Bidder's Team has failed to conform with any of the Service / Facility

Specifications / Standards as set out in the Scope of Work of this Document or has failed

to adhere to any amended direction, modification or clarification as issued by State

during the term of this Contract and which State deems proper and necessary for the

execution of the Scope of Work under this Contract; or

o The Successful Bidder has failed to demonstrate or sustain any representation or

warranty made by it in this Contract with respect to any of the terms of this Contract; or

o There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment

of receiver, liquidator, assignee, or similar official against or in relation to the SI; or

o Successful Bidder's Team has failed to comply with or is in breach or contravention of

any applicable laws.

o Where there has been an occurrence of such defaults inter alia as stated above, State

shall issue a notice of default to the Successful Bidder, setting out specific defaults /

deviances/ omissions and providing a notice of Sixty (60) days to enable such defaulting

party to remedy the default committed.

CONSEQUENCES IN EVENT OF DEFAULT

o For cases where permissible time is not indicated in the contract, State will decide, at its

discretion, the quantum of reasonable time to cure the default.

o State may impose any such obligations and conditions and issue any clarifications as may

be necessary to inter-alia ensure smooth continuation of Services and the project which

the Successful Bidder shall be obliged to comply with. This may include unilateral re­

determination of the consideration payable to the Successful Bidder hereunder. The

Successful Bidder shall, in addition, take all available steps to minimize loss resulting

from such event of default.

o The State may by a written notice of suspension to the Successful Bidder, suspend all

payments to the Successful Bidder under the Contract provided that such notice of

suspension:

o Shall specify the nature of the failure, and

o Shall request the Successful Bidder to remedy such failure within a specified period from

the date of receipt of such notice of suspension by the Successful Bidder.

o The State reserves the right to terminate the contract with 30 days' notice

TERMINATION OF CONTRACT

The State may terminate this Contract in whole or in part by giving the Successful Bidder

prior written notice indicating its intention to terminate the Contract under the following

circumstances:

o Where it comes to the State's attention that the Successful Bidder's Team is in a position

of actual conflict of interest with the interests of the State in relation to any of terms of

this Contract

o Where the Successful Bidder's ability to survive as an independent corporate entity is

threatened or is lost owing to any reason whatsoever including inter alia the filing of any

bankruptcy proceedings against the Successful Bidder, any failure by the Successful

Bidder to pay any of its dues to its creditors, the institution of any winding up

proceedings against the Successful Bidder or the happening of any such events that are

adverse to the commercial viability of the SI. In the event of the happening of any events

of the above nature, the State shall reserve the right to take any steps as are necessary to

ensure the effective transition of the project to a successor Implementation

Agency/service provider, and to ensure business continuity

o Termination for Default: The State may, at any time, terminate the Contract by giving 30

days written notice to the Successful Bidder without compensation to the Successful

Bidder in the Event of Default on the part of the Successful Bidder which may include

failure on the part of the Successful Bidder to respect any of its commitments with

regard to any part of its obligations under this Contract

o Termination for Insolvency: The State may at any time terminate the Contract by giving

written notice to the Successful Bidder without compensation to the Successful Bidder,

if the Successful Bidder becomes bankrupt or otherwise insolvent, provided that such

termination will not prejudice or affect any right of action or remedy which has accrued

or will accrue thereafter to the State

o Termination for Convenience: The State may by prior written notice sent to the

Successful Bidder at least 3 months in advance terminate the Contract in whole or in part

at any time for its convenience. The notice of termination shall specify that termination

is for the State's convenience, the extent to which performance of work under the

Contract is terminated and the date upon which such termination becomes effective.

CONSEQUENCES OF TERMINATION

o In the event of termination of this contract, due to any cause whatsoever, except where

termination is for State's convenience, the Successful Bidder shall be blacklisted and the

contract will stand cancelled effective from the date of termination of this contract

o Nothing herein shall restrict the right of the State to invoke the Bank Guarantee and

other performance Guarantees furnished hereunder, enforce the Deed of Indemnity and

pursue such other rights and/or remedies that may be available to the State under law

o The termination hereof shall not affect any accrued right or liability of either Party nor

affect the operation of the provisions of this Contract that are expressly or by

implication intended to come into or continue in force on or after such termination

PENALTY

Commencement of activities for system integration for implementation of NeVA is Sikkim

State Assembly and ongoing performance and service levels shall be as per timelines and

parameters stipulated by the State in this contract, failing which the State may at its

discretion impose penalties on the Successful Bidder as defined in the Service Level

Agreement of this RFP document

FORCE MAJEURE

o Force Majeure shall not include any events caused due to acts/omissions of such Party

or result from a breach/contravention of any of the terms of the Contract. It shall also

not include any default on the part of a Party due to its negligence or failure to

implement the stipulated/proposed precautions, as were required to be taken under the

Contract

o The failure or occurrence of a delay in performance of any of the obligations of either

party shall constitute a Force Majeure event only where such failure or delay could not

have reasonably been foreseen or where despite the presence of adequate and

stipulated safeguards the failure to perform obligations has occurred. In such an event,

the affected party shall inform the other party in writing within five days of the

occurrence of such event. The State will make the payments due for Services rendered

till the occurrence of Force Majeure. However, any failure or lapse on the part of the

Successful Bidder in performing any obligation as is necessary and proper to negate the

damage due to projected force majeure events or to mitigate the damage that may be

caused due to the abovementioned events or the failure to provide adequate disaster

management/recovery or any failure in setting up a contingency mechanism would not

constitute force majeure, as set out above

o In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of

performance in order to ensure the continuity of service and implementation of the

obligations of a party under the Contract and to minimize any adverse consequences of

Force Majeure

DISPUTE RESOLUTION

o The State and the Successful Bidder shall make every effort to resolve amicably by direct informal negotiations any disagreement or disputes arising between them under or in connection with the Contract

o If, after Thirty (30) days from the commencement of such direct informal negotiations, the State and the Successful Bidder have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism specified in the below clauses

o In the case of a dispute or difference arising between the State and the Successful Bidder relating to any matter arising out of or connected with this Contract, such dispute or difference shall be referred to the award of two Arbitrators. One Arbitrator to be nominated by the State and the other to be nominated by the Successful Bidder or in case of the said Arbitrators not agreeing then to the award of an Umpire to be appointed by the Arbitrators in writing before proceeding with the reference and in case the Arbitrators cannot agree to the Umpire he may be nominated by the Secretary, Indian Council of Arbitration, State. The award of the Arbitrators in the event of their not agreeing of the Umpire appointed by them or by the Secretary, Indian Council of Arbitration, State, shall be final and binding on the parties

o The Arbitration and Conciliation Act 1996, the rules there under and any statutory

modification or re-enactments thereof, shall apply to the arbitration proceedings

o The venue of arbitration shall be Gangtok, Sikkim, India

o The State may terminate this contract by giving a written notice of termination of

minimum 30 days to the Successful Bidder

o Continuance of the Contract:

Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be

pending, the parties hereto shall continue to be governed by and perform the work in

accordance with the provisions under the Scope of Work to ensure continuity of operations

CONFLICT OF INTEREST

The Successful Bidder shall disclose to the State in writing, all actual and potential conflicts

of interest that exist, arise or may arise (either for the Successful Bidder's Team) in the

course of performing the Services as soon as practically possible after it becomes aware of

that conflict.

SEVERANCE

In the event any provision of this Contract is held to be invalid or unenforceable under the applicable law, the remaining provisions of this Contract shall remain in full force and effect.

GOVERNING LANGUAGE

The Agreement shall be written in English language. Language of the Agreement shall

govern its interpretation. All correspondence and other documents pertaining to the

Contract that are exchanged by parties shall be written in English language only.

"NO CLAIM" CERTIFICATE

The Successful Bidder shall not be entitled to make any claim, whatsoever against State

under or by virtue of or arising out of this contract, nor shall the State entertain or consider

any such claim, if made by the Successful Bidder after he shall have signed a "No claim"

certificate in favour of the State in such forms as shall be required by the State after the

works are finally accepted.

PUBLICITY

The Successful Bidder shall not make or permit to be made a public announcement or media

release about any aspect of this Contract unless the State first gives the Successful Bidder its

written consent.

GENERAL

Relationship between the Parties

o Nothing in this Contract constitutes any fiduciary relationship between the State and

Successful Bidder's Team or any relationship of employer employee, principal and agent,

or partnership, between the State and Successful Bidder

o No Party has any authority to bind the other Party in any manner whatsoever except as

agreed under the terms of this Contract

o The State has no obligations to the Successful Bidder's Team except as agreed under the

terms of this Contract

No Assignment

The Successful Bidder shall not transfer any interest, right, benefit or obligation under

this Contract without the prior written consent of the State

Survival

The provisions of the clauses of this Contract in relation to documents, data, processes,

property, Intellectual Property Rights, indemnity, publicity and confidentiality and

ownership survive the expiry or termination of this Contract and in relation to

confidentiality, the obligations continue to apply unless the State notifies the Successful

Bidder of its release from those obligations

Entire Contract

The terms and conditions, Scope of Work, SLA etc. laid down in the RFP, Tender

annexure and any attachments/annexes thereto shall be read in consonance with and

form an integral part of this Contract. This Contract supersedes any prior Contract,

understanding or representation of the Parties on the subject matter

Governing Law

This Contract shall be governed in accordance with the laws of India

Jurisdiction of Courts

The courts of India at Sikkim State will have exclusive jurisdiction to determine any

proceeding in relation to this Contract

Compliance with Laws

The Successful Bidder shall comply with the laws in force in India in the course of

performing this Contract

Notices

A "notice" means:

a. a notice; or

b. consent, approval or other communication required to be in writing under this

Contract

All notices, requests or consents provided for or permitted to be given under this

Contract shall be in writing and shall be deemed effectively given when personally

delivered or mailed by pre-paid certified/registered mail, return receipt requested,

addressed as follows and shall be deemed received 7 days after mailing or on the date of

delivery if personally delivered whichever is earlier:

To State at:

The Secretary

Department of Information Technology, Government of Sikkim

Secretariat Annexe I, Near Power Secretariat

Gangtok, East Sikkim-737101

To Successful bidder at:

Attn:

[Phone:]

[Fax:]

Any Party may change the address to which notices are to be directed to it by notice to

the other parties in the manner specified above

A notice served on a Representative is taken to be notice to that Representative's Party

Waiver

o Any waiver of any provision of this Contract is ineffective unless it is in writing and

signed by the Party waiving its rights

o A waiver by either Party in respect of a breach of a provision of this Contract by the

other Party is not a waiver in respect of any other breach of that or any other provision

o The failure of either Party to enforce at any time any of the provisions of this Contract

shall not be interpreted as a waiver of such provision

MODIFICATION

Any modification of this Contract shall be in writing and signed by an authorized

representative of each Party.

APPLICATION

These General Conditions shall apply to the extent that provisions in other parts of the

Contract do not supersede them.

9.50 IT ACT 2000

Besides the terms and conditions stated in this document, the contract shall also be

governed by the overall acts and guidelines as mentioned in IT Act 2000, and any other

guideline issued by State from time to time.

SECTION X FORMAT FOR RESPONSE TO TENDER:

PRE-QUALIFICATION BID

10.1 FORMAT - PRE QUALIFICATION BID LETTER:

To

The Secretary

Department of Information Technology

Government of Sikkim

Gangtok, East Sikkim 737101

Date<>

Subject:Pre qualification bid letter

Sir,

Reference: Tender No:<Tender Reference Number>Dated<dd/mm/yyyy>,

I , the undersigned Bidder, having read and examined in detail all the Tender documents

do hereby propose to provide the services as specified in the Tender document number

<Tender Reference Number> Dated <dd/mm/yyyy> along with the following:

a. Earnest Money Deposit (EMD) of Rs. 20, 00, 000/- (Rupees Twenty Lacs) only.

b.Tender Fee of Rs. 20, 000/- (Rupees Twenty Thousands) only via Demand Draft.

We understand that the EMD is liable to be forfeited in accordance with the provisions of

the Section IX - General Conditions of the Contract.

We hereby declare that in case the contract is awarded to us, we shall submit the

Contract Performance Guarantee Bond and as per Section IX - General Conditions of

Contract.

We hereby declare that our Bid is made in good faith, without collusion or fraud and the

information contained in the Bid is true and correct to the best of our knowledge and

belief.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal:

Date:

10.2 FORMAT: GENERAL INFORMATION ABOUT THE BIDDER:

1 Name of the Bidder:

2 Address of the Bidder:

3 Status of the Company (Public Ltd/Pvt Ltd)

4 Details of Incorporation of the Company: Date:

Ref No: 5 Details of the commencement of the Business: Date:

Ref No: 6 Valid GST Registration No:

7 Permanent Account No:

8 Name & Designation of the contact person to whom all references shall be made regarding this tender:

9 Telephone No (STD)

10 e-Mail of the Contact Person:

11 Fax No (with STD Code):

12 Website (IF ANY)

13 Financial Details (as per audited balance sheet) 14 Year 2018-2019 2019-2020 2020-2021

Net Worth Turn Over

10.3 FORMAT: PRE-QUALIFICATION CRITERIA:

SL No I Clause Documents Required I Compliance

(Yes/No)

1 The Bids should be submitted by

only the prime Bidder; no

consortium is allowed in this Bid

Declaration in this

regard needs to

be submitted

2 Tender Fee of Rs. 20, 000/- (Twentl Demand Draft from a

Thousands)

only favouring "The Secretary,

IT Department, Government of Sikkim"

recognized bank to be

submitted.

3 The Bidder should furnish as a part of tH EMD should be in the

bid an Earnest Money Deposit d denomination of INR

Rs.20,00,000/- (Rupees Twenty lacs)

Only

4 The Bidder's cumulative annual I The audited Balance

turnover for last three audited years I Sheet, the Bidder shall

must be more than Rs.100 crores or

more. Audited statements prior to FY , this effect from the

2017-18 shall not be accepted.

submit a certificate to

statutory auditor of the

company/ CA of the

company.

5 The bidder should provide bank Valid Bank solvency

solvency certificate of more than certificate till the time

Rs.20,000,000/- (Twenty Crores only) of submission of bids.

6 The Bidder should have:

a) Legal entity-Copy of Registration of

Firm/company

b) Empanelment with DIT, Government

of Sikkim

c)Valid GST registration certificate

d) Valid PAN Card.

e) GST returns for the Financial Year

2018-2019, 2019-2020 and 2020-2021.

f) Registration with Provident fund

authorities

a) Registration of

Firm certificate/

copy of Certificate

of incorporation.

b)IT empanelment

certificate

c) Copy of GST

registration

certificate.

d) Copy of PAN

Card.

e) GST returns

duly attested by

the Chartered

Accountant.

f)Copy of EPF and

ESI registration

7 Bidder should have experience of Work Orders as

Supply, installation and maintenance specified worth 5

services of IT infrastructure projects crores needs to be

worth more than 3crores and should produced from

have been in business for at least 5 I various agencies,

years as on 31.03.2021 State Governments or

from Government of

India or its

subordinate entities

within India.

8

The bidder must have at least 5 IT Certificate / Declaration

professionals (B.E / B.Tech. / MCA / from HR Department

Diploma) on its payroll as on date of bid for number of IT

submission.

professionals employed

by the company with

name and qualification.

9 The Bidder shall not be under a I Declaration on this

declaration of ineligibility for corrupt or I behalf

any Government agencies.

by

fraudulent practices or blacklisted with I authorised signatory

of the bidder.

the

10 The bidder should have direct authorization I Valid MAF from

from the Original Equipment Manufacturer I respective OEM to be

(OEM) for the IT equipment offered as per submitted with bid.

RFP.

11

Product Details

Brochure of the

product or catalogue

of the product which

is mandatory.

12 Authorisation letter to attend

tender opening

Authorisation letter

as per the format

provided

13 The bidder shallhavelSO9001 :2015, and ISO

27001:2013 certifications.

Copy of certification

which is valid on date of

submission.

14 The bidder shall have CMMI Level 3

certification.

Copy of certification

which is valid on date of

submission.

15 Signing authority (All bidder

documents to be signed by

authorized person only failing which

bid may be rejected)

"Copy of Board

resolution" or POA for

bidder authorizing the

person to sign on behalf

of the company or

Power of Attorney for

the designated person

to be provided. (Must

be on a Non-

JudiciallNRl00/- Stamp

Paper)"

Bidders who fail to comply with any of the above specified criteria shall be disqualified and shall not be eligible to proceed further for technical and commercial rounds. Accordingly, their financial and technical bids shall be returned unopened.

10.4 FORMAT: DECLARATION REGARDING CLEAN TRACK RECORD:

To,

The Secretary

Department of Information Technology

Government of Sikkim

Gangtok, East Sikkim 737101

Date<>

Subject: Declaration regarding clean track

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP Document [No. ~ regarding Appointment of System Integrator for implementation of NeVA in Sikkim State Legislative Assembly- Phase-I

I hereby declare that my company has not been debarred, black listed by any Government or Semi-Government organizations in India. I further certify that I am competent authority in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

10.5 FORMAT: DECLARATION ON ACCEPTANCE OF TERMS & CONDITIONS OF THE RFP:

To,

The Secretary

Department of Information Technology

Government of Sikkim

Gangtok, East Sikkim 737101

Date<>

Subject: Declaration on acceptance of terms and conditions of the RFP

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP document [No ] for Appointment of System Integrator for implementation of NeVA in Sikkim State Legislative Assembly- Phase-I

I declare that all the provisions of this RFP/Tender Document are acceptable to my company. I further certify that I am an authorized signatory of my company and am, therefore, competent to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

10.6 FORMAT: DECLARATION ON NO TECHNICAL DEVIATION

To,

The Secretary

Department of Information Technology

Government of Sikkim

Gangtok, East Sikkim 737101

Date<>

Subject: Declaration on no technical deviation

Sir,

I, the undersigned Bidder, having read and examined in detail all the Tender documents, do

hereby propose to provide the services as specified in the Tender document number

<Tender Reference Number> Dated <dd/mm/yyyy> along with the following declaration (s):

That I undertake, that if my Bid is accepted, I shall provide the State

Implementing Agency all items as mentioned, as indicated and as specified

configuration wise in the bid document. In event of failure to do so, bid submitted by

me shall be deemed cancelled and my firm/company is liable to be black listed to

undertake such similar works under the Government of Sikkim.

I agree to abide by this Bid for a period upto180 days from the date fixed for Bid opening

and it shall remain binding upon us and may be accepted at any time before the expiry

of that period. Bid submitted by me is properly sealed and prepared so as to prevent any

subsequent alteration and replacement. I hereby declare that our Bid is made in good

faith, without collusion or fraud and the information contained in the Bid is true and

correct to the best of my knowledge and belief

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

10.7 FORMAT : AUTHORISATION TO ATTEND TENDER OPENING

LETTE ROFAUTHORISATI ON FORA TTEN DI NG Bl DOPE NI NG

Subject:-Authorization for attending bid opening on (date)in respect of tender no: issued by IT Department. Government of Sikkim

I, son/daughter/wife of Shri. Proprietor/Director/authorized

signatory of the Agency/firm mentioned above, is competent to sign this declaration

and execute the tender documents;

I, hereby authorise under mentioned persons to attend the bid opening on behalf of

.................. (Bidder) in order of preference given below:

Order of Preference Name Specimen Signature

1. 2.

Signature of the Tenderer or Official authorized to sign the bid documents on behalf of the Tenderer

Note:

1. Maximum of two representatives will be permitted attend bid opening in case where it is restricted to one first preference will be allowed.

2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

3. In case of, authorised signatory, Power of Attorney or relevant document on authorisation needs to be furnished.

Signature of the Tenderer &Seal

SECTION XI

FORMAT FOR RESPONSE TO TENDER:

TECHNICAL BID

FORMAT FOR TECHNICAL BID:

1. TOUCHSCREEN DEVICES:

COMPLIANCE S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION (YES/NO)

1 Tablet Calling Tab which supports Wi-FI support or better Android 10.0 or Better; OS should be Google

2 Operating System Certified and Device must be listed in Google support Device List.

3 Display 12.4" or higher, Resolution: 2800 x 1752 or better

4 Brightness 420 Nits or more (For better Sunlight Readability)

5 Processer Octa Core with Processor 3.0 GHz or better

6 Camera Back Camera: 13.0 or better Front Camera: 8.0 MP or better.

7 RAM Size: 6.0GB or higher 8 Internal Memory 128GB or higher

9 External Memory Should support Micro SD up-to 1 TB or better Support

3 years of standard warranty with 3 years of

10 Warranty Standard Warranty on Battery at the nearest Service Centre. Warranty Certificate to be provided with the Invoice.

11 Battery Capacity Li Ion/ Li Po Battery of 10,000 mAH or better 12 USB Support Tablet should support USB 3.0 or better

13 Bluetooth Should support Bluetooth v 5.0 or better connectivity

14 Wi-Fi Connectivity Should Support Wifi 802.11 a/b/g/n/ac/ax 2.4G+5GHz

15 Ear Jack & Speakers USB/3.Smm Stereo and Inbuilt Speaker For OEM: ISO 9001:2015, BIS, CB/UL, ROHS, CE,

16 Certification FCC, SAR. Required Proof must be submitted along with Proposal.

17 Video Format MP4, M4V, 3GP, 3G2, WMV, ASF, AVI, FLV, MKV, Support WEBM

Audio format MP3, M4A, 3GA, OGG, OGA, WAV, WMA, AMR, 18 Support AWB, FLAC, MID, XMF, MXMF, IMY, RTTL, RTX,

OTA Accelerometer, Fingerprint Sensor, Gyro Sensor,

19 Sensors Geomagnetic Sensor, Hall Sensor, RGB Light Sensor or better

20 Accessories within Charging Adapter with USB Cable, User Manual Box & Documentations required for handling the

device.

OEM Toll Free Telephone based service support

21 Service Support (24/7) in Hindi/English for end users of department required & Toll free support details should be listed on OEM web site. Device should be configured such that it is used for intended purpose only. Unwanted

Other Support for 3 applications should be disabled. Department

22 admin should be able to push applications on Years

devices remotely and application should be available even after factory reset without any admin & user intervention.

23 External Accessories Compatible Bluetooth Keyboard Cover. OEM should have its own manufacturing units in

24 Manufacturing India. Bidder has to quote rate only for Smartphone which are made in INDIA The Quoted Brand should have at least Six years'

25 Mobility Experience experience in supply of mobility products also to Government Organization in India as on 31.03.2021. Bidder or OEM of quoted product must have

26 Registration experience of having supplied at least 80% of bid quantity in last 3 (three) FY in India in similar department & project.

Note: The bidders should submit MAF for the above mentioned device.

2.LAPTOPS:

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE

(YES/NO) Make & Model

1 Form Factor Clampshell

2 Chas is Metallic Body With metallic hinges

3 Chipset Integrated in Processor

Intel® Core i5-1135G7 processor with ( up to 4.2 4 Processor GHz with Intel® Turbo Boost Technology, 8 MB

L3 cache, 4 cores 8 GB DDR4-3200 MHz ,should support Dual

5 Memory Channel, Memory expandability up to 32 GB with 2 DIMM Slots

6 Storage 512 GB PCleNVMe Solid State Drive

8 Graphics Integrated Intel® Iris® Xe Graphics

9 Audio Integrated audio controller with 2 Integrated stereo speakers

10 Operating

Microsoft Windows 10 Professional System

Integrated Gigabit 10/100/1000 Ethernet 11 Networking Controller; Intel® Dual Band Wi-Fi® 6 AX201

802.llax (2x2) and Bluetooth® 5 Video: 1 HDMI 1.4, Audio: 1

12 Ports Headphone/microphone combo jack; USB:3 USB 3.1 Gen 1, &At least 1 USB Type C with power delivery & display port

13 Slots 2 M.2 for WLAN & Storage

14 Keyboard spill resistant & backlit keyboard

15 Touchpad Touchpad with gestures support

3-cell, 45 Whr Li-ion Longlife Battery with 1000 charge should Support battery fast charge -

16 Battery Approximately 50% in 30 minutes should be able to provide battery backup of at least 10 Hours in ideal test conditions.

17 Power Supply 65 W with 88% average efficiency or better Adapter

18 Weight up to 1.4 Kg including battery

Hardware based endpoint security controller TPM 2.0 Integrated Finger print sensor Standard Security Lock Slot Drive lock option for SSD to secure Data Provision for automatically detect, stop, and

19 Security recover from a BIOS attack or corruption without manual intervention Integrated protection from malware on malicious websites Integrated real-time detection and prevention of zero-day threats and advanced persistent threat (APT) attacks for Windows applications Integrated utility to enables hardware level

20 Manageability testing outside the operating system & Drivers should be available on OEM Website for download Microsoft Windows 10

21 Certifications FCC,CE, RoHS, UL, EPEAT Gold, Energy Star 8 & 18 MIL-STD 810 G ISO 9001,14001,20001,27001 for OEM 14", FHD (1920 x 1080),, anti-glare, 250 units

22 Display with digital microphone and HD+IR Webcam should support Microsoft Windows hello

23 Warranty 3 Years onsite including battery

Note: The bidders should submit MAF for the above mentioned device.

3. PERSONAL COMPUTERS:

S.NO. PARAMETER MINIMUM COMPLIANCE TECHNICAL

SPECIFICATION MAKE & MODEL (YES/NO)

1 Processor Minimum Intel Core i3-10100 or higher

processor 2 Mother board/ Integrated with

Chipset security processor. Intel 470 or features higher

3 RAM 4GB, lx4GB, DDR4 Non-ECC

4 RAM upgradability Memory slots and Slots supporting up to 32

GB or higher 5 HOD 1 TB SATA HOD or

higher 6 Keyboard & Mouse USB Keyboard &

Mouse 7 1/0 Minimum 3 PCI/PCle

slot including 1 PCI, 2x M.2 slot, Min. 8 USB

Port, one RJ 45 port, 1 VGA Port & 1 HDMI and Audio line in and

out both port, Integrated speaker in

CPU 8 Form Factor MT 9 SMPS Power supply Min.

180W with active PFC minimum 90%

efficiency 10 Graphics Integrated HD

Graphics. 11 Sound card Intel High Definition

Audio with Integrated stereo sound.

12 Display 18.5" LED Backlit or higher with HDMI &

VGA Ports 13 Operating Systems Microsoft Windows 10

64 Bit, with latest Service Pack

Preloaded License, Systems Hardware driver should be

available in OEM website against the

offered model 14 Certifications (for the ISO 9001, 14001, ISO

quoted model ) 27001 for OEM, Energy star 7.1, EPEAT Certified, ROHS and

UL certificate. 15 Security Security for Inbuilt

Pre-Boot BIOS Diagnostics, TPM

(Firmware) 16 Warranty 3 Years OEM onsite

including labor and parts replacement.

Note: The bidders should submit MAF for the above mentioned device.

4. PLASTIC ID CARD PRINTER:

SL.NO PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE Make & Model {YES[NO}

1 Direct-to-card dye-sublimation/Resin thermal transfer, Single-sided printing, edge-to-edge, Standard 300 x 300 dpi resolution, Customizable 300 x 600 dpi resolution (color and monochrome

General features printing) or 300 x 1200 dpi resolution (monochrome printing only), Colors available: fire red & brilliant blue, Dual- sided Card Lamination Module (CLM) as an option, 32 MB memory (RAM) standard - optional 64 MB

i Single side: Color (YMCKO): 190 - 225 Printing cards/hour, Monochrome: 800 - 1000 performances cards/hour. Dual side: Color (YMCKO-

K): 140 cards/hour 3 USB (1.0, 1.1, 2.0, 3.0), cable supplied,

Interfaces Ethernet TCP-IP lOBaseT, lO0BaseT (Traffic Led), 802.llb/g wireless connection on the Wireless range

4 Feeder capacity: 100 cards (0.76 mm - 30 mil), Output hopper capacity: 100 cards (0.76 mm - 30 mil), Open output hopper as an option for collecting

Cards management cards one by one, Reject tray/output and specifications hopper capacity at the back: 50 cards

(0.76 mm - 30 mil), Card thickness: 0.25 to 1.25 mm (10 to 50 mil), gauge adjustment (0.25 mm - 10 mil only for monochrome printing), Card types:

PVC cards, composite PVC cards, PET cards, ABS cards, special varnished cards, Card format: ISO CR80 - ISO 7810 (53.98 mm x 85.60 mm)

5 Available modules: Magnetic stripe encoder ISO 7811 HiCo/LoCo, JIS2, Smart contact station ISO 7816-2, Contact smart card encoder - PC/SC, EMV 2011-1, Contactless smart card encoder - ISO 14443A, B, ISO15693,

Additional encoding MIFARE, DESFire, HID iCLASS, UHF modules (standard compliance: EPC Cl Gen2 /

ISO18000-6C ETSI EN 302 208 or FCC part 15.247), Other specific encoders upon request, Internal USB or IP ports, USB encoding over IP through additional USB Net Server module, upon request

§ Support for Kensington® security lock, Safety Data encryption for magnetic

encoding, Locking system as an option

Note: The bidders should submit MAF for the above mentioned device.

5. HIGH SPEED DOCUMENT SCANNER:

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLAINCE Make & Model {YES/NO)

1 Scanner Type A4 flatbed colour image scanner with ADF 2 Sensor Type Contact Image Sensor (CIS)

3 Flatbed Scanning Fixed document and moving carriage Method 4 Light Source RGB LED 5 Optical Resolution 1200 X 1200 dpi 6 Output Resolution 50 - 1,200 dpi 7 Bit Depth Input: 10 bits/pixel; Output: 8 bits/pixel

Minimum 89 x 127 mm (ADF Simplex), 89 x

8 Document Size 170 mm (ADF Duplex) & Maximum 216 x 297 mm (Flatbed), 215.9 x 3048 mm (ADF Simplex), 215.9 x 29 7 mm (ADF Duplex)*

9 ADF Scanning Method Fixed carriage and moving document 10 ADFType 3 Pass Duplex 11 Daily Scan Volume up to 1,500 pages/ day

12 Interface USB 3.0, Ethernet (with Optional Network Interface Unit)

Note: The bidders should submit MAF for the above mentioned device.

6. LAN NODES:

SLNO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE Make & Model (YES/NO)

Passive OEM offered must have registered office in India for more than at-least 15 years OEM should be a member of Telecommunications Industry Association (TIA) committee. Membershi1;1 shall be available for verification at www.tiaonline.orgLaboutLmember-list

1 OEM Eligiblity All components shall be ROHS compliant. Declaration of ROHS shall be available in product datasheets. OEM shall have RCDD certified technical manpower in India and local technical manpower in the region of project implementation. OEM shall have ISO 9001:2008 and 14001 certified copper and fiber components manufacturing facility in India.

2 UTP CABLING SYSTEM

Type Unshielded Twisted Pair, Category 6, 23 AWG Solid copper, ANSI/TIA 568 C.2 & ISO/IEC 11801 Class E LSZH jacket complying to: Fire rating IEC 60332-3-22

Jacket Acid gas IEC 60754-2 Smoke density IEC 61034-2 (Test reports to be submitted with bid for all above tests.)

Pair Separator Cross-member (x) fluted Spline. lntertek (ETL) 4 connector channel certified for ANSI/TIA 568-C.2 CAT6 & ISO/IEC 11801 requirements upto 600Mhz, for l00mtr channel. Transmission tested for Zero BER performance to the

Approvals requirements of IEEE 802.3 for l000BASE-T protocol. (lntertek lab Reports to be submitted with bid.) Shall be certified by lntertek for 4 connector channel compliance as per ANSI/TIA 568-C.2 for CAT6, under Short channel(<= 15m) configuration.

Frequency Performance spec upto 650 MHz to be mentioned with tested up to data sheet; Application Shall comply to the requirements of IEEE 802.3bt (Type

support 4) for the safe delivery of power over LAN cable Cable Outer 5.9mm +/- 0.2 mm Diameter Delay Skew 45ns @ l00Mhz Impedance 100 Ohms+/ - 15 ohms Mutual 5.6 NF MAX /100 Mtr. Capacitance

de Resistance, 7.61 ohms/100 m maximum Safety Voltage 300V

Rating ROHS Compliant ROHS 2011/65/EU Compliant

Factory test reports for the cable shall be available Test report online at OEM website using unique print string on

Cable packaging, for lifelong traceability.

Certification Cable must be ETL verified for ANSI/TIA 568-C.2 and ISO/IEC 11801. Report to be submitted.

3 CAT6 UTP JACK PANELS 24 PORT Loaded

Type 24-port, Modular, lU, PCB based, Unshielded Twisted Pair, Category 6, ANSI/TIA 568-C.2 and ISO/IEC 11801

Port Configured as 6 Port Module with individually arrangement replaceable CAT-6 Jacks

Port 9mm or 12mm Labels on each of 24-ports (to be Identification included in supply Modular Jack 750 mating cycles Wire terminal 200 termination cycles

Accessories Integrated bend-limiting strain-relief unit for cable entry on each port.

Cable support Shall be supplied with removable rear cable support, with 4 cable bundle managers.

Materials Housing Polyphenylene oxide, 94V-0 rated

Wiring blocks Polycarbonate, 94V-0 rated

Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold

Panel Black, powder coated steel Approvals UL and cUL listed.

Termination T568 A and B; Pattern ROHS Compliant ROHS 2011/EU Compliant

Note: The bidders should submit MAF for the above mentioned device.

7. WI-Fl ACCESS POINTS:

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANC

E Make & Model (YES/NO) Major Feature Description

1 General WLAN OEM must be in a Leader quadrant of WLAN Gartner Magic Quadrant since last 5 years WLAN Controller should be hardware based controller

2 Architecture OR appliance-based controller OR software-based controller in which APs acts as a virtual controller. In case of software-based controller in which APs acts as a virtual controller of supporting minimum of 60 AP's

3 Scalability from day one and future scalability of 120 in a single cluster. In case of hardware controller should provide same scalability.

WLAN network shall have centralized management i.e.

4 Management configuration of a single controller/virtual controller shall thereby result in the configuration of all access points. Should support Band Steering feature that forces the dual-band capable clients to the 5 GHz band on dual- band access points.

5 WLAN Features Should balance wireless clients across APs on different channels, based upon the client load on the APs. Should support internal DHCP server. WLAN Solution IEEE 802.llr, 802.llk and 802.llv roaming standards. WLAN solution should be able to create access policies in order to allow or block packets for inbound traffic/outbound traffic. WLAN solution (either integrated or through external firewall) shall have a capacity to inspect all traffic from

Network Policy each user session and allow or deny any traffic that does

6 not satisfy specified policies. Feature

WLAN solution (either integrated or through external firewall) shall provide identity-based controls to enforce application-layer security and prioritization. WLAN solution shall be capable of controlling bandwidth per user and option shall be available to control BW in upstream and downstream directions. WLAN solution shall be capable enough to scan the 2.4 or 5GHz radio bands to identify sources of Wi-Fi and NON WI-Fl interference sources, and make the results

Spectrum available locally and to a remote management solution.

7 All spectrum information (Wifi and NON-Wifi) should be Scanning

displayed in UI charts. Min 3 charts for doing troubleshooting. Single AP should be able to perform security scanning and serving wlan clients simultaneously. An integrated or External wireless intrusion prevention system shall be proposed with following features: Should prevent users connecting to rogue AP and also prevent an outside user trying to connect to campus

8 WLAN Security WLAN. Should prevent Ad-hoc connections (i.e. clients forming a network amongst themselves without an AP) Should prevent windows bridge (i.e. client that is associated to AP is also connected to wired network and enabled bridging between two interfaces)

9 Access Points Please refer to the below specification. Access Point radio should be minimum 2x2 MIMO with 2 special streams on 2.4Ghz and minimum 4x4 MIMO with 4 special stream Sghz. The AP should have Dual Radio 802.llax access point with OFDMA and Multi- User MIMO (MU-Ml MO)

Access Point should be 802.llax ready from day one and support WPA3 and Enhanced Open security from day one AP should have one SmartRate port (RJ-45, maximum negotiated speed 2.SGbps) Auto-sensing link speed (100/1000/2500BASE-T) and one 10/100/1000 Mbps speed LAN port Access point should support Built-in technology that resolves sticky client issues for Wi-Fi 6 and Wi-Fi 5 devices Access point should support OFDMA and MU-Ml MO for enhanced multi-user efficiency Access point should be loT-ready Bluetooth 5 and Zigbee support Minimum aggregate data rate of 2.4 Gbps (HE80/HE40) Access Point can have integrated internal antenna Access point should have Internal/External Bluetooth Low energy beacon to support advance location based services for Mobile engagement solutions and Applications. Should support 16x BSSID per AP radio. The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum analysis and security scanning using same radio. Should support BPSK, QPSK, 16-QAM, 64-QAM, 256 QAM and 1024 QAM modulation types Access point should support 802.3af/at POE standard. Intelligent Power Monitoring (1PM) to continuously monitor and report hardware energy consumption. AP can also be configured to enable or disable capabilities based on available PoE power - ideal when wired switches have exhausted their power budget. Access point should have option of external power adaptor as well. Access point should have dedicated console port. Must operate as a sensor for wireless IPS AP model proposed must be able to be both a client- serving AP and a monitor-only AP for Intrusion Prevention services The Access Point should have the technology to improve downlink performance to all mobile devices. Access point must incorporate radio resource management for power, channel, coverage hole detection and performance optimization AP mounting kit should be with locking mechanism so that AP cannot be removed without using special tools. AP should have Kensington security slot and factory reset button. AP should support standalone mode/ Inbuilt Virtual controller mode for specific requirements.

The AP should support Advanced Cellular Coexistence (ACC) to minimizes interference from 3G/4G cellular networks, distributed antenna systems and commercial small cell/femtocell equipment The AP should support Supports priority handling and policy enforcement for unified communication apps, including Skype for Business with encrypted videoconferencing, voice, chat and desktop sharing The AP should support deep packet inspection to classify and block, prioritize, or limit bandwidth for thousands of applications in a range of categories The Access point should support maximum ratio combining (MRC) for improved receiver performance The Access point should support cyclic delay/shift diversity (CDD/CSD) for improved downlink RF performance The Access point should support Space-time block coding (STBC) for increased range and improved reception The Access point should support Low-density parity check (LDPC) for high-efficiency error correction and increased throughput The Access point should support Transmit beam- forming (TxBF) for increased signal reliability and range The Access point should support 802.llax Target Wait Time (TWT) to support low-power client devices AP should be UL 2043 certified.Operatingtemparature 0- 50 degree. Regulatory Compliance: FCC/ISED, CE Marked, RED Directive 2014/53/EU, EMC Directive 2014/30/EU, Low Voltage Directive 2014/35/EU, UL/I EC/EN 60950, EN 60601-1-1, EN60601-1-2

Note: The bidders should submit MAF for the above mentioned device.

8. WAN LINK

SL.NO PARTICULARS TECHNICAL COMPLIANCE SPECIFICATION {YES/NO)

1 WAN LINK 500 MbPs or higher

9. VIDEO CONFERENCE STUDIO

S.No. Parameter Minimum Technical Specification COMPLIANCE Make & Model {YES/NO)

IP: H.323, SIP (RFC 3261), Bit rate: H.323, SIP: up to 4 / 12 1 Communications Mbps, MCU compatibility: H.243, H.231, XMPP Presence

Server support

2 simultaneous 1080p60 channels: camera+ auxiliary camera or camera+ content, H.263, H.263+, H.263++,

2 Video H.264, H.264 High Profile, H.264 SVC, Dual: H.239 (H.323); BFCP (SIP), Multi-Stream Switching (MSS) video, RTMP, RTSP support for video streaming & RTX support for error resiliency. 1920 X 1080p @ 25, 30, 50, 60fps

HDMI input 1280 X 720p @ 25, 30, 50, 60fps

3 formats 720 x 576p@ 50fps 720 X 480p @ 60fps 640 X 480p @ 60fps 1920 X 1080p @ 25, 30, 50, 60fps 1280 X 720p @ 25, 30, 50, 60fps 1024 x 576p@ 25, 30fps: w576p 848 x 480p @ 25, 30fps: w480p 768 x 448p @ 25, 30fps: w448p 704 x 576p @ 25, 30fps: 4CIF

Live video 704 x 480p@ 25, 30fps: 4SIF 4 encoding 624 x 352p @ 25, 30fps: w352p

formats 576 X 336p @ 25, 30fps 512 x 288p @ 25, 30fps: wCIF 416 x 240p @ 25, 30fps: w240p 400 X 224p@ 25, 30fps 352 x 288p@ 25, 30fps: CIF 352 x 240p@ 25, 30fps: SIF

1920 X 1080p @ 60fps 1600 x 900p@ 60fps (digital only) 1440 x 900p @ 60fps: WSXGA 1400 X 1050 @ 60fps 1280 x 1024p @ 60, 75fps: SXGA

DVI input 1280 X 1024 @ 60fps

5 formats 1280 x 960p @ 60, 85fps: SXGA 1280 x 800p @ 60fps: WXGA 1280 x 768p @ 60fps: WXGA 1280 X 720p @ 60fps 1024 x 768p @ 60, 70, 75fps: XGA 800 x 600p @ 60, 72, 75fps: SVGA 640 x 480p @ 72, 75fps: VGA

PC content 6 encoding Up to 1080p @ 60fps

formats:

7 HDMI output 1920 X 1080 @ 25, 30, 50, 60fps formats 1280 X 720 @ 50, 60fps

Recording on USB drive (with dual display systems, both displays show the same images while recording)

8 Recording • USB drive formats: FAT32, EXT2, EXT3, EXT4 • Recording formats: MP4 file • Time watermark on recorded files • Digital signature for recorded files

Stereo audio with Premium 3-way POD • Acoustic echo cancellation

9 Audio • Adaptive post filtering • Audio error concealment • Automatic Gain Control (AGC) • Automatic noise suppression • Video inputs: 1 x HDMI 1 x DVl-I • Video outputs: 2 x HDMI for dual display • Audio inputs:

Audio/ Video 1 x HDMI

10 1 x Microphone Array Pod (RJll) Interfaces

1 x 3.5mm (1 / 8") line in jack for audio source (analog/ digital with mini-TOSLINK adapter) • Audio outputs: 2 x HDMI 1 x 3.5mm (1 / 8") line out jack (analog/ digital with mini- TOSLINK adapter) • 1 x USB2 • 1 x USB3

11 USB Ports • Supports recording, firmware upgrade, USB to serial adapter for control, limited headsets and USB2 cameras

12 Network DHCP, DNS, HTTP, HTTPS, RTP / RTCP, SNTP, STUN, TCP/ Protocols IP, TELNET, TFTP, 802.lQ, 802.lX, 802.lp

13 Network

2 x 10/100/1000 Base-T full-duplex (RJ-45) Interfaces 14 Camera Interface VISCA RS232 for PTZ control (Mini-DIN 8-pin)

• H.323 and SIP mixed mode • 4 HD continuous presence participants • Desktop and Mobile Client supportl

15 Multipoint • Dial-in/ Dial-out capabilities Control Unit • Encryption2

• Automatic continuous presence layouts • Dual-video from any site • Lecturer mode on system hosting the conference

Note: The bidders should submit MAF for the above mentioned device.

10. PROJECTION SYSTEM

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE MAKE & MODEL (YES/NO)

1 Projection Technology 3LCD 2 Resolution WXGA(1280 x 800) 3 White brightness 4000 Lumens

4 Color brightness 4000 Lumens 5 Contrast Ratio Over 2,500,000 : 1 6 Throw Ratio 0.28 - 0.37 7 Focal Length 3.7mm 8 F-Number 1.6 9 Light Source Laser Diode

10 Lamp life (Normal/ Eco) 20,000 / 30,000 hrs

11 Screen size 65" -120" 12 Quick corner Yes

13 Keystone correction (Vertical Yes

& Horizontal) Connectivity D-Sub 15 PIN x 2,Composite RCA x 1, HDMI x

14 3, Computer out x 1, Audio input x 3, USB Type Ax 1, USB Type B x 1, RS-232C x 1, RJ-45

x 1,Wireless Lan (Optional) 15 In-built speaker 16W 16 Direct Power On/ Off Must support 17 Quick start up Yes 18 Cool Down Period Instant 19 Power Supply Voltage 100 - 240 V AC ±10%, 50/60 Hz

20 Power Consumption(Normal / Eco) 255W / 197W

Note: The bidders should submit MAF for the above mentioned device.

11. DIGITAL BOARD/INTERACTIVE DIGITAL DISPLAY 80"

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE MAKE &

{YES/NO) MODEL

80" Interactive Digital Display

1 Technology IR Multi Touch Scratch resistant ceramic surface for smooth writing

2 Board Surface and exceptional erasibility, possible to fully erase the marking of whiteboard marker pen on the surface

using etanol 3 Diagonal Size 80inch 4 Aspect Ratio 4:3 / 16:9 5 Multitouch 6 point 6 Touch Input Touch Sensitive (Finger/ Stylus & Pen) 7 Resolution 32767 X 32767 8 Response Time 1 ms 9 Accuracy 0.5 mm 10 Interface USB Type A-B 11 Driver Support Win XP, Win 7, Win 8, Win 10, Mac & Linux

Interactive Features like Choose, Pens, Annotate, Erase, Colour, 12 Application Shapes, Sizes, Text, Edit, Fonts, Stamp, Move, Capture,

Picture, Video, Save, Rotate, Undo, Image Gallery,

Print, Floating Keyboard & Background etc.

13 Collaboration Pads, Panel, Visualizer, Board Work in a collaborative Enviornment

14 Power <0.5 W Consumption

15 Mounting Wall Mount (Standard)/ Floor Mount (Optional) Option

16 Special Features USB Powered, Scratch Resistant Surface, Infrared Multi-Touch Technology

Note: The bidders should submit MAF for the above mentioned device.

12. DISPLAY PANEL 55"

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE Make & Model {YES/NO)

55inch 4K with 350 Nits brightness having 16 GB inbuilt memory; Andorid 9 Operating systems; Quad core processor; 3 X HDMI; 2 X USB; having inbuilt signage / wifi /bluetooth/Chromecast/20w speakers/RJ45.Comes with 3 years warranty.

Note: The bidders should submit MAF for the above mentioned device.

13. DIGITAL AUDIO RECORDING

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE MAKE &

{YES/NO) MODEL

Conference Control Software for Microphone Management creating the database of all delegates. Open interface software for display management and and integration with the third party software. Simultaneous interpretation feature and Meeting

1 Recording Software linked with Conference Control systems for audio recording and speaker tagging. Recording in PCM/WAV, WMA or MP3 audio format. Stereo track can be used for bilingual recording. Ability to attach speaker names in the audio file. Network sharing of audio files. Necessary hardware for implementation shall be provided by Assembly.

14. VIDEO STREAMING SET UP:

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE Make & Model (YES/NO)

Visually lossless high-quality video up to 1080p @ 60 Hz/ 4K @ 30 Hz 4:4:4, smooth power-up, high-quality display and the best video resolution across different screens, should offer different levels of video compression rate including Smooth, Balance, and High Quality for users to choose depending on practical

1 usage, should Offers different levels of video compression rate including Smooth, Balance, and High Quality for users to choose depending on practical usage, Should offer multi-functionality in extender, splitter, matrix switch, video wall and daisy chain applications, Mix and match the latest 4K displays and 1080p screens.

15. OFFICE SUITE

S.NO. PARAMETER MINIMUM TECHNICAL SPECIFICATION COMPLIANCE Make & Model {YES/NO)

1 Microsoft MS Office 2016 or above

Note: The bidders should submit MAF for the above mentioned device.

16. DIGITALARCHIEVE:

S.NO. PARAMETER SCOPE OF WORK COMPLIANCE MAKE &

{YES/NO) MODEL

1. Setup the scanning infrastructure consisting of requisite quantity of equipment like Servers, Storage, Scanners etc. and any related software's, deploy sufficient efficient manpower for data digitization and upload the digitized data in Meghraj Cloud, All software's including Antivirus, hardware, equipment's and manpower to carry out the

1 digitization work successfully, Creation of technical metadata as per archiving standards, Prepare the on line searchable database for all official Debates, Committee Reports, Action Taken Reports, Bills etc. from the date of go live as per specified format, Digitized documents have to be uploaded in Meghraj Cloud, Configuration and customization of the metadata format,

Effective quality checking at all stages needs to be maintained.

2. Upgradation of Storage as per the requirement.

3. Digitalization from the date of inception of the Legislative Assembly (Old Data)

17. ELECTRICAL/AIR CONDITIONING WORK/UPS ETC:

SL.NO SCOPE OF WORK COMPLIANCE (YES/NO)

1 As per the estimate drawn by the Power Department, Government of Sikkim. Pl. refer electrical estimates.

18. CIVIL WORK:

SL.NO SCOPE OF WORK COMPLIANCE (YES/NO)

1 As per the estimate drawn by the Building and Housing Department, Government of Sikkim. Pl. refercivil estimates.

19. MANPOWER:

COMPLIANCE S.NO. MINIMUM TECHNICAL SPECIFICATION AND SCOPE OF WORK (YES/NO)

1. Provision of necessary technical manpower for implementation, maintenance and daily upkeep of all hardware, network, video, audio and other related equipment's required to run the system operations as per the project requirement for the entire contract duration.

2.Details of Manpower to be deployed:

1 SL.NO CATEGORY EON.QUALi FICATIONS DESIRED QUANTITY EXPERIENCE

INYRS 1 Web B.Tech/MCA 6 1

Administrator 2 Database -do- 6 1

Administrator

3 Sr.Technical -do- 5 3 support

Professional 4 Operation -do- 5 1

Manager 5 Operation -do- 3 5

Assistant 6 Network -do- 2 2

Operation Professiona Is

7 Technical -do- 6 2 Trainers

8 Technical -do- 3 5 Support

Professiona Is TOTAL 20

Note: Local candidates possessing Certificate of Identification {COi) should be preferred.

20. MULTIFUNCTION OF COLOR PRINTER:

MINIMUM TECHNICAL COMPLIANCE S.NO. PARAMETER

SPECIFICATION (YES/NO)

Make & Model 1 Type of Machine Print Scan Copy 2 Print Technology Laser/LED 3 Type of Printing Colour 4 Developer Unit No 5 Platen/Flatbed Size A4

6 Paper Size (Original/Image) A4/A4

7 RAM size (MB) 512

8 Minimum Speed per Minute as per

18 PPM A4 Size- Mono & Colour

9 Scanning Feature Availability Yes

10 Duplexing Feature Availability Yes

11 Each Main Paper Tray Capacity

250 (Number)

12 Interface USB,Network, WI Fl

SECTION XII

FORMAT FOR RESPONSE TO TENDER:

COMMERCIAL BID

12.1 FORMAT: COMMERCIAL BID LETTER

To,

The Secretary

Department of Information Technology

Government of Sikkim

Gangtok, East Sikkim 737101

Date<>

Subject: Commercial bid letter

Sir,

I, the undersigned Bidder, having read and examined in detail all the Tender documents, do

hereby propose to provide services as specified in the Tender documents number <Tender

Reference Number> Dated <dd/mm/yyyy>

1. Price And Validity

• All the prices mentioned in our Tender are in accordance with the terms as specified in

the Tender documents. All the prices and other terms and conditions of this Tender are

valid for a period of 180 calendar days from the date of opening of the Tenders.

• We hereby confirm that our Tender prices include all taxes. However, all the taxes are

quoted separately under relevant sections.

• We have studied the clause relating to Indian Income Tax and hereby declare that if any

income tax, surcharge on Income Tax, Professional and any other corporate Tax in

altercated under the law, we shall pay the same.

2. Unit Rates

We have indicated in the relevant schedules enclosed the unit rates for the purpose of

on account of payment as well as for price adjustment in case of any increase to /

decrease from the scope of work under the contract.

3. Deviations

We declare that all the services shall be performed strictly in accordance with the Tender

documents except for the variations and deviations, all of which have been detailed out

exhaustively in the following statement, irrespective of whatever has been stated to the

contrary anywhere else in our Bid.Further we agree that additional conditions, if any,

found in the Tender documents, other than those stated in deviation schedule, shall not

be given effect to.

4. Tender Pricing

We further confirm that the prices stated in our Bid are in accordance with your

Instruction to Bidders included in Tender documents.

5. Qualifying Data

We confirm having submitted the information as required by you in your Instruction to

Bidders. In case you require any other further information/documentary proof in this

regard before evaluation of our Tender, we agree to furnish the same in time to your

satisfaction.

6. Bid Price

We declare that our Bid Price is for the entire scope of the work as specified in the

Schedule of Requirements and Tender documents.

7. We hereby declare that our Tender is made in good faith, without collusion or fraud and

the information contained in the Tender is true and correct to the best of our knowledge

and belief.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

12.2FORMAT: SCHEDULE FOR COMMERCIAL BID

SL.NO ITEMS QUANTITY UNIT PRICE SUB TOTAL

1 Touch Screen Tablet Devices 42

2 Personal Computers 70

3 Laptops 35

4 ID Card Printers 1

5 Scanners 2

6 LAN Nodes 200

7 Wi-Fi Access Points 15

8 WAN Link 1

9 VC Studio 2

10 Projection System 3 11 Digital Board 1 12 Display Panels 5 13 Digital Audio Recordings 2 14 Video Streaming Setup 2 15 Office suite 140

16 Digital Archives 1 17 Electrical/ Air-conditioning work, UPS etc As per the estimate drawn

18 Civil Work As per the estimate drawn

19 Manpower cost for 36 months ( varied level) 20

20 M F Colour Printers 6

GRAND TOTAL

Total price quoted: Rupees .

Phone : 203629 203630

SIKKIM LEGISLATIVE ASSEMBLY SECRETARIAT GANGTOK (SIKKIM)

Ref. No.?:~!..~f ~y/~} 0~ Dated .. !.?.{~ l~oi1 ....................

To,

The Additional Director, Department of Information Technology, Government of Sikkim, Gangtok.

Sub: Estimate for "Re-modification of Tables and Supply of Furniture for NeVa Project in the Main Hall of Assembly, Secretariat,".

Sir/Madam,

I am directed to forward herewith original estimate for the work "Re-modification of Tables and Supply of Furniture for NeVa Project in the Main Hall of Assembly, Secretariat," amounting to Rs.47,84,252.00 (Rupees forty seven lakhs eighty four thousand two hundred and fifty two) only prepared by Buildings and Housing Department, Government of Sikkim, for favour of taking further necessary action from your end.

Kindly acknowledge the receipt of the same.

Thanking you,

Yours faithfully,

Un~~Admin.) Sikkim Legislative Assembly Secretariat.

GOVERNMENT OF SIKKIM BUILDING & HOUSING DEPARTMENT

To: _)

~ti Sikkim Legjsfative Assembly Secretariat, ~,_»:- --~ ~~ Gangtokftast Sikkim. f.

di"\'V\­ \1'

Subiect: Forwarding of Estimate.

Sir,

With reference to your letter no: 200/AOMN/SLAS, dated: 05.07.2021, I have been directed to forward herewith the estimate for the work "Re-modification of Tables and Supply of Furniture for NeVA Project in the Main Hall of Assembly, Secretariat," amounting to Rs. 47,84,252.00 {Rupees forty seven lakhs eighty four thousand two hundred and fifty two) only.

The estimate has been technically vetted by the Planning cell of the Buildings & Housing Department and is therefore forwarded for favour of kind perusal and for accord of financial sanction of the Government, please.

Thanking You.

Yours faithfully,

\

NAME OF WORK: ESTIMATE FOR REMODIFICATION OF TABLES AND SUPPLY OF FURNITURE FOR NeVA PROJECT IN THE MAIN HALL OF ASSEMBLY ,SECRETARIAT, GANGTOK.

BRIEF:

HISTORY:

TECHNICAL REPORT r~ '-fry-~ t ~ Iti!3 estimate amounting to Rs. 49, 24,008.00-/ (Forty Ni-Re Lakhs

~ Four Thousand) only has been framed for the above me'r{tib'hed work.

As per the letter marked at "X" received from the Under Secretary Sikkim Legislative Assembly regarding the preparation of estimates for implementing the NeVA projects in Sikkim Legislative Assembly. The site was inspected on 22th July 2021 along with the Hon'ble Speaker, Secretary (SLA), Additional Director (DIT), Divisional Engineer, Junior Engineer and other officers of Sikkim Legislative Assembly. Upon inspection it was known that our state assembly was implementing the NeVA project which would be a paperless Assembly ore-Assembly is a concept involving of electronic means to facilitate the work of Assembly. It enables automation of entire law making process, tracking of decisions and documents, sharing of information. Citizens would also gain access to this information at their fingertips. Now, in order to implement this project Secretary (SLA) along with the Additional Director ( Nodal Officer ) the following direction were being issued to the department-

i. Re-modification of the existing table along with polish/vineer for mounting of 13 inches tab, in the main hall of Assembly Secretariat.

ii. Setting up of support room near the Assembly entrance.

iii. Supply of new adjustable chairs in the main hall of Assembly Secretariat.

iv. Providing a new woolen carpet in the main hall of Assembly Secretariat.

v. Supply of furniture at conference room, including chairs, workstation etc.

vi. Roof treatment/ Water proofing of terrace of Sikkim Legislative Assembly.

The Subdivision has thus, prepared an estimate which would suffice the cost for the expenditure that shall be incurred in execution of the said works.

r - .

SCOPE: The scopes of work:

i) P/f/f 19mm ply in all types of frame. ii) P/L veneer on table and frame. iii) Distempering with dry distemper on old work surface at control

room. iv) P/F/F Gypsum board ceiling. v) Supply of furniture and furnishing item. vi) Roof treatment and water proofing at terrace level. vii) Throwing of debris. viii) Carriage of materials.

RATES & SPECIFICATION: As per SOR 2020.

MODE OF EXECUTION: Contract/Departmental.

3 Months.

Submitted for approval and financial sanction please.

ment Divisional Engineer (HQ)

Buildings & Housing Department

,.......,_

,. -- " ~.:>TIMATE FOR "REMODIFICATION Of TABLE & SUPPLY Of FURNITURE FOR NeVA PROJECT IN MAIN HALL

• ¥ ' •

OF ASSEMBLY SECRETARIAT", GANGTOK, EAST SIKKIM

1 Labour engaged for removing of old carpet.shiftinq, cleaning, rearranging of furnitures etc.

Khalasi required. 7 X 10 :,: 70 mday ?-1,~1:l'O @ .A-G0760 /mday f ..23;006.00

~(}""\)

2 Providing, fitting and fixing of 19mm ply in all types of frames complete.

Assembly Hall Table 1 Sides 4 X 2'-2" X 3'-0" = 25.92 sft Back 1 X 13'-0" X 3'-0" = 39.00 sft Top 1 X 13'-0" X 2'-2" = 28.60 sft

.93.52 sft

Frame ~ Sides 4 X 6" X 1'-6" = 3.00 sft Top 1 X 1 '-6" X 1'-6" = 2.25 sft For 1 table = 5.25 sft For 60 nos of table 60 X 5.25 = 315.00 sft

408.52 sft Size of 1 plywood 4.00 X 8.00 = 32.00 sft

Total No of plywood 408.52 = 1r 32.00 say = 12 nos

Rate of ply wood @ z~_g-- /sft

Rate of 1 plywood 32.00 X 195.00 - ~6.~ Rate of 12 plywoods = f7~6!

Provision for channel, hinges, buffer, nails, sand paper etc. L.S. (to be paid as per actual measurement) f1~

3 Providing, laying vinier on table and frame, in the main hall of Assembly

Assembly hall Table 1 Sides Outer & inner face 8 X 2'-2" X 3'-0" = 52~ sft Back Outer & inner face 2 X 13'-0" X 3'-0" = 78.00 sft

Top 56~ Outer & inner face 2 X 2'-2" X 13'-0" - sft 18~ sft

Table 2 Sides / Outer & inner face 6 X 1'-9" X 3'-0" = 31.50 sft Back Outer & inner face 2 X 7'-0" X 3'-0" = ?e- sft Top Outer & inner face 2 X 1'-9" X 7'-0" = sft ¾to- 0 sft

"' '

<

. _,_ . ,,.-,

For 27 nos of table = 2646.00 sft

Table 3 Sides Outer & inner face 4 X 1'-9" X 3'-0" = 21.00 sft Back Outer & inner face 2 X 3'-0" X 3'-0" = 18.00 sft Top Outer & inner face 2 X 1'-9" X 3'-0" = 10.50 sft

49.50 sft For 6 nos of table = 297.00 sft

Vide item no 2 2 X 315.00 = 315.00 sft = 3444.96 sft

Size of 1 sheet 4.00 X 8.00 = 32.00 sft Total No of sheet 3444.96 = 107.66 nos

32.00 IQ~ yi.oo nos

Rate of sheet @ ~-0- /sft

Rate of 1 sheet 32.00 X 80.00 = ~ 2,560.00 ?-,yt, ½ g-o Price of 111 sheets = f -2;84, 160:00

4 Varnishing two or more coats with Copal varnish or superior quality spray varnish including preparation of surface with timber putty, sand paper etc on new work complete. vide item no 3 = 3445 sft

~?-Q·I~ sqm ~,~1) @ 26~ /sqm f..84,786,:00

5 Supply of materials Fevicol = 50.00 kg

f12~0 @ 2~/ /kg

6 Labour Required "'3. <g, y (\\ a) Carpenter 4 X 30 = 120 mdays

@ -eW:00 /mdays f .:n,600:00 J. z-o

b) Helper 6 X 30 = 180 mdays .>'-1~ )

@ ~o /mdays f 96;01Jlf.oo .:1.~

d) Carriage of materials = 5 Trips @ 150~/ /trip f~OO

7 Distempering with dry distemper on old work (one or more coats) of required shade to give an even and uniform shade after thorough cleaning of dirt, dust, loose pieces of scale, grease etc including surface preparation by sand papering etc complete. Old surface

Control Room Wall

2 X 8'-2" X 6'-0" = 97.92 sft 2 X 7'-4" X 6'-0" ::: 87.96 _,,.,,.- sft

A 185:00-- sft

Did of door & windows D 3'-0" X 6'-0" = 18.00 sft w 3'-0" X 5'-0" = 15.00 sft

B 33.00 sft A-B 152.88 sft

14.23 sqm @ 52.85 /sqm f 752.00

~

8 Providing, fitting and fixing of undressed local timber (tooni, katus equivalent) in all types of frames complete.

Control room Window 2 X 3'-0"

2 X 7'-0"

6.10 X 0.10

= 6.00 ~} = 14.00 rft

= 20.00 / rft = 6.10 rm

X 0.15 = 0.09 cum '-f j £M @ 48713_y/ tcum U-,4&1.00

9 Providing / Fitting/ Fixing Gypsum board ceiling having composite thickness of 67mm consisting of frames and double skin 8.5mm thick glass reinforced gypsum (GRG) board manufactured by spray suction technique with high strength plaster of paris confirming to IS 8272 i/c providing and fixing frame works made of special section power pressed MS sheet and galvanized with Zinc coating of grade 175and consisting of floor and ceiling channel 50mm wide having equal flanges of 32mm width 0.50 m thick fixed to floor/ceiling at spacing 610 mm centre to centre by 6mm dia. bolts and nuts to both ends of ceiling (hang on truss)/ partition fixed on wall with rawl plugs) at the spacing of 450mm c/c and fixing of GRG boards to either frame work by 20mm long drive screws on studs, floors, ceiling channel spacing of 300mm c/c i/, join paper tapes i/c two coats of primer suitable for GRG board as per manufacture specification

Control Room 8'-2" X 7'-4"

10 Supply of Furniture, carpet etc Assembly Hall i)Woolen Carpet Area 3.14 X (33'-3")A2

Labours for laying of carpet

ii) Executive Table

iii) Chairs b) Executive chairs

a) Executive chairs

Control Room

= 59.81 sft 5.5r sqm

@ 237/ /sqm

~ ,,q--) . "1 }- = -3-481-. 91 sft @ 300.00 /sft

~~{~·Yr = 34 . sft

1/ /sft

= 1.00 /no @ ~00 /no

= ~

nos @ 25 0.00 /no = 7Jto0

nos @ 18 ~o /no

,a~ l, '--'\./ J f =18,44,573.00

f 50,000.00 ,.;--

f)9-,000.00

f 13,50,~0

i) Table (3x4) = @

ii) Office Chairs

iii) Glass partition (One way Glass 6mm)

Labours i) Carpenter

ii) Helper 2

X

X

2

2

Staff room 4 seater work station

Carraige of materials

11 Roof treatment and water proofing at terrace of S.L.A. (Detail Estimate Enclosed)

= @

= @

=

=

1.00 /no

1orce-:oo /no ,1~~00 .00 /no

50~0 /no f 10/'.00

21.00 sft

~o /sft f1,~

2.00 mdys t\.\,O ..,.eB0-i:)0 /mdy ,~oo

"3,'Yl)

4.00 mdys \ ~ see-oo /mdy f2y080.00 ~~

= 1.00 /no @ 5509,CY00 /no f~0.00

= 4.00 trips @ 2000.00 /trip , s,oog,.oa-

~

f 10,19,400.00 ~

12 Throwing of Debris Trips = 5

@ / Trips

TOTAL 2000.jlO /trip fu

Q 18% Gst ~dd 1% labour&c ss :I" ·Yo/ ,tr ,...,'1.-- no, oo.oo , f-. on supply item ,_,, ~, Ii' , ,., f 43;'t4;'1114 O

_<:, O R_ ~ 12% GST on : 22.J ' ~·t f '1 ~~ 1$'1-) {:: t./(t, ~ (+I H3;1'IZ:OO o GRAND TOTAL \ / ,f. S'IJ 5~ f.,43,91&0~ £4,, gy ,Hij H2,,a2m

~'\ J I /f 49,24 99c 32 say ' ~- f~

ly/-

Junior ~-Ill) Buildings & Housina De,Qtt. JUl&IJt~rr{Hf,!,-ll Buifding & Housing Deptt •

. of Sikkim, Gangtok

Assista~Q-111) Bl,lj~iogf~~l;i~,'t-5in_e.peptt. .\~~~oot• 5fl~ll~rrll-R , HQ/II

Building & Housing Deptt./ Govt. of Sikkim, ·Gangtok "'

,,. 0. -TADONG BAZAR, GANGTOK, SIKKIM f b.0. - BAG HA JATIN MAIN ROAD, SILIGURI - 734001 ~ email: [email protected]

Authorised Distributor of: Sika India Pvt. Ltd. (An ISO 9001 Co) 100% Swiss Co

Waterprooflng the World Since 1910

'R.e_{ No . 'Date./).!t:./J.1:.~0..2/. ..

- t:STlllfATE FOR WATERPROOFING AT TEIIRACE OF ASSEMBLY HOUSE,G,\NGTOK, KAST SIKKIM.

SLNO. DESCRIPTION OF ITEM UNIT NO II II rrrv HATE AMOUN'f

I Surface Cleaning and prcpara1ion of Surface for npplicariou of Fosroc- PROOFEX TORCHSEAL.

Total Arca SOM 1329.13 (1i) [1 130.00 0 1nn6.'Jf1

- 2 Providing and Apllication of Fosroc- PROOFEX TORC'HSEAL as per direction of engineer -in· charge.

vidc item I SOM I 1329.1 I t (@. !) 380.00 () SOS,069,40

I "7

Providing and Apllication of Fosroc- PROOFEX TORCH SEAL adhesive as per direction of engineer ·in, chnrgc, @O.li

3 kg/S<I mu

SQM 1329.13 KO 1329,13 X 0.8 1063.30

(1i) u 175.00 0 186,078.20, /

TOTAL 0 863~0

GST@l8% 0 155,508.Y,

GRAND TOTAL 0 1,019,4~00

We Deals In: Supplying & Application of Construction Chemicals _of Sika Put. Ltd. an ISO 9001 Co we undertake jobs related to Waterproofing, Groutinq Structural Strengthening and

Repair/Retrofitting & other Civil/Electrical/Telecom jobs.

GLASS WINDOW (3'0" X 7'0")

8'-2" ,__

-- - CONTROL ""'" I - r-- ROOM -- --~

I

I I

W (3'0" X 5'0")

D (3'0" x 6'0")

BUILDINGS & HOUSING DEPARTMENT I ~ ~ _, GANGTOK ASSIS~A~EER

~~ANT ENGINEER. HQ£

- ----------------------

TABLE 1

U'

FRONT ELEVATION

TOP ELEVATION

TABLE 3

_3'-2"

TABLE 2

7'-0"

~I II II I I~ I.,_

FRONT ELEVATION FRONT ELEVATION

~ 3'-2" l1l 7'-0"

11 ~111 ii TOP ELEVATION TOP ELEVATION

BUILDINGS & HOUSING DEPARTMENT GANGTOK ASSISTANT ENGINEER~ tw ~

HQ.Ill ~

-- . ''INci::ti, HQ/ Building & Housing Deptt, GovL of Sikkim, Gangtok

er/HQ-ll Bui:iing & Housing Deptt. ~ of Sikkim, Gang wk

''

ASS EMBLY ROOM

TABLE 1

ENTRY GATE

BUILDINGS & HOUSING DEPARTMENT GANGTOK ASSI~ JU~ER

R HQ/II '/MJ,, Engtnee~/Hfl. Building & Housln~g-Deptt. BultJing & _H~uslng r,c,,· Govt of Sikkim, Gangtok ,Govt. of Sikkim, G01 :s,~

_ .. ···,,,...._ •.. -

WATERPROOFING AREA AT TERRACE OF SIKKIM LEGISLATIVE ASSEMBLY, GANGTOK.

~ ROOF TREATMENT AREA

~ TOTAL AREA = (1329.13 SQM)

BUILDING & HOUSING DEPARTMENT I c\ (.\ ' GANGTOK, SIKKIM -- ~(,IJ't,t-' ______...,

ASSISTAN~ER HQ-III JUNI~-IIJ

I\SSISTANT ENGtNEER , HQ/II Building & Housing Deptt. Govt of Sikkim, Gangtok

WIIJo, Englneer/HQ-!J 13ul:fing & Housing Deptt_ '3ovt. of Sikkim, Gangtuk C