TERMS & CONDITIONS For
MANPOWER OUTSOURCING
TENDER REF.: C-DOT/DEL/TENDER/2019-2020/007
TENDER NO. C-DOT/DEL/TENDER/2019-2020/007
C-DOT is a registered under the Societies Registration Act 1860, having its registered office at
C-DOT Campus, Mandi Road, Mehrauli, New Delhi – 110030. The society was set up by
Government of India for pursuing Research & Development in Telecommunications. C-DOT
intends to hire, on outsourcing basis, experienced technical manpower from reputed service
providers / manpower consultants for meeting its project requirements.
SECTION I
1. GUIDELINES FOR SUBMISSION OF BIDS
C-DOT ADOPTS A TWO-BID TENDER SYSTEM. THEREFORE, SEPARATE
TECHNICAL AND FINANCIAL BIDS ARE TO BE SUBMITTED AS PER
FOLLOWING PROCEDURE, BY THE INTERESTED BIDDERS.
1.1 Critical date sheet: For details regarding Critical Dates related to this tender, please refer
Notice Inviting Tender (NIT) Document. In case, the Bid Opening Date of the tender happens to
be an unscheduled holiday, the tender will be opened on the NEXT WORKING DAY at the
same time.
1.2 Document Download: Tender documents may be downloaded from C-DOT website
www.cdot.in (for reference only) and Central Public Procurement Portal:
https://eprocure.gov.in/eprocure/app (henceforth referred to as CPP Portal) as per the schedule
given in ‘Critical date sheet’.
1.3 Bid Submission: Bids shall be submitted online only at CPP Portal on or before Bid
Submission End Date, as mentioned in ‘Critical date sheet’. Bids sent by FAX, email or offline
mode will not be considered.
1.4 Currency: The prices should be quoted strictly as per Price Bid format in BoQ format in
INDIAN RUPEES only.
1.5 One Bid per Bidder should be strictly adhered to while bidding for this Tender.
1.6 Bidder, who has downloaded the tender from the C-DOT website or CPP Portal shall not
tamper/modify the tender form including downloaded price bid template in any manner. In case
if the same is found to be tampered/modified in any manner, bid will be completely rejected and
EMD would be forfeited and rejected bidder will be to be banned from doing business with C-
DOT.
1.7 Intending bidders are advised to visit C-DOT website and CPP Portal regularly till closing
date of submission of tender for any corrigendum/addendum/ amendment.
1.8 Pre - Bid Meeting : A pre-bid meeting would be conducted at C-DOT Campus, Delhi as per the schedule given in the Critical dates table (refer NIT document) .
All the queries in this regard (in *.xlsx format only) should reach C-DOT by e-mail latest by the date/time stated in the NIT (notice inviting Tender) document for seeking clarifications/ submission of queries. No query shall be entertained after the scheduled date and time. The subject of the mail should contain the tender reference number. A maximum of 02 authorized representatives will be allowed to attend the Pre-Bid meeting
2. FEE/ CHARGES RELATED TO BID:
2.1 Tender Fee: Tender fee of Rs. 1180/- (Rupees One Thousand One Hundred and Eighty
only), payable by way of Non-refundable Demand Draft (DD)/Pay Order favoring ‘CENTRE
FOR DEVELOPMENT OF TELEMATICS’, to be purchased on or after publication date of
this tender, and payable at New Delhi, obtained from any Nationalized/ Scheduled Bank,
valid for three months, to be submitted to C-DOT and scanned copy of this DD to be
uploaded in the portal along with technical bid. All applicable bank charges shall be borne by
the applicant and he/she shall not have any claim whatsoever on this account on C-DOT.
Please note that there is no Exemption for Tender fee. (for any category)
2.2 Earnest Money Deposit (EMD): The EMD of Rs. 1,00,000/- (Rupees one Lakh) in the form
of DD/Bank Guarantee (BG) as per format given at ANNEXURE-VII, should be physically
submitted to C-DOT, Delhi office on or before the ‘due date and time as given in the critical
date sheet (Refer NIT Document). Bidders are required to upload the scanned copy of an
undertaking for the same as per Annexure IV on CPP Portal during bid submission.
The BG shall be valid for 6 months from the ‘Bid Submission End Date’. In case EMD is
submitted in the form of DD, it should be valid for three months and may need to be re-
validated after 3 months, for next 3 months, if required.
2.3 The EMD is payable by all categories of bidders and exemption is permissible only to
Government bodies/PSU’s and MSME /SSI organizations on production of relevant proof. Bids
without EMD shall be treated as invalid forthright.
2.4 EMD amount will be returned without interest, to unsuccessful bidders within 6 months from
the Bid Submission End Date or award of contract, whichever is later.
2.5 In case of successful bidder, EMD shall be returned interest free on encashment / acceptance
of Performance Bank Guarantee (Refer section 10 for details regarding Performance Bank
Guarantee).
2.6 Bids without EMD and Tender fee shall be rejected outright.
2.7 The Hard Copy of original instruments in respect of Tender Fee and EMD must be delivered
in two different sealed covers specifying tender number, item and due date; on the ‘Bid
Submission End Date’ as per schedule given in critical date sheet (refer NIT document), to the
following address:
Manager- Purchase
Centre for Development of Telematics
C-DOT Campus, Mandi Road, Mehrauli
New Delhi- 110030
Telephone Number: 011-26802856, 011-26598707
Email address: [email protected]
2.8 C-DOT will not be responsible for delays of any nature including due to postal and/or force
majeure delays. Hard Copy of original instruments in respect of Tender Fee and EMD
received after due date will not be accepted and the Bid will be rejected outright and no
communication will be entertained.
2.9 Bidders shall also attach scanned copies of all requisite documents i.e. proof of submission of
tender fee/ Earnest Money deposit (EMD) and other certificates / documents specified in the
tender document. Bid submitted without necessary proofs as required in the tender document
will be outrightly rejected. However, subsequently, the bidder shall provide any additional
technical document, if required by the Technical Evaluation Committee.
2.10 Any falsification/ suppression of information would lead to the cancellation of contract
with forfeiture of Bank guarantee
2.11 The EMD amount will be forfeited to C-DOT in the following cases: -
a) Any financial bid received against this tender shall be governed by the terms and
conditions indicated in the tender document. If, after submission of the financial bid, the
bidder fails to honor the contract, if awarded, or refuses to comply with any/all of the
terms and conditions of the tender.
b) If the bidder withdraws the offer during the validity period of the financial bid.
c) If the successful bidder fails to commence the service/supply, in accordance with the
tender terms and conditions of the contract.
d) If the successful bidder fails to submit the Performance Bank Guarantee within the
stipulated time. This will also warrant closure or termination of contract.
e) If any information furnished is found to be incorrect.
2.12 Successful bidder must submit Performance Bank Guarantee (PBG) in the form of
DD/bank guarantee equivalent to 2.5 % of the total contract value (for 2 Years) from any
nationalized / scheduled Bank in the prescribed format (Given in Annexure VIII). This PBG
should be submitted within 15 days from the issue of the work order, for faithful performance
and it should be valid for up to three months after the expiry of the contract period. It will be
retuned back after the contract is over as interest free. The same shall be extended in case of
any extension of the contract. The DD / PBG is payable by all categories of bidders and
no exemption is permissible.
C-DOT will be free to encash this Bank Guarantee in the event of any failure on the part of
the Contractor to meet his obligations under the contract or in the event of any demand by the
concerned Statutory Authorities for the dues from the Contractor at its sole discretion.
After acceptance of the contract if any/all the terms and conditions of the contract is /or
violated, C-DOT reserves the right to terminate the contract. In such cases, the PBG will be
forfeited to C-DOT at its discretion
3. OTHER TERMS AND CONDITIONS
3.1 C-DOT reserves the right to reject/accept or withdraw any part or full tender(s) without
assigning any reason whatsoever. The decision of c-dot is final and unquestionable.
3.2 C-DOT reserves the right to award the contract to deserving parties either in full or in
parts. The decision of c-dot is final and no enquiry will be entertained in this regard.
3.3 Bids should be complete in all respects and incomplete bids will be summarily rejected.
No clarification will be taken by c-dot in this regard.
3.4 Where the bidder makes counter terms and conditions of business, the tender shall not be
deemed responsive, unless c-dot in its discretion, may give specific written acceptance
thereof.
3.5 Bidders are requested to study the terms and conditions of the tender carefully and then
submit their tenders accordingly. Any Contract /Work Order resulting from this tender shall
be governed by the terms and conditions indicated in this tender documents and the bidder
quoting against this tender shall be deemed to have read, understood and accepted the same,
unconditionally. NO CLARIFICATIONS / AMENDMENTS SHALL BE ENTERTAINED
UNDER ANY CIRCUMSTANCES ONCE THE BID HAS BEEN SUBMITTED.
3.6 Taxes & Duties: The service provider will be entirely responsible for all the taxes,
duties etc. payable under Law.
3.7 Offer Validity: The bids should be valid for a period of 180 days from the last date of
submission of Bids.
3.8 SELECTION OF L1 BIDDER :
(a) L1 bidder shall be decided on the basis of total lowest quoted price for 02 Years for
all the categories as per BoQ i.e. it will not be line item wise but based on total
contract value for two years.
3.9 Placement of Manpower upon receipt of Work Order
(a) The L1 Bidder selected, after receipt of Work Order / Purchase Order, shall continue
providing candidates for interview to C-DOT till acceptance & as per mutually decided
schedule.
(b) Selected Bidder will have to submit the Complete RESUME for quoted manpower
(on 1:3 basis as per Annexure ‘VI’ within 15 days from the date of release of Work
order).
(c) The bidder shall further deploy the finally selected manpower within 45 days after
interview and communication by CDOT in this regard.
(d) If within 03 weeks of award of contract, the bidder fails to provide the candidates for
interview matching 80% of the skill set, the work order may be terminated and BG shall
be forfeited to C-DOT
4. MINIMUM CRITERIA FOR SHORTLISTING:
4.1 Technical Bid :
a. Bidder should have submitted tender fee as per details provided in this tender document.
b. Bidder should have submitted EMD of Rs. 1,00,000/- (Rupees One Lakh) as per details
provided in this tender document
c. Following documents to be enclosed as part of technical bid
(i) Bidder Details as per Annexure I
(ii) The bidder should be a Company registered under the Indian Companies Act, or
with government agency & in existence for a minimum of 03 years on the date
of issue of this tender, with necessary facilities and experience in providing
such technical services in Electronics / Computer Science / Information
Technology Engineering (attach relevant Work Order / PO copies, documents
etc.). It should not be a consortium of firms / companies or placement
agencies.
Copy of Registration certificate of the firm from concerned authorities
indicating Registration No. date and its validity should be attached.
(iii) Copy of the PAN CARD
(iv) Copy of the GST Registration Certificate.
(v) Bidder should have PF and ESI Registration number. Copy of PF and ESI
registration should be provided
(vi) Bidder shall submit Compliance to skill set and Experience (minimum 75 %) as per
Annexure II supported by Actual RESUME (minimum 25% of the required nos.) in
each category (as per Annexure VI), Bidder may conceal the contact details of the
candidates as per attached herewith. These candidates may be called for interview/
interaction either physically or remotely as part of the technical evaluation.
(vii) The bidder shall have at least one experienced technical person on their rolls, having
B.Tech. / M. Tech. (in Comp. Sc. Or ECE or IT) degree with the following experience
in Design and Implementation of IT projects: -
This person should have minimum 10 Years’ experience in the field of Networking
(preferably CISCO certified) or OS & Security (preferably RHEL certified) or Storage
(preferably NetApp Certified) / Database (preferably Oracle/ MySQL certified).
This person should have been working with the bidder for at least the last three years.
The documentary evidence in support of this criteria should be submitted as part of the
Technical bid.
This person will have to screen and certify all the resume of potential candidates which
are to be submitted as part of the technical bid. The same process has to be followed
before forwarding the resume after placement of WO by C-DOT.
(viii) The bidder should have successfully completed a Minimum 02 Contracts of similar
nature * of annual value of at least Rs. 50.00 lakhs each of similar nature from a
Govt. Office / State Govt. /Center or State PSU / reputed Pvt. Company during the
last three Financial years namely 2016-17, 2017-18, 2018-19. In case they do not
have single contract of Rs. 50.00 lakhs, they may provide 02 contracts amounting to
Rs. 50.00 lakhs in a particular year.
* Bidder should submit self-certified copies of at least two of resume of the
manpower deployed under these contracts as proof.
Documentary Proof of two contracts cumulative amounting to Rs. 50 lacs
financial yearly or more of similar nature, in force for last three financial years
(FY 2016-2017, 2017-18, 2018-19) along with the list of the organization
where the bidder is currently providing /has provided such kind of service
should be attached.
(ix) The bidder should have enough financial strength (Average annual turnover of Rs.
1 Crore or more) in the field of services for the last three financial years to take
up contracts of this magnitude. Bidder should provide documentary proof of
their annual turnover (Income Tax returns, Audited Financial statement etc.) for
last three financial years (2016-17, 2017-18, 2018-19).
(x) Experience in the field of “Technical Services” should be there for at least last
two years. Relevant documents, Work Orders / PO copies, service satisfaction
certificate etc. should be attached in this regard
(xi) Service Provider’s Company / firm should not have been banned or black-listed
by any Government Department / Central Government Unit / Public Sector Unit
/Financial Institutions / Court. Please provide an undertaking for the same.
(xii) Service Provider shall attach Certification from reputed user agencies, ISO /
High level quality service certification in the relevant area, if available.
(xiii) List of major clients for last three years
(xiv) Acceptance for submission of EMD as per Annexure IV.
(xv) Acceptance/Undertaking for submission of Performance Bank Guarantee in
Annexure III - for 2.5 % of the total contract value of the work order, valid for a
period of 27 months within 2 weeks of the release of the Work order by C-DOT.
(xvi) Undertaking as per Annexure III on Company Letterhead.
(xvii) Compliance as per Annexure II of this tender document.
(xviii) Acceptance letter to sign Non-Disclosure Agreement with C-DOT on Non-
Judicial Stamp Paper of Value of Rs. 200/-.
d. Only those bids where the submitted RESUME fulfills at least 75 % of the
required skill set would be considered for financial evaluation i.e. if they fail to
meet these criteria, they will be technically rejected. False claims for fulfillment of
the skill set shall be treated as a violation of the tender terms.
e. An undertaking is to be given by the bidder that they will not be earning more
than 20% of the total price quoted for the supplied manpower. If the undertaking
is not provided in the technical bid, the bidder will be technically rejected.
4.2 The Financial Bid should contain information on price quoted strictly as per
BoQ in .xls format only – and the same should be submitted online on CPP portal only.
5. SCOPE OF WORK:
Under this manpower service contract, the service provider will be providing technical
manpower services to different projects or groups. The above manpower may be stationed at
our C-DOT Delhi & Bangalore offices, BSNL offices in metro cities or any other city depending
on the project. They should also be able to provide the manpower from metros in each zone for
various site / field requirement.
5.1 Qualification, experience and scope of work for the Manpower
The exact Experience and Scope of work will be specified during selection process of the
candidates. However, a broad criterion of qualification, experience and scope of work is
given in Annexure VI.
It may please be noted that fluency in Hindi and English is required. The persons should be
ready to undertake traveling. TA/DA as per applicable C-DOT rule will be given in case of
traveling.
5.2 Total Manpower Requirement
The total manpower requirement in the two years is expected to be 16 nos. however the
exact requirement shall be communicated at the time of inducting persons.
The abovesaid requirement can be increased / decreased over a period of 02 years.
6. Period of Contract: The contract shall be valid for a period of 02 years from the
date of Work order. However, the contract may be extended further based on mutual
agreement of both the parties.
The contract shall be on fixed price basis for full contract period in Indian Rupees on all-
inclusive basis except GST which is to be quoted extra as per actuals. No increase in the rate
contract shall be allowed during the period of contract. There should be no hidden charges.
Price Bid accompanied by any counter conditions and/or conditional expression such as
‘Subject to immediate acceptance’, ‘Subject to confirmation’ etc. shall be treated as being at
variance & shall be liable to rejection.
7. Cost of bidding: The bidder shall bear all costs associated with the preparation and
preparation and submission of its tender & C-DOT shall in no case be responsible or
liable for these cost, regardless the conduct or outcome of the tendering process.
8. Non Transferable bids: The tender document is non-transferable.
9. Liquidated Damage:
a. If the selected manpower is not provided / replaced by the service provider within the
time frame as defined in the clause 3.8 above and as defined in Annexure ‘VI’,
penalties shall be imposed on the service provider by C-DOT. The penalty to be
imposed will be @ 0.5% per week for the first two weeks, @ 0.75% per week for the
next two weeks & @ 1.0% per week for the next two weeks of the total manpower
cost for every person of such default. If the service provider is not able to provide /
replace within 06 weeks as mentioned above, C-DOT reserves the rights to arrange
the same from the other sources at the risk and cost of the service provider.
b. If the service provider is not able to provide the manpower as above within 06 weeks,
C-DOT reserves the right to blacklist the service provider.
10. Performance Bank Guarantee : Performance Bank Guarantee equivalent to 2.5% of
the total contract value (for two years) from any nationalized Bank /scheduled Bank, in
the prescribed format (as per Annexure ‘VIII) is to be submitted within 15 days of the
issuance of the Work Order and it should be valid three months after the expiry of period of
this contract. If the BG is not submitted within 15 days of receipt of work order, the
work order can be cancelled.
C-DOT retains the right to encash the Performance Bank Guarantee in the event of any
failure on part of the service provider to meet obligations under the contract.
11. Confidentiality: The finally selected bidder shall sign a Non - Disclosure Agreement for
the Project with C-DOT, and undertake to be strictly bound by its stipulated provisions.
12. Payments: The service provider shall submit the bills by 7th of the following month for the
services provided in the previous month. The payment shall be released by the end of the
month on receipt of satisfactory Performance Report from C-DOT, after deducting
liquidated damages, if any. Income Tax, as applicable, shall be deducted at source from the
payable amount, and a Certificate thereof shall be issued by C-DOT providing the
satisfactory services as per the Purchase Order. No Advance payment is admissible under
any circumstances.
13. TERMINATION:
13.1 C-DOT may, without prejudice to any other remedy for breach of contract by written
notice of default sent to the service provider, terminate the contract in whole or part:
a. If the service provide fails to deliver any or all of the goods / services within the period
(s) specified in the contract.
b. If the service provider fails to perform as per the quality standard.
13.2 C-DOT may terminate this Contract by written advance notice to take effect
thirty (30) days after receipt thereof by the service provider , if:
a. Service Provider commits a breach of any of its covenants or obligations under this
Contract and has failed to remedy the said breach within thirty (30) Days after
being required in writing to do so by C-DOT;
b. Service Provider assigns or purports to assign this Contract or any part of this
Contract or Rights under this Contract without written consent of C-DOT.
13.3 Failure on the part of C-DOT to notify Service Provider of a breach of this Contract,
or to terminate this Contract because of such breach, shall not constitute a
condonation of the breach, or waiver of the right of C-DOT to terminate this
Contract in accordance with the provisions herein contained. The termination shall
not release Service Provider from its liability for breach of this Contract.
13.4 With the exception of the Confidentiality and Indemnity provisions of this
Contract, no other obligation shall survive termination of this Contract, except those,
which, by their nature or context, are intended to survive the termination.
14. ASSIGNMENT:
The service provider shall not assign, delegate, sub-contract or otherwise purport to transfer
its rights, responsibilities or obligations or any benefit under it, to any third party under this
Contract, without the prior written consent of C-DOT.
15. LIMITATION OF LIABILITY:
15.1: In case of breach of any term of this Contract, C-DOT shall be entitled to terminate
or cancel the whole or any part of the Contract at the risk and cost of service
provider. This will be without prejudice to levy Liquidated Damages for delay and
wrongful disclosure and other liabilities as covered by the provision of this
Contract.
15.2: In no event shall, Service Provider's cumulative monetary liability for all or any
claim arising in connection with this Contract exceed the total payment to be
made by C-DOT to Service Provider under this Contract. This limitation of
liability is intended to apply normally but not when Service Provider’s breach of
the Contract is held by C-DOT to be gross and willful or involves any kind
of criminal conduct on part of Service Provider.
16. GOVERNING LAW: This Contract shall be governed, construed and
exclusively enforced in accordance with the laws of India. In relation to any proceedings
relating to enforcement of this Contract, both the Parties irrevocably submit to the
exclusive jurisdiction of the courts in Delhi.
17. DISPUTE SETTLEMENT – ARBITRATION :
In the event of a dispute concerning the conclusion, validity, interpretation or performance
or failure of this Contract, the Parties shall make every reasonable effort to reach an
amicable settlement in good faith. However, failing amicable understanding between the
Parties, any dispute arising under or relating to this Contract, including the existence,
validity, interpretation, performance, termination or breach thereof, shall be finally settled
by arbitration, in accordance with the Indian Arbitration and Conciliation Act, 1996, as
amended from time to time. Either Party may refer the dispute to the sole Arbitrator, to be
nominated by the Executive Director, C-DOT. The venue and seat of arbitration shall be
Delhi. The language of the arbitration shall be English
18. FORCE MAJEURE:
Either Party shall be excused from delays in performing or from its failure to perform
hereunder to the extent that such delays or failures result from visa-major, including, but
not limited to, fire, flood, acts of God or public enemy, provided due notice is given to
the other Party along with satisfactory evidence for the same.
If the force majeure event continues for one (1) month, the affected Party may terminate this
Agreement after giving fifteen (15) days advance written notice to the other Party.
19. If, at any time, during the performance of the Purchase Order, the supplier
encounters conditions impending timely delivery and performance of services, they should
promptly notify CDOT, in writing, of the fact of the delay, the cause of delay and its likely
duration. CDOT shall evaluate the situation and at its discretion, decide to extend the
suppliers, time for performance. CDOT decision in this regard will be final and binding.
20. C-DOT reserves the right to award work to deserving tenderer and the decision shall
be final and binding.
21. C-DOT reserves the right to reject / accept any part or full tender without any reason
whatsoever.
22. INDEMNIFICATION: The service provider shall indemnify and hold C-DOT harmless
against any and all claims, demands, damages, liabilities, losses, costs, expenses,
judgments, and reasonable attorney fees, which directly or indirectly result from, or arise in
connection with, any negligent failure of the service provider to comply with any
applicable governmental requirements or any negligent act or omission of its employees,
permitted sub-contractors or agents, pertaining to its activities and obligations under the
contract.
Annexure-I
AGENCY DETAILS
Please provide details as per format given below only.
1.0
NAME / ADDRESS OF AGENCY
Mobile/Telephone/Fax nos.
1.1 Statutory Requirements:
Please state whether the Agency is Registered
Co./Proprietary/Society/or Registered under Shops
& Establishment Act. Please enclose copy of
Registration accordingly
1.2 Number of Employees
1.3 Name of the Directors and their occupation
1.4 Experience (Years) in this service
2.0 Nature of any other Business carried by your
company.
3.0 EPF /ESI Registration nos.
(Copy of Registrations to be enclosed)
4.0 GST No.
(Copy of GST Registration Certificate to be
enclosed)
4.0 INCOME TAX A/C no./PAN No. & Amount of
TAX PAID Last Financial year (Please enclose
copy of the same)
5.0 Annual Turnover of the Agency in the last 03
financial years:
2016-2017, 2017-2018, 2018-2019
(Please enclose Documents in support of the
same)
6.0 BANKER’S NAME & ADDRESS
7.0
List of major Clients in the PAST 3 YEARS
(copy of Contracts and Performance Reports to be
enclosed).
8.0
Details of any other information / document
which may help C-DOT in assessing tenderer’ s
capabilities for award of contract
9.0 Is there any litigation / arbitration of whatsoever
nature in respect of the contracts executed by the
service provider? If Yes, please give details.
UNDERTAKING:
I hereby certify that all the information furnished above are true to my knowledge. I have
no objection to C-DOT verifying any or all the information furnish in this document with
the concerned authorities, if necessary.
I also certify that, I have understood all the terms and conditions indicated in the tender
document and hereby accept the same completely.
SIGNATURE OF OWNER/DIRECTOR OFFICIAL SEAL / STAMP
Place:
Date:
ANNEXURE-II
COMPLIANCE TABLE
The Service Provider should give relevant details wherever required in the following compliance
table and NOT fill in the answers as “Yes” or “Complied”. The Service Provider should also
support the compliance by necessary documentary evidence along with the Technical bid ONLY,
failing which his bid will not be considered.
PART A : TECHNICAL
Sl. No. Description Compliance Status & Remarks
1. Has Service Provider submitted all technical
literature / leaflets / documents / Purchase orders
etc. and compliance table along with the bid
document?
2. Does the Service Provider agree, in writing, to
adhere by the applicable rules/laws of the land,
laid down by Government of India with respect to
protection of its employees’ rights and benefits
like PF, ESI & Medical Insurance, remuneration
statement, leave statement, tax deduction etc.
while servicing this contract?
3. Is the Service Provider’s offer valid for 180 days
from the last date for submission of bids?
4. Has the Service Provider given the name of
Contact person / contract manager from his side
for all relevant communications/interactions
regarding this contract?
5. Has the Service Provider provided the name of
bankers?
6. Is the Service Provider registered with Govt.
agencies and in existence for a minimum of 3
years on the date of issue of this tender and have
necessary experience in providing required
technical manpower or Similar Services? (Attach
relevant PO copies, documents etc.)
7. Whether the Service Provider’s company has
Minimum turnover of Rs. 50 lakhs per year in the
field of “Services” for at least last three (03)
financial years? Whether relevant documents, PO
copies, service satisfaction certificates from the
parties, and I-Tax returns or Audited Financial
statements of last three years with PAN or other
relevant documents attached
8. Has the Service Provider attached Certification
from reputed user agencies, ISO/High-level
quality service certification in the relevant area, if
available?
9. Has the Service Provider enclosed various
necessary documents like latest copy of
Registration details, Income-Tax PAN No., GST
No. etc.
10. The Service Provider’s company should not have
been banned, black-listed by any Govt.
Dept/Central Govt. Unit / Public Sector Unit /
Financial Institution / Court? Kindly confirm.
11. Does Service Provider agree to visit by C-DOT
officers to his premises for verification of
information related to work orders / space /
manpower etc. and other infrastructure facilities
claimed in technical bid?
12. Does the Service Provider agree to all the
contract management terms and conditions
mentioned in the tender document?
13. Does the Service Provider agree to also bind his
personnel, in writing, to the Intellectual Property
Rights, Confidentiality and Non-Disclosure
Agreement Clauses, under this contract?
14. Does the Service Provider agree to Arbitration
clause, in case of any disputes arising related to
this contract?
15. Does the Service Provider agree to the minimum
contract period of TWO years and extend this
contract on mutual consent, depending on the
need and exigencies, on the same terms and
conditions?
16. Does the Service Provider agree to contract
monitoring and termination clauses?
17. Does the Service Provider agree to C-DOT
payment terms and conditions as mentioned?
Does he agree to Performance Bank Guarantee
and penalty clauses mentioned therein?
18. Does the Service Provider agrees to other service
conditions enclosed vide Annexure - V
19. (a) Has the service provider submitted compliance to
skill set and Experience (minimum 75 % match) with
supporting actual RESUME (minimum 25% of the
required nos. in each category (as per Annexure VI).
(b) Does the Service provider agree to make these
candidates available for interview as part of Technical
Bid Evaluation ?
20. Does the Service Provider agree that they will not
be earning more than 20 % of the total price
quoted for the supplied manpower?
21. (a) Does the service provider confirm that they have at
least one experienced technical person on their rolls,
having B.Tech. / M. Tech. (in Comp. Sc. Or ECE or
IT) degree with the following experience in Design
and Implementation of IT projects: - minimum 10
Years’ experience in the field of Networking
(preferably CISCO certified) or OS & Security
(preferably RHEL certified) or Storage (preferably
NetApp Certified) / Database (preferably Oracle/
MySQL certified).
(b) Does the service provider confirm that this person
has been working with them for at least the last three
years? Has service provider provided the documentary
evidence in support of this claim as part of technical
bid ?
(c) Does the service provider confirm that this person
will screen and certify all the resume of potential
candidates which are to be submitted as part of the
technical bid and further, before forwarding the
resume for selection after placement of WO by C-
DOT.
Annexure-III
UNDERTAKING:
TENDER NO: C-DOT/DEL/TENDER/2019-20/007
I/we hereby certify that I/we have studied all the Terms and Conditions of the tender document,
understood the same and hereby accept the same completely and I/we are signing this document
as an authorized signatory in the capacity of ______________.
I / We hereby unconditionally accept the tender conditions of above-mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
I/we certify that our Company/Agency has not been blacklisted/ debarred from doing business by
any Court or customer organization (including Govt.) during last three financial years.
I/we certify that all the information provided against the Tender document are correct and abide
by it. If at any stage the same is found to be incorrect, C-DOT shall be free to take appropriate
legal action against us including but not limited to termination of contract and forfeiture of
Security Deposit.
I/We hereby confirm we will provide services as per the terms and conditions of the contract
awarded, failing which C-DOT will be free to make alternate arrangements at our risk and cost.
We also confirm that in case of unsatisfactory services, C-DOT has the right to take any legal
course of action against us.
If our Bid is accepted, I/we shall submit the Performance Bank Guarantee for 2.5 % of the total
contract value of the work order for a period of 27 months within 2 weeks of the release of the
Work order by C-DOT, as per given format, towards faithful performance of the Contract.
Until a formal Agreement is prepared and executed, our bid offer, together with your written
acceptance thereof and your notification of award shall constitute a binding contract between us.
Irrespective of the outcome of this Tender document, we undertake not to
disclose/transfer/share/use contents of this Tender Document for any other purpose in any form.
I/we agree to provide services as per the rates quoted by us.
SIGNATURE OF OWNER/DIRECTOR
OFFICIAL SEAL / STAMP
Place :
Date :
Annexure-IV
UNDERTAKING
TENDER NO: C-DOT/DEL/TENDER/2019-20/007
I hereby certify that I will be submitting the Earnest Money Deposit as per the
Terms and Conditions of the tender document and details for the same are given
below:
Details of Payment being made to C-DOT
Name of the
bidder
Tender No. Name of
Service
quoted for
Demand Draft
No. / Date
Name of the Bank / Branch
Date : _______________ Signature:_______________
Place : _______________ Name : ________________
Designation
Seal of the Company/Bidder:
ANNEXURE ‘V’
OTHER SERVICE CONDITIONS: MANPOWER OUTSOURCING
1. The empanelment of the service provider by C-DOT will be for a period of two years.
All personnel hired through the service provider will initially be on probation for a period
of 6 months If performance during probation period is found to be satisfactory, the person
may continue till end of contract, provided performance standards are continued to be
met.
2. Performance of persons hired through the service provider will be evaluated on monthly
basis. Any person who falls below the expected performance standard for two
consecutive evaluations will have to be replaced by the service provider (performance
standard to be laid down at the beginning of each quarter for each person). The project
co-ordinator at C-DOT will be responsible for the performance evaluation of the staff
deployed.
3. In case any personnel of the empaneled service provider decides to resign from the
project, he/she will have to serve a notice period of three months. The empaneled service
provider will find a suitable replacement within these three months and the new person
will be placed on the job at least 15 days before the final relieving of the resigned
personnel.
4. The empaneled service provider will ensure that no service / experience certificate is
issued to the personnel if they do not serve the full notice period of three months.
5. For the employment of the technical professionals on the C-DOT project, the empaneled
service provider shall forward the list and resume of eligible candidates in ratio of 1:3 i.e.
for every one person to be selected, the service provider to offer at least 3 candidates. A
duly constituted selection committee from C-DOT will select the candidates for
deployment to the projects. The service provider will post only the recommended
candidates to the project. The names of candidates rejected by the selection committee
will not be forwarded again for a period of 12 months. C-DOT shall be under no
obligation to accept any candidate after the interviews and shall be entitled to
reject any candidate.
6. The manpower will have to be supplied by the service provider as per terms of the
contract with details of their name, date of birth, qualification etc.
7. The persons supplied by the Service provider should not have any Police records /
criminal cases against them. The Service provider should make adequate enquiries about
the character and antecedents of the persons whom they are recommending. The
character and antecedents of each personnel of the service provider will be got verified by
the service provider before their deployment after investigation by the local police,
collecting, proofs of identity like driving license, bank account details, previous work
experience, proof of residence and recent photograph and a certification to this effect
submitted to the C-DOT.
8. The empaneled service provider will issue appointment order to the deployed manpower
only after character verification and security clearance (police verification). A copy of the
appointment order will be endorsed to the project coordinator of C-DOT. The character
verification records and relevant documents should be available for scrutiny and audit by
C-DOT team on demand.
9. Once a person is deployed for C-DOT work, he / she will not be changed by the service
provider under any circumstances. He can only be changed at the behest of C-DOT.
10. The service provider will also ensure that the personnel deployed are medically fit and
will keep in record a certificate of their medical fitness.
11. The personnel hired from the service provider will report to C-DOT project head, who
will assign them specific tasks as per the defined job profile.
12. The professionals deputed by the service provider may be required to work on the C-
DOT project in shifts or beyond working days / hours of C-DOT. However, No
Honorarium, overtime etc. for the work done on holidays or beyond office hours shall be
admissible to the deployed professionals.
13. In addition to the holidays as per C-DOT rules, the deployed persons will be entitled to
maximum of two leaves for every month that they work. These leaves maybe
accumulated, but will not be encashable. Staff will need to take prior permission from the
C-DOT project in-charge/ supervisor before proceeding on leave. If any staff is on leave
beyond his / her entitled leaves, the Service provider shall ensure suitable alternative
arrangement of manpower to make up for such absence.
14. The empaneled service provider will ensure that salaries are given to the deployed
technical professionals by the 10th of every month. It will be the responsibility of the service provider to procure the performance / attendance report from the C-DOT Project coordinator in the first week of the succeeding month.
15. The persons employed by the service provider for the work assigned by C-DOT will be
the employees of the service provider and C-DOT shall have nothing to do with their
employment and non-employment. Under no circumstances any liability in respect of
matters connected with their employment shall be held against C-DOT.
16. There is no Master and Servant relationship between the employees of the service
provider and C-DOT and it is further stated that the said persons of the service provider
shall not have any claim to permanent employment in the C-DOT.
17. The service provider’s staff shall not claim any benefit / compensation / absorption /
regularization of services from / in C-DOT under the provision of Industrial Disputes
Act, 1947 or Contract Labour (Regulation & Abolition) Act, 1970. Undertaking from the
persons to this effect shall be required to be submitted by the service provider to the C-
DOT.
18. The service provider will be wholly and exclusively responsible for payment of wages to
the persons engaged by it in compliance of all statutory obligations under all related
legislations as applicable to it from time to time including Minimum wages act,
Employees Provident Fund, ESI Act etc., and C-DOT shall not incur any liability /
obligation. The service provider will require to provide particular of
CPF/PF/ESI/Insurance of its employees engaged in the C-DOT project.
The service provider shall also ensure registration of the manpower for ESI / medical
insurance / coverage for medical expenses.
19. Service provider shall also produce proof of remittance of PF to statutory authorities for
the persons deployed in C-DOT.
20. In case any personnel of the empaneled service provider is found engaged in doing any
work other than the task assigned to him/her or is found not useful to the project or leaves
the project without any notice, the service provider will arrange the replacement within
one week at its own cost otherwise the penalty will be applicable as per the penalty
clauses.
21. The empaneled service provider will ensure that no information about the software,
hardware, database, and the policies of the client organization is taken out in any form
including electronic form or otherwise, from the client site by the manpower posted by
them.
22. The service provider personnel shall not divulge or disclose to any person, any details of
Office, operation process, technical know-how, security arrangements, administrative /
organizational matters as all are confidential / secret in nature. A Non-Disclosure
Agreement to this effect will have to be signed by all the persons deployed by the service
provider.
23. Any data, reports, papers etc. should not be carried out without written permission of C-
DOT, outside its premises. Also, any outside data, software etc. should not be brought in
the office of C-DOT without written permission.
24. The empaneled service provider or its deployed personnel, by virtue of working on C-
DOT Project cannot claim any rights on the work performed by them. C-DOT will have
absolute rights on the work assigned and performed by them. Neither any claims of the
service provider or its deployed professionals will be entertained on the deliverables.
25. C-DOT may require the service provider to remove from the site of work, any person or
persons employed by the service provider, who may be incompetent or for his / her / their
misconduct and the service provider shall forthwith comply with such requirements. The
service provider shall replace immediately, any of its personnel, if they are unacceptable
to C-DOT because of security risk, incompetence, conflict of interest and breach of
confidentiality or improper conduct upon receiving written notice from C-DOT.
26. The place of posting of the deployed personnel will initially be at Delhi. However, the
personnel are liable to be posted anywhere in India or abroad depending upon the work of
C-DOT.
27. Whenever the deployed personnel are sent on tour for work assigned by C-DOT, C-DOT
shall pay for the Travel allowance & DA as C-DOT policy applicable for outsourced
manpower.
28. In all matters of conduct and discipline, the outsourced manpower shall be governed by
the rules and regulation of the Centre
ANNEXURE VI
MANPOWER PROFILES Listed below are the required number of manpower, scope of work for each role along with
required qualification and experience. Please note that compliance has to be provided for
Qualifications, Experience, Number of Persons and each line item of Skill Set and
Experience. The same has to be matching with the CVs/ Resumes submitted. False
claims and misinformation will subject to rejection of the bid.
I. Role: Network Administrator Type A
A. Activities to be performed 1. • Networking & security design,
• Coordination for deployment and finalization of solution.
• Training of field engineers.
• Support to field engineers.
• Specification framing, technical evaluation
• Document preparation and coordination with vendors.
( All the domain experts are expected to possess strong knowledge with experience and work independently in the areas of their assigned responsibilities)
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. BE/B.Tech (ECE/IT/CSE)
C. Experience 1. Minimum 5 years in the areas defined and
Certification for networking technologies equivalent to CCNP
D. No. of Persons 1. 2
E. Skill Set and Experience 1. Design, Configuration and Provisioning for various services and access
control at Main Data Centre as listed below:
a. 10Gbps Backbone using core and access network with Fabric based Data Centre network Multiple VLANs
b. Multi-Tier Firewalls, IPS
c. VPNs (IPsec, SSL, GETVPN),
d. Load Balancing of services
e. Internet Access, control and Security management
f. Radius, Proxy and management of IPV4 addressing scheme for entire project.
g. Messaging and EMS/NMS server
h. CA, Digital Certificates /e-Tokens,
i. Framing Security & access Policies
II. Role: Network Administrator Type B
A. Activities to be performed 1. • Networking & security design,
• Coordination for deployment and finalization of solution.
• Training of field engineers.
• Support to field engineers.
• Specification framing, technical evaluation
• Document preparation and coordination with vendors.
( All the domain experts are expected to possess strong knowledge with experience and work independently in the areas of their assigned responsibilities)
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. BE/B.Tech (ECE/IT/CSE)
C. Experience 1. Minimum 5 years in the areas defined and
Certification for networking technologies equivalent to CCNP
D. No. of Persons 1. 2
E. Skill Set and Experience 1. Design, implement and support of POP level networks at multiple
locations.
2. Network (IPv4, IPV6) and security design.
3. Integration with the network of MPLS service provider with appropriate routing and routing protocols.
4. IPSec VPN, GETVPN, encryption, and PKI integration for dynamic keys.
5. VLAN Management
6. SNMP, RMON and Trap configuration
7. Role based authentication using Radius/TACACS/LDAP
III. Role: Network Administrator Type C
A. Activities to be performed 1. • Networking & security design,
• Coordination for deployment and finalization of solution.
• Training of field engineers.
• Support to field engineers.
• Specification framing, technical evaluation
• Document preparation and coordination with vendors.
( All the domain experts are expected to possess strong knowledge with experience and work independently in the areas of their assigned responsibilities)
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. BE/B.Tech (ECE/IT/CSE)
C. Experience 1. Minimum 5 years in the areas defined and
Certification for networking technologies equivalent to CCNP
D. No. of Persons 1. 2
E. Skill Set and Experience 1. Network Monitoring and MPLS network support, follow up with
MTNL/BSNL
2. Device Configuration management
3. Centralized Policy management
4. VPN Management
5. Centralized IDS/IPS management and action for mitigation
6. Software image management
7. Management of Automatic updates
8. Inventory Management (Network appliances, capabilities, ports, Types of Network services)
9. Version control management
10. Template design and Promotion
11. Log Management and reporting
12. Threat Management and analysis
13. Emergency conditions and handling
14. Compliance management
15. Helpdesk/NOC operations
IV. Role: Router Specialists
A. Activities to be performed 1. (Remote support and manage more than 600 routers at remote
locations and Core routers at data centre)
• Networking & security design,
• Coordination for deployment and finalization of solution.
• Training of field engineers.
• Support to field engineers.
• Specification framing, technical evaluation
• Document preparation and coordination with vendors.
( All the domain experts are expected to possess strong knowledge with experience and work independently in the areas of their assigned responsibilities)
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. BE/B.Tech (ECE/IT/CSE)
C. Experience 1. Minimum 5 years in the areas defined and
Certification for networking technologies equivalent to CCNP
D. No. of Persons 1. 2
E. Skill Set and Experience 1. Network design and planning for large complex network comprising
500 to 600 locations.
2. Router configuration with advanced features and routing protocols (OSPF, BGP), IPV6, GETVPN
3. Redundancy, load balancing and Stateful failover issues
4. Security implementation Firewall, IDS/IPS, and management of keys, Traffic behavior and analysis, mitigation plan.
5. Bandwidth optimization
6. QOS
7. DC/DR failover
V. Role: OS and Security Administrators
A. Activities to be performed 1.
Essential job duties include, but are not limited to, the following: • Hardware installation of Servers and associated components
(hardware and Remote Management Configuration)
• OS Installation, Administration, Performance Tuning (RHEL,
Windows)
• Clustering
• Virtualisation(VMWARE, Red Hat KVM etc)
• Biometric Integration
• Shell Scripting
• Framing Backup strategies and configuration (Tape Libraries,
Backup Softwares, Snapvault etc.)
• Security Framework Design and Configuration
• DR Strategies and Implementation
• DNS (Master-Slave Configuration, IPv6 and DR planning)
• Installation and configuration of JBOSS Application Servers with
Load Balancing
• LDAP/OpenLDAP installation, Configuration and Schema design
• Remote SYSLOG /SYSLOG NG
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. B.E. /B.Tech /MCA (ECE/IT/CSE)
C. No. of Persons
1. 4 (2+2)
D. Experience a) For two (2) persons: minimum 5 years in the areas defined (Certified
Professionals with RHCE/RHCSA/RHCSS certification desirable)
b) For two (2) persons: minimum 8 years in the areas defined (Certified
Professionals with RHCE/RHCSA certification mandatory with
Redhat 6 and above)
E. Skill Set and Experience(For D-a above) 1. Strong knowledge of Red Hat Enterprise Linux Servers version 5 and
6.
2. Must have worked on the following areas:
a. Virtualisation, KVM,
b. Clustering (High Availability and failover scenarios, load balanced environments
c. RSyslog
d. RSync
e. AIDE
f. Linux Security (PAM settings, Jailing, IPtables etc.)
g. RHN Satellite version 5
h. PTP and NTP configurations
i. FTP and SFTP Configurations
j. NFS v3 and v4 configurations
k. iSCSI and FCP configurations for LUN mapping
l. Multipathing
m. Ethernet Bonding (all configurations)
n. OpenLDAP
o. IPA
3. Strong understanding of and ability to create and maintain custom
kickstart and yum repositories for RHEL 5.x, 6.x and 7.x (Should have
created custom kickstart and yum repositories on both the OS versions mentioned)
4. Working knowledge of storage environments (SAN, NAS) Should know how to create Aggregate, Volume, LUN, RAID Group and map it to the server)
5. Strong working knowledge in administering VMware ESX and ESXi Servers, vMotion, vSphere etc.
6. Thorough understanding of the TCP/IP Suite (TCP, UDP, IP, ICMP, etc.)
7. Sound knowledge of SNMP v2 and v3
8. Familiarity with Hadoop, Lustre Cassandra, Hive desirable
9. Thorough understanding of RPM, rpmbuild and custom package creation and management
10. Familiarity with DBMS systems such as MySQL and Oracle is a plus
11. Automation via scripting (Perl, Shell) in BASH, SH and/or KSH. Should have done scripting to solve complex problems.
12. Should possess knowledge of File System Tuning, Upgrading and Configuring
13. Should have sound understanding of Disaster Recovery Procedures, File Replication, Troubleshooting and Disaster Recovery
14. Should have experience in installation and configuration of at least two of the following Backup Softwares
I. Symantec NetBackup, II. Dell NetVault
III. Commvault
15. Installation and Configuration of Windows Servers(2003, 2008),
16. Windows desktop (Windows 7,8 and 10),
17. Windows patch management
F. Skill Set and Experience(For D-b above)
1. Strong knowledge of Red Hat Enterprise Linux Servers version 5, 6 and 7
2. Strong Knowledge and experience of design and implementation of Openstack[IaaS] and maintaining it.
3. Knowledge of Docker and Kubernetes to run Containers
4. Knowledge and experience of Administration/Debugging of various databases (Oracle, Mysql, Postgresql)
5. Must have worked on the following areas:
a. Virtualisation, KVM,
b. Clustering (High Availability and failover scenarios, load balanced environments
c. RSyslog
d. RSync
e. AIDE
f. Linux Security (PAM settings, Jailing, IPtables etc.)
g. RHN Satellite version 5 and above
h. PTP and NTP configurations
i. FTP and SFTP Configurations
j. NFS v3 and v4 configurations
k. iSCSI and FCP configurations for LUN mapping
l.
m. Multipathing
n. Ethernet Bonding (all configurations)
o. OpenLDAP
p. IPA
6. Strong understanding of and ability to create and maintain custom kickstart and yum repositories for RHEL 5.x, 6.x and 7.x (Should have created custom kickstart and yum repositories on both the OS versions mentioned)
7. Working knowledge of storage environments (SAN, NAS) Should know how to create Aggregate, Volume, LUN, RAID Group and map it to the server)
8. Strong working knowledge in administering VMware ESX and ESXi Servers, vMotion, vSphere etc.
9. Thorough understanding of the TCP/IP Suite (TCP, UDP, IP, ICMP, etc.)
10. Sound knowledge of SNMP v2 and v3
11. Familiarity with Hadoop, Lustre Cassandra, Hive desirable
12. Thorough understanding of RPM, rpmbuild and custom package creation and management
13. Familiarity with DBMS systems such as MySQL and Oracle is a plus
14. Automation via scripting (Perl, Shell) in BASH, SH and/or KSH. Should have done scripting to solve complex problems.
15. Should possess knowledge of File System Tuning, Upgrading and Configuring
16. Should have sound understanding of Disaster Recovery Procedures, File Replication, Troubleshooting and Disaster Recovery
17. Should have experience in installation and configuration of at least two of the following Backup Softwares
IV. Symantec NetBackup, V. Dell NetVault
VI. Commvault
18. Installation and Configuration of Windows Servers(2003, 2008),
19. Windows desktop (Windows 7,8 and 10),
20. Windows patch management
VI. Role: Database Administrators (MySQL,Oracle)
A. Activities to be performed 1. Essential job duties include, but are not limited to, the
following:
• Installation, Configuration and Administration of Oracle and
mysql Databases
• Allocating system storage and planning future storage
requirements for the database system
• Creating primary database storage structures (tablespaces)
after application developers have designed an application
• Creating primary objects (tables, views, indexes) once
application developers have designed an application
• Modifying the database structure, as necessary, from
information given by application developers
• Enrolling users and maintaining system security
• Controlling and monitoring user access to the database
• Monitoring and optimizing the performance of the database
• Performance Tuning
• Point-in-Time Backup and Restore and maintaining
archived data on tape
• Replication and DR methodology Planning and Implementation
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. B.E. /B.Tech /MCA (ECE/IT/CSE)
C. Experience 1. minimum 5 years in the areas defined (Certified Professionals in the
area of Database Administration desirable)
D. No. of Persons 1. 2
E. Skill Set and Experience 1. Should have sound knowledge and experience of installation and
administration of large Oracle 11GR2 (RAC) Databases ASM, RMAN,ADG etc.
2. Should have the knowledge and Experience of the following features of Oracle 11GR2:
a. ASM
b. RMAN(Backup and Recovery)
c. ADG
d. Oracle Enterprise Manager
e. Real Application Cluster
f. Partitioning
g. Should be having sound knowledge and experience to optimize SQL queries
h. Oracle performance tuning
i. Point-in-time backup and recovery
j. Roll back
3. Should have the knowledge and experience of installing and administering MySQL enterprise Edition as well as MySQL community edition
4. Should have knowledge and experience in the following areas of MySQL
a. Creating Databases with InnoDB and MyISAM
b. Setting up and Administration of MySQL NDB Clusters
c. Configuration and troubleshooting Master Slave Replication
d. Configuration and troubleshooting Multi Master Replication
e. Configuration and troubleshooting Mysqldump backup
f. Configuration and troubleshooting MySQL Enterprise Backup
g. Installation, Configuration, troubleshooting and managing multiple databases using MySQL Enterprise Manager
h. Should be having sound knowledge and experience to optimize SQL queries,
i. MySQL performance tuning
j. Point-in-time backup and recovery
k. Roll back
5. Good knowledge of scripting languages
VII. Role: Storage Specialist
A. Activities to be performed 1. Essential job duties include, but are not limited to, the following:
• Hardware and Software installation, configuration and
administration of SAN/NAS/Unified Storage and Storage
Components like SAN switches, D2D backup devices, VTL,
LTO Tape Libraries etc.
• Formulating Storage Replication methodologies; DR
strategies
S. No. Compliance to be provided for the Following Complied (Yes/No)
B. Qualifications 1. B.E. /B.Tech /MCA (ECE/IT/CSE)
C. Experience 1. minimum 5 years in the areas defined (NetAPP Certified
Professionals(NCDA etc.) in the area of SAN and NAS storage)
D. No. of Persons 1. 2
E. Skill Set and Experience 1. The candidate should mandatorily have the following areas of
expertise:
2. Expertise on installation, configuration, upgradation and administration of SAN, NAS Storage (EMC, NetApp, IBM, HP etc) hardware and software
a. Storage Tiering concepts and practices
b. Storage Replication and DR practices
c. Expertise on the following Storage features
d. aggregate,
e. Snapshot,
f. Snapvault,
g. Snapmirror,
h. Snaprestore,
i. Snap Manager,
j. Snapdrive,
k. LUN Cloning
l. Thin provisioning,
m. online expansion and shrinking of storage volumes etc
n. Storage Clustering( High Availability and Global Namespace e.g. CDOT mode and 7 mode)
o. Smartmove and other technologies for Data movement across tiered storages.
p. Disk based backup techniques
q. Space Reclamation
r. Sound knowledge of protocols like NDMP, FCP, iSCSI, NFSv4
s. Storage Administration using DFM and OCUM
t. Tape backup methodologies using LTO Tape Library
u. Should have experience in installation and configuration of at least
two of the following Backup Softwares VII. Symantec NetBackup,
VIII. Dell NetVault IX. Commvault
3. Expertise of configuration and administration of FC SAN switches with
a. Zoning (Hard and Soft)
b. Port Aggregation
c. Masking
d. ISL Trunking
4. Should also have a sound knowledge of RHEL Operating System
Annexure VII
FORMAT FOR BANK GUARRANTEE FOR EMD
THIS BANK GUARANTEE TOWARDS THE E.M.D SHOULD BE TYPED OUT ON
RS.100/- NON-JUDICIAL STAMP PAPER GIVING FULL POSTAL ADDRESS OF
THE BANK.
Guarantee No :
Amount :
Guarantee Cover From : To :
Last Date for Lodgment of Claim :
The Centre for Development of Telematics herein after to be referred as Beneficiary having
its office at CENTRE FOR DEVELOPMENT OF TELEMATICS Campus, , Delhi 110030,
having floated a Tender for (Tender for ___________________________) with Tender no.
__________________________________hereinafter referred to as the tender, and M/s
__________________________________ (name and address of the party) having the
intention of participating in the above mentioned, we, the (banker's name and address)
hereby irrevocably undertake and guarantee to you that in the event of the award of the
Contract to the bidder and subject to the failure of the Bidder to perform any of the
following clauses, we undertake to fully compensate the Beneficiary to a maximum amount
of Rs. _____________(Rupees ____________________________________ (in words) as
and when the same is claimed from us in writing during the validity of the contract as per
the terms and conditions of the tender contract.
1. If the bidder fails to accept the contract with the terms and conditions of the contract.
2. If after the acceptance of the contract, the Bidder fails to carry out the services in
accordance with the terms and conditions of the contract.
3. If the bidder withdraws the tender during the validity period.
4. If the bidder fails to complete their services in accordance with the terms and conditions of
the contract or if there is any unexcused delay on the bidder’s part which may warrant
forfeiture of EMD amount and or imposition of liquidated damages and or
closure/termination of the contract for default.
We, the bank, abide by your Tender terms and conditions and we shall on demand and
without demur, pay to you all and any sums upto a maximum of Rs. ______________
(Rupees __________________________________________________) being the EMD
furnished by the bidder to you in the form of this bank guarantee. Notwithstanding the above
mentioned clauses, We further agree that the Beneficiary shall be the sole judge as to whether
the Bidder has failed to perform as per the Tender terms and conditions duly specified by the
Beneficiary.
We further hereby undertake to pay the amount due and payable under this guarantee without
any demur merely on a demand in writing from the Beneficiary stating the amount claimed
due by way of loss or damage. Any such demand made on the bank shall be conclusive and
binding upon us as regards the amount. Lodgment of claim through Registered Post shall be
conclusive evidence of claim made on us by the Beneficiary. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs. ___________________
(Rupees_______________________________). We further agree that the claim made on us
shall be settled within a period of 30 days from the date of lodgment of claim by the
beneficiary.
We agree that the guarantee herein contained shall remain in full force and effect for a period
of 6 months (six months). Unless a demand is made on us in writing within one month from
the date of expiry of six months, we shall be discharged from all liability under this
guarantee.
We further agree that any change in the constitution of the bank or the bidder shall not affect
our liability under this guarantee.
We further agree that the Beneficiary shall have the fullest liberty without in any way
affecting our liability under this guarantee alter any or all of the terms and conditions of the
tender.
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. _______(Rupees__________________________________________). This
guarantee shall remain in force up to a maximum of six months (6 months). Unless a demand
in writing is made on or before __________ (one month from the date of expiry of six
months (date) all your rights under this guarantee shall be forfeited and we shall be relieved
and discharged from all liabilities under this guarantee.
We lastly undertake not to revoke this guarantee during the penance of the above said
tender/tender contract except with the prior consent of the beneficiary in writing.
This guarantee must be returned to us in original immediately on the expiry of the validity
date.
Sealed with the common seal of the bank on this the.............day of..............2019
DATE: For BANKERS NAME
PLACE: SEAL, ADDRESS
ANNEXURE – VIII
PERFORMANCE BANK GUARANTEE
GUARANTEE NO :
AMOUNT :
GUARANTEE COVER FROM : TO :
LAST DATE FOR
LODGEMENT OF CLAIM :
In consideration of the Centre for Development of Telematics having its office at C-DOT
Campus, Mandi Road, Mehrauli,, New Delhi - 110 030, hereinafter referred to as the
Purchaser having placed order(s): 1. (Order no and date) 2. (Order no and date), with our
constituents M/s ___________________________ (name of your
organization) hereinafter referred to as the contractor, having their office at (address of your
organization) for the supply of necessary manpower (give brief detail of the order placed) and
our constituents having undertaken to guarantee the faithful performance of the contract
during the term of the contract as mentioned in the purchase order(s) referred above, we the
(Banker's name and address), do hereby bind ourselves as their guarantors and undertake to
be responsible to the purchasers and their successors and assigns for payment of all or any
sums of money, losses, damage, costs, charges and expenses, that may become due or
payable by the contractor, in the faithful performance of his said obligations and
covenants under the above contract stated therein provided however that the total amount to
be so recovered by the purchaser from us shall not exceed Rs. ____ (Rupees
______________________________) amount of guarantee to be mentioned) payable under
the said Purchase Order. We,____________________ ___________________________
(name and address of the bank) do hereby unconditionally and irrevocably guarantee
payment, without demur and without recourse to the purchaser of sums upto Rs. _________
(Rupees _______________________________________) amount of guarantee in
Rs.___________ and words) on the purchasers first demand in writing making claim for
payment to the purchaser by reason of failure on the part of the contractor to fulfill their
obligations under the contract.
We hereby agree that lodgment of claim through registered post shall be conclusive evidence
of lodgment of claim.
We further undertake to settle the claim within 30 days of lodgment of claim.
This guarantee shall not be revocable by notice or otherwise and is unconditional and without
recourse and our liability as surety shall not be impaired or discharged, until the contractor
has fulfilled all the obligations under the contract and shall not be affected by any change in
the constitution of the purchaser, Contractor or the bank.
Notwithstanding anything stated herein above our liability under this guarantee is restricted to
Rs.___________ (Rupees ____________________________________ amount of guarantee)
and shall remain in force till (last date of guarantee) unless a demand or claim under the
guarantee is made on us in writing within one month of the above mentioned date, i.e., before
(date one month from the last date of guarantee cover) all your rights under this guarantee
shall be forfeited and we shall be relieved and discharged of all liability hereunder.
Dated: FOR
Place: (Banker's name) Address and common seal