To 20/05/2015. Sub: Inviting the quotations for providing 10 Mbps Enterprise Internet Leased Line

Similar documents
COMPUTER CENTRE PANJAB UNIVERSITY, CHANDIGARH. TENDER DOCUMENT FOR PURCHASE OF INTERNET BANDWIDTH

Approved Vendors List

E-Tender Document for Procurement of Internet Services for CERT-In

Procurement of Licences of Business Objects BI Platform

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

PONDICHERRY UNIVERSITY PUDUCHERRY

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

(REACCREDITED BY NAAC IN GRADE A

Subject :- procurement of 10 MBPS Internet bandwidth for ROC-I.

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

Short Term E-tender Notice for Internet Lease Line

for SUPPLY OF HP TONER CARTRIDGE

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

India Infrastructure Finance Company Limited (IIFCL)

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

INDIAN INSTITUTE OF SCIENCE BENGALURU

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

CENTRAL UNIVERSITY OF KASHMIR Administrative Campus: Nuner, Ganderbal (J&K) Website:

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone:

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

KIOCL LIMITED (A Govt. of India Enterprise) 2 nd BLOCK, KORAMANGALA, BANGALORE No. KIOCL/BNG/ILL/ /BSYS/ Date :

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

REQUEST FOR PROPOSAL

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

Tender Document. Internet Leased Bandwidth

TENDER FOR ANNUAL RATE CONTRACT FOR SUPPLY OF REMANUFACTURED/REFURBISHED TONERS AT PFRDA, NEW DELHI

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

SOFTWARE TECHNOLOGY PARKS OF INDIA

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

REQUEST FOR PROPOSAL (RFP) for. Appointment of Portfolio Managers for managing

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 50 mbps INTERNET LEASED CONNECTIVITY AT EMBASSY OF INDIA PREMISES AT KATHMANDU (NEPAL)

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

Tender Notice. For. Purchase of Laptops

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

REQUEST FOR PROPOSAL

SECTION- I INSTRUCTION TO BIDDERS

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

OFFICE OF THE COMMISSIONER OF CUSTOMS (GENERAL) CHS SECTION, JNCH, NHAVA-SHEVA, TAL URAN, RAIGAD, MAHARASHTRA

NOTICE INVITING TENDERS

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION RESOURCES (NISCAIR) SVM Campus: 14, Satsang Vihar Marg, New Delhi SUMMARY OF NIT

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

TENDER NOTICE. (O.N. Srivastava) Principal Investigator Department of Physics Banaras Hindu University Varaansi , INDIA

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

DATED: DUE ON

(e-procurement System)

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

BASTAR VISHWAVIDYALAYA

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) Jangpura, New Delhi

Ref. No. P&S/F.2/OR/198/ Date:

Notice Inviting E-Tender No. NC CHE & NC CHE KVA UPS

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

BALMER LAWRIE & CO. LTD.

/ :55 P.M :00 A.M.

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

र य फ शन ट न ल ज स थ न, क लक त क

Notice Inviting Tender for Printing of Accounts Manual of APDCL

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016

Tender Notification for

UNIVERSITY OF PERADENIYA

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

Transcription:

To 20/05/2015 All Concerned New Delhi Sub: Inviting the quotations for providing 10 Mbps Enterprise Internet Leased Line (1:1 uncompressed and unshared with last mile on RF) at PFRDA Sealed Bids are invited under single Bid system for providing 10 Mbps Enterprise Internet leased Line (1:1 uncompressed and unshared with last mile on RF) from reputed Firms/ISPs at PFRDA, New Delhi. The tender bids duly filled in all respect enclosing necessary documents may be addressed to The General Manager-IT, Pension Fund Regulatory and Development Authority, Plot No.6, First Floor, ICADR Building, Vasant Kunj Institutional Area, Phase-II, New Delhi-110070 so as to reach on or before 05.06.2015 till 12:00 hrs. The terms & conditions of the tender are enclosed as per Annexure I along with the format for the price bid. The envelope of the Bid shall be superscribed with Quotation for 10 Mbps internet leased line.the bid will be opened on the same date at 15:30 hrs i.e.05.06.2015 at PFRDA, New Delhi. Last date for receipt of tender: 05.06.2015 upto 12:00 hrs (Venkateswarlu Peri) General Manager Page 1

Instructions to Bidders and Terms & Conditions of the Bid ANNEXURE-I 1. This document is being published in order to enable the applicants to make an offer for providing 10 Mbps Enterprise Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on RF) to Pension Fund Regulatory and Development Authority (PFRDA). 2. This document does not constitute nor should it be interpreted as an offer or invitation for providing 10 Mbps Enterprise Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on RF) 3. This document is meant to provide information only and upon the express understanding that recipients will use it only for the purposes set out above. It does not purport to be all inclusive or contain all the information about 10 Mbps Enterprise Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on RF) or be the basis of any contract. No representation or warranty, expressed or implied, is or will be made as to the reliability, accuracy or the completeness of any of the information contained herein. It shall not be assumed that there shall be no deviation or change in any of the herein mentioned information on 10 Mbps Enterprise Internet connectivity. While this document has been prepared in good faith, neither PFRDA, nor any of its officers make any representation or warranty or shall have any responsibility or liability whatsoever in respect of any statements or omissions here from. Any liability is accordingly and expressly disclaimed by PFRDA and any of its officers even if any loss or damage is caused by any act or omission on the part of PFRDA or any of their officers, whether negligent or otherwise. 4. By acceptance of this document, the recipient agrees that any information herewith will be superseded by any subsequent written information on the same subject made available to the recipient by or on behalf of PFRDA. PFRDA and any of their respective officers undertake no obligation, among others, to provide the recipient with access to any additional information or to update this document or to correct any inaccuracies therein which may become apparent, and they reserve the right, at any time and without advance notice, to change the procedure for provision of 10 Mbps Enterprise Internet connectivity or any part of 5. Accordingly, interested recipients should carry out an independent assessment and analysis of the requirements of 10 Mbps Enterprise Internet connectivity and of the information, facts and observations contained herein. Page 2

6. ELIGIBILITY CRITERIA: a. The bidder should be a registered company in India under the Companies Act 1956 or Registered Partnership under the Partnership Act, 1932 or Limited Liability Partnership or Sole Proprietor and have a valid category A ISP license from Govt. of India (Attach a copy of License). b. The bidder must have DOT License to setup and operate International Gateway and should have at least 2 International Gateways. (Attach Documentary Proof). c. Bidder should have direct peering with international Operators. (attach Documentary Proof). d. The bidder should have a fully Customer Service Centre in Delhi & NCR region which is operational 24 hours. (Attach Certificate) e. The bidder would ensure that the local loop provisioning does not violate regulations as laid by Government of India/TRAI in respect of such links/networks. bidder will be responsible for making all the payments towards the local loop charges/rentals/wpc charges etc. f. Should not be blacklisted by any Ministry/Department/PSU of GOI. g. Two references for providing Internet connectivity (Internet Lease Line) of 5 Mbps or more to Govt. /PSUs for at least 1 year have to be provided.(attach copies) The bidder has to fulfill the above eligibility criteria and necessary proof or declaration to be submitted along with the offer. The bidders who are not qualifying the clauses mentioned in the eligibility criteria, will stand disqualified. 7. PERIOD OF INTERNET CONNECTIVITY SERVICE CONTRACT: The Internet Connectivity contract shall be initially for a period of (3) Three year commencing from date of successful installation, testing and acceptance of the work carried out which may be extended for a further period of one year, if required by PFRDA 8. DELIVERY PERIOD & INSTALLATION: a. The delivery period of the said tasks/services by the successful bidder (Vendor) should be within 30 days of issuance of Letter of award of contract. The delivery however for all purposes shall actually be deemed to have been completed only on the actual date of installation and provision of requisite service to PFRDA. Page 3

Page 4 b. The vendor will be responsible for undertaking any civil/electrical work etc., involved from commissioning to the completion of the project, at his cost. c. The vendor should provide more than 98.5 % Service Availability including at mile connectivity, on a 24*7*365 basis. d. The vendor shall provide modems, routers etc. (or whatever H/w, S/w is required) and do Installation and Configuration to make the entire system working to provide sustained Internet bandwidth as required at its own cost and expense. e. Providing last mile connectivity to PFRDA, New Delhi premises will be the responsibility of vendor. The vendor shall meet the requirements of associated hardware such as modems/converters/routers etc. at his own cost. f. Drop wire position should be flexible and subject to change as per the requirement of PFRDA. g. Minimum of 8 static IPs to be provided. Should indicate no. of IPs provided free of cost. 9. WARRANTY PERIODS: a. The Vendor will be responsible for the comprehensive maintenance during the contract period after the acceptance of installation & testing of hardware for which PFRDA will not make any extra payment. b. The vendor will do preventive maintenance once a quarter for upkeep of the systems running. The schedule will have to be adhered to strictly by vendor. c. 98.5% Uptime shall be calculated as per SLA. Deduction in payment will be made for downtime in the quarterly bills raised by the vendor. d. The services shall be provided 24 hours & 7 days in a week. 10. RESPONSIBILITIES UNDER THE SERVICES : The vendor would be responsible for the following: a. To provide 10 Mbps Internet connectivity Leased Line (1:1) (un compressed and unshared with last mile on RF) at PFRDA Internet Router Port at vendor s Gateway or required Bandwidth. However

based on the requirement communicated by PFRDA, the vendor should be in a position to provide upgraded or downgraded bandwidth, other than 10 Mbps, at the agreed price. b. Installation, commissioning, configuring of the link and hardware (Modems and Router etc). c. Maintenance support service (24 hours and 7 days a week) for Bandwidth and equipment. d. The vendor will do preventive maintenance once a quarter for upkeep of the Systems running. The schedule will have to be adhered to strictly by him. The Report of the same has to be submitted to PFRDA on quarterly basis. e. 98.5% uptime shall be calculated as (Total Time - Down Time) X 100 / Total Time. Any deduction in payment will be made for downtime in the monthly bills raised by the bidder in equal proportionate. f. The vendor will provide suitable Software/Tools to PFRDA for monitoring and recording the uptime of leased line internet connection. g. The response time for attending the faults will be 1 hour after they are reported to the vendor. The vendor will rectify the faults within 4 hours failing which; the vendor will arrange temporary replacements. The services shall be provided 24 X 7 X 365 days. h. Required 10 Mbps Internet Bandwidth at all the time. i. Escalation matrix along with contact details to be provided at the time of commissioning the connectivity. The vendor should understand that provision of the aforesaid service as stipulated in this tender and within the prescribed time shall be an essence of the contract between the parties. Vendor will be required to sign Service Level Agreement having the following:- a. 10 Mbps Internet bandwidth or such other upgraded/downgraded bandwidth specified by PFRDA at all the time. b. Packet Losses: Less than 1 % (Average over 1000 ping) at any given point of time to any part of globe. c. Network Availability: More than 98.5 % per month. Page 5

d. Reports for performance, monitoring /usage to be submitted by the vendor on weekly or monthly basis or as per requirement of PFRDA. e. The vendor should provide 24X7 Technical assistance and service. In case of the above parameters going out of specifications, PFRDA will be compensated adequately in respect of the extended time for the loss of hours in service. Also, if services are not found satisfactory, PFRDA reserves the right to cancel the contract with one-month notice. Any delays from the time schedule to be stipulated by the PFRDA for items of work listed in the Scope of Work, would entitle PFRDA for compensation of 1% of the annual cost of work awarded, per week, subject to a ceiling of 10% of the annual cost of work awarded, besides other action for non-performance / undue delays, including termination of contract, forfeiture of security deposit and blacklisting of the vendor as may be deemed fit by the PFRDA. 11. PAYMENT SCHEDULE: a. Installation, testing and Equipment Charges (One Time) charges after receipt of invoice after completion of the job. b. Payment of rental charges shall be made on quarterly basis at the end of each quarter after receipt of invoice. 12. OTHER TERMS & CONDITIONS: a) Bid should be valid for three months from the due date of submission of the tender. A proposal valid for a shorter period may be rejected as non-responsive. In exceptional circumstances, at its discretion, PFRDA may solicit the bidder s consent for an extension of the validity period. The request and responses shall be made in writing. b) The Bid shall be submitted along with EMD of Rs10,000/-(Ten Thousand only). EMD of the unsuccessful bidder shall be returned within 30 days of award of contract to successful bidder (Vendor). EMD of successful bidder who fails to sign the contract within the prescribed period shall be forfeited. Bidder should submit valid documentary proof of the following. S.NO Documentary proof to be submitted 1 Copy of Valid category A ISP License from Govt of India 2 Documentary proof for having license to setup and operate International Gateways from Govt of India Page 6

3 Documentary Proof having at least two international gateways 4 Documentary Proof having fully Customer Service Centre in Delhi & NCR region which is operational 24 hours 5 Self-Declaration letter regarding non-black listed vendor 6 Copy of PAN No. of the company 7 VAT registration certificate indicating the TIN number of the company and Service Tax Registration number. 8 Two references for providing Internet connectivity (Internet Lease Line) of 5 Mbps or more to Govt. /PSUs for at least 1 year. 13. AMENDMENTS TO THE TENDER At any time prior to the deadline for submission of proposals, PFRDA may modify/amend or vary, for any reason deemed necessary, the tender by an amendment notified on PFRDA website or in writing or by fax or email to all the bidders who have received this tender and such amendment shall be binding on them. No proposal can be withdrawn in the interval between the deadline for submission of proposals and the expiration of the validity period as of the tender. However, bidder is allowed to withdraw its bid documents till deadline for submission of proposals, i.e. till 05/06/2015 Once the bid documents are submitted, modifications and substitutions in the bid documents shall not be allowed. 14. LANGUAGE OF THE PROPOSAL The proposal and all correspondence and documents shall be written in English. All proposals and accompanying documents received within the stipulated time will become the property of the PFRDA and will not be returned. The hardcopy version will be considered as the official proposal. Proposals will be reviewed by a Committee constituted by the PFRDA or its designated representative(s). The PFRDA, or such other authority designated by the PFRDA, as the case may be, is also referred to herein as the Evaluation Committee (or Committee ). Page 7

15. PROPOSAL OPENING PFRDA would open the proposal, in the presence of authorized representative(s) of the bidder who choose to attend, at the time, date and location stipulated in the tender. The maximum number of authorized representatives allowed to each bidder will not be more than two. The bidder s representative(s) shall sign a register evidencing their attendance. 16. CLARIFICATION OF PROPOSALS In the process of examination, evaluation and comparison of proposal, the PFRDA may, at its discretion, ask bidder(s) for clarification of its proposal which the bidder will be obliged to furnish in writing. 17. INITIAL DETERMINATION OF COMPLIANCE WITH TENDER REQUIREMENTS The Committee will perform an initial review of all proposals that are submitted on time. After initial review, the Committee may recommend discontinuing the evaluation of any proposal, which it considers unacceptable prima facie for any reason such as: i. Non fulfillment of pre- qualification criteria as mentioned in clause6 of. the tender ii. iii. The proposal is not a reasonable effort to respond to the requirements of the tender; or is vague or lacking in material particulars/information sought or is not accompanied with relevant documents The proposal contains technical deficiencies, such as not all the requirements of the scope of work are addressed and proposed solution is not in accordance with the requirements of the PFRDA. 18. CORRECTION OF ERRORS i. Bidders are advised to exercise adequate care in quoting the prices. No modification/ correction in quotations will be entertained once the bids are submitted. Even before submission of the proposal, care should be taken to ensure that any corrections/overwriting in the proposal are initialed by the person signing the proposal form. ii. Arithmetic errors in proposals will be corrected as follows: In case of discrepancy between the amounts mentioned in figures and in words, the amount in words shall govern. Page 8

A prospective bidder requiring any clarification on the tender documents may notify PFRDA in writing at the PFRDA s address or sending mail on following mail id daulath.khan@pfrda.org.in. All queries and clarifications should reach PFRDA by 28/05/2015 Any queries received after the indicated date and time will not be entertained. The bidder is responsible for all costs incurred in connection with participation in this process, including but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings, presentation, preparation of proposal and in providing additional information required by PFRDA. This tender does not commit the PFRDA to award a contract or to engage in negotiations. 19. PFRDA S RIGHT TO TERMINATE THE TENDER PFRDA may terminate the tender process at any time and without assigning any reason. The PFRDA makes no commitment, express or implied, that this process will result in a business transaction with anyone. This tender does not constitute an offer by the PFRDA. The bidder's participation in this process may result in PFRDA selecting the bidder to engage in further discussions and negotiations toward execution of a contract. The commencement of such negotiations does not, however, signify a commitment by PFRDA to execute a contract or to continue negotiations. The PFRDA may terminate negotiations at any time without assigning any reason. 20. LATE BIDS Any proposal received by the PFRDA after the deadline for submission of proposal prescribed in shall be summarily rejected and returned unopened to the bidder. 21. NEGOTIATIONS, CONTRACT FINALIZATION AND AWARD The committee shall reserve the right to negotiate with the bidder whose proposal has been ranked first by the committee. A contract will be awarded to the responsible, responsive bidder whose proposal conforms to the tender and is, in the opinion of PFRDA, the most advantageous and represents the best value to the project, price and other factors considered. Evaluations will be based on the proposals and any additional information requested by the PFRDA. 22. AWARD OF CONTRACT Page 9

a) Award Criteria The PFRDA will award the Contract to the successful bidder (Vendor) whose proposal has been determined to be substantially responsive and has been determined as the best value proposal for a period of 3 years. PFRDA may at its sole discretion and if there is a requirement extended the period of one year. b) PFRDA s Right to Accept or Reject Any or All Proposals The PFRDA reserves the right to accept or reject any proposal, and to annul the tender process and reject all proposals at any time prior to award of contract, without incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for PFRDA s action. c) Notification of Award Prior to expiry of the validity period, PFRDA will notify the successful bidder in writing that its proposal has been accepted. Upon the successful bidder s furnishing of security deposit contract signing process will take place. d) Signing of Contract Once the PFRDA notifies the successful bidder that its proposal has been accepted, PFRDA shall enter into a separate contract, incorporating all agreements (to be discussed and agreed upon separately) between PFRDA and the successful bidder. 23. TERMINATION OF CONTRACT PFRDA may terminate the Contract of the Vendor in case of the occurrence of any of the events specified below: a) If the Vendor becomes insolvent or goes into compulsory liquidation. b) If the Vendor, in the judgment of PFRDA, has engaged in corrupt or fraudulent practices in competing for or in executing this Contract. c) If the Vendor submits to PFRDA a false statement which has a material effect on the rights, obligations or interests of PFRDA. d) If the Vendor places itself in position of conflict of interest or fails to disclose promptly any conflict of interest to PFRDA. e) If the Vendor fails to provide the quality services as envisaged under this Contract or violates any of the clauses of the contract. Reasons for the same would be recorded in writing. f) In such an occurrence PFRDA shall give a written advance notice of 30 days before terminating the Contract of the Vendor. Page 10

g) By giving 60 days advance notice without assigning any reason. 24. SECURITY DEPOSIT a) The successful vendor shall at its own expense deposit with PFRDA, a interest free security deposit in the sum of Rs 25,000/-(Twenty five Thousand only)the Security Deposit can be paid in the form of Account Payee Demand Draft or in the alternative the EMD received shall be adjusted toward security deposit. The Security Deposit should remain valid for a period of 60 days beyond the completion of the period of contract or beyond 60 days of any extended period of the contract b) The Security Deposit will be as follows: i. All incidental charges whatsoever such as premium, commission etc. with respect to the Security Deposit shall be borne by the bidder. The Security Deposit shall be valid initially till 60 days after completion of tenure of contract. ii. iii. iv. In the event of the successful being unable to service the contract for whatever reason, PFRDA shall be entitled to invoke the Security Deposit. Notwithstanding and without prejudice to any rights whatsoever of PFRDA under the contract, the proceeds of the Deposit shall be payable to PFRDA as compensation for the bidder s failure to perform/comply with its obligations under the contract. PFRDA shall notify the bidder in writing of the exercise of its right to receive such amount within 14 days, indicating the contractual obligation(s) for which the bidder is in default. Before invoking the Security Deposit, the vendor may be given an opportunity to represent before PFRDA. The decision of PFRDA on the representation given by the agency shall be final and binding. Where the contract is renewed/ extended by PFRDA as the case may be the Vendor shall submit a fresh/extended Security Deposit to the satisfaction of the PFRDA. 25. TAX CLAUSE PFRDA would only reimburse Service Tax and Education cess as part of total contract, where applicable. Any other tax or levy either Central/State incurred by Vendor would not be reimbursed by PFRDA. Page 11

26. SUB-CONTRACT CLAUSE The Vendor shall neither assign nor transfer, entirely or in part, the obligation derived here from in favor of any third party 27. EXIT MANAGEMENT In the event of expiry of contract term or termination of contract as per, the Vendor would transfer/share all infrastructure and documents, report and other data necessary for seamless transfer of process to PFRDA/New Vendor as directed by PFRDA. 28. PROPOSAL OWNERSHIP The proposal and all supporting documentation submitted by the bidders shall become the property of PFRDA. The proposal and documentation may be retained, returned or destroyed as PFRDA decides. 29. GOVERNING LAWS/ JURISDICTION ARBITRATION Any matter relating to the appointment of Vendor or the procedure for the appointment of the Vendor shall be governed by the Laws of Union of India. The dispute relating to such appointments shall be subject to the exclusive jurisdiction of the Courts at New Delhi (with exclusion of all other Courts) which shall have the jurisdiction to decide or adjudicate on any matter or dispute which may arise. However any disputes that may arise under the contract between the PFRDA and the Vendor shall be resolved by a dispute mechanism as provided in such contract. Receiving and Opening of Tenders: i. Last date and time for submission of quotation up to 12.00 PM on 05/06/2015. ii. Date and Time of opening of Bid : 15.30 PM on 05/06/2015 Page 12

PRICE BID FORMAT ANNEXURE-2 To The General Manager-IT, Pension Fund Regulatory and Development Authority, Plot No.6, First Floor, ICADR Building, Vasant Kunj Institutional Area, Phase-II, New Delhi-110070 Sl No No. of links / Speed Unit Rate per year Yearly Cost Two Year Cost Three Year Cost A) Bandwidth Charges: 1 One no. 10 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) at PFRDA Applicable taxes on above 1 2 a. b c. 3 B) One time installation & Configuration charges Applicable taxes on above 3 4 a. b c. 5 C) Annual rentals (Recurring charges) Applicable taxes on above 5 6 a. b c. 7 Total (1+2+3+4+5+6) 8 D) Any other charges (To be specified) (if any) 9 Over All Total (7+8)) 10 Over All Total in Words Page 13

Authorised Representative of Bidder Signature : Name : Address : Place: NOTE:- Bid as at Annexure-2 must be submitted on letter head of the company Page 14

FORWARDING LETTER To The General Manager-IT, Pension Fund Regulatory and Development Authority, Plot No.6, First Floor, ICADR Building, Vasant Kunj Institutional Area, Phase-II, New Delhi-110070 Dear Sir, Sub : Submission of Quotation against Tender for provisioning of Enterprise Leased Line Connectivity at PFRDA I/We hereby offer to carry out the work detailed in the Tender Specification issued by PFRDA, in accordance with the terms and conditions thereof. I/We have carefully perused the following listed documents connected with the above work and agree to abide by the same. 1. Instructions to Bidders and Terms & Conditions of the Bid(Annexure-1) 2. Price Bid (Annexure-2) Should our Offer be accepted by PFRDA for Award, I/we further agree to complete the work as provided for in the Tender Conditions within the stipulated time as e indicated by PFRDA. I/We have deposited/depositing herewith the requisite Earnest Money Deposit (EMD) as per details furnished in the tender document. Authorised Representative of Bidder Signature : Name : Address : Place: Date: Page 15