Will it be submitted with Technical bid, if yes please provide format for the same?

Similar documents
TERMS & CONDITIONS FOR MANPOWER OUTSOURCING

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

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

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

CLARIFICATIONS TO PRE-BID QUERIES

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Telephone : Fax :

CLARIFICATIONS TO PRE-BID QUERIES

NOTICE INVITING TENDERS

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

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

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

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla

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

Employees State Insurance Corporation Hospital, Manesar

Short Term E-tender Notice for Internet Lease Line

Government of India 0/o Deputy Director General of Civil Aviation 4th Floor, AAI Technical Building HAL Airport,Bengaluru Date:

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

Gujarat Electricity Regulatory Commission

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

Experience in implementation/ Experience in implementation/ Maintenance of ,TQ7. 12 Maintenance of IPMPLS- 15 Marks

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

GOVERNMENT OF ANDHRA PRADESH OUTSOURCING SERVICES TO THE APMSIDC

Central Vigilance Commission Satarkta Bhawan, GPO Complex, Block A New Delhi File No.30/03/15-Admn (Pt) Date: 17/12/2016

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

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

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

INTERNATIONAL GARMENT FAIR ASSOCIATION

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

SOFTWARE TECHNOLOGY PARKS OF INDIA

The bidder should have been empanelled by any PSUs Bank(s) in India for Aadhaar Enrolment Agency related work.

REQUEST FOR PROPOSAL FOR SPRAY DRIER

SPORTS AUTHORITY OF GUJARAT

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax:

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

The firm applying for the tender must possess the following qualification :-

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

NOTICE INVITING TENDER

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

RFP : Pre-bid reply

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

F. No. 22(7)/NBB/Security/2019 Dated :

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

(Web Advertisement) TENDER NOTICE

Ref.No : MSG/COMP/03/LAN/2K12/1175 January 23, 2013.

HOUSE KEEPING SERVICES

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

: To be filled by the tenderer :

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

TECHNICAL OFFER (ENVELOPE I)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

INTERNATIONAL GARMENT FAIR ASSOCIATION

Automation of Winding Drawings for Power Transformer

Collective RFQ No.: 1408 Date:

CENTRAL COALFIELDS LIMITED OFFICE OF THE PROJECT ENGINEER(X),SELECTED DHORI P.O.-MAKOLI,DISTT.-BOKARO

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

TENDER NOTICE. To award Annual Maintenance Contract for Pest control in the Zonal Office building of Greater Mumbai Zone, Mumbai.

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

NAVI MUMBAI MUNICIPAL TRANPORT

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

NOTICE INVITING TENDERS FOR

TENDER FOR MAINTENANCE OF WEBSITES OF IIFT *********************

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

APPAREL EXPORT PROMOTION COUNCIL

File No. A-12034/1/2011-Adm.III Government of India Planning Commission TENDER NOTICE

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

Website: Tender Notice

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

HINDUSTAN AERONAUTICS LIMITED SUKHOI ENGINE DIVISION, KORAPUT SUNABEDA , ORISSA PLANT MAINTENANCE CONTRACT CELL

Central University of Orissa

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

NATIONAL INSTITUTE OF IMMUNOLOGY NEW DELHI Tender No. ADMN(GA)/3.4.5 Dated

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

TENDER DOCUMENT NIT SIKKIM RAVANGLA, SOUTH SIKKIM

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

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

Tender No. 5(1)/2017-CERT-In

1. DETAILS/ REQUIREMENT OF THE TOUR

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

TENDER DOCUMENT PART I (TECHNICAL BID) 01. Limited Tender No. & date : ECL/RJML/GM/E&T/18-19/16 dt

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender Enquiry No.TTC/HYD/ /26 NOTICE INVITING TENDER

TECH / 120 Days from the date of opening of the enquiry Contract Period

NIT-14 /2017. Rate Contract for Laboratory Consumables Cost of tender Rs.1500/- (Non refundable)

F.No /2017-CCRUM/Estt. CENTRAL COUNCIL FOR RESEARCH IN UNANI MEDICINE

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

Transcription:

Reply of Pre-Bid Queries(Ref: C-DOT/TENDER/2017-2018/MO-01) Sl.No. Tender Pg No. and Sub no. 1 3.2 Table point No. 8 2 5 & Annexure -II 3 Section Present Clause Clarification/Modification Required Remarks C-DOT Reply 6.2 Acceptance letter to sign Non-Disclosure agreement with C-DOT on Non-Judicial Stamp Paper of Value of Rs. 200/-. The total manpower requirement in the two years is expected to be 195 nos. however the exact requirement shall be communicated at the time of inducting persons. The bidder should have successfully completed a Minimum 02 Contracts 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 2014-15, 2015-16, 2016-17. 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 ( Proof for the same to be enclosed ). Selfcertification shall not be entertained. Will it be submitted with Technical bid, if yes please provide format for the same? Total manpower requirement in two years is expected to be 195 No. but as per annexure-ii rate has to be quoted for 195 No. per month. Please clarify 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 ( Proof for the same to be enclosed ). Selfcertification shall not be entertained. 1. Please clarify that single order has to be submitted or two order has to be submitted. 2. Can overseas credential be accepted. It is to be signed by successful bidder(s) only As per Tender 1. As per Tender 2. No oversees Credentials will be accepted 4 6.7 - Only those bids where the submitted RESUME fulfills at least 60% of the required skill set would be considered for financial evaluation i.e. if they fail to meet this criteria, they will be technically rejected. Only sample CV has to be submitted in bid documents or is it mendotory to deploy those personnel after order? Because as per clause 15c - complete resume has to be submitted for quoted manpower. Actual CV of the candidates are to be submitted in the technical bid as per Tender document. They may or may not be deployed. 6.7, 7e & 15c 7e- RESUME of the candidates (minimum 30% of the requirement as mentioned in Annexure VI) 15c- Such Bidder will have to submit the Complete RESUME for quoted manpower ( on 1:3 basis as per Annexure V within 15 days from the date of release of Work Order ).

5 17a If the selected manpower is not provided / This should be rephrased and stated herein that if replaced by the service provider within the time selected manpower is not supplied within the frame as defined in the clause 15 above and as stipulated time frame then penalty @ 0.5% shall defined in Annexure V, penalties shall be be imposed for each week's delay. imposed on the service provider by C-DOT. The The maximum amount of penalty which can be penalty to be imposed will be @ 0.5% per week levied for overall delay shall be limited to 10% of for the first two weeks, @ 0.75% per week for the the fees payable under this contract. 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. As per Tender 6 7 17 b 23.1 If the service provider is not able to provide the This clause should be deleted. manpower as above within 06 weeks, C-DOT reserves the right to blacklist the service provider. C-DOT may, without prejudice to any other It should be added herein that 30 days prior remedy for breach of contract by written notice of notice shall be given by C Dot before terminating default sent to the service provider, terminate the the agreement under this provision. contract in whole or part: 8 Add one clause in clause No.23 Add one clause 23.6, This clause should be incorporated wherein it should be stated that the Service Provider may terminate the agreement by giving 30 days written notice to C Dot if C dot breaches any material term of this agreement. 9 10 27 32 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.either Party may refer the dispute to the sole Arbitrator, to be nominated by the Executive Director, C-DOT. INDEMNIFICATION: The service provider shall indemnify and hold C-DOT harmless against any and all claims, demands, damages, liabilities, losses to its activities and obligations under the contract. It cannot be accepted the arbitration of Sole arbitrator by Executive Director of C Dot. It has to be amended and stated herein that the sole arbitrator shall be mutually appointed by the parties. It pertains to indemnification. It should be added herein that as mentioned in clause 25 in any event the overall liabilty of the service provider for all claims shall be limited to the total payment to be made to it by C Dot under this Agreement. As per Tender C-DOT will give 30 days prior notice before terminating the agreement. The sole arbitrator shall be mutually appointed by the parties.

11 5 6.1 The bidder should be a Company registered under Indian Companies Act, 1956 or Company Act 2013 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. Technical Manpower: Kindly accept the past expereince for providing of ENGINEERING GRADUATES FOR ALL DEPARTMENTS i.e. Electronics/Computer Science/Information Technology/CIVIL/MECHANICAL/Architectures etc As your requirment CIVIL, Mechanical personnel also needed 12 5 6.2 The bidder should have successfully completed a Minimum 02 Contracts 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 Can submit SINGLE ORDER with Value more Financial years namely 2014-15, 2015-16, 2016- than Rs.50 Lakhs 17. 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 ( Proof for the same to be enclosed ). Selfcertification shall not be entertained. Yes and the same is already mentioned in the Tender document 13 14 6 6.4 22 19 Experience in the field of Technical Services should be there for at least last two years 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, Techncial Services: Can accept the expereince with Engineering Graduates with different departments Is Minimum Wages Central Labour applicable? (SKILLED, HIGHLY SKILLED WAGES) OR ANY OTHER WAGES APPLICABLE, PLEASE MENTION NO YES 15 Pg 15 ANNEXURE II BLANK COMMERCIAL BID Request you to allow the bidders to bid only for specific categories separately. OK

16 Pg 13 Point 8 ANNEXURE- I COMPLIANC E TABLE Has the Service Provider attached Certification from reputed user agencies, ISO/High-level quality service certification in the relevant area, if available? 17 24 Annexure VI Category 1 : 1 Experience in software development. to 2 years of Experience in the area mentioned below (20 Working knowledge of C, C++, Python, Core Java, JSP, Java Script, Perl, and TTCN. Nos.) Oracle forms, Oracle reports, SQL/PLSQL, Oracle database. Linux Operating System, Shell Programming, Protocols like FTP, TELNET, SMTP, HTTP, DNS and DHCP Understands analog & Digital design & VHDL programing. Experience in installation, configuration and troubleshooting of IP networks, ADSL equipment, VDSL, GPON, DWDM, SDH & Optical network components and handling optical equipment like OTDR & power meters. Here we would request to include CMMi Level 5 certification so that only capable agencies will participate for this which required highly skilled professional to take care successful exectuion of work. Development and operations Oracle DBA System Administration This is to raise the concern that in category I,II & III finding candidates with all the desired technical experience and certifications is going to be a major challenge because within the experience mentioned of 1-4 years the candidates are not having all the Technology certifications mentioned neither the required experience as per the description. In case of category III where the experience range is from 4 6 years the aforesaid streams are defined, candidates working majorly in one specific domain i.e. Networking, DB and Systems etc. So kindly confirm whether the required numbers of resources can be categories for each specific Domain or if each candidate is supposed to be having all technological experience and certifications mentioned above. For Category I (1-2 years of Experience) : Experience in 01 or more of the areas For Category II (2-4 years of Experience) : Experience in 01 or more of the areas For Category III (4-6 years of Experience) : Experience in 01 or more of the areas Computer System installations. System Administration Network Management System. Telecom Systems, Network and Switches. Installation, configuration and Operations & System Administration/Network Maintenance of Servers, Routers, LAN switches, Telecom Systems and MPLS Network. Knowledge of routing protocols. Wireless communications, antenna alignment, RF and Microwave. Networking

Knowledge of 2G, 3G, 4G, IMS, IN technologies. Knowledge of end-to-end system testing. O&M of telecom systems and troubleshooting in working telecom systems like telephone exchanges, optical equipment, network management systems, and mobile systems. Networking Networking Experience in handling ERP systems Oracle DBA Desirable: Knowledge of test automation tools & scripting languages Certification for networking technologies Networking equivalent to CCNA Knowledge of SS7, SIGTRAN, SIP Networking RHCE Certification Linux ISTQB Certification OCP Oracle certified professional) / ODA Oracle (oracle database administrator), OAF (Oracle application frame-work) Sound knowledge in one the ERP Accounting functional areas HRMS, SCM, finance Implementation & support experience using EBS rel. 12.0 applications. 18 7 13. a The Bid 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. If the contract shall be extend further on mutual agreement of both parties as per Point No. 10 at Page No. 7. Increment should be acceptable for employee after 2 years of contract 19 8 Point no. 19, Payments The service provider shall submit the bills by 7th of the following month for the services provided in the previous month. Kindly accept bill submission from vendor from 7th to 10th of following month for the service provided in the previous month Salaries to be distributed positively by 7th of every month however the bills may be submitted from 7th to 10th of follwing month for the service provided in the previous month

20 12 Point No. 2, Annexure I Compliance Table Does the Service Provider agree, in writing, to Please clarify if Medical Insurance of Employees adhere by the applicable rules/laws of the land, is Mandatory 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? If the persons are covered under ESI, no medical insurance is required. The persons not covered under ESI are to be provided medical insurance for Rs. 2.00 lakhs. 21 21, Point No. 9, Annexure V The empanelled service provider will issue appointment order to the deployed manpower only after character verification and security clearance (police verification for last 5 years). Police verification should be provided as per rule by Police Department. Police verification is to be provided as per rule by Police Department 22 21, Point No. 11, Annexure V The service provider will also ensure that the personnel deployed are medically fit and will keep in record a certificate of their medical fitness. 23 4 3.2 (1) A Demand Draft/Pay Order of Rs. 1050/- in favor of C-DOT as Tender Fee if the tender document has been downloaded from C-DOT Website. Medical Fitness Certificate should be provided at the time of joining of employees. Government store purchase programme has been a stated policy of Government of India (Circular no. CL/78-BPE/MM Dt. 12th January 1978, Circular no. 21 (1) 2000-EP&M Dt. 28/08/2000 may be referred among others). Through circulars different ministry/departments were advised to provide below major benefits to units registered with NSIC. 1) Issue of tender free of cost. 2) Exemption from payment of Earnest Money. We are registered with NSIC under S.S.I (please find attached copy of the same) and hence exempted from paying EMD, tender fees etc. Please let us know if we can submit our tender response with NSIC registration for exemption against tender fee as well as only EMD exemption is allowed in RFP as on date. Tender fee is mandotory. EMD may be exempted based on production of proof as mentioned in the Tender document 24 6 7 (e) RESUME of the candidates ( minimum 30% of the requirement as mentioned in Annexure VI) Since total manpower requirement is 195, so we need to provide CV s equals to 30% of the total manpower requirement i.e 59 as total CV s please clarify. Or, we need to provide CV s minimum 30% of the individual category s requirement as mentioned in Annexure -VI Minimum 30% CVs of each category are to be submitted

25 7 10 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. Request you kindly consider period of contract for 3 Years which may be extended further based on mutual agreement of both the parties in order to avoid time loss and Govt. money. 26 20 5 The empanelled service provider will ensure that no service / experience certificate is issued to the personnel if they do not serve the full notice period of two months. Considering the current market trend, it is understood that the notice period of two months is not acceptable to resources working under outsourcing contracts accordingly request you to kindly consider a notice period of maximum up to 1 month from resource. 27 23 28 Whenever the deployed personnel are sent on tour We understood from this clause that agency has to for work assigned by C-DOT, C-DOT shall pay the Travel & DA as C-DOT policy of required pay Travel & DA as per C-DOT policy to resource in case deployed personnel are sent on tour for advance to the deployed personnel will have to be work assigned by C-DOT and agency can take given by the agency. The agency may take advance from C-DOT against submission of BG/Security Deposit of equal amount. advance from C-DOT for equal amount. Please clarify the advance provision from C-DOT against submission of BG/Security Deposit for equal amount. 28 Tender Cost & EMD Please allow exemption for Tender Cost & EMD as we fall under SSI units Tender fee is mandotory. EMD may be exempted based on production of proof as mentioned in the Tender document