You are on page 1of 112

Request for Proposal

For
Selection of Agency for Facility
Management Services for vertical Odisha
State Wide Area Network (OSWAN)

RFP Enquiry No: OCAC-TE-06/2017(Part)/ENQ/18018 Dated 22.02.2018

Revised RFP after incorporating responses to Pre-bid Queries was


issued on 19.03.2018

Odisha Computer Application Centre


(Technical Directorate of E & I.T. Department, Government of Odisha)
N-1/7-D, Acharya Vihar, P.O. - RRL,
Bhubaneswar - 751013
EPBX: 674-2567280 / 2567064 /2567295 / 2567283
Fax: +91-674-2567842
Website: www.ocac.in

Page 1 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN

DISCLAIMER

The information contained in this RFP document or subsequently provided to Bidder(s),


whether verbally or in documentary or any other form by Odisha Computer Application
Centre(OCAC) or any of their employees is provided to Bidder(s) on the terms and conditions
set out in this RFP Document and such other terms and conditions subject to which such
information is provided.
This RFP is not an agreement and is neither an offer nor invitation by OCAC to the Bidders or
any other person. The purpose of this RFP is to provide interested parties with information that
may be useful to them in making their technical and financial offers pursuant to this RFP (the
"Bid"). This RFP includes statements, which reflect various assumptions and assessments
arrived at by the bidder in relation to the Project. Such assumptions, assessments and
statements do not purport to contain all the information that each Bidder may require. The
assumptions, assessments, statements and information contained in this RFP, may not be
complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations, studies and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtains independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
law expressed herein.
OCAC, makes no representation or warranty and shall have no liability to any person, including
any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP or
arising in any way in this Bid Stage. OCAC also accepts no liability of any nature whether
resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder
upon the statements contained in this RFP.
OCAC may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP. The
issue of this RFP does not imply that is bound to select a Bidder or to appoint the Preferred
Bidder, as the case may be, for the Project and reserves the right to reject all or any of the
Bidders or Bids without assigning any reason whatsoever.
OCAC reserves all the rights to cancel, terminate, change or modify this selection process
and/or requirements of bidding stated in the RFP, at any time without assigning any reason or
providing any notice and without accepting any liability for the same.

RFP||Odisha Computer Application Centre Page 2 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Table of Contents
DISCLAIMER ................................................................................................................................................................... 2
Table of Contents ......................................................................................................................................................... 3
Important Dates & Information .............................................................................................................................. 6
1. Fact Sheet ................................................................................................................................................................ 7
2. Invitation for Bids ................................................................................................................................................... 9
3. Project Profile & Background Information................................................................................................. 10
3.1 Brief about Odisha State Wide Area Network................................................................................. 11
3.2 Existing SWAN Architecture .................................................................................................................. 11
3.2.1 SHQ Network Architecture ............................................................................................................ 12
3.2.2 DHQ Network Architecture ............................................................................................................ 13
3.2.3 BHQ Network Architecture ............................................................................................................ 14
4. Pre-Qualification / Eligibility Criteria ............................................................................................................ 15
5. Scope of Work, Deliverables and Timelines............................................................................................ 19
5.1 Detailed Scope of Work (SoW) ..................................................................................................................... 19
5.1.1 Taking Over of Existing OSWAN Infrastructure...................................................................... 19
5.1.2 Resource Deployment for Management of Existing OSWAN .......................................... 19
5.1.3 Annual Maintenance Support of existing SWAN .................................................................. 20
5.2 Major Roles and Responsibilities of Stake Holders.............................................................................. 25
5.3 Project Deliverables, Milestones & Time Schedule .............................................................................. 28
6. Instruction to Bidders ........................................................................................................................................ 30
6.1 General ........................................................................................................................................................... 30
6.2 Availability of RFP Document ................................................................................................................ 30
6.3 Compliant Proposals/ Completeness of Response ...................................................................... 30
6.4 Pre-bid Meeting & Clarifications ........................................................................................................... 31
6.4.1 Pre‐bid Conference .......................................................................................................................... 31
6.4.2 Responses to Pre‐Bid Queries and Issue of Corrigendum .............................................. 31
6.4.3 Amendments to RFP Document ................................................................................................. 31
6.5 Period of Validity of Bids........................................................................................................................... 32
6.6 Format and Signing of Bids .................................................................................................................... 32
6.7 Cost & Language of Bidding .................................................................................................................. 32
6.8 Alternative/ Multiple Bids ......................................................................................................................... 33
6.9 RFP Document Fees ................................................................................................................................ 33
6.10 Bid Security/Earnest Money Deposit (EMD) ............................................................................... 33
6.11 Submission of Bids................................................................................................................................ 34
6.12 Submission of Manufacturer’s Authorization Form .................................................................. 35

RFP||Odisha Computer Application Centre Page 3 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
6.13 Deadline Submission of Bids ............................................................................................................ 35
6.14 Venue for Submission of Bids........................................................................................................... 35
6.15 Mode of Submission of Bids .............................................................................................................. 35
6.16 Withdrawal, Substitution, and Modification of Bids .................................................................. 36
6.17 Opening of Bids ...................................................................................................................................... 36
6.18 RFP Evaluation ....................................................................................................................................... 36
6.18.1 Evaluation & Tabulation of Pre-qualification & Technical Bid ......................................... 36
6.18.2 Evaluation & Tabulation of Financial Bids............................................................................... 38
6.18.3 Correction of Arithmetic Errors in Financial Bids.................................................................. 38
6.19 Negotiations ............................................................................................................................................. 39
6.20 Exclusion of Bids / Disqualification ................................................................................................. 39
6.21 Lack of Competition .............................................................................................................................. 40
6.22 Acceptance of the successful Bid and award of contract ...................................................... 41
6.22.1 Award Criteria ..................................................................................................................................... 41
6.22.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s) ........................... 41
6.22.3 Purchaser’s Procurement Rights ................................................................................................ 41
6.22.4 Notification of Award ........................................................................................................................ 41
6.22.5 Contract Finalization and Award ................................................................................................. 41
6.22.6 Performance Guarantee ................................................................................................................. 42
6.22.7 Signing of Contract ........................................................................................................................... 42
6.22.8 Failure to Agree with the Terms and Conditions of the RFP ........................................... 42
6.23 Confidentiality .......................................................................................................................................... 42
7. General Terms and Conditions of RFP & Contract .............................................................................. 44
7.1 Definitions ...................................................................................................................................................... 44
7.2 Indemnification ............................................................................................................................................ 44
7.3 Language ....................................................................................................................................................... 45
7.4 Notices ............................................................................................................................................................ 45
7.5 Governing Law ............................................................................................................................................ 46
7.6 Taxes & Duties ............................................................................................................................................ 46
7.7 Copyright........................................................................................................................................................ 46
7.8 Confidential Information ........................................................................................................................... 46
7.9 Intellectual Property Rights .................................................................................................................... 47
7.10 Extension in Delivery Period and Liquidated Damages (LD) ............................................... 47
7.11 Warranty .................................................................................................................................................... 48
7.12 Limitation of Liability ............................................................................................................................. 49
7.13 Force Majeure ......................................................................................................................................... 49
7.14 Change Orders and Contract Amendments................................................................................ 50
RFP||Odisha Computer Application Centre Page 4 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
7.15 Termination .............................................................................................................................................. 50
7.16 Settlement of Disputes......................................................................................................................... 50
8. Special Terms and Conditions of RFP & Contract................................................................................ 52
8.1 Payment Terms and Schedule.............................................................................................................. 52
8.2 Payment of Goods & Services Tax ..................................................................................................... 53
8.2.1 Payment of Goods & Services Tax ............................................................................................ 53
8.3 Service Level Standards / Requirements / Agreement ............................................................... 53
8.3.1 Definitions............................................................................................................................................. 53
8.3.2 Service Level Objectives ................................................................................................................ 55
8.3.3 Calculation of Down-Time.............................................................................................................. 55
8.3.4 Calculation of up-Time .................................................................................................................... 56
8.3.5 SLA Execution Time......................................................................................................................... 56
8.3.6 PoP Up-Time SLA-IT Infrastructure ........................................................................................... 57
8.3.7 Network operation and Helpdesk Management.................................................................... 57
8.3.8 Service Level for Manpower Deployment................................................................................ 58
8.3.9 Service Level review Process ...................................................................................................... 58
Annexure-1: Particulars of the Bidder ............................................................................................................. 60
Annexure-2: Manpower Deployment ............................................................................................................... 61
Annexure-3: Pre Bid Queries Format .............................................................................................................. 70
Annexure-4: Bidder's Authorization Certificate ............................................................................................ 71
Annexure-5: Draft Agreement Format ............................................................................................................. 72
Annexure-6: Bank Guarantee Format ............................................................................................................. 75
Annexure-7: RFP Form ......................................................................................................................................... 77
Annexure-8: Covering Letter - Technical Bid ............................................................................................... 78
Annexure-9: Undertaking on Wages Act ........................................................................................................ 79
Annexure-10: Manufacturer's Authorization Form (MAF) ........................................................................ 80
Annexure-11: Financial Bid Cover Letter and Format .............................................................................. 81
Annexure-12: Commercial Bid - Item Wise Price Schedule ................................................................... 83
Annexure-13: Financial Capabilities ................................................................................................................ 91
Annexure-14: Self-Declaration ........................................................................................................................... 92
Annexure-15: Project Citation Format ............................................................................................................. 93
Annexure-16: Project References for Experience of Bidder .................................................................. 94
Annexure-17: List of Project Locations ........................................................................................................... 95
Annexure-18: List of horizontal offices under OSWAN ..........................................................................108
Annexure-19: List of Existing OSWAN Equipment ..................................................................................110

RFP||Odisha Computer Application Centre Page 5 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Important Dates & Information


Information Details

Bid Inviting Authority Odisha Computer Application Center


(Technical Directorate of E&IT Deptt, Govt. of Odisha)

Correspondence Address The General Manager (Admin)


Odisha Computer Application Centre (OCAC) (Technical
Directorate of I.T. Deptt, Govt. of Odisha) N-1/7-D, Acharya
Vihar, P.O.- RRL, Bhubaneswar - 751013 EPBX: 674-
2567280/2567064/2567295/2588283 Fax: +91-674-
2567842

RFP Name Request for Proposal for Selection of vendor for Facility
Management Services for vertical Odisha State Wide Area
Network (OSWAN)

Bid Reference No. and Date RFP Enquiry No: OCAC-TE-06/2017(Part)/ENQ/18018


Dated 22.02.2018

Place of Execution OCAC

Non Refundable RFP Cost INR 5,000/-(Five Thousand) in the form of Demand Draft
drawn on a Nationalized Bank or Scheduled Commercial
Bank in favor of “Odisha Computer Application Centre“
and payable at Bhubaneswar, Odisha.
EMD INR 3,00,000/-(Three lakh only) in the form of Bank
Guarantee / Demand Draft drawn on a Nationalized Bank or
Scheduled Commercial Bank in favor of “Odisha Computer
Application Centre“ and payable at Bhubaneswar,
Odisha
Availability of Bid Document in the
website
(www.ocac.in www.odisha.gov.in ) 22/02/2018

Last date for receiving queries


through e-mail: 07/03/2018 4:00 P.M.
orissaswan@gmail.com
Date and Time of Pre-bid conference 08/03/2018 4:30 P.M.

Issue of Corrigendum (if required) 19/03/2018(Revised RFP published)

Last Date and Time for submission of 28/03/2018 2:00 P.M.


Bid
Date and Time of opening of Pre-
28/03/2018 3.30 P.M.
Qualification &Technical Bid (PQ &
TQ)
Opening of Commercial Bid (CB) To be informed later

RFP||Odisha Computer Application Centre Page 6 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

1. Fact Sheet
This Fact Sheet comprises of important factual data on the RFP for a quick reference to the
Bidders.

Reference Topic

Odisha Computer Application Centre (OCAC) invites Request


The Proposal
for Proposal for Selection of vendor for Facility Management
Services for vertical Odisha State Wide Area Network
(OSWAN)
Least cost based method (L1) shall be used to select the
Bidder. The Bidder has to submit the bid in three separate

Method of Selection sealed envelopes marked as Pre-Qualification (PQ), Technical


Bid (TB) and Price Bid (PB) in a Single enclosed envelope
marked as “RFP for Selection of Agency for Facility
Management Services for vertical Odisha State Wide Area
Network (OSWAN) Dated :

RFP Document Fee Non RFP Document fee Rs.5, 000/ must be submitted along with

Refundable the proposal. The RFP document fee must be in favor of


Odisha Computer Application Centre from any Nationalized /
Scheduled Commercial Bank payable at Bhubaneswar.
Earnest Money Deposit (EMD) of amount Rs.3,00,000/-

Earnest Money Deposit (EMD) (Rupees Three Lakh Only) in shape of Account Payee
Demand Draft from any Nationalized / Scheduled Commercial
Bank in favor of Odisha Computer Application Centre payable
at Bhubaneswar.
Performance Bank Guarantee (PBG) @ 10% of the cost of
Performance Bank Guarantee
project from any Nationalized / Scheduled Commercial Bank in
(PBG)
the prescribed format in favor of the Odisha Computer
Application Centre shall be submitted by the successful bidder
within 15 days of issue of work order
Selected bidder is expected to deliver the services listed in
Scope of Work
Scope of Work as mentioned in this RFP.

Language Bid must be prepared by the Bidder in English language only


The bidder should quote in Indian Rupees only. The Total
Currency Price inclusive of taxes and duties will be considered for
evaluation. So, the bidder must mention the base price and the
tax component separately.

Validity Period Proposals/bid must remain valid minimum for 180 days from
the last date of bid submission.

RFP||Odisha Computer Application Centre Page 7 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
Reference Topic

The proposal must be submitted to: The General Manager


(Admin.) Odisha Computer Application Centre (OCAC)
OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square,
RRL Post Office, Blhubaneswar-751013 (INDIA)

Bid to be submitted on or before


All the three sealed separate envelopes (PQ, TD & PB) shall
last date of submission at:
be put in another separate envelope with superscription as
“RFP for Selection of Agency for Facility Management
Services for vertical Odisha State Wide Area Network
(OSWAN) ‘’and RFP Enquiry No: OCAC-TE-
06/2017(Part)/ENQ/18018 Dated 22.02.2018

RFP||Odisha Computer Application Centre Page 8 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

2. Invitation for Bids


Odisha Computer Application Centre (OCAC) invites bids from eligible bidders who have the
necessary qualifications for providing Facility Management Services for vertical Odisha
State Wide Area Network (OSWAN) as per the “Scope of Work” described in this RFP.

The Bid document has been published in the official website of OCAC (www.ocac.in) & Govt.
of Odisha (http://www.odisha.gov.in ). The tender advertisement has also been published in
leading news papers for wide circulation. Bidders are requested to go through the Bid
document carefully and participate in the bidding process with all necessary details as
required.

This RFP is issued by OCAC, which is the sole point of contact during the selection process.
The Nodal Officer responsible for entire process is General Manager (Admin).

RFP||Odisha Computer Application Centre Page 9 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

3. Project Profile & Background Information


State Wide Area Network Project is one of the four major pillars of National e-Governance
Plan(NeGP) .The project aims at establishment of Wide Area Network connectivity for G2G
functioning, up to Block Level, State Data Centers for consolidation of services, applications
and infrastructure, Similarly, State Service Delivery Gateway(SSDG) & e-Portals for
Interfacing, Messaging and Routing switch for data & application operability and Common
Service Centers(CSCs) for establishment of Internet enabled centers in rural areas as
delivery points to rural citizens of India. State Wide Area Network (SWAN) is one of the
flagship programs under Core Infrastructure Projects of NeGP. The main purpose of this
network is to create a dedicated Closed User Group (CUG) network and provide secured
and high speed connectivity for Government functioning and connecting State Headquarters,
District Headquarters, Block Headquarters. SWAN basically intends to focus on the Govt. to
Govt. (G2G) functions.
Odisha is amongst the primary states where SWAN is successful implemented and
operational since 2010.Under the SWAN Project, total no of Vertical PoPs identified are 315.
The detailed classification of PoPs is mentioned below:

VERTICAL PoPs
ODISHA STATE WIDE AREA NETWORK
SHQ 01

DHQ 30

Block HQ 284

Total 315

Apart from the above vertical locations, 60 Horizontal PoPs (For Bhubaneswar, Cuttack,
Sambalpur & Berhampur) are also connected under OSWAN.
HORIZONTAL POP
ODISHA STATE WIDE AREA NETWORK

SHQ Bhubaneswar 19

DHQ Cuttack 15

DHQ Berhampur 12

DHQ Sambalpur 14

Total 60

RFP||Odisha Computer Application Centre Page 10 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

3.1 Brief about Odisha State Wide Area Network

OSWAN has been envisaged at the state level primarily to connect various departments
and enable effective and efficient transmission of information within the state so that the
financial and social benefits that could be derived via the utilization of an IT enabled
platform could be availed optimally. OSWAN acts as a primary vehicle effective
communication of voice, data and video throughout the state and is an effective tool for
service delivery by Government Institutions.

Odisha Computer Application Center (OCAC) has been designated as the state level
Nodal Agency for finalizing the procurement process for engagement Bandwidth Service
Provider, Network Service Provider and Third party Auditor for Odisha SWAN
implementation. Odisha SWAN was implemented and made operation keeping in view the
Govt.’s intension to link government offices at state headquarters (SHQ) at Bhubaneswar;
all district headquarters (DHQ), and all Block headquarters (BHQ) with each other at each
of these locations. OSWAN was implemented on Build-Own-Operate and Transfer
(BOOT) basis to provide data, voice and video services to various offices of Govt. of
Odisha and other locations as identified by OCAC. The OSWAN possesses suitable
topology, use state-of-the art technologies and have capability and flexibility to expand
and upgrade to cover all parts of the state. The Implementation was carried out in two
phases. In Phase-1 the offices which were included are SHQ, 30 DHQs and 279 BHQs
and in Phase 2, rest locations (5 BHQs and 61 Horizontal offices identified) have been
taken for implementation. BSNL has provided conventional Leased Line (Point to Point)
connectivity across all PoPs to establish the Odisha State Wide Area Network. Odisha
SWAN in implemented in a Three Tier network Architecture. The detailed bandwidth
distribution across all PoPs under existing OSWAN along with the existing Network
Architecture is elaborated in subsequent sections of this RFP.

3.2 Existing SWAN Architecture

The entire SWAN can be categorized into two major components namely
a) Vertical SWAN (SWAN Backbone)
b) Horizontal SWAN (Extended Network for User Departments)
All Vertical Locations are named as PoPs (Point of Presence). The PoPs are connected
with conventional leased line network. Odisha SWAN in implemented in a Three Tier
network Architecture, Tier-1 comprises of the SHQ where the Core router and other
network equipments are placed in a centralized manner, Tier-2 consists of 30 DHQs with
individual set of Network Infrastructure and Tier 3 comprises of the 284 Block Head
Quarters which can also be defined as the last mile connectivity with SWAN framework.

RFP||Odisha Computer Application Centre Page 11 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

BSNL is the bandwidth Service Provider and has provided conventional Leased Line (Point
to Point) connectivity across all PoPs. There is a Lease line connectivity of 2Mbps between
BHQs to the respective DHQs and a Leased line connectivity of 4 Mbps between the DHQs
to the SHQ. The network design is linear in nature and hierarchically designed. Horizontal
offices (Other line Departments in State Head offices, Districts and Blocks) are also
connected with the respective vertical PoPs with 2 Mbps conventional Leased line
connectivity.

3.2.1 SHQ Network Architecture


SHQ Network Operation Center is situated at OCAC building and is positioned as the
centralized location for effective management of entire SWAN establishment in the state.
The diagram below implies that the SHQ Core router is connected with a Layer-3 Switch
(Core Switch). Each network whether Point to point connectivity with Secretariat, State data
center, VC Room and all other L2 network equipments and the Internet connectivity
sourced from NKN is connected to the Core Switch. DMzs/VLANs have been created in the
Network which in turn is connected with the DMZ Switch and Application/Network Servers
are created under DMZs/VLAN. All District Head Quarters and respective Head Office at
State level are connected with the core router placed at SHQ with a Leased line Point to
Point link. Each DHQ is connected with 2 E1 Ports SHQ Router through the channelized
STM card port having 64E1 ports each.

RFP||Odisha Computer Application Centre Page 12 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

3.2.2 DHQ Network Architecture


Each DHQ is possessed with a dedicated network infrastructure setup for OSWAN
establishment. Each DHQ has one STM1 Channelized card through which it is connected
with the BHQs with one E1 for each block. The DHQ router is connected with a L3 Switch
and all the network connectivity whether IP Phone, Online UPSs, Server, VC component
are established through the Switch.

RFP||Odisha Computer Application Centre Page 13 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
3.2.3 BHQ Network Architecture
Connectivity has been established in each block by through conventional Modem with
BSNL exchange and BHQ and through Serial Port with the BHQ router. The router is
connected with a layer-2 Switch and all other Network equipments whether IP phones, End
user Desktop terminals are connected with the switch.

RFP||Odisha Computer Application Centre Page 14 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

4. Pre-Qualification / Eligibility Criteria


Following table mentions the pre-qualification criteria. A bidder participating in the procurement
process shall possess the following minimum pre-qualification/ eligibility criteria. Any bid failing
to meet the stated criteria shall be summarily rejected and will not be considered for Technical
Evaluation.

S# Criteria Criteria Description Documents / Proof to be submitted

1. Legal Entity The bidder must be a company a. Valid copy of Certificate of


registered in India under Indian incorporation and Registration
Companies Act 1956, since last 5 Certificates
years as on 31st March 2017. The b. Self Certification of being in this FMS
bidder must have GST registration & business for the last 5 years duly
up-to-date Income Tax Return, PAN attested by company secretary/
Number as on 31st March., 2017 charted accountant should be
attached.
NB: c. Copy of GST registration.
Bid submitted by a company which d.
has acquired a company or division Copies of relevant Certificates of
shall also be considered for Registration, Income Tax/ PAN Number
Evaluation if the eligibility criteria are from the respective Government
met jointly between the bidder and Department.
company or division acquired. e. Annexure-1
2. Financial The average annual turnover of the - Audited Balance Sheets
Turnover bidder during the last 3 financial years - CA Certificate with CA’s Registration
ending with year 2016-17 should not Number & Seal and As per Annexure-13
be shall less than INR 20 Crores from
IT/ITeS/Telecom (as per the last
published audited balance sheets).
3. Financial: The net worth of the Bidder in the last - CA Certificate with CA’s Registration
Net Worth three financial year (as per the last Number & Seal
published audited balance sheets),
should be ‘Positive’ in each financial
year.

RFP||Odisha Computer Application Centre Page 15 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Criteria Criteria Description Documents / Proof to be submitted

4. Technical The bidder must have successfully Work Completion Certificates from the
Capability undertaken at least the following client;
numbers of Facility Management Or
Services (FMS) in any of last 5 Work Order + Self Certificate of
financial years as on 31st March 2017 Completion (CA Certificate with CA’s
of value specified herein: Registration Number
- One project of similar nature (in and Seal);
system integration) not less than the Or
amount Rs. 2, 00, 00,000/- (Two Work Order + Phase Completion
Crore Only) with deployment of Certificate from the client showing
atleast 100 Nos. of resources. acceptance of completion of supply and
Or installation
- Two project of similar nature (in project Citation should be as per
system integration) not less than the Annexure-15 & Annexure-16
amount Rs. 1, 50, 00,000/- (One
Crore Fifty Lakhs Only) with
deployment of atleast 70 Nos. of
resources in each project.
Or
- Three project of similar nature (in
system integration) not less than the
amount Rs. 1, 00, 00,000/- (One
Crore Only) with deployment of
atleast 50 Nos. of resources in each
of the Projects.
“Similar Nature” is defined as,
providing Facility Management
Services (FMS) to IT, Non-IT
equipments & Physical-Infrastructure
especially Equipments such as
Routers, switches and Server –
storage in Government/Semi-
Government/PSU/Scheduled Banks
in india.
5. Certifications The Bidder should have following Copy of valid certificate
certification:
1. Valid ISO 9001:2008 or latest
2. Valid ISO 27001:2013

RFP||Odisha Computer Application Centre Page 16 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Criteria Criteria Description Documents / Proof to be submitted

6. Mandatory Bidder should: A Self Certified letter for Self-Declaration


Undertaking a) not be insolvent, in receivership, as per Annexure-14
bankrupt or being wound up, not
have its affairs administered by a
court or a judicial officer, not
have its business activities
suspended and must not be the
subject of legal proceedings for
any of the foregoing reasons;
b) not have, and their directors and
officers not have, been convicted
of any criminal offence related to
their professional conduct or the
making of false statements or
misrepresentations as to their
qualifications to enter into a
procurement contract within a
period of three years preceding
the commencement of the
procurement process, or not
have been otherwise disqualified
pursuant to debarment
proceedings;
c) Not have a conflict of interest in
the procurement in question as
specified in the bidding
document.
d) Comply with the code of integrity
as specified in the bidding
document.
7. Manpower The bidder must have on its payroll at Letter from HR of the firm duly signed
Strength least 100 technically qualified and sealed of the firm.
professionals (excluding dedicated
staff for customer support/callcentre).
Such professionals should hold
degrees such as B.E. / B. Tech. /
MBA /MCA/ Graduate with Hardware
& Networking specialization etc.
8. Local The bidder should have an office in Relevant Documents supporting Office
Presence Odisha. However, if the presence is addresses/ Undertaking.
RFP||Odisha Computer Application Centre Page 17 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
S# Criteria Criteria Description Documents / Proof to be submitted

not there in the state, the bidder


should give an undertaking for
establishment of an office, within one
month of award of the contract.
9. RFP The bidder must have made a The RFP document fee must be in favor
Document payment of Rs. 5,000.00 (Rupees of Odisha Computer Application Centre
Fee Three thousand Only) for the tender from any Nationalized / Scheduled
document fee Commercial Bank payable at
Bhubaneswar.
10. EMD The bidder must have submitted EMD Earnest Money Deposit (EMD) in shape
for Rs. 3, 00,000.00 (Rupees Three of Account Payee Demand Draft from any
Lakhs only). The EMD should be valid Nationalized / Scheduled Commercial
for minimum 180 days from the last Bank in favor of Odisha Computer
date of submission of the Bid. Application Centre payable at
Bhubaneswar.

Note: The Selected Agency shall be responsible and liable for the successful completion of the
project; shall give an undertaking for successful completion of the project. In case of any issues,
selected bidder would be responsible for all the penalties.The bidder must have Company
registration certificate, valid Goods & Service Tax Registration Certificate and Income Tax
Return with Audit Report from CA. Bidder shall also provide an attested copy of all the above
mentioned certificates along with this bid document. It is to be noted that in case of non-
compliance of any of the above clauses mentioned in the RFP pre-qualification criteria, the bids
will be summarily rejected without entertaining any clarification from the bidder.

RFP||Odisha Computer Application Centre Page 18 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

5. Scope of Work, Deliverables and Timelines


The selected bidder (Agency) shall be required to maintain the existing set up of Odisha State
Wide Network as per the scope of work detailed below. Annual Maintennace Support will be
provided for a period of One year.
The successful deployment of project requires the bidder to provide quality & timely services to
OCAC. The bidder is strongly advised to carefully read the complete RFP, understand the
existing set up of OSWAN.
For successful implementation of the project, the Bidder shall depute one Project Manager at
OCAC Bhubaneswar and all other rsources as per instructions, from the date of signing of
agreement as single point of contact (SPOC) for OCAC. Bidder shall provide the contact
numbers, e-mail id and other relevant details of the SPOC to OCAC.

5.1 Detailed Scope of Work (SoW)


The minimum specified work to be undertaken by the successful bidder/Agency is to carry out
Operation & Maintenance of existing setup.

5.1.1 Taking Over of Existing OSWAN Infrastructure


a.) The Agency has to take over all the equipment at Vertical PoPs (SHQ -1,
DHQ-30, BHQ-284) and Network equipment at 47 Horizontal offices from the
existing network operator of OSWAN. The existing network operator shall
handover the existing OSWAN equipment at all locations to the Agency as
per the list given in Annexure 17 of RFP.
b.) The Agency will prepare handover and takeover document (Transition Plan)
and further submit to OCAC dully signed by the AGENCY and existing
network operator within 4 weeks from the date of singing of MSA.
c.) The Agency with coordinate with the existing Network operator for smooth
handover/takeover will be in phased activity and should complete within 3
weeks from the date of singing of contract by MSA. The first steps towards
handing over / taking over will start from the SHQ.
d.) The Agency will collect all the passwords and configuration details from the
existing network operator. Similarly the AGENCY will also ensure smooth
execution of Handing Over/taking over procedure to be followed in District &
Block levels also (All DHQs & BHQs PoPs).
5.1.2 Resource Deployment for Management of Existing OSWAN
a) The Agency shall submit a resource deployment plan within One (1) week of
signing of contract with OCAC.

RFP||Odisha Computer Application Centre Page 19 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
b) The Agency shall deploy their core team (Helpdesk and Technical Manpower)
at SHQ within two weeks. Subsequently, at DHQ and BHQ within four weeks
and eight weeks respectively from the date of signing of contract.
c) The Agency shall constitute a transition team at the SHQ, for the planning
and handover/Takeover activity. This team shall be responsible for overall
project execution, monitoring, documentation, reporting requirements related
to the project and supervision of transition process. The team shall comprise
of minimum one Project Manager, one network specialist and three
monitoring & helpdesk engineers.
5.1.3 Annual Maintenance Support of existing SWAN

The Agency shall operate and maintain the existing OSWAN backbone infrastructure
and services for a period of one year from the date signing the contract. The Agency
shall be responsible for operation and maintenance of the OSWAN for one year from the
date of takeover. The broad scope of work during this phase will include the following but
not limited to:
I. Facility Management
II. Comprehensive maintenance of IT & Non-IT equipments
III. Helpdesk Management
IV. Network Management
V. Video Conferencing Management
VI. Security Management
VII. Project Handover
Detailed description of the major activities to be performed by the Agency is illustrated
below:
I. Facility Management
a) The Agency shall deploy manpower as required for managing all the PoPs
and may depute additional manpower for maintaining the network uptime as
mentioned under Service Level Agreement.
b) The Agency shall deploy trained manpower on all IT and Non-IT Infrastructure
installed under project. The manpower shall coordinate with proposed OEMs
and bandwidth service providers for proper operations of the up-graded
Odisha SWAN. The minimum required manpower under operation &
maintenance phase is provided into Annexure 2.
II. Comprehensive Maintenance of IT and Non-IT Components
The Agency will be responsible for maintaining the IT & Non-IT Equipments under
Odisha SWAN. This includes 315 vertical PoPs (1 SHQ, 30 DHQs and 284 BHQs)
and 47 Horizontal PoPs. The list of Vertical & Horizontal POPs is mentioned in
Annexure 15 & 16 respectively.
RFP||Odisha Computer Application Centre Page 20 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN

A. Maintenance at Vertical PoPs (SHQ-1, DHQ-30 and BHQ-284)


a) a) The Agency has to execute the Anaual maintenance support for a period of
One Year. The services shall include maintenance of the equipment and
ensure performance of the services as per the SLA. Primary responsibilities
for the Agency under Annual maintenance Support will include regular
periodic maintenance of the equipment as specified by the OEM for better
performance and longevity.
b) The Agency shall also enter into Annual Maintenance Contract (AMC) with
the Original Equipment Manufacturers for support and services (the specified
components not falling under EoL category as per Annexure 17). All new
support licenses, patches and upgradation will be ensured by the Agency.the
support document namely OEM letter, license details should be submitted at
OCAC.
c) The Agency shall maintain updated electronic form of all the assets
pertaining to Odisha SWAN and shall provide the same within 2 days, based
on demand from OCAC.
d) The Agency shall provide maintenance and support services at PoP
locations.
e) The Agency shall take comprehensive warranty and insurance for the all
supplied equipment for the entire project duration.
f) The existing Voice Equipment is not considered under AMC, However the
Agency will manage the operation of existing voice equipment without any
additional repairing or replacement.
g) The Agency sall closely coordinate with all other System integrators/suppliers
for timely delivery, installation and functioning of equipment.Agency shall be
responsible for booking ticket and ensure timely resolution for any issue faced
with the equipment either already procured or to be procured by OCAC.
h) The Agency will coordinate with the bandwidth service provider (BSNL) for
timely resolution of bandwidth related issues arrised at SWAN PoPs.
i) The agency will also coordinate with concerned officials at DHQ & BHQ for
functioning of Non-IT equipments like DG Set, AC, civil & electrical works.
j) The Agency will be responsible for managing the Non- IT Infrastrcture at
SHQ. The activity includes maintenance of AC, earthing, DG, electrical works
etc. The scope of the Agency will be but not limited to coordination of other
System integrators or supplier for timely resolution of equipment.
k) The Agency will entirely manage the VC sessions, arrange scheduling of VC
sessions, transfer of equipment to VC venue if required, ensure proper

RFP||Odisha Computer Application Centre Page 21 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
establishment and functioning of VC sessions informed by OCAC within
SWAN.
l) The agency will ensure timely coordination with all other stake holders and
System Integrators for proper functioning of VC equipment though not directly
to be maintained by the Agancy.
m) The Agency will ensure the functioning of the existing equipment under
OSWAN so as to meet the SLA criteria.
n) The agency shall coordinate with the OEM and other suppliers for any kind of
technical difficiencies identified in the equipments already procured or to be
procured by OCAC as a part of OSWAN Up-gradation. However the SLA for
the new equipments will not be applicable for the Agency.
B. Maintenance at 47 Horizontal Offices (HO)
a) The Agency will also do the network maintenance of 47 Horizontal offices
those were taken during existing OSWAN handover.
b) The Agency will check and maintain the Router, Switch and Modem installed
in theses HOs and ensures smooth functioning of the network equipments.
c) The Agency will also manage and coordinate with bandwidth Service provider
(BSNL) for bandwidth continuation at respective Horizontal offices. (Currently
each HO is connected with a 2 Mbps Point to Point Leased line connectivity
from the respective SHQ, DHQ and BHQs). The list of HOs is mentioned in
Annexure- 18.
d) The Agancy will ensure tinmely assistance at SHQ by mobilizing resources at
concerned HOs in time.
e) The Agency will coordinate with other suppliers and System Integrators for
timely attendance and resolution of technical defficiancy if arrised in the
equipments supplied by them.
f) The Agency may also be involved in the procurement of any IT equipment for
the replacement of existing IT Equipment reaching out of hardware support by
the OEM. In such cases, the Agency may procure the equipment as per rates
agreed in NICSI/DGS&D and raise invoice for upfront payment of the same.
The Agency shall maintain such equipment and yearly AMC charges will be
paid by OCAC to OEM/Supplier.
III. Helpdesk Support
The help desk service will serve as a single point of contact for all incidents and
service requests. The service will provide a Single Point of Contact (SPOC) and
also resolution of incidents. The scope of work includes:-
a) The Agency shall provide 24 X 7 help desk support from OSWAN NOC to all
Users/ User departments using OSWAN Backbone.

RFP||Odisha Computer Application Centre Page 22 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
b) The Agency shall maintain ITIL Compliant helpdesk tool as per standards
including configuration/ reconfiguration/ upgrade/ update. The tool for Helpdesk
management/incident logging will be provided by OCAC.
c) The Agency shall log all calls received through any medium viz. telephone/ email/
in writing/ in person, shall generate a ticket mentioning type of problem, etc. using
helpdesk tool and forward the same to concerned FMS team/ person, CT, and end
user.
d) The Agency shall provide the Facility Management Services as per the scope
mentioned in the RFP. The end user may contact the central Help desk Team for
any assistance relating to operation of OSWAN. The resolution time for such
services would be as per SLA. The request would be made on help desk by the user
by dedicated help line number/ Specific email account and Agency shall get
approval from the officer in charge of OSWAN project as designated by OCAC. The
resolution time for such services would be as per SLA. However, the OCAC/
authorized entity may scale up the priority level depending upon the requirements.
Telephone facility shall be provided in Helpdesk Services.

e) Final closure of the incident will be done by the Agency after confirming with the
customer. If the customer is not satisfied the ticket will remain open. At the end of
each month, all Helpdesk Call Reports must be sent to the Third Party Monitoring
Agency for verification and approval.

IV. Network Management


The agency will manage the Network Management System (NMS) for the existing
Odisha SWAN network and monitor the functioning of SWAN network. The Agency
will monitor the operation of SWAN through the NMS Tool already procured by
OCAC.The Agency should be responsible for any enhancement in the configuration
of existing NMS tool currently kept with OCAC. The Agancy will closely monitor the
functioning of Network Equipment and derive report from NMS as per requirement
of OCAC and submit as a deliverable on a continuos basis.
Major scope component includes:
a) Configuration/ Reconfiguration/ deployment and Management of MPLS Leased
Line, Point to Point Leased line and NKN.
b) Configuration/ Reconfiguration/ deployment and Management of BGP, OSPF,
static and default Routing
c) Providing remote supports to end user regarding accesscibilty of govt.
application

RFP||Odisha Computer Application Centre Page 23 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
d) Performance tuning to ensure resilient performance, reliability and high
availability of the network services.
e) Management and maintenance of internet bandwidth / links provided by NKN,
BSNL and Other ISPs.
f) Integration, management, maintenance configuration/ reconfiguration of any
changes which needs to be integrated with OSWAN network during the entire
contract period.
g) Up-gradation of all network devices with latest version of IOS, Signature, and
Firmware etc as and when required.
V. Video Conferencing Management
Major scope under Video Conferencing management includes:
a) Configuration/ Reconfiguration/ deployment and Management of existing VC
equipment like Polycom VSX-7000E, HDX-7000, Group-500, Avaya XT-5000,
RMX 2000, DMA-7000, Ploycom Resource Manager and recording server RSS-
2000
b) Operation: Virtual meeting room creation, addition of new participants,
conference on demand, cascading as per requirement
c) Troubleshooting of end points and VC infrastructure devices across all 30 DHQs,
Secretariat offices and OCAC
d) Outdoor VC setup: Temporary arrangement of VC setup at remote location as
per requirement
e) Reporting: Call detail record to be generated on demand.
VI. Security Management
Major Scope under Security Management includes:
a) The Agency needs to manage the existing Security Set up deployed for
OSWAN.
b) Cordination for Configuration/ Reconfiguration/ deployment and Management of
security devices like ASA, IPS, AAA, Proxy and Antivirus Server as and when
required.
c) Cordination for Configuration/ Reconfiguration/ deployment and Management of
various routing and Security policies like, Access policy, IP Policy, routing policy,
firewall policies etc
d) Addressing the on-going needs of security management including, but not
limited to, monitoring, troubleshooting of various devices/ tools such as firewall,
IPS/ IDS, virus protection, and vulnerability protection through implementation of
proper patches, procedures and rules

RFP||Odisha Computer Application Centre Page 24 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
e) Ensuring that latest patches/ workarounds for identified vulnerabilities are
applied immediately. Any up-gradation of software such as antivirus signatures
etc
VII. Exit Management
Exit management shall involve the complete handover of the OSWAN operations to
the team identified by OCAC, which would take care of OSWAN operations after the
tenure of the Agency ends. Exit Plan has to be submitted by the Agency within 2
months of signing of contract, which should be approved by OCAC. Exit procedure
needs to be carried out as per approved Exit Plan. Exit Plan would include transfer of
Intellectual property, transfer of assets, knowledge transfer and smooth transition
from OSWAN operation and maintenance team to new team selected and managed
by OCAC.

5.2 Major Roles and Responsibilities of Stake Holders


I. Selected Agency for FMS Service
a) Takeover the overall responsibilities for managing the existing OSWAN from
present operator.
b) Providing required manpower for operation & maintenance of the updated OSWAN
infrastructure and monitoring of the links.
c) To closely work with the State designated nodal Agency and administrators of
DHQs and BHQs for availing necessary site readiness.
d) To manage Network Operation Center (NOC) and Helpdesk for OSWAN
e) Scheduled and preventative maintenance of all network equipment installed for
providing bandwidth
f) Management, maintenance and operations of all OSWAN equipments for entire
project period.
g) Cordination and super vision for the functioning of other equipments recently
procured or planned to be procured by OCAC.
h) Providing hand holding support to the end user for effective utilization of the
network
i) Liaison with Bandwidth Service Provider(s) for better availability of the network.
j) Ensure implementation of Network and Security standards.
II. Existing OSWAN Operator
a) Preparation of the equipment inventory list at SHQ, DHQ and BHQ along with the
date of procurement and last date for AMC services
b) Assist and coordinate with the Agency for the field survey on existing network
architecture and Infrastructure set up.
c) Discussion with Agency for the preparation handover/takeover plan and schedule

RFP||Odisha Computer Application Centre Page 25 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
d) Align resources for smooth handover process of existing equipments under
OSWAN at SHQ, DHQs and BHQs
e) Knowledge transfer to Agency on the existing network operation and reporting
structure
f) Arrange to provide the contact details from SHQ, DHQ and BHQ for smooth
coordination.
g) Handover all reference documents, procedure manuals , configurations methods ,
IP Schema and licenses(certificates) pertaining to existing OSWAN
h) Coordination with BSNL for the establishment of MPLS.
i) Assist the Agencyin preparation of the project roll out plan.
j) Carry out the exit Management Procedures with OCAC and execute the release
formalities.
III. Existing Bandwidth Service Provider (BSNL)
a) Ensure MPLS bandwidth as per requirement in SHQ, DHQs and BHQs
b) Maintainence of Point to Point connectivity at all 47 HOs.
c) Maintenance of bandwidth uptime as per SLA
d) Resolution of errors , faults and problem related to bandwidth
e) Close coordination with Agency for bandwidth establishment and link termination
on propose equipments under OSWAN up-gradation
f) Regular discussion with Agency on the progress of work related to bandwidth
establishment
g) Liaison and coordination with Agency and OCAC for identification of field level
issues and subsequent resolution steps.
h) Guidance to Agency in establishment of MPLS Bandwidth from Secondary Service
Provider as a scope of Agency.
IV. Other System Integrators under OSWAN (Router & VC Supplier, Security
equipment supplier etc.)
a) Ensure installation and commissioning of equipment as per the Scope prescribed.
b) O& M support of the equipment for a period of five years
c) Cordination with Agency during integration and non performance of any equipment
provided under the scope.
d) Attanedance instant support for any complaint raised by Agency in case of any
failure of such equipment.

V. Third Party Auditor


The role of an independent Agency is extremely vital for monitoring the performance of the
OSWAN with a view to ensuring desired Quality of Service (QoS) by the Agency and
bandwidth service provider as defined in the respective SLA’s, signed between the State
Government, and respective agencies. The major roles include:

RFP||Odisha Computer Application Centre Page 26 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
a) Study and analyze the Network Design and services envisaged
b) Create frameworks and procedures for audit.
c) Review of the escalation mechanisms being followed to resolve any issues
between the State Implementing Agency and the AGENCY related to the OSWAN.
d) Detailed Acceptance testing Plan
e) Inventory verification
f) SLA Monitoring and communication strategy
g) Usage & security audit of the Network Infrastructure
h) Review the helpdesk operations and analyze the feedbacks received.
i) Overall Project monitoring and report submission
VI. State Designated Nodal Agency – OCAC
a) OCAC will be having total administrative and technical control of the OSWAN and
will be responsible for compliance with all guidelines set of Govt. of India.
b) OCAC will evaluate the overall performance of Agency on each stage of the Project
implementation.
c) Evaluation of the Master Service Agreement to be executed with Agency.
d) Arrangement of basic infrastructure and facilities for Agency, discussion on the
regular progress of the project, alignment with the Agency for necessary technical
guidance, coordination with field offices for basic infrastructure readiness is some
of the major responsibilities.
e) Managing the Civil infrastructure maintenance part at SHQ.
f) Proper evaluation of the project activities, recommendation of the activity
completion and subsequent release of payment.
VII. District and Block Administrations
a) Ensure physical infrastructure readiness for the deployment of equipment under
Odisha SWAN Up-gradation
b) Identification of single point of contact from respective offices who will deal with the
Agency during Project implementation as well as O&M Phase
c) Cooperate with Agency during the handover/takeover procedure of existing SWAN
equipments
d) Avail adequate arrangements with space for resource deployment at respective
DHQs and BHQs
e) Maintenance of physical infrastructure and non-IT equipments at the respective
office locations
f) Ensure proper earthing up to the network rack and other equipment.
g) Identify the site issues pertaining to the performance of network equipment, call
resolution rate and network usages and inform the Agency.

RFP||Odisha Computer Application Centre Page 27 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
h) Ensure proper filling of Fuel in DG Set and payment of electricity bill for smooth
functioning of IT equipments
i) Regular interaction with OCAC and Agency on the project status.

5.3 Project Deliverables, Milestones & Time Schedule


The milestones, deliverables and time schedule for the implementation of project shall be as
follows:-
a) The time specified for delivery and other activities as mentioned in the table below
shall be deemed to be the essence of the contract and the successful bidder shall
arrange supplies and provide the required services within the specified period.
b) It should be noted that any delay in the project timelines shall attract Liquidated
Damages to the Agency.
c) T is the event marking date of signing of Agreement with the successful bidder.
S# Milestone Project Deliverables Timeline in Weeks
1. Signing of Agreement and Agreement and Performance Within Two week from the
Submission of PBG Bank Guarantee (PBG) date of Letter of Intent (LoI)
2. Project Kick-Off Resource Deployment Plan T+1 weeks
3. Deployment of Manpower Details of resources deployed T+2 weeks for SHQ, T0+3
at SHQ, DHQ and BHQ at respective PoPs weeks for DHQ and BHQ
4. Taking over of existing Submission of transition plan T+3 weeks
OSWAN Transition status report On a weekly basis from
commencement of transition
as per site-wise transition
schedule
Completion of handover at
T+5 weeks
SHQ, DHQs and BHQs
5. Operations & a) MIS /Progress reports End of each quarter from the
Maintenance b) SLA reports date of Go-Live till project
c) Prevenative Maintenance period
Report
d) Dully signed Attendance
Sheet of the deployted
resources for each quarter
e) Call log detailed report
f) Warranty certificate for all
the equipment from
authenticated Third Party
Agency dully signed.
6. Project Handover Project Handover Report Within 60 days after
successful completion of

RFP||Odisha Computer Application Centre Page 28 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Milestone Project Deliverables Timeline in Weeks
O&M phase of the project

RFP||Odisha Computer Application Centre Page 29 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

6. Instruction to Bidders
6.1 General

a) While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP
may consult their own legal advisers with regard to this RFP.
b) All information supplied by Bidders may be treated as contractually binding on the
Bidders, on successful award of the assignment by OCAC on the basis of this RFP.
c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of the OCAC. Any notification of
preferred bidder status by OCAC shall not give rise to any enforceable rights by the
Bidder. OCAC may cancel this public procurement at any time prior to a formal written
contract being executed by or on behalf of the OCAC.
d) This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
6.2 Availability of RFP Document

a) The availability of bidding documents shall be commenced from the date as mentioned in
Notice Inviting Bids (NIB). The complete bidding document can be downloaded from the
official website of OCAC(www.ocac.in) and Official website of Govt. of Odisha
(www.odishsa.gov.in) The prospective bidders are requested download the bidding
document from the websites and follow the bidding steps as prescribed.
b) The bid Notice is also published in leading newspapers (Odiya & English) for wide
Circulation.
6.3 Compliant Proposals/ Completeness of Response

a) Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to
have been done after careful study and examination of the RFP document with full
understanding of its implications.
b) Failure to comply with the requirements set out in this RFP may render the Proposal
noncompliant and the Proposal may be rejected. Bidders must Include all documentation
specified in this RFP;
c) Follow the format and respond to each element in the order as set out in this RFi. Comply
with all requirements as set out within this RFP.

RFP||Odisha Computer Application Centre Page 30 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
6.4 Pre-bid Meeting & Clarifications

6.4.1 Pre‐bid Conference


a) A pre-bid conference will be scheduled by OCAC to clarify doubts of potential bidders in
respect of the procurement and the records of such conference shall be published on
the respective websites as Pre-bid clarifications.
b) The Pre-Bid Conference will be held at the conference hall of Odisha Computer
Application centre, Bhubnaeswar. The details of the prebid meeting schedule is
mentioned “n "Important Dates and informat”on" section of this RFP.
a) Prospective bidders, who have deposited the prescribed tender fee to the OCAC as
specified in RFP, are allowed to attend the pre-bid conference/ meeting.
b) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach the
below email id on or before the prescribed date as mentioned in "Important Dates and
information" section of this RFP.
c) Pre-Bid Queries to be sent to orissaswan@gmail.com with a copy to General
Manager(Admin) at gm_ocac@ocac.in , OCAC only by email.
d) The Queries should necessarily be submitted in the format as prescribed in Annexure-3
of this RFP.
e) OCAC shall not be responsible for ensuring receipt of the bidders’ queries. Any requests
for clarifications post the indicated date and time may not be entertained by OCAC.

6.4.2 Responses to Pre‐Bid Queries and Issue of Corrigendum


a) The Nodal Officer notified by the OCAC will endeavor to provide timely response to all
queries. However, OCAC neither makes representation or warranty as to the
completeness or accuracy of any response made in good faith, nor does OCAC
undertake to answer all the queries that have been posed by the bidders.
b) At any time prior to the last date for receipt of bids, OCAC may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the RFP Document by a corrigendum.
c) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on
www.ocac.in & www.odisha.gov.in
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, OCAC may, at its discretion, extend the last date for the receipt of Proposals.
6.4.3 Amendments to RFP Document
At any time prior to the deadline for submission of Proposal, OCAC reserves the right to
modify and amend any of the stipulated condition/criterion in the RFP, depending upon
project priorities vis-à-vis urgent commitments. Such amendments in shape of

RFP||Odisha Computer Application Centre Page 31 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
corrigendum/addendum shall be hosted in the websites where the original RFP was
hosted. The bidder shall acknowledge the receipt of each corrigendum/addendum by
submitting a signed copy of it along with the Technical bid to the RFP issuing authority.
Failure to acknowledge receipt of each corrigendum/addendum shall be interpreted as
receipt of the corrigendum/addendum by the bidder and no claim will be entertained or
accepted in this regard.
6.5 Period of Validity of Bids

a) Bids submitted by the bidders shall remain valid for a period of 180 days from the
date of submission of RFP. The contract period for providing Facility Management
Services is for one year. Accordingly Purchase Order shall be issued. Extension of the
contract period, beyond one year, may be on requirement basis.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an
additional specified period of time. A bidder may refuse the request and such refusal
shall be treated as withdrawal of Bid and in such circumstances bid security shall not be
forfeited.
c) Bidders who agree to an extension of the period of validity of their Bids shall extend or
get extended the period of validity of bid securities submitted by them or submit new bid
securities to cover the extended period of validity of their bids. A bidder whose bid
security is not extended, or that has not submitted a new bid security, is considered to
have refused the request to extend the period of validity of its Bid.
6.6 Format and Signing of Bids

a) All the Bids submitted by the bidders must be submitted with the checklist .
b) Each page of the bidding document shall be kept with the office seal and signature by
the authorized representitive from the Bidder.
6.7 Cost & Language of Bidding

a) The bidder shall be responsible for all costs incurred in connection with participation in
the bid process, including site visits but not limited to, costs incurred in conduct of
informative and other diligence activities, participation in meetings/ discussions/
presentations, preparation of bid, in providing any additional information required by
OCAC to facilitate the evaluation process, and in negotiating a definitive contract or all
such activities related to the bid process. OCAC will in no case be responsible or liable
for those costs, regardless of the conduct or outcome of the bidding process.
b) The Proposal should be filled by the Bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the Bidders. For purposes of interpretation of
the Proposal, the English translation shall govern.
RFP||Odisha Computer Application Centre Page 32 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
6.8 Alternative/ Multiple Bids

a) Each bidder shall submit only one Proposal. The bidder who submits or participates in
more than one proposal will be disqualified.
b) The bidder shall quote for single brands/ make/ model for each item in the technical Bid
and should also mention the details of the quoted make/ model of the respective items.
6.9 RFP Document Fees

The bidders are required to submit the document Fee of Rs.5,000/‐(Rupees Five Thousand
Only) in shape of Demand Draft in favour of Odisha Computer Application Centre and
payable at Bhubaneswar from any Nationalized or Scheduled Commercial banks along with
the General Bid Proposal. Proposals received without or with inadequate RFP Document
fees shall be rejected.
6.10 Bid Security/Earnest Money Deposit (EMD)

a) Bidders shall submit, along with their Bids, EMD of Rs.3,00,000(Rupees Three Lakh
Only), in the shape of Demand Draft OR Bank Guarantee (in the format specified in
Annexure-6) issued by any Nationalized or Scheduled Commercial Bank in favor of
Odisha Computer Application Centre, payable at Bhubaneswar, and should be valid for
90 days from the due date of the tender / RFP. The EMD should be submitted in the
General/Pre-qualification Bid.
b) EMD of all unsuccessful bidders would be refunded by OCAC within 60 days of the
bidder being notified as being unsuccessful. The EMD, for the amount mentioned above,
of successful bidder would be returned upon submission of Performance Bank
Guarantee.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders
without any accrued interest on it.
d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e) The EMD may be forfeited:

i. If a bidder withdraws its bid during the period of bid validity.


ii. In case of a successful bidder, if the bidder fails to sign the contract in accordance
with this RFP.
iii. If found to have a record of poor performance such as having abandoned work,
having been black‐listed, having inordinately delayed completion and having faced
Commercial failures etc.
iv. The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or other dishonest or other ethically improper
activity, in relation to this RFP
v. A Proposal contains deviations (except when provided in conformity with the RFP)
conditional offers and partial offers.
RFP||Odisha Computer Application Centre Page 33 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
6.11 Submission of Bids

a) The bidders should submit their responses as per the format given in this RFP in the
following manner

i. Prequalification &Technical Proposal ‐ (1 Original in hard copy + 1 CD) in first


envelope
ii. Commercial Proposal -(1 Original in hard copy) in second envelope

b) The Response to Pre-Qualification criterion & Technical Proposal and Commercial


Proposal (as mentioned in previous paragraph) should be covered in separate sealed
envelopes superscribing “Pre-Qualification & Technical Proposal“ and “Commercial
Proposal” respectively.
c) Please Note that Prices should not be indicated in the Pre-Qualification Proposal &
Technical Proposal but should only be indicated in the Commercial Proposal.
d) The two envelopes containing Pre-Qualification &Technical Proposal and Commercial
Proposal should be put in another single sealed envelope clearly marked as
“Response to Request for ProposalFor Selection of Agency for Facility Management
Services for vertical Odisha State Wide Area Network (OSWAN) RFP Enquiry No:
OCAC-TE-06/2017(Part)/ENQ/18018 Dated 22.02.2018 with the wordings “DO
NOT OPEN BEFORE ”.
e) The Outer envelope thus prepared should also indicate clearly the name, address,
telephone number, E-mail ID and fax number of the bidder to enable the Bid to be
returned unopened in case it is declared "Late".
f) All the pages of the proposal must be sequentially numbered and must contain the list
of contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bid.
g) The proposal/ bid shall be prepared in indelible ink. It shall contain no interlineations or
overwriting, except as necessary to correct errors made by the bidder itself. Any such
corrections must be initialed by the person (or persons) who sign(s) the proposals.
h) All pages of the bid shall be initialed and stamped by the authorized person or persons
who sign the bid.
i) In case of any discrepancy observed by OCAC in the contents of the submitted original
paper bid documents with respective copies, the information furnished on original
paper bid document will prevail over others.
j) Bidder must ensure that the information furnished by him in respective CDs is identical
to that submitted by him in the original paper bid document. In case of any discrepancy
observed by OCAC in the contents of the CDs and original paper bid documents, the
information furnished on original paper bid document will prevail over the soft copy.

RFP||Odisha Computer Application Centre Page 34 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
6.12 Submission of Manufacturer’s Authorization Form

The Bidder can quote for multiple OEMs. The bidder must submit the dully signed MAFs
during the time of getting Purchase order/Work order from OCAC. However, the bidder
shall submit an undertaking during the bid submission that they will submit the MAF after
getting PO/WO from OCAC. The undertaking should be submitted in Bidder’s company
letter head.
6.13 Deadline Submission of Bids

a) Bidder must ensure to submit their response on or before the deadline date as
mentioned in "Important Dates & Information" section of this RFP.
b) In exceptional circumstances or when the bidding document are required to be
substantially modified as a result of discussions in pre-bid meeting/ conference or
otherwise and the time with the prospective bidders for preparation of Bids appears
insufficient, the date may be extended by the procuring entity. In such case the publicity
of extended time and date shall be given in the manner, as was given at the time of
issuing the original Bidding Document.
c) It shall be ensured that after issue of corrigendum, reasonable time is available to the
bidders for preparation and submission of their Bids. OCAC shall also publish such
modifications in the bidding document in the same manner as the publication of initial
bidding document. If the last date of submission or opening of Bids is a non-working
day, the Bids shall be received or opened on the next working day.

6.14 Venue for Submission of Bids

Response to Bid, in its complete form in all respects as specified in the RFP, must be
submitted to OCAC at the address specified below:
Address To General Manager(Admin)
Odisha Computer Application Centre
N-1/7-D, Acharya Vihar Square,
PO : RRLBhubaneswar - 751002
Odisha

Telephone 0674-2567280/ 2567064/ 2567295

Fax 0674-2567842

Email id gm_ocac@ocac.in
6.15 Mode of Submission of Bids

Response to Bids through speed post /registered post or by hand delivery will be
accepted. The envelope must be firmly closed at the time of submission of the Bid.

RFP||Odisha Computer Application Centre Page 35 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
6.16 Withdrawal, Substitution, and Modification of Bids

a) If permitted by OCAC, a Bidder may withdraw its Bid or re-submit its Bid as per the
instructions/ procedure prescribed by OCAC.
b) Bids withdrawn shall not be opened and processed further.

6.17 Opening of Bids

a) The Bids shall be opened by the Proposal Evaluation Committee in the presence of the
bidders or their authorised representatives who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the
process of Bid opening.
c) The committee shall prepare a list of the bidders or their representatives attending the
opening of Bids and obtain their signatures on the same. The list shall also contain the
representative’s name and telephone number and corresponding bidders’ names and
addresses. The authority letters, if any, brought by the representatives shall be attached
to the list. The list shall be signed by all the members of Bid opening committee with
date and time of opening of the Bids.
d) The committee shall conduct a preliminary scrutiny of the opened technical Bids to
assess the prima-facie responsiveness and ensure that the: -

i. Bid is accompanied by bidding document fee, bid security or bid securing


declaration, and processing fee (if applicable);
ii. Bid is valid for the period, specified in the bidding document;
iii. Bid is unconditional and the bidder has agreed to give the required performance
security; and
iv. Other conditions, as specified in the bidding document are fulfilled.
v. Any other information which the committee may consider appropriate.

e) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied
with the proof of payment or instrument of the required price of bidding document,
processing fee and bid security.
f) The Financial Bid cover shall be kept unopened and shall be opened later on the date
and time intimated to the bidders who qualify in the evaluation of technical Bids.

6.18 RFP Evaluation

6.18.1 Evaluation & Tabulation of Pre-qualification & Technical Bid


I. Determination of Responsiveness
The disgnated committee of OCAC shall determine the responsiveness of a Bid on
the basis of bidding document and the provisions of pre-qualification/ eligibility criteria
of the bidding document.

RFP||Odisha Computer Application Centre Page 36 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
II. A responsive Bid is one that meets the requirements of the bidding document without
any material deviation, reservation, or omission where: -

i. “deviation” is a departure from the requirements specified in the bidding


document;
ii. “reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or
documentation required in the bidding document.
III. A material deviation, reservation, or omission is one that, if accepted, shall:-

i. affect in any substantial way the scope, quality, or performance of the subject
matter of procurement specified in the bidding documents; or
ii. limits in any substantial way, inconsistent with the bidding documents, the
procuring entity’s rights or the bidder’s obligations under the proposed
contract;
OR

iii. if rectified, shall unfairly affect the competitive position of other bidders
presenting responsive Bids.
IV. The disgnated committee of OCAC shall examine the technical aspects of the Bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation, reservation or omission.
V. Fulfilment of eligibility criteria : All the criteria mentioned in Section 4(Eligibility
Criteria) are mandatory. The bidder has to comply with all the components
mentionined in the eligibility criteria.
VI. The Technical evaluation committee will evaluate the technical response submitted
by the Bidder including the below details:
a) Detailed CV of proposed resources(SHQ) with required qualification and project
relevant exeperiances as mentioned in Annexure-2.
b) The Technical Bid response will be initiated with the technical Bid Cover letter in
specified format as mentioned in Annexure- 8.
c) All the profiles should be consolidated in a sheet and submitted in the company
letter head dully signed by the authorized signatory.
d) Manufacturer’s Authorization Form dully signed for equiment where OEM Support
is available as per Annexure-10.
e) Undertaking on Wages Act as per Annexure-9
f) In case of deviation while evaluating the Prequalification & Technical Bid
response based upon the criteria, the bid will be subjected for rejection

RFP||Odisha Computer Application Centre Page 37 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
g) All the Annexures as mentioned in the RFP needs to be properly complied by the
Bidders.

6.18.2 Evaluation & Tabulation of Financial Bids


a) The financial bids/ cover of bidders who qualify in technical evaluation shall be opened
at the notified time, date and place by the members of the designated Procurement
Committee in the presence of the bidders or their representatives who choose to be
present.
b) The process of opening of financial bids/ covers shall be similar to that of technical bids.
c) The names of the bidders, the rates given by them and conditions put, if any, shall be
read out and recorded.
d) Only fixed price financial bids indicating total price for all the deliverables and services
specified in this bid document will be considered.
e) Prices quoted in the Bid must be firm and final and shall not be subject to any
modifications, on any account whatsoever except applicable tax rates. The Bid Prices
shall be indicated in Indian Rupees (INR) only
f) The bid price will include all taxes and levies and mentioned separately.
g) Any conditional bid would be rejected.
h) If there is no price quoted for certain material or service, the bid shall be declared as
disqualified.
i) Commercial bids of those Bidders who are technically qualified in the technical
evaluation will only be opened. All other commercial bids will not be opened. The
financial evaluation shall be done based on the details submitted by the bidder as per
the format provided. The bidders shall be sorted in the ascending order as L1, L2, and
L3 etc.
6.18.3 Correction of Arithmetic Errors in Financial Bids
The Proposal evaluation committee shall correct arithmetical errors in substantially
responsive Bids, on the following basis, namely: -
a) If there is a discrepency between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall
be corrected, unless in the opinion of the Proposal Evaluation Committee there is an
obvious misplacement of the decimal point in the unit price, in which case the total price
as quoted shall govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to clause (a) and (b) above.

RFP||Odisha Computer Application Centre Page 38 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

6.19 Negotiations

a) Except in case of procurement by method of single source procurement or procurement


by competitive negotiations, to the extent possible, no negotiations shall be conducted
after the pre-bid stage. All clarifications needed to be sought, shall be sought in the pre-
bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest bidder when the rates
are considered to be much higher than the prevailing market rates.
c) The Proposal Evaluation Committee shall have full powers to undertake negotiations.
Detailed reasons and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through
messenger or by registered letter and e-mail (if available). A minimum time of seven
days shall be given for calling negotiations. In case of urgency the Proposal Evaluation
Committee, after recording reasons, may reduce the time, provided the lowest or most
advantageous bidder has received the intimation and consented to regarding holding of
negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The
Proposal Evaluation Committee shall have option to consider the original offer in case
the bidder decides to increase rates originally quoted or imposes any new terms or
conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous
bidder, the Proposal Evaluation Committee may choose to make a written counter offer
to the lowest or most advantageous bidder and if this is not accepted by him/her, the
committee may decide to reject and re-invite Bids or to make the same counter-offer first
to the second lowest or most advantageous bidder, then to the third lowest or most
advantageous bidder and so on in the order of their initial standing and work/ supply
order be awarded to the bidder who accepts the counter-offer. This procedure shall
be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall
be invited.

6.20 Exclusion of Bids / Disqualification

a) A procuring entity shall exclude/ disqualify a Bid, if: -


i. the information submitted, concerning the qualifications of the bidder, was false
or constituted a misrepresentation; or
ii. the information submitted, concerning the qualifications of the bidder, was
materially inaccurate or incomplete; and
iii. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in
the bidding document;
RFP||Odisha Computer Application Centre Page 39 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
iv. the Bid materially departs from the requirements specified in the bidding
document or it contains false information;
v. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or
agreed to give, to any officer or employee of the procuring entity or other
governmental authority a gratification in any form, or any other thing of value, so
as to unduly influence the procurement process;
vi. a bidder, in the opinion of the procuring entity, has a conflict of interest materially
affecting fair competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/
disqualification is discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded
in writing and shall be: -
i. communicated to the concerned bidder in writing;
ii. published on the State Public Procurement Portal, if applicable.
6.21 Lack of Competition

a) A situation may arise where, if after evaluation of Bids, the proposal evaluation
committee may end-up with one responsive Bid only. In such situation, the Proposal
Evaluation Committee would check as to whether while floating the Bid all necessary
requirements to encourage competition like standard bid conditions, industry friendly
specifications, wide publicity, sufficient time for formulation of Bids, etc. were fulfilled. If
not, the tender would be re-floated after rectifying deficiencies. The bid process shall
be considered valid even if there is one responsive Bid, provided that:-
i. the Bid is technically qualified;
ii. the price quoted by the bidder is assessed to be reasonable;
iii. the Bid is unconditional and complete in all respects;
iv. there are no obvious indicators of cartelization amongst bidders; and
v. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria
in the bidding document
b) The Proposal Evaluation Committee shall prepare a justification note for approval by
the next higher authority of the procuring entity, with the concurrence of the accounts
member.
c) In case of dissent by any member of Proposal Evaluation Committee, the next higher
authority in delegation of financial powers shall decide as to whether to sanction the
single Bid or re-invite Bids after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for
estimation of market depth, eligibility criteria and cost estimate.

RFP||Odisha Computer Application Centre Page 40 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
6.22 Acceptance of the successful Bid and award of contract

6.22.1 Award Criteria


OCAC will award the Contract to the successful bidder whose proposal has been
determined to be substantially responsive and has been determined as the most
responsive bids as per the process outlined above.
6.22.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
OCAC reserves the right to accept or reject any proposal, and to annul the tendering
process / Public procurement process and reject all proposals at any time prior to award
of contract, without thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders of the grounds for such action.
6.22.3 Purchaser’s Procurement Rights
Without incurring any liability, whatsoever to the affected bidder or bidders, the
Purchaser reserves the right to:
a) Amend, modify, or cancel this tender and to reject any or all proposals without
assigning any reason.
b) Change any of the scheduled dates stated in this tender.
c) Reject proposals that fail to meet the tender requirements.
d) Increase or decrease the quantity of the hardware items
e) Remove any of the item at the time of placement of order.
f) Increase or decrease no. of resources supplied under this project.
g) Should the Purchaser be unsuccessful in negotiating a contract with the Agency, the
Purchaser will begin contract negotiations with the next best value bidder in order to
serve the best interest.
h) Make typographical correction or correct computational errors to proposals
i) Request bidders to clarify their proposal.

6.22.4 Notification of Award


Prior to the expiry of the validity period, OCAC will notify the successful bidder in writing
or by fax or email, that its proposal has been accepted. In case the tendering process /
public procurement process has not been completed within the stipulated period, OCAC
may like to request the bidders to extend the validity period of the bid. The notification of
award will constitute the formation of the contract. Upon the successful bid’er's furnishing
of Performance Bank Guarantee, OCAC will notify each unsuccessful bidder and return
their EMD.
6.22.5 Contract Finalization and Award
The OCAC shall reserve the right to negotiate with the bidder(s) whose proposal has
been ranked best value bid on the basis of Technical and Commercial Evaluation to the

RFP||Odisha Computer Application Centre Page 41 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
proposed Project, as per the guidance provided by CVC. On this basis the contract
agreement would be finalized for award & signing.
6.22.6 Performance Guarantee
The OCAC will require the Agency to provide a Performance Bank Guarantee, within 15
days from the Notification of award, for a value equivalent to 10% of the total cost of
ownership i.e. total order value excluding taxes. The Performance Guarantee should be
valid for a period of one year 3 months (15 months). The Performance Guarantee shall
be kept valid till completion of the project and Warranty period. The Agency shall be
responsible for extending the validity date and claim period of the Performance
Guarantee as and when it is due on account of non‐completion of the project and
Warranty period. In case the Agency fails to submit performance guarantee within the
time stipulated, the OCAC at its discretion may cancel the order placed on the Agency
after giving prior written notice to rectify the same. OCAC shall invoke the performance
guarantee in case the selected Service Provider fails to discharge their contractual
obligations during the period or OCAC incurs any damages due to Service Provider’s
negligence in carrying out the project implementation as per the agreed terms &
conditions.
6.22.7 Signing of Contract
After the OCAC notifies the successful bidder that its proposal has been accepted,
OCAC shall enter into a contract with the successful bidder taking into account the
relevant clauses of RFP, pre‐bid clarifications, Corrigenda, the proposal of the bidder in
addition to other agreed clauses.
6.22.8 Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP and the
Proposal submitted by the successful bidder, despite the deviations submitted by the
Bidder are adequately considered and mutually agreed, shall constitute sufficient
grounds for the annulment of the award, in which event OCAC may award the contract to
the next best value bidder or call for new proposals from the interested bidders. In such a
case, the OCAC shall invoke the PBG or the EMD as the case may be, of the most
responsive bidder.
6.23 Confidentiality

a) Notwithstanding anything contained in this bidding document but subject to the


provisions of any other law for the time being in force providing for disclosure of
information, a procuring entity shall not disclose any information if such disclosure, in
its opinion, is likely to: -
i. impede enforcement of any law;
ii. affect the security or strategic interests of India;

RFP||Odisha Computer Application Centre Page 42 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
iii.affect the intellectual property rights or legitimate commercial interests of
bidders;
iv. affect the legitimate commercial interests of the procuring entity in situations that
may include when the procurement relates to a project in which the procuring
entity is to make a competitive bid, or the intellectual property rights of the
procuring entity.
b) The procuring entity shall treat all communications with bidders related to the
procurement process in such manner as to avoid their disclosure to competing bidders
or to any other person not authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for
fulfilling the terms of the procurement contract, conditions aimed at protecting
information, the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a
subject matter of such nature which requires the procuring entity to maintain
confidentiality, may impose condition for protecting confidentiality of such information.

RFP||Odisha Computer Application Centre Page 43 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

7. General Terms and Conditions of RFP & Contract


Bidders should read these conditions carefully and comply strictly while sending their bids.

7.1 Definitions

For the purpose of clarity, the following words and expressions shall have the meanings
hereby assigned to them: -
a) “Request for Proposal (RFP)”, means this detailed notification seeking a set of
solution(s), services(s), materials and/or any combination of them.
b) “OCAC”, shall mean the Odisha Computer Application Centre, the Designated
Technical Directorate of Information Technology Department, Government of Odisha
and OSWAN shall mean Odisha State Wide Area Network.
c) “GM” shall mean the General Manager of Odisha Computer Application Centre or
any authorized officer to act on his behalf for a specified work.
d) “Authorized Representative” shall mean any person authorized by either of the
parties.
e) “Vendor/Bidder” means any firm offering the solution(s), service(s) and /or materials
required in the RFP. The word Vendor/Bidder when used in the pre award period
shall be synonymous with Bidder, and when used after award of the Contract shall
mean the successful Bidder or Agency with whom Government of Odisha signs the
agreement for rendering of services for Odisha State Wide Area Network.
f) "Service" means provision of Contracted service as per this RFP.
g) “Site” shall mean the location(s) for which the Contract has been issued and where
the service shall be provided as per agreement.
h) “Contract” is used synonymously with Agreement.
i) “Termination Notice” means the written notice of termination of the Agreement issued
by one Party to the other in terms hereof.
Note: The bidder shall be deemed to have carefully examined the conditions, specifications,
size, make and drawings, etc., of the goods to be supplied and related services to be
rendered. If the bidder has any doubts as to the meaning of any portion of these conditions
or of the specification, drawing, etc., he shall, before submitting the Bid and signing the
contract refer the same to the procuring entity and get clarifications

7.2 Indemnification

The Agency shall execute and furnish to Odisha Computer Application Centre, Odisha, a
Deed of Indemnity in favor of the Odisha Computer Application Centre in a form and manner
acceptable to the Odisha Computer Application Centre, indemnifying the Odisha Computer
Application Centre from and against any costs, loss, damages, expense, claims including

RFP||Odisha Computer Application Centre Page 44 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter
alia during and after the Contract period out of:
a) Any negligence or wrongful act or omission by the Agency or the Bidder’s Team or any
sub-Bidder/ third party in connection with or incidental to this Contract; or
b) Any breach of any of the terms of the Bidder’s Bid as agreed, the RFP and this Contract
by the Bidder, the Bidder’s Team or any sub Bidder/ third party.
c) The indemnity shall not be more than 100% of project value in favor of the Odisha
Computer Application Centre
7.3 Language

a) The Proposal should be filled by the bidders/Agency in English language only. For
purposes of interpretation of the documents, the English translation shall govern. All
Proposals and accompanying documentation will become the property of OCAC and will
not be returned.
b) The Contract as well as all correspondence and documents relating to the Contract
exchanged by the successful/ Agency and the Purchaser, shall be written in English
language only. Supporting documents and printed literature that are part of the Contract
may be in another language provided they are accompanied by an accurate translation
of the relevant passages in the language specified in the special conditions of the
contract, in which case, for purposes of interpretation of the Contract, this translation
shall govern.
c) The successful Bidder/Agency shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
7.4 Notices

a) Any notice given by one party to the other pursuant to the Contract shall be in writing to
the address specified in the contract. The term “in writing” means communicated in
written form with proof of dispatch and receipt.
b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is
later.
c) All notices, requests, demands and other communications under the SLA or in
connection herewith shall be given to or made upon the respective parties as follows:
To
The General Manager (Admin)
Odisha Computer Application Centre (OCAC)
(Technical Directorate of I.T. Deptt, Govt. of Odisha)
N-1/7-D, Acharya Vihar, P.O.- RRL, Bhubaneswar – 751013, Odisha

RFP||Odisha Computer Application Centre Page 45 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
7.5 Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the
Govt. of Odisha/Govt. of India unless otherwise specified in the contract..
7.6 Taxes & Duties

a) The GST if applicable shall be deducted at source.


b) For goods/Equipment supplied from outside India, the successful/ Agency shall be
entirely responsible for all taxes, stamp duties, license fees, and other such levies
imposed outside the country.
c) For goods/Equipment supplied from within India, the successful Agency shall be entirely
responsible for all taxes, duties, license fees, etc., incurred until delivery of the
contracted Goods to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the
successful Agency in India, OCAC shall use its best efforts to enable the successful
Agency to benefit from any such tax savings to the maximum allowable extent.
7.7 Copyright

The copyright in all layouts, architecture design documents and other materials containing
data and information furnished to the Purchaser by the Supplier/ Agency herein shall
remain vested in OCAC.

7.8 Confidential Information

a) The Agency shall keep confidential and shall not, without the written consent of the other
party hereto, divulge to any third party any drawings, documents, data, or other
information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following
completion or termination of the Contract.
b) The Agency may furnish to its Subcontractor, if permitted, such documents, data, and
other information it receives from the Purchaser to the extent required for the
Subcontractor to perform its work under the Contract, in which event the Supplier/
Agency shall obtain from such Subcontractor an undertaking of confidentiality similar to
that imposed on the Supplier/ Agency.
c) The Purchaser shall not use such documents, data, and other information received from
the Supplier/ Agency for any purposes unrelated to the Contract. Similarly, the Supplier/
Agency shall not use such documents, data, and other information received from the
Purchaser for any purpose other than the design, procurement, or other work and
services required for the performance of the Contract.

RFP||Odisha Computer Application Centre Page 46 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
7.9 Intellectual Property Rights

That the Agency owns, has license to use or otherwise has the right to use, free of any
pending or threatened liens or other security or other interests all its Intellectual Property
Rights, which are required or desirable for performance of its services under this contract
and regarding the same the Agency does not, so far as the Agency is aware, in carrying
on its business and operations, infringe any Intellectual Property Rights of any person. So
far as the Agency is aware, none of the Intellectual Property Rights, owned or enjoyed by
the Agency or which the Agency is licensed to use, which are material in the context of
Bidder’s business and operations for the performance of this contract are being infringed
nor, so far as the Agency is aware, is there any infringement or threatened infringement of
those Intellectual Property Rights licensed or provided to the Agency by any person. All
Intellectual Property Rights required by the Agency for the performance of the contract are
valid and subsisting. All actions (including registration, payment of all registration and
renewal fees) required to maintain the same in full force and effect have been taken
thereon and shall keep the Odisha Computer Application Centre, Odisha indemnified in
relation thereto.

7.10 Extension in Delivery Period and Liquidated Damages (LD)

a.) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to
deliver the related Services within the period specified in the Contract, the Purchaser
may without prejudice to all its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to the percentage specified in
Section "Service Level Standards" for each week or part thereof of delay until actual
delivery or performance, up to a maximum deduction of the percentage specified in the
bidding document and/ or contract. Once the maximum is reached, the Purchaser may
terminate the Contract pursuant to clause “Termination”.
b.) The time specified for delivery in the bidding document shall be deemed to be the
essence of the contract and the supplier/ selected bidder shall arrange goods supply and
related services within the specified period.
c.) Delivery period may be extended with or without liquidated damages, if the delay in the
supply of goods or service is on account of hindrances beyond the control of the selected
bidder:
i. The selected bidder/Agency shall request in writing to the Purchaser giving
reasons for extending the delivery period of service, if he/she finds himself /herself
unable to complete the supply of goods or service within the stipulated delivery
period or is unable to maintain prorate progress in the supply of goods or service
delivery. This request shall be submitted as soon as a hindrance in delivery of
goods and service occurs or within 15 days from such occurrence but before
RFP||Odisha Computer Application Centre Page 47 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
expiry of stipulated period of completion of delivery of goods and service after
which such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the
delivery of goods and service and the period of delay occurred due to that and
recommend the competent authority on the period of extension which should be
granted with or without liquidated damages.
iii. Normally, extension in delivery period of service in following circumstances may
be considered without liquidated damages:
 When delay has occurred due to delay in approval by OCAC.
 When the delay has occurred in providing space or any other
infrastructure, if OCAC was required to provide the same as per the
terms of the agreement.
iv. If the competent authority agrees to extend the delivery period/ schedule, an
amendment to the contract with suitable denial clauses and with or without
liquidated damages, as the case may be, shall be issued. The amendment letter
shall mention that no extra price or additional cost for any reason, what so ever
beyond the contracted cost shall be paid for the delayed supply of goods and
service.
v. It shall be at the discretion of the concerned authority to accept or not to accept
the supply of goods and/ or services rendered by the contractor after the expiry of
the stipulated delivery period, if no formal extension in delivery period has been
applied and granted. The competent authority shall have right to cancel the
contract with respect to undelivered goods and/ or service.
vi. If OCAC is in need of the good and/ or service rendered after expiry of the
stipulated delivery period, it may accept the services and issue a letter of
extension in delivery period with usual liquidated damages and denial clauses to
regularize the transaction.

7.11 Warranty

a) The bidder must execute annual maintenance support valid warranty for the period of
One Year as mentioned in the list of equipments (Annexure –19), However, if delay in
go live is more than a month’s time due to reasons ascribed to the purchaser, the
warranty period shall be reduced accordingly.
b) The Agency needs to submit the MAF along with Warranty certificate for the equipment
not falling under EOL/EOS category. However the agency needs to produce a Self
certification letter for support of EOS/EOL equipment.

RFP||Odisha Computer Application Centre Page 48 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
c) The Agency shall either repair or replace the defective goods or parts thereof with brand
new genuine/ authentic ones having similar or higher specifications from the respective
OEM as per the time period specified under clause “Service Level Agreement (SLA)”
d) If having been notified, the Agency fails to remedy the defect within the period specified,
the purchaser shall impose penalty as specified in RFP.
e) During the warranty period, the bidder shall also be responsible to ensure adequate and
timely availability of spare parts needed for repairing the supplied goods.
7.12 Limitation of Liability

Except in cases of gross negligence or willful misconduct: -


a) Neither party shall be liable to the other party for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier/ Agency to pay liquidated
damages to the Purchaser; and
b) The aggregate liability of the supplier/ Agency to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract,
provided that this limitation shall not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the supplier/ Agency to indemnify the Purchaser with
respect to patent infringement.
7.13 Force Majeure

a) If the performance as specified in this order is prevented, restricted, delayed or interfered


by reason of Fire, explosion, cyclone, floods, War, revolution, acts of public enemies,
blockage or embargo, Any law, order, proclamation, ordinance, demand or requirements
of any Government or authority or representative of any such Government including
restrict trade practices or regulations, Strikes, shutdowns or labor disputes which are not
instigated for the purpose of avoiding obligations herein, or Any other circumstances
beyond the control of the party affected, then notwithstanding anything here before
contained, the party affected shall be excused from its performance to the extent such
performance relates to prevention, restriction, delay or interference and provided the
party so affected uses its best efforts to remove such cause of non-performance and
when removed the party shall continue performance with utmost dispatch.
b) If a Force Majeure situation arises, the AGENCY shall promptly notify the authorized
representative of OCAC in writing of such condition and the cause thereof. Unless
otherwise directed by the authorized representative of OCAC in writing, the AGENCY
shall continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented
by the Force Majeure event.

RFP||Odisha Computer Application Centre Page 49 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
7.14 Change Orders and Contract Amendments

a) The Purchaser may at any time order the Agency through Notice in accordance with
clause “Notices” above, to make changes within the general scope of the Contract
regarding related services to be provided by the Agency.
b) If any such change causes an increase or decrease in the cost of, or the time required
for, the Agency’s performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or in the Delivery and Completion
Schedule, or both, and the Contract shall accordingly should be amended. Any claims by
the Agency for adjustment under this clause must be asserted within thirty (30) days
from the date of the Agency’s receipt of the Purchaser’s change order.
c) Prices to be charged by the Agency for any related services that might be needed but
which were not included in the Contract shall be agreed upon in advance by the parties
and shall not exceed the prevailing rates charged to other parties by the Agency for
similar services.
7.15 Termination

OCAC may at any time terminate the contract by giving written notice to the Bidder if the
Bidder becomes bankrupt or otherwise insolvent. In this event, termination will not prejudice
or affect any right of action or remedy, which has accrued or will accrue thereafter to OCAC.
OCAC reserves the right to cancel the contract in the event of happening one or more of the
following Conditions:-
a) Failure of the successful bidder to accept the contract.
b) Delay in delivery beyond the specified period.
c) In addition to the cancellation of the contract, OCAC reserves the right to appropriate the
damages through encashment of Bid Security / Performance Guarantee given by the
Bidder.
d) OCAC would not be liable to pay any damages to the Agency in cases comprising
termination for default.
7.16 Settlement of Disputes

a) General: If any dispute arises between the supplier/ Agency and OCAC during the
execution of a contract that should be amicably settled by mutual discussions. However,
if the dispute is not settled by mutual discussions, a written representation will be
obtained from the supplier/ Agency on the points of dispute. The representation so
received shall be examined by the concerned Procurement Committee which sanctioned
the tender. The Procurement Committee may take legal advice of a counsel and then
examine the representation. The supplier/ Agency will also be given an opportunity of
being heard. The Committee will take a decision on the representation and convey it in
writing to the supplier/ Agency.

RFP||Odisha Computer Application Centre Page 50 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
b) The Committee designated by OCAC for Settlement of Disputes: If a question,
difference or objection arises in connection with or out of the contract/ agreement or the
meaning of operation of any part, thereof or the rights, duties or liabilities of either party
have not been settled by mutual discussionsit shall be referred to the empowered
committee for decision. The Committee to be designated by OCAC will be responsible
for the settlement of any disputes.
c) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the
parties regarding a contract shall be settled by a competent court having jurisdiction over
the place, where agreement has been executed and by no other court, after decision of
the standing committee for settlement of disputes.

RFP||Odisha Computer Application Centre Page 51 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

8. Special Terms and Conditions of RFP & Contract


8.1 Payment Terms and Schedule

The payment schedule is as follows:

S# Payment Milestone Amount Payable Supporting

1. On completion of each Quarter 25% of the Contract  SLA report duly certified by
after handover. Value OCAC

The Annual maintenance Cost (Manpower cost, maintenance etc.) to be incurred by the
Agency for a period of One year.
a.) The Bidder shall quote for all costs as asked for in the financial templates.
b.) The Bidder’s request for payment shall be made at the end of each quarter by invoices
along with following supporting documents:
i. Performance statistics
ii. Log of network parameters along with Service Down time calculation and
Uptime percentage.
iii. Detailed calculation sheets for the claims based on the SLA defined in
the RFP Document.
iv. Other Documents as per Section 5.3 of RFP. Any other document may be
asked by OCAC as asked for by OCAC if found necessary for the project
ducring the submission of invoice on quarterly basis.
c.) The Third Party Agency appointed by OCAC shall verify all Invoices and supporting
documents as prescribed and acceptable. After verification (within 15 days from the date
of invoice submission) by the Third Party Agency and after deducting Income Tax, other
taxes and any Penalties, OCAC shall pay the amount within a period of 30 days. The
Bidder shall furnish all tax payment receipts to OCAC in next quarterly Invoice
documentation submission.
d.) The successful bidder will not be eligible for any other benefits (such as interest on
capital, rate of returns, amortization on capital, salaries of the employees etc.) except the
payments specified above.
e.) If any dependencies are there on OCAC side, the bidder is entitled for extension of time
lines and exemption of SLA penalties for that dependency only. The bidder should factor
in their financial bid such dependencies.

RFP||Odisha Computer Application Centre Page 52 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
8.2 Payment of Goods & Services Tax

8.2.1 Payment of Goods & Services Tax


GST s h a l l be shown extra by the bidder in their invoices for the items applicable.
The same shall be paid by OCAC as per actual after verification If there is any tax
savings, the same shall be reduced from the payable amount.
In case of any new incidence of tax or increase in existing tax rates taking place during
the Agreement Period, that shall be borne and payable by the OCAC over and above the
agreed price for each item as may be applicable as per the Invoice raised by the agency
on the OCAC. Similarly, any reduction in taxes shall be to the benefit of OCAC.

8.3 Service Level Standards / Requirements / Agreement

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


clearly define the levels of service which shall be provided by the Agency to OCAC, also
known as purchaser, for the duration of five years from the date of Go-Live. The Agency
and the OCAC (along with the Third Party Auditor) shall regularly review the performance
of the services being provided by the Agency and the effectiveness of this SLA.

8.3.1 Definitions
For purposes of this Service Level Agreement, the definitions and terms as specified in
the contract along with the following terms shall have the meanings set forth below:
S# SLA Terms Description
1.Odisha SWAN Odisha SWAN up-gradation means the Odisha State Wide Area
Network (OSWAN) as provisioned by the State of Odisha and the
selected Agency
2.Uptime Uptime refers to the Odisha SWAN up-gradation network
availability across various segments
3.Downtime Downtime shall mean the time period for which the specified
services / components with specified technical and service
standards are not available to the State and user departments and
excludes the scheduled outages planned in advance for the
Odisha SWAN up-gradation network
4.Prime Business PBH refers to the prime network utilization period for Odisha
Hours (PBH)
SWAN up-gradation which shall be typically starting from 10 00 hrs
till 1800 hrs for SHQ and DHQ on all working days or any other
period to be defined by the State. The PBH for BHQ and Horizontal
Offices would be from 10 00 hrs to 1800 hrs on all working days or
any other period to be defined by the State. The normal working
days in the State are Monday to Saturday.

RFP||Odisha Computer Application Centre Page 53 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# SLA Terms Description
5.Planned ‘Planned Network Outage’ refers to unavailability of network
Network Outage
services due to infrastructure maintenance activities such as
configuration changes, up gradation or changes to any supporting
infrastructure. Details related to such planned outage shall be
agreed with the OCAC and shall be notified to all the related
departments and relevant offices in advance (at least five working
days)
6.Quarterly Maximum amount which the Agency / successful bidder may get
Guaranteed
from the OCAC on a quarterly basis for services rendered. This
Revenue (QGR)
would be determined from the ‘Financials Template’ submitted by
the bidder as part of the proposal
7.Incident Refers to any event / abnormalities in the functioning of the IT or
Non-IT Equipment / specified services that may lead to disruption
in normal operations of upgraded Odisha SWAN
8.Helpdesk Shall mean the 24 x 7 centre at SHQ which shall handle fault
Support
reporting, trouble ticketing and related enquiries during the contract

9.Resolution Time “Resolution Time” shall mean the time taken in resolving
(diagnosing, troubleshooting and fixing) an incident after it has
been reported at the helpdesk. The resolution time shall vary
based on the severity of the incident reported at the help desk. The
severity would be as follows:
i. Critical: Incidents whose resolution shall require additional
investment in components or time or shall involve
coordination with OEMs. These incidents shall impact the
overall functioning of the upgraded Odisha SWAN.
ii. Medium: Incidents, whose resolution shall require
replacement of hardware or software parts, requiring
significant interruption in working of that individual
component. For example, installation of monitoring
software, replacement of switch etc.
iii. Low: Incidents whose resolution shall require changes in
configuration of hardware or software, which will not
significantly interrupt working of that component. For
example, installation of VoIP device.
10.
Under warranty Under OSWAN upgradation situation, existing SLA needs
to be interpreted and may be changed and finalizede in
consultation with TPA.
EOS/EOL
In case of EOL/EOS equipment, Network operator to
Equipment
provide standby at SHQ, DHQ & BHQ capable of
maintaining prescribed SLA until suitable replacement is
RFP||Odisha Computer Application Centre Page 54 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
S# SLA Terms Description
done.
Warranty Expiry
Network Operator needs to purchase warranty/AMC of the
Equipment
critical equipment if the warranty/AMC of the said
equipment is lapsed. Th Agency should provide
Defective/Not in MAF/Warranty Certificate for all the critical Equipments.
use
The equipment supplied through third party is excluded
from the SLA of Network Operator.

8.3.2 Service Level Objectives


The Agency shall meet service level objectives and corresponding parameters as
shared below. Service level objectives and parameters are categorized according to:
a.) Reliability
i. Availability of Links
ii. Quality of Links
b.) Manageability
i. Serviceability parameters (Service Turnaround time)
c.) Capability & Capacity
i. Deployment Time
If the services are very poor (word “poor” indicates that the SLA parameters are not met
in any given quarter), the Agency will be advised to improve the quality of services and
in case he does not improve it within the next quarter, his services will stand terminated.

8.3.3 Calculation of Down-Time


Downtime of a link shall be calculated based on the data collected by the
Network Management System (NMS) and its tools provided by the selected Agency
The NMS will be configured based on the SLA parameters and reports should be
generated for automatic calculation of defined SLAs in Odisha SWAN Network. Any
future changes of SLA Parameters in NMS will be with consent of TPA appointed by
OCAC for Odisha SWAN up-gradation. TPA will generate the reports for
measurement of penalties and payments for Odisha SWAN up-gradation network.
It is recommended to have full automation of the SLA calculation in order to enable
payments faster. Following principles will be applied for the calculation of downtime:

a) Output port of router and switches deployed in Odisha SWAN up-gradation network
shall be monitored by Agency for the purpose of uptime / downtime of the link in
NMS.
b) A link shall be down when a “Ping” test to the remote router/WAN IP Address at
RFP||Odisha Computer Application Centre Page 55 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
either the Odisha SWAN up-gradation sites or its respective horizontal offices fails
due to the link failure/Equipment (Terminal End Equipment/Router/Switch) failure or
any other reason like power outage etc.
c) Downtime with regards to quality of the link will be calculated as follows:
i. In case any of the quality parameters are falling under “Breach of SLA” (as
mentioned in section on quality of links), alerts will be generated by the NMS or
through “trouble ticket” generated by helpdesk.
ii. Start of the downtime will be the time the alerts or any call is registered as
mentioned above. This is critical event should be recorded in the helpdesk
management system.
iii. Polling will be done for all the above performance parameters at the interval of 5
minutes to check the compliance with the minimum performance requirements.
iv. The link will be considered down till the performance parameters are within the
minimum performance requirements specified in the below sections.
v. All the downtimes shall be added together for each link on daily basis to arrive at
the downtime for that particular link or PoP for a month.
8.3.4 Calculation of up-Time
The Uptime for the Agency will be calculated on the basis of Device Avaialbility like
Routers/Switches. ‘Uptime’ refers to availability of devices and Uptime for eachPOP
shall be calculated based on the following formula for every month:
Downtime percentage for PBH (%) = [(Total downtime during PBH in a month in
minutes) / (Total PBH time in a month in minutes)] x 100
8.3.5 SLA Execution Time
a) Scheduled preventive maintenance activity of the network equipment at all Odisha
SWAN up-gradation locations that is attributed to Agency.
b) Any scheduled and approved preventive maintenance activity by Bandwidth Service
Provider and has an approval of OCAC.
c) In case there is any delay in implementation & commissioning of the equipment/links
due to issues not relating to Agency like space inside the Block or District, Power
Supply or permission for installation, the Agency shall inform in writing to OCAC
regarding the deficiencies.
d) Agency shall take permission for all the above exclusions from OCAC and
communicate in One (1) week in advance for any schedule preventive maintenance
e) In case of non-availability of Power from the source at the SHQ, BHQs and DHQs.

RFP||Odisha Computer Application Centre Page 56 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
8.3.6 PoP Up-Time SLA-IT Infrastructure
SLA parameters will be calculated on a monthly basis and the penalties will be calculated on
a quarterly basis before the quarterly payments (QGR).

SLA Parameter for all IT Infrastructure at SHQ

Monthly Uptime during PBH Penalty as percentage of Quarterly


charges

>=99.00% NIL

< 99.00 & >= 98.50 % 2% of QGR

<98.50 & >= 98.0% 5% of QGR

<98.0 10% of QGR

SLA Parameter for all IT Infrastructure at DHQ, BHQ HOs

Monthly Uptime during PBH Penalty as percentage of Quarterly


charges

>=95.5% NIL

< 95.5 & >= 94.0 % 2% of QGR

<94.0 & >= 93.5% 5% of QGR

<93.5 10% of QGR

8.3.7 Network operation and Helpdesk Management


The selected Agency would be required to setup a 24 X 7 Helpdesk with a Network
Monitoring and Helpdesk management system in place. The helpdesk shall function as ITIL
standards and framework. The helpdesk shall act as a single point of contact for
escalation/reporting of all information, issues, etc. as reported by departments, users and
stakeholders of upgraded Odisha SWAN. The severity levels of the tickets that are raised in
the helpdesk tool would be of the form:

S# Severity Initial Issue Resolution Penalty


Response Time
Time
1 Level 1 15 Min 1 Hour INR 500 for each
hour of delay

RFP||Odisha Computer Application Centre Page 57 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
2 Level 2 30 Min 3 Hours INR 200 for each
hour of delay
3 Level 3 60 Min 8 Hours INR 200 for each
hour of delay

Severity Level Particulars


The network outage, security or performance related issues
impacting the network availability/performance(Device
Level 1 Availability) and leading to unavailability of the services at the
State Head Quarter (SHQ)
The network outage, security or performance related issues
impacting the network availability/performance(Device
Level 2
Availability) and leading to unavailability of the services in one
or more District Head Quarter (DHQ)

The network outage, security or performance related issues


impacting the network availability/performance(Device
Level 3
Availability) and leading to unavailability of the services to
one or more Block Head Quarter (BHQ)

8.3.8 Service Level for Manpower Deployment


S# Service Level Penalties

1 Deployment of required Rs 10,000 per manpower/week or part of the


manpower at SHQ in T+2 weeks week of delay
2 Deployment of required Rs 5,000 per DHQ PoP per
manpower at DHQ PoPs in T+3 weeks manpower/week or part of the week of
delay,
3 Deployment of required manpower at Rs 1,000 for each BHQ PoP per
BHQ PoPs in T+3 weeks manpower/week or part of week of delay in
manpower deployment.
4 SHQ manpower change without Penalty of Rs. 1,00,000
approval from OCAC

Important Notes: T is Date of signing of Master Service Agreement (MSA)

8.3.9 Service Level review Process


a) OCAC may raise an issue by documenting the business or technical problem, which
presents a reasonably objective summary of both points of view and identifies specific
points of disagreement with possible solutions.

RFP||Odisha Computer Application Centre Page 58 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
b) A meeting or conference call will be conducted to resolve the issue in a timely manner.
The documented issues will be distributed to the participants at least 24 hours prior to
the discussion if the issue is not an emergency requiring immediate attention.
c) Interpretation of SLAs may get changed and would be finalized in consultation with the
Third Party Auditor (TPA) for Odisha SWAN up-gradation.

RFP||Odisha Computer Application Centre Page 59 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-1: Particulars of the Bidder


(To be filled by the Bidder)

Sr. Information Sought Details to be filled in


No.
1 Name of the bidding Company

2 Address of the Company

3 Incorporation status of the firm


(public limited / private limited,
etc.)
4 Year of Establishment

5 Date of registration

6 ROC Reference No.

7 Details of company registration

8 Details of registration with


appropriate authorities for
Goods & Service Tax
9 Name, Address, email, Phone
nos. and Mobile Number of
Contact Person
10 Roles & Responsibility

RFP||Odisha Computer Application Centre Page 60 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-2: Manpower Deployment


a) The Agency is required to deploy the minimum number of dedicated skilled manpower as
mentioned below along with required tools, equipment and facilities to carry out the
scope of work.

b) The basic aminities like office space and sitting arrangements will be provided by OCAC
at SHQ and respective District & Block Administration at DHQ and BHQ. However
arrangements of PC, Printers including Paper & Toner, Telephone Connection, Internet
connetion will be taken care by the Agency.

c) The Agency, if required, may also deploy additional manpower with required machines
and tools for smooth implementation /functioning of the project, at no extra cost to
purchaser.

d) The manpower will be deployed exclusively for the existing OSWAN project and cannot
be shared by the bidder for other purposes.

e) Non-deployment/ non availability of the required manpower shall attract penalty as per
SLA.

f) In the event of non-deployment/ non availability of the committed manpower on account


of attrition or any other cause, the bidder must inform the same in writing to OCAC for a
suitable replacement person with equivalent qualification and experience.

g) Agency will be provided the management of these resources at the designated project
locations through the attendance monitoring system and the same will be monitor
through third party auditor at any given time

h) At the SHQ/DHQ/BHQ level attendance will be reporting through finger print device
attached to the Desktop and it will also be recorded in the system.

i) If the staff are not logging biometric attendance due to field visits or other relevant
reasons, prior information will be given to OCAC/TPA, so as the exception will be logged
in the attendance monitoring system by OCAC/TPA.

j) In case of both links down, the deployed engineer at the respective PoPs, capture the
login information on local system available at local PoP will capture the System login
event as proof of his/her attendance and the same will be shared later as an evidence of
his/her attendance.

RFP||Odisha Computer Application Centre Page 61 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

No of Project Working Desirable Qualification and


S# Role Roles & Responsibilities
Resource Stages Hours Experience
For State Head Quarter
1 Project Manager 1 Project As per OCAC B.E/B Tech/MCA/M-Tech/MSc IT i. Overall management of the
implementation requirement with experience in Project project
and Operation & Management and Adequate ii. Progress Monitoring
Maintenance Project Management iii. Resource Management
Stage Certification iv. Coordination with various teams
and resources for closure of

8+ years tasks

i.) At least 7+ years of v. Engage, manage and track

relevant experience in status of deliverables for all

managing all aspects of resources.

a large implementation vi. Stakeholder Coordination

program management
ii.) Must have experience in
managing projects for
large, enterprise scale
project in IT
Infrastructure/Network
audit and SLA
monitoring
iii.) Should preferably have
worked on projects for
Government clients.

RFP||Odisha Computer Application Centre Page 62 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
2 Network/Security 2 Project As per OCAC B.E/BTech/MCA/M-Tech and i. Overall network Operation at the
Specialist implementation requirement CCNP/MCSE/RHCA/OEM proposed project location.
and Operation & certified with prior experience of ii. Co-ordination with various
Maintenance ITInfrastructure/Network teams and resources for closer
Stage Monitoring, enterprise level NMS the tasks pertaining to the
and Helpdesk Management tools network.
5+ years iii. Co-ordinate with ISP for
i.) At least 5+ years of maintaining the network uptime
relevant experience in iv. Troubleshooting network
managing all aspects of problems and outages
IT/Network infrastructure v. support field level engineer of
and monitoring of the OSWAN/HO SWAN Project
services vi. Design, implement, install and
ii.) Prior experience of configure of structured LAN
SWAN infrastructure Configure and install various
resources more network devices and services
preference (e.g., routers, switches
&firewalls) Undertaking data
network fault investigations in
local and wide area
environments, using information
from multiple sources.
vii. Monitor performance and ensure
Network availability and
reliability Provide L1 Support

RFP||Odisha Computer Application Centre Page 63 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
and troubleshooting to resolve
issue at field level Liaise with
vendors and other IT personnel
for problem resolution
3 Server/NMS 2 Project As per OCAC B.E/B Tech/MCA/M-Tech and i. Overall System management at
Specialist(L3 implementation requirement CCNP/MCSE/RHCA/OEM the Proposed Project Locations
Support) and Operation & certified with prior experience of ii. Configuration and Administration
Maintenance IT Infrastructure/Network of Servers and other hardware
Stage Monitoring, enterprise level NMS at the Proposed Project
and Helpdesk Management tools Locations
5+ years iii. Plan and liaise with vendors on
i.) At least 5+ years of maintenance work.
relevant experience in iv. System issue troubleshooting
managing all aspects of
IT/Network infrastructure
and monitoring of the
services
ii.) Prior experience of
SWAN infrastructure
resources more
preference
iii.) Should be trained in
“Tivoli” Software with
minimum 6 to 7 years of
relevant experience and

RFP||Odisha Computer Application Centre Page 64 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
6 to 7 years of Network
Experience
3+ years of experience in
managing the store of large
enterprise and should be able to
manage the inventory through
online tools or excel sheets
4 Voice/ VC Expert 2 Operation & As per OCAC BSc-IT/B.E/BTech/MCA/M-Tech i. Overall System management of
Maintenance requirement and 2 to 4 years experience in VC Set up, operation and
Stage desktop support including trouble shooting.
audio/visual equipment use and ii. Crodination for VC Sessions and
set up. communication.
iii. Reporting and ensure
In depth knowledge and practical
establishment of VC Sessions.
application of video conferencing
iv. Cordination with multiple
technologies and protocols
agancies for timely resolution of
(H.323, SIP, H.264, etc.),
VC related issues.
Independent problem solving
skills.Ability to test, troubleshoot
and work independently to
resolve both customer and
executive issues or problems.
8 Help Desk Engineer 3 Operation & As per OCAC B.Sc./ B.E./ITI Graduate or v. Helpdesk support for issue
Maintenance requirement equivalent graduate degree resolution pertaining to entire
Stage Should have 1/2 years of Odisha SWAN System

RFP||Odisha Computer Application Centre Page 65 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
experience in helpdesk services vi. L1 call resolution
along with experience in vii. Generation of SLA reports and
Networking. Should have good helpdesk call reports
communication skills
For each District Head Quarter
Network Engineer( L2 1 Project As per the B.E/B Tech/MCA/Graduate and i. Overall network management at
Support) implementation requirement of CCNA/OEM certified with prior DHQ level.
and Operation & respective experience of IT ii. Design, implement, install and
Maintenance District Infrastructure/Network configure of structured LAN
Stage Administration Monitoring, enterprise level NMS iii. Monitoring the network
and Helpdesk Management tools infrastructure & bandwidth at
DHQ level.
i.) At least 2+ years of iv. Co-ordination with the local ISP
relevant experience in for maintaining the Uptime of the
managing all aspects of network at DHQ.
IT/Network infrastructure v. Trouble shooting of PoPs
and monitoring of the related issues at DHQ
services vi. Basic configuration of Routers,
ii.) Prior experience of Switches and Modems.
SWAN infrastructure Undertaking data network fault
resources more investigations in local and wide
preference area environments, using
information from multiple
sources. Configuration of IP
Telephone system services.

RFP||Odisha Computer Application Centre Page 66 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
vii. Configurations of VC end point
system. Manage and monitoring
daily activities of BHQ
Engineers. Monitor and manage
the DHQ and BHQs UP time to
meet SLA.
viii. Manage the VC at district Level.
Maintain OSWAN infrastructure
in good condition, coordination
with District Admin, DeGM, CP&
BDO
ix. Visit to the BHQs with proper
plan to get desire output.
Maintain RMA for replacement
of materials under District
Headquarters. Conducting
Preventive Maintenance
periodically for optimum
performance and reliability of
equipment.
For each four Block Head Quarter s
Network Support 1 Project As per the ITI in Computer Science or 10+2 i. Overall network management at
Engineer(L1 Support) implementation requirement of with One year Diploma in BHQ level.
and Operation & respective Computer Science ii. Design, implement, install and
Maintenance Block Should have at least 1 year configure of structured LAN

RFP||Odisha Computer Application Centre Page 67 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
Stage Administration working experience on iii. Operation and Maintenance of
Networking equipment System at BHQ Level.
Should have at least 1 year iv. Periodic reports for respective
working experience on Electrical PoPs
Equipment installation. v. Installation of CPE, Routers,
Switches and Modems.
Undertaking data network fault
investigations in local and wide
area environments, using
information from multiple
sources.
vi. . Configuration of IP Telephone
system services. Monitor and
manage the BHQs UP time as
per SLA. Maintain OSWAN
infrastructure in good condition,
coordination with district
engineer, CP & BDO
vii. Coordinating with Bandwidth
Providers ISP provider at local
level for uptime.
viii. Maintain RMA for replacement
of materials under Block
headquarters. Conducting
Preventive Maintenance

RFP||Odisha Computer Application Centre Page 68 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
No of Project Working Desirable Qualification and
S# Role Roles & Responsibilities
Resource Stages Hours Experience
periodically for optimum
performance and reliability of
equipment

Note:

1) The Working hours for all the resources will be as per Section 5(Scope of Work, Deliverables, and Timelines), but the resources may also need
to report to OCAC or the respective Distrct and Block administration based upon the deployment any time as required by the concerned
authority.
2) The Agency needs to submit an undertaking so as to ensure that the resources being deployed will be remunerated as per the Payment of
Wages Act, 1936 Labour Act as Notified bu Govt. of India. The undertaking should be as per prescribed format as mentioned in Annexure-9.

RFP||Odisha Computer Application Centre Page 69 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-3: Pre Bid Queries Format


(To be filled by the Bidder)

Name of the Company/Firm: ____________________________________________________


____________________________________________________________________________
Bidding document Fee Receipt No. __________________Dated _____________for Rs.
__________/-

Name of Person(s) Representing the Company/ Firm:


Name of Person Designation Email-Id(s) Tel. Nos. & Fax
Nos.

Company/Firm Contacts:
Contact Person (s) Address for Email-Id(s) Tel. Nos. & Fax
Correspondence Nos.

Query/Clarification Sought:
(MS-Excel Sheet Format)
Sl. Bidder RFP RFP RFP Page Clause Query/Clarification/
No. Name Chapter Clause No. Details as Suggestion
No. No. per RFP

Note: Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .PDF).
Queries not submitted in the prescribed format will not be considered/ responded at all by the
tendering authority. Also, kindly attach the colored scanned copy of the receipt towards the
submission of the bid document fee. Also, the bidders having purchased the tender/ RFP
document will only be responded to i.e. their pre-bid queries will be entertained and responded.
Also, the softcopy of the queries (only in MS-Excel Sheet format) should also be submitted
through e-mail at orissaswan@gmail.com

RFP||Odisha Computer Application Centre Page 70 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-4: Bidder's Authorization Certificate


(To be filled by the Bidder)

To,
The General Manager (Admn.)

Odisha Computer Application Centre (OCAC)

OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL

Post Office, Bhubaneswar-751013 (INDIA)

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized
to sign relevant documents on behalf of the company/ firm in dealing with NIB reference No.
______________________ dated _________. He/ She is also authorized to attend meetings &
submit technical & commercial information/ clarifications as may be required by you in the
course of processing the Bid. For the purpose of validation, his/ her verified signatures are as
under.

Thanking you,

Name of the Bidder: - Verified Signature:


Authorized Signatory: -
Seal of the Organization: -
Date:
Place:

RFP||Odisha Computer Application Centre Page 71 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-5: Draft Agreement Format


(A detailed Master Service Agreement would be signed with the Agency).

This Contract is made and entered into on this ______day of ________, 2018 by and between
Odisha Computer Application Center having its head office at OCAC Building, Plot No.-N-1/7-D,
Acharya Vihar Square, RRL Post Office, Bhubaneswar-751013,Odisha (herein after referred to
as Purchaser/ OCAC) which term or expression, unless excluded by or repugnant to the subject
or context, shall include his successors in office and assignees on ONE PART

And
M/s__________________, a company registered under the Indian Companies Act, 1956 with its
registered office at _____________________ (herein after referred as the “Successful Bidder/
Master Service Provider”) which term or expression, unless excluded by or repugnant to the
subject or context, shall include his successors in office and assignees on the OTHER PART.

Whereas,
Purchaser is desirous of appointing an Agency for Up-gradation of Odisha State Wide Area
Network as per the Scope of Work and Terms and Conditions as set forth in the RFP document
dated _________ of < No_________________>.

And whereas
M/s______________ represents that it has the necessary experience for carrying out the overall
work as referred to herein and has submitted a bid and subsequent clarifications for providing
the required services against RFP document issued in this regard, in accordance with the terms
and conditions set forth herein and any other reasonable requirements of the Purchaser from
time to time.

And whereas
Purchaser has accepted the bid of supplier and has placed the Work Order vide Letter No.
__________________ dated _______, on which supplier has given their acceptance vide their
Letter No._____________ dated ____________.

And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________)
in the form of ________________ ref no. _________________ dated ______________
of_________________________________Bank and valid up to _____________ as security
deposit for the due performance of the contract.

RFP||Odisha Computer Application Centre Page 72 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Now it is hereby agreed to by and between both the parties as under: -


1. The RFP Ref. No. ____________________________ dated ___________ issued by
OCAC along with its enclosures/ annexure, wherever applicable, are deemed to be taken
as part of this contract and are binding on both the parties executing this contract.
2. In consideration of the payment to be made by OCAC to supplier at the rates set forth in
the work order no. ____________________ dated _________ will provide required
services in the manner set forth in the RFP, along with its enclosures/ annexure and
Technical Bid along with subsequent clarifications submitted by supplier.
3. OCAC do hereby agree that if supplier provides required services in the manner
aforesaid observe and keep the said terms and conditions of the RFP and
4. Contract, OCAC will pay or cause to be paid to supplier, at the time and the manner set
forth in the said conditions of the RFP, the amount payable for each and every project
milestone & deliverable. The mode of payment will be as specified in the RFP document.
5. The timelines for the prescribed Scope of Work, requirement of services and deployment
of technical resources shall be effected as specified in the work order and as per the
terms & conditions of the RFP.
6. In case of extension in the delivery of services and/ or installation period/ completion
period of services with liquidated damages, the recovery shall be made as per the
penalty criteria mentioned in the RFP document.

Note:
a) Fraction of a day in reckoning period of delay in supplies/ maintenance services shall
be eliminated if it is less than half a day.
b) If supplier requires an extension of time in completion of contractual supply on
account of occurrence of any hindrances, he shall apply in writing to the authority
which had placed the work order, for the same immediately on occurrence of the
hindrance but not after the stipulated date of completion of supply.
c) Delivery period may be extended with or without liquidated damages if the delay in
the supply of goods in on account of hindrances beyond the control of supplier.

7. All disputes arising out of this agreement and all questions relating to the interpretation of
this agreement shall be decided as per the procedure mentioned in the RFP document.

In witness whereof the parties have caused this contract to be executed by their Authorized
Signatories on this _____day of _______________, 2018.

RFP||Odisha Computer Application Centre Page 73 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
Signed By: Signed By:
Name: Name:
Designation: Designation:
Company: Company:
Signature: Signature:
In the presence of: In the presence of:
Name: Name:
Designation: Designation:
Company: Company:
Signature: Signature:
Name: Name:
Designation: Designation:
Company: Company:
Signature: Signature:

RFP||Odisha Computer Application Centre Page 74 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-6: Bank Guarantee Format


(To be signed by bank and submitted by Bidder)

RFP REF: OCAC-

To
The General Manager (Admin)
Odisha Computer Application Centre
(Technical Directorate of I.T. Dep’t, Govt. of Odisha)
N-1/7-D, Acharya Vihar P.O. - RRL,
Bhubaneswar - 751013

Whereas <<Name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid for
Submission of RFP # <<RFP Number>> dated <<Date>> for selection of Agency for Up-
gradation of Odisha State Wide Area Network (OSWAN) (hereinafter called "the Bid") to OCAC
Know all Men by these presents that we <<Name of the Bidder>> having our office at
<<Address>> (hereinafter called "the Bank") are bound unto the <<Nodal Agency>> (hereinafter
called "the Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>>
only) for which payment well and truly to be made to the said Purchaser, the Bank binds itself,
its successors and assigns by these presents. Sealed with the Common Seal of the said Bank
this <<Date>>
The conditions of this obligation are:
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the
Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of validity of bid
a) Withdraws his participation from the bid during the period of validity of bid document;
or
b) Fails or refuses to participate in the subsequent RFP process after having been short
listed;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
the Purchaser will note that the amount claimed by it is due to it owing to the RFP occurrence of
one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over and
above mandated in the RFP>> from the last date of submission and any demand in respect
thereof should reach the Bank not later than the above date.
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

RFP||Odisha Computer Application Centre Page 75 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>>
(Rupees <<Amount in words>> only)
II. This Bank Guarantee shall be valid up to <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <<insert date>>) failing which our
liability under the guarantee will automatically cease.

(Authorized Signatory of the Bank)


Seal:
Date:

RFP||Odisha Computer Application Centre Page 76 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-7: RFP Form


(To be filled by the Bidder)

1) Addressed to:
Name of the Tendering Authority The General Manager (Admin.)
Address Odisha Computer Application Centre (OCAC)
OCAC Building, Plot No.-N-1/7-D, Acharya Vihar
Square, RRL
Post Office, Bhubaneswar-751013 (INDIA)

Telephone
Tele Fax
Email

2) Firm Details:
Name of Firm
Name of CMD of the firm with email
id, contact number
Name of Contact Person with
Designation
Registered Office Address

Address of the Firm

Year of Establishment
Type of Firm Public Limited Private Partnership Proprietary
Put Tick(  ) mark Limited
Telephone Number(s)
Email Address/ Web Site Email: Web-Site:
Fax No.
Mobile Number Mobile:
Certification/Accreditation/Affiliation,
if Any

3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been
deposited vide DD/BC/receipt no. _______ dated ___________.
4) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited
vide Banker’s Cheque/ DD No. ___________ dated ___________.
5) We agree to abide by all the terms and conditions mentioned in this form issued by the
Empanelment Authority and also the further conditions of the said notice given in the
attached sheets (all the pages of which have been signed by us in token of acceptance of
the terms mentioned therein along with stamp of the firm).
Date:
Name & Seal of the firm: ________________________
Authorized Signatory: ___________________________
RFP||Odisha Computer Application Centre Page 77 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-8: Covering Letter - Technical Bid

(To be filled by the bidder and signed in Company Letter Head)


To
The General Manager (Admin)
Odisha Computer Application Centre
(Technical Directorate of I.T. Dep’t, Govt. of Odisha)
N-1/7-D, Acharya Vihar P.O. - RRL,
Bhubaneswar - 751013

Subject: Technical Proposal for Selection of Agency for Facility Management Services for
vertical Odisha State Wide Area Network (OSWAN)

Bid Reference No - OCAC-

Dear Sir/Madam,
We, the undersigned, offer to provide solution to OCAC, for Facility Management
Services for vertical Odisha State Wide Area Network (OSWAN). We are hereby submitting our
Proposal, which includes the Pre-Qualification Bid, Technical bid and the Commercial Bid
sealed in a separate envelope.
We hereby declare that all the information and statements made in this Technical bid are
true and accept that any misinterpretation contained in it may lead to our disqualification.
We undertake, if our Proposal is accepted, to initiate the implementation services related
to the assignment not later than the date indicated in the RFP Document. We agree to abide by
all the terms and conditions of the RFP document. We would hold the terms of our bid valid for
180 days as stipulated in the RFP document.
We understand you are not bound to accept any Proposal you receive.

Yours sincerely,
Authorized Signature [In full and initials]: __________________________________
Name and Title of Signatory: ____________________________________________
Name of Firm: _________________________________________________________
Address: ______________________________________________________________

RFP||Odisha Computer Application Centre Page 78 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-9: Undertaking on Wages Act

(To be filled by the bidder and signed in Company Letter Head)

To,

The General Manager (Admn.)


Odisha Computer Application Centre (OCAC)
OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL
Post Office, Bhubaneswar-751013 (INDIA)

Reference: RFP No. : ___________________________________ Dated: __________

This has reference to the resources propsed to you vide bid ref. no. ___________ dated
___________.

We hereby undertake that the resources proposed for the above bid will be remunerated as per
the payment of wages Act and labour Act as Notified by Govt. of India. This is also to ensure so
as to submit the EPF/ESI Chalan of all the resources propsed on quarterly basis as apart of the
projects deliverables.

In case, we are found not complying with above critaeria, you will have the right to forfeit our Bid
Security/ SD/ PSD for this bid or debar/ black list us or take suitable action against us.

Authorized Signatory
Name:
Designation:

RFP||Odisha Computer Application Centre Page 79 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-10: Manufacturer's Authorization Form (MAF)

(To be submitted in OEM Letterhead at the time of getting the Order from OCAC))

Letter No._____________ Date:________

To
The General Manager (Admin)
Odisha Computer Application Centre
Plot No. - N-1/7-D, Acharya Vihar
P.O.- RRL, Bhubaneswar - 751013

Sub: OEM Authorization Letter

RFP Ref No: OCAC-

Dear Sir:
We, who are established and reputable manufacturers / producers of
________________________ having factories / development facilities at (address of factory /
facility) do hereby authorize M/s ___________________ (Name and address of Agent) to
submit a Bid, and sign the contract with you against the above Bid Invitation.
We hereby extend our full guarantee and warranty for the Solution, Products and services
offered by the above firm against this Bid Invitation.
We also undertake to provide any or all of the following materials, notifications, and information
pertaining to the Products manufactured or distributed by the Supplier:
a) Such Products as OCAC may opt to purchase from the Supplier, provided, that this option
shall not relieve the Supplier of any warranty obligations under the Contract; and
b) in the event of termination of production of such Products:
i. Advance notification to OCAC of the pending termination, in sufficient time to permit to
procure needed requirements; and
ii. Following such termination, furnishing at no cost to OCAC, the blueprints, design
documents, operations manuals, standards, source codes and specifications of the
Products, if requested.
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support
and maintenance obligations required by the contract.
Yours faithfully,

(Name)

Seal

RFP||Odisha Computer Application Centre Page 80 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-11: Financial Bid Cover Letter and Format

(To be filled by the bidder and signed in Company Letter Head)

To Location:
The General Manager (Admin) Date:
Odisha Computer Application Centre
(Technical Directorate of I.T. Dep’t, Govt. of Odisha)
N-1/7-D, Acharya Vihar P.O. - RRL,
Bhubaneswar - 751013

Subject: Submission of the financial bid for Technical Proposal for Selection of Agency for
Facility Management Services for vertical Odisha State Wide Area Network (OSWAN)

Dear Sir/Madam,
We, the undersigned, offer to provide the Facility Management Services for vertical Odisha
State Wide Area Network (OSWAN) RFP No. OCAC………….. and our Proposal (Pre-
qualification, Technical and Financial Proposals). Our attached Financial Proposal is for the sum
of <<Amount in words and figures>> inclusive of taxes and duties.

1. PRICE AND VALIDITY

All the prices mentioned in our RFP are in accordance with the terms as specified in the RFP
documents. All the prices and other terms and conditions of this Bid are valid for a period of 5
years from the date of signing of agreement. We hereby confirm that our prices do not include
any taxes and duties. We understand that the actual payment would be made as per the existing
tax rates during the time of payment.

2. UNIT RATES

We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of
work under the contract.

3. TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your clauses in
RFP/RFP document.

RFP||Odisha Computer Application Centre Page 81 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
4. QUALIFYING DATA

We confirm having submitted the information as required by you in your RFP. In case you
require any other further information/ documentary proof in this regard before/during evaluation
of our RFP, we agree to furnish the same in time to your satisfaction.

5. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the <Refer
Section No.>. These prices are indicated Commercial Bid attached with our RFP as part of the
RFP.

6. PERFORMANCE BANK GUARANTEE

We hereby declare that in case the contract is awarded to us, we shall submit the
Performance Bank Guarantee as specified in this RFP document. Our Financial Proposal shall
be binding upon us subject to the modifications resulting from Contract negotiations, up to
expiration of the validity period of the Proposal, i.e., [Date]. We understand you are not bound to
accept any Proposal you receive.
We hereby declare that our RFP is made in good faith, without collusion or fraud and the
information contained in the RFP is true and correct to the best of our knowledge and belief.
We understand that our RFP is binding on us and that you are not bound to accept a
RFP you receive.

Thanking you,
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:

RFP||Odisha Computer Application Centre Page 82 of 112


Annexure-12: Commercial Bid - Item Wise Price Schedule
The bidder is required to quote rates for Annual Maintenance Cost of all equipments/Software/component supplied under project for a period of One
year.

A1. Commercial Bid Format for AMC for all the existing items as per A1 for SHQ PoP for One Year.

Sl. Item Description Qty Units Unit Annual Maintenance GST Total Unit AMC
No. Cost in INR in INR cost
(excl. GST) In INR (Including.
GST)

1 2 3 4 5 6 7 = (5+6)

1. Core Router 1 Nos.

2. Core Switch 1 Nos.

3. Firewall 2 Nos.

4. PRI router 1 Nos.

5. DMZ Switch 1 Nos.

6. Edge Switch 1 Nos.

7. Internet Router 1 Nos.

Network/Server Rack
8. 7 Nos.
(42 U) with PDU

Page 83 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
Sl. Item Description Qty Units Unit Annual Maintenance GST Total Unit AMC
No. Cost in INR in INR cost
(excl. GST) In INR (Including.
GST)

1 2 3 4 5 6 7 = (5+6)
LAN Point with
9. 30 Nos.
accessories
10. Servers in SHQ: 8 Nos.

11. AAA Solution 1 Nos.

12. 20 KVA Online UPS 2 Nos.


(HA) with Battery Bank
13. 6 KVA Online UPS with 2 Nos.
Battery bank
14. 11 Nos.
Air Conditioners

15. Servo Stabilizer 1 Nos.


(30 KVA)
16. Earthing 5 Nos
17. DG Set(40 KVA) 1 Nos
Total of A1 (In Figures) - Rs.
Total of A1 (In Words) – Rupees

RFP||Odisha Computer Application Centre Page 84 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
A2. Commercial Bid Format for AMC for all the existing items as per A2 for One DHQ PoP for One Year

Sl. Item Description Qty Units Unit Annual Maintenance GST Total Unit AMC
No. Cost in INR in INR cost
(excl. GST) In INR (Including.
GST)

1 2 3 4 5 6 7 = (5+6)
1
Router 1
Nos.
2 Network Switch(L2) 1 Nos.
4 No.
15U Network Rack 1

5 Nos.
I/O with SMB 20

8 6 KVA Online UPS with Nos.


2
Battery Bank
Total of A2 (In Figures) - Rs.

Total of A2 (In Words) – Rupees

RFP||Odisha Computer Application Centre Page 85 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
A3. Commercial Bid Format for AMC for all the existing items as per A3 for One BHQ PoP for One Year Year

Sl. Item Description Qty Units Unit AMC Cost GST Total Unit AMC
No. in in INR cost
INR In INR (Including.
(excl. GST) GST)

1 2 3 4 5 6 7 = (5+6)
1 Nos.
Router 1

2 Network Switch(L2) 1 Nos.


3 No.
15U Network Rack 1

4
I/O with SMB 5

5 Nos.
Modem 2

6 3 KVA Online UPS(HA) 2 Nos.


with Battery Bank
Total of A3 for One Block PoP (In Figures) - Rs

Total of A3 for One Block PoP (In Words) - Rupees

RFP||Odisha Computer Application Centre Page 86 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

A4. Commercial Bid Format for AMC for all the existing items for One Horizontal Office connected over Leased Line for One Year

Sl. Item Description Qty Units Unit Annual Maintenance GST Total Unit AMC
No. Cost in INR in INR cost
(excl. GST) In INR (Including.
GST)

1 2 3 4 5 6 7 = (5+6)
1 Router 1 No.
2 Network Switch 1 No.
3 Modem 2 Nos.
4 3 KVA Online UPS with 2 Nos.
Battery Bank
5 9 U Network Rack 1 Nos.
Total of A4 for One Horizontal Office (In Figures) - Rs

Total of A4 for One Horizontal Office (In Words) - Rupees

RFP||Odisha Computer Application Centre Page 87 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
A. Total Annual Maintenance Cost

Sl. Item Description Total Cost in INR for One POP No. of PoPs Total Cost in INR for all PoPs
No.

1 2 3 4 5 = (3x4)
1. AMC - SHQ PoP (Total A1 of Table A1) 1
2. AMC - DHQ PoP (Total A2 of Table A2) 30
3. AMC - BHQ PoP (Total A3 of Table A3) 284
4. AMC- Horizontal Office(Total A4 of Table A4) 47
AMC Cost Total - C (In Figure) - Rs.

AMC Cost Total - C (In Words) - Rupees

B1. Commercial Bid Format for Manpower Charges

Sl. Item Description No of Units Base Unit Man GST in INR Total Unit cost
No. resources Month In INR (incl.
Rate in INR (incl. all GST)
Incidental charges
and all Taxes but
excl.GST)
1 2 3 4 5 6 7 = (5+6)

1. Project Manager 1 No.

2. 2 Nos.
Network/Security Specialist

3. 2 No.
Server/NMS Specialist

RFP||Odisha Computer Application Centre Page 88 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
Sl. Item Description No of Units Base Unit Man GST in INR Total Unit cost
No. resources Month In INR (incl.
Rate in INR (incl. all GST)
Incidental charges
and all Taxes but
excl.GST)
1 2 3 4 5 6 7 = (5+6)

4. VC/Voice Expert 2 No.

5. Helpdesk Engineer 3 Nos.

6. 30 Nos.
Network Engineer-DHQ

7. Network Support Engineer-BHQ 71 Nos.

Total of B1 (In Figures) - Rs

Total of B1 (In Words) - Rupees

B. Total Manpower Charges

Sl. Item Description Total Cost in INR


No.

1 2 3
1. Manpower charges for One Year(Total of B1 X 12)
Total of B (In Figures) - Rs

Total of B (In Words) - Rupees

RFP||Odisha Computer Application Centre Page 89 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
Commercial Bid Summary (Only to be use for Financial Bid Evaluation purpose)

Sl. Item Description Total Value in INR


No.
1. Total of Table A (Total AMC Cost )

2. Total of Table B (Total Cost for Manpower)

Total in Figures (Table A + Table B)

Total in Words

Note:

- The bidder has to compulsorily quote for all Tables(Valueshould not be Zero ). In case bidder fails to quote for any of this stage, the bid would
be summarily rejected.
- Above is indicative, however the quantity may increase or decrease at the time of placing the purchase order as per actual.
- Quantities mentioned in financial bid are for evaluation purpose only.
- The quantities mentioned in financial bid are indicative however, the payments shall be made on actual.
The Tax rates will be mentioned as per standards.

RFP||Odisha Computer Application Centre Page 90 of 112


Annexure-13: Financial Capabilities
Turnover (Rs. In Crores)
2014-2015 2015-2016 2016-2017

Net worth (Rs.)


2014-2015 2015-2016 2016-2017

Page 91 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-14: Self-Declaration
(Non-blacklisted in company Letter Head)
To
The General Manager (Admin)
Odisha Computer Application Centre
(Technical Directorate of I.T. Dep’t, Govt. of Odisha)
N-1/7-D, Acharya Vihar P.O. - RRL,
Bhubaneswar - 751013

Sir
In response to the RFP Ref.No. OCAC- for RFP titled “Selection of Agency for Up-gradation of
Odisha State Wide Area Network”, as an owner/ partner/ Director of (organization name)
___________________________________ I/ We hereby declare that presently our Company/
firm is not under declaration of ineligible for corrupt & fraudulent practices, blacklisted either
indefinitely or for a particular period of time, or had work withdrawn, by any State/ Central
government/ PSU.
If this declaration is found to be incorrect then without prejudice to any other action that may be
taken, my/ our security may be forfeited in full and the tender if any to the extent accepted may
be cancelled.

Thanking you,
Name of the Bidder: ..................................
Authorized Signatory: .................................
Signature:
Seal:

Date:
Place:

RFP||Odisha Computer Application Centre Page 92 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-15: Project Citation Format

(To be filled by the Bidder)

Relevant IT project experience


General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Other Details
Total cost of the project
Duration of the project (no. of months, start date,
completion date, current status)

RFP||Odisha Computer Application Centre Page 93 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-16: Project References for Experience of Bidder

(Indicative Format, to be filled by Bidder & submitted in Company Letter Head)

Sl. Name of Contact Phone, Project No. of WAN Year


No. Customer person fax and e- Location Location
: Name mail of : Operational
customer
2014-15 2015-16 2016-17

Note: Please attach a copy of the work order/ completion certificate/ purchase order/ letter from
the customer for each project reference.

RFP||Odisha Computer Application Centre Page 94 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-17: List of Project Locations


S# Name of the PoP Type of Address
PoP
1 OCAC, SHQ Orissa Computer Application Centre,N-1/7,Acharya
Bhubaneswar -
Vihar,P.O: RRL,Bhubaneswar PIN: 751013
SHQ
2 DM Office Angul DHQ Collector & District Magistrate, Angul Pin - 759122

3 Block HQ Banarpal BHQ Banarpal Block, At/Po. Banarpal , Dist.Angul.

4 Block HQ BHQ Chendipada Block, At/Po. Chendipada , Dist.Angul.


Chendipada
5 Block HQ Athmallik BHQ Athamallik Block, At/Po. Athamallik , Dist.Angul.

6 Block HQ BHQ Kishorenager Block, At/Po. Kishorenager , Dist.Angul.


Kishorenagar
7 Block HQ Pallahara BHQ Pallahara Block, At/Po. Pallahara , Dist.Angul.

8 Block HQ Talcher BHQ Talcher Block, At/Po. Talcher , Dist.Angul.

9 Block HQ Kaniha BHQ Kanhia Block, At/Po. Kanhia , Dist.Angul.

10 DM Office Balangir DHQ Office of the Collector & District Magistrate, Balangir,
At/PO - Balangir, Dist - Balangir, Pin- 767001
11 Block HQ Agalpur BHQ Agalpur Block, At/Po. Agalpur , Dist.Bolangir.

12 Block HQ Deogaon BHQ Deogaon Block, At/Po. Deogaon , Dist.Bolangir.

13 Block HQ Guduvella BHQ Gudvella Block, At/Po. Gudvella , Dist.Bolangir.

14 Block HQ Loisingha BHQ Loisinga Block, At/Po. Loisinga , Dist.Bolangir.

15 Block HQ Puintala BHQ Puintala Block, At/Po. Puintala , Dist.Bolangir.

16 Block HQ Belpara BHQ Belpara Block, At/Po. Belpara , Dist.Bolangir.

17 Block HQ BHQ Khaprakhol Block, At/Po. Khaprakhol , Dist.Bolangir.


Khaprakhol
18 Block HQ BHQ Patnagarh Block, At/Po. Patnagarh , Dist.Bolangir.
Patnagarh
19 Block HQ BHQ Bangomunda Block, At/Po. Bangomunda , Dist.Bolangir.
Bangomunda
20 Block HQ Muribahal BHQ Muribahal Block, At/Po. Muribahal , Dist.Bolangir.

21 Block HQ Saintala BHQ Saintala Block, At/Po. Saintala , Dist.Bolangir.

22 Block HQ Tiltagarh BHQ Titlagarh Block, At/Po. Titlagarh , Dist.Bolangir.

23 Block HQ Tureikela BHQ Tureikela Block, At/Po. Tureikela , Dist.Bolangir.

24 DM Office DHQ Office of the Collector and District Magistrate,


Balasore
Collectorate, Balasore,At/Po-Balasore,PIN-756001

RFP||Odisha Computer Application Centre Page 95 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
25 Block HQ Basta BHQ Basta Block, At/Po. Basta , Dist.Balasore.

26 Block HQ Baliapal BHQ Baliapal Block, At/Po. Baliapal , Dist.Balasore.

27 Block HQ Jaleswar BHQ Jaleswar Block, At/Po. Jaleswar , Dist.Balasore.

28 Block HQ Bhogorai BHQ Bhogarai Block, At/Po. Bhogarai , Dist.Balasore.

29 Block HQ Niligiri BHQ Nilagiri Block, At/Po. Nilagiri , Dist.Balasore.

30 Block HQ Remuna BHQ Remuna Block, At/Po. Remuna , Dist.Balasore.

31 Block HQ Ouapada BHQ Oupada Block, At/Po. Oupada , Dist.Balasore.

32 Block HQ BHQ Bahanaga Block, At/Po. Bahanaga , Dist.Balasore.


Bahanaga
33 Block HQ Khaira BHQ Khaira Block, At/Po. Khaira , Dist.Balasore.

34 Block HQ Soro BHQ Soro Block ,At/Po. Soro , Dist.Balasore.


35 Block HQ Simulia BHQ Simulia Block, At/Po. Simulia , Dist.Balasore.

36 DM Office DHQ Office of the Collector and District Magistrate, Bargarh


BARGARH
At/Po-Bargarh, PIN 768028
37 Block HQ BHQ Ambabhona Block, At/Po. Ambabhona , Dist.Bargarh .
Ambabhona
38 Block HQ Attabira BHQ Atabira Block, At/Po. Atabira , Dist.Bargarh .

39 Block HQ Barpali BHQ Barapali Block ,At/Po. Barapali , Dist.Bargarh .

40 Block HQ Bhatli BHQ Bhatli Block ,At/Po. Bhatil , Dist.Bargarh .

41 Block HQ Bheden BHQ Bheden Block ,At/Po. Bheden , Dist.Bargarh .

42 Block HQ Bijepur BHQ Bijepur Block ,At/Po. Bijepur , Dist.Bargarh .

43 Block HQ Gaisilet BHQ Gaisilet Block, At/Po. Gaisilet , Dist.Bargarh .

44 Block HQ BHQ Jharbandh Block, At/Po. Jharbandh , Dist.Bargarh .


Jharbandh
45 Block HQ Paikmal BHQ Paikmal Block, At/Po. Paikmal , Dist.Bargarh .

46 Block HQ BHQ Padmapur Block ,At/Po. Padmapur , Dist.Bargarh .


Padampur
47 Block HQ Sohela BHQ Sohella Block, At/Po. Sohella , Dist.Bargarh .

48 DM Office DHQ Office of the Collector and District Magistrate,


BHADRAK
Collectrate, Bhadrak,At/Po- Bhadrak,PIN-756100

49 Block HQ BHQ Basudevpur Block, At/Po. Basudevpur , Dist.Bhadrak.


Basudevpur
50 Block HQ BHQ Bhandaripokhari Block, At/Po. Bhandaripokhari ,
Bhandaripokhori
Dist.Bhadrak.
RFP||Odisha Computer Application Centre Page 96 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
51 Block HQ Bonth BHQ Bonth Block, At/Po. Bonth , Dist.Bhadrak.

52 Block HQ BHQ Chandbali Block, At/Po. Chandbali , Dist.Bhadrak.


Chandabali
53 Block HQ BHQ Dhamnagar Block, At/Po. Dhamnagar , Dist.Bhadrak.
Dhamnagar
54 Block HQ Tihidi BHQ Tihidi Block ,At/Po. Tihidi , Dist.Bhadrak.
55 DM Office Boudh DHQ Office of the Collector & DM,Boudh odisha-PIN:762014

56 Block HQ BHQ Harbhanga Block, At/Po. Harbhanga , Dist.Boudh.


Harbhanga
57 Block HQ BHQ Kantamal Block, At/Po. Kantamal , Dist.Boudh.
Kantaman
58 DM Office Cuttack DHQ Office of the Collector and District Magistrate,
Collectorate, Cuttack,PIN 753002
59 Block HQ Athagarh BHQ Athagad Block ,At/Po. Athagad , Dist.Cuttack.

60 Block HQ Baramba BHQ Baramba Block ,At/Po. Baramba , Dist.Cuttack.

61 Block HQ BHQ Narsinghpur Block ,At/Po. Narsinghpur , Dist.Cuttack.


Narsinghpur
62 Block HQ Tigiria BHQ Tigiria Block ,At/Po. Tigiria , Dist.Cuttack.

63 Block HQ Banki BHQ Banki Block ,At/Po. Banki , Dist.Cuttack.


64 Block HQ Dampara BHQ Dampada Block ,At/Po. Dampada , Dist.Cuttack.

65 Block HQ Barang BHQ Baranga Block ,At/Po. Baranga , Dist.Cuttack.

66 Block HQ BHQ Kantapara Block ,At/Po. Kantapara , Dist.Cuttack.


Kantapara
67 Block HQ BHQ Mahanga Block ,At/Po. Mahanga , Dist.Cuttack.
Mahanaga
68 Block HQ Niali BHQ Niali Block ,At/Po. Niali , Dist.Cuttack.
69 Block HQ Salilpur BHQ Salipur Block ,At/Po. Salipur , Dist.Cuttack.

70 Block HQ Tangi BHQ Tangi chowdwar Block ,At/Po. Tangi chowdwar ,


Chowdwar
Dist.Cuttack.
71 Block HQ BHQ Nischinta koili Block ,At/Po. Nischinta koili , Dist.Cuttack.
Nischintikoili
72 DM Office DHQ Office of the collector-cum-district magistrate,
DEOGARH
deogarh At/po - Deogarh District-Deogarh Pin- 768108

73 Block HQ Barkote BHQ Barkote Block ,At/Po. Barkote , Dist.Deogar.

74 Block HQ Reamal BHQ Reamal Block ,At/Po. Reamal , Dist.Deogar.

75 Block HQ Tileibani BHQ Tileibani Block ,At/Po. Tileibani , Dist.Deogar.

76 DM Office DHQ Office of the Collector and District Magistrate,


Dhenkanal
Collectrate,Dhenkanal,PO-Dhenkanal,PIN-759001

RFP||Odisha Computer Application Centre Page 97 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
77 Block HQ Gandia BHQ Gandia Block ,At/Po. Gandia , Dist.Dhenkanal.

78 Block HQ Hindol BHQ Hindol Block ,At/Po. Hindol , Dist.Dhenkanal.

79 Block HQ Bhuban BHQ Bhuban Block ,At/Po. Bhuban , Dist.Dhenkanal.

80 Block HQ Odapada BHQ Odapada Block ,At/Po. Odapada , Dist.Dhenkanal.

81 Block HQ BHQ Kamakhyanagar Block ,At/Po. Kamakhyanagar ,


Kamakhya Nagar
Dist.Dhenkanal.
82 Block HQ BHQ Kankadahad Block ,At/Po. Kankadahad , Dist.Dhenkanal.
Kankadahad
83 Block HQ Parjang BHQ Parajang Block ,At/Po. Parajang , Dist.Dhenkanal.

84 DM Office Gajpati DHQ Office of the Collector, District-Gajapati,


Paralakhemundi Pin 761200
85 Block HQ R. BHQ Udayagiri Block ,At/Po. Udayagiri , Dist.Gajapat.
Udayagiri
86 Block HQ Mohana BHQ Mohana Block ,At/Po. Mohana , Dist.Gajapat.

87 Block HQ Guma BHQ Gumma Block ,At/Po. Gumma , Dist.Gajapat.

88 Block HQ Kasinagar BHQ Kasinagar Block ,At/Po. Kasinagar , Dist.Gajapat.

89 Block HQ Nuagarh BHQ Nuagada Block ,At/Po. Nuagad , Dist.Gajapat.

90 Block HQ BHQ Paralakhemundi Block ,At/Po. Paralakhemundi ,


parlakhemundi
Dist.Gajapat.
91 DM Office Ganjam DHQ Office of the Collector and District Magistrate,Ganjam,
At/Po- Chatrapur, District- Ganjam, PIN - 761020

92 Block HQ chikiti BHQ Chikiti Block ,At/Po. Chikiti , Dist.Ganjam.

93 Block HQ BHQ Digapahandi Block ,At/Po. Digapahandi , Dist.Ganjam.


Digapahandi
94 Block HQ Patrapur BHQ Patrapur Block ,At/Po. Patrapur , Dist.Ganjam.

95 Block HQ BHQ Kukudakhandi Block ,At/Po. Kukudakhandi , Dist.Ganjam.


Kukudakhandi
96 Block HQ BHQ Rengeilunda Block ,At/Po. Rengailunda , Dist.Ganjam.
Rangeiluda
97 Block HQ BHQ Sanakhemundi Block ,At/Po. Sanakhemundi ,
Sanakhemundi
Dist.Ganjam.
98 Block HQ BHQ Bhanjanagar Block ,At/Po. Bhanjanagar , Dist.Ganjam.
Bhanjannagar
99 Block HQ Aska BHQ Aska Block ,At/Po. Aska , Dist.Ganjam.
100 Block HQ Buguda BHQ Buguda Block ,At/Po. Buguda , Dist.Ganjam.

101 Block HQ Sorada BHQ Sorada Block ,At/Po. Sorada , Dist.Ganjam.

RFP||Odisha Computer Application Centre Page 98 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
102 Block HQ Belguntha BHQ Belguntha Block ,At/Po. Belaguntha , Dist.Ganjam.

103 Block HQ BHQ Dharakote Block ,At/Po. Dharakote , Dist.Ganjam.


Dharakote
104 Block HQ BHQ Jaganath prasad Block ,At/Po. Jaganath prasad ,
Jagannath Prasad
Dist.Ganjam.
105 Block HQ Seragarh BHQ Seragarh Block, At/Po:Seragarh
106 Block HQ Khallikote BHQ Khallikote Block ,At/Po. Khallikote , Dist.Ganjam.

107 Block HQ Kodala BHQ Kodala Block ,At/Po. Kodala , Dist.Ganjam.

108 Block HQ BHQ Purusottampur Block ,At/Po. Purusottampur ,


Purushottampur
Dist.Ganjam.
109 Block HQ Hinjilicut BHQ Hingilicut Block ,At/Po. Hingilicut , Dist.Ganjam.

110 Block HQ Ganjam BHQ Ganjam Block ,At/Po. Ganjam , Dist.Ganjam.

111 Block HQ BHQ Kabisurya nager Block ,At/Po. Kabisurya nager ,


Kabisuryanagar
Dist.Ganjam.
112 Block HQ Polsara BHQ Polasara Block ,At/Po. Palasara , Dist.Ganjam.

113 DM Office DHQ Collectorate Office,Jagatsinghpur,PIN-754103


JAGATSINGHPUR
114 Block HQ Balikuda BHQ Ballikunda Block ,At/Po. Ballikunda , Dist.Jagatsinghpur

115 Block HQ Bilridi BHQ Biridi Block ,At/Po. Biridi , Dist.Jagatsinghpur .

116 Block HQ Erasama BHQ Ersama Block ,At/Po. Ersama , Dist.Jagatsinghpur .

117 Block HQ Kujanga BHQ Kujanga Block ,At/Po. Kujanga , Dist.Jagatsinghpur .

118 Block HQ Nuagaon BHQ Naugaon Block ,At/Po. Naugaon , Dist.Jagatsinghpur .

119 Block HQ BHQ Raghunathpur Block, At/Po. Raghunathpur ,


Raghunathpur
Dist.Jagatsinghpur .
120 Block HQ Tirtol BHQ Tirtol Block, At/Po. Tirtol , Dist.Jagatsinghpur .

121 DM Office JAJPUR DHQ Office of the Collector and District Magistrate,
Jajpur,At/Po-Jajpur, Dist.-Jajpur,PIN-755001
122 Block HQ BHQ Badachana Block ,At/Po. Badachana , Dist.Jajpur.
Badachana
123 Block HQ Bari BHQ Bari Block ,At/Po. Bari , Dist.Jajpur.
124 Block HQ BHQ Binjharpur Block ,At/Po. Binjharpur , Dist.Jajpur.
Binjharpur
125 Block HQ BHQ Dasrathpur Block ,At/Po. Dasrathpur , Dist.Jajpur.
Dasarathpur
126 Block HQ Dangadi BHQ Danagadi Block ,At/Po. Danagadi , Dist.Jajpur.

RFP||Odisha Computer Application Centre Page 99 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
127 Block HQ BHQ Dharmasala Block ,At/Po. Dharmasala , Dist.Jajpur.
Dharmasala
128 Block HQ Korei BHQ Korei Block ,At/Po. Korei , Dist.Jajpur.
129 Block HQ Rasulpur BHQ Rasulpur Block ,At/Po. Rasulpur , Dist.Jajpur.

130 Block HQ Sukinda BHQ Sukinda Block ,At/Po. Sukinda , Dist.Jajpur.

131 DM Office DHQ Office of the District Magistrate and Collector


JHARSUGUDA
Jharsuguda PIN-768204
132 Block HQ Kirmira BHQ Kirimira Block ,At/Po. Kirimira , Dist.Jharsuguda.

133 Block HQ Kolabira BHQ Kolabira Block ,At/Po. Kolabira , Dist.Jharsuguda.

134 Block HQ Laikera BHQ Laikera Block ,At/Po. Laikera , Dist.Jharsuguda.

135 Block HQ BHQ Lakhanpur Block ,At/Po. Lakhanpur , Dist.Jharsuguda.


Lakhanpur
136 DM Office DHQ Collectoriate Kalahandi, Bhawanipatna PIN - 766001
Kalahandi
137 Block HQ Lanjigarh BHQ Lanjigarh Block ,At/Po. Lanjigarh , Dist.Kalahandi.

138 Block HQ M BHQ Madanpur rampur Block ,At/Po. Madanpur rampur ,


Rampur
Dist.Kalahandi.
139 Block HQ T Rampur BHQ Thuamul rampur Block ,At/Po. Thuamul ram pur ,
Dist.Kalahandi.
140 Block HQ Kesinga BHQ Kesinga Block ,At/Po. Kesinga , Dist.Kalahandi.

141 Block HQ BHQ Karlamunda Block ,At/Po. Karlamunda , Dist.Kalahandi.


Karlamunda
142 Block HQ Narla BHQ Narla Block, At/Po. Narla , Dist.Kalahandi.

143 Block HQ BHQ Dharmagarh Block, At/Po. Dharmagarh , Dist.Kalahandi.


Dharamgarh
144 Block HQ BHQ Jaipatna Block, At/Po. Jaipatna , Dist.Kalahandi.
Jayapatna
145 Block HQ BHQ Golamunda Block, At/Po. Golamunda , Dist.Kalahandi.
Golamunda
146 Block HQ Junagarh BHQ Junagarh Block, At/Po. Junagarh , Dist.Kalahandi.

147 Block HQ Kalampur BHQ Kalampur Block, At/Po. Kalampur , Dist.Kalahandi.

148 Block HQ Kokasara BHQ Koksara Block, At/Po. Koksara , Dist.Kalahandi.

149 DM Office DHQ Office of the Collector and District Magistrate,


KENDRAPARA
Collectorate Buildings, Kendrapara PIN 754207
150 Block HQ Aul BHQ Aul Block, At/Po. Aul , Dist.Kendrapara.
151 Block HQ Derabis BHQ Derabasi Block ,At/Po. Derabasi , Dist.Kendrapara.

152 Block HQ Garadpur BHQ Garadpur Block, At/Po. Garadpur , Dist.Kendrapara.

RFP||Odisha Computer Application Centre Page 100 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
153 Block HQ BHQ Mahakalapara Block, At/Po. Mahakalapara ,
Mahakalpara
Dist.Kendrapara.
154 Block HQ BHQ Marshaghai Block ,At/Po. Marshaghai , Dist.Kendrapara.
Marshaghai
155 Block HQ BHQ Pattamundai Block ,At/Po. Pattamundai , Dist.Kendrapara.
Patamundai
156 Block HQ Rajkanika BHQ Rajkanika Block ,At/Po. Rajkanika , Dist.Kendrapara.

157 Block HQ Rajnagar BHQ Rajnagar Block ,At/Po. Rajnagar , Dist.Kendrapara.

158 DM Office DHQ Collectorate,Keonjhar, District-Keonjhar,PIN:758001


Keonjhar
159 Block HQ Anandpur BHQ Anandpur Block ,At/Po. Anandpur , Dist.Keonjhar.

160 Block HQ BHQ Ghasipura Block ,At/Po. Ghasipura , Dist.Keonjhar.


Ghasipura
161 Block HQ Hatadihi BHQ Hatadihi Block ,At/Po. Hatadihi , Dist.Keonjhar.

162 Block HQ Champua BHQ Champua Block ,At/Po. Champua , Dist.Keonjhar.

163 Block HQ Jhumpara BHQ Jhumpura Block ,At/Po. Jhumpura , Dist.Keonjhar.

164 Block HQ Joda BHQ Joda Block ,At/Po. Joda , Dist.Keonjhar.


165 Block HQ Banspal BHQ Banspal Block ,At/Po. Banspal , Dist.Keonjhar.

166 Block HQ Ghatgaon BHQ Ghatgaon Block ,At/Po. Ghatgaon , Dist.Keonjhar.

167 Block HQ BHQ Harichandanpur Block ,At/Po. Harichandanpur ,


Harichandanpur
Dist.Keonjhar.
168 Block HQ Patna BHQ Patna Block ,At/Po. Patna , Dist.Keonjhar.

169 Block HQ BHQ Saharpada Block ,At/Po. Sahrapada , Dist.Keonjhar.


Saharapada
170 Block HQ Telkoi BHQ Telkoi Block ,At/Po. Telkoi , Dist.Keonjhar.

171 DM Office Khurda DHQ O/o Collector & DM , Khordha At-New Collectorate Po-
Pallahat Dist-Khordha, PIN: 752056

172 Block HQ BHQ Bhubaneswar Block, At/Po. Bhubaneswar, Dist.Khurda.


Bhubaneswar
173 Block HQ Banapur BHQ Banpur Block ,At/Po. Banpur , Dist.Khurda.

174 Block HQ Bolagarh BHQ Bolagarh Block ,At/Po. Bolagarh, Dist.Khurda.

175 Block HQ Begunia BHQ Begunia Block ,At/Po. Begunia , Dist.Khurda.

176 Block HQ Chilka BHQ Chilika Block ,At/Po. Chilika , Dist.Khurda.

177 Block HQ Jatani BHQ Jatni Block ,At/Po. Jatni , Dist.Khurda.


178 Block Balianta BHQ Balianta Block ,At/Po. Balianta , Dist.Khurda.

RFP||Odisha Computer Application Centre Page 101 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
179 Block HQ Balipatna BHQ Balipatna Block ,At/Po. Balipatna , BHQ Dist.Khurda.
180 DM Office Koraput DHQ Collector & District Magistrate , Collectorate Koraput
PIN:764020
181 Block HQ Jeypore BHQ Jaipore Block ,At/Po. Jaipore , Dist.Koraput.

182 Block HQ Nandapur BHQ Nandapur Block ,At/Po. Nandapur , Dist.Koraput.

183 Block HQ BHQ Narayanpatna Block ,At/Po. Narayanpatna , Dist.Koraput.


Narayanpatna
184 Block HQ BHQ Bandhugaon Block ,At/Po. Bandhugaon , Dist.Koraput.
Bandhugaon
185 Block HQ BHQ Dasmanthapur Block ,At/Po. Dasmanthapur ,
Dasamantapur
Dist.Koraput.
186 Block HQ Lamtaput BHQ Lamptaput Block ,At/Po. Lamptaput , Dist.Koraput.

187 Block HQ Laxmipur BHQ Laxmipur Block ,At/Po. Laxmipur , Dist.Koraput.

188 Block HQ Potangi BHQ Pottangi Block ,At/Po. Pottangi , Dist.Koraput.

189 Block HQ BHQ Semiliguda Block ,At/Po. Semiliguda , Dist.Koraput.


Similiguda
190 Block HQ Boriguma BHQ Boriguma Block ,At/Po. Boriguma , Dist.Koraput.

191 Block HQ Kotpad BHQ Kotpad Block ,At/Po. Kotpad , Dist.Koraput.

192 Block HQ BHQ Boipariguda Block ,At/Po. Boipariguda , Dist.Koraput.


Boipariguda
193 Block HQ Kundra BHQ Kundra Block ,At/Po. Kundra , Dist.Koraput.
194 DM Office DHQ Office of the Collector and District Magistrate,
MALKANGIRI
At/Po/Dist- Malkangiri,PIN- 764048
195 Block HQ Kalimela BHQ Kalimela Block ,At/Po. Kalimela , Dist.Malkanagi.

196 Block HQ Khairput BHQ Khairaput Block ,At/Po. Khairaput , Dist.Malkanagi.

197 Block HQ Korkunda BHQ Korukunda Block ,At/Po. Kurukonda , Dist.Malkanagi.

198 Block HQ BHQ Kudumulguma Block ,At/Po. Kudumulguma ,


Kudumuluguma
Dist.Malkanagi.
199 Block HQ Mathili BHQ Mathili Block ,At/Po. Mathili , Dist.Malkanagi.

200 Block HQ Podia BHQ Podia Block ,At/Po. Podia , Dist.Malkanagi.

201 DM Office DHQ At/PO- Baripada Dist- Mayurbhanj, PIN 757001


Mayurbhanj
202 Block HQ Bahalda BHQ Bahalda Block ,At/Po. Bahalda , Dist.Mayurbhan.

203 Block HQ Bijatola BHQ Bijatala Block ,At/Po. Bijatola , Dist.Mayurbhan.

204 Block HQ Bisoi BHQ Bisoi Block ,At/Po. Bisoi , Dist.Mayurbhan.

RFP||Odisha Computer Application Centre Page 102 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
205 Block HQ Jamda BHQ Jamada Block ,At/Po. Jamada , Dist.Mayurbhan.

206 Block HQ Kusumi BHQ Kusumi Block, Dist: Mayurbhanja


207 Block HQ BHQ Rairangpur Block ,At/Po. Rairangpur , Dist.Mayurbhanj.
Rairangpur
208 Block HQ Tiring BHQ Tiringi Block ,At/Po. Tiringi , Dist.Mayurbhanj.

209 Block HQ BHQ Bangriposi Block ,At/Po. Bangriposi , Dist.Mayurbhan.


Bangiriposi
210 Block HQ Barsahi BHQ Barsahi Block ,At/Po. Barsahi , Dist.Mayurbhan.

211 Block HQ Betnoti BHQ Betnoti Block ,At/Po. Betanoti , Dist.Mayurbhan.

212 Block HQ Kuliana BHQ Kuliana Block, Dist:Mayurbhanj


213 Block HQ Morada BHQ Morada Block ,At/Po. Morada , Dist.Mayurbhanj.

214 Block HQ BHQ Rasgovindpur Block ,At/Po. Rasgovindpur ,


Rasgovindapur
Dist.Mayurbhanj.
215 Block HQ BHQ Samakhunta Block ,At/Po. Samakhunta , Dist.Mayurbhanj.
Samakhunta
216 Block HQ BHQ Saraskana Block ,At/Po. Saraskana , Dist.Mayurbhanj.
Saraskana
217 Block HQ Suliapada BHQ Suliapada Block ,At/Po. Suliapada , Dist.Mayurbhanj.

218 Block HQ G.B. BHQ Gopabandhu nagar Block ,At/Po. Gopabandhu nagar ,
Nagar
Dist.Mayurbhan.
219 Block HQ Kantipada BHQ Kantipada Block ,At/Po. Kantipada , Dist.Mayurbhan.

220 Block HQ Khunta BHQ Khunta Block ,At/Po. Khunta , Dist.Mayurbhan.

221 Block HQ Jashipur BHQ Jashipur Block ,At/Po. Jashipur , Dist.Mayurbhan.

222 Block HQ Karanjia BHQ Karanjia Block ,At/Po. Karanjia, Dist.Mayurbhan.

223 Block HQ Raraun BHQ Raruan Block ,At/Po. Raruan , Dist.Mayurbhanj.

224 Block HQ Sukurli BHQ Sukruli Block ,At/Po. Sukruli , Dist.Mayurbhanj.

225 Block HQ BHQ Thakurmunda Block ,At/Po. Thakurmunda ,


Thakurmunda
Dist.Mayurbhanj.
226 Block HQ Udala BHQ Udala Block, At/Po. Udala , Dist.Mayurbhanj.

227 DM Office DHQ At/Po/Dist-Nuapada, Collectorate Campus, PIN-766


NUAPARA
105
228 Block HQ Boden BHQ Boden Block ,At/Po. Boden , Dist.Nuapada.

229 Block HQ Khariar BHQ Khariar Block ,At/Po. Khariar , Dist.Nuapada.

230 Block HQ Komna BHQ Komna Block ,At/Po. Komna , Dist.Nuapada.

RFP||Odisha Computer Application Centre Page 103 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
231 Block HQ Sinpalli BHQ Sinapali Block ,At/Po. Sinapali , Dist.Nuapada.

232 DM Office DHQ Office of the Collector and District Magistrate,


Nawrangpur
Collectorate, Nabarangpur, PO-Nabarangpur,PIN-
764059
233 Block HQ BHQ Chandahandi Block ,At/Po. Chandahandi ,
chandahandi
Dist.Nawarangpur.
234 Block HQ Jharigaon BHQ Jharigaon Block ,At/Po. Jharigaon , Dist.Nawarangpur.

235 Block HQ BHQ Kosagumunda Block ,At/Po. Kosagumunda ,


Kosagamunda
Dist.Nawarangpur.
236 Block HQ BHQ Nandahandi Block ,At/Po. Nandahandi ,
Nandhandi
Dist.Nawarangpur.
237 Block HQ BHQ Papadahandi Block ,At/Po. Papadahandi ,
Papadahandi
Dist.Nawarangpur.
238 Block HQ Raigarh BHQ Raighar Block ,At/Po. Raighar , Dist.Nawarangpur.

239 Block HQ BHQ Tentulikhunti Block ,At/Po. Tentulikhunti ,


Tentulikhunti
Dist.Nawarangpur.
240 Block HQ BHQ Dabugaon Block ,At/Po. Dabugaon , Dist.Nawarangpur.
Dabugaon
241 Block HQ Umerkote BHQ Umerkot Block ,At/Po. Umerkot , Dist.Nawarangpur.

242 DM Office DHQ Office of the Collector and District Magistrate,


Nayagarh
Nayagarh, PO - Nayagarh, PIN – 752069
243 Block HQ BHQ Khandapara Block ,At/Po. Khandapara , Dist.Nayagarh.
Khandapara
244 Block HQ Ranpur BHQ Ranpur Block ,At/Po. Ranpur , Dist.Nayagarh.

245 Block HQ Bhapur BHQ Bhapur Block ,At/Po. Bhapur , Dist.Nayagarh.

246 Block HQ Gania BHQ Gania Block ,At/Po. Gania , Dist.Nayagarh.

247 Block HQ Nuagaon BHQ Nuagaon Block ,At/Po. Nuagaon , Dist.Nayagarh.

248 Block HQ Odagaon BHQ Odagaon Block ,At/Po. Odagaon , Dist.Nayagarh.

249 Block HQ Daspalla BHQ Daspalla Block ,At/Po. Daspalla, Dist.Nayagarh.

250 DM Office DHQ Collectorate, Phulbani, Dist.-Kandhamal, Odisha, PIN:


Phulbani
762 001
251 Block HQ Phiringia BHQ Phiringia Block ,At/Po. Phiringia , Dist.Phulbani .

252 Block HQ BHQ Khajuripada Block ,At/Po. Khajuripada , Dist.Phulbani .


Khajuripada
253 Block HQ Baliguda BHQ Balliguda Block ,At/Po. Balliguda , Dist.Phulbani .

RFP||Odisha Computer Application Centre Page 104 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
254 Block HQ BHQ Daringbadi Block ,At/Po. Daringbadi , Dist.Phulbani .
Daringibadi
255 Block HQ BHQ G.udayagiri Block ,At/Po. G.udayagiri , Dist.Phulbani .
G.Udayagiri
256 Block HQ BHQ Chakapad Block ,At/Po. Chakapad , Dist.Phulbani .
Chakapad
257 Block HQ K. BHQ K.Nuagaon Block ,At/Po. Nuagaon , Dist.Phulbani .
Nuagaon
258 Block HQ Kotagad BHQ Kotgarh Block ,At/Po. Kotgarh , Dist.Phulbani .

259 Block HQ Raikia BHQ Raikia Block ,At/Po. Raikia , Dist.Phulbani .

260 Block HQ Tikaballi BHQ Tikabali Block ,At/Po. Tikabali , Dist.Phulbani .

261 Block HQ BHQ Tumudibandh Block ,At/Po. Tumudibandh , Dist.Phulbani


Tumudibandh
.
262 DM Office Puri DHQ Collectorate, Puri-PIN: 752001
263 Block HQ Kakatpur BHQ Kakatpur Block ,At/Po. Kakat pur , Dist.Puri .

264 Block HQ BHQ Krushnaprasad Block ,At/Po. Krushnaprasad , Dist.Puri .


Krushnaprasad
265 Block HQ Nimapara BHQ Nimapara Block ,At/Po. Nimapara , Dist.Puri .

266 Block HQ Pipili BHQ Pipili Block ,At/Po. Pipili , Dist.Puri .


267 Block Astaranga BHQ Astaranga Block ,At/Po. Astaranga , Dist.Puri .

268 Block HQ BHQ Brahmagiri Block ,At/Po. Brahmagiri , Dist.Puri .


Brahmagiri
269 Block HQ Delanga BHQ Delanga Block ,At/Po. Delanga , Dist.Puri .

270 Block HQ Gop BHQ Gop Block ,At/Po. Gop , Dist.Puri .


271 Block HQ Kanas BHQ Kanas Block ,At/Po. Kanas , Dist.Puri .
272 Block HQ Satyabadi BHQ Satyabadi Block ,At/Po. Satyabadi , Dist.Puri .

273 DM Office DHQ Collectorate, Rayagada, PIN: 765001


Rayagada
274 Block HQ Kasipur BHQ Kasipur Block ,At/Po. Kasipur , Dist.Rayagada.

275 Block Hq BHQ K.singhpur Block ,At/Po. K.singhpur , Dist.Rayagada.


K.Singhpur
276 Block HQ Kolnara BHQ Kolnara Block ,At/Po. Kolnara , Dist.Rayagada.

277 Block HQ Gunupur BHQ Gunpur Block ,At/Po. Gunpur , Dist.Rayagada.

278 Block HQ Bisam BHQ Bissamkataka Block ,At/Po. Bissamkataka ,


Cuttack
Dist.Rayagada.
279 Block HQ BHQ Chandrapur Block ,At/Po. Chandrapur , Dist.Rayagada.
Chandrapur
280 Block HQ Gudan BHQ Gudari Block ,At/Po. Gudari , Dist.Rayagada.

RFP||Odisha Computer Application Centre Page 105 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
281 Block HQ Muniguda BHQ Muniguda Block ,At/Po. Muniguda , Dist.Rayagada.

282 Block HQ BHQ Padmapur Block ,At/Po. Padmapur , Dist.Rayagada.


Padmapur
283 Block HQ BHQ Ramanaguda Block ,At/Po. Ramanaguda ,
Ramanguda
Dist.Rayagada.
284 DM Office DHQ Office of the Collector cum District Magistrate,
SAMBALPUR
Sambalpur, At/Po- Sambalpur, PIN-768001
285 Block HQ Bamra BHQ Bamra Block ,At/Po. Bamra , Dist.Sambalpur.

286 Block HQ BHQ Jamankira Block ,At/Po. Jamankira , Dist.Sambalpur.


Jamankira
287 Block HQ Kuchinda BHQ Kuchinda Block ,At/Po. Kuchinda , Dist.Sambalpur.

288 Block HQ Naktideul BHQ Naktideul Block ,At/Po. Naktideul , Dist.Sambalpur.

289 Block HQ Rairakhol BHQ Rairakhole Block ,At/Po. Rairakhole , Dist.Sambalpur.

290 Block HQ Jujomora BHQ Jujumura Block ,At/Po. Jujumura , Dist.Sambalpur.

291 Block HQ BHQ Maneswar Block ,At/Po. Maneswar , Dist.Sambalpur.


Maneswar
292 Block HQ Rengali BHQ Rengali Block ,At/Po. Rengali , Dist.Sambalpur.

293 DM Office Sonepur DHQ Office of the Collector and District Magistrate,
Subarnapur, At/Po- Subarnapur, PIN-767017
294 Block HQ Binka BHQ Binika Block ,At/Po. Binika , Dist.Sonepur.

295 Block HQ Tarbha BHQ Tarava Block ,At/Po. Tarava , Dist.Sonepur.

296 Block HQ Dungripali BHQ Dunguripali Block ,At/Po. Dunguripali , Dist.Sonepur.

297 Block HQ Ullunda BHQ Ullunda Block ,At/Po. Ullunda , Dist.Sonepur.

298 Block HQ BHQ Biramaharajpur Block, At/Po. Birmaharajpur ,


Biramaharajpur
Dist.Sonepur.
299 DM Office DHQ Office of the Collector cum District Magistrate,
Sundergarh
Collectrate, Sundargarh, At/Po-Sundargarh, PIN-
770001
300 Block HQ BHQ Tangarpali Block ,At/Po. Tangarpali , Dist.Sundargarh.
Tangarpali
301 Block HQ BHQ Lephripada Block ,At/Po. Lephripada , Dist.Sundargarh.
Lephripara
302 Block HQ Hemgir BHQ Hemgiri Block ,At/Po. Hemgiri , Dist.Sundargarh.

303 Block HQ Subdega BHQ Subdega Block ,At/Po. Subdega , Dist.Sundargarh.

304 Block HQ BHQ Balisankara Block ,At/Po. Balisankara , Dist.Sundargarh.


Balisankara

RFP||Odisha Computer Application Centre Page 106 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN
S# Name of the PoP Type of Address
PoP
305 Block HQ Bargaon BHQ Bargaon Block ,At/Po. Bargaon , Dist.Sundargarh.

306 Block HQ Kutra BHQ Kutra Block ,At/Po. Kutra , Dist.Sundargarh.

307 Block HQ BHQ Rajgangpur Block ,At/Po. Rajgangpur , Dist.Sundargarh.


Rajgangpur
308 Block HQ BHQ Kuarmunda Block ,At/Po. Kuarmunda , Dist.Sundargarh.
Kuarmunda
309 Block HQ Bisra BHQ Bisra Block ,At/Po. Bisra , Dist.Sundargarh.

310 Block HQ Lathikata BHQ Lathikata Block, At/Po. Lathikata , Dist.Sundargarh.

311 Block HQ BHQ Lahunipara Block, At/Po. Lahunipara , Dist.Sundargarh.


Lahunipara
312 Block HQ Koira BHQ Koira Block, At/Po. Koira , Dist.Sundargarh.

313 Block HQ Bonai BHQ Bonaigarh Block, At/Po. Bonaigarh , Dist.Sundargarh.

314 Block HQ Nuagaon BHQ Nuagaon Block, At/Po. Nuagaon , Dist.Sundargarh.

315 Block HQ Gurundia BHQ Gurundia Block, At/Po. Gurundia , Dist.Sundargarh.

RFP||Odisha Computer Application Centre Page 107 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-18: List of horizontal offices under OSWAN


List of Horizontal Office under OSWAN
Sr. No. Name of Horizontal Office
@ SHQ
1 Directorate, Factories and Boilers
2 Arbitration Tribunal
3 Orissa Remote Sensing applications
4 Principal Chief Conservator of Forests(PCCF)
5 Bhubaneswar Development Authority
6 Principal Chief Conservator of Forests (Wild life )and Chief Wildlife warden
7 Directorate of Horticulture
8 Orissa Electricity Regulatory Commission.
9 Commercial Tax office
10 Sub collector Office
11 Fire Station, Bhubaneswar
12 State Forensic Science Laboratory
13 Deputy Commissioner of Police, Bhubaneswar
14 Bhubaneswar Municipal Corporation
15 Council of Higher Secondary Education
16 Industrial Promotion and Investment Corporation
17 Chief Minister Residence
18 Chief Medical Officer, Bhubaneswar
19 Office of Chief Engineer Rural Work (CE, RW), Govt. of Odisha
@ DHQ-Cuttack
20 Tahsil Office Cuttack
21 CDMO, ADMO
22 Circuit House, Cuttack
23 SCB Medical College, Cuttack
24 Directorate of Fisheries, Cuttack
25 District Industries Center, Cuttack
26 Chief Divisional Veterinary Officer (CDVO), Cuttack
27 Sadar Block, Cuttack
28 SE, EE , PH Division, Cuttack
29 Orissa State Legal Service Authority.
30 Board of Secondary Education, Odisha
31 Cuttack Municipal Corporation
32 Collector’s Residence , Cuttack
33 CDA Office, Cuttack
34 RDC Residence , Cuttack
@ DHQ-Sambalpur
35 Collector's Residence , Sambalpur
36 Tahasil Office, Sambalpur
37 Joint Directorate Geology, Sambalpur
38 CDMO, Sambalpur
39 Chief District Veterinary Office,Sambalpur
40 E.E.,RWSS, Sambalpur
41 Conservator of Forest ( Territorial), Sambalpur
RFP||Odisha Computer Application Centre Page 108 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
List of Horizontal Office under OSWAN
Sr. No. Name of Horizontal Office
42 BDO Dhankauda
43 E.E. Hirakund Dam,Hirakud, Sambalpur
44 S.E PWD, Sambalpur
45 Vice Chancellor’s residency, Sambalpur University
46 D.S.P security, Sambalpur
47 RDC Residence, Sambalpur
48 Office of Deputy Director Agriculture, Sambalpur
@ DHQ-Ganjam
49 Revenue Divisional Commissionerate
50 BDA , Town Planning Office, Chatrpur
51 SP Vigilance,Chatrapur
52 CE Road & Building, Chatrapur
53 SP Office, Chatrapur
54 Office of Deputy Director Agriculture
55 District Industries Center, Ganjam
56 RWSS, Ganjam
57 Berhampur University
58 CDMO, Ganjam
59 Asst. Labor Commissioner’s office
60 Berhampur Municipal Corporation

Note: The final list of Horizontal offices (47 Nos) will be identified OCAC and intimated to
the Agency during the signing of Contract.

RFP||Odisha Computer Application Centre Page 109 of 112


Selection of Agency for Facility Management Services for Vertical OSWAN

Annexure-19: List of Existing OSWAN Equipment

Equipment Details-SHQ
Sr. Quant Date Of Warranty
Equipments Detail Make / Model EOL
No. ity Expiry
1 Core Router Cisco - 7606 1 YES Expired
2 Core Switch Cisco - 4510 1 YES Expired
3 Internet Router Cisco - 2811 1 YES Expired
4 PRI Router Cisco - 2811 1 YES Expired
5 ASA Cisco - 5550 2 YES Expired
6 DMZ Switch Cisco - 3550 1 YES Expired
7 Catalyst Switch Cisco - C500 1 YES Expired
Radware Difense-
8 IPS 1 YES Expired
Pro - 3200
9 AAA Cisco - 1113 1 YES Expired
10 Call Manager Cisco - MCS 7800 2 YES Expired
11 Unity Cisco - MCS 7800 1 YES Expired
Multimedia Gateway
12 Polycom MGC + 50 1 YES Expired
Control
13 Recording Server Polycom RSS2000 2 YES Expired
14 Ready Manager Server Polycom SE200 1 YES Expired
Multimedia Gateway
15 RMX-2000 2
Control NO Oct-16
16 Resourcemanager RACK Server-220 2 NO Oct-16
17 DMA RACK Server-220 2 NO Oct-16
18 DNS Server HP/DL-180 2 YES Expired
19 Proxy Server HP/DL-180 1 YES Expired
20 Mail Server HP/DL-180 2 YES Expired
21 Antivirus Server HP/DL-580 1 YES Expired
22 NMS Server HP/DL-580 7 YES Expired
23 PC- Helpdesk HP - DX2480 1 YES Expired
UPS (20KVA) with Emerson - Liebert /
24 2 YES Expired
Battery Bank 7400M
25 UPS Battery Exide (26 AH) 136 NO Feb-18
Servo Stabilizer
26 Emerson - Liebert 1
SCVS (30 KVA) NO Feb-18
27 UPS (5 KVA) Emerson 2 YES Expired
28 Battery Exide (42 AH) 32 NO Feb-18
Kirloskar
29 DG Set(40 KVA) 1
Green/4R1040 NO Feb-18
30 Rack Valrack 4 NA Expired
31 PDU 15/5 Amp Valrack 28 NA Expired
32 Network Monitoring IBM-Netview 1 NO Expired
33 Reporting Tool IBM-WAN INSIGHT 1 NO Expired
RFP||Odisha Computer Application Centre Page 110 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN

34 Network Monitoring IBM-ITNM 1 NO Expired


35 Event Manager IBM-OMNIBUS 1 NO Expired
36 Tivoli Remote Control TRC 1 NO Expired
Service Request
37 TSRM 1
Manager NO Expired
38 Asset Manager ITAM 1 NO Expired
39 Storage Manager ISM 1 NO Expired
40 Tivoli Monitoring ITM 1 NO Expired

Equipment Details-DHQ
Total No of Locations - 30
Sl. Quant End Of
Equipments Detail Make / Model
No ity Support
1 Router Cisco - 7206 25 YES Expired
2 Router Cisco- ASR 1000X 5 NO 10th Dec 2017
3 Switch Cisco - 3560 15 YES Expired
4 Switch CISCO-3650 15 NO 10th Dec 2017
5 RPS Cisco - 2300 30 YES Expired
Radware / Defense PRO
6 IPS 30
102 YES Expired
7 IP Phone Cisco - 7940G 150 YES Expired
8 Server HP / Proliant DL580 G5 30 YES Expired
9 PC-Network Support HP - DX2480 30 YES Expired
10 Keyboard HP 30 YES Expired
11 Mouse HP 30 YES Expired
Emerson - Liebert /
12 UPS (6KVA) 60
GXT6000MT(LB) YES Expired
Panasonic/Exide (12V,
13 UPS Battery 600
42 AH) NO Feb-18
14 Battery Trolley NA 60 NA Expired
MSS(Micro System
15 OVCD 60 NA Expired
services)
16 Rack Valrack 30 NA Expired
17 PDU Valrack 30 NA Expired
Equipment Details- BHQ
Total No of Locations - 284
Sl. Quant End Of
Equipments Detail Make / Model
No ity Support Expired
1 Router Cisco - 2821 200 YES Expired
2 Router Cisco - ISR 2911 84 NO 10th Dec 2017
3 Switch Cisco - CE 500 209 YES Expired
4 Switch Cisco - 2960 75 NO 10th Dec 2017
5 IP Phone Cisco - 7940G 284 YES Expired
6 Modem (Block end) Nomus (2 Mbps, V.35) 284 NO Feb-18
RFP||Odisha Computer Application Centre Page 111 of 112
Selection of Agency for Facility Management Services for Vertical OSWAN
Modem (Exchange
7 Nomus (2 Mbps, G703) 284
end) NO Feb-18
UPS (3KVA) With
8 Emerson - Liebert 568 YES Expired
Battery bank
9 UPS Battery Exide (12V, 26 AH AH) 2272 NO Feb-18
10 Rack Valrack 284 NA Expired
11 PDU Valrack 284 NA Expired

Equipment Details- HOs

Total No of Locations - 47

Sl. No Equipments Detail Make / Model QTY

1 Router Cisco - 1841 1


2 Switch Cisco - CE 500 1
3 Modem (HO End) Atrie - Wirespan 3000 1
4 Modem (Exchange End) Atrie - Wirespan 3000 1
5 UPS (3KVA) Emerson - Liebert 2
6 Battery Bank Panasonic (26AH) 16
7 Rack Valrack 15 U(UPS Rack) 1
8 Rack Valrack 9 U 1
9 PDU Valrack 1

Note: MAF will be submitted of selected items where OEM Support is available as per
above table (whose do not fall under “End of Life” category). For other items, however
the Agency needs to submit the AMC document from authenticated Third party egency.

RFP||Odisha Computer Application Centre Page 112 of 112

You might also like