You are on page 1of 19

VISAKHAPATNAM PORT TRUST

I.T.CENTRE/ R & P DIVISON

TENDER NOTICE No. IRNP/IT/Veeam Licenses/2021-22/82,Dt.22-07-2021

SLNo. CONTENT OF TENDER DOCUMENT PG. NO.


1 Notice Inviting Tender (NIT) 2-3
2 Procedure for bid Submission 4-5
3 General Terms and Conditions 6-7
4 Qualification Criteria 8-9
5 Terms and Conditions 10 - 13
6 Declarations 14 - 19

JOINT DIRECTOR (R&P)

1
VISAKHAPATNAM PORT TRUST
I.T.CENTRE/ R & P DIVISON
NOTICE INVITING TENDER (NIT)

1. ORGANISATION VISAKHAPATNAM PORT TRUST


2. DEPARTMENT R & P DIVISON
DIVISION INFORMATION TECHNOLOGY
3. NIT NO. IRNP/IT/Veeam Licenses/2021-22/82,Dt.22-07-2021
Renewal of Veeam Backup and replication Enterprise
plus Support for 20 Licenses.
4. NAME OF WORK V-VBRPLS-VS-POARE-64: Veeam Bacup &
Replication Enterprise Plus, 20 Licenses for 3
(three) years (24/7) maintenance.
Contract ID: 02084332
5. Estimated Price Put to Tender 48,35,400/- (Excluding Taxes)
6. QUANTITY 20 Licenses
7. AMC PERIOD 3 Years from the date of WORK ORDER

8. 3 WEEKS FROM THE DATE OF ISSUE OF WORK


DELIVERY PERIOD
ORDER
JOINT DIRECTOR, EDP Unit, Near Canteen, Library
9. DELIVERY LOCATION Building, Administrative Office Building,
Visakhapatnam Port Trust, Visakhapatnam -35
10. TYPE OF BID COVER TWO COVER
11. BIDDING TYPE OPEN
12. BIDDING CALL NO. 1st CALL
13. TYPE OF QUOTATION ITEM RATE
TRANSACTION
14. FEE(Through 500/-+ 90 - GST 18%=590/-
RTGS/NEFT/Bank Transfer)
15. TRANSACTION FEE SBI, PORT BRANCH, A/C No. – 30387186900, IFSC
PAYABLE TO CODE: SBIN0001740
16. EMD/BIDSECURITY(Through
Rs.96,708/-
RTGS/NEFT/Bank Transfer)
17. SBI, PORT BRANCH, A/C No. – 30387186900, IFSC
EMD/BID SECURITY
CODE: SBIN0001740
BID DOCUMENT
18. DOWNLOADING START 22/07/2021 From 16:00 hours
DATE
11/08/2021 at 1500 hours 2
19. BID DOCUMENT
DOWNLOADING END DATE
20. LAST DATE AND TIME FOR
11/08/2021 at 1500 hours
RECEIPT OF BIDS

BID VALIDITY 90 days


21.

22. TECHNICAL BID OPENING


13/08/2021 at 1600 hours
DATE
23, OFFICER INVITING BIDS JOINT DIRECTOR, Visakhapatnam Port Trust
24. BID OPENING AUTHORITY FA & CAO, Visakhapatnam Port Trust,
JOINT DIRECTOR, R & P DIVISION, IV TH
25. ADDRESS FOR
FLOOR,AOB,VISAKHAPATNAM PORT TRUST, AP
COMMUNICATION
STATE, INDIA,530035
26 CONTACT DETAILS 0891-287 3555, 0891-287 3447/ 3200

The tenderers who wishes to participate shall upload the tender documents into
the VPT e-procurement website meeting with the eligibility criteria mentioned in the
tender document.

Tenderers should take into account of the any amendment or addendum


published before opening of the tenders and any further clarifications can also available
from IT DIVISION, Visakhapatnam Port Trust.

Documents that are uploaded online on VPT e-Procurement website


(www.etenders.gov.in) will only be considered for evaluation.

Note: (1) The bidders should be paid the Transaction Fee (non-refundable) and EMD shall be accepted
only through RTGS/NEFT/ Bank Transferred with effect from 01.10.2020 in VPT. The VPT bank account
details to which amount is to be transferred on SBI, Visakhapatnam Port Branch, A/c No. 30387186900,
IFSC code – SBIN0001740. Further, the bidders shall upload the copy of the online transaction details
with UTR No. along with the Technical bid documents failing which the bid shall be summarily rejected.
(2) In case of the NSIC/MSME certificate submitted bidders, the eligibility for exemption of Transaction
fee and EMD amount subject to fulfilling of tender condition no.12.

JOINT DIRECTOR (R&P)

3
1. PROCEDURE FOR BID SUBMISSION:
a. Bids shall be submitted online on VPT e-Procurement website
(www.etenders.gov.in) platform.

b. The participating bidders in the tender should register themselves free of cost on
e-Procurement platform (htpp://www.etenders.gov.in).

Bidders can log-in to e-procurement platform in Secure mode only by signing


with the Digital signature certificates. Digital Signature Certificates can be
obtained from one of the Authorised Certifying Authority, such as SIFY
(www.safescrypt.com) / Tata Consultancy Services (www.tcs.ca.tcs.co.in)/ ncode
(www.ncode solutions.com) etc., The bidders who are desirous of participating in
e-procurement shall submit their bids as per the standard formats available at the
site (www.vpttenders.gov.in)

c. The bidders should scan and upload copies of Document in support of


registration as Contractor and Payment towards EMD & Transaction fee. The
bidders shall sign on all the documents, uploaded by him, owning responsibility
for their correctness / authenticity.

d. TRANSACTION FEE: All the participating bidders shall pay a transaction fee
(non-refundable) in on-line transaction for Rs.500/-, + 18% GST Through
RTGS/NEFT/Bank Transfer on SBI, Visakhapatnam Port Branch, A/c
No.30387186900, IFSC code – SBIN0001740 towards transaction fee.
e. E.M.D. Rs. 96,708/- to be paid Through RTGS/NEFT/Bank Transfer on SBI,
Visakhapatnam Port Branch, A/c No.30387186900, IFSC code – SBIN0001740
towards transaction fee.

f. After uploading the documents, original receipts in respect of Transaction Fee


and EMD are to be submitted by the Bidders to the Tender Inviting Authority, so
as to reach on or before date of opening of Technical Bid. Failure to furnish the
original hard copies in respect of Transaction Fee and EMD on or before the date
of opening of Technical Bid will lead to summarily rejection of bid. The copies of
uploaded documents and originals of the same for verification shall be submitted
by the successful bidder before award of work. The VPT shall not hold any risk
on account of postal delay. Similarly, if any of the certificates, documents, etc.,
furnished by the tenderer are found to be false / fabricated / bogus, the
successful Bidder will be suspended from participating in tenders on e-
Procurement platform for a period of three years.

g. The VPT will not hold any risk and responsibility of non-visibility of the scanned
and uploaded documents.

h. The documents that are uploaded online on VPT e-Procurement website


(www.etenders.gov.in) will only be considered for Bid evaluation.
4
i. Any other condition regarding receipt of tenders in conventional method
appearing in the tender documents may please be treated as not applicable.
j. The bidder shall authenticate the bid with his digital signature certificate for
submitting the bid electronically on e-procurement platform and the bids not
authenticated by digital signature certificate of the bidder will not be accepted on
the e-Procurement platform.

k. The successful bidder found defaulting in submission of hard copies of uploaded


certificates documents, with in the stipulated time i.e before concluding the
agreement or if any variation is noticed between the uploaded documents and
the hard copies submitted by the successful bidder, the successful bidder will be
suspended from participating in tenders on e-Procurement platform for a period
of three years.

l. The tender shall be submitted ‘on online’ in TWO BID SYSTEM’ in the form of
scanned copy , Copies towards payment of Transaction Fee and EMD and
documents as specified in the Tender shall be submitted on ‘online’ Technical
Bid (Cover-I). Price should be quoted in ‘online’ BOQ (Cover-II) (Commercial
Bid).
m. VPT may cancel the tender at any point of time.

JOINT DIRECTOR

5
2. GENERAL TERMS & CONDITIONS:

1. The tenderer should submit the tenders through e-tender process by down
loading / uploading the tender documents through VPT e-tender website
only.

2. Even though the tenderers meet the qualifying criteria, they are liable to
be Disqualified / debarred / suspended / blacklisted if they have any of the
following

Furnished false / fabricated particulars in the forms, statements and / annexure


submitted in proof of the qualification requirements and/or
Not turned up for entering into agreement, when called upon.

 Record of poor progress such as abandoning the work, not properly


completing the contract, inordinate delays in completion, litigation history or
financial failures etc. and/or

 Participated in the previous bidding for the same work and had quoted
unreasonably high tender percentage and Even while execution of the work,
if found that the work was awarded to the Contractor based on false / fake
certificates of experience, the Contractor will be blacklisted and work will be
taken over by VPT.

3. If the percentage quoted by a tenderer is found to be either abnormally low or


within the permissible ceiling limits prescribed but under collusion or due to
unethical practices adopted at the time of bidding process, such bids shall be
rejected.

4. A tenderer / bidder submitting a tender or bid which the tender accepting


authority considers excessive and or indicative of insufficient knowledge of
current prices or definite attempt of profiteering will render himself liable to be
debarred permanently from tendering or for such period as the tender
accepting authority may decide.

5. ONE TENDER PER TENDERER:


Each tenderer shall submit only one Tender for the work. A tenderer who
submits more than one Tender will cause dis-qualification of all the Tenders
submitted by the tenderer.

6. LAST DATE / TIME FOR SUBMISSION OF THE TENDERS:


a. Tenders must be submitted not later than the date and time specified in NIT.
b. The JOINT DIRECTOR, VPT, may extend the dates for issue and receipt of 6
Tenders by issuing an amendment

7. MODIFICATION TO THE TENDER:


No tender can be modified after the last date / time of submission of tenders.

8. TENDER OPENING AND EVALUATION:


Tender opening:
a. The tenderers or their authorised representatives can be present at the time of
opening of the tenders. Either the tenderer himself or one of his representative
with proper authorisation only will be allowed at the time of tender opening. If
any of the tenderer is not present at the time of opening of tenders, the tender
opening authority will, on opening the tender of the absentee tenderer, reads out
and record the deficiencies if any, which shall be binding on the tenderer.

b. The Technical Bid containing qualification requirements as per criteria will be


evaluated by the Tender Opening Authority and the minutes are recorded which
will be signed by the Tender opening authority as well as tenderers or their
authorised representatives present.

9. CLARIFICATION ON THE TECHNICAL BID:


a. The Tender opening authority may call upon any tenderer / bidder for clarification
on the statements, documentary proof relating to the Technical Bid. The request
for clarification and response thereto shall be in writing and it shall be only on the
qualification information furnished by the Tenderer. The clarification called for
from the tenderers / Bidders shall be furnished within the stipulated time, which
shall not be more than a week.

b. The tenderer / bidder if so desirous shall agree in writing to furnish the


clarification called for within the stipulated time and, for disqualification and
rejection of his tender in the event of failure to do so.

10. All the eligible Bidders, who are registered with NSIC/Ministry of MSME are
exempted from payment of EMD amount and tender Document Cost subject
to fulfilling of following conditions:

i. The Bidder should invariably submit a request letter claiming “EMD and Tender
Document Cost exemption”.

ii. The Bidder has to submit the self-certified copy of the registration certificate
issued by NSIC/Ministry of MSME for the works/service relevant to the
“Subject Tender” as per Prequalification criteria.

iii. The above registration certificate should be valid on the date of opening of the
Technical bid.

iv. The Monitory limit of the Registration Certificate shall be more than the
“Amount put to Tender”. In case the monitory limit of the above Registration
Certificate is less than the estimated cost (put to tender), then the above
certificate will be treated as invalid for the subject tender value. 7

JOINT DIRECTOR (R&P)


1. Notice Inviting Tender

Sl No Eligibility Criteria Supporting Documents to


be submitted
1 Suppliers should be registered in India.
2 1. The Bidder Successfully completed at
least three similar works whose value is
not less than 40% of estimated amount
put to tender.
i.e. Rs. 19,34,000/-
Or
2. Two similar works whose value is not
less than 50% of estimated amount put to
tender.
i.e Rs. 24,18,000/-
Or
3. One similar works whose value is not
less than 80% of estimated amount put to
tender.
i.e Rs. 38,68,000/-

Similar works means: Experience in the field of


Supply& Maintenance of Veaam Backup and its
supporting licenses
3 The supplier should have Original Equipment certificate Need to be
Manufacturer (OEM) presence in India or attached
channel partner’s/ service providers, authorized
distributors/dealers / retailers.
4 a. The suppliers should have sufficient Self-Declaration to be
experience and proper infrastructure to provide attached
requisite after sales service and support in the
State of Andhra Pradesh.
b. The purchased items are to be provided at.
On-line service should be provided during
warranty period.
5 In case repair of a particular equipment/ system Declaration certificate to
takes more than 2 working days, VPT may be submitted
impose penalty, the suppliers should be able to
provide an alternative arrangement to ensure that
there is no interruption in official functioning of
VISAKHAPATNAM PORT TRUST.
6 The supplier’s clientele should include banks, Necessary documents to
Financial Institutions, Government undertakings be attached.
and other reputed concerns, references of which
should be made available in case the same is
sought for by VPT.
The supplying agency should be a profit making Necessary certificate
7 entity for the last 3(three) years. from CA/AUDIT to be 8
i.e.,(2017-18,18-19,19-2020). attached
8 The bidder should have local office in
Visakhapatnam
9 Company should Submit Self under taking Need to be attached
letter for not in Black Listed list in PSU, State
Government and Central Government.
10 Bidder Should have minimum Financial
turnover of 1Cr during period of proceeding for
last 3 years.i.e., (2017-18, 18-19,19-2020).
11 The firms should submit the valid Tender Specific
OEM Authorisation Certificate against the Tender
along with their offer and technical details for the
quoted make failing which the offer will be liable
for rejection.

12 Last 3 year IT Turn over Certificates of Vendor Necessary certificate


.i.e(2017-18,18-19,19-2020).). from CA/AUDIT to be
attached
13 Bidder should have PAN,GST,ISO 9001:2015
and ISO 20000-1:2011 certificates.

JOINT DIRECTOR

9
2. Terms and Conditions

2.0 Scope of work:

The successful bidder needs to provide the following elements -

2.0.1 Supply:

a) License for all the Software Components (wherever applicable).


b) Manuals of the Software (wherever applicable).

2.0.2 Installation:

Installation, Commissioning, Configuration, Testing and Execution of the supplied


module licenses of Veeam Backup and replications at VPT as per the terms and
conditions of work order/purchase order failing which, VPT may impose a penalty as per
the tender conditions.

2.0.3 AMC support:

The successful bidder has to provide Comprehensive AMC support of VEEAM BACKUP
for a period of 3 (three) years, on license. In case where the bidder might have to
source full or part of the components or services from the OEM, the bidder shall stay
responsible for the entire solution.

2.1 Conditions of the TENDER:

2.1.1 Specific authorization from the original manufacturer of the Software (wherever
applicable) would be required for this tender.

2.1.2 Complete specifications of all the products and services recommended in the
proposal inclusive of make/manufacturer/ developer shall have to be provided along
with the technical bid.

2.1.3 The bidder has to submit supporting documents along with the Technical bid that
the bidder is authorized to bid the Software (wherever applicable) [which are not his
products] recommended by him in the proposal.

2.1.4 Submission of proposal in response to the Tender enquiry does not bind VPT to
award a purchase order for any service or product. VPT would only deal with the
successful bidder in matters related to Technical, Commercial and Legal aspects.

2.1.5 VPT reserves the right to reject any particular bid or all the bids without assigning
any reason whatsoever. Failure to select a bidder by VPT shall not make VPT liable to
pay claim. 10
2.1.6 The bidder acknowledges the responsibility to respond promptly in contract with
VPT
by submitting the proposal against this Tender enquiry. Failure to do so shall relieve VPT
of any contractual obligation to the bidder and VPT reserves the right to select any other
bidder for the awarded work.

2.1.7 Any response or Communications whatsoever from the bidder received after the
last date/time shall be strictly treated as invalid unless called for by VPT.

2.1.8 No expense incurred by the bidder in the preparation of the quotation against the
present tender enquiry shall be borne by VPT. The submitted bids once opened shall
not be returned to the bidder.

2.1.9 The price quoted for all components/products/services in the proposed solution
should be competitive. VPT reserves the right to verify the same independently and
rejects bids not complying with this criterion.

2.1.10 The technical & functional specifications of all the items should comply with the
criterion given under the relevant section of this tender. VPT reserves the right to accept
or reject any tender based on deviations (as per the discretion of VPT), if any, from the
technical specifications.

2.1.11 Any corruption in the software or media (wherever applicable) provided by the
bidder shall be rectified during the full AMC period of the contract at no extra cost to
VPT.

2.1.12 The software and the overall system shall be supported by the successful bidder
for the entire period of AMC. The bidder is required to submit an undertaking to this
effect along with the technical offer. Absence of the undertaking shall make the offer
liable for rejection.

2.1.13 The bidder should repair of a particular equipment/ system takes all be
responsible for installation, commissioning & configurations of the Veeam support
licenses.

2.2 License period


During the License period Vendor/Bidder shall provide on-line free support services for
trouble shooting / Migration of licenses to different hardware during license period. In
addition to this, the Vendor/Bidder shall update/upgrade the Software and also provide
any new versions released as part of warranty.

11
2.3 Performance and security deposit
2.3.1 Response Time to errors
The vendor undertakes and guarantees that all the Critical Errors will be resolved within
twenty four hours of the VPT intimating the same through e-mail, telephone or fax.

2.3.2 Security Deposit


The L1 firm is required to submit Bank Guarantee of 10% of the contract value towards
PG/SD in VPT Pro-forma within 30 days from the issue of w.o. failing which Security
deposit will be recovered from the contract value and the amount recovered will be
released to the contractor on successful completion of the Guarantee period.

2.4 Terms of Payment


Payment will be made by VPT according to the procedure and schedule mentioned
below.

2.4.1 100% payment would be done through-payment only after acceptance and
Installation of the Veeam support license.

2.5 Term of execution of work

Supply of Licenses should be within 3 weeks from the date of Work Order.

2.6 Timely completion and Liquidated Damages

If the Vendor/Bidder fails to effect and complete the work within the time as stipulated
under the Section: "Term of execution of work", the Vendor/Bidder shall be liable to pay
VPT liquidated damages and not by way of penalty, a sum of 1 % of the contract price
for each completed week of delay in completion of work. The Vendor‘s/Bidder‘s such
liability for the delay in completing the work shall not in any case exceed 5 % of the
contract price.

2.7 Settlement of disputes by Arbitration

a) The bid and any contract resulting there from shall be governed by and
construed according to the Indian Laws.
b) All settlement of disputes or differences whatsoever, arising between VPT and
the Bidder out of or in connection to the construction, meaning and operation or
effect of this bid or in the discharge of any obligation arising under this bid
whether during the course of execution of the order or after completion and
whether before or after termination, abandonment or breach of the Agreement)
shall be resolved amicably between the VPT's representative and the Bidder's
representative.
c) In case of failure to resolve the disputes and differences amicably within 30 days
of the receipt of notice by the other party, then such unsettled dispute or
difference shall be referred to arbitration by sole arbitrator mutually agreed in
accordance with the Arbitration and Conciliation Act, 1996. If no agreement is
arrived at within 30 days from the date of notice as to who shall be the sole 12
arbitrator, VPT shall send to the Bidder a panel of five names of persons who
shall be presently unconnected with VPT or the Bidder. The Bidder shall on
receipt of the names as aforesaid, select any one of persons so named to be
appointed as sole arbitrator and communicate his name to VPT within 30 days of
receipt of the names. VPT shall there upon without delay appoint the said person
as the sole arbitrator. If the Bidder fails to select the person as sole arbitrator
within 30 days of receipt of the notice from panel and inform VPT accordingly,
VPT shall be entitled to appoint one of the persons from the panel as sole
arbitrator and communicate his name to the Bidder. If the person so appointed is
unable or unwilling to act or refuses his appointment or vacates his office due to
any reason whatsoever; another person shall be appointed by VPT from the
above list of persons.

d) The venue of the arbitration shall be at Visakhapatnam and the language of


arbitration shall be English.
e) The award of Arbitration shall be final and binding on both the parties.

Work under the contract shall be continued by the Bidder during the arbitration
Proceedings unless otherwise directed in writing by VPT, unless the matter is such that
the work cannot possibly be continued until the decision of the arbitrator is obtained.
Save as those which are otherwise explicitly provided in the contract, no payment due
or payable by VPT to the Bidder shall be withheld on account of the ongoing arbitration
proceedings. If any, unless it is the subject matter, or one of the subject matters thereof.

2.8 Force Majeure

2.8.1 The parties shall not be liable for default or non-performance of the obligations
under the contract, if such default or non-performance of the obligations under this
contract is caused by Force Majeure.

2.8.2 For the purpose of this clause. "Force Majeure" shall mean an event beyond the
control of the parties, due to or as a result of or caused by acts of God, wars,
insurrections, riots, earthquake and fire, events not foreseeable but does not include
any fault or negligence or carelessness on the part of the parties, resulting in such a
situation.

2.8.3 In the event of any such intervening Force Majeure, each party shall notify the
other party in writing of such circumstances and the cause thereof immediately within
five calendar days. Unless otherwise directed by the other party, the party pleading
Force Majeure shall continue to perform/render/discharge other obligations as far as
they can reasonably be attended/fulfilled and shall seek all reasonable alternative
means for performance affected by the Event of Force Majeure.

2.8.4 In such a case, the time for performance shall be extended by a period(s) not less
than the duration of such delay. If the duration of delay continues beyond a period of
three months, the parties shall hold consultations with each other in an endeavour to
find a solution to the problem.

2.8.5 Notwithstanding above, the decision of VPT shall be final and binding on the
Bidder. 13

JOINT DIRECTOR
Part- I

Schedule 1

Acceptance of Terms and Conditions (Letter to VPT on Vendor/Bidder's


letterhead)
(It may be ensured that Part I and schedule 1 indicated above does not appear on
the letterhead)

To,

The JOINT DIRECTOR


4th Floor,AOB, Visakhapatnam Port Trust.
Visakhapatnam

Dear Sir,

Sub: VPT's Notice Inviting Tender for Renewal of Veeam Backup


and replication Enterprise plus Support for 20 Licenses – Reg..

With reference to the above Notice Inviting tender having examined and
understood the instructions, terms and conditions forming part of your above
inquiry, we hereby enclose our offer for supply of the equipment and services as
detailed in your above referred inquiry.

We confirm that the offer is in conformity with the terms and conditions as
mentioned in your above referred tender and enclosures.

We also understand that VPT is not bound to accept the offer either in part or
in full. If VPT rejects the offer in full or in part, VPT may do so without assigning
any reasons thereof.

Yours faithfully,

Authorized Signatories

(Name & Designation, seal of the firm)


14
Date:
JOINT DIRECTOR
Part- I

Schedule 2

(Backup Commitment from the Manufacturer for System Maintenance)


(on Manufacturer ‘s letterhead)

To,

The JOINT DIRECTOR


4th Floor,AOB, Visakhapatnam Port Trust.
Visakhapatnam

Dear Sir,

Sub: VPT's Notice Inviting Tender for Renewal of Veeam Backup


and replication Enterprise plus Support for 20 Licenses – Reg..

We hereby confirm that in the unlikely event of M/s. failing to fulfil their
obligations with respect to all-inclusive maintenance service contract for_______
products to be installed in your premises, we undertake to render these services
directly (or through another reputed System Integrator) to you at the same terms
and conditions as Proposed by M/s. ______This assurance will be valid for a
minimum period of one year after handing over of the installation and for a further
period as may be decided on the basis of a joint review after expiry of one year.

We also understand that this letter will form the part of the contract
documents to be executed between M/s. and you.

Yours faithfully

For

(Name & Designation)

JOINT DIRECTOR

15
Part-I

Schedule 3

Organizational / Financial Profile of the Vendor/Bidder

1. Name of the Vendor


2. Registered Office Address
Telephone No.
Fax No.
E-mail
3. Visakhapatnam Office Address
Telephone No.
Fax No.
E-mail
4. Name and Designation of the person
authorized to make commitment to the
Bank
Telephone No.
E-mail
Mobile phone no.
5. Vendor’s web site
address, if any
6. Type of Organization ( Whether sole
proprietorship / private limited/public
limited company or cooperative body)
7. Registration details :
Registration No. and date
Place of Registration
Registering Authority
8. Sales Tax no. / VAT No.
9. Income Tax No. ( PAN/ TAN)
10. Clientele ( Kindly furnish Certificate
regarding after sales and service from
the mentioned companies)
11. Details of qualified engineer at
Visakhapatnam providing service to
16
Banks, FIs, Govt. reputed concerns etc.

Nature of work handled


Total no. of engineers
12. Brands of support licenses for which
the vendor is OEM/ authorized (Dealer/
reseller certificate should be enclosed in
case of Authorized dealer/reseller)
13. Whether the vendor is a system
integrator (Details of system integration
work done may be given)
14. Name and Location of Work
15. Value and nature of Order
16.Whether executed satisfactory and on
time
17 . Date of completion of work
18. Annual Turn Over
Year Sales Turnover (Rs In Net Profit (Rs In Lakh)
Lakh)
2019-20
2018-19
2017-18
Furnish Audited Balance Sheet, P&L a/c and Annual Report for the year
2019-20
19. Name and Address of
bankers
20.
Bank a/c no - Bank
name - Branch IFSC
no. - Branch address -
*for e-payment ( kindly attach cancelled cheque)

JOINT DIRECTOR

17
Part-I
Schedule 4
Detailed Specifications

Brand: Veeam Backup and replication

Sub: Renewal of Veeam Backup and replication Enterprise plus


Support for 20 Licenses – Reg..

S.No. Feature Specifications


Module licenses for V-VBRPLS-VS-POARE-64: Veeam Backup &
1 Veeam Backup Replication Enterprise Plus, 20 Licenses for 3 (three) years (24/7)
maintenance. Contract ID: 02084332
Licenses should be valid for three years from the date of work
2 Support
order
The OEM vendor should be of positive net worth for the last three
3 Market Credibility
years
Support for Veeam Backup &Replication activities upto 3 years
4 Monitor
warranty period continuously
5 Warranty 3 years on-line warranty on subject tender

JOINT DIRECTOR

18
Part-I
Schedule 5

Manufacturer's Authorization Form (MAF)

To,

The JOINT DIRECTOR


4th Floor, R & P, AOB,
Visakhapatnam Port Trust
Visakhapatnam - 530035

Dear Sir

Sub: Renewal of Veeam Backup and replication Enterprise plus


Support for 20 Licenses – Reg.. .
.

We_______________ who are established and reputable manufacturers


of do here by authorize M/s having offices at and (Name and
address of Agent/ Dealer/Large Account Reseller) to offer their quotation,
negotiate and conclude the contract with you against the above invitation for
offer.

M/s is the enterprise vendor /partner /Large Account Reseller of .

We hereby extend our full guarantee and warranty as per terms and
conditions of the offer and the contract for the equipment and services offered
against this invitation for offer by the above firm.

Yours faithfully

[ ]

Name and seal of the manufacturer

Note: This letter of authority should be signed by a person competent and having
the power of attorney to bind the Manufacturer/OEM/Principal and it should
be included by the vendor in the bid.

JOINT DIRECTOR

Signature Not Verified 19


Digitally signed by B S KIRAN KUMAR
Date: 2021.07.22 17:56:37 IST
Location: eProcurement System for Central
PSUs

You might also like