gujarat urja vikas nigam ltd. · pgvcl domain controller (pgvcl.eurja.com ) server server...

61
Page 1 of 61 GUJARAT URJA VIKAS NIGAM LTD. (An ISO 9001:2000 Company) Registered Office: Sardar Patel Vidyut Bhavan, Racecourse, Vadodara-390007 Gujarat, India Tele :( Direct) 0265-2340205 PBX: 0265-2310582 to 86 FAX: 0265-2337918, 0265-2338164 Email: [email protected] [email protected] Request for Proposal For ISMS (Information Security Management System) for Various locations of GUVNL and all subsidiary companies TENDER NOTICE NO : GUVNL/TECH/60170/ISMS DATE OF ISSUE OF RFP NOTICE 7-DEC-2013 Pre-Bid Meeting at GUVNL, Vadodara 13-DEC-2013, 11:30 Hrs. LAST DATE OF Online SUBMISSION 21-DEC-2013, 14:00 Hrs. LAST DATE OF Physical SUBMISSION 26-DEC-2013, 14:00 Hrs. Technical Bid Opening 26-DEC-2013, 15:00 Hrs. Price Bid Opening

Upload: others

Post on 17-Mar-2020

25 views

Category:

Documents


1 download

TRANSCRIPT

Page 1 of 61

GUJARAT URJA VIKAS NIGAM LTD. (An ISO 9001:2000 Company)

Registered Office: Sardar Patel Vidyut Bhavan,

Racecourse, Vadodara-390007

Gujarat, India

Tele :( Direct) 0265-2340205 PBX: 0265-2310582 to 86

FAX: 0265-2337918, 0265-2338164

Email: [email protected]

[email protected]

Request for Proposal

For

ISMS (Information Security Management System) for

Various locations of GUVNL and all subsidiary companies

TENDER NOTICE NO : GUVNL/TECH/60170/ISMS

DATE OF ISSUE OF RFP NOTICE 7-DEC-2013

Pre-Bid Meeting at GUVNL, Vadodara 13-DEC-2013, 11:30 Hrs.

LAST DATE OF Online SUBMISSION 21-DEC-2013, 14:00 Hrs.

LAST DATE OF Physical SUBMISSION 26-DEC-2013, 14:00 Hrs.

Technical Bid Opening 26-DEC-2013, 15:00 Hrs.

Price Bid Opening

Page 2 of 61

Table of Contents

1.1 Overview ____________________________________________________________________ 5

1.2 Objective ____________________________________________________________________ 6

1.3 Existing Setup (Solutions Deployed under ISMS) ___________________________________ 7

1.3.1 Active Directory Service ___________________________________________________________ 7

1.3.2 Firewalls across the GUVNL network (Microsoft ISA 2006 on Windows 2003 OS) ___________ 8

1.3.3 Centralized Network Monitoring System (NMS) _______________________________________ 9

1.3.4 Network Intrusion Prevention System (NIPS) solution by Radware _______________________ 9

1.3.5 Trend Micro Enterprise Security Suite ______________________________________________10

A. Servers and desktop antivirus solution (Office scan) _____________________________________________ 10

B. HIPS/IDF _________________________________________________________________________________ 10

C. Mail Security Solution (IMSVA) _______________________________________________________________ 10

D. Web Security Solution (IWSVA) ______________________________________________________________ 10

E. TMCM ___________________________________________________________________________________ 10

1.3.6 Authentication Scenario__________________________________________________________11

1.4 Eligibility Criteria (Pre-Qualification) ____________________________________________ 12

1.5 Bidding Process ______________________________________________________________ 14

1.5.1 Proposal Evaluation _____________________________________________________________14

1.5.2 Price Evaluation ________________________________________________________________14

2.1 Bidders Response Sheet _______________________________________________________ 15

2.2 Scope of Work ______________________________________________________________ 16

2.2.1 ISMS Hardware Equipment Details _________________________________________________16

2.2.2 ISMS hardware Infrastructure AMC ________________________________________________16

2.2.3 Broad Scope of Work ____________________________________________________________16

2.2.4 ISMS Facility Management _______________________________________________________18

2.2.5 Faulty hardware replacement _____________________________________________________18

2.2.6 ISMS Project Support ____________________________________________________________19

2.2.7 Operations Support _____________________________________________________________20

2.2.8 Problem Identification, Troubleshooting and Maintenance ____________________________20

2.2.9 Security Risks Assessment ________________________________________________________21

2.2.10 Incident Support ________________________________________________________________22

2.2.11 Monitoring _____________________________________________________________________23

2.2.12 Documentation and Administration ________________________________________________23

2.2.13 Preventive Maintenance _________________________________________________________24

2.2.14 Escalation Matrix _______________________________________________________________24

2.2.15 Material Inventory ______________________________________________________________24

Page 3 of 61

2.2.16 Maintenance Services Commitment ________________________________________________24

2.2.17 Availability Management _________________________________________________________25

2.2.18 Equipment Ownership ___________________________________________________________25

2.2.18 Staffing ________________________________________________________________________25

2.2.19 Manpower placement ___________________________________________________________26

2.2.20 Substitution of Personnel ________________________________________________________26

2.2.21 Manpower Deployment __________________________________________________________26

2.2.22 Personnel Qualifications, Expertise Required and Certifications ________________________27

2.2.23 Bio-data of Personnel ____________________________________________________________27

2.2.24 Roles & Responsibilities __________________________________________________________28

2.2.25 Security audit and Capacity Planning _______________________________________________30

2.3 Performing core activities for ISMS _____________________________________________ 30

3.1 General Terms and Conditions _________________________________________________ 31

3.2 Rights of GUVNL _____________________________________________________________ 32

3.3 Tender Fee _________________________________________________________________ 33

3.4 Price Validity of offer _________________________________________________________ 33

3.5 Delivery Period _______________________________________________________________ 33

3.6 Validity of Contract ____________________________________________________________ 34

3.7 Payment Terms _____________________________________________________________ 34

3.8 Performance Guarantee for execution period. (SD) _________________________________ 34

3.9 Delays in the vendor’s performance ____________________________________________ 35

3.10 Service Level Agreement ______________________________________________________ 36

3.11 Penalty _____________________________________________________________________ 36

3.11.1 Penalty Table for ISMS services. ___________________________________________________36

3.11.2 Penalty charges for Manpower Absentee/deficit ____________________________________36

3.11.3 Penalty charges for Operations ____________________________________________________37

3.12 Termination of Contract ______________________________________________________ 38

3.13 Indemnity ____________________________________________________________________ 38

3.14 Arbitration _________________________________________________________________ 39

3.15 Jurisdiction _________________________________________________________________ 39

3.16 Submission of Bids ____________________________________________________________ 40

3.17 Earnest Money Deposit _______________________________________________________ 41

3.18 Other Terms & Conditions: _____________________________________________________ 42

Page 4 of 61

3.19 STATUTORY VARIATION _______________________________________________________ 42

4.1 Annexure A: Earnest Money Deposit _____________________________________________ 43

4.2 Annexure B: Performance Guarantee for execution period. (SD) ______________________ 45

4.3 Annexure C: Tender form – Technical Bid _________________________________________ 47

4.4 Annexure D: __________________________________________________________________ 49

4.5 Annexure E: Checklist __________________________________________________________ 50

4.6 Schedule – A (Technical Bid)______________________________________________________ 51

4.7 Schedule – B1 (Price Bid) ________________________________________________________ 52

Schedule – B2 (Price Bid) ____________________________________________________________ 52

Schedule – B (Price Bid) _____________________________________________________________ 53

4.8 Annexure U: UNDERTAKING _____________________________________________________ 54

5.1 Annexure – Y ________________________________________________________________ 55

5.2 Annexure – Z ________________________________________________________________ 57

Page 5 of 61

SECTION 1

1.1 Overview

Gujarat is the first state in the power sector of the country implemented the end- to-end

Enterprise wide Resource Planning (ERP) named e-Urja Project for its core activities to

meet changing business imperatives and to make the new entities more responsive and pro-

active which emerged out after unbundling of erstwhile ‘GEB’. With this objective, Gujarat

Urja Vikas Nigam Limited (GUVNL) and all its subsidiaries went for IT enablement in the year

2006 in the generation of power, Transmission and its distribution spanning from

customer relationship management to satisfy the needs of its 13.5 million consumers to

complex module of power purchase, load management, finance, consumer billing and

HR of its 50,000 employees.

GUVNL has deployed Wide Area Network (WAN), it covers 1500 widely dispersed offices

networked with numerous heterogeneous communication links from western border of India

(Rann of Kutch) to southern part of Gujarat to connect them with GUVNL Data Center located

at Vadodara.

The subsidiary companies of GUVNL are as follows.

• Gujarat State Electricity company Limited (GSECL) H.Q. at Vadodara.

• Gujarat Energy Transmission Company Limited (GETCO) H.Q. at Vadodara.

• Dakshin Gujarat Vij Company Limited (DGVCL) H.Q. at Surat.

• Madhya Gujarat Vij Company Limited (MGVCL) H.Q. at Vadodara.

• Paschim Gujarat Vij Company Limited (PGVCL) H.Q. at Rajkot.

• Uttar Gujarat Vij Company Limited (UGVCL) H.Q. at Mehsana.

Gujarat Urja Vikas Nigam Ltd.

Generation

GSECL

Transmission

Getco

Distribution

MGVCL PGVCL DGVCL UGVCL

Page 6 of 61

1.2 Objective

This document is a Request for Proposal (“RFP”) for managing various Information Security

Management Services (ISMS). GUVNL seeks a prime contractor with best-in-class capabilities

and managing Enterprise level security services. The Selected bidder will provide the

resources and expertise necessary to deliver and integrate a broad scope to manage ISMS

Services with the highest quality for complex environments. GUVNL seeks to acquire the

services of a single provider providing all the offered services at this RFP, who will act as the

prime contractor responsible for the delivery of high-quality IT Security Services to GUVNL

with an option to renew for additional period.

GUVNL a holding company and three subsidiary company’s corporate offices, i.e. GSECL,

GETCO and MGVCL are presently located nearby the Data Center building, these offices are

connected through GUVNL LAN with Data Center. However their downstream locations are

connected to DC thru respective hierarchical locations.

GUVNL Network Layout

GUVNL has a Central Data Centre at Vadodara where all companies are connected centrally

with datacenter via Wide Area Network (WAN). E-Urja (An end-to-end ERP) IT solution is

implemented among all seven companies and connected through Intranet.

Page 7 of 61

Point to Point Connectivity Details

A. Data Centre to Corporate Offices- 12(DGVCL), 16 Mbps (UGVCL), 34Mbps (PGVCL)

B. Corporate Office to Circle office - 4 Mbps

C. Circle office - Division office – 2 Mbps

D. Division office – Subdivision Office /Substation 2Mbps

1.3 Existing Setup (Solutions Deployed under ISMS)

As a part of the ISMS Implementation Project following solutions were deployed under ISMS

at GUVNL & Subsidiary companies, each solution deployed under ISMS is described as below,

1.3.1 Active Directory Service

Active Directory (Microsoft AD on Windows Server 2003) is an implementation of LDAP (Light

Weight Directory Access protocol) directory services by Microsoft for use in Windows

environments.

Active Directory allows administrators to assign enterprise wide policies, deploy programs to

many computers, and apply critical updates to an entire organization. An Active Directory

stores information and settings relating to an organization in a central, organized, accessible

database. It is an administrative unit in a computer network that, for management

convenience, groups several capabilities, including:

• Network wide user identity

• Authentication

• Trust relationships

• Policy administration

• Replication

Page 8 of 61

Existing Configuration for the Active Directory Solution

1.3.2 Firewalls across the GUVNL network (Microsoft ISA 2006 on Windows

2003 OS)

Two types of rules are created

A. Enterprise level rule through which a central control can be ensured.

B. Array level rules for location/company specific rules to be effective.

ComputerComputer ComputerComputer

User User User User

Primary Domain Controller Baroda (eurja.com)

MGVCL Domain Controller(mgvcl.eurja.com)

UGVCL Domain Controller(ugvcl.eurja.com). MehsanaPGVCL Domain Controller (pgvcl.eurja.com)

Server Server Himmatnagar ADC Server (HMTNGR.ugvcl.eurja.com)

Surendranagar ADC Server

Server Server

ComputerComputer ComputerComputer

User User User User

ComputerComputer ComputerComputer

User User User User

Page 9 of 61

1.3.3 Centralized Network Monitoring System (NMS)

GUVNL is having Solar winds Network & Server monitoring system i.e. Solarwinds NPM Orion -

NetPerfMon v7 SLX with unlimited nodes license. It has been implemented for monitoring

GUVNL network as well as ISMS servers.

Using NMS solution GUVNL’s all servers are currently being monitored & detailed report is

also available from the same for uptime of any of the server’s daily/weekly/monthly or even

yearly.

In case of any ISMS server goes down alerts are being generated within the NMS. The same

helps the support vendor to keep the maximum possible uptime of the server & follow up

with the vendor accordingly in case of any of the server goes down. Penalty calculation will do

on the reports of NMS.

1.3.4 Network Intrusion Prevention System (NIPS) solution by Radware

NIPS device is maintained by other vendor and it is under warranty period, also one onsite

engineer deputed at GUVNL HO by that vendor. Bidder has to co-ordinate with said vendor

for day to day ISMS related NIPS activities and issues, if any.

It monitors the entire network for suspicious traffic i.e. identifies malicious activity, logs

information about said activity, and attempts to block/stop activity and reports activity by

analyzing protocol activity.

GUVNL has its own NIPS (Radware DefensePro) solution for its subsidiaries. DefensePro

includes the set of security modules – Intrusion Prevention System (IPS), Network Behavioral

Analysis (NBA), Denial-of-Service (DoS) Protection and Reputation Engine - to fully protect

networks against known and emerging network security threats. It is based on standard

signature detection technology to prevent the known application vulnerabilities. The core of

DefensePro is patent protected behavioral based real-time signatures technology that detects

and mitigates emerging network attacks in real time such as zero-minute attacks, DoS/DDoS

attacks and application misuse attacks. All without the need for human intervention and

without blocking legitimate user traffic.

It monitors the entire network for suspicious traffic i.e. identifies malicious activity, logs

information about said activity, and attempts to block/stop activity and reports activity by

analyzing protocol activity.

Page 10 of 61

1.3.5 Trend Micro Enterprise Security Suite

GUVNL has PSP Gold Support with onsite engineer contact with Trend Micro. Bidder has to co-

ordinate with said vendor for day to day ISMS related activities and issues, if any.

It includes following components

A. Servers and desktop antivirus solution (Office scan)

Maximize your endpoint security and performance with the industry’s strongest endpoint

threat and data protection. An expandable plug-in architecture builds all technologies into a

single endpoint agent that is deployed and managed from a single console. Security

for Mac and Intrusion Defense Firewall modules are included as part of the suite.

B. HIPS/IDF

Use this OfficeScan module to provide a network-level host intrusion prevention system

(HIPS) to provide virtual patching against vulnerabilities in operating systems and client

applications.

C. Mail Security Solution (IMSVA)

Stop the majority of email threats and spam in the cloud. Protect your email gateway with

powerful software or an integrated hybrid solution that combines the privacy and control of

an on-premise virtual appliance with the proactive protection of an optional cloud-based pre-

filter.

D. Web Security Solution (IWSVA)

Stop web threats with a software virtual appliance for gateway web security that features

application control, leading anti-malware, real-time web reputation, and flexible URL filtering

for superior web threat protection

E. TMCM

Centrally manage threat and data policies across multiple layers of your IT infrastructure,

streamlining management and providing more consistent policy enforcement.

Page 11 of 61

1.3.6 Authentication Scenario

Different scenarios of authentication for web access exemplified below

A. Corporate LAN Users at Tier 0 are authenticated in Tier 0 ISA Server.

B. Circles Users at Tier 2 where no ISA available, are authenticated in Tier 0 ISA server.

C. Tier 1 Users are authenticated at their respective corporate office in Tier 1 ISA server.

D. Users at Tier 2 (Circles offices, Divisions & Sub-divisions) are authenticated in Tier 2 ISA

servers.

E. Users at Circles at Tier 2 where no ISA available, are authenticated in Tier1 / Tier 0 ISA

servers with respect to the network topology.

Limited Internet access (Site based & Scheduled hours based) is being done with respect to

GUVNL requirement for each user, as per approved Internet access policy of GUVNL.

All the Intranet & intra-org applications are not blocked by ISA server and available 24x7.

Page 12 of 61

1.4 Eligibility Criteria (Pre-Qualification)

No. Eligibility Criteria Documentary Proofs Required

1

The bidder company shall have valid

authorization and active relationship with

OEM (Original Equipment Manufacturer) for

all the items which are listed at Annexure-Z

part of this RFP. Bidder has to provide IBM

24x7x365days supports.

Bidder has to provide authorization letter from OEM in

the name of bidder company valid till contract period

for back to back support include the activities like

Technical Assistance support, Spares support etc. for all

the Hardware equipment which are proposed as part of

this RFP listed at Annexure-Z

2

The bidder company shall have a valid

Service Tax Registration Number, PF Code

and PAN.

Attested copies of the Service Tax registration

certificate, PF code and PAN card in the name of bidder

company.

3

The bidder company shall have been in

operation for at least 05 years as of

01.12.2013

Certificate of Commencement of Business issued by the

Registrar of Companies in the name of bidder company.

4

The bidder company shall have annual

turnover of Rs. 5 Crore or more per annum

in each of the last 3 financial years. (i.e.

2010-11, 2011-2012,2012-13)

Audited financial statements of the company/ annual

reports for the respective financial years. The financial

statements must distinctly describe the revenue heads.

5

The company must have 05 (five) Years’

Experience in IT Security Engineers/System

admin Manpower Services and OEM

Hardware Equipment AMC. The company

shall have provided similar OEM Hardware

Equipment AMC, IT security

Engineers/System Admin Manpower

Services in India for at least one Government

of Gujarat, Government of India or PSUs.

Copy of Work Order showing the activities carried out

and order value during last 5 years. List of Government

of Gujarat, Government of India or PSUs Clients along

with a copy of satisfactory work completion certificate

issued by order issuing authority.

6

The bidder company should not have been

black listed or given “stop deal” notice by

any of the Govt. of Gujarat agencies /

Government of Gujarat/Government of

India/ PSUs.

Details, if any, in context of this clause shall be

provided. Self-declaration in this regard to be provided

by bidder in technical bid.

7

Bidder must submit a detailed statement of

facts and profile of company including year

of commencement of business, Internet site

details, name and title of the Authorized

signatory for their Bid, their contact numbers

and e-mail address

To be provided on company letter head and a copy of

Power of Attorney duly notarized in favor of Authorized

Signatory.

8

Bidder must submit the satisfactory work

completion/ satisfactory performance report

of at least one or more projects of similar

type of this RFP and have experience in

setting up and handling security of minimum

5000 Desktops in each project in India for

minimum three consecutive years.

Certificate from order placing authority for satisfactory

work completion/ satisfactory performance report of at

least one or more projects of similar type of this RFP

and size of the project.

Page 13 of 61

9

The bidder company must submit

undertaking to provide technical support

including spares, patches, OS installation /

updating, software version upgrade etc. for

at least next three years from the date of bid

acceptance for all the Hardware equipment

listed at Annexure-Y and Annexure-Z.

To be provided on company letter head.

10

The Bidder should have their own Support

Center for providing 24x7x365 days

Telephonic and onsite support, preferably in

Gujarat. The Bidder has to provide details of

remote service infrastructure of Bidder to

ensure immediate response and faster call

resolution. The Bidder should not sub-

contract OR form a consortium for the

services. The Bidder should submit the

Support Center Details.

The Bidder should submit the Support Center details.

These eligibility criteria are neither exhaustive nor in any particular order of significance. Any

bid not meeting all of these minimum eligibility criteria is liable to be rejected by GUVNL.

Please enclose documentary proof for all the above criteria. In absence of these, the bids will

not be considered for further evaluation. No further correspondence will be entertained in

this case.

All eligible and interested bidders shall have to download the RFP document from GUVNL

website www.guvnl.com (RFP does not bear document cost).

Page 14 of 61

1.5 Bidding Process

Bidders shall submit their Bids in two separate parts as follows:

Technical Bid containing the exhaustive and comprehensive technical details of ISMS AMC,

Manpower Support and Services.

Commercial Bid containing the pricing information only on “(n)Procure” site

www.nprocure.com (No physical commercial bid to be submitted)

The Technical Bids should NOT contain any pricing or commercial information.

1.5.1 Proposal Evaluation

Initially technical bids will be opened and evaluated. Those bidders who satisfy the technical

requirements of the solution and successful acceptance of ISMS project hardware AMC,

Manpower support and services as per the requirements/specifications in section 4.6

Schedule – A and the terms and conditions of this document shall be short-listed. In case of

GUVNL not being satisfied with the eligibility criteria documents, bidder may be disqualified.

Commercial bids as per section 4.7 Schedule – B shall be opened only for the short-listed

bidders who have qualified in the technical bid.

1.5.2 Price Evaluation

All technically qualified bids will be evaluated on firm price end cost basis of schedule B (total

cost of schedule B1 and schedule B2), but without loading VAT/Service Tax etc... The parties

however will have to give a detailed break-up of the end cost. GUVNL may go for L-2 bidder

depending upon the exigency. If GUVNL feels that there is lack of serious competition or any

other reasons, GUVNL may negotiate with the L-1 party. GUVNL’s decision shall be final and

binding on all the parties. Bidder shall provide commercial quote for schedule B, Schedule B1

and Schedule B2 separately.

The bidder shall undertake to maintain the complete ISMS solution for a minimum period of

three (3) years from the date of acceptance of the contract. However, GUVNL will issue an

order initially for one year as per clause no 3.6 of this RFP. If bidder fails to offer Annual

Maintenance Contract (AMC) for three (3) years, then the bid is liable for rejection.

Bidder shall quote for 1 year only. If GUVNL decides to renew the AMC after 1 year, a rise of

5% on accepted price will be offered for 2nd

year and 5% rise on 2nd

year’s price for 3rd

year in

respect of schedule B1 only. However such renewal shall be at sole discretion of GUVNL &

shall be only after observing satisfactory services of 1st year and subsequent year.

Page 15 of 61

SECTION 2

2.1 Bidders Response Sheet

1. Bidder

• The registered name of the Bidding Company and business address for correspondence

• Location

• Street, Locality, City, Pin Code

• Country, Telephone, Facsimile, Email, Other

2. Contact Name of the Bidder

3. Contact’s Position with Bidder

4. Contact addresses if different from above

• Location,

• Street Locality City,

• Pin Code, Country, Telephone, Facsimile, Email, Other Business Structure,

• Bid Company’s Registered Address

5. Details of company registration

• Names of Directors / Chairman / President / Managing Director

• Include a structure chart reflecting the organization Chart

Page 16 of 61

2.2 Scope of Work

2.2.1 ISMS Hardware Equipment Details

The scope of work is comprehensive AMC of hardware which includes make available existing

and future software/firmware upgrades and patches for all components of the equipment and

installs the same, also replacement, repair and logistic covering following equipment.

List of ISMS hardware equipment are to be covered under comprehensive AMC by Bidder

Item Description Quantity

IBM Servers ( 24x7x365 days, Back to Back support from OEM) 76

UPS 30

EMC SAN ( 2TB Usable Space) 01

Details specifications of these Hardware resources Kept at Annexure-Y and Annexure Z

List of ISMS hardware equipment which are currently under warranty/AMC

( bidder has to co-ordinate with respective vendor)

Item Description Quantity

NIPS (under warranty) 1

Dell Servers (under AMC) 7

Details specifications of these Hardware resources Kept at Annexure-X,

which are part of ISMS contract

2.2.2 ISMS hardware Infrastructure AMC

The scope of work is AMC services for ISMS hardware and maintenances of services, bidder

required to perform activities like:

A. Token generation of complaint, follow up with OEM/vendor till complain resolve.

B. OEM/vendor Hardware Problem.

C. Power Failure/Shutdown etc.

D. For such kind of regular hardware maintenance services, communicating with service

provider and logistic services to OEM are under scope of bidder’s AMC services.

2.2.3 Broad Scope of Work

The Bidder is required to install, configure, operational and augment hardware equipment at

GUVNL and all subsidiary companies locations across Gujarat. The Hardware equipment

includes IBM make servers, SAN, UPS, Monitors, Racks, accessories etc. Refer to Annexure-Y

Page 17 of 61

and Annexure Z for specifications of these hardware equipment mentioned in this RFP are

deployed at GUVNL’s locations spread across GUJARAT. The successful bidder is also required

to manage and maintain the existing hardware equipment for the contractual period.

The successful Bidder is required to co-ordinate with GUVNL’s existing Network Integrator,

System Integrator, Security Integrator and GUVNL’s team at the respective locations for the

allocation of suitable Configuration, operation and end to end IT security. The Bidder has to

use the existing IT Security infrastructure.

The Bidder shall meet the defined SLAs for uptime of the ISMS Hardware and Services and

should ensure low turnaround time in the event of equipment/service failure.

If required The GUVNL may add/procure additional hardware equipment apart from the

above mentioned hardware equipment as per GUVNL’s plan to enhance/improve security.

The successful bidder has to provide all the services defined in this RFP for such additional

hardware equipment at mutually agreed rates with GUVNL.

The Bidder should have the Back to Back support agreement with OEM to ensure the smooth

working and to achieve the highest uptime on the hardware equipment. Further the bidder

should ensure the RMA support in case of equipment failure. As the customer centric

applications are running on the network, the Bidder shall be responsible for ensuring the

highest uptime of the equipment and there should not be any impact on the performance of

any of the applications. The Bidder is required to manage to deliver hardware equipment at

the GUVNL’s respective locations where it is required. The Bidder shall be responsible for

timely compliance of all Device Level Audit observations as and when required by GUVNL. The

Bidder shall provide all present and future software/firmware versions, upgrades and patches

for all components of the equipment and install the same. The technology partners, including

OEM will be required to submit an undertaking, explicitly stating their commitment to provide

full technical support, spares, operational and maintenance support to GUVNL during the

AMC period.

The Bidder shall be responsible for doing preventive maintenance of entire ISMS hardware

equipment at GUVNL and all its subsidiaries company’s corporate office locations on monthly

basis and all other locations on quarterly basis. Through preventive maintenance the bidder

shall ensure whether equipment are kept/ working in hygienic conditions or not, checking the

availability of earthing, UPS power supply and submit the preventive maintenance report to

GUVNL with a copy to respective locations. The Bidder shall ensure that the configuration of

the equipment is as per Business requirement of the GUVNL. Scope also includes

mounting/dismounting server racks, connect associated cable, accessories required to render

the equipment and systems complete in all respect. The Bidder has to make his own

arrangements to fulfill all delivery formalities like payment of Road/Entry tax etc. and should

not involve GUVNL in these activities.

Page 18 of 61

2.2.4 ISMS Facility Management

Successful Bidder has to setup Operations center centrally managed at the GUVNL premises

under the control of GUVNL within two week time from date of order. This Control Center

shall monitor all IT Security services, equipment, Data Backups, helpdesk and all other ISMS

components.

For this facility management services of Operation Center, GUVNL will provide suitable

seating space that could house anywhere between 6 to 8 computers with tables, chairs,

uninterrupted power supply, communication facilities like email and phone etc. Bidder shall

appoint qualified and experienced engineers to run this Center so as to offer centrally

managed Services.

Bidder has to configure/install and maintain software tools for Inventory Management,

Network Monitoring System, Performance Monitor Tool, Diagnostic tool and other required

ISMS related Software/solutions proposed by GUVNL at Operation center at GUVNL.

Support/Maintenance of Servers Hardware, OS, Application/Software installation,

configurations, maintenances, Licenses, Versions, Patches, Upgrades, UPS, Battery backup set

are under bidder’s scope.

Bidder has maintain/migrate existing and historical logs, information, data etc. of present

setup till successful deployment of Operation Center done by successful bidder.

Successful bidder has to carry out ISMS hardware equipment inventory handing over taking

over processes with GUVNL existing contractor. Also carry out activities with GUVNL existing

contractor for knowledge transfer for entire IT security infrastructure.

2.2.5 Faulty hardware replacement

This process will be done by bidder. Bidder would be required to submit undertaking that the

technical support and spares will be available during the contract period. Bidder shall carry

out the replacement as its responsibility which shall include

A. Bidder has to take Back to back OEM support for all IBM equipment, mentioned in

annexure Z.

B. Lock the call with OEM/vendor

C. Receive the hardware on behalf of GUVNL.

D. Deliver the hardware at the destination.

E. Replace the received hardware in place of the faulty hardware.

F. Dispatch the faulty hardware to the equipment manufacturer.

Page 19 of 61

G. Bidder has to do necessary follow-up with OEM/vendor till problem resolved.

H. Support Engineer at Field Location - Bidder shall make its engineers available at PGVCL,

UGVCL and DGVCL corporate office locations during the working hours of GUVNL. If GUVNL

request for additional engineer at additional locations, bidder has to deploy engineers

without any extra cost. GUVNL and its subsidiary company will provide suitable room space

that could house computer with table, chair, uninterrupted power supply, communication

facilities like email and phone etc. at each office locations.

I. The responsibility of bidder pertains to the Maintenance of the equipment like servers,

UPS, server rack etc.

J. GUVNL will permit complete access to the equipment/system if necessary even after

working hours and on holidays to enable bidder’s engineer to meet the obligation.

K. The rates include comprehensive warranty of hardware which includes replacement, repair

and logistic charges.

2.2.6 ISMS Project Support

The Bidder shall interface with IT Operations to provide the following ISMS support services.

In performance of these services, the Bidder shall:

A. Facilitate the installation, troubleshooting and repair of IT Security systems Configure,

maintain and troubleshoot IT Security issues.

B. Identify existing potential IT Security problems and report vulnerabilities with corrective

actions.

C. Coordinate with remote sites and IT departments to troubleshoot day to day IT Security

issues.

D. Perform diagnostic testing for various IT security functions and verify performance &

connectivity.

E. Install, configure and maintain IT security software/service as per established policies and

procedures as required or directed.

F. Facilitate the installation, troubleshooting and repair of local as well as remote servers,

UPS and associated equipment.

G. Coordinate with remote field office personnel to recover and restore IT security services in

case of an issue, Open trouble tickets and/or coordinate communication with Service

Providers as required.

H. Bidder has to ensure audit log is available to log user activities in information security and

management systems and audit log should be restricted from modification.

Page 20 of 61

2.2.7 Operations Support

The bidder’s roles and responsibilities will include but not be limited to:

A. Mitigation and resolution of detected issues

B. Diagnose problems before and after occurrence

C. Proactive monitoring of IT security

D. Troubleshooting and maintenance of IT security systems

E. Respond to Tickets forwarded from other responsibility areas

F. Tracking “chronic” or recurring problems and escalate within the IT department

G. Network Performance Monitoring in a Control Central Environment

H. IT Security and assets analysis ( analysis, vulnerability scan, performance monitoring and

capacity planning)

I. Network Management (Utilization and Capacity)

J. Servers utilization and availability report

K. Management and Administration of Security Monitoring Tools

L. Provide quality assurance on all installed equipment

M. All other day to day operation issues necessary to manage ISMS project.

N. All other day to day operation issues assigned by GUVNL, ISMS Team.

2.2.8 Problem Identification, Troubleshooting and Maintenance

The Bidder shall continuously monitor the helpdesk ticketing system for new or escalated

tickets and update at a minimum every hour. All information entered into the ticket shall be

clear, concise and accurate. Upon receipt of the trouble ticket, the Bidder shall initiate

immediate action to clearly define the problem and effect immediate resolution, or document

the problem in the trouble ticketing system to effectively track it to satisfactory resolution, or

redistribute it to the appropriate group responsible for action towards satisfactory resolution.

The Bidder shall document each step in the troubleshooting process as it occurs and update

the trouble ticket. Due to the complex nature of Network/Security, it is possible for the source

of problems to reside in one or more devices concurrently. As such, the Bidder shall perform

troubleshooting techniques to isolate the source of, diagnose and resolve or assist in the

resolution of IT security problems.

The Bidder shall use diagnostic tools or tools that are appropriate for use in diagnosing

problems. The Bidder shall, when required, participate and/or lead in conference calls during

mitigation actions or problem resolution. The Bidder when directed shall provide the

Operations Team after action reports regarding troubleshooting efforts and/or resolution

actions taken during and/or after event of troubleshooting.

Page 21 of 61

2.2.9 Security Risks Assessment

The Bidder shall perform security risk analysis to compile daily and/or longer-term reports for

various threats, security loopholes etc. These reports shall supply both generalized and

specific information about targeted areas and shall provide useful snapshots of information.

These reports shall include but are not limited to daily and weekly reports covering various

error conditions, workload, resources and network utilization. Customized security risks

analysis shall be provided based on current monitoring capabilities on an as-need basis.

Security Risk Assessment should include the following tasks:

A. Review the process for creating policies and guidelines; determine whether current policies

are up-to-date and effective.

B. Identify policies that should be developed to enhance current and future security.

C. Assess internal configurations related to security, operations, management, and

technology used in the development of the security architecture.

D. Ensure that the published security standards are in line with the security policy.

E. Ensure that the defined security organization supports the security policy.

F. Determine whether business continuity and management actively support security policy.

G. Assess whether security practices comply with the security policy and whether information

security is being effectively managed in the enterprise.

H. Review existing security reporting mechanisms.

I. Detect unknown access points into our network from the Internet or extranet, or via

unauthorized modem connections.

J. Discover wireless frequency emanations that are in the scope of our premises, including

unauthorized wireless LAN (IEEE 802.11) access points.

K. Review the security of our network connection to the Internet.

L. Evaluate network management and monitoring tools that we use to identify security issues

on our network.

M. Security Assessment for critical infrastructure systems and devices, including SMTP,

naming services (DNS), HTTP, proxy, DHCP, LDAP, routers, and switches.

N. Assess logging and backup practices for servers, firewalls, applications, and ISMS

infrastructure.

O. Assess data confidentiality; identify any sensitive or restricted information that is available

on our network to employees and contractors.

P. Assess the risk of allowing traffic to enter our network from external sources, such as over

VPN tunnels.

Q. Review our anti-virus measures for protecting devices connected to our networks.

R. Review security of connectivity, especially as it relates to sharing confidential or

proprietary information with business partners over Internet, extranet, VPN, and other

connections.

Page 22 of 61

S. Review security of applications, databases, and middleware used by our company.

T. Verify that sensitive data transmitted between applications and clients/servers is

encrypted.

U. Review security of deployed authentication and authorization technology.

V. Review security of access controls.

W. Assess password security policy.

2.2.10 Incident Support

This should cover the day-to-day handling of the basic problems arising in the entire GUVNL

IT/network Security environment, affecting the operations. The deliverable should provide

the following,

Single point of Contact for all incidents/problems reported for the IT/network security.

Bidder should log call in their own helpdesk tool installed at Operation Center and field

engineer nodes for all the incidents related to ISMS Security. If it is found that problem is

related with equipment then it has to be categorizing according to type of incidents and has

to log incidents to track the progress of the call. In the event a device had more than three

service calls for the same fault in any month then Bidder should evaluate the performance of

the device and should get it fully rectified at no additional cost to GUVNL.

Bidder should do tracking and Co-ordination of all incidents/problems till resolution as per

SLA and should update GUVNL’s ISMS Team at specific intervals. Bidder should conduct the

first level diagnosis of the problem reported and take appropriate actions to address quick

restoration of the services. Bidder should co-ordinate with OEM/vendor in case of problems

arising due to hardware failures or otherwise in the ISMS services, in which case the

involvement of the OEM/vendor is required. Bidder should escalate incidents within the

process and/ or to management or to the relevant OEM/vendor for quick resolution as per

escalation matrix of relevant Communication and ensure the resolution of an incident or a

problem.

Bidder should provide required support for shifting hardware devices during addition/

relocation/ cancellation of any GUVNL locations as a part of this contract. Bidder should

maintain the hardware/software inventory of all GUVNL’s location and should update the

same as and when required and submit the same to GUVNL. Bidder should perform

continuous process improvement for better services availability. Bidder should submit

progress report to GUVNL on the incidents/problems reported and the actions taken to

address the same and the same needs to be jointly reviewed by OEM/vendor and GUVNL.

Page 23 of 61

Trends on the incidents/problems and should bring in notice of GUVNL based on the historical

data samples. Bidder should verify and control known errors, fault correlation and isolation.

Bidder should prepare Root Cause Analysis for all major issues, defined as usual faults leading

to downtimes in a service within a continuous period of 3 days, or above. Bidder should

perform any maintenance or installation activity of hardware equipment as and when

requested by GUVNL as part of this contract. Bidder should document any change in the

IT/network Security policy or hardware and should get the signature of authorized person

from GUVNL and produce same as and when demanded.

Bidder should do proactive & predictive maintenance and identify areas of improvement

2.2.11 Monitoring

This part of the Bidder’s deliverable; should aim at taking proactive measures by keeping an

online track on the failures or alerts reported by the monitoring tools, which have or could

have impacted the availability of the systems for the intended business functions. It also aims

at ensuring smooth functioning of the system by carrying out the day-to-day maintenance /

operational activities based on the implemented solution and process.

The following services should be executed through this deliverable.

A. Monitoring of failures of servers/hardware impacting availability of business critical

applications.

B. Monitoring of hardware Equipment/services i.e. IBM servers, Firewall services, Active

Directory, antivirus etc. deployed in the ISMS impacting services availability to the location.

C. Bidder should ensure maximum uptime for ISMS services, if a device/service experiences

less than uptime defined in Service Levels during a month periods due to hardware or

Security service failure then Bidder should coordinate with respective GUVNL authority.

D. Bidder has to provide the Helpdesk manpower at Operation Center, 24/7 and 365 days of

the year for managing ISMS services round the clock. Bidder is required to provide qualified

manpower in all shifts.

2.2.12 Documentation and Administration

Bidder should perform the following activities

Maintaining the Security Policy in line with the solution implemented onsite and recording

changes in the ISMS documents. Maintaining the firewall rules, Active directory policy and any

other details related to IT/network security, and submit to GUVNL ISMS team through

monthly report.

Maintaining the protocol address registers in terms of changes, addition or deletion of sites.

Maintaining of device configuration and OS backup on a monthly basis. Bidder should manage

Page 24 of 61

configurations of security systems and track changes regularly, if any change in environment

same should be updated via email and should capture in Operation center site documents.

Bidder is required to create/maintain the all the documentation related to ISMS at GUVNLs

operation center. Bidder should submit the daily downtime report to GUVNL for 365 days in

year.

2.2.13 Preventive Maintenance

Bidder will conduct Preventive maintenance measures at all sites on monthly basis except at

Sub Division/ Substation locations on quarterly basis.

2.2.14 Escalation Matrix

Bidder will provide the escalation matrix procedures with Level-1, 2 & 3.

Escalation offering complete escalation for service provider also.

2.2.15 Material Inventory

Bidder should maintain the inventory for all hardware/software equipment on behalf of

GUVNL. Inventory includes, Serial no., Model no., Type etc. Bidder has to submit report on

quarterly interval containing details like Location Name, Item Name, Sr. No. Model Type etc.

to GUVNL.

Bidder should also maintain the inventory of replaced Parts from the original manufacturers

or from Authorized distributor and same will be updated time to time to GUVNL officials.

2.2.16 Maintenance Services Commitment

Bidder’s response time for maintenance/breakdown complaint (i.e. time required to report at

the sites for bidder's engineer after the receipt of complaints from GUVNL through call/e-

mail/fax or letter form) shall be:

A. Less than 30 minutes in GUVNL and all subsidiary Companies’ Corporate Offices.

B. Less than 6 hours in remaining locations.

C. In case of no equipment spares are required than the problem has to be solved within 12

hours from receipt of complaint time. In case of equipment replacement required bidder

shall solve the problem within 24 hours from receipt of complaint time.

Page 25 of 61

2.2.17 Availability Management

The Bidder should aim at maintaining readiness for recovering from situations at earliest

possible time frame in case of an incident or problem arising in the IT security environment or

associated environment to reduce the impact on the business units.

A. Identification of probable causes of failures in ISMS.

B. Impact of associated systems, which can affect the service availability.

C. Defining methodologies/workaround to address the probable causes of failures in case of

incident or emergency.

D. Recommend on the possible solution/workaround to address the probable causes of

failure and follow up till its closure. The identification of probable causes and

methodologies should be done in consultation with the GUVNL.

E. The service delivery aims at addressing such issues to best of its knowledge and the inputs

received from the site and does not guarantee or claim that all the incidents arising onsite

should qualify for the methodologies defined for recovery or otherwise the availability of

the system. The deliverable aims to monitor the utilization of the resources deployed,

providing inputs for optimization and to cater to requirements for the future growth. Using

the necessary performance tools the following inputs can be obtained.

F. Top bandwidth usage, top sites visited, top denied sites reports.

G. Movement of hardware from one location to another location based on the requirement.

H. Based on the data from the performance monitoring tools, the Bidder should analyze and

provide inputs to the GUVNL with recommendations and suggestions.

2.2.18 Equipment Ownership

All current and future ISMS project equipment will remain under the ownership of GUVNL but

will be managed by the bidder. The bidder will maintain an inventory list of the equipment,

manufacturer, serial number, location, and principal user etc. As and when additional

equipment needs are identified, the selected Bidder shall bring these requirements to notice

of GUVNL based upon equipment life-cycle requirements.

2.2.18 Staffing

GUVNL must be involved in the selection, at the time of initiation of project and later on if

there is any change in staff. For the replacement of any position, the Bidder should notify

GUVNL in writing ninety (90) days prior to any planned replacement or turnover of staff. For

any unplanned replacement or turnover of staff the selected Bidder should notify GUVNL in

writing within twenty four hours of receipt of notification. The expectations for service levels

will be at the same level or higher for this replacement.

Page 26 of 61

2.2.19 Manpower placement

As a part of contract, Bidder has to ensure placement of qualified engineers at all requested

location for support as described in point 2.2.22

The Bidder shall monitor all ISMS services/components proactively from Operation Center.

Bidder should take the necessary action proactively to restore the ISMS Services without

waiting the call from field offices.

Any pre-empt error condition that is captured through system will be informed to The

Operations Center / field engineer for taking proactive action. Field Offices may also report

the call to Operations Center/ field engineer either telephonically or e-mail or any mode of

communication.

2.2.20 Substitution of Personnel

The Bidder shall not substitute key personnel without the prior approval of GUVNL. To replace

any personnel, the Bidder shall submit resumes of the proposed personnel specifying their

qualification and experience. All proposed substitute personnel shall have qualifications equal

to or better than those of the replaced personnel and must be approved by the GUVNL.

GUVNL shall have the option to interview the proposed substitute personnel. After the

interview, GUVNL shall notify the Bidder of acceptance or denial of the requested

substitution. During the change of personnel, there will be adequate overlap of transition

period to the satisfaction of GUVNL, which shall not be less than one month.

2.2.21 Manpower Deployment

Sr.No. Position Stationed at Number of

Person

Work

Durations

1 Project Manager HO, Vadodara 1 General

2 Windows Administrator HO, Vadodara 2 General

3 Linux Administrator HO, Vadodara 1 General

4 Systems Administrator (

Windows and Linux)

HO, Vadodara 4 Shift

5 Systems Administrator (

Windows and Linux)

GUVNL, PGVCL,

DGVCL and UGVCL

corporate offices

3 General

6 Security Administrator HO, Vadodara 2 General

Total 13

Page 27 of 61

2.2.22 Personnel Qualifications, Expertise Required and Certifications

Vendor ISMS team shall have the following profile

Team Description Team Profile

Project Manager • Minimum 6 years of IT experience

• Minimum 2 years of Project Management experience

• Experience of managing similar large setups

• Experience of handling teams, should have leadership qualities.

• B.E. or B. Tech. in IT/Computer Science or MCA from recognized

Institute

Windows

Administrator

• Minimum 4 years’ experience of working on Windows servers

administrator,

• Certification – MCSE or equivalent

• B.E. or B. Tech. in IT/Computer Science or MCA from recognized

Institute

Linux

Administrator

• Minimum 3 years’ experience of Linux Systems administration.

• Certification – RHCE or equivalent

• B.E. or B. Tech. in IT/Computer Science or MCA from recognized

Institute

Security Engineers • Minimum 4 years of experience in IT and Network Security

• Implement the policies for the use of the computer system and

network

• Certification – CCSP or CEH or equivalent

• B.E. or B. Tech. in IT/Computer Science or MCA from recognized

Institute

Systems

Administrator

(Windows and

Linux)

• Minimum 3 years’ experience of Linux and Windows Systems

administration.

• Certification – RHCE or MCSA or equivalent

• B.E. or B. Tech. in IT/Computer Science or MCA from recognized

Institute

2.2.23 Bio-data of Personnel

A. Bidder shall submit the Bio-data to ISMS team, GUVNL, Vadodara along with attested

copies of qualifications & experience in respect of the Service Engineer at the time of

acceptance test defined at clause 3.5.

B. Besides possessing the above qualifications, the manpower should be able to perform the

duties in accordance with the Scope of Work listed below.

Page 28 of 61

2.2.24 Roles & Responsibilities

Project Manager

Roles –

• Overall responsibility for the entire

project

• ISMS Monitoring/Maintenance

• Inventory Management

• SLA Management

Responsibilities –

• Timely project execution

• Team management

• Overall monitoring and management of ISMS

Project

• Spare and logistics management

• SLA reporting

• Arranging and handling Meeting with related

vendors and GUVNL

• Performs other duties as assigned

Linux Administrator

Roles –

• Day-to-day maintenance of all network equipment links

etc.

• Taking the calls, allocation escalation of calls

• User administration (setup and maintaining account)

• Maintaining system

• Verify that peripherals are working properly

• Quickly arrangement for repair of hardware in event of

failure

• Monitor system performance

• Create file systems

• Install software

• Create a backup and recovery policy

• Monitor network communication

• Implement the policies for the use of the computer

system and network

• Setup security policies for users

• A admin must have a strong grasp of computer security

(e.g. firewalls and intrusion detection systems)

Responsibilities –

• Trouble shooting and

debugging of problems, if any

• Up gradation of software, OS,

patches as required.

• Call logging, call assignment,

follow up for call closure

(talking to field offices for

their problem resolution)

• Call closure.

• Submission of related reports

periodically.

• Performs other duties as

assigned

Page 29 of 61

Windows Administrator

Roles –

• Responsible for all the technical aspect of project

implementation and running of the entire ISMS project.

• Day-to-day maintenance of all Windows Servers as per

annexure.

• Taking the calls, allocation

• Windows Server troubleshooting

• User administration

• Active Directory management, Group Policies management

• Monitor system performance

• Create file systems

• Install software

• Create a backup and recovery policy

• Update to new version of OS, application software and

patches as required

• Implementing various security features

Responsibilities –

• Trouble shooting and

debugging of problems

• Call logging, call assignment,

follow up for call closure

(talking to field offices for

their problem resolution)

• Implement the policies for

the use of the computer

system and network

• Performs other duties as

assigned

Security Administrator

Roles –

• Assisting with development,

implementation, and maintenance of

IT security solutions including

firewalls, anti-virus solutions, and

intrusion detection/prevention

systems

• Manage the Information System

Security Request form for account

creation and deletion

• Investigation of any actual or

potential information security

incidents

• Perform reviews of network security

architecture, information security

administration and policy

• Providing periodic reporting on

information security issues

• Review new system designs and

major modifications for security

implications prior to implementation

Responsibilities –

• Provide security awareness training for IT staff and

employees and management

• Maintain proper documentation of ISMS

environment

• Collaborate with Network Team in identifying

network and system vulnerabilities, and the

appropriate solutions to eliminate or minimize

their potential effects

• Collaborate with IT staff in the evaluation of new

software and hardware systems, particularly as

they relate to security

• Collaborate with administrative staff in ensuring

that departments have fulfilled their information

security responsibilities

• Call logging; call assignment, follow up for call

closure (talking to field offices for their problem

resolution)

• Manage and monitor DHCP, Allocate IP addressing

by using DHCP, Design DHCP scope.

• Performs other duties as assigned

Page 30 of 61

2.2.25 Security audit and Capacity Planning

During the tenure of the contract, the Bidder shall conduct a security audit and capacity

planning at least once in six months on the following aspects without any cost to the GUVNL:

To examine the health of the ISMS components by verifying the parameters such as

vulnerability assessment, latency, resources utilization during peak hours, patches and

software upgrades version and applications without any cost to the GUVNL. To identify the

performance bottlenecks, possible security loopholes and to take suitable rectification steps,

in consultation with the GUVNL and suggest measures for improvement. The Bidder will be

responsible for configuration of the ISMS components as per the GUVNL’s IT security policy.

Vendor will be responsible for complying with all the audit observations.

The Bidder is required to quote for management and maintenance of the all ISMS

components including manpower provisioning on an annual basis. No additional charges such

as conveyance, traveling, hotel expenses etc., will be paid to the Bidder or their engineers.

This responsibility will cover the continuous monitoring of ISMS components and taking of

corrective action as soon as possible. The bidder shall perform data collection to assist in

system capacity planning. System usage and configuration information shall be used with

performance statistics to reflect current and long-term system utilization. This information

shall be used to better estimate future requirements based on application, organizational or

technological changes as well as adjustments to provide improved cost/benefit of current

resources.

2.3 Performing core activities for ISMS

All Support engineers have to perform following common tasks jointly for ISMS.

A. Manage/Implement firewall rules

B. Manage/Implement Centralized network monitoring system (NMS).

C. Manage/Implement Server Roles

D. Maintain/Support Antivirus Services and HIPS

E. Maintain Network Intrusion Prevention System (NIPS)

F. Hardware support for servers and UPS

G. Maintain SLA defined by GUVNL IT

H. Implement/maintain the authentication for GUVNL and its subsidiaries

I. Any future IT infrastructure addition/modification/changes have to be incorporated in

existing ISMS setup by bidder without any additional cost to GUVNL.

J. Supply, install, support and maintenance of Out of Maintenance Upgrade for SolarWinds

Network Performance Monitor SL500, License with 3 year Maintenance (for 500 elements

License with NetFlow traffic analyzer module.)

K. Supply, install, Support and Maintenance of SolarWinds Server & Application Monitor

AL250 (up to 250 monitors) - License with 3 year Maintenance.

If the bidder failed to perform the above activities which attracts levy penalty as service failure.

Page 31 of 61

SECTION 3

Introduction

This section lays down the general and commercial terms and conditions and describes the

bidding process including content and form of responses.

3.1 General Terms and Conditions

A. The bidders are advised to study all technical and commercial aspects, instructions,

annexure, schedules, terms & conditions and specifications in the proposal carefully.

Failure to furnish all information required in the RFP or submission of a bid not

substantially responsive to the RFP in every respect will be at the bidder’s risk and may

result in the rejection of the bid.

B. The bids shall be submitted strictly in conformity with the specifications given in this RFP

and as per mandatory response format. The tender not submitted in the prescribed

format or incomplete in any manner are likely to be rejected without assigning any

reasons.

C. Tender document is not transferable.

D. Bids submitted after due date & time or incomplete in any respect are liable to be rejected.

E. The EMD cover will be opened first and in fulfillment of payment of tender fee and EMD,

technical bid will be opened. GUVNL reserves the right not to process the Commercial Bids

in case the Technical Bid is found to be unsuitable / not fulfilling the requirements as

specified in the RFP.

F. All the standards related to the solution proposed are to be complied as per the best

industry standard.

G. The bidder shall by responding to GUVNL for RFP, be deemed to have accepted the terms

and conditions of the RFP.

H. Delay in completion of assignment in the prescribed time limit will attract penalty as per

clause no. 3.9.

I. GUVNL reserves the right to increase or decrease the quantity against each item/s while

placing the order.

Page 32 of 61

3.2 Rights of GUVNL

This RFP entails an invitation by GUVNL for bidder response for ISMS AMC & Manpower

Services. It does not imply an offer by GUVNL and there will be no contractual obligation until

a formal contract is executed by the authorized signatories of GUVNL and the selected bidder.

With regard to the RFP, GUVNL has the following rights:

A. Accept or reject any of the proposals Alter the RFP.

B. Ask for re-submission.

C. Request clarification from bidders.

D. Terminate the RFP process, partially or entirely.

E. Modify the specifications before opening of price bid.

F. To obtain revised price Bids from the Bidders with regard to changes in RFP clauses

G. To evaluate the Bids based on reasonability and workable offer solution under this RFP.

If technical deviations furnished by the bidder are not agreeable to GUVNL, the offers may be

ignored. However it will be solely at GUVNL’s discretion to consider the technical deviations

OR not for considering the bidder. No correspondences of the bidder after opening of the bid

will be entertained in this matter.

GUVNL reserves the right to issue the amendments to the RFP at any time, prior to the

deadline for the submission of Bids. From the date of issue, amendments to RFP shall be

deemed to form an integral part of the RFP Document.

GUVNL may, in its absolute discretion, engage in discussion or negotiation with L1 bidder, if

required.

GUVNL may, in its absolute discretion, seek additional information or documents from any

respondents after the RFP closes and all such information and documents provided must be

taken to form part of that Respondent’s response.

The Bids received and accepted shall be evaluated by GUVNL to ascertain the best bid in the

interest of GUVNL based on scrutiny. However, GUVNL does not bind itself to accept the

lowest or any Bid and reserves the right to reject any or all Bids at any point of time prior to

the order without assigning any reasons whatsoever. GUVNL reserves the right to re-tender.

GUVNL shall not incur any liability to the affected Bidder(s) on account of such rejection.

GUVNL shall not be obliged to inform the affected Bidder(s) the grounds for GUVNL’s

acceptance or rejection.

Page 33 of 61

GUVNL while evaluating the proposal will also consider the competence and capability of the

bidder’s support services.

3.3 Tender Fee

Tender fee of Rs. 5,000/-(Rupees Five Thousand Only) (Non- refundable) should invariably be

paid by way of Demand Draft otherwise offer shall be ignored out rightly. Indian Postal

Orders (IPO’s) & Cheques are not acceptable. Demand Draft should be in the name of the

“Gujarat Urja Vikas Nigam Ltd.”, payable at Vadodara. The envelope shall be addressed to the

Chief Engineer (Tech), GUVNL. GUVNL shall not be responsible for the transit loss or

misplacement. Alternatively, the bidder can pay tender fee in CASH (at GUVNL, HO,

Vadodara – Cash Counter) and enclose the original Money receipt in the EMD cover.

Tender fee Demand Draft / Original Money receipt must be kept in the cover of EMD;

otherwise supplier’s offer is liable to be rejected.

3.4 Price Validity of offer

The price quoted should be exclusive of all applicable taxes. Bidders have to mention all taxes

separately. The prices quoted by the bidders shall be in Indian Rupees only. The Bids shall be

valid for a period of 120 days from the date of opening of technical Bid.

In case finalization of the tender is likely to be delayed, the tenderers will be asked to extend

the same without change in prices or any terms and conditions of the offer. If any change is

made, original or during the extended validity period, the offers will be liable for outright

rejection without entering in to further correspondence in this regard and no reference will

also be made.

3.5 Delivery Period

The commencement period will be 2 weeks from the date of PO. On successful completion of

acceptability test for consecutive 3 days for Manpower services at described field locations

and after GUVNL is satisfied with the accuracy and completeness of the performance of the

scope of work defined in this RFP, the acceptance certificate signed by the representative of

GUVNL and representative of the Bidder will be issued. The date on which such certificate is

signed shall be deemed to be the date of commencement of the contract for ISMS Project.

Page 34 of 61

3.6 Validity of Contract

The Contract shall be valid for a period of 1 (One) year from the commencement date as per

above clause 3.5. GUVNL reserves the right to extend the contract for a further period of

one year for subsequent 2nd and 3rd years at the same terms & conditions of the original

contract excluding cost of item no 1 & 2 of schedule B2 and subject to satisfactory

performance during the original contract period.

3.7 Payment Terms

Payment shall be made monthly after the end of month. Bidder shall have to submit daily

down time log report, ISMS services uptime report, manpower presence monthly report etc.

duly certified by GM(IT),GUVNL or his authorized representative not below the rank of S.E.

(Superintending Engineer) or equivalent along with monthly bills. Payments will be made

within 30 days of submission of invoice complete in all respect through cheques drawn on

scheduled bank at Vadodara.

Tax deduction at Source - Wherever the laws and regulations require deduction of such taxes

at the source of payment, the GUVNL shall effect such deductions from the payment due to

the Vendor. The remittance of amounts so deducted and issuance of certificate for such

deductions shall be made by the GUVNL as per the laws and regulations in force.

3.8 Performance Guarantee for execution period. (SD)

The vendor shall have to pay 10% (including tax) of the value of the order as a Security

Deposit within 15 days of letter of Intent/Acceptance, either in the form of Bank Guarantee,

or a separate DD payable at Vadodara, valid for the entire contract period-i.e. till the

completion of contract of ISMS Project towards satisfactory completion of the order. The

bank guarantee should be submitted strictly as per GUVNL format only. The order will be

placed only after submission of security deposit cum performance bank guarantee and

therefore agreement to be signed by the firm with GUVNL.

The Bank Guarantee shall be executed on the standard form prescribed by GUVNL. The bank

guarantee shall be from any of the nationalized banks or ICICI Bank/HDFC Bank/Axis Bank/

IDBI Bank or the banks notified by GOG vide GR No EMD/10/2013/107/DMO dated

06.04.2013 and from time to time. In case SD is paid by way of DD, no interest shall be paid

thereon for the period for which it remains with the customer.

Page 35 of 61

3.9 Delays in the vendor’s performance

The Bidder must strictly adhere to the maintenance of ISMS project and Facility Management

Services, Equipment/service delivery at GUVNL locations, Deployment of manpower at HO &

field offices, commissioning of Operations Center as specified in the agreement / contract in

the performance of the obligations and any delay in this regard will entitle GUVNL to resort to

any or both of the following:

• Termination of the agreement/contract

• Claiming Liquidated Damages

Time is the essence of the Agreement/contract. The Bidder shall be liable to pay GUVNL

liquidated damages (LD) at half percent( 0.5%) per week or part thereof but limited to the

maximum of 10% value of agreement/contract inclusive of all taxes, duties, levies etc. due to

any delay in performance or non-performance of any or all the obligations under the

agreement/contract. This condition will not be applicable for reasons attributable to GUVNL

as well as Force Majeure, though the onus of proving the same lies with the Vendor.

GUVNL will have the right to recover the liquidated damages, if any, from any amount payable

to the Vendor under any other contracts awarded by GUVNL or its subsidiary companies. Also,

if the specifications of the RFP are not met by the bidder during various tests, the bidder

shall rectify or replace the same to comply with the specifications immediately, failing

which GUVNL has the sole right either to reject or to accept it finally by recovering the

suitable amount as deemed reasonable by GUVNL. Decision of GUVNL in this regard shall be

final and binding.

Further, “GUVNL reserves the right to terminate the Contract (i.e. Works order) at any time,

without assigning any reasons, whatsoever, by giving a notice period of TWO months

from the date of Notice of termination of the Contract. Bidders will not be entitled for any

compensations/damages/losses, whatsoever, on account of such termination of the

Contract.”

Non-payment of penalty amount may result in to encashment of bank guarantee, during the

Warranty period. If equipment is down for more than one month then GUVNL has right to

Purchase the equipment of equivalent specifications/next higher model at the cost of Vendor.

Page 36 of 61

3.10 Service Level Agreement

The Guaranteed uptime performance requirement is described below for each ISMS Service

mentioned in Scope of Work. If bidder is not able to maintain same, penalty charges per day

will be levied as mentioned in table 3.11.1. Non-payment of penalty amount may result in to

encashment of Bank Guarantee.

Uptime for ISMS servers/services hosted at e-Ujra Data Center and Corporate Offices = 99.7%

Uptime for remaining ISMS Services/Servers =99%

Uptime is defined as below:

�������%� �Totalnoofhoursinmonth– Totalunplanneddowntimeinmonth�inhoursTotalno. ofhoursinthemonth ∗ 100

For up time calculation, number of hours in month would be 720 hours considering 30 days a

month.

3.11 Penalty

3.11.1 Penalty Table for ISMS services.

Downtime (%) Penalty per day in INR

Data Center & Corporate office

Servers

Remaining locations

1% 6000 3000

2 % 7000 4000

3% 8000 5000

4% 9000 6000

5% and above 10000 7000

If equipment is down for more than one month then GUVNL has right to purchase the

equipment of equivalent/next higher models at the cost of bidder.

3.11.2 Penalty charges for Manpower Absentee/deficit

Team Description Penalty Per Day (in Rs.)/ Person

Project Manager 2000/-

Windows Administrator 1500/-

Linux Administrator 1500/-

Security Administrator 1500/-

Systems Administrator ( Windows and Linux) 1000/-

Page 37 of 61

(The day is reckoned as calendar day not on the basis of 24 hours. Depending upon the

requirements, GUVNL may change the operational hour’s timings from time to time.)

3.11.3 Penalty charges for Operations

Additional Penalty for not performing below tasks/reports will be Rs. 1000/- per day.

A. Monthly Report Submission Schedule

B. Preventive Maintenance Report for all locations on monthly basis except at

Circle/DO/SS/SD on Quarterly Basis.

C. Quarterly Inventory Report for all locations with location name, Item, Quantity, Model Sr

No, Make, Type etc.

D. Equipment Movement Monthly Report

E. Monthly Backup Report.

F. Monthly Manpower Presence Sheet.

G. Successful bidder has to submit all the above reports to GM (IT) on or before 10th day of

Respective Month.

H. SAN Storage Usage/free space report, with growth rate and projection for one year.

I. Domain Users report like active/non-active users etc.

J. Firewall rules/policies create/modify/delete report.

K. Monthly ISMS Server, desktops and other devices inventory report.

L. DNS addition/modification/deletion report.

M. Internet Access allow/deny report.

N. Penalty for not performing HOTO

O. Penalty for not able to perform task assigned by GUVNL ISMS Team

P. All other ISMS related tasks assigned by GUVNL, ISMS Team.

The maximum response time for maintenance/breakdown complaint from any of the

destination specified in the schedule of requirements (i.e. time required to report at the sites

for bidder's engineer after the receipt of complaints from GUVNL through call/e-mail/fax or

letter form) shall be:

A. Less than 30 minutes in GUVNL and all subsidiary Companies’ Corporate Offices.

B. Less than 6 hours in remaining locations.

In case no equipment spares are required then the problem has to be solved within 12 hours

from receipt of complaints time. In case equipment replacement is required, bidder shall

solve the problem within 24 hours from receipt of complaints time.

For more than 5 downtime, instances in a week totaling more than 2 hours ( Monday to

Saturday) between working hours ( 8:30 AM to 8:30 PM) of GUVNL and subsidiary companies

an amount of Rs. 5000/- will be deducted in addition to above penalty amount irrespective of

the uptime limit.

Page 38 of 61

3.12 Termination of Contract

In case, the bidder fails to deliver the services thereof within contractual period, GUVNL shall

exercise its discretionary power either:

• To recover, from the supplier as agreed, by way of penalty clause above, or

• To purchase elsewhere after giving due notice to the supplier on account and at the

risk of the supplier such stores not so delivered or other similar description without

canceling the contract in respect of the consignment or services not yet due for

delivery or

• To cancel the contract.

In the event of the risk purchase of stores of similar description, the opinion of GUVNL shall

be final. In the event of action taken under clause (a) or (b) above, the supplier shall liable to

pay for any loss which GUVNL may sustain on that account but the supplier shall not be

entitled to any saving on such purchases made against default. The decision of GUVNL shall be

final as regards the acceptability of stores supplied by the supplier and GUVNL shall not be

required to give any reason in writing or otherwise at any time for rejection of the stores.

Further, “GUVNL reserves the right to terminate the Contract (i.e. Work order) at any time,

without assigning any reasons, whatsoever, by giving a notice period of TWO month from the

date of Notice of termination of the Contract. Contractor will not be entitled for any

compensations / damages / losses, whatsoever, on account of such termination of the

Contract.”

3.13 Indemnity

The bidder shall indemnify, protect and save the GUVNL against all claims, losses, costs,

damages, expenses, action suits and other proceedings, resulting from any actions of the

employees, agents of the Vendor.

The bidder shall submit undertaking as per Annexure-U, to protect and save the GUVNL

against all claims, losses, costs, damages, expenses, action suits and other proceedings,

resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or

such other statutory infringements in respect of all hardware and software used by them.

Compliance with Statutory and Regulatory Provisions It shall be the sole responsibility of the

bidder to comply with all statutory and regulatory provisions while delivering the services

mentioned in this RFP. The bidder shall be entirely responsible for all applicable taxes, duties,

levies, charges, license fees, road permits, etc. in connection with movement of ISMS

equipment at site including incidental services and commissioning.

Page 39 of 61

The bidder must also ensure that all applicable laws framed by the Central Government, State

Government and Local Bodies, including payment of applicable minimum Wages and all laws

pertaining to contract employees/labour laws are complied with while providing network

management services. The vendor may have to execute an indemnity bond in favour of the

GUVNL in this regard.

Providing clarifications/particulars/documents etc. to the appropriate tax authorities for

assessment of tax, compliance with labour and other laws, etc. will be the responsibility of the

vendor at his cost.

3.14 Arbitration

All questions, disputes or differences whatsoever which may at any time arise between the

parties to this agreement touching the agreement or subject matter thereof, arising out of or

in relation there to and whether as to construction or otherwise shall be referred to the

decision of the Sole Arbitrator, appointed by the Chairman, GUVNL, for that purpose, who

shall be a retired High Court Judge or retired District and Sessions Judge, and the decision of

the said Arbitrator shall be final and binding upon the parties. Reference to the arbitration

shall be governed by the provisions of Indian Arbitration & Conciliation Act., 1996 as amended

from time to time and the rules made there under.

3.15 Jurisdiction

All questions, disputes or differences arising under/ out of or in connection with the Tender /

Contract if concluded shall be subject to the exclusive jurisdiction of the court under whose

jurisdiction the place from which the tender / Acceptance of tender is issued, is situated i.e.

Vadodara.

If the bidder fails to pay the Security Deposit or defaults in execution of the orders placed or if

GUVNL suffers any financial loss due to this, then GUVNL will be at liberty to adjust the

amount from other orders of the same firm placed by GUVNL or its subsidiary companies or

by enchasing the Bank Guarantee.

Page 40 of 61

3.16 Submission of Bids

The Bidders should submit their responses in two parts,

1. The Technical Bid

2. The Commercial Bid

Formats of the technical tender forms are placed at Annexure C.

All Bids and supporting documentation shall be submitted in English. All costs and charges

indicated in the Commercial Bids should only be in Indian Rupees.

The sealed envelope containing Technical responses shall be super scribed Technical Bid for

******against RFP No ______ dated ”in the top left hand corner.

Bidders are instructed not to submit their commercial bids in physical form.

The Bids which are not submitted as indicated above are liable to be rejected. GUVNL will not

be liable for Postal or any other delay, non-receipt / non-delivery of documents, loss of

documents in transit, etc., if any.

Bidders are requested to submit a “soft copy” version of their Technical responses on a CD in

Microsoft Office Word 2003 format over and above the hard copy of technical bid only. Soft

copies are to be sealed with the respective Technical Bid envelopes.

All pages of the Bid including Brochures are to be numbered as Page --- (current page) of ---

(total pages). The numbering shall be done for the whole Bid and not section-wise.

Technical bid is to be submitted through RPAD/Speed post only. No courier/hand delivery will

be allowed.

DELAYED AND LATE TENDERS

NO TENDER SHALL BE ACCEPTED / OPENED IF RECEIVED AFTER DUE DATE AND

TIME OF THE RECEIPT OF TENDER IRRESPECTIVE OF DELAY DUE TO POSTAL SERVICES OR ANY

OTHER REASONS AND GUVNL SHALL NOT ASSUME ANY RESPONSIBILITY FOR LATE RECEPIT OF

TENDER. ANY CORRESPONDANCE IN THIS MATTER WILL NOT BE ENTERTAINED.

The envelope shall be dated with the due date in the top right hand corner and addressed as

below:

Chief Engineer (Tech), GUVNL

Sardar Patel Vidyut Bhavan, Race Course,

Vadodara–390007

Page 41 of 61

3.17 Earnest Money Deposit

EMD (Earnest Money Deposit) at the rate of 1% of the value of the estimated cost of tender is

payable. 100% EMD is payable by Demand Draft/Banker’s cheque in favour of the Gujarat Urja

Vikas Nigam Ltd. on any Scheduled / Nationalized Banks in Vadodara. It can also be furnished

by way of an irrecoverable Bank Guarantee from any nationalized Bank as per Govt. GR No

EMD/10/2013/107/DMO dated 06.04.2013, strictly in a standard format prescribed by GUVNL

(Format given in this tender document). And if this amount is more in respect of tender value

of Rs.1 Crore, it should be partially (50%) by DD in favour of Gujarat Urja Vikas Nigam Ltd. on

any Scheduled Bank in Vadodara and balance 50% by Bank Guarantee from any Scheduled /

Nationalized Banks in a standard format prescribed by GUVNL (Format given in this tender

document). Cheques are not acceptable. CORPORATE BANK GUARANTEES NOT ALLOWED.

The EMD should be placed in the EMD Cover envelopes. No interest shall be paid on the

Earnest Money. Bids without Earnest Money Deposit are liable for rejection.

The EMD shall be returned to the selected Bidder on submission of SD.

For other Bidders, the EMD shall be returned after award of contract to the selected Bidder.

No interest will be paid on EMD.

All Bidders, or their authorized representatives, in their own interest are expected to

remain present at the time of the opening of the EMD Cover. Only one person per Bidder will

be allowed to be present at the time of the opening the EMD Cover.

The cost of preparing the response to this RFP will be the responsibility of the Bidder and

GUVNL will not be liable for any costs incurred by the Bidder.

Incomplete Bid(s), conditional Bid(s), Bid(s) not conforming to the terms and conditions, Bids

without EMD are liable for rejection by GUVNL. If the submission does not include all the

information required or is incomplete, the proposal is liable to be rejected. All submissions,

including any accompanying documents, will become the property of GUVNL. Respondents

shall be deemed to license, and grant all rights to GUVNL to reproduce the whole or any

portion of their submission for the purpose of evaluation, to disclose the contents of the

submission to other respondents and to disclose and/or use the contents of the submission

as the basis for any resulting RFP process, notwithstanding any copyright or other

intellectual property right that may subsist in the submission or accompanying documents.

The bank guarantee should be submitted strictly as per GUVNL’s format only.

Page 42 of 61

3.18 Other Terms & Conditions:

1. Any correspondence or enquiry subsequent to opening of Technical and Commercial

bids is not desirable. If the same is indulged into, it will be considered for disqualifying

the tender. The Tenderer will be required to abstain from pursuing / canvassing the

matter, directly or indirectly with any Officers of GUVNL, as otherwise the same would

also amount to disqualification of the tender.

2. GUVNL does not accept the printed conditions of any Tenderer. It will be ignored

without any reference; hence tenderers should withdraw such printed conditions if

they have any.

3. Revision of prices or any commercial terms affecting the price after opening of

technical bids shall not be considered and will be ignored.

4. If in any company, the interest of any employee of the Gujarat Urja Vikas Nigam Ltd. or

his relative as defined in Section VI of the Company's Act. 1956, is 10% or more,

GUVNL will not deal with such company at all. Tenderer therefore, must specifically

disclose this fact in his technical Bid. Non-disclosure of such facts would disqualify the

Tenderer for further dealing with Gujarat Urja Vikas Nigam Ltd.

5. If the Tenderer fails to pay the Security Deposit or defaults in execution of the orders

placed or if GUVNL suffers any financial loss due to this, then GUVNL will be at liberty

to adjust the amount from other orders of the same firm or by encashing the Bank

Guarantee.

6. The agreement between GUVNL & the successful bidder has to be done before

placement of order but after receipt of performance guarantee for execution period

(Security Deposit).

3.19 STATUTORY VARIATION

Any statutory increase or decrease in the taxes and duties subsequent to suppliers offer if it

takes place within the original contractual delivery date will be to GUVNL’s account subject to

the claim being supported by documentary evidence. However, if any decrease takes place

after the contractual delivery date, the advantage will have to be passed on to GUVNL.

Page 43 of 61

SECTION 4

4.1 Annexure A: Earnest Money Deposit

E. M. D. BANK GUARANTEE FORMAT

FOR TENDER NO.: GUVNL / ____________________________

APPENDIX – I

(BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)

Messer’s WHEREAS ____________________________________ (Name & Address of the Firm)

having their registered office at _____________________________________ (Address of the

firms Registered office) (Hereinafter called the ‘Tenderer’) wish to participate in the tender No.

_________________________ for ____________________________________________ of

(Supply/Erection/Supply & Erection Work) (Name of the material/ equipment / Work) for

_________________________ Gujarat Urja Vikas Nigam Ltd. and WHEREAS a Bank Guarantee for

(Hereinafter called the “Beneficiary”) Rs._____________(Amount of EMD) valid till

_________(Mention here date of validity of this Guarantee which will be 4 (FOUR) months

beyond initial validity of Tender’s offer) which is required to be submitted by the tenderer along

with the tender.

We, __________________ (Name of the Bank and address of the Branch giving the Bank

Guarantee) having our registered office at ______________________ (Address of Bank’s

registered office) hereby give this Bank Guarantee No.________________ dated _________ and

hereby agree unequivocally and unconditionally to pay immediately on demand in writing from

the Gujarat Urja Vikas Nigam Ltd. or any officer authorized by it in this behalf any amount not

exceeding Rs. ______________ (Amount of E.M.D.), (Rupees

_________________________________ (In words) to the said Gujarat Urja Vikas Nigam Ltd. on

behalf of the Tenderer.

We ___________________________ (Name of the Bank) also agree that withdrawal of the tender

or part thereof by the Tenderer within its validity or Non submission of Security Deposit by the

Tenderer within one month from the date tender or a part thereof has been accepted by the

Gujarat Urja Vikas Nigam Ltd. would constitute a default on the part of the Tenderer and that this

Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case

of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable

to be forfeited by the Beneficiary.

Page 44 of 61

This agreement shall be valid and binding on this Bank up to and inclusive of

____________________ (Mention here the date of validity of Bank) and shall not be terminable

by notice or by Guarantor change in the constitution of the Bank or the firm of Tenderer Or by

any reason whatsoever and our liability hereunder shall not be impaired or discharged by any

extension of time or variations or alternations made, given, conceded with or without our

knowledge or consent by or between the Tenderer and the GUVNL.

NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee is

restricted to Rs. __________ (Amt. of E.M.D.) (Rupees

____________________________________) (In words). Our Guarantee shall remain in force till

_________ (Date of validity of the Guarantee). Unless demands or claims under this Bank

Guarantee are made to us in writing on or before_______ (date should be 1 month after the

above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited

and we shall be released and discharged from all liabilities there under:

Place:

Date:

Please Mention here Complete Postal Address of the Bank

with Branch Code, Telephone and Fax Nos.

Signature of the Bank’s

Authorized Signatory with

Official Round Seal.

NAME OF DESIGNATED BANKS:

All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

Private Sector Banks authorized by RBI to undertake the state Government business, which are (i)

Axis Bank (ii) ICICI Bank (iii) HDFC Bank

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government

of Gujarat (GoG) from time to time.

Page 45 of 61

4.2 Annexure B: Performance Guarantee for execution period. (SD)

ON STAMP PAPER OF RS.100/-

FORM OF BANKER’S UNDERTAKING

[For Performance Guarantees (PG) for supply period as per Commercial Terms and Conditions of Tender]

We, Bank of ___________________________________ hereby agree unequivocally and

unconditionally to pay immediately on demand in writing from the Gujarat Urja Vikas Nigam Ltd.

or any Officer authorized by it in this behalf any amount up to and not exceeding Rs._______ (in

words) Rupees ___________________ to the said Gujarat Urja Vikas Nigam Limited on behalf

of M/s. _________________________________________________

who have entered into a contract for the supply/works specified below:

L.O.A. No.__________________________dated_________.

This agreement shall be valid and binding on this Bank upto and inclusive of ______________ and

shall not be terminable by notice or by change in the constitution of the Bank or the firm of

Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not

be impaired or discharged by any extension of time or variations or alterations made, given

conceded or agreed, with or without our knowledge or consent, by or between parties to the said

within written contract.

“NOTWITHSTANDING” anything contained herein before, our liability under this guarantee is

restricted to Rs.___________ (Rupees ___________________________ only). Our guarantee

shall remain in force until ____________________ (Date of validity of the Guarantee). Unless

demands or claims under this Bank Guarantee are made to us in writing on or before_______

(date should be 1 month after the above validity period of BG), all rights of Beneficiary under this

Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities

there under:

Place:

Date:

Please Mention here Complete

Postal Address of the Bank with Branch

Code, Telephone and Fax Nos.

Signature of the Bank’s Authorised

Signatory with Official Round Seal.

NAME OF DESIGNATED BANKS:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

2. Private Sector Banks authorized by RBI to undertake the state Government business, which

are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank

Page 46 of 61

Note: The banks shall be the Banks recognized / notified by the Finance Department,

Government of Gujarat (GoG) from time to time

Page 47 of 61

4.3 Annexure C: Tender form – Technical Bid

TENDER FORM

GUJARAT URJA VIKAS NIGAM LIMITED

Sardar Patel Vidyut Bhavan,

Race Course, Vadodara – 390 007.

Re: RFP No. ____________________________ GUVNL / COMMERCIAL BID.

Sub: Supply of AMC and manpower services for ISMS (Information Security Management

System) for various locations of GUVNL and all subsidiary companies.

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the same are set out in the RFP Document.

We attach here to the Tender/RFP as required by the RFP, which constitutes my/our bid. We

undertake, if our Tender/RFP is accepted, to adhere to the implementation plan put

forward in the Tender/ RFP or such adjusted plan as may subsequently be mutually agreed

between us and the Gujarat Urja Vikas Nigam Limited or its appointed representatives.

If our Tender/RFP is accepted, we will obtain a performance bank guarantee in the format

given in the Tender Document issued by a scheduled commercial bank in India as notified

by GOG GR No EMD/10/2013/107/DMO dated 06.04.2013 or as notified from time to time for

a sum equivalent to 10% of the contract sum for the due performance of the contract.

We agree to abide by this Tender for a period of 120 days from the date fixed for opening of

technical bid and it shall remain binding upon us with full force and virtue, until within this

period a formal contract is prepared and executed, this Tender, together with your written

acceptance thereof in your notification of award, shall constitute a binding contract between

us and will initiate the formation of a separate contract in respect of maintenance and

support services after the expiry of the warranty period.

We agree that GUVNL is not bound to accept the lowest or any Tender/RFP you may receive.

We also agree that GUVNL reserve the right in absolute sense to reject all or any of the

services/products specified in the Tender/RFP without assigning any reason whatsoever.

Page 48 of 61

It is hereby confirmed that I/We are entitled to act on behalf of our corporation / company /

firm / organization and empowered to sign this document as well as such other documents

which may be required in this connection.

Dated this …………………………. Day of …………………..2013

…………………………………………….…………………………………………….

(Signature)

(In the capacity of) Duly authorized to sign the Tender Response for and on behalf of:

………………………………………………………………………………………………

………………………………………………………………………………………………

(Name and address of Bidding Company) Seal/Stamp of Tender

Witness name: …………………………………………… Witness address: ………………………………………..

……………………………………………………………………

Witness signature: ……………….…………………….

Attachments:

Tender/ RFP Technical Response

Page 49 of 61

4.4 Annexure D:

List of Performance Certificate submitted with the Technical Bid

DETAILS OF THE EXPERIENCE FOR SUPPLY OF SIMILAR TYPE OF ITEMS IN LAST FIVE YEARS FROM

THE DUE DATE OF TENDER:

Sr.

No

SERVICES

SUPPLIED

TO

ORDER

REFERENCE

No. & DATE

ITEMS QUANTITY

ORDER

FULLY

EXECUTED.

YES/NO

STATUS, IF

ORDER

UNDER

EXECUTION

REMARKS

A GUJARAT URJA VIKAS NIGAM LIMITED or its Subsidiaries:

1)

2)

3)

4)

5)

B OTHER STATE ELECTRICITY BOARDS:

1)

2)

3)

4)

5)

C PRIVATE FIRMS:

1)

2)

3)

4)

5)

Page 50 of 61

4.5 Annexure E: Checklist

The bidder shall confirm whether following are submitted in their bid. The bidder shall indicate

the page no. at which the details asked below are furnished, otherwise, bid is liable for rejection.

Vendor must fill up below details & should place at the top of the Technical Bid.

Sr.

No.

DETAILS Submitted

(Yes/No)

Page No.

at which

details

1 Technical bid.

2 Bid in English, Sealed and Super scribed.

3 EMD Submitted with Technical Bid-EMD cover kept as separate

enclosure.

4 Bidder’s Response sheet as per Section 2 Checklist Duly filled and

signed forms

Annexure A-Earnest money deposit

Annexure B-Performance bank Guarantee

Annexure C –Tender Form(Technical Bid)

Annexure D – List of performance certificate submitted with the

Technical bid.

5 Whether the Bid is authenticated by authorized person

6 All the pages are numbered properly

7 All pages are authenticated by sign and seal (Full signature to be affixed

and not initials). Erasures/ Overwriting/Cutting/Corrections

authenticated Certification/Undertaking is authenticated.

8 Whether price quoted are all exclusive of all taxes

9 Whether Taxes and Duties are separately indicated in Price bid

10 Whether the documents indicating the financial turnover

11 Liquidated damages Terms Agreed: (Specify YES / NO.)

12 Delivery Terms Agreed: (Specify YES / NO.)

13 Validity Of The Offer Agreed: (Specify YES / NO.)

14 Payment Terms Agreed: (Specify YES / NO.)

15 Earnest Money Deposit Terms Agreed (YES/NO)

16 Performance Guarantee Terms Agreed (YES/NO.)

17 Written undertaking of faulty hardware replacement

18 Written undertaking to maintain complete ISMS solution for three

years as mentioned in clause 1.5.2 para 2.

Page 51 of 61

4.6 Schedule – A (Technical Bid)

Sr. Item Unit Tender Qty. (In nos.)

Offered

Qty. In

nos.

1 Comprehensive AMC of all

Equipments (mentioned at

annexure Z with IBM back to back

OEM 24x7x365days support and

non-IBM equipments mentioned

at Annexure Y) maintenances and

Logistics, Deployment of

Engineers Manpower at GUVNL

and at Other corporate offices

AMC + Manpower AMC of Hardware

Equipments + 13

manpower

2 Supply, install, Support and

Maintenance of Out of

Maintenance Upgrade for

SolarWinds Network

Performance Monitor SL500,

License with 3 year Maintenance

(for 500 elements) License with

NetFlow traffic analyzer module.

License/Maintenance 500 nodes/elements

3 Supply, install, Support and

Maintenance of SolarWinds

Server & Application Monitor

AL250 (up to 250 monitors) -

License with 3 year Maintenance.

License/Maintenance 250 monitors

Total

Bidder has to quote for full quantity for all the above items, in absence of that, the bids will not be

considered for further evaluation. No further correspondence will be entertained in any case.

Page 52 of 61

4.7 Schedule – B1 (Price Bid)

S

r

.

Item Uni

t

Tender

Qty.

In nos.

Offer

ed

Qty.

In

nos.

Yearly Price

END

Cost

withou

t tax in

Rs.

Taxes

in %

(Servic

e Tax)

Taxes

in Rs.

(Service

Tax)

Taxes

in %

(VAT)

Taxes

in Rs.

(VAT)

End Cost

with tax

in Rs.

col1

col2 col3 col4 col5 col6 col7

col8=col6

X(col7/10

0)X0.70

col9

col10=

col6x(c

ol9/100

)x0.8

col11=col

6+col8+co

l10

1 Comprehensive AMC of all

Equipments (mentioned at

annexure Z with IBM back

to back OEM 24x7x365days

support and non-IBM

equipments mentioned at

Annexure Y) maintenances

and Logistics, Deployment

of Engineers Manpower at

GUVNL and at Other

corporate offices AM

C +

Ma

np

ow

er

AM

C o

f H

ard

wa

re E

qu

ipm

en

ts

+ 1

3 m

an

po

we

r

Total

Schedule – B2 (Price Bid)

S

r

.

Item Unit

Tender

Qty.

In nos.

Offere

d Qty.

In nos.

Price

END

Cost

without

tax in

Rs.

Taxes

in %

(Servic

e Tax)

Taxes

in Rs.

(Service

Tax)

Taxe

s

in %

(VAT

)

Taxes

in Rs.

(VAT)

End

Cost

with tax

in Rs.

col1

col2 col3 col4 col5 col6 col7

col8=col6X(

col7/100)X

0.70

col9

col10=

col6x(col9

/100)x0.8

col11=c

ol6+col

8+col10

1 Supply, installation,

commissioning, Support and

Maintenance of Out of

Maintenance Upgrade for

SolarWinds Network

Performance Monitor

SL500, License with 3 year

Maintenance (for 500

elements) License with

NetFlow traffic analyzer

module. Lice

nse

/Ma

inte

na

nce

50

0 n

od

es/

ele

me

nts

2 Supply, installation,

commissioning, Support and

Maintenance of SolarWinds

Server & Application

Monitor AL250 (up to 250

monitors) - License with 3

year Maintenance. Lice

nse

/Ma

inte

na

n

ce

25

0 m

on

ito

rs

Total

(i) Above rates for Sr.No. 1 & Sr.No. 2 in Schedule B2 are for total 3 years.

Page 53 of 61

Schedule – B (Price Bid)

Sr. Item END Cost without tax

in Rs.

1 Schedule B1

2 Schedule B2

Total

REMARKS:

I/We agree to supply the above mentioned services above at the rates here in tendered by me /

us subject to the condition of Tender and supply of the Tender inquiry which I/ We have carefully

read and which I /We have thoroughly understood and to which I/we agree.

I / We here by agree to keep this offer open for 120 Days from the opening date of technical Bid

and shall be bound by communication of acceptance dispatched within the prescribed time.

DATE: Yours Faith fully

(Signature of the Bidder)

(With company’s round seal)

Page 54 of 61

4.8 Annexure U: UNDERTAKING

UNDERTAKING

(Duly notarized on recent Non-Judicial

Stamp Paper value of Rs. 100/-)

This deed of undertaking is executed on _________at Vadodara by M/s. ____________

______________ __________ a Company registered under Companies Act, 1956, having its

registered Office at ___________________________________________ to the following effect.

WHEREAS Gujarat Urja Vikas Nigam limited (hereinafter referred to as ‘GUVNL’) a company

incorporated under the Companies Act, 1956 having its Head Office / Registered Office at Sardar

Patel Vidyut Bhavan, Race Course, Vadodara has placed Work Order No. _____________

____________ dated _________ for ISMS Project For Various locations of GUVNL and its subsidiary

companies for GUVNL and all its subsidiary companies to M/s_______________.

WHEREAS as per terms of tender Clause No. 3.13, the contractor has to indemnify the ‘GUVNL’ to

maintain Integrity & Confidentiality for data provided by the GUVNL. We hereby by bind ourselves

to safeguard the interest of GUVNL, we further indemnify the GUVNL against Integrity &

Confidentiality of data provided by the GUVNL and if any damages occurred to GUVNL we hereby

assure that interest of GUVNL will be fully safeguarded and indemnified by us in all respect.

__________________

(Authorized Signature)

Name & Designation

In the Presence of Signature

With Name, Designation &

Address

1.

2.

Notary Public

Page 55 of 61

5.1 Annexure – Y

Equipments are to be covered in comprehensive AMC by successful bidder.

Uninterruptible power Supply (UPS)

Sr.

no.

Company

name Name of Circle

No.

of

UPS

Make

of

UPS

Model UPS Sr. No. Capacity

in KVA

1 PGVCL AMRELI 1 APC SURT3000 XLI NS0642003771 3

2 PGVCL BHAVNAGAR 1 APC SURT3000 XLI NS0608000422 3

3 PGVCL JAMNAGAR 1 APC SURT2000 XLI JS0537008049 2

4 PGVCL PORBANDAR 1 APC SURT3000 XLI NS0731000524 3

5 PGVCL RAJKOT CITY CIRCLE 1 APC SURT3000 XLI NS0731000544 3

6 PGVCL RAJKOT RURAL 1 H-REL AP1000SWL 1006050039 1

7 PGVCL SURENDRANAGAR 1 APC SURT3000 XLI NS0710015451 3

8 PGVCL RAJKOT CORPORATE 1 APC SURT 5000 XL NS0715015231 5

9 DGVCL Surat HO 1 APC SURT6000XL NS0715015182 6

10 DGVCL Valsad 1 APC SURT2000XL JA0539034744 2

11 UGVCL Himmatnagar 1 APC APC-SURT3000XLI NS0731000543 1

12 UGVCL Sabarmati 1 APC APC 6000 Not Clear on Tag. 1

13 UGVCL Mehsana 1 APC S410D, 10KV UPS 100810AS1226 10

14 UGVCL Palanpur 1 APC Smart UPS RT-3000 JS0535016979 1

15 GETCO Mehsana TR 1 APC SURT3000XLI NS0731000542 3

16 GETCO Amreli TR 1 APC SURJ2000XLI JS0539035330 2

17 GETCO Gondal TR Smart UPS RT 2000 1.4 KVA

18 GETCO Jambuva TR 1 APC SURT 6000XLI NS 07200Z1605 6KVA

19 GETCO Nadiad TR 1 APC APC SMART-RT LR63938 3KVA

20 GETCO Palanpur TR 1 APC SURT3000XLI NSO731000538 3KVA

21 GSEC Dhuvaran 1 APC

22 GSEC Gandhinagar 1 APC SURT 3000 XL1 NSO731000531 3KVA

23 GSEC Kadana 1 APC SURT2000XLI JS0539035375 2 KVA

24 GSEC Panandro 1 APC Smart Ups RT 3000 NS0731000518 3KVA

25 GSEC Sikka 1 APC SMART SURT2000XLT JSO5380/0446 2KVA

26 GSEC Ukai 1 APC SURT3000XLI NS0731000538 3KVA

27 GSEC Utran 1 APC SURT2000XLI J50539034747 2 KVA

28 GSEC Wanakbori 1 APC SMART SURT 3000 3 KVA

29 GSEC Wanakbori 1 APC APC SU01000XL YS0206220478 1 KVA

30 MGVCL Anand 1 APC SMART SURT 3000 3KVA

31 MGVCL Baroda OM 1 APC SMART SURT 3000 3KVA

32 PGVCL Bhuj 1 APC BACKUO RS 1500 BB0936008711 1KVA

33 PGVCL Junagadh 1 APC BACKUP RS 1500 BB0843021102 1KVA

34 PGVCL Morbi 1 APC BACKUP RS 1500 BB0843020894 1KVA

35 PGVCL Junagadh 1 APC BACKUP RS 1500

1KVA

Total 35

Page 56 of 61

Storage Area Network (SAN)

Make EMC

Model CLARIION CX3-20

Total Usable Storage 2048 MB

Serial No SP A CF2TJ072000039

Serial No SP B CF2TJ071600184

Other equipments at Data Center

Sr.No. Assets at e-urja Data Center, GUVNL Model Qty.

1 3 COM Switch (24 Port) 3CR17761-91 (4500G) 3

2 3 COM Switch (26 Port) Super Stack 3- 3CR17561-91 (4500) 1

3 17" LCD Monitor, Key Board, Mouse BENQ FP71G 2

4 KVM Switch - 8 Port ATEN CS9138 3

5 Desktop Lenovo IBM Think Centre M55e 4

6 Rack President make 3

Page 57 of 61

5.2 Annexure – Z

Equipments are to be covered in comprehensive AMC with back to back OEM support by successful

bidder.

Sr. No. 01 to 40

Sr. No. Model Serial No. Base Price in INR 1 IBM ESERVER X3400-[7975B2A] 99A7352 475000.00

2 IBM ESERVER X3400-[7975B2A] 99A7434 403750.00

3 IBM ESERVER X3400-[797514A] 99A3584 252000.00

4 IBM ESERVER X3400-[7975B2A] 99A7344 475000.00

5 IBM ESERVER X3400-[7975B2A] 99A7253 475000.00

6 IBM ESERVER X3400-[7975B2A] 99A7354 475000.00

7 IBM ESERVER X3400-[7975B2A] 99A7237 475000.00

8 IBM ESERVER X3400-[7975B2A] 99A7329 475000.00

9 IBM ESERVER X3400-[7975B2A] 99A7317 403750.00

10 IBM ESERVER X3400-[797514A] 99A3587 252000.00

11 IBM ESERVER X3400-[7975B2A] 99A7409 475000.00

12 IBM ESERVER X3400-[7975B2A] 99A7231 403750.00

13 IBM ESERVER X3400-[7975B2A] 99A7291 475000.00

14 IBM ESERVER X3400-[7975B2A] 99A7272 403750.00

15 IBM ESERVER X3400-[7975B2A] 99A7324 475000.00

16 IBM ESERVER X3400-[7975B2A] 99A7233 403750.00

17 IBM ESERVER X3400-[7975B2A] 99A7303 475000.00

18 IBM ESERVER X3400-[797514A] 99A3599 403750.00

19 IBM ESERVER X3400-[7975B2A] 99A7214 475000.00

20 IBM ESERVER X3400-[797514A] 99A3591 252000.00

21 IBM ESERVER X3400-[797514A] 99A3579 403750.00

22 IBM ESERVER X3400-[7975B2A] 99A7299 475000.00

23 IBM ESERVER X3400-[797514A] 99A3597 252000.00

24 IBM ESERVER X3400-[797514A] 99A3603 403750.00

25 IBM ESERVER X3400-[7975B2A] 99A7392 475000.00

26 IBM ESERVER X3400-[797514A] 99A3593 252000.00

27 IBM ESERVER X3400-[797514A] 99A3601 403750.00

28 IBM ESERVER X3400-[7975B2A] 99A7297 475000.00

29 IBM ESERVER X3400-[797514A] 99A3590 252000.00

30 IBM SYSTEM X3650 -[79792AA] 99G6598 900000.00

31 IBM SYSTEM X3850-[88643RA] 99B0276 855000.00

32 IBM ESERVER X3400-[7975B2A] 99A7298 475000.00

33 IBM SYSTEM X3850-[88643RA] 99B1113 612000.00

34 IBM SYSTEM X3850-[88643RA] 99B1114 612000.00

35 IBM SYSTEM X3650 -[79792AA] 99G6597 900000.00

36 IBM SYSTEM X3850-[88643RA] 99B1269 855000.00

37 IBM ESERVER X3400-[7975B2A] 99A7335 403750.00

38 IBM ESERVER X3400-[7975B2A] 99A7953 403750.00

39 IBM ESERVER X3400-[7975B2A] 99A7226 403750.00

40 IBM SYSTEM X3650 -[7979CAA] 99G6808 252000.00

Page 58 of 61

Sr. No. 41 to 76

Sr. No. Model Serial No. Base Price in INR 41 IBM ESERVER X3400-[7975B2A] 99A7339 855000.00

42 IBM SYSTEM X3650 -[79792AA] 99G6596 540000.00

43 IBM SYSTEM X3650 -[7979CAA] 99G8817 403750.00

44 IBM ESERVER X3400-[7975B2A] 99A7279 475000.00

45 IBM ESERVER X3400-[7975B2A] 99A7224 403750.00

46 IBM ESERVER X3400-[7975B2A] 99A7265 475000.00

47 IBM ESERVER X3400-[7975B2A] 99A7300 475000.00

48 IBM ESERVER X3400-[7975B2A] 99A7350 403750.00

49 IBM ESERVER X3400-[7975B2A] 99A7312 475000.00

50 IBM ESERVER X3400-[7975B2A] 99A7262 403750.00

51 IBM ESERVER X3400-[7975B2A] 99A7315 475000.00

52 IBM ESERVER X3400-[7975B2A] 99A7323 403750.00

53 IBM ESERVER X3400-[7975B2A] 99A7289 475000.00

54 IBM ESERVER X3400-[7975B2A] 99A7236 475000.00

55 IBM ESERVER X3400-[797514A] 99A3598 252000.00

56 IBM ESERVER X3400-[7975B2A] 99A7313 475000.00

57 IBM ESERVER X3400-[797514A] 99A3588 252000.00

58 IBM ESERVER X3400-[7975B2A] 99A7338 475000.00

59 IBM ESERVER X3400-[7975B2A] 99A7393 403750.00

60 IBM ESERVER X3400-[797514A] 99A3602 252000.00

61 IBM ESERVER X3400-[7975B2A] 99A7254 475000.00

62 IBM ESERVER X3400-[7975B2A] 99A7332 475000.00

63 IBM ESERVER X3400-[7975B2A] 99A7402 403750.00

64 IBM ESERVER X3400-[7975B2A] 99A7280 475000.00

65 IBM ESERVER X3400-[7975B2A] 99A7294 403750.00

66 IBM ESERVER X3400-[797514A] 99A3592 252000.00

67 IBM ESERVER X3400-[7975B2A] 99A7353 475000.00

68 IBM ESERVER X3400-[7975B2A] 99A7217 403750.00

69 IBM ESERVER X3400-[7975B2A] 99A7213 475000.00

70 IBM ESERVER X3400-[7975B2A] 99A7423 403750.00

71 IBM ESERVER X3400-[797514A] 99A3595 252000.00

72 IBM ESERVER X3400-[7975I2A] 99C2969 200000.00

73 IBM ESERVER X3400-[7975I2A] 99C2995 200000.00

74 IBM ESERVER X3400-[7975I2A] 99C1280 200000.00

75 IBM ESERVER X3400-[7975I2A] 99C2956 200000.00

76 IBM ESERVER X3400-[7975I2A] 99C2997 200000.00

IBM LTO3 Tape Drive

1 IBM 3581 - L33 LTO G3 6874535 -

Page 59 of 61

ANNEXURE 1

(On stamp paper of Rs. 50/-)

CONTRACT AGREEMENT

This agreement is made at Vadodara the _ _ _ _ _ _ _ _ _ _ _ _ _ _ day of _ _ _ _ _ _ _ _ _ _

_ _ __ _ _ _ _ _ in the Christian year Two thousand _______ between _ _ _ _ _ _(herein after

referred to as "THE CONTRACTOR " which expression shall unless excluded by or repugnant to the

contract include its successors or permitted assigns) of the one part and the Gujarat Urja Vikas

Nigam Limited their Head Office at Sardar Patel Vidyut Bhavan, Race Course, Vadodara -390 007

(hereinafter called The Company which expression shall unless excluded by or repugnant to the

context include its successors or assigns) of the other part.

WHEREAS the aforesaid GUVNL has accepted the tender of the aforesaid contractor for _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _as per GUVNL LOI / LOA _ _ _ _ _ _ _ __ _ _ _ -_ _ _

__hereinafter called "the works" and more particularly described enumerated or referred to in the

specification terms and conditions prescribed in the LOI / LOA letter, covering letter and other

letters and schedule of price which for the purpose of identification have been signed by Shri_ _ _ _

_ _ _ _ _ _ _ _ _ _ _ on behalf of the contractors and by_ _ _ _ _ _ _ _ _ _ _ on behalf of GUVNL a list

whereof is made out in the schedule hereunder written and all of which said document are deemed

to form part of this contract and included in the expression "the works" wherever herein used,

upon the terms and subject to the conditions hereinafter mentioned.

AND WHEREAS GUVNL has accepted the tender of the contractor for the said works for the sum of

Rs._ _ _ _ _ _ (Rupees:_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _) upon the terms and subject to the

conditions herein mentioned.

NOW THIS AGREEMENT WITNESSES AND IT IS HERBY AGREED AND DECLARED THAT:-

1. The contractors shall do and perform all works and things in this contract mentioned and

described or which are implied therein or therefrom receptivity or are reasonably necessary for the

completion of the works as mentioned and at the times, in the manner and subject to the terms,

conditions and stipulations contained in this contract, and in consideration of the due provision,

executions, construction and completion of the works agreed to by the contactors as aforesaid,

GUVNL doth hereby covenant with the contactor to pay all the sums of money as and when they

become due and payable to the contactor under the provisions of the contract. Such payments to

be made at such times and in such manner as is provided by the contract.

2. The condition and covenants stipulated herein before in this contract are subject to and

without prejudice to the rights of GUVNL to enforce penalty for delays and / or any other rights

whatsoever including the rights to reject and cancel on default or breach by the contractors of the

conditions and the covenants as stipulated in the general conditions, specifications, form, or tender

schedule, drawing, etc, attached with GUVNL LOI/ LOA No. _ _ _ _ _ _ _ _ __ _ _ _ __ _ _ _ _

Page 60 of 61

The contact value, extent or supply delivery dates, specifications, and other relevant matters

may be altered by mutual agreement and if so altered shall not be deemed or construed to mean or

apply to affect or alter other terms and conditions of the contract and the general conditions and

the contract so altered or revised shall be and shall always be deemed to have been subject to and

without prejudice to said stipulation.

SCHEDULE

List of documents forming part of the contract:

1.

2.

3.

4.

5.

6.

7.

8.

In witness whereof the parties hereto have set their hands and seals this day and month

year first above written.

1. Signed, Sealed and delivered by:

(Signature with Name, Designation & official seal)

for and on behalf of M/s.

In the presence of name, Full address & Signatures.

i. --------------------------------------

------------------------------------------------

------------------------------------------------

ii. ------------------------------------------------

------------------------------------------------

------------------------------------------------

2. Signed, Sealed and Designation by:

(Signature with Name, Designation & official seal)

For and on behalf of Gujarat Urja Vikas Nigam Limited, Vidyut Bhavan, Race couse, VADODARA -

390 007.

i. :---------------------------

---------------------------------

---------------------------------

Page 61 of 61

ii. ---------------------------------

---------------------------------

---------------------------------