Selection of Agency For Providing Comprehensive Amc For Ups Systems

You might also like

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 48

Finance Department, Government of Karnataka

Selection of an Agency for providing Comprehensive AMC for UPS


Systems at Treasuries across State

Tender Number – COT/PROC/23/2021-22

Department of Treasuries,
Office of Commissioner of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road
Bengaluru - 560001
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Table of Contents
1. Introduction.......................................................................................................................4
2. Scope of work.....................................................................................................................5
3. Bidding details....................................................................................................................7
4. Service Level Agreement (SLA)........................................................................................15
5. General Terms and Conditions........................................................................................17
Appendix-1 – Covering Letter............................................................................................28
Appendix-2 – Turnover Details.........................................................................................31
Appendix-3 – Undertaking on Office Premises................................................................32
Appendix-4 – Details of the Bidder...................................................................................33
Appendix–5 – Financial Bid Format..................................................................................34
Appendix–6 – Format of Performance Bank Guarantee..................................................35
Appendix–7 – Bill of Quantities.........................................................................................38
Appendix–8 – Support Terms & Condition.......................................................................45
Appendix–9 – Format for EMD declaration......................................................................47

Page 2 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Glossary
DoT Department of Treasuries
CoT Office of Commissioner of Treasuries
GoK Government of Karnataka
TNMC Treasury Network Monitoring Centre
EMD Ernest Money Deposit
PBG Performance Bank Guarantee
PO Purchase Order
LOI Letter of Intent
SI System Integrator
CAMC Comprehensive Annual Maintenance Contract
UPS Uninterrupted Power Supply
PCB Printed Circuit Board

Page 3 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

1. Introduction
This RFP is for selection of an agency for providing Comprehensive Annual Maintenance
Contract (CAMC) for UPS system operating in 218 location of Treasury offices across the
State. For evaluation clauses of the tender refer section 3 of the RFP.

The bid comes under the two cover bid category i.e. Technical bid and Financial bid. An
evaluation committee will be formed by DoT for evaluation of the bids. The committee
would evaluate Technical bids based on the details provided in the RFP. Decision of the
committee would be final and binding upon all the bidders. The bids will be opened on
or after the date and time specified in e-Procurement portal. The Financial Bids of only
the technically qualified bidders will be opened for evaluation. The bidder will be
decided based on L1 criteria. L1 will be calculated as per the explanation given in the
financial bid format.

The bid with the lowest total price (i.e. all-inclusive price) will be considered for the
award of the contract.

Page 4 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

2. Scope of work
The scope of work for the successful bidder is as follows -

2.1 The scope of the work is Comprehensive Annual Maintenance Contract of UPS
operating at 218 Treasury Offices across State as per Appendix-7.
2.2 The CAMC proposed is for both preventive and breakdown maintenance and
includes all spare parts required for the UPS in the locations listed in
Appendix-7 with UPS ratings & quantity as mentioned below:
Sl. OEM Quantity
UPS Rating
No.
1 5KVA PowerOne 182
2 15KVA Microsystems Pvt 23
3 20KVA Ltd 1
4 25KVA 6
5 30KVA 5
6 100KVA (SMF) 2
7 30KVA (SMF) 1
8 15KVA (SMF) 1
9 3KVA (SMF) 33

2.3 Preventive Maintenance check shall be done every 3 months. Rectification of


malfunction of any of the UPS listed in Appendix-7, to functional status as per
SLA terms.
2.4 The cost towards the replacement of all part of UPS, including Rectifiers,
Inverter PCBs, charging cards, transformers etc shall be part of
comprehensive AMC.
2.5 This comprehensive AMC excludes only batteries (viz., tubular (for 217
UPS) / SMF (for 36 UPS)) which may become defective during contract
period. However, maintenance of batteries including refill of distilled water
would continue to be responsibility of the successful bidder.
2.6 The bidder shall provide a Toll-Free number for reporting the faults in the
UPS system. Every faults reported shall be assigned with a ticket and the
ticket number shall be shared to respective Treasury Officer/ Facility
Management Engineer.

Page 5 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

2.7 Incase UPS is not rectified within 48 hours (except TNMC UPS) / 8 hours
(TNMC UPS) of reporting time, then the bidder shall ensure to provision
standby UPS as per SLA.
2.8 The bidder shall adhere to Support terms & conditions mentioned in
Appendix-8.
2.9 Field conditions: The potential bidder(s) may inspect the UPS installed at
Treasury Offices before quoting the CAMC rates. Once the CAMC is awarded
to the successful bidder, the bidder shall commence both preventive and
breakdown maintenance within the first 15 days of issue of work order.
2.10 The total contract period will be for 1 year, extendable by 1 year with
existing terms and conditions, with mutual consent.

The number of UPS listed in Appendix-7 is indicative. DoT will not assure any
guarantee, commitment or estimate on the total number of UPS to be maintained
during the contract period. Payment shall be made based on the actual number of
periodic maintenance visits made by the successful bidder.

Page 6 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

3. Bidding details
The tender calls for Selection of an Agency for providing Comprehensive AMC for UPS
Systems at Treasuries across State as per this document. Partial offers are liable for
rejection. Firms who fulfil technical criteria specified in this RFP can bid for this tender.

3.1 Tender Processing Fee and Download of Tender Document


Bidder can download the tender document for free from the portal
(http://eproc.karnataka.gov.in) till the due date and time for bid submission. Any
interested bidder shall pay tender processing fee prescribed in the e-Procurement
portal to participate in this tender. The tender processing has to be paid through any of
the five e-payment options in the portal:
 Credit Card
 Direct Debit
 National Electronic Funds Transfer (NEFT)
 Over the Counter (OTC) – designated ICICI bank branches located across the
country
 Net banking

Please note that payments submitted through cheque or demand draft shall not be
accepted. Further details regarding e-Payment, please refer to e-Procurement portal at
the above mentioned website or call e-procurement helpline.

Note: It will be in the interest of the bidders to familiarize themselves with the e-
Procurement system to ensure smooth preparation and submission of the tender
documents and the bid; well within the bid submission time and date. DOT shall not be
responsible for non-submission of the bids by any bidder due to either technical
reasons or the non-compliance by the bidder to the process requirements for
submission of valid bids on the e-procurement portal.

3.2 Modes of Submission

Page 7 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

All interested bidders shall pay Tender Processing fee and submit their Technical and
Commercial Proposals electronically using the unified e-Procurement platform of
Government of Karnataka. The e-Proc portal is available at:
http://eproc.karnataka.gov.in
Bids shall be submitted only through the unified e-Procurement system before the
scheduled date and time for bid submission. Bids submitted after the due date and time
will not be considered and DOT will not be liable or responsible for any delays due to
unavailability of the portal and/or the connectivity or any technical issues. Bidders are
advised to get familiar with the bid submission on the e procurement portal and ensure
that the bids are submitted well in advance to prevent any last minute glitches.

3.3 Authentication of Bid


The response bid shall be signed by the Bidder or person duly authorized to bind the
Bidder to the Contract. A letter of authorization shall be supported by a written power-
of-attorney accompanying the bid. All pages of the bid, except for un-amended printed
literature, shall be initialed and stamped by the person or persons signing the bid.

3.4 Validation of interlineations in Bid


The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder, in which case such corrections shall be initialed by
the person or persons signing the bid.

3.5 Clarification on Tender Document


Any prospective Bidder requiring any clarification on the RFP Document may submit
the queries, in writing, at the mailing address (commr-treasury@karnataka.gov.in)
provided in this RFP and as per schedule indicated in e-procurement portal. The
queries must be submitted in the following format only to be considered for
clarification:
Sl. Section No./ Page No. Reference/ Clarification Sought
No Clause No. Subject
.. .. .. .. ..

DOT, GoK will respond to any request for clarification on the Tender Document,
received not later than the dates prescribed in e-procurement portal. Clarifications
Page 8 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

(including the query but without identifying the source of inquiry) will be uploaded on
the e-procurement portal (http://eproc.karnataka.gov.in) for the information of the
prospective bidders.

3.6 Language of Bids


Bids submitted by the Bidder and all the correspondence and documents relating to the
bids exchanged by the Bidder and the DOT, GoK shall be in English language. Any
printed literature furnished by the Bidder may be written in another language so long
the same is accompanied by a duly attested English translation in which case, for
purposes of interpretation of the bid, the English translation shall govern.
This bid should be filed in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English
language is to be duly attested by the bidder.

3.7 Amendment of Tender


a) At any time prior to the last date for receipt of Bids, DOT, GoK, may for any reason,
whether at its own initiative or in response to a clarification requested by the
Bidders, modify the Tender conditions/requirements by issuing an
addendum/corrigendum. Any such amendment/s issued along with the original
Tender document will constitute Revised Tender.
b) Any addendum/corrigendum will be uploaded on the http://eproc.karnataka.gov.in
website. Prospective Bidders are requested to visit the website frequently to check
for any amendments.

3.8 Firm Prices & Discount


The prices quoted as part of the financial proposal must be firm and final and shall not
be subject to any escalation, on any account whatsoever, till the expiry of the contract
period.

3.9 Bid Validity Period


a) Period of Validity of Bids

Page 9 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Bids shall remain valid for 180 days after the date of opening of Technical Bids
prescribed by the DOT, GoK. A bid valid for a shorter period may be rejected as
non-responsive.

b) Extension of Period of Validity


In exceptional circumstances, the DOT, GoK may request the Bidder(s) for an
extension of the period of validity of the bid. The request and the responses thereto
shall be made in writing (or by fax).

3.10 Subcontracting or Subletting of Work


Any Sub Contracting or subletting of work under the contract is not permitted.

3.11 Consortium Bids


The Bidder is NOT allowed to form Consortium of any nature whatsoever to
perform/provide the Services as specified under this RFP.

3.12 Contacting the DOT, GoK


No bidder shall contact the DOT, GoK on any matter relating to its bid, from the time of
bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional
information to the notice of the DOT, GoK, it should be done in writing.

3.13 DOT, GoK’s Right to Vary Scope of Contract at the time of Award
The DOT, GoK may at any time, by a written order given to the Bidder, make changes to
the scope of the Contract as specified.

3.14 DOT, GoK’s Right to Accept Any Bid and to reject any or All Bids
a) The DOT, GoK reserves the right to reject any bid and to annul the Tender
process and reject all bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidders or any obligation to inform
the affected Bidders of the grounds for the DOT, GoK’s action.

b) The DOT, GoK reserves the right to negotiate the commercials with the L1
Bidder.

Page 10 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

3.15 Financial Bid Details


a) No changes in the financial bid shall be allowed post submission of the bid. The
currency for the financial bid shall be Indian Rupees.
b) Bidders shall quote for the entire Project on a single responsibility basis on the
following lines.
c) Bidders intending for commercial bid shall necessarily give the commercial
details explained in Appendix-5. All the commercial details shall be uploaded as
part of the commercial bid on the e-Procurement portal
(https://eproc.karnataka.gov.in)
d) The bid shall be comprehensive and inclusive for all the services to be provided
by the bidder as per scope of his work. The payments shall be made to selected
bidder on the basis of the bid and further negotiations between the department
and the bidder only. No separate payment shall be made for services that are to
be delivered by the bidder as part of his scope of work for this project and the
payment terms of the bidder.
e) The prices, once offered, shall remain fixed and shall not be subject to escalation
for any reason whatsoever within the period of project/contract. A bid submitted
with an adjustable price quotation or conditional proposal may be rejected as
non-responsive.
f) Notwithstanding clauses 3.15(d) and 3.15(e), additional amounts resulting from
increase in the rates of any taxes or GST, as relevant for the project effective after
the date of bid submission, would be paid separately by the DoT /
Representative identified by DoT after calculating the difference resulting from
such increase. Similarly, if there is a reduction in rates of these taxes, effective
after the date of bid submission, DoT shall reduce the amount payable by an
amount saved because of such a reduction.
g) The bidder shall be responsible for the costs towards travel/stay, daily
allowance or any other allowances of their staff deployed with respect to the
execution of this project, and any other expenditure that the bidder incurs before
or after the award of the contract and during the currency of the contract period.

3.16 Bid Evaluation Process


Page 11 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

DOT may constitute a Tender Scrutiny Committee, which shall evaluate the bids
submitted by the bidders for the compliance.
h) The Bidder shall furnish the information required in the formats prescribed in
the RFP. Required documents for qualifying are summarized below. The Bidder
will be evaluated against the criteria given in this section and the bids that do not
conform/comply to the requirements will be rejected.
i) DOT GoK will examine the bids to determine whether they are complete,
whether required EMD Declaration has been furnished, whether the documents
have been properly signed by authorised signatory, and whether the bids are
generally in order and substantially responsive. In such bids, DOT GoK may ask
Bidder(s) for additional information, visit to Bidder’s site and/or arrange
discussions with their professional, technical faculties to verify claims made in
technical evaluation bid documentation.
j) A bid determined as substantially not responsive is liable for rejection by DOT
GoK.
k) DoT, GoK reserves the right to conduct Demonstration of the proposed make &
model of the Printer so as to check whether proposed printer meets all the
requirements of the tender at any point of time.

Bidders meeting the compliance requirements on all the technical evaluation criteria
will be qualified for next stage of evaluation.

3.17 Technical Bid Evaluation

Sl No Criteria Documents Required


1. Submission of Covering letter as (Refer Appendix-1)
required in the given format
2. Furnishing of the Power of Attorney Power of Attorney executed by the
Bidder in favour of the Principal
Officer or duly Authorized
Representative, certifying him as an
authorized signatory for the
purpose of this Tender.
3. The bidder should be a company Certificate of Incorporation and
registered under the Companies Act or Commencement of Services or
partnership firm or proprietor Partnership deed or proprietorship
deed should be submitted
Page 12 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Sl No Criteria Documents Required


4. Bidder should hold Valid GST Copy of valid GST certificate and
certificate and Permanent Account Permanent Account Number (PAN)
Number (PAN) issued by income tax issues by income tax department
department. should be provided (Refer
Appendix-4).
5. The bidder should have an annual Certified copy from Charted
turnover of at least Rs 1Crore from the Accountant shall be provided as per
sale and services contracts of UPS in the format given in Appendix-2
the last three accounting years i.e.
2017-18, 2018-19 and 2019-20
6. The bidder should have facility of Copy of Authorized Dealership
Service of UPS Systems and should be Certificate to be submitted
an authorized service dealer for OEM –
M/s. Powerone Micro Systems Pvt Ltd.
7. The bidder should have executed UPS Copies of relevant Work Orders/
Annual Maintenance Contract for a Purchase Order to be provided.
worth of Rs. 40 lakhs in last 3 years.
8. The bidder should have an office in Undertaking from the Company
Bengaluru, Karnataka Secretary or the Authorized
Signatory as per Appendix-3
9. Submission of EMD Declaration Form Undertaking from the Company
Secretary or the Authorized
Signatory as per Appendix-9

3.18 Financial Bid Evaluation


The financial evaluation shall be done only for the technically qualified bidders from
technical evaluation stage. The financial evaluation shall be done based on the details
submitted by the bidder as per the format provided in Appendix-5

3.19 Award of Contract


DOT reserves the right to award the contract to the lowest financial bid that complies
with all the technical requirements.

The bid with the lowest total price (i.e. all-inclusive price) can be considered for the
award of contract.

The Agency shall provide the specification of the printer that would be deployed in DOT,
as per this RFP, within 7 calendar days from the date of issue of LOI. The printer
proposed by agency found to be in deviation from the requirement described in this
RFP will stand summarily rejected.

Page 13 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

DOT will not be liable for any compensation or grant, whatsoever, even if any electrical
accident occurs during the contract period

The agency shall not further outsource the assignment to other


individual/firms/organizations and if found so, the contract shall be deemed to be
cancelled and this shall also lead to blacklisting of the Agency, along with forfeiture of
Performance Bank Guarantee.

3.20 Notification of Award


The acceptance of a tender, subject to contract, will be communicated through issue of
LoI on the e-procurement portal to the successful bidder/s. The successful bidder/s will
be required to convey the acceptance of the LoI within 7 days on the e procurement
portal.

3.21 Signing of Contract


At the same time as the DOT GoK notifies the successful bidder/s that its bid has been
accepted, the DOT GoK will send the bidder/s the Proforma for MSA Contract,
incorporating all agreements between the parties. The successful bidder/s shall be
required to enter into a contract within 15 days from the notification of award,
including any agreements reached during the negotiation process, if any with DOT GoK,
as may be specified by DOT GoK. This contract shall be on the basis of this document,
the bid of the bidder/s, the letter of intent and such other terms and conditions as may
be determined by DOT GoK to be necessary for the due performance of the work, as
envisaged herein and in accordance with the bid and the acceptance thereof. The
incidental expenses of execution of agreement / contract shall be borne by the
successful bidder/s.
Note:
a) DOT GoK reserves the right to accept or reject any Bid, and to annul the bidding
process and reject all Bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation
to inform the affected Bidder or Bidders of the grounds for department’s action.
b) Failure of the successful bidder/s to agree with the Terms & Conditions of the
RFP/Contract or failure to sign agreement within notified time shall constitute
sufficient grounds for the annulment of the award, in which event DOT GoK may

Page 14 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

make the award to the next Best Value Bidder or call for new Bids.

Page 15 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

4. Service Level Agreement (SLA)

Selected Bidder should adhere to the SLA mentioned below from the date of acceptance
of Work Order (WO).

Any delay beyond this SLA as per WO will render the Bidder liable for penalty at the
rate as mentioned in the table below:
Sl. No Activity Rate
1 1st Period Up to 4 weeks from the date of issue of WO: No penalty
Maintenance
Delay beyond 4 weeks – 1 % of WO value per week shall
be deducted as penalty up to 4 weeks.
Delay beyond 6 weeks – 1.5 % of WO value per week
shall be deducted as penalty up to 6 weeks.
Maximum penalty for 1st Periodic Maintenance is capped
up to 10% of total value.
In case if the selected bidder fails to comply with the
above SLA’s, then DoT reserves the right to terminate
the contract and forfeit the PBG submitted by the bidder.
2 Breakdown If any of the UPS system(s) is found to be non-functional,
Maintenance visits it will be reported to support team and support engineer
(excluding should attend the issue within the 20 hours of reporting
COT/TNMC UPS) time. For any delays in attending the call beyond 20
hours of reporting, applies penalty of Rs. 1000/- per
Unit per day will be applicable.
2 Breakdown If any of the UPS system(s) is found to be non-functional,
Maintenance visits it will be reported to support team and support engineer
(COT/TNMC UPS) should attend the issue within the 4 hours of reporting
time. For any delays in attending the call beyond 4 hours
of reporting, applies penalty of Rs. 1000/- per Unit
every two hours will be applicable.
4 Rectifying Rectification of the problem relating to the functionality
Breakdown calls of UPS (including spares replacement) should be
completed within 4 working hours of engineer attending
Page 16 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Sl. No Activity Rate


to the problem, failing which Rs. 1000/- will be charged
as penalty every working day of delay per Unit till the
problem is resolved.
5 Major Failure / Incase UPS had a major failure and is not rectified within
Provision of Standby 24 hours (except COT/TNMC UPS) / 8 hours
UPS (COT/TNMC UPS) of reporting time, the bidder shall
supply standby UPS and restore the operations within
48 hours of reporting time. While failed UPS might be
repaired and replaced back at respective Treasury Office
on bidder’s cost.

In the above case 2, case 3, case 4 & case 5, delays of more than two (02) working days
from the reporting day in two or more locations within same quarter, shall be
considered as material breach. For material breach, the DOT reserves the right to issue
a final termination notice giving time of five (05) days for rectification of breach. In case
the bidder fails to rectify the breach in the indicated timeline, DOT reserves the right to
terminate contract and forfeit the performance bank guarantee.

Page 17 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

5. General Terms and Conditions


5.1 One Proposal per Bidder
Each bidder shall submit only one Proposal. The bidder who submits or participates in
more than one Proposal will be disqualified. Also bidders cannot associate with other
bidders.

5.2 Cost of Proposal


The bidder shall bear all costs associated with the preparation and submission of its
Proposal, including site visits, and DoT GoK will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the proposal process.

5.3 Amendment of RFP Documents


At any time prior to the deadline for submission of Proposal, DoT GoK may amend the
RFP document by issuing suitable Addenda/corrigendum.
Any addenda/corrigendum thus issued shall be part of the RFP document, and shall be
published on the e-procurement portal. No claim will be entertained from any
prospective bidder or the bidder regarding any issue pertaining to RFP, due to his
Failure to note the addenda/corrigendum published on the e-procurement portal.
To give bidders reasonable time in which to take an Addendum/corrigendum into
account in preparing their Proposals, DoT, GoK shall extend if necessary, the deadline
for submission of Proposals

5.4 Limits on Promotion


The bidder shall not make any reference to DoT, GoK or this procurement or resulting
contract in any literature, promotional material, brochures, sales presentation or the
like without the express prior written consent of DoT. The bidder shall not perform any
kind of promotion, publicity or advertising etc. at the department field offices through
any kinds of hoardings, banners or the like without the express prior written consent of
DoT.

5.5 Use & Release of Bid Submissions

Page 18 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

DoT GoK is not liable for any cost incurred by the bidder in the preparation and
production of the Proposal, the preparation or execution of any benchmark
demonstrations, simulation or training service or for any work performed prior to the
execution of a formal contract. All materials submitted become the property of DoT GoK
and may be returned at sole discretion. The content of each bidder’s Proposal will be
held in strict confidence during the evaluation process, and details of the Proposals will
not be discussed outside the evaluation process.

5.6 Deadline for submission of proposals


Proposals shall be received by DoT, GoK using unified e-Procurement platform of the
GoK no later than the time and date stipulated in the portal.
Note: It will be in the interest of the bidders to familiarize themselves with the e-
Procurement system to ensure smooth preparation and submission of the tender
documents, well in time

5.7 Modification and Withdrawal of bids


No modification or withdrawal of bids is permitted in accordance with the unified e-
Procurement platform of the GoK.

5.8 Process to be Confidential


Information relating to the examination, clarification, evaluation and comparison of
Proposals, and recommendations for the award of the project shall not be disclosed to
any other persons not officially concerned with such process until the award to the
successful Bidder has been announced.

5.9 Correction of Errors


Bidders are advised to exercise greatest care in entering the pricing figures. No excuse
that mistakes have been made or requests for prices to be corrected will be entertained
after the quotations are opened. The e-Procurement portal will not allow any
corrections after the submission of the bid.

5.10 Rejection Criteria


The bid is liable to be disqualified if

Page 19 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

a) Technical Rejection
i. Bids which do not conform to unconditional validity of the bid as
prescribed in the Tender.
ii. If the information provided by the Bidder is found to be incorrect /
misleading at any stage / time during the Tendering Process.
iii. Any effort on the part of a Bidder to influence the bid evaluation, bid
comparison or contract award decisions.
iv. Bids without power of authorization and any other document consisting
of adequate proof of the ability of the signatory to bind the Bidder.
v. Failure to furnish appropriate proofs for information provided
vi. Revelation of Prices in any form or by any reason before opening the
Financial Bid.
vii. Submission of the Financial bid details as part of the technical proposal.
viii. Failure to furnish all information required by the RFP Document or
submission of a bid not substantially responsive to the Tender Document
in every respect.
ix. Bidders not quoting for the complete scope of Work as indicated in the
Tender documents, addendum (if any) and any subsequent information
given to the Bidder.
x. Bidders not complying with all the Technical and General Terms and
conditions as stated in the RFP Documents.
xi. The Bidder not conforming to unconditional acceptance of full
responsibility of providing services in accordance with the Scope of work
and Service Level Agreements of this tender.
xii. If the bid does not confirm to the timelines indicated in the bid.
b) Commercial Rejection
i. Incomplete Price Bid
ii. Price Bids that do not conform to the Tender’s price bid format.
iii. Total price quoted by the Bidder does not include all statutory taxes and
levies applicable.

5.11 Performance Bank Guarantee


a) The successful Bidder shall at his/her own expense deposit with DoT GoK,
within Fifteen (15) days of the date of issue of LoI, or prior to signing of the
Page 20 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

contract whichever is earlier, an unconditional and irrevocable Performance


Bank Guarantee (PBG) from a Nationalized bank or any bank having license
from RBI to provide banking functions payable on demand, for the due
performance and fulfilment of the contract by the bidder.
b) The performance guarantee shall be denominated in the currency of the
Contract and shall be by bank guarantee.
c) Performance Bank Guarantee shall be submitted by the successful bidder for
an amount equal to 3% of the total contract value awarded to the bidder. All
charges whatsoever such as premium; commission etc. with respect to the
Performance Bank Guarantee shall be borne by the bidder.
d) The PBG submitted shall be valid till the end of six months after the period of
end of contract. Subject to the terms and conditions in the Performance Bank
Guarantee, at the end of six months after the “Transfer”, the Performance
Bank Guarantee will lapse automatically.
e) The PBG shall be for the whole term of the project (plus six months) or the
contract period (plus six months), whichever is longer;
f) The Performance Bank Guarantee shall be discharged / returned by DoT
upon being satisfied that there has been due performance of the obligations
of the Bidder under the contract. However, no interest shall be payable on the
Performance Bank Guarantee.
g) In the event of the bidder being unable to service the contract for whatever
reason, DoT GoK shall revoke the PBG. DoT GoK shall notify the Bidder in
writing of the exercise of its right to receive such compensation within 14
days, indicating the contractual obligation(s) for which the Bidder is in
default.
h) DoT GoK shall also be entitled to make recoveries from the Bidder bills, PBG
or any other payment due, in case of any error/ omission on bidder’s part.
i) The PBG shall be furnished in the format Appendix-6.

5.12 Payment Terms


a) Successful bidder shall be paid 25% of WO value in Post-Quarterly basis,
subject to satisfactory submission of Preventive Inspection report and
Breakdown maintenance visit report(s) if any, after deduction of applicable
Page 21 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

penalties if any as per this tender document.


b) DoT is entitled to make recoveries such as penalties, excess payment and
applicable taxes from bidder’s bill.
c) The bidder shall clearly specify the breakup of the payment due, towards
Services of the bidder and for tax or other levies.

5.13 Liquidated Damages


Subject to clause for Force Majeure if the bidder fails to complete the assignment in
compliance to the RFP before the scheduled completion date or the extended date or if
bidder repudiates the Contract before completion of the Work, the DoT at its discretion
may without prejudice to any other right or remedy available to the DoT the Contract,
forfeit the entire performance bank guarantee submitted by the bidder, apart from
blacklisting of the bidder for further participation in any of the tenders of the DoT,
Government of Karnataka.
Any such recovery or liquidated damages shall not in any way relieve the bidder from
any of its obligations to complete the Works or from any other obligations and liabilities
under the Contract.

5.14 Termination of Contract


The bidder shall adhere to all the requirements of RFP, process and guidelines issued by
DoT. Any violations / non-compliance of any of the conditions will entail termination of
the contract without prejudice to the rights of the DoT - GoK with such penalties as
specified in the RFP and the Agreement. Upon such termination, DoT will have the right
to forfeit the entire performance bank guarantee submitted by the bidder, apart from
blacklisting of the bidder for further participation in any of the tenders of DoT.
Upon termination, DoT will have the right to put in place any other agency for carrying
out the remaining work. Any extra expenditure shall be recoverable from the Second
Party.
Where a change of management of the bidder has occurred whereby the bidder’s
company has merged, amalgamated or been taken over, due to which the majority
shareholding of the bidder has been transferred to another entity, and in case
requirements for the bidder set out in the RFP are not complied with, the DoT GoK can

Page 22 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

by a 15 (Fifteen) days written notice, terminate this Agreement and such notice shall
become effective at the end of the notice period.
5.15 Limitation of Liability
Except in case of gross negligence or wilful misconduct:
a) Neither party shall be liable to the other party for any indirect or consequential loss
or damage, loss of use, or loss of profits or interest costs, provided that this exclusion
shall not apply to any obligation of the Supplier to pay liquidated damages to the
Purchaser; and
b) The total cumulative liability of either party arising from or relating to this
Agreement shall not exceed the total contract value provided, however, that this
limitation shall not apply to any liability for damages arising from (i) wilful misconduct
or (ii) indemnification against third party claims for infringement (iii) or tortuous
liability arising out of misconduct or negligence or (iv) death
c) DoT shall not be liable to the bidder in case of any loss or profits or additional costs
incurred etc. subsequent to termination of contract.
d) Liability arising out of any legal conditions shall survive the term (i.e. termination /
expiry) of the contract.

5.16 Contract Amendment


No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by the parties.

5.17 Notices
a) Any notice or other document, which may be given by either Party under this
Agreement or RFP or under the SLA, shall be given in writing in person or by pre-
paid recorded delivery post or by facsimile transmission or through email to the
notified address.

Page 23 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

b) In relation to a notice given under this Agreement, any such notice or other
document shall be addressed to the other Party's principal or registered office
address as set out below:

Commissioner of Treasuries
Bidder:
Address: Office of Commissioner of Treasuries,
Address: ……………….
5th & 6th Floor, KPCL Green Building,
Tel: ………………………
#3 Palace Road, Bengaluru - 560001
Fax: ………………………
Tel: 080-22028210
Email: ………………………
Fax: 080-22028209
Email: commr-treasury@karnataka.gov.in

c) Any notice or other document shall be deemed to have been given to the other
Party (or, if relevant, its relevant associated company) when delivered (if
delivered in person or through email) if delivered between the hours of 10.00 am
and 5.00 pm on a working day at the address of the other Party set forth above or
if sent by fax, provided the copy fax is accompanied by a confirmation of
transmission, or on the next working day thereafter if delivered outside such
hours, and 7 days from the date of posting (if by letter). In case of email
communication, the delivered report shall be deemed as the delivery time.

d) Either Party to this Agreement or to the SLA may change its address, telephone
number, facsimile number and nominated email for notification purposes by
giving the other reasonable prior written notice of the new information and its
effective date.

5.18 Dispute Settlement


If any dispute arises between DoT and the selected bidder in connection with, or arising
out of, the agreement or RFP or the execution of the Project; the matter in dispute which
cannot be settled amicably within thirty (30) days after receipt by one Party of the other
Party's request for such amicable settlement shall, in the first place, be referred to the
Additional Chief Secretary (Finance Department). Either party may refer a dispute to
the Additional Chief Secretary (Finance Department), who shall give a decision in
writing within 30 days of reference of dispute.
Page 24 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

In case either party is not satisfied with the decision of the Additional Chief Secretary
(Finance Department), they can institute arbitration proceedings as per Indian
Arbitration and reconciliation Act, 1996, after a 30-day notice period.

Any dispute or difference or claim arising out of, or in connection with, or relating to the
present contract or the breach, termination or invalidity thereof, shall be referred and
settled under the Arbitration Center, Karnataka (domestic and international) rules
2012, by one or more Arbitrators appointed in accordance with its rules.

Arbitration proceedings shall be held in Bengaluru and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.

5.19 Force Majeure

a) Neither Party to this Agreement shall be liable to the other for any loss or
damage which may be suffered by the other due (directly) to the extent and for
the duration of any cause beyond the reasonable control of the Party unable to
perform ("Force Majeure") events such as but not limited to acts of God not
confined to the premises of the Party claiming the Force Majeure, flood, drought,
lightning or fire, earthquakes, strike, lockouts beyond its control, labour
disturbance not caused at the instance of the Party claiming Force Majeure, acts
of Government or other competent authority, war, terrorist activities, military
operations, riots, epidemics, civil commotions etc. No failure, delay or other
default of any contractor or sub-contractor to either Party shall entitle such
Party to claim Force Majeure under this Article.

b) The Party seeking to rely on Force Majeure shall promptly, within 2 days, notify
the other Party of the occurrence of a Force Majeure event as a condition
precedent to the availability of this defence with particulars detail in writing to
the other Party and shall demonstrate that it has and is taking all reasonable
measures to mitigate the events of Force Majeure.

Page 25 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

i. In the event the Force Majeure substantially prevents, hinders or delays


the successful bidder’s performance of Services necessary for project’s
implementation or the operation of Project’s critical business functions
for a period in excess of 3 days, the DoT may declare that an emergency
exists. However, when the situation arising out of force Majeure comes to
an end in the assessment of DoT, the successful bidder shall resume
normal activities under this agreement immediately. If DoT considers it
necessary, may grant an extension of time to the successful bidder for
resuming normal activities under this agreement. If the successful bidder
does not resume normal activities immediately or within the extended
period, if any, granted by the DoT, the DoT will have the option to invoke
the Performance Guarantee, levy liquidated damages, obtain substitute
performance from an alternate supplier at the cost of successful bidder
and/or terminate this Agreement.
ii. Notwithstanding the terms of this Article, the failure on the part of the
successful bidder terms under the RFP to implement any disaster
contingency planning, insurance coverage and back-up and other data
safeguards in accordance with the terms of the RFP or this Agreement
against natural disaster, fire, sabotage or other similar occurrence shall
not be an event of Force Majeure.

5.20 Indemnity
The selected bidder (the "Indemnifying Party") undertakes to indemnify the DoT, (the
"Indemnified Party") from and against all losses, claims or damages on account of bodily
injury, death or damage to tangible personal property arising in favour of any person,
corporation or other entity (including the Indemnified Party) attributable to the
Indemnifying Party's performance or non-performance under this Agreement or the
SLAs.
The indemnities set out shall be subject to the following conditions:
a) The Indemnified Party, as promptly as practicable, informs the Indemnifying
Party in writing of the claim or proceedings and provides all relevant
evidence, documentary or otherwise;

Page 26 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

b) The Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the defence of such claim
including reasonable access to all relevant information, documentation and
personnel provided that the Indemnified Party may, at its sole cost and
expense, reasonably participate, through its attorneys or otherwise, in such
defence;
c) If the Indemnifying Party does not assume full control over the defence of a
claim as provided in this Article, the Indemnifying Party may participate in
such defence at its sole cost and expense, and the Indemnified Party will have
the right to defend the claim in such manner as it may deem appropriate, and
the cost and expense of the Indemnified Party will be included in Losses;
d) The Indemnified Party shall not prejudice, pay or accept any proceedings or
claim, or compromise any proceedings or claim, without the written consent
of the Indemnifying Party;
e) All settlements of claims subject to indemnification under this Article will: (a)
be entered into only with the consent of the Indemnified Party, which
consent will not be unreasonably withheld and include an unconditional
release to the Indemnified Party from the claimant for all liability in respect
of such claim; and (b) include any appropriate confidentiality agreement
prohibiting disclosure of the terms of such settlement;
f) The Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the
Indemnified Party which are to be paid to it in connection with any such
claim or proceedings;
g) The Indemnified Party shall take steps that the Indemnifying Party may
reasonably require to mitigate or reduce its loss as a result of such a claim or
proceedings; and
h) In the event that the Indemnifying Party is obligated to indemnify an
Indemnified Party pursuant to this Article, the Indemnifying Party will, upon
payment of such indemnity in full, be subrogated to all rights and defences of
the Indemnified Party with respect to the claims to which such
indemnification relates;

Page 27 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

i) In the event that the Indemnifying Party is obligated to indemnify the


Indemnified Party pursuant to this Article, the Indemnified Party will be
entitled to invoke the Performance Bank Guarantee, if such indemnity is not
paid, either in full or in part, and on the invocation of the Performance Bank
Guarantee, the Indemnifying Party shall be subrogated to all rights and
defences of the Indemnified Party with respect to the claims to which such
indemnification relates.

Page 28 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix-1 – Covering Letter

(To be submitted in firm/ company letter head)

To,
The Commissioner,
Department of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road,
Bengaluru – 560001

Sir/Madam,

Subject: Selection of an Agency for providing Comprehensive AMC for UPS Systems at
Treasuries across State

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

We, the undersigned Bidders, having read and examined in detail all the bidding
documents in respect to the tender for Selection of an Agency for providing
Comprehensive AMC for UPS Systems at Treasuries across State, do hereby propose to
provide our services as specified in Tender.

Technical Response
We confirm having submitted the information as required by you in your Request for
Proposal document. This is enclosed in our technical bid. In case you require any other
further information/documentary proof in this regard for evaluation of our bid, we
agree to furnish the same in time to your satisfaction.

Deviations
We declare that all the services shall be performed strictly in accordance with the bid
documents and there are no deviations from the requirements mentioned in this RFP.

Performance Bank Guarantee


We hereby declare that in case the contract is awarded to us, we shall submit the
contract performance bank guarantee in the form prescribed in the RFP.

Validity of this Bid


We agree to abide by this tender response for a period of 180 days from the date of
submission of the bid and it shall remain binding upon us with full force and virtue, until
Page 29 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

within this period a formal contract is prepared and executed, this tender response,
together with your written acceptance thereof in your notification of award, shall
constitute a binding contract between us and DoT.

Blacklisting:
We hereby declare that our company is not blacklisted by Government of Karnataka or
any of its agencies for any reasons, whatsoever and not blacklisted by Central / any
other State / UT / Government, or its agencies for indulging in corrupt, or fraudulent
practices or deficiencies of services or for indulging in unfair trade practices as on the
date of submission of bid.

Acceptance of Terms & Conditions:


We hereby declare that all the provisions of this RFP / Tender document are acceptable
to our Company.

Litigation:
We hereby declare that our company is not involved in any major litigation that may
have an impact of affecting or compromising the delivery of the services as required
under this RFP.

We undertake, if our proposal is accepted, to adhere to the implementation plan for the
Proposed System at DOT put forward in RFP or such adjusted plan as may subsequently
be mutually agreed between us and DOT or its appointed representatives.

We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and
belief.

We understand that our bid is binding on us and that you are not bound to accept a Bid
you receive.

It is hereby confirmed that I/We are entitled to act on behalf of our company/
corporation/ firm/ organization and empowered to sign this document as well as such
other documents, which may be required in this connection.

Thanking you,
Yours faithfully

(Signature of the Authorized signatory)


Name :
Designation :
Page 30 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Seal :
Date :
Place :
Business Address:

Page 31 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix-2 – Turnover Details

TO WHOMSOEVER IT MAY CONCERN

This is to certify that the annual turnover furnished by << COMPANY NAME >> for last 3
years i.e. 2017-18, 2018-19 and 2019-20 from the sale and services contracts of UPS
Systems is as below. This is as per the Statement of Accounts which has been duly
verified by me and found correct.

Financial year Total Total Turnover from the sale and


Turnover of Services contracts of UPS Systems
the Company (Rs. in Lakhs)
(Rs. in Lakhs)
2017-18
2018-19
2019-20

Place:

Date:

Seal & Signature of


Chartered Accountant

Page 32 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix-3 – Undertaking on Office Premises

(To be submitted in firm/ company letter head)

This is to certify that << COMPANY NAME >> has an office in the Bengaluru. Relevant
address proof is enclosed.

Company Secretary / Authorized Signatory

Name of Signatory:

Bidder Name:

Date
Place

Page 33 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix-4 – Details of the Bidder

(To be submitted in firm/ company letter head)

Sl. No. Particulars Details


1. Name of the Bidder
2. Address of the Bidder
3. Status of the Company (Public Ltd/ Pvt. Ltd)
4. Details of Incorporation of the Company Date:
Ref. #
6. Details of Commencement of Business Date:
Ref. #
8. Valid Goods & Service Tax (GST) registration no.
9. Permanent Account Number (PAN)
10. Name & Designation of the contact person to
whom all references shall be made regarding this
tender
11. Telephone No. (with STD Code)
12. E-Mail of the contact person:
13. Fax No. (with STD Code)
14. Website
15. Financial Details (as per audited Balance Sheets) (in Cr)
16. Year 2017-18 2018-19 2019-20
17. Net Worth
18. Turn Over
19. PAT

Page 34 of 48
Appendix–5 – Financial Bid Format

Bidders shall quote all-inclusive price. This price shall be inputted by bidders directly in
e-Procurement portal.

CAMC No of Unit Total


Charges per (Indicative Price (Rs)
Unit (Rs) for Financial
Item Description inclusive of bid
Taxes evaluation)
(e)={(c)*(d)
(a) (c)
}
5KVA UPS 182
15KVA UPS 23
20KVA UPS 1
25KVA UPS 6
30KVA UPS 5
100KVA UPS (SMF) 2
30KVA UPS (SMF) 1
15KVA UPS (SMF) 1
3KVA UPS (SMF) 33
Total CAMC Charges in Rs.

Note:
a) The above rates are inclusive of preventive maintenance visits & breakdown
maintenance visits alongwith spares, standby UPS and the transportation costs,
or any other charges if any.
b) The all-inclusive price inputted directly in the e-Procurement portal (i.e., Total
CAMC charges in the financial format) will be taken as the basis for evaluation of
financial bid and to determine the L1 cost.
c) DoT reserves the rights to vary the order from 75% to 125% of the total
intended requirement, at the discovered price.
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix–6 – Format of Performance Bank Guarantee

PERFORMANCE GUARANTEE
Ref:
Bank Guarantee No:
Date:

To
The Commissioner,
Department of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road,
Bengaluru – 560001

1. Against contract vide Advance Acceptance of the Tender No.<Tender Number dated
DD/MM/YYYY> pertaining to “Selection of an Agency for providing Comprehensive
AMC for UPS Systems at Treasuries across State ” (hereinafter called the said
'contract') entered into between the Department of Treasuries, Government of
Karnataka, (hereinafter called the Purchaser) and M/s._________________ , a Company
incorporated under the Companies Act and having its Registered Office
at ..................................................(hereinafter called the Bidder) this is to certify that at the
request of the Bidder we (name of the Bank / Branch .........................................................) a
body corporate constituted under the Banking Companies [Acquisition and Transfer of
Undertakings] Act, 1970 and having its, Registered Office
at..................................................................................... and a branch office
at ................................................................................................ are holding in trust in favour of the
Purchaser, an amount of Rs.......................
(Rupees................................................................................................................................only)
to indemnify and keep indemnified the Purchaser against any loss or damage that may
be caused to or suffered by the Purchaser by reason of any breach by the Bidder of any
of the terms and conditions of the said contract and/or in the performance thereof. We
agree that the decision of the Purchaser, whether by any breach of any of the terms and
conditions of the said contract and/or in the performance thereof has been committed
by the Bidder and the amount of loss or damage that has been caused or suffered by the
Purchaser shall be final and binding on us and the amount of the said loss or damage
shall be paid by us forthwith on demand and without demur to the Purchaser.

2. We (Name of the Bank /Branch)........................................................ further agree that the


guarantee herein contained shall remain in full force and effect during the period that
would be taken for satisfactory performance and fulfillment in all respects of the said
contract by the Bidder i.e. till _________________ hereinafter called the said date and that if
any claim accrues or arises against us ______(Name of the Bank /Branch) by virtue of
this guarantee before the said date, the same shall be enforceable against us .........................
(Name of the Bank/Branch) notwithstanding the fact that the same is enforced within
six months after the said date, provided that notice of any such claim has been given to
us .....................(Name of the Bank/Branch) by the Purchaser before the said date.
Payment under this letter of guarantee shall be made promptly upon our receipt of
notice to that effect from the Purchaser.

Page 36 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

3. It is fully understood that this guarantee is effective from the date of the said contract
and that we........................ (Name of the Bank /Branch) undertake not to revoke this
guarantee during its currency without the consent in writing of the Purchaser.

4. We undertake to pay to the Purchaser any money so demanded notwithstanding any


dispute or disputes raised by the Bidder in any suit or proceeding pending before any
court or Tribunal relating thereto our liability under this present bond being absolute
and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the Bidder shall have no claim against us for making such
payment.

6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall
have the fullest liberty, without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said contract or to extend time of
performance by the Bidder from time to time or to postpone for any time or from time
to time any of the powers exercisable by the Purchaser against the said Bidder and to
forebear or enforce any of the terms and conditions relating to the said contract and we,
.....................................(Name of the Bank / Branch) shall not be released from our liability
under this guarantee by reason of any such variation or extension being granted to the
said Bidder or for any forbearance by the Purchaser to the said Bidder or for any
forbearance and or omission on the part of the Purchaser or any other matter or thing
whatsoever, which under the law relating to sureties, would, but for this provision have
the effect of so releasing us from our liability under this guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Bidder.

Notwithstanding anything contained herein:

i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees
in words only)

ii). The Bank Guarantee shall be valid up to ...........................; and;

iii) We........................................... (Name of the Bank / Branch) are liable to pay the
guaranteed amount or any part thereof under this Bank Guarantee only and only if you
serve upon us a written claim or demand on or before ......................................

Authorised Signatory of the Bank

Signature
Full name/designation/ Address of the official and date

WITNESS NO. 1
Page 37 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Signature

Full name/designation/ Address

WITNESS NO. 2

Signature

Full name/designation/ Address

Page 38 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix–7 – Bill of Quantities

UPS OEM – M/s. Power one Micro Systems Pvt. Ltd.

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
1 TNMC (SMF type batt)   100 2 65AH 32
30 1 65AH 32
Office of
Commissioner of
2 Treasuries (COT)   20 1 110AH 20
(SMF type batt) 15 1 75AH 16
3 Bengaluru (Urban)   30 1 200AH 20
4   1. Anekal 5 1 80AH 8
5   2.Bengaluru North 5 1 80AH 8
3.Bengaluru
6   East(KR PURAM) 5 1 80AH 8
7 Stamps & depots 15 1 75AH 20
STATE HUZUR
TREASURY
8 BENGALURU   30 1 200AH 20
Pension Payment
9 Treasury 15 1 75AH 20
10 Bengaluru(Rural) Bengaluru(Rural) 15 1 75AH 20
11   1.Devanahalli 5 1 80AH 8
12   2.Doddaballapura 5 1 80AH 8
13   3.Hosakote 5 1 80AH 8
14 Ramanagar Ramanagar 15 1 75AH 20
15   1.Channapattana 5 1 80AH 8
16   2.Kanakapura 5 1 80AH 8
17   3.Magadi 5 1 80AH 8
18 Chickballapura Chickballapura 15 1 75AH 20
19   1.Bagepalli 5 1 80AH 8
20   2.Chintamani 5 1 80AH 8
21   3.Gowribidanur 5 1 80AH 8
22   4.Gudibande 5 1 80AH 8
23   5.Sidlaghatta 5 1 80AH 8
24 Kolar Kolar 25 1 130AH 20
25   Bangarpet 5 1 80AH 8
26   2. Malur 5 1 80AH 8
27   3. Mulbagal 5 1 80AH 8
28   4. Srinivasapura 5 1 80AH 8
29   5. Robertsonpet 5 1 80AH 8
30 Tumkur Tumkur 25 1 130AH 20
1.Chicknayakanahal
31   li 5 1 80AH 8
32   2. Gubbi 5 1 80AH 8
33   3. Koratagere 5 1 80AH 8
34   4. Kunigal 5 1 80AH 8
Page 39 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
35   5. Madhugiri 5 1 80AH 8
36   6. Pavagada 5 1 80AH 8
37   7. Sira 5 1 80AH 8
38   8. Tiptur 5 1 80AH 8
39   9. Turuvekere 5 1 80AH 8
40 Mysore Mysore 30 1 200AH 20
41   1. H.D. Kote 5 1 80AH 8
42   2. Hunsur 5 1 80AH 8
43   3. K.R. Nagar 5 1 80AH 8
44   4. Nanjangudu 5 1 80AH 8
45   5. P.T. Patna 5 1 80AH 8
46   6. T. Narasipura 5 1 80AH 8
47 Chamarajanagar Chamarajanagar 15 1 75AH 20
48   1.Gundlapet 5 1 80AH 8
49   2.Kollegal 5 1 80AH 8
50   3. Yelandur 5 1 80AH 8
51 Mandya Mandya 15 1 75AH 20
52   1.K.R. Pet 5 1 80AH 8
53   2. Maddur 5 1 80AH 8
54   3. Malavalli 5 1 80AH 8
55   4. Nagamangala 5 1 80AH 8
56   5. P. Pura 5 1 80AH 8
57   6. Srirangapatna 5 1 80AH 8
58 Madikeri Madikeri 15 1 75AH 20
59   1.Somwarpet 5 1 80AH 8
60   2. Virajpet 5 1 80AH 8
61   3. Ponnampet 5 1 80AH 8
62   4. Nopoklu 5 1 80AH 8
63   5. Kushalnagar 5 1 80AH 8
64 Hassan Hassan 15 1 75AH 20
65   1.Alur 5 1 80AH 8
66   2. Arakalagud 5 1 80AH 8
67   3. Arasikere 5 1 80AH 8
68   4. Belur 5 1 80AH 8
69   5. C.R. Patna 5 1 80AH 8
70   6. Holenarasipura 5 1 80AH 8
71   7. Sakaleshpura 5 1 80AH 8
72 Shimoga   25 1 130AH 20
73   1.Badravati 5 1 80AH 8
74   2. Hosanagara 5 1 80AH 8
75   3. Sagar 5 1 80AH 8
76   4. Shikaripura 5 1 80AH 8
77   5. Soraba 5 1 80AH 8
78   6. Theerthahalli 5 1 80AH 8
79   7. Shiralakoppa 5 1 80AH 8

Page 40 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
80 Koppal Koppal 15 1 75AH 20
81   1.Gangavati 5 1 80AH 8
82   2. Kushtagi 5 1 80AH 8
83   3. Yelburga 5 1 80AH 8
84 Chitradurga Chitradurga 15 1 75AH 20
85   1.Challakere 5 1 80AH 8
86   2. Hiriyur 5 1 80AH 8
87   3. Holalkere 5 1 80AH 8
88   4. Hosadurga 5 1 80AH 8
89   5. Molakalmuru 5 1 80AH 8
90 Davanagere Davanagere 15 1 75AH 20
91   1.Jagalur 5 1 80AH 8
92   2. Harihara 5 1 80AH 8
93   3. Harappanahalli 5 1 80AH 8
94   4. Channagiri 5 1 80AH 8
95   5. Honnali 5 1 80AH 8
96   6. Mayakonda 5 1 80AH 8
97 Chickmagalur Chickmagalur 15 1 75AH 20
98   1.Kadur 5 1 80AH 8
99   2. Koppa 5 1 80AH 8
100   4.MUDIGERE 5 1 80AH 8
101   4. N.R. Pura 5 1 80AH 8
102   5. Shrungeri 5 1 80AH 8
103   6. Tarikere 5 1 80AH 8
104 Mangalore   25 1 130AH 20
105   1.Belthangadi 5 1 80AH 8
106   2. Puttur 5 1 80AH 8
107   3. Sulya 5 1 80AH 8
108   4. Mulki 5 1 80AH 8
109   5. Vittla 5 1 80AH 8
110   3. Moodbidri 5 1 80AH 8
111   7. Bantwal 5 1 80AH 8
112 Udupi Udupi 15 1 75AH 20
113   1.Hebri 5 1 80AH 8
114   2. Karkala 5 1 80AH 8
115   3. Kundapura 5 1 80AH 8
4.
116   Shankaranarayana 5 1 80AH 8
117   5. Bramvar 5 1 80AH 8
118   6. Byndur 5 1 80AH 8
119 Belgaum Belgaum 30 1 200AH 20
120   1. Athani 5 1 80AH 8
121   2. Bailahongala 5 1 80AH 8
122   3. Chikkodi 5 1 80AH 8
123   4. Gokak 5 1 80AH 8
124   5. Hukkeri 5 1 80AH 8
Page 41 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
125   6. Khanapura 5 1 80AH 8
126   7. Raibhag 5 1 80AH 8
127   8. Ramadurga 5 1 80AH 8
128   9. Saudatti 5 1 80AH 8
129   10. Nippani 5 1 80AH 8
130   11. Sankeshwar 5 1 80AH 8
131   12. Kagwad 5 1 80AH 8
132   13. Kittur 5 1 80AH 8
133   14. Moodalagi 5 1 80AH 8
134 Dharwad Dharwad 15 1 75AH 20
135   1.Kalghatgi 5 1 80AH 8
136   2. Kundgol 5 1 80AH 8
137   3. Navalagunda 5 1 80AH 8
138 Gadag Gadag 15 1 75AH 20
139   1.Lakshmeshwar 5 1 80AH 8
140   2. Mundaragi 5 1 80AH 8
141   3. Naragund 5 1 80AH 8
142   4. Shirahatti 5 1 80AH 8
143   5. Ron 5 1 80AH 8
144 Haveri Haveri 15 1 75AH 20
145   1.Byadagi 5 1 80AH 8
146   2. Hangal 5 1 80AH 8
147   3. Hirekerur 5 1 80AH 8
148   4. Savanur 5 1 80AH 8
149   5. Shiggaon 5 1 80AH 8
150   6. Ranibennur 5 1 80AH 8
151 Bijapur Bijapur 15 1 75AH 20
152   1. Bagewadi 5 1 80AH 8
153   2. Indi 5 1 80AH 8
154   3. Muddebihal 5 1 80AH 8
155   4. Sindgi 5 1 80AH 8
156   5. Talikote 5 1 80AH 8
157   6. Nidagundi 5 1 80AH 8
158   7. Chadachan 5 1 80AH 8
159   8. Almatti 5 1 80AH 8
160 Bagalakote Bagalakote 15 1 75AH 20
161   1.Badami 5 1 80AH 8
162   2. Biligi 5 1 80AH 8
163   3. Banahatti 5 1 80AH 8
164   4. Guledgudda 5 1 80AH 8
165   5. Ilkal 5 1 80AH 8
166   6. Jamkhandi 5 1 80AH 8
167   7. Hungund 5 1 80AH 8
168   8. Mudhol 5 1 80AH 8
169 Karwar Karwar 25 1 130AH 20

Page 42 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
170   1. Ankola 5 1 80AH 8
171   2. Bhatkal 5 1 80AH 8
172   3. Haliyal 5 1 80AH 8
173   4. Honavar 5 1 80AH 8
174   5. Kumata 5 1 80AH 8
175   6. Mundagod 5 1 80AH 8
176   7. Siddapur 5 1 80AH 8
177   8. Sirsi 5 1 80AH 8
178   9. Supa (Joida) 5 1 80AH 8
179   10. Yellapur 5 1 80AH 8
180   11. Dandali 5 1 80AH 8
181   12. Gokarna 5 1 80AH 8
182 Hubli Hubli 15 1 75AH 20
183 Gulbarga Gulbarga 30 1 200AH 20
184   1. Afzalpur 5 1 80AH 8
185   2. Alland 5 1 80AH 8
186   3. Chincholi 5 1 80AH 8
187   4. Chittapur 5 1 80AH 8
188   5. Jewargi 5 1 80AH 8
189   6. Sedam 5 1 80AH 8
190   7. Shahabad 5 1 80AH 8
191   8. Kalgi 5 1 80AH 8
192 Yadgir Yadgir 15 1 75AH 20
193   1. Gurumitkal 5 1 80AH 8
194   2. Hunsigi 5 1 80AH 8
195   3. Shahapur 5 1 80AH 8
196   4. Shorapur 5 1 80AH 8
197   5. Kembhavi 5 1 80AH 8
198 Bellary Bellary 25 1 130AH 20
199   1. Hadagali 5 1 80AH 8
200   2. Hospet 5 1 80AH 8
201   3. Kudaligi 5 1 80AH 8
4.
Hagaribommanahall
202   i 5 1 80AH 8
203   5. Sandur 5 1 80AH 8
204   6. Siriguppa 5 1 80AH 8
205   7. Kurugod 5 1 80AH 8
206   8. Kottur 5 1 80AH 8
207 Raichur Raichur 15 1 75AH 20
208   1. Devadurga 5 1 80AH 8
209   2. Lingasugur 5 1 80AH 8
210   3. Manvi 5 1 80AH 8
211   4. Sindanur 5 1 80AH 8
212   5. Mudgal 5 1 80AH 8
213 Bidar Bidar 15 1 75AH 20

Page 43 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
214   1. Aurad 5 1 80AH 8
215   2. Basava kalyan 5 1 80AH 8
216   3. Bhalki 5 1 80AH 8
217   4. Humnabad 5 1 80AH 8
218 Bengaluru Rural Nelamangala 5 1 80AH 8

Page 44 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

UPS OEM – M/s. Power one Micro Systems Pvt. Ltd.

UPS No. of SMF Batt.


Sl. No District Treasury Rating UPS Batt. Qty
1 DTO, RAMANAGARA 3KVA 1 65AH 6
2 DTO, CHIKABALLAPURA 3KVA 1 65AH 6
3 DTO, KOLAR 3KVA 1 65AH 6
4 DTO, MYSURU 3KVA 1 65AH 6
5 DTO, TUMAKURU 3KVA 1 65AH 6
6 DTO, CHAMARAJNAGAR 3KVA 1 65AH 6
7 DTO, MANDYA 3KVA 1 65AH 6
8 DTO, MADIKERI 3KVA 1 65AH 6
9 DTO, HASSAN 3KVA 1 65AH 6
10 DTO, SHIVAMOGGA 3KVA 1 65AH 6
11 DTO, KOPPALA 3KVA 1 65AH 6
12 DTO, CHITRADURGA 3KVA 1 65AH 6
13 DTO, DAVANGERE 3KVA 1 65AH 6
14 DTO, CHIKMAGALURU 3KVA 1 65AH 6
15 DTO, MANGALURU 3KVA 1 65AH 6
16 DTO, UDUPI 3KVA 1 65AH 6
17 DTO, BELAGAVI 3KVA 1 65AH 6
18 DTO, GADAG 3KVA 1 65AH 6
19 DTO, HAVERI 3KVA 1 65AH 6
20 DTO, VIJAYAPURA 3KVA 1 65AH 6
21 DTO, BAGALKOTE 3KVA 1 65AH 6
22 DTO, KARWAR 3KVA 1 65AH 6
23 DTO, KALABURGI 3KVA 1 65AH 6
24 DTO, YADGIRI 3KVA 1 65AH 6
25 DTO, BALLARI 3KVA 1 65AH 6
26 DTO, RAICHUR 3KVA 1 65AH 6
27 DTO, BIDAR 3KVA 1 65AH 6
28 DTO, Dharwad 3KVA 1 65AH 6
29 Stamp Depot, Bengaluru 3KVA 1 65AH 6
30 STO, Sirsi 3KVA 1 65AH 6
31 STO, Chikkodi 3KVA 1 65AH 6
32 STO, Madhugiri 3KVA 1 65AH 6
33 STO, Hosapete 3KVA 1 65AH 6

Page 45 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix–8 – Support Terms & Condition

1 Annual Maintenance Contract (AMC) is for all UPS systems mentioned in the
Appendix-7 across the State.
2 The AMC proposed includes both preventive and breakdown maintenance and
includes all spare parts required for the UPS system. It only excludes the
replacement of Battery incase if it becomes faulty during the contract period.
3 Carry out preventive maintenance in every three months by a qualified technical
person identified by the Bidder.
4 Preventive Maintenance shall be scheduled and notified atleast one day in advance
to concerned Treasury Officer / Facility Management Engineer.
5 Preventive Maintenance activity shall generally be planned and executed during
working hours of Treasury Offices (ie., between 10am to 5:30pm)
6 Only Technical/Skilled manpower shall be deputed to look after functioning and
maintenance of the UPS both during preventive and breakdown maintenance.
7 The bidder should be conversant with the handling of repair and maintenance of all
ratings of UPSs listed in this tender including transformer / transformer-less types.
8 The service comprises of preventive and breakdown maintenance and also includes
carrying out necessary repairs and fittings as required for normal functioning of
UPS.
9 During the preventive service the technical person shall clean the AC (inter parts
with blower). The blower is to be brought by the successful bidder.
10 During the preventive service the technician shall check both input and output
cables/wires are in order or not. Check the input voltage, output voltage, battery
voltages, Earthing and overall health of UPS etc.
11 Incase of preventive & breakdown calls, the service engineer has to generate service
report and get it signed by respective Treasury Officer and the same shall be
consolidated and submitted to Department at the end of every Quarter.
12 The breakdown maintenance call shall be attended within 20 working hours and the
UPS will be set functional within 24 working hours of the complaint for all ratings
excluding 100KVA. While, for 100KVA UPS, the breakdown maintenance call must

Page 46 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

be attended within 4 working hours and the UPS will be set functional within 8
working hours of the complaint.
13 Incase UPS had a major failure and is not restored within stipulated period for a
breakdown visit ie., 24 hours (excluding COT/TNMC UPS) / 8 hours (for COT/TNMC
UPS), necessary spare parts to restore UPS or a standby UPS shall be provisioned to
the respective Treasury Office within 48 hours of reporting time.
14 The AMC is comprehensive in nature and includes replacement cost of all original
spare parts for proper functioning of the UPS. If any part give repeated problem i.e. 2
repairs in a minimum period of two months’ time, then the bidder must replace the
spare part with a new one. The AMC also covers damage and burning of any part of
the UPS. All the components required to be replaced will be of same make or of
equivalent quality. In the service report (both preventive/breakdown), the details of
the part name & number and serial number (if any) must be brought out clearly.
15 In case of repair/maintenance services of the defective UPS are required to be taken
to bidder’s service centre to put UPS under satisfactorily operational condition, then
the same will be borne by the contractor. In this respect any cost to be incurred
towards transportations of the same as well as arranging standby UPS shall be borne
by the bidder. The bidder under no condition shall sub-contract the maintenance job
to outside agency.
16 Technical proposal submitted shall also have the escalation matrix contact details
(email id’s and phone numbers) and escalation process for handling technical issues
raised.

Page 47 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State

Appendix–9 – Format for EMD declaration

(To be submitted in firm/ company letter head)

I, hereby submit a declaration that the tender submitted by the undersigned, on behalf
of the tenderer..... (Name of the Tenderer), shall not be withdrawn or modified during
the period of validity or extended period of validity.

I, on behalf of the tenderer.... (Name of the Tenderer), also accept the fact that in case
the tender is withdrawn or modified during the period of its validity/extended validity
period or if we fail to sign the contract in case the contract is awarded to us or we fail to
submit a Performance security and Additional Performance Security, if any, before the
deadline fixed in the Tender Document, then ......(Name of the tenderer) will be debarred
for participation in the tendering process for the Procurements of this Procurement
Entity for a period of one year from the date of default.

(Signature of the Authorised Signatory)


Official Seal

Page 48 of 48

You might also like