[go: up one dir, main page]

0% found this document useful (0 votes)
24 views106 pages

TD

Uploaded by

shalinimohit10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
24 views106 pages

TD

Uploaded by

shalinimohit10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 106

e-BIDDING

BIDDING DOCUMENT

For

PROCUREMENT OF CLOUD INFRASTRUCTURE AND MANAGED SERVICES FOR 03 YEARS

FOR

IMPLEMENTATION OF LINE PATROLLING SOFTWARE IN UPPTCL

Under

(Single Stage Two Part Bidding System)

 Tender InvitationNotice (NIT) No. & Date


Date: 149-C dated 14.02.2025.
 Tender Specification No. (TSN): E
E-tender No.-17-CE(TC)/2024-25
 Tender Inviting Authority (TIA):
): Superintending Engineer(A)
(A) Office of CE(TC) Lucknow
 Address of the TIA: Pareshan Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow

For details, please visit the

Website of UPPTCL “www.upptcl.org”


aand/or
Official e-procurement
procurement Tender Portal of UPPTCL “etender.up.nic.in”

1
Contents
Sections Particulars Page No.
VOLUME-I
(Tendering Procedure, QR, Conditions of Contract & Formats)
Section-1 Notice Inviting Tender (NIT):
This Section contains key information relating to invitation of tender
notice, window advertisement of the proposed works, tendering
schedules, and communication address, Tender Cost, EMD etc. for
clear and concise information for the Bidders.
Section-2 Instructions to Bidders (ITB):
This section specifies both Technical & Financial qualifying
requirements, course of actions to be taken by the Bidders in the
preparation and submission of their Bids and also contains all the
criteria that UPPTCL shall use to evaluate bids and qualify Bidders
following a Two-Stage bidding procedure. Information is also
provided on the submission, opening, and evaluation of bids and on
the award of contract, Date of Start/Commencement of work.
Section-3 Owner’s Requirement:
This section includes brief scope of works, specify the scope of works
in terms of the quantity to assess the technical qualifying requirement
under the works and other specific technical requirement which
should be in line with the Volume-II.
Section-4 General Conditions of Contract (GCC):
This Section contains the general clauses to be applied in all contracts.
Including penalty Clauses against non completion activities, default in
SOP etc. in line with Volume-II. These Conditions are subject to the
variations and additions set out in Special Conditions of Contract.
Section-5 Special Conditions of Contract (SCC):
This Section supplements the General Conditions of Contract (GCC).
The provisions herein shall prevail over those in the GCC.
Section-6 Annexure and Contract Forms :
This Section contains the standard forms which are required to be
submitted as part of Bid and also required during execution of
contract.

2
Page No.
VOLUME-II
Section-1 Detailed Scope of Works

Section-2 Technical Specifications :


In this section detailed Tech. specs.is described.

Section-3 Owners Scope :


This describe the part of obligation on the owner i.e. UPPTCL

Section-4 Standard of Performance:


In this section Standard Requirement/ Timeline is described which
if defaulted may attract penalty.

Section-5 General Technical Term and Conditions


This describe general technical term and condition of contract.

Section-6 Annexure and Forms :


This Section contains different forms including detailing quantity.

3
Volume – I
Section-1
Notice Inviting Tender (NIT)

4
Section-1
Notice Inviting Tender (NIT)
< To be used for Advertisement>

 TENDER NOTICE NO.: 149-C-CE(TC)/2024-25 dated 14.02.2025.


Uttar Pradesh Power Transmission Corporation Ltd, Lucknow (UPPTCL), Office of the Chief Engineer,
Transmission Central Zone, Lucknow invites bid (in e-tendering mode only) under single stage two-envelop
system from reputed company registered under the Companies Act 2013/1956 or a partnership firm
registered under Partnership Act 1932 or Limited Liability Partnership Act 2008 or Sole
Proprietorship firm having domicile in India towards <Name of Services under UPPTCL at an Estimated
Cost of Rs. 81,85,160.00 (Rupees Eighty One Lakhs Eighty Five Thousand One Hundred Sixty Only).

Complete set of bidding document is available on the official e-tender portal of UPPTCL “etender.up.nic.in”
and website of UPPTCL “www.upptcl.org”. Interested bidders may visit UPPTCL’s official web site
“www.upptcl.org” and official e-Tender Portal of UPPTCL “etender.up.nic.in” for amendment /errata
/corrigendum (if any) and any other information regarding this tender .

Note: Bidders are requested to regularly visit website and official e-Tender Portal of UPPTCL only for
amendment /errata /corrigendum (if any) and any other information regarding this tender, as the same shall be
published only on the website and official e-Tender Portal of UPPTCL.

Superintending Engineer (A)


Office of Chief Engineer (TC)
Pareshan Bhawan,
Vibhuti Khand, Lucknow,
cetc@upptcl.org

5
Section-1

Notice Inviting Tender (NIT)

The intending bidder(s) can download the tender documents from website of UPPTCL “www.upptcl.org” and
official e-tender portal of UPPTCL “www.etender.up.nic.in”. However, for the purpose of participation in the
tender, bidder(s) are required to enroll themselves on the official e-tender portal of UPPTCL
“www.etender.up.nic.in” only.
1. The intending bidder(s) shall have to pay the non-refundable tender cost for an amount as mentioned in the
following TABLE-1, by way of RTGS/NEFT only in favour of the UPPTCL.
2. The intending bidder(s) shall have to submit the EMD by payment through RTGS/NEFT or Irrevocable
Bank Guarantee as per the format prescribed in the tender) for an amount as mentioned in the following
TABLE-1.
3. The bidder(s) shall scan the proof of Tender Cost paid through RTGS/NEFT and EMD paid through
RTGS/NEFTor by way of Bank Guarantee and shall upload the same in the prescribed attachment in .gif or
.jpg format and is required to submit the original documents to the undersigned within 03 days from the date
of opening of Technical Bid (Part-I).
4. Bank Guarantee should be submitted (in favour of the officer specified in tender notice) from a Scheduled
Commercial Bank in India, executed on a non-judicial stamp paper worth Rs. 5.00 per thousand subject to a
maximum of Rs. 10000.00 as per U.P. Stamp Act.
5. The prospective bidder(s) are advised to register their user ID, Password, company ID with official e-
tender portal of UPPTCL “www.etender.up.nic.in” by clicking on hyper link “Register Me”.
6. Any clarifications on the project can be had from the undersigned during office hours prior to the pre-bid
conference.

Superintending Engineer (A)


Office of Chief Engineer (TC)
Pareshan Bhawan,
Vibhuti Khand, Lucknow,
cetc@upptcl.org

6
TABLE-1

Sl. No Particulars Remarks<To be filled up in below>


A. Basic Details:
1. NIT No. & date 149-C, 14.02.2025
2. Tender Issuing Department UPPTCL
3. Tender Reference Number 17-CE(TC)/2024-2025
4. Stages Of Bidding Single Stage Two Part
5. Bid Validity 90 Days
B. Tender Cost & Fee Details:
1. Tender Cost Rs.1770 /- (GST inclusive @ 18% )
2. Mode of payment-Tender Cost RTGS/NEFT
3. Tender Cost Payable to Dy General Manager Accounts (TC), Lucknow
Bank: Central bank of India
Account No. 1366777926
IFSC : CBIN0283305
4. Tender Cost exemption allowed to No
C. EMD Fee Details:
1. EMD Amount Rs. 81860.00
2. Mode of Payment Payment trough RTGS/NEFT
Bank, A/C No. & IFC Code Bank: Central bank of India
Account No. 1366777926
IFSC : CBIN0283305
3. EMD Payable to Dy General Manager Accounts (TC), Lucknow

4. EMD exemption allowed to No


D. Work Details:
1. Title Work
2. Brief description of works Procurement of cloud infrastructure and
managed services for implementation of line
patrolling software in upptcl
3. Place of the Works
4. Estimated Cost Of the Tender(Excluding GST) Rs. 81.85 Lacs
5. Duration of Contract 3 Year (36 months)
6. Pre-Bid Meeting Date & Time (If applicable) 11.03.2025 through VC
E. Critical Dates & time:
1. Document Uploading Date & Time 24.02.2025
2. Document Download/Sale-End Date & Time 24.02.2025
3. Bid Submission –Start Date & Time 24.02.2025
4. Bid Submission –End Date & Time 18.03.2025
5. Bid Opening (Part-I)-Date & Time 19.03.2025
6. Price Bid Opening (Part-II)-Date & Time <Will be intimated through official e-tender
portal of the Owner>

Superintending Engineer (A)


Office of Chief Engineer (TC)
Pareshan Bhawan,
Vibhuti Khand, Lucknow,
cetc@upptcl.org
7
Volume - I
SECTION- 2

10
Section 2 - Instructions to Bidders
Table of Clauses
A. General
1. Scope of Bid
2. Definitions
3. Qualifying Requirment of Bidder
3.1 General
3.2 Technical Qualification & Minimum Performance Requirement
3.3 Financial Qualification
3.4 Registration of ESI/EPF/WC/Labour Licence/Electrical Safety Registration
3.5 Bidders Credibility Criteria
3.6 Bid Capacity

B. Important Instruction to Bidder- Documents-


4. Submission of Supporting Documents towards Qualifying Requirements
5. Documents to be furnished/uploaded

C. e-Bidding
6. e-tendering process
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting
8. Amendment of Bidding Documents

D. Preparation of Bids
9. Cost of Bidding
10. Language of Bid
11. Mode of Bidding
12. Alternative Bids and /or Conditional Bids
13. Bid Prices
14. Bank Details
15. Taxes, Labour Cess and Duties
16. Period of Validity of Bids
17. EMD
18. Signing of the Bid

E. Submission and Opening of Bids


20. Mode of Submission of Bids
21. Deadline for Submission of Bids
22. Late Bids
23. Withdrawal, Substitution, and Modification of Bids
24. Bid Opening
F. Evaluation and Comparison of Bids
9
25. Preliminary Examination of Technical Bids Responsiveness
26. Calrification of Bids
27. Evaluation of Techncial Bid (Part-I)
28. Detailed Evaluation of Technical Bids
29. Opening of Price Bid
30. Correction of Arithmetical Errors (price Bid)
31. Evaluation of Price
32.
33. Owner’s Right to Accept Any Bid, and to Reject Any or All Bids

G. Award of Contract
34. Award Criteria
35. Letter of Intent
36. Performance Security(CPBG)…………………………………………………
37. Signing of Contract ………………………………………………………………

10
Section 2 - Instructions to Bidders
A. General
1- Scope of Bid
In connection with the Invitation for Bid indicated in the Notice Inviting Tender (NIT), the Owner, issues this
Bidding Document for the Procurement of Cloud Infrastructure & Managed Services for implementation of
line patrolling Software underUPPTCL which inter-alia covers three volumes (Volume-I & Volume-II in .pdf
form and Volume-III in .xls form). Bidder(s) are required to refer Volume-I for bidding process, eligibility
and commercial terms and conditions of the tender, Volume-II for detailed scope of works and technical
particulars for specified Work and Volume-III for Price Schedule uploaded in .xls format for the purpose of
participation in the tender.
UPPTCL is implementing Line Patrolling Software and would like to take Cloud Infrastructure & Managed
Services for successful implementation of the project.
Bidder(s) are requested to get familiarized fully with the site conditions & requirements before submitting the
bid, preferably before pre-bid conference, if any, at their own cost.

2.0 Definitions
The following words and expressions shall have the meanings hereby assigned to them:

“Bid(s)”shall mean the proposal submitted by the Bidder(s) in response to the tender invited by the Owner
through Notice Inviting Tender (NIT) published in the News Paper(s)/Electronics Platform(s) under Single
Stage Two Part bidding system (Part-I: Techno-Commercial Bid & Part-II: Price Bid).
“Bidder(s)” shall mean firms engaged in similar works who has shown interest and submitted their bid
through the official e-tender Portal of the Owner, against the Notice Inviting Tender (NIT) published in
the News Paper(s)/Electronics Platform(s).

“Contract” means the Contract Agreement entered into between the Owner and the Contractor, together with
the other Documents referred to therein shall constitute the contractor.
“Contractor” means the successful bidder, who has been issued the Letter of Award or Letter of Intent by
the Owner and the same is accepted, is named as contractor and it also includes the legal successors or
permitted assigns of the Contractor.
“e-Bidding Document” shall mean the document(s) prepared by the Tender Issuing Authority which
contains Volume-I, Volume –II & Volume-III and available in soft form on UPPTCL website and
official e-tender portal of the Owner and shall include Corrigendum/ Errata/ Amendment/Clarification
issued by the Owner during the bidding process from time to time.
“e-Tender Portal” shall mean the official e-tender portal, “etender.up.nic.in” used by UPPTCL for the
purpose of invitation of Bid(s) through electronics mode.

“Letter Of Award (LOA)” shall mean the detailed work order issued by the Owner in favour of
successful bidder for execution of the works which inter alia includes the detail terms and conditions,
technical specifications and price schedule.

11
“Letter of Intent (LOI)” shall mean the letter issued in favour of the successful bidder intimating the
award of works subject to compliance of certain conditions, if required, prior to issue of the Letter of
Award (LOA).

“Lowest Bidder(L-I)” shall mean the bidder whose price bid is found to be lowest after price bid
evaluation

“Negotiated Price” shall mean the price after considering the discount offered by the Lowest bidder (L-
I) on the quoted price in the negotiation process.

“Owner” shall means Uttar Pradesh Power Transmission Corporation Limited (UPPTCL), Lucknow, a
Uttar Pradesh Govt. undertaking and shall include it’s Legal Representatives, Successors or permitted
assigns.

“Price Bid(s)” shall mean the Part-II Bid (other than Techno-commercial Bid) offered by the Bidder(s)
i.e. Price Schedule available in the Official e-tender platform of the Owner against the tender invited by
the Owner.

“Responsive Bid” shall mean the bids found to be responsive on preliminary scrutiny regarding
submission of EMD, Tender Cost etc. in the tender floated by the Owner.

“Tender Issuing Authority” shall mean the head of the office from whom the tender has been issued.

“Tender” shall mean the open tender invited by the Owner for the purpose of procurement of services
on single stage two-part bidding system or any other mode of bidding system as prescribed in the e-
Bidding Document.

“Techno-Commercial Bid(s)” shall mean the Part-I Bid (other than Price Bid) submitted by the Bidder
as per the instruction and guidelines given in the bidding documents for the purpose of meeting the
qualifying criteria against the tender invited by the Owner.

“Techno-Commercially Qualified Bidder(s)” shall mean the bidder(s) who fulfills the minimum Technical,
Financial, Commercial and other qualifying criteria prescribed in the tender.

3.0 Qualifying Requirement of the Bidder


3.1 .General Criteria
This bid is open to prospective bidder(s) who shall be meeting the minimum pass/fail criteria specified below
regarding the Bidder's Technical Experience and Financial Position as demonstrated by the Bidder's responses in
the corresponding Bid Schedule having domicile in India engaged in the similar business as per Scope of work.
The Firm should be either company registered under the Companies Act 2013/1956 or a partnership firm
registered under Partnership Act 1932 or Limited Liability Partnership Act 2008 or Sole Proprietorship firm
having domicile in India.
The Own ermayassess the capacity and capability of the bidder, to as certain that the bidder can successfully
execute the scope of work covered under the package within stipulated time period. This assessment shallinter-
alia include(i) document verification; (ii) details of works executed, works inhand, anticipated infuture;
(iii)manpower and financial resources; (iv)past experience and performance; (v)customer feedback; etc.
Bids from Joint Venture/Consortium firms is not permitted. However, the Contractor may engage
outside agencies / sub contractors for carrying out only special Repair /works under the contract with pre
12
intimation to Engineer-In-Charge.
UPPTCL reserves the right to waive minor deviations if they do not materially affectability of the Bidder to
perform the contract.
3.2 Technical Qualification and Minimum Performance Requirements :
The Bidder must have following minimum technical experience as below Table :-

Sl. Criteria Description Evidence Page No. of


No. Techno-
commercial
proposal (Bidder
to fill)
1 Not blacklisted / The Bidder should not have been No blacklisting
Debarred blacklisted / debarred by any /debarred
State or Central Government, declaration on
State or Central PSU in India in Company
the last three (3) financial years Notarized on Rs
and on the date of opening the 100 Stamp Paper
bid.
2 Turnover from The Bidder’s average As per Form 2.6
Cloud Services minimum turnover from Cloud
activities Managed Services for the last
three (3) financial years should
be at least Rs. 1.0 Crore.

3 OEM ThebiddershouldhaveMAFfro MAF from OEM


Authorization mrespectiveOEM(s)foraddressi
ngthisTender,whichitproposest
ouseinthisproject.
4 ISO Certification The Bidder must have ISO 20000 Copy of Valid
& ISO 27000, ISO 27001 Certificate
certifications

5 Project 1) The CSP should have done (a) Completion/Go-


Experience in at least 3 successfully live Certificates
India implementation of cloud from Clients and
Services in Govt. sector in (b) Purchase Orders
India as a Sole/Lead Bidder / Work Orders /
2) At least One implementation Contract agreements
from the above must be
completed within the last five
(5) years from the bid
submissiondate.

13
6 Performance The bidder should provide a Client Certificate on
Certificate client certificate on the company’s letter
performance of the infrastructure head.
and services provided in last 5
years from date of bidding.
This should also include a
certificate of satisfaction from
the client for a minimum period
of one year from the from the
date of implementation/Go-Live.

7 MEITY The bidder should be a MEITY Certificate of


Empaneled Empaneled Cloud Service empanelment with
Cloud Service Provider (CSP) or the Authorised Ministry of
Provider partner of MEITY empaneled Electronics
CSP , however under both cases, and Information
UPPTCL will hold the bidder Technology, GoI.
accountable for all deliverables

In case the bidder is not a


MEITY empaneled CSP, CSP
Credentials can also be used for
meeting the Minimum
Qualification Requirements and
Technical Requirement
Specifications.
8 Standalone CSP should have their own Valid TIA942/Uptime
Facility standalone facility with Tier III certificate/IS1893:198
or above Certified Data Centre 4
and Disaster Recovery Centre in
India. The proposed STQC
Certified Data Centre and
Disaster Recovery Centre facility
should be connected on high-
capacity fiber bandwidth to
provide P2P replication between
Data Centre and Disaster as per
RTO and RPO.

DC & DR should be in different


physical location.

CSP using the Data Center for


internal use will not be
considered in this bid
.

14
Sl. Criteria Description Evidence Page No. of
No. Techno-
commercial
proposal (Bidder
to fill)
9 VMs Uptime Cumulative Uptime for VMs in Valid TIA942/Uptime
DC/DR should be greater than or certificate/IS1893:198
equal to 99.90% monthly 4

10 Resources The bidder must have at least 10 Self-certification by


qualified professionals in Authorized
networking, systems, systems Signatory as per
integration, and prior experience Form 2.7
in providing the Data Center
Infrastructure maintenance
services (B.E/B.Tech. / M.C.A) in
ICT domains i.e Cybersecurity,
networking, system software,
storage, cloud solution, etc.
11 ITIL Certified The Bidder must have at least Valid ITIL
Resources 2ITIL Certified resources Certificate of each
resource

13 Rack Capacity The datacenter of the CSP should Self-Certification by


be having a minimum capacity of Authorized
minimum 100 Racks owned or Signatory on CSP
contracted. This certificate should Letterhead
be provided for all facilities in the
scope of service.
14 Facility - The proposed DC/DR area of the Self-Certification by
Incidents proposed sites (including the Authorized
server room, telecommunication Signatory on CSP
room, staging room, IT equipment Letterhead
storage facility) should not have
following incident in the past 2
years
1. Fire
data security breach
15 Technical 2. CSP shall meet all Self-Certification by
Requirements specifications mentioned in Authorized
Specification SECTION V: TECHNICAL Signatory on CSP
REQUIREMENT Letter head
SPECIFICATIONS (TRS)

15
3.3Financial Qualification
3.3.1 The Minimum Average Annual Turnover* (MAAT) i.e. Average of the Best Three Financial Years
Turnover out of the Last Five/Four financial years preceding to the year of NIT is published. In case the
Bidder is in existence for less than five financial years the minimum average annual turnover shall be average
of the turnover of the completed no of financial years. The bidder who is in existence for less than one
complete financial years, shall not be qualified. The MAAT shall not be less than the Amount [Estimated
Cost (including GST)/Schedule Completion Period in year]. If the scheduled completion period is less than
one year, it will be treated as one year for the purpose of MAAT calculation. The project related turnover of
the bidding company on standalone basis only (excluding its Associate companies /Holding Company) shall
be considered.

3.3.2 The Bidder shall have liquid assets (Cash at Bank & Fixed Deposit) and Un-Utilised credit facility
(both Fund &Non Fund based) available from bank(s) at the end of Month preceding to the previous Month
of Tender opening, shall not be less than 15% (Fifteen Percent) ofEstimated cost (including GST) of the
Package(s)/ Works.
3.3.3 Net worth of bidder as per the audited financial results shall be positive on the last day of the
preceding financial year. Net Worth means the sum total of the paid-up share capital and free reserves
(excluding reserves created out of the revaluation ofassets, write back of depreciation provisions and
amalgamation & Capital Reserve) net of P&LA/C (Dr. balance) and miscellaneous expenses to the extent not
adjusted or written off.
3.3.4 The Bidder shall furnish documentary evidence (Audited Annual Account & CA Certificate. CA
Certificate without UDIN No. will not be consideredin support of the qualifying requirement stipulated as
above:
S.No. Financial Qualifications (Rs. in Lakh)
1 MAAT 100 Lakh
2 LA 14.90 Lakh
3 Net Worth Positive

3.3.5 The Owner reserves the right to reject the proposal of the Bidder, if:
(a) The bidder made misleading or false representation in the form of statements and attachments submitted
in proof of the qualification requirements.
(b) Has a record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion.

3.4 Registration of ESI/EPF/WC


a) The bidder should be registered in EPF. The registrations should be valid at least for the agreement period.
Copies of Certificates in this respect shall be submitted along with Tender documents. The EPF registration
certificate is mandatory and for all other documents Bidder can give an undertaking to produce the same
within 15 days of receipt of LOI.
b) If Bidder is outside UP working agency, Bidder shall submit undertaking with bid document for getting
his firm registered in concerned departments of UP prior to start of works.
3.5Bid Capacity:
Unless otherwise specified in the BDS (Bid Data Sheet), a bidder is eligible to participate in the Works invited
under the tender notice subject to meeting the Qualifying Criteria as mentioned under Clause-3 above.

16
However, prior to opening of the price bid of the Bidder(s), their bid capacity qualification shall be considered
for opening of the Price bid(s) in the manner as explained under:
The bidder shall be eligible for opening of the Price Bid based on the available bid capacity defined as under:

Available Bid Capacity=[(2 x A) –(0.5 x B) – *C)], should be equal to or more than the Tendered estimated
price (including GST).

*This is applicable for a tender having multiple Packages/Works only.

where ,

A= Annual Turnover of the Bidder on Standalone Basis (excluding it’s Associated Companies/ Holding
Company as the case may be) in any financial year during last three financial years.

B= Total Order Value of Ongoing Work/LOAs placed by UPPTCL and Other Organizations on the Bidder on
the date of opening of the Technical bid excluding those which have been completed.

C= Aggregate value of number Package(s)/Works finalized but yet to be awarded in favour of the Bidder.

Note: For this the Bidder is required to submit Declaration mentioning A, B & C above as per Table A-2.

3.6 Bidders Credibility Criteria:


(i) The bidder who stands currently debarred by UPPTCL / Any DISCOM of UP / Govt. Of UP or black
listed by any Distribution / Transmission / Generation Utility/Govt. Department in India as on the schedule
date of opening of bid shall not be eligible to participate in this tender.
(ii) The bidder(s) should not have any pending litigation with UPPTCL with regard to any O&M
Work/Project or related activity.
(iii) The bidder must furnish Affidavit in the prescribed format to the effect that the documents and
information furnished by them in its bid offer in respect of the said tender are true and correct.
The bidder should certify/ declare the same unequivocal terms in respect of Point no. (i), (ii), (iii) by
way of an affidavit (Annexure-V) duly sworn before a Magistrate/ Notary. Bid furnished by the bidder shall
not be eligible for consideration if it is not accompanied by the Affidavit. Further, the Bid/LOA/LOI shall be
liable for outright rejection/ cancellation at any stage if any information contrary to the affidavit is detected.

B- Important Instruction to Bidder - Documents

4.0 Submission of Supporting Documents towards Qualifing Requirements:


Bidder(s) shall be required to submit the following documents in support of their qualifying
requirement:
4.1 General Documents:
The bidder must upload the Certificate of Incorporation, Electrical HT/EHT License/ ‘Class A Registration
Certificate as applicable, PAN, GST Registration Certificate’, EPF Registration Certificate, Board’s
Resolution towards Authorized Signatory etc.
4.2 Documents evidencing Technical / Financing Criteria:
The Bidder must upload copies of the relevant Work Orders duly certified in proof of successful execution of
Works as per the format prescribed in Table-A-1, A-2 along with Table A-3.

17
The Bidder must upload the certificates certified from a Chartered Accountant in respect of MAAT as per the
format prescribed in Table-B, Liquid Assets (made available from scheduled commercial Banks) as per the
format prescribed in Table-C and Net Worth based on audited accounts strictly as per the format prescribed in
Table-D.
The above referred Tables A (1-4),B,C & D are provided in (Annexure – IX).
4.3 Affidavit in support of Credential Criteria : The bidder must upload the affidavit in support of
their Credential Qualification criteria strictly as per the prescribed format (Annexure-V ).
5.0 Documents to be furnished/uploaded: The Bidder shall furnish/upload documents against Technical
Bid-Part-I and fill in the .xls Schedules against Price Bid–Part-II in the manner as prescribed below :
5.1 Technical Bid-Part-I :
Soft Copy of following scanned documents in .PDF file to be uploaded on the Official e-Tender
Portal of UPPTCL “www.etender.up.nic.in” as an attachment along with Bid Proposal Sheet (BPS).
Sl. Description .Pdf file
No reference
1 Proof of RTGS/NEFT towards Tender Cost RTGS/NEFT/BG towards Attach 1.pdf
EMD.
Note: In case of exemption of Tender cost & EMD, the scanned copy
of the document in support of exemption will have to be uploaded by
the bidder.
2 Scanned Copy of following documents/Credential in support of Attach 2.pdf
meeting Technical Qualifying requirement of the Bidder:
i. TableA-1.
ii. TableA-2.
iii. Table A-3
3 Scanned copy of Documents/credential in support of meeting the Attach 3.Pdf
Financial QR of the Bidder:
i. Audited Annual Accounts for last 03 (Three) years.
ii. MAAT Schedule (Table-B)
iii. Liquid Assets and Un-Utilised Credit Facility Schedule
(Table-C)
iv. Net Worth Schedule (Table-D)
v. Form 26AS (Income Tax) for last five years.
4 Scanned copies of Statutory Documents of the bidder; Attach 4.pdf
i. IT PAN.
ii. GST Registration Certificate.
iii. EPF Registration Certificate etc.
iv. Certificate of Incorporation/Partnership deed. (If applicable)
v. Under taking to submit ESI and other Registration certificates
within stipulated time.
Self-Declaration Form as per the format (Annexure-V) Attach 5.pdf
i. Black listing/debarring
5 ii. Pending Liabilities
iii. Correctness of Information
iv. Fraud Prevention Declaration
6 Bidder’s Information including Bank Details (Annexure-VI) Attach 6.pdf

18
7 Bid Proposal Sheet (BPS) (Annexure-X) Attach 7.pdf

5.3 Hard copy of the following documents shall be furnished in original before the Tender Issuing
Authority within 03 days from the date and opening of the Techno-Commercial Bid as indicated in the NIT .
(i) Proof of RTGS/NEFT towards Tender Cost, RTGS receipt/Bank Guarantee towards EMD. In case of
exemption of Tender Cost & EMD to Local SME, the signed copies of the document in support of exemption
will have to be submitted by the bidder.
(ii) Power of Attorney (Notarized copy) for signing the bid document.
(iii) Original bank certificate towards Liquid Assets (Bank Balance & Fixed Deposit Balance) and Un-
utilized Credit facilities.
(iv) Affidavits of Bidders in Original.

C- e-Bidding
6.0 E-tendering Process :
6.1 e-Tendering information
6.1.1Tender documents can be downloaded from the official e-Tendering Portal of UPPTCL,
www.etender.up.nic.in and website of the Owner “www.upptcl.org”

6.1.2 Bidders should have valid Class-III Digital Signature Certificate (DSC) obtained from any Certifying
Authorities for registration in the official e-tender portal of UPPTCL “www.etender.up.nic.in”.
6.1.3 The prospective bidders are advised to register their user ID, Password, company ID with official e-
tender portal “www.etender.up.nic.in” by clicking on hyper link “Register Me” for the use of Electronic
Tendering.
6.2 Processing of Tender :
6.2.1 The Tendering Authority will first verify the documents submitted with it and determine the
responsive bidder(s).
6.2.2 The Tendering Authority will then open the Technical Bid of all the Responsive Bidder(s).
6.2.3 The downloaded documents are to be scrutinised by the UPPTCL to short list the Techno-commercially
qualified bidder(s).
6.2.4 The Price bid of the shortlisted Techno-Commercially qualified Bidder(s) , who fulfils the Bid
Capacity criterion shall be opened and evaluated by UPPTCL to ascertain the lowest evaluated price.
6.3 Disclaimer to the e-tendering :
6.3.1 Bidder should carefully note down the cut-off dates for carrying out each e-tendering process / activity.
Bidders must follow the time table of e-tendering process and get their activities of e-tendering processes
done well in advance so as to avoid last minute technical problem, if any.
6.3.2 Every effort is being made to keep the e-Tender Portal of UPPTCL up to date and running smoothly 24
x 7 by the UPPTCL and the Service Provider. However, UPPTCL takes no responsibility, and will not be
liable for, if the e-Tender Portal of UPPTCL being temporarily unavailable due to any technical issue at any
point of time.

19
6.3.3 UPPTCL will not be responsible for any incomplete activity of e-tendering process of the Bidder due to
technical error/ failure of official e-Tender Portal of UPPTCL and it cannot be challenged by way of appeal,
arbitration and in the Court of Law.

20
7.0 Clarification of Bidding Documents, Substation Visit:-
7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Owner in
writing. The Owner will respond to any request for clarification, provided that such request is received not
later than Ten days (10) days prior to the deadline for submission of bids. 7.2 The Bidder is advised to
obtain on its own responsibility all information that may be necessary for preparing the bid and entering into a
contract for the provision of plant and services. 7.3 The Bidder’s designated representative may attend a pre-
bid meeting, if any. The purpose of the meeting will be to clarify issues on any matter that may be raised at
that stage.
7.2 Clarification to the pre-bid queries raised in the pre-bid meeting, will be uploaded on the official e-
tender portal of the Owner Any modification to the Bidding Document that may become necessary as a result
of the pre-bid meeting shall be made by the Owner exclusively through the issue of an Addendum/
corrigendum/ errata/ clarification.
8.0 Amendment of Bidding Documents:
8.1 At any time prior to the deadline for submission of bids, the Owner may amend the BiddingDocument
and/or extend the dead line of the tender by issuing addendum/ corrigendum/ errata.
8.2 Any amendment / corrigendum / errata issued shall be part of the Bidding Document and to be
uploaded on official e-procurement portal of the Owner.
8.3 To give prospective bidders reasonable time, considering the date of last amendment/
corrigendum/errata into account, the Owner, may extend the deadline for the submission of bid, if consider
essential for preparation of their bids properly.
D Preparation of Bids
9.0 Cost of Bidding :
9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the
Owner shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding
process
10.0 Language of Bid :
10.1 The Bid, as well as all correspondence and documents relating to the bid , exchanged by the Bidder
and the Owner, shall be written in the English language. Supporting documents and printed literature that are
part of the Bid may be in English/Hindi Language.
11.0 Mode of Bidding :
11.1 The Bid shall comprise single stage two envelopes system (one called the Technical Bid-Part-I and the
other is the Price Bid-Part-II) which will be uploaded by the bidder in the official tender portal of the Owner
prior to the deadline for submission of the tender.
11.2 The bidder shall also be required to submit the hard form of the original documents as mentioned
under Clause-6.3 above before the Tender Issuing Authority within 07 days of from the date of opening of the
Techno-Commercial (Part-I) tender failing which, the bid will be cancelled.
11.3 The Price bid shall only be uploaded after entering the rates in the given price schedule (in .xls sheet)
available on the official tender portal of the Owner “etender.up.nic.in” Price Bid submitted through Hard
Copy shall not be considered.

21
12.0 Alternative Bids and/or Conditional Bids :
12.1 Alternative and or conditional bids like alternative time schedule, technical alternative, alternative
commercial conditions, price preference etc. and or any conditional bid what so ever, shall not be allowed and
considered.
13.0 Bid Prices :
13.1 Bidder is required to quote the rate as per price schedule. The Estimated Unit Rate are already
mentioned and the Bidder is required to feed (+) / (-) % variations[(+) sign for Rate higher than Estimated
rate and (-) sign for Rate Lower than Estimated unit rate] in the Percentage Quoted Rate Above Estimate
Rate. Taxable value shall be exclusive of GST as applicable. The GST shall be calculated extra.
14.0 Bank Details :
14.1 Bidder shall furnish the details of Bank account in the Bidder’s Information Schedule as an
attachment in order to facilitate Owner to release payment electronically through Electronic fund Transfer
system.
15.0 Taxes, LabourCess and Duties :
15.1 GST payable in respect of the transaction between the Contractor and Owner shall be shown
separately in the bid price.
15.2 Owner is to deduct GST TDS as per the extant provision of the GST Act from the Tax invoices. The
amount so deducted shall be deposited timely and necessary return(s) filed.
15.3 Labour as applicable shall be deducted from Contractor’s monthly bills as per existing rules. Provision
should be made by the Contractor while quoting rates.
15.4 Income Tax TDS as per the provisions of the Income Tax Act, 1961 is also to be deducted from bills
of contractor towards O&M Services. TDS so deducted shall be deposited with the Income Tax Authorities
by the Owner.
15.5 The quoted price shall remain FIRM during the contract period and extended period if any except
statutory variation in the rate of applicable GST, which shall be to the account of Owner against Tax invoice.
16.0 Period of Validity of Bids :
16.1 Bids shall remain valid for the period of 90 days from the date of opening of the Part-I (Technical). A
bid valid for a shorter period shall be rejected by the Owner as non-responsive.
16.2 In exceptional circumstances, Owner may solicit the bidder’s consent for extension of the period of
validity. The request and the response thereto shall be made in writing (including email or through tender
portal). The EMD provided above shall also be extended by the same period as the extension in the validity of
the bid. A bidder may decline such a request for extension in such a case EMD is not liable for forfeiture.
17.0 Earnest Money Deposit (EMD) :
17.1 The Bidder shall furnish as part of its bid, Earnest Money Deposit (EMD) in original form and in the
amount and currency as specified in the NIT.
17.2 The Earnest Money Deposit (EMD) is required to protect the Owner against the risk of Bidder’s
conduct, which would warrant forfeiture, if Bidder backs out. Hence, all bids shall be accompanied with
requisite Earnest Money Deposit (EMD) unless otherwise exempted in specific cases to the local SMEs as the
extant policy of the Owner.

22
17.3 The Earnest Money Deposit (EMD) may be deposited by way of, submission in form of Bank
Guarantee in the prescribed proforma from a Scheduled Commercial Bank or payment through RTGS/NEFT
as the case may be. The scanned copy of the EMD duly countersigned by the Bidder shall be uploaded in the
tender portal and the original document shall be submitted before the Tender Issuing Authority within 03days
from the date of opening of the Technical Bid (Part-I).
17.4 Normally Earnest Money Deposit (EMD) BG shall remain valid for a period of 30 days over and
above the bid validity period. Non-submission of Earnest Money Deposit (EMD) in accordance with the
provisions mentioned in above paras will make the bid non-responsive and liable for rejection
18.0 The Earnest Money Deposit (EMD) shall be forfeited :
a) If a Bidder withdraws its bid during the period of bid validity specified in the bid documents or an
extended bid validity period as agreed to by the Bidder from the time to time; or
b) If a successful Bidder does not acknowledge the Letter Of Intent (LOI) Letter of Award (LOA); or
c) If a successful bidder does not execute the contract agreement within the stipulated time schedule; or
d) If the successful Bidder fails to furnish the Contract Performance Bank Guarantee within the stipulated
time schedule.
18.1 Non-Responsive Bidder’s EMD shall be discharged/ returned promptly after opening of part-I of
the Bid
18.2 The Techno-Commercial Qualified bidder(s) EMD shall be kept valid and discharged upon the
Successful Bidder’s signing of the contract agreement and submission and acceptance of the Composite
Performance Bank Guarantee(CPBG).
18.3 The successful Bidder’s EMD shall be kept valid and discharged upon the Bidder’s signing of the
contract agreement and submission and acceptance of the Composite Performance Bank Guarantee(CPBG).
18.4 No interest shall be payable by Owner on the EMD deposited in cash
18.5 EMD & Performance security should be in favour of Concerned Tender Inviting
Authority/Beneficiary, Superintending Engineer, ETC-I, Lucknow, wherever it is applicable.
19.0 EMD Exemption :Relaxationfor MSEs shall be as per existing guide lines of UPPTCL
The bidder seeking EMD exemption, must submit the valid supporting document for the relevant category as
per UPPTCL Guidelines.
20.0 Signing of Bid :
20.1 The original and all copies of the bid shall be stamped & signed by a person duly authorized to stamp
& sign on behalf of the Bidder prior to scanning and uploading the scanned documents as an attachment while
submitting the bid.
20.2 All pages of the bid where entries or amendments have been made shall be signed or initialed by the
person signing the bidThe filled-in documents (price schedule) shall be construed to be signed digitally while
uploading such documents (price schedule) in the official e-tender portal of the Owner.

23
E- Submission and Opening of Bids
21.0 Mode of Submission of Bids:
21.1 The bidder shall submit the bid in Electronic Mode only in the approved official e-tender portal of the
Owner as given under e-NIT (Table-A). The bidder must ensure that the bids are received in the specified
official e-tender portal of Owner by the date and time indicated in the Tender notice
21.2 The Bid, which is not submitted through official e-tender portal of the Owner and according to the
instruction, stipulated above shall be liable to be rejected.
22.0 Deadline for Submission of Bids:
22.1 The soft form of scanned documents (in.pdf) must be uploaded as an attachment by the bidder on or
before the due date & time including filled in price schedule.
22.2 The Owner may, at its discretion, extend this deadline for submission of bids by amending the
Bidding Documents in accordance with ITB & for the reasons specified therein at any time prior to the time
and date of submission of bid, in which case all rights and obligations of Owner and bidders will thereafter be
subject to the deadline as extended.
22.3 The hard form of original documents [EMD and Tender Cost & EMD exemption certificate, if any]
must be submitted within 07 days from the date of opening of the technical (Part-I) before the Tender Issuing
Authority.
23.0 Late Bids:
23.1 The hard form of original documents [EMD and Tender Cost & EMD exemption certificate, if any,
Power of Attorney] must be submitted within three days from the date of opening of the technical (Part-I)
before the Tender Issuing Authority.
23.2 In case the bidder fails to submit the above documents within the dead line, the same will considered
as “Late Bid”, thus, liable for rejection.
24.0 Withdrawal, Substitution, and Modification of Bids:
24.1 Bidder may modify or withdraw its bids as per the provisions through official e-tender portal of the
Owner up to due date and time of submission of bid indicated in tender notification.
24.2 Bidder may withdraw its bid through the relevant provisions of e-tender portal only.
24.3 No bid shall be modified/ withdrawn subsequent to the dead line for submission of bids unless
otherwise specifically asked by the Owner to this effect.
24.4 Withdrawal/modification of submitted bid before the expiry of bid validity period shall result in
forfeiture of EMD.
25.0 Bid Opening:
25.1 The Owner shall open the Technical Bid (Part-1) of the responsive bidder(s) on due date and time
25.2 Alternative or conditional bids submitted by the bidder shall not be opened and shall be rejected.

F-Evaluation and Comparison of Bids


26.0 Preliminary Examination of Bids / Responsiveness:
During preliminary examination Tender cost & EMD documents shall be checked. Further all requisite
Annex. &certificates with due signature/ verification shall be checked.

24
26.1 In case, the scanned copies of Tender cost/EMD or copy of documents towards exemption/relaxation
of Tender Cost/EMD, if any, has not been uploaded, the bid shall be considered as non-responsive and liable
for rejection.
27.0 Clarification of Bids:
27.1 Owner may, at its discretion, ask any Bidder for a clarification on its bid. Any clarification submitted by a
Bidder that is not in response to a request by the Owner shall not be considered. The Owner’s request for
clarification and the response shall be in writing. If a Bidder does not provide clarifications on its bid by the date
and time set in the Owner’s request for clarification, its bid may be rejected.
28.0 Evaluation of Technical Bid (Part-I) :
28.1 The Owner shall examine the documents submitted towards Technical Bid (Part-I) to confirm that all
the required documents submitted by the bidder(s) are in order and without any significant deviation or
reservation.
28.2 During the scrutiny, if a bid is found to have significant deviation, reservation, or omission, Owner may
seek for additional information/clarification to ascertain for complete understanding of the bidding document(s).
28.3 Even after submission of additional information/clarification, the material deviation, reservation, or
omission exists, it shall be rejected by the Owner. The material deviation, reservation, or omission will be one
:-
(a) If accepted, would affect in any substantial way the scope, quality, or performance of the services
specified in the Contract; or
(b) If rectified, would unfairly affect the competitive position of other Bidders presenting substantially
responsive bids.
28.4 Owner reserves the rights to waive any non-conformity in the bid that do not constitute a material deviation,
reservation or omission.
29.0 Detailed Evaluation of Technical Bids
29.1 The Owner will carry out a detailed techno-commercial evaluation of the responsive bidders in order to
assess the Bidder(s) Qualifying Requirement on the basis of the documents in .pdf uploaded as attachment by
the bidders.
29.2 A Bidder may be Techno-Commercially Qualified based on the Qualifying Requirement as per Bid PQR
(Tech. & Financial).
30.0 Opening of Price :
30.1 Price Bid of those Bidders, whose Bids are considered Techno-Commercially Qualified are to be opened
provided they have submitted original copies of documents as per Tender .
31.0 Correction of Arithmetical Errors (Price Bid) :
During the evaluation of Price Bids, the Owner shall correct arithmetical errors on the following basis:
(a) The prices quoted by the Bidders shall be checked for arithmetic correction, if any, based on rate and amount
filled by the Bidder in the respective price schedule. If there is a discrepancy between unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be
corrected. If there is a discrepancy in the Number mentioned by the bidder from the number mentioned in the
tender, the tendered quantity will prevail.
32.0 Evaluation of Price Bids :
32.1 Prices received in the price bid sheet (.XLS Format) shall be used for Tabulation / Price Bid
Comparison. The soft form of price bid filled in to the .XLS format shall be final and binding on the
Contractor.

25
32.2 The evaluated prices (Exclusive of GST) of all the Bidders shall be compared to determine the lowest
evaluated price. The final Lowest Evaluated Price (L-I) will be arrived at after addition of GST at applicable
rate to the Lowest Evaluated Price (Exclusive of GST).
33.0 Confidentiality of bid evaluation process :
33.1 Information related to the examination, clarification, evaluation and comparison of bids and
recommendations for award of contract shall not be disclosed to Bidder or other person not officially
concerned with such process.
34.0 Owner’s Right to Accept Any Bid, and to Reject Any or All Bids :
34.1 The Owner 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 assigning any reason. In such case, the Owner will not be
liable for the loss suffered by the Bidder(s).
34.2 In case of annulment, all bids submitted and specifically, EMDs shall be promptly returned to the
Bidders.
G-Award of Contract
35.0 Award Criteria :
35.1 The Owner shall award the Contract to the Bidder whose offer has been found to be the lowest
evaluated price and the same is reasonable and within the permissible limit of the estimated cost of the works
as per the extant policy and practice of the Owner and duly approved by competent Committee of the Owner.
However, Owner may go for negotiation before award, as per the extant policy of the Owner.
35.2 Moreover, before award of the contract, the Owner reserves the right to cancel the award taking into
cognizance of any significant adverse development against the Bidder.
36.0 Letter Of Intent(LOI) :
36.1 Letter Of Award (LOA) shall be issued in favour of successful bidder at L-I price with due adjustment
of any discount/rebate agreed to by the bidder during negotiations, if any.
36.2 The Letter Of Award (LOA) shall inter alia include following:
1. Detail of work in brief.
2. Price/ rate (including discount/ PV )
3. Major Terms and conditions etc.
4. Period of Contract
5. Reference to original/ previous OIL if any
6. Date of Start
7. Documents required (CPBG/ Pending registration certificates etc. as applicable)
8. Payment Terms including Retention applicable
9. Request for signing of Agreement.
36.3 In case any of the clauses not mentioned in the LOA, the clauses mentioned in the reference Contract
Document including Bidding Document shall be final and binding on the bidder
36.4 The successful bidder shall acknowledge & accept the LOA within a week un-conditionally.
Conditional acknowledgement of the LOA shall be construed as non-acceptance of offer.
36.5

26
37.0 Performance Security (CPBG):
37.1 Within Fifteen (15) days of the receipt of Letter Of Award, the Bidder shall be required to furnish a
Contract Performance Bank Guarantee (as per the prescribed format) issued by a scheduled commercial bank
of India in favour of the Owner.
37.2 The Bank Guarantee is a composite one. It acts as Security against the risk towards Successful
Performance.
37.3 The Contract Performance Bank Guarantee (CPBG) amount shall be equal to ten percent (10%) of the
Contract Price (including GST) for one year. However if the Bid value is less than 10% of Estimated value,
additional security of 01% of Bid value for every 01% decrease below 90% of estimated Bid value shall be
added over and above 10% CPBG.
37.4 The CPBG shall be valid for 45 days over and above work completion. If the works completion period
gets extended, the Contract Performance Bank Guarantee shall be extended accordingly. In case the contract
price gets revised over and above ten percent, the Contractor shall submit the enhanced Bank Guarantee to
that effect.
37.5 The aforesaid CPBG shall be returned to the Contractor after successful completion of the guarantee
obligations under the contract.
37.6 In case Bidder is not willing to submit CPBG, then EMD shall be extended for 45 days over & above
completion period and 10% retention against all Bills will be done up to performance period and shall be
released after successful completion of Performance Period. No interest shall be paid on such Retention
amount. 38.0 Signing of Contract :
38.1 After submission and receipt of confirmation of CPBG from the Bank the contractor shall sign the
Contract Agreement as per the prescribed format which contains e-Tender Document, Pre-Bid minutes if any,
LOI including Price Schedule etc.
39.0 Date of Start :
The work shall be started as per actual requirement as per date of start to given by respective Engineer-In-
Charge.

27
Volume -I
SECTION - 3

28
Section 3 - Owner’s Requirement

UPPTCL is looking for following cloud server and Backup for hosting line patrolling software. The detail
of which has been described in the bill of quantity (BOQ).
Sl. No. Description Unit Quantity

1 Dedicated Server for Hosting GIS-based Application Nos. 1


Solutions for 1 year:
RAM: 124 GB with DDR 4
Processor: 16-core processor with 32 thread 2.8 GHz
processing speed with turbo boosting
Storage: 2Tb SSD
2 Dedicated Server for Hosting RDBMS (Relational Nos. 1
Database Management System) Software & Backup for
1 year:
RAM: 124 GB with DDR 4
Processor: 16-core processor with 32 thread 2.8 GHz
processing speed with turbo boosting
Storage: 512GB SSD

3 Back Up Server for 1 year: Nos. 1


RAM: 32 GB with DDR 4
Processor: 8-core processor with 16 thread 2.8 GHz
processing speed with turbo boosting
Storage: 5Tb SSD
4 SQL Server Standard Edition Latest Version (Perpetual) Nos. 1

Bidders are required to critically review the purpose and requirements of implementation and shall
ensure inclusion of all essential material & services (not mentioned specifically) for achieving the
objective within the time frame for successful implementation.
Bidders should note that the specifications mentioned in the Tender are only the minimum specification
and the Bidder should design and provide the solution appropriately keeping the technical requirement,
VMs, Network, Information Security, SLA requirements, and scalability in view.

29
Volume -I
SECTION - 4

30
Section 3 - General Conditions of Contract

These General Conditions of Contract (GCC) are in line with the Works and Procurement Policy of UPPTCL
and Contemporary Policy & Practices used in Domestic Competitive Bidding for Procurement of Services.
The GCC contains general clauses to be applied on the execution of the contracts. The GCC in this Section,
read in conjunction with the Special Conditions of Contract in Section-6 and other documents listed therein,
should be a complete document expressing all the rights and obligations of the contracting parties. The
General Conditions herein shall not be altered.

Table of Clauses
A. Contract and Interpretation
1. Definitions
2. Contract Documents
3. Communications
4. Law and Language

B. Terms & Conditions of Contract


5. Price Basis
6. Duration of the Contract
7. Extension of Contract Period
8. Scope / Quantity variation
9. Indemnification
10. Guarantee & BG (CPBG)
11. Ensuring Safety of Workman & Insurance by Contractor
12. Cyber Sequrity
13. Insurance and Safety of Plants and Equipments

C. Payment
14. Mode Of Payment
15. Terms of Payment

D. Intellectual Property
16. Confidential Information

E. Execution of the Work


17. Engineer In-Charge
18. Work Program

F. Force Majeure
19. Force Majeure

31
G. Penalty Against Delay Non Completion and Defaults
20. Penalty Against Delay Non Performance and Defaults
21. Event of Default
22. Termination of Contract
23. Debarring of Contractor (High Risk Contractor)
24. Blacklisting/Debarment of Contractor(s)

H. Disputes, Arbitration and Jurisdiction


25. Dispute Resolution / Arbitration
26. Jurisdiction of the Court

I. Closure of Works
27. Payment reconciliation and Final Payment

32
General Conditions Of Contract (GCC)
Contract and Interpretation
1. Definiti The following words and expressions shall have the meanings hereby assigned
ons them:
a. “Contract Agreement” means the Contract Agreement entered into
between the UPPTCL and the Contractor, together with the Contract Documents
referred to therein; shall constitute the Contract.
b. “Contractor” means the successful bidder, who has been issued the Letter
of Award or Letter of Intent by the UPPTCL and the same is accepted, is named as
contractor and it also includes the legal successors or permitted assigns of the
Contractor.
c. “Contractor’s T&P” means all equipment, machinery, tools, apparatus,
appliances or things of every kind required for execution of O&M Services.
d. “Contractor’s Representative” means any person nominated by the Board
Of Directors / Authorized Officers of the Company to perform the duties &
responsibilities under the contract”.
e. “Owner” shall mean Uttar Pradesh Power Transmission Corporation
Limited (UPPTCL), Lucknow, a Uttar Pradesh Govt. undertaking and shall include
its legal representatives, successors or permitted assigns.
f. “Effective Date” means the date reckoned from the date of issuance of
Letter of Award.
g. “Engineer Of Contract” means the Officer so authorized by UPPTCL to
act as Engineer Of Contract (EOC) and shall represent and act on behalf of
UPPTCL for the pre-tendering and post tendering activities as well as Management
of the contract.
h. “Engineer In-Charge(EIC)” means the officer so appointed by UPPTCL
to act as Engineer In-charge (EIC) who is so delegated by UPPTCL to look after
day to day performance of the contract at site.
i. “GCC” means the standard commercial terms and conditions regulating the
contract.
j. “SCC” means any requirement of addition/modification to the clauses of
GCC, incorporated in the SCC (Special Conditions of Contract) which supersede
the GCC to that extent.
k. “Services” means all those services to be provided by the Contractor under
the Contract,
l. “Technical Specifications’ shall mean the standards mentioned in the
Technical Specifications (volume-II) to which the works executed under the
contract must conform.

33
m. “Works” means activity done for services as per the specifications and
standards.
n. Standards of Performance (SOP) means max. time allowed for execution
of work/ services and deviation beyond which shall invite penalty.
2.Contract The term Contract Documents shall mean and include the following, which shall
Documents be deemed to form an integral part of the Contract and they are intended to be
correlative, complementary and mutually explanatory and shall be read as a whole.
a. Contract Agreement.
b. e–NIT, e-Tender Document i.e.-Volume-I: ITB, GCC, SCC, Annexure(s)
etc., Volume-II: Scope of Works & Technical Specifications and Volume-III: Price
Schedule.
c. Pre-Bid minutes, if any.
d. Corrigendum/ Addendums, if any.
e. Technical and evaluated price bid.Any significant correspondence made
between UPPTCL and Contractor prior to the Award of Contract except to the
extent of repugnancy.
f. Letter of Intent including BOQ &Price Schedule.

3.Communica Wherever the Conditions provide for giving or issuing of approvals, consents,
tion notices, requests and discharges, these communications shall be:

(a) In writing and delivered to recipient’s address as stated in the Letter Of


Intent(LOI); and/or
(b) Mailed to the official e-mail as stated in the Letter Of Intent(LOI).

4.Law and The Contract shall be governed by and interpreted in accordance with laws of
Language India.
 The ruling language of the Contract shall be English and/or Hindi.
 The language for communications shall be English and/or Hindi.

34
B- Terms and Conditions of Contract
5. PriceBasis TheratesindicatedshallbeFIRM throughoutthecurrencyoftheContracti.e.three
Years and shall not be subject to any PriceAdjustment.

6. Duration The period of Contract shall be 03 years from the effective date of contract.
of The effective date of the contract shall be Date of LOI given by Engineer of
theContract Contract. A period of 07 days shall be provided to successful bidder for
making ready cloud services for hosting the application and transfer of
current cloud data from the date of LOI.
During the mobilization period, the contractor shall obtain/ apply for all the
requisite insurance policies, licenses/ clearances from appropriate authorities
suchasLabour.Authorities, etc. A copy of all such documents will be
providedtoOwnerbeforecommencementofwork.
Thecontractorshallnotbeallowedtowork without having, PF, Workmen
Compensation Insurance Policyetc.

If services provided by the contractor are found to be satisfactory, the contract may
be extended for a further period of one year per rates, terms and conditions of
agreement and subject to acceptance of extension by contractor without any
7. escalation of rates.

The Quantity of work may vary up to 20% for individual items without any
Extension change in rate of respective items mentioned in BOQ.
of contract
Period

8. Contractor shall keep Owner indemnified against all claims/liability whatsoever


on
Indemnificat accountofstatutorypayments,costs,damagesandchargesarisingoutofpersonalinjury/
ion : disability or death of contractor's employees/ personnel caused by any reason
whatsoever.Ownerwillnotberesponsibleforanyinjury,damageetc.causedtoanyofthe
Employee/personnelputonthejobbythecontractordirectlyorindirectly.Intheeventof
anyclaimContractorwillbesolelyresponsibletomeetsuchclaimsandOwnerwillnot
entertain any claim whatsoever in this regard.
TheContractorshallkeeptheOwnerindemnifiedincaseanyactionistakenagainstthe
Ownerbythecompetentauthorityonaccountofcontraventionofanyoftheprovisionsof
anyActorrulesmadethereunder,regulationsornotificationsincludingamendments.
The Contractor will indemnify UPPTCL against all actions suits, claims, demands,
costs or expenses arising in connection with injuries of persons employed by the
Contractor or its sub-contractor(s) on the work, whether under the Workmen
Compensation Act, 1923, or any other Statute in force during the period of
35
contract. The contractor is required to take necessary policy or policies of
insurance to cover such indemnity.
TheContractorshallindemnifytheOwner,itsofficersandemployeesfromandagainstal
l
actions,claims,demand,suitsandproceedingsbythethirdpartyfortheacts/omissionsof
theContractorandallcosts,charges,expenses,losses,damages,duties,taxes,penalties,
levies,andallotherliabilitieswhichtheOwnermaybeliabletopay,incurorsustainasa
result of performance or non -performance, observance or non -observance by the
ContractorofanyofthetermsandconditionsoftheContract.
9.Guarantee The Contract Performance Bank Guarantee (CPBG) including additional Security
&BG (CPBG) Amount acts as Security against the risk towards successful performance of O&M
Works.
If the contractor fails to execute the works as per the contract or abandon the work
mid way, CPBG is invoked/en-cashed after giving adequate opportunity to the
contractor. The amount so received on encashment of CPBG would be utilized to
carry out the balance work at the risk and cost of the Contractor, surplus amount if
any, would be refunded back to the contractor.
10. Insurance Insurance :
by contractor The Contractor shall be responsible for the safety of all persons employed by it or
its sub-contractor and compensation against any mishap.To Insure against any
fatal/non-fatal accidents, each workman engaged by the contractor shall have to be
insured for a minimum amount of Rs. 10.00 Lakhs through any Public Sector
Insurance company. The Contractor shall make provision for above while quoting
the rates including arrangement of necessary insurance against Workmen
Compensation Act, 1923, or any other Statute in force during the period of
contract.

11.CyberSec Contractor’s manpower shall not indulge in unauthorized access of the Owner’s
urity: PCs / Work Stations and comply with Cyber Security in Power Sector Guidelines,
2021 dated 07.10.2021 issued by Secretary C.E.A., Information Technology &
Cyber Security Division, Central Electricity Authority, Ministry of Power
Government of India and all other time to time instructions issued further by them.
The photographs taken by contractor during maintenance activities and
drawings,specifications,diagrams,technical,operational&otherinformationprovid
edby
ownershallnotbesharedbycontractorwithanyAgency/personotherthanthatauthorized
by Owner.
TheContractorshallberesponsibleforthecareandcustodyofsparesduringhandling.

12.Insurance After receipt of the LOA, Contractor shall arrange to start work at site after due
and Safety intimation to Engineer-In-Charge. If, UPPTCL provides Owner Supplied Material
of Plant (OSM) like spare equipments, Cables, Conductors etc. to Contractors for used
&Equipmen during O&M work, The Contractor is also required to provide receipt /taking over
ts for the same before lifting/receipt of those OSM. The necessary insurance shall be

36
arranged against equipments costing above Rs. 1 Lac to recover the cost in case of
any damage during movement of material from stores/erection against
replacement through Government Insurance Company. The Amount of sum
assured shall be decided by Engineer-In-Charge, The Insurance Charges shall be
reimbursed on actual basis.
C- Payment
13. Mode of The mode of Payment shall be through RTGS.
Payment
15.Terms of Contractorshallsubmitmonthly running Bills to respectiveEngineer-in-Charge
Payment of the Divisionsinthefirstweekofeverymonthfor servicesrendered
duringthepreviousmonthalongwiththeapplicableGST or after completion of
complete work as the case may bealong with Quantity of monthly and one
time works executed during the month in prescribed formats duly verified by
concerned SDO/JE,otherwise the Invoice shall not be accepted by Engineer-
In-Charge.
The Payment shall be
madewithin15daysfromthedateofinvoice,aftercertificationby Engineer-in-
Charge subject to availability of fund.
The applicable penalty against delay/defaults shall be deducted from
monthly bill before payment.
All the payments to be made directly to Contractor under the contract shall
be made by UPPTCL through RTGS/NEFT directly.
ApplicableIncometax TDS, GST TDS Labourcess .
aspertherules,shallbedeductedatsourcefromtheabove payments including
applicable deduction against defaults / delay as per Clause
No.21andonlythenetpaymentshallbereleased.NecessaryTDS certificate shall
be issued tocontractor.
ContractorhastodeductandsubmitPFandESIcompulsorilyforallthe
employeesdeployedbyhimirrespectiveofstatutoryrequirements.
The payment will be released by Concerned Transmission Divisionafter
certification by the Engineer-in-Charge.
ThefirstpaymentundertheContractshallbereleasedonlyaftersubmissionoffollo
wing documents by theContractor :
(a) Unconditionalacknowledgmentof‘’NoticetoProceed/Contract”(L
OI)
(b) Signed ContractAgreement.
(c) Statutory Insurance policies/ certificate’s.
(d) Contract Performance Guarantee/ Acceptance of 10% retention.

The agencies shall ensure minimum wages to their employees in compliance


of labour laws as per rates approved by Labour Commissioner U.P. and also
amendment, if any from time to time.
.

37
TheContractorshallpromptlymakepaymenttoRegionalProvidentFundCommiss
ionerin respect of provident fund contribution of Contractor and the amount
deducted from salary/ wages of its employed personnel towards their
contributions to Provident Fund. Contractor shall obtainPF/ ESI code for
himself andall its employed personnel for
remittance/depositofPF/ESIdeductions.Further.Contractorshallfulfill
allotherstatutory requirements.
Thepaymentshallberegulatedasperaccepted&awardedrateonly.Contractorsha
llnot be entitled to any extra payment compensation or remuneration relating
to work done
duringunfavourableweatherorrelatingtoanyspecialarrangementsmadetothewo
rkas per the schedule ofitems.
NoextrapaymentshallbemadetotheContractorforworkingonholidaysanddurin
godd hours.
Noadvancepaymentshallbeadmissibleunderanycircumstanceswhatsoever.

D- Execution of the work


17. UPPTCL’s Engineers Of Contract (EOC):
The Engineers Of Contract (EOC) shall be SE ETC-I Lucknow.
The EOC shall represent and act for the UPPTCL at all times during the performance of the Contract. The
Scope of duties of the Engineer of contract, pursuant to the contract, will include but not be limited to the
following.
i. Disharge the function diligently in respect of entire Pre-award activities.
ii. Issue of LoA following the completion of tendering process and approval of competent authority.
iii. Acceptance of CPBG, keeping in safe custody, ensuring renewal from time to time etc.
iv. Signing of Contract and keeping it in safe custody Contract Agreement along with all necessary
documents.
v. Oversee the performance of the contractor.
vi. Look after the Dispute Resolution with the Contractor.
vii. Issue notices, instructions, orders, certificates, approvals and other communications under the Contract.
viii. Any other work relating to performance of the Contract.

18. Engineer-In-Charge (EIC):

Engineer-In-Charge Engineer -in-charge(s) for UPPTCL shall be Executive Engineer


400 kV S/S Div. Sarojininagar Lucknow. The Scope of duties of the
Engineer-In-Charge, pursuant to the contract, will include but not be

38
limited to the following:
i. Supervise day to day the Availability & performance and
ensure quality with reference to the approved technical
specifications.
ii. Provide and Monitor the Cloud
iii. Ensure and adherence of Cyber Security
iv. Review and suggest improvement for adherence to SOP
and timely completion.
v. Upon successful completion the EIC shall ensure
reconciliation . If no claim is pending against the contractor, the
certificate to this effect shall be issued by the Supervising
Engineer.
vi. Issue notices, instructions, orders, certificates, approvals
and other communications under the Contract
vii. Any other work relating to performance of the Contract.
viii. Certify the work for progressive payment as well as final
payment.
ix. Receive the monthly progress report and invoices from
contractor and further process the payment of the bill.

Contractor’s The Contractor shall nominate site representative/Supervisor for


Representative/Supervisor supervision of all works done and keeping record of works.
:

F - Force Majeure
20. “Force Majeure” shall mean conditions beyond control of either parties like
war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or
Force Majeure
damage by fire, explosions, epidemics, lockouts or acts of God that come
under the legal concept of Force Majeure (FM).
Delays in performance of contractual obligations under influence of Force
Majeure conditions are condonable by the other party without any right to
termination or damages, provided, notice of the happening of any such event is
given by the affected party to the other within 30 (thirty) days from the date of
occurrence.

Works under the contract shall be resumed as soon as practicable after such
event has come to an end or cease to exist. However, if such event continues
for a period exceeding 180 days, either party may at its option terminate the
contract by giving notice to the other party.

39
Any delay or failure in performance by either party hereto shall not give rise to
any claims for damages or loss of anticipated profits if and to the extent, such
delay or failure is caused by Force Majeure.

21.SERVICE LEVEL AGREEMENTS (SLA) & PENALITIES


1.1. SERVICE LEVELS

This section is agreed to by the purchaser and Bidder as the key Bidder performance indicator
for this engagement and shall be part of the contract. The following section reflects the
measurements to be used to track and report systems performance regularly. The targets
shown in the following tables are for the period of contract or its revision whichever is earlier.

Priority Description Examples


Levels

Priority 1 The environment is down, or major malfunction Non-availability of VM. No


resulting in an inoperative condition or disrupts critical access to Storage, software,
business functions and requires immediate attention. or application

Priority 2 Loss of performance resulting in users (includes public Intermittent network


users) being unable to perform their normal activities connectivity, Performance
as essential functions or severely restricted. issues
Inconvenient workaround or no workaround exists.
The environment is usable but severely limited.

Priority 3 Moderate loss of performance resulting in multiple Performance issue


users (includes public users) impacted in their normal
functions.

1.2. DESCRIPTION OF SERVICES PROVIDED

Bidder shall provide service as defined in SECTION IV: SCOPE OF WORK, in accordance to the
definitions and conditions as defined in SECTION VII: GENERAL CONDITIONS OF CONTRACT and
SECTION VIII:SPECIAL CONDITIONS OF CONTRACT.
1.3. DEFINITIONS

Following terms shall have the meanings set forth below:


 “Availability” shall mean the time for which the services and facilities are available for
conducting desired operations using the supplied IT infrastructure/systems.

40
Availability = Uptime / (Uptime + Downtime)

 “Downtime” is the time the services and facilities are not available and excludes the
scheduled outages planned inadvance.

 “Incident” refers to any event/abnormalities in the functioning of the hosted applications/


services or equipment that may lead to disruption in normaloperations.

 “Service Window” shall mean the duration for which the facilities and services should
be ensured to be available. The expected Service window for Purchaser is 24x7x365 at
Data Centre and all other Purchaser locations/offices.

 ScheduledDownTime:Scheduleddowntimemeansanytimewhenthedatacenterservicesare
unavailable because of urgent maintenance activities and any other scheduled
maintenance or update activities that may ormaynotbeperiodic,andthat
maybenotifiedtoPurchaser atleast36hrsinadvance.UrgentMaintenance
activitiesinthisregardaremaintenanceactivitiesrequiredbyapplicationorsystemsthatcannotb
epostponed until the next available or convenient maintenance window, and may include
but not limited to restarting applications, rebooting servers, applying patches or fixes,
security alert precautions, reconfiguring storage allocation, reloading data and making
DNS & firewall changes to close securityholes.

 User: A user can be any Purchaser employee or Purchaser authorizedpersonnel.


 Line Patrolling Software (LPS) : The Software and associated data of line patrolling
software.
1.4. DURATION OF SLA

This Service level agreement would be valid for the entire period of the contract. This SLA may be
reviewed and revised as per mutual agreement.
1.5. IT INFRASTRUCTURE SLA

Below is the SLA required for the Infrastructure provided by the selected Bidder. The services should have
an uptime of 99.9% or above

IT Infrastructure SLA

S. Service Level Measurement Target/Service Level Penalty


N Objective Methodology /

41
1 Availability/ Uptime of Availability (as per the Availability for each of Default on any one or
cloud services definition in the SLA) the provisioned more of the
Resources for the will be measured for resources: greater than provisioned resources
Production each of the underlying equal to 99.90% will attract a penalty
environment (VMs, components (e.g., VM, as indicated below.
Storage, OS, VLB, Storage, OS, VLB,
Security Components,) Security Components)
provisioned in the Less than99.90% to
cloud. Measured with Greater than 99.7%
the help of SLA reports (inclusive of the lower
provided by selected limit) (0.5 % of the
BIDDER monthly payment)

Less than 99.7 to


Greater than 99.5

(inclusive of the lower


limit )(1.0 % of the
monthly payment)

Less than 99.5% to


greater than 99.3%

(inclusive of the lower


limit) (1.5 % of the
monthly Payment

Less than 99.3% to


greater than 99.0%

(inclusive of the lower


limit) (2 % of the
monthly Payment.

In case availability is
less than 99% for
consecutive two
months in a given
quarter, then an
additional penalty of
42
0.5% of total bill
amount pertaining to
that quarterly invoice
amount .

Less than 99%


(PURCHASER reserves
the right to terminate
the contract.)

2 Availability of Critical Availability (as per the Availability for each of Default on any one or
Services (e.g., Register definition in the SLA) the critical services more of the
Support Request or will be measured for over both the User / provisioned resources
Incident; Provisioning / each of the critical Admin Portal and APIs will attract a penalty
De-Provisioning; User services over both the (where applicable) as indicated below.
Activation / De- User / Admin Portal Greater than equal to
Activation; User Profile and APIs (where 99.90%
Management; Access applicable) Less than99.90% to
Utilization Monitoring Greater than 99.7%
Reports) over User / (inclusive of the lower
Admin Portal and APIs limit) (0.5 % of the
(where applicable) monthly payment)

Less than 99.7 to


Greater than 99.5

(inclusive of the lower


limit )(1.0 % of the
monthly payment)

Less than 99.5% to


greater than 99.3%

(inclusive of the lower


limit) (1.5 % of the
monthly Payment

Less than 99.3% to


greater than 99.0%

(inclusive of the lower


limit) (2 % of the

43
monthly Payment.

In case availability is
less than 99% for
consecutive two
months in a given
quarter, then an
additional penalty of
0.5% of total bill
amount pertaining to
that quarterly invoice
amount.

Less than 99%


(PURCHASER reserves
the right to terminate
the contract.)

3 Availability of the Availability (as per the Availability for each of Default on any one or
network links at DC definition in the SLA) the network links: more of the
and DR (links at DC / will be measured for Greater than equal to provisioned resources
DRC, DC-DRC link) each of the network 99.90% monthly will attract a penalty
links provisioned in the as indicated below.
cloud.

Less than99.90% to
Greater than 99.7%
(inclusive of the lower
limit) (0.5 % of the
monthly payment)

Less than 99.7 to


Greater than 99.5

(inclusive of the lower


limit)(1.0 % of the
monthly payment)

44
Less than 99.5% to
greater than 99.3%

(inclusive of the lower


limit) (1.5 % of the
monthly Payment

Less than 99.3% to


greater than 99.0%

(inclusive of the lower


limit) (2 % of the
monthly Payment.

In case availability is
less than 99% for
consecutive two
months in a given
quarter, then an
additional penalty of
0.5% of total bill
amount pertaining to
that quarterly invoice
amount.

Less than 99%


(PURCHASER reserves
the right to terminate
the contract.)

4 Availability of Regular 15 working days from 1% of the monthly


Reports (e.g., Audits, the end of the quarter. payment
Certifications,)
indicating the
compliance to the
Provisional
Empanelment
Requirements.

45
1.6. INCIDENT & HELPDESK SLA
The incidents will be raised as per the priority mentioned above. The incidents should be responded to
and resolved as per the below SLA. Post resolution of the incidents the selected Bidder must provide the
root cause analysis in the similar format given below.

ROOT CAUSE ANALYSIS REPORT

EVENT DETAILS

LIST RCA TEAM


EVENT DESCRIPTION
MEMBERS

Describe the event and include any harm that resulted. Also identify the
cause, if known.

TEAM LEADER:

BACKGROUND SUMMARY

Answer these questions with a brief summary - attach supporting documents if available

What was the expected sequence of events that were to take place? Attach Description:
flowchart if available.

RISK REDUCTION ACTIONS TAKEN

List the actions that have already been taken to reduce the risk of a future occurrence. Note the date of
implementation.

DATE EXPLAIN ACTION TAKEN

46
PREVENTION STRATEGIES

List the recommended actions planned to prevent a future occurrence of the adverse event. Begin with a
rank of 1 (highest). Provide an estimated cost (if known) and any additional
considerations/recommendations for implementing the strategy.

SPECIAL
STRATEGY ESTIMATED COST
CONSIDERATIONS

INCIDENTAL FINDINGS

List and explain any incidental findings that should be carefully reviewed for corrective action.

APPROVAL

After a review of this summary report, all team members should notify the team leader of either their
approval or recommendations for revision. Following all revisions, the report should be signed by the
team leader prior to submission.

SIGNATURE OF TEAM MEMBER: DATE SIGNED:

Forward completed report to all Root Cause Analysis


team members in addition to the following individuals:

TITLE/ORGANIZATI
FULL NAME EMAIL ADDRESS
ON

47
Incident & Helpdesk SLA

S. Service Level Measurement


Target/Service Level Penalty
N Objective Methodology /

Less than95% &Greater


than equal to90% (0.5% of
Average Time is the Monthly Payment)
taken to
acknowledge and
respond once a < 90% &Greater than equal
ticket/incident is to 85% (1% of the Monthly
logged through Payment)
Response
1 one of the agreed 95% within 30minutes
Time
channels. This is
calculated for all Less than 85% &Greater
tickets/incidents than equal to 80% (2 % of
reported within the Monthly Payment)
the reporting
month.
<less than 80% (contract
termination)

Less than95% &Greater


than equal to90% (0.5% of
the Monthly Payment)

Less than 90% &Greater


Time taken to
For Priority 1, 98% of than equal to 85% (1% of
resolve the
Time to the incidents should the Monthly Payment)
reported
2 Resolve - be resolved within 30
ticket/incident
Priority 1 minutes of problem
from the time of
reporting Less than 85% &Greater
logging.
than equal to 80% (2 % of
the Monthly Payment)

Less than 80% (contract


termination)

48
Less than95% &Greater
than equal to90% (0.5 % of
the Monthly Payment)

Less than 90% &Greater


Time taken to 95% of Priority 2
than equal to 85% (0.75%
resolve the within 4 hours of
Time to of the Monthly Payment
reported problem reporting
3 Resolve -
ticket/incident AND 95% of Priority 3
Priority 2,3
from the time of within 16 hours of
Less than 85% &Greater
logging. problem reporting
than equal to 80% (1% of
the Monthly Payment)

Less than 80% (contract


termination)

1. 95%-99% calls logged -


100% calls to be
0.5% penalty on the
All incidents/ logged and intimated
monthly Payment
events raised with to the end-user with
the IT helpdesk the trouble ticket
4 Incident Logs
should be logged number within the
2. Less than 95% calls
into the system by time as specified in
logged and closed - 1%
the service desk the Notification and
penalty on the Monthly
Resolution time
Payment

49
Bidder shall
analyze all the
incidents and 1% penalty on the monthly
provide a root payment, if the Bidder does
cause report every not submit a problem
month if there are report for that month
100% timely
more than 2
Root cause Submission covering
5 incidents of the
Identification all incidents logged in
same type. Bidder 2% penalty on the monthly
5 working days.
shall take the payment, if the Bidder does
needed corrective not perform the corrective
action to prevent action for more than one
further issues due calendar month
to the same
cause.

1.7. VULNERABILITY MANAGEMENT SLAs

The selected Bidder to ensure that corrections pertaining to vulnerability are as per below SLA. CVSS
ratings will be used for vulnerability severity.

CVSS Ratings

Severity Base Score Range

None 0

Low 0.1-3.9

Medium 4.0-6.9

High 7.0-8.9

Critical 9.0-10.0

50
Vulnerability Management

Sl. Target/Service
Service Level Objective Measurement Methodology Penalty (Indicative
No. Level

The number of vulnerability


corrections performed by the
Greater than equal to 99% to
supplier - Measured as a
Less than 99.9% [ 1% of
percentage by the number of
Periodic Payment]
vulnerability corrections
performed within a predefined
Percentage of timely time limit, over the total
vulnerability corrections number of vulnerability Greater than equal to 98% to
1 99.9%
corrections to the cloud service Less than 99% [1.5% of Periodic
(Measured monthly) which is reported within a Payment]
predefined period (monthly ). •
High priority Vulnerabilities –
30 days - Maintain 99.9%
Less than 98% [ 2% of Periodic
service level • Medium priority
Payment]
Vulnerabilities – 90 days -
Maintain 99.9% service level

Greater than equal to 99% to


Less than 99.9% [ 1% of
Periodic Payment]
Measured as a percentage by
the number of vulnerability
Percentage of timely reports within a predefined
vulnerability reports time limit, over the total Greater than equal to 98% to
2 99.9%
number of vulnerability reports Less than 99.9% [1. 5% of
(Measured monthly) to the cloud service which are Periodic Payment]
reported within a predefined
period (monthly).

Less than 98% [ 2% of Periodic


Payment]

51
For each breach/data theft, a
penalty will be levied as per the
following criteria. Any security
incident detected INR 5 Lakhs.
This penalty is applicable per
Any incident wherein system
Security breach including incident. These penalties will not
compromised or any case
3 Data No breach be part of the overall SLA
wherein data theft occurs
Theft/Loss/Corruption penalties cap per month. In case
(including internal incidents)
of a serious breach of security
wherein the data is stolen or
corrupted, PURCHASER
reserves the right to terminate
the contract.

52
SECTION IV: SCOPE OF WORK
1.8. Disaster Management SLA
Below is the SLA for the disaster management services. The RTO and RPO SLA’s are mentioned below in
case of Disaster.

RTO/RPO

Sl. Service Level Measurement Target/Service Penalty


No. Objective Methodology / Level

1 Recovery Time Measured during <= 30 minutes 1% of Monthly


Objective (RTO) the regular Payment per every
planned or additional 4 (four)
unplanned hours of downtime
(outage)
changeover from
DC to DR or vice
versa.

2 Recovery Point Measured during <= 2 hour 1% of Monthly


Objective (RPO) the regular Payment per every
planned or additional 2 (two)
unplanned hours of downtime
(outage)
changeover from
DC to DR or vice
versa.

3 Security breach Any incident No breach For each breach/data


including Data wherein system theft, a penalty will be
Theft/Loss/Corruption compromised or levied as per the
any case wherein following criteria:
data theft occurs
 Any security
(including
incident detected;
internal
INR 5 Lakhs
incidents)
penalty will be
levied on
quarterly
payments. This
penalty is
applicable per
incident. These
penalties will not

53
SECTION IV: SCOPE OF WORK
be part of the
overall SLA
penalties cap per
month.
 In case of any
cyber theft and
ransom demand,
the Supplier will
be responsible for
addressing the
same without any
compromise on
the quality of
service and
without any
liability on
PURCHASER
 In case of a
serious breach of
security wherein
the data is stolen
or corrupted,
PURCHASER
reserves the right
to terminate the
contract.

54
SECTION IV: SCOPE OF WORK

1)
22. If the Contractor repeatedly breaches the contract on any of the following
events or occurrences which continue even after giving 07 days of notice for
Event of
two times in writing to the Contractor shall constitute Event of Default on the
Default
part of the Contractor ;

i. Repeated delay in completion of Monthly works.


ii. Non Compliance of norms/ instructions given time to time.
iii. Repeated failure to comply with SOP or rectification of defect under
scope of contractor.
iv. Continuous failure to perform any other obligation under the contract
within the period specified in the contract or any extension thereof;
v. Repeated failure or refusal to pay any amount due under the Contract;
vi. Any breach of contract or fraud under the contact;
vii. Continued negligence of the works, or inability to honour important
stipulations of the contract;
viii. Becomes bankrupt or otherwise becomes insolvent or undergoes
liquidation or loses substantially the technical or financial capability based on
which it was selected for award of contract.
ix.
23. Intheeventofabove mentioned defaults. UPPTCLshallissue finalnotice of
default to the Contractor with anadvice to
Termination of rectifythelapseswithin10days.IfContractorfailstorectifythelapsesand
Contract adheretothetermsandconditionsoftheContract/NoticetoProceed,UPPTCLshall
terminate the Contract/ Cancel the Contract/ Notice to Proceed and forfeit the
Security
Deposit/encashtheBankGuaranteetowardsContractPerformanceGuarantee.

H. Dispute Resolution

24. Any dispute(s) or difference(s) arising out of or in connection with the


Contract shall, to the extent possible, be settled amicably between the EoC,
Dispute UPPTCL and the Contractor.
Resolution/
If any dispute or difference of any kind, whatsoever, is not settled amicably,
Arbitration Contractor may make an application before the Chief Engineer (Trans.
Central), UPPTCL in respect of such dispute in writing within 15 days, from
the date of such decision, action or omission.
The Authority shall examine and deliberate the merits of the Contractor’s
complaint and the decision shall be communicated in writing to the concerned

55
SECTION IV: SCOPE OF WORK
Contractor within 45 days from the date of receipt of the application.

It the event of the Authority fails to notify its decision within thirty (45) days
after being requested of the Contractor not being satisfied with the decision of
UPPTCL, the Contractor may require that the matters in dispute be referred to
arbitration. UPPTCL may also refer the matter to arbitration in accordance
with the Arbitration & Conciliation Act 1996

25 Jurisdiction of the Court

Jurisdiction of The Honb’le Courts of Lucknow, Uttar Pradesh shall have exclusive
jurisdiction in all matters arising under this Contract.
the Court
Writ Jurisdiction shall come under Allahabad High Court.
The Place of arbitration shall be at The Honb’le Courts of Lucknow, Uttar
Pradesh

I-Closure of Works
26. After completion of the contract period, Material Reconciliation Statement
(MRS) shall be prepared and to be approved by the Engineer-in-Charge.
Material and
Works The un-utilised materials/equipment shall be returned back to UPPTCL
reconciliation including spares provided under the works shall be handed over to UPPTCL.

27. Prior to release of BG/ last ten percent retention amount on account of closure
of contract/Any other Retention Amount, UPPTCL shall prepare Payment
Payment
Reconciliation statement to ensure that there is no liability outstanding against
reconciliation
the contractor on account of:
and Final
Payment  Penalty as per Contract.
 Overpayments/ duplicate payments, if any;
 Recoveries on account of loss/theft/damage claim etc.
 Statutory duties paid on behalf of the Contractor by UPPTCL if
any.

It shall be ensured by the concerned finance department that the Contractor


shall submitted the No Claim certificate before releasing the final payment.

56
SECTION IV: SCOPE OF WORK

Volume -I

SECTION- 5

57
SECTION IV: SCOPE OF WORK

Section 5 - Special Conditions of Contract

(The Special Conditions of Contract (SCC) shall supplement the


General Conditions of Contract (GCC). Whenever there is a
conflict, the provisions herein shall prevail over those in the
GCC. The clause number of the SCC is the corresponding clause
number of the GCC.)

58
SECTION IV: SCOPE OF WORK

Section 5 - Special Conditions of Contract (SCC)


1.0 General Information
UP Power Transmission Corporation Limited of India Limited (hereinafter referred to as
‘UPPTCL’ invites bids from eligible bidders for < work detail>on Domestic Competitive Bidding basis.
The requirements condition, appendicesetc.,statein General Conditions of Contract (GCC) shall
applytoandSpecial Conditions of Contract (SCC) is to supplement the same. In case of any discrepancy
between the provisions of SCC and GCC the provisions of SCC shallprevail.

2.0 Scope ofWork


The Scope of work shall be as detailed in Volume – II and as per BOQ in Vol-III of the Contract
Document.

3.0Supervision of works
The work shall be supervised by EE, Electy. 400 KV S/s Division, Sarojininagar, Lucknow
4.0 Location
Cloud Data Centre of vendor
5.0 Date of Start :
As per requirement of UPPTCL
8.0 Delegation of work :
Delegation of works to any other agency shall not be allowed and all the work shall be
supervised/Coordinated by the Contractor or his Authorized Representative.

59
SECTION IV: SCOPE OF WORK

Volume –I
SECTION - 6

60
SECTION IV: SCOPE OF WORK

6 – Annexure & Contract Forms

<This Section contains the Annexure and contract forms which will form part of the Contract>

CONTENTS
Sl. No. ANNEXURE & DESCRIPTION Page No.
FORM

1 Annexure-I Bank Guarantee for EMD


2 Annexure-II Bank Guarantee for Contract Performance (CPBG)
3 Annexure-III Extension of Bank Guarantee
5 Annexure-V Affidavit of Bidder

6 Annexure-VI Bidders information Sheet


7 Annexure-VII Contract Agreement Format
8 Annexure -VIII Bid Proposal Sheet (BPS)
9 Work Order Abstract (Table A-1, A-2, A-3)
MAAT (Table B)
Annexure-IX Liquid Assets (Table C)
Net Worth (Table D)

61
SECTION IV: SCOPE OF WORK
ANNEXURE –I
PROFORMA OF BANK GUARANTEE FOR EMD

(To be stamped in accordance with Stamp Act)

The Non-Judicial Stamp Paper should be in the name of Issuing Bank

Ref. No: …………………….


Bank Guarantee No. ……………………….
Date:………………………………………

BG Amount:……………………………….

Validity Period:…………………………..

Claim Period:……………………………..

To,
The < Designation of Tender Issuing Authority>,

Dear Sirs,

This Guarantee Bond is executed this……………… day of …………………… by us


the………………………… Bank at ……………… , P.O………………… , Dist………………,
State………………… and Code No……………..

Whereas the Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow, having
Office at Room No. 111 to 114, Paareshan Bhawan, UPSLDC Campus Gomti Nagar, Lucknow 226010
U.P. (hereinafter called UPPTCL) has invited Tender vide e-NIT No………………. Dated………………
for the purpose of Maint. Works & Deployment of Manpower for O&M of various 220 kV & 132 kV S/Ss
under ETC- I, Lucknow.
1. Now, therefore, in accordance with Notice Inviting Tender (e-NIT) No………………..Dated
…………… of UPPTCL, Ms/Shri……………………Address……………….................... Wish / wishes to
participate in the said tender and a Bank Guarantee for the sum of Rs…………………. [ Rupees -----------
---------------------------------------------------- valid for a period of ………….………) is required to be
submitted by the bidder, as per Tender Specification, we the ______________________________ )
[indicate the name of the bank] [hereinafter referred to as “Bank”] at the request of
Ms/Shri……………………………………... [hereinafter referred to as “Bidder” do hereby unequivocally
and unconditionally guarantee and undertake to pay during the above said period on written request by the
Tender Issuing Authority of UPPTCL an amount not exceeding Rs………………………. to UPPTCL.,
62
SECTION IV: SCOPE OF WORK
without any reservation. The guarantee would remain valid up to ……….. [date] and if any further
extension to this is required, the same will be extended.

2. We, the _______________________________ [indicate the name of the Bank, Address, Code] do
hereby further undertake to pay the amounts due and payable under this guarantee without any demur,
merely on a demand from UPPTCL stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by UPPTCL by reason of any breach by the said bidder of any
of the terms or conditions and failure to perform the said Bid. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs………………… ( Rupees in
words………)

3. We undertake to pay to UPPTCL any money so demanded not withstanding any dispute or disputes
so raised by the bidder in any suit or proceeding instituted/pending before any court or tribunal relating
thereto, our liability under this present being absolute and unequivocal. 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.

4. We, the ______________________________ Bank further agree that the guarantee herein
contained shall remain in full force and effect during the aforesaid period of _______ days [in
words]……….. (as per Tender Specification) and it shall continue to be so enforceable till all the dues of
UPPTCL under or by virtue of the said Bid have been fully paid and its claims satisfied or discharged or
till UPPTCL certifies that the terms and conditions of the said Bid have been fully and properly carried out
by the said Contractor /Supplier and accordingly discharge this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before __________ we shall be discharged from all
liability under this guarantee thereafter.

5. We the __________________________ Bank further agree with UPPTCL that UPPTCL shall
have the fullest liberty without our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said Bid or to extend time of performance by the said Bidder
from time to time or to postpone for any time or from time to time only of the powers exercisable by
UPPTCL against the said Bidder and to forbear or enforce any of the terms and conditions relating to the
said Bid and we shall not be relieved from our liability by reason of any such variation, postponement or
extension granted to the Bidder or for any forbearance, act or omission on the part of UPPTCL or any
indulgence by UPPTCL to the said Bidder or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.

6 This guarantee will not be discharged due to the change in the name, style and constitution of the
Bank and/or the Bidder.

7 We ______________________ [indicate the name of Bank, Address &Code] lastly undertake not
to revoke this guarantee during its currency except with the previous consent of UPPTCL in writing .

63
SECTION IV: SCOPE OF WORK
8. We, the ______________________________Bank (Name, Address & Code) further agree that this
guarantee shall be invokable at our place of business at Lucknow (indicate Name, Address & Code of the
Branch at Lucknow) in the State of Uttar Pradesh.
“Not withstanding anything contained herein”

a) Our liability under the bank guarantee shall not exceed Rs.---------------------------(in words Rupees--------
---------------------------------) only.

b) This Bank guarantee shall be valid up to ---------------------------------------------------------------.

c) We or our Branch at Lucknow <Mention Name, Address & Code……….>are liable to pay guaranteed
amount or any part thereof depending on filing of claim under this bank guarantee only and only if
UPPTCL serve upon us or our Branch at Lucknow a written claim or demand and received by us or by
Branch at Lucknow on or before …………………………………(last date), otherwise Bank shall be
discharged of all liability under this guarantee thereafter.

Dated, the _____________Day of ____________________________

For _______________________ [Indicate name of Bank]

Signature ……………………………………
Full name …………………………………….
Designation …………………………………
……………………….
Stamp ……………………………………….

WITNESS: (SIGNATURE WITH NAME AND ADDRESS)

(1)

Signature ……………………………………
Full name …………………………………….
64
SECTION IV: SCOPE OF WORK

(2)
Signature ……………………………………
Full name …………………………………….

N.B.:

1. Name of the Bidder.: ………………………


2. BG No &Date :………………………………
3. Amount (In Rs.):………………………………
4. Validity up to :…………………………………
5. E-NIT No………………………………………..
6. Name, Address & Code of Issuing Bank:………………………………………
7. Name, Address &Code Lucknow Branch of the Issuing Bank:…………………
8. The Bank Guarantee shall be accepted only after getting confirmation from the Issuing Bank &
Lucknow Branch of the Issuing Bank.

65
SECTION IV: SCOPE OF WORK
ANNEXURE –II

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (CPBG)


(To be stamped in accordance with Stamp Act)

Ref No:- …………………….


Bank Guarantee No. ……………………….
Date: ………………………………………

BG Amount:……………………………….

Validity Period:…………………………..

Claim Period:……………………………..

To,

The < Designation of Tender Issuing Authority>,

This Guarantee Bond is executed this……………… day of …………………… by us


the………………………… Bank at ……………… , P.O………………… , Dist………………,
State………………… and Code No……………..

Whereas the Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow, having Office
at Room No. 111 to 114 Paareshan Bhawan, UPSLDC Campus Gomti Nagar, Lucknow 226010 U.P
(hereinafter called UPPTCL) has issued Letter of Award (LOA)No………………………………
Dated……………… for the purpose of Maint. Works & Deployment of Manpower for O&M of various 220
kV & 132 kV S/Ss under ETC- I, Lucknow (herein after called “the Agreement”) to M/s/Shri
……………………………….. , Address………………….. (herein after called the “Contractor”) for Maint.
Works & Deployment of Manpower for O&M of various 220 kV & 132 kV S/Ss under ETC- I, Lucknow and
whereas UPPTCL has agreed (1) to exempt demand of security deposit under the terms and conditions of the
LOA (2) to release of the cost of the Contract Price as per terms and condition and (3) to exempt the
Contractor from Performance Guarantee on furnishing by the Contractor to UPPTCL a Contract Performance
Bank Guarantee (CPBG) of the value of 10% of the Contract Price (Including additional security amount) of
the said Agreement.
1. Now therefore, in consideration of UPPTCL having agreed to exempt the Contractor from the demand
under the terms and conditions of LOA No. _________________ dated _________________ for Maint.

66
SECTION IV: SCOPE OF WORK
Works & Deployment of Manpower for O&M of various 220 kV & 132 kV S/Ss under ETC- I, Lucknow and
for the due fulfillment by the said Contractor of the terms and conditions contained in the said agreement, on
production of a Bank Guarantee for Rs.________________ (Rupees____________________) only, we the
bank ______________ [Indicate bank Name , Address & Code ] (hereinafter referred to as “the Bank”) at the
request of M/s/Shri _____________________ contractor do hereby undertake to pay to UPPTCL, an amount
not exceeding Rs._______________ (Rupees __________________________________) only against any
loss or damage caused to or suffered or would be caused to or suffered by UPPTCL by reason of any breach
by the said contractor of any of the terms or conditions contained in the said agreement.
2. We, the ________________________ Bank
[indicate the name of the Bank, Address & Code] do hereby undertake to pay the amounts due and
payable under this guarantee without any demur, merely on a demand from UPPTCL stating that the
amount claimed is due by way of loss or damage caused to or would be caused to or suffered by UPPTCL
by reason of any breach by the said contractor of any of the terms or conditions contained in the said
agreement or by reasons of any breach by the said Contractor’s failure to perform the said agreement. Any
such demand made on the bank shall be conclusive as regards the amount due and payable by the bank
under this guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs. ____________________( In Words).
3. We, the ……………… Bank also undertake to pay to UPPTCL any money so demanded not
withstanding any dispute or disputes raised by the Contractor in any suit or proceeding instituted / pending
before any court or tribunal relating thereto, our liability under this present being absolute and irrevocable.
The payment so made by us under this bond shall be a valid discharge of our liability for payment there
under and the Contractor shall have no claim against us for making such payment.
4. We, the ____________________________ Bank further agree that the guarantee herein contained
shall remain in full force and effect during the aforesaid period of ______ days and it shall continue to be
so enforceable till all the dues of UPPTCL under or by virtue of the said Agreement have been fully paid
and its claims satisfied or discharged or till UPPTCL certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said contractor and accordingly discharge this
guarantee and the said CPBG will not be revoked by us during the validity of the guarantee period.
Unless a demand or claim under this guarantee is made on us or our Branch Office at Lucknow
<Mention Name, Address & Code of the Branch Office at Lucknow of issuing Bank> in writing on or
before …………… (Date), we shall be discharged from all liability under this guarantee thereafter.
5. We, the ____________________________ Bank [indicate the name of the Bank, Address & Code]
further agree with the Board that UPPTCL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Bid
or to extend time or performance by the said contractor(s) from time to time or to postpone for any time or
from time to time only of the powers exercisable by UPPTCL against the said contractor(s) and to forbear
or enforce any of the terms and conditions relating to the said Bid and we shall not be relieved from our
liability by reason of any such variation postponement or extension being granted to the said contractor(s)
or for any forbearance, act or omission on the part of UPPTCL or any indulgence by UPPTCL to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.

67
SECTION IV: SCOPE OF WORK
6. This guarantee will not be discharged due to the change in the name, style or constitution of the
Bank of the contractor(s).
7. We, the ____________________________ Bank [indicate the name of the bank, Address &Code
]lastly undertake not to revoke this guarantee during its currency except with the previous consent of
UPPTCL in writing.
8. We, the ______________________________Bank(Name, Address & Code) further agree that this
guarantee shall also be invokable at our place of business at Lucknow (indicate Name, Address & Code of
the Branch at Lucknow) in the State of Uttar Pradesh.
“Not withstanding anything contained herein”

a) Our liability under the bank guarantee shall not exceed Rs.----------------(in words Rupees------------
---------------) only.

b) This Bank guarantee shall be valid up to -------------.

c) We or our Branch at Lucknow <Mention Name, Address & Code……….> are liable to pay
guaranteed amount or any part thereof depending on filing of claim under this bank guarantee only and
only if UPPTCL serve upon us or our Branch at Lucknow a written claim or demand and received by us or
by our Branch at Lucknow on or before …………………………(last date), otherwise Bank shall be
discharged of all liability under this guarantee thereafter.

Dated, the _____________Day of ____________________________

For _______________________ [Indicate name of Bank]

WITNESS: (SIGNATURE WITH NAME AND ADDRESS)


N.B.:

1. Name of the Contractor.: ………………………


2. BG No &Date :………………………………
3. Amount (In Rs.):………………………………
4. Validity up to :…………………………………
5. LOA No………………………………………..
6. Package No……………………………………..
7. Name, Address & Code of Issuing Bank:…………………………………………………

68
SECTION IV: SCOPE OF WORK
8. Name, Address &Code Lucknow Branch of the Issuing Bank:………………………
9. The Bank Guarantee shall be accepted only after getting confirmation from the Issuing Bank &
Lucknow Branch of the Issuing Bank.

69
SECTION IV: SCOPE OF WORK

ANNEXURE-III
PROFORMA OF EXTENSION OF BANK GUARANTEE
(To be stamped in accordance with Stamp Act)

Ref No:- ………………… Date:- …………

To,

The < Designation of Tender Issuing Authority>,

Dear Sirs,

Sub: Extension of Bank Guarantee No. ……………………..for Rs. ………………… favouring


yourselves, expiring on ……………………….on account of M/s.
…………………………………. in respect of LOA No. ……………………… dated ……………….
(hereinafter called original Bank Guarantee).

At the request of M/s. ……………………………………., we…………………… Bank, branch office at


……………………………..and having its Head Office at …………….. do hereby extend our liability
under the above mentioned Guarantee No. ………………. Dated …………………..for a further period of
……………………..years / months/ days from ………………………. to expire on
…………………..Except as provided above, all other terms and conditions of the original Bank Guarantee
No. ……………….. dated ………………. shall remain unaltered and binding on us.

Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours Faithfully,

For …………………………

Manager / Agent / Accountant


Power of Attorney No. ………
Dated ………………………..
SEAL OF BANK
NOTE : The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank,
which has issued the Bank Guarantee.

70
SECTION IV: SCOPE OF WORK
ANNEXURE - IV

PROFORMA OF INDEMNITY BOND


(On non-Judicial stamp paper of appropriate value)

INDEMNITY BOND

THIS INDEMNITY BOND is made this...................... day of ................... 20…. .........by M/s/
Shri……………….................. and Address …………….. a Company registered under the Companies
Act, 1956/ Companies Act- 2013 having its Registered Office at ............................(hereinafter called as
‘Contractor’” which expression shall include its successors and permitted assigns) in favour of
Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow, having Office at
Paareshan Bhawan, UPSLDC Campus Gomti Nagar, Lucknow 226010 U.P (hereinafter called “UPPTCL”
which expression shall include its successors/administrator and assign) :

WHEREAS THE UPPTCL has awarded to the Contractor vide its Letter of Award/Contract Agreement
No..................... Dated........................... and its Amendment No.............................. and Amendment No.
…………………… (Applicable when amendments have been issued) (Hereinafter called the “Contract”) for
…………………in terms of which the Contractor is to provide Cloud Infrastructure & Managed Services for
implementation of Line patrolling Software for in consideration of terms & condition of the contract.

And WHEREAS by virtue of Clause No.................... of the said Contract, the Contractor is required to execute an
Indemnity Bond in favor of Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow for the
purpose of performance of the Contract.

NOW THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Obligations as mentioned in the Contract and material in their
custody for the purpose of execution of the Contract, the Contractor hereby undertakes to indemnify and
shall keep UPPTCL indemnified, for the full value.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe execution of assigned
works at different designated substations against all risks including workman compensation. The Contractor
undertakes to keep UPPTCL harmless against any loss or damage that may be caused to the Materials/Equipment
including any claim arising during Contract.

71
SECTION IV: SCOPE OF WORK
3. The Contractor shall be fully responsible for safety, Security of the Man Power deployed and work men
engaged for execution of maintenance works as per the contract. The Contractor is indemnified against any
compensation to said Man Power / Labour.

5. That this Indemnity Bond is irrevocable. The Contractor binds itself and undertakes to bear all
expenses/compensation at his own cost and/or shall pay the amount of loss to UPPTCL without any demur,
reservation or protest. This is without prejudice to any other right or remedy that may be available to UPPTCL
against the Contractor under the Contract and under this Indemnity Bond.

NOW THE CONDITION of this Bond is that the Contractor shall duly and punctually comply with the
terms and conditions of this Bond to the satisfaction of UPPTCL. The above Bond shall be void after all
the obligations under this Bond are fulfilled by the Contractor, otherwise, it shall remain in full force and
virtue.

IN WITNESS WHERE OF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.

For and on behalf of


M/s......................................
WITNESS
1. Signature . . . . . . . . . . . . . Signature. . . . ……... . . . . . .
2. Name . . . . . . . . . . . . . . Name . . . . . . . . . . ……... . . .
3. Address . . . . . . . . . . . . . . Designation ……. . . . . . . . .

Authorised representative $

1. Signature . . . . . . . . . . . .
2. Name . . .. . . . . . . . . . . . . (Common Seal )
3. Address .. . . . . ... ... . . .

$ Indemnity Bonds are to be executed by the authorised person under common seal of the Company or
having the Power of Attorney issued under common seal of the company with authority to execute
Indemnity Bond.
*** to insert the designation of the Authorised Person appointed by the by UPPTCL for this purpose.

72
SECTION IV: SCOPE OF WORK
ANNEXURE – V

AFFIDAVIT OF BIDDER
BEFORE Sri/ ........................................................................................ , Notary, At-……………

…………………………………………………………………………………………………

Affidavit

WHEREAS Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow, having


Office at Room No. 111 to 114 Paareshan Bhawan, UPSLDC Campus Gomti Nagar, Lucknow 226010
U.Phas floated its Tender No…………………………………………...inviting bids from eligible bidder
for Maint. Works & Deployment of Manpower for O&M of various 220 kV & 132 kV S/Ss under ETC- I,
Lucknow .
AND WHEREAS M/s ……………………………………having its registered office at (briefly
"Bidder")has offered its bid on ……………………………………in response to the said Tender
No…………………………of UPPTCL.
AND WHEREAS the said Tender No................. of UPPTCL requires the Bidder to solemnly confirm no
debarment/black listing, accept fraud prevention policy of UPPTCL and affirm the correctness of the
document & information furnished in its bid so offered to UPPTCL.
NOW THEREFORE, in response to the above requirement, and having been duly authorized by the
Bidder, I Sri/ Mrs. ................................ aged about ............ years, Son/Daughter/Wife of Sri/Mrs.
......... ...... ......., at present working as………………………………………. of
M/s…………………………… (The Bidder) do hereby solemnly affirm and state as follows:
1. That I am competent and have been duly authorized by the Bidder M/s……………………………….
to swear this affidavit on its behalf.
2. I/We, the undersigned do hereby declare that, I/We have never failed to perform satisfactorily in any
work of UPPTCL/ Govt. Of Uttar Pradesh /Central Govt./ in any Govt. funded Project during last three
financial years (and the current financial year)and / or I/We do not stand currently debarred/blacklisted
(nor any litigation pending) by Government of India/Government of Uttar Pradesh/Central PSUs/State
PSUs of any State of India.
3. Further, I/We, the undersigned do hereby declare that, I/We have not been declared as Insolvent or
referred to National Company Law Tribunal (NCLT) under the Insolvency and Bankruptcy Code (IBC),
2016.
4. We have read the contents of the Fraud Prevention Policy of UPPTCL displayed on its tender
website http://www.UPPTCL.org , www.etender.up.nic.in and undertake that we along with our associates
/ collaborator / Vendor/sub-vendors/ consultants / service providers shall strictly abide by the provisions of
the fraud prevention policy of UPPTCL

73
SECTION IV: SCOPE OF WORK
5. That the documents and information furnished by the Bidder in its bid offered in respect to the said
Tender No………………………..of UPPTCL are true and correct.
6. That in the event any document and information as furnished by the Bidder in response to the said
Tender No of UPPTCL is found/ considered by UPPTCL at any time as to be not correct/ wrong, UPPTCL
shall be competent and at liberty without any show cause to the Bidder to terminate its Lease Agreement/
agreement with the Bidder.,
7. UPPTCL shall also be competent, without any reference to the Bidder, to black list the Bidder and
debar the Bidder from participating in any other Tender of UPPTCL pursuant to its consideration/ finding
that the Bidder has furnished any incorrect/ wrong document and information tendered/made pursuant to
Tender No ................................................................................ of UPPTCL.
8. That the affirmation made herein above is/are correct and true and nothing stated herein is false.
Identified by

DEPONENT

ADVOCATE

74
SECTION IV: SCOPE OF WORK
Annexure-VI
Bidder’s Information Sheet

Sl. No. DETAILS TO BE FILLED IN BY THE BIDDER

1 BIDDER’S NAME

BIDDER’S SITE NAME (Name of the


2
BUSINESS PLACE)

3 ADDRESS

4 CITY

5 STATE

6 COUNTRY

7 PIN CODE

8 PHONE NO.

9 FAX NO.

10 GST REGISTRATION NO.

11 PAN NO.

12 TAN NO.

13 CONTACT PERSON’S NAME

POSITION / DEPARTMENT OF
14
CONTACT PERSON

15 CONTACT PERSON’S E MAIL ID

CONTACT PERSON’S PHONE NO.


16
AND MOBILE NO.

17 CONTACT PERSON’S FAX NO.

BANK A/C PARTICULARS OF THE


18
BIDDER FOR EFT PAYMENT

Authorised Signature of the Bidder

75
SECTION IV: SCOPE OF WORK
ANNEXURE – VII

Contract Agreement

THIS AGREEMENT made the ________ day of ________________________, _____,

BETWEEN

(1) Superintending Engineer, Electricity Transmission Circle-I, UPPTCL, Lucknow, having Office at Room
No. 111 to 11, Pareshan Bhawan, UPSLDC Campus Gomti Nagar, Lucknow 226010 U.P (hereinafter called
“the Owner”), and (2) [ name of Contractor ], a corporation incorporated under the laws of India and having
its principal place of business at [ address of Contractor ] (hereinafter called “the Contractor”).

WHEREAS the Owner has invited the tender for Cloud Infrastructure & Managed Services for implementation of
Line patrolling Software for UPPTCL (“the WORKS”) vide NIT no:……………………………… and Tender
Specification No………………………………

AND WHEREAS the Contractor had furnished it bid & consisting of technical and price bid has been selected
for award of the works vide LOA/LOI ref.
no…………………………………………………………………………………………………………………
….

AND WHEREAS pursuant to acknowledgement of the LOI/LOA by the Contractor, the Owner desires to
engage the Contractor and the Contractor has agreed to such engagement subject to the terms and conditions
hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1 1.1 Contract Documents (Reference GCC Clause …….)

Contract The following documents shall constitute the Contract between the Owner and
Documents the Contractor, and each shall be read and construed as an integral part of the
Contract:

(a) This Contract Agreement and the Appendices hereto


(b) Price Schedules submitted by the Contractor in the bid
(c) Technical Bid and Technical Proposal submitted by the Contractor
(d) Special Conditions
(e) General Conditions
(f) Technical Specifications
(g) Other completed Bidding Forms submitted with the Letters of Technical
and Price Bids
(h) Any other documents forming part of the Owner’s Requirements
(i) Bidding Documents

76
SECTION IV: SCOPE OF WORK
1.2 Order of Precedence (Reference GCC Clause ……)

In the event of any ambiguity or conflict between the Contract Documents listed
above, the order of precedence shall be the order in which the Contract
Documents are listed in Article 1.1 (Contract Documents) above.

1.3 Definitions (Reference GCC Clause 1)

Capitalized words and phrases used herein shall have the same meanings as are
ascribed to them in the General Conditions.

Article 2 2.1 Contract Price (Reference GCC Clause ………..)

Contract The Owner hereby agrees to pay to the Contractor the Contract Price in
Price and consideration of the performance by the Contractor of its obligations hereunder.
Terms of The Contract Price shall be the aggregate of: [. . . amounts in words . . . ], [. . .
Payment amounts in figures. . . ] as specified in Price Schedule or such other sums as may
be determined in accordance with the terms and conditions of the Contract.

2.2 Terms of Payment (Reference GCC Clause ……….)

The terms and procedures of payment according to which the Owner will
reimburse the Contractor are given in the Terms and Procedures of Payment
hereto.

2.3 Payment towards Price variation (Reference GCC Clause ……….)

The terms and procedures of payment of price variations shall be in accordance


with the Terms and Procedures of Payment hereto.

Article 3 3.1 Effective Date (Reference GCC Clause ……….)

Effective The Effective Date upon which the period until the Time for Completion of the
Date Facilities shall be counted from is the date when all of the following conditions
have been fulfilled:

(a) This Contract Agreement has been duly executed for and on behalf of the
Owner and the Contractor;
(b) The Contractor has submitted to the Owner the performance security and
the advance payment bank guarantee;

Each party shall use its best efforts to fulfill the above conditions for which it is
responsible as soon as practicable.

Article 4 4.1 The address of the Owner for notice purposes, pursuant to GCC /SCC
Communic {Owner's address ].

77
SECTION IV: SCOPE OF WORK
ations 4.2 The address of the Contractor for notice purposes, pursuant to GCC/SCC
is: [ Contractor's address ].

Article 5. 5.1 The Appendices listed in the attached List of Appendices shall be deemed
Appendices to form an integral part of this Contract Agreement.

5.2 Reference in the Contract to any Appendix shall mean the Appendices
attached hereto, and the Contract shall be read and construed accordingly.

5.3 Clauses not specifically mentioned in the attached appendices, the same
shall be governed as per the available clauses of the tender document which shall
be binding by the both parties.

IN WITNESS WHEREOF the Owner and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Owner

[ Signature ]

[ Title ]

in the presence of

[ Signature ]

[ Title ]

Signed by, for and on behalf of the Contractor

[ Signature ]

[ Title ]

in the presence of

78
SECTION IV: SCOPE OF WORK

[ Signature ]

[ Title ]

APPENDICES

Appendix 1 - Scope of Works

Appendix 2 - Terms Of Payment.

Appendix 3 – Letter Of Award Price Schedule.

Appendix 4 - Any other Documents

79
SECTION IV: SCOPE OF WORK

ANNEXURE-VIII

BID PROPOSAL SHEET

Bidder’s Proposal Reference No. and Date:

Bidder’s Name & Address :

Contact Person :

Designation :

Telephone No. : Mobile No. :

Fax No. E-mail :

To

The Tender Issuing Authority

<Address>

Sub: Proposal for Operation & Maintenance Contract.

Ref. : 1. NOTICE INVITING TENDER(NIT) NO ……………………..

2. TENDER DOCUMENT REFERENCE NO………………………....

3. Works: No……………...

Dear Sir,

We, the undersigned Bidder having visited the Official e-Tender Portal of UPPTCL and having read and
examined in detail the Tender Documents do here by propose to bid for Cloud Infrastructure & Managed
Services for implementation of Line patrolling Software in UPPTCL as per scope of work and technical
specification on single contract basis.
We, agree to the following major terms and conditions of the tender;
80
SECTION IV: SCOPE OF WORK

2.0 PRICES AND VALIDITY:


2.1 We declare that the prices quoted in our proposal are in accordance with your “Instructions to
Bidders” and as per the bid form (in.XLS formats) available in the Official tender Portal of UPPTCL.

2.2 The Taxable value of the price schedule are FIRM during the period of the contract (except for
statutory variations in GST rates and price variations) in line with your bid documents.

2.3 All the prices and other terms and conditions of this proposal are valid for a period of 120 (One
Hundred Twenty) Days from the date of opening of the Technical (Part-I) bids.

2.4 The prices and the price components in line with the requirements of the bid documents of the
Volume-III (Price Schedules) are keyed-In and uploaded in the Official e-Tender Portal of UPPTCL.

2.5 We hereby declare that our bid prices cover entire scope of the work in accordance with Bid
Documents.

2.6 We do not anticipate any change in Ownership of the company/firm. If at all there would be a
change in Ownership, we undertake that our obligation under the contract in case we become successful
bidder, shall stand.

3.0 TAXES & DUTIES AND PRICE VATIATION:

3.1 We declare that towards the services by us, we have quoted taxable value inclusive of Insurance
and any statutory charges excluding GST for each of the item. The basic price (taxable value) indicates
quoted final value. Tax Invoice shall constitute basic price, CGST plus UPGST, or IGST, as the case may
be, and such other details which are stipulated in GST Rules, 2017.

3.2 The statutory deduction of taxes (both under I. Tax Act and GST Act) and duties including
LabourCess at source as applicable, related to these works, shall be made by UPPTCL from our bills for
which we shall not claim any reimbursement. TDS/Cess so deducted by UPPTCL shall be deposited by
them with the relevant tax Authorities & TDS certificates shall be issued by UPPTCL under the respective
laws.

3.3 We hereby agree to the modalities of Scope of work/Contract period variations clause under the
contract.

4.0 DEVIATIONS
4.1 We hereby declare that work shall be performed strictly in accordance with the Technical &
Commercial Terms and conditions specified in the Bidding Documents except for the deviation detailed
out exhaustively in the following sheet.

(a) Commercial Deviations Attach …..….pdf


81
SECTION IV: SCOPE OF WORK

Further, we confirm that any deviations found elsewhere in our proposal, other than those stated in above
deviation sheets, shall be deemed to be unconditionally withdrawn by us without any cost implication to
UPPTCL, However Deviation on account of better specification may be acceptable to UPPTCL, without
any cost implication to UPPTCL.

However, we understand that any deviations with respect to the Technical & Commercial Terms and
conditions specified in the Bidding Documents not acceptable to UPPTCL may render our bid non-
responsive.

4.2 We have read the following major provisions of the ITB, Owner’s Requirement & GCC and SCC
and confirm that the specified stipulations of these provisions are acceptable to us irrespective of whatever
has been stated to the contrary anywhere-else in our proposal.

(a) Terms of Payment


(b) EMD
(c) Contract Performance Bank Guarantee (CPBG)
(d) Penalty and Default Clauses
(e) Price Basis & Payments
(f) Scope of work
(g) Complete Performance Standards and norms

We further confirm that any deviations to the above clauses at Sl.No. (a) through (g) found anywhere in
our bid proposal implicit or explicit shall stand unconditionally withdrawn, without any cost implications
whatsoever to UPPTCL.

5.0 EMD :
5.1 We have scanned and uploaded the Bank Guarantee/Copy RTGS/NEFT Receipts towards EMD as
applicable towards Tender Cost, and EMD. The EMD has been submitted as per the format prescribed by
UPPTCL valid for a period of ………………………… days from the date of opening of the bids as
mentioned in the original tender notice. We have also submitted the above in original in a separate sealed
envelope superscribing the works No…., Bid ref. No. and Name.

82
SECTION IV: SCOPE OF WORK

6.0 QUALIFICATION DATA:

6.1 We confirm having uploaded(attachment.pdf)/keyed-in(Schedules) against the Technical and


Financial qualification requirement on your official tender portal as per-qualifying criteria specified in the
Instruction to bidders, Vol.-I.

6.2 In case, UPPTCL require any further information in this regard, before evaluation of our bid, we
agree to furnish the original in time to your satisfaction.

6.3 We declare that the documentary evidence in support of the above qualifying requirement and the
information filled by us in this regard are correct to the best of our knowledge and belief. We undertake
that if any of these documentary evidence/information are found incorrect, our bid shall be liable for
rejection, and in the event we emerge successful in the bidding process and are awarded the
package/works, we will be liable for all consequential damages apart from termination of the contract.

7.0 OTHER STATUTORY DOCUMENTS:


7.1 We have also uploaded (as an attachment .pdf) all the statutory documents mentioned in the ITB in
support of the qualifying criteria.

8.0 SIGNING OF THE CONTRACT AGREEMENT:


8.1 We undertake to sign the Contract Agreement as per the proforma and in the manner as specified
in the tender.

9.0 CONTRACT PERFORMANCE BANK GUARANTEE:


9.1 We agree that if our proposal is accepted, we shall provide an irrevocable Contract Performance
Bank Guarantee (from list of Banks mentioned in the annexure to this documents) on non-judicial stamp
paper of appropriate value (as per the prescribed format) within …………. days from the date LOA issued
in favour of the Uttar Pradesh Power Transmission Corporation Ltd., Lucknow The Bank Guarantee
amount shall be equal to ten percent (10%) of the Annual Contract Price. The bank guarantee shall be valid
for 45 days over and above work completion period. If the work completion period gets extended the
Contract Performance Bank guarantee shall be extended accordingly.

10.0 PERFORMANCE GUARANTEE:


10.1 We Certify that all the Man Power deputed shall be conforming to technical requirement and all the
testing equipments shall be duly calibrated.

83
SECTION IV: SCOPE OF WORK

11.0 ACKNOWLEDGEMENT OF DISCLAIMER:

11.1 We undertake that we have conducted our own estimation and analysis and checked the
accuracy, reliability and completeness of the information contained in the bid .

11.2 We understand that UPPTCL is not responsible for the e-Tender Portal of UPPTCL being
temporarily unavailable due to any technical issue at any point of time.

11.3 We agree to follow the time table of e-tendering process and get the activities of e-tendering
processes done well in advance so as to avoid any inconvenience.

11.4 We undertake that in case of technical error/ failure of e-Tender Portal of UPPTCL, we shall not
challenge it by way of appeal, arbitration and in the Court of Law.

12. DECLARATION:

12.1 Further, We hereby declare that we have gone through and understood the bid documents (including
schedules inXLS available in the e-tender portal) in detail and tender portal instructions for the purpose of
participating in the bidding process and enclose herewith attachments(in .pdf ) uploaded and Schedules (in XLS)
Keyed-in both in line with the original document.

Dated this ….…...…………day of …………………20…..at…………………………

Thanking you, we remain,

Yours faithfully,

Date : (Signature)

Place : (Printed Name)…………………………

(Designation)…………………………...

(Common Seal)…………………………

Business Address:

Enclosure:

84
SECTION IV: SCOPE OF WORK

A. Soft Form of Documents (Scanned Copy):


Sl. Description .Pdf file
No reference

1 Proof of RTGS/NEFT towards Tender Cost RTGS/NEFT/BG Attach 1.pdf


towards EMD.
Note: In case of exemption of Tender cost & EMD, the scanned
copy of the document in support of exemption will have to be
uploaded by the bidder.
2 Scanned Copy of following documents/Credential in support of Attach 2.pdf
meeting Technical Qualifying requirement of the Bidder:
iv. Work Order Abstract in Table-A-1.
v. O&M Work Order/LOA Table-A-2.
vi. Work Performance Certificate/Completion Certificate in
respect of the work orders furnished as above.

3 Scanned copy of Documents/credential in support of meeting the Attach 3.Pdf


Financial QR of the Bidder:
vi. Audited Annual Accounts for last 03 (Three) years.
vii. MAAT Schedule (Table-B)
viii. Liquid Assets and Un-Utilised Credit Facility Schedule
(Table-C)
ix. Net Worth Schedule (Table-D)
x. Form 26AS (Income Tax) for last five years.
4 Scanned copies of Statutory Documents of the bidder; Attach 4.pdf
vi. IT PAN.
vii. GST Registration Certificate.
viii. EPF Registration Certificate etc.
ix. HT/EHT License/Class A Registration Certificate
x. Certificate of Incorporation/Partnership deed. (If
applicable)
xi. Under taking to submit ESI, Labour license and other
Registration certificates within stipulated time.
Self-Declaration Form as per the format (Annexure-V) Attach 5.pdf
ix. Black listing/debarring
5 x. Pending Liabilities
xi. Correctness of Information
xii. Fraud Prevention Declaration
6 Bidder’s Information including Bank Details (Annexure-VI) Attach 6.pdf

7 Bid Proposal Sheet (BPS) (Annexure-X) Attach 7.pdf

85
SECTION IV: SCOPE OF WORK

ANNEXURE – IX

TableA Comprehensive Order Abstract


Sl. FY Name of Work Order Brief Detail of Work Dates of Start and Reference
No. the Client Ref (No. & Completion of Document
Date) Contract up loaded

Table-B MAAT

Sl. Financial Project Related Annual Turnover on Standalone Basis (excluding


No Year Associate companies) of the Bidder as per the Audited Accounts (in
INR Cr.)

1
2
3
4
5

Table-C Liquid Assets

Sl. Liquid Assets Month Un-Utilised Credit Facility Total (A+B)


No. ending… Month ending… (in INR Cr.) (In INR Cr.)

(in INR Cr.)

1. Cash in Hand Cash Credit


2. Cash at Bank LC and BG
3. Fixed Deposits Others (Pl Specify)
Total –A Total -B

86
SECTION IV: SCOPE OF WORK

Table-DNet Worth
Sl. No. Particulars Amount
(In Rs. Cr.)
01 Paid-up share capital

02 Free Reserves excluding the reserves created out of the


following;
i. Revaluation of assets.
ii. Write Back of depreciation Provisions.
iii. Amalgamation.
iv. Capital Reserve
03 Less, P&L A/C (Debit balance)

04 Less, Miscellaneous Expenses to the extent not written off.

05 Total: (5=1+2-3-4)

87
SECTION IV: SCOPE OF WORK

Format: Bid Capacity

To,
The Tender Issuing Authority
<Address>
Sub: Declaration regarding Bid Capacity

Ref. : 1. NOTICE INVITING TENDER(NIT) No. ……………………..

Dear Sir,

We, the undersigned Bidder do here by in reference to bid for Cloud Infrastructure & Managed Services
for implementation of Line Patrolling Software declare that our Bid Capacity stands as per below Table
and the documentary evidence in support of the above qualifying requirement and the information filled by
us in this regard are correct to the best of our knowledge and belief.

Sr. Ongoing Work/ LOAs placed by UPPTCL & Works finalized but yet to be awarded to
No. Other Organizations to Bidder on the date of Bidder on the date of opening of the Technical
opening of the Technical bid (B) bid (C)
Brief Description of Work Order Value Brief Despription of Work Order Value
(in Rs.) (in Rs.)
1.
2.
3.
Total (B) in Rs.: Total (C) in Rs.:
Max. Annual Turm Over in Last three Years in Rs. (A)=
Available Bid Capacity in Rs.= [(2 x A) –(0.5 x B) – *C )] in Rs.=
*C= Aggregate value of number Package(s)/Works finalized but yet to be awarded in favour of the Bidder.
(This is applicable for Tenders having multiple packages)

We undertake that if any of these documentary evidence/information are found incorrect, our bid shall be
liable for rejection, and in the event we emerge successful in the bidding process and are awarded the
package/works, we will be liable for all consequential damages apart from termination of the contract.

Dated this ….…...…………day of …………………2023….. at…………………………


Thanking you, we remain, Yours faithfully,
Date : (Signature)
Place : (Printed Name)…………………………
(Designation)…………………………...
(Common Seal)…………………………
Business Address:
88
SECTION IV: SCOPE OF WORK

Volume –II
SCOPE OF WORK & TECHNICAL SPECIFICATIONS

1.9. INTRODUCTION

Uttar Pradesh Power Transmission Corporation Limited (UPPTCL) was incorporated in 2006 under
the Companies Act, 1956 and entrusted with the responsibilities of planning and development of an
efficient and economic intra-state transmission system, providing connectivity and allowing open
access for use of the intra- statetransmissionsystemincoordination with,amongothers,
licenseesandgeneratingcompaniesintheStateof UttarPradesh.

UPPTCL (also referred to as “Purchaser) intends to host their Line Patrolling Software and related
infrastructure on the cloud (also referred to as “the Solution”) within the timeframe indicated in
this Bid Document. The Purchaser expects the Cloud Service Provider (also referred to as “Bidders”
or “CSP”) to adhere to the approach described in this Bid Document with possible improvements
thereto.
1.10. OBJECTIVE

Bidders are required to critically review the purpose and requirements of implementation and shall
ensure inclusion of all essential material & services (not mentioned specifically) for achieving the
objective within the time frame for successful implementation.

Bidders should note that the specifications mentioned in the Tender are only the minimum
specification and the Bidder should design and provide the solution appropriately keeping the
technical requirement, VMs, Network, Information Security, SLA requirements, and scalability in
view.
1.11. NORMS/GUIDELINES

a) UPPTCL is in the process of implementing Line Patrolling Software at all sites in the state of Uttar
Pradesh. UPPTCL now wishes to select MeITY certified cloud infrastructure and managed service
provider having uptime certified TIER III or above data center to host Line Patrolling Software
along with Disaster Recovery Site for which UPPTCL has invited bids.
b) Bidders should
ensurethatwhiledesigningandprovidingthecompletesolutiontothePurchaser,instructions of
Government of India, Government of Uttar Pradesh,or any other statutory authority applicable to

89
SECTION IV: SCOPE OF WORK
IT Sector in India such as norms, guidelines, standards,etc. which are given time to time are
compliedwith.
c) Bidder will be selected through a bid tendering process. Detailed scope of work and other terms
and conditions are mentioned in the following sections.
d) The scope of the project includes designing, implementing & maintenance of cloud in the
primary data center (DC) and secondary data center (DR) site for hosting Line Patrolling Software
applications.
e) The expected outcome from this project is to deploy and manage Line Patrolling Software.
f) The tasks associated with this project are broadly classified into five categories
1. Designing & Implementation of hosting plan – DC & DR
2. Project management – DC & DR (As per Annexure 1 & 2)
3. Provisioning of Line Patrolling Software VMs on Virtual Private Cloud – DC & DR
4. DR setup on Cloud with replication between DC & DR
5. Post-implementation support– DC & DR
g) Bidder needs to submit details like Architecture diagram, VM sizing, Security solution; Storage
sizing with IOPS delivered, Project Plan, Approach & Methodology for deployment on Data
Center& Disaster Recovery Site and Post implementation support methodology for 3 years
extendable up to 4 Years
h) The technical proposal from the bidder to include the mechanism of data handover to UPPTCL (in
case of termination of contract).
i) No data to be deleted without prior approval from UPPTCL in case of early termination of the
contract

1.12. DETAILED SCOPE OF WORK

1.12.1. Solution Designing & Implementation

As part of the designing and implementation methodology, Bidder needs to submit the details of

a) VM’s as per Line Patrolling Software sizing to deliver the given SAPS
b) High Availability solution at a different level from Network, Physical nodes, VM’s & Storage,
having no single point of failure.
c) The proposed solution should be compatible with IPv6 and a High-level architectural diagram
showing different layers of solution like Network, Security, Compute, Hardware, Storage & Backup
layers.
d) The proposed solution should have an IP schema depicted at a high level with netting to secure
the applications directly getting exposed to the Internet.
e) Bidder should propose to deploy different applications and databases in different VLANs with
restricting users to directly access the database layer and storage layer.
90
SECTION IV: SCOPE OF WORK
f) Backup solution with different features, like snapshots of VM‟s, online RDBMS backup
(Standalone and Clustered), File system backups incremental and full back up of all data,
restoration of data in a test environment or as and when required.
g) DR solution and replication methodology.
h) All products i.e. hardware and software deployed should be as per the MeITY guideline.
i) UPPTCL reserves the right to do the Physical audit of provided infrastructure and Bidder is bound
to disclose details of hardware and software.
j)

1.12.2. Project Management

The selected bidder will be required to perform the following project management tasks for the
assigned areas:

a) Provide a test plan for testing the new setup at the data center.
b) Provide a detailed work plan for implementing the DR site and configure replication between DC
and DR to meet the defined RTO and RPO.
c) Provide BCP planning approach and methodology.
d) Provide the complete technical documentation.
e) Vendor coordination for UPPTCL sites accessibility to DC and DR with Bidder.
1.12.3. Application hosting

Bidder to set up a complete LPSenvironment to host LPS infrastructure at DC. Bidder will be required to
perform the following minimum technical tasks for the assigned areas:

a) Setup MeITY empaneled and STQC audit with VM’s designated for individual LPS (line Patrolling
Software)given in with entire production environment in high availability mode.
b) Individual VM’s running respective instances should deliver the given SAPs as mentioned in the
sizing.
c) High Availability to be configured for Production environment by Bidder including Guest VM OS
cluster and integration of LPSin OS Cluster. Bidder to ensure High available nodes should not run
on the same physical host.
d) Different VLANs to be created to segregate production and non-production servers.
e) Storage proposed for DC & DR should provide enough IOPS to have optimum performance.
f) The Bidder should support UPPTCL in migrating the data from an offshore development center to
the Production environment in the proposed Data Centre. Procedures and documentation to be
developed for migration of applications, data & content. Hence, necessary connectivity needs to
be provided by the Bidder till the time of data migration.
g) Bidder should propose and deploy firewall, load balancer, Antivirus, hardening operating system
& associated security solution to protect the VM‟s, Application, Database from any type of
external attacks like Virus attack, DDOS attack, hacking attempt, etc.
h) Detailed Cloud specifications and features are given in the further section.
i) The work shall include transfer of all data from existing DR/DC servers.

91
SECTION IV: SCOPE OF WORK
j) A period of 07 days shall be provided to successful bidder for making ready cloud services
for hosting the application and transfer of current cloud data from the date of LOI

1.12.4. Setup of DC/DR on the cloud with replication between DC/DR

Setting up of DR site from the primary data center (DC). Bidder will be required to perform the following
technical tasks for the assigned area:

a) Setup MeITY empaneled and STQC audit to host Line Patrolling Software at DC and DR locations.
b) Setup replication between DC & DR. DC & DR should not be in same physical location.
c) Provide complete DR solution, data replication plan, and BCP planning report
d) Approach on how Bidder will meet the given RTO & RPO.
e) Propose a replication monitoring tool to configure DR to be invoked with a single click.
f) Generate reports to ensure RTO & RPO are met as per the set timelines
g) Bidder must decide for the DR Automation tool or Disaster Recovery Management tool to match
the required RPO/RTO as per the bidding document.
h) THE proposed DR solution and Data replication methodology should be a proven solution for
LPSapplications.
1.12.5. Post-implementation support

Following maintenance, support is required to be provided by the shortlisted bidder for a period of 3
years.

a) Complete monitoring and maintenance of DC & DR infrastructure, Cloud infrastructure, network,


security, storage & backup, etc.
b) Maintenance of Infrastructure Configuration Changes in the already implemented Modules.
c) Provide 24x7, 365 days support for the entire solution including but not limited to the proposed
Cloud, storage, network, security, and Backup solution proposed.
d) The CSP should provide a web-based tool to allow UPPTCL to validate the infrastructure and the
services provided including details of the commissioned VMs along with the uptime.
e) Propose support and helpdesk system to allow UPPTCL users to call or log issues via phone, ticket,
and online chat (24x7).
f) The number of Phone calls, chats, and tickets should be unlimited.
g) Bidder to create and maintain all the necessary technical documentation, design documents,
standard operating procedures, and configurations required for continued operations and
maintenance of cloud services.
h) Redundant Internet bandwidth along with security should be provided for smooth access of Line
Patrolling Software applications with 99.9% uptime.

92
SECTION IV: SCOPE OF WORK

1.12.6. Details of Services Required


1.12.6.1. Servers/VMs
a) Installation/ re-installation of the server operating systems and operating system utilities
b) OS Administration including troubleshooting, hardening, tuning, server parameters, patch/
upgrades deployment, BIOS & firmware upgrade as and when required/ necessary for Windows,
Linux, or any other O.S proposed as part of this solution whether mentioned in the bidding
document or any new deployment in future.
c) Bidder shall provide the “Server Administration service" to keep servers stable, reliable and their
operation efficient.
d) Administrative support for user registration, User ID creation, maintaining user profiles, granting
user access, authorization, user password support, and administrative support for print, file, and
directory services.
e) Setting up and configuring servers and applications as per configuration documents/ guidelines
provided by UPPTCL
f) Regularly monitor and maintain a log of the status of critical services, the performance of servers
including but not limited to monitoring of CPU, disk space, memory utilization, I/O utilization, etc.
g) Regular backup of servers as per the backup & restoration policies stated by UPPTCL from time to
time.
h) Ensure proper configuration of server’s
i) Regular backup of servers as per the backup & restoration policies stated by UPPTCL from time to
time.
j) Regular analysis of events and logs and maintain the reports for future audit purposes
k) Managing uptime of servers as per SLAs.
l) Preparation/ updating of the new and existing Standard Operating Procedure (SOP) documents
on servers & applications deployment and hardening.
m) Depending on the nature of applications deployed, Bidder shall suggest/ implement appropriate
security measures on various servers, especially the Web, Application, and Database servers.
n) Co-ordinate with SSL Certificate vendor for issuing and deployment of SSL certificates
o) Manufacturer authorization certificate for HANA servers
1.12.6.2. Storage Management & Administration

a) Preparation of Standard Operating Procedure (SOP) document for the Storage and
SAN Administration
b) installation and configuration of the storage disk to VMs at Data Centre and DR Site.
c) Configuration and provisioning of storage whenever a new application is hosted in the
Data Centre and at DR Site. This shall include activities such as management of
storage space, volume, RAID configuration, LUN, zone, security, business continuity
volumes, NAS, performance, etc.
d) Management and monitoring of storage environment to maintain performance at
desired optimum levels.
e) Bidder will resolve any storage / IOPS performance-related issues as per SLA
1.12.6.3. Network Management Services

a) The selected Bidder will have to provide complete managed services which include all

93
SECTION IV: SCOPE OF WORK
networking/DC DR components proposed as part of the solution for example
Switches, Routers, Firewalls, load balancers, and links, etc.
b) Configure, manage & modify the configuration of the network devices/firewall / SD-
WAN boxes, etc. policies as and when required will be in the scope of the Bidder.
c) Maintaining complete details of network hardware along with interfaces, IP address,
etc.
d) Redesigning of network architecture as and when required by UPPTCL
e) Creation of VLAN creation / hardening / routing /load sharing etc.
f) Maintaining / Updating of Network diagram.
g) MPLS/Leased line connectivity between DC, DR site, and other UPPTCL sites.
1.12.6.4. Monitoring & Fault Management

a) Proactive Monitoring & management of network Links (Internet, P2P, and IPsec VPN
Tunnels), etc. proposed as part of this solution
b) Call logging and co-ordination with Internet Service Providers, Point-to-point line
vendors for the restoration of links.
c) Bandwidth utilization, latency, packet loss, etc.
1.12.6.5. Security Services

a) Bidder to ensure adherence to MeitY Guidelines for security and ensure any
updates/changes in guidelines adhered for the entire contract period.
b) IPv6/IPv4 configuration.
c) Resolution and restoration of services in case of any possible attack and necessary
disaster management.
d) A shutdown of critical services to prevent the attack (internal or external) in
coordination with UPPTCL.
e) Implementation of IT security policies as advised by UPPTCL/ Statutory bodies.
f) Ensure a well-designed access management process, ensuring the security of
physical and digital assets, data and network security, backup and recovery, etc.
g) Addressing the ongoing needs of security management including, but not limited to,
monitoring of various devices/tools such as firewall, intrusion protection, content
filtering, and blocking, virus protection, and vulnerability protection through
implementation of proper patches and rules.
h) Maintaining an updated knowledge base of all the published security vulnerabilities
and virus threats. During the duration of the contract any security threats like Malware
Spyware Ransom ware it will be Bidder's responsibility to protect the environment
from the threats.
i) Ensuring that patches/workarounds for identified vulnerabilities are patched/blocked
immediately.
j) Entire DC/DR security is in the scope of the Bidder. Bidder to coordinate with
UPPTCL while formulating security policies.

94
SECTION IV: SCOPE OF WORK

1.12.6.6. Internet & Web Security Management & Administration

a) Public IP management and DNS management


b) Installation/configuration/management/up gradation of the devices / appliances.
c) DNS redirection during DR Drill
d) Monitoring of Internet links and co-ordination with ISPs for the restoration of a failed
link(s).
e) Coordination with ISPs for installation/configuration of links
f) Monitoring bandwidth utilization
g) Carrying out configuration changes as per UPPTCL requirements
h) To ensure the working of all the UPPTCL’s URLs and Internet applications from
outside UPPTCL’s Intranet
i) Maintaining static NAT table of ISPs
j) Backup /restoration/synchronization of configuration files of devices
1.12.6.7. Anti-Virus administration service

Anti-Virus administration service includes virus detection, eradication, and synchronization across all
devices and support for required security classifications. The scope of services applies to all the
nodes, all current and future versions of the Antivirus S/W

a) Support for virus control and loading of antivirus patches/ signatures as and when
available.
b) Installation/ up-gradation/ support of Antivirus software clients.
c) Ensure all the servers are updated with the latest virus definition.
d) Problem analysis and its resolution related to Antivirus software.
e) Periodic review and reporting of logs and corrective action.
f) Diagnose and rectify any virus/worm problems, which can’t be fixed by the anti-virus
tool
g) Coordination with OEM/ Support vendor will be in the scope of the bidder.

1.12.6.8. Backup/Restore Administration

The Selected Bidder must perform

a) Define backup architecture and mechanism to meet UPPTCL requirements


b) Backup and restore management as per UPPTCL policies including the performance
of daily, weekly, monthly, quarterly, and annual backup functions (full volume and
incremental) for data and software maintained on the servers and storage systems
using Enterprise Backup Solution.
c) Backup and restoration of Operating System, application, databases, and file system,
95
SECTION IV: SCOPE OF WORK
etc. as per the UPPTCL defined process/procedure/policy.
d) Real-time monitoring, log maintenance and reporting of backup status regularly.
Prompt problem resolution in case of failures in the backup processes.
e) Generating and sharing backup reports periodically.
f) Maintenance log of backup/ restoration.
g) Periodic Restoration Testing of the Backup.
h) The bidder shall provide Backup media and UPPTCL will not provide any media for
Backup.
i) Update/ Maintain Standard Operating Procedure (SOP) documents.
j) Suggest backup restore best practices as latest industry standards

1.12.6.9. Disaster Management

a) For continuous availability of the LPSapplications along with complete managed


services and disaster recovery services in case of disaster at the primary site,
UPPTCL has decided to set up DR as a service on the cloud. Compute and Storage
of only Production landscape to be considered at DR. Bidder should provide and own
solution to perform DR drill for full and selected applications every six months without
any data loss at DC or DR.
b) Proposed DC and DR shall be in India and shall be in different physical location.
c) Detailed planning of deployment and configuration in DR should be submitted to
UPPTCL which includes
• Network architecture
• Firewall configuration
• VLAN configuration
• IP Schema
• Subnet and routing plans
• Backup methodology
• Failover Mechanism for replication links
d) Once infrastructure at DR is ready, the bidder should prepare a detailed plan of
LPSenvironment setup at the DR site. This planning would require the following
details.
• Online and full off-line backup of the existing system.
• Notification of downtime to end-users.
• System export window
• Replication tool configuration
• Transfer time of data from DC to DR
• Data restoration at DR side.
• Data Sync times and dependencies if any
• Switching on DR servers
• Notifying end users.
• Coordination with other vendors

96
SECTION IV: SCOPE OF WORK

1.12.6.10. Infrastructure testing

Once the DC/DR sites are ready the selected bidder has to perform the following tests.

a) Disk IO testing
b) Network throughput testing
c) CPU and RAM benchmarking testing
d) Read/Write latency testing
e) Dry Run of DR drill
f) Backup/Restore, Virtualization, Cloud provisioning, Replication, and Reverse
Replication, etc.
g) Users add/delete, reports generations application transactions on DR servers
h) Backup exports/restoration service Maintenance
i) Monitoring of Replication and providing status to UPPTCL
j) Monitoring daily backup at DR Replication Testing
k) Uninterrupted replication to DC /DR servers
l) No Lag in replication
m) Data integrity test at DC/DR servers
n) Procedure for recovering from lags if any
1.12.6.11. VPN

Selected Bidder to provide VPN software for 10users. The VPN should

a) Trigger password change/expiration notice to the end-users.


b) Support session persistence across the office, home, or mobile IP addresses,
without re-authentication.
c) Provide real-time statistics on connected users, IP address, TCP connections, and
system utilization.
d) Support broader platforms including Windows, Mac, Linux.
e) Should support IPv4 and IPv6 connections established from Internet facility through
3G / 4G / 5G/ Broadband / Wi-Fi etc.
f) Two-factor authentications.
g) Up to 10 Public IPs to be provided.

1.12.6.12. Failover/Failback

a) In the event of a disaster, the LPS (Line Patrolling Software) system at


Proposed Bidder’s DR site will become the primary system. All users of
UPPTCL will connect to Bidder’s DR site through Internet/MPLS/P2P link. The
failover/failback from Main DC to DR and vice versa should be done through a
proper announcement and informing all stakeholders.
b) DR portal should have self-service ability to kick off various tasks including
97
SECTION IV: SCOPE OF WORK
failover and failback. DC/DR restoration will be in the scope of Bidder. Once the
site is restored Bidder will notify UPPTCL and all users about the recovery.
c) Below are the RTO and RPO timelines

RTO – 2 Hours
RPO – 30 Minutes

1.12.6.13. Documentation &Training


a) The documentation should be submitted to UPPTCL as the project undergoes various stages of
implementation. An indicative list of documents includes:
a) Detailed Project Plan
b) Audit & Compliance Reports
c) Escalation Matrix
d) SOPs
b) Details of the complete solution deployed for UPPTCL in DC & DR sites including but
not limited to all infrastructure deployed as part of Virtual Private Cloud, like IP
scheme , VM details, VLAN, storage LUN details, backup configuration and policies,
network settings, firewall policies escalation matrix, BCP document, etc.
c) Preparation/ Updating of System Documentation of support requirements, upgrade,
patching, cloning & migration including Server, storage, network, network security
configuration, and deployments in detail with version control.
d) Training on monitoring tools and consoles thereof.
e) Audits and Compliance reports
f) Escalations Matrix and SOP for escalations.

98
SECTION IV: SCOPE OF WORK
2. SECTION V: TECHNICAL REQUIREMENT SPECIFICATION (TRS)

This section includes Technical Requirement Specifications (TRS):


A. Cloud Specification.

1. DC/DR are MeITY guidelines compliant.


2. Monthly uptime of the entire cloud infrastructure should be 99.95%.
3. The solution should be capable of orchestrating compute and storage resource placements
based on flexible policies to maximize hardware utilization.
4. The Solution should be able to provide workload migration, orchestration, interoperability
between private and public clouds (like auto-scaling, cloud bursting).
5. Software console shall provide a single view of all virtual machines, allow monitoring of
system availability and performance, and automated notifications with email alerts.
6. Cloud Management system should provide nearly real-time utilization & trend analysis for
CPU, Memory, Network, Disk, and power for the virtual machine.
7. Cloud Management system should enable to deliver Infrastructure as a service with complete
lifecycle management
8. The Cloud management system should generate automated notifications and alerts and can
trigger to remedy and pre-empt problems on the server.
9. The Solution should allow easy inventory tracking of all the virtual assets in the Cloud. It
should also store detailed information about assets.
10. The Solution should offer a usage report for virtual machines reporting usage of memory
consumption, CPU consumption, and disk consumption.
11. The Solution should track ownership and utilization of virtual machines. The solution should
have the capability to allocate bandwidth based on application requirements & to avoid over-
provisioning of network resources.
12. The solution should ensure that the virtual machine format is compatible with other cloud
systems.
13. Cloud Orchestration System should give provision to import cloud VM templates from other
cloud systems.
14. The cloud virtual machines should be scalable in terms of RAM, CPU & Storage
automatically without a reboot
15. Should support the use of appropriate load balancers for network request distribution across
multiple cloud VMs.
16. Cloud Orchestration System should provide the facility to make a template from virtual
machines as well as to make a clone of a cloud virtual machine.
17. The solution shall provide near-zero downtime host patching with maintenance mode to
move running workloads to other hosts on the platform with a consistent audit trail of the
patching process.
18. The Solution should be able to run various flavors of Windows & Linux operating systems.
19. The Solution should cater to the fact that if one server fails all the resources running on that
server shall be able to migrate to another set of servers as available.

B. Network Requirements,

1. The Solution should allow configuring each Virtual Machine with one or more virtual NICs.
Each of those network interfaces can have its IP address and even its own MAC address.
2. The solution should allow for creating virtual switches that connect virtual machines.\
3. The solution should take advantage of NIC Teaming Capabilities.
99
SECTION IV: SCOPE OF WORK
4. Uplink connectivity from Physical Servers to Switches should be at least 10Gbps with
redundancy.
5. Cloud-based Network Management System (NMS) to monitor and manage the uptime and
various performance SLAs of the various WAN links, and computing & communication
devices at various sites.

C: Monitoring Systems Requirement.

1. The proposed monitoring solution should provide a dashboard for comprehensive and end-
to-end management of all the components for each service including all virtual servers,
storage, RAM, CPU, and network.
2. The proposed solution should be able to monitor various operating systems and parameters
such as processors, memory, files, processes, file systems, etc. where applicable, using light
footprint agents on the servers to be monitored
3. The proposed server monitoring solution should detect threshold violations in real-time,
sending an alert via email or/and SMS.
4. Should automatically provide real-time, in-depth network performance statistics after
discovery/configuration of devices, including but not limited to, CPU load, Memory utilization,
Interface utilization, packet loss.
5. Should show statistics like interface bandwidth, current traffic in Mbps, total bytes
received/transmitted, etc.
6. All collected performance information for monitored services must be stored in the
Performance Monitoring database.
7. Should have a Dashboard manager for the creation of various custom views
8. Should be able to create topology manually or automatically.
9. The Contractor should have a complete Cloud EMS(Enterprise Mobility + Security) solution
with necessary hardware & software components.

D: Reporting, Troubleshooting and Alerts

1. The proposed solutions should be capable of detecting and alerting network-level issues like
loop detection, link breakages, hardware failure, etc. which causes the breakdown of network
connectivity and slowness in network performance
2. Visual indication on the Map if a device or service affected is down.
3. The proposed solution should be able to display events and alerts in the web console
4. It should also allow the creation of new alerts from scratch and customizable threshold limits.

E:Helpdesk

1. The solution should be scalable and open to third party integration


2. Provide flexibility of logging incident manually via windows GUI and web interface.
3. The web interface console of the incident tracking system would allow viewing, updating, and
closing of incident tickets.
4. Allow categorization on the type of incident being logged.
5. Provide audit logs and reports to track the updating of each incident ticket.
6. It should be able to log and escalate user-based requests.

100
SECTION IV: SCOPE OF WORK

F:Storage Specifications.

1. Storage should be the latest, enterprise-class and from reputed OEM It should support all
classes of disks such as SAS, NL-SAS, and SSD. Storage solution should provide dedicated.
2. Should provide scalable, dynamic, and redundant storage service with no single point of
failure.
3. Should support both FC& ISCSI protocols
4. For OS & Data Volumes of all proposed VMs, Premium SSD based Block Storage (SSD)
should be offered to provide a minimum of 3 IOPS per GB per Volume.
5. Should offer multiple RAID levels (RAID 5/6/10 etc.).
6. Storage service should have the capability to scale as per current and future requirement
without requiring VM"s, Physical Nodes, to be rebooted.
7. Shall offer block storage volumes greater than 1 TB in size.
8. Should have block disk offering as well as file/object disk offering to address a different kind
of needs
9. The Proposed Storage Solution should have the ability to thin provision disks to avoid
allocating all storage space up front.
10. The Solution should support the migration of the live Virtual Machine files from one storage
array to another storage.
11. Server to storage connectivity should be on 16Gbps for SAN and 10Gbps for iscsi at the
minimum with redundancy.

G:Firewall Specifications.

1. Firewall throughput is minimum 2Gbps

H: Security Specifications.

1. Internet router for internet links


2. IPS/IDS- Intrusion Prevention and detection system
3. HIPS-Host-based Intrusion Prevention System
4. Antivirus for servers, DDOS protection.
5. Global DNS services-to provide fast resolution of DNS addresses in case of different users.

I:Backup Specifications

1. The solution should be able to perform backups of VM image, database, filesystem,


operating system, NFS mount points, etc.
2. The backup solution should be Disk to Tape or Disk to Disk type.
3. Offer a service with the ability to take unattended and policy-based regular and scheduled
backup
4. Backup media to be stored in a safe environment so that whenever the backup is required to
be restored for any purpose Contractor should be able to restore the data. An appropriate
Backup & restoration solution should be proposed considering this point
5. Contractor shall not delete any data during or at the end of the agreement without the
express approval of UPPTCL
6. Generation and publishing of backup reports periodically.
7. Periodic Browsing of the Backup Media and Periodic Restoration Testing of the Backup.

101
SECTION IV: SCOPE OF WORK
8. Backup retention period to considered as I month. Last 3 backups should be available.
9.

J:Audit Requirements
UPPTCL at their sole discretion may conduct a bi-annual audit of the Datacenter/Disaster recovery
sites
Audit Parameters:

a..Inspect policies and procedures


b. Inspect the company's documented risk assessment
Inspect the risk assessment to determine whether mitigation activities are identified, as required
d. Inspect Technical Specifications as mentioned in the bidding document are met or not
e. Inspect monitoring tools used to monitor traffic and alert on suspicious activity
f. Inspect evidence that the tools successfully send alerts, as required g. Inspect evidence that
notifications are followed-up on and remediated as necessary
After the commissioning of DC and DR (as per the delivery schedule), the Contractor shall
the report on vulnerability, hardening, security and risk assessment of infrastructure to the
purchaser.
b. The report shall be submitted for DC and DR separately. e. After the submission of the report on
vulnerability, hardening, security and risk assessment of infrastructure for DC and DR, the Contractor
shall submit this report every six month subsequently for the contract duration.
a. UPPTCL reserves the right to appoint a third-party auditor. Audit parameters may be revised as per
UPPTCL requirements.

K:Performance Requirements

1. Cloud service shall offer SSD-backed storage and shall support High IOPS. Contractor
should deliver a minimum of 3000 IOPS per TB for the Production environment. The IOPS for
Non- Production environment load should be a minimum of 1000 per TB.

L:Disaster recovery

1. DC & DR should be in different physical location.


2. RTO Proposed is 2 Hours
3. RPO Proposed is 30 Minutes.

102
SECTION IV: SCOPE OF WORK

Table N.1: Backup Schedule

3. SECTION VI: TECHNICAL EVALUATION CRITERIA


3.1.1. NOTE TO BIDDERS
a) All credentials should be of the proposed Cloud Services
b) All firm credentials should be of Indian projects
c) Firm credentials related to project experience for the last five (5 years will only be considered
d) The cut-off
off date for calculating the number of years
rs shall be the date of bid submission
e) If any project/contract
contract involves multiple group companies
companies/subsidiaries,
subsidiaries, it will be treated as only
one credential/experience
f) Bidders are required to fill the column “Page No. of Techno
Techno-commercial
commercial proposal” with the page
reference number of the technical bid submitted.

103
SECTION IV: SCOPE OF WORK
Annexure -1

BOQ
for
Data
Center

Sl. No. Items Description with Qty.

A.1 GIS Landscape Unit


GIS Application VM(vCPU-16
1 NO
1 No,RAM:124GB,SSD:2000GB,OS:Win)
Virtual Server
Database VM (vCPU-16
1 NO
2 No,RAM:124GB,SSD:512GB,OS:Win)
A.2 Software Licenses - model Unit
3 OS Windows Server 2016 - 2 Core/ licenses 16 NO
4 DB MSSQL standard edition - 2 Core/ licenses 8 NO
5 Backup Backup Space and Software 5 TB
6 Antivirus HIPS + Antivirus 2 NO
A.3 Network, Connectivity & Security Unit
7 External Firewall - IPS 2 NO
8 SIEM 4 NO
9 Service Unmetered Internet Bandwidth - Speed Based 10 Mbps
10 Public IPs 1 NO
11 VAPT - Twice in a Year 5 NO
A.4 Managed Hosting Services Unit
12 One Time Infrastructure setup 1 Job
13 Operating System Management Services 2 NO
14 Storage Management Services 1 NO
Service
15 Firewall Security Management Services 2 NO
16 Backup Management Services 2 NO
17 eNlight 360 Advanced monitoring 4 NO

104
SECTION IV: SCOPE OF WORK

Annexure -2

Disaster Recovery Centre Detail

Sl.
Items Description with Qty.
No.

GIS Application VM (vCPU-16 No, RAM:124GB,


Virtual Server 1 NO
1 SSD:2000GB, OS:Win)

Database VM (vCPU-16 No, RAM:124GB,


1 NO
2 SSD:512GB,OS:Win)

A.2 Software Licenses - model Unit

3 OS Windows Server 2016 - 2 Core/ licenses 16 NO

4 OS MSSQL standard edition - 2 Core/ licenses 8 NO

5 Antivirus HIPS + Antivirus 2 NO

A.4 Network, Connectivity & Security Unit

6 External Firewall - IPS 1 NO

7 SIEM 3 NO

8 Unmetered Internet Bandwidth - Speed Based 10 Mbps

9 P2P Reliction Link - Speed Based 5 Mbps


Service
10 Public IPs 1 NO

Cross Connect + Port Termination (1 Gbps Port


2 NO
11 Copper)

12 VAPT - Twice in a Year 4 NO

A.5 Managed Hosting Services Unit

13 One Time Infrastructure setup 1 Job

14 Service Operating System Management Services 2 NO

15 Storage Management Services 1 NO

105
SECTION IV: SCOPE OF WORK
16 Firewall Security Management Services 1 NO

17 DR Drill 2 NO

18 Replcaition management 2 NO

19 eNlight 360 Advanced monitoring 5 NO

Transfer of complete data from existing DR/DC


servers. 1 Job
20

106

You might also like