Revised Request for Proposal (RFP) For - Gujarat...

56
Revised Request for Proposal (RFP) For Selection of Firm as Third Party Agency (TPA) for Monitoring the Implementation & Operations related services for MPLS-VPN Project of Directorate of Accounts & Treasuries, Government of Gujarat. (RFP No. GIL/H&N/DAT – TPA/2016) Bid Processing Fee: Rs. 5000/- Earnest Money Deposit: Rs. 2,00,000/- GUJARAT INFORMATICS LIMITED Block 1, 8th floor, Udyog Bhavan Sector-11, Gandhinagar- 382 017 Phone: 079-3256022 Fax: 079-23238925 Website: www.gil.gujarat.gov.in Dated: April 28, 2016 Pre-Bid Meeting: Completed Last date of Submission of online bids: May 09, 2016 up to 1500 hrs. Date of Opening Bids: May 09, 2016 at 1700 hrs.

Transcript of Revised Request for Proposal (RFP) For - Gujarat...

Revised

Request for Proposal (RFP)

For

Selection of Firm as Third Party Agency (TPA) for Monitoring the Implementation &

Operations related services for MPLS-VPN Project of Directorate of Accounts & Treasuries, Government of Gujarat.

(RFP No. GIL/H&N/DAT – TPA/2016)

Bid Processing Fee: Rs. 5000/- Earnest Money Deposit: Rs. 2,00,000/-

GUJARAT INFORMATICS LIMITED

Block 1, 8th floor, Udyog Bhavan

Sector-11, Gandhinagar- 382 017

Phone: 079-3256022 Fax: 079-23238925

Website: www.gil.gujarat.gov.in

Dated: April 28, 2016

Pre-Bid Meeting: Completed

Last date of Submission of online bids: May 09, 2016 up to 1500 hrs.

Date of Opening Bids: May 09, 2016 at 1700 hrs. 

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

2

Table of Contents

1  Invitation for RFP ............................................................................................................................ 4 

2  Project Background ........................................................................................................................ 7 

3  Terms of Reference ......................................................................................................................... 9 

3.1  Scope of Work of Third Party Agency (TPA) ......................................................................... 9 

3.2  Deliverables .............................................................................................................................. 12 

3.3  Time Frames .............................................................................................................................. 13 

3.4  Resource Requirements ........................................................................................................... 13 

3.5  Project location ......................................................................................................................... 14 

3.6  Payment Terms ......................................................................................................................... 15 

4  Instructions to the bidders ........................................................................................................ 16 

4.1  Introduction .............................................................................................................................. 16 

4.2  Other Terms and Conditions .................................................................................................. 18 

4.3  Conditions of contract ............................................................................................................. 19 

4.4  Commercial Terms ................................................................................................................ 20 

4.5  Miscellaneous terms & Conditions .................................................................................. 22 

5  Evaluation of the bids .................................................................................................................. 25 

5.1  Pre-qualification evaluation ................................................................................................... 25 

5.2  Technical Evaluation ............................................................................................................... 27 

5.3  Financial Evaluation ................................................................................................................ 28 

5.4  Final Evaluation ....................................................................................................................... 29 

Annexure 1 – Details of MPLS-VPN project of DAT, GoG ......................................................... 30 

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

3

Form 1 - Performa of Compliance letter / Authenticity of Information Provided / Declaration .............................................................................................................................................. 40 

Form 2 - Details of Responding Company .................................................................................... 42 

Form 3 – Financial Details of Responding Company ................................................................ 43 

Form 4 - Details of Experience of responding Company .......................................................... 44 

Form 5 - Proposed Team Composition and Task Assignments ............................................. 45 

Form FIN- 1: Financial Proposal Submission Form .................................................................. 48 

Form FIN- 2: Summary of Costs ...................................................................................................... 49 

Format of Earnest Money Deposit in the form of Bank Guarantee ...................................... 50 

Format of Performance Bank Guarantee & Contract form ..................................................... 52 

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

4

1 Invitation for RFP

1 GIL - Gujarat Informatics limited (A Government of Gujarat Company), On behalf of Directorate of Accounts & Treasury – Gujarat invites Bids from the organizations for Selection of Firm as Third Party Agency (TPA) for Monitoring the Implementation & Operations related services for MPLS-VPN Project of Directorate of Accounts & Treasuries, Government of Gujarat. For this, GIL/DAT, GoG intends to select the Consulting firm by inviting the proposals through Open Tender Process.

2 GIL invites proposals from the companies to provide the consulting services as per the Scope of Work and Terms & Conditions mentioned in this RFP.

3 Interested companies may download the soft copy of RFP document from the website https://gil.nprocure.com.

4 This RFP is being offered only to those agencies / companies meeting the requirements of requisite skills and expertise in the above mentioned areas for providing project management services. Such agencies/companies should also provide resources/manpower meeting the requisite qualifications and experiences required for the project.

5 Interested agencies are advised to study this RFP document carefully before submitting their proposals in response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have been made after careful study and examination of this document with full understanding of its terms, conditions and implications.

6 Interested and eligible Bidders are required to upload the Technical in technical bid section & Commercial Bid in commercial bid section. The Technical & Commercial Bids should be accompanied by a bid security & bid processing fees (non-refundable) as specified in this Bid Document. The Technical & Commercial Bid must be uploaded to https://gil.nprocure.com & the Bid Security and bid processing fees must be delivered to the office of Gujarat Informatics Ltd on or before the last date and time of submission of the bid.

7 The stage containing the eligibility criteria and the Bid Security & bid processing fees will be opened on the specified date & time in presence of the Bidders or their authorized representative who choose to attend. In the event of the date specified for bid receipt and opening being declared as a holiday for the office of Gujarat Informatics Ltd the due date for submission and opening of bids will be the following working day at the appointed times.

8 Any subsequent corrigenda / clarifications will be made available on https://gil.nprocure.com. The Selection process of consulting firm will be a three stage process comprising of - Pre-qualification, Technical qualification and Commercial. The Selection of consulting Agencies/Companies would be done under evaluation method and procedures described in this RFP.

9 Technical Bid should include a presentation covering key points such as understanding of project as well as approach and methodology, Experience in carrying out similar services, Manpower deployment plan, etc.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

5

Bidders who wish to participate in this bid will have to register on https://gil.nprocure.com.

Further bidders who wish to participate in online bids will have to procure Digital Certificate as

per Information Technology Act 2000 using which they can sign their electronic bids. Bidders

can procure the same from (n) code solutions – a division of GNFC Ltd., or any other agency

licensed by Controller of Certifying Authority, Govt. of India. Bidders who already have a valid

Digital Certificate need not procure a new Digital Certificate.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

6

Key Events and Dates

S. No.

Particular Details

1. RFP No. RFP No. GIL/H&N/DAT – TPA/2016 2. Pre-Bid Conference Completed

3. Last date and time for Bid Submission

09/05/2016 up to 1500 Hours

4. Date and time of Opening of Bids 09/05/2016 at 1700 Hours

5. Date and time for opening of Technical bids

Will be intimated later.

6. Date and time of Technical Presentations

Will be intimated later.

7. Date and time for opening of Commercial bids

Will be intimated later.

8. Contact person for queries Shri Vivek Upadhyay, Deputy General Manager (Technical)

9.

Addressee and Address at which proposals in response to RFP notice are to be submitted: Email id: Contact No. Fax No.

Shri Vivek Upadhyay, Deputy General Manager (Technical) Gujarat Informatics Limited, Block No. 1, 8th Floor, Udyog Bhavan, Gandhinagar – 382010. [email protected] 079-23256023 079-23238925

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

7

2 Project Background

2.1 Introductory 

Directorate of Accounts & Treasury, Government of Gujarat has appointed an Agency for providing 1:1 connectivity link as mentioned below:

─ Bandwidth of 5 MBPS at Head Offices & Treasuries ─ Bandwidth of 2 MBPS at Treasuries ─ Bandwidth of 512 KBPS at Sub-Treasuries ─ Bandwidth of 20 MBPS at DR Site at NIC, Hyderabad. ─ Aggregate Hub bandwidth: 45 MBPS at SDC (Upgradable upto 100 MBPS if required

within 1 (one) week of time whenever required)

Gujarat Informatics Limited (GIL), on behalf of Directorate of Accounts & Treasury (DAT), Finance Department, Government of Gujarat is issuing Request for Proposal (RFP) for Selection of Firm as Third Party Agency for Monitoring the Implementation & Operations related services for MPLS-VPN Project of Directorate of Accounts & Treasuries, Government of Gujarat at 42 Treasuries/HO/Other and 145 Sub- Treasuries of DAT, GoG connected within the State of Gujarat.

2.2 To have understanding of the Project, TPA would: 

a. Contract and other related documents for Supply, Installation, Commissioning and Management of MPLS Network connecting GSWAN (Gujarat Wide Area Network) at Directorate of Accounts & Treasury, Government of Gujarat. The scope of work, SLAs & other terms & conditions for the appointed Service provider for MPLS-VPN project of DAT, GOG is described in Annexure-1(Not Exhaustive one).

b. Study the existing implemented network design including local network and the services envisaged.

c. Review communication process among the stakeholders (State Government, MPLS-VPN Network Implementation agency, GSWAN operator any other concerned agency/vendor/party.

d. Create frameworks and procedures for audit.

e. Study functionality of the MPLS-VPN Network mechanism installed by vendor and identify the gaps if any required for TPA scope of work. The additional module/tool required for the same will be employed by the TPA with no additional cost to the GoG.

f. Review of the escalation mechanisms being followed to resolve any issues between the State Implementing Agency, MPLS-VPN Network Implementing Agency and concern parties like Network Operator related to the GSWAN.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

8

2.3 Brief Overall Scope: 

Directorate of Accounts & Treasury, Government of Gujarat intends to appoint a Third Party Agency (TPA) for monitoring MPLS Network connecting GSWAN (Gujarat Wide Area Network) at Treasuries/HO/Other and Sub - Treasuries of DAT, GoG connected within the State of Gujarat. The TPA will be expected to broadly assist the Directorate of Accounts & Treasury, Government of Gujarat in the following activities:

1. Monitoring and reviewing the performance of MPLS Network connecting GSWAN & review the reports submitted by Service Provider

2. Assistance in vendor management, SLA monitoring & Penalty calculation, coordination with the stakeholders etc.

3. Assistance in resolution of program management and technical issues

4. Prepare & submit regular MIS report for progress as required by DAT, GoG

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

9

3 Terms of Reference

3.1 Scope of Work of Third Party Agency (TPA)

Directorate of Accounts & Treasury, Government of Gujarat has set up MPLS Network connecting GSWAN (Gujarat Wide Area Network) at Treasuries/HO/Other and Sub- Treasuries of DAT, GoG connected within the State of Gujarat.

The various tasks to be undertaken by TPA will be as follows:

i. TPA will carry out Final Acceptance Test (FAT) as per terms of contract.

ii. Monitoring & ensuring that the services provided by appointed Service Provider for MPLS-VPN project of DAT, GOG are being carried out as per the Scope, service levels & other terms & conditions laid down in the RFP & the contract agreement entered by Service Provider with DAT, GoG

iii. Regular monitoring of the Service Provider’s management information system & reviewing various reports as well as deliverables submitted by Service Provider.

iv. Highlight deviations/issues in the deliverables of Service Provider to concerned authority within the specified time limits and assisting Service Provider and Directorate of Accounts & Treasury in resolution of issues

v. Monitor and maintain Issue Tracker and keep on updating the status of all risks and issues from time to time

vi. Monitoring and reviewing the performance of MPLS Network connecting GSWAN &

review the reports submitted by Service Provider

vii. Assistance in vendor management, SLA monitoring & Penalty calculation, co-ordination with the stakeholders etc.

viii. Inventory

a. TPA would include verification of completeness of bill of material for each PoP.

b. TPA would include review that all hardware and software items have been installed at the sites as per the contract.

c. TPA would include maintenance of an inventory register to have PoP wise equipment list, including hardware and software. TPA would also include updating inventory registry in event of any changes in the inventory.

d. TPA would carry out annual verification of Inventory and submit report with suggestion for updation any required as per contract by Vendor.

ix. SLA Monitoring Audit

a. SLA monitoring would include audit of the performance of network. Network includes the components provided and operated by the network operator and bandwidth provisioned by the bandwidth service provider.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

10

b. Subsequently, TPA Agency would carry out the following tasks:

A) TPA would include preparation of templates for reports to be submitted by MPLS-VPN Network Implementing Agency to TPA Agency / State and report to be submitted by the TPA Agency to the State and also tabulate measurable parameters as defined in the respective SLAs with the MPLS-VPN Network Implementing Agency.

B) TPA Agency shall review the process followed by MPLS-VPN Network Implementing Agency to ensure that the reports generated are authentic.

C) TPA Agency would proactively convey to the stakeholders regarding any concerns based on the information generated by MPLS-VPN Network Implementing Agency.

D) TPA Agency would provide quarterly certification of network availability and perform penalty computation for the calculation of final amount to be paid to the MPLS-VPN Network Implementing Agency as per the SLA and payment conditions mentioned in the agreement between MPLS-VPN Network Implementing Agency and State.

E) TPA Agency would also undertake proactive monitoring of the links provided by the bandwidth service provider based on the SLA signed by MPLS-VPN Network Implementing Agency. The TPA Agency shall submit reports on the same to the government who would use these reports for making the payments.

F) TPA would also include site inspection to verify those parameters of the SLA which cannot be monitored using any online mechanism i.e. Hardware installed.

x. Usage Audit

a. TPA Agency would appraise the GoG/GIL about the health of the network through reports indicating the bandwidth utilization, scalability requirements as per the current and envisaged State level applications etc.

b. TPA would include recommendations to the GoG/GIL for network expansion as per the requirements of the State.

xi. Helpdesk

a. TPA would include review of the complaint monitoring mechanism setup by the MPLS-VPN Network Implementing Agency would submit a Quarterly Report with recommendations to the State.

b. The Agency would have access to the complaint monitoring mechanism for reporting rights.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

11

xii. Exit Process support

This role is envisaged with a view to ensuring preparedness of the State at all the times for any eventuality resulting in termination of contract. TPA includes support/advice during the exit of the MPLS-VPN Network Implementing Agency. The Agency would support the following:

a. Reviewing the exit process as per the contract.

b. Advising the State on documentation, process and procedures necessary for taking over the network from the MPLS-VPN Network Implementing Agency.

c. Providing advisory support during the transition period from the current MPLS-VPN Network Implementing Agency to the new operator.

d. Conducting audit readiness of the DAT, GoG for such an eventuality on a annual basis.

Monitoring the O&M

The TPA shall be responsible supporting the Directorate of Accounts & Treasury for monitoring of the compliance of the contractual obligations and SLA of the Service Provider. Further the TPA shall monitor the contractual obligations of the any other service provider engaged with DAT, GoG.

The TPA will also monitor the operations and maintenance of the overall system as per the standards and requirements defined for Service Provider including but not limited to resolution of issues, availability of the system, up-gradation of the hardware or system software etc. for a period of 5 years from the engagement date.

TPA will ensure that the SLAs and performance levels defined for Service Provider are met as

per the expectations of the Directorate of Accounts & Treasury. TPA will also review the SLA performance, and effectiveness of the Service Provider. TPA shall also carry out following:

a. Performance / SLA Audit - whether the actual level of performance of the services is the

same as specified in the contract of Service Provider. TPA will identify the key issues / bottlenecks in the system and will suggest the mitigation plans.

b. Overall compliance to Service Level agreement - The compliance of the Implementation Partner with any other obligation under the SLA.

c. Certifying Payments - SLA monitoring as well as Penalty calculation

TPA will be responsible in audit / verification of all services done by Service provider of DAT, GoG MPLS Project.

Overall Project management and Monitoring will be the key role of TPA. Various tasks to be handled by TPA are as follows:

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

12

a. Project Management and Monitoring

TPA will be responsible for the overall project management and will be responsible to coordinate & communicate with all the stakeholders of the project. Various activities to be taken by the TPA are as follows:

i. Coordination with various Stakeholders TPA would be required to coordinate with all the stakeholders and support the Directorate of Accounts & Treasury while interacting with various agencies (internal and external) during the course of the project. TPA shall build mechanisms to ensure coordination and consultation between all key stakeholders and members of the governance committees on a continued basis to facilitate the execution of the project.

ii. SLA monitoring Monitoring the performance of the Service Provider against the base project plan, Measuring the performance of the overall system in terms of availability & efficiency

against the service levels already defined for Service Provider, Suggest changes in SLAs, if required Suggest corrective and preventive measures to Directorate of Accounts & Treasury and

Service Provider to enhance the performance of the system. Verify invoices submitted by Service Provider or any other agencies & calculate penalty,

if applicable. Certify the payments pertaining to project.

Over and above the above mentioned scope, the TPA shall monitor & ensure that the services provided by appointed Service Provider for MPLS-VPN project of DAT, GOG are being carried out as per the Scope & service levels mentioned in the RFP for Selection of Agency for Request for Proposal (RFP) For Supply, Installation, Commissioning and Management of MPLS Network connecting GSWAN (Gujarat Wide Area Network) at Directorate of Accounts & Treasury, Government of Gujarat. (Annexure-1)

3.2 Deliverables

The TPA would be required to carry out all the project management activities and the scope of work required (mentioned above) for the successful implementation of the project as per the given time schedules / project plans and after completion of tasks by Service Provider. The key deliverables expected from the TPA, but not limited to, are as follows:

Final Acceptance Test Audit Reports SLA monitoring reports and calculation of penalties for Service Provider on a quarterly

basis Interim/Other Deliverable in line with the scope of work listed before

Weekly / Fortnightly / Monthly / Quarterly MIS report for project activities, reports, etc.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

13

3.3 Time Frames Duration of the project: TPA would be initially for a period of 5 years – subject to annual performance review. The contract between the Consulting firm and the Directorate of Accounts & Treasury, GOG may be extended further, if deemed appropriate.

3.4 Resource Requirements The consultant would be required to deploy an appropriate Team at the Directorate of Accounts & Treasury as per the requirements specified in the RFP. The consulting firm should include the number and the level of people to be deployed in the Directorate of Accounts & Treasury along with timeframes as indicated in the technical evaluation criteria. Please note that the bidder has to provide at least 2 resources as per the requirement mentioned in this RFP.

As discussed in the sections above, the resources of TPA are required to have wide range of skill sets. The tables below provide the details on the key tasks assigned to the members of the TPA and the required skill sets.

The tasks assigned for various positions are as follows, consultant are required to propose at least two CVs for each position which would be evaluated for technical marking:

Position Tasks Assigned

Senior Resource (1 Nos.)

• Leading the team & reporting to Nodal officer • Complete project management, risk management and coordination between

various stakeholders for smooth implementation • Monitor Implementation of project during all phases • Vendor Management • Create progress reports & submit to nodal officer • Create template for conducting stakeholder satisfaction feedback of the

overall system • Monitoring and reviewing exit management plan provided by vendor,

assessing impact of exit procedures suggested by vendor on key stakeholders

• Assist in evaluating the plan & guidelines on the deployment of IT infrastructure

• Assist in resolving network related issues • Tracking implementation and delivery progress to include hardware

procurement, network services, facilities management etc. as per ITIL standards.

• Validate IT infrastructure deployed against the BOM & deployment architecture as proposed by Service Provider

Resource for Project Management & Co-ordination (1 Nos.)

• The Consultants shall work on Monitoring of the implementation of Bundle of Services of Service Provider, SLA monitoring, as defined in the scope of services of TPA.

• Undertake project management work, including coordinating with various agencies

• Assist the State Government in sending various reports to various stakeholders

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

14

Position Tasks Assigned • Monitor, evaluate and review the work of the Implementation agency • Identify and implement appropriate tools/use the tools prescribed by GIL/

DAT, GoG for project monitoring • Develop framework for project Monitoring & Evaluation (M&E). • Provide information in templates for monitoring IT infrastructure, service

delivery and expected performance requirements. • Assist Directorate of Accounts & Treasury on all matters relating to and

incidental to the monitoring of system implementation and operations. • Generation and analysis of MIS, SLA deviation reports on a regular basis

and management of data on monitoring and reporting thereof. • Prepare and submit quarterly progress reports for project management

including identification of problems, causes of potential bottlenecks in project implementation, and providing specific recommendations.

• Analysis and monitoring of service levels. Qualifications and Description of Resource Profiles:

Position Profile description Senior Resource (1 Nos.)

B.E. /B. Tech with MBA & Certified in ISO 27001 LA/ ISO 20000 LA/ ITIL /CISA / CISSP / Project Management certifications preferred

Overall experience of 7 years in IT consulting and advisory services Should have experience in monitoring large IT projects Should have minimum 3 years of experience of working on e-Government

Projects Should have relevant technical and managerial experience in monitoring of

large scale IT projects Should have Experience in Bid Process Management Should have relevant experience in Problem Identification, Cause Analysis,

Reporting and Escalation Should have experience in interpreting and monitoring of SLAs at various

levels and calculation of payments based on SLA performance of the bidder Should have ability to lead, motivate and direct the team to achieve the

business objectives. Should have ability to anticipate and address the project risks. Should have excellent oral & written communication skills.

Resource for Project Management & Co-ordination (1 Nos.)

B.E. /B. Tech with certification in Networking Technology 4+ years of total work experience Experience in monitoring of IT/e-Governance projects Experience in programs involving extensive communication and

coordination with stakeholders Experience in IT Audit / Assurance / Compliance Experience in Project Planning and Implementation, evaluation and

assessment of Project plans including ability to anticipate and address the project risks

3.5 Project location The TPA team will be required to work in the Directorate of Accounts & Treasury, Government of Gujarat throughout the duration of the project. TPA will be required to make site visits to the

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

15

project locations as per the scope of work & the cost of the any such site visits shall be borne by TPA.

3.6 Payment Terms The contract value will be divided and paid as 20 equated quarterly installments. The payments to the TPA agency will be made quarterly at the end of each quarter. Bidders are required to quote rates considering all the aspects mentioned in the scope of work mentioned in this RFP. The payment will be as per the above quoted & finalized rates. It may be noted that any extra charges like costs pertaining to travel, site visits, out of the pocket expenses, etc. will not be paid additionally.  

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

16

4 Instructions to the bidders

4.1 Introduction 1) The instructions for submitting proposals in response to the RFP are mentioned below:

a. All bids must be accompanied by Bid security & bid processing fees as specified below and submitted on or before the prescribed date, at place and time given in the RFP. Bids submitted without Bid security & bid processing fees will be summarily rejected.

b. Interested and eligible Bidders can download the bid document and further amendments if any freely available on www.gil.gujarat.gov.in and https://gil.nprocure.com and submit the same to https://gil.nprocure.com electronically on or before due date & time of the bid. Under no circumstances, physical bids will be accepted.

c. The Bidder will have to remit Non refundable Bid Processing Fees of Rs. 5000/- and Earnest Money Deposit (E.M.D.) of Rs. 2,00,000/- (Rupees Two Lacs only) on or before the last date and hours of submitting the bids in a sealed cover at GIL office with the heading “Bid Processing fees and EMD for the RFP No. GIL/H&N/DAT – TPA/2015 for Selection of Firm as Third Party Agency for Monitoring the Implementation & Operations related services for MPLS-VPN Project of Directorate of Accounts & Treasuries, Government of Gujarat”. Bid Processing fees should be in the form of demand draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the covering letter. E.M.D. must be EITHER in the form of Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar OR in the form of an unconditional Bank Guarantee (which should be valid up to validity of Bids + 90 days) of any Nationalized Bank (operating in India having branch at Ahmedabad/ Gandhinagar) in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar (as per prescribed format given at as per prescribed format given at Annexure) and must be submitted along with the covering letter. Please affix the stamp of your company on the overleaf of demand draft.

d. Pre-bid meeting will be held as mentioned in the bid. Bidders can seek clarifications on or before 5 days prior to Pre-Bid meeting date to Dy. General Manager (Technical), Gujarat Informatics Ltd., 8th floor, Block no. 1, Udyog Bhavan, Gandhinagar 382010. GIL will clarify and issue amendments if any to all the bidders in the pre-bid meeting. No further clarification what so ever will be entertained after the pre-bid meeting date.

2) Validity of Proposals submitted The proposals submitted by the Companies/agencies shall remain valid for a period of 120 days from the date the financial bid opening. Proposals valid for shorter period may be rejected as non-responsive. GIL/DAT, GoG may solicit the respondents’ consent to an extension of RFP validity (but without the modification in their Proposal).

3) Clarifications on proposals submitted During evaluation, GIL/DAT, GoG may, at its discretion, ask the respondents for clarifications on their proposals. The Companies/agencies are required to respond within the time frame prescribed by GIL/DAT, GoG.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

17

4) Amendments to RFP Document At any time prior to deadline for submission of proposals, GIL/DAT, GoG may for any reason, modify the RFP document. The prospective respondents having received the RFP document shall be notified of the amendments through website and such amendments shall be binding on them.

5) Disqualification GIL/DAT, GoG may at its sole discretion and at any time during the evaluation of proposal, disqualify any respondent, if the Company:

a. Submitted the proposal after the response deadline; b. Made misleading or false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements; c. Exhibited a record of poor performance such as abandoning works, not properly

completing the contractual obligations, inordinately delaying completion or financial failures, etc. in any project in the preceding three years;

d. Submitted a proposal that is not accompanied by required documentation or is non-responsive;

e. Failed to provide clarifications related thereto, when sought; f. Submitted more than one proposal; g. Has been blacklisted by any Central / State Government (incl. its department/agency)

or was declared ineligible by the Government of India/State/UT Government for corrupt and fraudulent practices.

6) Performance Bank Guarantee The Successful bidder has to submit Performance Bank Guarantee @ 10% of total contract value within 15 days the date of issue of Purchase order/work order for the duration of contract + 6 months of all Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time. (The draft of Performance Bank Guarantee is attached herewith). No interest shall be payable on the BG amount. The purchaser may invoke the above bank guarantee for any kind of recoveries, in case, the recoveries from the bidder exceed the amount payable to the bidder.

7) Contract Period The Selection would be for an initial period of five (5) years, subject to annual performance review.

8) Disclaimer Proposals received late will not be considered and will be returned unopened to the respondents. GIL/DAT, GoG reserves the right to (a) reject any / all proposals without assigning any reasons thereof, b) relax or waive any of the conditions stipulated in this RFP

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

18

document as deemed necessary in the best interest of the GIL/DAT, GoG and the objective of the scheme without assigning any reasons thereof and c) include any other item in the Scope of work at any time after consultation in the pre-proposal meeting or otherwise.

4.2 Other Terms and Conditions

i. The selected Consultant will be fully and completely responsible to the Directorate of Accounts & Treasury headed by the designated Nodal Officer for all the deliverables.

ii. The interested bidders shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict of interest on the part of the bidder or any prospective subcontractor due to prior, current, or proposed contracts, engagements, or affiliations with the GIL/DAT, GoG. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the bidder to complete the requirements as given in the RFP.

iii. Directorate of Accounts & Treasury requires that the Consultants should provide professional, objective, and impartial advice and at all times hold the interests of the State Government paramount, strictly avoid conflicts with other assignments/jobs or their own corporate interests and act without any consideration for future work.

iv. Directorate of Accounts & Treasury reserves the right to accept or reject any bid, to annul the entire bid process or reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder (s) or any obligation to inform the affected bidder(s) the grounds for such decision. Directorate of Accounts & Treasury also reserves the right to negotiate with the successful bidder if necessary.

v. If any of the proposed resources are found to be not performing or not meeting the expectations of the Directorate of Accounts & Treasury, the consultant shall find a replacement for the resource. The Directorate of Accounts & Treasury will evaluate the replacement profile and indicate the acceptance / rejection of the profile.

vi. The Directorate of Accounts & Treasury reserves the right to terminate the contract by giving a notice of one month if the performance of the Consultant is not found satisfactory. The consultant shall be given a period of fifteen days to cure the breach or fulfill the contractual obligations, failing which the Directorate of Accounts & Treasury shall notify the bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the bidder is in default

vii. The Consultant to be selected through this bid process will provide deliverables as indicated in this document and support Directorate of Accounts & Treasury in planning for implementation of MPLS-VPN project. The consultant should note that as a part of requirement for this assignment the consultant will share with Directorate of Accounts & Treasury all intermediate documents, drafts, reports and any other item related to this assignment. No work products, methodology or any other methods used by the

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

19

consultant should be deemed as proprietary and non-shareable with Directorate of Accounts & Treasury by the consultant.

viii. No part of this document including the Annexure can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of Directorate of Accounts & Treasury. The information contained in this document is only disclosed for the purposes of enabling you to submit a proposal for this assignment. This document should not therefore be used for any other purpose. This document contains proprietary information furnished for evaluation purposes only; except with the written permission of the Directorate of Accounts & Treasury, such information may not be published, disclosed, or used for any other purpose. You acknowledge and agree that this document and all portions thereof, including, but not limited to, any copyright, trade secret and other intellectual property rights relating thereto, are and at all times shall remain the sole property of Directorate of Accounts & Treasury. The title and full ownership rights in the information contained herein and all portions thereof are reserved to and at all times shall remain with Directorate of Accounts & Treasury. Bidders must agree to take utmost care in protecting the proprietary and confidential nature of the information contained herein. Notwithstanding the above, it is agreed that nothing contained herein above shall be applicable to Consultant's pre-existing materials and working papers (i.e. Materials owned by the Consultant which were created and developed prior to this Agreement without direct reference to the deliverables under this Agreement ) which may now be incorporated by the Consultant into the final deliverables/ reports or the like, supplied to the Client hereunder in the course of delivering the Services pursuant to this Agreement. However, in the event any such pre- existing material is used in the deliverables/ reports provided to the Client by the Consultant, the Consultant hereby agrees t o grant the Client an irrevocable, non- transferable, non-exclusive, paid-up, royalty free and perpetual license to use such pre-existing material as it exists in the deliverable/ reports prepared by the Consultant as a part of this Agreement.

ix. If at any stage of the tendering process or during the currency of the agreement, any suppression / misrepresentation of such information is brought to the knowledge of Directorate of Accounts & Treasury, then the Department will have right to reject the bid or terminate the agreement, as the case may be, without any compensation to the bidder.

x. The bidder shall be deemed to have complied with all clauses in this RFP. Evaluation shall be carried out on the information available in the bid.

4.3 Conditions of contract

The operating clauses would emerge from the technical and financial processes finalized with the consultant selected for the project. In addition, the Selection contract will inter-alia includes the following terms:

a) Definitions

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

20

In the Selection Contract, the following terms shall be interpreted as indicated:

“DAT/GoG” means the Directorate of Accounts & Treasury, Government of Gujarat, or any other authorized representative of the DAT/GoG.

The “Contract” means the agreement entered into between the DAT/GoG and the Selected Consulting firm as recorded in the Contract Form signed by the DAT/GoG and the Selected Consulting firm, including all attachments and annexure thereto and all documents incorporated by reference therein.

b) Deliverables

The Deliverables of the project would be as per details given in the Deliverables subsection of this document. The final list of Deliverables would be finalized during contract negotiation with the selected Consultant.

c) Payment Terms and Schedule

The payment terms are explained in the Payment Terms sub-section of section 3.6. A pre-receipted bill in triplicate (for the audit and independent monitoring) shall be submitted as per the schedule mentioned in the RFP.

4.4 Commercial Terms  

A) Indemnification: 

Successful Bidder will defend and/or settle any claims against DAT/GIL that allege that Bidder branded product or service as supplied under this contract infringes the intellectual property rights of a third party. Successful Bidder will rely on Customer’s prompt notification of the claim and cooperation with our defense. Bidder may modify the product or service so as to be non‐infringing and materially equivalent or we may procure a license. If these options are not available, we will refund to Customer the amount paid for the affected product in the first year or the depreciated value thereafter or, for support services, the balance of any pre‐paid amount or, for professional services, the amount paid. Bidder is not responsible for claims resulting from any unauthorized use of the products or services. This section shall also apply to deliverables identified as such in the relevant Support Material except that Bidder is not responsible for claims resulting from deliverables content or design provided by Customer.

B) Confidentiality a. TPA understands and agrees that all materials and information marked and identified

by DAT/GIL as ‘Confidential’ are valuable assets of DAT/GIL and are to be considered DAT/GIL's proprietary information and property. TPA will treat all confidential materials and information provided by DAT/GIL with the highest degree of care necessary to ensure that unauthorized disclosure does not occur. TPA agency will not use or disclose any materials or information provided by DAT/GIL without DAT/GIL's prior written approval.

b. TPA agency shall not be liable for disclosure or use of any materials or information

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

21

provided by DAT/GIL or developed by TPA agency which is: i. possessed by TPA agency prior to receipt from DAT/GIL, other than through

prior disclosure by DAT/GIL, as documented by TPA agency's written records; ii. published or available to the general public otherwise than through a breach of

Confidentiality; or iii. Obtained by TPA agency from a third party with a valid right to make such

disclosure, provided that said third party is not under a confidentiality obligation to DAT/GIL; or

iv. Developed independently by the TPA agency. c. In the event that TPA agency is required by judicial or administrative process to disclose

any information or materials required to be held confidential hereunder, TPA agency shall promptly notify DAT/GIL and allow DAT/GIL a reasonable time to oppose such process before making disclosure.

d. TPA agency understands and agrees that any use or dissemination of information in violation of this Confidentiality Clause will cause DAT , GoG irreparable harm, may leave DAT/GIL with no adequate remedy at law and DAT/GIL is entitled to seek to injunctive relief.

e. DAT/GIL does not wish to receive the Confidential Information of TPA agency, and TPA agency agrees that it will first provide or disclose information which is not confidential. Only to the extent that DAT/GIL requests Confidential Information from TPA agency, then TPA agency will furnish or disclose Confidential Information.

f. Nothing herein shall be construed as granting to either party any right or license under any copyrights, inventions, or patents now or hereafter owned or controlled by the other party. The requirements of use and confidentiality set forth herein shall survive the expiration, termination or cancellation of this RFP. Confidential Information disclosed under this contract shall be subject to confidentiality obligations for a period of two years following the initial date of disclosure. Nothing contained in this contract shall limit the TPA agency from providing similar services to any third parties or reusing the skills, know‐how, and experience gained by the employees in providing the services contemplated under this contract.  

E) Liquidated Damages

Due to negligence of act of the Consultant, if the Employer suffers losses, damages the quantification of which may be difficult, and hence the amount not exceed 10% of the total value of the contract shall be construed as reasonable estimate of the damages and Consultant agrees to pay such liquidated damages, as defined hereunder as per the provisions of this agreement.

If the agreement is terminated, the employer may levy liquidated damages of an amount equal to 10% of total cost of the services or as may be determined by the Employer at the time of termination.

E) Limitation of Liability

TPA’s cumulative liability for its obligations under the contract shall not exceed the contract value and the Successful Bidder shall not be liable for incidental, consequential, or indirect damages including loss of profit or saving. 

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

22

F) Penalty

If the Consultant does not deploy the required minimum specified quantity as well as quality specified in the RFP or a person deployed is not reporting the duty, there would be a penalty per person per day as defined below and will be deducted from the quarterly payment. If the above incidence occurs three times in a one year, Directorate of Accounts & Treasury, Government of Gujarat may reserve the right to terminate the contract and no payment would be done for the services rendered in that particular quarter.

The Consultant has to ensure that the minimum number of personnel required as specified in the scope. The deployed personnel shall be deployed & work as per the working hours & instructions received from DAT, GoG from time to time. The Consultant shall ensure that alternate arrangements are made in advance in case of absence of deployed staff. Penalty of Rs. 5000 per person per day for Senior Consultant & Rs. 2000 per person per day for Consultant & for a reported absence of resources shall be levied & the said amount will be deducted from quarterly payment. The overall penalty would be capped at 10% of contract value.

4.5 Miscellaneous terms & Conditions  

a) The end product of the work assignment carried out by the Consulting Company, in any form, will be the sole property of GIL/DAT, GoG.

b) The Consulting Company shall not outsource the work to any other associate / franchisee / third party under any circumstances without the prior approval of GIL/DAT, GoG.

c) The Consulting Company shall perform the services and carry out its obligations under the contract with due diligence and efficiency, in accordance with generally accepted techniques and practices used in the industry and with professional engineering and training / consulting standard recognized by national / international professional bodies and shall observe sound management practice. It shall employee appropriate advanced technology and safe and effective methods. The CONSULTING Company shall always act, in respect of any matter relating to this Contract, as faithful advisors to GIL/DAT, GoG and shall at all times, support and safeguard GIL/DAT, GoG’s legitimate interests.

d) The CONSULTING COMPANY automatically agrees with GIL/DAT, GoG for honoring all aspects of fair trade practices in executing the work orders placed by GIL/DAT, GoG.

e) In the event the Consulting COMPANY or the concerned Division of the company is taken over / bought over by another company, all the obligations under the agreement with GIL/DAT, GoG, should be passed on the compliance by the new company new Division in the negotiation for their transfer.

A) Force Majeure a) Force majeure clause shall mean and be limited to the following in the execution of the

contract placed by GIL/DAT, GoG:

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

23

War / hostilities

Riot or Civil commotion

Earth quake, flood, tempest, lightning or other natural physical disaster

Restriction imposed by the Government or other statutory bodies, which is beyond the control of the CONSULTING COMPANY, which prevent or delay the executive of the order by the CONSULTING COMPANY

b) The CONSULTING COMPANY shall advice GIL/DAT, GoG in writing, duly certified by the local Chamber of Commerce, the beginning and the end of the above causes of delay, within seven days of the occurrence and cessation of the force majeure conditions. In the event of a delay lasting for more than one month, if arising out of clauses of force majeure, GIL/DAT, GoG reserve the right to cancel the contract without any obligation to compensate the CONSULTING COMPANY in any manner for what so ever reason, subject to the provision of clause mentioned.

B) Arbitration

In case of dispute, if the parties fail to decide upon a sole arbitrator, such a dispute shall be referred to a panel of three arbitrators wherein each party shall appoint one arbitrator and the two arbitrators shall appoint the third member. Arbitration and Conciliation Act, 1996 shall be the governing law for arbitration proceedings. Nothing contained in this Agreement shall prevent a party from approaching an appropriate court of law without exhausting the remedy of arbitration to bring in an action for specific relief or other equitable relief or interim relief however the Jurisdiction will be Gandhinagar (Gujarat) only.

C) Applicable Law The contract shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.

D) Refund of EMD and Submission of BG 1) The Earnest Money Deposit (EMD) will be refunded as follows.

a. Unsuccessful bidder's EMD will be discharged/ returned as promptly as possible but not later than 15 days after the expiration of the period of bid validity OR upon the successful Bidder signing the Contract, and furnishing the Performance Bank Guarantee @ 10% of the total order value as prescribed by GIL, whichever is earlier.

b. The successful Bidder’s Bid security will be returned within 60 days after the bidder’s signing contract & submitting the performance security & offer of material for inspection.

E) Forfeiture of Earnest Money Deposit The E.M.D. may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

24

(b) in case of a successful Bidder, if the Bidder fails: (i) to sign the Contract as mentioned above or (ii) to furnish performance bank guarantee as mentioned above or (iii) If the bidder is found to be involved in fraudulent practices.

F) Termination for Default The Purchaser may, without prejudice to any other remedy for breach of contract, by

written notice of default sent to the Bidder, terminate the Contract in whole or part: a) if the bidder fails to deliver any or all of the services mentioned in the bid, or within

any extension thereof granted by the Purchaser or b) if the Bidder fails to perform any other obligation(s) under the Contract/Purchase

order. c) If the Bidder, in the judgment of the Purchaser has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract. “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of

value of influence the action of a public official in the procurement process or in contract execution.

“fraudulent practice : a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the purchaser of the benefits of free and open competition;”

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

25

5 Evaluation of the bids

5.1 Pre-qualification evaluation

Before opening and evaluation of the technical proposals, Consultants Pre-qualification bid

would be evaluated to assess their compliance to the following pre-qualification criteria.

Bidders failing to meet these criteria or not submitting requisite proof for supporting pre-

qualification criteria are liable to be rejected at the Pre-Qualification proposal level.

Sr. No.

Criterion Whether

Met Supporting Documents to be

submitted

1 The responding Company/ agency (a) Should have submitted Bid Processing fees of Rs. 5000 (Rupees Five Thousand only) in the form of Demand draft in favor of “Gujarat Informatics Limited” payable at Gandhinagar/Ahmedabad. (b) Should have submitted a Earnest Money Deposit of Rs. 2,00,000 (Rs. Two Lakhs only) in the form of Demand draft / Bank Guarantee in favor of “Gujarat Informatics Limited” payable at Gandhinagar/Ahmedabad.

Yes / No (a) Proof of payment Demand Draft for Bid Processing fees & Demand Draft / Bank Guarantee for Earnest Money Deposit

2 The bidder should be a company registered under the Companies Act, 1956 or Indian LLP Act 2008 since last 5 years as on 31st March 2015.

Yes / No Certificate of incorporation and Service Tax Registration

Certificate OR any other supporting document

3 The Company should have been in the Consulting business in the Government domain for at least 5 years as of 31st March 2015

Yes / No Memorandum & Articles of Association should be attached, and Work orders confirming

year and Area of activity OR any other supporting document

4 The company should be listed in featuring in the top two segments i.e. ‘Leaders & Major Players’ of latest IDC Marketscape report for Business Consulting Services.

Yes / No Bidder should submit documentary proof

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

26

Sr. No.

Criterion Whether

Met Supporting Documents to be

submitted

5 The responding Company should have a turnover of at least Rs 100 Crores from consulting operations in India and annual turnover of at least Rs 10 crores from IT advisory / consulting services to Government sector (Central/State Government and Public Sector) in each of the last 3 financial years, as revealed in Annual Financial Statements reported in India in each of the last 3 financial years (2012-13, 2013-14, 2014-15). 

Yes / No Completed “Form 3” along with Copy of the audited profit and loss account/ balance sheet/ annual report of the last three financial years.

Statutory auditor’s / CA’s certificate for turn over from consulting operations in India & turnover from IT advisory/ consulting services to Government sector for the last three financial years.

6 The Bidder should have had experience in handling at least five e- Governance consultancy projects in India during the last 3 years, each of the minimum contract value of Rs 50.00 lakhs.

Yes / No Completed “Form 4” along with Work Order/ Signed Contract / Client Letter/ Job Completion certificate.

7 The Bidder should have been associated with the Indian central / state government / public sector undertaking in Consultancy of at least 3 projects related to Third Party Audit, IT security audit of the value of at least Rs. 50 Lakhs each as consultant during the last three years.

Yes / No Completed “Form 4” along with Work Order/ Signed Contract / Client Letter/ Job Completion certificate

8 The bidder must have on its rolls consulting staff of at least 50 technically qualified personnel in the area of consulting services for IT related projects including eGovernance, Program / Project Management, IT infrastructure, IT security and IT procurement and who possess relevant degrees/credentials with prior experience in providing the above

Yes / No Certificate from Head (HR) or company secretary for number of technically qualified professionals employed by the company and appropriate supporting undertakings along with tenure with the organization.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

27

Sr. No.

Criterion Whether

Met Supporting Documents to be

submitted

consultancy services as on March 31, 2015.

9 The bidder shall not be blacklisted by any Central / State Government (Central/State Government and

Public Sector)) or under a

declaration of ineligibility for corrupt or fraudulent practices.

Yes / No A self certified letter by the designated official of the responding Company/ Form1

Agencies / Companies should clearly indicate, giving explicit supporting documentary evidence, with respect to the above, in absence of which their proposals will be rejected summarily at the qualification stage itself. Bidders shall submit the supporting documents at mentioned above & upload the same while submitting the bids online.

5.2 Technical Evaluation

The eligible bidders will be invited to make a presentation to the GIL/DAT, GoG at a date, time and location notified by the GIL/DAT, GoG. The purpose of such presentations would be to allow the bidders to present their Approach & Methodology to the committee and the key points in their proposals. The technical evaluation score shall be based on the number of points that shall be awarded as per the following Evaluation Criteria table:

Technical Evaluation Matrix (Max Marks -50)

S. Criteria Presentation covering key Points Marks

Max. Marks

1

Technical Presentation

Methodology and understanding of Project 10 Marks

50 2 Past experience of similar services 20 Marks

3 Quality of Manpower proposed to be deployed 20 Marks

a) The responding Company has to submit the above information along with the details in

the appropriate forms illustrated in “Technical Evaluation Criteria” given above. Further the responding Company is required to provide the following: The Documents and Information with regard to the qualification criteria listed at clause 5.1.

a. Notice of Intent to submit proposal in response to RFP Notice as per Form of Annexure.

i. Each page of each of the RFP response must be signed and stamped by the authorized signatory of the responding Company who has the Power

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

28

of Attorney to commit the responding Company to contractual obligations.

ii. The responding Company shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict of interest on the part of the responding Company or any prospective consortium member due to prior, current, or proposed contracts, engagements, or affiliations with State Govt. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the responding Company to complete the requirements as given in the RFP.

iii. The proposal will include a ‘Power of Attorney” letter for “Authorized Signatory”

b) Depending on the evaluation methodology mentioned above, each Technical Bid will be assigned a technical score (Tb) out of a maximum of 50 points as per the aforementioned Technical Evaluation Criteria Table. Bidders who score a Technical score of 70 % and above will qualify for the evaluation in the commercial process.

c) These technical scores would be normalized on a scale of 100, with highest score being normalized to 100 and the rest being awarded on a prorata basis. Such normalized scores would be considered for the purpose of QCBS based evaluation, explained in section below.

The individual bidder technical scores will be normalized as per the formula below:

Tn = Tb/Tmax * 100

Where

Tn = normalized technical score for the bidder under consideration

Tb = absolute technical score for the bidder under consideration

Tmax = maximum absolute technical score obtained by any bidder

GIL/DAT, GoG’s decision in this regard shall be final & binding and no further discussion/interface will be held with the bidders whose bids are technically disqualified / rejected.

5.3 Financial Evaluation

Only the Commercial bids of those bidders who qualify the technical evaluation stage will be opened. All other Commercial bids will be returned un-opened. The Commercial Bids (as per the formats provided in this RFP) of the technically qualified bidders will be evaluated as per the evaluation criteria mentioned below:

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

29

The lowest evaluated Financial Proposal (Fmin) will be given the maximum financial score (Fn) of 100 points. The financial scores (Fn) of the other Financial Proposals will be computed as per the formula for determining the financial scores given below:

Fn = 100 x Fmin / Fb,

Where,

Fn = normalized financial score for the bidder under consideration

Fb = absolute financial score for the bidder under consideration

Fmin = minimum absolute technical score obtained by any bidder

5.4 Final Evaluation

Proposals will be ranked according to their combined technical (Tn) and financial (Fn) scores using the weights (T = 0.30 the weight given to the Technical Proposal; P = 0.70 the weight given to the Financial Proposal; T + P = 1).

The combined technical and financial Score (S) = Tn x T + Fn x P

The bidder achieving the highest combined technical and financial score will be awarded the contract. In case of where two or more bidders achieve the same highest combined technical and financial score, the bidder with the higher technical score (Tb) will be awarded the contract.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

30

Annexure 1 – Details of MPLS-VPN project of DAT, GoG

PROJECT PROFILE

Directorate of Accounts & Treasury, Finance Department, Government of has appointed a Service Provider for Supply, Installation, Commissioning and Management of MPLS Network connecting GSWAN (Gujarat Wide Area Network) at 42 Treasuries/HO/Other and 145 Sub- Treasuries connecting within the State of Gujarat.

SCOPE OF PROJECT

Architecture

Directorate of Accounts & Treasury (DAT), Finance Department, Government of Gujarat has connected 42 Treasuries/ Head Offices/ Other and 145 Sub- Treasuries using Hub – Spoke MPLS Layer 3 routing. The data transmitted on these links is not accessed/ mixed with public network. Service Provider has provided 1:1 connectivity link as per detail provided in below: ─ Bandwidth of 5 MBPS at Head Offices & Treasuries ─ Bandwidth of 2 MBPS at Treasuries ─ Bandwidth of 512 KBPS at Sub-Treasuries ─ Bandwidth of 20 MBPS at DR Site at NIC, Hyderabad. ─ Aggregate Hub bandwidth: 45 MBPS at SDC (Upgradable upto 100 MBPS if required within

1 (one) week of time whenever required)

These links are available in full duplex mode with sending and receiving available on the same circuit. For example, on a 512kbps circuit, 512kbps sending and 512kbps receiving should be possible simultaneously.

The service provider has done complete site survey for feasibility for positioning of the terminating equipment. They should clearly state the equipment that will be deployed with its physical, electrical and any other related requirement. Any extra material/ quantity required for the project execution shall be supplied and deployed by the vendor at no extra cost to DAT.

The last mile connectivity i.e. DAT’s Location and Vendor’s POP has been connected through Copper Cable, Fiber Cable or RF Link. In case of a last mile on wireless (RF) link, the service provider will ascertain that there is no interference in the channel provided to DAT by other Radio devices in the neighborhood. In case the channel provided has interference, then the service provider will apply and make available a licensed channel and compatible Radio Modems at its own cost. DAT, FD will not bear any extra cost towards the same.

The output at each location shall be Ethernet only. The last mile connectivity at Hub site – State Data Centre shall be on Optical Fiber Only. Service Provider shall provide complete network diagram including detailed technical documentation

and detailed Project Plan for all the locations mentioned.

Network Monitoring

The Service Provider should have state-of-art Network management center for troubleshooting round the clock to ensure uninterrupted services. This NOC should be manned by technical staff (24X7) and have call logging and escalation procedures.

The types of reports that are required for the monitoring of the links are as follows: ─ Link Utilization, Link errors (CRC, input errors, drops etc.) ─ Link availability (Bifurcation of link downtime & other causes of link being down to be specified) ─ Link Latency

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

31

─ Reports of link uptime should be provided per location per node & over connectivity. The same should also be configurable w.r.t to time.

─ Traffic monitoring, bandwidth utilization report with committed information rate for all links and MPLS ports, shall be submitted per quarter with invoices wherever required.

The VPN should be fully secured and should fulfill the security requirements as per the IT-Act applicable from time to time.

Supply, Installation and configuration of WAN end equipments like routers, modems, last mile equipments, 1 KVA line interactive UPS (With 30 minutes battery backup on full load), 9U wall mount Rack etc. would be done by the Service Provider to provide the solution. DAT, FD will not provide any infrastructure for installing these equipments except ‘Raw Electricity” & “Shared non AC Room”.

All the locations listed have to be covered and no exclusion for any location shall be allowed. The successful Service Provider will have to ensure that all locations are connected within specified time frame and all locations should be technically and commercially feasible.

The Service Provider shall have proper upgradability availability for primary links and secondary links and in case of requirement in future; the Service Provider shall do it within Three week time.

The Service Provider will be solely responsible for all liaison work, ROW permissions, statutory and regulatory approvals, project requirements/submission of payments, follow up etc. during project planning, execution, and tenure of contract.

The Service Provider should be able to provide managed services to manage links end to end. It would be Service Provider’s responsibility to configure the MPLS link connectivity in such a way

that GSWAN works as a primary link while the MPLS connectivity provided by the Service Provider should work as a redundant link. This should be achieved with required configurations at the L3 Router where both links will terminate. End users operations and PC configurations should not be affected any time during WAN link swapping. All the specified locations have existing GSWAN connectivity available. The configuration of IP plan and required routing protocols to run both networks will be responsibility of the Service Provider.

The Service Provider has to supply L3 router with below mentioned specification for implementing the project wherever required.

Router Specifications: DC and DR Router:

Sr. No. Requirements

1 General requirements

1.1 Router should be modular and should be a single box configuration for ease of management

1.2 Should have integrated USB port/flash to provide console and storage for configuration/image 2 Hardware and interface requirements

2.1 Routers should have at least 4 open slots for LAN, WAN & VoIP modules

2.2 Routers should support large selective of modular LAN and WAN connectivity options including Gigabit Ethernet and Fast Ethernet, Channelized T1/E1, V.35/G.703 Serial, 3G Wireless(Both HSPA and CDMA) interface modules.

2.3 Router should have minimum 4 nos. of 10/100/1000 Gigabit Ethernet ports from day 1 & scalable up to 12 GE Ports for future use

2.4 Routers should have integrated redundant power supply

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

32

3 Performance Requirements 3.1 The router should have a minimum performance of 1.5 Mpps for both IPv4 & IPv6

3.3 Should support other IP Services like GRE tunneling, ACLs, IPSEC VPNs, Firewalling, NAT services

4 Quality of Service (QoS) requirements 4.1 Routers should support Class-based queuing 4.2 Routers should support marking, policing and shaping 4.3 Routers should support Voice traffic optimization with features like WRED, H-QoS, & RSVP 5 Routing protocol support

5.1 Routers should have IPv4, IPv6, VRRP, Static Routes, RIPv1, RIPv2, OSPFv2, OSPFv3, IS-SI, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunnelling enabled from day one

6 IPv4 & IPv6 Multicast features 6.1 IGMP v1/v2/v3, PIM-DM, PIM-SM, Source Specific Multicast (SSM), MLD V1, V2 7 System Management and Administration

7.1 Routers should support Configuration rollback

7.2 Should support extensive support for SLA monitoring for metrics like delay, latency, jitter, packet loss, RTP-Based VoIP traffic, CRTP

8 Security features 8.1 Routers should support AAA using RADIUS or TACACS+

8.2 Routers should support Packet Filters like: Standard ACL, Extended ACL, ACL that can match arbitrary bits of packet bits of a packet at an arbitrary depth in the packet header and payload

8.9 Routers should support Network address translation (NAT) 8.1 Router should be minimum comman criteria EAL4 certified 9 Built-in troubleshooting

9.1 Pre-planned scheduled Reboot Facility 9.2 Real Time Performance Monitor – service-level agreement verification probes/alerts

Treasury and other Offices Router:

Sr. No. Requirements

1 General requirements 1.1 Router should be modular and should be a single box configuration for ease of management 1.2 Should have integrated USB port/flash to provide console and storage for configuration/image 2 Hardware and interface requirements

2.1 Routers should have at least 2 open slots for LAN, WAN modules

2.2 Routers should support large selective of modular LAN and WAN connectivity options including Gigabit Ethernet and Fast Ethernet, Channelized T1/E1, V.35/G.703 Serial, 3G Wireless(Both HSPA and CDMA) interface modules.

2.3 Router should have minimum 4 nos. of 10/100/1000 Gigabit Ethernet ports from day 1 & scalable up to 8 GE Ports for future use

3 Performance Requirements 3.1 The router should have a minimum performance of 170 Kpps for both IPv4 & IPv6 3.3 Should support other IP Services like GRE tunnelling, ACLs, IPSEC VPNs, Firewalling, NAT

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

33

services 4 Quality of Service (QoS) requirements

4.1 Routers should support Class-based queuing 4.2 Routers should support marking, policing and shaping 5 Routing protocol support

5.1 Routers should have IPv4, IPv6, VRRP, Static Routes, RIPv1, RIPv2, OSPFv2, OSPFv3, IS-SI, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunnelling enabled from day one

6 IPv4 & IPv6 Multicast features 6.1 IGMP v1/v2/v3, PIM-DM, PIM-SM, Source Specific Multicast (SSM), MLD V1, V2 7 System Management and Administration

7.1 Routers should support Configuration rollback

7.2 Should support extensive support for SLA monitoring for metrics like delay, latency, jitter, packet loss, RTP-Based VoIP traffic, CRTP

8 Security features 8.1 Routers should support AAA using RADIUS or TACACS+

8.2 Routers should support Packet Filters like: Standard ACL, Extended ACL, ACL that can match arbitrary bits of packet bits of a packet at an arbitrary depth in the packet header and payload

8.9 Routers should support Network address translation (NAT) 8.1 Router should be minimum common criteria EAL4 certified 9 Built-in troubleshooting

9.1 Pre-planned scheduled Reboot Facility 9.2 Real Time Performance Monitor – service-level agreement verification probes/alerts

TERMS & CONDITIONS & SERVICE LEVEL AGREEMENT

WARANTY TERMS

In the event that the materials supplied do not meet the specifications and / or are not in accordance with the drawings data in terms of this order, and rectification is required at site, GoG shall notify the Vendor giving full details of difference. The Vendor shall attend the site within seven days of receipt of such notice to meet and agree with representatives of GoG, the action required to correct the deficiency. Should the Vendor fail the attend meeting at site within the time specified above, GoG shall be at liberty to rectify the work/materials and Vendor shall reimburse GoG all costs and expenses incurred in connection with such trouble or defect.

PAYMENTS TERMS

1. 100% payment of onetime cost of commissioning of connectivity at various locations as specified will be paid after successful commissioning and invoice submission of all the links.

2. Quarterly Bill process against the services provided by Service Provider as per the Terms and Conditions of Service Level Agreement (SLA)

3. The Commissioning Date shall be the date for commencement of the commercial billing cycle and payment of fees by GoG/GIL in terms of this agreement for a particular link. Quarterly billing cycle will start after commissioning the last link in the GSWAN Network.

4. The successful Service Provider shall submit reports for link availability, downtime, usage, fault & rectification (if any) etc. for each link separately, as generated by his monitoring system on monthly basis.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

34

5. The successful Service Provider shall raise invoices on quarterly basis at the end of each quarter. Invoices issued shall be payable within 60 days of submission of the same.

6. In case of increase in bandwidth requirement with respect to the operational requirements of GSWAN, the prices will be revised accordingly, as per the agreement. In case of any reduction in tariff from time to time due to whatever reasons, the corresponding benefit would be passed on to GoG by the Service Provider.

7. The Service Provider’s request for the payment shall be made at the end of each quarter by invoices along with following supporting documents:

8. Performances statistics 9. Log of network parameters along with Service Down time calculation and uptime percentage. 10. Any other documents necessary in support of the services performances acceptable to DAT, FD. 11. The DAT, FD/ third party Agency shall verify all the supporting documents as prescribed and

acceptable to DAT, FD. 12. On the receipt of such invoiced after verification by the DAT/Third Party Agency and after deducting

Tax, other taxes and any penalties, DAT/GoG shall pay the amount. The service provider shall furnish all the tax payment receipts to DAT, FD.

13. The currency of payment shall be Indian Rupees. a. If there is any deficiency in the performance of Contractual obligations on the part of the

Service Provider, the Service Provider shall be liable for the imposition of appropriate Penalties as specified in clause 38.b of this section and DAT/FD shall be entitled to deduct such Penalties at source while making payment to the Service Provider for the services provided.

b. The service provider shall have to bear the consequences of any change, i.e. in taxes or laws

SERVICE TERMS

1. The entire scope of the work depends on the technical skill and experience in management of the same level or kind of infrastructure.

2. It is mandatory for Service Provider to deploy qualified professional to install, commission & maintain the Local Lead Circuit, as defined under scope of work.

3. The Service Provider has to submit regular schedule of man power availability & get it approved by DAT/FD, before deployment.

4. The Service Provider will have to carry out reinstallation of the Local Lead Circuit and related equipments ‘Free of Cost, if required.

5. The Service Provider need to manage & maintain various records related to the services extended to the Government.

6. If required, the Service Provider may need to coordinate and approach various agencies working for GSWAN.

7. The Service Provider needs to maintain the required security of the network as per the DIT/GoG Security guidelines.

8. The Service Provider is responsible to maintain documentation on the progress of the work and will have to update the same on regular basis. Vendor will have to submit the progress reports regularly, as per the guide line issued by GoG/TPA.

9. In case of down, the Service Provider needs to replace or repair the faulty part/component/device to restore the services at the earliest. The cost of the repairing or replacement of faulty Cable/component/device has to be entirely born by the Service Provider.

10. All expenses related to cable/component/device, including hiring of specialized technical expertise, in case required, has to be borne by the Service Provider as part of Contract Agreement.

11. The Service Provider needs to make alternate arrangement in case of major failure happens in the network, due to which services may be effecting for longer period.

12. Service Provider shall submit test procedures covering various test cases and expected results of these tests relating to various links being commissioned for the network. These should be uploaded along

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

35

with the technical bids. These tests shall cover all the parameters which are required to be tested as per ITU, TEC standards.

13. Service Provider shall submit details of various reports generated by NMS like link availability, downtime, usage, fault & rectification, BER etc. which are required for link(s) monitoring.

PENALTY CLAUSE

PENALTIES FOR DELAY IN IMPLEMENTATION

The Service Provider shall provide the services from the date of successful commissioning. In case of multiple locations, the date of successful commissioning for commencement of services for the locations of the client shall be mutually agreed between the Parties in writing and the roll out schedule for such multiple locations shall be appended. In case the services are not provided from the agreed successful commissioning date (except such delay in commencement of services is not due to any act of omission or commission of the Service Provider), liquidated damages will be levied @ 0.5% of the Quarterly Bill for delay of a week or part thereof, for the delayed site(s)/circuit(s), subject to the condition that the non-commissioning of the delayed link(s) /circuit(s) does not materially affect the performance and working of the circuits already commissioned. In other cases, when none commissioning of a link/circuit affects materially the performance & working of other links/ circuits, liquidated damages would be levied on all the affected links/circuits.

The maximum Liquidated damages would be limited to 10% of the order value as per above and also the Service Provider will be paid only from the date of actual commissioning of the link. The damages would be recovered from the dues payable to service provider.

If GoG fails to provide space and related clearances for installation of the equipments at designated site / sites, within 30 days from written instructions given to Vendor, to carry out the job as per the agreement terms, as a result of which the installation of the equipment is delayed and the Vendor is not able to adhere to the schedule for completing the Acceptance Tests. In such an event, the Vendor will prove the Acceptance Test with the completed sites and if the tests are accomplished within the scheduled time according to the Third Party Agency then the Vendor will be deemed to have completed the Acceptance according to the schedule and GoG will be required to pay the Vendor as per agreement terms.

OPERATIONAL PENALTIES

The Service Provider shall be responsible for maintaining the desired performance and availability of the services. The Service Provider should ensure the prompt service support during Contract period. If complain is made before 4 pm of the working day, the same should be attended on the same day. (a) SERVICE AVAILABILITY

UPTIME (LINK AVAILABILITY) FOR MPLS- VPN SERVICES :

a. SLA Requirement – Average uptime should be ≥ 99% per site per quarter. b. Report Requirement – Average Uptime (Link Availability) Report

Calculation Criteria Amount of penalty

Average Uptime 99% or above No penalty

Average Uptime 98.00% to 98.99% 2% of the cost of service per site per quarter

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

36

Average Uptime 97.50% to 97.99% 5% of the cost of service per site per quarter

Average Uptime 97% to 97.49% 10% of the cost of service per site per quarter

Average Uptime below 97% 15% of the cost of service per site per quarter

Latency: a. SLA Requirement – Average latency should not be more than 100 mili seconds to the

gateway. b. Report Requirement – Average Latency Report

Maximum Latency has to be less than 100 ms for each link. The Latency will be measured at least two times on random basis in a quarter by the DAT, FD and it shall be acceptable by the Service Provider. In case Latency falls above the guaranteed level, DAT, FD will impose the penalty Rs 5,000 (Rs Five Thousand) per instance per link, subject to maximum 10% of quarterly amount.

Throughput: Minimum throughput has to be 95% of prescribed speed of each link. The throughput will be measured at least four times on a random basis in a quarter by the DAT, FD and it shall be acceptable by the Service Provider. In case throughput falls below the guaranteed level, DAT, FD, GoG will impose the penalty Rs 5,000 (Rs Five Thousand) per instance per link, subject to maximum 10% of quarterly amount.

(b) PENALTIES FOR MISUSE:

In  case  of misuse  of  bandwidth  at  the  instance  of  Service  Provider,  the  penalty  imposed  on  the 

Service Provider, without prejudice to GoG’s other remedies under the Agreement, shall be 200% of 

the quarterly charges under the Agreement for all the sites. GoG may also terminate the Agreement. 

(c) TERMINATION OF CONTRACT

If SLAs are not maintained properly and not provide services as per SLAs then DAT, FD, GoG has right to foreclose contract before 5years by giving 1 month notice.

APPROVALS / CLEARANCES

1. Necessary approvals/ clearances concerned authorities, for establishing the proposed project are to be obtained by the Vendor.

2. Necessary approvals/ clearances from concerned authorities, as required, for fire protection, government duties / taxes are to be obtained by the Vendor

3. Necessary approvals / clearances, from concerned authorities (like City Nagar, Nigam, Public Works Department (PWD), Department of Irrigation, State Electricity Board etc. for “Right of way”), as required, are to be obtained by the Vendor for laying their own cables to meet system requirements

4. Necessary approvals/ clearances from DoT/ TEC/ TRAI/ Concerned authorities/ BSNL/ any service provider, for establishing the network and connecting different Network elements/ ports to BSNL/ any service provider’s circuits, shall be obtained by the operator.

5. Necessary approvals/ clearances from concerned authorities, as required, for fire protection, government duties/ taxes/ Octroi, shall be obtained by the operator.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

37

6. Necessary approvals/ clearances, from concerned authorities (like Municipalities, Public Works Department (PWD), Department of Irrigation, State Electricity Board etc. for “Right of way”), as required, shall be obtained by the Service Provider on behalf of GoG for laying their own cables to meet GSWAN requirements.

PROJECT IMPLEMENTATION

1. DAT, Government of Gujarat will be Engineer-In-Charge of the Project and all inspection, installation, commissioning and acceptance of work will be undertaken by them. All Invoices, Vouchers, Bills for supplied goods and services by the Vendor under the scope of the work will be verified measured and accepted by the Engineer-In-Charge and TPA- Government of India Enterprise, consultant to GoG, for release of payment.

2. As part of implementation the Vendor shall provide details of equipment that will be incorporated in the proposed system, material and manpower as required. The location for storing spare parts and quantity there on should also be clearly indicated.

3. The Vendor will implement the project strictly as per the plan approved by GoG. The Vendor shall install and implement the proposed system at such locations as may be selected by GoG within 120 days from the date of the Acceptance of LoI, which will be considered as a ‘Kick Off’ date. The Vendor will have to complete provisional Acceptance Test of the equipment to the satisfaction of GoG. This period may be extended depending upon the fulfillment of Conditions Precedent.

4. The Vendor shall provide the necessary technical support, Standard Operating Procedure (SOP) and other information to GoG and its user organizations in implementing the proposed system applications. GoG at any time during the currency of the Agreement should have access to the proposed sites.

5. The Vendor shall provide operational training to minimum 10 engineers as decided by DAT, FD, at no cost to GoG. The training schedule, content and modalities will be defined jointly by both the parties.

6. The Vendor shall arrange to obtain all statutory permission (If any) at no cost to the Government of Gujarat.

7. The Vendor may have to work during Holidays and Sundays, according to the urgency of work. The Vendor will obtain such permission on his own in consultation with the Engineers-in-charge. It will be the responsibility of the Vendor to co-ordinate with all other agencies of Government of Gujarat in order to obtain NOC required to execute the job.

8. The Vendor shall not disturb or damage the existing network of communication. If in case any damage to the network is done, the same shall be corrected with no extra cost. The agency shall also be responsible for paying penalty, as imposed by the service owner to which the damage is incurred.

9. In case of the material/solution supplied and installed is rejected owing to its non-conformity to the specification or due to the poor quality of workmanship, the same shall be replaced promptly.

10. Vendor shall treat all matters connected with the contract strictly confidential and shall undertake not to disclose, in any way, information, documents, technical data, experience and know how, without prior written permission from GoG.

11. Any damage caused to the property of Government of Gujarat while executing the job shall be solely Vendor's responsibility. In case any damage to the property is caused, the same will be recovered from the Vendors. No any extra cost shall be paid to the Vendor for such reasons.

12. The Vendor shall have to furnish the documentation of the work undertaken in consultation with Engineer-in-charge/GoG rep. 3 sets of such documentation should be provided before the issue of completion certificate.

13. It is a turnkey project. The Vendor shall be fully responsible for implementing the Project in totality and should include the items and their prices, if not included in price bid to complete the project on turnkey basis. Any claim whatsoever in this regard will not be entertained later on.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

38

14. In the event of the delay in delivery of contracted services or services is not satisfactory the GoG may procure goods from else ware as prescribed in bid and Vendor shall be liable without limitations for the difference between the cost of such substitution and the price set forth in the contract for the goods involved i.e. at the risk and cost of the Vendor.

15. GoG reserves the right to visit any working site of the Vendor with prior intimation. The concern Vendor has to make necessary arrangement for the same.

16. The Vendor shall be responsible and take required insurance for all of their representations working on the site at their own cost. GoG will not be responsible for any loss or damage to any of the representatives of the Vendor during the said contract.

17. All work shall be performed and executed by the Vendor in strict conformity with the engineer-in-charge / representative from GoG and any relative instruction issued to the Vendor by the Engineer-in-charge time to time.

18. GoG shall associate few engineers/ technicians during installation and commissioning work. The Vendor shall ensure proper participation of the nominated personnel from GoG and train them on the related system. Also Vendor shall organize the systematic training of selected personnel from GoG on the operation / management of equipments.

19. AT the time of bidding, the Service Provider should have Network available at SC (Gandhinagar), all the DCs and at minimum of 100 TCs. The Service Provider is required to connect these sites as per instructions from GoG.

20. The Service Provider, the GSWAN operator and the GoG / Third Party Agency will coordinate with each other for timely completion & commissioning of sites.

ACCEPTANCE TEST

Acceptance Test will be conducted in as follows: 1. Service Provider shall intimate GoG about provisioning of bandwidth at the designated site(s) at least

one week in advance so that necessary Inspection/testing required can be organized by GSWAN Operator / GoG.

2. Final Acceptance Test (FAT): After successful installation of the System in accordance with the requirements as mentioned in Price Bid, Final Acceptance Test will be conducted. After successful testing by the Third Party Agency along with the current GSWAN Operator, Acceptance Test Certificate will be issued by TPA to the Vendor. Type of test as per TEC for acceptance to be conducted on leased line and provision of testing equipment to conduct such test will provide by the vendor. The vendor will provide necessary support to staff who will be interested to carry out the test and also technical support.

3. The date on which Acceptance certificate is issued shall be deemed to be the date of successful commissioning of the System.

4. Any delay by the Vendor in the Acceptance Testing shall render the Vendor liable to the imposition of appropriate Penalties.

5. Government of Gujarat reserves the right to inspect equipments and material, prior to dispatch. The supplier should submit the factory Acceptance Test reports for approval of GoG. The cost of all such test shall be borne by the supplier. If any of the inspected goods fail to confirm the specification after installation, GoG may reject them and supplier has to replace the rejected goods. In case of inspection waiver, the same shall be obtained before the dispatch of goods. Inspection of rest of material shall be done at site by the engineer-in-charge /TPA. Sample approval should be obtained before installation for such material.

6. The first step will involve successful installation of sites phase wise within 120 Days. The provisional acceptance of these sites will be defined as partial acceptance.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

39

INSTALLATION REQUIREMENTS

1. The Vendor needs to pull necessary cables up to required place, using approved PVC Piping/Channel/RF/CAT5 or CAT6 Cable.

2. The necessary Electrical work has to be carried out by the Vendor. The GoG will not reimburse any cost towards the same. The Vendor need to take necessary permission if require from concern authority.

SOFTWARE LICENCES (IF APPLICABLE)

The Vendor shall be responsible for providing Software (System Software, Application Software, Device Drivers, IOS, etc) required, if any, to meet any additional requirements during the currency of the Agreement without any additional cost to GoG. All license software must be in the name of DAT, FD, Govt. of Gujarat. The ownership of any involved customize software will be of the DAT, FD Govt. of Gujarat.

INSTALLATION OF ADDITIONAL HARDWARE (IF APPLICABLE)

During the currency of the Agreement, for any additional requirement of equipment including interface equipment, the specifications will be provided by the Vendor. GoG/The Third Party Agency will verify suitability of the specifications uploaded by Vendor and recommend to GoG for acceptance. The Vendor will be obligated to undertake integration, operation and maintenance for all additional equipments if required.

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

40

Form 1 - Performa of Compliance letter / Authenticity of Information Provided / Declaration (On Non judicial Stamp paper of Rs. 100 duly attested by the First class Magistrate/Notary Public)

Date:

To, Deputy General Manager (Technical) Gujarat Informatics Ltd. Block-1, 8th Floor,

Udhyog Bhavan, Gandhinagar.

Sub: Compliance with the RFP terms and conditions Ref: <<RFP No.>> Dear Sir,

With reference to above referred tender, I, undersigned <<Name of Signatory>>, in the capacity of <<Designation of Signatory>>, is authorized to give the undertaking on behalf of <<Name of the bidder>>.

Having examined the RFP, we, the undersigned, herewith submit our proposal to provide our professional services as required and outlined in the RFP for Selection of consulting firm as Third Party Agency (TPA) for monitoring the MPLS project of Directorate of Accounts & Treasury, Government of Gujarat. We undertake to meet such requirements and provide such services as required and are set out in the RFP document.

We have read the provisions of the RFP document and confirm that these are acceptable to us. We further declare that additional conditions, variations, deviations, if any, found in our proposal shall not be given effect to.

We agree to abide by this proposal, consisting of this letter, the detailed response to the RFP and all attachments, for a period of 120 days from the opening of financial proposals as stipulated in the RFP document.

The Earnest Money Deposit submitted by us in the form of a BG may be encashed if we do not submit the requisite Performance Bank Guarantee for “RFP for Selection of consulting firm as Third Party Agency (TPA) for monitoring the MPLS project of Directorate of Accounts & Treasury, Government of Gujarat”, on our Company being selected for Selection.

We would like to declare that we have not been blacklisted by any Central / State Government (incl. its department/agency), are not involved in any major litigation that may have an impact

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

41

of affecting or compromising the delivery of services as required under this assignment and we are not under a declaration of ineligibility for corrupt or fraudulent practices.

In case of breach of any tender terms and conditions or deviation from bid specification other than already specified as mentioned above, the decision of GIL Tender Committee for disqualification will be accepted by us.

The Information provided in our submitted bid is correct. In case any information provided by us are found to be false or incorrect, you have right to reject our bid at any stage including forfeiture of our EMD/ PBG/cancel the award of contract. In this event, GIL reserves the right to take legal action on us.

We understand you are not bound to shortlist / accept any proposal you receive.

Our correspondence details with regards to this proposal are:

Sr. No Information Details

1. Name of responding Company:

2. Address of responding Company:

3. Name, Designation and Address of the contact person to whom all references shall be made regarding this RFP:

4. Telephone no. of contact person:

5. Mobile no. of contact person:

6. Fax no. of contact person:

7. E-mail address of contact person:

Thanking you,

Dated this _________ day of____________2016

Signature: ______________________________

(In the Capacity of) :______________________

Duly authorized to sign bid for and on behalf of

_______________________________________ Note: This form should be signed by authorized signatory of bidder

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

42

Form 2 - Details of Responding Company

Sr. No.

Particulars Details to be furnished

1. Details of responding bidder organization a) Name b) Address (Head office as

well as Regional office in Gujarat)

c) Telephone Fax d) Website 2. Details of Contact Person a) Name b) Designation c) Address d) Telephone no. e) Mobile no. f) Fax no. g) E-mail 3. Details of Authorized Signatory (please attach proof) a) Name b) Designation c) Address d) Telephone no. e) Mobile no. f) Fax no. g) E-mail 4. Information about responding Consultant a) Status of Bidder (Public Ltd.

/ Pvt. Ltd etc)

b) No. of years of operation in India

c) Details of Registration (Ref e.g. ROC Ref #)

Date Ref #

d) No. of resources/ staff in India

e) Locations and addresses of offices (in India and overseas)

RFP for Selection of TPA for monitoring MPLS project of DAT, GoG 

43

Form 3 – Financial Details of Responding Company

Financial Year

Turnover from Consulting Business in India (Rs. In Crores)

Turnover from Consulting Business for IT projects within Government Sector in India (Rs. In Crores)

Required documents uploaded? (Yes/No)

Note: Please fill this form and upload the audited Annual Accounts & Statutory Auditor’s / CA certificate for the last three financial years.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

44 | P a g e

Form 4 - Details of Experience of responding Company

[Using the format below, the responding Company should provide information on the similar

assignments as required for qualification criteria/technical evaluation]

Sr. No.

Project Name Client name & Location

Project Duration (From Date – End Date)

Contract Value

.

.

Brief Details of the each of the above mentioned Projects to be given in the format below: Sr. No Item Details General Information

1 Customer Name

2 Name of the contact person and contact details for the client of the assignment

Project Details

3 Project Title 4 Start Date/End Date 5 Current Status (work in progress, completed) 6 Number of staff deployed on the assignment Size of the project 7 Order Value of the project (in Rs. Lakhs) Narrative description of project: (Highlight the components / services involved in the project which are of similar nature to the project for which this RFP is floated.) Description of actual services provided by your staff within the project and their relevance to the envisaged components / services involved in the project for which this RFP is floated.

Note: Please provide Work Order/ Signed Contract / Client Letter/ Job Completion Certificate for each of the projects mentioned above. In absence of any of the above documents, the project shall not be considered for evaluation

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

45 | P a g e

Form 5 - Proposed Team Composition and Task Assignments

Professional Staff

Name of Staff Company Area of Expertise Position Assigned Task Assigned

This information should be provided for proposed resources that would interact with DAT,

GoG and their appointed agencies on continuous basis. The CV’s of these are also required to be

given in the format provided under this section

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

46 | P a g e

Curriculum Vitae (CV) for Proposed Professional Staff - Template

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Company [Insert name of Company proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other relevant specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under “5 – Education” were obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held, Project handled.]:

From [Year]: To [Year]: Employer:

Positions held: 11. Detailed Tasks Assigned 12. Work Undertaken that Best Illustrates Capability

to Handle the Tasks Assigned [List all tasks to be performed under this assignment]

[Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the project]

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

13. Staff is resident / native of:

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

47 | P a g e

14. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

48 | P a g e

Form FIN- 1: Financial Proposal Submission Form

(To be submitted on the Letterhead of the responding Company)

[Location, Date]

To,

Deputy General Manager (Technical)

Gujarat Informatics Limited,

Block No. 1, 8th Floor,

Udyog Bhavan, Gandhinagar.

Ref: RFP Notification no <******> dated <***dd/mm/yy>

Subject: Submission of proposal in response to the RFP for “Selection of consulting firm as

Third Party Agency (TPA) for Monitoring the MPLS Project of Directorate of Accounts &

Treasury, Gujarat”.

Dear Sir,

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in

accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our

attached Financial Proposal is for the sum of [Insert amount(s) in words and figures]. This amount

is inclusive of taxes as listed at Form FIN-2 (Summary of Costs) attached.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Company:

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

49 | P a g e

Form FIN- 2: Summary of Costs

Sr. No.  Description  Charges in Rs. Excluding taxes  Rate of Tax (%) 

A  B  C  D 

1  Charges For Year 1    

2  Charges For Year 2    

3  Charges For Year 3    

4  Charges For Year 4    

5  Charges For Year 5    

  Grand Total (Rs.)    

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Company:

Note:

1. The rates should be exclusive of all taxes. The applicable taxes should be submitted separately.

2. The ‘Grand Total’ of ‘Column C’ shall be considered for evaluation. 3. Bidders are required to quote rates considering all the aspects mentioned in the scope of

work mentioned in this RFP. The payment will be as per the above quoted & finalized rates. It may be noted that any extra charges like costs pertaining to travel, site visits, out of the pocket expenses, etc. will not be paid additionally.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

50 | P a g e

Format of Earnest Money Deposit in the form of Bank Guarantee

Ref: Bank Guarantee No.

Date:

To,

DGM (Technical)

Gujarat Informatics Limited

8th Floor, Block -1, Udyog Bhavan,

Sector - 11, Gandhinagar - 382010

Gujarat, India

Whereas ------------------------------------------------------------ (here in after called "the Bidder") has submitted its bid dated ---------------- in response to the RFP no. <<<<>>>> for “Selection of consulting firm as Third Party Agency (TPA) for Monitoring the MPLS Project of Directorate of Accounts & Treasury, Gujarat KNOW ALL MEN by these presents that WE --------------------------------------------------------------- -------------------------------------------------- having our registered office at ------------ ----------------------- ---------------------------- (hereinafter called "the Bank") are bound unto the Gujarat Informatics Limited in the sum of ---------------------- for which payment well and truly to be made to Gujarat Informatics Limited, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this --------------day of ----------------------- ----YYYY.

THE CONDITIONS of this obligation are:

1. The E.M.D. may be forfeited:

a. if a Bidder withdraws its bid during the period of bid validity

b. Does not accept the correction of errors made in the tender document;

c. In case of a successful Bidder, if the Bidder fails:

(i) To sign the Contract as mentioned above within the time limit stipulated by purchaser or

(ii) To furnish performance bank guarantee as mentioned above or

(iii) If the bidder is found to be involved in fraudulent practices.

(iv) If the bidder fails to submit the copy of work order & acceptance thereof.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

51 | P a g e

(v) If the successful bidder fails to submit the Performance Bank Guarantee & sign the Contract Form within prescribed time limit, the EMD of the successful bidder will be forfeited. GIL also reserves the right to blacklist such bidder from participating in future tenders if sufficient cause exists.

We undertake to pay to the GIL/Purchaser up to the above amount upon receipt of its first written demand, without GIL/ Purchaser having to substantiate its demand, provided that in its demand GIL/ Purchaser will specify that the amount claimed by it is due to it owing to the occurrence of any of the abovementioned conditions, specifying the occurred condition or conditions.

This guarantee will remain valid up to the validity of bids plus 90 days from the last date of bid submission. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that if this guarantee is extended for a period as mutually agreed between bidder & owner/purchaser, the guarantee shall be valid for a period so extended provided that a written request for such extension is received before the expiry of validity of guarantee.

The Bank shall not be released of its obligations under these presents by any exercise by the OWNER / PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things.

The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the SELLER’s liabilities.

Dated at _______________ on this _________ day of ___________YYYY.

____________________

Signed and delivered by

_____________________

For & on Behalf of

Name of the Bank & Branch &

Its official Address

Approved Bank: All Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

52 | P a g e

Format of Performance Bank Guarantee & Contract form

(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No.

Date:

To

Name & Address of the Purchaser/Indenter

____________________________

____________________________

Dear Sir,

In consideration of Name & Address of the Purchaser/Indenter, Government of Gujarat, Gandhinagar (hereinafter referred to as the OWNER/PURCHASER which expression shall unless repugnant to the context or meaning thereof include successors, administrators and assigns) having awarded to M/s. ……………………………………………………………………………………………………………… having Principal Office at …………………………………………………………………… (Hereinafter referred to as the “SELLER” which expression shall unless repugnant to the context or meaning thereof include their respective successors, administrators, executors and assigns) the supply of ____________________by issue of Purchase Order No………………. Dated ………… issued by <<GoG Department>> for and on behalf of the OWNER/PURCHASER and the same having been accepted by the SELLER resulting into CONTRACT for supplies of materials/equipments as mentioned in the said purchase order and the SELLER having agreed to provide a Contract Performance and Warranty Guarantee for faithful performance of the aforementioned contract and warranty quality to the OWNER/PURCHASER, __________________________________having Head Office at (hereinafter referred to as the ‘Bank’ which expressly shall, unless repugnant to the context or meaning thereof include successors, administrators, executors and assigns) do hereby guarantee to undertake to pay the sum of Rs._______________(Rupees________________________) to the OWNER/PURCHASER on demand at any time up to________________ without a reference to the SELLER. Any such demand made by the OWNER/PURCHASER on the Bank shall be conclusive and binding notwithstanding any difference between Tribunals, Arbitrator or any other authority.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

53 | P a g e

The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER/PURCHASER discharges this guarantee. OWNER/PURCHASER shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance by the SELLER of the aforementioned CONTRACT. The OWNER/ PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the SELLER, and to exercise the same at any time in any manner, and either to enforce to forebear to enforce any covenants contained or implied, in the aforementioned CONTRACT between the OWNER/PURCHASER and the SELLER or any other course of or remedy or security available to the OWNER/PURCHASER.

The Bank shall not be released of its obligations under these presents by any exercise by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things.

The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the Seller’s liabilities.

Notwithstanding anything contained herein above our liability under this Guarantee is restricted to Rs. _________________ (Rupees _________________________) and it shall remain in force up to and including ________________ and shall be extended from time to time for such period as may be desired by the SELLER on whose behalf this guarantee has been given.

Dated at _______________ on this _________ day of ___________YYYY.

_____________________

Signed and delivered by

_____________________

For & on Behalf of

Name of the Bank & Branch &

Its official Address

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

54 | P a g e

List of approved Banks

Approved Bank: All Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time.

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

55 | P a g e

CONTRACT FORM

THIS AGREEMENT made the __________ day of ____________________, YYYY ____ Between _______________________ (Name of purchaser) of _________________________________ (Country of Purchaser) hereinafter “the Purchaser” of the one part and ____________________________________ (Name of Supplier) of ___________________________ (City and Country of Supplier) hereinafter called “the Supplier” of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., __________________________________________________________________________________ (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of __________________________________________________ (Contract Price in Words and Figures) hereinafter called “the Contract Price in Words and Figures” hereinafter called “the Contract Price.”

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2 The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

2.1 the Bid Form and the Price Schedule submitted by the Bidder;

2.2 terms and conditions of the bid

2.3 the Purchaser’s Notification of Award

3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5 Particulars of the goods and services which shall be supplied / provided by the Supplier are as enlisted in the enclosed annexure:

TOTAL VALUE:

RFP for Selection Third Party Agency (TPA) for MPLS Project of DAT, GoG

56 | P a g e

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

Said __________________________________ (For the Purchaser)

In the presence of ________________________

Signed, Sealed and Delivered by the

Said __________________________________ (For the Supplier)

In the presence of _______________________