8/16/2019 Risl Draft Rfp 16112015
1/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
cument History
Overview Procurement Policy Manual for RajCOMP Info Services Limited
Document Title RajCOMP Info Services Limited- Manual on Policies and Procedures for
Procurement
Document
Status
Final
Abstract This document provides a broad framework and guidelines for RajCOMP Info
Services Limited Staff in carrying out various procurement activities.
Request for Proposal for Selection of System
Integrator for Upgradation, Operations &Maintenance of Network infrastructure and ITC
Equipment installed under Rajasthan State
government buildings.
Contact Information:
Kuldeep YadavACP(DD), RISL
2015
8/16/2019 Risl Draft Rfp 16112015
2/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Ref. No. F3.3(120)/RISL/Pur/2015-16/ 5432 dated 06/11/2015
Mode of Bid Submission Online though eProcurement/ eTendering system at
http://eproc.rajasthan.gov.in
Tendering Authority/Purchaser & Place
of Submission of Bid Proposal
Managing Director,
RajCOMP Info Services Limited (RISL)
1st
Floor, C-Block, Yojana Bhawan
C-Scheme, Jaipur - 302005
Rajasthan, INDIA
Date & Time of Pre-Bid Meeting
19.11.2015 (12:00 pm)
Place: RISL, Committee Room, Yojana Bhawan
Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)
Last Date & Time of Submission of Bid
(e-Bid)
From 07.12.2015 to 14.12. 2015 (up to 3:00 pm)
Date & Time of Opening of Technical
Bid (e-Bid)
RajCOMP Info Services Limited (RISL)
First Floor, C-Block, Yojana Bhawan, C-Scheme,
Jaipur – 302005 (Rajasthan), India
Phone: 0141-2226055, 5103902 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in Email: [email protected]
Request for Proposal for Selection of System Integrator for Upgradation, Operations &
Maintenance of SecLAN Network infrastructure and ITC Equipment installed under Rajasthan
State government buildings.
Bidding Document Fees (non-refundable): Rs. 5,000 (Rupees Five Thousand only)
Name of the Bidding Company/Firm:
Contact Person (Authorized Bid Signatory):
Correspondence Address:
Mobile No.:
Telephone & Fax Nos.:
Website & E-Mail:
http://eproc.rajasthan.gov.in/http://eproc.rajasthan.gov.in/http://risl.rajasthan.gov.in/mailto:[email protected]:[email protected]:[email protected]:[email protected]://risl.rajasthan.gov.in/http://eproc.rajasthan.gov.in/
8/16/2019 Risl Draft Rfp 16112015
3/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
ABBREVIATIONS & DEFINITIONS 7
1. INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB) 1
2. PROJECT PROFILE & BACKGROUND INFORMATION 1
3. PRE-QUALIFICATION / ELIGIBILITY CRITERIA 1
4. SCOPE OF WORK, DELIVERABLES & TIMELINES 2
4.1 DETAILS OF WORK (SOW) 2
4.2 SITE SURVEY, INSTALLATION AND COMMISSIONING OF SUPPLIED NETWORK INFRASTRUCTURE. 2
A) SYSTEM INTEGRATION COMPONENT: 2
B) OPERATION & MAINTENANCE (O&M), FACILITY MANAGEMENT SERVICES (FMS), COMPREHENSIVE
MAINTENANCE SERVICES: 2
C) CENTRALIZED ITIL ALIGNED IT SERVICE DESK: 2
5. FACILITY MANAGEMENT SERVICES AND HELPDESK 2
A) PREVENTIVE MAINTENANCE SERVICES: 2
B) CORRECTIVE MAINTENANCE SERVICES 2
C) ASSET MANAGEMENT SERVICES 2
D) CONFIGURATION AND RECONFIGURATION OF EUIPMENT/NETWORK/SERVICES 2
E) VENDOR MANAGEMENT SERVICES 2
F) NETWORK MANAGEMENT SERVICES 2
G) VIRUS MANAGEMENT SERVICES 2
H) END USER SUPPORT SERVICES 2
I) BACKUP & RECOVERY MANAGEMENT SERVICES 2
J) HELP DESK SUPPORT 2
K) MANAGEMENT OF INTERNET LEASED LINES AND POINT TO POINT LEASED LINES 2
L) MANAGEMENT OF EXTERNAL LINKS WITH NKN/NIC-NET/RAJSWAN/RAJNET NETWORKS 2
M) SECURITY ADMINISTRATION AND MANAGEMENT SERVICES 2
4.3 ROLES & RESPONSIBILITIES- 2
4.4 PROJECT DELIVERABLES, MILESTONES & TIME SCHEDULE 2
5. INSTRUCTION TO BIDDERS (ITB) 3
8/16/2019 Risl Draft Rfp 16112015
4/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
5.1. SALE OF BIDDING/ TENDER DOCUMENT 3
5.2. PRE-BID MEETING/ CLARIFICATIONS 3
5.3. CHANGES IN THE BIDDING DOCUMENT 3
5.4. PERIOD OF VALIDITY OF BIDS 3
5.5. FORMAT AND SIGNING OF BIDS: .......................................................................................................................................
5.6. COST & LANGUAGE OF BIDDING ............................................................................................................................
5.7. ALTERNATIVE/ MULTIPLE BIDS .............................................................................................................................
5.8. BID SECURITY ...................................................................................................................................................
5.9. DEADLINE FOR THE SUBMISSION OF BIDS.............................................................................................................................
5.10. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS .................................................................................................
5.11. OPENING OF BIDS .......................................................................................................................................................
5.12. SELECTION METHOD ....................................................................................................................................................
5.13. CLARIFICATION OF BIDS ................................................................................................................................................
5.14. EVALUATION & TABULATION OF TECHNICAL BID .................................................................................................................
5.15. EVALUATION & TABULATION OF FINANCIAL BIDS ................................................................................................................
5.16. CORRECTION OF ARITHMETIC ERRORS IN FINANCIAL BIDS ......................................................................................................
5.17. COMPARISON OF RATES OF FIRMS OUTSIDE AND THOSE IN RAJASTHAN......................................................................................
5.18. PRICE/ PURCHASE PREFERENCE IN EVALUATION ...................................................................................................................
5.19. NEGOTIATIONS...........................................................................................................................................................
5.20. EXCLUSION OF BIDS / DISQUALIFICATION ..........................................................................................................................
5.21. LACK OF COMPETITION .................................................................................................................................................
5.22. ACCEPTANCE OF THE SUCCESSFUL BID AND AWARD OF CONTRACT ............................................................................................
5.24. PROCURING ENTITY’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS .........................................................................................
5.25. RIGHT TO VARY Q UANTITIES ..........................................................................................................................................
5.26. PERFORMANCE SECURITY ..............................................................................................................................................
5.27. EXECUTION OF AGREEMENT ...........................................................................................................................................
5.28. CONFIDENTIALITY........................................................................................................................................................
5.29. CANCELLATION OF PROCUREMENT PROCESS .......................................................................................................................
5.30. CODE OF INTEGRITY FOR BIDDERS ...................................................................................................................................
5.31. INTERFERENCE WITH PROCUREMENT PROCESS ....................................................................................................................
5.32. APPEALS ...................................................................................................................................................................
5.33. STAY OF PROCUREMENT PROCEEDINGS .............................................................................................................................
5.36. DEBARMENT FROM BIDDING .........................................................................................................................................
5.37. MONITORING OF CONTRACT ..........................................................................................................................................
6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT ........................................................................
6.1. CONTRACT DOCUMENTS.................................................................................................................................................
8/16/2019 Risl Draft Rfp 16112015
5/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
6.2. INTERPRETATION ..........................................................................................................................................................
6.3. LANGUAGE..................................................................................................................................................................
6.4. JOINT VENTURE, CONSORTIUM OR ASSOCIATION ..................................................................................................................
6.5. ELIGIBLE GOODS AND RELATED SERVICES ............................................................................................................................
6.6. NOTICES 56
6.7. GOVERNING LAW .........................................................................................................................................................
6.8. SCOPE OF SUPPLY .........................................................................................................................................................
6.9. DELIVERY & INSTALLATION ..............................................................................................................................................
6.10. SUPPLIER’S/ SELECTED BIDDER’S RESPONSIBILITIES ..............................................................................................................
6.11. PURCHASER’S RESPONSIBILITIES .....................................................................................................................................
6.12. CONTRACT PRICE ........................................................................................................................................................
6.13. RECOVERIES FROM SUPPLIER/ SELECTED BIDDER .................................................................................................................
6.14. TAXES & DUTIES.........................................................................................................................................................
6.15. COPYRIGHT ...............................................................................................................................................................
6.16. CONFIDENTIAL INFORMATION ........................................................................................................................................
6.17. SUB-CONTRACTING .....................................................................................................................................................
6.18. SPECIFICATIONS AND STANDARDS ...................................................................................................................................
6.19. PACKING AND DOCUMENTS ...........................................................................................................................................
6.20. INSURANCE ...............................................................................................................................................................
6.21. TRANSPORTATION.......................................................................................................................................................
6.22. EXTENSION IN DELIVERY PERIOD AND LIQUIDATED DAMAGES (LD) ..........................................................................................
6.23. AUTHENTICITY OF EQUIPMENT .......................................................................................................................................
6.24. WARRANTY ...............................................................................................................................................................
6.25. PATENT INDEMNITY .....................................................................................................................................................
6.26. LIMITATION OF LIABILITY...............................................................................................................................................
6.27. FORCE MAJEURE ........................................................................................................................................................
6.28. CHANGE ORDERS AND CONTRACT AMENDMENTS ...............................................................................................................
6.29. TERMINATION ............................................................................................................................................................6.30. EXIT MANAGEMENT ....................................................................................................................................................
6.31. SETTLEMENT OF DISPUTES .............................................................................................................................................
7.1 PAYMENT TERMS AND SCHEDULE ..........................................................................................................................
7.2 SERVICE LEVEL STANDARDS/ REQUIREMENTS/ AGREEMENT: ........................................................................................
7.3 CHANGE REQUESTS/ MANAGEMENT ......................................................................................................................
ANNEXURE-1: BILL OF MATERIAL (BOM) 8
TABLE 1 OF ANNEXURE-1 8
TABLE-2 OF ANNEXURE-1 1
8/16/2019 Risl Draft Rfp 16112015
6/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
TABLE-3 OF ANNEXURE-1 1
LIST OF HP NMS/EMS MODULES PURCHASED UNDER RAJNET PROJECT: 1
TABLE-4 OF ANNEXURE-1 1
ANNEXURE-2: TECHNICAL SPECIFICATIONS 1
ANNEXURE-3: MANPOWER DEPLOYMENT 1
ANNEXURE 4: PRE BID QUERIES FORMAT 1
ANNEXURE-5: BIDDER’S AUTHORIZATION CERTIFICATE 1
ANNEXURE-6: DRAFT AGREEMENT FORMAT .................................................................................................... 1
ANNEXURE-7: BANK GUARANTEEFORMAT ...................................................................................................... 1
ANNEXURE-9: COVERING LETTER – TECHNICAL BID 1
ANNEXURE-10: FINANCIAL BID COVER LETTER & FORMAT 1
A) STAGE-1 (CAPEX)-FOR NETWORKING AND SECURITY EQUIPMENT WITH 5 YEARS OF COMPREHENSIVE
ONSITE WARANTY (BOQ TABLE A OF ANNEXURE A) 1
B) STAGE-II (COMPREHENSIVE AMC/OPEATION AND MAINTENANCE/MANPOWER CHARGES) 1
C) SUMMARY (CAPEX+OPEX) 1
ANNEXURE-12: SELF-DECLARATION 1
ANNEXURE-13: UNDERTAKING ON AUTHENTICITY OF EUIPMENT 1
ANNEXURE-14: CERTIFICATE OF CONFORMITY/ NO DEVIATION 1
ANNEXURE-16: DECLARATION BY BIDDER FOR AUTHORIZED SUPPLIER 1
ANNEXURE-17: MANUFACTURER’S AUTHORIZATION FORM (MAF) 1
ANNEXURE-18: PROJECT REFERENCES FOR EXPERIENCE OF BIDDER 1
ANNEXURE-19: COMPONENTS OFFERED – BOM 1
ANNEXURE-20: CERTIFICATE FOR EXEMPTION OF BID SECURITY 1
ANNEXURE-21: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 1
8/16/2019 Risl Draft Rfp 16112015
7/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Abbreviations & Definitions
ActThe Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21
of 2012) and Rules thereto
Authorised Signatory The bidder’s representative/ officer vested (explicitly, implicitly, or through
conduct) with the powers to commit the authorizing organization to a
binding agreement. Also called signing officer/ authority having the Power
of Attorney (PoA) from the competent authority of the respective Bidding
firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and
includes any tender, proposal or quotation in electronic format
Bid Security
A security provided to the procuring entity by a bidder for securing the
fulfilment of any obligation in terms of the provisions of the bidding
documents.
Bidder Any firm participating in the procurement/ bidding process with the
procurement entity. The sole bidder should qualify all terms and conditions
of RFP.
Bidding Document
Documents issued by the procuring entity, including any amendments
thereto, that set out the terms and conditions of the given procurement
and includes the invitation to bid
BoM Bill of Material
CINOC Centralized Integrated Network Operations Centre
CMC Contract Monitoring Committee
Competent Authority An authority or officer to whom the relevant administrative or financial
powers have been delegated for taking decision in a matter relating to
procurement. Chairman & Managing Director, RISL in this bidding
document.
Contract/
Procurement Contract
A contract entered into between the procuring entity and a successful
bidder concerning the subject matter of procurement
8/16/2019 Risl Draft Rfp 16112015
8/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Contract/ Project
Period
The Contract/ Project Period shall commence from the date of signing of
agreement till 3 years and 3 months. First 3 months would be for
Installation, Integration and operationalization of solution and thereafter
O&M period would be for remaining 3 years.
COTS Commercial Off The Shelf Software
Day A calendar day as per IST.
DeitY, GoIDepartment of Electronics and Information Technology, Government of
India
DoIT&C Department of Information Technology and Communications, Government
of Rajasthan.
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-
Governance Initiative of Government of Rajasthan under Mission Mode
Project category and is part of Integrated Financial Management System
(IFMS). e-GRAS facilitates collection of tax/ non-tax revenue in both the
modes: online as well as manual. All types of government revenue may be
deposited online using this website: https://egras.raj.nic.in/
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods
All articles, material, commodities, electricity, livestock, furniture, fixtures,
raw material, spares, instruments, software, machinery, equipment,
industrial plant, vehicles, aircraft, ships, railway rolling stock and any
other category of goods, whether in solid, liquid or gaseous form,
purchased or otherwise acquired for the use of a procuring entity as well
as services or works incidental to the supply of the goods if the value
of services or works or both does not exceed that of the goods
themselves
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity inviting
Bids relating to the subject matter of procurement and any amendment
thereto and includes notice inviting Bid and request for proposal)
https://egras.raj.nic.in/https://egras.raj.nic.in/
8/16/2019 Risl Draft Rfp 16112015
9/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are
allowed to participate
NeGP National e-Governance Plan of Government of India, Department of
Information Technology (DIT), Ministry of Communications and
Information Technology (MCIT), New Delhi.
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement Process
The process of procurement extending from the issue of invitation to Bid
till the award of the procurement contract or cancellation of the
procurement process, as the case may be
Procurement/ Public
Procurement
The acquisition by purchase, lease, license or otherwise of works, goods or
services, including award of Public Private Partnership projects, by a
procuring entity whether directly or through an bidder with which a
contract for procurement services is entered into, but does not include any
acquisition without consideration, and “procure” or “procured” shall be
8/16/2019 Risl Draft Rfp 16112015
10/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/ Tendering
Authority/ Procuring
Entity
Person or entity that is a recipient of a good or service provided by a seller
(bidder) under a purchase order or contract of sale. Also called buyer. RISL
in this RFP document.
RajNETAn umbrella network covering RajSWAN, SecLAN, GRAMSAT, VSAT and any
other network of Govt of Rajasthan.
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RISL RajCOMP Info Services Limited
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services
Any subject matter of procurement other than goods or works and
includes physical, maintenance, professional, intellectual, consultancy and
advisory services or any service classified or declared as such by aprocuring entity and does not include appointment of any person made by
any procuring entity
Bidder (SP) The bidder supplying necessary hardware, software and services
SLA
Service Level Agreement is a negotiated agreement between two parties
wherein one is the customer and the other is the bidder. It is a service
contract where the level of service is formally defined. In practice, the term
SLA is sometimes used to refer to the contracted delivery time (of the
service) or performance.
State Government Government of Rajasthan (GoR)
State Public
Procurement Portalhttp://sppp.raj.nic.in
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of Any item of procurement whether in the form of goods, services or works
http://sppp.raj.nic.in/http://sppp.raj.nic.in/
8/16/2019 Risl Draft Rfp 16112015
11/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Procurement
TIN Tax Identification Number
TPA Third Party Auditors
UASL Unified Access Service Licence
VAT/ CenVAT Value Added Tax/ Central VAT
WO/ PO Work Order/ Purchase Order
8/16/2019 Risl Draft Rfp 16112015
12/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
1. INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB)
RISL invites e-bids from eligible bidders for Selection of System Integrator for upgradation,
Operations & Maintenance of Network infrastructure and ITC equipment installed at Yojana
Bhawan, Secretariat campus & other Rajasthan Sate Government buildings for a period of 3 Years.
Name & Address of the
Procuring Entity
Name: Managing Director, RISL
Address: RISL, YojanaBhawan Campus, TilakMarg,C-Scheme,
Jaipur (Rajasthan)
Name & Address of the
Project Officer In-charge
(POIC)
Name: Sh. Kuldeep Yadav
Designation: Analyst Cum Programmer(DD)
Address: First Floor, YojanaBhawan, C-Block, Tilak Marg, C-
Scheme, Jaipur-302005 (Rajasthan)
Email: [email protected]
Subject Matter of
Procurement
RFP for Selection of System Integrator for upgradation, Operations &
Maintenance of Network infrastructure and ITC equipment installed
at Yojana Bhawan, Secretariat campus & other Rajasthan Sate
Government buildings for a period of 3 Years.
Bid ProcedureSingle-stage Bidding: two part (envelop) open competitive e-Bid
procedure at http://eproc.rajasthan.gov.in
Bid Evaluation Criteria
(Selection Method)
Lowest evaluated technically responsive bidder shall be selected for
award of contract for each Package.
Websites for downloading
Bidding Document,
Corrigendum’s,
Addendums etc.
Websites: http://sppp.raj.nic.in, http://eproc.rajasthan.gov.in,
http://risl.rajasthan.gov.in, http://doitc.rajasthan.gov.in
Bidding document fee: Rs. 5000 (Rupees five thousand only) in
Cash/ Demand Draft in favour of “Managing Director, RISL”
payable at “Jaipur”.
RISL Processing Fee: Rs. 1000/- (Rupees One thousand only) in
Demand Draft in favour of “Managing Director, RISL” payable at
“Jaipur”.
Estimated Procurement
Cost Rs. 30 Crores (Rupees Thirty Crores only)
Bid Security and Mode of
Payment
Amount (INR): 60 Lacs.[2% of the estimated procurement cost,
0.5% for S.S.I. of Rajasthan, 1% for Sick Industries, other than
S.S.I., whose cases are pending with Board of Industrial &
Financial Reconstruction].
Mode of Payment: Banker’s Cheque or Demand Draft or Bank
Guarantee (in specified format), of a Scheduled Bank in favour of
“Managing Director, RISL” payable at “Jaipur”
Period of Sale of Bidding
Document (Start/ EndFrom 10.11.2015 to 14.12.2015 (up to 2:00 pm)
http://eproc.rajasthan.gov.in/http://sppp.raj.nic.in/http://eproc.rajasthan.gov.in/http://risl.rajasthan.gov.in/http://doitc.rajasthan.gov.in/http://doitc.rajasthan.gov.in/http://risl.rajasthan.gov.in/http://eproc.rajasthan.gov.in/http://sppp.raj.nic.in/http://eproc.rajasthan.gov.in/
8/16/2019 Risl Draft Rfp 16112015
13/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Date)
Date/ Time/ Place of Pre-
Bid Meeting
19.11.2015 (12:00 pm)
Place: RISL, Committee Room, YojanaBhawan Campus, Tilak Marg,C-Scheme, Jaipur (Rajasthan)
Pre-Bid response & Final
RFP upload on respective
websites
By 30.11.2015
Manner, Start/ End Date
for the submission of Bids
Manner: Online at e-Procurement website
(http://eproc.rajasthan.gov.in)
From 07.12.2015 to 14.12. 2015 (up to 3:00 pm)
Submission of Banker’s
Cheque/ Demand Draft for
Tender Fee,Bid Security,
and Processing Fee*
From 10.11.2015 to 14.12.2015 (up to 3:00 pm)
Date/ Time/ Place of
Technical Bid Opening
14.12.2015 (up to 04:00 pm)
Place: RISL, Committee Room, YojanaBhawan Campus, Tilak Marg,
C-Scheme, Jaipur (Rajasthan)
Date/ Time/ Place of
Financial Bid OpeningWill be intimated later to the Technically qualified bidders
Bid Validity90 days from the bid submission deadline
Note:
1) Bidder (authorised signatory) shall submit their offer on-line in Electronic formats both for
technical and financial proposal. However, DD for Tender Fees, RISL Processing Fees and Bid
Security should be submitted physically at the office of Tendering Authority as prescribed in NIB
and scanned copy of same should also be uploaded along with the technical Bid/ cover.
2) * In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for
Tender Fee, Bid Security, and RISL Processing Fee as per timelines mentioned in NIB, its Bid shall
not be accepted. The Banker’s Cheque/ Demand Draft for Bidding document fee and Bid Security
should be drawn in favour of “Secretary & Commissioner, DoIT&C” and the RISL Processing Fee
in favour of “Managing Director, RajCOMP Info Services Ltd.” payable at “Jaipur” from any
Scheduled Commercial Bank.
3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate
(Type III) as per Information Technology Act-2000 using which they can digitally sign their
electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e. TCS,
Safecrypt,Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need
not procure a new DSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders
already registered on http://eproc.rajasthan.gov.in before 30-09-2011 must register again).
4) DoIT&C will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid 11th hourissues like slow speed; choking of web site due to heavy load or any other unforeseen problems.
http://eproc.rajasthan.gov.in/http://eproc.rajasthan.gov.in/
8/16/2019 Risl Draft Rfp 16112015
14/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website
for further details about the e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being
arranged by DoIT&C on a regular basis. Bidders interested for training may contact e-Procurement Cell, DoIT&C for booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)
e-mail: [email protected]
Address : e-Procurement Cell, RISL, YojanaBhawan, Tilak Marg, C-Scheme, Jaipur
7) The procuring entity reserves the complete right to cancel the bid process and reject any or all of
the Bids.
8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process
unless and until a formal contract is signed and executed between the procuring entity and the
successful bidder.
9) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus ispurely on the individual bidders to verify such information) and the information provided therein
are intended only to help the bidders to prepare a logical bid-proposal.
10) The provisions of RTPPA Act 2012 and Rules thereto shall be applicable for this procurement.
Furthermore, in case of any inconsistency in any of the provisions of this bidding document with
the RTPP Act 2012 and Rules thereto, the later shall prevail.
Managing Director
8/16/2019 Risl Draft Rfp 16112015
15/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
2. PROJECT PROFILE & BACKGROUND INFORMATION
2.1. Introduction
Government of Rajasthan has established a metropolitan area network (MAN) in 2005 covering
around 48 various offices located in Jaipur city under SECLAN project. Thereafter, in 2013, thenetwork has been extended to 33 District Collectorates, 240 Block Head Quarters and 3500
(approx.) offices located in these District/Block Headquarters under Rajasthan State Wide Area
Network (RajSWAN) project.
Presently, State Government is under implementation of multi-mode connectivity network upto
Gram Panchayat level under RajNET project in Rajasthan to cater voice, video and data services
under various categories of G2G, G2B and G2C services.
Government of Rajasthan, as part of its on-going Information Technology reforms and considering
the requirement of higher bandwidth, laying Optical fiber network between various government
buildings of Jaipur and other District Headquarters. It aims to utilize the benefits of InformationTechnology to bring about radical changes in the way various processes are carried out presently to
improve the Accountability, Transparency & Effectiveness in Government administration.
2.2. Project Objectives
The SecLAN-MAN connects not only all the buildings within the secretariat premises to the SDC at
Yojana Bhawan over a high-speed gigabit Ethernet backbone but also connect important
Government buildings outside the Secretariat through a mix of fiber optic / wireless / leased links
thereby providing 24x7 Internet facility through Internet leased line of 1 gbps NKN. The rough list of
Govt. buildings/offices covered under SecLAN-MAN is at Annexure-A.
The objective of SecLAN-MAN is to provide basic ITC & Networking infra for all e-governance
applications/project of GoR. It provides data, IP-voice, video conferencing, Wi-Fi and Internet
services to its users. It is required to ensure that the SecLAN-MAN should be functional on 24 x 7
basis.
Various kind of Networking & ITC equipment are installed in SecLAN-MAN to provide 24 x 7 basis
connectivity. These equipment are the most important equipment as these are being used to access
various central applications hosted at SDC.
Criticality: It can easily be understood form the scenario as portrayed above that Networking & ITC
equipment are very critical equipment and need to functions without flaw all 24 hours a day round
the year. It is very difficult to afford down time of any of such equipment.
2.3. Brief Technical Solution Requirements
The solution proposed in the RFP is broadly divided into two components:
System Integration Component: Up gradation of IT and Non‐IT Infrastructure installed under
Rajasthan State government buildings (Annexure-A).
Operations & Maintenance Component: O&M of IT and Non‐IT Infrastructure installed underRajasthan State government buildings (Annexure-A).
8/16/2019 Risl Draft Rfp 16112015
16/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
3. PRE-QUALIFICATION / ELIGIBILITY CRITERIA
3.1 A bidder participating in the procurement process shall possess the following minimum pre-
qualification/ eligibility criteria
S.No. Basic
Requirement
Specific Requirements Documents Required
1. Legal Entity A) The bidder should be a Proprietorship firm
duly registered either under the Rajasthan
Shops & Commercial Establishments Act,1958 or any other Act of State/ Union, as
applicable for dealing in the subject matter of
procurement (Note: A self-certified
declaration regarding the non-applicability of
registration to any Act should be submitted
by the bidder)
OR
B) A company registered under Indian
Companies Act, 1956
OR
C) A partnership firm registered under Indian
Partnership Act, 1932.
- Copy of valid
Registration Certificates
- Copy of Certificates of
incorporation
2. Financial
Turnover from
IT/ITeS/
Telecom
Services
Average Annual Turnover from
IT/ITeS/Telecom services during last three
financial years, i.e., from 2012-13 to 2014-15
(as per the last published audited balance
sheets) of the bidder, should be Rs. 90 crores.
CA Certificate with CA’s
Registration Number &
Seal
AND
As per Annexure-12
3. Financial: Net
Worth
The net worth of the Bidder in the last three
financial year, i.e. from 2012-13 to 2014-15
(as per the last published audited balance
CA Certificate with CA’s
Registration Number &
Seal
8/16/2019 Risl Draft Rfp 16112015
17/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
sheets), should be ‘Positive’ in each financial
year. PSUs fully owned by State/ Central
Government are exempted.
4.
Technical
Capability
The bidder should have experience of setting
up WAN (Wide Area Network) / MAN
(Metropolitan Area Network) project or Data
Center of at least 300 Network Nodes and
carrying out O&M for at least one year. This
experience should be within last four years
ending 31st
Mar 2015.
As per Annexure-20
AND
Work Completion
Certificates from the
client;
OR
Copies of work orderand the client certificate
for satisfactory
completion of project.
5. Tax
registration
and clearance
The Sole bidder/ should have a registered
number of:
i. VAT/ CST where his business is located
ii. Service Tax
iii. Income Tax / Pan number.
The bidder should have cleared his VAT/ CST
dues up to 31st
March 2015 to the
Government.
Note: The benefit of price preference to the
extent of amount equivalent to RVAT in the
bid evaluation shall be provided as per the
clause 5(16) of RFP. RVAT benefit shall be
provided to only those bidders who are
registered for RVAT at the time of submission
of bid else the bid shall be considered with
CST component only.
Copies of relevant
certificates of
registration
VAT/ CST clearance
certificate from the
Commercial Taxes
Officer of the Circle
concerned
6. Certification The bidder at the time of bidding, should
have following Valid certification:
1. ISO 9001:2008
2. ISO 27001:2013
Copy of a valid
certificate
8/16/2019 Risl Draft Rfp 16112015
18/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
3. ISO 20000
7. OEM
Qualification
The OEM must be a registered company
/office in India for last five financial years.
AND
The OEM must have service centre in India
Copy of valid
Registration Certificates
under Indian Companies
Act, 1956
AND
Copy of list of
operational authorized
service centre in India
duly signed and sealed
by authorized signatory
of OEM.
9. Mandatory
Undertaking
Bidder should: -
a) not be insolvent, in receivership, bankrupt
or being wound up, not have its affairs
administered by a court or a judicial
officer, not have its business activities
suspended and must not be the subject of
legal proceedings for any of the foregoing
reasons;
b) not have, and their directors and officers
not have, been convicted of any criminal
offence related to their professional
conduct or the making of false statements
or misrepresentations as to their
qualifications to enter into a procurementcontract within a period of three years
preceding the commencement of the
procurement process, or not have been
otherwise disqualified pursuant to
debarment proceedings;
c) not have a conflict of interest in the
procurement in question as specified in
the bidding document.
d) Comply with the code of integrity as
specified in the bidding document.
A Self Certified letter as
per Annexure-14: Self-
Declaration
8/16/2019 Risl Draft Rfp 16112015
19/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
10. Mandatory
Requisites
The Bidder should have Manufacturers’
authorization and a direct back-to-back
support agreement with the OEM for the
equipment’s included in the proposed
solution.
And
All the proposed equipment should not be
declared End‐of‐Support by the OEMs for next
5 years from the date of bid submission.
OR
The Bidder must be a manufacturer,
distributor or bona-fide dealer of equipment’s
included in the proposed solution and furnish
necessary proof for the same in the specified
format.
And
All the proposed equipment should not be
declared End‐of‐Support by the OEMs for next
5 years from the date of bid submission.
The Bidder must attach
Authorization
Certificates for all the
quoted products as per
Annexure-18.
Where applicable, proof
of authorization by the
manufacturer or
country distributor in
India, shall be enclosed
as per Annexure-19:
MAF
The OEM undertaking
letter should be
enclosed
11. Manpower
Strength of
Bidder
The bidder must have had at least 50
technical professionals (Diploma/ Degree
holder in Engineering) on roll in each year
during last three financial year from 2011-12
to 2013-14.
CS Certificate with CS’s
Registration Number/
Seal
OR
Letter from HR of the
firm duly signed and
sealed of the firm.
Note: OEM of All type of Switches shall authorize only one SI to participate in the bid, more than
one bid from same OEM of switches will be treated as disqualified.
8/16/2019 Risl Draft Rfp 16112015
20/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
4. SCOPE OF WORK, DELIVERABLES & TIMELINES
4.1 Details of work (SoW)
The scope of work under this RFP is broadly divided into two components:
Facility Management Services for ITC & Networking euipment/items and related services
mentioned in Table-1 & Table-2 of Annexure- 1.
System Integration: The bidder is required to Supply, Install, and Commission, integrates and
upgrade network devices under network Infrastructure as per the specifications mentioned
in the Bid document. The old devices should be recovered and deposited to RISL/DoIT&C
which can be used further as and when required. The bidder shall ensure the seamless
integration and interoperability with existing installed SecLAN and SDC infrastructure and
shall provide declaration on seamless integration. Uplink connectivity of the network should
be upgraded to 10Gbps using the devices being supplied under this RFP.
The bidder shall provide Facility Management Services (FMS)/Comprehensive Maintenance
Services including day-to-day operations of SecLAN/SDC Items/services mentioned in Table-
1 & Table-2 of Annexure- 1 for entire project period. Bidder shall also ensure uptime of all
the equipment, services and network including links to external networks like RajSWAN,
NKN, Nic-Net, RSDC, RajNET or any other network govt. may deploy in future, as per the SLA
requirements as mentioned in tender document.
Comprehensive Onsite Maintenance with spare parts for equipment
Bidders are required to provide the Comprehensive Onsite Maintenance with spare parts for
all equipment as highlighted in the table-1 & 2 of annexure-1 and to maintain the required
SLA. The details of the work to be undertaken are as follows:
Repairing of defective parts/components. Replacement of parts/components beyond repair with parts/components of same or
better specifications ensuring compatibility.
Providing suitable standby for parts/components with same or better specifications
till the time the original part/component if repaired or replaced so that daily
business is not affected.
The IT infrastructure covered within the scope of work (FMS/AMC) are mentioned at
Annexure- 1 and includes various PCs, Printers, IP Phones, Wifi devices, Networking Devices,
Leased Lines, OFC Cables, LAN Cables, IOs, racks, UPS, assemblies, I-pads and other active
and passive components constituting the IT assets of the purchaser under SecLAN/SDC
project. The network backbone and IT euipment installed at Secretariat, Department of IT &
C and other Office buildings of the Government of Rajasthan, who needs to access the ITservices from State Data Center at Yojana Bhawan either using the SecLAN or is on leased
lines or those offices whose IT systems are maintained by DoIT&C are all included in the
scope of work. FMS shall covers the SoW of Fibre splicing, new LAN cabling and fibre patch
cord, LAN and IO port punching as and when required by the RISL.
RISL will provide the HP open view NMS/EMS tool of RajNET project for
monitoring/maintenance of the network infrastructure. The details of the tools are given in
Table 3 of Annexure-1. The successful bidders will be coordinate to get the deployed devices
integrated in the RajNET Helpdesk system to provide the proper reporting/monitoring of call
resolutions for managing the devices and adhere the SLAs of the RFP. To fulfil this
requirement, successful bidder is required to deploy the HP EMS/NMS experiencedresources.
8/16/2019 Risl Draft Rfp 16112015
21/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
The successful bidder shall do the followings activities:
4.2 Site Survey, installation and commissioning of supplied Network Infrastructure.
The bidder has to study the existing network topologies & policies and conduct a GAP
analysis. The same setup is required to be reconfigured/enhanced at the new network
infrastructure after considering the required gaps for up gradation to support 10Gbps
network infrastructure.
The details of Switches deployed under SecLAN network with make & model are given in
Table 1 & 2 Annexure -1 and list of tentative locations can be referred from Table 4 of
Annexure 1.
The tentative details of the New switches and Security equipment to be procured under this
RFP are given in Table A of Annexure -1 in BOQ section and Bidder have to offer the product
warranty of 3 years from the date of GO-LIVE. Successful bidder will be responsible for the
migration of all components under this project to IPV6 as and when required.
a) System Integration Component:
Upgradation of Network Infrastructure and Backbone of the network should be
upgraded to 10Gbps.
b) Operation & Maintenance (O&M), Facility Management Services (FMS),
Comprehensive Maintenance Services:
The Successful bidder shall be responsible for the overall management of the IT and
Non‐IT Infrastructure and enabling infrastructure maintenance services, facility
management services at all SecLAN locations to ensure the adherence of SLAs. The
bidder shall provide comprehensive maintenance for the existing infrastructure as
highlighted in the respective tables of the Annexure A. The selected bidder is not
required to provide comprehensive maitenance/AMC of the new devices. Also, the
selected bidders are required to work on the tool as per the capability of the RajNET
NMS/EMS tool. If something extra functionality is required, bidder shall include the
same.
c) Centralized ITIL Aligned IT Service Desk:
a) The bidder shall be required to setup Service Desk for Network Operations Center. It
will be the central mechanism for NOC staff to track and respond to requests and
problems logged by end users and also work upon other NOC functions. Thus, it is
expected that the proposed Service Desk is well aligned to maximum number of ITIL
processes such as the tickets assigned to the service desk are attended as defined inthe SLA.
b) Dashboard Reporting: The bidder shall coordinate with RajNET NoC/EMS team to
provide required reports to RISL.
c) Problem Resolution and Sign‐Off: Network users would report any network related
problem through online web based application, Helpdesk interface or by calling the
Centralized Helpdesk number. The severity of the call will be automatically decided
according to the Helpdesk Severity Matrix detailed in the SLA section. The Bidder will
keep track of Helpdesk performance. This online report would contain:
Trouble Ticket Number as generated in the Online System
Time at which the problem was logged Problem Description
8/16/2019 Risl Draft Rfp 16112015
22/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Customer Details – Contact and Location
Helpdesk Engineer
Problem Resolution Time
Cause of pro
blem Feedback
Once ticket gets resolved, then engineer will take signoff from the client via support
portal/Resolution Report and update the same on support portal. Users shall escalate it
further if they are not satisfied with the services.
5. Facility Management Services and Helpdesk
To maintain such large infrastructure effectively without any interruptions to IT services (24
x 7 availability of IT infrastructure) to users, Successful bidder is required to provide
following Services for entire contract period:
a) Preventive Maintenance Services:
The Successful bidder shall provide preventive maintenance services for all the euipment
at least once in every quarter. The preventive maintenance shall include :
Conduct inspection (check for loose contacts in the cable and connections
etc.), testing, satisfactory execution of diagnostics and necessary repairing of
equipment.
Cleaning and removal of dust and dirt from the interior and exterior of the
equipment.
Selected bidder shall intimate and take approval from purchaser before
carrying out preventive maintenance activity.
b) Corrective Maintenance Services
The Successful bidder shall provide corrective maintenance services for all the euipment
as and when required during entire project period to meet the SLA requirements. The
corrective maintenance shall cover:
Troubleshooting of problems related to the euipment/Network/Services and
rectification of the same.
Repairing of defective parts/components.
Replacement of parts/components beyond repair with parts/components of
same or better specifications ensuring compatibility without any additional
cost.
Providing suitable standby for parts/components with same or better
specifications till the time the original part/component if repaired or
replaced so that daily business is not affected. The Maintenance support for
euipment shall include all passive components including, screws, clamp,
fasteners, ties anchors, supports, ground strips, wires, fiber connecting kits,
gears, spares, power-cables, Network cables etc.
Documentation of problems, isolation, cause and rectification procedures
for building knowledge base for the known problems.
c) Asset Management ServicesThe Successful bidder shall be required to get the database of all IT assets populated in
8/16/2019 Risl Draft Rfp 16112015
23/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
the RajNET EMS/NoC:
Information like serial numbers, licensing, warranty and AMC details, place
of installation of each equipment etc.
Software inventory with information such as Licenses, Version Numbers and
Registration Details Record of installation and removal of any equipment and inform
RISL/DoIT&C even if it is temporary.
The Successful bidder shall be required to register all software ( in case not
registered) with respective OEMs
The Successful bidder shall be required to perform software license
management and notify RISL/DoIT&C on licensing contract renewal.
d) Configuration and reconfiguration of euipment/network/services
The Successful bidder shall be responsible for configuration/re-configuration
of all the euipment/services as and when required.
The Successful bidder shall maintain a record of hardware and software
configurations of all euipment including the details of different policies
implemented on the devices such as VLAN configurations, access control
lists, routing filters, clustering details etc. Successful bidder shall keep
regular backups of soft copies of the configurations of each of the devices
mentioned above.
The Successful bidder shall define change management procedures to
ensure that no unwarranted changes are carried out on the network &
security devices. All the changes must be formally approved by the Service
provider’s designated team leaders and recorded.
The Successful bidder shall do proper version management of these
configurations as the configurations may be changed from time to time. This
is required to ascertain changes made to these configurations at different
stages as well as have functional configurations.
The Successful bidder shall ensure that these configurations are not
accessible in general and must be kept confidential with the Purchaser and
project manager.
e) Vendor Management Services
The Successful bidder shall coordinate with external vendors for upkeep of euipment to
meet the SLA and shall liaison with respective vendors/OEMs for repairs/replacement of
items. To perform this activity, the Successful bidder shall do the following: Maintain equipment/service wise database of the various vendors and
service providers with details like contact person, telephone numbers,
escalation matrix, response time and resolution time commitments etc.
Log and escalate the calls with respective vendors/OEM/service providers
and coordinate with them to get the equipment repaired/problems
resolved.
f) Network Management Services
The scope of work under network management services would include:
Configuration/Reconfiguration and Management of various policies likeSecurity policies, Access policy, IP Policy, routing policy, firewall policies as
8/16/2019 Risl Draft Rfp 16112015
24/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
per ISO requirements for providing accessibility between external links in co-
ordination with respective vendors including but not limited to
opening/closing of specific ports on network devices etc.
Performance tuning to ensure resilient performance, reliability and high
availability of the euipment/network/services. Opening/closing of specific ports on network devices.
Daily monitoring of LAN & WAN, manual testing, troubleshooting and
reporting including the following:
Monitor the availability of links and their utilisation to various departments
and buildings and take corrective action where required.
Management and maintenance of internet bandwidth / links provided by
NKN and Other ISPs.
Monitor the critical errors in switches and routers and do necessary fault
isolation.
Collect the data flow on basis of time, interface, IP address, application wise
for traffic analysis. Sending alerts to concerned people regarding critical errors.
Integration and management of New LAN Segments with SecLAN Network
when ever any new network segment is established by GoR under SecLAN
project.
g) Virus Management Services
The Successful bidder shall provide an effective control mechanism for virus
control on the network, desktops and server. Successful bidder shall
establish proper procedures to contain a virus outbreak and shall enforce
the same on every such instance.
On virus out-break, Successful bidder team shall provide proper guidance tothe users and shall take corrective measure to resolve such virus problems.
Any up-gradation of software such as antivirus signatures etc. in SecLAN
shall be the responsibility of the Successful bidder during the entire period
of FMS. Successful bidder shall enforce proper update/upgrade
management e.g., for desktops there should be no manual distribution of
update signatures, updates should be managed from a central virus
management server.
The Successful bidder has to ensure that all the euipment remain
virus/worm free. The servers and desktops shall be protected and safe
guarded against viruses/worms, unauthorized access, spamming etc. The
selected bidder shall maintain, at all times, an updated anti-virus signaturedatabase.
h) End User Support Services
The Successful bidder shall be responsible for providing operational, up-
gradation as well as corrective services to the users for desktop/operating
systems and network/IP phones.
The Successful bidder shall resolve Network and other service related
problems of all the euipment installed with end user.
The Successful bidder shall remove viruses from the user desktops in the
event of virus out break and ensure that virus signatures are automatically
updated on the desktop.
The Successful bidder shall be required to install IP phones/Desktops etc.
8/16/2019 Risl Draft Rfp 16112015
25/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
i) Backup & Recovery Management Services
The network team shall be responsible for syslog backup/switches
configuration backup.
Successful bidder shall ensure periodic backups of all the desktops/Laptops
as per policy guidelines issued by the RISL.
The Successful bidder shall restore the backups as and when required.
Successful bidder shall be responsible for proper housing of the backup for
identification and retrieval.
Successful bidder shall provide MIS reports such as weekly on backup and
restoration logs.
j) Help Desk Support
The Successful bidder shall provide 24 x 7 help desk support from State
Data Centre to all network Users of this project. For this purpose the Successful bidder shall deploy ITIL Compliant helpdesk
tools at State Data Centre at no extra cost, if required in addition to RajNET
EMS/NoC.
The Successful bidder shall provide various services to different users on
demand basis as and when required as mentioned in RFP. The request
would be made on help desk by the user and Successful bidder shall get
approval from the officer in charge of SecLAN / SDC project as designated by
the purchaser. The resolution time for such services would be mutually
decided by the designated Officer In charge and Successful bidder. The log
of all such requests with date and time of request and its resolution time
shall be maintained by Successful bidder.
The indicative list of such services are as:
Change Request for opening/closing of a Port on device
Request for FTP rights
Request for Internet Access
Request for DNS Entry
Request for uploading of Web Site/Applications/Databases
Request for Installation of IP Phones
Change request for Routing Policies Change Request for Firewall Policy etc.
Any other activity related to device configuration/maintenance.
k) Management of Internet Leased Lines and Point to Point Leased Lines
The Successful bidder shall be responsible for management of existing
Internet Bandwidth /point to point leased lines with respect to
configuration/reconfiguration, integration.
Co-ordination with bandwidth service providers for maintaining the uptime
of the internet and point to point leased links.
The Successful bidder shall also be responsible forconfiguration/reconfiguration, integration and management of additional
8/16/2019 Risl Draft Rfp 16112015
26/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Internet Bandwidth procured by the purchaser during entire contract
period.
The Successful bidder shall allow/deny internet access to network users.
The Successful bidder shall manage internet bandwidth on Proxy Services by
routing http request of a particular IP pool to a specific Proxy Server.
l) Management of external Links with NKN/NIC-Net/RajSWAN/RajNET networks
The existing SecLAN Network is integrated with National Network of NIC i.e.
Nic-Net, National Knowledge Network(NKN) and Rajasthan State Data
Centre. The SecLAN network would also be integrated with upcoming
RajNET network.
The Successful bidder shall be responsible for configuration/re-configuration
of the SecLAN links connecting Nic-Net, Rajasthan State Data Centre, RajNET
and RajSWAN as per the policy guidelines time to time issued by the
purchaser.
The Successful bidder shall also be responsible to co-ordinate with NIC,
RajNET and RajSWAN Operator for seam less integration of SecLAN with
above networks while configuration/.reconfiguration of SecLAN network.
The Successful bidder shall make necessary changes in the routing/access
policies on the request.
m) Security Administration and Management Services
The activities to be carried out under security administration shall include:
Addressing the ongoing needs of security management including, but not
limited to, monitoring of various devices / tools such as firewall, intrusion
protection, content filtering and blocking, virus protection, and vulnerabilityprotection through implementation of proper patches and rules.
Maintaining an updated knowledge base of all the published security
vulnerabilities and virus threats.
Ensuring that patches/workarounds for identified vulnerabilities are patched
/ blocked immediately.
Respond to security breaches or other security incidents and coordinate
with respective OEM in case of a new threat, to ensure that workaround /
patch is made available for the same.
Provide a well-designed access management process, ensuring security of
physical and digital assets, data and network security, backup and recovery
etc. Maintenance and management of security devices, including, but not limited
to maintaining firewall services to restrict network protocols and traffic,
detecting intrusions or unauthorized access to networks, systems, services,
applications or data, protecting email gateways, firewalls, servers from
viruses.
Ensuring that the IT security policy is maintained and updates to the same
are made regularly as per ISO 27001:2013, ISO 20000 guidelines.
Access Control Management
Audit Trail and Log Analysis
Establishing and monitoring access control
Operating system hardening.
8/16/2019 Risl Draft Rfp 16112015
27/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Quarterly (or as required by the RISL) review of domain level rights and
privileges.
Modifying access permissions of existing security policies on existing
firewall.
IOS up gradation of the firewall & IPS with DDoS devices. Signature update for IPS with DDoS device.
Configuration backup for all security devices.
Syslog server configuration & management including review of logs.
Managing / monitoring the IDS/IPS tool and policies.
Adding new access permissions on security policies on existing firewall.
Changing network address translation rules of existing security policies on
the firewall.
Adding new network address translation rules on security policies on
existing firewall.
Diagnosis and resolving problems related to firewall, IDS /IPS .
Periodic / critical reporting to the RISL based on Firewall / IDS / IPS activities/ logs
Managing configuration and security of Demilitarized Zone (DMZ) Alert /
advise the RISL about any possible attack / hacking of services, unauthorized
access / attempt by internal or external persons etc.
Implementation of IT security policies as per the best industry standards.
Resolution and restoration of services in case of any possible attack and
necessary disaster management.
Shutdown of critical services to prevent attack (internal or external).
Advise the RISL in improving network/data centre security to protect the
critical data / information from both internal and external persons/attack.
CPU, Memory and Traffic status of security devices. IPS sensor health and signature events.
Event and correlation.
Configuration: Addition / deletion of policies, objects, access rules, NAT
rules, routing etc. based on the RISL requirements.
IPv6 configuration.
Reporting to the Bank on daily basis about the threats observed and action
taken.
Change Request (CR) Management Services
Application Security Assessment
Vulnerability Assessment of the critical servers and network devices
Penetration testing of the systems and networks (External and Internal) System Performance Testing/ Monitoring
Review and Assessment of Security Policies
4.3 Roles & Responsibilities-
The successful bidder shall depute adequate skilled resources to ensure that the
implementation and commissioning activities are carried out on schedule.
The successful bidder shall submit a detailed test plan and test cases for each
solution, that will be used to carry out the UAT (user acceptance test.
As part of the project completion documentation, the bidder shall submit the
documentation, which should at least contain.
As implemented configurations.
As implemented architecture and topology diagrams.
8/16/2019 Risl Draft Rfp 16112015
28/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Standard operating procedures for administration of the installed devices.
Project Management Plan.
Project Schedule.
Process documentation – updating the documents for current processes and
preparation for the newly introduced processes, if any.
User requirement: Document for newly introduced processes, if any. Existing
documents shall have to be updated in case of requirements change.
The successful bidder shall have to submit certain key deliverables which are
mentioned hereunder at given frequency.
The formats for all the reports shall be prepared by the selected bidder and
submitted to the purchaser for approval. The reports submitted by the TSP should
strictly be in the approved format only which, if required, may be revised from time
to time.
The quarterly payment shall be made only after receipt of deliverables which have
to be submitted on quarterly basis.
Project Handover: The selected bidder shall have to handover the project to
RISL/GoR/authorised agency after three years. The bidder shall provide reasonable
access to RISL/GoR/authorised agency and facilitate to understand the methods of
delivery of the services employed by the them and to assist appropriate knowledge
transfer.
4.4 Project Deliverables, Milestones & Time Schedule
Sr.
No.
Project Activity /Scope
of Work
Deliverables
(Reports/Docs./Infra)
Frequency Time Lines
(From issue of
Work Order)1 Network Study and
finalization of
Deployment
architecture
Submission of detailed
study should includes
Network diagram, network
Policies, Exsiting IP
Schemas, Existing Network
configurations.
Once T+ 3 weeks
2 Submission of Project
Plan
Detailing each task with
target date and assigned
resource persons including
the plan for migration of
existing infrastructurefrom 1G to 10G, logical
network architecture with
IPV4 and IPV6
configurations and
installation of all supplied
items and integration with
existing infrastructure.
Once T+ 4 weeks
3 Delivery of Hardware Supply & delivery of
Network & Security
equipment at specified
locations
Once T+ 8 weeks
8/16/2019 Risl Draft Rfp 16112015
29/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Sr.
No.
Project Activity /Scope
of Work
Deliverables
(Reports/Docs./Infra)
Frequency Time Lines
(From issue of
Work Order)
4 Installation and
configuration
Installation and
configuration of supplied
equipment.
Once T+12 Weeks
5 Asset Management
Services and Software
Inventory
List of Hardware/Software
with all details as
mentioned in Scope of
Work under Asset
Management Services
clause. Details of software
licenses with renewal date
Once T+13 Weeks
6 Install, Move, Add,
Change Report (IMAC)
Details of Hardware
Equipment
Quarterly
7 Preventive Maintenance
Reports
Equipment wise and date
wise list of hardware for
which preventive
maintenance was
undertaken during quarter
with copy of call report.
8 Corrective Maintenance
Reports
Equipment wise and date
wise detailed and MIS
reports of corrective
maintenance services
provided during the
quarter.
9
Configuration and
reconfiguration/
rollback of euipment /
network / services
Configuration document
(latest) for selected
equipment/software, as
may be finalized by RISL as
per approved format.
10 Vendor Management
Report
Date wise details of calls
logged with external
vendor and their
resolution time in order to
monitor compliance with
the SLA signed with the
respective vendor, if any.
11 Network Management
Report
Network up time report of
all network devices and
network connectivity links/
leased lines.
12 Backup and recovery
services
Syslog backup/switches
configuration backup.
Exception report along
with related logs.
13 Help Desk Support Detailed SLA compliance
report and logs
Quarterly
8/16/2019 Risl Draft Rfp 16112015
30/163
8/16/2019 Risl Draft Rfp 16112015
31/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
Sr.
No.
Project Activity /Scope
of Work
Deliverables
(Reports/Docs./Infra)
Frequency Time Lines
(From issue of
Work Order)
problems, Risk
Assessment, Risk
Management and Risk
treatment Report,
Exception Reports.
* T is the date of issuing work order.
8/16/2019 Risl Draft Rfp 16112015
32/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
5. INSTRUCTION TO BIDDERS (ITB)
5.1. Sale of Bidding/ Tender Document
a) The sale of bidding documents shall be commenced from the date as mentioned in NoticeInviting Bids (NIB). The complete bidding document shall also be placed on the State Public
Procurement Portal, e-Procurement portal and RISL/DoIT&C website. The prospective
bidders shall be permitted to download the bidding document from the websites and pay
its price as mentioned in NIB to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the
price as specified in NIB.
c) Bidding documents purchased by Principal of any concern may be used by its authorised
sole selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers
or vice versa.
5.2. Pre-bid Meeting/ Clarifications
a) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned
in the NIB and to clarify doubts of potential bidders in respect of the procurement and the
records of such conference shall be published on the respective websites.
b) Prospective bidders/ firms, who have deposited the prescribed tender fee to the RISL as
specified in NIB, are allowed to attend the pre-bid conference/ meeting and submit their
pre-bid queries only in the specified format (Annexure-4) and schedule.
c) The period within which the bidders may seek clarifications under (b) above and the period
within which the procuring entity shall respond to such requests for clarifications shall be asunder: - a. Last date of submitting clarifications requests by the bidder: As per NIB b.
Response to clarifications by procuring entity: As specified in NIB
d) The minutes and response, if any, shall be provided promptly to all bidders to which the
procuring entity provided the bidding documents, so as to enable those bidders to take
minutes into account in preparing their bids, and shall be published on the respective
websites.
e) Publishing of any clarification on the respective website shall be deemed to have been
conveyed to all bidders in cases of non-availability of contact details of those bidders who
have purchased/ downloaded the tender document, postal delay, loss of clarification in
transit.
5.3. Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any
reason, whether on its own initiative or as a result of a request for clarification by a bidder,
modify the bidding documents by issuing an addendum in accordance with the provisions
below.
b) In case, any modification is made to the bidding document or any clarification is issued
which materially affects the terms contained in the bidding document, the procuring entity
8/16/2019 Risl Draft Rfp 16112015
33/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
shall publish such modification or clarification in the same manner as the publication of the
initial bidding document.
c) In case, a clarification or modification is issued to the bidding document, the procuring entity
may, prior to the last date for submission of Bids, extend such time limit in order to allowthe bidders sufficient time to take into account the clarification or modification, as the case
may be, while submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time
originally allotted or such extended time as may be allowed for submission of Bids, when
changes are made to the bidding document by the procuring entity: Provided that the Bid
last submitted or the Bid as modified by the bidder shall be considered for evaluation.
5.4. Period of Validity of Bidsa) Bids submitted by the bidders shall remain valid during the period specified in the NIB/
bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity
as non-responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an
additional specified period of time. A bidder may refuse the request and such refusal shall
be treated as withdrawal of Bid and in such circumstances bid security shall not be forfeited.
c) Bidders who agree to an extension of the period of validity of their Bids shall extend or get
extended the period of validity of bid securities submitted by them or submit new bidsecurities to cover the extended period of validity of their bids. A bidder whose bid security
is not extended, or that has not submitted a new bid security, is considered to have refused
the request to extend the period of validity of its Bid.
5.5. Format and Signing of Bids:
a) Bidders must submit their bids online at e-Procurement portal i.e.
http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.
c) A single-stage two-part/ cover system shall be followed for the Bid: -
i. Technical Bid, including fee details, eligibility & technical documents
ii. Financial Bid
d) The Technical Bid shall consist of the following documents shall be uploaded in scanned PDF
format (Bidder’s are required to provide content list by filling relevant page no.’s in the bid
document being submitted as per the table given below): -
Sl. Documents Type Document Format
Page
1 Covering Letter –
Technical Bid
On bidder’s letter head duly signed by
authorized signatory (as per Annexure – 9)
Fee Details
http://eproc.rajasthan.gov.in/http://eproc.rajasthan.gov.in/
8/16/2019 Risl Draft Rfp 16112015
34/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
2 Bidding document Fee
(Tender Fee)
Scanned copy of DD/ Banker’s Cheque/
Bank Guarantee/ Fee Receipt
3 Bid Security Scanned copy of DD/ Banker’s Cheque/
Bank Guarantee/ Fee Receipt
Eligibility Documents
Sl. Documents Type Document Format
Page
4 Tender Form As per Annexure-8
5 Bidder’s Authorization
Certificate along with a
copy of board resolution/Power of Attorney in
favour of person signing
the Letter of Authority
stating that the Authorized
signatory can sign the
bid/contract on behalf of
the firm
As per Annexure-5 and copy of Power of
Attorney/ Copy of board resolution
Page
No. Document Type & Format No.
All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility as per the
format mentioned against the respective eligibility criteria clause.
6. Legal Entity
7. Financial Turnover from IT/ITeS/Telecom services
8. Financial: Net Worth
9. Technical Capability
10. Tax registration and clearance
Page
No.
Document Type & Format No.
11. Certification
8/16/2019 Risl Draft Rfp 16112015
35/163
Request for Proposal for Selection of System Integrator for Upgradation, Operations & Maintenance
of Network infrastructure and ITC Equipment installed under Rajasthan State government buildings.
12. OEM Qualification
13. Mandatory Undertaking
14. Mandatory requisites
15. Manpower Strength of Bidder
Technical Documents
Sl. Documents Type Document Format
Page
16. BILL OF MATERIAL (BOM)
17. TECHNICAL SPECIFICATIONS
18. MANPOWER DEPLOYMENT
19. FINANCIAL BID COVER LETTER ONLY*
20. FINANCIAL CAPABILITIES
21. SELF-DECLARATION
22. UNDERTAKING ON AUTHENTICITY OF
EUIPMENT
23. CERTIFICATE OF CONFORMITY/ NO
DEVIATION
24. CERTIFICATE OF CONFORMITY/ NO
DEVIATION BY OEM
25. DECLARATION BY BIDDER FOR
AUTHORIZED SUPPLIER
26. MANUFACTURER’S AUTHORIZATION FORM
(MAF)
27. PROJECT REFERENCES FOR EXPERIENCE OF
BIDDER
28. COMPONENTS OFFERED – BOM
29. CERTIFICATE FOR EXEMPTION OF BID
SECURITY (ONLY IF ELIGIBLE AS PER RFP)
*Please note that only the “Covering Letter of Financial bid” needs to be submitted along with the
technical bid. Financial bid (commercials) needs to be submitted only on e-procurement website as
per the BoQ template.
e) Financial bid shall include the following documents: -
Sl. Documents Type Document Format
Page
8/16/2019 Risl Draft Rfp 16112015
36/163
Request for Proposal for Sele
Top Related