• No results found

Horizontal) and TSSCAN Project through Open Competitive Bid (OCB) For the State

N/A
N/A
Protected

Academic year: 2022

Share "Horizontal) and TSSCAN Project through Open Competitive Bid (OCB) For the State "

Copied!
65
0
0

Loading.... (view fulltext now)

Full text

(1)

RFP for TSSWAN & TSSCAN -TPA

1

Request for Proposal (RFP) For

Selection of Third Party Auditor (TPA) for monitoring of TS-SWAN(Vertical &

Horizontal) and TSSCAN Project through Open Competitive Bid (OCB) For the State

of Telangana

Bid Reference No.:

TSTS/IIP/9999/TPA/2017

Telangana State Technology Services Limited, Boorgula Ramakrishna Rao Bhavan, B-block, 4th Floor, Tankbund Road, Hyderabad, Telanagana- 500063, India.

Telephones: (040) 23224935,

(2)

RFP for TSSWAN & TSSCAN -TPA

2

Table of Contents

Important Information: 3

Terms and Definitions ... 4

1. INTRODUCTION ... 7

1.1 About Telangana ... 7

1.2 About SWAN Scheme ... 7

2. Third Party Auditor (TPA) ... 9

2.1 TPA Scope of Work ... 10

2.1.1 Section A: TSSWAN Phase-I & Phase-II ... 11

2.1.2 Section B: Horizontal Offices connectivity ... 13

2.1.3 Section C: Telangana State Secretariat Campus Area Network ... 14

2.2 TPA Deliverables ... 16

2.2.1 Key deliverables of the TPA for the TSSWAN Phase-I & II: ... 16

2.2.3 Key deliverables of the TPA for the HO TSSWAN:... 17

2.2.4 Key deliverables of the TPA for the TSSCAN: ... 17

2.2.5 Key Resource Requirement: ... 18

3. State SWAN details ... 20

Overview of Telangana State Wide Area network ... 20

3.1 Current Initiatives and Proposed Plan ... 21

3.2 Overview of Telangana State Campus Area Network ... 23

4. Bidding details ... 25

5. Period of Contract: ... 31

5.1 Evaluation criteria:... 31

5.2 Eligibility Criteria (Pre-Qualification Criteria): ... 32

5.3 Technical Bid Evaluation: ... 34

Section-A Technical Marks- Organizational Strength ... 34

Section-B Proposed Solution ... 35

Section-C Team Strength ... 35

5.4 Payment Terms: ... 38

5.5 Price Bid: ... 38

5.6 Price Bid Format: ... 38

6. General Terms & Conditions ... 40

PROFORMAS ... 49

Proforma-1 ... 50

Proforma-2 ... 51

Proforma-3 ... 53

Proforma-4 ... 54

Proforma-5 ... 56

Proforma-6 ... 58

Proforma-7 Performance Bank Guarantee ... 59

Proforma-8 Declaration Regarding Clean Track Record ... 60

(3)

RFP for TSSWAN & TSSCAN -TPA

3 Important Information:

1) Project Name : Selection of Third Party Auditor for

monitoring Telangana State

Wide Area Network TS-SWAN(Vertical

& Horizontal) and Telangana State Campus Area Network (TSSCAN) 2) Bid Reference No. : TSTS/IIP/9999/TPA/2017

3) Bid Calling Date : 16.06.2017

4) Pre Bid Meeting : 21.06.2017 at 11.30 hrs

5) Last Date of Sale of tender document : 28.06.2017 at 02.00 PM 6) Last Date of Bid Submission : 28.06.2017 at 03.00 PM

7) Venue of Submission : Telangana State Technology Services Ltd.,

1st Floor, C-Block, BRKR Bhavan, Tankbund Road,

Hyderabad – 500063.

8) Cost of Tender document : Rs.25,000/- to be procured from

TSTS Office or can be downloaded

from website www.TSTS.gov.in , (for

downloaded RFP document bid

should accompany with DD towards the cost of the tender document.

Original tender document duly

signed on each page to be submitted by the bidder).

9) Earnest Money Deposit : Rs.5,00,000 /-( Five lacs only )

Note: The Original DD/BG of Tender Fee

& EMD must be submitted at TSTS within two days of on-line bid submission

(4)

RFP for TSSWAN & TSSCAN -TPA

4 Terms and Definitions

1. “Authorized Representative” shall mean any person authorized by either of the parties.

2. “Bidder” means any firm offering the solution(s), service(s) and /or materials required in the RFP. The word Bidder when used in the pre award period shall be synonymous with Bidder, and when used after award of the Contract shall mean the successful Bidder or Vendor with whom Telangana Technology Services on behalf of the ITE & C Department, Government of Telangana shall sign the agreement for rendering of TPA services.

3. “BOOT model” means Build Own Operate and Transfer (BOOT) model.

4. “Contract” is used synonymously with Agreement.

5. “Default Notice” shall mean the written notice of Default of the Agreement issued by one Party to the other in terms hereof.

6. “Final Acceptance Test (FAT)” means the acceptance testing of the new network setup including equipment at SHQ, all 21 DHQs, 177 MHQs and all co-located & remote offices including Horizontal offices of various departments covered under TSSWAN extension after Telangana District & Mandal reorganisation. FAT for the existing TSSWAN infrastructure is not required.

7. “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract 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 Government of Telangana of the benefits of free and open competition.

8. “GoI” shall stand for the Government of India.

9. “GoTS” shall stand for the Government of Telangana.

10. “TSTS” shall stand for the Telangana State Technology Services Limited.

11. “Contract Period” shall mean the period from the date of signing of the Agreement and up to the completion of time period of contract.

12. “ITIL” means Information Technology Infrastructure Library (ITIL)

13.

"Law" shall mean any Act, notification, bye law, rules and regulations, directive, ordinance, order or instruction having the force of law enacted or issued by the Central Government and/ or the GoTS or any other Government or regulatory authority or political subdivision of government agency.

14. “LoI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer to place the Purchase Order with the successful bidder.

15. “Partial Acceptance Test (PAT)” means the Partial acceptance testing of SHQ and all DHQs.

16. "Party" means TSTS on behalf of GoTS or Bidder, individually and “Parties”

mean TSTS on behalf of GoTS and Bidder, collectively.

17. “PoP” refers to Point of Presence with respect to SWAN setup in State.

18. “Remote Office” means the office located at a distance of more than

(5)

RFP for TSSWAN & TSSCAN -TPA

5

500mtrs from the respective networking management centre established under SWAN at SHQ, DHQs and MHQs.

19. “Request for Proposal (RFP)”, means this detailed notification seeking a set of solution(s), services(s), materials and/or any combination of them.

20. “Requirements” shall mean and include schedules, details, description, statement of technical data, performance characteristics, standards (Indian as well as International) as applicable and specified in the RFP.

21. "Service" means provision of Contracted service as per this RFP.

22. “Site” shall mean the location(s) for which the Contract has been issued and where the service shall be provided as per agreement.

23. “State” shall mean the State of Telangana.

24. “TSSWAN” shall mean Telangana State Wide Area network, Horizontal office connectivity.

25. “TSSCAN” shall mean Telanagan State Campus Area Network.

26. "Third Party Agency" means the successful bidder, appointed by TSTS on behalf of GoTS for monitoring the TSSWAN & TSSCAN operations.

27. “Termination Notice” means the written notice of termination of the Agreement issued by one Party to the other in terms hereof.

28. ”QGR” Quarterly Guaranteed Revenue.

(6)

RFP for TSSWAN & TSSCAN -TPA

6

Section-1

(7)

RFP for TSSWAN & TSSCAN -TPA

7

1. INTRODUCTION

1.1

About Telangana

Telangana is the 29th state of India, formed on the 2nd of June 2014. The state has an area of 1, 12,077 Sq. Km. and has a population of 3, 52, 86,757. The Telangana region was part of the Hyderabad state from Sept 17th 1948 to Nov 1st 1956, until it was merged with Andhra state to form the Andhra Pradesh state. Telangana is surrounded by Maharashtra and Chhattisgarh in the North, Karnataka in the West and Andhra Pradesh in the South and East directions. Major cities of the state include Hyderabad, Warangal, Nizamabad and Karimnagar. The State is divided into 31 Districts, SHQ-Hyderabad, 31-DHQ, RDO – 69 Nos, 685 Mandals with the capital at Hyderabad. Government of Telangana has taken up the task of Districts reorganization of the existing districts, for better administration and development of the areas. After District reorganisation 21 new districts have been created with 152 new mandals and Implementation of SWAN infrastructure under progress.

1.2

About SWAN Scheme

TSSWAN was built in 2009 under NeGP scheme of GoI by the erstwhile Andhra Pradesh.

M/s TCS built and maintained the TSSWAN for a period of 5 years till the contract expired in Nov 2015. Now M/s Akshara Enterprises – SWAN Operator and as per the GoI guidelines for monitoring the operation phase of the TSSWAN, a Third Party Audit Agency (TPA) M/s E&Y was identified as TPA for a period of 5 Years. The TPA contract was expired in Nov 2015 and further M/s E&Y contract was extended for a period of 1 year 6 Months. M/s E&Y will continue as a TPA till the identification of new TPA for the TSSWAN project. M/s E&Y will support during the exit management phase for the smooth transition of TPA activities.

TSSWAN is planned to be a high speed, high capacity, reliable intra-state and inter-state network planned to deliver G2G, G2B and G2C services. The network has a minimum bandwidth 100 Mbps (primary from NKN) and 12 Mbps (Secondary link from BSNL) connectivity between the state headquarters and the district headquarters. Strict Service Levels agreements are signed between the stakeholders to ensure that the service levels are maintained.

The TSSWAN is connected both vertically and horizontally. The main backbone of SWAN connects the State Headquarters PoP with the PoPs at district headquarters which in turn are connected to the respective PoPs at sub district/ Mandal level headquarters.

Moreover, the various state offices are also proposed to be connected horizontally with the closest respective PoPs. Typical equipment to be deployed at these PoPs and to be maintained by the implementing agency includes routers, switches, modems, racks, RAS, AAA, NMS, Servers, VoIP Phone, Desktops, UPS, Generators, Air Conditioners etc.

The Government of Telangana wishes to extend the State Wide Area Network (SWAN) as the backbone network for data, voice and video communications for the newly created DHQs, MHQs, HOs. SWAN would act as the vehicle for effective implementation of Electronic Governance (e -Governance) across the state.

GoTS is progressing on its e-Governance commitment, to improve services to the citizens and businesses through efficient and transparent administration and to catalyse the IT development in the State.

However, in the ensuing period the State felt the need for an extended coverage and scaled up bandwidth to meet the ever increasing needs. Number of e-governance initiatives taken up by the State, and their usage throughout the State has increased. Thus, the number of applications and their dependence on the infrastructure has also increased significantly.

(8)

RFP for TSSWAN & TSSCAN -TPA

8

Section-2

(9)

RFP for TSSWAN & TSSCAN -TPA

9

2. Third Party Auditor (TPA)

TSTS on behalf of Department of Information Technology & Communication, Government of Telangana intends to hire Third Party Audit & Performance Monitoring agency in the TSSCAN project, TSSWAN Horizontal & vertical projects, which is required to perform audit activities as per the scope of work given in the respective RFPs for selection of System Integrators. It is therefore essential that the bidder before bidding understand the TSTS requirement. The RFP/Contract of the service providers shall be provided to the successful bidder.

a. RFP for selection of TSSWAN Operator, Contract signed between TSSWAN Operator i.e. M/s Akshara Enterprise and TSTS for Operations & Maintenance of TSSWAN Phase-I network.

b. Work order given to band width service provider i.e. M/s BSNL w.r.t. Scope and all Terms & Conditions.

c. Work order given to Horizontal Offices band width service provider on lease rental basis i.e. M/s BSNL, M/s Reliance, M/s Sify, w.r.t. Scope and all Terms & Conditions.

d. RFP for selection of TSSWAN Phase-II Operator and Band width service providers for Implementation and Operations & Maintenance of TSSWAN Phase-II network. The RFP for the TSSWAN Phase-II is to be finalized by TSTS. Once the project is implemented TSTS will inform to the TPA for the commencement of the Audit.

The summary status of the TSSWAN is as below:

Phases No. of DHQs No. of RDOs, MHQs/

Operator Name

Status TSSWAN

Phase-I

10 489 M/s.Akshara

Enterprises

Under O&M phase

TSSWAN Phase-II

21 156 Not Yet

Finalized

RFP under preparation.

TSSWAN Horizontal &

Vertical Offices

Approx. 12,00 Offices connected across the state through 3 bandwidth service providers on leased rental model

M/s BSNL, M/s Reliance, M/s Sify

Under O&M phase

TSSCAN M/s.Akshara

Enterprises

Under O&M phase

GoTS has recently reorganized the districts and mandals in the state for better governance. ITE&C department GoTS, is in process to finalize the operator for the implementation and O&M of TSSWAN Phase-II for the newly created districts and mandals. TSSWAN Phase-II shall be connected to TSSWAN Phase-I and are virtually functioning as single SWAN for the state. The TSSWAN Phase-I established under NeGP is presently being audited by Third Party Auditor (TPA). The selected TPA shall have to undertake auditing of TSSWAN phase-I, TSSWAN Horizontal & Vertical Offices, Band width service providers, TSSCAN with immediate effect and for TSSWAN phase-II TSTS will inform to the TPA agency once it is implemented. The tenure for TPA shall be for 3 years from date of agreement and can be extended for another one year.

The TPA Agency is required to provide dedicated Man power for entire contract period to TSTS with necessary tools to monitor various performance parameters. The access to NMS and related systems at the SHQ POP shall be provided to the new TPA. During the tenure of the contract the TPA team members will be deployed exclusively for this project and cannot be shared for other activities by the bidder. In the event of non-availability of the committed manpower on account of attrition or other cause, the TPA must inform the

(10)

RFP for TSSWAN & TSSCAN -TPA

10 same in writing to TSTS with a suitable replacement person with equivalent ohr higher

qualification and experience. The replacement must be done within 10 working days of an attrition.

TSTS/GoTS shall provide office space at the SHQ, D-Block, Telangana Secretariat, Hyderabad with facilities like workstation, power connection etc. and other facilities like laptop, printer, printer etc. shall be TPA’s responsibility.

The TPA will submit the PAT and FAT report for only TSSWAN Phase-II and submit other reports during the operational phase as per the scope of work mentioned in the RFP. The committed manpower should be on the direct payrolls and permanent employee of the bidder. The service cannot be provided through sub-contractors.

The broad objective of having TPA is to ensure that:

 TPA will carry out the activities as per agreement and submit all the mentioned deliverables within the stipulated time‐frame.

 TPA will ensure that the time lines will be adhered to. If there are any perceived slippages on the timelines, TPA would deploy additional manpower, free of any additional charges.

 TPA will make the best effort to ensure that the quality of deliverables meets the expectations.

 The successful bidder would get the relevant sections of system integrator RFP, Agreement, etc. from the TSTS.

 Deliverables of the TPA will be considered to have been formally accepted only after the TSTS communicates in writing. Any queries regarding the deliverables will have to be answered by the TPA within 10 working days.

 The TPA will share all intermediate documents, drafts, reports, VA scan report and any other item related to this assignment, if requested by TSTS. No work products, methodology or any other methods used by the TPA should be deemed as proprietary and non-shareable.

 TPA shall organize weekly/fortnightly review meetings to review functionality issues and progress of work as per pre-defined schedule. The frequency of meetings will be intimated by the TPA in consideration of requirements in the interest of the project. TPA would prepare the minutes of the review meetings mentioning the issues discussed, decisions taken on them and appropriate level at which these required to be resolved.

 Last week of every TPA quarter ITE&C Department will review the TPA activities

& performance with higher management of TPA team. The higher management must be available in person to attend the review meeting at GoTS secretariat, Hyderabad. The MoM of the review meeting will be circulated to the interested parties.

 TPA shall submit hardcopies and softcopies of all the deliverables to TSTS.

 TPA shall not combine any kind of communication for both the projects (TSSWAN, TSSCAN).

 TPA shall Interaction with the various stakeholders occurs as needed.

 TPA shall support TSTS in drafting (limited to drafting the FMS scope) TSSWAN

& TSSCAN FMS system integrator RFP.

 TPA will recommend Opportunities for improving the processes, policies, standards, administrative and management control if any.

2.1 TPA Scope of Work

The core objective of TPA is to provide objective assurance and audit services designed to monitor and the conformance by the operator and add value to improve the TSSWAN

& TSSCAN operations.

(11)

RFP for TSSWAN & TSSCAN -TPA

11 2.1.1 Section A: TSSWAN Phase-I & Phase-II

1. To understand the project TPA would be required to

a) Study the contract signed between the TSTS on behalf of IT&C Department, GoTS and the TSSWAN Phase-I Operator, Horizontal Office connectivity project and Primary

& secondary Bandwidth Service Provider.

b) Study the network architecture & design and the services envisaged for TSSWAN.

c) Review communication process among the stakeholders TSTS, SWAN operators, HO Operators, Bandwidth service providers and NIC).

d) Review of the escalation mechanisms being followed to resolve any issues between the TSTS and the SWAN Operators related to the TSSWAN, & HO operators related to HO projects.

2. Acceptance Test (PAT, FAT) Once only for TSSWAN Phase-II (1 Audit)

The TSTS shall communicate in writing to undertake the audit of PAT & FAT. The bidder has to complete the respective audit activity within the stipulated time.

a) The TPA will monitor the progress of implementation of the TSSWAN Phase-II Project on a regular basis and advise TSTS in case of issues related to roll-out of the Project.

b) TPA will prepare the MIS for implementation and monitoring of the project.

c) TPA will assist the TSSWAN Phase-II operator for formulating Acceptance Testing procedure.

d) Acceptance testing for all the sites will be through NMS.

e) TPA will recommend for issuance of certificate of Acceptance Testing by TSTS.

f) TPA recommend release of payment to TSSWAN Phase-II Operator/Bandwidth service Provider after completion of Acceptance Testing.

3. Inventory Audit Yearly (3 Audit)

In

ventory Audit is to be performed annually and the relevant changes in the year of the audit shall be recorded for TSSWAN Phase-I & II. Inventory details shall be provided by the TSTS/GoTS and TPA shall maintain a record at its end, which shall be updated by TPA based on information provided by the TSTS/GoTS. Also, the verification will be done through tools at TSSWAN NOC.

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

b) TPA audit would include review that all hardware and software items have been installed at the sites as per the contract. Specifications, make & model, warranty status where applicable, of all the supplied BOM (Hardware & Software), active and passive components installed by TSSWAN Operator under TSSWAN are as per the terms &

conditions of the RFP/agreement

c) Verification of documents like inventory/asset list and/or register (including configuration documents, network diagrams with relevant details etc of complete hardware and/or software of TSSWAN infrastructure) and of the maintenance records with functional status of complete inventory at each PoP.

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

(12)

RFP for TSSWAN & TSSCAN -TPA

12

4. SLA Monitoring Audit Quarterly (12 Audit)

SLA monitoring would include audit of the performance of TSSWAN Phase-I & Phase-II operators which includes the components provided and operated by the network operator and bandwidth provisioned by the bandwidth service provider. Subsequently, TPA would carry out the following tasks:

a) TPA Audit would include preparation of templates for reports to be submitted by SWAN Operator to TPA/TSTS and report to be submitted by the TPA to TSTS. TPA Shall also tabulate measurable parameters as defined in the respective SLAs with the SWAN Operator and bandwidth service provider

b) TPA shall review the configuration/deployment parameters of the NMS and the process followed to ensure that the reports generated are authentic.

c) TPA would proactively convey to the stakeholders any concerns based on the information generated using NMS.

d) TPA would also undertake proactive monitoring of the links provided by the bandwidth service provider based on the SLA signed by the bandwidth service provider. The agency shall submit reports on the same to the TSTS who would use these reports for making payments to the bandwidth service provider.

e) TPA audit would also include the Manpower deployment Audit in terms of resource qualifications, experience, no of resources deployed at site with reference to the operator`s contract.

5. Audit of Bandwidth provided by and performance monitoring of Bandwidth service provider (BSP) (12 Audit)

Audit of bandwidth provided by bandwidth service provider at each location i.e. Vertical PoP and Horizontal office with respect to (but not limited to) the following

a) Whether bandwidth is provided as per work order at each location or not.

b) Whether quality and performance of Bandwidth is as per work order and/or SLA signed in terms of Latency, Jitter, packet drop, Internet downtime etc.

c) Quality of installation work done by the Bandwidth Service Provider with respect to laying of Cables/OFC, installation of Modems/MUX etc at vertical PoP and/or Horizontal Office.

Proactive monitoring of links provided by the bandwidth service provider to see that services are being provided by the BSP as per the work order and SLA signed with BSP.

6. Security Audit Half Yearly (6 Audit)

a) TPA would perform security audit of the TSSWAN Phase-I & Phase-II as per the guidelines issued by the Department of IT, Govt. of India and submit recommendations to the TSTS indicating the risk elements in the network operations.

b) Reviewing the security policy of GoTS related to TSSWAN including the following:

 Rules, policies and configuration of TSSWAN network components such as router, firewall, IDS, proxy server, authentication server, MCU, anti-virus, NMS, HDMS, RAS etc as given in TSSWAN Operator RFP

 Encryption policy followed/implemented by TSSWAN Operator.

 Password change and maintenance policies of network components of TSSWAN

 Policy of granting access to the network The Agency would review the rules and policies for network components such as firewall, IDS etc.

c) Checking the timely management of software updates/patches/versions for all the software components i.e. Operating System, Firmware, Management Software, Anti- virus, Security Software or any other software and IOS, which would be part of the supplies as given in the TSSWAN RFP.

d) Performing vulnerability assessment and penetration testing of TSSWAN. It is to be carried out for 100% of network nodes of TSSWAN network with the enterprise licensed testing software.

(13)

RFP for TSSWAN & TSSCAN -TPA

13

7. User Satisfaction Feedback (3 Audit)

a) The objective is to understand the user‟s perception of various services being offered in TSSWAN and check the quality of services being provided by TSSWAN Operator.

It is to be done once in a year and comprises of (but is not limited to) the audit and assessment of the mechanism of obtaining user feedback on the quality of services.

b) The Agency would review the mechanism of obtaining user feedback on quality of service & post analysis of the same, and would submit a report with recommendations to the TSTS/GoTS. This task would be done on a yearly basis.

c) The sample size shall be 20% locations of total Vertical PoP's & 20% of total Horizontal office's locations each at DHQ and MHQ PoP's per audit activity in confirmation to TSTS.

7. Exit Process support (3 Audit)

This role is envisaged with the objective of ensuring preparedness of the TSTS at all the time for any eventuality resulting in termination of contract. TPA audit includes support/

advice in the event of exit of the SWAN operator. The Agency would:

a) Review the exit process as per the contract.

b) Advise the TSTS on documentation, process and procedures necessary for taking over the network from the SWAN Operator.

c) Provide advisory support during the transition period from the current SWAN Operator to the new operator/State Govt. Conduct audit readiness of the TSTS/GoTS for such an eventuality on a Yearly basis.

2.1.2 Section B: Horizontal Offices connectivity

1

.

SLA Monitoring Audit Quarterly (12 Audit)

SLA monitoring would include audit of the performance of network. Network includes the components provided and operated by the bandwidth service provider. Approx. 2500 HOs are connected to TSSWAN through three (3) bandwidth service providers i.e M/s BSNL, M/s Reliance, M/s Sify under leased rental agreement. Subsequently, TPA would carry out the following tasks:-

a. TPA audit would include preparation of templates for reports to be submitted by HO bandwidth service providers to TPA / TSTS. TPA shall also tabulate measurable parameters as defined in the respective SLAs with the HO bandwidth service providers.

b. TPA would proactively convey to the stakeholders any concerns based on the information provided by the HO bandwidth service providers.

c. TPA would undertake proactive monitoring of the links provided by the bandwidth service provider and perform penalty computation for the calculation of QGR to be paid to the HO operators as per the SLA and payment conditions mentioned in the agreement between HO operators and TSTS (on Quarterly basis).

d. TPA Audit of bandwidth service provider includes the following

 Whether bandwidth is provided as per work order at each location or not.

 Whether quality and performance of Bandwidth is as per work order and/or SLA signed in terms of Latency, Jitter, packet drop, Internet downtime etc.

 Quality of installation work done by the Bandwidth Service Provider with respect to laying of Cables/OFC, installation of Modems/MUX etc at Horizontal Office.

(14)

RFP for TSSWAN & TSSCAN -TPA

14 e. TPA will verify all the invoices submitted by the HO operators with reference to the

payment milestone mentioned in the contract. The TPA shall submit the payment recommend letter to TSTS for the Quarterly payment to the HO operator.

2.1.3 Section C: Telangana State Secretariat Campus Area Network

1. Complaint handling mechanism audit (6 Audit)

a. The TPA shall conduct audit of the different methods of complaint registrations as below used by TSSCAN operator as per RFP/contract.

-Helpdesk Number -E-mail communication

-Help desk Portal or any other

b. TPA shall analyse the complaint registers /reports from the helpdesk system maintained by TSSWAN operator centrally at Secretariat and at each PoP and their action along with time of call closure. The TPA shall verify the call closures at random from the users (at least 50 users per month) regarding the complaint handling experience.

Following reports but not limited to shall be provided:

c. Complaint statistics including but not limited to

- Number of calls registered during the reporting period - Call closure time

- Status of each call

2. SLA Monitoring Audit Quarterly (12 Audit)

The TPA would perform SLA Audit every quarter to review and monitor the performance with reference to the SLA between TSSCAN operator and TSTS. Subsequently, TPA would carry out the following tasks:

a) TPA Audit would include preparation of templates for reports to be submitted by TSSCAN Operator to TPA/TSTS and report to be submitted by the TPA to TSTS. TPA Shall also tabulate measurable parameters as defined in the respective SLAs with the TSSCAN Operator.

c) TPA will verify all the invoices submitted by the TSSCAN operator with reference to the payment milestone mentioned in the contract. The TPA shall submit the payment recommend letter to TSTS for the Quarterly payment to the TSSCAN operator. The SLA Audit report and payment recommendation letter must be submitted to TSTS within 4 weeks of end of each quarter of O&M Phase of TSSCAN.

d) TPA SLA audit would also include the Manpower deployment Audit in terms of resource qualifications, experience, no of resources deployed at site with reference to the operator`s contract.

3. Inventory Audit Yearly (3 Audit)

Inventory Audit is to be performed annually and the relevant changes in the year of the audit shall be recorded for TSSCAN project. Inventory details shall be provided by the TSTS/ TSSCAN operator and TPA shall maintain a record at its end, which shall be updated by TPA based on information provided by the TSTS/ TSSCAN operator.

TPA audit would include verification of completeness of bill of material for TSSCAN.

a) TPA audit would include review that all hardware and software items have been installed at the sites as per the contract. Specifications, make & model, warranty status where applicable, of all the supplied BOM (Hardware & Software), active and passive components installed by TSSCAN Operator, are as per the terms & conditions of the RFP/agreement

b) Verification of documents like inventory/asset list and/or register (including configuration documents, network diagrams with relevant details etc TSSCAN project infrastructure) and of the maintenance records with functional status of complete inventory at each endpoint location.

(15)

RFP for TSSWAN & TSSCAN -TPA

15

Security Audit Half Yearly (6 Audit)

a) TPA would perform security audit of the TSSCAN as per the guidelines issued by the Department of IT, Govt. of India and submit recommendations to the TSTS indicating the risk elements in the network operations.

b) Reviewing the security policy of GoTS related to TSSCAN including the following:

• Rules, policies and configuration of TSSCAN network components such as router, firewall, IDS, proxy server, authentication server, MCU, anti-virus, NMS, HDMS, RAS etc as given in TSSCAN Operator RFP

• Encryption policy followed/implemented by TSSCAN Operator.

• Password change and maintenance policies of network components of TSSCAN

• Policy of granting access to the network The Agency would review the rules and policies for network components such as firewall, IDS etc.

c) Checking the timely management of software updates/patches/versions for all the software components i.e. Operating System, Firmware, Management Software, Anti- virus, Security Software or any other software and IOS, which would be part of the supplies as given in the TSSCAN RFP.

d) Performing vulnerability assessment and penetration testing of TSSCAN. It is to be carried out for 100% of network nodes, virtual machine (max 400 nos), servers (30 nos) of TSSCAN network with the enterprise licensed testing software.

(16)

RFP for TSSWAN & TSSCAN -TPA

16

2.2 TPA Deliverables

2.2.1 Key deliverables of the TPA for the TSSWAN Phase-I & II:

Sr.No. Deliverables Periodicity

1

Completion/acceptance report for the work carried out by the TSSWAN Phase-II Operator for PoPs (SHQ, DHQ, and MHQ) and/or co-located and remote offices after Partial Acceptance Test (PAT). Within 6 Week from the date of declaration of PAT &

FAT by TSTS.

Once

2

Assessment Framework for Performance Audit incorporating following:

 Assessment parameters based on TSTS/GoTS policies and guidelines regarding networking, security IP addressing schemes, migration strategy, Interoperability and security standards.

 Tabulation of measurable parameters for TSSWAN &

TSSCAN infrastructure (network and other elements)

 Formulation of scripts and schedules.

 Map the SLA conditions and limits onto NMS.

 Review of processes of interaction between TSTS, TSSWAN, TSSCAN Operator and Bandwidth service provider.

 Template for reports to be submitted by the TSSWAN, TSSCAN Operator to TPA on a regular basis.

 Also make sure that NMS reports are not modified.

Once

3 Exit Readiness Report Yearly

4 User Satisfaction Survey Yearly

5 Inventory Audit Report Yearly

6 Security Audit Report Half-Yearly

7

TSSWAN Operator SLA report on network availability and other SLA conditions with final Quarterly recommendations release of QGR amount after penalty computations. TPA will verify all the invoices submitted by both the SWAN operator and submit the payment recommend letter separately, with the penalty summary report (Based on the SLA Audit) to TSTS for the final payment for the Quarter after deduction of penalty if any. (For SWAN Operator Phase-I & Phase-II). Phase-II SLA report submission will depends upon the Go-Live of the TSSWAN Phase-II. The SLA Audit report and payment recommendation letter must be submitted to TSTS within 4 weeks of end of each quarter of O&M Phase of TSSWAN.

Quarterly

8

Bandwidth Service provider SLA report for both Primary and Secondary links for all horizontal and vertical links for TSSWAN Phase-I & II. TPA will verify all the invoices submitted by the Bandwidth Service Providers and submit the payment recommend letter separately, with the penalty summary report (Based on the SLA Audit) to TSTS for the final payment for the Quarter after deduction of penalty if any.

The SLA Audit report and payment recommendation letter must be submitted to TSTS within 30 working days from the end of the Quarter.

Quarterly

(17)

RFP for TSSWAN & TSSCAN -TPA

17

Sr.No. Deliverables Periodicity

9 MIS reports relating to uptime, downtime of the network etc to measure the health of the network based on PoP, Network components etc

Quarterly

2.2.3 Key deliverables of the TPA for the HO TSSWAN:

Sr.No. Deliverables Periodicity

1 SLA Audit report Quarterly

2 User satisfaction Audit report Yearly

2.2.4 Key deliverables of the TPA for the TSSCAN:

Sr.No. Deliverables Periodicity

1 SLA Audit report Quarterly

2 Inventory Audit report Yearly

3 Security Audit Report Half-Yearly

4 Complaint handling mechanism audit Half-Yearly

(18)

RFP for TSSWAN & TSSCAN -TPA

18

2.2.5 Key Resource Requirement:

Sl.No. Criteria No. of

Resources 1. Team Manager (One full time onsite) with at least 5 years of

experience

i) Educational Qualifications :B.E. / B.Tech with MBA/PGDBM ii) Experience in IT Infrastructure Management : More than 5 years iii) Experience in SWAN /SDC/eGovernance Project Management

More than 3 years :

iv) Certifications : PMP/ITIL/Prince 2

1

2. IT Auditor (Three members full time onsite ) – Minimum 4 years of experience

i) Educational Qualifications : B.E. / B.Tech

ii) Experience in IT Infrastructure Management SWAN / SDC TPA/ e- Governance project Management : More than 4 years

iii) Certifications : ITIL / CCNA

3

3. IT Security Auditor (One full time onsite) with minimum 4 years of experience

i) Educational Qualifications: B.E. / B.

ii) Experience in VA/PT Network security review : More than 2 years iii) Experience IT Infrastructure Management SWAN / SDC TPA/ e- Governance Project Management

iv) Certifications - CCNP/CEH/CISA.

1

(19)

RFP for TSSWAN & TSSCAN -TPA

19

Section 3

(20)

RFP for TSSWAN & TSSCAN -TPA

20

3. State SWAN details

Overview of Telangana State Wide Area network

The National eGovernance Plan (NeGP) has identified 22 Mission Mode Projects, which are to be implemented in a phased manner over the next 3-4 years by the Line Ministries/Departments concerned at the Central and State level, as applicable, in addition to the various other e-Governance initiatives being taken by the respective States and Central Ministries. State Wide Area Network (SWAN) has been identified as an element of the core infrastructure for supporting these e-Governance initiatives.

The Government of Telangana wishes to establish a State Wide Area Network (SWAN) as the backbone network for data, voice and video communications throughout the State.

SWAN would act as the vehicle for effective implementation of Electronic Governance (e-Governance) across the state.

GoTS has various departmental applications based on Departments’ operations, specific usage and purpose, for providing services to the citizens. A typical government department having an e-governance application shall require the following:

• A common delivery platform for e-Governance applications.

• A mechanism for fast internal communication.

• Streamline access to services for the citizens and multiply usage.

• Support progressively increasing data and applications.

• Facilitate the transfer of information between employees in different locations and to allow them to share common files.

• Provide a secure and reliable channel to transfer data across locations.

TSSWAN is expected to not only fulfill the aforementioned objectives but also cater to the information communication requirements of the entire state government and its departments. Through implementing SWAN, the GoTS wishes to achieve the following:

• Ensure that every citizen in the state has access to Government services and information anytime and anyplace.

• Provide reliable, vertical and horizontal connectivity, across the state to connect all the Departments and thereby integrate their services.

• Provide to the Departments, the ability to leverage a robust infrastructure to provide a complete array of Government services and information.

• Reduce communication cost.

• Provide a secure backbone for encouraging electronic transactions.

• Provide efficient service management.

• Strengthen Disaster Management Capacity.

• Make services available in a cost efficient manner

• Move toward the provisioning of converged communication Services (data and video) and the interconnection and interoperation of network platforms and encouraging Operators to consider any network architecture to determine the most efficient and cost effective approach.

(21)

RFP for TSSWAN & TSSCAN -TPA

21

3.1 Current Initiatives and Proposed Plan

GoTS is progressing on its eGovernance commitment, to improve services to the citizens and businesses through efficient and transparent administration and to catalyse the IT development in the State.

TSSWAN Architecture

The entire TSSWAN is logically divided into two network segments.

1. Vertical segment 2. Horizontal segment.

3. Vertical Segment

The Vertical segment of TSSWAN is composed of a total of 685 PoPs spread across the State. These PoPs are classified as:

a. 1 SHQ PoP b. 31 DHQ PoPs c. 654 MHQ PoPs

Under the Vertical segment of the TSSWAN:

1. SHQ PoP shall be linked with all the DHQ PoPs using Point to Point (PTP) 8 Mbps Leased circuits from Bandwidth Service provider.

2.

Each DHQ PoP shall be linked with all the respective MHQ PoPs over Point to Point (PTP) 2 Mbps Leased circuits from the Bandwidth Service Provider

.

(22)

RFP for TSSWAN & TSSCAN -TPA

22 Fig: TSSWAN - Detailed Network architecture

SHQ

Channelized STM1/STM4 Links to Other offices Back bone

Channelized STM1/STM4 Links to 31 DHQs Back bone

Connectivity DHQ connectivity

ToHorz offices on leased line

On STM1/E3

. . . .

Connectivity

DHQ 1 DHQ DHQ To Horz offices DHQ DHQ

Node Node

2Mbps links

To

To Horz To Horz ... To Horz

Offices

... Horz

Offices

MHQ MHQ MHQ 5 ...

MHQ MHQ MHQType B MHQ MHQ MHQ

1 2 1 2

Total 685 Mandals

Horizontal Segment

1. The Horizontal segment of TSSWAN is composed of horizontal offices spread across the State. All vertical PoPs of TSSWAN will have various Horizontal connectivity facilities. The following numbers of horizontal offices are expected to get connected on leased lines at different tiers of

2. For connecting the horizontal offices with PoPs, the following connectivity facilities should be present in the backbone–

(23)

RFP for TSSWAN & TSSCAN -TPA

23 Types of Connectivity for Horizontal Offices:

a. Type I: CAT 6 Ethernet – Offices within the range of 100 meters from PoP would be connected through Ethernet extension. Extensions can be given either from router Ethernet ports or from the switches.

b. Type II: Optical Fiber - Offices with a distance of more than 100 meters and less than 500 meters from PoP shall be connected through this method.

c. Type III: Leased line – Offices with distance of 500 meters and above from PoP would connect through bandwidth service provider leased lines or through WiMax.

3.2 Overview of Telangana State Campus Area Network

Telangana Secretariat Campus Area Network (TSSCAN) is the state of art

technology project of Telangana Government. TSSCAN is one of the largest campus

area networks which connect 2000 nodes on the network for data. Every work place

is connected to each other through a data port. The backbone is connected on 10

Gb Ethernet on OFC and within a block inter floor connectivity with Giga bit Ethernet

on OFC. For every alternate floor there is a floor switch which has up-link cables to

distribution switches providing 100 Mbps bandwidth. All the nodes are connected to

these distribution switches by Cat#5 UTP cable through jack panels. At present in

Secretariat about 1500 computers connected on the network. The existing 10

Gigabit network was operational from Feb-08. There is a Secretariat Network Unit

(SNU) located at D block 1st Floor where from the network management and

monitoring is being done. The servers are configured on Windows, Linux and

VMWare to provide the network services like Internet and Intranet. It is also a DR

site for Commercial Taxes and HMWS&SD. TSSCAN is also meant for staging

activities of State Data Center (SDC).

(24)

RFP for TSSWAN & TSSCAN -TPA

24

Section 4

(25)

RFP for TSSWAN & TSSCAN -TPA

25 4. Bidding details

4.1 The bidding details shall be as per the following table:

# Heading Details

1. RFP Issuing Authority

Telangana State Technology Services Limited 1st Floor, C-Block, BRKR Bhavan

Tankbund Road Hyderabad – 500 063.

Phone - (040) –23224935

Email : rajakr-tsts@telangana.gov.in, srinivasarao.t@gov.in,

mngdirector-tsts@telangana.gov.in.

2. Bid Validity Period 180 days from the date of opening of bids 3. TSTS Reference No. TSTS/IIP/9999/TPA/2017

4. Bid calling date 16.06.2017 5. Pre-bid conference

date/time

21.06.2017, 11:30 AM 6. Last date/time for

clarification

22.06.2017, 05.00 PM 7. Last date/time for

Sale of document

28.06.2017, 02.00 PM 8. Bid Submission

closing date/time

28.06.2017, 03.00 PM 9. Bid opening

date/time

28.06.2017, 03.30 PM 10. Details to be

submitted

Sealed bids shall be submitted by the bidder; the financial bid shall be sealed separately and submitted along with other bid details in a larger sealed bid. The bid shall comprise the following:

a) Checklist as provided in the annexure.

b) Cover letter in the format as given in annexure

c) Proof (Board resolution/ Power of Attorney) stating that the person signing the bid is an

authorized representative of the bidder.

d) EMD

e) Undertaking stating that the bidder is not Blacklisted

f) Key resources proposed and resource deployment plan

g) Sealed Financial bid in the format as given in Proforma.

(26)

RFP for TSSWAN & TSSCAN -TPA

26 11. Language of

proposal

Proposals shall be submitted in English. The original proposal shall be prepared in indelible ink. It shall contain no inter-lineation or overwriting, except as necessary to correct errors made by the bidder itself.

Any such corrections must be initialed by the person (or persons) who sign(s) the proposals. An authorized representative of the bidder shall initial all pages of the proposal. The representative’s authorization should be confirmed by a written letter of authorization accompanying the bid.

12. EMD Details The Bidders shall furnish, Earnest Money Deposit (EMD) of Rs. 5,00,000/- (Rupees Five Lakhs only) in the form of BG (Nationalized Bank), from a commercial scheduled bank, drawn in favor of Managing Director, Telangana Technology Services Limited, payable at Hyderabad. A separate DD of Rs.

25,000/- (Rupees Twenty-Five Thousand Only) shall be furnished as Tender Document Fee (non- refundable). BG (Nationalized Bank), should be valid for 6 months. The bidder would be disqualified in the pre- qualification process if the EMD is not submitted along with the bid. Unsuccessful Bidders’ EMD (bid security) will be discharged / returned as promptly as possible but not later than 60 days after the award of the contract to the successful bidder. No interest will be payable by the TSTS/GoTS on the amount of the EMD. The EMD may be forfeited:

1.If a Bidder withdraws its bid or increases its quoted prices during the period of bid validity or its extended period without the explicit consent of the department, if any; or

2. In the case of a successful Bidder, if it fails within the specified time limit to:

a. Sign the Agreement or,

b. Furnish the required Performance Bank Guarantee

13. Cost of Bid Document

A separate DD of Rs.25,000/- (Rupees Twenty Thousand only) shall be furnished as Tender Document Fee (non-refundable)

14. Key resource details a. The bidder must provide the detailed CVs of the key resources for project proposed. The Profiles submitted by the bidder in the Technical Proposal for the proposed team should be deployed for this project. Any changes in the resource profiles subject to approval from TSTS. The CVs should be provided in the format as given in Annexure.

b. Besides the bidder must also provide the number of the other resources it proposes to deploy for the project and their profile.

c. Bidder should also provide the resource

deployment plan for the duration of the project. The resource deployment plan should give the number of man months of the core resources and other resources proposed.

(27)

RFP for TSSWAN & TSSCAN -TPA

27 15. Financial Bid No changes in the financial bid would be allowed

post submission of the bid. The currency for the financial bid should be Indian Rupees.

Bidders shall quote for the entire Project on a single responsibility basis on the following lines:

I. Bidders intending for commercial bid should necessarily give the commercial details in the format given in Annexure. All the commercial details should be given in the following format only in accordance to the details and terms and conditions as mentioned in the RFP.

II. The bid should be comprehensive and inclusive for all the services to be provided by the bidder as per scope of his work. The payments would be made to selected bidder on the basis of the bid and further negotiations between the department and the bidder only. No separate payment shall be made for services that are to be delivered by the vendor as part of his scope of work for this project other than the fixed payment for certain deliverables as detailed in the scope of work and the payment terms of the bidder.

III. Any revision in the rates of taxes, duties, charges and levies at a later date and during the tenure of the bid will be paid on actual.

Iv. The bidder shall be responsible for the costs towards travel/stay, daily allowance or any other allowances with respect to their staff deployed with respect to the execution of this project before or after the award of the contract.

16. Transaction Fee

Transaction fee: All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable @ 15% as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable to TSTS is non refundable.

Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favour of Managing Director, TSTS, Hyderabad towards corpus fund at the time of concluding agreement.

17. Transaction Fee Payable to

The Managing Director, T.S. Technology Services Ltd., Hyderabad

18. Bid submission

On Line. Bidders are requested to submit the bids after issue of minutes of the pre bid meeting duly considering the changes made if any, during the pre bid meeting. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any during pre bid meeting in their bid.

(28)

RFP for TSSWAN & TSSCAN -TPA

28

19. Procedure for Bid

Submission

Bids shall be submitted online on www.eprocurement.gov.in platform

1. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website www.eprocurement.gov.in.

2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates.

3. The bidders who are desirous of participating in e- procurement shall submit their technical bids, price bids as per the standard formats available at the e- market place.

4. The bidders should scan and upload the respective documents in Pre Qualification and Technical bid documentation as detailed at Section E & G of the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity.

5. The rates should be quoted in online only

20. Other conditions

1.After uploading the documents, the copies of the uploaded statements, certificates, documents, original Demand Drafts in respect of Bid Security (except the Price bid/offer/break-up of taxes) are to be submitted by the bidder to the O/o The Managing Director, TSTS, 1st Floor, BRKR Bhavan, Hyderabad before opening financial bids/as and when required.

Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The TSTS shall not hold any risk on account of postal delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited.

2. TSTS will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.

3. The Documents that are uploaded online on e- market place will only be considered for Bid Evaluation.

4. Important Notice to Contractors, Suppliers and Department users

(i)In the endeavor to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/HDFC/Axis Banks with e- Procurement platform, which provides a facility to participating suppliers / contractors to electronically pay the transaction fee online using their credit cards.

(29)

RFP for TSSWAN & TSSCAN -TPA

29 4.2 Pre Bid Conference

The TSTS shall organize a Pre Bid Conference on the scheduled date and time at TSTS, Hyderabad. TSTS may incorporate any changes in the RFP based on acceptable suggestions received during the interactive Pre Bid Conference. The decision of the TSTS regarding acceptability of any suggestion shall be final and shall not be called upon to question under any circumstances. The prospective Bidders shall submit their questions in writing not later than Date and Time indicated in this RFP. It may not be possible at the Pre Bid Conference to answer questions which are received late.

However, prospective Bidders are free to raise their queries during the meeting and responses will be conveyed to all the prospective Bidders (by way of hosting amendments/ clarifications on the website i.e. at http://www. tsts.telangana.gov.in) in accordance with the respective clauses of the RFP within 3 working days of completion of the Pre Bid Conference and no participant would be intimated individually about the response of the TSTS. The prospective participants have to inform the TSTS on the mail id mentioned in RFP for attending the pre-Bid conference. The queries must be submitted in the following format only to be considered for clarification (only in MS word/Excel format):

S.

No

Section No. Clause No. Reference/ Subject Clarification Sought

(30)

RFP for TSSWAN & TSSCAN -TPA

30

Section 5

(31)

RFP for TSSWAN & TSSCAN -TPA

31

5. Period of Contract:

The period of contract shall be for a period of Three (3) years from the date of successful execution of the contract. The period may be extended for further periods on mutual agreement by both the parties on similar terms and conditions

5.1 Evaluation criteria:

(a) TSTS will first undertake a preliminary evaluation of the pre- qualification eligibility criteria and with reference to completeness of the proposals and whether the Proposals are generally in order and complete in nature.

(b) Proposals found to be non-responsive for any reason or not meeting the minimum eligibility criteria, as specified in this RFP will be rejected and not included for further detailed technical evaluation.

(c) The technical bids of bidders who are qualified in General Bid (Eligibility) will be opened and a detailed evaluation of the Technical Proposals on the basis of their responsiveness to the Terms of Reference by applying the evaluation criteria shall be made.

(d) Quality Based Selection (QBS) will be adopted for Selection of agency i.e., the bidder who will score highest marks as per the Technical evaluation matrix will be awarded the contract as per the price fixed at under section 5.3 (Contract Cost) of this RFP document.

(e) The cost indicated in the Financial Bid shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing of any item shall not entitle the firm to be compensated and the liability to fulfill its obligations as per the Terms of Reference within the total quoted price shall be that of the consultant.

(f) The lowest Financial Bid (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Bids will be determined using the following formula:

Sf = 100 x Fm/F, in which [Sf is the financial score, Fm is the lowest price, and F is the price of the proposal (in INR) under consideration]

(g) Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Bid; T + P = 1, S= Combined technical and financial score).

(h) The weights given to the Technical and Financial Bids will be T= 0.60, and P= 0.40:

S=St x T + Sf x P.

The firm achieving the highest combined technical and financial score will be invited for negotiations.

(32)

RFP for TSSWAN & TSSCAN -TPA

32

5.2 Eligibility Criteria (Pre-Qualification Criteria):

The bidder must possess the requisite experience, strength and capabilities in providing the services necessary to meet the requirements, as described in the tender document.

The bidder must also possess the technical know-how and the financial wherewithal that would be required to successfully provide TPA services sought by tendering authority, for the entire period of the contract. The bids must be complete in all respect and should cover the entire scope of work as stipulated in the tender document.

The invitation to bid is open to all bidders who qualify the eligibility criteria (Pre- Qualification Criteria) as given below:

S.NO Clause Document Required

1

The bidder should be a company registered under the Companies Act, 1956 Or should be a partnership firm, who have their registered office in India and should have been in existence for a period of since last 5 years as on bid submission date.

a) In case the Bidder is a Registered Company in India, they should produce the copy of the Certificate of Incorporation.

b) In case the Bidder is a Registered Partnership Company / Firm, they should produce the copy of Registered Partnership Deed.

2

Bidder should be an established IT consultancy firm and should have been in the business for a period exceeding 10 years as on bid submission date.

Work Orders confirming year and area of activity.

3

Bidder should have provided Third Party Audit (TPA) service for at least three State Wide Area Network Projects in India.

Copy of work order and relevant documentary references to be submitted

4 Bidder must have ISO 27001:2013

certification Valid Copy of Certificate

5

The bidder should have positive net worth and a turnover of more than Rs.300 crores for each of the last three Financial Years ending on 31.03.2016.

CA certificate for Net-worth along with Balance sheet certified by CA.

6

a) The bidder must have on its roll 300 technically qualified personnel in the areas of IT Consulting, IT infrastructure, IT security, IT procurement, e-Governance, Program/Project Management having relevant degree and shall possess prior experience in providing the above TPA/

Consultancy services in India as on bid

submission date.

b) At least five resources should be PMP certified and five resources should be CISA certified.

a) Certificate from bidders HR Department for number of qualified professionals employed by the company.

b) Name of the employees along with professional certification copies

7

The bidder should not be under a Declaration of ineligibility for corrupt, fraudulent practices and debarred/ black listed as on Bid calling date by any Central or State Government / Quasi Government Departments or Organizations in India for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices

Undertaking letter in the Company letterhead to be submitted

8

The bidder should furnish, as part of its bid, an Earnest Money Deposit (EMD) of Rs. 5 Lakhs

The EMD should be denominated in Indian Rupees, and should be in the form of a Unconditional &

irrevocable Bank Guarantee issued by a Nationalized, in favor of "The Managing Director TSTS".

(33)

RFP for TSSWAN & TSSCAN -TPA

33

S.NO Clause Document Required

9 The bidder should have an office in Hyderabad.

Relevant Documents signed by the Authorized Signatory

10

The bidder should have registered number of:

a. PAN/TAN b. VAT c. Service Tax d. GST

Attach copy of relevant certificate

References

Related documents

On receipt of notification of award from the TSTSL , the successful bidder shall furnish the performance security in accordance with the conditions of contract, in the

a) To determine or rescind the contract as aforesaid (of which termination or rescission notice in writing to the firm/contractor under the hand of the Registrar, JMI

The Congo has ratified CITES and other international conventions relevant to shark conservation and management, notably the Convention on the Conservation of Migratory

INDEPENDENT MONITORING BOARD | RECOMMENDED ACTION.. Rationale: Repeatedly, in field surveys, from front-line polio workers, and in meeting after meeting, it has become clear that

a) To determine or rescind the contract as aforesaid (of which termination or rescission notice in writing to the firm/contractor under the hand of the Registrar,.. shall

With respect to other government schemes, only 3.7 per cent of waste workers said that they were enrolled in ICDS, out of which 50 per cent could access it after lockdown, 11 per

29.1 In the event of termination of this Contract [whether consequent to the stipulated Term of the Contract or otherwise] the ESD (MeeSeva) shall be entitled to impose any

TSTS, by written notice sent to the vendor, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that