+ All Categories
Home > Documents > Risl Draft Rfp 16112015

Risl Draft Rfp 16112015

Date post: 05-Jul-2018
Category:
Upload: terramoco
View: 215 times
Download: 0 times
Share this document with a friend

of 163

Transcript
  • 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

    [email protected] 

    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

    mailto:[email protected]:[email protected]

  • 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


Recommended