+i1'(81~ ~'(ti~i'( rlpt~i+1cf)~cf)'(oi · 2020-03-21 · mis uneecops...

18
+i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI TELECOM REGULATORY AUTHORITY OF INDIA 1fffi'f '('I'(Cf5I'( IGovernment of India Ref. No. 21-7/2017-IT Request for Proposal (RFP) for Technical Support and Annual Maintenance Contract of TRAI Website TELECOM REGULATORYAUTHORITY OF INDIA (TRAI) MAHANAGAR DOORSANCHAR BHAWAN (NEXT TO ZAKIR HUSSAIN COLLEGE) JAWAHARLAL NEHRU MARG (OLD MINTO ROAD) NEW DELHI: 110 002

Upload: others

Post on 07-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

+i1'(81~~'(ti~I'( RlPt~I+1Cf)~Cf)'(OITELECOM REGULATORY AUTHORITY OF INDIA

1fffi'f '('I'(Cf5I'( IGovernment of India

Ref. No. 21-7/2017-IT

Request for Proposal (RFP)

for

Technical Support and Annual Maintenance Contract

of TRAI Website

TELECOM REGULATORYAUTHORITY OF INDIA (TRAI)MAHANAGAR DOORSANCHAR BHAWAN (NEXT TO ZAKIR HUSSAIN COLLEGE)

JAWAHARLAL NEHRU MARG (OLD MINTO ROAD)

NEW DELHI: 110 002

Page 2: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Disclaimer:

1. The information contained in this Request for Proposal (RFP) document or informationprovided subsequently to Empaneled Bidder (EB) whether verbally or in documentaryform by or on behalf of TRAI, is provided to the EB on the terms and conditions set out inthis RFP document and all other terms and conditions subject to which such informationis provided.

2. TRAI does not make any representation or warranty as to the accuracy, reliability orcompleteness of the information in this RFP document and it is not possible for TRAI toconsider needs of each party who reads or uses this document. RFP includes statementswhich reflect various assumptions and assessments arrived at by TRAI in relation to thestatement of work. Such assumptions, assessments and statements do not purport tocontain all the information that each bidder may require. Each prospective bidder shouldconduct its own investigations and analyses and check the accuracy, reliability andcompleteness of the information provided in this RFPdocument and obtain independentadvice from appropriate sources.

3. TRAI will not have any liability to any prospective bidder/ firm/ or any other person underany laws (including without limitation the law of contract, tort), the principles of equity,restitution or unjust enrichment or otherwise for any loss, expense or damage which mayarise from or be incurred or suffered in connection with anything contained in this RFP.document, any matter deemed to form part of this RFP document, the award of theAssignment, the information and any other information supplied by or on behalf of TRAIor their employees, any Consulting Agency or otherwise arising in any way from theselection process for the Assignment. TRAI will also not be liable in any manner whetherresulting from negligence or otherwise however caused arising from reliance of any bidderupon any statements in this RFP.

4. TRAIwill not be responsible for any delay in receiving the proposals. The issue of this RFPdoes not imply that TRAI is bound to select a Firm/ Agency or to appoint the selected firm/agency, as the case may be, for the services and TRAI reserves the right to accept/rejectany or all of proposals submitted in response to RFP document at any stage withoutassigning any reasons whatsoever. TRAI also reserves the right to withhold or withdrawthe process at any stage with intimation to all who submitted RFPApplication.

5. This RFP document is not an agreement and is not an offer or invitation by TRAI to anyparties other than the applicants who are qualified to submit the Bids. The purpose of thisRFP document is to provide EB with information to assist the formulation of theirproposals. TRAI may in its absolute discretion, but without being under any obligation todo so, update, amend or supplement the information in this RFPdocument.

Page 1Signature of EBwith Seal

Page 3: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Bid Schedule and Address

S. Description Bid schedule & Address/detailsNo.

1. Name of Project AMC of TRAI Website

2. Reference Number 21-7L2017-IT

3. Date of Release of RFP 20.03.2020

4. Last date for receiving EB's Pre-bid 26.03.2020clarifications (through email)

5. Pre-bid meeting date and time 27.3.2020,4.00 p.m.through Skype

6. Last date and time for bid submission 07.04.2020, 3.00 p.m.

7. Date and time of bid opening 07.04.2020,3.30 p.m.

8. Name and Address for Communication Section Officer(IT)Telecom Regulatory Authority of IndiaMahanagar Doorsanchar BhawanJ.L. Nehru Marg, (Old Minto Road)New Delhi - 110002

9. Bid Related Queries Email id: [email protected]

\

Page 2Signature of EBwith Seal

Page 4: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Ref. No. 21-7/2017-IT Dated: 20 Mar 2020

To

(NICSI Empaneled Bidders only (Tier 1 & 2))MIs Tech Mahindra - (Tier-1)MIs Wipro Limited - (Tier-1)MIs Silver Touch Technologies Ltd (Tier-2)MIs Uneecops Technologies Ltd (Tier-2)MIs Velocis Systems Pvt Ltd. (Tier-2)MIs ABM Knowledgeware Limited (Tier-2)MIs Kellton Tech Solutions Ltd. (Tier-2)

Sub: - RFP for Technical Support and AMC of TRAI Website

1. Telecom Regulatory Authority of India (hereinafter referred to as TRAI) is inviting bids fromNICSI Empaneled Tier I & II agencies (hereinafter referred to as EB's) for 'TechnicalSupport and Annual Maintenance Contract of TRAI Website (https:lltrai.gov.in)' asper details of this RFP.

2. The Technical Support & Annual Maintenance Contract (hereinafter referred to as AMC)is for a period of two years which may be extended by TRAI for a further period of oneyear at its own discretion.

3. The EBs shall submit their financial offer strictly in accordance with the enclosed format(Annexure 'c).

4. The EB shall accept all technical/commercial terms & conditions mentioned in the RFP.

5. TRAI reserves the right to reject any or all the offers without assigning any reason thereof.

6. Signing of Bid: The Bid shall be signed by a person or persons duly authorized to signon behalf of the EB. All pages of the RFPdocument shall be signed and stamped bythe person or persons signing the bid. The bid shall contain no interlineations, erasures,or overwriting, except to correct errors made by the EB, in which case such correctionsshall be initialled by the person or persons signing the bid.

7. Bid Submission: In response to this RFP,EB shall submit the technical and financial bidin two (02) separate envelopes, viz. Envelope A and Envelope B as per formats enclosedin Annexure 'B' and Annexure 'C' respectively. Envelope A [The duly signed RFPdocument alongwith the documents mentioned in Annexure 'B'] should be marked as'Technical Bid' and Envelope B should be marked as 'Financial Bid' and each envelopeshould indicate the name and address of the EB. Both the two envelopes shall then besealed and put into an outer envelope marked as 'RFP for Technical Support andAMC of TRAI Website.

The sealed tenders duly filled in and complete in all respects shall be addressed to SectionOfficer(lT) and should reach the Reception Office ofTRAI, either by Post/Courier/By Handat the following address on or before 3:00 pm on 07 Apr, 2020.

Page 3Signature of EBwith Seal

Page 5: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Section Officer (IT)Telecom Regulatory Authority of IndiaMahanagar Doorsanchar BhawanOld Minto Road, J.L. Nehru Marg,(Next to Zakir Husain College)New Delhi - 110002.

8. TRAI shall not be responsible for any delay and will not entertain the bids received afterdue date and time. The bids received after the expiry of the prescribed period are liableto be ignored.

9. The Bids will, as far as possible, be opened at 15:30 hrs. on the last day of bidsubmission (i.e. 07.04.2020) at TRAI Office at Mahanagar Doorsanchar Bhawan, OldMinto Road, J.L. Nehru Marg, Next to Zakir Husain College, New Delhi - 110002.

10. The Bids shall be evaluated by a duly constituted Committee. Combined Quality CumCost Based System (CQCCBS) will be referred to for selecting the EB.

11. It is the responsibility of EB to read all terms & conditions of this RFP carefully beforesubmitting the bid. Incomplete bids not in accordance with the terms and conditions ofthe RFPdocument shall be rejected.

12. Any vagueness/incomplete details in the offer shall make it liable to be rejected as suchshortcomings in the offer shall be interpreted as incompetence and disinterest ordeliberate omission on the part of the bidder to meet tender requirements.

Yours faithfully,

tk ANt

(Benny Francis K)Section Officer (IT)

Page 4Signature of EBwith Seal

Page 6: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Section 1 - Website Summary

1. Introduction

TRAi's mission is to create and nurture conditions for growth of telecommunications in thecountry in a manner and at a pace which will enable India to playa leading role in emerging globalinformation society. One of the main objectives of TRAI is to provide a fair and transparent policyenvironment which promotes a level playing field and facilitates fair competition. In pursuance ofabove objective TRAI has issued from time to time a large number of regulations, orders anddirectives to deal with issues coming before it and provided the required direction to the evolutionof Indian telecom market from a Government owned monopoly to a multi operator multi serviceopen competitive market.

The directions, orders and regulations issued cover a wide range of subjects includingtariff, interconnection and quality of service as well as governance of the Authority.

The information on all major activities of TRAI is available on the website. With a view tomake TRAI website more friendly to the users and to enrich the browsing experience ofstakeholders, the website has been customized and is made available under four broadcategories of users i.e. Consumers, Service Providers, Researcher/Students andStartup/Consultants.

2. Stakeholders-a. TRAIb. Consumersc. Service Providersd. Researcher / Studentse. Startup/consultants

3. Salient Features-a. Bilingual website and supporting Hindi & English languagesb. Integrated with social mediac. Having accessibility optiond. Having search optione. Developed on Drupal CMFf. STaC certified and verified that website meets GIGW guidelinesg. Hosted on NIC cloud

4. Modules-

a. Admin- Having all rights to create, publish and manage data on website alongwith master activities

b. Publisher- Publish uploaded datal content on website which are approved byApprover

c. Approver- Approve uploaded content / data on websited. Creator-Create/Upload data on website

Page 5Signature of EBwith Seal

Page 7: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

5. Present technical details of the website is summarized below: -

·51. Parameters/Information about the DescriptionNo. Website

1 Web application Name & URL TRAI Website httRs:lltraLgov.in

2 Operating system details (i.e. windows - Linux (Red hat 7.5)2003, Linux, AIX, Solaris etc.,}

3 Application Server with Version (Le. liS Apache 2.4.65.0. Apache, Tomcat, etc.)

4 Front end Tool [Server-side Scripts] (Le. Drupal7 (PHP) (7.65)ASP, Asp.NET, JSP, PHP, etc.)

5 Back end Database (MS-SQL Server, MySQL (5.6.42)PostgreSQL, Oracle, etc.) .'

Authorization No. of roles & types of There are three types of users:6 privileges for the different Roles 1. Admin- Having all rights to create,

publish and manage data onwebsite along with master activities

2. Publisher- Can Publish uploadeddatal content on website which areuploaded byapprover

3. Approver- Can upload content Idata on website

7 Whether the site contains any content Yes, Drupal7management module (CMS)

8 No of input forms 10

9 No. (Approximate) of input Fields Approx. 45 fields

10 No. of login modules 4

Page 6Signature of EB with Seal

Page 8: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

P.ublic Access

TRAI Website Architecture

Firewall

I Load Balancer I•• APPLICATION cum CMS Server• each 16vCPU/64G8/60G8

NASStorage

HBMount on

file directory •• •• MONITORINGServer4vCPU/8G8/6OG8

tMASTER

Database Server16vCPU/64G8/60GB

SLAVEDatabilse Server16vCPU/64G8/60G8

tServer Details'

SI. VM Server Name Qty.Configuration

vCPU RAM (GB) Storage (GB) NASStorage

1. o Application cum CMS Server 3 16 64 60 1TBZ. Data Base Server 2 16 64 60 --3. Monitoring Server 1 4 8 60 ..

Page 7Signature of fB with Seal

Page 9: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Section- 2 Terms and Conditions

The Telecom Authority of India has a live website, which can be accessed online athttps:lltrai.gov.in. TRAI regularly updates contents which includes documents, pictures, videoand picture-based design banners. Bidder shall support all such activities. Bidder shall alsoprovide regular support to resolve any bug and errors of the web portal (including day to daychanges), Virtual Machine servers' configuration, fixing security related issues, 24x7 monitoringof servers, website and technical service/support.

2. Validity of the Offer

The offer should be valid for three months from the last date of submission of bids whichcan be further extended for a period of three months at the discretion of TRAI.

3. Scope of Technical Support

The web technical support activities are broadly categorized under following majoractivities (not limited to this).

(a) Support Activityi. Day to Day issue/bug fixingii. Validations on existing formsiii. Addressing Browser Compatibility related issuesiv. Addressing Device compatibility / responsive forms related issuesv. Ensuring compatibility with popular browsers like Internet Explorer, Mozilla Firefox,

Safari, & Google Chrome, etc.vi. Testing of patches / application fixes.vii. Fixing Security Vulnerabilities whenever any issue is reported and encountered.viii. Fixing GIGWVulnerabilities whenever any issue is reported and encountered.ix. Security Audit of website.x. Maintenance of existing codexi. Data Management (validation/verification, cleaning, transformation, loading etc.)xii. Database Support:

a. Database patching, upgrades and performance monitoring.b. Controlling and monitoring user access to the database.c. Database backup (full and incremental) and recovery.d. Analyzing and setting up backup and restore policy.e. Optimizing database performance.

xiii. Updation of existing technology stock as and when required.xiv. Shall support audit activities like STOC, Cert-In Security Audit, etc, as and when

required or as intimated by TRAI.

(b) Content Managementi. Addition/Updating of content using NIC Content Management Frameworkii. Website Content Updates - uploading, adding, editing and/or removing any text

or copy on the existing site including any articles, reports, contact information andproduct or service description.

iii. Introduction of content in all major section of website

(c) Maintenance due to changing needsi. User Friendly look & feel - font, colour, image, etc.

Page 8Signature of EBwith Seal

Page 10: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

ii. Additional screens, additional information/graphics, and redesign that affect theentire site

III. Rewording of pages and changes to graphics due to changing needsiv. Navigational changesv. Page design changesvi. Addition of graphics, banners etc.vii. Adding, editing and sizing of any pictures / animations to the existing website

which does not fall under the scope of the layout or actual design of existingwebsite

viii. Restructuring overall content with proper heading structureix. Change the order by in section-wise list/pagex. Addition or removal of fields in section-wise list/pagexi. Addition of section-wise information header on list/pagexii. Keyword Based Search in Consultation/Papers etc.xiii. Provision to send emails for registration details to user who registered for

eventlOHD.xiv. Provision to get the list of registration OHD-wise.xv. Statistical Reports on available data in database like no. of ernails send to user.rio,

of user registered etc.xvi. Role Based Comment Add/Edit by Division/Administratorxvii. Maintain Audit Trail, Audit Logxviii. Creation of New Pages in reference to Consultation Paperxix. Creation of staging environment for testing before deploying on productionxx. One-time migration from one cloud to another cloud in case of any urgency

(d) Website Administrationi. 24 x 7 Technical Assistance

VM management including server performance monitoringSystem software management (including software updates) on VMsIntegration/installation of patches on VMs provided by NIC-CMF team / respectivevendorsAddressing Server related issues to ensure website uptime by coordinating withhosting service provider like NIC data center e.g. domain name renewal, serverfailure, increase in storage space or database space etc.Patch Deployment on Production Server as and when required or reported.Application Server Re-startBackup of Source Code, Database, Documents shall be updated periodicallywith all updates related to bug fixation, enhancements etc. and shall beuploaded on TRAI identified/created repositories like GitLab, etcCreate and maintain the different setup for development and stagingWebsite uptime should not be less 99%. Also, in each instance website should notbe down for more than 2 hours.Safeguarding System/Application Software from Security threats.Fulfillment of Adhoc requests (data/information).Server Monitoring includes monitoring of:Resources utilization.System Software (database, application/web servers, containers etc.).Network.Load (requests).Security aspects.

ii.iii.iv.

v.

vi.vii.viii.

ix.x.

xi.xii.xiii.

a.b.c.d.e.

Signature of EBwith SealPage 9

Page 11: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

xiv. If any changes in the settings are warranted in the system for improving thesystem/ network performance, such changes shall be initiated by the EB upon dueintimation and approval of the TRAI.

xv. EB should provide on a quarterly basis the bug list, issue list, no. of maintenancecalls, status of issues, list of regular maintenance activities/monitoring of system,backup and restore demonstration, Root cause analysis and Performance Report.

xvi. Website related optimizations shall be done regularly in order.to enhance itsperformance, as and when necessary.

(e) Standard Compliancea. Adherence to GIGWGuidelinesb. Safe to Host Certification

4. Change Management:

Keeping in view the system requirements, if any major change is required in the websitefor development of any additional functionality other than those mentioned in para 3(c)above, the following Change Management Process shall be implemented -- On receipt of change request from TRAI, the successful EB shall create a formal

description of change Request.- Also, EB shall submit - Impact Analysis and Timelines and Manhours required (If major

change in requirements) .- TRAI may evaluate the proposal and approve.- Additional purchase order shall be issued to EB for the change request.- Implementation and UAT.- All technical documents need to be revised in accordance with the change.- All such changes shall be covered in the AMC.

5. The selected EB shall provide one full-time on-site software professional as perdetails given in Annexure-A to this bid document. The software professionals shall beequipped with cell phone of their own while deputed at TRAI premises 9:30 a.m. to 6.00p.m. from Monday to Friday. The bidder shall also make available required manpower,without any extra remuneration, on Saturday/ Sundays, holidays and beyond office hourson working days as and when their services are required by TRAI.

6. The selected EB shall provide biodata of eligible professionals/ representatives, who maybe deputed for undertaking the work, along with their certificates and experiences. Theeligible candidate will be short-listed by TRAI based on his/her merit, skills and knowledge.

7. In case the representative deputed by the selected EB is not available, a suitablereplacement shall be provided by the bidder immediately and without any break, underintimation to TRAI.

8. In no case, the selected EBshall change the nominated professional without prior approvalof TRAI. In case it is unavoidable, the firm should get prior approval of TRAI.

9. If after award of the work, the selected EBfails to provide manpower as per satisfaction ofTRAI, the selected EB shall be liable to pay penalty at the rate of Rs.500/- per day and thecontract may also be terminated by TRAI. TRAI also reserves the right to terminate thecontract at any time if the work is found to be unsatisfactory and forfeit the performancebank guarantee. The selected EB shall not be permitted to engage Sub-contractors.

Page 10Signature of EBwith Seal

Page 12: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

10. The person deputed at TRAI for AMC work shall have no claim or right towardsemployment at TRAI on account of contract for AMC.

11. Penalty:

(i) TRAI will have the right to withhold payment of AMC or terminate the AMC at anytime if the service of EB is not found satisfactory. The decision of the competentauthority in this reqard will be final and binding.

(ii) In case of any major break down in the portal, the EB shall have to rectify theproblem(s) within 24 hours. Deduction will be made from the monthly bill if theproblem persists as under: -

~-.--..--------.-- .... ~-- --.------ -- --- -Non-Critical Within 72 Hours

1 Resolution Time Penalty beyond Resolution Time•..

Critical *- -

Within 24 Hours r Rs.-200 Pe;-O;y; (limited to maximum 10% of the AMC

1 charges per annum)• • ._~ H ••• _ •• __ ._. '"_. __

Extension of maintenance services for 7days at no additional cost to TRAI (limitedto maximum 30 days extension per annum)

**

Resolution Time: "Resolution Time" means the time taken to resolve the incident or toprovide an acceptable work around for the incident.

* Critical - Major functionalities severely impaired due to application software failure.However, any underlying system infrastructure related failures will not be included in it.

** Non-Critical -(i) Severely constrained availability of application.(ii) Any other issues that hampers accessibility of other functionalities (i.e. admin and

report module is not working as per expected behavior).

12. Prices:

The bidder shall quote the rates in figures as well as in words. The amount must be filledin the appropriate columns in the format given in Annexure 'C'. The figures should beclearly written and there should be no overwriting. In case of any difference in theamounts, the amount mentioned in figures would be considered final.

13. Evaluation of Bids

Combined Quality Cum Cost Based System (CQCCBS) will be referred to for selectingthe EB. The technical & financial evaluation will be based on the following broadparameters.

13.1 The technical bids shall be evaluated by the technical evaluation committee of TRAI.Upon evaluation, the bids shall be awarded technical score. For technical evaluationthe EB may be asked to make a technical presentation before the Committee based

Page 11Signature of EB with Seal

Page 13: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

on the technical proposal submitted by them.

13.2 For awarding the technical score on basis of information submitted in the technicalbid and the technical presentation, marks shall be awarded as follows: -

S. No. Criteria for Technical Evaluation of Bids MaxMarks

1 Experience of EB 20Experience in Telecom/Broadcastinq sector 5Strength of organization 5Experience in maintenance of website for any Govt. Dept of value 5more than 40 lakh during the last 3 years (1 marks for each workorder)Exp. in design & development of website/web portal with STQC 5Certificate for complying GIGW guidelines.

2. Experience Technology 30Drupal (CMF) - No. of website - work order 5PHP, Javascript- No. of website - work order 5NIC Cloud - No. of VM handled 5AWS Cloud - No. of VM handled 5LB Configuration 5Security Audit clearance obtained durinq last 2 years 5

3 Understanding of project 20Brief of TRAI requirements 10Analysis 5Interpretations 5

4 Proposed Solution 30Proposed change/enhancements in current website within quoted 15annual AMC cost.Proposed methodology/timeline for fault resolution. 5

Proposed methodology/process for maintenance. 10

Total (out of 100) 100

13.3 The bids scoring technical score less than 75 shall be disqualified and their financialbids will not be opened. The technically qualified bidders shall be informed, and dateof financial bid opening shall be intimated to the technically qualified bidders.Interested technically qualified bidders may attend the financial bid opening. Financialbids shall be opened at prior declared date and time.

13.4 For selection of EB, 70% of weight age will be given to technical score of the individualEB and 30% weightage shall be given to their corresponding financial quote. The EBscoring highest score out of 100 will be awarded the project.

13.5 Proposal with the lowest cost shall be given a financial score of 100 and otherproposals shall be given financial scores that are inversely proportional to their prices.

13.6 The total score, both technical and financial, shall be obtained by weighing the qualityand cost scores and adding them up.

Page 12Signature of EB with Seal

Page 14: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

13.7 As an example, the following procedure shall be followed. In a particular case ofselection of EB, minimum qualifying marks for technical qualifications is 75 and theweightage of the technical bids and financial bids is 70: 30. In response to the RFP, 3proposals, A, B & C were received. The technical evaluation committee afterevaluation awarded them 75, 80 and 90 marks respectively out of 100. The minimumqualifying marks were 75. All the 3 proposals were, therefore, found technicallysuitable and their financial proposals were opened after notifying the date and time ofbid opening to the successful participants. The price evaluation committee examinedthe financial proposals and evaluated the quoted prices as under:

Proposal Evaluated Cost

A Rs.120.

B Rs.100.

C Rs.110.

Using the formula LEG 1 EG, where LEG stands for lowest evaluated cost and EGstands for evaluated cost, the committee gave them the following points for financialproposals:

A: 100/120 = 83 pointsB: 100/100 = 100 pointsC: 100 1110 = 91 points

In the combined evaluation, thereafter, the evaluation committee calculated, the combined technical and financial score as under:

Proposal A: 75xO.70 + 83xO.30 = 77.4 points.Proposal B: 80xO.70 + 100xO.30 = 86 pointsProposal C: 90xO.70 + 91xO.30 = 90.3 points.

The three proposals in the combined technical and financial evaluation wereranked as under:

Proposal A: 77.4 points: H3Proposal B: 86 points: H2Proposal C: 90.3 points: H1

Proposal C at the evaluated cost of Rs.11 0 was, therefore, declared aswinner and recommended for approval, to the competent authority.

14. Payment Terms:

After the end of every quarter, the selected EB shall submit a report for the work executedduring the previous quarter. The payment will be made on quarterly basis i.e. twenty five percentof the total annual charges after each completed quarter, subject to the completion of the workto the satisfaction of TRAI and only after the verification of bills complete in all respects and afterdeducting the amount of penalty, if any, imposed as detailed in para 9 and 11. If the work hasnot been performed to the satisfaction of TRAI,payments will not be made till the remedialaction has been taken by the bidder.

Page 13Signature of EB with Seal

Page 15: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

15. Periodof Contract:

The contract shall be valid for a period of two years subject to satisfactory fulfillment ofthe obligations under the contract. However, TRAI reserves the right to terminate the contract atany time (as contained in the Termination Clause) without assigning any reason thereof orrenew/extend the contract on the same terms and conditions on annual basis up to a maximumperiod of one year, as the case may be.

16. PerformanceBankGuarantee

16.1 The selected EB shall submit a Performance Bank Guarantee for an amount equivalent toten (10) per cent of the annual charges in favour ofTRAI, Delhi, valid for a period of TwentySeven (27) months, towards security deposit.

16.2 In the event of the agreement being extended by TRAI in accordance with the terms andconditions of this agreement, the selected EB shall furnish Performance Bank Guaranteewhich shall have validity upto three months beyond the extended period of the contract.

16.3 The Performance Bank Guarantee shall be forfeited by TRAI in the event of breach or non-observance of any condition of the present agreement.

17. TerminationClause:

TRAI reserves the right to terminate the contract by giving one month's advance notice tothe bidder without assigning any reason. Further If during the validity period of the contract, theservices of the EB are not found to be satisfactory, TRAI may, at any time, terminate theagreement by giving a notice of one month and also make deductions for such unsatisfactoryservice, as per the agreement including the cost incurred by it for getting the work done from anyother party, from the bills of the EB or from the performance bank guarantee, without prejudiceto other remedies available to TRAI under the law.

18. Confidentiality:

The selected EB shall maintain absolute confidentiality about all data/information etc.,made known or revealed to the selected EB or such data, information, etc., to which the selectedEB or its employees have access during the course of execution of the agreement. The selectedEB shall be liable to fully compensate TRAI for any breach of this condition on the part of itsemployees. The decision of TRAI as to the quantum of compensation to be recovered from theselected EB for any such breach of confidentiality shall be final and binding on the selected EBand the recovery of such compensation shall be without prejudice to any action which may betaken by TRAI against the selected EB and / or his employees jointly or severally, in accordancewith law. If, during the contract period, TRAI has reasons to believe that the selected EB hasfailed to maintain absolute confidentiality about the data or information made known or revealedto the selected EB during the course of execution of the agreement, without prejudice to the otherlegal remedies available to TRAI under any other law for the time being in force for such breach,TRAI reserves the right to terminate the contract without giving any advance notice to the selectedEB of such termination.

Page 14Signature of EBwith Seal

Page 16: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Annexure - A

The selected ES is required to deploy one on-site Website Facilitator who will coordinate withthe backhand team to carry out necessary requirements of TRAI. The job description,responsibilities and required qualification are given below.

I. Website Facilitator

a. JobResponsibility

b. EducationExperience

c. KeyCompetencies

Signature of EBwith Seal

o Uploading of documents in TRAI's website in English/Hindi.o Updation of TRAI website at NIC's server through virtual private

network as may be required from time to time.o Converting documents to PDF format.o Editing/resizing of PDF files online.o Downloading a specific document on request from Web.o Creating and arranging the archives of documents by suitably

indexing and numbering.o To create/add/modify/delete certain features in the website

including creation of new links.o Checking of Data inconsistencies.o Maintaining, checking and updating the "Related Links" to various

national and international organizations.o Periodical/ Regular updation related to photo and video gallery.o The request notes along with hardcopies of documents submitted

by various Divisions of TRAI for uploading on TRAI's website shallbe maintained on daily basis with suitable indexing andnumbering.

o Continuous monitoring of TRAI website.o Maintaining up-to-date record of all the documents uploaded in

the prescribed format.o Any other work related to uploading of documents in TRAI website

as assigned by IT Section.

& Education: S.Sc(CS/IT), SCA, MCAExperience: 3+ years

CMF, My SQL, Drupel, PHP, CSS, HTML, java_script and JQuery,web-designing.

Page 15

Page 17: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Annexure '8'

S. Documents to be submitted for Technical RemarksNo. Evaluation1 Experience of EB

Experience in Telecom/Broadcasting sector Copy of work orders

Strength of organization Self certification

Experience in maintenance of website for any Govt. Copy of work orders &Dept of value more than 40 lakh during the last 3 List of govt websites with urlyears (1 marks for each work order) presently under maintenanceExp. in design & development of website/web List of websites designed &portal with STQC Certificate for complying GIGW developed with STQC certificateguidelines.

2. Experience TechnologyDrupal (CMF) Details of websites along with

work ordersPHP,Javascript Details of websites along with

work ordersNIC Cloud - No. of VM handledAWS Cloud - No. ofVM handledLB ConfigurationSecurity Audit clearance obtained during last 2 years Details of websites

3 Understanding of projectBrief of TRAI requirementsAnalysisInterpretations

4 Proposed SolutionProposed change/enhancements in currentwebsite within quoted annual AMC cost.Proposed methodology/timeline for fault resolution.

Proposed methodology/process for maintenance.

Page 16Signature of EBwith Seal

Page 18: +i1'(81~ ~'(ti~I'( RlPt~I+1Cf)~Cf)'(OI · 2020-03-21 · MIs Uneecops Technologies Ltd (Tier-2) MIsVelocis Systems Pvt Ltd. (Tier-2) MIsABM Knowledgeware Limited (Tier-2) MIs Kellton

Annexure 'e'Financial Bid for Technical Support and AMC of TRAI Website

S.No. Resource Role Resource Duration (in Rate AnnualNos Months) (Rs.) Charges

(Rs.)1. On Site Support

Website Facilitator (3 01 12years exp.)

2. Off Site Suggort

Technical Support & AMC charges

Total Annual Charges

GST(_%) \

Grand Total

Rupees in words (Rupees.....................................................................................................

......................................................................................... ........................... )

2. Manhour charges for Change Management Rs. _(Rupees )

Note:(a) The Financial Bid shall contain nothing else but Prices only.(b) Bidders are requested to ensure that after quoting the prices this Annexure is duly signed

with company seal. Financial bid submitted without sign I company seal will not beaccepted I considered.

(c) The AMC shall be for a period of 02 years.

Date. _

(Signature)Name: _

Designation: _

Mobile No. :, _

Company Seal

Page 17Signature of EBwith Seal