request for proposal empanelment of agencies for ... · pdf fileempanelment of agencies for...
TRANSCRIPT
Empanelment of Agencies for ICT Projects in Mauritius Page 1 of 48
Request for Proposal
Empanelment of Agencies for
Information & Communication Technology Projects
in Mauritius
Empanelment of Agencies for ICT Projects in Mauritius Page 2 of 48
No. 10(14)/2011-NICSI
NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)
A Government of India Enterprise under National Informatics Centre (NIC)
Ministry of Communication & Information Technology Government of India
Request for Proposal No: NICSI/Int. Project-Mauritius/2011/25
Empanelment of Agencies
for Information & Communication Technology Projects
In Mauritius
Hall No: 2 & 3, 6th Floor, NBCC Tower 15, Bhikaji Cama Place, New Delhi – 110 066
Tel: +911126105054, Fax: +911126105212
Empanelment of Agencies for ICT Projects in Mauritius Page 3 of 48
Contents
1. Introduction ------------------------------------------------------------------------------------------------------------------ 5
2. Scope of Work -------------------------------------------------------------------------------------------------------------- 7
3. Eligibility Criteria----------------------------------------------------------------------------------------------------------- 16
4. Technical Evaluation Criteria ------------------------------------------------------------------------------------------- 19
5. Proposal Submission Process ----------------------------------------------------------------------------------------- 22
5.1. Timelines----------------------------------------------------------------------------------------------------------------- 22
5.2. Proposal Composition ------------------------------------------------------------------------------------------------ 22
5.3. Structure of the Technical Proposal ------------------------------------------------------------------------------- 23
5.5. Pre Proposal meeting ------------------------------------------------------------------------------------------------- 24
5.6. Proposal Submission ------------------------------------------------------------------------------------------------- 24
6. Opening & Evaluation of Proposals ---------------------------------------------------------------------------------- 26
6.1. Opening of proposals ------------------------------------------------------------------------------------------------- 26
6.2. Evaluation of Proposal ----------------------------------------------------------------------------------------------- 26
7. Award of Contract (Empanelment)------------------------------------------------------------------------------------ 26
8. Methodology for Award of ICT project to an empanelled agency --------------------------------------------- 28
9. General Terms and Conditions ---------------------------------------------------------------------------------------- 29
Annexure I: List of countries in the African Continent ------------------------------------------------------------------ 34
Annexure II: Evaluation Criteria ---------------------------------------------------------------------------------------------- 36
Annexure III: Proposal submission covering letter format ------------------------------------------------------------- 38
Annexure IV: Bidder Details--------------------------------------------------------------------------------------------------- 39
Annexure V: Project details: -------------------------------------------------------------------------------------------------- 40
Annexure VI: Organizational Resource Details -------------------------------------------------------------------------- 41
Annexure VII - Format of Performance Bank Guarantee -------------------------------------------------------------- 42
Annexure VIII: Format for Undertaking for Blacklisting ----------------------------------------------------------------- 45
Annexure IX: Format for Auditor/ Company Secretary Certificate --------------------------------------------------- 46
Empanelment of Agencies for ICT Projects in Mauritius Page 4 of 48
List of Abbreviations
NICSI National Informatics Centre Services Incorporated
NIC National Informatics Centre
RFP Request for Proposal
ICT Information & Communication Technology
QCBS Quality and Cost Based Selection
SRS Software Requirement Specification
FRS Functional Requirement Specification
SI System Integrator
FMS Facility Management System
MoU Memorandum of Understanding
ICT Information & Communication Technology
UNDP United Nations Development Program
IEEE The Institute of Electrical and Electronics Engineers
HLD High Level Design
LLD Low Level Design
SLA Service Level Agreement
AMC Annual Maintenance Contract
CMMi Capability Maturity Model Integration
PCMMi People Capability Maturity Model Integration.
ISO The International Organization for Standardization
USD United States Dollar
BE Bachelor of Engineering
MCA Master of Computer Application
ITIL The Information Technology Infrastructure Library
OEM Original Equipment Manufacturer
MBA Masters of Business Administration
CISA Certified Information System Auditor
EMD Earnest Money Deposit
BG Bank Guarantee
STP Software Technology Park
EHTP Electronic Hardware Technology Park
Empanelment of Agencies for ICT Projects in Mauritius Page 5 of 48
1. Introduction
About NIC National Informatics Centre (NIC), under the Department of Information Technology of the Government of
India, is a premier Science and Technology organization, at the forefront of the active promotion and
implementation of Information and Communication Technology (ICT) solutions in the government. NIC
has spearheaded the e-Governance drive in the country for the last three decades building a strong
foundation for better and more transparent governance and assisting the governments endeavor to reach
the unreached. Established in mid-1970s, in India, were watershed years, heralding a revolutionary
transformation in governance. In 1976, the Government visualized a project of enduring importance viz.
the "National Informatics Centre (NIC)". Subsequently, with the financial assistance of the United Nations
Development Program (UNDP) amounting to US $4.4 million, NIC was set up.
About NICSI National Informatics Centre Services Incorporated (NICSI) was set up in 1995 as a section 25 company
and is the corporate extension of the National Informatics Centre (NIC), Department of Information
Technology, Government of India. NICSI has to its credit successful projects on networking, software
development and implementation, web site design and development, setting up of video conferencing
facilities etc.
Aware of its responsibilities to discharge the social obligations of the Government in the e-governance
domain, NICSI in association with NIC has designed and developed major software and technology
solutions for various government departments both at the Centre and in the States.
RFP Background As a pioneer ICT organization of Govt. of India, NICSI is taking up projects for implementing various types
of ICT projects for the Government of Mauritius on basis of agreements by NICSI with the Government of
Mauritius through Govt. of India & NIC. NICSI also aims at setting up e-Governance network and
implementing ICT projects in Mauritius by offering expert services including software
development/customization, System Integration and Maintenance & Support in the projects.
In order to meet the above objective, NICSI desires to have a panel of agencies for the execution of such
projects in Mauritius. This Request for Proposal (RFP) invites proposals from ICT companies of India to
empanel them vide a MoU with NICSI to implement ICT projects on “as and when required” basis in
Mauritius.
Empanelment of Agencies for ICT Projects in Mauritius Page 6 of 48
The RFP tender document can be downloaded from NICSI’s website http://nicsi.nic.in. The proposals are to be submitted as per procedure given in this document.
Projects to the empanelled partner shall be assigned to them through bidding for projects as and when
there is a project opportunity with NICSI/NIC in Mauritius. The detailed terms and conditions for execution
of such projects shall be defined on specific basis on basis of agreement between NIC/NICSI and
Government of Mauritius.
Bidders are requested to carefully go the through the RFP details and submit their best proposal.
Empanelment of Agencies for ICT Projects in Mauritius Page 7 of 48
2. Scope of Work
2.1. Introduction NICSI has entered into a MoU with the Government of Mauritius to undertake IT related projects in
various government departments.
This section outlines an indicative scope of work, for implementation of an ICT project in a Mauritius.
NICSI intends to empanel partners for providing ICT services to Government of Mauritius and it’s public
undertaking for execution of various ICT projects in Mauritius.
The request for empanelment by bidder needs to be supported by adequate documentary credentials
about bidder’s expertise for working in the country of Mauritius. The selection of bidder for empanelment
shall depend on the credentials provided by them with respect to organization capacity, presence and
strength of resources, etc. Bidders are requested to provide relevant details on their own offices, group
companies, partners, etc in Mauritius, ICT work done with regional Governments, resource strength in
that region against criteria as specified in the Annexure II.
For all the three tracks, Track 1 - Application Deployment and Customization, Track 2 – System
Integration and Track 3- Facility management System; bidders shall be technically empanelled. Once the
project/s requiring work on these tracks is identified by NICSI, accordingly, the detailed technical and
financial proposals shall be invited from empanelled partners.
Empanelment of Agencies for ICT Projects in Mauritius Page 8 of 48
2.2. Scope of Work The scope of work mentioned in this RFP is indicative in nature on basis of industry practices for said
type of assignment. The final scope and deliverables shall be governed solely by the agreement between
NICSI and Government of Mauritius and its public undertakings/ its department along with other terms
and conditions. However, it is assumed for purpose of inviting proposals that those projects shall also be
in line with industry practices, varying only with respect to Mauritius specific processes, policies and
requirements.
The Implementation Partner shall study the requirements of the project and existing systems. The
Implementing Partner shall design, develop, customize, test, supply and manage the existing NIC
applications and related System Software, and Network set-up for a period defined by NIC/NICSI
subsequent to system going “live”.
All the deliverables of the Project should be in IEEE Standards or other equivalent Standards.
The proposed scope of work is an indicative list of activities aimed at providing end to end services to
NIC/NICSI for execution of projects in Mauritius, but not limited to:
Project Tracks for Implementation
The empanelment is sought under three main tracks of ICT projects -
Track 1 - Application Deployment and Customization
Track 2 - System Integration
Track 3 - Facility Management System
2.2.1. Track 1: Application Development and Customization The Implementing Partner is expected to provide support to NIC/NICSI in application development or
customization of the already existing applications of NIC/NICSI. The following would be brief tasks
that need to be carried out in three phases
1. Analysis phase
2. Implementation and Testing Phase
3. Application Maintenance
2.2.1.1. Analysis Phase
2.2.1.1.1. Basic Activities to be performed
Empanelment of Agencies for ICT Projects in Mauritius Page 9 of 48
i. The Implementing Partner shall validate and detail out the current process, functions and
services provided by the client along with the MIS reporting requirements.
ii. The Implementing Partner shall study the existing IT Hardware and its reusability for the
project.
iii. The Implementing Partner shall carry out the study of the requirements of the overall project
in terms of efficient delivery of services to its stakeholder, service levels etc.
iv. The Implementing Partner shall also document the requirements of the client in the form of
SRS document, design document, mapping of the proposed solution with the requirements of
the client and suggesting necessary customization.
2.2.1.1.2. Deliverables
i. Preparation of a comprehensive Project Plan
ii. Requirement analysis report( System requirement specification report)
o Current existing scenario
iii. Gap-Identification Report
o As-is- analysis of the NIC/NICSI application
o Assessment / Mapping report of the NIC/NICSI application and requirements
iv. Software Requirement Specification (SRS) / Functional Requirement Specification (FRS)
& Design Documents.
o Capturing the requirements of the project for development/customization
o Re-engineered processes that shall be required as per the client
o Defining the Software requirements
o Defining the other Hardware requirements
o Defining the desired access security and data validation controls to meet the
security requirements
v. The Implementing Partner shall also prepare Test Plans ( including Test cases) for:
o Unit testing
o Integration and System Testing
o Functional Testing
o User Acceptance Testing
vi. Hardware Requirement Report (if needed)
o Details on the usability of the existing IT infrastructure
o Detailed bill of material
o Procurement and deployment plan for the hardware and system software.
However, this shall be subject to the understanding between NICSI and Client.
vii. Any other deliverable required by the client as a part of the initial exercise of the project
initiation.
Empanelment of Agencies for ICT Projects in Mauritius Page 10 of 48
2.2.1.2. Implementation Phase
2.2.1.2.1. Basic Activities to be performed i. The Implementing Partner shall develop/customize and implement the application as per the
requirements of the NIC/NICSI/client. The Implementing Partner will ensure that the Best
Practices for Software Development Life Cycle are used during the software
development/customization and implementation phase.
ii. The Implementing Partner shall develop or customize the application as needed.
iii. The Implementing Partner will be solely responsible for arranging any software tools required
during the development of the software application at his own cost and NIC/NICSI shall not be
responsible for arranging any software/tools.
iv. The Implementation Partner shall be responsible for supplying and implementing the database
and related software, integration tools and describing the process to be followed for installing the
same.
v. The Implementing Partner shall also be responsible for the integration of the all the application
modules with the existing applications of the client for seamless execution of the application at
the clients end.
vi. The Implementing Partner shall carry out the intermediate and final testing of the configured
solution and obtaining sign-off from the concerned departments.
vii. The Implementing Partner shall coordinate and provide necessary support for the acceptance
testing and systems audit (functionality, process, performance and security controls).
viii. The Implementation Partner along with NIC/NICSI shall provide/facilitate centralized MIS reports
to meet the reporting requirements of the Client, if any. The Implementing Partner shall ensure:
a. The MIS system should be able to export the report data to industry standard read-only
formats, word processing etc
b. The Implementing Partner will develop any other MIS reports required by the Client or its
Stakeholders from time-to time.
ix. The Implementing Partner shall also implement the necessary access security and data validation
controls during the development/ customization of the software application.
x. The selected Implementing Partner will ensure the validation of solution deployed. The validation
should cover Hardware sizing, certification of the Installation, solution quality and certification of
system performance before completion of the project.
xi. The selected Implementing Partner shall support and train the client on the application.
2.2.1.2.2. Deliverables
Empanelment of Agencies for ICT Projects in Mauritius Page 11 of 48
i. HLD (High Level Design): The overall system design - covering the system architecture and
database design. Describing the relation between various modules and functions of the system.
ii. Low Level Design (LLD) defining the actual logic for each and every component of the system.
iii. The Application
iv. The test cases developed during the final installation of the applications
v. System Maintenance Manual
vi. Any another deliverable required by the client
2.2.1.3. Application Support
2.2.1.3.1. Basic Activities to be performed i. The Implementing Partner shall be responsible for providing technical support for the applications
including:
a. Resolution of any bugs & issues including bug fixing, improvements in presentation
and/or functionality
b. Providing Latest updates or any other relevant version upgrades.
c. Installation of the necessary patches and application upgrades
ii. The Implementing Partner shall be responsible for keeping track of the version control of the
Software Applications.
iii. The Implementing Partner, if needed shall develop additional functionalities in the software as per
the future requirements of the Client.
iv. The Implementing Partner shall be required to generate various MIS reports as per the
requirements of the Client/NIC/NICSI.
v. The Implementing Partner shall be required to prepare user manuals and troubleshooting
manuals for maintenance of the solutions.
vi. They shall also provide System Operation Support.
vii. They implementing Partner shall provide the necessary Security Management including
monitoring security and intrusions in the system.
viii. They shall monitor the applications and take corrective actions to optimize the performance.
ix. They shall provide support for duration of 1 year.
2.2.1.3.2. Deliverables i. System Maintenance Manual
ii. Release Notes
iii. Software quality assurance Manual
iv. Risk Manuals
v. Configuration Manuals
Empanelment of Agencies for ICT Projects in Mauritius Page 12 of 48
2.2.2. Track 2: System Integration
If needed, The Implementing Partner will be required to procure the infrastructure (System software
etc) as per the requirements of the project. The Implementing Partner will be required to look at the
procurement of the infrastructure from the point of view of the software applications, functions carried
out, services to be delivered, connectivity, future growth( in terms of transactions volume etc.)
operations and maintenance. The following would be brief tasks that need to be carried out but not
limited to
1. Build Phase
2. Operate and Maintenance Phase
2.2.2.1. Build Phase
2.2.2.1.1. Basic Activities to be performed i. The Implementing Partner shall design the Hardware requirements in line with the requirements
of the Client/NIC/NICSI.
ii. The Implementing Partner while designing, shall ensure the entire system is interoperable, in
order to support information flow and integration. The Operating System, System Software,
RDBMS etc from several vendors should interact well with each other.
iii. The Implementation Partner shall have to commission the hardware as per the requirements of
the projects and maintain at Clients location as and when required. (Government of Mauritius
shall source and install the hardware)
iv. The Implementation Partner shall be responsible to arrange the collocation of the hardware
equipment.
v. If needed the implementation Partner shall be responsible for the migration of the data and the
infrastructures.
vi. Available Infrastructure: The Implementation Partner, if needed shall be required to use some
of the existing IT hardware during the implementation of the project.
vii. The Implementation Partner shall be responsible for carrying out the testing of the hardware
solution deployed.
viii. The Implementation Partner will ensure the conformance to the overall solution Architecture.
ix. After the installation and commissioning of the project, the implementation partner shall be
responsible for provide training to the Client for effective utilization and operation if required.
They shall also provide training material to the participants. The training shall cover the
maintenance and management of components and the solution deployed by the
Implementation Partner.
Empanelment of Agencies for ICT Projects in Mauritius Page 13 of 48
x. System software: The paper licenses of all software’s to be deployed as part of the project by
the client’s name and the original copy of the same shall be deposited by the Implementing
Partner to the client before the installation of the software.
2.2.2.1.2. Deliverables i. The Solution Design Document and the required Policy documents ( e.g. Network Policy,
Security Policy) of the Hardware solution.
ii. The detailed hardware specification of the hardware deployed by the implementation partner
iii. Operational Manuals of the Hardware Solution deployed
iv. The training material of the solution deployed.
v. The necessary insurance documents and certifications
vi. Any other required deliverable by the client as per the contract.
2.2.2.2. Operate and Maintenance Phase
2.2.2.2.1. Basic Activities to be performed i. If needed, the Implementing Partner shall provide the manpower required to the operations
during the contractual period.
ii. The Implementing Partner shall provide a well- trained and well qualified staff to ensure
trouble free functioning of the project. They should be able to ensure that the requirements of
the Client, as per the SLA (if any) are met.
iii. If needed, the Implementing Partner shall be required to set-up a helpdesk for the all the
hardware/software support.
iv. The Implementing Partner shall provide any technical support needed by the client.
v. The scope of hardware support services will include preventive and corrective
comprehensive maintenance and cover installation, on-site diagnosis and resolution of
hardware faults in response to the reported problems. The SI will also resolve all the
hardware problems detected during routine operational support activities and will ensure that
the problems are resolved.
vi. The Implementing Partner shall also submit the Audit / Validation Plan of the Hardware
Solution deployed by them.
vii. The SI will also maintain an inventory record of the infrastructure and hardware installed
under this project.
2.2.2.2.2. Deliverables i. Any templates needed for documentation purpose as a part hardware maintenance
ii. Inventory records
iii. Any related documents needed by the client
Empanelment of Agencies for ICT Projects in Mauritius Page 14 of 48
2.2.3. Track 3: Facility Management Systems (FMS)
If needed, The Implementing Partner will be required to maintain the infrastructure (IT hardware,
system software etc) as per the requirements of the project.
The Implementing Partner will be required to look at the infrastructure from the point of view of the
software applications, functions carried out, services to be delivered, connectivity, future growth( in
terms of transactions volume etc.) operations and maintenance. They shall provide the necessary
support to the Client.
2.2.3.1. Basic Activities to be performed
i. If needed, the Implementing Partner shall be responsible for providing technical support for the
applications including:
a. Providing Latest updates or any other relevant version upgrades.
b. Installation of the necessary patches and application upgrades
ii. The Implementing Partner shall be required to generate various MIS reports as per the
requirements of the Client/NIC/NICSI.
iii. The Implementing Partner shall be required to prepare user manuals and troubleshooting
manuals for maintenance of the solutions.
iv. They shall also provide System Operation Support.
v. They implementing Partner shall provide the necessary Security Management including
monitoring security and intrusions in the system.
vi. They shall monitor the applications and take corrective actions to optimize the performance.
vii. If needed, the Implementing Partner shall provide the manpower required to the operations during
the contractual period.
viii. The Implementing Partner shall provide a well- trained and well qualified staff to ensure trouble
free functioning of the project. They should be able to ensure that the requirements of the Client,
as per the SLA (if any) are met.
ix. If needed, the Implementing Partner shall be required to set-up a helpdesk for the all the
hardware/software support.
x. The Implementing Partner shall provide any technical support needed by the client.
xi. The Implementing Partner will be required to provide an onsite AMC.
xii. The Implementing Partner is also required to validate/audit of the Hardware Solution already
deployed.
xiii. The scope of hardware support services will include preventive and corrective comprehensive
maintenance and cover installation, on-site diagnosis and resolution of hardware faults in
Empanelment of Agencies for ICT Projects in Mauritius Page 15 of 48
response to the reported problems. The SI will also resolve all the hardware problems detected
during routine operational support activities and will ensure that the problems are resolved.
xiv. The Implementing Partner will also maintain an inventory record of the infrastructure and
hardware installed under this project.
2.2.3.2. Deliverables
i. System Maintenance Manual
ii. Risk Manuals
iii. Configuration Manuals
iv. Any Necessary MIS reports
v. Any templates needed for documentation purpose as a part hardware maintenance
vi. Inventory records
vii. Any related documents needed by the client
Empanelment of Agencies for ICT Projects in Mauritius Page 16 of 48
3. Eligibility Criteria
The empanelment is for projects for various tracks of Information Technology and for execution/delivery
of eGovernance projects in Mauritius. On basis of agreements between India and Mauritius, NIC/NICSI
shall select a vendor empanelled through this RFP. As these projects shall be from one Government to
another, credibility and credentials of a vendor are very critical for NICSI for empanelment. The bidders
are required to comply with the eligibility criteria as laid down below and provide necessary
documentary evidence in support of their submissions/declarations. Any non compliance to the criteria
mentioned in this section will lead to disqualification of the bid.
3.1 The proposal can be submitted by an individual organization or a consortium. The Prime
Bidder is encouraged to partner with regional companies of Mauritius. In case of a
consortium, the same shall be formed under a duly stamped consortium agreement and
signed by the authorized signatories of the respective companies. In the event of a
consortium, one of the partners shall be designated as a “Lead Partner”. However, every
member of the consortium shall be equally responsible and jointly and severally liable for
the successful completion of the entire project. The single vendor or its consortium, if any,
will be designated as ‘Bidder’ or ‘Vendor’ for the remainder of this document.
3.2 The bidder can provide project citations/ certifications of their group companies as well,
duly supported with documents line work orders/agreements/client certifications.
3.3 The bidder should have the necessary legal registrations/ certifications/ clearances
required for providing the services in scope of this RFP in Mauritius. The bidder is
required to submit a self declaration of meeting all the legal requirements of working in
India and Mauritius. Refer Annexure X.
3.4 Following table may be referred for required qualifying parameter and documents to be
submitted:
S No Parameter Documents to be Submitted
3.4.1 Details of the Bidder Bidder details as per Annexure IV. To be signed in original by the authorised representative
3.4.2 The Prime Bidder has to be an Information Technology Company registered under the Companies Act of India, 1956 since last 5 years
Certificate of Incorporation
3.4.3 The prime bidder and all consortium members should have valid (non expired) ISO 9001: 2000 certification or equivalent in ICT related area.
Relevant Certificates with clearly mentioned details of expiry and organization name
Empanelment of Agencies for ICT Projects in Mauritius Page 17 of 48
S No Parameter Documents to be Submitted
3.4.4 The Prime bidder should be registered with the
Indian Service Tax department and carry a valid
PAN.
Copy of PAN and Service Tax registration
3.4.5 The bidder should have a presence in Mauritius
to get empanelled. This can be through any
partner of consortium valid currently.
The bidder should have worked in Mauritius on
IT projects through individually / partner / Group
companies in last 3 years.
Contract / Agreement / Client
Certificate
3.4.6 The Prime Bidder should have positive annual
turnover of more than INR. 100 Crores or USD
20 Million from all the three tracks for each of
the last three Financial Years ending on
31.03.2010. If bidding for single track out of
three tracks, the bidder should have a positive
turnover of more than Rs. 50 Crores or USD 10
Million in the particular track. For 2 tracks, the
turnover should be Rs 75 Crores or USD 15
Million.
A) Copy of the Audited profit
and loss statement/
balance sheet/ annual
report for last 3 years
financial years ending 31st
March 2010, attested by
Auditor / Company
Secretary clearly
mentioning the registration
number.
B) Certificate from Statutory
Auditor/Company
Secretary (mentioning the
registration number)
confirming the annual
turnover for last 3 financial
years ending 31st March
2010 from each of the
tracks, signed in original.
3,4.7 Bidder / Consortium Partner should not be an
entity which has been black-listed by India and
Mauritius Government for any fraudulent
activities as on the bid submission date
Undertaking (Refer
annexure VIII for the format
of the undertaking). Signed
by Statuary Auditor /
Company Secretary
Empanelment of Agencies for ICT Projects in Mauritius Page 18 of 48
S No Parameter Documents to be Submitted
3.4.8 In case the bidder / consortium partner is black-
listed by any India and Mauritius Government
agency / department for non-fraudulent
activities, bidder to provide an undertaking
along-with copy of relevant letter /
communication in this regard by the concerned
Government agency / department
Relevant Letter/
Communication along-with
the undertaking given in
Annexure VIII (Signed by
Statuary Auditor / Company
Secretary)
3.5 The bidders should submit the Board resolution (attested by statuary auditor / Company
Secretary clearly mentioning the registration number) along with the power of attorney in
original (In case Power of Attorney is submitted in copy the same should be attested by the
statuary auditor / Company Secretary clearly mentioning the registration number) for
authorizing the signatory
Empanelment of Agencies for ICT Projects in Mauritius Page 19 of 48
4. Technical Evaluation Criteria
The bidder is required to provide detailed information on the projects executed by them, its
presence in Mauritius/African Continent (Countries as per annexure I) and resources to establish
their credentials for evaluation, as per following requirements –
Track Application Development and Customization
System Integration FMS Documentary Evidence Required *
4.1
Pro
ject
Exp
erie
nce
The bidder should
have successfully
completed 3 jobs of
value more than INR 1
Crore each or USD
250,000 each in the
area of application
development &
customization outside
India post year 2005.
Ongoing projects can
be considered basis
completed equivalent
milestone
The bidder should have
successfully completed
3 jobs of value more
than INR 2 Crore each
or USD 500,000 each in
area of system
integration outside India
post year 2005.
Ongoing projects can
be considered basis
completed equivalent
milestone
The bidder should
have successfully
completed 3 jobs of
value more than INR
75 Lakh each or USD
187,500 each in the
area of FMS outside
India post year 2005.
Ongoing projects can
be considered basis
completed equivalent
milestone
a) Project Profile
as per Annexure V
with work order/
contract/
agreement,
signed/attested by
authorised
representative in
original.
b)Auditor’s/
Company Secretary
certificate as per
Annexure IX citing
value of the project
c)Client
Completion/
Satisfactory
Certificate, attested
by statuary auditor /
company secretary
mentioning the
registration number.
All a, b, and c
mentioned above
are required.
Empanelment of Agencies for ICT Projects in Mauritius Page 20 of 48
Track Application Development and Customization
System Integration FMS Documentary Evidence Required *
4.2
Pro
ject
Exp
erie
nce
in M
aurit
ius
The bidder should have
successfully completed
at least 1 job of
Application
Development project of
value more than INR 1
Crore or US 250,000 in
Mauritius post year
2005. Ongoing projects
can be considered
basis completed
equivalent milestone
The bidder should have
successfully completed
at least 1 job of SI in
Mauritius of value more
than INR 2 Crore or
USD 500,000 post year
2005. Ongoing projects
can be considered basis
completed equivalent
milestone
The bidder should
have successfully
completed at least 1
job of FMS in
Mauritius of value
more than INR 75
Lakh or USD 187,500
post year 2005.
Ongoing projects can
be considered basis
completed equivalent
milestone
a) Project Profile
as per Annexure V
with work order/
contract/
agreement,
signed/attested by
authorised
representative in
original.
b)Auditor’s/
Company Secretary
certificate as per
Annexure IX citing
value of the project
c)Client Completion/
Satisfactory
Certificate, attested
by statuary auditor /
company secretary
mentioning the
registration number.
All a, b, and c
mentioned above are
required.
Empanelment of Agencies for ICT Projects in Mauritius Page 21 of 48
Track Application Development and Customization
System Integration FMS Documentary Evidence Required *
4.3
Org
aniz
atio
nal C
apac
ity -
Tech
nica
lly
qual
ified
reso
urce
s
The bidder must have
on its roll min 50 Java /
.Net, etc. Certified
professionals
The bidder must have on
its roll min 50 OEM
certified professionals
like Red Hat/Oracle
Certified / CISCO/ Unix/
Microsoft etc.
The bidder must have
on its roll min 50 ITIL/
CISA / BS7799 / ISO
27001 certified
professionals
An undertaking from
Head (HR) with list of
certified professionals
as per Annexure VII.
Please mention
explicitly against
each personnel
whether they belong
to Prime Bidder or
the consortium
partner 4.4
Org
aniz
atio
nal C
apac
ity -
Edu
catio
nal Q
ualif
icat
ion
of
reso
urce
s
The bidder must have on its roll at least 300 technically qualified (BE/ MCA/
MBA) professionals.
An undertaking from
Head (HR)
Please mention
explicitly whether
resources are of
Prime Bidder or the
consortium partner
4.5
Org
aniz
atio
nal C
apac
ity in
M
aurit
ius
The bidder must have on its roll at least 50 technically qualified professional
An undertaking from
Head (HR)
Empanelment of Agencies for ICT Projects in Mauritius Page 22 of 48
*Project Citations lacking the required documentary evidence or the project details as requested in Annexure V & IX will not be considered for the purpose of technical evaluation.
5. Proposal Submission Process
Bidders are advised to study the RFP Document carefully. Submission of the proposal will be deemed
to have been done after careful study and examination of all instructions, eligibility norms, terms and
requirement specifications in the RFP document with full understanding of its implications. Proposal
not complying with all the given clauses in this RFP document are liable to be rejected. Failure to
furnish all information required in the RFP Document or submission of a propsosal not substantially
responsive to the RFP document in all respects will be at the bidder’s risk and may result in the
rejection of the proposal.
5.1. Timelines
S. No. Event Date
1 Pre-Proposal Meeting 03.11.2011 at 11.00 PM, NICSI-HQ.
2 Last date for Receipt of queries by NICSI 2 Days before Pre-proposal meeting
2 Proposal Submission Upto 03.00pm on 17.11.2011 at NICSI-HQ.
3 Technical Proposal opening 04.30 pm on 17.11.2011 at NICSI-HQ.
5.2. Proposal Composition
The proposal shall be submitted as follows:
5.2.1. All the envelopes shall be addressed to:
The Managing Director National Informatics Centre Services Inc. Hall No. 2 & 3, 6th Floor, NBCC Tower, 15, Bhikaji Cama Place, New Delhi – 110 066
5.2.2. The proposal should be submitted in a single envelope consisting of two separate envelopes. The outermost envelope should be superscripted “NICSI RFP NO. NICSI/Int. Project-Mauritius/2011/25 for Empanelment for Information & Communication Technology Projects in Mauritius” – Submitted by “XXXXXXXXX” :
Envelope 1 - EMD: The envelope shall contain draft/s drawn from a scheduled commercial bank in
favour of NICSI, New Delhi. For each track, that the bidder is submitting the proposal, a separate
demand draft (towards EMD) needs to be submitted. The envelope shall be sealed and superscripted
“EMD – NICSI RFP No. NICSI/Int. Project-Mauritius/2011/25 for Empanelment for Information &
Communication Technology Projects in Mauritius” – Submitted by “<XXX>”.
Empanelment of Agencies for ICT Projects in Mauritius Page 23 of 48
Envelope 2 - Technical Proposal: The bidder must submit separate sealed envelope for each track
within the technical proposal envelope. The outermost sealed envelope should be superscripted
“NICSI RFP No. NICSI/Int. Project-Mauritius/2011/25, Technical Proposal – NICSI RFP for
Empanelment for Information & Communication Technology Projects in Mauritius” – Submitted by
“<XXX>”. Envelope for each track should consist of the original and one copy of the technical
proposal. The proposal should be bound properly and clearly marked as original and copy. The
proposal may be submitted in hard bound manner. A soft copy in a CD is also required to be
submitted in a sealed and clearly marked packet. It should mention the title of proposal and agency
name, who is submitting the proposal. ““NICSI RFP No. NICSI/Int. Project-Mauritius/2011/25
Technical Proposal – Track <XXX> - Submitted by “<XXXX>” should be clearly written on the
envelope. The bidder may not attach common documents/citations for each track separately; however
necessary information should be mentioned in a table citing reference of the relevant document.
If there are too many pages in the proposal, then proposal can be submitted in parts in the same envelop. The proposal should be spiral bound or hard bound and the all pages should be properly numbered. Any loose pages in proposal could lead to the Disqualification of the Proposal. NICSI shall not be responsible for such loose and improperly submitted proposals.
5.3. Structure of the Technical Proposal Annexure A: Executive Summary A proposal covering letter, as per the given format in Annexure III; followed by understanding of the scope of work and a summary about the bidder highlighting the key aspects of the technical proposal. Annexure B: Compliance Table
S No Compliance Complied Page No. 1. Cover letter
2. All pages of proposal are numbered, signed by authorized signatory and bids are sealed properly
3. Proof of authorized signatory (Power of attorney/ Board declaration)
4. Proof of EMD
5. Undertaking that the bidder and all consortium partners are not blacklisted
6. Specify Regions selected for the empanelment- as per Annexure-I
Annexure C: Bidder Profile and Qualifications The section should cover the bidder’s profile including credentials and capabilities, local presence of the teams in the countries with relevant experience. The bidder should also include the necessary
Empanelment of Agencies for ICT Projects in Mauritius Page 24 of 48
supporting documents. Annexure D: Organization & Staffing In this section, Bidders’ should propose the structure and composition of the team. Key emphasis will be on the experience of the Project Management Team, Technical skills and experience of the team in Mauritius based projects. 5.4. Earnest Money Deposit (EMD)
5.4.1. The Bidders shall furnish a demand draft of Rs. 10,00,000( Rs. Ten Lakhs) per track, from a
scheduled commercial bank, drawn in favour of NICSI payable at New Delhi.
5.4.2. The EMD of unsuccessful bidders shall be returned without interest after finalization of the
RFP. EMD of the successful bidders shall be returned without any interest, on receipt of Bank
Guarantee (BG) (BG should be as per the format provided in annexure VII) is of equal
amount valid for the period of empanelment / extended empanelment. In case NICSI/NIC
assigns jobs to the empanelled bidders just before the end of the empanelment, the BG shall
be extended for the period of one more year or till the satisfactory job completion, whichever
is earlier. The BG shall be released after satisfactory job completion or expiry of
empanelment, whichever is later.
5.5. Pre Proposal meeting NICSI will hold a pre proposal meeting with the prospective bidders in the NICSI conference hall.
Queries received, from the bidders, two days prior to the pre bid meeting will be addressed. The
queries can be sent to [email protected]
5.6. Proposal Submission
a. Proposal, complete in all respects, must be submitted to the office of the Managing Director NICSI
by the due date and time. In the event of the specified date for the submission of proposal being
declared a holiday, the proposal can be submitted up to the appointed time on the next working
day for which NICSI will make necessary provisions.
b. NICSI may, at its own discretion, extend the date for proposal submission. In such a case all
rights and obligations of NICSI and the Bidders shall be applicable to the extended time frame.
c. Any proposal received by NICSI after the prescribed deadline for submission of proposal will be
summarily rejected and returned unopened to the Bidder. NICSI shall not be responsible for any
postal delay or non-receipt / non-delivery of the documents. No further correspondence on this
subject will be entertained.
d. The proposal submitted by telex/telegram/fax/Email or any manner other than specified above will
not be considered. No correspondence will be entertained on this matter.
Empanelment of Agencies for ICT Projects in Mauritius Page 25 of 48
At any time prior to the last date for receipt of bids, NICSI, may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective bidder, modify the RFP
document by an amendment. The amendment will be notified on NICSI’s website http://nicsi.nic.in
should be taken into consideration by the prospective bidders while preparing their proposal.
e. In order to give prospective bidders reasonable time to take the amendment into account in
preparing their proposal, NICSI may, at its discretion, extend the last date for the receipt of
proposal. No proposal may be modified subsequent to the last date for receipt of proposal. No
proposal may be withdrawn in the interval between the last date for receipt of bids and the expiry
of the proposal validity period specified by the bidder in the proposal. Withdrawal of a proposal
during this interval may result in forfeiture of Bidder’s EMD.
f. The bidders will bear all costs associated with the preparation and submission of their proposal.
NICSI will, in no case, be responsible or liable for those costs, regardless of the outcome of the
tendering process.
g. Printed terms and conditions of the bidders, as submitted, will not be considered as forming part
of their proposal. In case, any terms and conditions of the RFP are not acceptable to any bidder,
they should clearly specify the deviations in their proposal.
Empanelment of Agencies for ICT Projects in Mauritius Page 26 of 48
6. Opening & Evaluation of Proposals
6.1. Opening of proposals
The proposals will be opened in the presence of bidders’ representatives (only one) who choose to
attend the proposal opening sessions. The bidders’ representatives who are present shall sign a
register evidencing their attendance. In the event of the specified date of proposal opening being
declared a holiday for NICSI, the proposal shall be opened at the same time and location on the next
working day.
6.2. Evaluation of Proposal 6.2.1. When deemed necessary, NICSI may seek clarifications on any aspect of the proposal from
the bidder. However, that would not entitle the bidder to change or cause any change in the
substance of the proposal submitted. This would also not mean that their proposal has been
accepted.
6.2.2. NICSI may waive any minor informality or non-conformity or irregularity in a proposal,
provided such waiver does not prejudice or affect the relative ranking of any other bidder.
6.2.3. Any effort by a bidder to influence NICSI's proposal evaluation, proposal comparison or MoU
award decisions may result in the rejection of the bidder's proposal and forfeiture of the
bidder's EMD.
6.2.4. NICSI reserves the right to accept any proposal, and to cancel/abort the RFP process and
reject all proposals at any time prior to award of MoU, without thereby incurring any liability to
the affected bidders or bidders and of any obligation to inform the affected bidders of the
grounds for NICSI’s action and without assigning any reasons.
6.2.5. Evaluation of the proposal shall be done by a Technical Evaluation Committee formed by
NICSI on basis of proposal submitted by bidders and as per Evaluation Criteria given in
Annexure II.
6.2.6. A minimum of 75 marks would need to be scored by any bidder to qualify for empanelment.
Scoring qualifying marks need not necessarily mean that the bidder is empaneled. It would
only indicate bidder’s eligibility for empanelment.
6.2.7. Empanelment for all the three tracks, Track 1 – Application Development & Customization,
Track 2 – System Integration and Track 3 – Facility management System shall be technical
empanelment only. All the technically qualified bidders for all the three tracks shall be later
informed for detailed scope of activity as and when a project opportunity arises. All
technically qualified bidders all the three tracks shall then be required to submit their
Technical & Financial Proposals for the respective opportunity in the prescribed format.
Project may then be awarded to L1 bidder.
7. Award of Contract (Empanelment) 7.1. On written communication from NICSI for having shortlisted for empanelment, the bidder will
sign the MoU (letter of empanelment) within 7 days of such communication. Failing which the
Empanelment of Agencies for ICT Projects in Mauritius Page 27 of 48
offer will be treated as withdrawn and EMD of concerned bidder shall be forfeited. In such a
case, NICSI reserves the right to extend the offer to the next eligible bidder.
7.2. NICSI intends to have a panel of five agencies per track of scope or work, for availing the
services during the period of empanelment shall be initially for three years. Depending on the
project requirements, NICSI may extend the period of empanelment for additional two years
through mutual consent. The empanelled agencies will have to renew/re-submit the security
deposit for the extended period of empanelment.
7.3. The bidders selected for empanelment will give security deposit of Rs. 10,00,000 (Rs. Ten
Lakhs) in the form of Bank Guarantee from a scheduled commercial bank for the duration of the
empanelment or extended period, if any, in favour of NICSI, New Delhi. On receipt of BG, EMD
will be refunded without any interest.
7.4. The incidental expenses of execution of agreement / contract will be borne by the successful
bidder.
7.5. The conditions stipulated in the contract will be strictly adhered to and violation of any of these
conditions will entail termination of the contract without prejudice to the rights of the NICSI. In
addition, NICSI will be free to forfeit the EMD/Security deposit and getting the assigned work
done from alternate sources at the risk and cost of the defaulting bidder.
7.6. NICSI may provide options to empanelled partners to get empanelled for other countries in the
same African Continent (Countries in the region are defined in Annexure - I) during the validity
of MoU on basis of fulfilment of qualification requirements for that country to be notified later.
This shall be solely at discretion of NICSI and no request from empanelled partner shall be
accepted, in case NICSI decides against any such opportunity.
7.7. NICSI also retains option of approaching empanelled partners for executing projects in other
country for which they are not empanelled through this RFP.
7.8. NICSI shall provide only with the documentary support related to the project i.e. Contract / Work
Order to the selected vendor. The vendor shall be responsible for arranging for visa,
boarding/Lodging etc for its resources travelling in this regard. No fee shall be payable by NICSI
in this regard.
Empanelment of Agencies for ICT Projects in Mauritius Page 28 of 48
8. Methodology for Award of ICT project to an empanelled agency
This section provides information on the process to be followed for selecting implementation agency
from empanelled agencies and awarding a contract for execution of identified ICT projects.
8.1. Generally, NICSI shall take up projects for other countries on basis of bilateral agreements
between the two projects. The projects may be replication of NIC projects or new project in areas
of software developments, infrastructure or facility management.
8.2. Post arriving at agreement with Government of Mauritius/its representative department, NICIS
shall prepare Terms of Reference for selection of suitable implementation partner. This partner
shall be from already empanelled agencies through this RFP.
8.3. NICSI shall invite the agencies empanelled in Mauritius for a techno-commercial proposal and
financial quotes specific to the requirement by floating a limited RFP as per empanelment list for
Mauritius.
8.4. NICSI shall carry out detailed evaluation of such received proposal on technical, commercial and
financial aspect to arrive at best implementation partner for that project.
8.5. NICSI shall select and enter into specific contract with identified implementation partner on basis
of scope, deliverables, terms and conditions of agreement with Mauritius.
8.6. The partner shall be responsible and bound by that contract for successful execution of the
project.
8.7. The partner shall also have to submit a performance bank guarantee which would be 8.5% of the
project fee; at the time of submission of first bill. In case the partner fails to complete the project
the PBG shall be forfeited.
NICSI reserves right to approach vendors outside the MoU in absence of proper response from
empanelled partners. In case there’s no response, NICSI shall take action according to terms of MoU
on no-responding partner, including blacklisting of such partner and/or Forfeiting of the EMD.
Empanelment of Agencies for ICT Projects in Mauritius Page 29 of 48
9. General Terms and Conditions
9.1. Proposal Validity
The proposal should be valid for 90 days from date of opening. NICSI holds the right to reject a
proposal valid for period shorter than 90 days as non-responsive, without any correspondence.
9.2. Confidentiality
The empanelled Bidder and their personnel will not, either during the term or after expiration of this
contract, disclose any proprietary or confidential information relating to the services, contract or
business or operations of NICSI/NIC or its clients without the prior written consent of NICSI/NIC.
9.3. Indemnity
a. The empanelled agency will indemnify NICSI and its client organizations of all legal obligations
of its professionals deployed for NICSI/NIC projects.
b. NICSI and its Clients also stand absolved of any liability on account of death or injury sustained
by the Agency staff during the performance of this empanelment and also for any damages or
compensation due to any dispute between the agency and its staff.
9.4. Security
a. The agency will ensure that no information about the software, hardware, database and the
policies of the client organization is taken out in any form including electronic form or otherwise,
from the client site by the manpower posted by them.
b. The agency or its deployed personnel, by virtue of working on NICSI/Client’s projects, can’t
claim any rights on the work performed them. NICSI/Client will have absolute rights on the work
assigned and performed by them. Neither any claims of the agency or its deployed
professionals will be entertained on the deliverables.
9.5. Change of Name of the Firm / Merger / Take over a. During empanelment period if the bidder’s name got changed due to acquisition,
amalgamation etc., bidder must inform NICSI with all required documents within one month
of its name change. In such a case, the new entity shall continue to carry all responsibilities
and liabilities as per MoU with NICSI before change. NICSI will not entertain any name
change requests during the bidding process. In this case the proposal will be rejected
straightaway.
b. In the event of the bidder’s company or the concerned division of the company is taken over
/ bought over by another company, all the obligations under the agreement with NICSI/NIC,
should be passed on for compliance by the new company / new division in the negotiation for
their transfer.
9.6. Outsourcing
Empanelment of Agencies for ICT Projects in Mauritius Page 30 of 48
The empanelled bidder will not outsource the work to any other associate/franchisee/third party under
any circumstances. If it so happens then NICSI/NIC will impose sanctions which will include: forfeiture
of the security deposit, revocation of bank guarantees (including the ones submitted for other work
orders) and termination of the Contract for default.
9.7. Applicable Law The work orders will be governed by the laws and procedures established by Govt. of India, within the
framework of applicable legislation and enactment made from time to time concerning such
commercial dealings/processing. Any default in the terms and conditions of the tender by the bidder
will lead to rejection of proposal/work order and forfeiture of EMD/Security Deposit.
9.8. Force Majeure Notwithstanding the provisions of the tender, the Bidder will not be liable for forfeiture of its
performance guarantee, liquidated damages or termination for default, if and to the extent that, it’s
delay in performance or other failure to perform its obligations under the contract is the result of an
event of Force Majeure.
For purposes of this Clause, “Force Majeure” means an event beyond the control of the Bidder and
not involving the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of NICSI either in its sovereign or contractual
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the empanelled Bidder will promptly notify NICSI in writing of such
conditions and the cause thereof. Unless otherwise directed by NICSI in writing, the Bidder will
continue to perform its obligations under the contract as far as reasonably practical and will seek all
reasonable alternative means for performance not prevented by the Force Majeure event. NICSI may
terminate this contract, by giving a written notice of minimum 30 days to the Bidder, if as a result of
Force Majeure, the Bidder being unable to perform a material portion of the services for a period of
more than 60 days.
9.9. Arbitration and Jurisdiction
NICSI and the bidder will make every effort to resolve amicably by direct negotiation any
disagreement or dispute arising between them under or in connection with the work order. If any
dispute will arise between parties on aspects not covered by this agreement, or the construction or
operation thereof, or the rights, duties or liabilities under these except as to any matters the decision
of which is specially provided for by the general or the special conditions, such dispute will be referred
to two arbitrators, one to be appointed by each party and the third to be appointed by the Department
of Information Technology, Government of India, and the award of the arbitration, as the case may be,
will be final and binding on both the parties. The arbitrators with the consent of parties may modify the
time frame for making and publishing the award. Such arbitration will be governed in all respects by
the provision of the Indian Arbitration Act, 1996 or later and the rules there under and any statutory
modification or re-enactment, thereof. The arbitration proceedings will be held in New Delhi, India.
Empanelment of Agencies for ICT Projects in Mauritius Page 31 of 48
9.10. Suspension NICSI may by a written notice of suspension, suspend all payments to the empanelled bidder under
the contract entered into as a result of this MoU, if the empanelled bidder fails to perform any of its
obligations under said contract provided that such notice of suspension:
a. will specify the nature of the failure and
b. will request the empanelled bidder to remedy such failure within a specified period from the date
of issue of such notice of suspension.
9.11. Termination 9.11.1. Termination for Insolvency, Dissolution etc:
NICSI may at any time terminate the empanelment by giving written notice to the Bidder without any
compensation if the empanelled bidder becomes bankrupt or otherwise insolvent or in case of
dissolution of firm or winding up of company, provided that such termination will not prejudice or effect
any right of action or remedy which has accrued thereafter to NICSI.
9.11.2. Termination for Convenience
a. NICSI reserves the right to terminate by prior written notice, the whole or part of the MoU and
subsequent contract. The notice of termination will specify that termination is for NICSI’s
convenience, the extent to which performance of work under the MoU and subsequent
contract is terminated and the date on which such termination becomes effective.
b. NICSI/NIC may by written notice sent to the empanelled bidder; terminate the work order
and/or the Contract, in whole or in part at any time of its convenience. The notice of
termination will specify that termination is for NICSI’s convenience, the extent to which
performance of work under the work order and /or the contract is terminated, and the date
upon which such termination becomes effective. NICSI reserves the right to cancel the
remaining part and pay to the selected vendor an agreed amount for partially completed
Services.
9.11.3. Termination for Default
9.11.3.1. Default is said to have occurred
a. If the agency fails to deliver any or all of the services within the time period(s) specified in the
work order or any extension thereof granted by NICSI.
b. If the agency fails to perform any other obligation(s) under the contract / work order.
9.11.3.2. If the agency, in either of the above circumstances, does not take remedial steps
within a period of 30 days after receipt of the default notice from NICSI (or takes longer
period in spite of what NICSI may authorize in writing), NICSI may terminate the contract /
work order in whole or in part. In addition to above, NICSI may at its discretion also take the
following actions
Empanelment of Agencies for ICT Projects in Mauritius Page 32 of 48
a. NICSI may transfer upon such terms and in such manner, as it deems appropriate work order
for similar support service to other agency and the defaulting agency will be liable to
compensate NICSI for any extra expenditure involved towards support service to complete
the scope of work totally.
9.12. Forfeiture of Earnest Money Deposit/Security Deposit/ Blacklisting from NICSI The Earnest Money Deposit can be forfeited and blacklisted from NICSI if a Bidder:
a. Withdraws its proposal during the period of proposal validity.
b. In case of the successful Bidder fails to sign the contract within the stipulated time.
c. If the bidder denies working in Mauritius or track of scope of work, it gets empanelled for.
d. If the bidder does not submit financial proposal, it gets empanelled for.
e. The bidder should not approach the Mauritius government directly for any ICT Project without
prior written consent from NICSI. In the event any bidder is found to have approached the
government of Mauritius (including any department of the government of Mauritius) directly for
any ICT project, the bidder may be blacklisted from NICSI and the EMD forfeited.
9.13. Miscellaneous Terms and Conditions
9.13.1. When working in Mauritius, the Implementing Partner shall abide by the all the applicable
employment related acts or minimum wages act.
9.13.2. The staff deployed by the vendor will maintain office decorum and the cultural sentiment of
Mauritius. They will be courteous, polite and cooperative and able to resolve the users’ problems.
9.13.3. All panel bidders automatically agree with NICSI/NIC for honouring all aspects of fair trade
practices in executing the work orders placed by NICSI/NIC.
9.13.4. NIC can use this tender with all its terms and conditions as applicable to NICSI.
9.13.5. The selected Partners shall also have to sign a NDA and Indemnity bond along with the MOU
with NICSI.
9.13.6. The empanelled Bidder will indemnify NICSI of any infringement of third party rights be they
under the Patents Act or the IPR.
9.13.7. The bidder will be responsible for any damage to equipments, property and third party
liabilities caused by acts on part of its deployed consultants at NICSI/NIC/User’s premises. All
equipment will be used only for the purpose of carrying out legitimate business of NICSI/NIC/User’s
organization and will not be put into any other use.
9.13.8. The empanelled bidder will not be entitled to make any claim, whatsoever, against NICSI/NIC
under or by virtue of or arising out of this MoU nor will NICSI/NIC entertain or consider any such
claim for the jobs accepted post empanelment.
Empanelment of Agencies for ICT Projects in Mauritius Page 34 of 48
Annexure I: List of countries in the African Continent
Empanelment of Agencies for ICT Projects in Mauritius Page 35 of 48
I. Africa
1. Algeria (People's Democratic Republic of Algeria)
2. Angola (Republic of Angola) 3. Benin (Republic of Benin) 4. Botswana (Republic of Botswana) 5. Burkina Faso 6. Burundi (Republic of Burundi) 7. Cameroon (Republic of Cameroon) 8. Cape Verde (Republic of Cape Verde) 9. Central African Republic (Central
African Republic) 10. Chad (Republic of Chad) 11. Comoros (Union of the Comoros) 12. Côte d'Ivoire (Republic of Côte d'Ivoire) 13. Djibouti (Republic of Djibouti) 14. Equatorial Guinea (Republic of
Equatorial Guinea) 15. Eritrea (State of Eritrea) 16. Ethiopia (Federal Democratic Republic
of Ethiopia) 17. Gabon (Gabonese Republic) 18. Gambia (Republic of The Gambia) 19. Ghana (Republic of Ghana) 20. Guinea (Republic of Guinea) 21. Guinea-Bissau (Republic of Guinea-
Bissau) 22. Kenya (Republic of Kenya) 23. Lesotho (Kingdom of Lesotho) 24. Liberia (Republic of Liberia) 25. Libya (Great Socialist People's Libyan
Arab Jamahiriya)
26. Madagascar (Republic of Madagascar) 27. Malawi (Republic of Malawi) 28. Mali (Republic of Mali) 29. Mauritania (Islamic Republic of
Mauritania) 30. Mauritius (Republic of Mauritius) 31. Morocco (Kingdom of Morocco) 32. Mozambique (Republic of Mozambique) 33. Namibia (Republic of Namibia) 34. Niger (Republic of Niger) 35. Nigeria (Federal Republic of Nigeria) 36. Republic of the Congo (Republic of the
Congo) 37. Rwanda (Republic of Rwanda) 38. Sao Tome and Principe 39. Senegal (Republic of Senegal) 40. Seychelles (Republic of Seychelles) 41. Sierra Leone (Republic of Sierra Leone) 42. Somalia (Somali Republic) 43. South Africa (Republic of South Africa) 44. Sudan (Republic of Sudan) 45. Swaziland (Kingdom of Swaziland) 46. Tanzania (United Republic of Tanzania) 47. Togo (Togolese Republic) 48. Tunisia (Tunisian Republic) 49. Uganda (Republic of Uganda) 50. Western Sahara (Sahrawi Arab
Democratic Republic) 51. Zambia (Republic of Zambia) 52. Zimbabwe (Republic of Zimbabwe)
Empanelment of Agencies for ICT Projects in Mauritius Page 36 of 48
Annexure II: Evaluation Criteria
S. No.
Parameter Max Marks Marking Scheme
1 Financial strength of bidder in
year 2009-10
10 Annual Turnover All Track Bid (total of all tracks) From 100 Cr to 150 Cr – 5 marks From 150 to 200 Cr – 7 marks Above 200 Cr - 10 marks 2 Track bid (total of 2 tracks) From 75 Cr to 100 Cr – 5 marks From 100 Cr to 125 Cr – 7 marks From 125 Cr to 150 Cr – 10 marks 1 Track Bid (from 1 track) From 50 Cr to 75 Cr – 5 marks From 75 Cr to 100 Cr – 7 marks From 100 Cr to 125 Cr – 10 marks
2 Scope of Work Track
preference
10 Bidding for All 3 Tracks - 10 Marks Bidding for 2 Tracks – 7 Marks Bidding for 1 Track – 5 Marks
3 Project Experience (Refer
Table given in section 4)
25 5 Marks per project Citation (Only those projects citations for which all required documentary evidence & details as per Annexure V are provided will be evaluated)
4 Project experience in
Mauritius
15 5 Marks per project Citation ( Only those projects citations for which all required documentary evidence & details as per Annexure V are provided will be evaluated)
5 Organizational Capacity -
Technically qualified
resources
10 300 to 350 – 5 Marks 350 – 450 – 7 Marks Above 450 – 10 Marks
6 Organizational Capacity –
Certifications
10 All Track Bid From 50 to 100 professionals per track– 5 marks Above 100 professionals per track - 10 marks 2 Track bid From 50 to 100 professionals for each of the 2 tracks bided for – 5 marks Above 100 professionals for each of the 2 tracks bided for - 10 marks 1 Track Bid From 50 to 100 professionals for the track bided for – 5 marks Above 100 professionals for the track bided for - 10 marks
7 Organizational Capacity in
the region
10 From 50 to 100 professionals – 5 marks Above 100 professionals - 10 marks
Empanelment of Agencies for ICT Projects in Mauritius Page 37 of 48
8 CMMi, PCMMi, ISO and
Environmental & Corporate
Governance accreditations
in ICT and related areas
(Valid at time of submission
of this bid)
10 PCMMi-10 Marks CMMi-10 Marks ISO- 5 Marks
Latest versions of certifications with explicitly
mentioned details of expiry (date and year of
expiry)
Empanelment of Agencies for ICT Projects in Mauritius Page 38 of 48
Annexure III: Proposal submission covering letter format To, The Managing Director National Informatics Centre Services Inc. Hall No. 2 & 3, 6th Floor, NBCC Tower, 15, Bhikaji Cama Place, New Delhi – 110 066 Ref: Submission of Proposal for Empanelment for ICT Projects in Mauritius.
Dear Sir,
We, the undersigned, offer to provide the IT services for ICT Projects in the Mauritius, in accordance with
the RFP no. NICSI/Int. Project-Mauritius/2011/25, dated 17.11.2011 upto 03.00PM. We are please to
submit our proposal for the same as per terms of the RFP.
We undertake, if our proposal is accepted, to abide by terms and condition of the RFP and MoU to be
signed thereafter on selection by NICSI and to undertake further work as per our empanelment by NICSI,
starting from the date of receipt of empanelment letter from NICSI.
We hereby declare that all the information and statements made in this Proposal are true and accepted
that any misinterpretation contained in it may lead to our disqualifications.
Dated this _____ day of ____________________ 2010
Signature
(Bidder Seal)
__________________
In the capacity of
Duly authorized to sign documents/proposals for and on behalf of:
Empanelment of Agencies for ICT Projects in Mauritius Page 39 of 48
Annexure IV: Bidder Details
Name of the Bidder (in CAPITAL letters only):
Complete Address with Pincode:
Date of Incorporation in India Contact Person: Name Designation Telephone Fax E-mail Service Tax Registration No: PAN No: Article of Association Submitted or Not
If submitted page number where attached
ISO or Equivalent Certification Registration No. under STP or EHTP Annual Turnover from given tracks
Year Turnover in Crores of Rs. (Track I)
Turnover in Crores of Rs. (Track II)
Turnover in Crores of Rs. (Track III)
2007-08 2008-09 2009-10
Bidder blacklisted in Mauritius / India by any government agency for fraudulent practices
Yes/No
Empanelment of Agencies for ICT Projects in Mauritius Page 40 of 48
Annexure V: Project details:
Firm Name:
Track Name (for which the citation is being made):
No Parameter Detail
1 Assignment/job name:
1.1 Description of Project
1.2 Approx. value of the contract (in INR/USD):
1.3 Country:
1.4 Location within country:
1.5 Work Order and Completion certificate provided
Yes/ No
1.6 Name of Authority:
1.7 Address:
1.8 Total No of staff-months of the Assignment/job:
1.9 Approx. value of the Assignment/job provided by your firm under the contract (in INR/USD):
1.10 Start date (month/year):
1.11 Completion date (month/year):
1.12 Name of consortium member/partner, if any:
1.13 No. of professional staff-months provided by associated Consultants:
Note: Please provide documentary evidence from the client i.e., copy of work order, contract for each of above-mentioned assignment. The experience shall not be considered for evaluation if such requisite support documents are not provided with the proposal. All submitted citations should be signed by the authorised signatory in original
Empanelment of Agencies for ICT Projects in Mauritius Page 41 of 48
Annexure VI: Organizational Resource Details
S No. Name of the firm Name of Resource
Certification
PMP CISA …. 1
2
..
Empanelment of Agencies for ICT Projects in Mauritius Page 42 of 48
Annexure VII - Format of Performance Bank Guarantee
LETTERHEAD OF THE ISSUING BANK
Ref. No.________________________ Bank Guarantee No _______________
Dated___________________________
To,
NICSI Department of Information Technology
Ministry of Communication and Information Technology
6th floor, NBCC Tower, 15-Bhikaiji Cama Place,
New Delhi – 110 066 India
Dear Sir,
1. In consideration of NICSI, having its office at __________________ (hereinafter referred to as
`NICSI', which expression shall, unless repugnant to the context or meaning thereof, include all its
successors, administrators, executors and assignees) having entered into a CONTRACT No.
dated______________(hereinafter called 'the CONTRACT' which expression shall include all the
amendments thereto) with M/s __________________________ having its registered/head office at
______________________(hereinafter referred to as the 'CONTRACTOR') which expression shall,
unless repugnant to the context or meaning thereof include all its successors, administrators, executors
and assignees) and having agreed that the CONTRACTOR shall furnish to NICSI a performance
guarantee for Indian Rupees .............. for the faithful performance of the entire CONTRACT.
2. We (name of the bank) ______________________________ registered under the laws of _______ having head/registered office at __________________________ (hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and permitted assignees) do hereby guarantee and undertake to pay unconditionally & immediately on first demand in writing any /all moneys to the extent of Indian Rs. ________(Indian Rupees (in words) ___________) without any demur, reservation, contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by NICSI on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these presents being absolute and unequivocal. We agree that the guarantee herein contained shall be
Empanelment of Agencies for ICT Projects in Mauritius Page 43 of 48
irrevocable and shall continue to be enforceable until it is discharged by NICSI in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the CONTRACTOR and shall remain valid, binding and operative against the bank.
3. The Bank also agrees that NICSI at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance, without proceeding against the CONTRACTOR and notwithstanding any security or other guarantee that NICSI may have in relation to the CONTRACTOR’s liabilities.
4. The Bank further agrees that NICSI shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT or to extend time of performance by the said CONTRACTOR(s) from time to time or to postpone for any time or from time to time exercise of any of the powers vested in NICSI against the said CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the part of NICSI or any indulgence by NICSI to the said CONTRACTOR(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the CONTRACT and all dues of NICSI under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till NICSI discharges this guarantee in writing, whichever is earlier.
6. This Guarantee shall not be discharged by any change in the constitution of NICSI or that of the CONTRACTOR.
7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue.
8. The Bank also agrees that this guarantee shall be governed and construed in accordance with the laws of the state and where applicable central laws subject to the exclusive jurisdiction of the courts of India.
9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs.______________ (Indian Rupees (in words) ________) and our guarantee shall remain in force until ______________________.(indicate the date of expiry of bank guarantee)
Any claim under this Guarantee must be received by us within 6 months of the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of NICSI under this
Empanelment of Agencies for ICT Projects in Mauritius Page 44 of 48
Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of NICSI under this Guarantee shall be valid and shall not cease until we have satisfied that claim.
In witness where of, the Bank through its authorized officer has set its hand and stamp on this…........ day of ........20___ at .....................
Signature
For _______________
[Designation]
[Address]
[Seal]
Empanelment of Agencies for ICT Projects in Mauritius Page 45 of 48
Annexure VIII: Format for Undertaking for Blacklisting (to be signed by Company Secretary or Statuary Auditor)
To,
The Managing Director, National Informatics centre Services Inc. Hall no. 2 & 3, 6th Floor, NBCC Tower, 5,Bhikaji Cama Place, New Delhi-110066 Ref: Empanelment of Agencies for ICT Projects in Mauritius. RFP No. NICSI/Int. Project-Mauritius/2011/25 Dear Sir, This is to notify you that our Firm <Name> intends to submit a proposal in response to NICSI RFP No. NICSI/Int. Project-Mauritius/2011/25 for Empanelment of Agencies for ICT Projects in Mauritius. In accordance with the above we would like to declare that: We are not black-listed by any Central / State Government / Public Sector Undertaking in India and any government agency in Mauritius for any kind of fraudulent activities or for similar services as mentioned in the RFP. AND /OR We have been blacklisted by <Name of Government agency / Department> for <reason>. Relevant letters / communication in this regard by the concerned Government agency / department have been enclosed herewith for your consideration.
Statuary Auditor / Company Secretary (Signature & Stamp) Registration Number of Company Secretary:
Empanelment of Agencies for ICT Projects in Mauritius Page 46 of 48
Annexure IX: Format for Auditor/ Company Secretary Certificate
To,
The Managing Director, National Informatics centre Services Inc. Hall no. 2 & 3, 6th Floor, NBCC Tower, 5,Bhikaji Cama Place, New Delhi-110066 This is to certify that the project has been undertaken by the firm with the stated below specifications: Name of the Client: Start date of the project: End date of the project: Value of the project: INR Date Statuary Auditor / Company Secretary (Signature & Stamp) Registration Number of Company Secretary:
Empanelment of Agencies for ICT Projects in Mauritius Page 47 of 48
Annexure X: Format for Legal Compliance (To be attested by Statuary Auditor or Company Secretary)
To,
The Managing Director, National Informatics centre Services Inc. Hall no. 2 & 3, 6th Floor, NBCC Tower, 5,Bhikaji Cama Place, New Delhi-110066 This is to certify that the M/s has all the necessary legal registrations/ certifications/ clearances required for providing the services in scope of this RFP in Mauritius.
The Legal registrations / certifications / clearance available are as follows (Also provide dates of registration and date of expiry):
1 2 3 .... Date: ________________ Statuary Auditor / Company Secretary (Signature & Stamp) Registration Number of Company Secretary:
Empanelment of Agencies for ICT Projects in Mauritius Page 48 of 48
End of Document
Contact us at National Informatics Centre Services Inc.
(A Government of India Enterprise under NIC) Department of Information Technology
Ministry of Communication and Information Technology 6th floor, NBCC Tower, 15-Bhikaiji Cama Place,
New Delhi – 110 066 India Telephone: +91 11 26105054, Fax: +91 11 26105212,