request for proposal for providing p2p …spicindia.com/spic/pdf/tendernotice_leased_line.pdf2.2....

41
REQUEST FOR PROPOSAL FOR PROVIDING P2P LEASED LINE CONNECTIVITY IN GOVERNMENT OFFICES UNDER NII PILOT AND EMPANELMENT OF SERVICE PROVIDER FOR CHANDIGARH ADMINISTRATION Society for Promotion of IT in Chandigarh (SPIC) EDC Building, IT Park Chandigarh Under the aegis of Department of Information Technology, Chandigarh Administration 5 th Floor, Additional Deluxe Building, Sector 9-D, Chandigarh – 160009 Phone: 0172-2740641, Fax: 0172-2740005 Website: http://chandigarh.gov.in

Upload: hoangkhue

Post on 21-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

REQUESTFORPROPOSAL

FOR

PROVIDINGP2PLEASEDLINECONNECTIVITYIN

GOVERNMENTOFFICESUNDERNIIPILOTAND

EMPANELMENTOFSERVICEPROVIDERFOR

CHANDIGARHADMINISTRATION

SocietyforPromotionofITinChandigarh(SPIC)

EDCBuilding,ITParkChandigarhUndertheaegisof

DepartmentofInformationTechnology,ChandigarhAdministration

5thFloor,AdditionalDeluxeBuilding,Sector9-D,Chandigarh–160009Phone:0172-2740641,Fax:0172-2740005

Website:http://chandigarh.gov.in

2

ImportantDates

S.No. Particular Details

1. StartdateofissuanceofRFPdocument 17.05.2017

2. LastdateforSubmissionofQueries 24.05.2017at5PM

3. Pre-BidConference 26.05.2017at11AM

4. IssueofCorrigendum(ifrequired) 29.05.2017

6. LastdateandtimeforRFPSubmission 12.06.2017at3PM

7. DateandtimeofopeningofBids 12.06.2017at3.30PM

8.DateandTimeofFinancialBid

Willbeintimatedtothetechnicallyqualifiedbidders.

3

TableofContents

Contents

ImportantDates.....................................................................................................................................2

TableofContents...................................................................................................................................3

1. RFPforProvidingP2PLease-lineConnectivityinGovernmentOfficesunderNIIandEmpanelmentofServiceProviderforChandigarhAdministration........................................................6

1.1. FactSheet...................................................................................................................................6

1.2. RequestforProposal..................................................................................................................6

1.3. StructureoftheRFP...................................................................................................................7

2. BackgroundInformation................................................................................................................7

2.1. BasicInformation.......................................................................................................................7

2.2. ProjectBackground....................................................................................................................8

3. InstructionstotheBidders.............................................................................................................9

3.1. General.......................................................................................................................................9

3.2. CompliantProposals/CompletenessofResponse..................................................................10

3.3. Pre-BidMeeting&Clarifications..............................................................................................10

3.3.1. Pre-bidConference...............................................................................................................10

3.3.2. ResponsestoPre-BidQueriesandIssueofCorrigendum....................................................11

3.4. KeyRequirementsoftheBid....................................................................................................11

3.4.1. RighttoTerminatetheProcess............................................................................................11

3.4.2. RFPDocument......................................................................................................................11

3.4.3. EarnestMoneyDeposit(EMD).............................................................................................11

3.4.4. SubmissionofProposals.......................................................................................................12

3.4.5. AuthenticationofBids..........................................................................................................12

3.5. PreparationandSubmissionofProposal.................................................................................12

3.5.1. ProposalPreparationCosts..................................................................................................12

3.5.2. Language..............................................................................................................................13

3.5.3. Venue&DeadlineforSubmissionofProposals...................................................................13

3.5.4. LateBids...............................................................................................................................13

3.6. Evaluation.................................................................................................................................13

3.6.1. TenderOpening....................................................................................................................14

3.6.2. TenderValidity.....................................................................................................................14

3.6.2.1. TenderEvaluation.............................................................................................................14

4. CriteriaforEvaluation..................................................................................................................14

4

4.1. EligibilityCriteria......................................................................................................................14

4.2. TechnicalQualificationCriteria................................................................................................16

4.3. ScoringModel...........................................................................................................................16

4.4. CommercialBidEvaluation.......................................................................................................16

5. AppointmentofSystemsImplementationAgency.......................................................................17

5.1. AwardCriteria..........................................................................................................................17

5.2. RighttoAcceptAnyProposalandToRejectAnyorAllProposal(s).........................................17

5.3. NotificationofAward...............................................................................................................17

5.4. ContractFinalizationandAward..............................................................................................17

5.5. PerformanceGuarantee...........................................................................................................17

5.6. SigningofContract...................................................................................................................18

5.7. FailuretoAgreewiththeTermsandConditionsoftheRFP....................................................18

6. ScopeofWork..............................................................................................................................18

6.1. ScopeofWork–NIISpecific.....................................................................................................18

6.2. ScopeofWork–forEmpanelment..........................................................................................20

7. Deliverables&Timelines..............................................................................................................20

8. ServiceLevels...............................................................................................................................20

9. PaymentProcedureandTerms....................................................................................................23

9.1. PayingAuthority.......................................................................................................................23

9.2. PaymentSchedules..................................................................................................................23

10. FraudandCorruptPractices.....................................................................................................24

11. ConflictofInterest....................................................................................................................25

12. TermsandConditions...............................................................................................................26

12.1. TerminationClause...............................................................................................................27

12.1.1. RighttoTerminatetheProcess............................................................................................27

12.1.2. ConsequencesofTermination..............................................................................................27

12.2. DisputeResolutionMechanism............................................................................................28

12.3. Notices..................................................................................................................................29

12.4. ForceMajeure......................................................................................................................29

Annexure-A...........................................................................................................................................30

Annexure-B...........................................................................................................................................32

AppendixI:Pre-QualificationorEligibilityTemplates..........................................................................33

Form1:ComplianceSheetforPre-qualificationProposal...............................................................33

Form2:ParticularsoftheBidder.....................................................................................................34

5

Form3:BankGuaranteeforEarnestMoneyDeposit......................................................................35

Form5:LetterofProposal................................................................................................................37

Form6:ProjectCitationFormat.......................................................................................................38

AppendixII:CommercialProposalTemplate.......................................................................................39

AppendixIII:e-TenderingGuidelines...................................................................................................40

6

1. RFP for Providing P2P Leased-line Connectivity in Government Offices under NII and

EmpanelmentofServiceProviderforChandigarhAdministration

1.1. FactSheet

Clause Topic

Section3.4.2 RFPcanbedownloadedfromhttp://etenders.chd.nic.in/

Section3.4.3 EarnestMoneyDepositofamount�10,00,000/-by

DemandDraftorFDRorBankGuaranteeinfavourof“SocietyforPromotionofITinChandigarh”andpayableatChandigarhfromanyofthescheduledcommercialbank

Section3.3 Apre-bidmeetingwillbeheldasperdatementionedabove.

Thename,address,andtelephonenumbersoftheNodalOfficeris:CEO-SPICSocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-160101info@spicindia.com0172-2970450-52

Allthequeriesshouldbereceivedonorbeforestipulateddateandtime,eitherthroughpostoremail.

Section3.5.2 Proposalsshouldbesubmittedinthefollowinglanguage(s):English

Section3.6.2 Proposals must remain valid180daysafterthesubmissiondate

Section3.4.4 All the proposal should be submitted through eTender athttp://etenders.chd.nic.in/

Section3.5.3 Theproposalsubmissionaddressisonlinethroughhttp://etenders.chd.nic.in/

1.2. RequestforProposal

Online bids are invited from eligible, reputed, qualified firms with sound technical and financialcapabilities for design, development, implementation and maintenance of network solution asdetailedout in the ScopeofWorkunder Section6of thisRFPDocument. This invitation tobid isopentoallBiddersmeetingtheminimumeligibilitycriteriaasmentionedinSection4.1ofthisRFPDocument.

7

1.3. StructureoftheRFP

ThisRequestforProposal(RFP)documentforSPICcompriseofthefollowing.

I. InstructionsontheBidprocessforthepurposeofrespondingtothisRFP.Thisbroadlycovers:a. Generalinstructionsforbiddingprocessb. Bidevaluationprocess including theparameters for Pre-qualification, Technical evaluation

and commercial evaluation to facilitate SPIC in determining bidder’s suitability as theimplementationpartner

c. Paymentscheduled. Commercialbidandotherformats

II. Functional and Technical Requirements of the project. The contents of the document broadlycoverthefollowingareas:a. Abouttheprojectanditsobjectivesb. ScopeofworkfortheImplementationPartnerc. FunctionalandTechnicalrequirementsd. ProjectSchedulee. Servicelevelsfortheimplementationpartner

Thebidderisexpectedtorespondtotherequirementsascompletelyandinasmuchrelevantdetailaspossible,andfocusondemonstratingbidder’ssuitabilitytobecometheimplementationpartnerofSPIC.

Thebiddersareexpectedtoexamineallinstructions,forms,terms,Projectrequirementsandotherinformation in theRFPdocuments.Failure to furnishall information requiredasmentioned in theRFPdocumentsor submissionof aproposalnot substantially responsive to theRFPdocuments ineveryrespectwillbeattheBidder'sriskandmayresultinrejectionoftheproposal.

2. BackgroundInformation

2.1. BasicInformation

a. SocietyforPromotionofITinChandigarhandSPICinvitesresponses(“Tenders”)tothisRequestfor Proposals (“RFP”) from Systems Implementation Agencies/Partners (“Bidders”) for theprovisionof“PROVIDINGP2P LEASED LINECONNECTIVITY INGOVERNMENTOFFICESUNDER

NII AND EMPANELMENT OF SERVICE PROVIDER FOR CHANDIGARH ADMINISTRATION” asdescribed in Section 6 of this RFP, “Scope of Work” (“the System Implementations/TurnkeySolutions”).

b. AnycontractthatmayresultfromthisGovernmentprocurementcompetitionwillbeissuedforatermof3years(“theTerm”).ThisperiodincludesworktobeundertakenforNIIspecificworkandanyworkgivenasEmpanelledagencyforChandigarhAdministrationbySPIC,DepartmentofIToranyentityunderChandigarhAdministration.

c. TheSPICreservestherighttoextendtheTerm,beyondtheperiodspecifiedat(b)above,foraperiod or periods of up to 2 years on the same terms and conditions, subject to the SPIC’sobligationsatlaw.

8

d. Proposalsmustbe receivednot later than time,dateandvenuementioned in theFactSheet.ProposalsthatarereceivedlateWILLNOTbeconsideredinthisprocurementprocess.

2.2. ProjectBackground

Government of India has initiated steps for creation of a National Information Infrastructure

(NII) as a significantly upgraded infrastructure from technological, administrative and e-

governanceperspectives.

The vision of NII is to provide a secure, scalable and on demand public information

infrastructure to government agencies and citizens. It will leverage existing ICT and human

resources available in the country at all levels to minimize capital investment and operating

expenditure. NII shall leverage emerging technologies such as Cloud computing to meet

increasingdemand fornetworkbandwidth, storageand ITapplicationsarising fromgreatere-

enablementofgovernmentservices.NIIshallalsoeffectivelyaddressthechallengesthatremain

in the current infrastructure – capacity constraints, cyber security vulnerabilities, non-

availabilityofrobustlastmileconnectivityandlimitednetworkredundancy.

Ithasbeenvisualisedthattheavailabilityofaubiquitousnetwork,connectivitythroughmobile

technologies, broadband internet, fibre penetration upto all 2.5 Lakh Panchayats, wired and

wirelessconnectivityinthevillages,affordabledevicesandsoftwareapplicationsandsolutions

will enable access to various electronic services and information anywhere anytime through

variousdevicesincludingmobilehandsetsandtabletsetc.

Theobjectivesoftheschemeare:

1. TointegratetheexistingnetworksandinfrastructureofSWAN,NKN,SDC,NDC,NICNET,

NOFNunderMMPsandleverageitfullytoenhanceitspotentialandutilityandensure

economyinexpenditure.

2. Establishanappropriate institutionalstructureforNII thataddressestherequirements

ofpolicymakingandoverallcoordinationamongststakeholdersasusersandownersof

infrastructure.

3. Coordinateprovisionof ICT infrastructure(compute,storage,networkandgateway)to

governmentdepartmentsandagencies/stakeholdersondemand.

4. Creating an integrated and secured communication network from the current

fragmented infrastructurethatwillprovidedata,voiceandvideoservicesonthesame

platform.ThiswouldalsofullyintegratetheGICloud(MeghRaj)platform.

9

5. Evolveandenforceastandardsecurityframeworkacrossgovernmentdatacentresand

networks.

6. Ensurehighavailabilitythroughredundantpathsforexistingnetworks.

7. Buildcommonservicesusedbyallgovernmentdepartmentstofacilitateinteroperability

andeaseofprocurement.

8. Ensure that the ICT infrastructure is IPv6 enabled, scalable, inter-operable, virtualized

using cloud based services and in conformity with the open standards policy of

GovernmentofIndia.

ChandigarhhasbeenselectedasoneofStates/UTshavebeenchosenforpilotimplementation

AsregardstheChandigarhAdministration,thefollowingaretheimplications:

1. Existing SWAN infrastructure at SHQ (NDC, UT Secretariat, Sector9) and 7 POPs (MCC-

17,RLA-17,DCOffice-17,GMSH-16,GMCH-32,SDM(E)andSDM(S))tobeupgraded.

2. Providingnetworkpresenceatallthe12GramPanchayats.36horizontalofficesinGPswill

becovered.

3. LeverageexistingNOFNinfrastructure.

4. Providingnetworkconnectivityto64horizontalofficesinUrbanChandigarh

5. UpgradationofconnectivityatSamparkCentres

ThisRFPisbroadlyforprovidingconnectivitytoofficesinUrbanChandigarh.

3. InstructionstotheBidders

3.1. General

a. While every effort has been made to provide comprehensive and accurate backgroundinformation and requirements and specifications, Bidders must form their own conclusionsabout the solution needed tomeet the requirements. Bidders and recipients of this RFPmaywishtoconsulttheirownlegaladvisersinrelationtothisRFP.

b. All informationsuppliedbyBiddersmaybetreatedascontractuallybindingontheBidders,onsuccessfulawardoftheassignmentbytheSPIConthebasisofthisRFP

c. No commitment of any kind, contractual or otherwise shall exist unless and until a formalwritten contract hasbeenexecutedbyor onbehalf of the SPIC.Anynotificationof preferredbidderstatusbytheSPICshallnotgiverisetoanyenforceablerightsbytheBidder.TheSPICmaycancelthispublicprocurementatanytimepriortoaformalwrittencontractbeingexecutedbyoronbehalfoftheSPIC.

d. This RFP supersedes and replaces any previous public documentation& communications, andBiddersshouldplacenorelianceonsuchcommunications.

10

3.2. CompliantProposals/CompletenessofResponse

a. Biddersareadvisedtostudyallinstructions,forms,terms,requirementsandotherinformationintheRFPdocumentscarefully.SubmissionofthebidshallbedeemedtohavebeendoneaftercarefulstudyandexaminationoftheRFPdocumentwithfullunderstandingofitsimplications.

b. Failure to comply with the requirements of this paragraph may render the Proposal non-compliantandtheProposalmayberejected.Biddersmust:

i. IncludealldocumentationspecifiedinthisRFP;ii. FollowtheformatofthisRFPandrespondtoeachelementintheorderassetoutinthis

RFPiii. ComplywithallrequirementsassetoutwithinthisRFP.

3.3. Pre-BidMeeting&Clarifications

3.3.1. Pre-bidConference

a. TheBidderswillhavetoensurethattheirqueriesforPre-Bidmeetingshouldreachto:

CEO-SPICSocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-160101info@spicindia.com0172-2970450-52

bypost,oremailonorbeforethespecifieddate(seeImportantDates)

b. SPICshallholdapre-bidmeetingwiththeprospectivebiddersonspecifieddate(seeImportantDates)at

SocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-160101

c. Thequeriesshouldnecessarilybesubmittedinthefollowingformat:

S.No. RFP Document Reference(s) (Section&PageNumber(s))

Content of RFP requiringClarification(s)

Points ofclarification

1.

2.

11

3.

4.

d. SPICshallnotberesponsibleforensuringthatthebidders’querieshavebeenreceivedbythem.AnyrequestsforclarificationsposttheindicateddateandtimemaynotbeentertainedbySPIC.

3.3.2. ResponsestoPre-BidQueriesandIssueofCorrigendum

a. TheNodalOfficernotifiedby theSPICwillendeavor toprovide timely response toallqueries.However,SPICmakesnorepresentationorwarrantyastothecompletenessoraccuracyofanyresponsemadeingoodfaith,nordoesSPICundertaketoanswerallthequeriesthathavebeenpostedbythebidders.

b. Atany timeprior to the lastdate for receiptofbids,SPICmay, forany reason,whetherat itsowninitiativeorinresponsetoaclarificationrequestedbyaprospectiveBidder,modifytheRFPDocumentbyacorrigendum.

c. TheCorrigendum(ifany)&clarifications to thequeries fromallbidderswillbepostedon thehttp://etenders.chd.nic.in/.

d. AnysuchcorrigendumshallbedeemedtobeincorporatedintothisRFP.e. In order to provide prospective Bidders reasonable time for taking the corrigendum into

account,SPICmay,atitsdiscretion,extendthelastdateforthereceiptofProposals.

3.4. KeyRequirementsoftheBid

3.4.1. RighttoTerminatetheProcess

a.SPICmayterminatetheRFPprocessatanytimeandwithoutassigninganyreason.SPICmakesnocommitments,expressorimplied,thatthisprocesswillresultinabusinesstransactionwithanyone.

b.ThisRFPdoesnotconstituteanofferbySPIC.Thebidder'sparticipationinthisprocessmayresultSPICselectingthebiddertoengagetowardsexecutionofthecontract.

3.4.2. RFPDocument

a. ThebiddermaydownloadtheRFPdocumentsfromthewebsitehttp://etenders.chd.nic.in/.Notenderfeesarerequired.

3.4.3. EarnestMoneyDeposit(EMD)

a. Bidders shall submit, alongwith their Bids, EMDof Rs. 10,00,000/- only, in the form of aDemandDraftoraFDRorBankGuarantee (in the formatspecified inAppendix I:Form3)issuedbyanyschedulednationalizedbank,payable/pledgedinfavourofCEO,SPIC,payableatChandigarh,andshouldbevalidfor6monthsfromtheduedateofthetender/RFP.

12

b. EMD of all unsuccessful bidders would be refunded by SPIC. The EMD, for the amountmentionedabove,ofsuccessfulbidderwouldbereturneduponsubmissionofPerformanceBankGuaranteeaspertheformatprovidedinAppendixIII.

c. TheEMDamountisinterestfreeandwillberefundabletotheunsuccessfulbidderswithoutanyaccruedinterestonit.

d. Thebid/proposalsubmittedwithoutEMD,mentionedabove,willbesummarilyrejected.e. TheEMDmaybeforfeited:

a. Ifabidderwithdrawsitsbidduringtheperiodofbidvalidity.b. Incaseofasuccessfulbidder, if thebidder fails tosignthecontract inaccordance

withthisRFP.

3.4.4. SubmissionofProposals

a. Thebidders should submit their responses asper the format given in thisRFP throughOnlinetenderhttp://etenders.chd.nic.in/

b. NocommercialProposalshouldbesubmittedinthehardformatorCDsc. PleaseNotethatPricesshouldnotbeindicatedinthePre-QualificationProposal.d. All the pages of the proposal must be sequentially numbered and must contain the list of

contentswithpagenumbers.AnydeficiencyinthedocumentationmayresultintherejectionoftheBid.

e. Theoriginalproposal/bidshallbepreparedinindelibleink.Itshallcontainnointerlineationsoroverwriting, except as necessary to correct errors made by the bidder itself. Any suchcorrectionsmustbeinitialedbytheperson(orpersons)whosign(s)theproposals.

f. Allpagesofthebidincludingtheduplicatecopies,shallbeinitialedandstampedbythepersonorpersonswhosignthebid.

3.4.5. AuthenticationofBids

A Proposal should be accompanied by a power-of-attorney in the name of the signatory of theProposal.

3.5. PreparationandSubmissionofProposal

3.5.1. ProposalPreparationCosts

The bidder shall be responsible for all costs incurred in connection with participation in the RFPprocess, including,butnot limited to,costs incurred inconductof informativeandotherdiligenceactivities,participationinmeetings/discussions/presentations,preparationofproposal,inprovidinganyadditionalinformationrequiredbySPICtofacilitatetheevaluationprocess,andinnegotiatingadefinitivecontractorallsuchactivitiesrelatedtothebidprocess.

SPICwillinnocaseberesponsibleorliableforthosecosts,regardlessoftheconductoroutcomeofthebiddingprocess.

13

3.5.2. Language

TheProposal shouldbe filledby theBidder inEnglish languageonly. If any supportingdocumentssubmittedareinanylanguageotherthanEnglish,translationofthesameinEnglishlanguageistobedulyattestedbytheBidders.ForpurposesofinterpretationoftheProposal,theEnglishtranslationshallgovern.

3.5.3. Venue&DeadlineforSubmissionofProposals

Proposals, in its complete form in all respects as specified in the RFP, must be submitted toSPICthroughOnlinetenderhttp://etenders.chd.nic.in/

Alsoproposals(exceptcommercialproposal),initscompleteforminallrespectsasspecifiedintheRFP,mustbesubmittedtoSPICattheaddressspecifiedbelow:

AddressedTo

CEO-SPICSocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-160101info@spicindia.com0172-2970450-52

LastDate&TimeofSubmission

Refer:ImportantDates

3.5.4. LateBids

a. Bidsreceivedaftertheduedateandthespecifiedtime(includingtheextendedperiodifany)foranyreasonwhatsoever,shallnotbeentertainedandshallbereturnedunopened.

b. The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. Nocorrespondencewillbeentertainedonthismatter.

c. SPICshallnotberesponsibleforanywebsiteissueswhileuploading.d. SPICshallnotberesponsibleforanypostaldelayornon-receipt/non-deliveryofthedocuments.

Nofurthercorrespondenceonthesubjectwillbeentertained.e. SPIC reserves the right to modify and amend any of the above-stipulated condition/criterion

dependinguponprojectprioritiesvis-à-visurgentcommitments.

3.6. Evaluation

a. The decision of the Department in the evaluation of responses to the RFP shall be final. Nocorrespondence will be entertained outside the process of negotiation/ discussion with theCommittee.

b. TheDepartmentmayaskformeetingswiththeBiddersorthrougheMailtoseekclarificationsontheirproposals

c. TheDepartmentreservestherighttorejectanyorallproposalsonthebasisofanydeviations.

14

3.6.1. TenderOpening

The Proposals submitted up to last date will be opened at SPIC office on the stipulated abovementioneddateandtimebyanyofficerauthorizedbySPIC,inthepresenceofsuchofthoseBiddersortheirrepresentativeswhomaybepresentatthetimeofopening.

The representatives of the bidders should be advised to carry the identity card or a letter ofauthority from the tendering firms to identify their bonafides for attending the opening of theproposal.

3.6.2. TenderValidity

TheoffersubmittedbytheBiddersshouldbevalidforminimumperiodof180daysfromthedateofsubmissionofTender.

3.6.2.1. TenderEvaluation

a. Initial Bid scrutinywill be held and incomplete details as given belowwill be treated as non-responsive,ifProposals:i. ArenotsubmittedinasspecifiedintheRFPdocumentii. ReceivedwithouttheLetterofAuthorization(PowerofAttorney)iii. Arefoundwithsuppressionofdetailsiv. Withincompleteinformation,subjective,conditionaloffersandpartialofferssubmittedv. Submittedwithoutthedocumentsrequestedinthechecklistvi. Havenon-complianceofanyoftheclausesstipulatedintheRFPvii. Withlesservalidityperiodviii. InvalidorNoEMD

b. AllresponsiveBidswillbeconsideredforfurtherprocessingasbelow.

SPICwillpreparealistofresponsivebidders,whocomplywithalltheTermsandConditionsoftheTender.Alleligiblebidswillbeconsidered for furtherevaluationbyaCommitteeaccording to theEvaluationprocessdefineinthisRFPdocument.ThedecisionoftheCommitteewillbefinal inthisregard.

4. CriteriaforEvaluation

4.1. EligibilityCriteria

S.

No.

Basic

RequirementSpecificRequirements

Documents

Required

1. ISPThebiddershouldbeTRAI/DOTapproved“ClassA”or“ClassB”InternetServiceProvider(ISP)

TRAI / DoTCertificate

2. SalesTurnover

Annual Sales Turnover generated from ISP servicesonlyduringeachofthelastthreefinancialyears(as

Audited Balancesheet and Profit &

15

S.

No.

Basic

RequirementSpecificRequirements

Documents

Required

in SystemIntegration

perthelastpublishedBalancesheets),shouldbeatleast�10crores

Loss;

OR

Certificate from thestatutoryauditor

3. Technical

Capability

Agency must have successfully completed at leastthefollowingnumbersof engagement(s) involvingPoint to Point leased line services in government /PSU organizations ISP services of value specifiedherein:

- One project of similar nature not less than theamount�40lakhs;OR

- Two projects of similar nature not less than theamountequal�30lakhseach;OR

- Three projects of similar nature not less than theamountequal�20lakhseach

Similar Implies: related to commissioning of P2Pleasedline

CompletionCertificates from theclient;OR

Work Order + SelfCertificate ofCompletion(Certified by theStatutory Auditor);OR

Work Order + PhaseCompletionCertificate from theclient

4. LegalEntity

ShouldbeCompanyregisteredunderCompaniesAct,1956orapartnershipfirmregisteredunderLLPAct,2008

Certificates ofincorporation

and

Valid Sales Tax TINnumber

and

Registration

Certificates

5. ConsortiumBidding

Consortiums are not allowed. The bidder must besingle vendor. The bidder may outsource the endpointnetworkingwork.

SelfUndertaking

16

S.

No.

Basic

RequirementSpecificRequirements

Documents

Required

6. LocalOffice Thecompanymusthavea localoffice inTri-cityviz.Panchkula,Mohali,Chandigarh

Lease/RentAgreement in thename of theorganizationorotherlegaldocument

7. Blacklisting

Aselfcertified letterbytheauthorizedsignatoryofthebidder that thebidderhasnotbeenblacklistedby any Central / State Government (Central/StateGovernment and Public Sector) or under adeclaration of ineligibility for corrupt or fraudulentpractices as of 29.02.2016 must be submitted onoriginalletterheadofthebidderwithsignatureandstamp.

ASelfCertifiedletterby an authorizedsignatory

4.2. TechnicalQualificationCriteria

NotApplicableforthistenderbutthebiddershouldbeeligibleaspertheeligibilitycriteriaasabove.

4.3. ScoringModel

NotApplicableforthistender.

4.4. CommercialBidEvaluation

a. TheFinancialBidsoftechnicallyqualifiedbidderswillbeopenedontheprescribeddate inthepresenceofbidderrepresentatives.

b. TheBidder,whohassubmittedthelowestCommercialbid,shallbeselectedastheL1andshallbecalledforfurtherprocessleadingtotheawardoftheassignment

c. Onlyfixedpricefinancialbidsindicatingtotalpriceforallthedeliverablesandservicesspecifiedinthisbiddocumentwillbeconsidered.

d. ThebidpricewillnotincludeservicetaxonlybutitwillincludealltaxesandleviesandshallbeinIndianRupeesandmentionedseparately.

e. Anyconditionalbidwouldberejected

17

f. Errors&Rectification:Arithmeticalerrorswillbe rectifiedon the followingbasis: “If there isadiscrepancybetweentheunitpriceandthetotalpricethat isobtainedbymultiplyingtheunitpriceandquantity,theunitpriceshallprevailandthetotalpriceshallbecorrected.Ifthereisadiscrepancybetweenwordsandfigures,theamountinwordswillprevail”.

5. AppointmentofSystemsImplementationAgency

5.1. AwardCriteria

SPICwill award theContract to the successful bidderwhoseproposal hasbeendetermined tobesubstantially responsiveandhasbeendeterminedas themost responsivebidsasper theprocessoutlinedabove.

5.2. RighttoAcceptAnyProposalandToRejectAnyorAllProposal(s)

SPICreservestherighttoacceptorrejectanyproposal,andtoannulthetenderingprocess/Publicprocurementprocessandrejectallproposalsatanytimepriortoawardofcontract,withouttherebyincurring any liability to the affected bidder or bidders or any obligation to inform the affectedbidderorbiddersofthegroundsforSPICaction.

5.3. NotificationofAward

Priortotheexpirationofthevalidityperiod,SPICwillnotifythesuccessfulbidderinwritingoremail,thatitsproposalhasbeenaccepted.Incasethetenderingprocess/publicprocurementprocesshasnotbeencompletedwithinthestipulatedperiod,SPIC,mayliketorequestthebidderstoextendthevalidityperiodofthebid.

Thenotificationofawardwillconstitutetheformationofthecontract.Uponthesuccessfulbidder'sfurnishingofPerformanceBankGuarantee,SPICwillnotifyeachunsuccessfulbidderandreturntheirEMD.

5.4. ContractFinalizationandAward

TheSPICshallreservetherighttonegotiatewiththebidder(s)whoseproposalhasbeenrankedbestvaluebidonthebasisofTechnicalandCommercialEvaluationtotheproposedProject,aspertheguidanceprovidedbyCVC.

Onthisbasisthedraftcontractagreement/workorderwouldbefinalizedforaward&signing.

TheselectedbiddermayormaynotbeempanelledastheagencyforprovidingnetworkconnectivityinofficesofChandigarhAdministration.However,ChandigarhAdministration,SPICorDepartmentofITreservesrighttogiveworktoanyotheragencyalsoduringthetermatitsowndiscretion.

5.5. PerformanceGuarantee

TheSPICwillrequiretheselectedbiddertoprovideaPerformanceBankGuarantee,within15daysfromtheNotificationofaward,foravalueequivalentto10%ofthetotalcostofownershipforoneyear. The Performance Guarantee should be valid for a period of 39 months. The Performance

18

GuaranteeshallbekeptvalidtillcompletionoftheprojectandWarrantyperiod.ThePerformanceGuaranteeshallcontainaclaimperiodofthreemonthsfromthelastdateofvalidity.Theselectedbidder shall be responsible for extending the validity date and claim period of the PerformanceGuaranteeasandwhenitisdueonaccountofnon-completionoftheprojectandWarrantyperiod.In case the selectedbidder fails to submit performance guaranteewithin the time stipulated, theSPICatitsdiscretionmaycanceltheorderplacedontheselectedbidderwithoutgivinganynotice.SPIC shall invoke the performance guarantee in case the selected Vendor fails to discharge theircontractual obligations during the period or SPIC incurs any loss due to Vendor’s negligence incarryingouttheprojectimplementationaspertheagreedterms&conditions.

5.6. SigningofContract

AftertheSPICnotifiesthesuccessfulbidderthatitsproposalhasbeenaccepted,SPICshallenterintoacontract, incorporatingall clauses,pre-bidclarificationsand theproposalof thebidderbetweenSPICandthesuccessfulbidder.TheSPICmayalsoissueaworkorderonsimilarlinesinstead.

5.7. FailuretoAgreewiththeTermsandConditionsoftheRFP

FailureofthesuccessfulbiddertoagreewiththeDraftLegalAgreementandTerms&ConditionsoftheRFPshallconstitutesufficientgroundsfortheannulmentoftheaward,inwhicheventSPICmayaward the contract to the next best value bidder or call for new proposals from the interestedbidders.Insuchacase,theSPICshallinvokethePBGofthemostresponsivebidder.

6. ScopeofWork

6.1. ScopeofWork–NIISpecific

InthisSection,Scopeofworkisdetailedoutasfollows:

a. ISPwouldprovideP2Pleasedlineconnectivityonuncompressed,unsharedleasedline(OFC)to horizontal offices in Chandigarh from NIC SHQ, Sector 9. A tentative list of offices isenclosedinAnnexure-A

b. The network from P2P locations is to be extended through LAN. The ISP would also beresponsibleforprovidingduesupporttothevendorengagedforextendingtheLAN.

c. The ISP would be responsible for installation, commissioning, testing & up keep of thecompletelinkforthedurationoftheproject.ISPshallundertakeinstallation&configurationofmodems,routersoranysuchassociatedFiber-opticequipmenttomaketheentiresystemworking to provide sustained bandwidth. The consumables if any (Fiber Patch Cords, ISPRack,LIU,UTPpatchcords,MediaConvertors,PowerCablesetc)willbeprovidedbyISPonlyaddingnoadditionalcost.

d. Thehardwareandsoftwarerequiredfortheestablishmentoffullyfunctionalleasedlinewillbe provided by the ISP on rental basis. The ISPwould only be provided end point routerand/or switch by the office which is to be installed and configured by the ISP only. The

19

technicalspecificationofroutersandswitchesisatAnnexure-B.TheISPwouldberequiretopickandinstallthehardwareatrequisitelocation.

e. Allnecessaryclearancesshallbethesoleresponsibilityoftheserviceprovider.SuccessfulISPshall be responsible for getting the necessary permission from user and the localgovernment agencies/regulatory bodies for laying of cables, digging of roads, re-carpetingetc.andotherinfrastructurerequiredfortheproject.Noadditionalcost/chargeswouldbepayablebythepurchaserasconnectivityisonrental/leasebasisonly.

f. TheminimumguaranteedbandwidthtakenfromtheISPis4Mbps.Thebuyermayhoweverrequestforhigherorlowerbandwidthduringthecourseoftheproject.

g. Maintenancesupportservice(24hoursand7daysaweek)forBandwidthandequipment.

h. Allthelinksmustbedeliveredonfibreonly.Howeverthepurchasermayrelaxtheconditionof lastmileon fibre inexceptionalcircumstancessubject toupper limitofaround10%oftotalorderedcircuitsatanysinglepointoftimeduringthecompleteperiodofcontract.TheISPwouldberequiredtoprovidetheinterimsolutionatnoadditionalcost.IncaseoffutureupgradestheISPwouldberequiredtobearadditionalone-timecostofmigrationtofiber.

i. ISPwouldensurethattheprovisioningdoesnotviolateregulationsaslaidbyGovernmentofIndia/DoT/TRAI/ChandigarhAdministration/othersinrespectofsuchlinks/networks.

j. ISPwouldensureadherenceofServiceLevelAgreement.TheISPshouldsubmitthemonthlyreport of all the link w.r.t all SLA parameters to the purchaser latest by 5th day of nextmonth.

k. ISP shall be completely responsible forproviding comprehensive support to thepurchaserduringtheentireperiodofservicecontractandextensionperiod,ifany.

l. The ISP should assist in proactively monitoring complete network (end-to-end) and forregisteringthecomplaintsforanyissueinthenetwork

m. TheISPmustprovideaccesstoasinglefullyfunctionalCustomerServiceCentre(s)/ContactSupportCentrewith24X7X365support.The ISPshouldhaveTollFreenumber for faultregistering within Chandigarh tri-city region, operating on 24 X 7 X 365 basis. List ofCustomerServiceCentre(s)mustbeenclosedwithtechnicalbid.

n. VendorshouldprovidetheEscalationprocedureandmatrixforcustomercomplaints.

o. Thevendorhastoprovideonsitesupport,whenrequired.

p. Thevendormayalsoberequiredtoaddnewlocationsasperexistingtermsforwhichrentwouldbepaidseparately.

q. Alltheworkundertakenshouldbestateoftheartandthepurchaserreservestherighttodirectthevendortoundertakeworkotherwise.

20

6.2. ScopeofWork–forEmpanelment

a. ThescopeofworkwouldbeworkofsimilarnatureasidentifiedforNII.

b. TheselectedISPwouldberequiredtoprovideconnectivityorextendingfibreLANatanylocationwithinChandigarhincludingruralarea.

c. Thescopewouldalsoincludeincreasingbandwidthrequiredatanylocationalreadyprovidedhavingconnectivity.

d. All terms and conditions as identified in this tender will be applicable during theempanelmentperiod.

7. Deliverables&Timelines

S.No. ProjectActivity Deliverables Timelines (fromSigningof

Contract / Issuance of

Workorder)

1. 50%oftheP2Plocations Commissioning of sitewithrequiredconnectivity

15days

2.

25%ofP2PlocationsCommissioningofsitewithrequiredconnectivity 30days

3. 25% of P2P locations(assuming ROWpermissionifrequired)

Commissioningofsitewithrequiredconnectivity 60days

Thevendorwouldberequiredtosuccessfullydeploythesystemin15daysforeverynewlocation.Alsosimultaneousworkonmultiplelocationswillneedtobecarriedout.

8. ServiceLevels

ThisSectiondescribestheservicelevelsthathavebeenestablishedfortheServicesofferedby

theISP.TheISPshallmonitorandmaintainthestatedservicelevelstoprovidequalitycustomer

servicetothedepartment.

Systemavailabilityisdefinedas:

{(Scheduledoperationtime–NWdowntime)/(Scheduledoperationtime)}*100%

Where:

21

1.“Scheduledoperationtime”meansthescheduledoperatinghoursoftheSystemforthe

month.Allplanneddowntimeonthesystemwouldbedeductedfromthetotaloperationtime

forthemonthtogivethescheduledoperationtime.

Calculation–TotalOperationTimeforthemonth(min)–Planneddowntime(min)

2.“NWdowntime”subjecttotheSLA,meansaccumulatedtimeduringwhichtheanyofficeis

inoperableduetoin-scopesystemorNWfailure,andmeasuredfromthetimestaffand/or

technicalteamlogacallwiththeSPhelpdeskofthefailureorthefailureisknowntotheSP

fromtheavailabilitymeasurementtoolstothetimewhenthelocation/officeisreturnedto

properoperation.

3.Thebusinesshoursare8AMto8PMonanycalendardaytheanyofthedepartment/office

isoperational.TheSPhoweverrecognizesthefactthattheofficeswillrequiretoworkbeyond

thebusinesshours.

4.NWwillbesupportedon24x7x365daysbasis.Outageshallcommencewhenthe

infrastructurefails.

5.TypicalResolutiontimewillbeapplicableonlyifanyNWequipmentorInfrastructureorNWisdown.

ServiceLevels:

LEVEL TypeofInfrastructure Function/

Technology

TYPICALRESPONSE&

RESOLUTION

Critical NWConnectivity AlternateMPLS,

Wireless,P2P

AspertheTable

below

ServiceLevelswillincludeAvailabilitymeasurements&Performancemeasurements

AvailabilityReportwillbeprovidedonmonthlybasisandareviewshallbeconductedbasedon

thisreport.AmonthlyreportshallbeprovidedtothisDepartmentbytheSPattheendofevery

month containing the summary of all incidents (Monthly Call Summary Report) reported and

associatedSPperformancemeasurementforthatperiod.AllAvailabilityMeasurementswillbe

onamonthlybasisforthepurposeofServiceLevelreporting.

Auditswillnormallybedoneonmonthly/quarterlybasisorasrequiredbythedepartmentand

willbeperformedbydepartmentoritsdesignatedteam/staff

I.AvailabilityMeasurements:

22

Level TypeofInfrastructure Measurement* ExpectedService

Level

Critical PointtoPoint(P2P),

InternetBandwidth

Quarterlybasisfor

eachlocation

separtely

99.5%

UptimePercentage PenaltyDetails

>=99.5% NoPenalty

<=99.5%and>99% 1%ofcostofquarterlyrentalcharges

<=99%<=and>98% 2%ofcostofquarterlyrentalcharges

<98% Penaltyatanincrementalrateof1%(in

additiontoabaseof2%)ofcostofquarterly

rentalchargesforevery0.1%lowerthanthe

stipulateduptime

TheSLAchargeswillbesubjecttoanoverallcapof10%ofthequarterlyrentalandthereafter,

thedepartmenthastherighttocancelthecontractordeductthewholemonth’srentalcharge

RecordanddatafortheServiceAvailabilitycomputationsanddeterminationsasavailablein

‘Downtime/Availability’report.

Rentalchargesshallbeasperthedefinitionprovidedbythebidderinthecommercialproposal.

AvailabilityServiceLevelDefault

§ AvailabilityServiceLevelwillbemeasuredonaquarterlybasis.

§ TheSP’sperformancetoAvailabilityServiceLevelswillbeassessedagainstMinimumService

LevelrequirementsonamonthlybasisforeachcriteriamentionedintheAvailability

measurementtable

§ AnAvailabilityServiceLevelDefaultwilloccurwhenthebidderfailstomeetMinimum

ServiceLevels,asmeasuredonamonthlybasis,foraparticularServiceLevel.

FAULTREPORTING,TROUBLETICKETINGANDCALLCLOSUREPROCEDURE

1)ThestaffshallnotifytheServiceProviderHELPDESKtoreportaServiceOutage.TheService

ProviderHELPDESKshallhaveaTroubleTicketopenedfortheDepartmentoranyofthelocation

andstaffshallquotetheTroubleTicketNumberinallfuturecommunication.

23

2)UponopeningofaTroubleTicket,ServiceProvidershallinvestigatethereportedService

Outageandshallpromptlyrectifythesame.

3)IncasetheCallisrelatedtoanyequipmentorperformance,oranyrepair,whichwouldcause

aServiceOutage,appropriatenoticeshallbesenttotheDepartment,beforetakingthe

equipmentsinmaintenance.

4)Anycall,whichisnotresolvedwithin1hourofreporting,mustbeinformedtoDepartment.

5)ServiceProvidershallattempttoresolveallTroubletickets.Theresolutioncouldberepair/

replacementorprovidingaworkaroundwhichdoesnothamperthenormalproductivityofthe

Department/s.

a.Uponsuchrectification,ServiceProvidershallcommunicatethesametotheconcerned

DepartmentandclosetheTroubleTicket.ServiceProvidershallensurethatcallclosureis

doneafterDepartment’sacknowledgement.

b.Theservicewindowforallthecallsshallbe24x7x365days.

9. PaymentProcedureandTerms

9.1. PayingAuthority

The payments as per the Payment Schedule covered hereinabove shall be paid by this office.However,PaymentoftheBillswouldbepayable,onreceiptofadvice/confirmationforsatisfactorydelivery/installation/re-installation, liverunningandservicereportfromtheconcernedsiteswherethe purchased equipments have been delivered. Also the bidder has to submit the certificate ofinsurance covering all the risks during transit, storage, installation, commissioning, testing andhandlingincludingthirdpartliabilities.

AtalaterstageSPICorDepartmentofITmayconsiderpassingownershipoftheconnectiontotheconcernedofficeandDepartmentwhowouldbemakingquarterlypaymentstotheselectedserviceprovider.Thesameshallbeinformedtothebidderwellinadvance.

9.2. PaymentSchedules

a. Thepaymentwillbemadelocationwiseonaquarterlybasis.b. Payment for P2P each location would be paid as connectivity rent against invoice. The

selectedbidderwouldberequiredtoraisequarterlybillsforeachlocation.c. Inthecurrenttenderchargesforonly4mbpsconnectivityhavebeensought.However,the

biddersmayberequiredtoprovidehigheror lowerbandwidthatproportionatepricessayforexample8mbpsforRs2XrentalwhereRaXistherentalfor4mbps.

d. Thesamepayment termsshallbe followed foranyother locationnotunderNIIbutunderempanelmentwork.

24

10. FraudandCorruptPractices

a. TheBidders/Biddersandtheirrespectiveofficers,employees,agentsandadvisersshallobservethe highest standard of ethics during the Selection Process. Notwithstanding anything to thecontrary contained in this RFP, the SPIC shall reject a Proposal without being liable in anymannerwhatsoevertotheBidder, if itdeterminesthattheBidderhas,directlyor indirectlyorthrough an agent, engaged in corrupt practice, fraudulent practice, coercive practice,undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in theSelectionProcess. Insuchanevent, theSPICshall,withoutprejudice to itsanyother rightsorremedies,forfeitandappropriatetheBidSecurityorPerformanceSecurity,asthecasemaybe,asmutuallyagreedgenuinepre-estimatedcompensationanddamagespayabletotheAuthorityfor,interalia,time,costandeffortoftheAuthority,inregardtotheRFP,includingconsiderationandevaluationofsuchBidder’sProposal.

b. Without prejudice to the rights of the SPIC under Clause above and the rights and remedieswhich the SPIC may have under the LOI or the Agreement, if an Bidder or SystemsImplementation Agency, as the case may be, is found by the Authority to have directly orindirectlyorthroughanagent,engagedorindulgedinanycorruptpractice,fraudulentpractice,coercive practice, undesirable practice or restrictive practice during the Selection Process, orafter the issue of the LOI or the execution of the Agreement, such Bidder or SystemsImplementationAgency shall not be eligible toparticipate in any tenderor RFP issuedby theSPIC during a period of 2 (two) years from the date such Bidder or Systems ImplementationAgency,asthecasemaybe,isfoundbytheSPICtohavedirectlyorthroughanagent,engagedor indulged inanycorruptpractice, fraudulentpractice,coercivepractice,undesirablepracticeorrestrictivepractice,asthecasemaybe.

c. For the purposes of this Section, the following terms shall have the meaning hereinafterrespectivelyassignedtothem:

i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly orindirectly,ofanythingofvaluetoinfluencetheactionofanypersonconnectedwiththeSelectionProcess (for avoidanceofdoubt,offeringofemployment tooremployingorengaginginanymannerwhatsoever,directlyorindirectly,anyofficialoftheSPICwhoisorhasbeenassociatedinanymanner,directlyorindirectlywiththeSelectionProcessorthe LOI or has dealt with matters concerning the Agreement or arising there from,beforeoraftertheexecutionthereof,atanytimepriortotheexpiryofoneyearfromthedatesuchofficialresignsorretiresfromorotherwiseceasestobeintheserviceoftheSPIC, shallbedeemed to constitute influencing theactionsof apersonconnectedwith the Selection Process); or (ii) save as provided herein, engaging in any mannerwhatsoever,whetherduringtheSelectionProcessoraftertheissueoftheLOAoraftertheexecutionoftheAgreement,asthecasemaybe,anypersoninrespectofanymatterrelatingtotheProjectortheLOAortheAgreement,whoatanytimehasbeenor isalegal, financial or technical consultant/ adviser of the SPIC in relation to any matterconcerningtheProject;

25

ii. “fraudulent practice”means amisrepresentation or omission of facts or disclosure ofincompletefacts,inordertoinfluencetheSelectionProcess;

iii. “coercive practice” means impairing or harming or threatening to impair or harm,directlyorindirectly,anypersonsorpropertytoinfluenceanyperson’sparticipationoractionintheSelectionProcess;

iv. “undesirablepractice”means(i)establishingcontactwithanypersonconnectedwithoremployed or engaged by SPIC with the objective of canvassing, lobbying or in anymanner influencing or attempting to influence the Selection Process; or (ii) having aConflictofInterest;and

v. “restrictive practice” means forming a cartel or arriving at any understanding orarrangementamongBidderswiththeobjectiveofrestrictingormanipulatingafullandfaircompetitionintheSelectionProcess.

11. ConflictofInterest

a. AbiddershallnothaveaconflictofinterestthatmayaffecttheSelectionProcessortheSolutiondelivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall bedisqualified. In theeventofdisqualification, theSPIC shall forfeit andappropriate theEMD, ifavailable,asmutuallyagreedgenuinepre-estimatedcompensationanddamagespayabletotheSPICfor,interalia,thetime,costandeffortoftheSPICincludingconsiderationofsuchBidder’sProposal, without prejudice to any other right or remedy that may be available to the SPIChereunderorotherwise.

b. TheSPICrequiresthattheImplementationAgencyprovidessolutionswhichatalltimesholdtheSPIC’sinterestsparamount,avoidconflictswithotherassignmentsoritsowninterests,andactwithoutanyconsiderationforfuturework.TheSystemsImplementationAgencyshallnotacceptor engage in any assignment thatwould be in conflictwith its prior or current obligations tootherclients,orthatmayplaceitinapositionofnotbeingabletocarryouttheassignmentinthebestinterestsoftheSPIC.

c. Without limiting the generalityof the above, anBidder shall bedeemed tohaveaConflict ofInterestaffectingtheSelectionProcess,if:i. the Bidder, its consortium member (the “Member”) or Associates (or any constituent

thereof) and any other Bidder, its consortium member or Associate (or any constituentthereof)havecommoncontrollingshareholdersorotherownership interest;providedthatthis disqualification shall not apply in cases where the direct or indirect shareholding orownershipinterestofanBidder,itsMemberorAssociate(oranyshareholderthereofhavingashareholdingofmorethan5percentofthepaidupandsubscribedsharecapitalofsuchBidder, Member or Associate, as the case may be) in the other Bidder, its consortiummember orAssociate is less than 5% (five per cent) of the subscribed andpaid up equityshare capital thereof. For the purposes of this Clause, indirect shareholding held throughoneormoreintermediatepersonsshallbecomputedasfollows:

-where any intermediary controlled by a person throughmanagement control orotherwise,theentireshareholdingheldbysuchcontrolledintermediaryinanyother

26

person (the “Subject Person”) shall be taken into account for computing theshareholdingofsuchcontrollingpersonintheSubjectPerson;whereapersondoesnot exercise control over an intermediary, which has shareholding in the SubjectPerson, the computation of indirect shareholding of such person in the SubjectPersonshallbeundertakenon

- a proportionate basis; provided, however, that no such shareholding shall bereckoned under this Sub-clause if the shareholding of such person in theintermediary is less than 26% (twenty six per cent) of the subscribed andpaid upequityshareholdingofsuchintermediary;or

ii. aconstituentofsuchBidderisalsoaconstituentofanotherBidder;oriii. suchBidderor itsAssociatereceivesorhasreceivedanydirector indirectsubsidyorgrant

fromanyotherBidderoritsAssociate;oriv. suchBidderhasthesamelegalrepresentativeforpurposesofthisApplicationasanyother

Bidder;orv. such Bidder has a relationship with another Bidder, directly or through common third

parties,thatputstheminapositiontohaveaccesstoeachothers’informationabout,ortoinfluencetheApplicationofeitheroreachoftheotherBidder;or

vi. there is a conflict among this and other Systems Implementation/Turnkey solutionassignments of the Bidder (including its personnel and other members, if any) and anysubsidiaries or entities controlled by such Bidder or having common controllingshareholders. The duties of the Systems Implementation Agency will depend on thecircumstancesofeachcase.WhileprovidingsoftwareimplementationandrelatedsolutionstotheSPICforthisparticularassignment,theSystemsImplementationAgencyshallnottakeupanyassignmentthatbyitsnaturewillresultinconflictwiththepresentassignment;or

vii. A firmhired to provide System Integration/Turnkey solutions for the implementationof aproject, and its Members or Associates, will be disqualified from subsequently providinggoodsorworksorservicesrelatedtothesameproject;

d. AnBiddereventuallyappointedtoimplementsoftwaresolutionsforthisProject,itsAssociates,affiliates and the Financial Expert, shall be disqualified from subsequently providing goods orworksorservicesrelatedtotheconstructionandoperationofthesameProjectandanybreachofthisobligationshallbeconstruedasConflictof Interest;providedthattherestrictionhereinshall notapplyafter aperiodof12months from the completionof this assignment;providedfurther that this restriction shall not apply to software solutions delivered to the SPIC incontinuation of this systems implementation or to any subsequent systems implementationexecutedfortheSPICinaccordancewiththerulesoftheSPIC.

12. TermsandConditions

TheSPICwillenterintoacontractorissueaworkordertotheselectedbidder.Thefollowing(butnotlimitedto)willbetheconditions:

27

12.1. TerminationClause

12.1.1. RighttoTerminatetheProcess

SPICreservestherighttocanceltheworkorder/contractplacedandrecoverexpenditureincurred

bySPICunderthefollowingcircumstances:-

a. Thevendorcommitsabreachofanyofthetermsandconditionsofthebid.

b. Thebiddergoesintoliquidation,voluntarilyorotherwise.

c. Anattachmentisleviedorcontinuestobeleviedforaperiodofsevendaysuponeffectsofthe

bid.

d. Ifthevendorfailstocompletetheassignmentasperthetimelinesprescribedinthisworkorder

andtheextensionifanyallowed,itwillbeabreachoftermsandconditionsofthisworkorder.

TheSPICreservesitsrighttocanceltheorderintheeventofdelayandforfeitthebidsecurityas

liquidateddamagesforthedelay.

e. Ifdeductionsofaccountofpenalties&liquidateddamagesexceedsmorethan10%ofthetotal

projectprice.

f. In case the vendor fails to deliver the quantity as stipulated in the delivery schedule, SPIC

reservestherighttoprocurethesameorsimilarproductfromalternatesourcesattherisk,cost

andresponsibilityofthevendor.

g. Afterawardofthework,ifthevendordoesnotperformsatisfactorilyordelaysexecutionofthe

assignment, SPIC reserves the right to get the balancework executed by another party of its

choicebygivingonemonth’snotice for the same. In this event, thevendor isbound tomake

goodtheadditionalexpenditure,whichSPICmayhavetoincurinexecutingtheremainingwork.

Thisclauseisapplicable,ifforanyreason,theworkorderiscancelled.

h. SPICreservestherighttorecoveranyduespayablebythevendorfromanyamountoutstanding

tothecreditofthevendor,includingthependingbillsand/orinvokingthebankguarantee.

i. Thevendorshallnotassignorsubletthetask/scopeofworkoranypartoritwithoutwritten

permissionfromSPIC.IncaseofnoncomplianceofthisPara,theworkordermaybecancelled

andthedamages,ifany,mayberecoveredfromthevendor.

j. The vendor acknowledges that he has fully acquainted himself with all conditions and

circumstancesunderwhichhehastocompletethejob withalltheterms,clauses,conditions,

specificationsandotherdetailsofthisworkorder

12.1.2. ConsequencesofTermination

a. In the event of termination of the work order due to any cause whatsoever, (whether

consequent to the stipulated term of the work order or otherwise], SPIC shall be entitled to

28

imposeanysuchobligationsandconditionsandissueanyclarificationsasmaybenecessaryto

ensure an efficient transition and effective business continuity of the Service(s) which the

Vendor shall be obliged to complywith and take all available steps tominimize loss resulting

from that termination/breach, and further allow the next successor Vendor to take over the

obligations of the erstwhile Vendor in relation to the execution/continued execution of the

scopeofthework.

b. TheterminationhereofshallnotaffectanyaccruedrightorliabilityofeitherPartynoraffectthe

operation of the provisions that are expressly or by implication intended to come into or

continueinforceonoraftersuchtermination.

12.2. DisputeResolutionMechanism

ThevendorandtheSPICshallendeavortheirbesttoamicablysettlealldisputesarisingoutoforin

connectionwiththisassignmentinthefollowingmanner:

a. The Party raising a dispute shall address to the other Party a notice requesting an amicable

settlementofthedisputewithinseven(7)daysofreceiptofthenotice.

b. The matter will be referred for negotiation between CEO, SPIC of SPIC and the Authorized

Officialofthevendor.Themattershallthenberesolvedbetweenthemandtheagreedcourseof

actiondocumentedwithinafurtherperiodof15days.

IncaseanydisputebetweentheParties,doesnotsettlebynegotiationinthemannerasmentioned

above,thesamemayberesolvedexclusivelybyarbitrationandsuchdisputemaybesubmittedby

eitherpartyforarbitrationwithin20daysofthefailureofnegotiations.Arbitrationshallbeheldin

Chandigarh and conducted in accordance with the provisions of Arbitration and Conciliation Act,

1996oranystatutorymodificationorre-enactmentthereof.SecretaryIT,ChandigarhAdministration

shallbethesolearbitrator.

The“ArbitrationNotice”shouldaccuratelysetoutthedisputesbetweentheparties,theintentionof

theaggrievedpartytorefersuchdisputestoarbitrationasprovidedherein,thenameoftheperson

itseekstoappointasanarbitratorwitharequesttotheotherpartytoappointitsarbitratorwithin

45 days from receipt of the notice. All notices by one party to the other in connectionwith the

arbitrationshallbeinwritingandbemadeasprovidedinthistenderdocument.

The arbitrators shall hold their sittings at Chandigarh. The arbitration proceedings shall be

conducted in English language. Subject to the above, the courts of law at Chandigarh alone shall

havethejurisdictioninrespectofallmattersconnectedwiththisworkeventhoughotherCourtsin

Indiamayalsohavesimilarjurisdictions.Thearbitrationawardshallbefinal,conclusiveandbinding

uponthePartiesand judgmentmaybeenteredthereon,upontheapplicationofeitherparty toa

29

courtofcompetentjurisdiction.EachPartyshallbearthecostofpreparingandpresentingitscase,

andthecostofarbitration,includingfeesandexpensesofthearbitrators,shallbesharedequallyby

the Parties unless the award otherwise provides. The Bidder shall not be entitled to suspend the

Service/sorthecompletionofthe job,pendingresolutionofanydisputebetweenthePartiesand

shall continue to render the Service/s in accordance with the provisions of this work order

notwithstanding the existence of any dispute between the Parties or the subsistence of any

arbitrationorotherproceedings.

12.3. Notices

Notice or other communications given or required to be given shall be in writing and shall be

faxed/e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by pre-

paidregisteredpostorcourier.Anynoticeorothercommunicationshallbedeemedtohavebeen

validlygivenondateofdeliveryifhanddelivered&ifsentbyregisteredpostthanonexpiryofseven

daysfromthedateofposting.

12.4. ForceMajeure

ForceMajeureishereindefinedasanycause,whichisbeyondthecontrolofthevendororSPICas

thecasemaybewhichtheycouldnotforeseeorwithareasonableamountofdiligencecouldnot

haveforeseenandwhichsubstantiallyaffecttheperformanceofthework,suchas:

a. Naturalphenomenon,includingbutnotlimitedtofloods,droughts,earthquakesandepidemics

b. Acts of any government, including but not limited to war, declared or undeclared priorities,

quarantinesandembargos

c. Terrorist attack, public unrest in work area provided either party shall within 10 days from

occurrenceofsuchacause,notifytheother inwritingofsuchcauses.ThebidderorSPICshall

notbeliablefordelayinperforminghis/herobligationsresultingfromanyforcemajeurecause

asreferredtoand/ordefinedabove.Anydelaybeyond30daysshallleadtoterminationofwork

by parties and all obligations expressed quantitatively shall be calculated as on date of

termination. Notwithstanding this, provisions relating to indemnity, confidentiality survive

terminationoftheworkorder.

30

Annexure-A

IndicativeListofofficesrequiringP2PConnectivity.(Moreofficestobeaddedlater-on.)

1 AyushDispensary,Sec-24/B2 ChandigarhHousingBoard,Sec-93 CITCO,Sec-17/B4 ChandigarhHelplineandChildandWomenHelpline181Sec195 Forests&Wildlife,Sec-196 ZilaSainikWelfare,Sec-217 Govt.Museum&ArtGallery,Sec-108 IndianCouncilForChildWelfare,Sec-23BalBhawan9 IndianRedCrossSociety,Sec-1110 LabourDepartment,Sec-3011 CivilDispensary,Manimajra12 RamDharbarIndustries,IndustrialAreaPh-213 StateLibrary,Sec-3414 TagoreTheatreSociety,Sec-1815 TechnicalEducation,Sec1216 U.TGuesthouse,Sec-617 STASector1818 GovernmentPress,Sector1819 CivilDispensary,Sector2220 CentralTreasury,Sector17

Thebandwidthprovisionforeachlocationwillvaryuponrequirement.

31

32

Annexure-B

Sr.

No.Model Location

1 ASR1006:CiscoASR1006Chassis,DualP/S SHQ,Sector9,AlreadyInstalled

2

ISR4451-X/K9:CiscoISR4451(4GE,3NIM,2SM,8GFLASH,4GDRAM)

POPLocations,AlreadyInstalled

3C841M-4X/K9:Cisco800MRouter4portGELAN,2portGEWAN,2WIMSlots

TobeinstalledatP2Plocations.TobeconnectedwithMainRouteratSr.No.1above.

4SLM2024T-EU:SG200-2626-portGigabitSmartSwitch

Tobeinstalledat(LANextended)horizontallocationwiththenearestpop

33

AppendixI:Pre-QualificationorEligibilityTemplates

The bidders are expected to respond to the RFP using the forms given in this section and alldocumentssupportingPre-Qualification/TechnicalEvaluationCriteria.

Pre-QualificationBid&TechnicalProposalshallcompriseoffollowingforms:

FormstobeusedinPre-QualificationProposal

Form1:ComplianceSheetforPre-qualificationProposal

Form2:ParticularsoftheBidder

Form3:BankGuaranteeforEarnestMoneyDeposit

Form1:ComplianceSheetforPre-qualificationProposal

# Basic

RequirementRequired Provided Reference &

PageNumber

1. DocumentFee DemandDraft Yes/No

2. Power ofAttorney

Copy of Power of Attorney in thenameoftheAuthorizedsignatory

Yes/No

3. Particulars oftheBidders

AsperForm2 Yes/No

4. Earnest MoneyDeposit

DemandDraft/BankGuarantee(Form3)

Yes/No

5. ISP TRAI/DoTCertificate

6. SalesTurnover

in SystemIntegration

Extractsfromthe

audited Balance sheet and Profit &Loss;

OR

Certificatefromthestatutoryauditor

Yes/No

7. Technical

Capability

Completion Certificates from theclient;OR

Work Order + Self Certificate ofCompletion(CertifiedbytheStatutory

Yes/No

34

Auditor);OR

Work Order + Phase CompletionCertificatefromtheclient

8. LegalEntity a. Certificateofincorporation&b. ValidSalesTaxTINnumber&c. RegistrationCertificates

Yes/No

9. ConsortiumBidding

Self Undertaking (Not part ofconsortium)

Yes/No

10. LocalOffice

Lease / Rent Agreement in the nameof the organization or other legaldocument

Yes/No

11. Blacklisting ASelfCertifiedletterbyanauthorizedsignatory

Yes/No

Form2:ParticularsoftheBidder

SI

No.

InformationSought Details to be

Furnished

A NameandaddressofthebiddingCompany

B Incorporationstatusofthefirm(publiclimited/privatelimited,etc.)

C YearofEstablishment

D Dateofregistration

E ROCReferenceNo.

F Detailsofcompanyregistration

G Detailsofregistrationwithappropriateauthoritiesforservicetax

H Name, Address, email, Phone nos. and Mobile Number of ContactPerson

35

Form3:BankGuaranteeforEarnestMoneyDeposit

To,CEO-SPICSocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-1601010172-2970450-52Whereas <<Name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid forSubmissionofRFP#<<RFPNumber>>dated<<Date>>for<<Nameoftheassignment>>(hereinaftercalled"theBid")to<SPIC>

KnowallMenbythesepresentsthatwe<<>>havingourofficeat<<Address>>(hereinaftercalled"the Bank") are bound unto the <SPIC> (hereinafter called "the Purchaser") in the sum of Rs.<<Amountinfigures>>(Rupees<<Amountinwords>>only)forwhichpaymentwellandtrulytobemade to the said Purchaser, the Bank binds itself, its successors and assigns by these presents.SealedwiththeCommonSealofthesaidBankthis<<Date>>

Theconditionsofthisobligationare:

1.IftheBidderhavingitsbidwithdrawnduringtheperiodofbidvalidityspecifiedbytheBidderontheBidForm;or

2.IftheBidder,havingbeennotifiedoftheacceptanceofitsbidbythePurchaserduringtheperiodofvalidityofbid

(a)Withdrawshisparticipationfromthebidduringtheperiodofvalidityofbiddocument;or

(b)FailsorrefusestoparticipateinthesubsequentTenderprocessafterhavingbeenshortlisted;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first writtendemand,withoutthePurchaserhavingtosubstantiateitsdemand,providedthatinitsdemandthePurchaserwillnotethattheamountclaimedbyitisduetoitowingtotheoccurrenceofoneorbothofthetwoconditions,specifyingtheoccurredconditionorconditions.

Thisguaranteewillremaininforceupto<<insertdate>>andincluding<<extratimeoverandabovemandatedintheRFP>>fromthelastdateofsubmissionandanydemandinrespectthereofshouldreachtheBanknotlaterthantheabovedate.

NOTHWITHSTANDINGANYTHINGCONTAINEDHEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees<<Amountinwords>>only)

36

II.ThisBankGuaranteeshallbevalidupto<<insertdate>>)

III. It isconditionofour liabilityforpaymentoftheguaranteedamountoranypartthereofarisingunderthisBankGuaranteethatwereceiveavalidwrittenclaimordemandforpaymentunderthisBankGuarantee on or before<<insert date>>) failingwhich our liability under the guaranteewillautomaticallycease.

(AuthorizedSignatoryoftheBank)

Seal:

Date:

37

Form5:LetterofProposal

To

CEO-SPICSocietyforPromotionofITinChandigarh(SPIC)EDCBuilding,ITParkChandigarhChandigarh-160101

Subject:SubmissionoftheTechnicalbidfor<NameoftheSystemsImplementationassignment>

DearSir/Madam,

We,theundersigned,offer toprovideSystems ImplementationsolutionstotheSPICon<NameoftheSystemsImplementationengagement>withyourRequestforProposaldated<insertdate>andour Proposal.We are hereby submitting our Proposal, which includes this Technical bid and theFinancialBidsealedinaseparateenvelope.

WeherebydeclarethatalltheinformationandstatementsmadeinthisTechnicalbidaretrueandacceptthatanymisinterpretationcontainedinitmayleadtoourdisqualification.

We undertake, if our Proposal is accepted, to initiate the Implementation services related to theassignmentnotlaterthanthedateindicatedinFactSheet.

WeagreetoabidebyallthetermsandconditionsoftheRFPdocument.Wewouldholdthetermsofourbidvalidfor<90>daysasstipulatedintheRFPdocument.

WeunderstandyouarenotboundtoacceptanyProposalyoureceive.

Yourssincerely,

AuthorizedSignature[Infullandinitials]:

NameandTitleofSignatory:

NameofFirm:

Address:

Location:

Date:

38

Form6:ProjectCitationFormat

GeneralInformation

Nameoftheproject

Clientforwhichtheprojectwasexecuted

Nameandcontactdetailsoftheclient

ProjectDetails

Descriptionoftheproject

Scopeofservices

Service levels being offered/ Quality ofservice(QOS)

Technologiesused

Outcomesoftheproject

OtherDetails

Totalcostoftheproject

Total cost of the services provided by therespondent

Durationof theproject (no.ofmonths, startdate,completiondate,currentstatus)

OtherRelevantInformation

Letter from the client to indicate thesuccessfulcompletionoftheprojects

CopyofWorkOrder

39

AppendixII:CommercialProposalTemplate

(Nottobesubmittedbuttobefilledonlineonly)

TenderInvitingAuthority:CEO,SPIC,ChandigarhAdministration

NameofWork:REQUESTFORPROPOSALFORPROVIDINGCONNECTIVITYINGOVERNMENT

OFFICESUNDERNIIANDEMPANELMENTOFSERVICEPROVIDER

ContractNo:DIT-UT/CHD/2016/01

Sl.

No.

ItemDescription Quantity Units BASICUNIT

RATEInFigures

Tobeentered

bytheBidder

Rs.P

TOTAL

AMOUNT

Without

Service

Taxes

TOTAL

AMOUNT

InWords

1 Annualrentalfor4mbpspointtopointleaselineconnectivityfromSector9,NICSHQtoeachlocation

20

Location X 20X

TotalinFigures 20X QuotedRateinWords

1. Allratestobequotedinrupees,inclusiveofalltaxesexceptServiceTax.2. Unitrateswillbeusedtomakepaymentsincasethequantitiesvaries(increasesordecreases).3. Incaseanyotherequipment/componentarerequiredtobeinstalledforproperfunctioningof

thesystem,itisassumedthatthevendorwouldadjustthesameinpricesquotedabove.4. Monthlyrentalorquarterlyrentalwillbecalculatedonproportionatebasisonly.5. For bandwidth less than or greater than 4mbps,multiples / fractions of unit ratewould be

considered.

40

AppendixIII:e-TenderingGuidelines

The Selected Agencies shall submit their tenders online in electronic format only and with digital

signatures for participation in the e-tendering process. The Selected Agencies need to register

themselvesonthewebsitehttp//etenders.chd.nic.in.

Forclarificationandnecessaryinformationontheprocesstoobtaindigitalsignatures,theSelectedAgenciesarerequiredtovisitwww.cca.gov.inandwebsitehttp//etenders.chd.nic.in

InstructionstotheSelectedAgenciesregardinge-tenderingprocess:-

a. The tenders shall be received electronically only through the websitehttp//etenders.chd.nic.inwithdigital signatures.Tenderswithoutdigital signatureswillnotbeacceptedbytheElectronicTenderingSystem.

b. Beforesubmissionofonlinetenders,SelectedAgenciesmustensurethatscannedcopiesofall the necessary documents including the scanned copy of Processing Fee and TenderSecurityhavebeenuploadedwiththeTenderwithinthetimelimitasspecifiedinthetender

document.The documents to be submitted by the Selected Agencys, as specified in the

tenderdocument,couldbescannedinlowresolution(75-100DPI),andingrayscale.The

PDFsopreparedbytheSelectedAgenciescouldbeshrunk insizeandthenuploadedby

theSelectedAgencies.Incaseofanytechnicalproblem,theSelectedAgencysarerequired

tocontacttheSPIC,EDCBuilding,ITParkChandigarh-160101ChandigarhtoSh.AmlanDey

on0172-2970450-52c. ItwillbemandatoryforalltheSelectedAgenciestouploadallthedocumentsasrequiredin

thistenderdocument.d. Thetendershallbeuploadedin3covers:-

i. Cover 1:- Pre-Qualification:It shall contain the demand draft as mentioned in thistenderdocument.Thedetailsofthedemanddraftsubmittedinhardcopyshouldbethesame as submitted online (scanned copies) otherwise the bid will be rejectedsummarily.

ii. Cover 2:- Technical Bid: As specified in the tender document, the cover 2 of thoseSelected Agencies shall only be openedwhose cover No. 1 is found to be order andqualifyforfinancialevaluation.Itshallcontainallthedetaileddocumentsasspecifiedinthetenderdocument.

iii. Cover 3:-Financial Bid: As specified in the tender document, the cover 3 of thoseSelected Agencies shall only be openedwhose cover No. 2 is found to be order andqualifyforfinancialevaluation.

e. SPIC (DIT), Chandigarh Administration will not be responsible for any delay in onlinesubmissionofthetendersduetoanyreasonwhatsoever.

f. Tenderswillbeopenedonlineasperthetimescheduleasstatedinthistenderdocument.

41

g. DIT reserves the right to verify the particulars furnished by the Selected Agencyindependently. If any information furnishedby the SelectedAgencies found incorrect at alaterstage,theSelectedAgencyshallliabletobedebarredforfuturebiddinginChandigarhAdministration.

h. AlldisputesconcerninginanywaywiththisprojectaresubjectedtoChandigarhJurisdictiononly.

i. Corrigendum/Addendum to this tender, if any, will be uploaded on the websitehttp//etenders.chd.nic.in.ThismaybenotedbytheSelectedAgency.

j. Conditionalbids,bidswithoutprocessingfeewillberejectedwithoutassigninganyreason.k. Incase,thedateofreceipt/openingofbidisdeclaredorhappenstobeapublicholiday.The

bidswillbereceived/openedonthenextworkingdayatthestipulatedtime.

For any Technical issue related to Electronic Tendering Portal Bidders may contacteProcurementCell,DIT,AdditionalDeluxeBuilding,5thfloor, Sector9Chandigarhoremail [email protected],0172-2740005