request for proposal empanelment of agencies for ... · pdf fileempanelment of agencies for...

48
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

Upload: lekhue

Post on 05-Feb-2018

229 views

Category:

Documents


1 download

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 33 of 48

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,