request for proposal (rfp) for selection of third party ... · request for proposal (rfp) for...
TRANSCRIPT
Request for Proposal (RFP) for Selection of Third Party Auditor (TPA) for Odisha State Data
Centre (OSDC)
Enquiry No. : OCAC-ADMN-61/2007-P6/ENQ/18025 Date : 20/03/2018
Sl. No. Items Date & Time
1. Availability of Bid Document in the website (www.ocac.in, www.odisha.gov.in, www.tenders.gov.in)
20/03/2018
2. Last date of receiving pre-bid queries ([email protected], [email protected] )
27/03/2018
3. Reply to pre-bid queries (Pre-bid conference) 28/03/2018, 5:00 PM
4. Communication regarding corrigendum if any To be Informed
5. Last date and time for submission of RFP 11/04/2018, 2:00 PM
6. Opening of Pre-Qualification Bids (PQ) 11/04/2018, 4:00 PM
7. Opening of Technical Bids (TB) 11/04/2018, 5:00 PM
8. Opening of Price Bid (PB) To be Informed
Table of Contents
ODISHA COMPUTER APPLICATION CENTRE (OCAC) OCAC Building, Plot No. – N-1/7-D, Acharya Vihar Square, RRL PO, Bhubaneswar-13, Odisha
Tel: 0674-2567064/2567280, FAX- 0674-2567842
RFP for Selection of TPA for OSDC
2 Page Signature of the Bidder
TABLE OF CONTENTS
1. Fact Sheet ................................................................................................................................................ 4
2. Proposal .................................................................................................................................................. 5
3. Background Information ........................................................................................................................... 5
3.1. Basic Information ..................................................................................................................................... 6
3.2. Definitions ............................................................................................................................................... 6
4. Instruction to the Bidders ......................................................................................................................... 7
4.1. General ................................................................................................................................................... 7
4.2. Completeness of the RFP Document .......................................................................................................... 8
4.3. Key Requirements of the Bid ..................................................................................................................... 8
4.3.1. Right to Accept Any Proposal and To Reject Any or All Proposal(s) ....................................................... 8
4.3.2. Cost of RFP Document and Earnest Money Deposit (EMD) .................................................................. 8
4.3.3. Performance bank Guarantee ........................................................................................................... 9
4.3.4. Pre-Bid Queries ............................................................................................................................. 10
4.3.5. Responses to Pre-Bid Queries and Issue of Corrigendum .................................................................. 10
4.3.6. Submission of Proposals ................................................................................................................. 10
4.3.7. Authentication of Bids .................................................................................................................... 11
4.4. Preparation and Submission of Bid .......................................................................................................... 11
4.4.1. Preparation Costs .......................................................................................................................... 11
4.4.2. Language ...................................................................................................................................... 11
4.4.3. Venue & Deadline for Submission of Bid .......................................................................................... 11
4.4.4. Late Bids ....................................................................................................................................... 12
5. Criteria for Evaluation ............................................................................................................................. 12
5.1. Pre-Qualification .................................................................................................................................... 12
5.2. Technical Evaluation ............................................................................................................................... 13
5.3. Notification of Award ............................................................................................................................. 14
5.4. Signing of Contract ................................................................................................................................. 14
5.5. Failure to Agree with the Terms and Conditions of the RFP ........................................................................ 14
5.6. Period of Contract .................................................................................................................................. 14
5.7. Key Stakeholders .................................................................................................................................... 15
6. Scope of Work ........................................................................................................................................ 15
6.1. TPA Deliverables .................................................................................................................................... 18
6.2. Roles and Responsibilities Matrix ............................................................................................................. 19
6.3. OCAC Obligations ................................................................................................................................... 20
7. General Terms and Conditions of Contract ............................................................................................... 20
7.1. Purchaser .............................................................................................................................................. 20
7.2. Cost of Proposal ..................................................................................................................................... 20
7.3. Amendment of RFP Documents ............................................................................................................... 20
7.4. Correction of Errors ................................................................................................................................ 20
RFP for Selection of TPA for OSDC
3 Page Signature of the Bidder
7.5. Contacting Department .......................................................................................................................... 21
7.6. Disqualification ...................................................................................................................................... 21
7.7. Performance Bank Guarantee ................................................................................................................. 21
7.8. Termination of Contract .......................................................................................................................... 22
7.9. Force Majeure Condition ........................................................................................................................ 22
8. Prices .................................................................................................................................................... 23
8.1. Payment Terms ...................................................................................................................................... 23
8.2. Penalty .................................................................................................................................................. 24
8.3. Billing .................................................................................................................................................... 24
Annexure: G-1 - Particulars of the Bidder ......................................................................................................... 25
Annexure: G-2 - Self declaration of not be under Ineligibility for corrupt and fraudulent practice ........................ 26
Annexure: G-3 - Authorization Letter............................................................................................................... 27
Annexure: G-4 - Acceptance of Terms & Conditions Contained In the RFP Document .......................................... 28
Annexure: G-5 - Format for List of Previous Work Orders Executed ................................................................... 29
Annexure: G-6 - Price Bid Letter ...................................................................................................................... 30
Annexure: G-7 - Price Bid Format .................................................................................................................... 32
Annexure: G-8 - Proposed Manpower Details .................................................................................................. 33
Annexure: G-9 - Performance Bank Guarantee ................................................................................................. 35
List of Enclosures ........................................................................................................................................... 37
RFP for Selection of TPA for OSDC
4 Page Signature of the Bidder
1. Fact Sheet
This Fact Sheet comprising important factual data of the tender is for quick reference of the bidder.
Clause Reference Topic
The Proposal
OCAC invites RFP from reputed firms/bidders for the Selection of
Third Party Auditor (TPA) for Odisha State Data Centre (OSDC) as
described in “Scope of Work” of this RFP document. The bidder
must possess the requisite experience, strength and capabilities
in providing the services necessary to meet the requirements, as
described in the tender document.
Method of Selection
Least cost based method (L1) shall be used to select the Bidder.
The Bidder has to submit the bid in three separate sealed
envelopes marked as Pre-Qualification (PQ), Technical Bid (TB)
and Price Bid (PB) in a Single enclosed envelope marked as “RFP
for selection of Third Party Auditor (TPA) for Odisha State Data
Centre (OSDC).
RFP Document Fee
RFP Document RFP document fee Rs. 5,000/- (Rupees Five
Thousand Only) must be submitted along with the proposal. The
RFP document fee must be in favour of Odisha Computer
Application Centre drawn on any scheduled commercial bank
and payable at Bhubaneswar.
Earnest Money Deposit
(EMD)
Earnest Money Deposit (EMD) of amount Rs.100000/- (Rupees
One Lakh Only) in shape of Account Payee Demand Draft in
favour of Odisha Computer Application Centre drawn on any
scheduled commercial bank and payable at Bhubaneswar.
Performance Bank
Guarantee (PBG)
Performance Bank Guarantee (PBG) @ 10% of the cost of project
from any nationalized/scheduled commercial bank in the
prescribed format attached in this RFP, in favor of the Odisha
Computer Application Centre shall be submitted by the successful
bidder within 15 days of issue of work order.
Scope of Work
Selected Agency is expected to deliver the services listed in
Scope of Work required for successful execution. Responsibility
of the services for a period of 3 years. Selected bidder need to
start the services at designated site within 15 days of signing of
the Contract.
Language Bid must be prepared by the Bidder in English language only
Currency The bidder should quote in Indian Rupees only. The Total Price
inclusive of taxes and duties will be considered for evaluation.
RFP for Selection of TPA for OSDC
5 Page Signature of the Bidder
Clause Reference Topic
So, the bidder must mention the base price and the tax
component separately.
Validity Period Proposals/bid must remain valid minimum for 180 days from the
last date of bid submission.
Bid to be submitted on
or before last date of
submission at:
The proposal must be submitted to:
The General Manager (Admn.)
Odisha Computer Application Centre (OCAC)
OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL Post
Office, Bhubaneswar-751013 (INDIA)
All the three sealed separate envelopes (PQ, TB & PB) shall be put
in another separate envelope with superscription as “RFP for
Selection of Third Party Auditor (TPA) for Odisha State Data Centre
(OSDC) and Enquiry No-OCAC-ADMN-61/2007-P6/ENQ/18025.
2. Proposal
Odisha Computer Application Centre (OCAC) invites RFP from the firms/bidders towards
selection of Third Party Auditor (TPA) for Odisha State Data Centre (OSDC) as described in
“Scope of Work” of this RFP. The third party audit agency (TPA) will audit the implementation,
operations and management, security and compliance with standards and processes of the
State Data Centre. The audit report prepared by TPA shall form the basis for payments to the
DCO during the operations phase.
3. Background Information
Odisha State Data Centre (OSDC) is a core infrastructure project under National e-Governance
Plan (NeGP) implemented by Odisha Computer Application Centre (OCAC) in its own building
over an area of 4000 Sqft, with a provision for future expansion. OSDC offers a suite of
Services that provide a cost-effective strategy for Departments/PSUs that need to quickly
ramp up their IT infrastructures. Departments/PSUs, reserve/purchase rack space and in
return receive a secure area within OSDC to physically house equipment. The service includes
space in a controlled environment, regulated power supply, dedicated and shared network
connections, state-of-the-art security, fire detection and suppression, and many other
valuable features. Additional value-added services are offered as part of the Services including
network and connectivity services, remote hand support services, storage services, DR Service
etc.
OSDC is envisioned as the ‘Shared, reliable and secure infrastructure services centre for
hosting and managing the e-Governance Applications of State and its constituent
departments’. OSDC is envisaged to establish a robust infrastructure to enable the
RFP for Selection of TPA for OSDC
6 Page Signature of the Bidder
Government to deliver the services quickly and effectively to its stakeholders. Odisha State
Data Centre, connected to the Odisha State Data Centre (OSDC), and provides the access to
the e-Governance applications & Services to Government employees through Intranet and to
the citizens through public Internet/ CSCs etc. Through such a Shared Service Centre
implemented and managed by a competent Bidder, the individual departments can focus
more on the service delivery rather than on the issues surrounding the Infrastructure.
Odisha State Data Centre provides many functionalities and some of the key functionalities
are Central data repository, Secure Data Storage, Online Delivery of Services, Citizen
Information/ Services Portal, State Intranet Portal, Disaster Recovery, Remote Management
and Service Integration. The State Data Centre is a key-supporting element of e-Government
Initiatives & businesses for delivering services to the citizens with greater reliability,
availability and serviceability. OSDC provides better operations and management control and
minimize overall cost of Data Management, IT Management, Deployment and other costs.
3.1. Basic Information
Any contract that may result from this RFP processes will be issued for a term of 3 years which
would include audit services designed to monitor and assess the conformance by the DCO and
add value to improve the State Data Centre operations. It helps the State to accomplish the
State Data Centre objectives by bringing a systematic, disciplined approach to evaluate and
improve the effectiveness of infrastructure, operations, service level management, control and
governance processes.
The third party audit agency (TPA) will audit the implementation, operations and
management, security and compliance with standards and processes of the State Data Centre.
The audit report prepared by TPA shall form the basis for payments to the Data Centre
Operator during the operations phase.
3.2. Definitions
a) “Request for Proposal (RFP)”, means this detailed notification seeking a set of
solution(s), services(s), materials and/or any combination of them.
b) “State” shall mean the state of Odisha.
c) “SDC” shall mean State Data Centre.
d) "TPA” shall mean the Third Party Auditor also means the successful bidder, appointed
by Government of Odisha for monitoring the Odisha State Data Centre during
operation and maintenance period.
e) “GoI” shall stand for the Government of India.
f) “GoO” shall mean Government of Odisha.
g) “OCAC”, shall mean the Odisha Computer Application Centre, the Designated Technical
Directorate of Information Technology Department, Government of Odisha
RFP for Selection of TPA for OSDC
7 Page Signature of the Bidder
h) “GM” shall mean the General Manager of Odisha Computer Application Centre or any
authorized officer to act on his behalf for a specified work.
i) “Authorized Representative” shall mean any person authorized by either of the
parties.
j) “Bidder” means any firm offering the solution(s), service(s) and /or materials required
in the RFP. The word Bidder when used in the pre award period shall be synonymous
with Bidder, and when used after award of the Contract shall mean the successful
Bidder or Vendor with whom Government of Odisha signs the agreement for rendering
of services for.
k) “Requirements” shall mean and include schedules, details, description, statement of
technical data, performance characteristics, standards (Indian as well as International)
as applicable and specified in the RFP.
l) "Service" means provision of Contracted service as per this RFP.
m) “Site” shall mean the location(s) for which the Contract has been issued and where the
service shall be provided as per agreement.
n) “Contract” is used synonymously with Agreement.
o) “Default Notice” shall mean the written notice of Default of the Agreement issued by
one Party to the other in terms hereof.
p) “Termination Notice” means the written notice of termination of the Agreement issued
by one Party to the other in terms hereof.
q) “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a Contract and includes collusive practice
among Bidders (prior to or after Bid submission) designed to establish Bid prices at
artificial non-competitive levels and to deprive the Government of Odisha of the
benefits of free and open competition.
r) “ITIL” means Information Technology Infrastructure Library (ITIL)
s) "Law" shall mean any Act, notification, by law, rules and regulations, directive,
ordinance, order or instruction having the force of law enacted or issued by the Central
Government and/ or the Government of Odisha or any other Government or regulatory
authority or political subdivision of government agency.
t) “LoI” means issuing of Letter of Intent which shall constitute the intention of the bidder
to place the Purchase Order with the successful bidder.
u) "Party" means Government of Odisha or Bidder, individually and “Parties” means
Government of Odisha and Bidder, collectively.
4. Instruction to the Bidders
4.1. General
4.1.1. The terms and conditions given in the RFP, subsequent corrigendum if any released
by OCAC against this RFP and release of corrigendum if any for Third Party Audit of
Odisha State Data Centre shall apply.
RFP for Selection of TPA for OSDC
8 Page Signature of the Bidder
4.1.2. Each bidder shall submit only one Proposal. The bidder who submits or participates
in more than one Proposal will be disqualified.
4.1.3. Consortium is not allowed.
4.1.4. While every effort has been made to provide comprehensive and accurate
background information with desired responsibilities and requirements. Bidders
must form their own conclusions about the support needed to meet the
requirements based on their past experience.
4.1.5. All information supplied by bidders may be treated as contractually binding on the
bidders, on successful award of the assignment by the OCAC.
4.1.6. No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of the OCAC. Any
notification of preferred bidder status by the OCAC shall not give rise to any
enforceable rights by the Bidder. The OCAC may cancel this procurement at any
time prior to a formal written contract being executed by or on behalf of the OCAC.
4.2. Completeness of the RFP Document
a) Submission of the bid shall be deemed to have been done after careful study and
examination of the RFP document with full understanding of its implications.
b) Failure to comply with the requirements of this paragraph or any clause of the RFP
document may render non-compliant and the RFP document may be rejected.
Bidders must:-
Include all documentation specified in this RFP document;
Follow the format prescribed in this RFP document and respond to
each element in the order as set out in this RFP document.
Comply with all requirements as set out within this RFP document.
4.3. Key Requirements of the Bid
4.3.1. Right to Accept Any Proposal and To Reject Any or All Proposal(s)
a) OCAC reserves the right to accept or reject any proposal at any time prior to award
of contract, without thereby incurring any liability to the affected bidder or
bidders or any obligation to inform the affected bidder or bidders of the grounds
for such action.
b) OCAC makes no commitments, express or implied, that this process will result in a
business transaction with anyone.
c) The submission of RFP does not constitute an offer by OCAC. The bidder's
participation in this process may result in selecting the bidder to engage towards
execution of the contract.
4.3.2. Cost of RFP Document and Earnest Money Deposit (EMD)
RFP for Selection of TPA for OSDC
9 Page Signature of the Bidder
a) RFP Document shall be downloaded from the official site mentioned in the cover
page. The bidders are required to submit the non-refundable RFP document fee of
Rs.5,000/- (Rupees Five Thousand) only in shape of an account payee Demand
Draft in favor of Odisha Computer Application Centre and payable at Bhubaneswar
from any of the scheduled commercial bank.
d) Bidders shall submit, along with their General Bid, EMD of Rs.100000/-
(Rupees One Lakh) only in the shape of an account payee Demand Draft
issued by any scheduled commercial bank only in favor of Odisha
Computer Application Centre payable at Bhubaneswar and shall be valid
for 180 days from the due date of the RFP.
e) EMD of all unsuccessful bidders would be refunded by OCAC within 45
days of award of work order to successful TPA.
f) The EMD amount is interest free and will be refundable to the
unsuccessful bidders without any accrued interest on it.
g) The Bid submitted without RFP Document fee & EMD will be summarily
rejected.
h) The EMD may be forfeited:
If a bidder withdraws its bid during the period of bid validity.
In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this tender paper.
If found to have a record of poor performance such as having abandoned
work, having been black-listed, having inordinately delayed completion and
having faced Commercial failures or found to have furnished false/ forged
documents etc.
4.3.3. Performance bank Guarantee
a) An unconditional and irrevocable Performance Bank Guarantee (PBG) equivalent to
10% of the cost of project from any nationalized / scheduled commercial bank in
the prescribed format given in this RFP, in favor of the Odisha Computer Application
Centre shall be submitted by the successful bidder within 15 days of issue of work
order.
b) Failure of submission PBG within the specified time period may lead to cancel the
Work Order.
c) The Bank guarantee shall be valid till 60 days beyond completion of all the
contractual obligations.
d) In the event of the bidder being unable to service the contract for whatever reason,
OCAC would evoke the PBG. OCAC shall notify the Bidder in writing of the exercise
of its right to receive such compensation within 14 days, indicating the contractual
obligation(s) for which the Bidder is in default.
RFP for Selection of TPA for OSDC
10 Page Signature of the Bidder
4.3.4. Pre-Bid Queries
Bidders are requested to submit their queries by e-mail to [email protected] & [email protected]
as per the format given below on or before 27/03/2018 till 5: 00 PM.
Company
Name
Person
Name Designation, e-Mail, Contact Number
Page No.
Section Sub-Section Clarification Remarks
4.3.5. Responses to Pre-Bid Queries and Issue of Corrigendum
a) The Nodal Officer mentioned in the RFP document will endeavor to provide timely
response to all queries. However, OCAC makes no representation or warranty as to the
completeness or accuracy of any response made in good faith, nor does OCAC undertake to
answer all the queries that have been posed by the applicants. The responses to the
queries from all applicants will be published on OCAC website.
b) At any time prior to the last date for receipt of RFP, OCAC may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective applicant,
modify the RFP Document by a corrigendum.
c) The Corrigendum (if any) & clarifications to the queries from all applicants will be published
by OCAC on the website.
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective applicants reasonable time for taking the corrigendum into
account, OCAC may, at its discretion, extend the last date for the receipt of RFP.
4.3.6. Submission of Proposals
a. The bidders shall submit their RFP document as per the format given in this RFP
document in the following manner :-
Pre-Qualification Bid in first envelope [RFP document duly signed,
Cost of RFP document, EMD and other necessary supporting
documents]
Technical Bid in second envelope [Technical supporting documents]
Price Bid in third envelope
b. The response to Pre-Qualification, Technical Bid and Price Bid (As mentioned in
point a.) should be covered in separate sealed envelope super-scribing “Pre-
Qualification Bid”, “Technical Bid" and “Price Bid” respectively.
c. Please Note that Prices shall not be indicated in the Technical Bid but shall only be
indicated in the Price Bid.
d. The three envelopes containing copies of Pre-Qualification Bid, Technical Bid and
RFP for Selection of TPA for OSDC
11 Page Signature of the Bidder
Price Bid shall be put in another single sealed envelope clearly marked “RFP for
Selection of Third Party Auditor (TPA) for Odisha State Data Centre”.
e. The outer envelope thus prepared shall also indicate clearly the name, address,
telephone number, E-mail ID and fax number of the bidder.
f. All the pages of the RFP bid must be sequentially numbered and must contain the
list of contents with page numbers. Any deficiency in the documentation may result
in the rejection of the bid.
g. The original bid shall be prepared in indelible ink. It shall contain no interlineations
or overwriting, except as necessary to correct errors made by the bidder itself. Any
such corrections must be initialed by the person (or persons) who sign(s) the tender
paper.
h. All pages of the bid shall be initialed and stamped by the person who signs the bid.
4.3.7. Authentication of Bids
The RFP document shall be accompanied by an Authorization Letter (Annexure-G3) /
power-of-attorney in the name of the authorized signatory of the proposal.
4.4. Preparation and Submission of Bid
4.4.1. Preparation Costs
The bidder shall be responsible for all costs incurred in connection with participation in the
bid process, including site visits but not limited to, costs incurred in conduct of informative
and other diligence activities, participation in meetings/ discussions/ presentations,
preparation of bid, in providing any additional information required by OCAC to facilitate
the evaluation process, and in negotiating a definitive contract or all such activities related
to the bid process. OCAC will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the bidding process.
4.4.2. Language
The proposal shall be filled by the bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the bidders. For purposes of interpretation of the
proposal, the English translation shall govern.
4.4.3. Venue & Deadline for Submission of Bid
Proposals, in its complete form in all respects as specified in the RFP document, must be
submitted on or before the last date and time of submission of bid as mentioned on the
cover page of the RFP bid at the address specified below in person at OCAC. No other way
of submission of bid including submission through courier shall not be considered.
RFP for Selection of TPA for OSDC
12 Page Signature of the Bidder
The General Manager (Admn),
OCAC Building, Plot No.-N-1/7-D, Acharya Vihar Square, RRL Post Office,
Bhubaneswar-751013 (INDIA)
4.4.4. Late Bids
a. Bids received after the due date and the specified time (including the extended period
if any) for any reason whatsoever, shall not be entertained and shall be returned
unopened.
b. The bids submitted by telex/ telegram/ fax/ e-mail etc. shall not be considered. No
correspondence will be entertained on this matter.
c. OCAC shall not be responsible for any postal delay or non-receipt / non-delivery of the
documents. No further correspondence on the subject will be entertained.
5. Criteria for Evaluation
The selection process consists of below three stages:- 1. Pre-Qualification 2. Technical Evaluation 3. Commercial Evaluation
5.1. Pre-Qualification
Sl.
No. Clause Documents required
1. The bidder should be a company registered under the Companies Act, 1956 since last 5 years. Or
Partnership firm registered under LLP Act 2008
Copy of Certificate of incorporation
Copy of Certificate consequent to change of name, if applicable has to be submitted.
2. Bidder should have experience of at least one State Data Centre Auditing and should have been in the business for a period of three (3) years as on 31-03-2017.
Work Orders / Completion-Partial completion certificates confirming year and area of activity.
3. The Bidder’s Average Annual Turnover (from IT Consultancy/IT Audit Services) should be more than Rs. 100 Crore in last 3 years - ending at March 31, 2017.
Copy of the audited balance sheet & Statutory Auditor’s Certificate.
4. The bidder must be empanelled in CERT-In (Government of India) as Information Security Auditing Organization.
Empanelment Letter.
5. The Bidder shall not be under a Declaration of Ineligibility for corrupt or fraudulent practices or blacklisted with any of the
Declaration in this regard by the authorized signatory of the bidder on its own letterhead.
RFP for Selection of TPA for OSDC
13 Page Signature of the Bidder
Government agencies.
6. The bidder should have an office in Bhubaneswar. However, if the local presence is not there in Bhubaneswar, the bidder should give an undertaking for establishment of an office, within two months of award of the contract.
Relevant Documents or Undertaking signed by the Authorized Signatory
Note: - Only bidders qualifying in Pre-Qualification evaluation would be considered for the
technical evaluation as per below criteria.
5.2. Technical Evaluation
In order to determine whether the bidders are qualified and whether the technical aspects
are substantially responsive to the requirements set forth in the bidding documents, the
Tendering Authority will examine the information supplied by the Bidders and shall award
points to the bidders on the basis of the following parameter.
Sl. No Parameter Documents required Maximum
Score
1 Bidder’s Third Party Audit experience
in terms of numbers of assignments
performed/executed for State Data
Centre, in any Government in last 5
years. (Max.- 30 marks)
More than three
assignments =30 Marks Two assignments = 25
Marks One Assignment = 15 Marks
30
2 Average Annual Turnover from IT
Consultancy/Audit (Max.- 30 marks)
Minimum 50 Cr = 10 Marks 30
More than 50 Cr but less than or equal to 100 Cr = 20 Marks
Above 100 Cr = 30 Marks
3 Quality Certification of Bidder (Max.-
20 marks)
ISO 9001 = 10 Marks
ISO 27001 = 10 Marks
20
4 Presentation (Max.- 20 marks)
i. Understanding of the objectives
of the assignment-10 Marks
ii. Approach & Methodology -5
Marks
iii. Project work plan and staffing
schedule – 5 Marks
Presentation should be
submitted
20
Total 100
RFP for Selection of TPA for OSDC
14 Page Signature of the Bidder
Note: - As a part of Technical Qualification Process, those bidders who have scored >=65
marks would be considered for opening of commercial bid.
5.3. Notification of Award
OCAC will award the contract to the successful bidder whose proposal has been determined to
be substantially responsive as per the process outlined above. The bidder with the lowest price
quote shall be considered as L1 and award of the contract shall be made to the bidder with the
lowest cost (L1). If the L1 bidder refuses / fails to accept the Work Order within Ten days, the
next higher responsive bidder (L2) will be proposed to accept the Work Order at the rates
offered by the lowest bidder (L1). If L1 bidder refuses / fails at any stage of contract, the entire
work can be given to the L2 bidder at L1 rate. OCAC reserves the right to negotiate prices during
evaluation if found necessary.
OCAC will notify the successful bidder in writing or by fax or email, that its proposal has been
accepted. In case the tendering process / public procurement process has not been completed
within the stipulated period, OCAC may like to request the bidders to extend the validity period
of the bid. In such case such extended period shall be accepted as mutually agreed upon.
Notification of award will constitute the formation of the contract.
5.4. Signing of Contract
After the OCAC notifies the successful bidder that its proposal has been accepted, OCAC shall
enter into a contract within thirty (30) days of the award of the contract or within such
extended period, as may be specified by the Authorized Representative of OCAC., incorporating
all clauses and the proposal of the bidder with the successful bidder. The Draft Service Level
Agreement (SLA) will be provided as a separate document.
5.5. Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Draft Service Level Agreement (SLA) and
Terms & Conditions of the RFP shall constitute sufficient grounds for the annulment of the
award, in which event OCAC may award the contract to the next best value bidder or call for
new proposals from the interested bidders. In such a case, the OCAC shall forfeit the EMD of
the successful bidder.
5.6. Period of Contract
The period of the contract shall be for a period of three years from the date of successful
execution of the contract. The period may be extended for further periods on mutual
agreement by both the parties on similar terms and conditions.
RFP for Selection of TPA for OSDC
15 Page Signature of the Bidder
5.7. Key Stakeholders
Key Stakeholders of the Project are:-
a) Department of IT, Govt. of Odisha
b) Odisha Computer Application Center (OCAC)
c) Project Manager Composite Team
d) Odisha State Data Centre Operator
6. Scope of Work
The objective of TPA is to provide objective assurance and audit services designed to monitor
and assess the conformance by the DCO and add value to improve the State Data Centre
operations. It helps the State accomplish the State Data Centre objectives by bringing a
systematic, disciplined approach to evaluate and improve the effectiveness of infrastructure,
operations, service level management, control and governance processes. The third party audit
agency (TPA) will audit the implementation, operations and management, security and
compliance with standards and processes of the State Data Centre. The audit report prepared
by TPA shall form the basis for payments to the DCO during the operations phase. Any tool for
VA and penetration testing, desktop/laptop and any logistics requirements would need to be
arranged by TPA. The following major activities have to be performed by the selected Third
Party Auditor (TPA).
1. Audit Framework Design 2. State Data Centre Infrastructure Audit 3. Operations and Management Process and Control Audit 4. SLA Monitoring Audit 5. Security and Compliance Audit
1. Audit Framework Design: - To ensure the consistency and comparability of the audit on a regular basis, the TPA must establish an audit methodology in discussion with the OCAC/Composite Team Project Manager and would need to study the proposal of engaged Data Centre Operator with OCAC to understand its offering and SLA commitments. Also, the agency would need to study the contract signed between the OCAC and Data Centre Operator (DCO) for SDC FMS Support. After its study, the TPA would:-
Create a framework and procedure for carrying out the audit. In cases of significant non-
compliance, establish a mechanism to resolve audit observations.
Prepare various templates required to be filled in by the various stakeholders involved in
the audit process.
Prepare annual audit plan including stated audit areas and controls define in OSDC ISO
Certification.
2. State Data Centre Infrastructure Audit: - The following major activities have to be performed
RFP for Selection of TPA for OSDC
16 Page Signature of the Bidder
TPA shall undertake audit for physical and IT infrastructure including verification of
completeness of inventory and latest asset bill of material for the State Data Centre.
TPA would define and audit the control points for inventory audit at the State Data Centre
in the State.
TPA shall appraise the OCAC/Composite Team Project Manager, about the health of the
components through reports indicating the capacity utilization and corresponding
scalability requirements.
TPA shall audit the effective utilization of licenses and their future procurement etc.
TPA audit shall include recommendations to OCAC/Composite Team Project Manager for
capacity planning and upgrades as per the requirements of the State.
TPA shall also cover obsolescence of the physical & IT infrastructure as per the policy
defined by the State. The audit report shall provide details of the infrastructure
components that are due for obsolescence and provide recommendations for upgrade /
refresh of infrastructure components and plan for disposal of obsolete infrastructure
components.
3. Operations and Management Process and Control Audit: - The following major activities have to be performed:
The TPA would audit the overall Physical and IT infrastructure management processes as
per ISO 20000 framework including Monitoring, Maintenance and Management of the
entire Data Centre, Helpdesk services and provide recommendations to OCAC/ Composite
Team Project Manager.
TPA shall review and analyze the services provided through SDC and its delivery
mechanisms to different line departments & post analysis of the same, shall submit a
report with recommendations to the OCAC /Composite Team Project Manager.
It would review the Change Management, communication plan, configuration
management, availability management, service level management etc to ensure proper
processes are in place for SDC operation and maintenance.
TPA shall Audit the capacity & utilization plan developed by the Date Centre Operator
(DCO) and identify gaps.
Audit the exit process for the DCO with keeping the transition processes and timelines in
mind.
TPA shall also audit the process & controls followed by the DCO in order to ensure smooth
operation of SDC.
4. SLA Monitoring Audit: - The TPA shall perform SLA audit every quarter to review and monitor
the performance with reference to the SLA of DCO including audit of services (such as call
resolution etc.) and overall uptime of data centre. Subsequently, TPA would carry out the
following tasks:
TPA shall tabulate, in a template, all possible measurable parameters as defined in the SLA.
These parameters shall be checked with random performance indicator against each
RFP for Selection of TPA for OSDC
17 Page Signature of the Bidder
parameter as reflected in the EMS/BMS being used to monitor the services. TPA shall
collect and compile the results in a report and submit to the OCAC & Composite Team
Project Manager.
TPA shall also review the configuration/deployment parameters of the EMS/BMS against
the configuration report submitted earlier to the OCAC/Composite Team Project Manager
and examine the process followed to generate the reports.
TPA shall proactively convey to the stakeholders any concerns based on the configuration
of or information generated through EMS/BMS.
TPA shall review the SLA performance on a quarterly basis and compute penalty for SLA
non-compliance on the quarterly payment to be paid to the DCO in line with the agreed
SLAs and payment terms & conditions.
TPA audit would also verify the parameters of the SLA, which cannot be monitored using
EMS/BMS.
TPA shall review the helpdesk procedures established by the DCO and submit a Quarterly
Report with recommendations to the OCAC/Composite Team Project Manager. TPA shall
ensure that Helpdesk implemented and operated by DCO in line with ITIL leading practices
for service delivery and must necessarily be integrated with the EMS for ensuring full
functionality including monitoring and managing. 5. Security and Compliance Audit:-
TPA shall perform security audit of the SDC as per the Guidelines issued by the Ministry of
IT, Govt. of India, review the information security policy, and provide recommendations to
the OCAC/Composite Team Project Manager, so as to ensure integrity, confidentiality and
availability of information and resources.
TPA would review the security measures followed by the Data Centre Operator to ensure
that the application is free of vulnerabilities at the time of hosting.
TPA shall conduct the vulnerability assessment & penetration testing on the identified
components and share the results with OCAC/Composite Team Project Manager.
TPA shall conduct Internal Audits of ISMS as per the requirements of ISO 27001 and
conduct internal audits for Security.
TPA shall use industry recognized tools to scan the network of SDC to determine problem
areas of network and prepare a comprehensive report detailing overall health and design
of network.
TPA shall perform configuration audit of networking equipment’s installed in the data
centre like Firewall, Router, IPS/IDS, Switch etc. and provide recommendations to
OCAC/Composite Team Project Manager for performance improvement.
TPA shall perform network optimization assessment focused on “Pain Point’s”
communicated by OCAC/Composite Team Project Manager.
Note: - OCAC at any time may go for a separate audit by an agency at a National / International
level like STQC etc. to carry out risk based sample audit of the methodology, process and
RFP for Selection of TPA for OSDC
18 Page Signature of the Bidder
documentation adopted by the TPA to ensure that the processes adopted by TPA is of international
standard and TPA may undergo one such audit in a year.
6.1. TPA Deliverables Key deliverables of the TPA for the project includes:-
Sl. No. Deliverables Periodicity Time Period
1
Audit Framework Design
Audit framework, Audit plan & templates incorporating
following but not limited to :
Audit Assessment parameters based on ISO 20000, ISO 27000, ITIL Standards, State policies and Guidelines.
Tabulation of measurable parameters for SLA Audit.
SLA conditions define in EMS
Template for reports to be submitted by the SDC Operator to TPA on a regular basis.
Also make sure that EMS reports are not modified.
Once in a year.
Framework needs to be
reviewed every year
internally for new check
points.
Within 4 weeks from the date of signing the
contract
2
SDC Infrastructure Audit:- Inventory audit report including executive summary, checklist and compliance including but not limited to IT and Non-IT Infrastructure.
Quarterly 3 Weeks
3
Operations and Management Process and Control:- Audit report including but not limited to following checkpoints related to processes followed by the DCO for its Data Centre Management deliverables : Data Center Management team, skills, facility management services, change management procedures, IT Infrastructure operations – hardware, software and FMS, backup procedures, antivirus measures, trainings, network and security administration, performance monitoring, capacity utilization, web security, documentation related to applications hosted from various departments etc.
Half Yearly 3 Weeks
4
SLA Audit:- SLA Audit report should include all the SLA parameters as agreed by the Data Centre Operator, its conformance / deviation to the SLA and recommend penalties for the Data Centre Operator for its quarterly payments.
Quarterly 3 Weeks
RFP for Selection of TPA for OSDC
19 Page Signature of the Bidder
5
Security and Compliance Audit:- Security audit reports including but not limited to following points:-
Vulnerability assessment and penetration testing. The final report with summary should include: Identification of vulnerabilities, Evaluation of potential risks, Prioritization of risks, Estimated cost to affect remedies (VA/PT tools should be non-intrusive and non-destructive. The tool, test schedule and potential impact to be approved by OCAC/Composite Team Project Manager before deployment).
After the submission of compliance/ closure report by operator in regarding VA/ PT report submitted. TPA has to re access and verifies the report and submits it to OCAC.
Compliance to SDC Policy Guidelines.
Compliance of security policy guidelines.
Internal ISMS Audit in compliance to ISO 27001 Standard
Comprehensive report detailing overall health and design of network including network optimization assessment report.
N.B. First Security and Compliance Audit Report need to carry out on 5th Month after the award of contract. Subsequent Audit to carry out followed on Half Yearly Basis i.e. on 11th month, 17th month, and so on.
Half Yearly 3 Weeks
6
Reporting:- TPA would be responsible for periodic reports preparation which will be sent to the OCAC/ Composite Team Project Manager in prescribed formats from time to time for information. Reports as required by MeITY, GOI also need to submit by TPA in suitable prescribed format.
Quarterly 1 Week
6.2. Roles and Responsibilities Matrix
Sr. No
Activity OCAC Odisha State Data Centre
Operator TPA
1. Provision of office space at OSDC for TPA personal.
2. Auditing of Odisha State Data Centre 3. Periodical Generation of report from EMS 4. Verification of the EMS Report 5. Approval of EMS Report
6. Periodical Auditing of Odisha State Data Centre
RFP for Selection of TPA for OSDC
20 Page Signature of the Bidder
6.3. OCAC Obligations OCAC shall facilitate and ensure that the following DCO obligations are fulfilled.
DCO shall provide complete access to all the tools and relevant product information to TPA. One user ID with required access need to provide by DCO to TPA.
Any relevant documentation required to perform the above services such as logs, reports, system documentations, procedure should be made available to the TPA.
DCO shall make available in a timely manner all relevant documents and ensure access to relevant staff and management.
Any tools for VA/ PT, desktop/ laptop and any logistics requirements shall be arranged by TPA.
7. General Terms and Conditions of Contract
7.1. Purchaser
Odisha Computer Application Centre, Plot No.-N-1/7-D, Near Planetarium, Acharya Vihar
square, Bhubaneswar-751013.
7.2. Cost of Proposal
The bidder shall bear all the costs associated with the preparation and submission of its
Proposal, including site visits, and the GoO/OCAC will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the proposal process.
7.3. Amendment of RFP Documents
At any time prior to the deadline for submission of Proposal, OCAC reserves the right to
modify and amend any of the stipulated condition/criterion in the RFP, depending upon
project priorities vis-à-vis urgent commitments. Such amendments in shape of
corrigendum/addendum shall be hosted in the websites where the original RFP was
hosted. The bidder shall acknowledge the receipt of each corrigendum/addendum by
submitting a signed copy of it along with the Technical bid to the RFP issuing authority.
Failure to acknowledge receipt of each corrigendum/addendum shall be interpreted as
receipt of the corrigendum/addendum by the bidder and no claim will be entertained or
accepted in this regard.
7.4. Correction of Errors
Bidders are advised to exercise greatest care in entering the pricing figures. No excuse that
mistakes have been made or requests for prices to be corrected will be entertained after
the price bid is opened. All corrections, if any, should be initialed by the person signing the
RFP for Selection of TPA for OSDC
21 Page Signature of the Bidder
bid form before submission, failing which the figures for such items may not be considered.
Arithmetic errors in bids will be corrected as follows:-
Where there is a discrepancy between the amounts in figures and in words, the amount in
words shall govern.
7.5. Contacting Department
Any effort by bidders to influence the officials in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract may result in the rejection of the
Bidder’s Proposal. Queries, requests if any regarding the bid should be forwarded to the
RFP issuing authority at the address specified in this RFP.
7.6. Disqualification
The bid is liable to be disqualified if:-
Bid not submitted in accordance with this RFP.
During validity of the bid or its extended period, if any, the bidder increases his
quoted prices without the consent of department to change the bid quote.
The bidder puts his own conditions with the bid.
Bid received in incomplete form or not accompanied by EMD.
Bid received after due date and time.
Bid not accompanied by all requisite documents.
Bidder fails to enter into a contract within 30 working days of the date of notice of
the award of tender or within such extended period, as may be specified by an
authorized representative.
7.7. Performance Bank Guarantee
The successful bidder shall furnish an unconditional and irrevocable Performance Bank
Guarantee (PBG) for 10% (ten per cent) of the contract price within 15 days of issue of
Purchase Order or prior to signing of the contract whichever is earlier after which
contract/agreement will be signed with the selected bidder. The PBG must be from the
nationalized / scheduled commercial bank in India. All charges whatsoever such as
premium; commission etc. with respect to the Performance Bank Guarantee shall be
borne by the bidder. The Performance Bank Guarantee may be discharged / returned by
OCAC upon being satisfied that there has been due performance of the obligations of the
Bidder under the contract. However, no interest shall be payable on the Performance
Bank Guarantee. In the event of the bidder being unable to service the contract for
whatever reason, OCAC would evoke the PBG. OCAC shall notify the Bidder in writing of
the exercise of its right to receive such compensation within 14 days, indicating the
contractual obligation(s) for which the Bidder is in default. This Performance Bank
Guarantee (PBG) shall remain valid for sixty days beyond all the contractual obligations.
RFP for Selection of TPA for OSDC
22 Page Signature of the Bidder
7.8. Termination of Contract
A. Termination for default
OCAC without prejudice to any other remedy for breach of Contract or
noncompliance with service levels, by written notice of default sent to the Bidder, may
terminate the Contract fully or in part:
If the selected Bidder fails to deliver any or all contracted services as per service
Standards specified in the Contract or
If the selected Bidder fails to perform any other obligation(s) under the Contract as
per the contract timeline and for the period of contract, or
If the selected Bidder has engaged in corrupt or fraudulent practices in competing for
or in executing the Contract
In the event OCAC terminates the Contract in whole or in part, OCAC may procure,
upon such terms and in such manner as it deems appropriate, services similar to those
undelivered, and the selected Bidder shall be liable to OCAC for any excess costs for
such similar services. However, the Bidder may continue performance of the Contract
to the extent not terminated. OCAC would not be liable to pay any damages to the
selected Bidder in cases comprising Termination for default.
B. Termination for insolvency
OCAC may at any time terminate the Contract by giving written notice to the selected
Bidder / if the selected Bidder / becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the selected Bidder, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to the OCAC.
C. Termination for Convenience
OCAC, by written notice sent to the vendor, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination shall specify that
termination is for its convenience. In case of termination for convenience, OCAC would
pay to bidder the cost, based on the milestones and delivery percentages as per work
order and for milestones and deliverable for which only part of work has been completed
by bidder at the time of force closure, fee based on the proportion of the work completed
by bidder will be paid. The PBG in such a case would be refunded to the successful bidder.
7.9. Force Majeure Condition
a) The successful Bidder shall not be liable for forfeiture of its Performance bank
guarantee, Liquidated Damages, or termination for default if and to the extent that it’s
RFP for Selection of TPA for OSDC
23 Page Signature of the Bidder
delay in performance or other failure to perform its obligations under the Contract is
the result of an event of Force Majeure.
b) For purposes of this clause, “Force Majeure” means an event beyond the control of the
Bidder and not involving the successful Bidder fault or negligence, and not foreseeable.
Such events may include, but are not restricted to, acts of the OCAC in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
c) If a Force Majeure situation arises, the Bidder shall promptly notify the authorized
representative of OCAC in writing of such condition and the cause thereof. Unless
otherwise directed by the authorized representative of OCAC in writing, the Bidder
shall continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
8. Prices
The Bidder shall quote a fixed price for the entire project on a single responsibility basis.
The successful bidder is held responsible for the overall deliverables during the period of
contract. The Contract price shall be the only payment, payable by OCAC to the Successful
Bidder for completion of the contractual obligations by the Successful Bidder under the
Contract, subject to the terms of payment specified in the Contract. The total price
inclusive of taxes and duties will be considered for evaluation. So, the bidder must mention
the base price and the tax component separately. The prices once offered must remain
firm and must not be subject to escalation for any reason whatsoever within the period of
the project.
8.1. Payment Terms The payment to the selected TPA shall be processed on quarterly basis on
submission of report and fulfillment of other contractual obligations subject to the
approval of Technical Committee/ Payment Scrutiny Committee Constituted by OCAC.
The payment will be made through NEFT/ RTGS only.
However, if OCAC hired an external agency such as STQC (in a period of six months) to
access the process and monitoring practices adopted by TPA, then the payment to the
TPA shall be on 6 months basis (2 Quarter) subject to satisfactory assessment done by
agency engaged by OCAC and agreed by SIA for the TPA activities. A pre-receipted bill in
triplicate (for audit and independent monitoring) shall be submitted as per the following
schedule:
Sl. No. Activity Percentage of amount (Rs.) to be released
1 End of Every Quarter
8.333% of the Contract value
RFP for Selection of TPA for OSDC
24 Page Signature of the Bidder
8.2. Penalty
In case of non-satisfactory quarterly performance, a penalty of 5% of the quarterly fee shall
be deducted from the Quarterly Payment.
8.3. Billing
The Bidder shall specify the Branch/ Location from which they will raise the bill and the
Bank account details against which payment will be made.
RFP for Selection of TPA for OSDC
25 Page Signature of the Bidder
Annexure: G-1 - Particulars of the Bidder (To be in company letter head)
RFP Enquiry No: ______________, Date: _______________
1. Name of the Firm/Organization:
2. Organization Status of Registration
3. Address of Corporate Office
4. Address of Office in Odisha (if any)
5.
Telephone No
Fax No
6. Email Address
7. Website
8. Registration No of Certificate of
Incorporation & Date
9. Registration No of Sales Tax/
VAT & Date
10. Registration No of Service Tax
11. Permanent Account Number of
Income Tax & Date of Regn.
12. No. of years of proven experience of providing similar Services:
RFP for Selection of TPA for OSDC
26 Page Signature of the Bidder
Annexure: G-2 - Self declaration of not be under Ineligibility for corrupt and fraudulent practice
(To be in company letter head)
RFP Enquiry No: ______________, Date: _______________
To The General Manager (Admn.) Odisha Computer Application Centre, OCAC Building, Plot No. N-1/7-D Acharya Vihar Square, RRL Post Office Bhubaneswar – 751013
Sir/Madam,
In response to the RFP No. - , Ms./Mr. _____________________, as a
________________________, I / We hereby declare that our firm/organization/company
_____________________________is having unblemished past record and have not been declared
blacklisted by any Central/State Government/PSU institution and there has been no pending
litigation with any government department on account of similar services. I/We further declare
that our company has not defaulted in executing any Government order in the past.
Signature of witness Signature of the Bidder Date: Date: Place: Place:
RFP for Selection of TPA for OSDC
27 Page Signature of the Bidder
Annexure: G-3 - Authorization Letter
(To be in company letter head)
RFP Enquire No: ______________, Date: _______________
To The General Manager, (Admn) Odisha Computer Application Centre, OCAC Building, Plot No. N-1/7-D Acharya Vihar Square, RRL Post Office Bhubaneswar – 751013
Sir/Madam,
Ms. /Mr. ___________________ is hereby authorized to sign relevant documents on behalf of the
firm/organization/company in dealing with the RFP No. - Dated: ________________.
She /He is also authorized to attend meetings & submit the commercial information as may be
required by you in the course of processing above said application.
Thanking you, Authorized Signatory
RFP for Selection of TPA for OSDC
28 Page Signature of the Bidder
Annexure: G-4 - Acceptance of Terms & Conditions Contained In the RFP Document
(To be in company letter head)
RFP Enquire No: ______________, Date: ______________
To The General Manager (Admn) Odisha Computer Application Centre, OCAC Building, Plot No. N-1/7-D Acharya Vihar Square, RRL Post Office Bhubaneswar – 751013
Sir/ Madam,
I have carefully gone through the Terms & Conditions contained in the RFP No:
____________, regarding Selection of Third Party Auditor for Odisha State Data Centre.
I declare that all the provisions of this RFP document are acceptable to my company. I
further certify that I am an authorized signatory of my company and am, therefore, competent to
make this declaration.
Signature of witness Signature of the Bidder Date: Date: Place: Place:
RFP for Selection of TPA for OSDC
29 Page Signature of the Bidder
Annexure: G-5 - Format for List of Previous Work Orders Executed
(To be in company letter head)
RFP Enquire No: ______________, Date: _______________
SL. No
Name of Client
Name of the Project
Project Brief Project
Cost Status (Complete/ In
Progress/ Delay)
1 2 3 . .
Note: The information provided in the above table must supported by copies of relevant work order and completion certificate.
Signature of witness Signature of the Bidder Date: Date: Place: Place:
RFP for Selection of TPA for OSDC
30 Page Signature of the Bidder
Annexure: G-6 - Price Bid Letter
(To be in company letter head)
RFP Enquire No: ______________, Date: _______________
To The General Manager (Admn), Odisha Computer Application Centre, OCAC Building, Plot No. N-1/7-D Acharya Vihar Square, RRL Post Office Bhubaneswar – 751 013
Subject: Submission of Bid for selection of Third Party Auditor (TPA) for Odisha State Data
Centre.
Sir/Madam,
We, the undersigned, offer to provide our services for selection of Third Party Auditor (TPA) for Odisha State Data Centre (OSDC) in accordance with your RFP Document <<RFP No. >> Dated <<Date>> and our Bid (Price Bid). Our Price Bid is attached in Annexure: G-7.
1. Price and Validity
All the prices mentioned in our RFP are in accordance with the terms as specified in the RFP
documents. We declare that our Bid Price is for the entire scope of the work as specified in the
appropriate section in the RFP. All the prices and other terms and conditions of this Bid are
valid minimum for a period 180 days from the date of opening of the Bid. Subject to further
extended period as mutually agreed upon.
We hereby confirm that our prices do not include any taxes and duties.
We understand that the actual payment would be made as per the existing tax rates during the time of payment.
2. Unit Rates
We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account
of payment as well as for price adjustment in case of any increase to / decrease from the scope
of work under the contract.
RFP for Selection of TPA for OSDC
31 Page Signature of the Bidder
3. Qualifying Data
We confirm having submitted the information as required by you in your Instruction to
Bidders. In case you require any other further information/documentary proof in this regard
before evaluation of our bid, we agree to furnish the same in time to your satisfaction.
4. Bid Price
We declare that our Bid Price is for the entire scope of the work as specified in the RFP. These prices are indicated at Price Bid attached with our bid as part of the Bid.
We understand you are not bound to accept any tender you receive.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us and that you are not bound to accept a bid you receive.
Thanking you,
We remain,
Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
RFP for Selection of TPA for OSDC
32 Page Signature of the Bidder
Annexure: G-7 - Price Bid Format
(To be in company letter head)
Sl. No. Description [A] Fixed Price for the Consultancy (INR)
[B] Taxes as Applicable (INR)
[C = A+B] Total Cost (INR)
1
Total fixed price for undertaking the audit assignment for Odisha State Data Centre (OSDC) as specified in scope of work.
Note: - Bidder must mention the base price and the tax component separately.
RFP for Selection of TPA for OSDC
33 Page Signature of the Bidder
Annexure: G-8 - Proposed Manpower Details
(To be in company letter head)
Sl. No. Role No of Resources Required Minimum Qualification, Relevant
Experience & Certifications 1 Auditor
(Full Time) 2 B.E. / B.Tech. / MBA/ MCA with minimum 5 years of
experience in similar project.
Skills requirements: - Data Centre Domain
Expertise, Knowledge in Enterprise Management
System (EMS) & Building Management System
(BMS), Knowledge of Audit Tools, and Experience in
Network & Security audit. Professional
Certifications like ITIL/ ISO 20000 and 27001, etc.
N.B.: Both the proposed manpower must ITIL/ ISO
20000 certified and in addition to above one of
them must ISO 27001 certified.
CV Format for Manpower The format for submission of CVs is the following: 1. Name: ____________________
2. Profession / Present Designation: _____________________
3. Years with firm: ________________ Nationality: _____________
4. Area of Specialization: _____________________
5. Details of Certification:
6. Date of Birth:
7. Proposed Position in Team:
8. Key /Experience suitable to the proposed assignment: ________________
(Under this heading give outline of staff members’ experience in the area of assigned work in projects of similar nature handled in the past. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations.
RFP for Selection of TPA for OSDC
34 Page Signature of the Bidder
9. Education/Training Programs: (Under this heading, summarize college/ university and other specialized education of staff member, giving names of colleges, dates and degrees obtained) 10. Experience: (Under this heading, list of positions held by staff member since graduation, giving dates, names of employing organization, title and duration of positions held and location of assignments. For experience in last ten years also give types of activities performed and Owner references, where appropriate.) Signature (Concerned employee): ____________________ Counter Signature of Authorized Signatory: ____________________ Full Name: ____________________ Address: ____________________ Date: Note: 1. Certified supporting documents to be enclosed evidencing the above criteria of such personnel mentioned above.
RFP for Selection of TPA for OSDC
35 Page Signature of the Bidder
Annexure: G-9 - Performance Bank Guarantee
To
The General Manager (Admin)
Odisha Computer Application Centre
Plot No. - N-1/7-D, Acharya Vihar
P.O.-RRL, Bhubaneswar - 751013
EPBX: 0674-2567280/2567064/2567295
Fax: +91-0674-2567842
Whereas, << name of the agency and address >> (hereinafter called “the Bidder”) has
undertaken, in pursuance of contract no. << insert contract no. >> dated. <<Insert date >> to
provide Implementation services for << name of the assignment >> to OCAC (hereinafter
called “the beneficiary”)
And whereas it has been stipulated by in the said contract that the Bidder shall furnish you
with a bank guarantee by a recognized bank for the sum specified therein as security for
compliance with its obligations in accordance with the contract;
And whereas we, << name of the bank >> a banking company incorporated and having its
head /registered office at << address of the registered office >> and having one of its office at
<< address of the local office >>have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of
the supplier, up to a total of Rs.<< insert value >> (Rupees << insert value in words >> only)
and we undertake to pay you, upon your first written demand declaring the supplier to be in
default under the contract and without cavil or argument, any sum or sums within the limits
of Rs.<< insert value >> (Rupees << insert value in words >> only) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract to be performed there under or of any of the contract documents which may be
made between you and the Bidder shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
RFP for Selection of TPA for OSDC
36 Page Signature of the Bidder
This Guarantee shall be valid until << Insert Date >>)
Notwithstanding anything contained herein:
I. Our liability under this bank guarantee shall not exceed Rs<< insert value >>
(rupees << insert value in words >> only).
II. This bank guarantee shall be valid up to << insert expiry date >>)
III. It is condition of our liability for payment of the guaranteed amount or any part
thereof arising under this bank guarantee that we receive a valid written claim or
demand for payment under this bank guarantee on or before << insert expiry date
>>) failing which our liability under the guarantee will automatically cease.
(Authorized Signatory of the Bank) Seal Date
RFP for Selection of TPA for OSDC
37 Page Signature of the Bidder
List of Enclosures
RFP Enquire No: ______________, Date: _______________
Please check whether following have been enclosed.
Sl. No
Enclosure description Enclosed
(Yes / No)
Annexure / Attachment / Page No.
/ Envelop No. of the Enclosure
1 Particulars of the Bidder (Annexure-G1)
2 Copy of Registration Certificate of the firm
3 Declaration of ineligibility for corrupt and fraudulent practice (Annexure-G2)
4 Up-to-date IT return and VAT Clearance Certificate ending 31st March 2017
5 Copy of PAN & GST Certificate
6 Balance Sheet and Profit & Loss Account statement for last three years 31st March 2017.
7 Authorization Letter (Annexure-G3)
8 Acceptance of terms and condition (Annexure-G4)
9 List of previous work orders executed (Annexure-G5)
10 Tender document fee in a sealed envelope (Super scribe tender document fee on the top of the sealed envelope) with general bid.
DD No : Amount : Bank:
11 EMD amount in a sealed envelope (Super scribe EMD amount on the top of the sealed envelope) with general bid.
DD No : Amount : Bank:
12 Price Bid Letter & Price Bid duly signed with sealed envelope. (Annexure-G6 & G7)
13 Manpower Details (Annexure-G8)