Top Banner
REQUEST FOR PROPOSAL TEMPLATE FOR SELECTION OF AGENCIES FOR PUBLIC PRIVATE PARTNERSHIP (PPP) FOR ANDHRA PRADESH TECHNOLOGY SERVICES National Institute for Smart Government August 2015
108

Model RFP Template for PPP - APTS Template... · RFP Template for Selection of Agencies for PPP 12 | P a g e 5 Instructions to the Bidders 5.1 General I. While every effort has been

Feb 20, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • REQUEST FOR PROPOSAL TEMPLATE

    FOR

    SELECTION OF AGENCIES

    FOR

    PUBLIC PRIVATE PARTNERSHIP (PPP)

    FOR

    ANDHRA PRADESH TECHNOLOGY SERVICES

    National Institute for Smart Government

    August 2015

  • RFP Template for Selection of Agencies for PPP

    2 | P a g e

    Document Control

    Document Title: RFP Template for selection of Agencies for PPP projects in e-Governance

    Document Status:

    Abstract: Example: .

    Document Publication History

    (All revisions made to this document must be listed in chronological order, with the most recent revision

    at the top.)

    Date Author Version Remark

    25.08.2015 NISG, Hyderabad 1.2

    21.08.2015 NISG, Hyderabad 1.1

    Reviewers

    Date Reviewer Remarks

    21.08.2015 APTS

    Distribution

    Version Name Location

  • RFP Template for Selection of Agencies for PPP

    3 | P a g e

    Table of Contents

    1 Introduction ...............................................................................................................................7

    2 Fact Sheet ..................................................................................................................................8

    3 Structure of the RFP ....................................................................................................................9

    4 Background Information ........................................................................................................... 10

    4.1 Basic Information ........................................................................................................................ 10

    4.2 Project Background ..................................................................................................................... 10

    4.3 Key Information .......................................................................................................................... 10

    4.4 About the Department ................................................................................................................ 11

    4.5 Current Number of Transactions ................................................................................................ 11

    5 Instructions to the Bidders ........................................................................................................ 12

    5.1 General ........................................................................................................................................ 12

    5.2 Compliant Proposals / Completeness of Response .................................................................... 13

    5.3 Pre-Bid Meeting & Clarifications ................................................................................................. 13

    5.4 Key Requirements of the Bid ...................................................................................................... 14

    5.5 Preparation and Submission of Bid ............................................................................................. 17

    5.6 Bid Evaluation Process ................................................................................................................ 19

    6 Criteria for Evaluation ............................................................................................................... 21

    7 Bid Evaluation .......................................................................................................................... 23

    7.1 Pre-Qualification Evaluation ....................................................................................................... 23

    7.2 Technical Bid Evaluation ............................................................................................................. 25

    7.3 Commercial Bid Evaluation ......................................................................................................... 29

    8 Appointment of Private Sector Vendor/Agency ......................................................................... 30

    8.1 Award Criteria ............................................................................................................................. 30

    8.2 Right to Accept Any Bid and To Reject Any or All Bids(s) ........................................................... 30

    8.3 Notification of Award .................................................................................................................. 30

    8.4 Contract Finalization and Award ................................................................................................. 30

    8.5 Performance Guarantee ............................................................................................................. 30

    8.6 Signing of Contract ...................................................................................................................... 31

    8.7 Failure to Agree with the Terms and Conditions of the RFP ....................................................... 31

    9 Scope of Work .......................................................................................................................... 32

    10 Key Personnel ....................................................................................................................... 34

  • RFP Template for Selection of Agencies for PPP

    4 | P a g e

    10.1 Positions identified for Key Personnel ........................................................................................ 34

    10.2 Initial Composition, Full Time Obligation, Continuity of Personnel ............................................ 34

    10.3 Evaluations .................................................................................................................................. 35

    10.4 Replacement ............................................................................................................................... 35

    10.5 High Attrition .............................................................................................................................. 36

    10.6 Solicitation of Employees ............................................................................................................ 36

    11 Deliverables and Timelines .................................................................................................... 37

    12 Acceptance Testing & Certification ........................................................................................ 39

    13 Change Control ..................................................................................................................... 43

    13.1 Change Control Note................................................................................................................... 43

    13.2 Quotation .................................................................................................................................... 44

    13.3 Costs ............................................................................................................................................ 44

    13.4 Obligations .................................................................................................................................. 45

    14 Conflict of Interest ................................................................................................................ 47

    15 Annexure .............................................................................................................................. 49

    Annexure I: TECHNICAL BID TEMPLATES ................................................................................................ 49

    Form 1: Compliance Sheet for Technical Bid .......................................................................................... 50

    Form 2: Letter of Proposal ...................................................................................................................... 54

    Form 3: Project Citation Format ............................................................................................................. 56

    Form 4: Proposed Solution ..................................................................................................................... 57

    Form 4A: Solution Proposed ................................................................................................................... 57

    Form 4B: Bill of Materials (Softwares) .................................................................................................... 58

    Form 4C: Bill of Materials (Infrastructure) ............................................................................................. 58

    Form 4D: Services Description ................................................................................................................ 58

    Form 5: Proposed Work Plan .................................................................................................................. 59

    Form 6: Team Composition .................................................................................................................... 60

    Form 7: Curriculum Vitae (CV) of Key Personnel .................................................................................... 61

    Form 8: Deployment of Personnel ......................................................................................................... 63

    Form 9: Manufacturers'/Producers’ Authorization Form ...................................................................... 64

    Form 10: No Conflict of Interest Declaration ......................................................................................... 65

    Form 11: Power of Attorney Template in favour of Lead Bidder ........................................................... 66

    Form 12: Bank Guarantee for Earnest Money Deposit ......................................................................... 67

  • RFP Template for Selection of Agencies for PPP

    5 | P a g e

    ANNEXURE II: FINANCIAL Bid TEMPLATE ............................................................................................... 69

    Form 1: Covering Letter .......................................................................................................................... 69

    Form 2: Financial Bid .............................................................................................................................. 71

    ANNEXURE III: TEMPLATE FOR PBG & CCN ............................................................................................ 90

    Form 1: Performance Bank Guarantee ................................................................................................... 90

    Form 2: Change Control Notice (CCN) Format ....................................................................................... 92

    ANNEXURE IV – Guidance Notes ............................................................................................................ 94

    16.1 Instruction to the Bidder ............................................................................................................. 94

    16.2 Designing 1st Stage Evaluation: Pre-Qualification Criteria (PQ) .................................................. 98

    16.3 Payment Terms and Schedules ................................................................................................. 105

    16.4 PPP models and their variants .................................................................................................. 106

  • RFP Template for Selection of Agencies for PPP

    6 | P a g e

    List of Abbreviation

    Abbreviation Description

    CAPEX Capital Expenditure

    EMD Earnest Money Deposit

    EOI Expression of Interest

    PBG Performance Bank Guarantee

    PPP Public-Private Partnership

    PQ Pre-Qualification

    POA Power of Attorney

    OPEX Operational Expenditure

    QCBS Quality cum cost based selection

    RFP Request for Proposal

    SLA Service Level Agreement

    TPS Total Project Cost

  • RFP Template for Selection of Agencies for PPP

    7 | P a g e

    1 Introduction

    Sealed bids are invited from eligible, reputed, qualified IT Firms with sound technical and Financial

    capabilities for < Insert the scope of work in brief>

    The intent of this RFP is to invite proposals from the agencies/ Firms/Companies (also referred to as

    ‘bidders’) to enable the to select a Systems Implementation Agency for

    Implementation of e-Governance at on a PPP Model.

  • RFP Template for Selection of Agencies for PPP

    8 | P a g e

    2 Fact Sheet

    S. No Information Details

    1. Cost of RFP / Tender Document

    2. Earnest Money Deposit (EMD)- In the

    Form of DD or BG

    3. Last date for submission of written queries

    for clarifications

    4. Date and time of pre-bid conference

    5. Release of response to clarifications

    6. Last date and time of downloading of RFP

    7. Bid validity period

    8. Last date (deadline) for submission of bids

    (online)

    9. Last date (deadline) for submission of bids

    (Physical Submission)

    10. Opening of Pre-Qualification Bids

    11. Opening of Technical Bids (for Bidders

    qualifying under PQ criteria)

    12. Technical Presentation by the Bidders

    13. Place, Time and Date of opening of

    Financial proposals received in response

    to the RFP notice

    14. Contact for queries

    15. Addressee and address at which proposal

    in response to RFP notice is to be

    submitted:

  • RFP Template for Selection of Agencies for PPP

    9 | P a g e

    3 Structure of the RFP

    This Request for Proposal (RFP) document for the PPP project of implementing IT & ITeS Services for

    comprises of the following.

    A. Instructions on the Bid process for the purpose of responding to this RFP. This broadly

    covers:

    1. General instructions for bidding process

    2. Bid evaluation process including the parameters for Technical evaluation and

    commercial evaluation to facilitate > in determining bidder’s

    suitability as the implementation partner

    3. Payment Schedule

    4. Commercial bid and other formats

    B. Functional and Technical Requirements of the project. The contents of the document broadly

    cover the following areas:

    1. About the project and its objectives

    2. Scope of work for the System Integrator

    3. Functional and Technical requirements

    4. Project Schedule

    5. Service levels for the implementation partner

    The bidder is expected to respond to the requirements as completely and in as much relevant detail as

    possible, and focus on demonstrating bidder’s suitability to become the implementation partner of

    C. Draft Contract Agreement (which includes Service Level Agreement) - furnished as a separate

    document

    This document identifies areas where the PPP Vendor has to invest upfront and the payment gets

    recovered over a period of time as per the payment schedule during the life of the project.

    The bidders are expected to examine all instructions, forms, terms, Project requirements and other

    information in the RFP documents. Failure to furnish all information required as mentioned in the RFP

    documents or submission of a proposal not substantially responsive to the RFP documents in every

    respect will be at the Bidder's risk and may result in rejection of the proposal and forfeiture of the EMD.

  • RFP Template for Selection of Agencies for PPP

    10 | P a g e

    4 Background Information

    4.1 Basic Information

    I. invites responses (“Bids”) to this Request for Proposals (“RFP”) from PPP Vendors

    (“Bidders”) for the provision of e-Governance System Implementations and Management of

    Systems & Operations as described in “Scope of Work” (“the e-Governance Implementation

    solutions and services”). is the for this Government procurement

    competition (“the ”).

    II. Any contract that may result from this Government procurement competition will be issued for a

    term of (“the Term”).

    III. The reserves the right to extend the Term for a period of

    on the same terms and conditions, subject to the obligations at law.

    IV. Bids must be received not later than time, date and venue mentioned in the Fact Sheet. Bids that

    are received late WILL NOT be considered in this bid process.

    4.2 Project Background

    The “Project Background” should give project details around

    Need for the solution, product(s) and services

    Solution components with functional overview of each component

    Expected outcome of the implemented solution

    4.3 Key Information

    The Introduction section should lay down:

    Prime Objective of the project

    When was the program initiated/sanctioned

    Background about the Government program / initiative in terms of business challenges,

    issues faced and lack of efficiency etc.

    Project Dependencies

    Stakeholder Details

    Any downstream work expected from this assignment and any potential “Conflict of

    Interest” situation emerging from that

    The inputs /facilities which would be provided to the successful bidder on award of this

    contract

  • RFP Template for Selection of Agencies for PPP

    11 | P a g e

    4.4 About the Department

    The “About” section contains the organizational profile of the Government entity/Department which is

    the end buyer and implementer of the procured solution.

    The section should explain facts and figures about the Government entity in terms of its

    Vision and organizational objectives

    Key Functions of the Department

    Organization structure of the Department (Comprising divisions/directorates etc.)

    Manpower strength

    Activities of the Department

    Geographical spread and operating locations]

    The Nodal agency should also share the relevant information of the DPR or any feasibility study if carried

    out.

    4.5 Current Number of Transactions

    [The Nodal Agency should provide the current number of transactions for service related projects for

    which the PPP vendor would be responsible and charges shall be dependent. Further the Nodal Agency

    shall guarantee a minimum number of transactions. In case that the minimum number of transactions

    is not achieved in a year, the Nodal Agency shall compensate for the difference in charges.

    This guarantee is a critical part of the PPP Model. The “Contract Agreement for Model RFP Templates for

    Public Private Partnership” provides for project Governance mechanism which would be empowered to

    provide such a Guarantee]

    Note: This section is applicable in those projects where PPP vendor is expected to provide certain set of

    services and the payment has to released based on the number of transactions.

  • RFP Template for Selection of Agencies for PPP

    12 | P a g e

    5 Instructions to the Bidders

    5.1 General

    I. While every effort has been made to provide comprehensive and accurate background

    information and requirements and specifications, Bidders must form their own conclusions

    about the solution needed to meet the requirements. Bidders and recipients of this RFP may

    wish to consult their own legal advisors in relation to this RFP.

    II. All information supplied by Bidders may be treated as contractually binding on the Bidders, on

    successful award of the assignment by the on the basis of this RFP.

    III. 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 . Any notification of

    preferred bidder status by the shall not give rise to any enforceable rights by

    the Bidder. The may cancel this public procurement at any time prior to a

    formal written contract being executed by or on behalf of the .

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

    Bidders should place no reliance on such communications.

    V. The Feasibility Report & Financial Assessment of PPP projects are being provided only as a

    preliminary reference document by way of assistance to the Bidders who are expected to carry

    out their own surveys, investigations and other detailed examination before submitting their

    Bids. Nothing contained in the Feasibility Report shall be binding on the nor confer any right on the Bidders, and the shall have no liability whatsoever in relation to or arising out of any

    or all contents of the Feasibility Report. The Feasibility & Financial Assessment of PPP projects

    should either be provided along with the RFP or within 7 days of its issue]

    VI. Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in

    the draft Contract Agreement shall have overriding effect; provided, however, that any

    conditions or obligations imposed on the Bidder hereunder shall continue to have effect in

    addition to its obligations under the Contract Agreement.

    VII. The Bidder should submit a Power of Attorney authorizing the signatory of the Proposal to

    commit the Bidder. In case the Bidder is a Consortium, the Members thereof should furnish a

    Power of Attorney in favour of the Lead Member

    VIII. The Proposal shall consist of (Grant, Premium or Service Charge, as the case may be) to be

    quoted by the Bidder as per the terms and conditions of this RFP and the provisions of the

    Contract Agreement [It needs to be specified whether the PPP vendor can retain part of the

    Service Charge from the fee collected or the Nodal Agency would compensate through

    payments].

    IX. This RFP is not transferable.

    X. Any award of Concession pursuant to this RFP shall be subject to the terms of Bidding

    Documents.

  • RFP Template for Selection of Agencies for PPP

    13 | P a g e

    5.2 Compliant Proposals / Completeness of Response

    I. Bidders are advised to study all instructions, forms, terms, requirements and other information

    in the RFP documents carefully. 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.

    II. Failure to comply with the requirements of this paragraph may render the Proposal non-

    compliant and the Proposal may be rejected. Bidders must:

    A. Include all documentation specified in this RFP;

    B. Follow the format of this RFP and respond to each element in the order as set out in this

    RFP

    C. Comply with all requirements as set out within this RFP.

    5.3 Pre-Bid Meeting & Clarifications

    5.3.1 Pre-bid Conference

    I. shall hold a pre-bid meeting with the prospective bidders on at

    .

    II. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to by post, facsimile or email on or before

    III. The queries should necessarily be submitted in the following format:

    IV. shall not be responsible for ensuring that the bidders’ queries have been

    received by them. Any requests for clarifications after the indicated date and time may not be

    entertained by the .

    5.3.2 Responses to Pre-Bid Queries and Issue of Corrigendum

    I. The Nodal Officer notified by the will endeavour to provide timely response to

    all queries. However, makes no representation or warranty as to the

    completeness or accuracy of any response; neither response nor does

    undertake to answer all the queries that have been posed by the bidders.

    S.

    No.

    RFP Document Reference(s) (Section &

    Page Number(s))

    Content of RFP requiring

    Clarification(s)

    Points of

    clarification

    1.

    2.

    3.

    4.

    5.

    6.

  • RFP Template for Selection of Agencies for PPP

    14 | P a g e

    II. At any time prior to the last date for receipt of bids, 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 a corrigendum.

    III. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the

    and emailed to all participants of the pre-bid conference.

    IV. Any such corrigendum shall be deemed to be incorporated in to this RFP.

    V. In order to provide prospective Bidders reasonable time for taking the corrigendum into

    account, may, at its discretion, extend the last date for the receipt of Proposals.

    Further, the nodal agency should ensure clear scope and specific responses to bidder queries.

    Clarifications on Scope of work which say “as per RFP” should not be encouraged (only if there is a

    request for change in terms / condition, then “as per RFP” should be allowed). If bidders raise doubts

    about the scope, these should be addressed.

    5.4 Key Requirements of the Bid

    5.4.1 Right to Terminate the Process

    I. may terminate the RFP process at any time and without assigning any reason.

    makes no commitments, express or implied, that this process will result in a

    business transaction with anyone.

    II. This RFP does not constitute an offer by . The bidder's participation in this

    process may result selecting the bidder to engage towards execution of the

    contract.

    5.4.2 Contract Agreement

    The Contract Agreement (including SLA and NDA) sets forth the detailed terms and conditions for grant

    of the contract to the PPP Vendor, including the scope of the PPP Vendor’s services and obligations. The

    bidder should study the contract agreement and identify the risks and appropriately factor in its costs &

    Commercial Proposal.

    [The Contract Agreement should either be provided along with the RFP or at least 45 days before the

    Proposal Due Date and 21 days before the Pre-Bid Conference]

    5.4.3 RFP Document Fees

    a) RFP document can be purchased at the address & dates provided in the Section 1.1 by

    submitting a non-refundable bank demand draft of -, drawn in favour of , payable at from any scheduled commercial banks/Nationalized

    banks.

  • RFP Template for Selection of Agencies for PPP

    15 | P a g e

    b) The bidder may also download the RFP documents from the website . In such

    case, the demand draft of RFP document fees should be submitted along with Proposal.

    Proposals received without or with inadequate RFP Document fees shall be rejected.

    5.4.4 Earnest Money Deposit (EMD)

    a) Bidders shall submit, along with their Bids, EMD of (in number), in the form of a

    Demand Draft OR Bank Guarantee (in the format specified in Annexure I: Form 12) issued by

    any Scheduled commercial / nationalized bank in favour of ,

    payable at , and should be valid for months from the due date of the

    tender/RFP.

    b) EMD of all unsuccessful bidders would be returned, without interest, by within

    30 days of the bidder being notified as being unsuccessful. The EMD, for the amount mentioned

    above, of successful bidder would be returned upon submission of Performance Bank Guarantee

    as per the format provided in Annexure III: Form 1.

    c) The EMD amount is interest free and will be returned to the unsuccessful bidders without any

    accrued interest on it.

    d) The bid submitted without EMD, mentioned above, will be summarily rejected.

    e) The EMD may be forfeited:

    i) If a bidder withdraws his bid or increases his quoted prices during the period of bid validity

    or its extended period, if any; or

    ii) In the case of a successful bidder if the bidder fails to sign the contract for any reason not

    attributable to the or to furnish Performance Bank Guarantee within

    specified time in accordance with the format given in the RFP.

    iii) During the bid process, if a bidder indulges in any such deliberate act as would jeopardize or

    unnecessarily delay the process of bid evaluation and finalization.

    iv) During the bid process, if any information is found to be wrong/ manipulated/ hidden in the

    bid.

    f) The EMD may be forfeited as mutually agreed genuine pre-estimated compensation and

    damages payable to the Authority for, inter alia, time, cost and effort of the Authority without

    prejudice to any other right or remedy that may be available to the Authority hereunder or

    otherwise, under the following conditions:

    If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable

    practice or restrictive practice as specified in this RFP;

    If a bidder withdraws its Proposal during the period of Bid/Proposal validity

    If the Selected Bidder fails, within the specified time limit,:

    - to sign the Contract Agreement and/or

    - to furnish the Performance Bank Guarantee within the period prescribed therefore in the

    Contract Agreement

    [The may, if deemed necessary, prescribe a higher EMD not exceeding 2% of the

    Estimated Project Cost. In case of a project having an Estimated Project Cost of Rs. 2,000 cr. Or

    above, the Authority may reduce the EMD, but not less than 0.5% in any case. In case the project

  • RFP Template for Selection of Agencies for PPP

    16 | P a g e

    includes Capital Expenditure and Operational Expenses to be borne by the PPP Vendor, the “Project

    Cost” for the purposes of computation of PBG may be limited to the estimates value of the capital

    expenditure and one year of the Operational Expenses.]

    5.4.5 Consortiums

    Bidder should be an individual organization. Consortium shall not be allowed.

    5.4.6 Submission of Bids

    a) The bidders should submit their hard copy responses as per the format given in this RFP in the

    following manner

    A. Pre-Qualification Bid - (1 Original + Copies + CD) in first envelope

    B. Technical Bid - (1 Original + Copies + CD) in second envelope

    C. Commercial Bid – (1 Original) in third envelope

    b) The response to Pre-Qualification Bid, Technical Bid and (as mentioned above) Commercial Bid

    should be covered in separate sealed envelopes super-scribing, “Pre-Qualification Bid”,

    “Technical Bid” and “Commercial Bid” respectively. Each copy of each bid should also be

    marked as "Original" OR "Copy" as the case may be.

    c) Please Note that prices should not be indicated in the Technical Bid but should only be indicated

    in the Commercial Bid.

    d) The three envelopes containing copies of Pre-Qualification Bid, Technical Bid and Commercial

    Bid should be put in another single larger sealed envelope clearly marked

    “Response to RFP for - < RFP Reference Number> and the wordings

    “DO NOT OPEN BEFORE ”.

    e) The outer envelope thus prepared should also indicate clearly the name, address, telephone

    number, E-mail ID and fax number of the bidder to enable the Bid to be returned unopened in

    case it is declared "Late".

    f) All the pages of the 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 initialled by the person (or persons) who sign(s) the proposals.

    h) All pages of the bid including the duplicate copies, shall be initialled and stamped by the person

    or persons who is authorised to sign the bid.

    i) In case of any discrepancy observed by in the contents of the submitted original

    paper bid documents with respective copies, the information furnished on original paper bid

    document will prevail over others.

    j) Bidder must ensure that the information furnished by bidders in respective CDs is identical to

    that submitted in the original paper bid document. In case of any discrepancy observed by

    in the contents of the CDs and original paper bid documents, the information

    furnished on original paper bid document will prevail over the soft copy.

  • RFP Template for Selection of Agencies for PPP

    17 | P a g e

    5.4.7 Authentication of Bids

    The Bid should be accompanied by a power-of-attorney in the name of the signatory of the Bid.

    5.5 Preparation and Submission of Bid

    5.5.1 Bid Preparation Costs

    a) The bidder shall be responsible for all costs incurred in connection with participation in the RFP

    process, including, but not limited to, costs incurred in conduct of informative and other

    diligence activities, participation in meetings/discussions/presentations, preparation of

    proposal, in providing any additional information required by to facilitate the

    evaluation process, and in negotiating a definitive contract or all such activities related to the

    bid process.

    b) will in no case be responsible or liable for those costs, regardless of the conduct

    or outcome of the bidding process.

    5.5.2 Government Department Site Visit

    The Bidder may visit and examine any of the offices of < Government department> at a time to be

    agreed with and obtain for itself on its own responsibility all information on the existing

    processes and functioning of the that may be necessary for preparing the

    Proposal document. The visit may not be used to raise questions or seek clarification on the RFP. All

    such queries or clarifications must be submitted in writing. The cost of such visits to the site(s) shall be

    at Bidder's own expense.

    5.5.3 Language

    The Bid should 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 Bid, the English translation shall govern.

    5.5.4 Venue & Deadline for Submission of Bids

    Bids, in its complete form in all respects as specified in the RFP, must submitted to at

    the address specified in Section 1.1 above.

    5.5.5 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) shall not be responsible for any postal delay or non-receipt/ non-delivery of the

    documents through on-line portal. No further correspondence on the subject will be

    entertained.

    d) reserves the right to modify and amend any of the above-stipulated

    condition/criterion depending upon project priorities vis-à-vis urgent commitments.

  • RFP Template for Selection of Agencies for PPP

    18 | P a g e

    5.5.6 Withdrawal, Modification & Submission of Bids

    a) The bidder may withdraw, substitute, or modify its bid after submission, provided that written

    notice of the withdrawal, substitution, or modification is received by the prior to

    the deadline prescribed for submission. All notices must be duly signed by an authorized

    representative and shall include a copy of authorization letter (power of attorney).

    b) A notice may also be sent by an electronic means such as fax or email, but in this case may include

    a scan of the mailing receipt showing both the sender’s and receiver’s address for the signed

    hardcopy of the notice, and a scan of the power of attorney

    c) The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched

    in a manner similar to the original bid.

    d) Bids requested to be withdrawn in accordance with clause 5.5.6 (a) mentioned above, shall be

    returned unopened to the bidders. Bid withdrawal notices received after the bid submission

    deadline will be ignored, and the submitted bid will be deemed to be a validly submitted bid.

    e) No bid may be withdrawn, substituted or modified in the interval between the bid submission

    deadline and the expiration of the bid validity period specified by the bidder in the bid submission

    form, or any extension thereof agreed to by the bidder.

    5.5.7 Deviations

    The bidder may provide deviation to the contents of the RFP document. It may be noted that once the

    deviation are provided, the bidder would not be allowed to withdraw the deviation submitted. The

    Proposal evaluation committee would evaluate and classify them as “material deviation” or “non-

    material deviation“. In case of material deviation, the committee may decide to “monetize” the value of

    the deviations, which will be added to the price bid submitted by the bidder OR declare the bid as non-

    responsive.

    The bidders would be informed in writing on the committee’s decision on the deviation, prior to the

    announcement of technical scores. The bidders would not be allowed to withdraw the deviations at this

    stage. No correspondence in this matter will be entertained.

    In case of non-material deviations, the deviations would form a part of the bid & contract.

    As an illustrative framework for instant use, we have provided here a format that enables a bidder to

    clearly define, demarcate and declare deviations

    No. Deviation Material Non-Material Impacted

    Deliverable(

    s)

    Impacted

    Timeline(s)

    Financial

    Impact

    1.

  • RFP Template for Selection of Agencies for PPP

    19 | P a g e

    2.

    3.

    5.6 Bid Evaluation Process

    a) will constitute a Proposal Evaluation Committee to evaluate the responses of the

    bidders

    b) The Bid Evaluation Committee constituted by the shall evaluate the responses to

    the RFP and all supporting documents / documentary evidence. Inability to submit requisite

    supporting documents / documentary evidence, may lead to rejection.

    c) The decision of the Bid Evaluation Committee in the evaluation of responses to the RFP shall be

    final. No correspondence will be entertained outside the process of negotiation/ discussion with

    the Committee.

    d) The Bid Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their

    proposals.

    e) The Bid Evaluation Committee reserves the right to reject any or all Bids on the basis of any

    deviations.

    f) Each of the responses shall be evaluated as per the criterions and requirements specified in this

    RFP.

    5.6.1 Bid Opening

    I. The Bids submitted up to on will be opened at on by Nodal

    officer or any other officer authorized by , in the presence of such of those

    Bidders or their representatives who may be present at the time of opening.

    II. The representatives of the bidders should be advised to carry the identity card or a letter of

    authority from the tendering firms to identify their bonafides for attending the opening of the

    Bid.

    5.6.2 Bid Validity

    The offer submitted by the Bidders should be valid for minimum period of days from the date of

    submission of Bid.

  • RFP Template for Selection of Agencies for PPP

    20 | P a g e

    5.6.3 Bid Evaluation

    I. Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-

    responsive, if Bids :

    A. Are not submitted in as specified in the RFP document

    B. Received without the Letter of Authorization (Power of Attorney)

    C. Are found with suppression of details

    D. With incomplete information, subjective, conditional offers and partial offers submitted

    E. Submitted without the documents requested in the checklist

    F. Have non-compliance of any of the clauses stipulated in the RFP

    G. With lesser validity period

    II. All responsive Bids will be considered for further processing as below.

    will prepare a list of responsive bidders, who comply with all the Terms and Conditions

    of the Tender. All eligible bids will be considered for further evaluation by a Committee according to the

    Evaluation process defined in this RFP document. The decision of the Committee will be final in this

    regard.

    Note: There are certain guidelines which bidder(s) must follow in terms of Handling of Deviations, Bid

    Submission Extension (due to issue of corrigendum), Negotiations with Successful Bidders and Earnest

    Money Deposit.

    [Please refer Annexure IV, Section 16.1 - “Guidance Notes” for details guidelines on “Instruction to the

    Bidder”].

  • RFP Template for Selection of Agencies for PPP

    21 | P a g e

    6 Criteria for Evaluation

    I. First the Pre-Qualification Bid will be evaluated and only those bidders who qualify the

    requirements will be eligible for next set of evaluations. Technical Bid and Commercial Bid of

    Bidders, who do not meet the Pre-Qualification criteria, explained in section 7.1 below, will be

    returned without opening.

    II. The technical score of all the bidders would be calculated as per the criteria mentioned below. All

    the bidders who achieve at least in the technical evaluation, as per the

    criteria explained in section 7.2 below, would be eligible for the next stage, i.e. Commercial Bid

    opening.

    III. Bids would be evaluated as per Technical Evaluation Criteria (Section 7.2). Agencies / firms

    should clearly indicate, giving explicit supporting documentary evidence, with respect to the

    above, in absence of which their proposals will be rejected summarily at the qualification stage

    itself. These technical scores would be normalized on a scale of 100. Such normalized scores

    would be considered for the purpose of Quality & Cost Based Selection (QCBS) based evaluation,

    explained below.

    IV. Technical Score Evaluation

    The bid with the highest Technical score (T1) will be assigned 100%.

    Technical Scores for other bids will be normalized using the following formula:

    Normalized Technical Score of a Bid (Tn) = {(Technical Score of the Bid/ Highest Technical Score

    (T1)) X 100} % (adjusted to 2 decimals)

    Each Technical Bid will be assigned a technical score out of a maximum of 100 points.

    Only the bidders, who score above the minimum cut-off score in each of the sections AND score

    a total Technical score of 70 (seventy) or more, will qualify for the evaluation of their

    commercial bids.

    The committee shall inform to all the bidders the results of the technical evaluation through a

    written communication. The technical scores of the bidders will be announced prior to the

    opening of the commercial bids.

    V. Commercial Score Evaluation

    The Commercial Bids of only the technically qualified bidders will be opened for evaluation.

    The bid with the lowest bid price (L1) will be assigned 100%.

    Commercial Scores for other bids will be normalized using the following formula: Normalized

    Commercial Score of a Bid (Fn) = {(Commercial Bid price of L1/Commercial bid price of the Bid) X

    100} % (adjusted to 2 decimals)

  • RFP Template for Selection of Agencies for PPP

    22 | P a g e

    VI. Best Value Bid Analysis

    In determination of the Best Value Bid, weightages of 70 and 30 shall be applied respectively to

    the normalized technical and commercial scores of each bid that was included in the commercial

    evaluation process.

    A composite score shall be calculated for technically qualified bids only.

    The weightage for the composite evaluation is as described below:

    Technical – 70%

    Commercial – 30%

    In other words, the bid would awarded in favour of most competitive bidder by adopting the

    70:30 weightages to technical and commercial scores respectively after duly normalizing the

    technical & commercial scores. The overall Composite score will be calculated as follows:-

    Bn = 0.70 * Tn + 0.30 * Fn

    The Bidder with the highest final composite score (Bn) will be called as the Best Value Bid and will

    be called for negotiating the contract. In case of a tie in the final composite score the bidder with

    higher Technical Score will be first invited for negotiations

  • RFP Template for Selection of Agencies for PPP

    23 | P a g e

    7 Bid Evaluation

    7.1 Pre-Qualification Evaluation

    [Please refer Annexure IV, Section 16.2 - “Guidance Notes” for detail guidelines on “Pre-Qualification

    Criteria”]

    S. No. Basic Requirement Specific Requirements Documents Required

    1 Sales Turnover in

    System Integration

    Annual Sales Turnover generated

    from services related to System

    Integration during each of the last

    three financial years (as per the

    last published Balance sheets),

    should be at least Rs. .

    This turnover should be on

    account of ICT Systems

    Development and Implementation

    (i.e. revenue should be on account

    of System Integration/Turnkey

    solutions or products and their

    associated maintenance or

    implementation services,

    packaged software etc.) only.

    Extracts from the

    audited Balance sheet

    and Profit & Loss; OR

    Certificate from the

    statutory auditor

    2 Sales Turnover Please refer Annexure IV, Section

    16.2 for PQ criterion related to

    Sales Turnover

    Certificate from the

    statutory auditor

    3 Net Worth Please refer Annexure IV, Section

    16.2 for PQ criterion related to

    Net-worth

    Certificate from the

    statutory auditor

    4 Technical Capability Bidder must have successfully

    completed at least the following

    numbers of ICT Systems

    Development and Implementation

    engagement(s) of value specified

    herein :

    - One project of similar nature not

    less than the amount ; OR

    - Two projects of similar nature

    not less than the amount equal

  • RFP Template for Selection of Agencies for PPP

    24 | P a g e

    cost>; OR

    - Three projects of similar nature

    not less than the amount equal

    5 Certifications Please refer Annexure IV, section

    16.2 for PQ criterion related to

    Certifications

    Copy of certificate

    6 Consortiums Please refer Annexure IV, section

    16.2 for PQ criterion related to

    Consortiums

    -

    7 Legal Entity Should be Company registered

    under Companies Act, 1956 or a

    partnership firm registered under

    LLP Act, 2008

    Registered with the Service Tax

    Authorities

    Should have been operating for

    the last three years.

    - Certificates of

    incorporation

    - Registration

    Certificates

    8 Manpower Strength Please refer Annexure IV, Section

    16.2 for PQ criterion related to

    Legal entity

    Self-Certification by

    the authorized

    signatory with clear

    declaration of staff –

    year wise,

    level/designation

    wise.

    9 Blacklisting [Optional,

    till the blacklisting

    process has been

    institutionalized by

    DeitY, GoI]

    Please refer Annexure IV, section

    16.2 for PQ criterion related to

    Blacklisting]

    [Optional, till the blacklisting

    process has been institutionalized

    by DeitY, GoI]

    A Self Certified letter

    It may be noted that the Pre-qualification criteria should not be put for cases where EOI has already

    been carried out.

  • RFP Template for Selection of Agencies for PPP

    25 | P a g e

    7.2 Technical Bid Evaluation

    Bidders who meet the pre-qualifications/eligibility requirements would be considered as qualified to

    move to the next stage of Technical and Financial evaluations.

    [Accordingly several prevalent Technical evaluation criterions have been furnished in this document. In

    case the Nodal Agency seeks to introduce new evaluation criterion or re-allocate the marks, the Nodal

    Agency should assure itself that the change does not lead to restriction in the competition.

    The “litmus test” for drawing up the requirements for “Company profile” below should be that Nodal

    officer should assure himself that at least 8 bidders would be able to score minimum qualifying marks]

    These criterions have been developed for a PPP RFP on a BOOT / BOT model for which the scope of work

    involves hardware supply & commissioning, software development, system integration, maintenance

    and operations.]

    S.

    No

    Criteria Basis for valuation Max

    Marks

    Supporting

    1.

    Business Model

    evaluation & Risk

    Management

    Plan

    Business Model proposed & identification

    of risks of the project which has been

    identified in the RFP document (and inter

    alia the Feasibility Report and Financial

    Assessment) and which may have been

    advertently missed out. The qualitative

    evaluation would be based upon :

    − Risk identification in detail

    − Coverage of all costs & risks element

    − Detailing of Operational aspects of Risk

    mitigation plan

    − Fall back mechanism in case of failure

    of business model

    − Economic analysis of the Business

    Model (cost/benefit analysis which is not

    linked to payment of PPP Vendor)

    [The Nodal Agency may monetize the

    above ares on the basis of fair market

    prices to compare the Business Model &

    Risk elements of various bidders, so that

    the extra due diligence done by the bidder

    is commensurately compensated in the

    technical marks. In such a case the basis

    of such analysis should be shared in the

    RFP document]

    50% Detailed Note

    containing the

    analysis

  • RFP Template for Selection of Agencies for PPP

    26 | P a g e

    2.

    Project

    Methodology,

    Support and

    Documentation

    Qualitative assessment based on

    − Understanding of the objectives of the

    assignment: The extent to which the

    Systems Implementer’s approach and

    work plan respond to the objectives

    indicated in the Statement/Scope of

    Work

    − Completeness and responsiveness: The

    extent to which the proposal responds

    exhaustively to all the requirements of all

    the Terms of Reference

    10% Note

    3.

    Functionality of

    all components of

    services

    Meeting the requirements of

    in terms of how close the

    proposal is to the functional

    requirements for the solution as have

    been proposed for (In case

    it is COTS, it should be measured by

    degree of customization required)

    5% Compliance Note

    4.

    Technology Demonstrated robustness of the

    technology deployed across other

    installations around the world, including

    – Scalability

    – Security

    – Ease of implementation

    All the components of the solution and

    services need to be detailed out, specially

    with respect to :

    1. Application Software

    2. IT Infrastructure

    3. Data Migration

    4. Departmental Front Windows

    5. Record Room Management

    6. Regional Dispatch and Receipt Centres

    7. Central Help Desk

    8. Training

    9. Site Preparation

    10. Helpdesk

    11. Service Charge Collection

    5% Note

  • RFP Template for Selection of Agencies for PPP

    27 | P a g e

    5.

    India Specific

    Capabilities

    Qualitative assessment based on the

    number of Projects of similar nature in

    India and size of those projects.

    5% Note; and

    Completion

    Certificates from

    the client; OR

    Work Order + Self

    Certificate of

    Completion

    (Certified by the

    Statutory Auditor);

    OR

    Work Order +

    Phase Completion

    Certificate (for on-

    going projects)

    from the client

    6.

    Industry Specific

    Capabilities

    Qualitative assessment based on the Past

    experience of the bidder in executing

    similar assignments, size of those

    assignments.

    *The definition of “similar” should be

    such that it focuses on the areas which

    are “innovative” or where the technical

    feasibility is a challenge in the context of

    the project]

    5% Note; and

    Completion

    Certificates from

    the client; OR

    Work Order + Self

    Certificate of

    Completion

    (Certified by the

    Statutory Auditor);

    OR

    Work Order +

    Phase Completion

    Certificate (for on-

    going projects)

    from the client

    7.

    Training Trainings proposed by the vendor and the

    amount of emphasis laid on Training the

    employees schedule details, locations,

    sessions and their description

    3% Note

    8.

    Certifications and

    Credentials

    Relevant certifications (SEI-CMMi, ISO,

    etc.)

    2% Copy of certificates

    9.

    Profile of

    proposed team

    members

    Relevant assignment experience / Years

    of experience / Number of Certifications

    in Technology specific to Solution

    proposed (Microsoft / Oracle certification

    / J2EE etc)

    10% CVs

  • RFP Template for Selection of Agencies for PPP

    28 | P a g e

    10.

    Inclusion of

    MSMEs in Project

    Delivery

    As per requirement. 5% Letter of evidence

    and commitment

    that MSME will be

    contracted for the

    required value of

    work.

    Bidders, whose bids are responsive, based on minimum qualification criteria / documents as in Pre-

    Qualification Criteria and score at least in the (given)

    defined scoring mechanism would be considered technically qualified. Price Bids of such technically

    qualified bidders alone shall further be opened.

  • RFP Template for Selection of Agencies for PPP

    29 | P a g e

    7.3 Commercial Bid Evaluation

    I. The bids should obtain minimum score in each of the technical evaluation

    criteria as specified in the above table. In addition to this, the bids should obtain an overall score

    of at least 70 marks. Only those bids that have scored a minimum of marks in

    each of the criteria specified in Technical evaluation criteria and an overall technical score of at

    least / 70 marks will be deemed responsive and considered for the next stage. i.e. Commercial

    Bid evaluation.

    II. The Commercial Bids of technically qualified bidders will be opened on the prescribed date in

    the presence of bidder representatives.

    III. Only fixed price financial bids indicating total price for all the deliverables and services specified

    in this bid document will be considered.

    IV. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned

    separately.

    V. The bid price mentioned in the commercial bid would be for evaluation purpose only, the bill of

    materials would be finalised at the time of issuance of work order to the successful bidder.

    VI. Any conditional bid would be rejected.

    VII. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a

    discrepancy between the unit price and the total price that is obtained by multiplying the unit

    price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a

    discrepancy between words and figures, the amount in words will prevail”.

    The Proposal Evaluation Committee would evaluate the commercial bids in isolation and in comparison

    with other commercial bids to confirm whether all foreseeable & probable risks have been factored in

    appropriately at the fair market price. Also the ability of the bidder to absorb the adverse risk position

    shall also be evaluated.

    In case the Proposal Evaluation Committee feels that the commercial risks has not factored in all such

    costs & risks mitigation plan and necessary contingency, the commercial bid proposal may be rejected.

    The Proposal Evaluation Committee shall also confirm whether any new avenues of costs OR revenues

    should not be mentioned in the Commercial Proposal, which was not detailed out previously in the

    Technical Bid.

  • RFP Template for Selection of Agencies for PPP

    30 | P a g e

    8 Appointment of Private Sector Vendor/Agency

    8.1 Award Criteria

    will award the Contract to the successful bidder whose bid has been determined to be

    substantially responsive and has been determined as the most responsive bid as per the process

    outlined above.

    8.2 Right to Accept Any Bid and To Reject Any or All Bids(s)

    reserves the right to accept or reject any bid, and to annul the tendering process /

    Public procurement process and reject all bids 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 action.

    8.3 Notification of Award

    I. Prior to the expiration of the validity period, 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, may like to request the bidders to extend the validity period of the bid.

    II. The notification of award will constitute the formation of the contract. Upon the successful

    bidder's furnishing of Performance Bank Guarantee, will notify each

    unsuccessful bidder and return their EMD.

    8.4 Contract Finalization and Award

    The shall reserve the right to negotiate with the bidder(s) whose bid has been ranked

    best value bid on the basis of Technical and Commercial Evaluation to the proposed Project, as per the

    guidance provided by CVC.

    On this basis the draft contract agreement would be finalized for award & signing.

    Please refer to Annexure IV, Section 16.1 for guidelines on Contract Negotiations with Successful Bidder.

    8.5 Performance Guarantee

    I. The will require the selected bidder to provide a Performance Bank Guarantee,

    within 15 days from the Notification of award, for a value equivalent to 10% of the total cost of

    ownership. The Performance Guarantee shall be kept valid till completion of the project and

    Warranty period. The Performance Guarantee shall contain a claim period of three months from

    the last date of validity. The selected bidder shall be responsible for extending the validity date

    and claim period of the Performance Guarantee as and when it is due on account of non-

    completion of the project and Warranty period. In case the selected bidder fails to submit

    performance guarantee within the time stipulated, the at its discretion may

    cancel the order placed on the selected bidder without giving any notice. shall

    invoke the performance guarantee in case the selected Implementation Agency fails to

  • RFP Template for Selection of Agencies for PPP

    31 | P a g e

    discharge their contractual obligations during the period or incurs any loss due

    to Implementation Agency’s negligence in carrying out the project implementation as per the

    agreed terms & conditions.

    8.6 Signing of Contract

    After the notifies the successful bidder that its proposal has been accepted, shall enter into a contract, incorporating all clauses, pre-bid clarifications and the proposal of

    the bidder between and the successful bidder. The Draft Legal Agreement is provided

    as a separate document as a template.

    8.7 Failure to Agree with the Terms and Conditions of the RFP

    I. Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions of

    the RFP shall constitute sufficient grounds for the annulment of the award, in which event may award the contract to the next best value bidder or call for new bids from the

    interested bidders.

    II. In such a case, the shall invoke the PBG of the most responsive bidder.

  • RFP Template for Selection of Agencies for PPP

    32 | P a g e

    9 Scope of Work

    [Scope of Work (SOW) is the most of important component of any tendering process. It is for this that

    the whole bidding process is entered – to execute the scope of work and deliver outcomes that the

    Government strives for. Scope of work directly affects:

    Time to deliver the project

    Cost of delivering the project

    Intended business outcome for the Government from the project

    Delivery of Citizen benefits/services

    [Scope of Work for PPP projects should always focus Service outcomes or the Delivery of services

    required to meet Government’s objectives+

    The PPP vendor has to provide the following services:

    :

    To achieve the above services, the PPP Vendor is expected to carry out the followings:

    < Examples of Scope of work defined below >

    S. No.

    Component Summary Scope of Work*

    1.

    Application Software Design, Development/Customization Testing, Deployment of The Application Software, including Biometric Integration, Application Support and other activities as per detailed scope of Work

    2.

    IT Infrastructure Procurement, Deployment, Operationalization and maintenance of IT Infrastructure at various project locations (including Hardware & networking)

    3.

    Data Migration Migration of Data from ‘legacy application’ and other departmental applications to the new system as per detailed scope of Work

    4.

    Departmental Front Windows

    Setting up, Operations and Maintenance of Front Windows to provide citizen services as per detailed Scope of Work. Setting up, Operations and Maintenance of Service Centres

    5.

    Record Room Management

    Setting up , Operations and maintenance of Record Rooms in departmental offices to manage the paper records as per detailed scope of work

    6.

    Regional Dispatch and Receipt Centres

    Setting up, Operations and maintenance of Dispatch and Receipt Centres for dispatching and receiving departmental communication such as notices etc. in departmental offices as per detailed scope of work

    7.

    Central Help Desk Setting up, Operations and maintenance of a Central Dealer cum IT Help Desk to resolve dealer queries regarding various processes, services of

  • RFP Template for Selection of Agencies for PPP

    33 | P a g e

    the department etc. as well as internal user queries regarding the IT infrastructure, Application trouble shooting etc. as per detailed scope of work

    8.

    Training Preparation of Training Plan, Training Material, Delivery of Training to Departmental Staff and other activities as per detailed scope of work.

    9.

    Site Preparation As per the project specific requirements

    10.

    Helpdesk As per the project specific requirements

    11.

    Service Charge Collection

    As per the project specific requirements

    *Note: This is only the Indicative summary of the scope of work.

  • RFP Template for Selection of Agencies for PPP

    34 | P a g e

    10 Key Personnel

    It is observed that resources proposed by the bidders are rarely deployed during the project

    implementation. One of the reasons was that it is impractical that the bidder would keep the resources

    on the bench in case there is a delay in the RFP Process. Hence as a solution, the following is being

    proposed:

    1. The evaluation of the resources should be limited to the key personnel, who would work on the

    project (part time or full time). The RFP document shall identify the positions for the Key Personnel,

    against which the bidder has to propose the CVs. However such position shall not be more than 15% of

    the total manpower expected to be deployed on the project.

    2. In case the RFP process is completed as per timelines, the bidder shall make available all the resources

    identified as Key resources for the project. Any non-availability of these resources would be treated as a

    breach in contract.

    3. In case the RFP process is delayed beyond one month as per original timelines, then

    a. The Senior Level Key resources would be still be made available by the successful bidder for the

    project. These senior level key personnel shall be present in all important meetings (generally once a

    month). Regular absence or change shall be considered as a breach in contract.

    b. All Junior level Key resources are permitted to change. However the successful bidder has to provide

    replacement resource that score at least the same marks as the resource proposed originally on the

    same evaluation parameters defined in this RFP document.

    10.1 Positions identified for Key Personnel

    10.2 Initial Composition, Full Time Obligation, Continuity of Personnel

    f) shall ensure that each member of the Key Personnel devotes substantial working

    time to perform the services to which that person has been assigned as per the proposal.

    g) shall use commercially reasonable efforts to ensure it retains the services of its Key

    Personnel, including provisioning of competitive compensation, benefits and other conditions to its

    Key Personnel so as to incentivize them to remain in 's employment.

    h) shall not make any changes to the composition of the Key Personnel and not require

    or request any member of the Key Personnel to cease or reduce his or her involvement in the

    provision of the Services during the Term (or agree to any request other than from that would have the same effect):

  • RFP Template for Selection of Agencies for PPP

    35 | P a g e

    (i) unless that person resigns, is terminated for cause, dies, is long-term disabled, is on

    permitted mandatory leave under Applicable Law or retires; or

    (ii) Without 's prior written consent.

    i) shall promptly notify of its intention to re-

    hire any member of the Key Personnel who had resigned from .

    10.3 Evaluations

    a) shall carry out an evaluation of the performance of each member of the Key

    Personnel in connection with the Services at least once in each Contract Year.

    shall provide reasonable written notice to of the date

    of each evaluation of each member of the Key Personnel and shall be entitled to provide with input for each such evaluation.

    b) shall promptly provide the results of each evaluation to , subject to Applicable Law.

    10.4 Replacement

    a) In case the resource has resigned then the bidder has to inform within one week of such

    resignation.

    b) shall promptly initiate a search for a replacement and use commercially

    reasonable efforts (including the expenditure of reasonable sums, such as to engage the services

    of a recruiting firm) to ensure that the role of any member of the Key Personnel is not vacant for

    any longer than 30 days, subject to reasonable extensions requested by of <

    Nodal Agency >

    c) Before assigning any replacement member of the Key Personnel to the provision of the Services,

    shall provide < Nodal Agency > with:

    (i) a resume, curriculum vitae and any other information about the candidate that

    is reasonably requested by ; and

    (ii) an opportunity to interview the candidate.

    d) The bidder has to provide replacement resource who score at least the same marks as the

    resource proposed originally on the same evaluation parameters defined in this RFP document.

    Once this is confirmation, the shall conduct an interview of the candidate and

    notify within ten days after its interview (or if does not request

    an interview within ten working days after has provided the information, then it

    would be deemed as accepted).

    e) If does object to the appointment,

    shall not assign the individual to that position and shall seek an alternative candidate in

    accordance with this Section.

    f) The bidder has to ensure at least 4 weeks of overlap period in such replacements

  • RFP Template for Selection of Agencies for PPP

    36 | P a g e

    10.5 High Attrition

    a) If in the first 6 month period from the Contract Effective Date or in any rolling 12 months period

    during the Term, 15 percent or more of the members of the Key Personnel cease or reduce their

    involvement in the Services for any reason other than with 's prior written consent, shall:

    (i) provide with a reasonably detailed explanation

    as to the reasons for such change, including, where applicable and permitted, notes from

    any exit interviews conducted by with any departing member of the Key

    Personnel; and

    (ii) if such change to Key Personnel has or is likely to have any material adverse impact on the

    provision of the Services or any substantial part thereof, undertake, at its own costs, such

    remediation acts as are reasonably necessary in order to improve the retention of the Key

    Personnel including making reasonable changes to the human resources policies and

    procedures applicable to the Key Personnel (including those related to compensation,

    benefits and other conditions so that they are competitive with the market) as may be

    necessary to ensure that such policies and procedures comply with Good Industry Practice.

    10.6 Solicitation of Employees

    During the Termination Period and thereafter, and its Affiliates shall have the right to

    solicit and hire:

    (i) in case of a termination for convenience, members of the Key Personnel; and

    (ii) in case of a termination other than for convenience, all members of the Key Personnel; plus, in each

    case, any two members of the Team (other than Key Personnel) of 's

    choice and at its sole discretion.

  • RFP Template for Selection of Agencies for PPP

    37 | P a g e

    11 Deliverables and Timelines

    [The Deliverables are inherently linked to the Scope of Work defined for the project. Deliverables and

    Milestones populating format of a typical PPP Project is provided here]

    S. No. Project Activity the

    Track

    Outputs/Outcomes/Services Timelines (From

    Signing of Contract)

    Solution Design and Build

    0. Project Initiation &

    Solution Design

    Suggesting Re-engineered processes (as

    per the industry’s best practices) after

    studying & validating the existing

    documents

    Software Requirement Specifications &

    Design Documents

    In case there is decision or clear reason to

    choose a COTS product/software,

    performing mapping report of COTS

    product with the FRS / To-Be processes as

    defined in RFP

    Deployment plan including the testing &

    acceptance plan

    Hardware Requirement Report &

    procurement plan

    1. Development /

    customization and

    implementation of

    the Software

    Solution to meet

    the requirements

    of the Client

    Development / customization and

    implementation of the modules

    Development / customization and

    implementation of the modules

    2. Procurement,

    deployment and

    commissioning of

    the necessary

    Hardware at

    various define

    locations

    Deployment of the hardware in appropriate

    quantity and as per the specified technical

    specifications at the appropriate locations to

    support functioning of

    Deployment of the hardware in appropriate

    quantity and as per the specified technical

    specifications at the appropriate locations to

    support functioning of

  • RFP Template for Selection of Agencies for PPP

    38 | P a g e

    3. Procurement,

    deployment and

    commissioning of

    the necessary

    Networking

    equipments and

    Connectivity

    Deployment of the necessary networking

    equipments and connectivity as per the

    requirements to support functioning of

    Deployment of the necessary networking

    equipments and connectivity as per the

    requirements to support functioning of

    4. Data Entry and

    digitization of the

    records available in

    the paper files and

    migration of the

    data available in

    the existing

    databases

    Digitized and verified data for

    modules

    Digitized and verified data for

    modules

    5. Training to the staff

    members and

    stakeholders of the

    Corporation and

    necessary Change

    Management

    Satisfactory training sessions to the staff

    members of the for the

    modules

    Satisfactory training sessions to the staff

    members of the for the

    modules

    Operations & Service Delivery

    6.

    Operations and

    maintenance

    (inclusive of Service

    Levels)

    Operations and maintenance support for

    modules

    To be started from

    successful

    implementation of

    modules

    till end of project

    7.

    Core Service

    Delivery

    Service Transaction details

    User base

    Service Charges and Revenue Collection

    To be started from the

    day of the PPP

    delivered Service

    becomes operational.

    [Final part of Build-

    Operate-Transfer

    (BOT) model]

    8.

    Exit Management Exit Management process as detailed out in

    the Schedule

  • RFP Template for Selection of Agencies for PPP

    39 | P a g e

    12 Acceptance Testing & Certification

    [It is suggested that the services of STQC may be explored as third party agency for certifications. In case

    the TPA is to be appointed through a tender, the RFP template for consultancy services (Deliverables)

    may be used for tendering purposes. In this section the word “Third party agency” means any external

    agency involved in “audit assessment it may be a single or separate agencies appointed for each of these

    activities]

    The primary goal of Acceptance Testing and Certification is to ensure that the Project (including all the

    project components as discussed in the scope of work) meets requirements, standards, specifications

    and performance, by ensuring that the following are associated with clear, quantifiable metrics for

    accountability:

    − Functional requirements

    − Infrastructure (Hardware and Network) Compliance Review

    − Availability of the project Services in the defined locations

    − Performance

    − Security

    − Manageability

    − SLA Reporting System

    − Project Documentation (Design, development, configuration, training and administration manuals etc.)

    − Data Quality Review

    As part of Acceptance testing, performed through a third party agency, shall review all

    aspects of project development and implementation covering software, hardware and networking

    including the processes relating to the design of solution architecture, design of systems and sub-

    systems, coding, testing, business process description, documentation, version control, change

    management, security, service oriented architecture, performance in relation to defined requirements,

    interoperability, scalability, availability and compliance with all the technical and functional

    requirements of the RFP and the agreement.

    The procedures and parameters for testing will be laid down by the Third Party Agency after approval

    from ; the solution deployed by the SI Vendor has to satisfy third party acceptance

    testing upon which the system shall go-live, subject to /Departmental approval.

    The Department / will establish appropriate processes for notifying the selected SI

    Vendor of any shortcomings from defined requirements at the earliest instance after noticing the same

    to enable the selected SI Vendor to take corrective action. All gaps identified shall be addressed by the SI

    Vendor immediately prior to Go-live of the solution. It is the responsibility of the selected SI Vendor to

    take any corrective action required to remove all shortcomings, before the roll out of the project.

  • RFP Template for Selection of Agencies for PPP

    40 | P a g e

    It is to be noted that the involvement of the third party for acceptance testing and certification, does not

    absolve the SI Vendor of his responsibilities to meet all SLAs as laid out in this RFP document.

    It is to be noted that:

    may get the solution audited through a Third Party before Go-Live and periodically after

    Go-Live in order to ensure the success of the project. Such third-party agency for carrying out the

    acceptance testing and certification of the entire solution will be nominated by the Department.

    Following discusses the acceptance criteria to be adopted for the project as mentioned above. The list

    below is indicative and the activities will include but not be limited to the following:

    Functional Requirements Review

    The solution developed/customized by selected Bidder shall be reviewed and verified by the agency

    against the Functional Requirements signed-off between the and the selected Bidder.

    All gaps, identified shall be addressed by the Implementation Agency immediately prior to Go-live of the

    solution. One of the key inputs for this testing shall be the traceability matrix to be developed by the

    Implementation Agency for the solution. Apart from Traceability Matrix, agency may develop its own

    testing plans for validation of compliance of system against the defined requirements. The acceptance

    testing w.r.t. the functional requirements shall be performed by independent third party agency

    (external audit) as well as the select internal department users (User Acceptance Testing) and system

    has to satisfy both third party acceptance testing and internal user acceptance testing, upon which the

    system shall go-live.

    For conducting the User Acceptance Testing, / The Department shall identify the

    employees from respective divisions, who shall be responsible for day-to-day operations of the

    functions automated through the project. The system, during the functional requirements review, shall

    necessarily satisfy the user acceptance testing process.

    Infrastructure Compliance Review

    Third party agency shall perform the Infrastructure Compliance Review to verify the conformity of the

    Infrastructure (both IT, non IT as well as Network infrastructure) supplied by the selected PPP Vendor

    against the requirements and specifications provided in the RFP and/or as proposed in the proposal

    submitted by the selected PPP Vendor. Compliance review shall not absolve the PPP Vendor from

    ensuring that proposed infrastructure meets the SLA requirements.

    Security Review

    The software developed/customized shall be audited by the agency from a security and controls

    perspective. Such audit shall also include the IT infrastructure and network deployed for the project.

    Following are the broad activities to be performed by the Agency as part of Security Review. The

    security review shall subject the solution to the following activities.

    Audit of Network, Server and Application security mechanisms

    Assessment of authentication mechanism provided in the application /components/modules

    Assessment of data encryption mechanisms implemented for the solution

  • RFP Template for Selection of Agencies for PPP

    41 | P a g e

    Assessment of data access privileges, retention periods and archival mechanisms

    Server and Application security features incorporated etc

    Application Security mechanisms should be accessed in compliance with the IT Act 2000,2008

    Amendment and IT rules 2011, such that it maintains data/information Integrity, Confidentiality,

    Non-repudiation

    Audit of Security mechanisms so that they are in compliance with the latest Guidelines by Controller

    of Certifying authority (CCA),IT Act, ISO27001.

    Gap assessment of certain controls like say ISO 27001 and section 43, 47, 66, 69, 79, 84 and 87 of IT

    ACT amendment 2008 and decide how the sensitive data from a data centric stand point is to be

    protected.

    Performance

    Performance is another key requirement for the project and the agency shall review the performance of

    the deployed solution against certain key parameters defined in SLA. Such parameters include request-

    response time, work-flow processing time, concurrent sessions supported by the system etc, Disaster

    Recovery drill etc. The performance review also includes verification of scalability provisioned in the

    solution for catering to the project requirements.

    Availability

    The solution should be designed to remove all single point failures. Appropriate redundancy shall be

    built into all the critical components to provide the ability to recover from failures. The age