sbds wan
DESCRIPTION
swanTRANSCRIPT
-
JAMMU & KASHMIR E-GOVERNANCE AGENCY
(JAKEGA)
2012
Jammu and Kashmir
State Wide Area Network
[JKSWAN]
[RFP Document]
Jammu & Kashmir e Governance
Agency (JaKeGA)
C I V I L S E C R E T A R I A T J A M M U / S R I N A G A R J & K
-
I
Government of Jammu & Kashmir
Department of Information Technology
TENDER DOCUMENT
for
Jammu & Kashmir State Wide Area Network
TENDER DOCUMENT NO.: NIT no. 10 of JaKeGA of 2012
Dated: 30-08-2012
This tender document has been prepared in consultation with officials of various concerned
Departments by Jammu & Kashmir e-Governance Agency (JaKeGA), having its registered
office at Civil Secretariat Jammu/Srinagar.
Email: [email protected] Website: www.jkit.nic.in
-
II
DISCLAMER
The information contained in this tender document or any other information given
whether orally or in documentary form by or on behalf of Government of
Jammu & Kashmir (GoJK) / Jammu & Kashmir e-Governance Agency
(JaKeGA) or any of their employees or advisers is provided to the bidders on
the terms and condition set in this document.
This document is neither an agreement and nor an offer or invitation by the GoJK
/ JaKeGA Representative to any other party. The purpose of this document is
to provide the bidders with information to assist them in formulation of
their proposal(s). This document may not be appropriate for all persons, as it is
not possible for the GoJK / JaKeGA Representatives, their employees, or
advisers to consider the investment objectives, financial situation and particular
needs of each bidder who reads or uses this document. Each applicant should
conduct its own investigation and analysis and should check the accuracy,
reliability and completeness of the information contained in this document.
The bidders are requested to obtain independent advice from appropriate
sources. The GoJK / JaKeGA Representatives, their employees and advisers
make no representation or warranty as to the accuracy, reliability or
completeness of the information contained in this document.
The GoJK / JaKeGA Representatives may, in their absolute discretion, but
without being under any obligation to do so, update or supplement the
information and this document.
-
III
Part I
-
IV
CONTENTS
Government of Jammu & Kashmir
Department of Information Technology
TENDER DOCUMENT
For
Jammu & Kashmir State Wide Area Network
I The Project.................................................................................................................... 1
I-1. Introduction....................................................................................................... 1
I-1.1 Jammu & Kashmir State .................................................................................. 1
I-1.2 Vision ............................................................................................................... 2
I-1.3 Objective .......................................................................................................... 3
I-1.4 The Project aims - ............................................................................................ 4
I-2. Brief Description of the Bidding process.......................................................... 4
I-3. Qualified Bidder................................................................................................ 5
I-4. Bid Proposal Preparation .................................................................................. 5
I-5. Contents of Tender Document .......................................................................... 5
I-6. Availability of Tender Document and Intimation to JaKeGA.......................... 5
I-7. Correspondence from JaKeGA ........................................................................ 6
I-8. Clarifications.....................................................................................................6
I-9. Amendment to Tender Document.................................................................... 6
I-10. Preparation and Submission of Bid Proposal .................................................. 7
I-10. 1. Language of the Bid Proposal.................................................................. 7
I-10. 2. Cost of Tender Document ........................................................................ 7
-
V
I-10. 3. Currency of Bid Proposal and Payment.................................................... 7
I-10. 4. Earnest Money Deposit (EMD) ................................................................ 7
I-10. 5. Bid Proposal Validity period .................................................................... 8
I-10. 6. Extension of Bid Proposal Validity period ............................................... 8
I-10. 7. Project Inspection and Visits .................................................................... 8
I-10. 8. Bidders Responsibilities .......................................................................... 9
I-10. 9. Pre-Bid Meeting...................................................................................... 10
I-10. 10. Bidders to follow Tender Document and Concession Agreement ..... 10
I-10. 11. Format and Signing of Bid Proposal .................................................... 11
I-10. 12. Sealing and Marking of Bid Proposal................................................... 11
I-11. Requirements for Bid Proposals submitted by Consortium ............................. 12
I-11. 1. Proposals submitted by a Consortium: ..................................................... 12
I-11. 2. Maximum number of members in consortium and their role ................... 13
I-12. Bid Proposal Due Date ..................................................................................... 13
I-13. Late Proposals ................................................................................................... 14
I-14. Modifications / Substitution / Withdrawal of Bid Proposals............................ 14
I-15. Bid Proposal Opening....................................................................................... 14
I-16. Responsiveness Criteria .................................................................................... 15
I-17. Confidentiality .................................................................................................. 16
I-18. Clarifications..................................................................................................... 16
I-19. Bid Proposal Evaluation ................................................................................... 17
I-20. Notification ....................................................................................................... 19
I-21. JaKeGAs Right to Accept or Reject Bid Proposal........................................... 19
I-22. Acceptance of Letter of Intent (LOI) ................................................................ 20
I-23. Schedule of Bidding Process ............................................................................ 21
-
VI
II Contents of Bid Proposals and Criteria for Evaluation............................................. 23
II-1. Pre-Qualification Bid Proposals ......................................................................... 23
II-1.1. Contents ...................................................................................................... 23
II-1.2. Criteria for Evaluation ................................................................................ 23
II-1.3. Criteria for Evaluation In case of Consortium ........................................... 25
II-1.4. Criteria for Evaluation In case of Local IT Partner ................................... 26
II-1.5. Check list of Pre-Qualification Bid Proposals........................................... 27
II-2 Technical Bid Proposal........................................................................................... 30
II-2.1. Contents ...................................................................................................... 30
II-2.2. JKSWAN Network and Interconnectivity ................................................. 30
II- 2.2.1. Network.................................................................................................. 30
II - 2.2.2. NIC31
II- 2.2.3 . Standards................................................................................................31
II- 2.2.4. Network Connectivity Access................................................................32
II- 2.2.5. IP Services ............................................................................................ 34
II- 2.2.6. Network Management........................................................................... 35
II- 2.2.7. Network Security .................................................................................. 36
II- 2.2.8. Network Racks.................................................................................. 36
II- 2.2.9. Temperature control.......................................................................... 36
II- 2.2.10. Equipment List.................................................................................. 37
II-2.3. Criteria for Evaluation .............................................................................. 38
II -3 Financial Bid Proposal ......................................................................................... 52
II-3.1. Contents .................................................................................................... 52
II-3.2. Criteria for Evaluation .............................................................................. 53
II-3.3 Criteria for Evaluation..54
II-3.4 Government of Jammu & Kashmir...54
II-3.5 Asset Transfer to the Govt. Of J&K.54
-
VII
Appendices........................................................................................................................55
I. Format for Intimation to Tender ........................................................................56
II. Format for Earnest Money Deposit......57
III. Covering Letter for Pre Qualification Bid Proposal..........................................60
IV. Details of Bidder ............................................................................................... 62
V. Format for Power of Attorney........................................................................... 64
VI. A) Deeds of Consortium....66
B) Format for Power of Attorney For Consortium ........................................ 68
VII. Details of Past Experience of Bidder ................................................................. 70
VIII. Financial Capability of the Bidder ..................................................................... 72
IX. Covering Letter for Technical Bid Proposal....................................................... 73
X. Project Appreciation .......................................................................................... 74
XI. Proposed Work Plan ........................................................................................... 75
XII. A) Financial Bid Proposal.114
B) Financial Bid Proposal Appendix Statement of Pricing Deviation ..117
C) Financial Bid Proposal Quarterly Payment for Vertical PoP.119
D) Financial Bid Proposal Quarterly Payment for Horizontal Offices. .120
E) Financial Bid Proposal Component-wise Pricing...122
F) Financial Bid Proposal OPEX Charges..127
G) Financial Bid Proposal Quarterly Payment for Site Preparation129
XIII. Litigation History......130
XIV. Data pertaining to Vertical-Office Locations to be connected...............131
XV. Details of the manpower required for running the operations...139
XVI. Data pertaining to Horizontal-Office Locations to be connected...................141
XVII. Technical Bid Proposal Network Connectivity & Bandwidth 152 XVIII. Financial Bid Proposal Network Connectivity & Bandwidth.154
XIX. Details of Non Feasible Circuits(Total Non Feasible PoPs-TNF)...156
-
Jammu & Kashmir e-Governance Agency (JaKeGA)
(Information Technology Department, GoJK)
TENDER NOTICE
NOTICE INVITING BIDS FOR PRIVATE PARTICIPATION IN CREATION OF
JAMMU & KASHMIR STATEWIDE AREA NETWORK (JKSWAN) IN THE
STATE OF JAMMU & KASHMIR
Government of Jammu & Kashmir (GoJK) through Jammu & Kashmir e-
Governance Agency (JaKeGA) proposes to undertake the creation of a State Wide
Area Network (JKSWAN) in the State of Jammu & Kashmir by appointing private
agencies who shall establish the necessary infrastructure, undertake management of
processes and provide network connect ivi ty access in accordance with the
invitation for tender document. The bidder declared successful at the end of the bidding
process may be awarded a contract to implement the project on a build, own, operate and
transfer (BOOT) basis.
Interested parties can download the tender document from the following website::
www.jkit.nic.in
The tender document will be available at this website from 30/08/2012 to
18/10/2012(both days inclusive)
The cost of the Bid Document is Rs. 25,000/- (Rupees Twenty five thousand only)
which is non-refundable and non-adjustable and the same is to be deposited at the
time of submission of bid document in shape of a demand draft drawn on any
Scheduled Bank payable at Jammu / Srinagar. The Demand Draft shall be drawn in
favor of CEO JaKeGA, Srinagar, Jammu & Kashmir. The bid documents must be
submitted by Hand Delivery / Regd. Post/ Speed Post in sealed cover to the CEO
JaKeGA, S r i n a g a r , Jammu & Kashmir at the address indicated below on or
before 1700 hours on 18/10/2012 & will be opened as per the schedule indicated in
the instructions to the bidders in the draft tender document. Tender documents received
in incomplete shape or beyond the stipulated period shall not be entertained under any
circumstances. The authority reserves the right to accept or reject any or all tenders
without assigning any reason thereof.
Address Sd/-
CEO JaKeGA, CEO JaKeGA
Civil Secretariat, Srinagar, Jammu & Kashmir-
190001
Tel-0194-2450523, 2452269
e-mail:
-
Volume I
Part I
-
1
I The Project
I-1.Introduction
I-1.1 Jammu & Kashmir State
Jammu & Kashmir state has taken a pioneer initiative by adopting the e-Governance in the
State. This initiative has been taken by the State to transform itself into a knowledge
society. The initiative will include delivery of citizen services through innovative
programmes catering both urban as well as rural people. The Government of Jammu &
Kashmir, acting through its nodal IT & e-governance department, that is, Information
Technology Department, Govt. of J&K, hereinafter, for providing better quality of citizen
services to the people of Jammu & Kashmir.
Jammu & Kashmir covers 21,01,437 sq. Kms(excluding Pakistan and China occupied
parts), with a population of approximately 77,18,700. The State has witnessed rapid
expansion of telecom networks both in the public and private sector domains in recent
years. The major telecom players in the state today include BSNL, Reliance Infocom,
Bharti Airtel, Aircel, Vodafone and Tata Indicom. Despite the rapid proliferation of telecom
communication networks in the State, the benefits of Information Technology have yet to
reach a large number of people, especially in rural areas. The telecom density in Jammu &
Kashmir is good and has come to the level of an average. However, the PC penetration rate
in the state is also extremely low. While there has been no systematic survey carried out for
estimating PC penetration, a fair assumption would be that the State has penetration rates
which are about the same as the national average(approx. 26%). The television cable
network in the State has however seen rapid progress.
-
2
The phenomenon of a digital divide poses several problems for developing countries all
over the world. Unless concerted steps are taken to bridge this divide the developing
countries are in danger of being left behind in the emerging digital economy. In order to
address the problem of the digital divide it is necessary to take action on three fronts.
Firstly, telecommunications infrastructure has to be put in place in order to provide
affordable bandwidth for large sections of the community. Secondly, low cost information
access appliances which are easy to learn and use by rural population have to be made
available in large numbers, to increase IT penetration rates. Thirdly, content relevant to the
lives of people needs to be developed and made available over networks. Any strategy for
bridging the digital divide will necessarily have to contend with these three essential
elements.
I-1.2 Vision
The vision of Government of Jammu & Kashmir is for the all round development of the
State of Jammu & Kashmir. The Govt. of J&K has decided to establish the State-wide
Information Technology Network referred as JKSWAN that would provide the basic
Information Technology backbone for carrying voice, data and video traffic for all
departments in the state which is necessary for effectively allowing government services to
be delivered from the states data centre to customer premises locations (which are the State Head Quarters, District Headquarters, Block Headquarters, and various ministry and state
offices within pre-defined distances of their respective headquarters.). The Government of
-
3
Jammu & Kashmir recognizes the strategic importance of IT in improving the economy of
the state as a whole.
The Govt. of J&K has developed an IT policy that defines these key objectives:
Access to information for all its citizens; Electronic Governance & Re-engineering of Government Processes by effective
deployment of Information Technology.
Transparent, efficient, and quick decision making in government administration; Increased IT literacy and creation of trained manpower; Attracting investment in IT related industries with attractive policies; and Establishment of a good information and communication infrastructure.
I-1.3 Objective
The Government of Jammu & Kashmir through Jammu & Kashmir e-Governance
Agency (JaKeGA) under Information Technology Department, Govt. of J&K, is
embarking on the state-wide automation of its operations and implementing e-
Governance initiatives. Various departments of the government are in the process
of developing and implementing software applications which will be hosted by the
state data center.
Also as an imperative of the e-government master plan, the government of Jammu
& Kashmir intends to provide services on the Internet to its citizens in a secure and
controlled manner. These services must be consistently available and have the
capacity to grow, as requirements increase.
The Network will provide secure links with sufficient speed and bandwidth to
allow the exchange of information among the state departments and provide online
services to the Public, regardless of location.
The State Wide Area Network (JKSWAN) will support the framework/architecture
necessary for secure and confidential electronic transactions. The network will
support intelligent applications that monitor access to the infrastructure and if
necessary, encrypt data to ensure the safe and secure transmission of information.
The State Wide Area Network will implement platforms that promote open systems
and interoperability.
The key objectives of a State Wide Area Network are:
To establish a state communications infrastructure to provide Government departments in the State Of Jammu & Kashmir ability to access the applications
hosted by the state data centre.
To provide robust communication infrastructure so that every citizen in the state has access to government services and information when and where they
need.
-
4
To move toward converged communications services (voice, data and video) by achieving a single centralized communication infrastructure for the state.
Avoiding unnecessary movement of vehicles, employees and documents. Reduction in postal, courier and public telephone expenditure. Prompt disaster management. Maintenance of law and order, quick tracking and capture of criminal and undesirable elements.
I-1.4 The Project aims -
The project aims to provide government administrative functionality over a robust
communication backbone, including services to citizens under the Municipal
Corporations and Collectorates. Some key objectives are:
Avoiding unnecessary movement of vehicles, employees and documents. Reduction in postal, courier and public telephone expenditure. Prompt disaster management. Maintenance of law and order, quick tracking and capture of criminal and undesirable elements.
JKSWAN a core infrastructure project under National E-Governance Action Plan is a joint venture project of Department of Electronics and Information Technology
(DeitY), GoI and Information Technology Department (ITD), GoJK.
Under JKSWAN minimum 2Mbps connectivity is to be provided up to the Block
level in the state of Jammu & Kashmir.
In this regard, Government of Jammu & Kashmir acting through the JaKeGA under
ITD, invites detailed Bid Proposals from interested parties (Bidders) in order to
select a qualified party for implementing the project as above, in accordance with
the terms and conditions of this document (hereinafter referred to as Tender Document). The party whose Bid Proposal is accepted by JAKEGA at the end of the bidding
process (the Successful Bidder) may be awarded a Concession on Build Own Operate Transfer (BOOT) basis by JAKEGA to take up the Project. A draft of the
Concession Agreement is provided in Part III of tender document. The
Concessionaire (the Successful Bidder, in case the Concession is awarded to it) shall be responsible for implementing the Project at its cost, expense and risk in
accordance with the terms and subject to the conditions laid down in the
Concession Agreement to be signed between the Successful Bidder and JAKEGA.
Available data pertaining to addresses and location details of point of presence at
State Head Quarter (SHQ), District Head Quarter (DHQ) and Block Head Quarter
(BHQ) (referred as vertical offices) in the state of Jammu & Kashmir are given at Appendix XIV.
I-2.Brief Description of the Bidding process
Government of Jammu & Kashmir acting through its nodal agency JaKeGA
under IT Department invites detailed proposals (Pre Qualification Bid Proposal,
Technical Bid Proposal and Financial Bid Proposal, together referred to as Bid Proposal) for undertaking the Project.
-
5
Based on the submissions made in the Bid Proposal and any other
submissions requested by JaKeGA and in line with the terms and conditions of
this Tender Document, JaKeGA may select one of the Bidders as the Successful
Bidder. The Successful Bidder would have to enter into a Concession Agreement
(provided in Part III of this Tender Document) and all other documents attendant
or ancillary thereto and carry out its responsibilities as stipulated therein.
The terms used in Tender Document and not defined herein shall have the
meaning ascribed thereto in the Concession Agreement.
I-3.Qualified Bidder
Parties intending to submit their Bid Proposals must fulfill the
conditions (Qualified Bidder) specified at Clause II.1.2.
The Bidder can be a single entity or a group of unique entities (hereinafter
referred to as Consortium), coming together to implement the Project. The term
Bidder used hereinafter would therefore apply to both the single entity as well as
Consortium, provided however that any such consortium shall not consist of more
than two entities.
I-4.Bid Proposal Preparation
The Bidder shall be responsible for all costs associated with the preparation of its
Proposal and its participation in the Tender Document process. JaKeGA
will neither be responsible nor liable in any way for such costs, regardless of
the conduct or outcome of the Tender process.
I-5.Contents of Tender Document
The Tender Document consists of following volumes and would include any
addenda issued in accordance with clause I-9 of Tender Document.
Part I Instructions To Bidders
Part II Minimum Technical Requirements
Part III Draft Concession Agreement
I-6.Availability of Tender Document and Intimation to JaKeGA
Prospective bidders intending to participate in this bidding process may download
the Tender Document from the following websites during the period
indicated in the Schedule of Bidding Process.
www.jkit.nic.in
Immediately thereafter, the prospective bidders should provide intimation to
-
6
JaKeGA (Intimation to Tender) in the format provided at Appendix I so as to reach the address given at Para iv of Clause I-10.9 latest by the Last date
of submission as given in the Schedule for Bidding Process. JaKeGA or its agents
and advisors shall not be responsible for incapability of the intending
bidders to download the Tender Document from the websites mentioned above
nor for non receipt of the Intimation to Tender
I-7.Correspondence from JaKeGA
Notwithstanding anything contained in this Tender Document, all correspondence
from JaKeGA shall be sent only to those bidders whose Intimation to Tender
has been received by JaKeGA in accordance Clause I-6 of Part I of this Tender
with Document.
I-8.Clarifications
A prospective Bidder requiring any clarification on the Tender Document may
notify JaKeGA in writing through post or facsimile. Bidders should send in
their queries latest by the Last Date for Receiving Queries as given in the
Schedule of Bidding Process.
Copies of JaKeGAs response will be forwarded in accordance with Clause I-7 of
Part I of this Tender Document to bidders including a description of the enquiry
but without identifying its source.
I-9.Amendment to Tender Document
i. Uptil the deadline for submission of Bid Proposal, JaKeGA may modify
the Tender Document by issuing one or more addendums as required
ii. Any addendum thus issued shall be part of the Tender Document
and shall be communicated in writing to all bidders in accordance with
Clause I.7 of Part I of this Tender Document. Bidders shall acknowledge
receipt of each addendum in writing to JaKeGA. JaKeGA will assume
no responsibility for postal delays.
iii. To give prospective Bidders reasonable time in which to take addendum
into account in preparing their Bid Proposals, JaKeGA may, at its
sole discretion, extend the Bid Proposal Due Date.
-
7
I-10. Preparation and Submission of Bid Proposal
I-10. 1. Language of the Bid Proposal
The Proposal and related documents and correspondence shall be in the
English language. Supporting documents and printed literature furnished
by Bidder along with the Proposal may be in any other language provided
that they are accompanied by translations in the English language.
Supporting materials, which are not translated into English, may not be
considered. For the purpose of interpretation and evaluation of the
Bid Proposal, the English language translation shall prevail.
I-10. 2. Cost of Tender Document
The cost of the draft Bid Document is Rs. 25,000/-(Rupees Twenty
five thousand only) which is non-refundable and non-adjustable and the
same is to be deposited at the time of submission of bid document in
shape of demand draft on any Scheduled Bank payable at
Jammu/Srinagar and shall be drawn in favour of CEO JaKeGA, Srinagar,
Jammu & Kashmir.
I-10. 3. Currency of Bid Proposal and Payment
The currency for the purpose of this Tender Document shall be the Indian
National Rupees (INR). All payments shall be made in INR.
I-10. 4. Earnest Money Deposit (EMD)
i. Bid Proposals would need to be accompanied by an Earnest Money
Deposit referred hereinafter as EMD for an amount of Rs 50,00,000/-
(Rupees Fifty Lakhs only). The EMD shall be kept valid with
JaKeGA throughout the Proposal Validity Period including any
extensions in the Proposal V a l i d i t y P e r i o d a s g i v e n i n
Clauses I-10.5 and I - 1 0 . 6 respectively and further if so required by
JaKeGA. Any extension of the validity of the EMD as requested by
JaKeGA shall be provided to JaKeGA a minimum of seven calendar
days prior to the expiry of the validity of the EMD being extended.
JaKeGA reserves the right to reject the proposal submitted by any
Bidder who fails to extend the validity of the EMD in line with the
provisions of this clause.
ii. The EMD shall be in the form of an irrevocable Bank guarantee issued
by a scheduled commercial bank, nationalized Bank or State Bank of
India in favour of JaKeGA, as per the format set out in Appendix II.
iii. For the purpose of this clause, Bank means a scheduled commercial bank, nationalised Bank or State Bank of India, incorporated in India
and having a branch at Srinagar
iv. The EMD of the Bidders whose Pre-Qualification Bid Proposal or
Technical Bid Proposal gets rejected will be returned within a period
-
8
of Thirty (30) days from the date of intimation of such rejection. The
EMD of the Bidders whose Pre-Qualification Bid Proposal and
Technical Bid Proposal are accepted but whose Financial Bid Proposal
is rejected, shall, subject to the provisions of this clause, be returned
within a period of Sixty (60) days after the Appointed Date as defined
in the Concession Agreement. The EMD submitted by the Successful
Bidder shall be released in accordance with Clause 4.1.1 of the Draft
of Concession Agreement as provided in Part III of this Tender
Document.
v. The EMD shall be forfeited in the following cases:
- If the Bidder withdraws its Proposal except as provided in
Clause I-10.6;
- If the Bidder withdraws its Proposal during the interval between the
Proposal Due Date and expiration of the Proposal Validity Period;
and
- If the Successful Bidder fails to provide the Performance
Gaurantee/Security within the stipulated time or any extension
thereof provided by JaKeGA at its sole discretion.
I-10. 5. Bid Proposal Validity period
Proposal shall remain valid for a period not less than 180 days from the
Proposal Due Date, which can be extended, if required. JaKeGA reserves
the right to reject any Proposal which does not meet this requirement.
I-10. 6. Extension of Proposal Validity period
In exceptional circumstances, prior to expiry of the original Proposal
Validity Period, JaKeGA may request the Bidders to extend the
period of validity for a specified additional period. Such request from
JaKeGA will be in writing and will clearly indicate the last date by
which the Bidders shall convey, in writing their acceptance or otherwise to
the above mentioned request of JaKeGA. Bidders who do not convey their
acceptance in writing by the last date stipulated by JaKeGA in this
regard shall be deemed to have refused JaKeGAs request and the Proposal submitted by such Bidders will be rejected by JaKeGA. A
Bidder may refuse the request without forfeiting its EMD, by conveying
its refusal in writing to JaKeGA within the last date stipulated by JaKeGA
in this regard. A Bidder agreeing to the request will not be allowed to
modify its Proposal but would be required to comply with Clause I-10.4
of Part I of this Tender Document in all respects. For the avoidance of
doubt, those Bidders who refuse and/or are deemed to have refused
JaKeGAs request for extension of validity of the Proposal in accordance with this clause, shall not be considered for selection of
Successful Bidder.
I-10. 7. Project Inspection and Visits
-
9
Prior to attending Pre-Bid Meeting and submission of Proposal, the
prospective Bidders are advised to, at their own cost and risk, visit and
inspect the vertical POP locations in government Offices and other offices
referred to as Horizontal offices of JaKeGA relating to the Project and
their surroundings and the neighboring areas and obtain all information
that may be necessary for preparing the Proposal. For the avoidance of
doubt, costs of visiting the sites shall be borne by the Bidder. JaKeGA
shall not be liable for such costs, regardless of conduct or the outcome of
the Bidding process.
However, JaKeGA may through its representatives allow the bidders or
their authorized representatives to visit and inspect these offices.
I-10. 8. Bidders Responsibilities
(a) The Bidder is expected to examine carefully the contents of all the
documents provided. Failure to comply with the requirements of Tender
Document will be at the Bidders own risk.
(b) It would be deemed that prior to the submission of the Proposal, the
Bidder has:
i. made a complete and careful examination of requirements and
other information set forth in this Tender Document;
ii. received all such relevant information as it has requested from
JaKeGA; and
iii. made a complete and careful examination of the various aspects of
the Project including but not limited to:
The vertical offices or POPs and other horizontal offices of JaKeGA relating to the Project
Existing facilities and structures
The conditions of the access roads and utilities in the vicinity of the JaKeGA offices in the state of Jammu & Kashmir
Conditions affecting transportation, access, disposal, handling and storage of the materials.
numbers of horizontal offices to be connected to the JKSWAN
All other matters that might affect the Bidders performance under the terms of this Tender Document and the Concession
Agreement.
(c) JaKeGA shall not be liable for any mistake or error or neglect by the
Bidder in respect of the above.
(d) Each Bidder shall submit only one (1) Proposal in response to this
Tender Document. Submission of more than one proposal by any
Bidder shall be sufficient grounds for disqualification of the Bidder
and rejection of the Proposals submitted by it.
-
10
I-10. 9. Pre-Bid Meeting
To clarify and discuss issues with respect to the Project and the Tender Document, JaKeGA shall hold Pre-Bid Proposal Meeting on the
date specified in the Schedule of Bidding Process. The details of
the meeting will be communicated separately to the Bidders in
accordance with Clause I-7 of Part I of this Tender Document.
Prior to the Pre-Bid Meeting, the Bidders may submit in writing a list of queries and propose deviations, if any, to the Project
requirements and/or the Concession Agreement. Bidders must
formulate their queries / proposed deviations and forward the same to
JaKeGA before Last Date for Receiving Queries as specified in the
Schedule of Bidding Process. JaKeGA may amend the Tender
Document based on inputs provided by Bidders that may be
considered acceptable in its sole discretion.
Attendance of Bidders at the Pre-Bid Meeting is not mandatory. However, subsequent to the meeting, JaKeGA reserves the right,
not respond to any in writing queries from Bidders.
All correspondence/ enquiry in this regard should be submitted to the following in writing by email / fax / post / courier:
CEO
JaKeGA,
Civil Secretariat, Srinagar
Jammu & Kashmir 190001,
Phone/ Fax: 0194-2450523, 2452269
E-mail: [email protected]
No interpretation, revision, or other communication from JaKeGA regarding this tender is valid unless made in writing and
duly signed by CEO JaKeGA, Jammu & Kashmir, Srinagar and is
published or forwarded to the bidders.
I-10. 10. Bidders to follow Tender Document and Concession Agreement
Bidders may note that JaKeGA will not be bound to entertain any
deviations to the Tender Document at the time of submission of the
Proposal or thereafter. The Bid Proposal to be submitted by the Bidders
will be unconditional and unqualified and the Bidders would be
deemed to have accepted the terms and conditions of the Tender
Document with all its contents including the Concession Agreement.
Any conditional Proposal shall be regarded as non-responsive and
would be liable for rejection.
-
11
I-10. 11. Format and Signing of Bid Proposal
i. The Bidder would provide all information as per this Tender Document.
JaKeGA reserves the right to evaluate only those Proposals that are
received in the required format, complete in all respects and in line
with the instructions contained in this Tender Document.
ii. The Proposal should be submitted in three parts (each a Part and
together Parts) as described below:
Part 1: Pre -Qualification Bid Proposal which will consist of the details specified at II.1 of this Tender Document.
Part 2: Technical Bid Proposal which will consist of the
details specified at II.2 of this Tender Document.
Part 3: Financial B i d Proposal which will consist of the details specified at II.3 of this Tender Document.
iii. The Bidder shall prepare one (1) original of the document comprising
the Proposal and clearly marked as ORIGINAL on each page of the document. In addition, the Bidder shall make one (1) copy of the
Proposal clearly marked as COPY on each page. In the event of any discrepancy between the original and the copy, the original shall prevail.
iv. The pages and volumes of the Proposal shall be clearly numbered and
the contents of the Proposal shall be duly indexed.
v. The original and the copy of the Proposal shall be typed or printed. The
Proposal shall be signed and each page of the Proposal shall be initialed
by a person or persons duly authorized to sign on behalf of the Bidder
holding the Power of Attorney as per the format provided in Appendix V
and Appendix VI-A&B of Part I of this Tender Document.
vi. The Proposal shall contain no alterations or additions, except those to
comply with instructions issued by JaKeGA, or as necessary to correct
errors made by the Bidder, in which case such corrections shall be
initialed by the person or persons signing the Proposal.
vii. As proof of the agreement to all the condition of this tender document,
bidder shall also submit a copy of tender document duly signed on each
page by the authorized representative of bidder.
I-10. 12. Sealing and Marking of Bid Proposal
i. The Bidder shall seal each Part (Pre-Qualification Bid Proposal,
Technical Bid Proposal and Financial Bid Proposal) of the Proposal
in separate envelopes duly marking each envelope as
i.PRE-QUALIFICATION BID PROPOSAL,
ii.TECHNICAL BID PROPOSAL and
-
12
iii FINANCIAL BID PROPOSAL
as appropriate. Each envelope shall also be marked as ORIGINAL or COPY as appropriate.
ii. The Bidder shall put the envelopes enclosing the original of the
Proposal (Pre-Qualification Bid Proposal, Technical Bid Proposal
and Financial Bid Proposal) in an inner envelope and seal the
inner envelope. The envelopes enclosing copy of the Proposal (Pre-
Qualification Bid Proposal, Technical Bid Proposal and Financial
Bid Proposal) shall be put inside another inner envelope and sealed.
These inner envelopes shall be duly marked as ORIGINAL or COPY as appropriate. These two inner envelopes shall then be put inside an outer envelope.
iii. The envelopes shall clearly bear the following identification:
'Bid Proposal for the JKSWAN project in
The State of Jammu & Kashmir
(Ref. no.: _____________- Tender Document dated 30/08/2012)
iv. Each of the envelopes shall indicate the complete name, address,
telephone number (with city code) and facsimile number of the Bidder.
v. Each envelope shall be addressed as provided in Sub-clause (iv) of
Clause I.10.9 of Part I of the Tender Document.
vi. JaKeGA reserves the right to reject any Proposal which is not sealed
and marked as instructed above and JaKeGA will assume no
responsibility for the misplacement or premature opening of the
Proposal
I-11. Requirements for Bid Proposals submitted by Consortium
I-11. 1. Bid Proposals submitted by a Consortium:
Proposals submitted by a Consortium must fulfill the following conditions:
(a) The Consortium must be a Qualified Bidder in terms of provisions
contained in Clause II.1.3 of Tender Document;
(b) The Proposal shall contain the required information for each of the
members of the Consortium;
(c) One of the members of the Consortium shall be nominated and
authorized, by the other member of the Consortium, as being in charge
(Lead Member) and this authorization shall be supported by a Power
of Attorney, in the format specified in Appendix VI-B, in favour of the
Lead Member duly signed by the authorized signatories of the other
Consortium Member;
(d) Members of the Consortium shall submit the deed to form a
consortium for the purpose of submitting the Proposal which shall,
-
13
inter alia, convey the intent to enter into the Concession Agreement
and subsequently carry out all the responsibilities of the Successful
Bidder and undertake the Project as stipulated in the Concession
Agreement, in case the Concession is awarded to the Consortium. This
shall also clearly give in detail, the proposed roles and responsibilities
of each member at each stage and the proposed number of members of
the Consortium, which must be in compliance with clause I.11.2 of
this Tender Document. A copy of the Deed of Consortium in form
Appendix VI-A with original copy of the deed constituting the
consortium referred therein to be attached, need to be submitted with
the Proposal;
(e) Members of the Consortium shall be liable jointly and severally for the
execution of the Project in accordance with the terms of the
Concession Agreement and a statement to this effect shall be included
in the MoU mentioned under (c) above, as well as in the Proposal and
in the Concession Agreement; and
(f) After a bidder has been pre-qualified, the membership structure of his
consortium should not change.
(g) All witnesses and sureties shall be persons of status and probity and
their full names and addresses shall be stated below their signatures.
All signatures in the Proposal and other accompanying documents
shall be dated.
I-11. 2. Maximum number of members in consortium and their role
(a) The number of bidders in a consortium may at most be three and it has
to be an exclusive consortium. The Deed of Consortium in the form
prescribed in the Tender Document indicating which role would be
provided by which bidder must be submitted with the pre-qualification
bid.the members of the Consortium would be exclusive until expiry of
5 (five) years from the date of execution of Concession Agreement
(b) JaKeGA reserves the right to reject any bid in which it satisfy itself
that the one of the technically and financially more sound partner /
party to the Consortium may become dormant during the execution
of the project, for guaranteeing and ensuring active participation of
all the resources till the completion of the project and compliances of
all the contract without causing unforeseen adverse situation to take
place detrimental to the project. Further it is the responsibility
of the individual member of Consortium to satisfy JaKeGA on the
importance of their role in the project until expiry of 5 (five) years from
the date of execution of Concession Agreement.
I-12. Bid Proposal Due Date
Proposal should be submitted before 1700 hours Indian Standard Time (IST), on
the Proposal Due Date, as stated in the Schedule of Bidding Process, at the
-
14
address provided in para (iv) of Clause I.10.9 of Part I of the Tender Document, in
the manner and form as detailed in the Tender Document. Proposals submitted by
either facsimile transmission or telex will not be accepted.
JaKeGA may, in exceptional circumstances and at its sole discretion, extend the
Proposal Due Date by issuing an Addendum in accordance with Clause I.9.
I-13. Late Proposals
Any Proposal received after the time stipulated in Clause I.12 will not be
accepted by JaKeGA.
I-14. Modifications / Substitution / Withdrawal of Proposals
I-14. 1. A Bidder may modify, substitute, or withdraw its Proposal after
submission, provided that written notice of the modification,
substitution, or withdrawal is received by JaKeGA by the Proposal Due
Date. No Proposal shall be modified, substituted, or withdrawn by the
Bidder after the Proposal Due Date.
I-14. 2. The modification, substitution, or withdrawal notice shall be prepared in
duplicate and each page of the notice shall be marked as ORIGINAL or COPY as appropriate. Each copy of the notice shall be sealed, marked, and delivered in accordance with Clause I.10.12, with the envelope being
additionally marked MODIFICATION, "SUBSTITUTION or WITHDRAWAL as appropriate.
I-14. 3. Withdrawal of a Proposal during the Proposal Validity Period would result
in forfeiture of the EMD.
I-15. Bid Proposal Opening
I-15.1. Proposals for which an acceptable notice of withdrawal has been
submitted pursuant to Clause I.14 shall not be opened. However, the
names of such Parties will be announced in the meeting held for opening
of Proposal.
I-15.2. JaKeGA will first open the envelope containing Pre-Qualification
Proposal in the presence of Bidders or their designated representatives
who are present. The time and venue of the same shall be intimated by
JaKeGA. The Bidders representatives who are present shall sign a
register evidencing their attendance.
I-15.3. JaKeGA after opening first envelope will confirm whether the Bidders
have furnished the EMD in the form as prescribed in this Tender
Document. The Technical and Financial Bid Proposals of the Bidders, who
have not furnished EMD in the form as prescribed in this document, shall
not be opened and such Bid Proposals shall be rejected. The Technical
Bid Proposal and Financial Bid Proposal of such Bidders shall be
-
15
returned to them in an unopened condition by Registered AD Post.
However, the names of such Parties will be announced in the
meeting held for opening of Pre Qualification Bid Proposals.
I-15.4. The Technical Bid Proposals of only Qualified Bidders shall be opened on
the date of opening of Technical Bid Proposal as per the Schedule of
Bidding Process. Such Bidders shall be informed accordingly by
JaKeGA, giving them reasonable time to depute their authorized
representatives for attending the meeting to be held for opening of
Technical Bid Proposal.
I-15.5. The Financial Bid Proposals of only those Qualified Bidders, whose
Technical Bid Proposals are accepted by JaKeGA shall be opened on the
date of opening of Financial Bid Proposal as per the Schedule of Bidding
Process. Such Bidders shall be informed by JaKeGA, giving them
reasonable time to depute their authorized representatives for attending the
meeting to be held for opening of Financial Bid Proposals.
I-15.6. The Bidders names, the Financial Bid Proposal and such other details as JaKeGA may consider appropriate, will be announced at the opening
of Financial Bid Proposals.
I-15.7. JaKeGA shall prepare a record of the meeting held for each
Proposal opening, including the information disclosed to those present.
I-15.8. Proposals not opened and read out at the Proposal meeting shall not be
considered further for evaluation, irrespective of the circumstances.
I-16. Responsiveness Criteria
I-16. 1. Prior to evaluation of Bid Proposals, JaKeGA will determine whether
each Proposal is substantially responsive to the requirements of the
Tender Document. A Bid Proposal shall be considered responsive if the
Proposal:
(i ) Is received by the Proposal Due Date including any extension
thereof pursuant to Clause I.12.
(ii ) Is signed, sealed and marked in the manner specified in this
document.
(iii ) Is accompanied by the EMD in the form and manner and of the
amount as specified in this Tender Document.
(iv ) contains all the information as requested in the Tender Document.
(v ) contains information in formats same as those specified in this
Tender Document.
(vi ) mentions the Proposal Validity Period as set out in this Tender
Document.
(vii ) Provides the information in Reasonable Detail ("Reasonable
Detail" means that, but for minor deviations, the information can
be reviewed and evaluated by JaKeGA without communication
-
16
with the Bidder). JaKeGA reserves the right to determine
whether the information has been provided in Reasonable Detail.
(viii ) there are no significant inconsistencies between the Proposal and
the supporting documents.
(ix ) no material changes are proposed by the Bidder to the Draft
Concession Agreement
I-16. 2. Proposal submitted by the Bidders shall be unconditional and
unqualified and the Bidders would be deemed to have accepted the terms
and conditions of the Tender Document including all amendments thereto
made in accordance with Clause I.9 of this Tender Document, with all its
contents including the Draft Concession Agreement. Any conditional
Proposal shall be regarded as non-responsive and would be summarily
rejected.
I-16. 3. A Proposal that is substantially responsive (Substantially Responsive
Proposal) is one that conforms to the preceding requirements without
material deviation or reservation. A material deviation or reservation is
one:
which affects in any substantial way the scope, quality, or performance of the Project, or
which limits in any substantial way, inconsistent with the Tender Document, rights of JaKeGA or the obligations of the Bidder
under the Concession Agreement, or
which, when rectified, or otherwise, would affect unfairly the competitive position of other Bidders presenting Substantially
Responsive Proposals.
I-16. 4. JaKeGA reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by JaKeGA in respect of such Proposals.
I-17. Confidentiality
Information relating to examination, clarification, evaluation, and
recommendation for the Bidders shall not be disclosed to any person not
officially concerned with the process. JaKeGA will treat all information
submitted as part of Proposal in confidence and would require all those
who have access to such material to treat the same in confidence.
JaKeGA will not divulge any such information unless it is ordered to do
so by any authority that has the power under law to require its disclosure.
I-18. Clarifications
To assist in the process of evaluation of Proposals, JaKeGA may, at its
sole discretion, seek clarification in writing from any bidder regarding
-
17
any minor deviation which may not attract the provisions of the clause I-
16.3 and may not impact the estimated cost of the project by more than
0.1% approximately. Under this provision of clarification the bidder
may be allowed, at the sole discretion of the JaKeGA, to alter or amend
its bid / its proposal / any component of the same, without any
implication/impact on financials already quoted in its financial bid. The
request for clarification and the response shall be in writing or by
facsimile but no substantive change in the Proposal would be permitted.
JaKeGA, may, at its sole discretion, disregard any clarification provided
by the Bidder, pursuant to this clause. Failure by any bidder to
provide such additional information as requested by JaKeGA in the
stipulated format and by such time frame as indicated by JaKeGA shall
render such bidder liable for rejection at the sole discretion of JaKeGA.
I-19. Bid Proposal Evaluation
To assist in the conduct, examination, evaluation and comparison of
Proposals, JaKeGA may utilize the services of Technical/ Financial/
Legal consultant(s) and/or advisor(s). The process of evaluation of the
Proposal will be carried out in following stages as indicated in Clauses I-
19.1, I-19.2 , I-19.3 and I-19.4.
I-19. 1. Stage I - Evaluation of Pre-Qualification Bid Proposal
i. In stage I, the Pre-Qualification Bid Proposal submitted by each
Bidder, who has submitted the EMD as specified in this Tender
Document, will be opened and evaluated to determine:
Whether the Pre-Qualification Bid Proposal submitted by the Bidder is Substantially Responsive as per Clause I-16. Bidders,
whose Pre- Qualification Bid Proposal is not found to be
Substantially Responsive shall be rejected.
if the Bidder is a Qualified Bidder in terms of Clause II.1 of this Tender Document, on the basis of information provided by the
Bidders as specified in Clause II.1.1.
Proposal submitted by such Bidders who are not found to be
Qualified Bidders or whose Pre-Qualification Bid Proposals are
not found to be Substantially Responsive will be rejected.
Such Bidders shall be intimated, in writing by JaKeGA about the
rejection of their Pre-Qualification Proposal and the Technical Bid
Proposal and the Financial Bid Proposals submitted by them will
be returned to them, unopened. The EMD submitted by such
Bidders will be returned to them as per Sub-clause (iv) of Clause
I.10.4.
ii. Bidders whose Bid Proposals are not qualified pursuant to this
Clause I.19.1 of this tender document shall be so intimated in
writing by JaKeGA.
-
18
I-19. 2. Stage-II (A) - Evaluation of Technical & Financial Bid Proposals.
i. In Stage-II, the Technical & Financial Bid Proposals submitted by the
Bidders who are found to be Qualified Bidders pursuant to Clause
I.19.1 will be evaluated.
ii. Prior to evaluating the contents of the Technical Bid
Proposal, JaKeGA would determine:
- If the Technical Bid Proposal is Substantially Responsive.
- On being found to be Substantially Responsive, such Technical
Bid Proposal, will be evaluated by JaKeGA in accordance with
clauseII.2.
iii. Bid Proposals submitted by those Qualified Bidders whose
Technical Bid Proposals are not accepted by JaKeGA or are not
found to be Substantially Responsive will be rejected. The EMD
submitted by such Bidders will be returned to them as per sub clause (iv) of
clause I.10.4.
I-19. 3. Stage-II(B) - Quality and Cost Based Selection (QCBS)
The individual bidder technical scores will be normalized as per the
formula below
Tn =Tb / Tmax * 100
Where
Tn = normalized technical score for the bidder under consideration
Tb = absolute technical score for the bidder under consideration
Tmax = maximum absolute technical score obtained by any bidder
Minimum technical score to qualify for Financial proposal evaluation is
75. No further discussion / interaction will be held with the bidder whose
proposal has been technically disqualified / rejected.
I-19. 4. Stage-III - Evaluation of Financial Bid Proposal
Financial Bid Proposals of those bidders who qualify the technical evaluation stage will only be opened. All other Financial Bid Proposals will be returned un-opened.
The Financial scores will be calculated as
Where Fn = Fmin / Fb * 100
-
19
Fn = Normalized financial score of the bidder under
consideration Fb = Evaluated cost for the bidder under
consideration Fmin = Minimum evaluated cost for any bidder
I-19. 5. Stage-IV - Evaluation of entire proposal - Final Selection
In Stage-IV, the overall score will be calculated as follows: -
Bn = Wt * Tn + Wc* Fn
Where
Bn = overall score of bidder under consideration
Tn = normalized technical score for the bidder under
consideration Fn = Normalized financial score of the bidder under
consideration
Wt = 0.60
Wc = 0.40
Proposals will be evaluated as above and the Bidder obtaining highest
marks for his offering shall be declared as the Preferred Bidder.
I-20. Notification
JaKeGA will promptly notify the Successful Bidder by sending a Letter of Intent or LOI for the tendered project by facsimile (to be issued in duplicate), confirmed by registered letter that bidders Proposal has been accepted. JaKeGA shall endeavour to issue the LOI to the
Successful Bidder by the date mentioned against Issue of Letter of
Intent in the Schedule of Bidding Process.
I-21. JaKeGAs Right to Accept or Reject Bid Proposal
I-21. 1. JaKeGA reserves the right to summarily accept or reject any or all
of the Proposals without assigning any reason and to take any measure
as it may deem fit, including annulment of the bidding process, at
any time prior to execution of the Concession Agreement, without
liability or any obligation for such acceptance, rejection or annulment.
I-21. 2. JaKeGA reserves the right to invite revised Technical and/ or revised
Financial Proposals from Bidders with or without amendment of
the Tender Document at any stage without liability or any obligation
for such invitation and without assigning any reason.
I-21. 3. JaKeGA reserves the right to ask any or all of the bidders to furnish
-
20
further information required by it during the bidding process. Any
such requests for further or additional information may or may not be
accompanied by any extension or change in the bidding schedule.
I-21. 4. JaKeGA reserves the right to reject any Proposal if:
At any time, a material misrepresentation is made by bidder or uncovered by JaKeGA or
The Bidder does not respond promptly and thoroughly to requests for supplemental information required for the
evaluation of the Proposal.
This would lead to disqualification of the Bidder. If such
disqualification/ rejection occurs after the Financial Bid Proposals
have been opened and the Successful Bidder gets disqualified/
rejected, JaKeGA reserves the right to, either invite the next lowest
Bidder to match the Financial Bid Proposal submitted by the
Successful Bidder; or take any such measure as may be deemed fit
at the sole discretion of JaKeGA, including annulment of the
bidding process.
I-22. Acceptance of Letter of Intent (LOI)
I-22. 1. The Successful Bidder shall accept the LOI and return the duplicate copy
of the LOI to JaKeGA, duly signed by the Authorized Signatory of the
Successful Bidder as a token of acceptance thereof, within the time frame
stipulated in the Schedule of Bidding Process.
I-22. 2. The Concession Agreement shall be executed within the time frame
specified in the Schedule of Bidding Process.
I-22. 3. Upon fulfilment of the conditions specified in Clauses I-22.1 and I-22.2,
JaKeGA will promptly notify the other Bidders that their Proposals have
been unsuccessful and their EMD will be returned within the time frame
indicated in para (iv) of Clause I-10.4.
I-22. 4. In the event the Successful Bidder does not comply with any one or more
of the conditions stipulated under Clauses I.2.2.1 and I.2.2.2 JaKeGA shall
annul the award of Concession to the Successful Bidder and forfeit the
EMD submitted by such Bidder. In such an event, JaKeGA reserves
the right to, either identify the next Successful Bidder and so on following
the procedure specified in Clause II-3.3 and pursuant to successful
negotiations declare such Bidder as the Successful Bidder; or take any
such measure as may be deemed fit at the sole discretion of JaKeGA,
including annulment of the bidding process.
-
21
I-23. Schedule of Bidding Process
Unless revised or amended by JaKeGA the schedule of bidding
process
(Schedule of Bidding Process) shall be as under:
Event
Dates
Release/ Sale of Tender Document
30/08/2012
Last Date to Send in request for clarification on RFP 14/09/2012
Date for Pre-Bid Conference 28/09/2012
Last date for submission of Bid Proposal 18/10/2012
The schedule mentioned above is tentative and may undergo changes at the
sole discretion of JaKeGA .
-
22
Part II
Contents of Bid Proposal and Criteria for
Evaluation
-
23
II Contents of Bid Proposals and Criteria for Evaluation
II-1. Pre-Qualification Bid Proposals
II-1.1. Contents
Each bidder shall submit the Pre-Qualification Bid Proposal with the
following contents:
i. Covering Letter for Pre-Qualification Bid Proposals as per Appendix
III;
ii. EMD in form and amount specified in Appendix II as per clause I-
10.4;
iii. Details of Bidder as per the format given in Appendix IV;
iv. Power of Attorney in favour of the duly authorized signatory of the
Bidder (or of the Lead Member of the Consortium, as the case may
be), in the format given in Appendix V;
v. Copy of deed entered into amongst the members of the Consortium (if
applicable) in the format given in Appendix VI-A;
vi. A Power of Attorney in favour of the Lead Member of the
Consortium, executed by all members of the Consortium as per the
format given in Appendix VI-B. (if applicable);
vii. Details of experience of Bidder as per the format given in Appendix
VII;
viii. Financial Capability of Bidder as per the format given in Appendix
VIII.
II-1.2. Criteria for Evaluation
Bidders submitting their Proposals must fulfill the conditions specified
below in order to be a qualified bidder (Qualified Bidder):
(i). Bidder:
a. is not a loss making entity.
b. is a Information Technology & Communication company.
c. have annual turnover from system integration and/or facility
management services of min. Rs 50 Crores for the
preceding last three financial year i.e for year 2009-10, 2010-11
and 2011-12. For the year 2011-12, the CA certified Balance
Sheet will be acceptable.
d. have been contracted for at least any one of the following:
1 project of minimum 100 WAN nodes and worth of Rupees 15 crores.
2 projects of minimum 70 WAN nodes and worth of Rupees 10 crores
-
24
3 projects of minimum 50 WAN nodes and worth of Rupees 5 crores
e. References (contact details, customer completion certificate,
customer satisfaction certificate etc) for these projects shall be
provided. Projects executed for bidders own, bidders group of companies or bidders Joint Venture (JV) companies shall not be considered.
f. The bidder must have completed at least one single network
involving converged services (Video, Voice, Data) with minimum
of 80 nodes.
g. The bidder (lead member of the consortium) must have had at least
500 employees on roll over each of the last three years (as on
March 31, 2010, 2011 & 2012) of which at least 100 must be
technical staff / employees on its roll.
h. The bidder shall have Quality certification from an accredited and
internationally reputed / renowned firm (viz. ISO 9001:2000 etc.)
or any other equivalent or better certifications. i. Bidder should have its own fiber optics till SHQ level.
(ii) The Bidder has obtained solvency certificate from any Scheduled Commercial Bank, or any nationalized bank or State bank of India and submitted indicating the bidder is worth Rs.100 Crores
and enough financial resources to execute this project. However,
Central PSUs are exempted from solvency certificate requirement, but should have performance bank guarantee 10% of
project cost.
(iii) The Bidder or its consortium must have a local partner having a
Registered IT company within the State of J&K.
(iv) The Bidder/Consortium Partner should have the capability to
implement projects in terms of providing of connectivity to a
geographical spread, industry experience, requisite manpower of
required qualification and experience. Bidder should have a
proven record in providing connectivity to various heterogeneous
system integration projects. Bidder should be willing to permit
JaKeGA or its representatives to visit the site of such
implementation and should be in a position to supply end user
acceptance certificates.
(v) The Bidder/Consortium Partner should have been providing
NLD/VPN/MPLS/Lease line connectivity for a period of
minimum 3 years as on 31.03.12.
(vi) The Bidder/Consortium Partner should have appropriate license
such as NLD/ISP etc of the Govt of India making them eligible
for providing bandwidth in the country. Copy of the appropriate
-
25
license is to be attached with the pre-qualification bid.
(vii) The Bidder/Consortium Partner should have its own fully
operational network operation centre (24X7X365) with
minimum 100 seats preferably backed by a redundant
Network operation centre.
(viii) The Bidder/Consortium Partner must have laid minimum 300
km of fiber in the state of J&K.
(ix) The Bidder/Consortium Partner must have deployed wireless
16d compliant or equivalent for a project of minimum 50
nodes anyw here in the country.
(x) The Bidder/Consortium Partner must have deployed
atleast STM 1X 2 technology bandwidth in the network in
the state of J&K.
(xi) The Bidder/Consortium Partner must have executed
commissioning of a MPLS network for central Govt/any
state Govt/PSU/organized sector during the last five years i.e
2007-08, 2008-09, 2009-10, 2010-11 and 2011-12 as per the
following:-
One order of connecting 150 nodes on MPLS network
for central Govt/any state Govt/PSU /organized sector.
(xii) The Bidder/Consortium Partner should have at least 50 nos.
of qualified manpower on its roll with proven experience on
MPLS/Lease line/wireless.
(xiii) The design/solution provided by the Bidder/Consortium
Partner for the project must be in accordance to the
policies/regulations applicable to such networks as laid
by Govt. of India or its agencies.
Documentary evidence in support of all the above mentioned
eligibility criteria should be furnished with pre qualification bid. In
addition, Bidder has to submit all the relevant agreement done with
consortium, ISP and Local Partners, if any.
Pre-Qualification Bid Proposals will be evaluated to ascertain
whether the Bidder fulfils the above mentioned conditions or not.
II-1.3. Criteria for Evaluation In case of Consortium
In case the Bidder is a Consortium, the following conditions must be
fulfilled in order for the Consortium to qualify as a Qualified Bidder: -
-
26
II-1.3.1. the lead member of the Consortium must fulfil the conditions
specified at para (i) of Clause II.1.2, and;
II-1.3.2. The members of the consortium has obtained solvency certificate
from any Scheduled Commercial Bank, or any nationalised bank or State bank of India and submitted, indicating the aggregate
worth of the members of the Consortium is worth Rs.100 Crores
and enough financial resources to execute this project., and.
II-1.3.3. Provided however, that the proposals submitted by Consortiums
must also, inter-alia; fulfil the conditions specified at Clause I.11.
II-1.3.4. There should be only one prime bidder. Roles and responsibilities
of each member of the consortium should be clearly defined. The
Lead Member of the consortium should be a company registered in
India as per the Companies Act. The Lead Bidder should have
valid CST/ Service Tax Registrations.
II-1.4. Criteria for Evaluation In case of Local I.T Partner
II.1.4.1. Not a loss making company
II.1.4.2. Annual turnover of 50 Lakhs for the last three financial years
II.1.4.3. Shall be an IT company registered in J&K State not later than
01/01/2009.
II. 1.4.4. Shall have relevant experience of handling the project for the
past three financial years.
Documentary evidence in support of all the above mentioned
eligibility criteria should be furnished with pre qualification bid.
-
27
II-1.5. Check list of Pre-Qualification Bid Proposals
S.No. Pre- Qualification Criteria Required Details
A Is not a loss making entity - The Bidder should have been making profit for the last three years (not
applicable in case of Public Sector Undertakings)
i.e. 2009-10 to 2011-12 (PSUs / Government of India
Undertakings are exempted from this condition)
Profit and Loss Account Statement
certified by firm of
Chartered Accountants
or Statutory Auditors of
the bidder
B Is a Information Technology & Communication
company
Article of Association
of the bidder company and its Registration Papers
C The Bidder should have annual turnover from system Integration and facility management services of
minimum Rs 50 Crores for the preceding last
three financial years (from similar activities) i.e for
year 2009-10, 2010-11 and 2011-12. For the year
2010-11 the Chartered Accountant certified Balance
Sheet will be acceptable.
Audited Balance Sheet Authenticated by the
Statutory Auditor or
firm of Chartered
Accountant
D Have been contracted for at least any one of the following:
One project of minimum 100 WAN nodes and worth
of Rupees 25 crores.
Two projects of minimum 70 WAN nodes and
worth of Rupees 10 crores.
Three projects of minimum 50 WAN nodes and worth
of Rupees 5 crores
References (contract details, contact details
of customers,
completion certificate,
customer satisfaction
certificate etc) for these
projects to be provided.
E The bidder must have completed at least one single network involving converged services (Video, Voice, Data)
with minimum of 80 nodes.
References (contact details of customers,
contract details,
completion certificate,
customer satisfaction
certificate etc) for the
project to be provided.
F The bidder (lead member of the consortium) must have had at least 100 technical employees on roll over each
of the last three years (as on March 31, 2010, 2011 &
2012).
Letter certifying the same (including
category wise break-
up)
G The Prime Bidder / consortium partner should have ISO 9001:2000 certificates and either of ISO 20000 or 10002
Attach copy of the authenticated certificate
H The Bidder has obtained solvency certificate from any Solvency certificate
-
28
Scheduled Commercial Bank, or any nationalized bank or State bank of India and submitted indicating
that the bidder is worth Rs.100 Crores and has enough
financial resources to execute this project.
Or
The members of the consortium has obtained solvency
certificate from any Scheduled Commercial Bank, or any nationalised bank or State bank of India and
submitted, indicating the aggregate worth of the
members of the Consortium is Rs.200 Crores and have
enough financial resources to execute this project.
from any Scheduled Commercial Bank, or any nationalised bank or
State bank of India
indicating the same.
I The Bidder has deposited the cost of Tender Document Yes / No
J The Bidder has deposited a copy of Tender Document duly signed on each page as confirmation and
expressing acceptance of the terms and conditions of
the tender.
Yes / No
K The Bidder or its consortium must have a local IT Unit as their partner and it must be registered in the state with a minimum annual turnover of Rs 50 Lakhs and
above for the past three financial years.
Yes/No. Attach Supporting documents
(i)(Valid Legal Partnership Deed in case
of Partnership) (ii)Balance Sheets for the last three years Certified
from a Chartered Accountant. (iii) Registration
Certificate from DIC .
L The Bidder/Consortium should have been providing NLD/VPN/MPLS/Lease line connectivity for a period of minimum 3 years as on 31.03.12.
Letter certifying the same (including category wise break- up)
M The Bidder/Consortium should have appropriate license such as NLD/ISP etc of the Govt of India making them eligible for providing bandwidth in the
country
Attach copy of the authenticated certificate
N The Bidder/Consortium should have its own fully
operational network operation centre (24X7X365)
with minimum 100 seats preferably backed by a
redundant Network operation centre.
Letter certifying the
Same
O The Bidder/Consortium must have laid minimum
300 km of fiber in the state of J&K.
Letter certifying the Same
-
29
P The Bidder/Consortium must have deployed
wireless 16d compliant or equivalent for a
project of minimum 50 nodes anyw here in the
country.
References (contract details, contact details of customers,
completion certificate, customer satisfaction certificate etc) for these
projects to be provided.
Q The Bidder/Consortium must have deployed
atleast STM 1X 2 technology bandwidth in the
network in the state of J&K.
Letter certifying the Same
R The Bidder/Consortium must have executed
commissioning of a MPLS network for central
Govt/any state Govt/PSU/organized sector during
the last five years i.e 2007-08, 2008-09, 2009-10,
2010-11 and 2011-12 as per the following:-
One order of connecting 150 nodes on
MPLS network for central Govt/any state
Govt/PSU /organized sector.
References (contract details, contact details of
customers, completion certificate, customer satisfaction
certificate etc) for these projects to be provided.
S The Bidder/Consortium should have at least 50
nos. of qualified manpower on its roll with proven
experience on MPLS/Lease line/wireless.
Letter certifying the Same
-
30
II-2 Technical Bid Proposal
II-2.1. Contents
The state expects that the bidders proposed network will provide a data, voice and video network connectivity and allow government services to be delivered from the
states data centre to customer premises locations (which are the State Head Quarters, District Headquarters, Block Headquarters, and various ministry and
state offices within pre-defined distances of their respective headquarters.) To this
end, the state believes that the definition of government services and networks connectivity and related concepts should be dynamic in nature by encompassing and reflecting changes in technology, applications
and the needs of individuals. To this end, the state has
provided minimum bandwidth requirements between the data centre and the various
government premise locations requiring servicing by this tender.
The JaKeGA has set minimum requirements as to technology selection and has
attempted to present requirements in as much of a technology neutral fashion as
possible. The state anticipates that Bidder solution will incorporate the following
broad-stroke options of OFC, leased-line.
Lastly, it is important to note that the demarcation point of the network is the
government premises.
NOTE: In order to provide consistency and facilitate evaluation, bidders are
required to provide responses using the sample format, where provided below.
II-2.2. JKSWAN Network and Interconnectivity
II- 2.2.1. Network
The network is required to provide connectivity to the 2 state head quarters (SHQ),
the states 20 District Headquarters (DHQ), the states 152 block head quarters (BHQ). Further, the network is required to connect all state and designated
government offices located within a 15Km radius of the SHQ (estimated offices list
attached), all state and other designated offices located within 10 Km of each DHQ
(estimated list of offices at DHQs not located in the SHQ attached), and all state and
other designated offices located within 5 KM of each BHQ (estimated list of offices
at BHQ not located at SHQ or at the DHQ attached).
An important qualification note on the Horizontal office locations:
- In the SHQs, one DHQ and one BHQ are co-located within the supported
area (15KM). Support as outlined above is required for the HQ locations,
however no support needs to be provisioned for the state and ministry offices
located around the DHQ and BHQ within the SHQ.
- In 20 remaining DHQs, one BHQ is located within the supported area
(10KM). Support as outlined above is required for the BHQ location, however
-
31
no support needs to be provided for the state and ministry offices located around
the BHQ.
The network will be IP-based and can be designed using fixed-line
technologies, or any combination thereof.
Generally, the state conceives two distinct networks:
- Vertical (Backhaul) Network
- Horizontal (Distribution) Network
The bidder is required to provide a table with the names of the vendors, bidder
contact details, relationship with vendor, and components being used with part
numbers. Bidder is required to provide specification sheets for each of the core
components of the solution design proposed.
In the event of a hybrid network solution, the bidder is required to provide a details of
the different technologies used in the distribution, including where the technologies
connect with each other.
The bidder is required to present a network design diagram identifying each POP in
the State, along with:
Redundant paths/links if applicable;
Bandwidth along each path/link between POPs; and
Each BHQ, DHQ, and SHQ supported by each POP.
The bidder is required to provide the network information requested in the table
format.
II- 2.2.2. National Informatics Center (NIC)
The network solution must provide an Ethernet gateway for
interconnectivity to the NICNET. The purpose of NIC connectivity is to afford the
state future access to applications of central government jurisdiction.
II- 2.2.3. Standards
2.2.3.1.Equipment Standards
All routers and switches should have Common Certification Criteria (CCC) and all core passive equipment proposed by the bidder will comply with either of the ANSI or ETSI
standards. Further, the equipment vendor must be an active participant member of the
appropriate industry forum and or standards committee.
Bidder is required to provide specification/data sheet for each product in their proposed solution. Bidders are required to provide a table of all the equipment
proposed along with the power requirements and power/current used.
Bidders are required to provide details on vendor certifications they hold
-
32
on the proposed equipment and or timelines and contact details of where and when
this will be obtained, if successful (use format attached)
Table 2: Vendors (Sample Format)
Name ISO
Certifications
(List)
Estimated # of Units
Being
Deployed
Active Member of
Industry
Forum(s)
Bidder Certified, if
no, is
available
Bidder not certified,
location,
school /
course,
contact, and
timeline
1. e.g.
VENDOR A Yes >10000 No Vendor A
City,
Province,
Country
Course
Number
December
16-22, 2010
2.
3.
4.
2.2.3.2. Power and Safety
The equipment has to conform to the appropriate power and safety standards
with proof of compliance. The minimum requirement for the proposed vendor of
power equipment is ISO 9001 (Quality Management). It is desired that the vendor
power equipment is certified to ISO 14001 (Environmental Management.)
Equipment must also have approvals of FCC or similar agency compliance.
II- 2.2.4. Network Connectivity and Access
2.2.4.1. Scope
This RFP calls for the deployment of infrastructure to support an IP Network
connecting the 2 SHQs, 20 DHQs, 152 BHQ's, and surrounding state organizations and government offices in relative proximity to the respective
headquarter offices as defined in the network requirement above. The broad
stroke components required to complete the service include: Horizontal office
Premises Equipment (HPE); Horizontal Distribution Network; Vertical Backhaul
Network. The bidders network must incorporate the following characteristics.
2.2.4.2. Quality of Service (QoS)
Bidders solution is expected to provide QoS to the HPE. The equipment selected for the network must be capable of packet prioritization and carrying multiple virtual
-
33
networks. The bidder proposing a Layer 2 for the backhaul/backbone and distribution
or a combination of Layer 2 and Layer 3 must clearly articulate how QoS is
implemented in their network packet transportation layer. Preference will be given to
solutions with QoS over layer 3.
The network must be capable of simultaneously carrying and prioritizing data, voice,
and video traffic.
2.2.4.3. Always On
As per the definition, the entire network is expected to be designed to work on
24X7 basis. It shall be noted that the horizontal distribution network connection is
also expected to have connectivity at all times and not require individual user
connectivity or action to secure access to the network from the horizontal office
location.