sbds wan

Upload: autumn

Post on 12-Oct-2015

90 views

Category:

Documents


0 download

DESCRIPTION

swan

TRANSCRIPT

  • 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:

    [email protected]

  • 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.