COCHIN SHIPYARD LIMITED (A Government of India … · Roadmap Design as per Information Security...

36
Page 1 of 36 COCHIN SHIPYARD LIMITED (A Government of India Enterprise) PO Bag # 1653, Perumanoor P O Kochi 682015 Tel: +91 484 2501296, 2501298 Web: www.cochinshipyard.com Invites Expression of Interest(EOI) for IT Consultancy Service for Improvement of IT Infrastructure and ISO 27001:2013 Certification Enquiry No: ISD/128/SYS/2018 Last date of submission of proposal : 16 July 2018 15:00 Hrs (IST)

Transcript of COCHIN SHIPYARD LIMITED (A Government of India … · Roadmap Design as per Information Security...

Page 1 of 36

COCHIN SHIPYARD LIMITED

(A Government of India Enterprise)

PO Bag # 1653, Perumanoor P O

Kochi 682015

Tel: +91 484 2501296, 2501298

Web: www.cochinshipyard.com

Invites

Expression of Interest(EOI)

for

IT Consultancy Service

for

Improvement of IT Infrastructure and ISO 27001:2013 Certification

Enquiry No: ISD/128/SYS/2018

Last date of submission of proposal : 16 July 2018 15:00 Hrs (IST)

Page 2 of 36

CONTENTS

Section Description Page

1 Introduction

3

2 CSL Proposal

3

3 Brief Scope of Work

3

4 Detailed Scope of Work

4

5 Project Timelines

7

6 Eligibility Criteria

7

7 Payment Milestones

9

8 Issue of RFP and Evaluation

10

9 Instruction to Applicants

11

10 Proforma for submission of Expression of Interest

17

11 Submission of Expression of Interest

18

12 Last date for submission of proposal

18

13 List of Annexure

18

Page 3 of 36

1. Introduction

Cochin Shipyard Ltd (CSL) was incorporated in the year 1972 as a fully owned

Government of India company. In the last three decades the company has emerged as a

forerunner in ship building and ship repair industry. CSL has secured shipbuilding orders from

internationally renowned companies from Europe & Middle East and is presently constructing

country's first indigenous Air Defence Ship. CSL is situated adjacent to the port of Cochin in

the West Coast of India.

CSL is certified for;

A. ISO 9001:2008 (Quality Management Systems)

B. ISO 14001:2004 (Environmental Management Systems)

C. OHSAS 18001:2007(Occupational Health and Safety Management Systems).

2. CSL Proposal

CSL is looking for an IT Consultant for Project Management & Security Advisory with

proven track record to perform IT Security Risk, Maturity Assessment and recommendations

for Improvement in IT infrastructure including Network and IT Systems, ,Strategy Planning and

Roadmap Design as per Information Security Management Systems (ISMS / ISO 27001:2013)

requirements, Request for Proposal(RFP) preparation for selection of Implementing

Partner(IP) and Project Management for ensuring deliverables such as IPv6, Active Directory

with DNS, VLAN & ACL, Network Asset & Inventory Management, Patch Management, VPN,

Backup Management etc. The IT Consultant shall also be responsible to CSL for conducting

the final IT audit and certification as per ISO 27001:2013.

Selection of consultant will be done through competitive tendering process by inviting

bids from interested, qualified and short listed parties for which, we are floating this EOI bid.

The selected consultant shall be awarded the consultancy assignment on a lump sum fixed

consultancy fees on achievement of pre-defined milestones.

3. Brief Scope of Work

The IT Consultant shall be responsible to CSL for overall management of the IT

consultancy project and also for the integration of various IT aspects until the project is

completed. CSL requires consultancy services for setting up of various CSL IT systems &

infrastructure in adherence with latest feasible technology and security certified by ISO

27001:2013.

Page 4 of 36

Scope of work and milestones shall be summarized as follows:

• Milestone 1:- IT Infrastructure Assessment and Maturity Assessment.

• Milestone 2:- IT strategy and Roadmap Planning for next 5 years.

• Milestone 3:- IT Architecture and System Design with latest feasible technology.

• Milestone 4:- Request For Proposal (RFP) Preparation and Selection of Implementing

Partner as per the recommendations in design stage.

• Milestone 5:- Project Management

• Milestone 6:- IT audit and ISO 27001:2013 certification

4. Detailed Scope of Work

Detailed scope of work can be categorized into six stages:

4.1 IT Infrastructure Assessment and Maturity Assessment (Milestone-1)

a) Consultant shall visit the proposed site and also collect the data available with CSL and

other authorities. Data collection shall be limited to review and assessment of CSL IT

Infrastructure, Network and Information security architecture including IPv6

readiness.

b) Maturity Assessment as per standard frameworks, Vulnerability Assessment (VA) and

Penetration Testing (PT), IT Human Resource review for managing the IT

Infrastructure, Information Security trainings are also in the scope of consultant.

c) Consultant shall exercise End point security review for a sample of 100 workstations to

check system configuration, virus control, patch management, software support life

cycle, accessibility of external devices through CD, USB & Wireless etc.

d) Consultant shall then submit an Inception Report addressing the significant gaps,

recommendations for further data collection, detailed methodology to meet the

requirement of scope of work. Betterment suggestions with technical details are to be

highlighted in the inception report, which is to be submitted for CSL approval.

e) Consultant shall clearly mention the details of tools and methodologies using for

assessment and analysis in the EOI.

Page 5 of 36

4.2 IT strategy and Roadmap Planning (Milestone-2)

a) At this stage, Consultant shall define a roadmap to achieve the target state of ISO

27001:2013 , Legal and Regulatory compliance based on the approved inception

report.

b) IT Strategy planning also be initiated by the consultant to implement Active Directory

with DNS in CSL , VLAN & ACL, IPv6 , VPN, Centralised tool for Network Asset &

Inventory Management, Patch Management , File server, LDAP, DHCP, Virtual

Desktop, Backup procedure for servers and workstations, Optimisation of LAN/WAN

bandwidth, Elimination of single point of failure for critical IT components. .

c) Consultant shall develop industry leading practices for IT technologies and procedures

relevant to CSL. Development of CSL's Information Security Strategy and Roadmap is in

the scope of consultant. Budget shall also be prepared for developing IT Infrastructure

to ensure high availability service and security.

4.3 IT Architecture and System Design (Milestone-3)

a) Subsequent to the above activities, Consultant shall prepare a Detailed Project Report

(DPR) covering various technical, commercial and financial aspects of the proposed IT

consultancy service . The DPR shall have sufficient details for approval, network

diagram, plan of action and subsequent project implementation in a timely & efficient

manner.

b) Consultant shall submit a detailed proposal regarding optimum utilization of existing IT

facilities along with cost estimate for approval as a part of DPR. The Consultant shall

ensure that the design document is adequate for addressing requirements for

Information Security Management Systems(ISMS / ISO 27001:2013) implementation in

CSL.

4.4 Request For Proposal (RFP) Preparation and Selection of Implementing

Partner (Milestone-4)

a) At this stage, the outline design finalised in the DPR will have to be developed further

into a package of documents & designs suitable for tendering & execution. Detailed

technical specifications along with tentative arrangement for implementing gaps

assessed in the review/assessment/design stage shall be prepared and furnished for

tendering purpose. General Conditions, Commercial & Special Conditions to be

attached to the technical Specification will be prepared by CSL.

Page 6 of 36

b) Subsequent to the tendering stage, consultant shall provide assistance in the technical

evaluation of tenders & finalization of implementing partner . Queries of the bidders

on technical aspects of the improvement of IT infrastructure during technical

evaluation stage are to be addressed, on request by CSL.

c) The consultant shall closely associate to approve project plan, checklist, milestones for

implementation, signoff documents and project requirements.

4.5 Project Management for IT infrastructure improvement (Milestone-5)

a) During this stage, the consultant is required to offer technical guidance and

coordination job of IT infrastructure improvement project in CSL . Onsite supervision

by competent persons is required during the project period for modifications in server,

workstation, systems and network based activities in CSL as required.

b) Consultant is required to conduct periodic review meetings to provide status updates

to CSL management. On completion of satisfactory trials & testing, the consultant shall

issue the Taking-over certificate to implementing partner. The IT consultant along with

Implementation Partner shall provide adequate training to CSL team and stake holders

to facilitate the changes required for improving the IT Infrastructure and Security

profile .

c) Consultant shall monitor the overall progress, carry out continuous risk management

and Identify possible challenges during the implementation and communicate the

same with the CSL management.

4.6 IT audit and ISO 27001:2013 certification (Milestone-6)

a) Consultant shall be responsible for getting the final certification as per ISO 27001:2013

standard after implementation. IT Audit and assessment after implementation as per

ISO 27001:2013 compliance requirements shall be ensured by consultant before

approaching Certification Agency.

b) Consultant shall submit all required documents to CSL and should ensure in house

trainings & workshops for smooth running of IT operations as per ISMS standards

before signing off the project.

Page 7 of 36

5. Project Timelines

The estimated Project period is 46 weeks with planned Mile stone dates as below.

Resource details, Project Plan and Resource rates to be given for meeting the

objectives.

T1 is Project start date; Project Plan can be revised as per mutual agreement.

Milestones Description Timelines

1 IT Infrastructure Assessment and

Maturity Assessment T1 + 8 weeks

2 IT strategy and Roadmap Planning 4 weeks

3 IT Architecture and System Design 4 weeks

4

Request For Proposal (RFP)

Preparation for IT Infrastructure

and Selection of Implementing

Agency

12 weeks

5

Project Management for

Implementation of IT

Infrastructure

16 weeks

6 IT Audit and Final ISO 27001:2013

certification 2 weeks

Total Duration 46 weeks

All activities above will be closely monitored and controlled by CSL.

6. Eligibility Criteria

6.1 General

a) Bidder should be in the consulting field for IT related facilities for the last 5 years.

b) Bidder shall not be under a declaration of ineligibility issued by Govt. of India / State

govt. / Public Sector Undertakings etc.

c) Successful Bidder for Project Management Consultancy shall not be eligible for bidding

in the implementation part of improvement of IT infrastructure.

Page 8 of 36

6.2 Technical Experience

a) The bidder shall have, over the past five (5) years experience ending on 31st Mar 2018,

participated as IT Consultant in a minimum of three (3) projects in last 5 years, which

involves successful installation & commissioning of IT infrastructure development

and/or security audit and ISO 27001:2013 certification. One of the above 3 projects

should be in Govt. of India / State Govt. /CPSUs. The capital cost of one of the above

projects should not be less than equivalent of Rs. 30 Lakhs. Details of Clients in terms

of client name, address, contact person, contact no., job title, period of assignment,

cost of project etc., have to be provided in the format given in Annexure-4(a)) and

4(b). Bidders are required to submit documentary evidences like relevant pages of

contracts/work orders along with completion certificate/payment certificate issued by

the clients or any other documents showing details of work carried out to complete

the full scope of work as enumerated in the Technical Specification.

b) For Start-ups (MSEs or otherwise), the turnover and prior work experience expressed

in monetary terms, are relaxed to 50% of the prescribed limit above. Start-up

Registration certificate as defined under notification of DIPP GSR 501(E) dated 23 May

2017 shall be submitted along with offer for availing the above relaxations.

c) The bidders consultancy team shall consist of a key personnel as Project Manager

and 3 team members having adequate certification and specialized experience,

capable of discharging their responsibilities in relevant fields required for the design,

implementation, execution & successful commissioning of the IT infrastructure

development with security audit and ISO 27001:2013 certification. Project Manager

shall be certified with SCRUM/PMP/PRINCE2 or equivalent and team members shall

be certified with CCNA/CCNP/CISA/CISM/MCP or equivalent .Project manager shall

have minimum of 10 years experience with minimum 2 successful project

management experience and team members shall have minimum of 3 years

experience in the aforesaid consultancy service .A list of all such personnel to be

employed / engaged for this project along with details of their certification &

experience (CVs) shall be submitted along with the offer as per format placed at

Annexure 4(d) and 4(e).Any change/addition of consultants with requisite certification

and experience at a later stage would require prior written approval from CSL. CSL

reserves the right to reject /change any person in the list.

6.3 Financial Capability

a) The consultant shall have received an average annual income equivalent to Rs. 3

crores towards professional fees for IT consulting related to IT Security, Infrastructure

Page 9 of 36

improvement during three years preceding from the proposal / bid date. Documentary

evidence to be submitted for the same .

The Bidder shall enclose with its Proposal, certificate issued by its Statutory Auditors

with their seal and signature, stating its net worth & revenues from professional fees

during the past three years. Certificate shall be as per the format placed at annexure-

1.

Only those bidders who meet the entire above eligibility criterion shall be

considered for issue of Request for Proposal (RFP).

7. Milestone for Payment

Milestones Description % age of Total

Contract Value

1 IT Infrastructure Assessment and

Maturity Assessment 15 %

2 IT strategy and Roadmap Planning

3 IT Architecture and System Design 30 %

4

Request For Proposal (RFP)

Preparation for IT Infrastructure

and Selection of Implementing

Agency

5

Project Management for

Implementation of IT

Infrastructure

15 %

6 IT Audit and Final ISO 27001:2013

certification 40 %

All the payments to the Successful Bidder by the CSL shall be made through

NEFT/RTGS only after deducting applicable TDS in accordance with the Govt. of India

guidelines from time to time.

Page 10 of 36

8. Issue of Request for Proposal (RFP) and Evaluation of Proposal

a) The Bidder shall qualify the eligibility criteria mentioned at Clause 6 above. Request for

Proposal(RFPs) shall be called from only those bidders who satisfy pre-qualification

criterion.

b) Evaluation of proposals received in response to issue of RFP will be two-bid process

inclusive of Technical Bid and Financial Bid.

c) The Committee shall evaluate the Bids on the criteria mentioned in annexure-5 and

shortlist them for the purpose of opening of their financial bids. The short listed

bidders, if they so desire, may come at the time of opening of the financial bids. The

marks scored by the short listed bidders will be announced before opening of the

financial bids.

d) While calculating experience, all experience less than or equal to 180 days will be

ignored and those experience above 180 days will rounded off to 1. Cut off date cutoff

date taken as the last date of submission of bids.

e) The marks scored by the short listed bidders in the technical evaluation will then be

given a weight age of 70. Similarly the financial bids of the short listed bidders will be

given a weight age of 30. The combined score of technical and financial bids will

determine the H1, H2, H3 and so on.

f) The party scoring the highest points/marks (H1) based on the above principles would

be appointed for the transaction. If for any reason the H1 does not accept the

assignment, the work will be awarded to H2, H3 and so on. The illustration of bid

evaluation is provided in annexure-6.

g) CSL shall evaluate each technical proposal taking into account the technical criteria as

listed in Annexure-5. Each criterion shall be marked on a scale of 1 to 100. Then the

total points shall be weighted to obtain the technical score (Ts). The points and the

criterion have been specified in Annexure-5. The weight (Tw) assigned for Ts is 0.7. The

Weighted Technical Score(St) will be equal to Ts*Tw.

h) The proposal with the lowest cost will be noted as (Fm). The Financial Bid of each

agency will be noted as F. The weight assigned for Financial Score (Fw) is 0.3. The

Weighted Financial Score Sf will be calculated by the formula (Fm/F)*100*Fw.

i) The Total score shall be equal to Weighted Technical Score(St)+Weighted Financial

Score(Sf)

Page 11 of 36

j) The successful bidder shall be the bidder having the highest score. In the event two or

more bidder have same score in the final ranking, the bidder with higher/ highest

technical score shall be considered as successful bidder.

k) In the event of computational error between unit price and total price, unit price shall

prevail and adopted for evaluation. Similarly, in the event of discrepancy between

words and quoted figure, words will prevail. Wherever bidder has submitted self

certification, CSL reserves the right for verification about the authenticity of the claim.

9. Instruction to Applicants

a) Methodology of tender

CSL intention is to receive Expression of Interest (EOI) in order to shortlist

eligible bidders. Request for Proposal (RFP) will be sent to the shortlisted bidders to

select the consultant for IT Infrastructure improvement, IT Security Audit and ISO

27001:2013 Certification.

b) Conflict of Interest

CSL requires that bidder must provide professional, objective, and impartial

advice and at all times hold the interests paramount, strictly avoid conflicts with other

assignments/jobs or their own corporate interests and act without any consideration

for future work. In case the bidders (Consultants) have any subsisting interest, either

by themselves or through their partners, that is likely to conflict the work specified in

the Scope of Work, they shall declare such interests as part of their proposal.

c) Right to Accept Proposal

CSL reserves the right to modify, expand, restrict, scrap this proposal or reject

any Expression of Interest or RFP without assigning any reason.

d) Fraud and Corruption

CSL requires that Consultant selected through this EOI/RFP must observe the

highest standards of ethics during the performance and execution of such contract.

In pursuance of this policy, CSL:

(a) Defines, for the purposes of this provision, the terms set forth as follows:

i. "Corrupt practice" means the offering, giving, receiving or soliciting of

anything of value to influence the action of CSL or any personnel of

Consultant(s) in contract execution.

Page 12 of 36

ii. "Fraudulent practice" means mis-presentation of facts, in order to

Influence a procurement process or the execution of a contract, to CSL, and

includes collusive practice among Consultants (prior to or after Proposal

submission) designed to establish bids at artificially high or non-competitive

levels and to deprive CSL of the benefits of free and open competition

iii. "Unfair trade practices" means supply of services different from what is

ordered on, or change in the Scope of Work

iv. "Coercive practices" means harming or threatening to harm, directly or

indirectly, persons or their property to influence their participation in the

execution of contract.

b) Will reject a proposal for award, if it determines that the Consultant

recommended for award engaged in corrupt, fraudulent or unfair trade practices.

c) Will declare a firm ineligible, either indefinitely or for a stated period of time,

for awarding the contract or terminate the awarded contract, if it at any time

determines that the firm has engaged in corrupt, fraudulent and unfair trade practice

in competing for, or in executing, the contract.

e) Clarifications

During evaluation stage of the Expression of Interests, CSL may, at its

discretion, ask Consultants for clarifications on their proposal. The consultants are

required to respond within the time frame prescribed by CSL. CSL reserves the right to

make inquiries with any of the clients listed by the Consultants in their previous

experience record.

f) Site visit

The applicants are advised to visit the site at CSL, Kochi and familiarize

themselves with the site before submitting the proposal. For location details, Bidders

may contact the Office of:-

Deputy General Manager (IT), Telephone: +91 484 2501296,

Email: [email protected] or

Senior Manager (IT) , Telephone: +91 484 2501298,

Email: [email protected]

g) Language

The proposal and all associated correspondences shall be in English. All

supporting document or printed literature submitted along with the offer shall also be

in English.

Page 13 of 36

h) Evaluation

The offer will be examined by an evaluation committee on the basis of

response to the scope of work defined by CSL. Eligible applicants may be invited to

make a presentation to CSL at a suitable date and time determined by CSL.

i) Execution Plan & methodology

Bidders are to describe in sufficient detail the proposed approach to the scope

of work defined by CSL, systems and strategies to be adopted, management of project

risk and methods of communication with CSL. Proposal should include a description of

how the project will be executed through all its stages.

The execution plan and methodology should include the following:

i. Plan of Action

ii. Organization of Consultants team.

iii. Operation base of Consultants project management.

iv. Scope of ‘sub-consultants’ work during implementation and audit.

v. Milestones for CSL review and hold points.

vi. Tentative meeting schedule.

vii. Resources for each stage including implementation and commissioning.

viii. Quality assurance.

The successful bidder shall execute the assigned work as per time lines mentioned

in section 5(Project Timelines) and to the full satisfaction of CSL. If CSL is not

satisfied with the work done, the successful bidder shall re perform the

assignment or part of it, as may be desired by CSL, at no additional cost to CSL.

j) Confidentiality

On no account will any person to whom bidding documents are furnished, part

with possession thereof or copy or disclose the provisions thereof or any of them or

disclose or take copies of tracings or of any drawing, plan or route forming part

thereof, it being understood that the information therein is confidential, and that the

bidding documents are therefore being furnished only to bidders in strictest

confidence. The Bid documents are and shall remain the exclusive property of the CSL

without any right to the Bidder to use them for any purposes except for the purpose

of bidding and for use by the successful Bidder with reference to the resultant contract

Bid shall remain valid for acceptance for a period of 05 (Five) months from the last

date of submission of the bid/ revised bid if any. The bidder shall not be entitled to

modify, vary, revoke or cancel his bid during the said period. The validity of the bid

shall be extended as and when required for the period as requested by CSL in writing

and agreed by the bidder. Non disclosure agreement (NDA) as per annexure-11 shall

be signed by the successful bidder.

Page 14 of 36

k) Security Deposit

The Successful Bidder has to deposit the Security Deposit @ 10% of the total Bid

amount by way of DD from any Nationalised Bank drawn in favour of Cochin Shipyard

Limited payable at Kochi. The Security Deposit shall be returned within two months

after the expiry of contract and on fulfilment of all contractual obligations and

liabilities if any, in the matter. No interest is payable on Security Deposit. In case the

contract is extended further, the validity of the Security Deposit shall stand

automatically extended. Bidders with valid registration under NSIC / MSME category

are also entitled for all privileges, concessions, relaxations etc stipulated by relevant

Govt. orders in this regard.

l) Earnest Money Deposit (EMD)

After submission, If the Bidder is short listed, Request For Proposal(RFP) will be send

to the bidder. EMD of Rs.1 Lakh shall be submitted along with such proposal to cover

the following risks

i. The bidder may withdraw the offer during its validity period.

ii. The bidder may not accept the order when placed on them within the validity

period

iii. They may regret to effect supplies, even after accepting the order.

Firms registered with NSIC need not remit EMD. To qualify for EMD exemption, firms

should necessarily submit VALID copy of the Registration Certificate along with the list

of items / services for which they are registered, as issued by NSIC, in Part-I offer/ bid.

In case of Indigenous bidders, EMD shall be submitted by way of Demand Draft / Pay

order / Bank Guarantee from Nationalised /Scheduled Banks excluding co-operative

banks in favour of Cochin Shipyard Ltd, Kochi. Crossed DD / Pay Order issued by Co-

operative banks however may be considered to be accepted and the bid would be

considered only if the said DD is realised. Concerned Officer on receipt of Demand

Draft / Pay Order from indigenous bidders shall forward the same immediately to the

Cash Section. In case of foreign bidders, EMD shall be submitted by way of Bank

Guarantee from bank of international repute or other banks. The Bank Guarantee shall

be kept valid till validity period of the offer.

EMD / Bid bond is refunded after finalisation of the contract, or after receipt of

necessary security deposit in respect of successful bidder. In respect of unsuccessful

bidders EMD / Bid bond will be returned within 15 days after placement of order.

m) Force Majeure

The Maintenance Contractor shall not be responsible or liable for any failure or delay

on its part to fulfil or perform any of the Terms or Obligations. If such failure or delay

Page 15 of 36

is caused by any factor or any event beyond the reasonable control of the

Maintenance Contractor (including but not limited to Fire, Earthquake, Waves,

Insurrection riots, Civil commotion, Government actions, Licenses, Embargoes, Orders

or restrictions.

n) Risk Purchase

In case Service provider fails to deliver the service/ items /components within

reasonable time frame, CSL shall have the following rights:

i. To terminate the contract with 15 days’ notice forfeiting the security deposit.

ii. To initiate alternate procurement action at the risk and cost of the Service Provider.

o) Disqualifications

CSL may at its sole discretion and at any time during the evaluation of

proposal, disqualify any bidder, if they have:

i. Submitted the Proposal documents after the response deadline.

ii. Not submitted satisfactory documentary evidence and proof as per

eligibility criteria.

iii. Made misleading or false representations in the forms, statements and

attachments submitted in proof of eligibility requirements.

iv. Submitted a proposal that is not accompanied by required documentation

or is non-responsive.

v. Failed to produce clarifications related thereto, when sought.

vi. Submitted more than one proposal.

vii. Declared ineligible by the Government of India / State govt. / Public sector

Undertaking.

p) Liquidated Damages

Liquidated damages at the following rates will be charged for any delay in the

submission of deliverables, due to reasons attributable exclusive to the bidder:

i. Delay up to 3 weeks from the stipulated delivery date: 1% of the order

value per week of delay

ii. Delay beyond 3 weeks up to 6 weeks : 1.5% of the order value per week of

delay.

iii. If the delivery is delayed beyond 6 weeks, the order will be treated as

cancelled, without prejudice to our rights to proceed further for non-

performance of the work order.

Page 16 of 36

q) Termination of Contract

The contract shall be deemed to have been automatically terminated on the expiry of

duration of the Contract or the extension period, if exercised by Company under the

provision of the Contract.

Either party shall have the right to terminate this Contract on account of Force

Majeure as set forth in para above.

In the event that the Consultant at any time during the term of the Contract, becomes

insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is

adjudged bankrupt, then the Company shall, by a notice in writing have the right to

terminate the Contract and all the Consultant’s rights and privileges, shall stand

terminated forthwith.

The Company considers that, the performance of the Consultant is unsatisfactory, or

not upto the expected standard, the Company shall notify the Consultant in writing

and specify in details the cause of the dissatisfaction. The Company shall have the

option to terminate the Contract by giving 15 days notice in writing to the Consultant,

if Consultant fails to comply with the requisitions contained in the said written notice

issued by the Company.

In case the Consultant's rights and /or obligations under this Contract and/or the

Consultant's rights, title and interest to the equipment/ material, are transferred or

assigned without the Company's consent, the Company may at its absolute discretion,

terminate this Contract.

Notwithstanding any provisions herein to the contrary, the Contract may be

terminated at any time by the Company on giving 30 (thirty) days written notice to the

Consultant due to any other reason not covered under the above clause ‘Termination

of Contract ‘ and in the event of such termination the Company shall not be liable to

pay any cost or damage to the Consultant except for payment for services as per the

Contract upto the date of termination.

r) Other Instructions

All corrigenda , addenda , amendments and clarifications to Tender Specifications will

be hosted in the website www.cochinshipyard.com and not published in the

newspaper or any other media. Bidders shall keep themselves updated with all such

developments till the last date and time of submission of EOI.

Quality and Cost based selection (QCBS) as per Rule 192 of the General Financial Rules

2017 will be used as the basis of selection of Consultant. The method of evaluation of

proposal is mentioned in Annexure 6.

Page 17 of 36

10. Proforma for submission of Expression of Interest

a) Covering letter indicating interest to undertake CSL project (Refer form attached as

annexure 2)

b) Company profile with legal status, date of establishment, organization chart etc.

c) Self attested copy of PAN card under Income Tax Act

d) Self attested copy of GST Registration Number and details

e) Copy of Registration certification of the Registered Legal Entity (Proprietorship /

Partnership firm or Company / NSIC / MSME Category/Registered Society)

f) An undertaking to the effect that terms and conditions of the bid are duly accepted

(Signature in all pages of the bid document & undertaking as per Annexure 2).

g) Copy of the Registration Certificate issued by the Competent Authority under NSIC /

MSME Act, if applicable.

h) Number of years of experience of the Firm in IT Consultancy Service

i) Contact details of designated representative.

j) Project Synopsis as understood by the Consultant.

k) Details of personnel to be employed / engaged for this project along with their profile

(CVs).

l) Execution plan & methodology.

m) Tentative Bar chart of major activities with milestone for the design and

implementation work in the least possible time.

n) Experience details (use separate sheet for each Eligible project):

i. To indicate the number of completed IT infrastructure development projects

with ISO 27001:2013 certification , including a brief write up mentioning name

of the client, date of commissioning, value of consultancy contract, full contact

address of client, start date & finish date of services.

Page 18 of 36

ii. Satisfactory documentary evidence of similar contracts executed by the

Consultant as mentioned in the eligibility criteria .

iii. List of projects under execution with contact details.

o) Any other services that can be offered by the consultancy firm apart from the

‘Detailed scope of work’ mentioned at clause 4 above

p) Certificate regarding financial capability as per annexure-1 stating net worth &

revenues from professional fees during the past three years.

q) Deviations or suggestions, if any

EMD and annexure 4(c),4(d),4(e), 8,9 and 10 are to be submitted only if RFP is sought

from the Bidder. Annexure 11 is to be submitted by the successful bidder only.

11. Submission of Expression of Interest

Proposal (Original + one copy) for IT Consultancy Service for Improvement of IT

Infrastructure and ISO 27001:2013 Certification at Cochin Shipyard Limited Kochi shall be

addressed to ‘Deputy General Manager (IT), Cochin Shipyard Limited, Perumanoor P O,

Kochi 682015’, with all credentials mentioned at clause 10

12. Last date for submission of proposal

CSL must receive the proposal not later than 1500 hrs (IST) on 16 Jul 2018

13. List of annexure

i. Annexure 1 :Format for the Financial capability of Bidder

ii. Annexure 2 :Format of covering letter

iii. Annexure 3 : Bidder details and supporting documents.

iv. Annexure 4(a) :Number of IT Consultancy assignments in last 5 years

v. Annexure 4(b) :IT Consultancy assignments having value more than 30 Lakh .

vi. Annexure 4(c) : Competency of IT Consultancy specialisation in last 5 years.

vii. Annexure 4(d): Experience of core team members proposed for the assignment

viii. Annexure 4(e): IT consulting assignments handled by the core team members.

ix. Annexure 5 :Technical Scoring criterion

x. Annexure 6 :Illustration of Bid Evaluation.

xi. Annexure 7 :Statement of Non-Compliance

xii. Annexure 8 :Authorisation letter for Bid opening

xiii. Annexure 9 : Covering Letter for Financial Proposal

xiv. Annexure 10 :Format for submitting Financial Proposal

xv. Annexure 11 : Non Disclosure Agreement

Page 19 of 36

Annexure-1

Format for Financial capability

S No. Financial Year

Annual Revenue from Professional

IT consultancy services.

(Rs. in lakhs)

Net worth as at the end of

the financial year

( Rs. in lakhs)

1

2

3

Signature of the Applicant with seal and date.

Certificate from the Statutory Auditors:

This is to certify that __________________________ (name of the Applicant) has received

the payments shown above against the respective years on account of professional fees and

that the net worth is as computed.

Name of Authorised Signatory:

Designation:

Name of firm:

(Signature of the Authorised Signatory)

Seal of firm

Page 20 of 36

Annexure-2

APPLICATION FOR QUALIFICATION

Form

Letter of Proposal / Bid-Covering letter

(On Applicants letter head)

(Date and Reference)

To

Deputy General Manager (IT)

Cochin Shipyard Limited

Perumanoor PO

Kochi 682015

Dear Sir,

Sub: Expression of Interest for IT Consultancy Service for Improvement of IT Infrastructure

and ISO 27001:2013 Certification at Cochin Shipyard Limited, Kochi.

With reference to your Request for EOI referred above, We, ____________ (name of the

applicant) having examined all relevant documents and understood their contents, hereby

submit our Proposal for the short listing of Project Consultants and state that:

1. All information provided in the Proposal and in the Appendices is true and correct.

2. We shall make available to CSL any additional information it may find necessary or

require to supplement or authenticate the Proposal.

3. We are not under a declaration of ineligibility or blacklist issued by Govt. of India / State

govt. / Public Sector Undertakings.

4. We do not have any conflict of interest in accordance with the Request for EOI document.

5. We agree and undertake to abide by all the terms and conditions of the Request for EOI

Document.

Thanking you,

Yours faithfully,

(Signature of the Authorised Representative)

(Name and designation of the Authorised Representative)

(Name of the Applicant )

Page 21 of 36

Annexure-3

Bidder details and supporting documents

Description Details

Name of the Bidder

Registered Office Address

Date Of Establishment

Organisation Chart

Telephone No.

Fax No.

Mobile No.

E-mail

Whether the Bidder is Proprietorship /

Partnership firm/ Company / NSIC /MSME

Category/Registered Society etc.(Please

attach registration certificate of Bidder)

PAN Number

GST Registration Number

HSN / SAC Code

GST Vendor Classification

Number of years of experience of the irm in

IT Consultancy Service

Detail of designated representative (Name,

Address, Telephone No., e-mail etc

Whether Project synopsis & Execution plan

is included in the bid(Yes/No)

Details of the persons engaged for this

project (CV shall be submitted as per

annexure 4(d) &4(e) at the time of RFP)

Whether tentative bar chart of major

activities is included in the bid(Yes/No)

Whether any deviations or suggestions

included in the bid (Yes/No)

Page 22 of 36

Annexure-4(a)

Number of IT consultancy assignments completed in the last five years

Client

Name

Address Job Title Period of

Assignment

Contact Person

with e-mail

Amount of

Contract

Start

Date

End

Date

Name of the Bidder:

Signature of authorized signatory of the bidder:

Date :

Seal

Page 23 of 36

Annexure-4(b)

IT consultancy assignments having order value Rs.30 Lakh or more in last five years

Client

Name

Address Job Title Period of

Assignment

Contact Person

with e-mail

Single

Order

value of

assignment

Start

Date

End

Date

Name of the Bidder:

Signature of authorized signatory of the bidder:

Date :

Seal

Page 24 of 36

Annexure 4(c)

Competency of IT Consultancy specialisation in last 5 years

Sn

o

Clien

t

Nam

e &

Addr

ess

with

Ph

No &

e-

mail

Peri

od

(Fro

m-

To)

Maturity

Assessm

ent

VA/

PT

Active

Directo

ry with

DNS

VLAN

&

Routi

ng

IpV6 Project

Mgmt-IT

Infrastru

cture

RFP

preparat

ion for

selection

of IT

infrastru

cture

improve

ment

ISO

27001-

2013

Certific

ation

* Proof in terms of purchase order and work completion certificate shall be submitted by the

bidder against each line item. CSL reserve the right to include/exclude the bidder in technical

scoring criterion who fail to produce purchase order or work completion certificate or both .

Signature of authorized signatory of the bidder:

Date :

Seal

Page 25 of 36

Annexure 4(d)

Average experience of core team members proposed for the assignment( 1 Project Manager

and 3 team members )

Name of core team

member proposed for the

assignment

Position Certification Experience

* cutoff date taken as the last date of submission of bids. Experience of 180 days or above in a

year shall be rounded off to 1, and less than 1 year shall be ignored.

Signature of authorized signatory of the bidder:

Date :

Seal

Page 26 of 36

Annexure 4(e)

IT consulting assignments handled by the core team members proposed for the assignment

Name of Bidder:

Name of Core Team member:

Client

Name

Address Job Title Period of Assignment Contact

Person with

e-mail

Start Date End Date

Separate sheets to be provided in respect of each core team member

Signature of authorized signatory of the bidder:

Date :

Seal

Page 27 of 36

Annexure-5

Technical Scoring Criterion

S No Criteria Maximum

Allotted

Marks

Details to be

specified

or given in separate

Annexures

1 Number of years of experience of the Firm

in IT Consultancy Service 20

Valid registration

certificate.

No. Years Max Mark

1.1 5 Years 10

1.2 6 to 10 Years 15

1.3 More than 10 Years 20

2

Competency of the firm to undertake IT

Consultancy service for Improvement of

Infrastructure and ISO 27001:2013

Certification in last 5 years.

40

Satisfactory

certificates from

clients

No. Specialisation (last 5 years) Number of

Projects -

1

Number of

Projects -

2 to 3

Number of

Projects –

More than

3

2.1 Maturity Assessment

1 3 4

2.2 VA and PT

1 3 4

2.3 Active Directory with DNS

1 3 4

2.4 VLAN & Inter VLAN Routing

1 3 4

2.5 IpV6 implementation

1 2 4

2.6 Project Management for IT

infrastructure Improvement

2 5 6

2.7 Request For Proposal (RFP)

Preparation and Selection of IT

infrastructure Implementing

Partner

2 3 4

2.8 IT audit and ISO 27001:2013

certification

5 7 10

Page 28 of 36

3 Team Profiles and experience (Project

manager & Team members)

40 Curriculum Vitae of

core team members

to be attached

Profile Certification Experience

Project Manager 6

10

Years

11-13 Years More than 13

Years

6 8 10

Team

members(3 Nos) 2

3 Years 4-5 Years More than 5

Years

4 5 6

Bids from all bidders shall be evaluated and points shall be allocated based on the documents

submitted/presentation given by the bidders. Individual points given for each criteria shall be

summed up for obtaining the total score/ mark of each bidder.

The score/ marks obtained by the bidder will be their combined technical score(St).

Bidder scoring less than 70 points out of total 100 points towards technical score shall not be

considered for further evaluation/ opening of price bid. However,if no bid is successful to

obtain, minimum qualifying marks of 70, CSL reserves the right to reduce the qualifying mark

up to 65.

The decision of the team of CSL representatives, to select the technically acceptable bid(s) on

the basis of their evaluation, will be final and binding on the bidders. Contract will be awarded

to the bidder getting highest Combined score evaluated in the above evaluation procedure.

Page 29 of 36

Annexure-6

Illustration of Bid Evaluation

Description Bidder-1 Bidder-2 Bidder-3 Bidder-4 Bidder-5

Overall Technical

Score (Ts)( out of

100)

82 89 92 60 92

Weighted

Technical

Score(St)=Ts*Tw

82*0.7=

57.4

89*0.7=

62.30

92*0.7=

64.40

Rejected(

No Minimum

Technical

Score)

92*0.7=

64.4

Financial Proposal

(

Bidders quoted

price

In Lakhs) (F)

25 30 35 32.55

Weighted Pricing

Score(Sf) =

(Fm/F)*100*Fw

25/25X100

X0.30

= 30

25/30X100

X0.30=

25

25/35X100

X0.30=

21.42

25/32.55X10

0

X0.3

=23

Combined

Score

(S)= St+Sf

87.40 87.30 85.82 87.40

Bid Rank 2nd

3rd

4th

1st

*Even though the Combined Score of Bidder 5 and Bidder 1 is same, Bidder 5 will be awarded

the Contract due to higher Technical score.

Page 30 of 36

Annexure-7

Statement of Non-Compliance

(Only Exceptions / Deviations to be rendered)

The Bidder shall furnish detailed statement of exceptions/deviations, if any, to the tender

stipulations, terms and conditions in respect of each Section of Bid Document in the following

format:

Section Number Clause No.(Page No) Non-Compliance Remarks

Authorised Person’s Signature: _________________

Name: _______________________________

Designation:_________________________

Seal of the Bidder:

NOTE: CSL expects the bidders to fully accept the terms and conditions of the bid document.

However, should the bidders still envisage some exceptions/deviations to the terms and

conditions of the bid document, the same should be indicated as per above format and

submit along with their bids. If the “Statement of Compliance” in the above Proforma is left

blank (or not submitted along with the technical bid), then it would be construed that the

bidder has not taken any exception/deviation to the tender requirements.

Page 31 of 36

Annexure-8

Authorisation Letter for Bid Opening

To

The Deputy General Manager – IT

Cochin Shipyard Limited

Perumanoor P O

Kochi – 682015

Sir /Madam ,

Sub : CSL's TENDER No. ______

We authorise Mr. /Mrs. ______________ (Name and address) to be present at the time of

opening of the above TENDER due on _____________ on our behalf.

Yours faithfully,

Authorised Person’s Signature: _________________

Name: _______________________________

Designation: _________________________

Seal of the Bidder:

Note: This letter of authority shall be on printed letter head of the Bidder and shall be signed

by a person who signs the bid.

Page 32 of 36

Annexure-9

Covering Letter for Financial Proposal

(On Applicant’s Letter Head)

The Deputy General Manager - IT

Cochin Shipyard Limited

Perumanoor P O

Kochi - 682015

Sir /Madam ,

Sub : CSL's TENDER No. ______

for Appointment of IT consultant for Improvement of IT infrastructure and ISO

27001:2013 certification.

I / We, _____ (Applicant's name) herewith enclose the Financial Proposal for selection of

my/our firm as Consultant for above.

I/We agree that this offer shall remain valid for a period of 90 (ninety) days from the proposal

due date or such further period as may be mutually agreed upon.

Yours faithfully,

Authorised Person's Signature: _________________

Name: _______________________________

Designation: _________________________

Seal of the Bidder:

Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.

Page 33 of 36

Annexure-10

Format - Financial Proposal

Item Description

Qty Unit Rate GST Total

1

IT Consultancy Service

for

Improvement of IT

Infrastructure and ISO

27001:2013 Certification

2

Manpower –Project Manager

3

Manpower –Team Members

(Average rate in case of

different rates )

Sub Total

GST @ ___%

Grand Total (Including GST)

Note:

The financial evaluation shall be based on the above Financial Proposal at the time of RFP.

Page 34 of 36

NON DISCLOSURE AGREEMENT Annexure-11

M/s Cochin Shipyard Limited, Perumanoor PO, Cochin-682015, (hereinafter called M/s CSL)

has entered into a contract with M/s(Company Name), with its registered office at (Office

address), (hereinafter called M/s (Company Name in Short) for the " IT Consultancy Service

for Improvement of IT Infrastructure and ISO 27001:2013 Certification " herein after referred

as “IT-Consultancy Service” , by placing Purchase Order (PO) (PO number) dt.(PO date) for an

amount of RS.(PO Amount) on M/s(Company Name). As per confidentiality Clause (Clause

no)of the PO, a Non-disclosure agreement has to be signed between M/s(Company Name)

and M/s CSL for complying the same without any level of dilution.

This Non-Disclosure Agreement, dated as of (Agreement date) is made and signed between

M/s CSL and M/s(Company Name) in connection with the Implementation of IT-Consultancy

Service in Cochin Shipyard Limited. M/s(Company Name) means any person employed by

M/s(Company Name) either directly or through their sub-contractors or provisional

employees or trainees working for the IT-Consultancy Service and M/s CSL means any person

of CSL employed either directly or through their sub-contractors or provisional employees

working for CSL. In this Agreement, unless the context otherwise requires. M/s CSL and M/s

(Company Name) shall hereinafter be jointly referred to as the "Parties" and individually as

the "Party"- The Party hereinafter disclosing information shall be referred to as the

"Disclosing Party" and the Party hereinafter receiving information shall be referred to as the

"Recipient" or "Receiving Party".

The Non-disclosure agreement covers the following;

a) Information relating to the IT Consultancy Service at M/s CSL shall not be disclosed by

M/s (Company Name) to any agency or any other persons not officially concerned with such

process. The undue use by M/s(Company Name) of confidential information related to the

process may be treated as breach of confidentiality and dealt with accordingly. Except with

the prior written consent of M/s CSL, M/s (Company Name) shall not at any time

communicate either in hard copy form or electronic means or in any other mode to any other

organisation, person or entity any confidential information acquired in the course of the

contract.

b) Neither Party will disclose to any third party without the prior written permission

consent of the other party any confidential information which is received from the other

party for the purpose of providing or receiving services.

c) Each party will take measures to protect the confidential information of the other

party that, in the aggregate are no less protective than those measures it uses to protect the

confidentiality of its own comparable confidential information, and in any event, not less than

a reasonable degree of protection. Both parties agree that any confidential information

received from other party shall only be used for the purpose of providing or receiving services

under the above referenced contract for IT Consultancy service.

In this agreement "Confidential Information" shall mean any information relating to the

Disclosing Party's business, commercial information or any information of a technical nature

comprising inter alia products, processes, methodologies, frameworks, models, ideas,

Page 35 of 36

interpretations, Legal, technical and other documents, manuals, tariffs, standards, software,

discs, reports, research, working notes, papers, data or information in wired or wireless

mode, drawings, layout , installation details of any equipment/crane/ machinery, data and

techniques used by/owned by "Cochin Shipyard Limited" in connection with Implementation

of IT Consultancy service in whatever form, provided all oral disclosure of confidential

information is submitted by the Disclosing Party in writing to the Recipient within 30 (thirty)

days, indicating compliance to the terms of this agreement.

In due consideration of the above, Cochin Shipyard Limited granting M/s (Company Name)

access to the Confidential Information and vice-versa, the Parties undertake that:

1. Subject to Clause 8 below, the Recipient will keep the Confidential Information strictly

confidential and will not disclose it to any third party without the Disclosing Party's prior

written consent, at any point of time.

2. Confidential Information will be disclosed only to those personnel and permitted

assigns of the Recipient who need access to the Confidential Information for the proper

performance of their duties in relation to the project and only to the extent necessary for the

purpose of Implementation of IT Consultancy service. The Recipient, will solemnly take

required steps appropriately in all means to ensure that all personnel to whom access to the

Information is given are aware of its confidentiality and that they are bound by restrictions at

least as onerous as those placed on the Parties by the terms of this agreement.

3. The Parties acknowledge that some or all of the Information is or may be price-

sensitive information and that the use of such information may be regulated or prohibited by

applicable legislations and the Recipient undertakes not to use any such Information for any

unlawful purpose. On acquiring any Confidential Information, the Recipient shall comply with

all applicable laws in India in relation to insider trading and otherwise the acquisition of

securities.

4. The Recipient agree to indemnify and hold harmless the Disclosing Party, its partners

and staff and any of the Disclosing Party's clients to whom the Information relates against all

loss, damage and expense (including legal expenses relating to any actions, proceedings and

claims brought or threatened) of whatsoever nature and howsoever arising out of any breach

by the Recipient of the confidentiality obligations under this Agreement.

5. Confidential Information disclosed to the Recipient will be used solely for the purpose

of Implementation of IT Consultancy service.

6. The Recipient shall establish and maintain all reasonable security measures to provide

for the safe custody of the Information in whatever form it may be and to prevent

unauthorized access to it.

7. This Agreement shall remains in effect for 10 years from the Effective Date of this

Agreement ("Term"). On successful implementation of the IT Consultancy Service, the

Recipient shall return all the Confidential Information disclosed to the Recipient and any

copies thereof in whatever form it may be including soft copies, electronic forms to the

Discloser.

Page 36 of 36

8. The obligations contained above shall not apply to any Information which

a. is or subsequently comes into the public domain otherwise than through a breach of

this agreement;

b. is already rightfully in the Recipient's possession;

c. is obtained by the Recipient from a third party without any restriction on disclosure;

d. The Recipient required to disclose by law or professional or regulatory obligation

with the Disclosing Party's prior written consent.

9. Each party shall be responsible for any breach of this Agreement by any of their

respective Representatives. If the Recipient becomes aware of any breach of confidence or

threatened breach of confidence by any of the Recipient's direct employees or provisional

employees including trainees or agents or sub-contractors, the Recipient will promptly notify

the Disclosing Party of the same and give the Disclosing Party all reasonable assistance in

connection with any proceedings which the Disclosing Party may institute against such

persons. In case of breach of confidence, the damages will be assessed by the discloser and

compensation claimed from the recipient as per the suitable laws as applicable in India

including Indian Penal Code, Information Technology Act 2000, Intellectual Property law,

Indian Contract Act, company laws and the jurisdiction for all such proceedings will be at the

courts at Ernakulam.

10. The Recipient shall comply with the obligations set out herein throughout the tenure

of contract and thereafter.

11. The Recipient acknowledges that the Disclosing Party shall retain the copyright and

intellectual property rights in the Confidential Information and that the Receiving Party shall

not copy, adapt, transmit through wired media or wireless media, modify or amend full or any

part of the Confidential Information or otherwise deal with any part of the Confidential

Information except with the prior express written consent of Disclosing Party during period of

the above contract.

12. This Agreement shall be fully governed by and construed in accordance with the

relevant laws of India.

13. Notices: Any notice, claim or demand in connection with this agreement shall be given

in writing to the relevant party at the address set out herein and sent by letter/fax shall be

deemed received when properly sent, any notice sent by hand shall be deemed received

when actually delivered and any notice sent by post shall be deemed received 72 hours after

posting. A copy of all notices/replies sent between M/s CSL and M/s (Company Name) shall be

emailed to (Company mail id) & [email protected] respectively.

For M/s Cochin Shipyard Limited For M/s (Company Name)

DGM (IT) Business Head

Witness: 1 Witness: 1

Witness: 2 Witness: 2