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. Bidder’s 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. JaKeGA’s 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. NIC…………………………………………………………………………31
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 Preparation…………129
XIII. Litigation History……………………………………………….…...………..130
XIV. Data pertaining to ‘Vertical-Office’ Locations to be connected……...............131
XV. Details of the manpower required for running the operations…………...……139
XVI. Data pertaining to ‘Horizontal-Office’ Locations to be connected...................141
XVII. Technical Bid Proposal – Network Connectivity & Bandwidth …… 152
XVIII. Financial Bid Proposal – Network Connectivity & Bandwidth………….154 XIX. Details of Non Feasible Circuits(Total Non Feasible PoPs-TNF)….……..156
Jammu & Kashmir e-Governance Agency (JaKeGA)
(Information Technology Department, GoJK)
TENDER NOTICE
NOTICE INVITING BIDS FOR PRIVATE PARTICIPATION IN CREATION OF
JAMMU & KASHMIR STATEWIDE AREA NETWORK (JKSWAN) IN THE
STATE OF JAMMU & KASHMIR
Government of Jammu & Kashmir (GoJK) through Jammu & Kashmir e-
Governance Agency (JaKeGA) proposes to undertake the creation of a State Wide
Area Network (JKSWAN) in the State of Jammu & Kashmir by appointing private
agencies who shall establish the necessary infrastructure, undertake management of
processes and provide network connect ivi ty access in accordance with the
invitation for tender document. The bidder declared successful at the end of the bidding
process may be awarded a contract to implement the project on a build, own, operate and
transfer (BOOT) basis.
Interested parties can download the tender document from the following website::
www.jkit.nic.in
The tender document will be available at this website from 30/08/2012 to
18/10/2012(both days inclusive)
The cost of the Bid Document is Rs. 25,000/- (Rupees Twenty five thousand only)
which is non-refundable and non-adjustable and the same is to be deposited at the
time of submission of bid document in shape of a demand draft drawn on any
Scheduled Bank payable at Jammu / Srinagar. The Demand Draft shall be drawn in
favor of CEO JaKeGA, Srinagar, Jammu & Kashmir. The bid documents must be
submitted by Hand Delivery / Regd. Post/ Speed Post in sealed cover to the CEO
JaKeGA, S r i n a g a r , Jammu & Kashmir at the address indicated below on or
before 1700 hours on 18/10/2012 & will be opened as per the schedule indicated in
the instructions to the bidders in the draft tender document. Tender documents received
in incomplete shape or beyond the stipulated period shall not be entertained under any
circumstances. The authority reserves the right to accept or reject any or all tenders
without assigning any reason thereof.
Address Sd/-
CEO JaKeGA, CEO JaKeGA
Civil Secretariat, Srinagar, Jammu & Kashmir-
190001
Tel-0194-2450523, 2452269
e-mail:
Volume I
Part I
1
I The Project
I-1.Introduction
I-1.1 Jammu & Kashmir State
Jammu & Kashmir state has taken a pioneer initiative by adopting the e-Governance in the
State. This initiative has been taken by the State to transform itself into a knowledge
society. The initiative will include delivery of citizen services through innovative
programmes catering both urban as well as rural people. The Government of Jammu &
Kashmir, acting through its nodal IT & e-governance department, that is, Information
Technology Department, Govt. of J&K, hereinafter, for providing better quality of citizen
services to the people of Jammu & Kashmir.
Jammu & Kashmir covers 21,01,437 sq. Kms(excluding Pakistan and China occupied
parts), with a population of approximately 77,18,700. The State has witnessed rapid
expansion of telecom networks both in the public and private sector domains in recent
years. The major telecom players in the state today include BSNL, Reliance Infocom,
Bharti Airtel, Aircel, Vodafone and Tata Indicom. Despite the rapid proliferation of telecom
communication networks in the State, the benefits of Information Technology have yet to
reach a large number of people, especially in rural areas. The telecom density in Jammu &
Kashmir is good and has come to the level of an average. However, the PC penetration rate
in the state is also extremely low. While there has been no systematic survey carried out for
estimating PC penetration, a fair assumption would be that the State has penetration rates
which are about the same as the national average(approx. 26%). The television cable
network in the State has however seen rapid progress.
2
The phenomenon of a digital divide poses several problems for developing countries all
over the world. Unless concerted steps are taken to bridge this divide the developing
countries are in danger of being left behind in the emerging digital economy. In order to
address the problem of the digital divide it is necessary to take action on three fronts.
Firstly, telecommunications infrastructure has to be put in place in order to provide
affordable bandwidth for large sections of the community. Secondly, low cost information
access appliances which are easy to learn and use by rural population have to be made
available in large numbers, to increase IT penetration rates. Thirdly, content relevant to the
lives of people needs to be developed and made available over networks. Any strategy for
bridging the digital divide will necessarily have to contend with these three essential
elements.
I-1.2 Vision
The vision of Government of Jammu & Kashmir is for the all round development of the
State of Jammu & Kashmir. The Govt. of J&K has decided to establish the State-wide
Information Technology Network referred as JKSWAN that would provide the basic
Information Technology backbone for carrying voice, data and video traffic for all
departments in the state which is necessary for effectively allowing government services to
be delivered from the states’ data centre to customer premises locations (which are the State
Head Quarters, District Headquarters, Block Headquarters, and various ministry and state
offices within pre-defined distances of their respective headquarters.). The Government of
3
Jammu & Kashmir recognizes the strategic importance of IT in improving the economy of
the state as a whole.
The Govt. of J&K has developed an IT policy that defines these key objectives:
• Access to information for all its citizens;
• Electronic Governance & Re-engineering of Government Processes by effective
deployment of Information Technology.
• Transparent, efficient, and quick decision making in government administration;
• Increased IT literacy and creation of trained manpower;
• Attracting investment in IT related industries with attractive policies; and
• Establishment of a good information and communication infrastructure.
I-1.3 Objective
The Government of Jammu & Kashmir through Jammu & Kashmir e-Governance
Agency (JaKeGA) under Information Technology Department, Govt. of J&K, is
embarking on the state-wide automation of its operations and implementing e-
Governance initiatives. Various departments of the government are in the process
of developing and implementing software applications which will be hosted by the
state data center.
Also as an imperative of the e-government master plan, the government of Jammu
& Kashmir intends to provide services on the Internet to its citizens in a secure and
controlled manner. These services must be consistently available and have the
capacity to grow, as requirements increase.
The Network will provide secure links with sufficient speed and bandwidth to
allow the exchange of information among the state departments and provide online
services to the Public, regardless of location.
The State Wide Area Network (JKSWAN) will support the framework/architecture
necessary for secure and confidential electronic transactions. The network will
support intelligent applications that monitor access to the infrastructure and if
necessary, encrypt data to ensure the safe and secure transmission of information.
The State Wide Area Network will implement platforms that promote open systems
and interoperability.
The key objectives of a State Wide Area Network are:
• To establish a state communications infrastructure to provide Government
departments in the State Of Jammu & Kashmir ability to access the applications
hosted by the state data centre.
• To provide robust communication infrastructure so that every citizen in the
state has access to government services and information when and where they
need.
4
• To move toward converged communications services (voice, data and video)
by achieving a single centralized communication infrastructure for the state.
• Avoiding unnecessary movement of vehicles, employees and documents.
• Reduction in postal, courier and public telephone expenditure.
• Prompt disaster management.
• Maintenance of law and order, quick tracking and capture of criminal and
undesirable elements.
I-1.4 The Project aims -
The project aims to provide government administrative functionality over a robust
communication backbone, including services to citizens under the Municipal
Corporations and Collectorates. Some key objectives are:
• Avoiding unnecessary movement of vehicles, employees and documents.
• Reduction in postal, courier and public telephone expenditure.
• Prompt disaster management.
• Maintenance of law and order, quick tracking and capture of criminal and
undesirable elements.
JKSWAN a core infrastructure project under ‘National E-Governance Action Plan’
is a joint venture project of Department of Electronics and Information Technology
(DeitY), GoI and Information Technology Department (ITD), GoJK.
Under JKSWAN minimum 2Mbps connectivity is to be provided up to the Block
level in the state of Jammu & Kashmir.
In this regard, Government of Jammu & Kashmir acting through the JaKeGA under
ITD, invites detailed Bid Proposals from interested parties (Bidders) in order to
select a qualified party for implementing the project as above, in accordance with
the terms and conditions of this document (hereinafter referred to as ‘Tender
Document’).
The party whose Bid Proposal is accepted by JAKEGA at the end of the bidding
process (the “Successful Bidder”) may be awarded a Concession on Build Own
Operate Transfer (BOOT) basis by JAKEGA to take up the Project. A draft of the
Concession Agreement is provided in Part III of tender document. The
Concessionaire (the “Successful Bidder”, in case the Concession is awarded to it)
shall be responsible for implementing the Project at its cost, expense and risk in
accordance with the terms and subject to the conditions laid down in the
Concession Agreement to be signed between the Successful Bidder and JAKEGA.
Available data pertaining to addresses and location details of point of presence at
State Head Quarter (SHQ), District Head Quarter (DHQ) and Block Head Quarter
(BHQ) (referred as ‘vertical offices’) in the state of Jammu & Kashmir are given at
Appendix XIV.
I-2.Brief Description of the Bidding process
Government of Jammu & Kashmir acting through its nodal agency JaKeGA
under IT Department invites detailed proposals (Pre Qualification Bid Proposal,
Technical Bid Proposal and Financial Bid Proposal, together referred to as “Bid
Proposal”) for undertaking the Project.
5
Based on the submissions made in the Bid Proposal and any other
submissions requested by JaKeGA and in line with the terms and conditions of
this Tender Document, JaKeGA may select one of the Bidders as the Successful
Bidder. The Successful Bidder would have to enter into a Concession Agreement
(provided in Part III of this Tender Document) and all other documents attendant
or ancillary thereto and carry out its responsibilities as stipulated therein.
The terms used in Tender Document and not defined herein shall have the
meaning ascribed thereto in the Concession Agreement.
I-3.Qualified Bidder
Parties intending to submit their Bid Proposals must fulfill the
conditions (Qualified Bidder) specified at Clause II.1.2.
The Bidder can be a single entity or a group of unique entities (hereinafter
referred to as Consortium), coming together to implement the Project. The term
Bidder used hereinafter would therefore apply to both the single entity as well as
Consortium, provided however that any such consortium shall not consist of more
than two entities.
I-4.Bid Proposal Preparation
The Bidder shall be responsible for all costs associated with the preparation of its
Proposal and its participation in the Tender Document process. JaKeGA
will neither be responsible nor liable in any way for such costs, regardless of
the conduct or outcome of the Tender process.
I-5.Contents of Tender Document
The Tender Document consists of following volumes and would include any
addenda issued in accordance with clause I-9 of Tender Document.
Part I Instructions To Bidders
Part II Minimum Technical Requirements
Part III Draft Concession Agreement
I-6.Availability of Tender Document and Intimation to JaKeGA
Prospective bidders intending to participate in this bidding process may download
the Tender Document from the following websites during the period
indicated in the Schedule of Bidding Process.
www.jkit.nic.in
Immediately thereafter, the prospective bidders should provide intimation to
6
JaKeGA (“Intimation to Tender”) in the format provided at ‘Appendix I’ so as
to reach the address given at Para iv of Clause I-10.9 latest by the Last date
of submission as given in the Schedule for Bidding Process. JaKeGA or its agents
and advisors shall not be responsible for incapability of the intending
bidders to download the Tender Document from the websites mentioned above
nor for non receipt of the Intimation to Tender
I-7.Correspondence from JaKeGA
Notwithstanding anything contained in this Tender Document, all correspondence
from JaKeGA shall be sent only to those bidders whose Intimation to Tender
has been received by JaKeGA in accordance Clause I-6 of Part I of this Tender
with Document.
I-8.Clarifications
A prospective Bidder requiring any clarification on the Tender Document may
notify JaKeGA in writing through post or facsimile. Bidders should send in
their queries latest by the Last Date for Receiving Queries as given in the
Schedule of Bidding Process.
Copies of JaKeGA’s 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 JaKeGA’s 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
JaKeGA’s 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 Bidder’s 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 Bidder’s 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. Bidder’s 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 Bidder’s 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 bidder’s 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. JaKeGA’s 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 bidder’s own, bidder’s group of
companies or bidder’s 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 PSU’s 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 bidder’s 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 state’s 20 District Headquarters (DHQ), the state’s 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 POP’s; 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 SHQ’s, 20 DHQ’s, 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)
Bidder’s 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.
2.2.4.4. Minimum Bandwidth
The following table illustrates the minimum requirements for the
JKSWAN:
Location Bandwidth
SHQs(Between Jammu & Srinagar) 20Mbit/s
SHQ to DHQ 8Mbit/s
State offices around SHQ (15Km Radius) 2Mbit/s
State offices around DHQ (10Km Radius) 2Mbit/s
District Head Quarters to Block Head Quarters (BHQ) 4Mbit/s
State offices around BHQ (5Km Radius) 2Mbit/s
2.2.4.5. Vertical - Backhaul Bandwidth
The bidder is expected to provide a vertical - backhaul network that is capable of
supporting the horizontal - distribution networks’ bandwidth requirements at full
capacity. The bidder should attach a network diagram of the proposed backhaul
network with clearly identified points. The bidder should translate the points into
the grid below noting the total amount of bandwidth that will be dedicated to the
state provided on the link.
2.2.4.6. Horizontal - Distribution Network (Pops)
The Bidder is also expected to provide the connectivity and distribution to the
horizontal offices of the respective headquarters. It is expected that to ensure
smooth running of e-governance services of state minimum bandwidth for the
34
proposed network solution is guaranteed by the bidder.
2.2.4.7. Network Termination at Horizontal Offices
The demarcation point of the network will be the HPE. An Ethernet connection
must be provided to the office/location for distribution within the office. A switch or
firewall/switch combination will be provided as required - specifically when
existing equipment will not suffice. The bidder is expected to define any
requirements or features required by the bidders’ network.
II- 2.2.5. IP Services
2.2.5.1. Voice over IP (VoIP)
The bidder will provide an enterprise VoIP solution that is capable of supporting
minimum users based on the following breakdown:
Location Locations IP Phones Total
State Head Quarters (SHQ) 2 1 2 Horizontal offices around SHQ (15Km Radius) 20 1 20 20 District Head Quarters (DHQ) 20 1 20 Horizontal offices around 15 DHQ (10Km Radius) 200 1 200 152 Block Head Quarters (BHQ) 152 1 152 Horizontal offices around 152 BHQ (5Km Radius) 760 1 760
Location Totals Users
SHQ/DHQ/BHQ 174
Horizontal offices around SHQ/DHQ/BHQ 1000
The solution presented should be distributed throughout the network and provide
resiliency in the event of link failures. The bidder is required to provide the
maximum number of horizontal offices clients supported by the proposed solution.
This should include minimum 20% additional office support for future
requirements.
The bidder is required to provide the network topology and the design details of the
proposed solution.
2.2.5.2. Video Conferencing over IP
The bidder will provide an enterprise Video Conferencing over IP solution that is
capable of supporting a video conference room at the state head- quarters plus
support based on the following breakdown:
Location Locations Dedicated VC Total
State Head Quarters (SHQ) 2 2 2 20 District Head Quarters (DHQ) 20 2 40
Location Totals Dedicated VC
SHQ/DHQ/BHQ 42
35
The Video conferencing solution should allow the end-user to dynamically change the
frame-rates as required. The solution must be able to support a minimum of 10 visible
simultaneous video sessions.
The bidder is required to provide the maximum number of clients supported by
the proposed solution.
The bidder is required to provide the network topology and the design details of the
proposed solution.
II- 2.2.6. Network Management
2.2.6.1. Infrastructure Management
The bidder will incorporate into their proposal a network management system
(supporting SNMP) that will manage equipment on both the backhaul and the
distribution network, including the HPE equipment prior to the network demarcation
point.
2.2.6.2. Power Management
The solution should provide the ability to remotely monitor power systems via SNMP
enabled power devices.
2.2.6.3. VoIP and Video Service Management
A VoIP and Video management solution has to be considered a separate application
from the network management software. Recognizing that there are numerous
permutations that are highly vendor dependent, the following features are deemed to
be preferred:
- Fault management and health monitoring
- Software management (remote configuration) and distribution of software
upgrades
- Network VoIP quality diagnosis and performance metrics
- Pre-emptive identification and resolution of problems
Future options that should be supported in a road-map:
- Call Accounting
- Carrier bill consolidations if/when PSTN connectivity is permitted and added
36
II- 2.2.7. Network Security
2.2.7.1. Encryption
Recognition that the network is carrying state information that is sensitive. Bidder will
adequately document encryption and security features of their solution. The
identification should clearly explain the encryption and security features of the
vertical network between the data center and the POP’s, and separately the
horizontal network between the POP and the HPE.
2.2.7.2. VPN
Network security options will include VPN, bidder must clearly indicate VPN
overhead bandwidth requirements for the proposed solution.
II- 2.2.8. Port Isolation
The solution is expected to be able to provide port isolation on switches to prevent
access to the state network from locations that are resulting in a network
performance issue due to viruses or worms on infected machines beyond the
demarcation point. If the features are not available in the switches proposed, the
bidder is required to demonstrate how the locations with the problem will be isolated
and removed from the network in under
15 minutes and connectivity restored in under 30 minutes.
Bidders are reminded to provide documentation with regard to vendor specification
and datasheets, for such solutions.
II- 2.2.9. Network Racks
The bidder will provide network racks at each POP and distribution point along the
backhaul network. In the event equipment is co-located in an existing government
office, the bidder is required to provide a dedicated rack, and define the space
required for such.
II- 2.2.10. Temperature control
Bidder is required to provide a plan and the equipment to control the temperature
in each location where equipment will be installed.
II- 2.2.11. Certification
Bidder is required to provide a list of certifications the bidder has,
stipulating if belong to organisation or to employee. Bidder is also
expected to provide a list of advance certification for which he has applied
and expected to receive soon along with timeline, location of certifying
agency, and schedule of required certifications.
37
II- 2.2.12. Equipment List
The bidder is required to provide a matrix of all equipment and
infrastructure proposed in the network solution (vertical and horizontal
distribution network).
Equipment list (Sample)
Vendor
Model /
Part
Number
Description
Estimated
Number
of Units
Being
Deployed
IEEE
Compliance
Safety
EMC
SNMP
Support
1. e.g.
ABCE
2.
XY-
C6503
Abcd
Cdefgh
6503
chassis
2222
UL 1950
· EN 60950 · CSA-C22.2 no. 950
· IEC 60950 · AS/NZA 3260
· 21 CFR 1040 · EN 60825-1
· IEC 60825-1 · TS 001
FCC (CFR
47, Part
15) Class A
38
II-2.3. Criteria for Evaluation
i. Technical Proposals submitted by Qualified Bidders will be evaluated
by the Technical Evaluation Committee of JaKeGA to ascertain if it is
substantially responsive and if it satisfies the technical parameters
specified in the Concession Agreement. Given below are some of the
question for which the Bidder’s response will be evaluated
(a) Management Considerations
• Ability of the bidder to meet its schedule and budget commitments?
• Track record in meeting its commitments?
• Satisfaction levels of the bidder’s current customers, including long-
term customers?
• Does the bidder have any long-term customers?
• What are the bidder’s project-management capabilities? Does it have
expertise in all aspects of wide area networking project management
including size estimation, cost estimation, project planning, project
tracking, and project control?
• Product support by the bidder?
• Is any litigation pending against the bidder?
(b) Technical Considerations
• Bidder’s ability to rise to the technical challenges of the project?
• Technical capability of the bidder staff?
• What is the level of the bidder’s expertise in the networking area and
handling similar boot operations?
• Is the quality of the bidder’s other work for other customers
acceptable? Does the bidder have quantitative data to support its
quality claims?
• Is the quality of the bidder’s work sufficient to support future
enhancements?
(c) General Considerations
• Is the bidder financially stable? What would happen to JKSWAN
project if the bidder encountered a severe financial downturn?
• Does the bidder have the capacity to complete such a project? Is IT
Infrastructure its primary business?
• The Bidders will be asked to make a presentation to the Proposal
Evaluation Committee on the Technical Bid Proposal, the Work Plan
39
and to answer any queries. The date for making the presentations
will be as specified in Schedule of Bidding Process.
ii. The reasonableness and viability of the Technical Bid Proposal would
be ascertained based on the following factors:
- Deviations from the scope of the Project, prescribed design standards
and features, operation and maintenance requirements,
specifications and other technical parameters;
- Feasibility of Project scheduling plan and deviations from scheduled
Project completion date; and
- Any other deviation
iii. JaKeGA would have the right to review the Technical Bid Proposals
and seek clarifications where necessary.
iv. JaKeGA may ask any of the Bidders to modify the Work Plan provided
at Appendix-XII in the Proposal at any time prior to the opening of the
Financial Bid Proposal. The Work Plan as agreed between JaKeGA and
the Bidder who may subsequently be selected as the Successful Bidder
shall form a part of the Concession Agreement as one of Schedules.
II-2.3.1. Technical Bid Proposal Evaluation Matrix
Sr. No. Attribute (s) Category Points
Criteria Break down
Points
1 Organizational
Capability-
20
1.1 Network Infrastructure
Project Execution
Capabilities
4
1.1.1 Network Infrastructure projects implemented or
under implementation
(including all supply,
implementation and
Maintenance of >= 150
WAN locations,
integrating various media,
technologies, platforms)
2
1. Number of project executed such projects
3 or more such projects
1
2 such projects 0.5
Else 0
40
2. Maintaining above projects with defined SLA
in last 2 years
>1 1
1.1.2 Network Infrastructure Experience in Number of
Years – Oldest work order
executed successfully for
project same as 1.1.1
2
>=3 Years 2
2 Years 1
Else 0
1.2 Project Experience 7
1.2.1 Experience in WAN BOOT model projects with
operation at 50 locations.
(Ongoing satisfactory
operations / completed )
2 >=3 Projects
2
2 Projects 1
1 Project 0.5
Else 0
1.2.2 WAN with Converged Network (Voice, Data and
video) Implemented
3 3 or more Projects
3
2 Projects 2
1 Projects 1
Else 0
1.2.3 Network Operating Centre 2 >=2 Projects 2
Implementation for the WAN Projects (provide
evidence for same)
1 Project 1
Else 0
1.3 Manpower Strength involved in Network
related activity
2 >500 2
>300 to 500 1
>200 to 300 0.5
100 to 200 0.25
Else 0
41
1.4 Organisation Resource Base Capabilities
(Numbers and
qualifications)
4 Project Manager > 50
25 -50
else
Network Certified
Engineers
> 50
25 -50
else
Security Product
certified
Professional's
> 10
5 - 10
else
1
0.5
0
1
0.5
0
2
1
0
1.5 Track record with major
network component
provider quoted for this
projects
2
Bidder has executed or in the process of executing
one similar order from the
same group of OEMs.
1 > 10 Crores 1
>5-10Crores 0.5
Else 0
Spare Parts
Management: 1 Mark
for spare parts
management shall be
given only if the bidder
undertakes to keep 2%
spares at SHQ for the
entire period of BOOT.
1 1
42
1.6 Relevant Quality
&Project Management
Certifications-
Internationally accepted
and renowned quality
certifications (e.g. BS7799
/ ISO 9001:2000/ISO
10000 / ISO14001 /
BS15000)
1 1 > = 3 Certification
1
2 Certification 0.5
Else 0
2 Methodology / Process - 8
2.1 Proposed Implementation Plan including week wise
activities
3 Evaluation committee will
form its own
benchmark for
scoring
2.2 SLA Management 2 Evaluation committee will
form its own
benchmark for
scoring
2.3 Help Desk System Proposed
1 Evaluation committee will
form its own
benchmark for
scoring
2.4 Proposed Training Management Plan and
Change Management
Process
1 Evaluation committee will
form its own
benchmark for
scoring
2.5 Documentations Methodologies (including
report generation skills,
review process, version
control, confidentiality etc)
1 Evaluation committee will
form its own
benchmark for
scoring
3 Technical Solution
Proposed, Hardware /
software and Tools to be
deployed-
15
43
3.1 Compliance of specifications (as given in
the tender document Part-II
as Schedule of Minimum
Technical Specifications)
5 Evaluation Committee will
evaluate the
importance of
the non
complied clause
if any, except
those having
material
deviation (as
referred in the
Article I-16.3)
each non -
compliance will
be liable for
deduction of 2
points from this
score.
3.2 1 Solution
Description 10
Wide Area Networ k 5
Messaging 2
Horizontal connect LAN
ivity + 2
Security Services 2 2 Solution Scalability VSAT 4
Solution Scalability
Evaluation
committee will
form its own
benchmark for
scoring
5
4 Manpower Deployment
Quality - Core Project
team including Number
and Quality of People
proposed for operations
3 Evaluation committee will
form its own
benchmark for
scoring
5 Facility Management
Experience Number of
Facility Management
Projects along with
category type covering at
least 50 different locations.
Successfully operating or
completed
2 2
>=2 Projects 2
1 Projects 1
44
6 Financial Strength 7
6.1 Bidder’s annual turnover ( IT Infrastructure , IT
Services and FM Services)
in last financial year
2
>=Rs 300Cr 2
Rs.200-300Cr 1
Rs.100-200Cr 0.5
Else 0
6.2 Bidder has made profit after tax (PAT) in last
financial year.
However, central
PSU’s are exempted.
1 > Rs 100Cr 1
Rs 25- 100Cr 0.5
Else 0
6.3 Bidder has made profit after tax (PAT) of more
than Rs.25 Cr per
annum. However, central
PSU’s are exempted.
1 Since last 3 years
1
Since last 2 years
0.5
Else 0
6.4 Networth. However, central PSU’s are exempted from Net-worth clause.
1 > Rs. 100 Cr. 1
Rs 50 – 100 Cr. 0.5
Else 0
6.5 Source of Funding 2 Bidder raises finance through
Internal accruals
2
Bidder has readily available
funding through
tie ups with FIs,
Banks etc.
1
45
7 Presentation: The bidder will give One Hour
presentation on the
proposed JKSWAN. The
content of this presentation
should be provided in
triplicate in CDs.
Marks to be awarded by
Technical committee on
the basis of solution
offered: a. Solution meeting the
requirements
b. Clarity of the solution
offered
c. Any improvement
innovations/suggestion in the
proposed solution
The presentation should
clearly describe the
solution covering the
following-
• Solution Description
• Wide Area Network
• Messaging • Helpdesk facilities
• Horizontal connectivity
+ LAN
• Security Services
• Components Offered
• Network Components
offered
• Solution Scalability
• Project Plan and Time
Schedule
• Operations including SLA
Implementation and
Management Methodology
Proposed
• Acceptance Test Plan and
Procedures
• Training Plans
• Core Project team including
Number and Quality of
People proposed for
operations
7 Evaluation committee will
form its own
benchmark for
scoring
46
8 Experience 8.1 The bidder having
provided of
bandwidth for
commissioning of MPLS
network connecting a minimum
of
150 locations during the last five
financial years i.e 2007-
08,2008-09, 2009-10, 2010-11
and 2011-12.
6 3 projects of
minimum 150
locations
6
2 projects of
minimum 150
locations
4
1 project of
minimum 150
locations
2
9 Wireless: Bidder having deployed
wireless 16D compliant
solution
Above
4
9.1 More than 100 node 4 9.2 More than 80 less
than 100 nodes 3
9.3 More than 50 less
than 80 nodes 2
1
0 Laying of
Fibre:
Bidder having its own fiber in
the State of J&K
5
10.1
500 kms 5 10.
2 400 kms 4
10.3
300 kms 3 11
STM:
MPLS network capabilities 4
11.1
STM 4 or above 4 11.
2 STM 3 3
11.3
STM 2 2 1
2 Coverage of
Nodes:
Bidder offering connectivity as
per the RFP to the nodes
10
12.1
>90%<100% nodes 10 12.
2 >85%<90% nodes 7
47
12.
3
>80%<85% nodes 5 12.
4 >75% <80% nodes 3
1
3 9
13.1
Understanding of the
requirement of the connectivity 3
2
1
13.2
Technical solution, presentation
and redundandencies
build in the MPLS
network through which
the connectibvity is
proposed to JKSWAN
3
2
1
13.
3
Type of last mile connectivity
offered 3
2
1
48
II-2.3.2. Check list of Technical Bid Proposal
Sr. No. Attribute (s) Remarks
1 Organizational Capability-
1.1 Network Infrastructure Project
Execution Capabilities
1.1.1 Network Infrastructure projects implemented or under
implementation (including all
supply, implementation and
Maintenance of >= 150 WAN
locations, integrating various
media, technologies, platforms)
1. Number of project executed such projects
Provide a copy of satisfactory completion certificate signed by the
customer indicating the required
information
2. Maintaining above projects with defined SLA in last 2 years
Provide a copy of satisfactory completion certificate signed by the
customer indicating the required
information
1.1.2 Network Infrastructure Experience in Number of Years – Oldest work
order executed successfully for
project same as 1.1.1
Provide a copy of satisfactory completion certificate signed by the
customer indicating the required
information
1.2 Project Experience
1.2.1 Experience in WAN BOOT model projects with operation at 50
locations. (Ongoing satisfactory
operations / completed )
Provide a copy of ongoing satisfactory operation or
completion certificate signed by the
customer indicating the required
information
1.2.2 WAN with Converged Network (Voice, Data and video)
Implemented
Provide a copy of satisfactory completion certificate signed by the
customer indicating the required
information.
49
Sr. No. Attribute (s) Remarks
1.2.3 Network Operating Centre (NOC) Implementation for the WAN
Projects (provide evidence for
same)
Provide a copy of satisfactory completion certificate signed by the
customer indicating the required
information. Bidder may also
provide suitable evidence in case it
has its own NOC
1.3 Manpower Strength involved in Network related activity
A letter certifying the category wise manpower together with
testimonials / supporting document
authenticating required
qualifications of the persons
employed to be submitted as a part
of this bid
1.4 Organization Resource Base Capabilities (Numbers and
qualifications)
1.5 Track record with major
network component provider
quoted for this projects
Bidder has executed or in the process of executing one similar
order from the same group of
OEMs.
Copies of the work order and a letter from the OEM on company
letter head
Spare Parts Management: 1 Mark for spare parts
management shall be given
only if the bidder undertakes to
keep 2% spares at SHQ for the
entire period of BOOT.
Attach affidavits
1.6 Relevant Quality &Project
Management Certifications-
Internationally accepted and
renowned quality certifications
(e.g. BS7799 / ISO 9001:2000 /
ISO14001 / BS15000)
Attach attested photocopies of the Certificates
2 Methodology / Process - Provide a detail write up and project plan in MS-Project format
to help Evaluation committee to
form its own benchmark for
scoring.
2.1 Proposed Implementation Plan including week wise activities
2.2 SLA Management
2.3 Help Desk System Proposed
2.4 Proposed Training Management Plan and Change Management
50
Sr. No. Attribute (s) Remarks
Process
2.5 Documentations Methodologies (including report generation skills,
review process, version control,
confidentiality etc)
3 Technical Solution Proposed,
Hardware / software and Tools to be deployed-
3.1 Compliance of specifications (as given in the tender document Part-
II as Schedule of Minimum
Technical Specifications)
Attach a copy of Tender Vol –II with clearly indicating compliance
and non compliance along with
data sheet of the product proposed.
Evaluation Committee will
evaluate the importance of the non
complied clause if any, except
those having material deviation (as
referred in the Article I-16.3) each
non - compliance will be liable for
deduction of 2 points from this
score. Attach a report on solution
description indicating approach
towards -
3.2 1 Solution Description Wide Area Network
Messaging
Horizontal connectivity + LAN
Security Services
VSAT 2 Solution Scalability Solution Scalability
4 Manpower Deployment Quality - Core Project team including Number and Quality of People
proposed for operations
Provide a detail write up and
project plan in MS-Project format
to help Evaluation committee to
form its own benchmark for
scoring.
5 Facility Management
Experience Number of Facility
Management Projects along with
category type covering at least 50
different locations. Successfully
operating or completed
Provide a copy of satisfactory ongoing operation or completion
certificate signed by the customer
indicating the required information
51
Sr. No. Attribute (s) Remarks
6 Financial Strength
6.1 Bidder’s annual turnover ( IT Infrastructure , IT Services and
FM Services) in last financial year
Required information may be attached duly certified by bidders
Statutory Auditors of a firm of
Chartered Accountants 6.2 Bidder has made profit after tax
(PAT) in last financial year
6.3 Bidder has made profit after tax (PAT) of more than Rs.25 Cr per
annum
6.4 Net-worth
6.5 Source of Funding Attach a copy of Board of Director resolution regarding financial
arrangements for the funding of the
project worth Rs.100 Crores or
above. Detail schedule of funding
is required.
7 Presentation: The bidder will give One Hour presentation on the proposed JKSWAN. The content of this presentation should be
provided in triplicate in CDs. Marks to be awarded by Technical
committee on the basis of solution offered:
a. Solution meeting the requirements
b. Clarity of the solution offered
c. Any improvement innovations/suggestion in the proposed solution
The presentation should clearly describe the solution covering the following-
• Solution Description
• Wide Area Network
• Messaging
• Helpdesk facilities
• Horizontal connectivity/LAN
• Security Services
• Components Offered
• Network Components offered
Sr. No. Attribute (s) Remarks
• Solution Scalability
52
• Project Plan and Time Schedule
• Operations including SLA Implementation and Management Methodology Proposed
• Acceptance Test Plan and Procedures
• Training Plans
• Core Project team including Number and Quality of People proposed for operations
II -3 Financial Bid Proposal
II-3.1. Contents
In the Financial Bid Proposal the Bidder is required to quote the Service
Charges that it will be allowed to levy in respect of the following two
Specified Services rendered to the state.
- Supply and installation of network equipments and their accessories
confirming to minimum specification given herein after hereinafter
- operation and facility management of above installation in the state
as per SLA and concession agreement
The Service Charges quoted by the Bidder shall be exclusive of all the
taxes, duties and levies and shall remain firm throughout the Concession
Period. The Financial Bid Proposal shall be submitted in the format
provided at Appendix XII.
Bidder is to quote considering both i.e. basic design and deliverables.
QGR shall be calculated keeping in mind deliverables as described in the
technical Bid. Network architecture proposed have been design keeping in
mind the deliverables, bidder shall also include cost for any addition on
account of hardware/software, manpower etc. which are necessary for
meeting the deliverables and SLA conditions. Supply, Installation and
Commissioning of Equipments / Items as per the specifications given in
this tender document, Configurations and Specifications as mentioned are
the minimum and have to be provided by the successful bidder. However
successful bidder can put enhanced version of equipment after getting it
approved by JaKeGA, FREE OF COST.
Bidder will also be responsible for the Provisioning, Planning and
Commissioning of network for the user departments at various POPs.
Leased Line Service Provider for JKSWAN will be engaged directly by
53
II-3.2.
JaKeGA. Manpower deployment for the purpose of O&M as specified in
the technical Bid is the minimum requirement and anything above the
specified one has to be provided for achieving required SLA.
The payment will be done on a pro rata basis. It will depend on the number
of PoPs that are made operational. Bidder has to take in to account that
the payment will be released on Quarterly basis as per accepted QGR
rates calculated on the basis of actual quantities of installed equipments.
The payment will start only after full commissioning o f JKSWAN and
deployment of manpower as per requirement specified in hereinafter.
Amount qualified for payment will be arrived, considering SLA and will
be certified by Third Party Monitoring Agency. No payment will be
released for the services rendered by successful bidder during
commissioning of JKSWAN, however successful bidder has to provide
services expected from JKSWAN by the JaKeGA and user department
during such period.
Criteria for Evaluation
The Bidder shall quote for all costs as asked for in the financial templates.
A portion of these costs for Civil and Electrical Work at all PoPs shall be
paid upfront to the Bidder by JaKeGA.
The rest of the costs shall be paid on a quarterly basis to the Bidder. This
is termed Quarterly Guaranteed Revenue (QGR). Each type of site shall
have an associated QGR value. The Bidder shall be paid this QGR every
quarter after deducting the penalties applicable for that quarter. However,
the Bidder shall receive a minimum of 50 % of the Total QGR every
quarter. Penalties shall be applied against the remaining 50% of Total
QGR. Hence the Bidder is guaranteed a payment of 50% of Total QGR
every quarter. The Bidder’s request for payment shall be made at the end
of each quarter by invoices along with following supporting documents:
• Performance statistics
• Log of network parameters along with Service Down time
calculation and Uptime percentage.
• Any other document as asked for by JaKeGA necessary in
support of the service performance acceptable to JaKeGA.
The JaKeGA or any Third Party Agency appointed by it shall verify all
the supporting documents as prescribed and acceptable to JaKeGA. On
receipt of such invoice after verification by the Third Party Agency
and after deducting Income Tax, other taxes and any Penalties, JaKeGA
shall pay the amount within a period of 45 days. The Bidder shall
furnish all tax payment receipts to JaKeGA.
54
II-3.3. Criteria for Evaluation
The bidder is required to provide a detailed breakdown of the cost of the
proposed solution to the State in the table below. The table provides a
breakdown of costs by Vertical-backhaul, Horizontal-distribution,
Horizontal Office Premises Equipment (HPE), and services (e.g. VoIP &
video conferencing etc) separately for state funded as well as DIT funded
part of the project.
The bidder is required to clearly delineate the one time capital expenditure
of the proposed solution from ongoing operating expenses over 5 years.
The bidder is required to price out (a fixed price) the additional costs of
providing access to the state network to educations institutions, hospitals
and state and designated office locations beyond the defined network
scope per location (capital costs and operating costs) over a five year
period.
The bidder should not incorporate connectivity to these institutions or
offices into their proposal, but should provide a binding proposal that can
be exercised by the state. The solution is clearly above and beyond the
scalability options presented and should focus on costs associated with the
expansion of the backhaul network or exclusively on the distribution
network.
The proposal must clearly delineate one time capital expenditure from
ongoing operating expenses – specifically connectivity fees.
II-3.4. Government of Jammu & Kashmir
JaKeGA reserves the right at the time of award of contract to increase
or decrease the number of pops or remotes/horizontal offices at different
tiers specified in the tender without any change in unit prices or other terms
and conditions.
II-3.5. Asset Transfer to the Government of Jammu & Kashmir
The bidder is required to provide a table that clearly provides details of all
equipment that will be transferred to the State at the end of five years.
55
APPENDICES
56
Appendix I
Format for Intimation to Tender
(On the Letter head of the Bidder or Lead Member in case of a Consortium)
To Date:
The Chief Executive Officer, Jammu & Kashmir e-Governance Agency (JaKeGA)
Civil Secretariat, Srinagar –
190001, Jammu & Kashmir
Ref: Notice Inviting Tender for Jammu & Kashmir State Wide Area
Network (“the Project”)
Dear Sir,
Being duly authorized to represent and act on behalf of (name of
the Bidding company) in connection with the above mentioned Project,
the undersigned hereby confirms our intention to submit our Proposal in
response to and in accordance with the Invitation for Tender (Tender
Document) document dated 30/08/2012 issued by JaKeGA for the
above- mentioned Project.
Till submission of Proposal as per Tender Document, our address for all
correspondences in relation to the Project will be as under:
i. Name :
ii. Designation :
iii. Address :
iv. Telephone Number :
v. E-mail address :
vi. Fax Number :
Signature of Authorized Person : ---------------------------
Name of the Authorized Person : ---------------------------
Designation of Authorized Person : ---------------------------
57
Appendix II
Format of Earnest Money Deposit This Deed of Guarantee executed at _________________________
____ by _________________ (Name of the Bank) having its Head /
Registered office at and having one of its branches at
_____________ Jammu (hereinafter referred to as “the Guarantor” ) which
expression shall unless it be repugnant to the subject or context thereof
include its heirs, executors, administrators, successors and assigns;
In favour of Chief Executive Officer, Jammu & Kashmir e-Governance
Agency (JaKeGA) under Department of Information Technology,
Government of Jammu & Kashmir, Civil Secretariat, Jammu –190001,
Jammu & Kashmir, (hereinafter referred to as “JaKeGA”) which expression
shall unless it be repugnant to the subject or context thereof include its
heirs, executors, administrators, successors and assigns;
Whereas Name of the bidder Ltd., a Company /
partnership firm / proprietorship concern registered under the
(name of the relevant act/law under which
incorporated) having its registered office at
(hereinafter called “Bidder” which expression shall unless it be repugnant
to the subject or context thereof include its executors, administrators,
successors and assigns) has submitted its Proposal for award of
Concession for the project of Jammu & Kashmir State Wide Area
Network (JKSWAN) in the State of Jammu & Kashmir vide
Invitation for Tender Document dated 30/08/2012’ issued by
JaKeGA Government of Jammu & Kashmir (hereinafter
referred to as “the Project”).
Whereas in terms of the Invitation for Tender Document dated 30/08/2012
(hereinafter referred to as Tender Document) issued by JaKeGA, the
Bidder is required to furnish to JaKeGA an unconditional and
irrevocable Bank Guarantee for an amount of Rupees 50,00,00.00
(Rupees Fifty Lakhs only) as Earnest Money Deposit and the Guarantor
has at the request of the Bidder agreed to provide such Guarantee being
these presents:
Now this Deed witness that in consideration of the premises, We,
Bank hereby agree, declare, undertake and guarantee as
follows:
1. We as primary obligor hereby irrevocably, unconditionally and
without reservation guarantee the due and faithful fulfillment and
compliance of the terms and conditions of the tender by the said
Bidder and unconditionally and irrevocably undertake to pay
forthwith to JaKeGA an amount not exceeding Rs. 50,00,00.00
(Rupees Fifty Lakhs only) without any demur, reservation, recourse,
58
contest or protest and without reference to the Bidder, if the Bidder
has failed to comply with and fulfill all or any of the terms and
conditions contained in the tender. A letter from JaKeGA stating
that the Bidder is in default in the due and faithful fulfillment
and compliance with the terms and conditions contained in the
tender shall be final, conclusive and binding on the Bank, in respect
of the forfeiture of the Earnest Money Deposit and the amount
due and payable under this Guarantee.
2. This Guarantee shall remain in full force and effect for a period of 270
(two hundred and seventy) days from the ____ (Proposal Due Date)
3. Subject to clause 1 above, any claim for payment under this Guarantee
shall be in the form of a written declaration by JaKeGA.
4. We………………..Bank further agree that JaKeGA shall be the sole
judge as regards the determination as to whether the Bidder is in
default of due and faithful fulfillment and compliance of the terms and
conditions contained in the Tender and the decision of JaKeGA in
this regard shall be final and binding on us, notwithstanding
any differences between JaKeGA and the said Bidder and/or any
dispute between JaKeGA and the Bidder pending before any Court,
Tribunal, Arbitrator or any other authority.
5. JaKeGA shall have the full liberty without affecting in any way the
liability of the Bank under this Guarantee from time to time to vary
any other terms and conditions of the said Tender document or to
extend the time frame for completion of bidding process or the period
of fulfillment and compliance with the terms and conditions contained
in the said Tender document by the said Bidder or to postpone for any
time and from time to time any of the powers exercisable by it against
the said Bidder and either to enforce or forbear from enforcing any of
the terms and conditions contained in the said Tender document or the
securities available to JaKeGA and the bank shall not be released
from its liability under these presents by any exercise by JaKeGA
of the liberty with reference to the matters aforesaid or by reason of
time being given to the said Bidder or any other forbearance,
act or omission on the part of JaKeGA or any indulgence by
JaKeGA to the said Bidder or of any other matter or thing whatsoever
which under the law relating to sureties would but for this provision
have the effect of releasing the Bank from its such liability.
6. Any notice by way of request, demand or otherwise hereunder shall be
sent by courier or by registered mail to the Bank, addressed as
aforesaid.
7. We undertake to make the payment on receipt of your notice of claim
59
on us addressed to (name of Bank along with branch
address) and delivered at our above branch that shall be deemed to
have been duly authorised to receive the said notice of claim.
8. It shall not be necessary for JaKeGA to proceed against the said
Bidder before proceeding against the bank and the Guarantee
herein contained shall be enforceable against the bank,
notwithstanding any other security which JaKeGA may have
obtained or obtained from the said Bidder, shall at the time when
proceedings are taken against the bank hereunder, be outstanding or
unrealised.
9. We Bank lastly undertake not to revoke
this guarantee during its currency except with the previous express
consent of JaKeGA in writing and agree that any change in
the constitution of the Bank or the said Bidder shall not discharge
our liability hereunder.
10. The Bank declares that it has the power to issue this guarantee and the
undersigned have full powers to do so on behalf of the Bank.
Date day of 2012
Signature of the Issuing / Authority with seal
CORPORATE SEAL
For Bank
Note: A covering letter of confirmation is also to be given by the bank
along with this bank guarantee.
60
Appendix III
Covering Letter for Pre Qualification Bid Proposal
To:
The Chief Executive Officer
Jammu & Kashmir eGovernance Agency (JaKeGA), Civil
Secretariat, Srinagar – 190001,
Jammu & Kashmir
Sir,
Subject: Pre-Qualification Bid Proposal for the project ‘Jammu
& Kashmir State Wide Area Network’ (JKSWAN) in
the State of Jammu & Kashmir vide Invitation for
Tender Document dated-30/08/2012 issued by JaKeGA.
With reference to above, we hereby submit our Pre Qualification Bid
Proposal for award of Concession for the
above mentioned Project in accordance
with Tender Document. Following documents and
information are enclosed herewith, in accordance with the Tender
Document:
1. EMD in the format and of the amount specified in Tender
Document dated 30/08/2012.
2. Details of Bidder as per the format given in Appendix IV
3. Power of Attorney in favour of the duly authorized signatory of the
Bidder in the format given in Appendix V
4. Copy of MoU entered into amongst the members of the
Consortium (if applicable) Appendix VI-A
5. 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)
6. Details of experience of Bidder as per the format given in
Appendix VII.
61
7. Financial Capability of Bidder as per the format given in Appendix
VIII.
I/We confirm that the Proposal submitted herein above will remain valid
till (Proposal Validity Period).
Dated this Day of 2012.
Name of the Bidder : ---------------------------
Stamp of the Bidder : ---------------------------
Signature of Authorized Person : ---------------------------
Name of the Authorized Person : ---------------------------
Designation of Authorized Person : ---------------------------
62
Appendix IV
Details of Bidder
Following details shall be given in respect of the bidding company or each
member of the Consortium, as the case may be:
1. General
i. Name
ii. Address of the corporate headquarters and its branch
office(s), if any, in India as well as in J&K State if any..
iii. Date of incorporation and / or commencement of business.
2. Brief description, including details of main lines of business
3. Details of individual or individuals who will serve as the point of
contact / communication for JaKeGA within the Company, with
following information:
i. Name
ii. Designation
iii. Company
iv. Address
v. Telephone Number
vi. E-mail address
vii. Fax Number
4. Name, Designation, Address, Phone Numbers and Fax Number of
Authorized signatory of the Bidder:
5. Name and details of Directors/Owners of Company
i. Name of Director/Owner
ii. Age
iii. Other Directorship
63
6. Details of Ownership
i. Detailed shareholding pattern of the company,
ii. List of individual Stock Holders/Members who own 10% or more
of the stock and their interest in the Company
iii. Details of fully or partially Convertible instruments such as
preference shares, convertible or partially convertible debentures,
etc.. Details shall include the number and amount of such shares
and debentures outstanding as on the date of latest audited
financial statement, likely date and triggers for such conversions
etc.
Information submitted under this paragraph above shall be certified by the
statutory auditors of the company.
7. List of documents to be enclosed with Appendix IV:
i. Certified true copies of Memorandum of Association (MoA) and
Articles of Association (AoA) of the Company;
ii. Audited Financial Statements of the Company for the last three (3)
Financial Years.
Name:
Signature:
(Authorized Signatory of the Bidder)
64
Appendix V
Format for Power of Attorney
Dated: / /2012
POWER OF ATTORNEY
To Whomsoever It May Concern
Know all men by these presents, we (name and registered
office address of the Bidder) do hereby constitute, appoint and authorize
Mr./Ms (Name of the Person(s)), domiciled at
(Address), acting as (Designation and the name of the firm), as
Authorized Signatory and whose signature is attested below, as our
attorney, to do in our name and on our behalf, all such acts, deeds and
things necessary in connection with or incidental to our Proposal for
award of Concession for the project of Jammu & Kashmir State Wide
Area Network (JKSWAN) in the state of Jammu & Kashmir, vide
Invitation for Tender (Tender Document) Document dated
30/08/2012, issued by Government of Jammu & Kashmir, including
signing and submission of all documents and providing information
and responses to clarifications / enquiries etc. as may be required by
JaKeGA or any governmental authority, representing us in all matters
before JaKeGA, and generally dealing with JaKeGA in all matters
in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our
said attorney pursuant to this Power of Attorney and that all acts, deeds
and things done by our aforesaid attorney shall and shall always be
deemed to have been done by us.
For ---------------------
(Signature)
(Name, Title and Address)
Accept
65
Notes:
(Attested signature of
Mr./Ms )
(Name, Title and Address of the Attorney)
- To be executed by the Bidder
- The mode of execution of the Power of Attorney should be in
accordance with the procedure, if any, laid down by the
applicable law and the charter documents of the executant(s)
and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
- Also, wherever required, the executant(s) should submit for
verification the extract of the charter documents and documents
such as a resolution / power of attorney in favor of the Person
executing this Power of Attorney for the delegation of power
hereunder on behalf of the executant(s).
66
APPENDIX – VI-A
DEED OF CONSORTIUM
(to be provided in original as part of Pre-qualification Bid on stamp paper of value
required under law duly signed by each member of a consortium of bidders in favour of
‘lead bidder’ for the tender)
TO WHOEVER IT MAY CONCERN
Whereas we, M/s. , M/s. and M/s.
(names of members of the consortium of bidders as registered by the
relevant registering authority under the deed relating to their respective incorporation)
have formed a consortium named to compete as a single consortium for
the award of the work for which Notice Inviting Tenders (NIT) has been issued by the
CEO JaKeGA, Government of Jammu & Kashmir vide its NIT dated 30/08/2012,
M/s. as a member of the said consortium and having its
registered address as is hereby duly authorised to fully represent and act
on behalf of, and as ‘lead bidder’ of the said consortium to sign the tender bid, conduct
negotiation(s), sign agreement(s) / contract(s), incur liabilities and receive
communication(s) for, and on behalf of, the consortium, and, further, to transact all other
necessary affairs in connection with all matters related to, or arising from, with the said
NIT. We hereby confirm that we are jointly and severally liable, together with the other
member(s) of the said consortium, to the Government of Jammu & Kashmir in the
Department of Information Technology & JaKeGA for all obligations of the consortium
in respect of all matters related to, or arising from, the said NIT.
In witness whereof, we have hereunto set under our respective hands and seals this
day of , 2012.
Signing for and on
behalf of, and
under authority
from, M/s.
(name of member
of consortium)
Signing for and on
behalf of, and under
authority from, M/s.
(name of member of
consortium)
Signing for and on
behalf of, and under
authority from,
M/s.
(name of member
of consortium)
67
(Signature)
Name of signatory
(Signature)
Name of signatory
(Signature)
Name of signatory
Designation of
signatory
Designation of
signatory
Designation of
signatory
(Seal of member
of consortium for
and under whose
authorisation
signing)
Name of witness
(Seal of member of
consortium for and
under whose
authorisation signing)
Name of witness
(Seal of member of
consortium for and
under whose
authorisation
signing)
Name of witness
Signature of
witness
Signature of witness Signature of
witness
Note: Original copy of the deed constituting the consortium referred
herein to be attached hereto.
68
Appendix VI-B
Format for Power of Attorney – For Consortium
Whereas Government of Jammu & Kashmir (hereinafter referred to
as “JaKeGA”) has invited Proposals from
interested parties for award of Concession for the project of
Jammu & Kashmir State Wide Area Network (JKSWAN) in the state of
Jammu & Kashmir (hereinafter referred to as “the Project”), vide
Invitation for Tender (hereinafter referred to as Tender Document)
document dated 30/08/2012, issued by Government of Jammu &
Kashmir, and,
Whereas, we, (Name of Address of the Lead Member) and (Name of
Address of the other Member of Consortium), (hereinafter collectively
referred to as “the Consortium”), propose to submit our Proposal in
accordance with Tender Document and on being awarded the Concession,
to implement the Project in accordance with the terms and condition of the
Tender Document and other connected documents in respect of the
Project,
And whereas it is necessary under the Tender Document for the members
of the Consortium to designate one of them as the Lead Member with all
necessary power and authority to do for and on behalf of the Consortium
all acts, deeds and things, as may be necessary, in connection with the
aforesaid Project.
NOW THIS POWER OF ATTORYNEY WITNESSETH THAT:
We and (respective names of the members of the Consortium)
hereby nominate (Name of the lead member of the Consortium),
being one of the members of the Consortium, as the Lead Member of the
Consortium, and authorize ---- (Name of the Lead Member) as our
constituted attorney in our name and on our behalf, to do or execute all or
any of the acts, deeds or things necessary or incidental to the
Consortium’s Proposal for the Project, including, inter-alia,
submission of Proposal, participating in conferences, responding to
clarifications/ queries, submission of information/documents and
generally to represent the Consortium in all its dealings with JaKeGA
or any other Governmental Authority , in connection with the Project
until culmination of the process of bidding and thereafter until the
Concession Agreement is entered into with JaKeGA.
69
And we hereby agree that all acts, deeds and things lawfully done by our
said attorney, pursuant to this Power of Attorney, shall be construed as
acts, deeds and things done by us and we undertake to ratify and confirm
all and whatsoever that the said attorney shall lawfully do or cause to be
done for us by virtue of the power hereby given.
In Witness hereof we have signed this deed on this
the
.
1. For and on behalf of
day of
2. For and on behalf of
Notes:
• To be executed by all the members in the Consortium.
• The mode of execution of the Power of Attorney should be in
accordance with the procedure, if any, laid down by the applicable law
and the charter documents of the executant (s) and when it is so
required the same should be under common seal affixed in accordance
with the required procedure.
• Also wherever required, the executant(s) should submit for verification
the extract of the charter documents and documents such as resolution/
power of attorney in favour of the person executing this power of
attorney for the designation of power hereunder on behalf of the
Consortium member.
70
Appendix VII
Details of Past Experience of Bidder
(Following information shall be provided separately in respect of each
member of the Consortium.)
A brief description of the project (separately to be given for each
project) in which the Bidder has executed wide area networking projects
of similar size and complexity in terms of Clause II.2.2, the following
information shall be submitted in respect of the sponsored entities)
including inter-alia:
1. Details of the Client/Agency on whose behalf / for whom the
networking was done:
i. Name
ii. Address of the corporate headquarters and its branch office(s), if
any, in India
iii. Nature of Business
iv. Name, title and contact details of the client’s person who can be
contacted for any related information
2. Information relating to the specific project
i. Title of the project and detailed scope thereof
ii. Start Date
iii. Completion date (expected completion in case project is not
completed)
3. Information relating to bidder’s/sponsored entity’s role in the project,
i. Scope of work/service (as per the contractual arrangement between
the client and the bidder/sponsored entity) for the
bidder/sponsored entity
ii. Location where the services were/are being provided by the
bidder/sponsored entity
iii. Whether the project was undertaken in a consortium / joint
venture arrangement, if yes, then name, contact address and
scope of work for each of such consortium members of joint
venture partners
71
iv. Whether any associate firm was also employed, if yes, then
name, contact address and scope of work for each of such
associate member
4. Qualification Experience and Project cost
The information submitted under this paragraph shall be duly
certified by a Chartered Accountant or a Certified Public Accountant
Name:
Signature:
(Authorized Signatory of the Bidder)
Instruction :
1. Details of only Eligible Experience to be provided.
2. Annual figures may be provided for the last three
completed years of operation only. Year 1 refers to the latest
completed financial year; Year 2 refers to the financial year
before Year 1, and Year 3 refers to the financial before Year 2.
72
Appendix VIII
Financial Capability of the Bidder
(Following information shall be provided separately in respect of each
member of the Consortium.)
1. Financial Capability
Bidder Rs. in lakhs
Net Worth as on the last day of latest financial year for which audited
financial statements is available
Name of the Bidder :
Name:
Signature:
(Authorized Signatory of the Bidder)
Instruction:
1. Net worth for the purpose of this Tender Document shall be
computed as under: [(Subscribed and Paid-up Equity +
Reserves + any compulsorily convertible instrument issued and
paid up and due for conversion into fully paid up equity shares of
the company within a period of 12(twelve) months from the date of
latest audited financial statement) – (Revaluation Reserves +
Miscellaneous expenditure not written off + Depreciation not
provided for)]
73
Appendix IX
Covering Letter for Technical Bid Proposal
To:
The Chief Executive Officer,
Jammu & Kashmir eGovernance Agency (JaKeGA), Civil
Secretariat, Srinagar – 190001, Jammu & Kashmir
Sir,
Sub:- Technical Proposal for award of work for the project of
Jammu & Kashmir State Wide Area Network in the state of
Jammu & Kashmir (JKSWAN) vide Invitation for Tender (Tender
Document) Document dated 30/08/2012 issued by Government of Jammu
& Kashmir.
With reference to above, I/We hereby submit our Technical Bid
Proposal for award of work for the above mentioned Project in
accordance with Tender Document. Following documents
and information are enclosed herewith, in accordance with the Tender
Document:
1. Project Appreciation as specified at Appendix X.
2. Proposed Work Plan covering the details specified at
Appendix XI.
I/We confirm that the Proposal submitted herein above will remain valid
till (Proposal Validity Period).
Dated this Day of 2012.
Name of the Bidder : ---------------------------
Stamp of the Bidder : ---------------------------
Signature of Authorized Person : ---------------------------
Name of the Authorized Person : ---------------------------
Designation of Authorized Person : ---------------------------
74
Appendix X
Project Appreciation
Under this item, the Bidders should provide a brief description of their
understanding of the Project.
Please Provide Price Schedules/Detailed Financial Bid Proposal Format
as a separate annexure
75
Appendix XI
Proposed Work Plan
1. Proposed Environment:
The National e-Governance Action Plan (NeGAP) has identified 22
Mission Mode Projects, which are to be implemented in a phased manner
over the next 3-4 years by the Line Ministries/Departments concerned at
the Central and State level, as applicable, in addition to the various other
e-Governance initiatives being taken by the respective States and Central
Ministries. State Wide Area Network (SWAN) has been identified as an
element of the core infrastructure for supporting these e-Governance
initiatives and the Department of Information Technology (DIT) has
earmarked a significant outlay for supporting this activity. Under NEGAP,
it is proposed to extend connectivity to the block level through State Wide
Area Networks (SWANs). Govt. of India support for the establishment of
such infrastructure up to the block level will be provided by Department of
Information Technology in accordance with these Guidelines.
Accordingly JaKeGA under Department of IT, is executing the project
for Jammu & Kashmir State Wide Area Network.
2. Responsibilities:
Sr.
Activity
JaK
eGA
Go
JK
Sta
te
imp
lem
enta
tion
Agen
cy
Con
sult
an
t
Con
cess
ion
air
e
Third Party
Monitoring
Agency (to
be identified)
1 Bid Process for the Selection of SWAN
Operator
√ √
2 Approval for Appointment of
SWAN Operator
√
76
Sr.
Activity
JaK
eGA
GoJK
Sta
te
imp
lem
enta
tion
Agen
cy
Con
sult
an
t
Con
cess
ion
air
e
Third Party
Monitoring
Agency (to
be identified)
3 Review and Sug
gestion on the
Network Architecture
√ √ √
4 Site Identification √ √
5 Site Handover √ √
6 Site Survey and Preparation
√ √ √
7 Installation and Commissioning of the
SWAN
√
8 Monitoring the Installation and
Commissioning of the
SWAN
√ √
9 Acceptance Tests (Partial & Final
Acceptance)
√ √ √ √
10 Onsite Inspection and Verification of
Acceptance Tests
√ √ √ √
11 Trial Run √ √ √ √
12 Witness of Trial Run √ √ √ √
13 Issue of Final Acceptance Test
Certificate
√ √ √
14 Operation, Management and
Maintenance of the
SWAN
√
15 Centralized Monitoring
from NOC (24x7)
√
16 Supervision of the √
77
Sr.
Activity
JaK
eGA
GO
JK
Sta
te
imp
lem
enta
tion
Agen
cy
Con
sult
an
t
Con
cess
ion
air
e
Third Party
Monitoring
Agency (to
be identified)
Monitoring of the SWAN
17 Periodical Generation Of NMS report
√
18 Verification of the NMS Report
√
19 Approval of NMS Report
√
20 Periodical Auditing of the SWAN
√
21 Submission of the Audited Report of
SWAN as advised by
Consultant
√ √
3. Network Connectivity and Implementation
Out of the total 174 PoPs, 142 are feasible and 32 are technically not
feasible sites (TNF). Details of TNF sites mentioned in Appendix XIX. It is
advised that within the period of 12 months, all the feasible sites will be
operational and payment to the BOOT Operator will be done on the pro rata
basis. After all the feasible sites are operational, then remaining 32 TNF
will be made operational in a phased manner. It is expected that 5 TNF sites
will be made operational every month thereafter. Thus the total of 7 months
will be given to the operator to make them feasible.
Out of the total 22 Districts, 6 districts will be mutually decided by the State
and Network Operator where the implementation can start and payment can
be done on the basis of the number of PoPs made operational. The selection
of the districts will be done in a way that all the blocks under that district
are also made operational and PAT and FAT can have done which will
further help in release of the next payment.
Point to point connectivity should be provided for the entire SWAN
network. The eligibility of payment is to have availability of point to point
links. For the 32 TNF sites which will be implemented over 7 months and
the following will be taken into account for:
Network Feasibility
78
Connectivity through any mode preferably OFC
Release of payment after PAT and FAT have been produced
Networking solution • Carry out installation of all the equipment supplied under this RFP
as per standards for successful implementation as well as
successful bandwidth connectivity to all the PoPs and HOs. The
said seamless integration of all the sites proposed to be linked
under this RFP with J&K SWAN is the sole responsibility of
the system integrator/bidder. An undertaking to this effect is
required to be enclosed by the bidder with the pre qualification bid.
• The connectivity so configured should operate on multiple
bandwidth service providers (if any) as well support
identification of original packets.
• Carry out installation of active components, passive
components and accessories as per standards for successful
integration and implementation.
• Configuring and fine-tuning of subsystems to achieve overall
optimal network performance and highest security.
• The components to be installed and configured shall include
but not limited to:
* Routers
* Layer-2 switches
* Lease line/OFC modems
* Racks, patch panels, I/O outlets & other passive
components
* Electrical system
• All patches and updates shall be provided by the successful
bidder during the currency of the contract.
• All the existing/being established LANs at respective
JKSWAN sites and offices of other departments shall be
79
seamlessly integrated with the switches, routers, etc. being
procured under this RFP.
(ii) Carrying out all general tests such as Power on test on delivery,
pre-installation checks to ensure correct connections,
completeness of system documentation etc.
(iii) The successful bidder shall not cause any damage to
Government buildings/other premises/property, if any damage
occurs, the successful bidder will perform restoration. Trenches,
path/road cutting, etc. will be back-filled and restored to the
original condition immediately after laying of the conduit/cable.
The successful bidder shall also plug conduits and entrance
holes with suitable sealing material, where the cable has been
laid.
(iv) The system shall be subjected to inspection at various stages.
The successful bidder shall follow all Safety Regulations and
practices.
(v) Bidders shall spell out various tests that are being proposed to be
carried out for demonstrating the functionality of the solution.
(vi) The Successful Bidder shall provide warranty for all the
components including hardware, software, etc. as per RFP for a
period of Five Years from the date of the issuance of Final
Acceptance Certificate. Network active components shall have a
warranty of 5 years and passive components shall have a
performance warranty of 20 years. Any delay for acceptance
caused by the successful bidder will result in automatic
extension of the total warranty period as well as the facility
management period by the same period.
(vii) The bidder shall further provide the rates for the comprehensive
AMC of the entire equipment including software supplied under
this RFP for Sixth, Seventh and Eighth year and shall be
considered separately from the commercial evaluation and will
80
be separately negotiated.
(viii) The successful bidder will be responsible for the timely
commissioning and maintenance of the circuits.
4. Third Party Monitoring Agency
JaKeGA shall appoint a Third Party Agency, which shall monitor
the JKSWAN during implementation, commissioning and operation.
The Third Party Agency shall also conduct the ‘Partial’ and ‘Final’
Acceptance Test (PAT & FAT) as per the technical requirement of the
Agreement and shall issue the Certificate of Completion for SHQ, DHQ,
BHQ and co- located & remote office (Horizontal locations). Third Party
Agency shall verify the services as mentioned in Section II provided by
the bidder. The bidder shall cooperate with such Third Party Agency.
Third Party Agency will be responsible for verification, validation of all
invoices under the terms & conditions of the Agreement and will
recommend on the eligible payment. Q G R w i l l b e c o n s i d e r e d
o n l y a f t e r t h e r e p o r t o f t h e Third Party Agency (TPA) for the
performance audit is submitted to JaKeGA.
5. Site Preparation and Site Survey
As per implementation plan, JaKeGA shall arrange the necessary
minimum constructed rooms / space permanent construction for locating
State Head Quarter (SHQ), District Head Quarters (DHQs), Block
Head Quarters (BHQs) and co-located & remote offices for operation of
the JKSWAN. The space cannot be used for any purpose other than for
delivering the services as mentioned ‘Proposed Work Plan’ as
contracted under the Agreement. JaKeGA shall arrange for necessary
clearances, which shall enable the Bidder to undertake civil, electrical,
and mechanical works including e a r t h i n g , partitioning, installation
of air conditioning equipment, installation of diesel generator sets,
installation of UPS equipment, cable laying etc., at the respective sites.
Bidder shall provide the Video conference infrastructure facilities
including Lights and Air Conditioner at all DHQs and SHQs.
Infrastructure and manpower required for installation of equipment
including power shall also be the responsibility of the Bidder.
JaKeGA may decide at its discretion to change the location of BHQ /
DHQ/ SHQ / co-located & remote office during implementation or
after implementation but during the Agreement period. The services
shall be operational as per this ‘Proposed Work Plan’ within a period of
30 days from the date the space is provided by JaKeGA. JaKeGA shall
reimburse the actual cost of relocation incurred by the Bidder as verified
by the Third Party Agency.
The entry and exit to the site for the equipment and personnel of the
81
Bidder shall be in accordance with Security Rules and Regulations that
may apply to the Government Campus where the site is located.
JaKeGA shall provide site readiness roadmap at the time of signing the
Agreement. The Bidder will be responsible for site survey to identify the
exact situation of the site and for ensuring site readiness for the
implementation of the JKSWAN infrastructure. The Bidder would
prepare a detailed report detailing status of each site.
The Bidder in his report detailing status of each site has to accord his
acceptance for each of the site handed over by the JaKeGA for JKSWAN
implementation. If the site is not otherwise acceptable to the bidder, he has
to give clearly the deficiencies and possible remedies to the JaKeGA..
On receipt of Bidder’s Acceptance Report the JaKeGA will initiate
appropriate corrections or modifications for stated site deficiencies. This
report will be vetted by the consultant before JaKeGA takes appropriate
corrective actions.
6. Acceptance Test
Partial Acceptance:
The provisional acceptance of 75% of the sites including SHQ, DHQs,
BHQs, and all co-located & remote offices in accordance with the
requirements in ‘Proposed Work Plan’ shall be conducted. After
successful testing by the Third Party Agency and proper monitoring by
consultant, a Partial Acceptance Test Certificate shall be issued by
JaKeGA to the Bidder. The test shall include the following -
A. Site Preparation
1. As part of the Site Preparation for the identified PoPs, the Bidder
is to install and commission the PoPs sites with complete structured cabling.
2. This would require carrying out preliminary surveys of all Sites
(SHQ, DHQ and BHQ) and do the Civil Works at sites as deemed
necessary. The cost of Civil Works site wise should be quoted
separately. The Civil works should be done in order to ensure a
clean look and neat finish. 3. The Bidder will also identify the works required to ensure
Structured Cabling in order to make the site suitable for functioning in the JKSWAN architecture envisaged.
4. The Bidder will ensure that Cabling is done concealed inside the
conduit and no cables or patch cords should be visible. The work
should be done under the supervision of technical staff.
5. The exact requirement and nature of Cabling to be done including
the equipments required should be specified by the Bidder in the
design of the JKSWAN that will be submitted to the GoJK.
82
6. The Bidder must complete all electrical cabling of the PoP sites
that should include designing, laying, installation and
commissioning of power cables from the Power Source to the
networking equipments through the UPS. The exact design and
equipments required should be submitted by the Bidder in the
Design document to be submitted to the GoJK. Work should be
done under the supervision of qualified electricians and should
confirm to the regulations and guidelines of Power Development
Department, GoJK. 7. Any Civil work required in this regard must be undertaken by the
Bidder with a clean look and smooth finish. 8. All wiring must be concealed and should give a clean look.
9. The Bidder will ensure proper electrical earth, preferably
Chemical Earthing for Power Cabling in the PoPs. This will be
done after taking the existing earthing in account and ensuring
that all equipments are earthed properly and should also confirm
with the rules
B. Network Equipment Supply/Installation/Commissioning
1. All hardware and software items must be installed at particular
site as per the specification.
2. Availability of all the defined services shall be verified. The
successful bidder shall be required to demonstrate
all the features/facilities/functionalities as mentioned in the
tender document.
3. The third party monitoring agency in consultation with
JaKeGA shall define detailed test plan.
4. Successful b i d d e r will arrange the test equipment required for
performance verification. Successful bidder will also
provide documented test results.
C. Network Connectivity
1. Bidder has to check the network feasibility PoP-wise
2. Bidder has to connect the specified nodes through optical fibre.or
any other media after due permission from JaKeGA
3. Point-to-point connectivity between specified PoPs
Final Acceptance Testing:
After successful installation of Bo th SHQ, a l l DHQs, and 90% o f
BHQs and all co- located & remote offices, an acceptance test in
accordance with the requirements in ‘Proposed Work Plan’ shall
be conducted. After successful testing by the Third Party Agency and
a random check by the JaKeGA and Consultant, a Final Acceptance Test
Certificate shall be issued by JaKeGA to the Bidder. The date on which
83
Final Acceptance certificate is issued shall be deemed to be the date of
successful commissioning of the JKSWAN.
The test shall include the following
A. Site Preparation
1. As part of the Site Preparation for the identified PoPs, the Bidder
is to install and commission the PoPs sites with complete structured cabling.
2. This would require carrying out preliminary surveys of all Sites
(SHQ, DHQ and BHQ) and do the Civil Works at sites as deemed
necessary. The cost of Civil Works site wise should be quoted
separately. The Civil works should be done in order to ensure a
clean look and neat finish. 3. The Bidder will also identify the works required to ensure
Structured Cabling in order to make the site suitable for functioning in the JKSWAN architecture envisaged.
4. The Bidder will ensure that Cabling is done concealed inside the
conduit and no cables or patch cords should be visible. The work
should be done under the supervision of technical staff.
5. The exact requirement and nature of Cabling to be done including
the equipments required should be specified by the Bidder in the
design of the JKSWAN that will be submitted to the GoJK.
6. The Bidder must complete all electrical cabling of the PoP sites
that should include designing, laying, installation and
commissioning of power cables from the Power Source to the
networking equipments through the UPS. The exact design and
equipments required should be submitted by the Bidder in the
Design document to be submitted to the GoJK. Work should be
done under the supervision of qualified electricians and should
confirm to the regulations and guidelines of Power Development
Department, GoJK. 7. Any Civil work required in this regard must be undertaken by the
Bidder with a clean look and smooth finish. 8. All wiring must be concealed and should give a clean look.
9. The Bidder will ensure proper electrical earth, preferably
Chemical Earthing for Power Cabling in the PoPs. This will be
done after taking the existing earthing in account and ensuring
that all equipments are earthed properly and should also confirm
with the rules
10. The Bidder will ensure an Alternate power source for all the PoPs.
Diesel generator can be the alternate source of power. The Bidder
must do his own survey for the power requirements at all
locations.
11. All documentation as defined should be completed before the
final acceptance test.
84
B. Network Equipment Supply/Installation/Commissioning
1. All hardware and software items must be installed at particular site as
per the specification.
2. Availability of all the defined services shall be verified. The successful
bidder shall be required to demonstrate all the
features/facilities/functionalities as mentioned in the Tender Document
for each site.
3. The third party monitoring agency in consultation with JaKeGA shall
define detailed test plan.
4. Successful bidder will arrange the test equipment required for
performance verification. Successful bidder will also provide
documented test results.
5. The successful bidder shall be responsible for the security audit of the
network to be carried out by a certified agency other than the
successful bidder.
6. All documentation as defined should be completed before the final
acceptance test.
7. The training requirements as mentioned should be completed before
the final acceptance test.
C. Network Connectivity
a. Bidder has to check the network feasibility PoP-wise
b. Bidder has to connect the specified nodes through optical
fibre.or any other media after due permission from JaKeGA
c. Point-to-point connectivity between specified PoPs
d. Bidder has to make sure that all the PoPs are connected before
the provisioning of bandwidth to the sites.
Any delay by the Bidder in the Partial/ Final Acceptance Testing shall
render the Bidder liable to the imposition of appropriate Penalties.
In the event the Bidder is not able to complete the installation linking
SHQ, all DHQs, all BHQ and all co-located & remote offices as defined
by JaKeGA due to some valid reason, the Bidder and JaKeGA may
mutually agree to redefine the Network so the Bidder can complete
installation and conduct the Partial Acceptance Test/ Final Acceptance
Test within the specified time.
7. Performance Guarantee/Security for Operations
85
Within 15 days of the issuance of Letter of intent (LoI) the Bidder shall
furnish revolving Performance Guarantee, as provided, to JaKeGA for an
amount equal to 10% of the arithmetic sum of 5 years of the Guaranteed
Revenue according to the Agreement. The Performance Guarantee shall be
valid initially for a period of one year. The guarantee shall be renewed
year by year, at least 30 days before expiry date, for a minimum period of
one year and thus cover the balance period of the agreement. The
guarantee amount for each year shall be calculated on the basis of
Guaranteed Revenue for the remaining years of operation under the
agreement subject to minimum Performance Guarantee based on sum of
two years Guaranteed Revenue. The JaKeGA may forfeit the
Performance Guarantee for any failure on part of Bidder to complete its
obligations under the Agreement. The Performance Guarantee shall be
denominated in Indian Rupees and shall be in the form of a Bank
Guarantee issued by a scheduled bank located in India with at least one
branch office in Srinagar in the format provided by JaKeGA. The
Performance Guarantee shall be returned to the Bidder within 30 days of
the date of successful discharge of all contractual obligations at the end of
the period of the Agreement by JaKeGA. In the event of any amendments
to Agreement, the Bidder shall within 15 days of receipt of such
amendment furnish the amendment to the Performance Guarantee as
required.
8. Bandwidth
Bidder has to provide a total of 34 Mbps internet bandwidth to the project.
20 Mbps layer3 MPLS cloud at each State head quarters (State network
management centers at Civil Secretariat Jammu and Srinagar).
9. Implementation Schedule
Sr NO
Activity
Completion Schedule
1
Issue of LOA (Letter of
Acceptance) of Tender.
T0 = LOA issuance and Agreement
signing
2
Site Preparation
T1 = T0 + 2 Weeks for SHQ
T1 = T0 + 4 weeks for DHQ sites,
T1 = T0 + 8 Weeks for BHQ
sites,
86
3
Dispatch of Networking
Hardware to the Centres.
T2 + T1 + 2 Weeks for SHQ
T2 = T1+ 4 Weeks for DHQ sites
T2 = T1+ 8 Weeks for BHQ sites
4
Implementation of the
network
T3 = T2 + 1 Week for SHQ
T3 = T2 + 2 Weeks for DHQ Sites
T3 = T2 + 12 Weeks for BHQ sites
5
Partial Acceptance testing
T4 = T3 + 2 Weeks for SHQ
T4 = T3 + 2 Weeks for DHQ
T4 = T3 + 6 Weeks for BHQ
6
Final Acceptance test
T5 = T4 overall (SHQ + DHQ+BHQ) +
12 Weeks
Note 1: The above implementation schedule is applicable to all the feasible locations (i.e 132 PoPs) and the remaining TNF locations (32 BHQs) will follow the same schedule after one year of the project but has to be operationalize within 7 months period. Note 2: The total time of completion has been kept 46 weeks inspight of 42 weeks due to geographical constraints of the State especially the Ladakh and Doda region.
10. Payment Schedule
Payments will be released only on satisfactory acceptance of the
deliverables for each Task as per the following schedule: Subject to
discussion by tendering authority
SI.No
Payment Schedule
Fee Payable
Remarks
1. On Delivery of all the equipments 50% of
CAPEX
2 . Installation o f a l l equipments,
as per work order/PAT.
20% of
CAPEX
3 . On successful final acceptance
test(FAT)
30% of
CAPEX
87
4 . Operations & Management, and
Network Connectivity & Internet
Bandwidth for 5 years payable
quarterly will start only after
successful FAT
5% (per
quarter) of
OPEX
Payment terms would be
quarterly in arrears after
making due adjustments with
SLA/ performance
Note: Cost of all certificates & renewal of certificates has to be borne by
the bidder for the entire project
In future if any new additional hardware is added t o the SWAN, O&M
charges will be 1 .25% per quarter of the respective hardware CAPEX.
O&M charges are only applicable for any additional core infrastructure
hardware like physical, network, security and servers procured by the
State. This additional hardware will be beyond the scalability mentioned
in the RFP. This additional hardware procured will also be covered in by
the SLA mentioned in the RFP.
Note: The above payment schedule is applicable to all the feasible locations (i.e 142 PoPs) and the remaining TNF locations (32 BHQs) will follow the same schedule after one year of the project but has to be operationalize within 7 months period.
11. SLA Requirement
1. Service Level Agreement (SLA) is the contract between JaKeGA
and the Successful bidder executing the JKSWAN. SLA defines the
terms of the Successful bidder’s responsibility in ensuring the
performance of the JKSWAN based on the agreed Performance
Indicators as detailed in the Agreement. This section defines various
Service Level Indicators for JKSWAN, which can be considered by
the State in the Service Level Agreement with Successful bidder.
2. The Table below summarizes the Indicative Performance Indicators
for the services to be offered by the Successful bidder for JKSWAN.
The detailed description of the performance indicators, SLA Terms
and their definitions are discussed in the following sections.
S.
No.
Indicative SLA Parameter
SLA Target
88
1
Circuit Availability in SHQ – DHQ
during Prime Business Hours
99.5 %
2
Circuit Availability in DHQ –BHQ
during Prime Business Hours
99%
3
Circuit Availability in SHQ – DHQ
during Extended SLA Hours
95%
4
Circuit Availability in DHQ – BHQ
during Extended SLA Hours
90%
5
SWAN Backbone Latency (in
Milliseconds)
90 ms – 120 ms
6
SWAN Backbone Packet Loss
<=1 %
7
SWAN Jitter
30 ms
8
Internet Availability
95 %
9
Firewall Outage
0%
10
IDS Outage
0%
Note: Inability to access Internet shall also be considered as data downtime. Calculations for Uptime: The uptime calculations are given below:- D = Total downtime (in minutes) T = Total time in the month (in minutes) Downtime (in %) = D/T X 100
Example:
A site which has only 2 hours downtime in a 30-days month will have downtime % like the
following :-
D = 2 X 60 minutes = 120 minutes
T = 30 days X 24 hours X 60 minutes = 43200 minutes
Downtime (in %)
= [120/43200] X 100
89
= 0.2777 %
Uptime (in %)
= 100 - 0.2777
= 99.7222 %
Total time = 30 days per month * 24 hours per day * 60 minutes per hour = 43,200 minutes
per month.
Take your uptime guarantee. In this example we willuse 99.99%:
(1 - .9999) * 43,200 = allowable minutes down per month.
So,
(.0001) * 43200 = 4.32 minutes.
33.. JKSWAN SLA Terms & Definitions
S.No
SLA Terms
Description
1
JKSWAN
Backbone
‘JKSWAN Backbone’ refers to Internet Protocol (IP) based
routing infrastructure consisting network of selected JKSWAN
points of presence identified by the State at which, JKSWAN
Successful bidder has installed network devices (“Selected
POPs”) for Wide Area Network within the State.
2
Uptime
‘Uptime’ refers to JKSWAN backbone availability across
various segments i.e. between State Head Quarters to District
Head Quarters and District Head Quarters to Block Head
Quarters. “%Uptime” means ratio of ‘up time’ (in minutes) in a
month to Total time in the month (in minutes) multiplied by 100.
3
Latency
‘Latency’ refers to the average time required for round-trip packet
transfers between Selected POPs on the selected portions of the
SWAN Backbone during a calendar month.
4
Packet Loss
‘Packet Loss’ refers to the average percentage of IP packets
transmitted between Selected POPs during a calendar month that
are not successfully delivered.
5
Average
Jitter
‘Average Jitter’ refers to the average variation in delay for packet
transfers between Selected POPs during a calendar month.
90
6
Maximum
Jitter
‘Maximum Jitter’ refers to the maximum variation in delay for
packet transfers between Selected POPs.
7
Prime
Business
Hours
(PBH)
PBH refers to the prime network utilization period for SWAN,
which shall be typically starting from 08:00 hrs till 20:00 hrs
Monday to Saturday or any other period to be defined by the
state.
8
Extended
SLA Hours
(ESH)
ESH refers to the lean network utilization period for SWAN,
which shall be typically starting from 20:00 hrs till 08:00 hrs on
Monday to Saturday and 00:00 hrs to 23:59 hrs on Sunday or any
other period to be defined by the state.
9
Planned
Network Outage
‘Planned Network Outage’ refers to unavailability of network
services due to infrastructure maintenance activities such as configuration changes, up gradation or changes to any supporting
infrastructure. Details related to such planned outage shall be
agreed with the State government and shall be notified to the
DHQ’s, BHQ’s and related Departments in advance (at least five
working days).
10
Unplanned
Network
Outage
‘Unplanned Network Outage’ refers to an instance in which no
traffic can pass in or out of the Selected POP through which
Departments connects to the JKSWAN Backbone for more than
5 consecutive minutes.
4. Considerations for Service Level Agreement with SWAN
Successful bidder
This section discusses various parameters of the Service Level Agreement
(SLA) for JKSWAN Successful bidder.
Network Availability:
SLA Parameter
Network Availability
Network Segment
Network Outage
Remarks
PBH
ESH
91
SHQ-DHQ
99.7 %
95 %
SLA allows approximately four hours of
down time in the connectivity between the
State Head Quarters and the District Head
Quarters.
DHQ-BHQ
99.5%
90%
SLA allows approximately 7 hours of
aggregate down time in the connectivity
between the District Head Quarters and the
Block Head Quarters.
5. JKSWAN Backbone Latency
The Latency on the JKSWAN Backbone shall be maintained at (i) 90
milliseconds or less for the District level Network and (ii) 120
milliseconds or less for the Block level Network. As a delay- sensitive
application, voice cannot tolerate much delay. Latency is the average
travel time it takes for a packet to reach its destination. If
bandwidth utilization is high, the voice packet will be delayed to the point
that the quality of the call is compromised. The maximum amount of
latency that a voice call can tolerate one way is typically 150 milliseconds
(100 milliseconds is optimum). Similar latency requirements exist for
video traffic also ranging 150-200 ms one way.
SLA Parameter
SWAN Backbone Latency
Network Segment
Network Latency
Remarks
SHQ-DHQ
90 MS
SLA allows a maximum of 90
Milliseconds in the connectivity
between the State Head Quarters and to
all the District Head Quarters.
DHQ –BHQ
130 MS
SLA allows a maximum of 90
Milliseconds in the connectivity
between the District Head Quarters to
all the Blocks.
92
6. JKSWAN Backbone Packet Loss
The Packet Loss on the JKSWAN Backbone shall be maintained typically
at less than 1% measured on a monthly basis.
Packet loss for voice and video applications: Dropped voice packets are
the discarded packets, which are not retransmitted. Voice traffic can
tolerate typically less than a 3 percent loss of packets (1% is optimum)
before end users experience disconcerting gaps in conversation. Similarly
video applications can not tolerate typically a packet loss > 1%.
SLA Parameter Packet Loss
Network Segment
Packet Loss
Remarks
SHQ-DHQ &
DHQ-BHQ
<=1%
SLA allows a maximum of 1% of packet loss in
the connectivity between the State Head Quarters
and to all the District Head Quarters.
7. JKSWAN Average and Maximum Jitter
States shall aim to keep Average Jitter on the JKSWAN Backbone
typically to 20 microseconds or less; and for Maximum Jitter typically not
to exceed 30 milliseconds. Jitter shall be measured by averaging sample
measurements taken during a calendar month between Hub Routers.
Jitter for Voice and Video Applications: In order for voice to be
intelligible, consecutive voice packets must arrive at regular intervals.
Jitter describes the degree of variability in packet arrivals, which can be
caused by bursts of data traffic or just too much traffic on the line. Voice
packets can tolerate typically about 75 milliseconds (40 milliseconds is
optimum) of jitter delay. For video applications to work on JKSWAN ,
Jitter should be typically less than < 30ms.
SLA Parameter
Jitter
Network Segment
Jitter
Remarks
Average Jitter
250 Microseconds
93
Maximum Jitter
10 Milliseconds
8. Internet Availability
SLA Parameter
Internet Availability
Network Segment PBH
ESH
Remarks
Overall Internet
Availability
99.5%
90%
SLA allows a maximum of 7 hours internet
services unavailability per month.
Following will be the Service Level Agreement Parameters
1. For 90% availability of Internet in a quarter there shall be no deduction in QGR
on this account;
2. Less than 90% and up to 50% availability of Internet 10% deduction of QGR on
a prorata basis i.e. 2% deduction for blocks of 10% on this account;
3. Availability below 50% will invite deduction to the tune of 15% of the QGR on a
flat basis amounting to SLA taking hit on this account;
9. Firewall Outage
SLA Parameter
Firewall Outage
Network
Segment
Firewall Outage
Remarks
Internet Firewall
Availability
0 %
SLA allows no down time in the Internet
firewall availability.
Intranet Firewall
Availability
0 %
SLA allows no down time in the Intranet
firewall availability.
94
10. IPS Outage
SLA Parameter
IDS Outage
Network Segment
IDS Outage
Remarks
IDS for In Bound &
Outbound Traffic
0 %
SLA allows no down time in the IDS
deployed inbound traffic to SWAN.
11.Denial of Service
Denial of Service (DoS) is the most common form of attack on
the Network, which leads to network unavailability for the genuine
network users. The Successful bidder shall respond to Denial of
Service attacks reported by departments/JKSWAN users or
JKSWAN maintenance personnel within 15 minutes of intimation to
the helpdesk. The Denial of Service attach can be defined as sudden
burst of network traffic leading to more than 90-95% utilization of the
JKSWAN bandwidth in any segment or complete network. In such a
scenario Successful bidder shall perform an analysis of the issue,
verify whether the network utilization is due to genuine user
requirements or it is a denial of service attack. In case it is
identified as DoS attack, Successful bidder shall identify the source
of Denial of Service attack, and shall disconnect the source or
network from SWAN backbone and resolve the issue to ensure
availability and performance of the backbone.
The JaKeGA in consultation with TPA, at regular intervals, shall
monitor and measure the actual bandwidth allocated by the Bandwidth
Provider against the agreed Committed Interface Rate (CIR) and
issues identified shall be reported to PSEGS and shall be
escalated to the Bandwidth Service provider for resolution.
12. Network Operations Management
The Successful bidder is required to establish Contact Centre
(Helpdesk) at the State level (with a toll free number) with an
appropriate CRM Solution. The Helpdesk shall act as a SPOC (Single
Point of Contact) for all the Network & Security related issues
reported by the government departments or any other related
95
stakeholders of the JKSWAN . JKSWAN Project Management Unit
(PMU) established by the State shall monitor each issue need to be
recorded in the CRM as a Service Request (with allocation of service
request number) and the resolution timelines for such Service Requests.
S.No
Severity
Initial Response Time
Issue Resolution
Time
1
Level 1
15 Mins
1 Hr
2
Level 2
30 Mins
2 Hrs
3
Level 3
60 Mins
8 Hrs
13. Severity Level Definition
Level 1:
The network outage, security or performance related issues impacting the
network availability/performance and leading to unavailability of the
services in State Head Quarter.
Level 2:
The network outage, security or performance related issues impacting the
network availability/performance and leading to unavailability of the
services in one or more Districts.
Level 3:
The network outage, security or performance related issues impacting the
network availability/performance and leading to unavailability of the
services to one or more departments in Block.
14. Other Information related to SLA management is
provided below.
a. Capacity and Performance Management
96
The JKSWAN Successful bidder shall provide capacity planning services
through network base lining and trending, to determine the
resources required for JKSWAN and to plan and complete network
upgrades before a capacity problem causes JKSWAN down time
or performance problems. In addition to availability, latency, jitter
and packet loss, Successful bidder executing JKSWAN shall monitor
the network and dependent infrastructure (resource) utilization
during successive time periods (hour, day, week, month,
and year) and shall provide recommendations to
State government on SWAN infrastructure upgration. Successful bidder
executing JKSWAN shall perform the planned network upgrades with
prior notification to the departments/users in the network segment (s)
affected by the planned outages. Successful bidder executing JKSWAN
should ensure that all the planned outages are performed only in the
Extended SLA Hours and only the emergency upgrades are
performed in the Prime Business Hours.
The overall responsibility of ensuring the JKSWAN performance rests
with the Successful bidder executing JKSWAN and the following are
critical areas in performance management which shall be monitored by the
Successful bidder executing JKSWAN on a constant basis.
- CPU utilization
- Backplane or I/O
- Memory and buffers
- Link Utilization
i. CPU Utilization
CPU is used by both the control plane and data plane on any
network device. In capacity and performance management,
Successful bidder executing JKSWAN must ensure that the device
and network have sufficient CPU capacity to function at all times.
Successful bidder executing JKSWAN shall configure the NMS to
monitor the CPU utilization of the critical network devices
implemented in POP’s. In case the average CPU utilization is
above 80 % on a continuous basis, Successful bidder executing
JKSWAN shall perform the diagnostic review of the device and
provide recommendations on addressing the issue. Successful
bidder executing JKSWAN shall own the overall responsibility of
the performance and shall accordingly escalate any performance
related issues to the state government.
ii. Backplane or I/O
Backplane or I/O refers to the total amount of traffic that a device
97
can handle, usually described in terms of BUS size or backplane
capability. Any issues with backplane or I/O need to be monitored
and recommendations need to be provided to address the
performance issues.
iii. Memory and buffers
Memory is another resource that has data plane and control plane
requirements. When devices run out of memory, operations on the
device can fail. In case the average memory utilization is above 70
% on a continuous basis, Successful bidder executing JKSWAN
shall perform the diagnostic review of the device and provide
recommendations on addressing the issue. Successful bidder
executing JKSWAN shall own the overall responsibility of the
performance and shall accordingly escalate any performance
related issues to the state government.
iv. Link Utilization
Successful bidder executing JKSWAN shall monitor the
utilization of JKSWAN links across the segments to verify the
current utilization and the trends to ensure that enough bandwidth
is made available for the applications and services to function with
out performance issues. Successful bidder executing JKSWAN
shall provide fortnightly reports on the link utilization and in case
the link utilization on a constant basis is exceeding 70 %,
Successful bidder executing JKSWAN shall provide
recommendations to the State government on procurement of
additional bandwidth.
b. Measurement of SLA
The Measurement of SLA shall be performed by a third party agency,
independent of the Successful bidder executing JKSWAN, to be
identified by the State Government.
The Successful bidder shall establish an Enterprise/Network Management
System for monitoring and measurement of the SLA parameters identified
for the JKSWAN’s. The NMS/EMS implemented for JKSWAN shall
conform to the open network management standards such as Simple
Network Management Protocol and Remote Monitoring (RMON)
features. State reserves the right to periodically change the measurement
points and methodologies it uses without notice to the Successful bidder.
c. SLA Reporting
For reports of performance of the SWAN Backbone, the Successful bidder
98
is required to setup a portal solution available to all stakeholders to be
established at the State level for JKSWAN Implementation. This portal
shall provide online performance and availability reports of JKSWAN.
d. JKSWAN Security Auditing
Upon completion of JKSWAN Installation and before the ‘go-live’ phase,
it is mandatory for the Successful bidder executing JKSWAN to get the
JKSWAN Infrastructure audited by a reputed third party agency from a
security and business continuity perspective. Such Security audit shall
include complete infrastructure established at the State Head Quarter and
the infrastructure at District and sub division on a sample basis. Such
sampling rate shall be agreed mutually between the state PMU, consultant
and the implementation partner and Q G R w i l l b e c o n s i d e r e d o n l y
a f t e r t h e r e p o r t o f t h e Third Party Agency (TPA) for the
performance audit is submitted to JaKeGA.
e. Certification
The Successful bidder executing JKSWAN is required to
obtain certifications such as BS 7799 for the processes and
procedures established for monitoring and management of JKSWAN
Infrastructure.
12. Penalties
The Successful bidder executing JKSWAN shall be paid QGR as per
the services (i.e. availability) provided to the end users.
Link
Availability
during PBH
Penalty
Availability
during ESH
Penalty
SHQ – DHQ
>= 99.5%
Nil
>= 95%
Nil
Less by 1%
0.5% of the
QGR
Less by 1%
0.25% of the
QGR
Less by >1%
but < 2%
Additional 1%
of the QGR
Less by >1%
but < 2%
Additional
0.5% of the
QGR
Less by >2%
but <5%
Additional 2%
for every %age
Less by >2%
but <5%
Additional 1%
for every %age
99
Less by >5%
but <20%
Additional
2.5% for every
%age
Less by >5%
but <20%
Additional
1.25% for
every %age
>20%
No payment
>20%
No payment
DHQ– BHQ
>/= 99%
Nil
>/= 90%
Nil
Less by 1%
0.5% of the
QGR
Less by 1%
0.25% of the
QGR
Less by >1%
but < 2%
Additional 1%
of the QGR
Less by >1%
but < 2%
Additional
0.5% of the
QGR
Less by >2%
but <5%
Additional 2%
for every %age
Less by >2%
but <5%
Additional 1%
for every %age
Less by >5%
but <20%
Additional
2.5% for every
%age
Less by >5%
but <20%
Additional
1.25% for
every %age
>20%
No payment
>20%
No payment
1. Network availability: - Network availability is defined as total time
in a quarter (in minutes) less total down time (in minutes) in the
quarter including planned downtime. The network is considered
available when all the services mentioned in the requirement
section in full capacity are available. Bandwidth downtime will not
be considered as part of network downtime. Successful bidder
executing JKSWAN will take atleast 15 days prior approval from
the state for the network maintenance i.e. Planned downtime. The
Successful bidder executing JKSWAN should provide support and
maintenance for the JKSWAN from the date of Final acceptance
testing. The Successful bidder executing JKSWAN’s request for
payment shall be made at the end of each quarter by invoices
along with the following supporting documents:
• Performance statistics
• Log of network parameters along with Service Down
time calculation and Uptime percentage.
• Any other document necessary in support of the
100
service performance acceptable to JaKeGA.
The Third Party Agency shall verify all the supporting documents as
prescribed and acceptable to JaKeGA. On receipt of such invoice
after verification by the Third Party Agency and after deducting
Income Tax, other taxes and any Penalties, JaKeGA shall pay the
amount within a period of 15 days. The Successful bidder executing
JKSWAN shall furnish all tax payment receipts to JaKeGA.
2. Ban dw i dt h Av a i l ab i l i ty
a . For 90% availability of Internet in a quarter there shall be no deduction in
QGR on this account;
b . Less than 90% and up to 50% availability of Internet 10% deduction of
QGR on a prorata basis i.e. 2% deduction for blocks of 10% on this account;
c . Availability below 50% will invite deduction to the tune of 15% of the QGR
on a flat basis amounting to SLA taking hit on this account;
3 . Penalties for delay in implementation
If the Successful bidder executing JKSWAN fails to complete the
Partial Acceptance Test within the time period (s) specified in the
implementation plan, JaKeGA may, without prejudice to its
other remedies under the Agreement, levy as Penalties, a sum
equivalent to
0.25 % of the arithmetic sum of the guaranteed revenue for 75% of the
overall site (SHQ,DHQs, BHQs and location connection) for the five
years payable under the Agreement, for each week or part thereof of
delay, until actual delivery of performance. The maximum penalty for delay shall not exceed 2% of the arithmetic sum of five years
Guaranteed Revenue for 75% of overall site (SHQ, DHQ, BHQ). If the
delay continues beyond 18 weeks, JaKeGA may terminate
the Agreement.
Failure to complete the Final Acceptance Test as specified in the
implementation plan, JaKeGA may, without prejudice to its
other remedies under the Agreement, levy as Penalties, a sum
equivalent to
0.25 % of the arithmetic sum of the guaranteed revenue 95% of the
overall site (SHQ, DHQs, BHQ) for the five years payable under the
Agreement, for each week or part thereof of delay, until actual
delivery of performance. The maximum penalty for delay shall not
exceed 5% of the arithmetic sum of five years Guaranteed Revenue for
overall site (SHQs, DHQs, BHQs and local office). If the
delay continues beyond 20 weeks, JaKeGA may terminate the
Agreement
4. Operational Penalties
In the event the Successful bidder executing JKSWAN is unable to
101
meet any one of the SLA parameters defined in this Tender Document
for 10% or more of the operational POPs during two quarters in a year
or five quarters during the five years of the contract, JaKeGA reserves
the right to terminate the contract.
5. Penalties for misuse
In case of misuse of bandwidth/ Internet at the instance of Successful
bidder executing JKSWAN, the penalty imposed on the Successful
bidder executing JKSWAN, without prejudice to JaKeGA other
remedies under the Agreement shall be 200% of the quarterly
guaranteed revenue under the Agreement for all the centres. If the
misuse continues for two quarters, JaKeGA may terminate
the Agreement. The Successful bidder executing JKSWAN shall
realize returns on the costs incurred on creating the whole asset
(Capital Cost), the operations cost for operating these assets
(Operations Cost), for maintaining these assets (Maintenance Cost)
and for providing the horizontal connectivity (Horizontal Cost is
asked for as separate QGR). The payments shall be released by
the Government on a Quarterly basis based on compliance of the
services provided by the Successful bidder executing JKSWAN
against the SLA’s entered into. For setting up the site, the bidder
will have to quote the price separately, which should not be
included in the QGR mentioned above. This “site preparation”
cost will be paid to the Successful bidder executing JKSWAN
separately by the JaKeGA.
6. Payment Terms
No payment shall accrue until after the performance guarantee bond
has been furnished. The selected Successful bidder executing
JKSWAN engaged shall be responsible to invest in the project to
implement and operate the facilities, for a term of 5 years and on
expiry of 5 years, the ownership of the Infrastructure will be
transferred to JaKeGA. During this period of 5 years, the Successful
bidder executing JKSWAN shall have full responsibility for the
delivery of the services, including all operational, maintenance, and
management activities, etc.
The Successful bidder executing JKSWAN shall be paid Minimum
Guaranteed Revenue on quarterly basis in arrears at the end of each
quarter for the SHQ, each DHQ, each BHQ and each co-located
& remote office which have been accepted in the Partial Acceptance
Test by JaKeGA based on the certificate provided by the Third Party
Agency, at the rates specified by the Successful bidder executing
JKSWAN.
102
A. Quarterly Guaranteed Payment for Site Preparation
a) Quarterly Gauranteed Revenue for site preparation will start after the
completion of PAT for 70% of locations.
b) The 70% of the payment for site preparation will be released on pro rata
basis on completion of PAT for a particular location and the remaining 30%
will be released on completion of FAT.
B. Quarterly Guaranteed Payment for Backbone
1. The payment period will be through the contract period of five years,
which would start from the date of issuance of Final Acceptance
certificate after the Final Acceptance Test of the POP’s as defined in the
Tender Document.
2. The selected Successful bidder executing JKSWAN shall be paid
Guaranteed Revenue on quarterly basis at the end of each quarter for each
backbone POP which has been accepted in the Final Acceptance Test by
JaKeGA based on the certificate provided by the Third Party Agency, at
the rates specified by the bidder.
3. Quarterly guaranteed payment for each POP shall include the
procurement, implementation, operation and maintenance of equipments
as specified in the requirements section of each tier along with providing
the specified services for the entire service period.
4. Eligible quarterly payments, for the POPs accepted in the Acceptance Test
shall become due from the date of issuance of final Acceptance
Certificate. The quarterly guaranteed revenue in the Agreement shall be
adjusted in proportion to the actual number of POPs included in the
Acceptance Test of JKSWAN i.e. total revenue shall depend on the
number of POPs.
5. If the bandwidth requirement for any link goes beyond the specified
bandwidth, additional hardware charges shall be borne by JaKeGA. A
third party shall verify the rates.
6. Prices indicated for each POP should include cost of all equipments for the
specified POP, cost of installation, configuring, erection, commissioning,
making equipment and services fully operational, maintaining and
providing service for the next five years thereafter.
7. The Selected Successful bidder executing JKSWAN shall make a
payment request after the end of each quarter with the following
supporting document:
Acceptance certificate for inclusion of new POPs in
QGR
103
SLA compliance report as prepared by the Third Party
Monitoring Agency
8. Bidder is expected to quote a rate for a single POP at each tier in the
given proforma.
Sr.
No
POP
POP No.
of
Locations
Capital Cost
per location
per Quarter
Operations Charge
of the Network
(onsite engineers,
NOC, etc) per
location per
Quarter per POP
Maintenance
Charge (field
Maintenance of
equipments, links,
etc) per location per
Quarter
1
SHQ
2
DHQ
3
BHQ
9. Total number of POPs in each tier as mentioned in the table may
vary depending on the actual distances and would be adjusted
accordingly after the initial survey conducted by the
Successful bidder executing JKSWAN.
C. Quarterly Payment for Horizontal Connectivity
i) The horizontal connectivity cost shall include lump sum charges
for implementation and QGR charges for maintenance; it will not
include any hardware/software cost.
ii) The selected Successful bidder executing JKSWAN is expected
to prepare the backbone for providing horizontal connectivity up
to the upper limit of horizontal offices as specified for each tier
without any additional cost.
iii) The Agency shall specify rates for horizontal connectivity at
SHQ, DHQ and BHQ.
iv) JaKeGA or the concerned department shall provide equipments
required at horizontal office end.
104
Charge for Implementation
Sr.
No
Payment Head
Lump sum Charge for
Implementation
1
Horizontal office at SHQ
2
Horizontal Office at DHQ
3
Horizontal Office at BHQ
Charge for Maintenance
Sr. No
Payment Head
Maintenance Charge per
location per Quarter
1
Horizontal Office at SHQ
2
Horizontal Office at DHQ
3
Horizontal Office BHQ
Representations and warranties
Representations and Warranties by the Bidder
a. It is a company duly organized and validly existing under the laws of
India and has all requisite legal power and authority and corporate
authorizations to execute the Agreement and carry out the terms,
conditions and provisions hereof;
b. It has in full force and effect all requisite clearances, approvals and
permits necessary to enter into the Agreement and perform its
obligations hereof;
c. It will have the legally valid and enforceable title to all Equipment as
may be necessary for proper functioning and it will be free from all
encumbrances, liens, charges, any security interest and adverse claims
of any description;
d. The Agreement and the transactions and obligations hereof do not
105
contravene its constitutional documents or any law, regulation or
government directive and will not contravene any provisions of, or
constitute a default under, any other Agreement or instrument to which
it is a party or by which it or its property may be bound or any of its
obligations or undertakings by which it or any of its assets are bound
or cause a limitation on its powers or cause it to exceed its authorized
powers;
e. There is no pending or threatened actions, suits or proceedings
affecting the Bidder or its affiliates or any of their respective assets
before a court, governmental agency, commission or arbitrator or
administrative tribunal which affects the Bidder's ability to perform its
obligations under the Agreement; and neither Bidder nor any of its
affiliates have immunity from the jurisdiction of a court or from legal
process (whether through service of notice, attachment prior to
judgment, attachment in aid of execution or otherwise);
f. The Bidder confirms that all representations and warranties of the
Bidder set forth in the Agreement are true, complete and correct in all
respects;
g. No information given by the Bidder in relation to the Agreement,
project documents or any document comprising security contains any
material mis-statement of fact or omits to state as fact which would be
materially adverse to the enforcement of the rights and remedies of
JaKeGA or which would be necessary to make any statement,
representation or warranty contained herein or therein true and correct;
h. All equipment including material to be installed by the Bidder in the
JKSWAN shall be new and the product should not be de-supported or
declared end of life within next 5 years. A certificate to that effect
should be furnished from OEM. All equipment shall conform to the
codes, standards and regulations applicable to networking facilities
and benefit from the usual manufacturer’s guarantees.
Representations and Warranties by JaKeGA
a) It has full legal right; power and authority to execute the JKSWAN
project and to enter into and perform its obligations under the
Agreement and there are no proceedings pending.
b) The Agreement has been duly authorized, executed and delivered by
JaKeGA and constitutes valid, legal and binding obligation of
JaKeGA.
c) The execution and delivery of the Agreement with the Bidder does not
violate any statutory judgment, order, decree, regulation, right,
obligation or rule of any court, government authority or arbitrator of
competent jurisdiction applicable in relation to JaKeGA, its assets or
its administration.
106
Each Day during the Operation
These representations and warranties are taken to be made on each Day
during the term of the BOOT Operations.
No title to the equipment
JaKeGA shall have no title to any of the equipment and construction/
pre- fabricated site & laid cables made available for delivery of services
by the Successful Bidder during the period of the Boot Operation. After 5
years, it shall be transferred to JaKeGA.
Approval / Clearances
a) Necessary approvals/ clearances from DoT/ TEC/ TRAI/ Concerned
authorities/ BSNL/ any service provider, for establishing the network
and connecting different Network elements/ ports to BSNL/ any
service provider’s circuits, shall be obtained by the short listed Bidder.
b) Necessary approvals/ clearances from concerned authorities, as
required, for fire protection, government duties/ taxes/ octroi, shall be
obtained by the short listed Bidder.
c) Necessary approvals/ clearances, from concerned authorities (like
Municipalities, Public Works Department (PWD), Department of
Irrigation, State Electricity Board etc. for “Right of way”), as required,
shall be obtained by the short listed Bidder for laying their own cables
to meet JKSWAN requirements
d) Necessary approvals/ clearances from concerned authorities, as
required, for providing Internet Service shall be obtained by the short
listed Bidder.
e) Approvals for Leased Lines: To transmit data between computer and
electronic information devices, BSNL or other bandwidth provider in
the state provides data communication services to its subscribers, it
offers a choice of High, Medium and low speed Leased Data Circuits
as well as Dial-up lines. Bandwidth is available on demand in most of
the places. Managed Leased Lines Network (MLLN) offers flexibility
of providing circuits with speeds of nx64 Kbps upto 2Mbps useful for
internet Leased Lines and international principle Leased Lines
107
(IPLCs).
Man Power Requirements
The operator shall deploy qualified and experienced manpower for
implementation and operations of the JKSWAN. The following are the
minimum qualification needed for the Manpower will include but not limited to: a) For State Head Quarter:
• Project Manager (one in Number): Bachelor of Engineering
from reputed University/Institute or equivalent with at least 6 years
relevant experience and OEM Network Certification or higher
• Network Engineer (4 in Number): Bachelor of Engineering
from reputed University/Institute or equivalent with at least 2 years
relevant experience and OEM Network Certification or higher
• Helpdesk (3 in Number): Science Graduate with Computer Networking qualification, Helpdesk experience including technical trouble shooting of minimum 12 months • The manpower at SHQ will look after the SHQ centre and all the offices coming in SHQ.
b) For District Head Quarters & Block Head Quarters: • The manpower at DHQ will look after the DHQ centre & BHQs coming under that DHQ, and all the horizontal offices coming in that DHQ as well as BHQs. • Resource(s) deployed at this level should possess diploma in engineering with two years relevant experience.
• The above manpower requirement is minimum and indicative.
However it will be operator’s obligation to augment manpower to
ensure JKSWAN functionality along with its components as per the uptime
requirements.
• The operator shall provide for the need of increased manpower requirement whenever size of the network is increased for any reasons.
• The operator shall clearly indicate the sourcing of manpower. It is
desirable that the Local manpower be preferred. Prevalent Rules and
Regulations of Policies of State on Labour and Employment shall be
abided and followed by the operator.
Exit Management
1. Upon completion of the project boot period or upon termination of the
agreement for any reasons, the JKSWAN successful Bidder shall
comply with the following:
(a) Notify to the CEO, JaKeGA forthwith the particulars of all Project
Assets;
(b) Deliver forthwith actual or constructive possession of the
108
JKSWAN Project free and clear of all Encumbrances and execute
such deeds, writings and documents as may be required by the
CEO JaKeGA for fully and effectively divesting the JKSWAN
Bidder of all of the rights, title and interest of the JKSWAN
successful Bidder in the JKSWAN Project and conveying the
JKSWAN Project;
(c) Comply with the Divestment Requirements set out except in case if
Termination of this Agreement is due to JaKeGA Event of
Default, Indirect Political Event or Political Event, the JKSWAN
Bidder shall have implemented the maintenance schedule as well
as any repairs pointed out by the Independent Consultant in its
Operations & Maintenance Inspection Report prior to date of
Termination Notice. In case of Termination due to Non-Political
Force Majeure Event, the Divestment Requirements shall be agreed
between CEO JaKeGA and the Successful Bidder executing
JKSWAN ; and
(d) Pay all transfer costs and stamp duty applicable on hand back of
project assets except in case the Project is being transferred due to
JaKeGA Default, Indirect Political Event, Political Event or
expiry of Concession period, where JaKeGA shall be
responsible for transfer costs and stamp duty, if any. For
clarification of doubt, transfer costs in this Clause relate to taxes
and duties applicable at transfer of JKSWAN Project, if any.
2. Subject to clause 1 of exit management, upon completion of the
contract period or upon termination of the agreement, the Successful
Bidder executing JKSWAN shall comply and conform to the
following Divestment Requirements in respect of the JKSWAN
Project:
(i) All Project Assets including the hardware, software,
documentation and any other infrastructure shall have been
renewed and cured of all defects and deficiencies as necessary
so that the JKSWAN Project is compliant with the
Specifications and Standards set forth in the Tender Document,
Agreement and any other amendments made during the boot
operation period;
(ii) The Successful Bidder executing JKSWAN delivers relevant
records and reports pertaining to the JKSWAN Project and its
design, engineering, operation, and maintenance including all
operation and maintenance records and manuals pertaining
thereto and complete as on the Divestment Date;
(iii)The JKSWAN Bidder executes such deeds of conveyance,
documents and other writings as the CEO JaKeGA may
reasonably require to convey, divest and assign all the rights,
title and interest of the JKSWAN Bidder in the JKSWAN
109
Project free from all Encumbrances absolutely and free of any
charge or tax unto the CEO JaKeGA or its Nominee; and
(iv)The JKSWAN Bidder complies with all other requirements as
may be prescribed under Applicable Laws to complete the
divestment and assignment of all the rights, title and interest of
the JKSWAN Bidder in the JKSWAN Project free from all
Encumbrances absolutely and free of any charge or tax to
JaKeGA or its nominee.
3. Not earlier than 3 (three) months before the expiry of the contract
Period but not later than 30 (thirty) days before such expiry, or in the
event of earlier Termination of the contract, immediately upon but not
later than 15 (fifteen) days from the date of issue of Termination
Notice, the Independent Consultant as nominated by the State
Government shall verify, in the presence of a representative of the
JKSWAN Bidder, compliance by the JKSWAN Bidder with the
Divestment Requirements set forth in Section 2 in relation to the
JKSWAN Project and, if required, cause appropriate tests to be
carried out at the JKSWAN Bidder’s cost for determining the
compliance therewith. If either Party finds any shortcomings in the
Divestment Requirements, it shall notify the other of the same and the
JKSWAN Bidder shall rectify the same at its cost.
4. Upon the JKSWAN Bidder conforming to all Divestment
Requirements and handing over actual or constructive possession of
the JKSWAN Project to JaKeGA or a person nominated by JaKeGA
in this regard, JaKeGA shall issue a certificate substantially in the form
set forth in Section 2, which will have the effect of constituting
evidence of divestment of all rights, title and lien in the JKSWAN
Project by the JKSWAN Bidder and their vesting in JKSWAN Project
pursuant hereto. State Government shall not unreasonably withhold
issue of such certificate. The divestment of all rights, title and
lien in the JKSWAN Project shall be deemed to be complete on the
date when all the Divestment Requirements have been fulfilled or the
Certificate has been issued, whichever is earlier, it being expressly
agreed that any defect or deficiency in any Divestment Requirement
shall not in any manner be construed or interpreted as restricting the
exercise of any rights by State Government or its nominee on or in
respect of the JKSWAN Project on the footing as if all Divestment
Requirements have been complied with by the Concessionaire.
5. Exit Management Plan
A. The Bidder shall provide to JaKeGA with a recommended exit
management plan ("Exit Management Plan") which shall deal with at
least the following aspects of exit management in relation to the
contract as a whole and in relation to the Project Implementation, the
Operation and Management SLA and scope of work.
110
i. A detailed programme of the transfer process that could be
used in conjunction with a Replacement Vendor including
details of the means to be used to ensure continuing provision
of the services throughout the transfer process or until the
cessation of the services and of the management structure to
be used during the transfer; and
ii. Plans for communication with such of the Bidder's staff,
suppliers, customers and any related third party as are
necessary to avoid any material detrimental impact on
department’s operations as a result of undertaking the
transfer; and
iii. If applicable, proposed arrangements for the segregation of
the Bidder’s networks from the networks employed by
JaKeGA or its nominated agencies and identification of
specific security tasks necessary at termination; and
iv. Plans for provision of contingent support to the Department
or its nominated agencies, and Replacement Bidder for a
reasonable period after transfer for the purposes of providing
service for replacing the Services.
B. The Bidder shall re-draft the Exit Management Plan annually
thereafter to ensure that it is kept relevant and up to date.
C. Each Exit Management Plan shall be presented by the Bidder to and
approved by JaKeGA.
D. In the event of termination or expiry of the contract each Party shall
comply with the Exit Management Plan.
E. During the exit management period, the Bidder shall use its best
efforts to deliver the services.
F. Payments during the Exit Management period shall be made in
accordance with the Terms of Payment Clause.
G. This Exit Management plan shall be furnished in writing to the
JaKeGA within 90 days from the Effective Date of the contract.
JKSWAN Project Data
Data is collected during the life time of the project and becomes a part of
Intellectual Property. This data “must” be retained with the Government as it will
include, at a minimum, the following:
1. All project documentation (all sign off docs, project plans, architecture of the
solution, mapping of hardware, SLA etc)
2. Issues raised by users and the solutions offered
3. Technical issues / challenges observed while implementing (and during O&M
phase of) the project. These could include technical challenges faced in difficult
111
terrains.
4. Areas which have maximum complaints, what type of complaints and the
solutions that have worked for them
5. The most common complaints and their solutions
6. Incident / accident management logs and their resolution
Non-Disclosure Agreement
This agreement, at a minimum, should cover:
Any and all information generated / gathered during the execution
of the project.
Any and all information generated / gathered during the O&M
phase of the project.
All intellectual property. NDA Format is given in Vol III
Intellectual Property
“Intellectual Property”, generated as a result of this project is the sole
property of JK Government and shall be handed over to JK Government
at the time of exit from the contract or as and when required by JK
Government. All documentation generated / gathered during execution
and O&M phases is a part of Intellectual Property.
Maintenance of Equipment
The successful bidder shall ensure that services of a professionally
qualified person is available for providing comprehensive on-site
maintenance and administration (on 24x7 basis at SHQ and NOC and
DHQ and 8X6 basis at BHQ) of hardware and software for a period of five
years (hardware and system software) at SHQ, DHQs and BHQs.
Comprehensive Maintenance and Administration of the network
shall include, among other things, day to day administration and
maintenance of the system as per the policy, regular log monitoring,
reconfiguring of switches, etc. when required. In case of network failure,
the vendor shall ensure that the network is made operational to the full
satisfaction of JAKEGA/ JaKeGA within the MTTR (Mean Time To
Repair) committed by the bidder.
In the event of network break down or failures at any stage, protection
available, which would include the following, shall be specified.
112
• Diagnostics for identification of hardware failures
• Recovery/restart network
The successful bidder shall ensure the SLA’s on 24X7X365 basis
(shutting down of equipment at JaKeGA’s discretion and Planned outage
will not be considered for calculation of uptime.
The list of critical spares, the vendor proposes to stock at the major sites
should be furnished separately along with the technical bid. The scope of
the contract will include at least one scheduled servicing (Preventive
Maintenance) at quarterly intervals and any number of breakdown calls.
The comprehensive maintenance would be inclusive of all spares need to
be replaced and excluding consumables.
The vendor shall guarantee the availability of spares for a period of at least
five years in respect of all the hardware and software
Bankruptcy and Insolvency:
JaKeGA can terminate the contract if the bidder becomes bankrupt
and/or losses the desired state of insolvency with a notice of 15 days.
JaKeGA, in such cases of termination, will not be responsible for any loss
or financial damage to the successful bidder executing the JKSWAN
resulted due to the termination. JaKeGA will also, in such cases have the
right to recover any pending dues by invoking the performance bank
guarantee or any such instrument available with the Government.
Standardization & Interoperability
National Informatics Centre (NIC) an agency of Government of India
will formulate suitable Guidelines for Standardization, Interoperability
and Interconnect requirements between NICNET and the SWANs and
also between different SWANs. The Core Group on Standards set up by
DIT would vet these standards before notification by DIT. A SWAN set
up would be connected to NICNET through a gateway established by NIC
for this purpose. NIC would issue necessary guidelines in this
regard. Irrespective of the cost of implementation, concessionaire shall
provide all necessary hardware and software support for inter
connectivity with existing NICNET infrastructure which should be used
as a back-up for emergencies and disasters.
Application Profile on the Network
It is envisaged that while dedicated SWANs are being established for the
State, NICNET will separately operate with upgraded technology upto
113
district level. Central applications may ride on NICNET upto district level
and further upto block level through the SWAN or through dial up into
NICNET from the block or other level below district, or through dedicated
lines leased by the Department concerned, depending on the requirement
(including security requirement) of the applications and distribution of
delivery points. In case of usage of SWAN by central applications,
appropriate terms would be mutually agreed upon between the State and
the Department concerned.
114
Appendix XII-A
Financial Bid Proposal
To, Dated:
The Chief Executive Officer Jammu & Kashmir eGovernance Agency (JaKeGA) Civil Secretariat, Srinagar J&K.- 190001
Subject:’ Financial Bid Proposal’ for Creation of Jammu & Kashmir State Wide Area
Network (JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA.
Sir,
We hereby declare:
i. We are the authorized agents of the manufacturers of the networking
equipment proposed in our solution.
ii. That we / our principals (manufacturer) are equipped with adequate
maintenance and service facilities within India for supporting the offered
equipment. Our maintenance and service facilities are open for inspection by
representatives of JaKeGA.
We do hereby undertake that, in the event of acceptance of our proposal, the supply of
equipment and commencement of services shall be made as stipulated in the schedule of
delivery forming a part of the attached technical Bid Proposal.
In the event of acceptance of our proposal, we do hereby undertake that:
i. To supply the equipment and install as stipulated in the schedule of delivery
forming a part of the attached technical Bid Proposal.
ii. To undertake the project on BOOT basis, wherein we will provide operations
and maintenance service for a period of 5 years
iii. We affirm that the prices quoted are inclusive of all sales/service taxes.
(Octroi and any local levies will be charged on actual on submission of proof
of remittance.)
We enclose herewith the complete Financial Proposal as required by you. This
includes:
1. This proposal letter
115
2. Proposal particulars
3. Statement of commercial deviation
4. Quarterly Guaranteed Payment for Vertical Offices
5. Quarterly Payment for Horizontal Office
We agree to abide by our offer for a period of 180 days from the last date of submission
of Financial proposal prescribed and that we shall remain bound by a communication of
acceptance within that time.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the contract applicable to the tender. We do hereby undertake to provision
as per these terms and conditions.
i. The deviations from the requirement specifications of tendered items and
schedule of requirements are only those mentioned in section
OR (Strike out whatever is not applicable)
There are no deviations from the requirement specifications of tendered items
and schedule of requirements.
ii. The commercial deviations of tendered items are only those mentioned in
section .
OR (Strike out whatever is not applicable)
There are no commercial deviations.
iii. The deviations from the terms and conditions of the tender are only those
mentioned in section
OR (Strike out whatever is not applicable)
There are no deviations from the terms and conditions of the tender.
We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.
Prices indicated for each POP include cost of all equipments for the specified POP, cost
of installation, configuring, erection, commissioning, making equipment and services
fully operational, maintaining and providing service for the next five years thereafter.
We do hereby undertake, that, until a formal contract is prepared and executed, this
proposal, together with your written acceptance thereof and notification of award of
contract, shall constitute a binding contract between us.
-----------------------------------------------------------
Signature of Bidder (with official seal)
116
Date---------------------------------------------------- Name--------------------------------------------------
Designation------------------------------------------- Address------------------------------------------------ Telephone--------------------------------------------- Fax------------------------------------------------------- Email Address------------------------------------------
Details Of Enclosures:
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
117
Appendix XII- B
Financial Bid Proposal - Appendix Statement of Pricing Deviation
To,
The Chief Executive Officer
Date: / /2012
Jammu & Kashmir eGovernance Agency (JaKeGA)
Civil Secretariat, Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - Appendix Statement of Pricing Deviation’
for Creation of Jammu & Kashmir State Wide Area Network (JKSWAN)
on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA
Sir,
There are no deviations (null deviations) from the requirement specifications of tendered
items and schedule of requirements and hence there are no pricing deviations. The entire
work shall be performed as per your specifications and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of pricing deviations and variations from the exceptions
to the specifications and documents for the above mentioned tender. Except for these
deviations and variations, the entire work shall be performed as per your specifications
and documents.
118
S. No. Section
No.
Tender
No.
Page No. Statement of deviations and
Variations
1.
2.
3.
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
119
Appendix XII- C
Financial Bid Proposal - Quarterly Guaranteed Payment for POP
To, Date: / /2012
The Chief Executive Officer
Jammu & Kashmir eGovernance Agency (JaKeGA)
Civil Secretariat, Srinagar, J&K.- 190001
Subject: ‘Financial Bid Proposal - Quarterly Guaranteed Payment for
POP’ for Creation of Jammu & Kashmir State Wide Area Network (JKSWAN) on
BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA
Prices indicated for each POP include cost of all equipments for the specified POP, cost
of installation, configuring, erection, commissioning, making equipment and services
fully operational, maintaining and providing service for the next five years thereafter.
Equipment-Wise OPEX and QGR has to be given by the Bidder.
Sr. No
POP No. of Locations Operations and Maintenance
Charge of the
network (onsite
engineers, NOC,
etc, field
maintenance of
equipments, links
etc) per location
per Quarter
Total Amount
1 SHQ
2 DHQ
3 BHQ
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
120
To,
Appendix XII - D
Financial Bid Proposal - Quarterly Payment for
Horizontal Office
Date: / /2012
The Chief Executive Officer
Jammu & Kashmir eGovernance Agency(JaKeGA)
Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - Quarterly Payment for Horizontal
Office’ for Creation of Jammu & Kashmir State Wide Area Network
(JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA.
Sr. No
POP No. of Locations Operations and Maintenance
Charge of the
network (onsite
engineers, NOC,
etc, field
maintenance of
equipments, links
etc) per location
per Quarter
Total Charges
1 SHQ
2 DHQ
3 BHQ
Witness Bidder
Signature Signature
Name
Name
Designation Designation
121
Address
Address
Directorate Directorate
Date Date
Directorate Seal
122
Appendix XII - E
Financial Bid Proposal - Component wise Pricing To
The Chief Executive Officer Date: / /2012 Jammu & Kashmir eGovernance Agency(JaKeGA)
Civil Secretariat, , Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - Component wise pricing’ for Creation of
Jammu & Kashmir State Wide Area Network (JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA.
Brief particulars of the goods, which shall be supplied/ provided by us, are as under:
Equipments/hardware at State Headquarter ( Nos. - 1)
Sr.
No.
Hardware Source
of
Fund
Quantity Unit
Rate
Total
Amount
1.1 Core Router DIT 2
1.2 Core Switch DIT 2
1.3 Internet Router DIT 1
1.4 Firewall DIT 2
1.5 DMZ/Internet Switch DIT 1
1.6 RAS DIT 1
1.7 IP Phones Type - 1 DIT 2
1.8 NMS DIT 1
1.9 Help Desk Management DIT 1
1.10 Multipoint Control Unit
(MCU)
DIT 1
1.11 Interface Server DIT 2
123
1.12 Mailing server DIT 2
1.13 Proxy Server DIT 2
1.14 Web Server DIT 2
1.15 Desktop(Workstation,
Printer & Scanner, Video
Conferencing End points)
DIT 2
1.16 Modular Rack 42U DIT 4
1.17 Authentication, Authorization
and Accounting (AAA)
Server.
DIT 1
1.18 UPS-20KV DIT 2
1.19 Air-Conditioner – 2 tonnage(2
Nos. per site)
DIT 4
1.20 Generator Set – 30 KV DIT 2
1.21 Modem Specifications for
Leased Lines
DIT 2
Sub Total of DIT Funded Equipments at DHQs
1.22 Voltage Transformer-
20KVA
State 2
1.23 Kiosk(Glow Sign Board) State 2
Sub Total of State Funded Equipments at DHQs
Total Funds for Equipments for SHQs
124
Equipments/hardware at District Headquarter ( Nos. - 20)
Sr.
No.
Hardware Source
of
Fund
Quantity Unit
Rate
Total
Amount
2.1 District Router DIT 20
2.2 DHQ LAN Switch DIT 20
2.3 IP Phones-Type -1 DIT 20
2.4 Rack 42U DIT 20
2.5 Air-Conditioner – 2 ton
DIT 20
2.6 UPS – 5 KVA DIT 20
2.7 Generator Set – 8 KVA DIT 20
2.8 Modems Specifications for
Leased Lines
DIT 20
2.9 Desktop(Workstation,
Printer & Scanner)
DIT 20
2.10 Video Conferencing
Equipment
DIT 20
Sub Total of DIT Funded Equipments at DHQs
2.11 Voltage Transformer-
10KVA
State 20
2.12 Recessed Modular Fitting (2
no. per site)[Where ever
required]
State
2.13 Kiosk(Glow Sign Board) State 20
2.14 Cable Management
Module(Electric Wiring per
meter rate) [Wherever
required]
State
Sub Total of State Funded Equipments at DHQs
Total Funds for Equipments at DHQs
125
Equipments/hardware at Block Headquarter ( Nos. - 152)
Sr.
No.
Hardware Source
of
Fund
Quantity Unit
Rate
Total
Amount
3.1 BHQ Router DIT 152
3.2 BHQ LAN Switch DIT 152
3.3 IP Phones-2 DIT 152
3.4 Rack – 15 U DIT 152
3.5 Air-Conditioner – 2 tonnage DIT 152
3.6 UPS – 2 KVA DIT 152
3.7 Desktop(Workstation, Printer
& Scanner, Video
Conferencing End points)
DIT 152
3.8 Generator Set – 5 KVA DIT 152
3.9 Modems Specifications for
Leased Lines(in Pairs)
DIT 152
Sub Total of DIT Funded Equipments at BHQs
3.10 Voltage Transformer-5KVA State 152
3.11 Recessed Modular Fitting (2 no.
per site)[Where ever required]
State
3.12 Kiosk(Glow Sign Board) State 152
3.13 Cable Management
Module(Electric Wiring per
meter rate) [Wherever
required]
State
3.14 Modular Cabin[Wherever
required]
State
Sub Total of State Funded Equipments at BHQs
Total Funds for Equipments at BHQs
126
Equipments/hardware at Horizontal Offices where
connectivity is to be provided using leased lines
Brief particulars of the service, which shall be supplied/ provided by us, are as under:
Item No.
Description of the Service Quantity Price per Unit*
Total Price
Payment Terms
Witness Bidder
Signature Signature ___________________________
Name Name____
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
Sr.
No.
Hardware Source
of
Fund
Quantity Unit
Rate
Total
Amount
1 HO LAN Switch State 1000
2 IP Phones State 1000
3 Racks State 1000
4 UPS(0.5KVA) State 1000
Total of State Funded Equipments at Horizontal Offices to be
connected with leased lines
127
Appendix XII - F
Financial Bid Proposal – OPEX Charges
Dated: __/__/2012
To
The Chief Executive Officer
Jammu & Kashmir eGovernance Agency(JaKeGA)
Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - OPEX Charges/Operations & Maintenace
Services Cost’ for Creation of Jammu & Kashmir State Wide Area Network
(JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA
S.No Item description Total Base cost in INR
Service Tax in %age
Total Cost
in INR
A B C D E = C+D
1
Facility Management Services Cost of
all IT and Non IT components as per
BoM / RFP / solution for entire
project period
2 Prevailing service tax as applicable
3 Cost of Update and Maintenance of Software licenses
Total Section B1 (OPEX Cost) ( 1+2+3 )
Note:
1. The cost of electricity, diesel and Internet Bandwidth shall be paid on
actual consumption subject to submission of bills and timely payment to
concerned service provider. This value is over and above the tender cost. In case
any penalty has been imposed by the concern department for late payment & no
payment on time, the same shall be borne by the Bidder and JaKeGA will not borne
this in any case.
2. Bill Collection and timely submission will be the responsibility of the bidder.
3. The JaKeGA will consider if any revision in service tax is done by the
128
government during the tenure of the project. but it will be the Bidder’s
responsibility to notify ( with the supporting document(s) the JaKeGA regarding
any upward and downward change in the service tax and pass the benefit to
JaKeGA if there is any downward change in the same and JaKeGA will bear the
additional cost in case of upward change.
4. Bidder is responsible for scalability (as defined in technical specifications in
Vol II). During the project period if new additional IT hardware/software are
procured and brought into the JKSWAN, its O&M charges shall be payable to the
Bidder @ 1.25% of CAPEX per quarter. The charges shall be effective from its
subsequent quarter.
129
Appendix XII - G
Financial Bid Proposal - Quarterly Payment for Site Preparation
Dated: __/__/2012
To
The Chief Executive Officer
Jammu & Kashmir eGovernance Agency(JaKeGA)
Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - Quarterly Guaranteed Payment for
S i t e Prep a ra t i o n o f POPs’ for Creation of Jammu & Kashmir State Wide Area
Network (JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA
Sr. No Payment Head Site preparation Charge
per location 1 SHQ 2 DHQ 3 BHQ
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
130
Appendix XIII
LITIGATION HISTORY
(To be kept in the cover ‘Part II’ / Techno-commercial proposal)
Name of bidder:
Bidder should provide information on any history of litigation or
arbitration resulting from contracts executed in the last five years or
currently under execution.
Yea
r
Award for or against bidder
Name of client,
Cause of litigation and
matter in dispute
Disputed amount
(current
value in Rs.)
Date: SIGNATURE OF BIDDER
Place: NAME
DESIGNATION AND SEAL
131
Appendix XIV
Data pertaining to ‘Vertical-Office’ Locations to be connected
Through Jammu & Kashmir State Wide Area
Network in
The State of Jammu &
Kashmir
Abstract
The following is the list of information for the offices under state, district and
blocks:
SHQ (State Head Quarter) : 2
DHQ (District Head Quarter) : 20
BHQ (Block Head Quarter) : 152
BLOCKS POPS IN JAMMU DIVISION
S. No Name of the
District
Name of the Block Total
1 Jammu 1.Khour
2.Akhnoor
3.Marh
4.Dansal
5.Bishnah
6.R.S.Pura
7.Satwari
8.Bhalwal
Total 8
2 Samba 1.Purmandal
2.Vijaypur
3.Samba
4.Ghagwal
132
4
3 Kathua 1.Hiranagar
2.Barnoti
3.Kathua
4.Billawar
5.Bani
6.Basohli
7.Lohai-Malhar
8.Duggan(New)
Total 8
4 Udhampur 1.Udhampur
2.Majalta
3.Ramnagar
4.Ghordi
5.Dudu-Basantgarh
6.Chenani
7.Panchari
8.kud
Total 8
5 Reasi 1.Reasi
2.Pouni
3.Arnas
4.Mahore
5.katra
Total 5
6 Doda 1.Ghat
2.Assar
133
3.Thathri
4.Bhellassa
5.Bhagwah
6.Bhaderwah
7.Marmat(New)
8.Gundana (New)
Total 8
7 Ramban 1.Ramban
2.Banihal
3.Ramsoo
4.Gool
5. ukharhal
Total 5
8 Kishtwar 1.Marwah
2.Warwan
3.Inderwal
4.Kishtwar
5.Padder
6.Drabshalla(New)
7.Nagseni (New)
8.Dachhan(New)
Total 8
9 Rajouri 1.Rajouri
2.Sunderbani
3.Kalakote
4.Nowshera
5.Manjakote
134
6.Budhal
7.Darhal
8.Thanamandi (New)
9. Doongi
Total 9
10 Poonch 1.Poonch
2.Mendhar
3.Mandi
4.Surankote
5.Balakote
6.Buffliaz(New)
Total 6
Total Blocks in Jammu Division 69
BLOCKS POPS IN KASHMIR DIVISION
S.No District Blocks Total
1 Srinagar Srinagar
Total 1
2 Ganderbal Ganderbal
Lar
Kangan
Wakura
Sonmarg
Total 5
3 Budgam Budgam
B.K.Pora
135
Beerwah
Chadoora
Khansahib
Khag
Nagam
Narbal
Total 8
4 Pulwama Pampore
Kakapora
Pulwama
Tral
Keller (Partly)
Total 5
5 Shopian Shopian
Keller (Partly) (Counted Above)
Total 1
6 Anantnag Achabal
Breng
Dachnipora
Khoveripora
Shangus
Shahabad
Qazigund (partly)
bijbehara
phalgam
Quimoh (partly)
Total 10
136
7 Kulgam D.H.Pora
Devsar
Kulgam
Pahloo
Quimoh (partly)(Counted Above)
Qazigund (partly)(Counted Above)
Total 4
8 Baramulla Uri
Boniyar
Baramula
Rohama
Rafiabad
Sopore
Zaingeer
Wagoora
Pattan
Singhpora
gulmarg
Kunzer
Tangmarg
Total 13
9 Bandipora Tulail
Gurez
Bandipora
Hajin
Sumbal
sonawari
137
Total 6
10 Kupwara Sogam
Wavoora
Kalaroos
Kupwara
Trehgam
Rajwar
Langate
Ramhal
Kralpora
Tangdhar
Teetwal
Handwara
Total 13
11 Kargil Kargil
G.M.Pore(Trespone)
Sankoo
Shaker Chiktan
Shargole
Taisura
Drass
Zanskar
Lungnuk
Total 9
12 Leh Leh
Chuchot
Khaltsi
138
Suspol
Nobra
Panamic
Nyoma
Durkot
Kahru
Total 9
Total in Kashmir Division 83
TOTAL BLOCKS IN J&K = 69 + 83 = 152
Further, we may require 2 State POP’s as there are 2 Capital Cities at Jammu and Srinagar
(Enhanced District POP), besides 20 district hqrs
Hence the total number of POP’s works out to be:
152+20+2 = 174
139
Appendix XV
Details of the Manpwer required for Running the Operations
The Bidder should provide the summary table of details of the manpower that will be
deployed on this project for implementation along with detailed CVs in the attached
format:
S.No Type of Resource
No. of Resources
Key Responsibilities
Academic
Qualifications
and
Certification
(e.g. ITIL)
Years of
Relevant
Experience
Name of
the
Company
(in case of
prime and
partner)
1. Project Manager
2. Network
Engineer
3. Helpdesk
Personnel
4. Others
CURRICULUM VITAE OF THE MANPOWER
1. Proposed Position [only one candidate shall be nominated for each
position ]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth:
5. Nationality:
140
6. Education [Indicate college/university and other specialized education
of staff member, giving names of institutions, degrees obtained, and dates of
obtainment ]:
7. Membership of Professional Associations:
8. Other Training [Indicate significant training - Education was obtained]:
9. Employment Record [Starting with present p o s i t i o n , synopsis of
professional experience.]:
10. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes me, my qualifications, and my experience. I understand
that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
141
Appendix XVI
Data pertaining to ‘Horizontal-Office’ Locations to be connected
Through Jammu & Kashmir State Wide Area
Network in
The State of Jammu & Kashmir *[Below data can be obtained
separately]
LIST of Horizontal Offices in DHQ for JKSWAN
S. No District
R D D REVENUE FOOD&
SUPPLY
JUDICIARY EDUCATION ANIMAL
HUSBANDRY
TREASURY ELCECTION TRANSPORT MUNICIPALTY HEALTH
Designation Designation Designation Designation Designation Designation Designation Designation Designation Designation Designation
1
Srinagar Assisstant Commissione
r
Developemnet(ACD)
Deputy Comissioner(DC)
Director F&S
Principal District & Session Judge
Chief Education
Officer
Chief Animal Husbandary
Officer
NA DC RTO Commissioner CMO
2 Ganderbal ACD DC Assistant
Director
District &
Session Judge
CEO CAO DTO DEO ARTO Executive Officer CMO
3 Budgam ACD DC AD CJM CEO CAO NA DEO ARTO Executive Officer CMO
4 Pulwama ACD Deputy Comissioner TSO Chief Judicial
Magistrate(CJM) Chief Education
Officer
CAO DTO DEO ARTO NA CMO
5 Shopian ACD DC AD Principal CEO NA DTO DEO ARTO Secretary Municipality CMO
142
Session Judge
6 Anantnag ACD Deputy Commissioner Asst.
Director
Muncif Judicial
Magistrate 1st Class
CEO CAO DTO DEO ARTO Executive Officer CMO
7 Kulgam ACD Deputy Commissioner TSO CEO NA DTO NA ARTO Municipality CAO CMO
8
Baramulla ACD DC Asst Director CAPD
District Judge CEO CAO DTO DEO ARTO Executive Officer CMO
9 Bandipora ACD DC Assistant
Director District & Session Judge
CEO CAO DTO DC ARTO Executive Officer CMO
10
Kupwara ACD DC Tehsil
Supply
Officer(TSO)
District Judge CEO NA NA DC ARTO NA CMO
11
Kargil Superintendent Engineer
Additional Deputy Comissioner
Assistant director
consumer
affairs & Public
Distribution
District and Session Judge
CEO CAO DTO DEO ARTO Executive Officer NA
12
Leh ACD Additional Deputy
Commissioner
Assistant
Director
District &
Session Judge
ZEO NA DTO Additional Deputy
commissioner
ARTO Executive Officer CMO
13
Jammu ACD DC Assistant
Director
District &
Session Judge
CEO CAO TO Election Officer RTO
Municipal Commissioner
CMO
14 Rajori ACD DC Dy Director
F& S
District and
Session Judge
CEO NA DTO EO ARTO EO CMO
15 Poonch ACD DC Asst.
Director F& S
District and
Session Judge
CEO CAO DTO NA ARTO EO CMO
16
Udhampur ACD DC Asst.
Director F&
S
District and
Session Judge
CEO CAO DTO DEO ARTO EO CMO
17
Kathua ACD DC Asst. Director F&
S
Principal District Session Judge
CEO CAO DTO EO RTO EO CMO
143
18
Reasi ACD DC Asst. Director F&
S
Principal District Session Judge
CEO Incharge chif animal
husbandry
DTO Naiv tehsildar ARTO EO CMO
19 Doda ACD DC AD Principal Distt.
& Session Judge
CEO CAO DTO Election Naib
Tehsildar
ARTO Ececutive Office CMO
20
Ramban ACD DC Asst. Director F&
S
Principal Distt. & Session Judge
CEO CAO DTO DEO ARTO EO CMO
21 Samba ACD Addl. DC CEO CMO
22 Kishtwar
ACD DC AD Principal Distt. & Session Judge CEO CAO TO
Election Naib Tehsildar ARTO Municipal Commissioner CMO
***NA *** 1)Either there is no existing office.
2)Non functional installation.
144
LIST of Horizontal Offices of Blocks for JKSWAN
S.
No
District Block Revenue Food &
Supplies
Judiciary Education Health
Designation Designation Designation Designation Designation
1 Jammu 1.Khour Naiv tehsildar TSO NA ZEO NA
2.Akhnoor NA NA NA NA NA
3.Marh Naiv tehsildar NA NA ZEO BMO
4.Dansal NA NA NA ZEO NA
5.Bishnah Naiv tehsildar TSO MUNSIFO ZEO NA
6.R.S.Pura Tehsildar TSO Munsifo ZEO BMO
7.Satwari NA NA NA NA NA
8.Bhalwal Naiv tehsildar NA NA NA NA
2 Samba 1.Purmandal Naiv tehsildar NA NA ZEO NA
2.Vijaypur NA
3.Samba NA NA NA NA NA
4.Ghagwal Naiv tehsildar NA NA ZEO BMO
3 Kathua 1.Hiranagar Tehsildar TSO NA ZEO NA
2.Barnoti NA NA NA ZEO NA
3.Kathua Tehsildar AD Munsif CEO NA
4.Billawar Tehsilar TSO Munsif ZEO BMO
5.Bani Tehsildar TSO BMO ZEPO BMO
6.Basohli Tehsildar TSO Munsif ZEO BMO
7.Lohai-Malhar NA NA NA ZEO NA
4 Udhampur 1.Udhampur NA NA NA NA NA
2.Majalta Naiv Tehsildar TSO Munsifo ZEO BMO
3.Ramnagar Tehsildar TSO Munsifo ZEO BMO
145
4.Ghordi NA NA NA ZETO BMO
5.Dudu-Basantgarh NA NA NA NA NA
6.Chenani Tehsildar TSO Munsifo ZEO BMO
7.Panchari Naiv tehsildar Salsman NA ZEO BMO
8.kud NA NA NA NA NA
5 Doda 1.Ghat NA TSO NA ZEO BMO
2.Assar NA
3.Thathri Teshildar TSO Munsif ZEO BMO
4.Bhellassa NA NA NA NA NA
5.Bhagwah Naiv tehsildar Storekeeper NA Principal DOCTOR
6.Bhaderwah Tehsildar TSO Munsif ZEO NA
7.Marmat(New) NA NA NA NA NA
8.Gundana (New) NA NA NA NA NA
6 Kishtwar 1.Marwah NA NA NA NA NA
2.Warwan NA NA NA ZEO NA
3.Inderwal NA
4.Kishtwar Tehsildar TSO MUNSIF ZEO CMO
5.Padder Tehsildar TSO NA ZEO NA
6.Drabshalla(New) NA NA NA ZEO NA
7.Nagseni (New) Naiv Tehsildar TSO NA NA NA
8.Dachhan(New) NA NA NA NA NA
7 Rajouri 1.Rajouri Tehsildar TSO Mazistrat ZEO CMO
2.Sunderbani Tehsildar TSO Munsif ZEO BMO
3.Kalakote TEHSILDAR TSO Munsif ZEO BMO
4.Nowshera TEHSILDAR TSO Munsif DCEO NA
5.Manjakote Naiv tehsildar NA NA ZEO BMO
6.Budhal Tehsildar TSO Munsif ZEO NA
7.Darhal Tehsildr TSO NA ZEO BMO
146
8.Thanamandi (New)
Tehsildar TSO Munsif ZEO NA
8 Poonch 1.Poonch TEHSILDAR TSO Munsif ZEO CMO
2.Mendhar TEHSLDAR TSO Munsifo DCEO NA
3.Mandi NA NA NA NA NA
4.Surankote Tehsildar TSO Munsifo ZEO BMO
5.Balakote NA
6.Buffliaz(New) NA Office
attendant
NA ZEO DOC
9 Reasi 1.Reasi NA Assistant
Director
Principal session
judge
CEO CMO
2.Pouni NA NA NA ZEO BMO
3.Arnas NA TSO NA ZEPO NA
4.Mahore NA NA Munsif ZEO BMO
10 Ramban 1.Ramban ACR Assistant Director
Principal District and session
judge
CEO CMO
2.Banihal Tehsildar TSO Principal District
and session
judge
ZEO BMO
3.Ramsoo Tehsildar TSO Principal District and session
judge
ZEO BMO
4.Gool Tehsildar TSO Principal District
and session
judge
ZEO BMO
4.Gool NA NA TSO NA ZEO
11 Srinagar Srinagar Deputy
Commissioner(DC)
Director F&S Principal District
& Session Judge
Chief
Education Officer
CMO
12 Ganderbal Ganderbal Tehsildar Assistant
Director
District &
Session Judge
ZEO BMO
Lar Tehsildar TSO NA ZEO BMO
147
Kangan Naib tehsildar TSO Muncif Judicial Magistrate 1st
Class
ZEO BMO
Wakura Tehsildar TSO NA ZEO BMO
sonmarg Naib tehsildar TSO NA ZEO BMO
13 Budgam Budgam Tehsildar Asstt. Commissioner
CJM Z.E.O BMO
B.K.Pora Tehsildar NA Muncif Judicial
Magistrate 1st
Class
Z.E.O NA
Beerwah Tehsildar NA Muncif Judicial
Magistrate 1st Class
Z.E.O BMO
Chadoora Tehsildar NA Muncif Judicial Magistrate 1st
Class
Z.E.O BMO
Khansahib Tehsildar NA CJM Z.E.O BMO
Khag Tehsildar NA CJM Z.E.O BMO
Nagam Tehsildar NA Muncif Judicial
Magistrate 1st
Class
Z.E.O BMO
Narbal Tehsildar CJM ZEO
14 Pulwama Pulwama Tehsildar TSO Chief Judicial Magistrate(CJM)
ZEO BMO
Kakapora Niab Tehsildar TSO ---- ZEO BMO
Pampore Niab Tehsildar TSO Muncif Judicial
Magistrate 1st
Class
ZEO BMO
Tral Niab Tehsildar TSO Muncif Judicial
Magistrate 1st Class
ZEO BMO
Keller (Partly) Deputy
Commissioner
TSO NA ZEO NA
148
15 Shopian Shopian Tehsildar TSO Principal Session Judge
ZEO BMO
Keller (Partly) (Counted Above)
Tehsildar TSO Principal Session Judge
ZEO BMO
16 Anantnag Achabal Tehsildar Supervisor Muncif Judicial Magistrate 1st
Class
ZEO BMO
Breng Tehsildar Supervisor Muncif Judicial
Magistrate 1st Class
ZEO BMO
Dachnipora Tehsildar Supervisor Sub Judge ZEO BMO
Khoveripora Tehsildar Supervisor Muncif Judicial
Magistrate 1st Class
ZEO BMO
Shangus Tehsildar Supervisor Muncif Judicial
Magistrate 1st
Class
ZEO BMO
Shahabad Tehsildar Supervisor Muncif Judicial
Magistrate 1st
Class
ZEO BMO
Qazigund (partly) Tehsildar Supervisor Principal district
& session judge
ZEO BMO
bijbehara Tehsildar Supervisor Sub Judge ZEO BMO
pahalgam Tehsildar Supervisor Muncif Judicial
Magistrate 1st Class
ZEO BMO
Quimoh (partly) NA NA NA NA BMO
17 Kulgam D.H.Pora Tehsildar TSO NA ZEO BMO
Devsar Deputy Commissioner
TSO NA ZEO BMO
Kulgam Tehsildar TSO NA ZEO BMO
149
Pahloo Tehsildar TSO NA ZEO BMO
Quimoh
(partly)(Counted
Above)
Tehsildar TSO NA ZEO BMO
Qazigund
(partly)(Counted Above)
N.A NA NA ZEO BMO
18 Baramulla Uri(Special Sub-
Division)
Tehsildar TSO NA ZEO BMO
Boniyar Tehsildar TSO NA ZEO BMO
Baramula Tehsildar TSO NA ZEO BMO
Rohama Tehsildar TSO NA ZEO BMO
Rafiabad Tehsildar TSO NA ZEO BMO
Sopore Tehsildar TSO NA ZEO BMO
Zaingeer Tehsildar TSO NA ZEO BMO
Wagoora Naib Tehsildar TSO NA ZEO BMO
Pattan Tehsildar TSO NA ZEO BMO
Singhpora Naib Tehsildar TSO NA ZEO BMO
gulmarg Tehsildar TSO NA ZEO BMO
Kunzer Tehsildar TSO NA ZEO BMO
Tangmarg Tehsildar TSO NA ZEO BMO
19 Bandipora Tulail Deputy
commissioner
TSO District &
Session Judge
CEO BMO
Gurez NA TSO NA CEO BMO
Bandipora NA TSO NA ZEO BMO
Hajin NA TSO NA ZEO BMO
Sumbal NA TSO NA ZEO BMO
sonawari NA TSO NA ZEO BMO
20 Kupwara Sogam Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
150
Wavoora Tehsildar Tehsil Supply Officer(TSO)
NA NA BMO
Kalaroos Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
Kupwara Tehsildar Assistant
Director
NA NA BMO
Trehgam Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
Rajwar Tehsildar Tehsil Supply Officer(TSO)
NA NA BMO
Langate Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
Ramhal Tehsildar Tehsil Supply Officer(TSO)
NA NA BMO
Kralpora Tehsildar Tehsil Supply
Officer(TSO
NA NA BMO
Tangdhar Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
Teetwal Tehsildar NA NA BMO
Handwara Tehsildar Tehsil Supply
Officer(TSO)
NA NA BMO
21 Kargil Kargil Tehsildar Assistant
director
consumer affairs &
Public
Distribution
Principle District
and Session
Judge
ZEO CMO
G.M.Pore(Trespone) Tehsildar TSO NA ZEO CMO
Sankoo Tehsildar TSO Muncif ZEO CMO
Shaker Chiktan Tehsildar TSO NA ZEO CMO
Shargole Tehsildar TSO NA ZEO CMO
151
Taisura Tehsildar TSO NA ZEO CMO
Drass Tehsildar TSO NA ZEO CMO
Zanskar Tehsildar TSO NA ZEO CMO
Lungnuk Tehsildar TSO NA ZEO CMO
22 Leh Leh Tehsildar Assistant Director
District & Session Judge
ZEO BMO
Chuchot Tehsildar Assistant Director
District & Session Judge
ZEO BMO
Khaltsi Tehsildar Inspector District &
Session Judge
ZEO BMO
Suspol Tehsildar Inspector District &
Session Judge
ZEO BMO
Nobra Tehsildar Inspector Muncif ZEO BMO
Panamic Tehsildar Inspector Muncif ZEO BMO
Nyoma SDM Inspector District &
Session Judge
ZEO BMO
Durkot Tehsildar Inspector District &
Session Judge
ZEO BMO
Kahru Tehsildar Inspector District &
Session Judge
ZEO BMO
***NA *** 1)Either there is no existing office.
2)Non functional installation.
152
Appendix XVII
Technical Bid Proposal – Network Connectivity & Bandwidth To
The Chief Executive Officer Date: / /2012 Jammu & Kashmir eGovernance Agency(JaKeGA)
Civil Secretariat, , Srinagar J&K.- 190001
Subject: ‘Technical Bid Proposal - Network Connectivity & Bandwidth for
Creation of Jammu & Kashmir State Wide Area Network (JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA.
We M/s
offer to undertake that the connectivity proposed to be installed and commissioned to vertical
and horizontal sites on Jammu & Kashmir state wide area network is complete in all respects adhering to the requirements specified in the RFP in conformity with this offer as may be ascertained in accordance with
the solution provided in the technical Bid.
Sr.no Name of the
site Connected with
(name of the
SHQ/DHQ/BHQ
/DNMC/BNMC
Bandwidth quantum Type of
connectivity
As per Appendix As per
RFP Incremental
Bandwidth
as per RFP
We undertake, if our bid is accepted, to commence the work immediately and to complete the project
deliverables as the case may be within the stipulated time frame from the date of receipt of your
Notification of Award.
We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall
remain binding upon us and may be accepted at any time before expiration of that period. Until a formal
contract is prepared and executed, this bid, together with your written acceptance thereof and your
153
notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive. We also
understand that you have the right to vary the quantities.
Dated: this day of _2012
Signature of Bidder
Details of enclosures Full Name :
Full address :
Tel. No. Fax
no_
E-mail:
Signatures of authorized signatory Seal of the company
Name: Date:
154
Appendix XVIII
Financial Bid Proposal – Network Connectivity & Bandwidth To
The Chief Executive Officer Date: / /2012 Jammu & Kashmir eGovernance Agency(JaKeGA)
Civil Secretariat, , Srinagar J&K.- 190001
Subject: ‘Financial Bid Proposal - Network Connectivity & Bandwidth for
Creation
of Jammu & Kashmir State Wide Area Network (JKSWAN) on BOOT basis
Reference: Tender Document dated-30/08/2012 issued by JaKeGA.
We M/s offer to undertake that the connectivity
proposed to
be installed and commissioned to vertical and horizontal sites on Jammu & Kashmir state wide
area
network is complete in all respects adhering to the requirements specified in the RFP in
conformity
with this offer as may be ascertained in accordance with the solution provided in the technical Bid.
The bidder is required to submit the offer as per the proforma given below:-
Sr.no Name of
the site Connected with
(name of the
SHQ/DHQ/BHQ)
Bandwidth
quantum Type of
connectivity U
n
i
t
r
a
t
e
As per
Appendix As per RFP Incremental
Bandwidth
as per RFP
1.
2.
1. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the job
will be completed within one month unless other wise specified in the purchase order.
2. Terms of Delivery: The landed prices quoted are inclusive of current Excise Duty, Freight,
Insurance, Sales Tax, etc.
3. We agree to abide by our offer for a period of 180 days from the date fixed for opening of
the Technical bids and that we shall remain bound by a communication of acceptance within
that time.
4. We hereby certify that we have read and understood the terms and conditions applicable to the
bidder and we do hereby undertake to supply as per these terms and conditions.
155
5. Certified that the Bidder is:
A sole proprietorship firm and the person signing the bid/offer is the sole proprietor/constituted
attorney of the sole proprietor.
Or
A partnership firm, and the person signing the bid/offer is a partner of the firm and he has
authority to refer to arbitration disputes concerning the business of the partnership by virtue of
the partnership agreement/by virtue of general power of attorney.
Or
A company and the person signing the bid/offer is the constituted attorney.
NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the bid/offer document.
6. We do hereby undertake that until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and placement of letter of intent awarding the
Contract shall constitute a binding Contract between us.
Note: The quantities indicated above are indicative only are likely to increase or
decrease. The bidder is required to give rates which are valid for one year from the date of
issue of letter of intent by JAKEGA. The bidder is required to give an undertaking with
regard to the validity of the rates on its letter head and to be submitted alongwith the
pre-qualification bid.
Dated: this day of 2012
Signature of Bidder
Full Name:
Full address:
Tel. No. Fax no E-mail:
Details of enclosures
156
Appendix XIX
Details of Non-Feasible Circuits - J&K SWAN Project as on 08-09-2011(TNF)
S.NO SSA Primary location
(Terminal A)
Secondary Location
(Terminal B) Circuit
Feasibility as on
26-04-2011
1 2 3 4 5 6
1 Jammu DC Office Kathua BDO Lohai-Malhar 2 Mbps Non-Feasible
2 Jammu DC Office Kathua BDO Duggan 2 Mbps Non-Feasible
3 Udhampur DC Office Doda BDO Ghat 2 Mbps Non-Feasible
4 Udhampur DC Office Doda BDO Bhaderwah 2 Mbps Non-Feasible
5 Udhampur DC Office Doda BDO Gundana 2 Mbps Non-Feasible
6 Udhampur DC Office Kishtwar BDO Darbshalla 2 Mbps Non-Feasible
7 Udhampur DC Office Kishtwar BDO Nagseni 2 Mbps Non-Feasible
8 Udhampur DC Office Kishtwar BDO Padder 2 Mbps Non-Feasible
9 Udhampur DC Office Kishtwar BDO Marwah 2 Mbps Non-Feasible
10 Udhampur DC Office Kishtwar BDO Chatroo 2 Mbps Non-Feasible
11 Udhampur DC Office Kishtwar BDO Dachan 2 Mbps Non-Feasible
12 Udhampur DC Office Kishtwar BDO Warwan 2 Mbps Non-Feasible
13 Udhampur DC Office Udhampur BDO Dudu 2 Mbps Non-Feasible
14 Udhampur DC Office Ramban BDO Gool 2 Mbps Non-Feasible
15 Udhampur DC Office Reasi BDO Mahore 2 Mbps Non-Feasible
16 Udhampur DC Office Reasi BDO Arnas 2 Mbps Non-Feasible
17 Leh DC Office Leh BDO Office Durbuk 2 Mbps Non-Feasible
18 Leh DC Office Leh BDO Office Nubra 2 Mbps Non-Feasible
19 Leh DC office kargil BDO Office Taisura 2 Mbps Non-Feasible
20 Leh DC office kargil BDO Office Zanskar 2 Mbps Non-Feasible
21 Rajouri DC Office Poonch Thesildar Havelli 2 Mbps Non-Feasible
22 Rajouri DC Office Poonch BDO Office BFZ 2 Mbps Non-Feasible
23 Srinagar DC Office Ganderbal BDO Lar 2 Mbps Non-Feasible
24 Srinagar DC Office Kupwara Tehsildar Office Karnah 2 Mbps Non-Feasible
25 Srinagar DC Office Kupwara BDO Ramhal 2 Mbps Non-Feasible
26 Srinagar DC Office Kupwara BDO Tangdar 2 Mbps Non-Feasible
27 Srinagar DC Office Kupwara BDO Teethwal 2 Mbps Non-Feasible
28 Srinagar DC Office Baramulla BDO Zanagir 2 Mbps Non-Feasible
157
* This report was submitted by BSNL to the State IT Department based on their
connectivity in the J&K State.
29 Srinagar DC Office Bandipora DBO Gurez 2 Mbps Non-Feasible
30 Srinagar DC Office Anantnag BDO Damhanjipora 2 Mbps Non-Feasible
31 Srinagar DC Office Anantnag BDO Shangas 2 Mbps Non-Feasible
32 Srinagar DC Office Kulgam BDO Phaloo 2 Mbps Non-Feasible
Top Related