proprietary & confidential

73
Selection of TPA Agency for various ITE&C Department Projects, GoAP AP Technology Services Ltd (APTS) 1 | Page Request for Proposal (RFP) For Selection of Third Party Auditor (TPA) Agency for various ITE&C Department Projects Proprietary & Confidential August, 2021 ANDHRA PRADESH TECHNOLOGY SERVICES LIMITED (Government of AP Undertaking) (CERT-In Empanelled, ISO 9001:2015, ISO 27001:2013 Certified) 3rd Floor, R&B Building, Opp. Indira Gandhi Municipal Stadium, MG Road, Labbipet, Vijayawada-520010, Andhra Pradesh, India. Ph.0866-2468102|[email protected]| https://www.apts.gov.in

Upload: others

Post on 05-Nov-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 1 | P a g e

Request for Proposal (RFP)

For

Selection of Third Party Auditor (TPA) Agency for

various ITE&C Department Projects

Proprietary & Confidential

August, 2021

ANDHRA PRADESH TECHNOLOGY SERVICES LIMITED

(Government of AP Undertaking)

(CERT-In Empanelled, ISO 9001:2015, ISO 27001:2013 Certified)

3rd Floor, R&B Building, Opp. Indira Gandhi Municipal Stadium, MG Road, Labbipet, Vijayawada-520010, Andhra Pradesh, India.

Ph.0866-2468102|[email protected]| https://www.apts.gov.in

Page 2: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 2 | P a g e

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of APTS except to the extent required for submitting bid and no more.

Page 3: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 3 | P a g e

1. Table of Contents 1. Table of Contents .............................................................................................................. 3 2. Advertisement ................................................................................................................... 6 3. Proposal ............................................................................................................................. 7 4. Data Sheet .......................................................................................................................... 8

5. Background Information ............................................................................................... 12 5.1. Introduction to various ITE&C Projects .................................................................................... 12

5.1.1. AP State Data Center (APSDC): .................................................................................................... 12 5.1.2. AP Software Defined WAN (APSDWAN): ................................................................................... 12 5.1.3. AP High-Definition Video Conferencing System (VC): ................................................................ 12 5.1.4. AP Secretariat Campus Area Network (APSCAN): ....................................................................... 13

5.2. Project Locations: ...................................................................................................................... 13 5.3. Objective & Brief Overview ..................................................................................................... 15 5.4. Third Party Auditor (TPA) ........................................................................................................ 15

5.4.1. The broad objectives: ...................................................................................................................... 15 6. Scope of Work ................................................................................................................. 17 6.1. Scope ......................................................................................................................................... 17

6.1.1. TPA Responsibilities ...................................................................................................................... 17 6.1.2. APTS Responsibilities .................................................................................................................... 18

6.2. Detailed Scope: .......................................................................................................................... 19 6.2.1. Audit Frameworks Design .............................................................................................................. 19 6.2.2. Inventory/Infrastructure Audit ........................................................................................................ 20 6.2.3. Coordination for Network Audit Reports/ Certifications ............................................................... 21 6.2.4. NMS/EMS/BMS Audit ................................................................................................................... 21 6.2.5. Manpower Audit ............................................................................................................................. 21 6.2.6. Helpdesk Audit ............................................................................................................................... 22 6.2.7. Operations and Management Process and Control Audit ............................................................... 22 6.2.8. Audit of Bandwidth Service Provider(s) ........................................................................................ 23 6.2.9. Service Level Agreement (SLA) Monitoring Audit ....................................................................... 23 6.2.10. Log Monitoring and Incident Investigation Review ....................................................................... 24 6.2.11. Power Efficiency Audit .................................................................................................................. 24 6.2.12. Audit of Services provided & Performance Monitoring ................................................................. 25 6.2.13. Exit Process support ....................................................................................................................... 25 6.2.14. Audit & Recommendations of Vendor Payments/ Estimates in line with SLA .............................. 25 6.2.15. Other Activities............................................................................................................................... 26

6.3. Monitoring TPA Activities ........................................................................................................ 27 6.4. Roles and Responsibilities Matrix ............................................................................................. 27

7. Key Deliverables & MIS Reports with Periodicity ...................................................... 29

8. Manpower Requirement ................................................................................................ 30 8.1. Requirements ............................................................................................................................. 30 8.2. Qualifications and Experience Required for the proposed Team ............................................. 30 8.3. Shifts and Shift Timings ............................................................................................................ 31

9. Service Level Agreements .............................................................................................. 32 9.1. Penalty for Delay or non-submission of Audit/ MIS Reports: .................................................. 32 9.2. Penalty for Error in Recommendation: ...................................................................................... 32 9.3. Penalty for incomplete Reports & Recommendation: ............................................................... 32 9.4. Penalty for Manpower unavailability and change: .................................................................... 32

9.4.1. Penalty for non-deployment of Manpower ..................................................................................... 32 9.4.2. Penalty for Manpower Unavailability ............................................................................................. 32 9.4.3. Penalty for Manpower Change ....................................................................................................... 33

9.5. Penalty Capping: ....................................................................................................................... 33 10. Pre-qualifications Criteria ............................................................................................. 34 11. Bidding Procedure .......................................................................................................... 36 11.1. Bid submission .......................................................................................................................... 36 11.2. Pre-Qualification bid ................................................................................................................. 36 11.3. Technical Bid ............................................................................................................................ 36 11.4. Financial bid .............................................................................................................................. 36

Page 4: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 4 | P a g e

11.5. Pre-bid Meeting and Clarifications ........................................................................................... 36 11.5.1. Supplementary Information/ Corrigendum/ Amendment to the RFP ............................................. 37

11.6. Bid Evaluation Procedure .......................................................................................................... 38 11.7. Opening of bids ......................................................................................................................... 38 11.8. EMD Validity ............................................................................................................................ 38 11.9. Pre-qualification bid documentation ......................................................................................... 38 11.10. Technical bid documentation .................................................................................................... 38 11.11. Financial bid .............................................................................................................................. 39

12. General instructions to bidders ..................................................................................... 40 12.1. Definitions ................................................................................................................................. 40 12.2. General eligibility ...................................................................................................................... 41 12.3. Bid forms ................................................................................................................................... 41 12.4. Cost of bidding .......................................................................................................................... 41 12.5. Clarification of bidding documents ........................................................................................... 42 12.6. Amendment of bidding documents ........................................................................................... 42 12.7. Period of validity of bids ........................................................................................................... 42 12.8. Submission of bids .................................................................................................................... 42 12.9. Deadline for submission of bids ................................................................................................ 43 12.10. Late bids .................................................................................................................................... 43 12.11. Modification and withdrawal of bids......................................................................................... 43 12.12. Preparation of Pre-qualification bid .......................................................................................... 43 12.13. General business information: ................................................................................................... 43 12.14. Bid Security i.e. Earnest Money Deposit (EMD) ...................................................................... 43 12.15. Preparation of Technical Bid ..................................................................................................... 44 12.16. Preparation of Financial Bid ...................................................................................................... 44

13. Standard Procedure for Opening and Evaluation of Bids .......................................... 45 13.1. Outline of bid evaluation procedure: ......................................................................................... 45 13.2. Opening of bids ......................................................................................................................... 45 13.3. Clarification of bids: .................................................................................................................. 45 13.4. Preliminary examination: .......................................................................................................... 45 13.5. Evaluation of Pre-qualification bids: ......................................................................................... 46 13.6. Technical bid Evaluation Criteria: ............................................................................................. 46 13.7. Evaluation of financial bids ....................................................................................................... 47 13.8. Evaluation and comparison of financial bids ............................................................................ 48 13.9. Reverse Auction: ....................................................................................................................... 48 13.10. Contacting APTS ....................................................................................................................... 48 13.11. Award criteria ............................................................................................................................ 49 13.12. APTS’ right to vary quantities at time of Award ....................................................................... 49 13.13. APTS’ right to accept any bid and to reject any or all bids. ...................................................... 49 13.14. Notification of award ................................................................................................................. 49 13.15. Signing of contract .................................................................................................................... 49 13.16. Performance Security ................................................................................................................ 49 13.17. Corrupt, fraudulent and unethical practices ............................................................................... 50

14. General conditions of proposed contract (GCC) ......................................................... 51 14.1. Application ................................................................................................................................ 51 14.2. Payments ................................................................................................................................... 51 14.3. Other terms and conditions ........................................................................................................ 51 14.4. Delays in the Service Provider’s Performance .......................................................................... 51 14.5. Liquidated Damages .................................................................................................................. 51 14.6. Implementation Guarantee/ Performance Security .................................................................... 52 14.7. Termination for Default ............................................................................................................. 52 14.8. Termination for Insolvency ....................................................................................................... 53 14.9. Termination for Convenience .................................................................................................... 53 14.10. Force Majeure ............................................................................................................................ 53 14.11. Assignment & Subcontracts ...................................................................................................... 53 14.12. Amendment to the Agreement ................................................................................................... 53 14.13. Applicable Law ......................................................................................................................... 54

Page 5: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 5 | P a g e

14.14. Resolution of Disputes .............................................................................................................. 54 14.15. Use of Contract Documents and Information ............................................................................ 54 14.16. Governing Language ................................................................................................................. 54 14.17. Notices: ...................................................................................................................................... 54 14.18. Indemnification.......................................................................................................................... 54 14.19. Taxes and duties ........................................................................................................................ 55

15. Special Conditions of Contract (SCC) .......................................................................... 56

16. Bid letter form ................................................................................................................. 57 17. Model Contract form ...................................................................................................... 58 18. Bid Security (EMD) form ............................................................................................... 59 19. Performance Security form ........................................................................................... 60 20. Pre-Qualification Bids .................................................................................................... 61 20.1. Form P-1 (Bidder Information) ................................................................................................. 61 20.2. Form P-2 (Turn over details of Company) ................................................................................ 62 20.3. Form P-3 (Details of Past Experience of Similar Projects) ....................................................... 63 20.4. Form P-4 (Non-Blacklisting/ Clean Track Record) .................................................................. 64 20.5. Form P-5: Bidders Authorization/ Power of Attorney .............................................................. 65 20.6. Form P-6: Undertaking form for AP GST Registration ............................................................ 66 20.7. Form P-7: Format for Self-Declaration on GO.Ms.12 .............................................................. 67 20.8. Form P-8: Technically Qualified Personnel’s ........................................................................... 68

21. Technical Bid forms........................................................................................................ 69 21.1. Form T-1 (Compliance/ Agreed/ Enclosed/ Deviation Statement) ........................................... 69 21.2. Form T-2 (Manpower Proposed) ............................................................................................... 70 21.3. Form T-3 (Unpriced Bill of Material) ....................................................................................... 71

22. Financial Bid forms ........................................................................................................ 72 22.1. Form F-1 (Manpower Charges) ................................................................................................. 72

23. Annexure-I – CV Format ............................................................................................... 73

** End of the Document ** ................................................................................................... 73

Page 6: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 6 | P a g e

2. Advertisement

Tender Call Notice for “Selection of Third Party Auditor (TPA) Agency for various

ITE&C Department Projects”

---------------------------------------------------------------------------------------------------------

APTS on behalf of ITE&C Dept., Govt. of Andhra Pradesh (GoAP) is inviting bids from

the Service Providers/ bidders towards Selection of Third-Party Auditor (TPA) Agency

for various ITE&C Department Projects like APSDC, APSDWAN, APSCAN, VC and

APCSOC. The Third Party Audit (TPA) Agency will audit the implementation,

operations and management, security and compliance with standards and processes of the

respective projects. The time schedules of various tender related events are as follows:

Bid calling date 10.08.2021

Pre-bid conference meeting date 16.08.2021

Bid Submission closing date/ time 03.09.2021, 3.00pm

Prequalification Bid Opening date/time 03.09.2021, 4.00pm

Bid Document Fee Rs.25,000/-

APTS Contact person Satyanarayana PPV – 9963029416

[email protected]

APTS Reference No. ITC51-20021/15/2021-INFR-APTS

If your firm is interested in participation, please ask the contact person for details or visit

our web site at https://www.apts.gov.in or www.apeprocurement.gov.in. The document is

to be purchased by firms for participation.

A complete set of bidding document may be obtained by interested bidders on the

submission of a written application addressed to “The Managing Director, AP

Technology Services Ltd., Vijayawada” by paying a non-refundable amount indicated

above. The payment can be made in the form of Demand Draft/ Banker’s cheque drawn

in favor of “The Managing Director, AP Technology Services Ltd., Vijayawada”

Managing Director

Andhra Pradesh Technology Services Limited (APTS),

R&B Building, 3rd

floor, Labbipet

M.G. Road, Vijayawada - 520 010, India.

Telephones: 91 (866) 2468108

Page 7: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 7 | P a g e

3. Proposal

APTS on behalf of ITE&C Dept., Govt. of Andhra Pradesh (GoAP) is inviting bids from

the Service Providers/ Bidders towards Selection of Third Party Auditor (TPA) Agency

for the following ITE&C Department Projects.

a. AP State Data Center (APSDC) (Including Hardware, software, applications,

active and passive devices, UPS etc.)

b. AP Software Defined Wide Area Network (APSDWAN)

c. AP High-Definition Video Conferencing System (VC)

d. AP Secretariat Campus Area Network (APSCAN) (LAN, WAN, Wireless,

Security, Access Control etc)

e. AP Cyber Security Operations Center (APCSOC)

The Third Party Audit Agency (TPA) shall audit the operations and management,

security and compliance with standards & processes of the respective projects and shall

involve in the PMU activity like daily monitoring of Operations & Management (O&M).

The audit report prepared by TPA shall form the basis for payments to the operators

during the operations phase.

Page 8: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 8 | P a g e

4. Data Sheet # Item Details

1. RFP reference No and Date ITC51-20021/15/2021-INFR-APTS

2. Non-Refundable Tender Cost

Rs.25,000/- (Rupees Twenty-Five Thousand

only)

Tender Document to be purchased online by

making payment to the following APTS

Account:

1. A/c. No.: 52082155102

2. IFSC Code: SBIN0003055

3. Bank Name: State Bank of India,

4. Labbipet, Vijayawada -520010

5. MICR Code: 520002007

6. Online payment details such as UTR

Number, Date, amount etc. are to be uploaded

in the online bid.

3.

Publication of Tender

Document through

APeProcurement Portal

10.08.2021

4. Last date for Submission of

Pre-Bid Queries

14.08.2021 (No written Queries would be

considered beyond the said date and time)

5. Pre-Bid Conference Date,

Time & Venue

16.08.2021, 11.00 am from Conference Hall, 3rd

Floor, R&B Building, APTS, Vijayawada, AP

(Through Virtual)

6. Publish Response to Pre-bid

queries 18.08.2021

7. Last Date and Time for

Submission of Bids 03.09.2021, 3.00pm

8.

Venue/ Locations for opening

of technical bids and

Financial bids

APeProcurement Portal

9.

Prequalification Bid opening

date on e-procurement

platform

03.09.2021, 4.00pm

10. Indicative date for Technical

presentation 08.09.2021

11. APTS Contact Person for any

Queries

Mr. PPV Satyanarayana, i/c

Manager(Infra1&APCSOC)

12. APTS Contact Person E-Mail

ID [email protected],

13. APTS Contact Person

Contact Number Mr. PPV Satyanarayana, 09963029416

14. Method of Selection

The method of selection is Least Cost (L1)

among the technically qualified bidders, after

reverse auction

15. EMD Rs.5,00,000/- (Rupees Five Lakh only)

16. EMD validity Period

a) EMD (BG) should be valid up to 31.03.2022

Note-a) EMD Particulars to be furnished in the

EMD form and BG from Nationalized/

Scheduled/ RBI approved private scheduled

banks, payable at Vijayawada only.

Page 9: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 9 | P a g e

# Item Details

b) BG from Cooperative banks are not

acceptable

c) The EMD amount can also be paid through

online.

17.

Date and Time of submission

of original copies of EMD

(Physical Copy), tender

document fee (Physical

Copy) to the O/o MD APTS

Next working day of bid submission closing

date.

18. Performance Security

The bidder has to submit 3% of Contract Value

as PBG in favour of “The Managing Director,

A.P. Technology Services Limited” from any

Nationalized/ Scheduled Bank having at least

one branch at Vijayawada before signing of the

contract/ issue of purchase order. However, the

PBG shall be enhanced as per the

GO.Rt.No.266, Dated 15.02.2021 of Finance

(HR-V-TFR-A&L-EWF) Department, as per

the time limits specified in the said GO.

19. Performance Security validity

period

1. Submission of PBG: Within 7 days from

date of receipt of Notification of Award

(NoA).

2. PBG validity: 90 days beyond contract

period

20. Period for Signing contract Within 10 days from date of receipt of

Notification of Award (NoA).

21. Bid Validity 180 working days from the date of submission

of online bids

22.

Contract Period 3 years from the date of agreement.

The ITE&C Dept/ APTS may extend the

contract period on year-to-year basis up to 2

years, if required, at the end of the contract with

similar terms & conditions

23. Variation in quantities a) IT&C Department/ APTS may take additional

resources at the same rates, during the contract

period.

24. Deployment of Resources Within 15 days from date of receipt of

Notification of Award (NoA).

25. Deployment of Additional

Resources, if required

Within 15 days from date of indent.

26. Payment terms Quarterly at the end of each quarter on

certification by ITE&C Department

27. Penalty As defined in the Service Level Agreements

section of this RFP

28. Conditional bids Not accepted, liable for rejection of bid

29. Eligibility Criteria As per pre-qualification criteria specified in

RFP

30. Technical Evaluation Cut off 70 Marks

31. Transaction Fee Transaction fee: All the participating bidders

Page 10: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 10 | P a g e

# Item Details

who submit the bids have to pay an amount @

0.03% of their final bid value online with a cap

of Rs.10,000/- for quoted value of purchase up

to Rs.50 Crores and Rs.25,000/- if the purchase

value is above Rs.50 Crores & Service Tax

applicable as levied by Govt. of India on

transaction fee through online in favour of MD,

APTS. The amount payable to APTS is non-

refundable.

Non-refundable Corpus Fund: Successful

bidder has to pay an amount of 0.04% on

quoted value through demand draft in favour of

Managing Director, APTS towards corpus fund

at the time of concluding agreement.

32. Transaction Fee Payable to The Managing Director, A.P. Technology

Services Ltd., Vijayawada

33.

Bid submission On Line. Bidders are requested to submit the

bids after issue of minutes of the pre bid

meeting duly considering the changes made if

any, during the pre-bid meeting. Bidders are

totally responsible for incorporating/complying

the changes/amendments issued, if any during

pre-bid meeting in their bid.

34.

Procedure for Bid Submission Bids shall be submitted online on

https://tender.apeprocurement.gov.in platform

1. The participating bidders in the tender should

register themselves free of cost on e-

procurement platform in the website

https://tender.apeprocurement.gov.in.

2. Bidders can log-in to APeProcurement

platform in Secure mode only by signing with

the Digital certificates.

3. The bidders who are desirous of participating

in APeProcurement shall submit their technical

bids, price bids as per the standard formats

available at the portal.

4. The bidders should scan and upload the

respective documents in Pre-Qualification and

Technical bid documentation as detailed at

Section 23 & 24 of the RFP including EMD.

The bidders shall sign on all the statements,

documents certificates uploaded by them,

owning responsibility for their correctness/

authenticity.

5. The rates should be quoted in online only

35.

Other conditions 1.After uploading the documents, the copies of

the uploaded statements, certificates,

documents, original Demand Drafts in respect

of Bid Security (except the Price bid/ offer/

break-up of taxes) are to be submitted by the

bidder to the O/o The Managing Director,

Page 11: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 11 | P a g e

# Item Details

APTS, R&B Building, Vijayawada within the

next working day of opening PQ bids. Failure to

furnish any of the uploaded documents,

certificates, will entitled in rejection of the bid.

The APTS shall not hold any risk on account of

postal delay. Similarly, if any of the certificates,

documents, etc., furnished by the Bidder are

found to be false/ fabricated/ bogus, the bidder

will be disqualified, blacklisted, action will be

initiated as deemed fit and the Bid Security will

be forfeited.

2. APTS will not hold any risk and

responsibility regulating non-visibility of the

scanned and uploaded documents.

3. The Documents that are uploaded online on

APeProcurement portal will only be considered

for Bid Evaluation.

4. Important Notice to Contractors, Suppliers

and Department users

(i) In the endeavor to bring total automation of

processes in e-Procurement, the Govt. has

issued orders vide GO.Ms.No.13, dated.

05.07.2006 permitting integration of electronic

Payment Gateway of ICICI/HDFC/Axis Banks

with e-Procurement platform, which provides a

facility to participating suppliers/ contractors to

electronically pay the transaction fee online

using their credit cards.

Page 12: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 12 | P a g e

5. Background Information

5.1. Introduction to various ITE&C Projects

5.1.1. AP State Data Center (APSDC):

AP State Data Center (APSDC) is the Central IT hosting facility & data repository for all

the departments of the Government of Andhra Pradesh (GoAP). The GoAP had set up the

APSDC to provide better operations & management control, minimize overall cost of

Data Management and IT Management. The IT,E&C Department has allocated Data

Center rack space to various Government Departments under hosted and co-located

models. APSDC provides many functionalities and some of the key functionalities are

Central data repository, Secure Data Storage, Online Delivery of Services, Citizen

Information/ Services Portals, Disaster Recovery, Remote Management and Service

Integration. The State Data Centre offers various services including Infrastructure

Services (Rack Space, Connectivity to SWAN and Internet, Co-location, Facility

Management, Shared Compute Infrastructure & Storage, Staging Facility, Non-IT

infrastructure Components like HVAC, UPS, DG set, BMS, EMS, CCTV Surveillance

System etc) and managed services (Security Services, Backup Services, Helpdesk

Services, Monitoring, Directory and Domain (ap.gov.in) Services) which is designed and

implemented to meet Tier II+ data center standards. APSDC is integrated with

APSWAN, APSCAN and NKN network so that applications hosted at APSDC can be

accessed over LAN for the Government Departments.

Initially, AP State Data Center (APSDC), Hyderabad was built under NeGP Scheme

(GoI) at Dr.YSR Bhavan, Gachibowli, Hyderabad. Post AP Reorganization Act 2014,

GoAP established AP State Data Center at M/s Pi Data Centers, Amaravati. Now, the

migration of applications from APSDC, Hyderabad to Amaravati is in progress and few

of the application of GoAP are still running at APSDC, Hyderabad.

5.1.2. AP Software Defined WAN (APSDWAN):

APSDWAN is a high speed, high capacity, reliable and backbone network for all e-

Governance applications of GoAP to deliver G2G, G2B and G2C services. APSDWAN

facilitates the transfer of information (Data, Voice & Video) between various

Government offices across AP and allows them to utilize secure services through the

secured network. APSDWAN is integrated with APCAN, APSDC and NKN network and

facilitating secure network services for critical and important departments. The main

backbone of SDWAN connects the State Head Quarter (SHQ) PoP with the PoPs at

District Head Quarters (DHQs) and PoPs at Mandal Head Quarters (MHQs). The

horizontal offices are connected to respective vertical segment PoPs. The Typical

equipment deployed at these PoPs and to be maintained by the SWAN operator includes

routers, switches, modem, racks, AAA, NMS, Servers, Desktops, UPS, Generators, Air

Conditioners etc. APTS has issued separate work orders for the SDWAN operator,

Vertical and Horizontal connectivity Service Providers.

5.1.3. AP High-Definition Video Conferencing System (VC):

The AP High-Definition Video Conference system uses the existing infrastructure of

APSDWAN implemented in the State. It is studio based Video Conferencing equipment

Page 13: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 13 | P a g e

with HD display made available for all the DHQs, MHQs and the SHQ established by

ITE&C department with equipment deployed at MROs, RDOs, ITDAs and Collectorates.

Centralized infrastructure was setup at SHQ for centralized repository of VC licenses,

authentication of users, hosting VC soft client etc. Each district is provided with MCU at

Collectorate and corresponding MROs have been provided with conference end

equipment. At SHQ - MCU and global portal have been provided to connect all MHQs

and MCUs at DHQs. Simultaneous Video Conferences possible from DHQ as well as

from SHQ. Any Mobile/ Laptop can be connected to the Video conference on internet.

The routers and end points utilization shall be monitored, and policy shall be created for

monitoring.

5.1.4. AP Secretariat Campus Area Network (APSCAN):

Andhra Pradesh Secretariat Campus Area Network (APSCAN) is one of the large

Local/Campus area network (LAN/CAN) project of GoAP. This project covers all the

Departments in the Secretariat and enables the Departments to access the IT services.

The overall management & maintenance of APSCAN includes administration of Servers,

Desktops, Printers, Scanners, Other Client peripherals, Networking, ISP leased lines,

internet, intranet, e-mail, UPS, ACs and the services running on them. The APSCAN

project is meant for staging activities of AP State Data Center (APSDC) also. There are

nearly about 2,200+ PCs, 1,000 printers, 150+ Scanners are connected on the present

network. Under this project, the HW maintenance and NW services are provided to AP

Secretariat, Hon’ble CM’s Camp Office & AP Bhavan, New Delhi. To provide the

continuous services without any interruption or downtime, a Service Provider is

identified for Facility Management Services (FMS) and Maintenance Services (MS) of

APSCAN project. The campus Area Network security of LAN, WAN and Wireless shall

be audited, and appropriate recommendation shall be provided to secure the network.

5.2. Project Locations:

# Project Locations Service Provider

1. AP State Data

Center (APSDC) Main location - APSDC, C/o

Pi Data Centers, Mangalagiri,

Amaravati

APSDC, TSIIC Building,

Gachibowli, Hyderabad – Till

the migration is completed to

the new location in AP.

SDC, Amaravati -

M/s Pi Data Centers

Pvt. Ltd,

Mangalagiri

SDC, Hyd -

2. AP Software

Defined Wide

Area Network

(APSDWAN)

Main location - APSDWAN

and APSCAN SHQ, Building-

3, AP Secretariat, IGC,

Velagapudi, Amaravati

All POPs of APSDWAN

Infrastructure - M/s

Wissen Infotech Pvt.

Ltd.

Bandwidth – M/s

APSFL

3. AP High

Definition Video

Conferencing

System (VC)

APSDWAN SHQ, Building-3,

AP Secretariat, IGC,

Velagapudi, Amaravati

All POPs of AP VC project

M/s Railwire ICT

Pvt. Ltd

4. AP Secretariat

Campus Area

Network

(APSCAN)

APSCAN NOC, Building-3,

AP Secretariat, IGC,

Velagapudi, Amaravati

Ancillary - Six (6) Buildings

(Building No.1 to 6) at new

M/s SRIT India Pvt.

Ltd

Page 14: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 14 | P a g e

AP Secretariat, Interim

Government Complex (IGC),

Velagapudi, Amaravati.

Systems and the Network at

the premises of Honorable

Chief Minister’s Camp Office

(CMCO) at Tadepalli, Guntur

AP Bhavan, New Delhi

Other location offices if any as

decided by ITE&C department

from time to time

5. AP Cyber

Security

Operation Center

(APCSOC)

Main location – APSTL,

R&B Building, Vijayawada

RFP floated.

Selection of Service

Provider is under

process

Note: New locations, if any, will be added other than the present locations as decided

by ITE&C Department from time to time. TPA scope shall automatically be

applicable to the newly added locations in the respective projects.

Page 15: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 15 | P a g e

5.3. Objective & Brief Overview

The operation & management control processes of ITE&C managed projects are held

with the respective operators and these projects are running independently and all

projects are interlinked. The ITE&C Department observed that there is a visible gap in

communication between project to project while troubleshooting network related issues.

Sometimes the teams are taking time in solving the issues due to the lack of visibility on

the overall ITE&C infrastructure and architecture. To avoid such scenarios, the ITE&C

Department envisaging a audit team which will conduct regular audits of the project and

also involves in PMU activity like daily monitoring of Operations & Management

(O&M) and problem resolution of technical aspects. The team shall assist the project

operators in problem resolution duly coordinating with all stakeholders of ITE&C,

APTS, APSDC, APSCAN, APSDWAN, VC, APCSOC team and User Departments on

the IT Infrastructure in the event of any issues that are site specific and interlinked.

5.4. Third Party Auditor (TPA)

The objective of TPA is to provide objective assurance and audit services designed to

monitor and assess the conformance by the project operators and add value to improve

the various ITE&C Project operations. It helps the State accomplish the project

objectives by bringing a systematic, disciplined approach to evaluate and improve the

effectiveness of infrastructure, operations, service level management, control and

governance processes. The Third Party Audit (TPA) Agency shall audit and monitor the

implementation, operations and management, security and compliance with standards

and processes of respective projects. The audit report prepared by TPA shall form the

basis for payments to the operator during the operations phase.

The selected TPA shall have to undertake auditing of SDC, SD-WAN, SCAN, APCSOC

and VC projects as per the tender conditions for a period of Specified in the bid data

sheet. The TPA Agency is required to provide dedicated Manpower for entire contract

period to APTS to monitor various performance parameters. The access to

BMS/NMS/other monitoring tools and related systems at SDC, SD_WAN, SWAN,

SCAN and VC will be provided to the TPA. During the tenure of the contract, the TPA

team members will be deployed exclusively for this project and cannot be shared for

other activities by the bidder. In the event of non-availability of the committed manpower

on account of attrition or other cause, the TPA must inform the same in writing to APTS

with a suitable replacement person with equivalent or higher qualification and experience

and the replacement must be done within SLA limits.

5.4.1. The broad objectives:

a. Audit the Operator’s actions are in compliance with laid down policies, standards,

procedures, and applicable laws and regulations as per RFP and SLAs.

b. Interaction with the various stakeholders and take inputs and feedback as needed

for service improvements of respective operators.

c. Conducting the audit activities and to provide advisory to resolve audit non-

compliances.

d. Carry out the UAT/PAT/FAT whenever there is a new equipment/infrastructure

installed/upgraded at APSDC/APSCAN/VC or in core network of APSDWAN.

e. Monitor the operations and maintenance of the overall system as per the standards

and requirements defined in respective operator’s RFP and issues resolved by and

Page 16: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 16 | P a g e

resolved by respective operators of APSDC (Amaravati & Hyderabad),

APSDWAN, VC and APSCAN

f. To review Network Architecture, compliance to Application deployment

architecture.

g. Quality and continuous improvement are fostered in the operations and

management processes.

h. Verify, audit the equipment deployed for prevention of cyber-attacks are properly

installed, configured, managed for the purpose it is deployed and

alerts/reports/action taken by operator is as per SLAs defined for the same.

i. To assess Help Desk operational effectiveness, and actions taken by Helpdesk.

j. Co-ordination with AP Cyber Security Operations Center (APCSOC) and APTS

Red teams.

k. Provide significant financial, managerial, and operating information on the above

projects is accurate, reliable and timely.

l. Risks assessment & provide the advisory to address the identified risk and ensure

the risk is addressed effectively by respective service provider.

Page 17: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 17 | P a g e

6. Scope of Work 6.1. Scope

Third Party Audit Agency (TPA) selected through this RFP should be required to

monitor and audit various services and their performance provided by O&M Operator of

APSDC (Amaravati & Hyderabad), APSDWAN, VC and APSCAN as per the scope of

work prescribed in this RFP. TPA shall carry out the activities as per agreement and

submit all the mentioned deliverables within the stipulated time frame.

6.1.1. TPA Responsibilities

To have better understanding of the scope of work, the TPA Agency shall need to

i. Study the respective projects, APSDC (Amaravati & Hyderabad), APSDWAN,

VC, APCSOC and APSCAN RFPs and the contract signed between the ITE&C

Department/APTS and respective Project Operator, the respective MoUs signed

and the implementation/O&M process for the project.

ii. Study all the projects policy guidelines, architecture, design and the services

envisaged, processes, helpdesk procedures and security policy of the data

Centre.

iii. Create a framework and procedure for carrying out the audit. In cases of

significant noncompliance, establish a mechanism to resolve audit observations.

iv. Study the all the projects overall architecture for a proper understanding of Data

security and sovereignty.

v. The migration of applications from APSDC, Hyderabad to Amaravati is in

progress and GoAP has upgraded the existing APSWAN architecture to AP

Software Defined WAN (APSDWAN) architecture. With respect to this, TPA

shall monitor Migration/ Installation/ Upgrade/ Commissioning which includes:

a) Monitor the site preparation (if required), oversee the installation,

upgrades & commissioning of the hardware, System Software and

applications as per the BOM.

b) Monitoring installation, Commissioning and finalizing uptime reports

for WAN and P2P links

c) Carrying out one-time FAT for newly installed equipment/

Infrastructure/ connectivity.

d) Monitor the migration of existing applications from one location to

another location and ensuring their functionality, integration with

other applications and new environment.

vi. Understand the roles and responsibilities of various stakeholders such as

ITE&C Department, APTS, respective Project Operator, NIC, Bandwidth

Service Providers, Vendors, clients and User departments etc.

vii. Study the proposal of engaged Project Operator along with RFP to understand

its offerings and SLA commitments.

viii. Study the functionality of the Network Monitoring System (NMS) installed in

the projects and verify its completeness to accomplish the TPA scope of work.

If any additional functionality required, or additional module/tool including

hardware/software required, and give the recommendation.

ix. Review of the escalation mechanisms being followed to resolve any issues

between the APTS/ITE&C Dept and the Project Operator(s).

x. Time to time co-ordination with APCSOC on the integration of the assets, logs

etc are in sync with the State Cyber Security, IS policies, review the incident/

Page 18: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 18 | P a g e

forensic reports as needed, coordination with respective operators for resolution

of the issues as notified in incident/ forensic audit reports.

xi. Prepare various templates required to be filled in by the various stakeholders

involved in the audit process.

xii. Prepare annual audit plan and checklists including stated audit areas and

controls.

xiii. The Project operations and management control processes are adequate and

functioning as intended.

xiv. Administrative control of data and its confidentiality, security and privacy is

with the state Government de-jure and de-facto.

xv. Shall provide advisory to respective operators in problem resolution.

xvi. Provision of equipment like laptop/ workstation for TPA’s team.

xvii. Coordination with APTS for Security Audit and Certification process.

6.1.2. APTS Responsibilities

APTS shall share the RFP/Contract agreements of the various Service Providers and

asset list to the successful bidder.

a. RFP for selection of DCOs for APSDC, Amaravati and Hyderabad, Contract

signed between respective DCOs and APTS for Operations & Maintenance.

b. RFP and contract agreement with Co-Location Service Provider for Non-IT

infrastructure for AP State Data Centre, Amaravati

c. RFP and contract agreement signed with Facility Management service provider

for Maintenance of HT/LT Panels and Transformers available at AP State Data

Center, Hyderabad and Contract signed between respective operator and APTS

for Operations & Maintenance.

d. Work orders given and agreements signed with various WAN and P2P Bandwidth

Service Providers at APSDC, Amaravati and Hyderabad, APSDWAN and

APSCAN locations.

e. RFP and Contract agreement of Operations & Maintenance of APSWAN and

selection of System Integrator (SI) for Upgrading AP State Wide Area Network

(APSWAN) to AP Software Defined Wide Area Network (APSDWAN)

f. RFP and Contract agreement of Service Provider for Bandwidth Services to

APSDWAN Project and work orders given to Vertical Bandwidth Service

Provider in the existing APSDWAN project.

g. RFP, Work orders given, and agreements signed with Horizontal Offices

bandwidth service provider on lease rental basis in the existing APSDWAN

project.

h. RFP and Contract agreement of Service Provider for State Video Conference

(VC) Project

i. RFP and Contract agreement of Service Provider for APCSOC Project

j. RFP and Contract agreement of Facility Management Services (FMS) &

Maintenance Service (MS) for AP Secretariat Campus Area Network (APSCAN)

k. The physical, IT (software & Hardware), PoP infrastructure, VC infrastructure,

Client peripherals (Desktops, Printers & Scanners) and Non-IT asset list of

APSDC, Amaravati and Hyderabad, APSDWAN, VC and APSCAN projects

l. Necessary physical access at respective sites and access to NMS/EMS reports and

related systems at all the project sites shall be provided to the TPA.

m. ITE&C Department/APTS shall provide seating space to TPA team at APSDC

and APSDWAN SHQ location with facilities like furniture, internet, power

connection, telephone connection etc.

Page 19: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 19 | P a g e

n. Software/Application Audit (Application audit by CERT-In empaneled agencies)

o. Security and Compliance Audit

p. Network Audit

q. Secure Configuration Review

r. APTS is designated Agency for Security and Compliance Audit, Network

Audit Reports/ Certifications, the same is not covered in the TPA scope.

6.2. Detailed Scope:

To ensure the consistency and comparability of the audit on a regular basis, the TPA

must establish an audit methodology in discussion with the ITE&C Department/APTS

and should need to study the proposal of engaged Operator(s) with the ITE&C

Department to understand its offering and SLA commitments. Also, the TPA shall study

the contract signed between the ITE&C Department/APTS and Operator(s) for

implementation/O&M, the respective MoUs signed and the implementation process of

the projects. The Scope of Work for the Third Party Audit Agency shall be broadly

categorized as mentioned below and following are the minimum list of activities to be

carried out by TPA.

1. Audit Framework Design

2. Inventory/Infrastructure Audit

3. Coordination for Network Audit Reports/ Certifications

4. NMS/EMS/BMS Audit

5. Manpower Audit

6. Helpdesk Audit

7. Operations and Management Process and Control Audit

8. Audit of Bandwidth Service Provider(s)

9. Service Level Agreement (SLA) Monitoring Audit

10. Log Monitoring and Incident Investigation Review

11. Power efficiency Audit

12. Audit of Services provided & Performance Monitoring.

13. Exit Process Support.

14. Audit & Recommendations of Vendor Payments/Estimates in line with SLA

15. Other Activities, if any

6.2.1. Audit Frameworks Design

To ensure the consistency and comparability of the audit on a regular basis, the TPA

must establish an audit methodology in discussion with the State ITE&C Department and

APTS and would need to study the proposal of engaged Data Centre Operator with the

ITE&C Department and APTS to understand its offering and SLA commitments. After

its study, the TPA would –

a. Study the contract signed between the APTS on behalf of IT&C Department,

GoAP and all other Service Providers of SDC, VC, APDSWAN, SCAN

Operators and for the activities as mentioned in the responsibilities of TPA.

b. Study the network architecture & design and the services envisaged.

c. Create a framework and procedure for carrying out the audit. In cases of

significant non-compliance, establish a mechanism to resolve audit observations.

d. Prepare various templates required to be filled in by the various stakeholders

involved in the audit process.

e. Prepare annual audit plan including stated audit areas and controls.

f. Establish a mechanism to conduct periodic reviews with APTS and other

Page 20: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 20 | P a g e

stakeholders of the project.

g. Process for closure of audit findings and present the conclusions to APTS and

ITE&C department

6.2.2. Inventory/Infrastructure Audit

The TPA shall check and verify APSDC (Amaravati & Hyderabad), APSDWAN, VC,

APCSOC and APSCAN projects for the following include but not be limited to:

a. Physical, IT and Non-IT infrastructure assets including Servers, network devices

(LAN, WAN, Wi-Fi infra), security devices, connectivity links (including

Vertical/Horizontal links-MPLS/ILL/Broadband/P2P), Client peripherals

(Desktops, Laptops, Printers, Scanners), VC infrastructure (Gateways, MCUs,

Cameras, display units) and SNMP enabled devices and any other additional

item(s)/ equipment(s)/ tool(s)/ device(s)/ facilities(s) supplied, installed,

integrated, configured and commissioned. TPA shall do the verification of

inventory and asset at each location including all the PoPs.

b. All hardware (active and passive components) and software items that have been

installed and managed as per the terms & conditions of the RFP/Agreement along

with specifications, make & model, warranty status where applicable.

c. Configuration documents and Network Diagrams with relevant details.

d. Ensuring update of Configuration Management Database (CMDB) in Service

Desk tool.

e. Review the asset registers maintained by the Project Operator and ensure capture

of all necessary details hardware/ software for license, certificates validity,

support issues, renewals due etc and time to time alert APTS/ ITE&C department

on the status of the same.

f. Recommend suitable asset & inventory management tool and its integration with

existing NMS. Based on the recommendations, ITE&C Department will procure

the Asset and inventory management tool, if required. TPA shall ensure the

appropriate implementation and integration of asset & inventory management tool

into the existing NMS.

g. Maintaining a record of the changes/variations/shifting of devices etc. observed in

inventory.

h. Give recommendations for Consumables for which the payment to the operators

is on actual basis such as Electricity, Diesel, Bandwidth cost etc.

i. Appraise the ITE&C Department/APTS on details of the infrastructure

components that are due for obsolescence as per the policy defined by the ITE&C

Department/ OEM. Provide recommendations for capacity planning, scalability,

upgrade/ refresh of infrastructure components and plan for disposal of obsolete

infrastructure components.

j. Conduct sample site audits on annual basis based on the directions of APTS and

ITE&C department (as per the sample size specified in the Data)

k. Managing the inventory register (including hardware and software)

Project/Location wise.

l. Using EMS/BMS/NMS tools, performing State Wide Inventory Audit and submit

the detailed inventory audit report to ITE&C Department/APTS specifically

confirming followings:

Page 21: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 21 | P a g e

i. Shortage in Actual inventory in comparison to the Inventory details as per

the inventory register, inventory available in NMS, inventory not available

in NMS.

ii. Case to case analysis of Shortages, if any

iii. Audit report must have section on monetary losses to the exchequer and

means of recovery.

iv. Maintain change order with up to date inventory register

6.2.3. Coordination for Network Audit Reports/ Certifications

a. Must review/monitor the security audit process of Network Audits performed by

APTS/ 3rd party CERT-In empaneled agency engaged by GoAP Departments.

b. Review of the key management control aspects like standards for equipment,

application, capacity planning, performance, reporting, problem resolution,

hardening, costing, and accounting.

c. TPA shall perform network optimization assessment communicated by ITE&C

Department/APTS.

6.2.4. NMS/EMS/BMS Audit

The objective is to check that NMS/BMS is configured at APSDC (Amaravati &

Hyderabad), APSDWAN, VC and APSCAN Operator(s) for monitoring, to confirm

device availability and other services, as envisaged. It shall include (but not be limited to)

the following:

a. Ensuring that the NMS/EMS/BMS tools are properly configured, and the best

practices are implemented.

b. Ensuring that all SLA conditions are mapped into the NMS/EMS/BMS as per

SLA including Bandwidth/ Telecom Service Providers (ISPs, SPs and TSPs).

c. Ensuring that all the Computers/Desktops, Servers, Network Devices, Security

Devices, any other IT infrastructure devices, connectivity links/devices (LAN,

WAN, Wi-Fi, Wireless), Fault Management, Performance Management and

SNMP enabled devices are discovered into NMS/EMS/BMS.

d. Ensuring that all required scripts and schedules are formulated, updated, and

incorporated in the NMS/EMS/BMS

e. Ensuring that Helpdesk and asset Management System has been fully integrated

with NMS/EMS/BMS.

f. Verifying the configuration/deployment parameters of the NMS/EMS/BMS. The

process followed to verify the SLA and all the system generated reports of

devices/components are available as desired, are accurate, authentic, and not

tampered with.

g. Review the system created for effective monitoring of network availability and

escalation leading to resolutions (including use of NMS reports).

6.2.5. Manpower Audit

TPA shall audit the manpower deployed with respect to the educational qualifications,

certifications, relevant and overall experiences, attendance as agreed in the respective

project contract agreements (APSDC, APSDWAN, VC, APCSOC and APSCAN

projects). TPA shall make sure that the resources quantity proposed is as per the

agreement and the additional resources to maintain the holiday shifts, handover of the

shift roaster, and Services Levels Agreements of resource replacement, trainings,

activities etc are meeting project scope and requirements. TPA shall assess the scope of

Page 22: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 22 | P a g e

work of the respective projects and propose requisite number of manpower required

during distinct phases of the scope of work during the tenure of contract.

6.2.6. Helpdesk Audit

The objective is to check the effectiveness and efficiency in delivery and support of IT

services offered to APSDC, APSDWAN, VC, APCSOC and APSCAN end users by

respective Operator (s) through Helpdesk Setup, Service Desk Operations and

Maintenance as per the ISO 20000/ ITIL standards and compliance in this respect. It shall

include (but not be limited to) the following:

a. Checking whether the Helpdesk Management System (HMS) is implemented

from an ITILv3 perspective and is integrated with NMS for ensuring 360°

functionality including operations, management and monitoring.

b. Audit of service operation procedures followed for Service Desk Operations and

Services provided & all Bandwidth/ Telecom Service Providers (ISPs, SPs and

TSPs) to the end users as per SLA.

c. Audit of all stages of IT Service Management as per relevant ISO 20000/ ITIL

and checking for service manageability and compliance.

d. Review of the helpdesk setup by the Network Operator and the Agency shall

submit a quarterly report with recommendations to the ITE&C

Department/APTS.

e. Review the mechanism of obtaining user feedback on quality of service & post

analysis of the same and shall submit a report with recommendations to the

ITE&C Department/APTS on yearly basis.

6.2.7. Operations and Management Process and Control Audit

a. TPA shall also audit the process & controls followed by the all the operators in

order to ensure smooth & seamless integration of APSDC with APSDWAN, VC,

APSCAN and APCSOC as per ISO 20000 framework including Monitoring,

Maintenance and Management of the entire facility.

b. It would review and analyze the services provided through SDC, VC,

SWAN/SDWAN, SCAN, APCSOC and its delivery mechanisms to different line

departments & post analysis of the same, would submit a report with

recommendations to the state/APTS. It would review the Change Management,

communication plan, configuration management, availability management,

service level management etc. to ensure proper processes are in place for facilities

operation and maintenance.

c. Audit the capacity & utilization plan developed by the Operators and identify

gaps if any for improvement.

d. Audit the exit process for the operator keeping the transition processes and

timelines in mind.

e. TPA would also audit the process & controls followed by the DCO in order to

ensure smooth & seamless integration of SDC with other projects.

f. Monitor the operations and maintenance of the overall system as per the standards

and requirements defined in RFP including but not limited to resolution of issues,

availability of the system, Links, BMS, Electrical maintenance (HT/LT Panels

and Transformers), upgradation of the Hardware or System Software etc.

g. Review the Change Management, communication plan, configuration

management, availability management, service level management etc., to ensure

proper processes are in place for APSDC operation and maintenance.

Page 23: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 23 | P a g e

h. Audit the capacity & utilization plan developed by the Operators and identify

gaps.

i. Assist in setting up the controls and mechanisms for monitoring the progress of

implementation.

j. Audit if all operations, infrastructure, security and change management service

tickets are completed and closed within the schedule as defined in the RFP SLAs

and report gaps if any.

k. TPA shall also audit the Electrical maintenance of HT/LT Panels and

Transformers available at AP State Data Center, Gachibowli, Hyderabad and

similar audits at any other site as requested by ITE&C Department.

6.2.8. Audit of Bandwidth Service Provider(s)

The objective is to monitor and audit the performance of Bandwidth/ Telecom Service

Providers (ISPs, SPs and TSPs), across APSDC, APSDWAN, VC,APCSOC and

APSCAN projects as defined in the SLA/Work Order. This includes the components

provided and operated by the Bandwidth Service Provider (Vertical/Horizontal links-

MPLS/ILL/Broadband/P2P links). It comprises but is not limited to following:

a. Using EMS/NMS/BMS provided, TPA to audit the bandwidth provided by

Bandwidth Service Provider at each location and review the reports submitted by

Service Provider(s)

b. TPA audit shall include preparation of templates for reports to be submitted by

bandwidth Service Provider(s) to APTS. TPA shall also tabulate measurable

parameters as defined in the respective SLAs with the Bandwidth Service

Providers.

c. TPA shall undertake proactive monitoring of the links provided by The

Bandwidth Service Provider(S) and perform penalty computation for the

calculation of QGR to be paid to the Horizontal Bandwidth Service Provider(s) as

per the SLA and payment conditions mentioned in the agreement between

Horizontal Bandwidth Service Provider(s) and APTS (on Quarterly basis).

d. TPA shall also review the SLA performance, and effectiveness of the Bandwidth

Service Provider. TPA shall also carry out following:

i. Whether bandwidth is provided as per the Work Order and/or SLA at each

location

ii. Whether quality and performance of bandwidth is as per Work Order

and/or SLA signed in terms of

iii. Latency, Jitter, packet drop, internet downtime etc.

iv. Proactive monitoring of links provided by the Bandwidth Service Provider

to see that services are being provided by the SP as per the work order and

SLA

v. TPA shall appraise the State about the health of the network through

reports indicating the bandwidth utilization, scalability requirements as

per the current and envisaged State level applications etc.

6.2.9. Service Level Agreement (SLA) Monitoring Audit

The TPA shall perform SLA audit of physical, IT, non-IT infrastructure, Network

performance, Manpower at APSDC, APSDWAN, VC, APCSOC, APSCAN, bandwidth

provisioned by the Bandwidth Service Provider with reference to the SLA between SP &

Page 24: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 24 | P a g e

APTS including audit services of call resolution etc. and overall uptime. Further, TPA

shall carry out the following tasks at APSDC, APSDWAN, VC and APSCAN Operator

a. Define SLA review process, Monitoring and reporting on the SLA’s defined for

measuring the performance.

b. Verification of MIS reports related to uptime, downtime of project assets to

measure the health parameters.

c. Verify manpower related attendance, absence, replacement SLAs, activities/

deliverables to submitted on periodic basis and recommend related penalties if

anything to be levied on the operator.

d. Tabulate, in a template, all possible measurable parameters as defined in the SLA.

These parameters shall be checked with random performance indicator against

each parameter as reflected in the EMS/BMS being used to monitor the services.

TPA shall collate the results in a report and submit to the ITE&C

Department/APTS.

e. Review the SLA performance, capacity and effectiveness on a quarterly basis and

compute penalty for SLA non-compliance on the quarterly payment to be paid to

the operator in line with the agreed SLAs and payment terms & conditions

mentioned in the agreement between operator and the ITE&C Department/APTS

(on Quarterly basis).

f. TPA audit shall also verify the parameters of all SLAs, which cannot be

monitored using BMS/EMS.

6.2.10. Log Monitoring and Incident Investigation Review

a. TPA to coordinate with AP Cyber Security Operations Center (APCSOC), APTS

Red team, SOC teams of APSDC, APSCAN, APSDWAN in investigating the

incidents to identify the root cause and suggest any operational, functional issues

in the IT Infrastructure.

b. Monitor the infrastructure on-boarding process of APSDC, APSDWAN, VC and

APSCAN with APCSOC.

c. Shall make sure that all the device logs in each project are integrated with

APCSOC’s Security Incident & Event Management (SIEM) tool.

d. TPA to recommend the monitoring parameters and advise on process

improvements and technical improvisations.

e. TPA to act as an intermediary between APCSOC and SOC teams of APSDC,

APSCAN, APSDWAN, Bandwidth, VC for all discussions.

f. SOC teams of APSDC, APSCAN, APSDWAN to submit Incident closure report

to APTS, ITE&C department and TPA. The report to be checked by TPA and

submit a compliance report to APTS and ITE&C Department.

6.2.11. Power Efficiency Audit

TPA shall be required to carry out Power Efficiency and Safety Audits at the locations

requested by ITE&C Department on periodic basis in-line with leading industry

practices. The reports and recommendations shall be shared with ITE&C Department.

Some of the activities include:

a. Electrical Bill Analysis

b. Demand Analysis

c. Power factor improvement

d. Power leakages/backups etc

Page 25: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 25 | P a g e

6.2.12. Audit of Services provided & Performance Monitoring

The objective is to monitor and audit the performance of the APSDC, APSDWAN, VC,

APCSOC and APSCAN Operator(s), as defined in the SLA. It comprises but is not

limited to following (Analysis and audit of following reports (as may be applicable):

a. Monitoring and reviewing the performance of operators during the operations and

ensuring successful implementation of the projects, analysis of Trend Report,

MIS reports, SLA reports and other reports as all the operator(s) for decision

making.

b. Shall make sure that all the Databases accessibility, storage infrastructure,

backup/ DR Polices/ Processes, APIs, SMS and SMTP relay integrations are as

per the compliance & proper Security and Information Management controls are

in place.

c. IMAC (Install, Move, Add, Change) Report

d. Exception report indication all calls completed beyond SLA, with calculation of

non- performance deduction.

e. Report on planned Preventive Maintenance schedules

f. Reports related to Equipment, Servers and Network Availability, Uptime,

Downtime, Utilization and other quality parameters including those effecting

SLA and cannot be measured using NMS.

g. Physical verification on sample basis of other quality parameters including those

effecting SLA and cannot be measured NMS.

h. Root Cause Analysis (RCA) reports of all SLA and critical services failure/

security incidents and any other major problems for its compliance as per SLA

i. NMS reports, Helpdesk Management reports, Virus Management reports

generated from NMS.

j. PAT/UAT/FAT reports

k. Any other customized reports

6.2.13. Exit Process support

This role is envisaged with the objective of ensuring preparedness of the APTS at all the

time for any eventuality resulting in termination of contract. TPA audit includes support/

advice in the event of exit of the APSDC, APSDWAN, VC, APCSOC and APSCAN

operator(s). The Agency shall:

a. Review the exit process as per the contract.

b. Advise the APTS on documentation, process and procedures necessary for taking

over the network.

c. Provide advisory support during the transition period from the current operator(s)

to the respective new operator(s).

d. Conduct audit readiness of the State for such an eventuality on a Yearly basis.

6.2.14. Audit & Recommendations of Vendor Payments/ Estimates in line with SLA

TPA must review and verify invoices/estimates of APSDC (Amaravati & Hyderabad),

APSDWAN, VC, APCSOC, APSCAN and all vendors associated with these projects

submitted to APTS/ITE&C Department based on SLA/ Work Order/ Purchase Order and

other relevant documents.

Page 26: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 26 | P a g e

a. Audit of Payment and estimates: APTS on behalf of ITE&C Department makes

payments to various agencies for goods and services provided by them as per

contract(s). This includes.

i. Quarterly payments to O&M operator(s) includes AMC of Infrastructure,

Consumables, Manpower.

ii. Payments to Co-Location Service Provider for Non-IT infrastructure at

APSDC, Amaravati

iii. Quarterly payments of the bandwidth Service Providers (Vertical and

Horizontal links - MPLS/ILL/Broadband/P2P links) of APSDWAN, ILL/P2P

links at APSDC (Amaravati & Hyderabad), and ILL/P2P links at APSCAN.

iv. Quarterly payments of other vendors associated with the APSDC (Amaravati

& Hyderabad), APSDWAN, VC and APSCAN project under ITE&C

Department, GoAP.

b. TPA shall be responsible for verification, validation of all the invoices submitted

and will recommend eligible payments according to terms and conditions in the

contract/SLA/Work Order/Purchase Order for all currently running contract and

future contracts to be entered by APTS/ITE&C Department. The Details of Time

limit provided for the verification of vendor invoices are as mentioned below:

i. Verification of invoices pertaining to quarterly payment: The invoices

pertaining to quarterly payment shall be verified by TPA within stipulated

time. Invoices shall be accepted only after complete file is submitted, as per

the checklist. Invoices shall be accepted only if all the required supporting

documents are enclosed and in case of any discrepancies or shortage of

supporting documents same has to be communicated to APTS at the time of

submission only and invoice can be returned. The timelines of various

categories of invoices shall be cleared from the date of receiving of invoices

by the TPA.

A. O&M operator of APSDC (Amaravati & Hyderabad), APSDWAN, VC ,

APCSOC and APSCAN: Within Fifteen (15) working days.

6.2.15. Other Activities

i. Third Party Audit shall include monitoring the performance of the APSDC,

APSDWAN, VC, APCSOC, APSCAN and any other projects with a view to

ensuring desired Quality of Service (QoS) by the O&M Operator(s) and

Bandwidth Service Provider(s), as defined in the respective SLA’s (Service Level

Agreement). These Guidelines define the broad areas of work, which TPA shall

perform during the contract period.

ii. The TPA shall also be responsible for providing technical guidance in terms of

decision support for further expansion, procurement plans and security aspects of

APSDC, APSDWAN, VC, APCSOC and APSCAN.

iii. The TPA shall provide inputs for preparing the draft RFP of respective projects

for this purpose.

iv. TPA will oversee the operational performance of the APSDC, APSDWAN, VC

and APSCAN in accordance with technical & operational requirement prescribed

in the O&M Agreement signed between APTS & the O&M Operator and any

other agreement/s signed between APTS and other agency. ITE&C Department,

Government of Andhra Pradesh using NMS tool for SLA monitoring purpose.

Page 27: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 27 | P a g e

ITE&C Department, Government of Andhra Pradesh will upgrade and update the

same for the use of for monitoring purpose. TPA has to perform following tasks:

i. Monitor the network on daily basis, co-ordinate with operator for

resolution in the event of any problem.

ii. Interact with operator/s of the network and user department.

iii. ISP SLA mapping with NMS and co-ordinate with various ICT service

provider

iv. Provide MIS reports relating to uptime, downtime on weekly, monthly &

Quarterly basis.

v. Certify the network availability for various activities based on agreed

parameters. This certificate has to be provided on quarterly basis on which

the Quarterly payments would be released to the Operator.

i. The TPA is required to support ITE&C Department, Government of Andhra

Pradesh and co-ordinate for any future expansion of APSDC, APSDWAN, VC

and APSCAN projects.

ii. The TPA is required to audit and monitor the Video conferencing equipment at

SHQ connected on APWAN/APSDWAN network.

iii. Last Mile Connectivity: Third party auditor (TPA) selected through this RFP

will be responsible for monitoring the UAT/FAT/PAT carried out in APSDC,

APSCAN, APSDWAN connectivity at SHQ & SDC certify that FAT was done as

per process set by APTS/ITE&C Department.

iv. TPA is required to co-ordinate with the concerned stakeholder to ensure

availability of APSDWAN connectivity at last mile (across the state) during

Video Conferencing events of Hon’ble CM/ Collectors/ RDOs/ MROs.

v. TPA is also required to monitor the connectivity and quality of services of

proposed APSDWAN connectivity across the state by the APTS/ITE&C

Department and its future expansion.

6.3. Monitoring TPA Activities

APTS, in consultation with the ITE&C Department, at any time may institute a separate

audit by an Agency at a National Level (e.g. STQC) which would carry out risk based

sample audit of the methodology, process and documentation adopted by the TPA in

order to ensure that the processes adopted by TPA is of international standard. The

identification of TPA by ITE&C Department, GoAP would be based upon parameters

such as past record of TPA, previous observations of the audit, GoAP Feedback, Amount

of QGR to be paid, etc. TPA shall undergo one such audit in a year. However, this would

be decided by the ITE&C Department, GoAP.

6.4. Roles and Responsibilities Matrix

# Activity APTS/ITE&C

Department

Service Provider TPA

1. Operations &

Management of the

Project

Overall

Supervision

Overall

Management

Monitor & Review

2. Network

Monitoring System

(NMS) with

Security

Overall

Supervision

Install, Commission

& Management

Monitor & Review

3. Call Centre/ Overall Install, Commission Monitor & Review

Page 28: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 28 | P a g e

Helpdesk/ NOC

(24x7x365days)

Supervision & Management

4. Video Conferencing Overall

Supervision

Install, Commission

& Management

Monitor & Review

5. Bandwidth

(MPLS/LL/ILL)

Overall

Supervision

Install, Commission

& Management,

UAT/FAT/PAT

Monitor & Review

6. Periodical Audits Overall

Supervision

Co-ordinate All Periodical

Audits

7. Onsite inspection

and verification of

Overall Infra (IT &

Non-IT)

Overall

Supervision Co-ordinate UAT/FAT/PAT,

Monitor & Review

8. LAN/WAN

Management

Overall

Supervision

Install, Commission

& Management,

UAT/FAT,

Monitor & Review

9. Migration of

Applications

Overall

Supervision Migration of

Applications

Monitor & Review

10. RFP/ Contract

agreements of the

various Service

Providers

Will Share to

TPA

- Monitor & Review

11. Asset list Will Share to

TPA

Prepare Monitor & Review

12. Vendor Payments/

Estimates

Overall

Supervision

- Monitor & Review

13. APCSOC Overall

Supervision

Overall

Management

Monitor & Review

Page 29: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 29 | P a g e

7. Key Deliverables & MIS Reports with Periodicity S.No Deliverable Periodicity

0 Audit Framework for each project 30 days from

date of take over

1. Inventory/ Infrastructure Audit Report: Inventory audit report

including executive summary, checklist, and compliance

Quarterly

2. Performance Audit of all ICT components including (but not limited

to) following:

a. Assessment parameters based on various policies and guidelines

issued by ITE&C Department, GoAP on strengthening ICT

infrastructure components from time to time.

b. List of measurable parameters for all ICT infrastructure

components.

c. Map the SLA conditions and timelines into NMS.

d. Formulate and coordinate the processes for adoption among all

the stakeholders and agencies.

e. Formulate various templates for reporting mechanism

Half Yearly

3. Complete SLA monitoring report Quarterly

4. Security Devices Availability Report Quarterly

5. NMS/EMS/BMS Audit Report Quarterly

6. Manpower Audit Report Quarterly

7. Helpdesk Audit Report Quarterly

8. Operations and Management Process and Control Audit Report Quarterly

9. Bandwidth availability Report Quarterly

10. Incident Investigation Review As and when

required

11. SIEM integration status review Quarterly

12. Power Efficiency Audit Report Half Yearly

13. Handing over and taking over as per the Exit Process defined As and when new

service provider

is on boarded

14. Vendor Payments Report Quarterly

15. UAT/FAT/PAT on new equipment/infrastructure installed/upgraded

at APSDC/APSCAN/VC as per the deliverable timelines defined in

the PO/WO/Contract

As and when new

equipment is

added

16. MIS Reports relating to Manpower, Server, System and Network

availability, for uptime, downtime, availability, performance

benchmark of all the ICT and Non-IT infrastructure components to

measure the health

Quarterly

Page 30: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 30 | P a g e

8. Manpower Requirement

8.1. Requirements

TPA is required to provide dedicated manpower required for entire contract period as per

the Scope of work of this RFP. It is expected that skilled manpower should be deployed

to perform the activities assigned. TPA shall assess the scope of work mentioned in this

RFP and propose requisite number of manpower required during the tenure of contract.

The minimum requirement of resources, their qualification, Experience and responsibility

of each resource is given below.

All the resources proposed for this tender shall be full-time employees of the bidder’s

organization. The deployed manpower shall dedicatedly work on this project and the

competitive authority undertaking of the organization shall be submitted stating that the

deployed resources are the full-time employees of the organization. Outsourcing, fixed

term, external employees shall not be allowed/deployed. The bidder must indicate the

proposed person’s name and designation in the bidders’ organization. Bidders submitting

their bid which does not comply with these terms would be treated as non-responsive at

technical stage.

Bidder is required to carry out due diligence for the number of resources to run the

operations successfully. However, the bidder is required to propose the following

resources for evaluation.

SNo Description Qty

1. Project Manager (On-site and Offsite model - 10 days in a month onsite) 1

2. Senior IT Consultant 1

3. Junior IT Consultant 3

8.2. Qualifications and Experience Required for the proposed Team

# Position Qty Academic

Qualificat

ions

Certification Role Exp in

Years

1. Project

Manager

- On-site

and

Offsite

model –

10 days

in a

month

onsite

1 B.E/

B.Tech/

MCA/

MBA

a. ISO27001

LA/ CISA/

CISM/

CISSP

and

b. PMP/

Prince2

and

c. ITIL

Experience in large scale IT

infrastructure project

management

Experience of working in

SWAN/ SDC/ eGovernance

Project Management will be

an added advantage.

Shall have relevant technical

and managerial experience in

design and monitoring of

WAN Projects and/or Data

Centre Projects

12

Years

Page 31: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 31 | P a g e

# Position Qty Academic

Qualificat

ions

Certification Role Exp in

Years

2. Senior IT

Consulta

nt

1 B.E/

B.Tech/

MCA/

M.Sc

a. ISO27001

LA/ CISM/

CEH/ ECSA

&

b. CCNA/

MCITP/ VCP/

CSA STAR

&

c. ITIL

Experience in review / audit of

IT Systems/ Data Centre/ IT

Systems, SLA Monitoring and

SLA/ Network FAT/ PAT Audit

experience of SWAN/ SDC/ e-

Governance Projects

10

Years

3. Junior IT

Consulta

nts

3 B.E/

B.Tech/

MCA/

M.Sc

a. ISO27001

LA/ CISM/

CEH/ ECSA

b. CCNA/

MCITP/ VCP/

CSA STAR

Experience in audit of IT

Systems/ Data Centre/ IT

Systems, SLA Monitoring and

SLA/ Network FAT/PAT Audit

experience of SWAN/ SDC/ e-

Governance Projects

3 Years

Note:

1) If the CV proposed is meeting the academic educational certifications, then only the

CV will be evaluated for awarding score. Professional certifications and experience

will be given equal weightage while awarding the score.

2) This is a minimum indicative list of resources and based on actual requirements

APTS / ITE&C dept may increasing the number of resources deployed to meet with

the services levels and the scope of work of this RFP.

8.3. Shifts and Shift Timings

The bidder shall provide Manpower services in general shifts (From 10.00 AM to 7.00

PM) on all working days as per GOAP calendar. However, the team may require to work

on holidays/ beyond office hours in attending the review /important events, without any

additional compensation.

Page 32: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 32 | P a g e

9. Service Level Agreements APTS will assess the processes and practices adopted by the TPA every quarter to ensure that

various required & proposed audit parameters & frameworks are being adhered to, regularly

monitored and are satisfactory. Subject to conditions of Contract if the TPA fails to deliver or

perform the Services within the period(s) specified in Deliverables, APTS shall deduct from the

quarterly payments, as penalty.

9.1. Penalty for Delay or non-submission of Audit/ MIS Reports:

The TPA would be required to submit Audit/ MIS reports within 15 working days post end of the

Audit Period. The TPA would be required to adhere to the periodicities of the audit process,

requirements defined in this RFP to meet the Scope of work and associated deliverables. In case

of any delay in submission of deliverables/ activities, a penalty of 0.5% of QGR will be imposed

per deliverable for every one week or part thereof, subject to a maximum of 9 (nine) weeks’

delay from the scheduled target date. Beyond a delay of 9 (Nine) weeks, State reserve the right to

terminate the project.

9.2. Penalty for Error in Recommendation:

In case of any errors/ mistakes in the recommendations of payments for invoices of vendors,

errors solely on account of TPA fault, a penalty of 0.5% of the QGR for each wrong

recommendation will be imposed. “Definition of errors or mistakes in the above context is

limited to only calculation mistakes in payment recommendations and mistakes in

recommendation of payment due to ignorance of terms and conditions in vendor’s Work Order/

SLA during evaluation of the invoices. Other than above two conditions no other conditions will

be liable for penalty to be levied to TPA." If the errors made are due to incompetence or

deliberate & such errors are repeated two times, then APTS may terminate the contract with TPA.

9.3. Penalty for incomplete Reports & Recommendation:

In case of submission of incomplete/ partial reports/ recommendations by TPA, a penalty of 0.5%

of the QGR for each wrong recommendation/report will be imposed. “Definition of incomplete

means – the report is not giving any conclusion/ a complete view of the objective. If this wrong

submission is repeated two times, then APTS may terminate the contract with TPA.

9.4. Penalty for Manpower unavailability and change:

9.4.1. Penalty for non-deployment of Manpower

For every day of delay of deployment of resource or additional resource, a penalty of

150% of one day remuneration, per resource per day will be levied.

9.4.2. Penalty for Manpower Unavailability All the resources proposed for this tender shall be Full time/ permanent employees of the bidder

organization. Outsourcing, fixed term, external, part time employees shall not be deployed.

Provisions of leave reserve, providing leaves and other facilities/ perks shall be as per TPA’s

prevailing policies/ practices which shall be taken care by TPA without any liability and/or

financial implications on the part of Purchaser. However, each consultant is allowed to take 12

Page 33: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 33 | P a g e

leaves in a year provided that at least 2 resources shall be available at client site for providing

services. No resource shall be absent without prior permission of the designated authority. If any

resource(s) is unavailable beyond the permissible days, penalty will be imposed.

9.4.3. Penalty for Manpower Change

Only one resource change/ replacement is allowed in the total manpower deployed on yearly

basis. Whenever there is a change of manpower, TPA has to inform the ITE&C

Department/APTS in writing with all the details of the leaving person at least 15 days in advance.

The change/ replacement is allowed with the person of equivalent or higher qualification and

experience mentioned in RFP. In case of failure to meet the standards, (which includes efficiency,

cooperation, discipline, and performance) TPA may be asked to replace the resource without any

penalty for replacement/exit. If more than one resource is changed within a year then for every

additional change, 2% of QGR will be deducted in the next immediate quarter, if the reasons are

not satisfactory for change of resource.

For everyday absence beyond permissible by a resource will be levied with a penalty of 150% of one day remuneration, per resource per day will be levied.

9.5. Penalty Capping: The total penalty in a year would be capped at 10% of the annual Payment. If the total penalty in

a year is above 10% of the annual payment, APTS will has the right to terminate the contract.

Page 34: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 34 | P a g e

10. Pre-qualifications Criteria The bidder shall possess the following minimum qualifications:

SNo Pre-Qualification Criteria Supporting Documents

1.

The bidder should be registered under the

Indian Company Act, 1956 or should be a

partnership firm registered under the LLP

Act 2008 and should have their register

offices in India and Bidder and should have

been in the business for a period exceeding

3 years as on bid calling date.

In case the Bidder is a Registered

Company in India, they should produce

the copy of the Certificate of

Incorporation (Form P-1)

a. In case the Bidder is a Registered

Partnership Company/ Firm, they

should produce the copy of

Registered Partnership Deed.

2. Bidder should be an established IT

Consultancy firm and in the business of IT

compliance and Audit Services, should have

been in the business for a period exceeding

3 years as on bid calling date.

Work Orders confirming year and area

of activity (Form P-3)

3. The bidder must have experience and

expertise in providing Third Party Auditor

services/ IT&IS Audit/ Application Audit

Services in Public/ Private Sector for a

period of 5 years

Work Order/ Letter of Intent/ Contract

Agreement (Form P-3)

4. Bidder must have a valid ISO 27001:2013,

ISO 20000, ISO 9001:2015 Certifications as

on bid calling date

Valid Copy of Certificate(s) (Form P-1)

5. The Bidder should have positive Net Worth

and an average turnover of more than

Rs.100 Crore in the last 3 years (2018-

2019, 2019-20, 2020-21) from IT & e-

Governance Services/ Management

Consultancy Services/ TPA.

CA certificate for Net-worth along with

Balance sheet certified by CA (Form P-

2).

6. The bidder must have at least 100

technically qualified personnel on its rolls in

the areas of IT Consulting, IT Infrastructure,

IT Security, IT Procurement, IT and

Datacenter Audit, e-Governance, Program/

Project Management, SLA Audit &

Monitoring for IT related projects having

relevant degree and shall possess prior

experience in providing the above TPA/

Consultancy Services in India as on bid

calling date.

a. Certificate from bidders HR

Department/ authorized signatory for

number of qualified professionals

employed by the company (Form P-

8)

Name of the employees along with

professional certification copies

7. The bidder must have a team of

professionals having professional

certification (CISA/ CISM/ CISSP, PMP,

ISO 27001-2013 LA) at least 05 (five)

resources in each category.

Name of the employees along with

Confirmation from authorized signatory

- Form P-8

8. Bidder should give a Declaration that the Undertaking letter on the Company

Page 35: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 35 | P a g e

SNo Pre-Qualification Criteria Supporting Documents

Bidder has not been debarred/ blacklisted as

on bid calling date by any Central or State

Govt./ Quasi Govt. Departments or

organizations for non-satisfactory past

performance, corrupt, fraudulent or any

other unethical business practices. The

bidder should not have any legal disputes

with ITE&C or associated depts. including

APTS as on Bid calling date.

letterhead to be submitted (Form P-4)

9. Local Presence: The bidder should have

registered H.O/Branch office in A.P. and

running for the last one year as on bid

calling date. In case the bidder has no office

in AP, has to submit an undertaking to open

service/branch office in AP within 3 (three)

months of issue of contract and billing shall

be done from AP

Address proof of local office/

Registration certificate/ Undertaking to

be submitted/ uploaded - Form P-6

10. The bidder should have GST registration in

the jurisdiction of AP and billing should be

done from AP only.

GST registration certificate to be

submitted/ uploaded. If no APGST as on

bid submission, a declaration to register

within 3 months from the date of award

of contract Form P-6

Invoice will be processed only, when

submitted with APGST number

11. Proof of Bid Purchase Receipt to be Submitted as per Form P-1

12. Declaration as Per the G.O MS 12 Declaration to be submitted Form P-7

13. Power of Attorney Power of Attorney (POA) or Board

Resolution authorizing the person

signing the proposal to sign on behalf of

the firm or Letter of Authorization -

Form P-5

Note: Relevant proof documents in support of above should be furnished along with Pre-

Qualification Bid.

Page 36: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 36 | P a g e

11. Bidding Procedure 11.1. Bid submission

Offers should be made in three parts namely, “Pre-qualification bid”, “Technical bid”

and “Financial bid” and in the format given in bid document. Each offer should be placed

in a separate folder, as the case may be, followed by the title mentioned above against "

tender call:" 1. EMD should be enclosed in the “Pre-qualification bid” envelope.

2. Tenders will be accepted only from those who have received/ purchased bid

document from APTS.

3. All correspondence should be with APTS contact person.

4. A complete set of bidding documents may be obtained by interested bidders

from the APTS contact person upon payment of the bid document price

which is non-refundable. Payment of bid document price should be by online/

demand draft/ cashier's cheque or certified cheque drawn in favor of "The

Managing Director, Andhra Pradesh Technology Services Ltd." and payable

at Vijayawada (India). The document can be picked up by courier designated

by the interested bidder.

11.2. Pre-Qualification bid

It shall include the following information about the firm and/or its proposal.

1. General information on the bidder’s company (Form P-1)

2. Turn over details in relevant field (Form P-2)

3. Details of Past Experience of Similar Projects (Form P-3)

4. Declaration regarding clean track record (Form P-4)

5. Other bid forms, if any as mentioned in the Tender document

11.3. Technical Bid

1. Compliance Statement (Form T-1)

2. Details of Manpower proposed for the project (Form T-2).

3. Un-priced bill of material (Form T-3)

4. Technical Details - Bidder’s Format (Form T-4)

11.4. Financial bid

The financial bid should provide cost calculations corresponding to unit price of each in

the following financial forms. (through online www.apeprocurement.gov.in or

tender.apeprocurement.gov.in)

1. Manpower Charges (Form F-1)

11.5. Pre-bid Meeting and Clarifications

All those bidders who had purchased bid document can participate in the meeting to seek

clarifications on the bid, if any.

Page 37: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 37 | P a g e

After release of the RFP, APTS will accept Request for Clarification from the interested

parties. All clarifications should be sent in writing as per the format provided in the table

below.

SNo. page

number in

RFP

section number

in RFP

Content of RFP requiring

clarification

Points of

clarification

required

All clarifications should be sent from email ID of Prime contact person of the bidder on

or before the deadline mentioned in the RFP. Telephone calls will not be accepted for

clarifying the queries.

All enquiries/ clarifications from the prospective bidders for this RFP must be directed to

the contact person notified by APTS as given in the data sheet. In no event will APTS be

responsible for ensuring that Bidders’ inquiries have been received by APTS. APTS may

at its option share the replies to the queries by publishing it on the website

www.apts.gov.in/ APeProcurement portal. However, APTS makes no representation or

warranty as to the completeness of any response, nor does APTS undertake to answer all

the queries that have been posed by the Bidder. The bidders or their designated

representatives may attend the Pre–Bid Meeting at their own cost, at the venue on date

specified in the RFP Datasheet. It is not mandatory for all the prospective bidders to

attend the pre bid meeting to participate in the pre bid discussions & to receive the

clarifications issued during the pre-bid. The purpose of the meetings will be to clarify

issues and to answer questions on any matter relating to the RFP that may be raised at

that stage.

The participants are advised to be present 30 minutes in advance to the scheduled time of

the Pre-Bid Meeting on VC setup. Bidder’s who requested the APTS contact person,

will be provided the VC link.

Please note that not attending the Pre–Bid Meeting will not be a cause for

disqualification of a bidder.

No queries will be answered in regard to the tender document before the Pre-Bid

meeting.

After issue of pre bid clarifications, no further clarifications shall be entertained.

11.5.1. Supplementary Information/ Corrigendum/ Amendment to the

RFP

i. If APTS deems it appropriate to revise any part of this RFP or to issue additional

data to clarify an interpretation of the provisions of this RFP, it may issue

supplements/corrigendum to this RFP. Such supplemental information will be

communicated to all the bidders who participated in the pre-bid meeting by e-

mail and will also be made available on www.apts.gov.in/ APeProcurement

portal. Any such supplement shall be deemed to be incorporated by this reference

into this RFP.

ii. At any time prior to the deadline (or as extended by APTS) for submission of

bids, APTS, for any reason, whether at its own initiative or in response to

clarifications requested by prospective bidder, APTS may modify the RFP

Page 38: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 38 | P a g e

document by issuing amendment(s). All bidders who have attended the pre-bid

meeting will be notified of such amendment(s) and will also be made available on

www.apts.gov.in/ APeProcurement portal, and these will be binding on all the

bidders.

iii. In order to allow bidders a reasonable time to take the amendment(s) into account

in preparing their bids, APTS, at its discretion, may extend the deadline for the

submission of bids.

11.6. Bid Evaluation Procedure

Bids would be evaluated for entire Schedule. Bidders should offer prices for all the items

of Schedule and for the full quantity of an item of Schedule failing which such bid will

not be considered. Technical bid documentation should be in the prescribed format. If a

bidder has any comment to offer about the procedural aspects of this tender, it should be

intimated to APTS during the pre-bid meeting. In case the schedule or procedure of

tender processing is revised, the same shall be communicated by telephone, fax, and

courier as the case may be to all bidders who have purchased the bid document.

11.7. Opening of bids

Immediately after the closing time, the APTS contact person shall open online pre-

qualification bid, and list them for further evaluation. The Technical bids of only those

bidders who qualify in the pre-qualification bid will be opened. After evaluation of

technical bids, the financial bids of only those bidders who qualify in technical

evaluation will be opened. Any participating bidder may depute a representative to

witness these processes.

11.8. EMD Validity The EMD will be scrutinized first for the amount and validity period. The bids submitted

with required EMD amount and validity only be considered for the evaluation. The bids

submitted with insufficient EMD amount/validity will be treated as disqualified bids and

those bids will not be considered for further evaluation.

11.9. Pre-qualification bid documentation

The Pre-qualification bid documentation shall be evaluated in two sub-steps. Firstly, the

documentation furnished by the bidder shall be examined prima facie to see if the

technical skill base and financial capacity and other bidder attributes claimed therein are

consistent with the needs of this project. In the second step, APTS may ask bidder(s) for

additional information, visit to bidders site and/or arrange discussions with their

professional, technical faculties to verify claims made in Pre-qualification bid

documentation.

11.10. Technical bid documentation

Technical bid documentation shall be evaluated in two sub-steps. Firstly, the

documentation furnished by the bidder shall be examined prima facie to see if the

product/ services offered, technical skill base and financial capacity and other bidder

attributes claimed therein are consistent with the needs of this project. In the second step,

APTS may ask bidder(s) for additional information, visit to bidders site and/or arrange

discussions with their professional, technical faculties to verify claims made in technical

bid documentation.

Page 39: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 39 | P a g e

11.11. Financial bid

Final choice of firm to execute the project shall be made on the basis of conformity to

technical requirements, appropriateness of the services offered, capability of bidder to

execute and service the project and appropriateness of financial offer from the point of

view of cost-effectiveness over the entire contract period for the product/ services.

Managing Director, APTS

Page 40: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 40 | P a g e

12. General instructions to bidders

In this context, the following terms shall be interpreted as indicated. Terms defined in

general instructions to bidders’ section shall have the same meaning.

12.1. Definitions

a. “Request for Proposal (RFP)”, means this detailed notification seeking a

set of solution(s), services(s), materials and/or any combination of them.

b. Tender call or invitation for bids, means the detailed notification seeking a

set of solution(s), service(s), materials, or any combination of them.

c. Two-part bid means the pre-qualification/technical bid and financial bids put

in separate covers and their evaluation is sequential.

d. “Contract" means the agreement entered between the APTS and the vendor,

as recorded in the contract form signed by the parties, including all

attachments and appendices thereto and all documents incorporated by

reference therein.

e. “Contract Period” shall mean the period from the date of signing of the

Agreement and up to the completion of period of contract.

f. “Contract price" means the price payable to the bidder under the contract

for the full and proper performance of its contractual obligations.

g. “Requirements” shall mean and include schedules, details, description,

statement of technical data, performance characteristics, standards (Indian as

well as International) as applicable and specified in the RFP.

h. "Service" means provision of Contracted service as per this RFP.

i. “Site” shall mean the location(s) for which the Contract has been issued and

where the service shall be provided as per agreement.

j. "Third Party Audit Agency" means the successful bidder, appointed by

APTS on behalf of GoAP for monitoring the ITE&C Department projects.

k. “QGR” means Quarterly Guaranteed Revenue.

l. "Incidental services" means those services ancillary to the supply of the

goods and services, such as transportation and insurance, and any other

incidental services, such as installation, commissioning, provision of

technical assistance, training and other such obligations of the bidder covered

under the contract.

m. “Termination Notice” means the written notice of termination of the

Agreement issued by one Party to the other in terms hereof.

n. “GCC” means the general conditions of contract contained in this section.

o. “SCC” means the special conditions of contract if any.

p. "APTS" means the Andhra Pradesh technology Services Ltd.

q. “GST” means Goods and Service Tax

r. “Purchaser/ User” means ultimate recipient of goods and services.

s. “Project site”, where applicable, means the place(s) where goods/services

are to be made available to user.

t. “Day” means calendar day.

u. “Specification” means the functional and technical specifications or

statement of work, as the case may be.

v. “Firm” means a company, authority, cooperative or any other organization

incorporated under appropriate statute as is applicable in the country of

incorporation.

w. “Bidder” means any firm offering the solution(s), service(s) and/or materials

required in the tender call. The word vendor when used in the pre award

Page 41: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 41 | P a g e

period shall be synonymous with bidder and when used after award of the

contract shall mean the successful bidder with whom APTS signs the contract

for rendering of goods and services.

x. “Pre-Qualification and Technical bid” means that part of the offer that

provides information to facilitate assessment, by APTS, professional,

technical and financial standing of the bidder, conformity to specifications

etc.

y. “Financial bid” means that part of the offer that provides price schedule,

total project costs etc.

z. “Three-part bid” means the pre-qualification bid, technical and financial

bids are put in separate covers and their evaluation is sequential.

aa. “Composite bid” means a bid in which the technical and financial parts are

combined into one format, but their evaluation is sequential.

bb. “Goods and services” mean the solution(s), service(s), materials or a

combination of them in the context of the tender call and specifications. The

word goods when used singly shall mean the hardware, firmware component

of the goods and services.

cc. “Final Acceptance Test (FAT)” means the acceptance testing of the new

network/connectivity/infrastructure setup.

dd. “Partial Acceptance Test (PAT)” means the Partial acceptance testing of

the new network/connectivity/infrastructure setup.

ee. “User Acceptance Test (UAT)” means user acceptance test of the new

network/connectivity/infrastructure setup.

ff. “PoP” refers to Point of Presence with respect to APSWAN setup in State.

gg. “Government”: “Government” means Government of Andhra Pradesh

(GoAP), represented by Principal Secretary to Govt., Information

Technology Electronics & Communications Department (ITE&C

Department) in the scope of this tender document.

12.2. General eligibility

a. This invitation for bids is open to all firms both from within and outside

India, who are eligible to do business in India under relevant Indian laws as is

in force at the time of bidding subject to Pre qualifications.

b. Bidders marked/considered by APTS to be ineligible to participate for non-

satisfactory past performance, corrupt, fraudulent or any other unethical

business practices shall not be eligible.

c. Breach of any instructions of bidding or contract with APTS or any of its user

organizations in past or in this case may make a firm ineligible to participate

in bidding process.

12.3. Bid forms

a. Wherever a specific form is prescribed in the bid document, the bidder shall

use the form to provide relevant information. If the form does not provide

space for any required information, space at the end of the form or additional

sheets shall be used to convey the said information.

b. For all other cases, the bidder shall design a form to hold the required

information.

12.4. Cost of bidding

Page 42: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 42 | P a g e

a. The bidder shall bear all costs associated with the preparation and submission

of its bid, and APTS will in no case be responsible for those costs, regardless

of the conduct or outcome of the bidding process.

b. Bidder is expected to examine all instructions, forms, terms, and

specifications in the bidding documents. Failure to furnish all information

required by the bidding documents or to submit a bid not substantially

responsive to the bidding documents in every respect will be at the bidder’s

risk and may result in the rejection of its bid.

12.5. Clarification of bidding documents

a. A prospective bidder requiring any clarification of the bidding documents

may notify APTS contact person. Written copies of the APTS response

(including an explanation of the query but without identifying the source of

inquiry) will be sent to all prospective bidders that have received the bidding

documents.

b. The concerned person of APTS will respond to any request for clarification

of bidding documents which it receives no later than bid clarification date

mentioned in the notice prior to deadline for submission of bids prescribed in

the tender notice. No clarification from any bidder shall be entertained after

the close of date and time for seeking clarification mentioned in tender call

notice. It is further clarified that APTS shall not entertain any correspondence

regarding delay or non-receipt of clarification by bidder.

12.6. Amendment of bidding documents

a. At any time prior to the deadline for submission of bids, APTS, for any

reason, whether at its own initiative or in response to a clarification requested

by a prospective bidder, may modify the bidding documents by amendment.

b. All prospective bidders those have received the bidding documents will be

notified of the amendment and such modification will be binding on all

bidders.

c. In order to allow prospective bidders reasonable time in which to take the

amendment into account in preparing their bids, the APTS, at its discretion,

may extend the deadline for the submission of bids.

12.7. Period of validity of bids

a. Bids shall remain valid for the days or duration specified in the bid

document, after the date of bid opening prescribed by APTS. A bid valid for

a shorter period shall be rejected as non-responsive.

b. In exceptional circumstances, the APTS may solicit the bidders' consent to

c. An extension of the period of validity. The request and the responses thereto

shall be made in writing. The bid security shall also be suitably extended. A

bidder granting the request will not be permitted to modify its bid.

12.8. Submission of bids

The bidders shall submit all the bids i.e., Pre-Qualification, Technical and Financial Bids

on APeProcurement website (www.apeprocurement.gov.in) only

Page 43: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 43 | P a g e

12.9. Deadline for submission of bids

a. Bids must be submitted on https://tender.apeprocurement.gov.in website not

later than the bid submission date and time specified in the tender call notice.

b. The APTS may, at its discretion, extend this deadline for the submission of

bids by amending the tender call, in which case all rights and obligations of

the APTS and bidders previously subject to the deadline will thereafter be

subject to the deadline as extended.

12.10. Late bids

Any bid by the deadline for submission of bids will not be accepted by the

APeProcurement portal.

12.11. Modification and withdrawal of bids

a. The bidder may modify or withdraw its bid after the bid's submission, prior to

the deadline prescribed for submission of bids.

b. No bid can be modified after the deadline for submission of bids.

c. No bid can be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity. Withdrawal of a bid

during this interval may result in the forfeiture of its bid security (EMD).

12.12. Preparation of Pre-qualification bid

It shall contain of the following parts:

a. General business information

b. Turnover details

c. Major clients’ details

d. Bid security (EMD)

12.13. General business information:

The bidder shall furnish general business information to facilitate assessment of its

professional, technical and commercial capacity and reputation.

12.14. Bid Security i.e. Earnest Money Deposit (EMD)

a. The bidder shall furnish, as part of its bid, a bid security for the amount

specified in the tender call notice.

b. The bid security is required by APTS to:

i. assure bidder's continued interest till award of contract and

ii. Conduct in accordance with bid conditions during the bid evaluation

process.

c. The bid security shall be in Indian rupees and shall be a bank guarantee, or an

irrevocable letter of credit or cashier’s certified check, issued by a reputable

bank scheduled in India and having at least one branch office in Vijayawada.

d. Unsuccessful bidder's bid security will be discharged or returned as promptly

as possible but not later than thirty (30) days after the expiration of the period

of bid validity prescribed by APTS.

e. The successful bidder's bid security will be discharged upon the bidder

signing the contract, and furnishing the Performance Security,

Page 44: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 44 | P a g e

f. The bid security may be forfeited:

i. if a bidder withdraws its bid during the period of bid validity or

ii. in the case of a successful bidder, if the bidder fails:

A. To sign the contract in time; (or)

B. To furnish performance security.

12.15. Preparation of Technical Bid

It shall consist of the following parts.

a. Acceptance/ Deviation statement

b. Statement of technical staff.

c. Plan and methodology for execution of project.

12.16. Preparation of Financial Bid

a. Overview of financial bid

The financial bid should provide cost calculations corresponding to each

component of the project.

b. Bid Prices

i. The bidder shall indicate the unit prices (where applicable) and the total

bid price of the goods/services it proposes to supply under the contract.

ii. The bidder shall indicate Basic Prices and taxes, duties etc. separately (if

required) in the form prescribed.

iii. Bidder’s separation of price components will be solely for the purpose of

facilitating the comparison of bids by APTS and will not in any way limit

the purchaser’s right to contract on any of the terms offered.

iv. Prices quoted by the bidder shall be fixed during the bidder’s performance

of the contract and not subject to variation on any account unless

otherwise specified in the tender call. A bid submitted with an adjustable

price quotation will be treated as nonresponsive and will be rejected.

c. Bid Currency:

Prices shall be quoted in Indian rupees (INR).

Page 45: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 45 | P a g e

13. Standard Procedure for Opening and Evaluation of

Bids

13.1. Outline of bid evaluation procedure:

a. The bid opening and evaluation process will be sequential in nature. Means that

bidder must qualify a particular stage to be eligible for next stage. Immediately

after the closing time, the APTS contact person shall open the Pre-qualification

bids and list them for further evaluation. The Technical and financial bid covers

shall be listed and put into a bag to be sealed according to APTS procedure. The

sealed bag of technical and financial bids shall be in custody of a designated

officer for opening after evaluation of Pre-qualification bids. Thereafter,

Technical bids of qualified bidders will be opened, keeping financial bid in sealed

bag. Finally, financial bids of those bidders will be opened who are short listed in

technical evaluation.

b. In case of composite bid - technical and financial bids combined together, first

technical evaluation will be done followed by financial evaluation of only those

bids which have qualified in technical evaluation.

c. Any participating bidder may depute a representative to witness these processes.

d. The standard procedure described here will stand appropriately modified, in view

of special procedures of bid evaluation as mentioned in tender call or elsewhere in

this bid document or APTS may deviate from these in specific circumstances if it

feels that such deviation is unavoidable, or will improve speed of processing and

consequent project execution.

13.2. Opening of bids

a. Bids will be opened on the e-Procurement web site at the scheduled time & date.

b. The bidders names, bid modifications or withdrawals, discounts, and the presence

or absence of requisite bid security and such other details as the APTS officer at

his/her discretion, may consider appropriate, will be announced at the opening.

No bid shall be rejected at bid opening, except for late bids, which shall be

returned unopened.

c. Bids that are not opened and read out at bid opening shall not be considered

further for evaluation, irrespective of the circumstances. Withdrawn bids will be

returned unopened to the bidders.

13.3. Clarification of bids:

During evaluation of the bids, APTS may, at its discretion, ask the bidder for clarification

of its bid.

13.4. Preliminary examination:

a. Preliminary scrutiny will be made to determine whether they are complete,

whether any computational errors have been made, whether required sureties have

been furnished, whether the documents have been properly signed, and whether

the bids are generally in order.

b. Arithmetical errors will be rectified on the following basis. If there is a

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

multiplying the unit price and quantity, the unit price shall prevail and the total

Page 46: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 46 | P a g e

price shall be corrected. If the bidder does not accept the correction of the errors,

its bid will be rejected, and its bid security may be forfeited. If there is a

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

c. APTS may waive any minor informality, nonconformity or irregularity in a bid

which does not constitute a material deviation, provided such waiver does not

prejudice or affect the relative ranking of any bidder.

d. Prior to the detailed evaluation, APTS will determine the substantial

responsiveness of each bid to the bidding documents. For purposes of these

clauses, a substantially responsive bid is one which conforms to all the terms and

conditions of the bidding documents without material deviations.

e. If a bid is not substantially responsive, it will be rejected by the APTS and may

not subsequently be made responsive by the bidder by correction of the

nonconformity.

13.5. Evaluation of Pre-qualification bids:

Pre - qualification bid documentation shall be evaluated in two sub-steps.

a. Firstly, the documentation furnished by the bidder will be examined prima facie

to see if the technical skill base and financial capacity and other bidder attributes

claimed therein are consistent with the needs of this project.

b. In the second step, APTS may ask bidder(s) for additional information, visit to

bidders’ site and/or arrange discussions with their professional, technical faculties

to verify claims made in technical bid documentation.

13.6. Technical bid Evaluation Criteria:

Technical bid documentation shall be evaluated in two sub-steps.

a. Firstly, the documentation furnished by the bidder will be examined prima facie

to see if the offer made, technical skill base and financial capacity and other

bidder attributes claimed therein are consistent with the needs of this project.

b. In the second step, APTS may ask bidder(s) for additional information, visit to

bidders’ site and/or arrange discussions with their professional, technical faculties

to verify claims made in technical bid documentation.

c. As part of technical bid, the bidders who qualify the pre-qualification criteria

would be invited for giving a technical presentation, which would be evaluated by

the Technical-cum-Purchase Committee.

Technical Evaluation Criteria

The bidder should attain qualifying marks specified in the Data Sheet. Failure to

achieve the score will be treated as disqualified.

# Details Max.

Marks

1. The Bidder should have positive Net Worth and an average turnover

of more than Rs.100 Crore in the last 3 years (2018-2019, 2019-20,

2020-21) from Management Consultancy Services/ TPA. As

documentary proof, Audited Balance Sheet & Profit & Loss A/c

100 to 200 Crore (3 marks)

201 to 250 Crore (6 marks)

More than 251 Crore (10 marks)

10

Page 47: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 47 | P a g e

# Details Max.

Marks

2. The bidder must have experience and expertise in providing Third

Party Auditor Services/ IT/ IS Audit/ Application Audit Services in

Public/Private Sector in the last 3 years (2018-2019, 2019-20, 2020-

21).

3 Projects = 4 Marks

more than 4 Projects = 10 marks

10

3. Bidder’s Prior experience in executing IT PMU projects for Govt.

department projects for any Central/ State/ UT/ PSUs in India in the

last 3 years (2018-2019, 2019-20, 2020-21).

5 or more than 5 Projects -15 Marks

In between 2 to 4 Projects – 10 Marks

1 (one) Project – 5 Marks

15

4. The Bidder must have at least 100 technically qualified personnel on

its rolls in the areas of IT Consulting, IT infrastructure, IT security, IT

procurement, IT and Datacenter Audit, e-Governance,

Program/Project Management, SLA audit & monitoring for IT related

projects as on bid calling date. A Certificate from Head (HR) or

company secretary for number of such technically qualified

professionals employed by the company to be submitted along with

the bids.

100 to 125 Professionals (5 Marks)

126 to 175 Professionals (7 Marks)

More than 175 Professionals (10 Marks)

10

5. Bidder should have full time professionals as on bid calling date with

professional certifications like PMP, CISA, CISM, CISSP, CEH, ISO

27001 LA or equivalent. A letter from company HR/ authorized

signatory needs to be submitted along with bid.

<= 30 Professionals (5 Marks)

More than 30 Professionals (10 Marks)

10

6. CVs of the proposed resources.

i. Project Manager (4 marks)

ii. Sr. IT Consultant (5 marks)

iii. Jr. IT Consultant (2 marks each)

15

7. Bidder’s Understanding of Scope, Approach & Methodology, Similar

Assignments, Team composition, Execution Plan, Sample

deliverables, Schedule for audit management and technical

presentation etc. (Maximum: 30 Marks)

30

Necessary documents to be submitted under Form T-4 (Bidder Format) along with

Technical Bids.

The Financial bids of only those bidders who qualify in the technical stage including

technical presentations would be opened.

13.7. Evaluation of financial bids

Financial bids of those bidders who satisfy all phases of the pre-qualification and

technical bid and corresponding to chosen technical bid choices will only be opened. All

other financial bids will be ignored. APTS will assess the nature of financial offers and

may pursue any or all of the options mentioned under financial bid.

Page 48: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 48 | P a g e

13.8. Evaluation and comparison of financial bids

a. Evaluation of financial bids will exclude and not take into account any offer not

asked for or not relevant to the present requirements of user.

b. Evaluation of financial bid will take into account, in addition to the basic bid

price, one or more of the following factors.

i. The financial bid will be evaluated on L1 basis.

ii. The projected costs for the entire contract period.

iii. Past track record of bidder in supply/ services and

iv. Any other specific criteria indicated in the tender call and/or in the

specifications.

13.9. Reverse Auction:

APTS will schedule the reverse auction as per the date and time published on the website

of APeProcurement. Online Reverse Auction process is:

a. Only the technically qualified bidder’s financial bids will be opened. Whose

financial bids were opened, only be permitted to participate in the Reverse

Auction. The date and time of reverse auction will be communicated to eligible

bidders.

b. Online Reverse auction will be conducted on the quoted ‘L1’ base price.

c. The base price will be arrived from the online bid price. L1 bidder’s total bid

price is the tender inviting authorities’ base price.

d. In the online Reverse auction, bidder’s screen will have provision for decrement

of price on total bid value. In bidder’s screen, the total price of his bid and the

total lead price at that instance will also be displayed.

e. For the purpose of Reverse Auction, the minimum bid decrement will be

Rs.20,000/-

f. Bidders can modify the prices based on the minimum bid decrement or the

multiples thereof, to displace a standing lowest bid and become “L1”, and this

will continue as an iterative process.

g. The reverse auction shall be conducted for minimum 3 Hours. Subsequently auto

increment of 15 minutes with every decrement that occurs within last 15 minutes.

All bidders are required to submit their online revised financials during this

period.

h. After the completion of the online reverse auction, the Closing Price (Final L1

Price) and the successful bidder shall be declared. The successful bidder has to

upload the unit base price close to the original Bid ratio.

i. The ‘Successful Bidder’, is the Lowest Bid (L1)’ value obtained after completion

of the reverse auction. Contract will be awarded to the ‘Successful Bidder’.

13.10. Contacting APTS

a. Bidder shall not approach APTS officers outside of office hours and/ or outside

APTS office premises, from the time of the tender call notice to the time the

contract is awarded.

b. Any effort by a bidder to influence APTS officers in the decisions on bid

evaluation, bid comparison or contract award may result in rejection of the

bidder's offer and bidder may also marked as ineligible for future bids. If the

bidder wishes to bring additional information to the notice of the APTS, it should

do so in writing.

Page 49: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 49 | P a g e

13.11. Award criteria

Final choice of firm to execute this project shall be made on the basis of conformity to

technical requirements, appropriateness of the product/services offered, appropriateness

of financial offer from the point of view of cost-effectiveness, total cost of ownership

over entire contract period for the product/services and past track record of bidder.

13.12. APTS’ right to vary quantities at time of Award

APTS reserves the right at the time of award to increase or decrease the quantity, as

indicated in tender call, from the quantity of goods and services originally specified in

the specification without any change in unit price or other terms and conditions.

13.13. APTS’ right to accept any bid and to reject any or all bids.

APTS reserves the right to accept or reject any bid, and to annual the bidding process and

reject all bids at any time prior to award of contract, without thereby incurring any

liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the

grounds for such decision.

13.14. Notification of award

a. Prior to expiration of the period of bid validity, APTS will notify the successful

bidder in writing, that its bid has been accepted.

b. Upon the successful bidder's furnishing of Performance Security, APTS will

promptly notify each unsuccessful bidder and will discharge its bid security.

13.15. Signing of contract

a. At the same time as the APTS notifies the successful bidder that its bid has been

accepted, the APTS will send the bidder the contract Form provided in the

bidding documents, incorporating all agreements between the parties.

b. On receipt of the Contract Form, the successful bidder shall sign and date the

contract and return it to the APTS.

13.16. Performance Security

a. On receipt of notification of award from the APTS, the successful bidder shall

furnish the Performance Security in accordance with the conditions of contract, in

the Performance Security form provided in the bidding documents or in another

form acceptable to the APTS.

b. Failure of the successful bidder to sign the contract, proposed in this document

and as may be modified, elaborated or amended through the award letter, shall

constitute sufficient grounds for the annulment of the award and forfeiture of the

bid security, in which event the APTS may make the award to another bidder or

call for new bids.

Page 50: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 50 | P a g e

13.17. Corrupt, fraudulent and unethical practices

a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the process of contract

execution and

b. “Fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to detriment of the purchaser,

and includes collusive practice among Bidders (prior to or after bid submission)

designed to establish bid prices at artificial non-competitive levels and to deprive

the Purchaser of the benefits of free and open competition:

c. “Unethical practice” means any activity on the part of bidder which tries to

circumvent tender process in any way. Unsolicited offering of discounts,

reduction in financial bid amount, upward revision of quality of goods etc after

opening of financial bids will be treated as unethical practice.

d. APTS will reject a proposal for award and also may debar the bidder for future

tenders in APTS, if it determines that the bidder has engaged in corrupt,

fraudulent or unethical practices in competing for, or in executing a contract.

Page 51: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 51 | P a g e

14. General conditions of proposed contract (GCC)

14.1. Application

These general conditions shall apply to the extent that they are not superseded by

provisions of other parts of the contract.

14.2. Payments

a. The payment shall be made at the end of each quarter on quarterly basis after

receipt of invoice and on satisfactory completion of each quarter, subject to

production of necessary certificate from the Officer authorized by the Information

Technology Electronics & Communications Dept., and after deducting the down

time penalty if any and other recoveries if any.

b. For the purpose of the convenience, quarters synchronize with the calendar

quarter will be followed for making payment due on 1st July, 1st October, 1st

January and 1st April.

c. The payment authority is MD., APTS.

14.3. Other terms and conditions

a. The TPA Agency shall comply to the directions of APTS/ ITE&C Department

which may issue directions from time to time for smooth working and in the

furtherance of the overall objective.

b. The TPA agency shall be solely responsible for all acts of omission and

commission occasioned by his personnel in carrying out the terms of the

agreement.

c. The TPA Agency or his personnel shall not use or cause to be used, the data or

information provided to him or acquired by him during the process of providing

services for any purpose, whatsoever, except for, which is required to perform the

job as required in the agreement. Such data or information shall be surrendered to

the Department at the expiry of the agreement.

14.4. Delays in the Service Provider’s Performance

a. Delivery of the services shall be made by the Vendor in accordance with the

service quality specified by APTS in the bid document.

b. Any delay by the bidder in the performance of its obligations under the contract,

shall render the bidder liable to the imposition of liquidated damages at a rate as

indicated in bid document.

c. If at any time during performance of the Contract, the Vendor should encounter

conditions impending timely performance of services, the Vendor shall promptly

notify the APTS in writing of the fact of the delay, its likely duration and its

cause(s). As soon as practicable after receipt of the bidder’s notice, APTS shall

evaluate the situation and may at its discretion extend the Vendor's time for

performance, with or without liquidated damages.

14.5. Liquidated Damages

If the Vendor fails to perform any one or all the services within the time period(s)

specified in the Contract, the APTS shall, without prejudice to its other remedies under

the Contract, deduct from the amount payable to bidder or from Performance/

Page 52: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 52 | P a g e

Implementation Guarantee or from both as liquidated damages, a sum equivalent to, as

per the terms indicated in the bid document, until actual delivery or performance, subject

to maximum limit. Once the maximum is reached, the APTS may consider termination of

the contract.

14.6. Implementation Guarantee/ Performance Security

a. Within the number of days indicated in the bid document, from the date of issue

of letter of intent from APTS/user, TPA Agency should submit Security deposit

for an amount indicated in the bid document (Statement of important

limits/values)

b. The proceed of the Performance Security shall be payable to the APTS as

compensation for any loss resulting from the TPA agency's failure to complete its

obligations under the contract.

c. The Performance Security shall be denominated in Indian Rupees or in a freely

convertible currency acceptable to APTS and shall be in one of the following

forms:

d. A Bank Guarantee or an irrevocable Letter of Credit, issued by a reputed bank

located in India with at least one branch office in Vijayawada, in the form

provided in the bidding document or another form acceptable to the APTS; or

e. A Cashier's Cheque or Banker's Certified Cheque or crossed Demand Draft or

Pay Order drawn in favor of the APTS.

f. The Performance Security will be discharged by the APTS and returned to the

Vendor not later than thirty (30) days following the date of completion of all

formalities under the contract.

g. In the event of any contract amendment, the bidder shall, within 15 days of

receipt of such amendment, furnish the amendment to the performance security,

rendering the same valid for the balance duration of the Contract.

14.7. Termination for Default

a. APTS, without prejudice to any other remedy available for breach of

Contract, may terminate the Agreement in whole or in part, by a 30 days’

notice in writing to the TPA agency, for any one or all of the following. On

such termination, in addition to any other remedy available under the contract,

the EMD, Implementation/ Performance Security will be liable for forfeiture.

i. If the TPA agency fails to maintain the systems to the minimum

assurance quality as per the scope of the work or

ii. If the TPA agency fails to provide all or any of the Contracted Services

as per Service Standards Specified in the Agreement, or

iii. If the TPA agency fails to perform any other obligation(s) under the

Agreement, or

iv. If the TPA agency in the judgment of the Dept., or APTS has engaged

in corrupt, fraudulent, or unethical practices in competing for or in

executing the Contract.

b. The APTS shall issue a notice explaining the nature of violations committed

by the TPA agency and afford an opportunity to the TPA agency to represent

his case before termination of the agreement.

c. In the event APTS terminates the Agreement in whole or in part, APTS may

procure, upon such terms and in such manner as it deems appropriate, services

similar to those undelivered, and the TPA agency shall be liable to pay to

Page 53: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 53 | P a g e

APTS for any excess costs incurred for procuring such similar services.

However, the TPA agency shall continue performance of the Agreement to

the extent not terminated.

14.8. Termination for Insolvency

If the TPA agency becomes bankrupt or otherwise insolvent, APTS, may at any time

terminate the Contract by giving written notice of 30 days to the TPA agency. In this

event, termination will be without compensation to the TPA agency, provided that such

termination shall not prejudice or affect any right of action or remedy which has accrued

or will accrue thereafter to the APTS.

14.9. Termination for Convenience

APTS, may, by written notice to the TPA agency, terminate the Contract, in whole or in

part, at any time for its convenience. The notice of termination shall specify that the

termination is for its convenience, and the extent to which performance of the TPA

agency under the Contract is completed.

In such an event, the APTS, may elect to pay to the TPA agency, a mutually agreed

amount for partially completed services, within 30 days from the date of termination of

contract.

14.10. Force Majeure

a. The TPA agency shall not be liable for forfeiture or levy of Liquidated Damages,

or termination for default if and to the extent that its delay in performance or

other failure to perform its obligations under the Agreement in the result of Force

Majeure.

b. For purposes of this Clause, “Force Majeure” means an unforeseeable event

beyond the control of the TPA agency and not involving the TPA agency’s fault

or negligence. Such events shall include, but are not restricted to, acts of the

APTS, in its sovereign capacity, war or revolutions, fires, floods, epidemics,

quarantine restrictions and freight embargoes.

c. If a Force Majeure situation arises, the TPA agency shall promptly notify the

APTS, in writing of such condition and the cause thereof. Unless otherwise

directed by the APTS., in writing, the TPA agency shall continue to perform its

obligations under the Contract as far as is reasonably practical and shall seek all

reasonable alternative means for performances.

14.11. Assignment & Subcontracts

The TPA agency shall not assign, in whole origin part, its rights and obligations to

perform under this Contract to any third party.

14.12. Amendment to the Agreement

Amendments to the Agreement may be made by mutual agreement by both the parties.

No variation in or modification in the terms of Contract shall be made except by written

amendment signed by both the parties.

Page 54: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 54 | P a g e

14.13. Applicable Law

The Agreement shall be interpreted in accordance with appropriate Indian laws.

14.14. Resolution of Disputes

a. APTS and the TPA agency shall make every effort to resolve amicably by direct

informal negotiations any disagreement or dispute arising between them under or

in connection with the Agreement.

b. If, with in thirty (30) days from the commencement of such informal negotiations,

parties are unable to resolve dispute amicably, either party may approach for

resolution to the formal mechanisms, which may include, but are not restricted to,

conciliation mediated by a third party, or in accordance with the Arbitration and

Conciliation Act, 1996

c. All Arbitration proceedings shall be held within the Jurisdiction of Vijayawada

(AP) and the language of the arbitration proceedings and that of all documents

and communications between the parties shall be in English language.

14.15. Use of Contract Documents and Information

a. The TPA agency or its employee shall not without prior written consent from

APTS, disclose the Agreement or any provision thereof or any specification,

plans, drawings, pattern, samples or information furnished by or on behalf of

APTS, to any party during the contract and thereafter. Disclosure of such

information to its employee shall be made in confidence and shall extend only so

far, as may be necessary for such performance.

b. The TPA agency shall not without prior written consent of APTS, make use of

any document or information made available for the project except for purposes

of performing the contract and no more.

c. All project related documents issued by APTS, other than the Agreement itself

shall remain the property of APTS, and shall be returned (all copies) to APTS, on

completion of the TPA agency’s performance under the Agreement, if so required

by the APTS

14.16. Governing Language

All correspondence and documents pertaining to the Agreement that are exchanged by

the parties shall be written in English or Telugu language.

14.17. Notices:

a. Any notice given by one party to the other pursuant to this Agreement shall be

sent to the other party in writing or by E-mail, Telegram or facsimile and

confirmed in writing to the other party’s address.

b. A notice shall be effective from the date, when it is delivered or tendered or

affixed at a conspicuous place of normal working, whichever is earlier.

14.18. Indemnification

APTS or GoAP will not indemnify for any loss or damages caused to the vendor or its

staff in any form during their performance on the project.

Page 55: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 55 | P a g e

14.19. Taxes and duties

The bidder shall be entirely responsible for all taxes including service taxes etc. Duties,

license fee, Octroi, road permits etc. incurred until delivery of the contracted

Goods/Services at the site of the user or as per the terms of tender document if

specifically mentioned. During the contract period If any changes in the existing tax

structure (Service tax or GST) it shall be applicable to both (GoAP/ Service Provider) as

per rule.

Page 56: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 56 | P a g e

15. Special Conditions of Contract (SCC)

a. The list of documents to be submitted to APTS for processing payment as

follows:

i. Invoice to be raised in the name of APTS.

ii. Audit, MIS reports and all other supporting documents as defined in the

RFP duly attested by the Director (Communications) in ITE&C

Department.

iii. Biometric attendance will be recorded for all the manpower. The

attendance sheet shall be attested by the Jt. Director (Infra)/ Director

(Communications) in ITE&C Dept.

b. The Service Provider is responsible for the compliance to the minimum wages

Act and directives of the Government from time to time.

c. The Service Provider must provide statutory benefits such as PF/ESI all

manpower deployed in the Project. The Service Provider shall submit

documentary evidence to ESI/PF along with the Invoice for the previous quarter.

Page 57: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 57 | P a g e

16. Bid letter form

Tender ref.no.

From:

(Registered name and address of the bidder.)

To:

Andhra Pradesh Technology Services Ltd,

R&B Building, 3rd floor, Labbipet, Opp-IG Municipal Stadium,

M.G. Road, Vijayawada - 520010, India.

Sir,

Having examined the bidding documents, we the undersigned, offer to provide

services/execute the works for the following project in response to your tender call

dated .......................

Project title:

We undertake to provide Services/Execute the above project or its part assigned to us

in conformity with the said bidding documents for an estimated sum of Rs...................

(Total bid amount in words and figures) which may vary in accordance with the

schedule of prices attached herewith and coverage options made by APTS or its user

organization.

If our bid is accepted, we undertake to;

1. provide services/execute the work according to the time schedule specified in the

bid document,

2. obtain the implementation/performance guarantee of a bank in accordance with

bid requirements for the due performance of the contract, and

3. Agree to abide by the bid conditions, including pre-bid meeting minutes if any,

which remain binding upon us during the entire bid validity period and bid may

be accepted any time before the expiration of that period.

Place: Bidder’s signature and seal

Date:

Page 58: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 58 | P a g e

17. Model Contract form Tender ref.no.

THIS AGREEMENT made the ....... day of ................. (Year) (hereinafter "the

USER/ APTS/ ITE&C Department") of one part and ............... (Name of Vendor)

of ............... (City and Country of Vendor) (hereinafter "the Vendor") of the

other part:

WHEREAS the USER is desirous that certain solution, service and materials, as

described in the bid document and briefly outlined below, should be provided by

the Vendor.

Date of tender call:

Title of the project:

Brief outline of the work:

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

In this agreement words and expression shall have the same meanings as are

respectively assigned to them in the bid document referred to.

The following documents shall be deemed to form and be read and construed as

part of this Agreement, viz..

a. Notification of award.

b. clarification on bid document issued if any,

c. Bid submitted by successful bidder

d. pre - bid conference minutes if any,

e. bid documents

In consideration of the payments to be made by the USER to the Vendor as

hereinafter mentioned, the Vendor hereby covenants with the USER to provide

the goods and services (solution, service and materials) and to remedy defects

therein in conformity, in all respects, with the provisions of the contract.

The USER hereby covenants to pay the Vendor in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of the contract at

the times and in the manner prescribed by the contract.

Brief particulars of the goods and services which shall be supplied / provided by

the Vendor are given in Annexure.

IN WITNESS whereof the parties hereto have caused this Agreement to be

executed in accordance with their respective laws the day and year above written.

Signed, and delivered by Signed, and delivered by

for the Vendor.

Vendor’s common seal: For

Place Place:

Date: Date:

In the presence of:..........................

Page 59: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 59 | P a g e

APTS. Tender Ref. No.

18. Bid Security (EMD) form

(To be issued by a bank scheduled in India as having at least one branch in Vijayawada)

Whereas...................................... (herein after called "the Bidder") has submitted its bid

dated ......(Date). For the execution of ........................ KNOW ALL MEN by these

presents that WE ................... of ........................ having our registered office

at........................ (hereinafter called the "Bank") are bound unto the Andhra Pradesh

Technology Service Ltd. (hereinafter called "The APTS") in the sum of ................ for

which payment well and truly to be made to the said APTS itself, its successors and

assignees by these presents.

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity or

2. If the bidder, having been notified of the acceptance of its bid by

3. The APTS during the period of bid validity:

i. fails or refuses to execute the contract form if required; or

ii. fails or refuses to furnish the performance security, in accordance with the bid

requirement;

We undertake to pay the APTS up to the above amount upon receipt of its first written

demand, without the APTS having to substantiate its demand, provided that in its demand

the APTS will note that the amount claimed by it is due to it, owing to the occurrence of

one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of the bid

validity, and any demand in respect thereof should reach the Bank not later than the

above date.

Place: Signature of the Bank and seal.

Date:

Page 60: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 60 | P a g e

APTS Tender Ref. No.

19. Performance Security form

(To be issued by a bank scheduled in India and having at least one branch in Vijayawada

) To: ............................ (Name of USER) WHEREAS ............................ (Name of

Vendor) hereinafter called "the Vendor" has undertaken, in pursuance of Contract

No......... dated, ........ (Date), to supply .................. called "the Contract". AND

WHEREAS it has been stipulated by you in the said Contract that the Vendor shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as

security for compliance with the Supplier's performance obligations in accordance with

the Contract.

WHEREAS we have agreed to give the Vendor a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on

behalf of the Vendor, up to a total of Rs. .....................and we undertake to pay you, upon

your first written demand declaring the Vendor to be in default under the Contract and

without cavil or argument, any sum or sums within the limit of Rs............... (Amount of

Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons

for your demand or the sum specified therein. This guarantee is valid until the ......... day

of ........ (Date)

Place: Signature of guarantors and seal.

Date:

Page 61: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 61 | P a g e

20. Pre-Qualification Bids

20.1. Form P-1 (Bidder Information)

S.No Description

Details to be filled

by Bidder

1. Name of the Organization

2. Nature of the Organization

Government/ Public/ Private/ Partnership/ Proprietorship/

LLP

3. Year of Establishment (Enclose any of the following for

proof of establishment)

Certificate of Incorporation

Audited balance sheets

Registered Partnership deed if any

4. Regd. Office Postal Address with

Phone & Fax Number

5. Office Postal Address with

Phone & Fax Number in Andhra Pradesh

6. Contact person with Phone, Mobile Number

& e-mail address

7. TIN No./ CST Regn No/ Service Tax/ GST

Regn No.

8. ISO 27001:2013, ISO 20000, ISO 9001:2015

Certifications details

9. Total No. of Service Centres in AP

10. Total Support engineers at

a. Head office:

b. branch offices:

11. Proof of Bid Purchase

12. Details of EMD furnished

13. Declaration as Per the G.O MS 12 Yes/ No

14. Details of Certificates enclosed

15. Power of Attorney enclosed Yes/ No

16. Append applicable credentials as per RFP

(Signature of the Bidder)

Name

Designation

Seal

Date:

Business Address:

Page 62: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 62 | P a g e

20.2. Form P-2 (Turn over details of Company)

Tender ref.no.

Turn over details of Company

Financial Information

Item/ Year FY 2018-19 FY 2019-20 FY 2020-21

Revenue (in INR Crore)

Profit Before Tax (in INR Crore)

Profit After Tax (in INR Crore)

Net Worth

Other Relevant Information

(Signature of the Bidder)

Name

Designation

Seal

Date:

Business Address:

Page 63: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 63 | P a g e

20.3. Form P-3 (Details of Past Experience of Similar Projects)

Tender ref.no.

List of Major Customers under Third Party Audit (TPA) Services

SNo Client

Name

Project

Name

Nature of

Assignment

Project

Details (as

per

eligibility

Criteria)

Contact Details

(Signature of the Bidder)

Name

Designation

Seal

Date:

Business Address:

Page 64: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 64 | P a g e

20.4. Form P-4 (Non-Blacklisting/ Clean Track Record)

Declaration Regarding non-Blacklisting/ Clean Track Record (to be submitted along with Pre-qualification bid)

Tender ref.no.

To,

The Managing Director

Andhra Pradesh Technology Services Limited

R&B Building, 3rd

Floor,

MG Road, Labbipet, Opp-Indira Gandhi Municipal Stadium,

Vijayawada-520010, Andhra Pradesh, India

Sir,

I have carefully gone through the Terms & Conditions contained in the tender document

[No._________________]. I hereby declare that my company/Consortium Partners has not

been debarred/ blacklisted as on Bid calling date by any Central or State Government / Quasi

Government Departments or Organizations in India for non-satisfactory past performance,

corrupt, fraudulent or any other unethical business practices.

Also, declare that, we do not have any legal disputes with ITE&C or associated depts.

including APTS as on Bid calling date. I further certify that I am competent officer in my

company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Name

Designation

Seal

Date:

Business Address:

Page 65: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 65 | P a g e

20.5. Form P-5: Bidders Authorization/ Power of Attorney

Date:

Ref:

To

The Managing Director

APTS

3rd Floor, R&B Building,

MG Road, Labbipet,

Vijayawada

Dear Sir,

Ms. /Mr. _______________________ is hereby authorized to sign relevant documents on

behalf of the bidder for the RFP for “__________________________________”. She/he is also

authorized to attend meetings & submit technical & financial information as may be required

by you in the course of processing above said tender.

Thanking you,

Signature of Authorized

Signatory:

Name of Authorized Signatory:

Seal of the Organization:

Date:

Page 66: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 66 | P a g e

20.6. Form P-6: Undertaking form for AP GST Registration

Date:

Ref:

To

The Managing Director

APTS

3rd Floor, R&B Building,

MG Road, Labbipet,

Vijayawada

Dear Sir,

This is to notify that, we have the office at _________________ having the AP GST ______.

This is to notify that the registration for AP GST will be submitted in 3 months from the date of

selection of M/s _Company name________ as service provider for ______________”.

We, understand that any deviation on the submission of AP GST certificate copy will lead to

termination from the selection process.

Thanking you,

Signature of Authorized Signatory:

Name of Authorized Signatory:

Seal of the Organization:

Date:

Page 67: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 67 | P a g e

20.7. Form P-7: Format for Self-Declaration on GO.Ms.12

(Company Letterhead)

To, [Date] The Managing Director, Andhra Pradesh Technology Services Ltd., 3rd Floor, R&B Building, MG Road, Labbipet, Vijayawada – 520 010 - Andhra Pradesh, India Sir, In response to the RFP No.___________________________________________ dated___________ for quoting against the RFP in the capacity of ______________ of <<Bidderr>> , I / We hereby declare that Declaration as per GO.Ms.12, Dated 08.06.2015: Clause 6:

i. Bidders can submit their bids with self-declarations in respect of the pre-qualification criteria prescribed in the RFP

ii. The procuring agency shall evaluate the bids based on the self-declaration and select the successful bidder

iii. The successful bidder should submit the documents to prove their pre-qualification as specified in the RFP, within 5 working days from the date of declaration of successful bidder

iv. APTS will receive support documentations, verify the compliance with the requirements of the RFP and if they are in order, issue the award notification

v. Failure to submit all support documents by the successful bidder within specified time or non-compliance with the self-declaration or non-fulfillment of the pre-qualification criteria specified in the RFP, upon their verification, shall entail forfeiting the EMD and Blacklisting of such bidder for a period of two years. In such cases, the procuring agency may proceed further with the next-ranked bid.

Yours faithfully, Authorized Signatory_______________ Name_______________________ Designation____________________ Company name___________________

Page 68: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 68 | P a g e

20.8. Form P-8: Technically Qualified Personnel’s

Date:

Ref:

To

The Managing Director

APTS

3rd Floor, R&B Building,

MG Road, Labbipet,

Vijayawada

Dear Sir,

Ref:

This is to certify that M/s ___Company name __________ having its registered office at ____office

address___, India has more than 100 fulltime technically qualified in the areas of IT Consulting, IT

Infrastructure, IT Security, IT Procurement, IT and Datacenter Audit, e-Governance,

Program/ Project Management, SLA Audit & Monitoring for IT related projects having

relevant degree and shall possess prior experience in providing the above TPA/

Consultancy Services in India as on bid calling date. Details are:

SNo Name Designation Educational

Qualifications

Certifications Experience Remarks

Thanking you,

Signature of Authorized Signatory:

Name of Authorized Signatory:

Seal of the Organization:

Page 69: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 69 | P a g e

21. Technical Bid forms

21.1. Form T-1 (Compliance/ Agreed/ Enclosed/ Deviation Statement)

Tender ref.no.

The following are the particulars of compliance/deviations from the requirements of the tender

specifications. (For every item appropriate remarks should be made like Complied, No

deviation, Agreed, Enclosed)

S.No Bid document reference Remarks

1. Bid Letter

2. Bidder Information (Form P-1)

3. Turn over details (Form P-2)

4. List of major customers (Form P-3)

5. Clean Track Record (Form P-4)

6. Form P-5 to Form P-8 etc as per RFP

7. Form T-1 (Compliance Statement)

8. Form T-2 (Manpower Proposed)

9. Form T-3 (Unpriced BoM)

10. Form T-4 (Technical Details -Bidder’s Format)

11. Form F-1 (Manpower Charges)

12. Pre-qualification criterion

13. Technical specifications

14. Financial bid format

15. General instruction to bidders

16. Standard procedure for bid evaluation

17. General condition of proposed contract (GCC)

18. Special Condition of proposed Contract (SCC)

The specifications and conditions furnished in the bidding document shall prevail over

those of any other document forming a part of our bid, except only to the extent of

deviations furnished in this statement.

Place: Bidder’s signature

Date : Bidder’s seal

Page 70: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 70 | P a g e

21.2. Form T-2 (Manpower Proposed)

Tender ref.no.

Particulars of personnel proposed

S.No. Employee

Name

Whether

person is

internal

Qualificat

ion

Designation Total

Experienc

e

Certificates if

any

Note: Enclose C.V. in support of above claim. Whenever there is a change of manpower,

TPA agency has to inform in writing with all the details of the leaving person at least 15 days

in advance. The change/ replacement is allowed with the person of equivalent or higher

qualification and experience mentioned in RFP with the concurrence of ITE&C department.

The CVs should be provided in the format as given in Annexure-I.

Signature of the Bidder with seal

Page 71: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 71 | P a g e

21.3. Form T-3 (Unpriced Bill of Material)

Tender ref.no.

S.No Item Qty

Quoted

(Yes/

No) (Do

not

mention

prices)

Remarks

4. Project Manager 1

5. Senior IT Consultant 1

6. Junior IT Consultants 3

Signature of the Bidder with seal

Page 72: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 72 | P a g e

22. Financial Bid forms

22.1. Form F-1 (Manpower Charges)

S.

No Resource

Number

of

resources

Amount Per

Resource

Per Quarter

(Rs.)

Taxes

(Rs.)

Total cost

Per

Quarter

with Tax

(Rs.)

Total Per

Annum

with Tax

Total

Value

for 3

Years

with

Tax

(a) (b) (c) (d)=(b+c) (e)=(d)*4 (f)=

(e*3)

1. Project Manager 1

2. Senior IT Consultant 1

3. Junior IT Consultants 3

Grand Total 5

Note:

1) The bidder has to enter the Grand Total amount on APeProcurement portal.

2) The bidder has to upload the above Form F-1 breakup sheet on to the

APeProcurement portal at the time of Bid submission.

3) Reverse action will be conducted using the above Grand Total.

4) After completion of the reverse auction, the bidder has to upload the above Form

F-1 breakup sheet on to the APeProcurement portal with revised price.

Signature of the Bidder with seal

Page 73: Proprietary & Confidential

Selection of TPA Agency for various ITE&C Department Projects, GoAP

AP Technology Services Ltd (APTS) 73 | P a g e

23. Annexure-I – CV Format

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:

6. Education [Indicate college/university, degrees obtained and year of obtainment]:

7. Professional Certifications [Indicate professional certifications obtained]:

8. Languages [For each language indicate proficiency: good, fair, or poor in speaking,

reading, and writing]:

9. Employment Record [Starting with present position, list in reverse order every

employment held by staff member since graduation, giving for each employment (see

format here below): dates of employment, name of employing organization, positions

held, Project handled.]:

From [Year]: To [Year]:

Employer:

10. Detailed Tasks Assigned: [List all tasks performed under the project]

11. Permanente Employee of Bidder: Yes or No

12. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes myself, my qualifications, and my experience. I understand that any willful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Full name of authorized Signatory:

[Signature of authorized Signatory]

Date: Day/Month/Year

** End of the Document **