proprietary & confidential
TRANSCRIPT
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
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.
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
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
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
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
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
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.
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
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.
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
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,
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.
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
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
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.
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
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.
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/
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.
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
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:
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
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.
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 &
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
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.
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.
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
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
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
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
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.
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
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.
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
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.
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.
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
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.
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
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
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
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
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,
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).
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
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
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.
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.
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.
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.
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/
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
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.
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.
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.
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.
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:
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:..........................
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:
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:
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:
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:
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:
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:
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:
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:
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___________________
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:
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
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
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
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
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 **