rfp- commercial tax-mmp/arunachal pradesh/no. tax...
TRANSCRIPT
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219/2013
fh
Department of Tax & Excise,
Government of Arunachal Pradesh
Request for Proposal for Supply, Installation & Maintenance of Network
Infrastructure, Data Digitization, Site Preparation and Connectivity for CT-MMP, Government of Arunachal
Pradesh
RFP No.-______________
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 2 of 113
Request for Proposal
RFP No.:TAX-MMPCT(Proc)/219/Re-Tender Dated: 20-08-2013
(Please specify RFP No. in all your correspondences)
Department of Tax & Excise, Government of Arunachal Pradesh invites bids for selection of a suitable
System Integrator (hereinafter referred to as “Bidder” till the award of Contract and thereafter on
award of contract ,referred to as “System Integrator”) for the Supply, Installation & Maintenance of
Hardware & Network infrastructure, Data digitization & Connectivity for CT-MMP which shall be for a
total period of Five years (Three years of warranty and Two years of onsite O&M) from the effective
date of agreement. It will also include, but not limited to data-digitization, network management,
connectivity & handover at the end of 5(five) years in accordance with the various provisions of this
RFP document. The System Integrator shall be finalized based on competitive bidding process.
Proposals in the form of bids in triplicate (original and two copies) are invited from interested bidders
as per requirements and guidelines given below: -
Bidders shall submit their bids in FOUR PARTS, each in a separate sealed envelope super-scribed with
the RFP document reference number, due date, time, project name (Supply, Installation &
Maintenance of Hardware & Network infrastructure, Data digitization & Connectivity for CT-MMP,
Government of Arunachal Pradesh) and nature of bid (Bid Security / Pre-Qualification / Technical /
Financial Bid) as under:
PART-I: Bid Security
PART-II: Original and two copies of Pre-Qualification Bid complete with all details.
PART-III: Original and two copies of Technical Bid complete with all relevant details.
Note: Filling up prices in Part III will render the bidder disqualified.
PART-IV: Original and two copies of Financial Bid with full price details.
The envelopes containing Part-I, Part-II, Part-III and Part-IV of Bid should be enclosed in a larger sealed
envelope duly sealed and super-scribed with the RFP document reference number, due date, time,
project name (Supply, Installation & Maintenance of Hardware & Network infrastructure, Data
digitization & Connectivity for CT-MMP, Government of Arunachal Pradesh) as specified in RFP.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 3 of 113
Goods & Services offered should be strictly as per requirements mentioned in the RFP document.
Please spell out any unavoidable deviations, Clause-wise in the bid under the heading Deviations.
Once quoted, the bidder shall not make any subsequent price changes. Such price changes shall
render the bid liable for rejection.
Bidder shall quote prices of products and services as mentioned with a validity of 180 days.
The complete RFP document is available at websites namely, http://www.arunachalpradesh.gov.in
and www.aruntax.nic.in
Interested bidders can download RFP documents from these websites for the purpose of submission
of their bid. However, the bidder is required to pay Rs. 5,000/- (Rupees Five Thousand only) as non-
refundable RFP document fees, through Demand Draft only, drawn on a scheduled / nationalized
bank, in favour of “The Commissioner, Department of Tax & Excise” payable at “Itanagar, Arunachal
Pradesh”, in a separate envelope along with the Bid Security (Part – I). Please note that the Demand
Draft MUST be made within the stipulated duration of floating of the RFP i.e from 24th August’13 to
30th August’13.
Pre-Bid meeting will be held on 02/09/2013 at 02:00 PM IST at the Office of The Commissioner,
Department of Tax & Excise, Government of Arunachal Pradesh.
Bids complete in all respects must reach the designated address on the BID DUE DATE i.e. 05/09/2013
by 12:30 PM IST. Part-I and Part-II bids will be opened on the same day at 01:30 PM IST.
The Commissioner, Department of Tax & Excise, Government of Arunachal Pradesh, reserves the right
to accept or reject any or all the responses to the said RFP without assigning any reason.
Sd/-
Commissioner,
Department of Tax & Excise,
Government of Arunachal Pradesh
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 4 of 113
IMPORTANT INFORMATION
Bid Inviting Authority The Commissioner, Department of Tax & Excise, Government of
Arunachal Pradesh
Request for Proposal (RFP) No. TAX-MMPCT (Proc) / 219/Re-Tender
Dated 20/08/2013
Sale of RFP document The RFP document shall be available for download from the
following websites from 11:00 AM on 24/08/2013 till 04:00 PM on
30/08/2013:
http://www.aruntax.nic.in
http://www.arunachalpradesh.gov.in
Non-refundable RFP Document Fees Rs. 5,000/- (Rs. Five Thousand only) through demand draft drawn
on a scheduled / nationalized bank, in favour of “The
Commissioner, Department of Tax & Excise” payable at Itanagar,
Arunachal Pradesh. The draft MUST be made within the stipulated
duration of floating of the RFP i.e from 24th August’13 to 30th
August’13.
Last Date of Submission of queries
for clarifications on RFP document
(through e-mail ONLY)
28/08/2013 till 04:00 PM IST
e-mail id : [email protected]
(Query sender MUST attach scanned copy of the demand
draft of 5,000/- against Non-refundable RFP Document Fee
in the e-mail attachment)
Place of submission of bid
documents (Changes, if any, to be
notified separately)
Office of The Commissioner, Department of Tax & Excise, C Sector,
Itanagar-791111, Arunachal Pradesh. Phone: 0360-2211771
Address for Correspondence, Fax
No., Tel No., e-Mail ID etc.
The Commissioner, Department of Tax & Excise, C Sector,
Itanagar-791111, Arunachal Pradesh.
Phone: 0360-2211771, FAX: 0360-2211771
e-Mail ID – [email protected]/[email protected]
Date, Time and Venue of Pre- bid 02/09/2013 at 02:00 PM IST
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 5 of 113
conference Venue:- Office of The Commissioner, Department of Tax & Excise,
C Sector, Itanagar-791111, Arunachal Pradesh
Bid Security (Earnest Money
Deposit) payable
Rs.10,00,000/- (Ten Lakhs only) in the form of Demand Draft or
Bank Guarantee (valid for at least 180 days w.e.f. 30th August,
2013) from a scheduled/nationalized bank and should be from a
scheduled / nationalized bank, in favor of “The Commissioner,
Department of Tax & Excise” payable at Itanagar, Arunachal
Pradesh
Date & Time for submission of
Proposal Bids
From 09:00 AM till 12:30 PM on 05/09/2013
Date, Time and Venue of Opening
of Pre- Qualification Bids
01:30 PM on 05/09/2013
Venue:- Office of The Commissioner, Department of Tax & Excise,
C Sector, Itanagar-791111, Arunachal Pradesh
Date, Time and Venue of Opening
of Technical Bids
1:00 PM on 06/09/2013
Date, Time and Venue of Opening
of Financial Bids
Will be communicated later
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 6 of 113
Table of Contents
IMPORTANT INFORMATION ................................................................................................................... 4
GLOSSARY OF TERMS ........................................................................................................................... 10
1. ABOUT COMMERCIAL TAX – MISSION MODE PROJECT ................................................................ 11
1.1 PROJECT BACKGROUND ......................................................................................................... 11
1.2 OBJECTIVES OF COMMERCIAL TAX MISSION MODE PROJECT ...................................................... 12
1.3 IMPLEMENTATION OF THE PROJECT IN THE STATE ...................................................................... 14
1.4 EXPECTED PROJECT OUTCOME ............................................................................................... 15
2. INSTRUCTION TO BIDDERS ........................................................................................................... 17
2.1 DEFINITIONS........................................................................................................................... 17
2.2 BIDDERS GENERAL QUALIFICATIONS ........................................................................................ 19
2.3 PRE QUALIFICATION CRITERIA ................................................................................................. 20
2.4 COST OF BIDDING ................................................................................................................... 21
2.5 RFP DOCUMENT .................................................................................................................... 21
2.6 CLARIFICATION ON RFP DOCUMENT AND PRE BID CONFERENCE ................................................ 23
2.7 AMENDMENT OF RFP DOCUMENT ............................................................................................ 23
2.8 LANGUAGE OF BID ................................................................................................................. 24
2.9 PERIOD OF VALIDITY OF BIDS .................................................................................................. 24
2.10 FORMAT AND SIGNING OF BIDS ................................................................................................ 24
2.11 SEALING AND MARKING OF THE BID ......................................................................................... 25
2.12 BID DUE DATE ....................................................................................................................... 26
2.13 MODIFICATION AND WITHDRAWAL OF BID ................................................................................. 26
2.14 LATE BID ............................................................................................................................... 27
2.15 OPENING OF BIDS ................................................................................................................... 27
2.16 EVALUATION CRITERIA ............................................................................................................ 27
2.17 BID CURRENCY ...................................................................................................................... 29
2.18 BID SECURITY ........................................................................................................................ 29
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 7 of 113
2.19 FORFEITURE OF BID SECURITY ................................................................................................ 30
2.20 AWARD OF CONTACT .............................................................................................................. 30
2.21 PERFORMANCE SECURITY ....................................................................................................... 30
2.22 CONTACTING DEPARTMENT OF TAX & EXCISE ........................................................................... 31
2.23 RIGHT TO ACCEPT BID AND TO REJECT ANY OR ALL BIDS ........................................................... 31
2.24 LACK OF INFORMATION TO BIDDER ........................................................................................... 32
2.25 FRAUDULENT & CORRUPT PRACTICE........................................................................................ 32
3. GENERAL CONDITIONS ................................................................................................................. 33
3.1 APPLICATION ......................................................................................................................... 33
3.2 GOVERNING LANGUAGE .......................................................................................................... 33
3.3 APPLICABLE LAW ................................................................................................................... 33
3.4 ASSIGNING OF SUB-CONTRACTS .............................................................................................. 33
3.5 CHANGE ORDERS ................................................................................................................... 33
3.6 NOTICES ................................................................................................................................ 34
3.7 PATENT RIGHTS ..................................................................................................................... 34
3.8 TAXES AND DUTIES ................................................................................................................. 34
3.9 INSURANCE ............................................................................................................................ 34
3.10 PACKING ............................................................................................................................... 35
3.11 DIFFERING SHIPMENTS ............................................................................................................ 35
3.12 DELIVERY AND DOCUMENTATION ............................................................................................. 35
3.13 FORCE MAJEURE.................................................................................................................... 36
3.14 HANDING OVER AND ANNUAL MAINTENANCE ............................................................................ 36
3.15 TERMINATION ......................................................................................................................... 37
3.16 RESOLUTION OF DISPUTES AND ARBITRATION ........................................................................... 37
3.17 ACQUAINTANCE WITH LOCAL CONDITIONS ................................................................................ 38
3.18 STATUTORY AND REGULATORY APPROVALS ............................................................................. 38
3.19 CONFIDENTIALITY ................................................................................................................... 38
3.20 LIMITATIONS OF LIABILITY ....................................................................................................... 39
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 8 of 113
3.21 FAILURE TO AGREE WITH THE TERMS AND CONDITIONS OF THE RFP ........................................... 39
4. SPECIAL CONDITIONS ................................................................................................................... 40
4.1 PROJECT SCHEDULE............................................................................................................... 40
4.2 PAYMENT TERMS .................................................................................................................... 41
4.3 PAYMENT SCHEDULE .............................................................................................................. 41
4.4 SLA REQUIREMENTS .............................................................................................................. 43
4.5 MEASUREMENT OF SLA .......................................................................................................... 44
4.6 SLA REPORTING .................................................................................................................... 44
4.7 PENALTIES............................................................................................................................. 45
4.7.1 Penalties for delay in implementation ........................................................................................ 46
4.8 ACCEPTANCE TESTING ............................................................................................................ 46
5. SCOPE OF WORK .......................................................................................................................... 48
5.1 SCOPE OF SUPPLY ................................................................................................................. 48
5.2 SCOPE OF INSTALLATION, COMMISSIONING AND SYSTEM INTEGRATION........................................ 49
5.3 HELPDESK SUPPORT ............................................................................................................... 50
5.4 SCOPE OF WARRANTY AND MAINTENANCE................................................................................ 51
5.5 SCOPE OF SITE PREPARATION .................................................................................................. 52
5.6 SCOPE OF DIGITIZATION........................................................................................................... 53
5.7 HANDHOLDING FOR APPLICATION USERS ................................................................................... 56
5.8 PROJECT IMPLEMENTATION LOCATIONS.................................................................................... 58
5.9 SCOPE OF CONNECTIVITY ........................................................................................................ 59
6. ROLES AND RESPONSIBILITIES ...................................................................................................... 61
6.1 RESPONSIBILITY OF DEPARTMENT OF TAX & EXCISE, GOVERNMENT OF ARUNACHAL PRADESH61
ANNEXURE 1 - BIDDER PROFILE ............................................................................................................ 63
ANNEXURE 2 - FORMAT FOR FINANCIAL INFORMATION ...................................................................... 68
ANNEXURE 3 - FORMAT FOR PERFORMANCE BANK GUARANTEE ........................................................ 69
ANNEXURE 4 - MANUFACTURER’S AUTHORIZATION CERTIFICATE ....................................................... 72
ANNEXURE 5 - FORMAT FOR PROVIDING CITATIONS ........................................................................... 73
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 9 of 113
ANNEXURE 6 - FORMAT FOR QUERIES .................................................................................................. 74
ANNEXURE 7 - TECHNICAL BID PARTICULARS ....................................................................................... 75
ANNEXURE 8 - TECHNICAL BID LETTER.................................................................................................. 77
ANNEXURE 9 - STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS ................................. 79
ANNEXURE 10- STATEMENT OF DEVIATIONS FROM TENDER AND CONDITIONS .................................. 80
ANNEXURE 11 - FORMAT OF CURRICULUM VITAE FOR PROPOSED MANPOWER ................................. 81
ANNEXURE 12 - FINANCIAL BID PARTICULAR ....................................................................................... 82
ANNEXURE 13 - FINANCIAL BID LETTER ................................................................................................ 83
ANNEXURE 14 - STATEMENT OF DEVIATIONS FROM FINANCIAL SPECIFICATIONS ................................ 85
ANNEXURE 15 – BILL OF MATERIAL ..................................................................................................... 86
ANNEXURE 16 – TECHNICAL SPECIFICATIONS ....................................................................................... 87
ANNEXURE 17 – FINANCIAL BID FORMAT ........................................................................................... 108
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 10 of 113
GLOSSARY OF TERMS
S. No Acronyms Full Forms
1. BFC Border Facilitation Counter
2. BSNL Bharat Sanchar Nigam Limited
3. CP Check post
4. DNS Domain Name System
5. ICT Information Communication Technology
6. IT Information Technology
7. LAN Local Area Network
8. MIS Management Information Systems
9. MMP Mission Mode Projects
10. MOM Message-Oriented Middleware
11. NeGP National e-Governance Plan
12. NIC National Informatics Center
13. PeMT Project e-Governance Mission Team
14. SDC State Data Center
15. SeMT State e-Governance Mission Team
16. SLA Service Level Agreement
17. SWAN State Wide Area Network
18. UPS Uninterrupted Power Supply
19. VAT Value Added Tax
20. WAN Wide Area Network
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 11 of 113
1. ABOUT COMMERCIAL TAX – MISSION MODE PROJECT
1.1 PROJECT BACKGROUND
The National e-Governance Plan (NeGP), approved by the Government of India for implementation
during the years 2003-2007, aims at creating a citizen-centric environment for Governance. The Plan
advocates definition of institutional mechanisms and core policies for managing e-governance
initiatives across the Country in a cohesive manner and entails that services, having high volume of
citizen interactions, with major impact on the national and regional economies or where the service-
owners themselves show readiness to optimize, be targeted as Mission Mode Projects (MMPs) at
Center, State and Integrated Service levels.
At the outset, CT-MMP made a clear distinction between an ideal state tax administration and a
future state which may be achieved in India given the various factors which influence any nation-wide
program design like CT-MMP. Keeping in view an achievable future state of state administration in
India, the vision of CT-MMP was articulated as stated below:
An Efficient Commercial Tax administration would mean lower costs of administration for the
department and lower costs of compliance for the taxpayer.
An Effective Commercial Tax administration system would help improve revenue yield,
maximization of voluntary compliance, reduced revenue leakages, reduction in disputes with
taxpayers and timely resolution of objections and appeals.
An Equitable Commercial Tax administration system would bring about greater transparency
in tax administration, uniformity/consistency in application of tax to taxpayers in similar
circumstances and greater control over fraud and collusion.
“To create a modern state tax administration that is Efficient,
Effective and Equitable and which is conducive to investment,
economic growth and free flow of goods and services within the
common market of India.”
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 12 of 113
During the visioning exercise, a view was taken that India should be treated as a common market
while designing change recommendations and that efficient, effective and equitable state tax
administrations with uniform procedures would lead to an environment conducive to investment,
economic growth and free flow of goods and services within the common market of India.
1.2 OBJECTIVES OF COMMERCIAL TAX MISSION MODE PROJECT
With the introduction and maturity of VAT implementation across the state, the need of
modernization has been strongly felt by the Department of Tax & Excise of Arunachal Pradesh, for
streamlining the VAT administration through citizen-centric, service-oriented processes, and
establishing a certain degree of standardization with respect to Commercial Tax (CT) administration.
Since the Department of Tax & Excise mainly interfaces with businesses and often accounts for
significant amount of the total revenue of the state, its functioning can directly affect the
attractiveness of the state as a preferred business destination for the industry and traders.
In this context, the Department of Tax & Excise of Arunachal Pradesh has envisioned the
implementation of e-Governance and ICT modernization program as devised by the Ministry of
Information & Communication Technology (MCIT) under the “Commercial Taxes Mission-Mode
Program (CT-MMP)” which has been conceived under the National e-Governance Plan (NeGP) of the
Government of India. The initiative is spearheaded by the Department of Revenue (DoR), Ministry of
Finance.
In order to improve the efficiency of VAT administration, it is important that administrative
procedures are simplified and processing timelines are reduced by usage of computerized systems.
Faster grant of registration and electronic processing of VAT returns would be important. CT-MMP
has provided various change recommendations to facilitate these.
The department has envisioned the following goals& objectives:
a. Facilitate Tax-Payers by:
Bringing the services of the department closer to the door steps of the citizens through
“Anywhere Anytime Services”.
Providing an online, easy to access electronic interface to replace the existing manual
procedures and visits to the department offices.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 13 of 113
Deliver services to the stakeholders in minimum turnaround time and minimal physical
interaction with the department
Real-time acknowledgments and information on their tax credit.
An efficient and transparent mechanism in departmental process to enable taxpayers track
their tax credit and demands, anytime from anywhere.
An efficient and easy to access Grievance Redressal Mechanism
b. Improving Internal Efficiency of the Department:
To facilitate the comprehensive computerization of the department, in achieving its e-
governance vision through ICT enablement.
To simplify and streamline the procedures of the Department through comprehensive
Business Process Reengineering.
Enabling discharging of duties in an efficient manner
Substituting paper work with electronic medium
Provide timely & reliable information relating to various implementations, department
schemes and services delivery status tracking for effective decision making.
Develop interfaces of the department with other departments to facilitate seamless sharing of
information for better administration and governance.
c. Facilitating Traders and Businesses:
Eradicate cumbersome, time consuming and non-value adding services of the department to
provide convenience to the business groups.
Facilitating smooth movement of goods across state border through check-posts
Strengthening the check-posts with up-to-date information availability and disposition of the
same.
Create each check-post as an information hub to facilitate traders and transporters plying
through the state borders.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 14 of 113
1.3 IMPLEMENTATION OF THE PROJECT IN THE STATE
Earlier the department had implemented VAT and Central Sales Tax Management System (VCMS) in
many of its offices for streamlining its internal office works. VCMS was deployed in 2005 at various
offices of Department of Tax & Excise and Check Posts / BFCs. This deployment was part of VCMS
deployment across the Commercial Tax Departments of all the North Eastern states, with a
centralized data centre at Guwahati. Isolated data entry in the system has resulted in piecemeal data
being available, and data does not flow logically across modules. Hence, the department has resorted
to manual data entry and updation. This has consequently resulted in a significant amount of data
backlog that needs to be digitized / entered into proposed applications.
The above mentioned system is not functional because of the following reasons:
The system had failed to meet the specific requirements of the department at the time of
deployment in 2005. No upgrades/enhancements have been provided by the vendor over
time.
Post implementation of the VCMS system, regulations have changed considerably over time
and the VCMS system is not scalable to meet the current requirements of the department.
It was not an internet based system by which the dealers can get real time data
No proper hands on/application training provided by the vendor. Hence, departmental users
were uncomfortable using the system.
Currently under the Commercial Tax Mission Mode Project the department is going to implement the
VATSoft application software. National Informatics Centre, Karnataka has designed and developed in-
house the VAT Processing System, known as “VATSoft”. VATSoft is a web-based application which will
be customized as per the requirement of the Department of Tax & Excise of Arunachal Pradesh.
There are 3 categories of the beneficiaries of this system:
Tax payers: As the tax payer plays an important role in the VAT administration, it is necessary that his
records/documents are maintained properly in the VAT offices.
Staff of the VAT office: As the staff of the department processes the request of the dealers, it should
help them in easing the activities being carried out by them.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 15 of 113
Management: As the Management is keen on improving the tax collection and monitoring of the tax
administration, it is necessary that new system should take care of these aspects.
The project is envisages to computerize all the offices and establishments of the Department of Tax &
Excise located all across the state.
1.4 EXPECTED PROJECT OUTCOME
The major expected benefits envisaged through this project are as follows:
a. Dealers:
Easy and transparent process for payment of taxes, filing of returns and refunds in the form of
e-filing and e-payment
Online status tracking of registration, transfers, re-registration, collections and refunds with
an efficient MIS to officers
Better proximity to Commercial Tax Department services through introduction of web
Complete Automation of department including check-posts:
Simplified internal processes and online transactions.
Less paperwork and improved efficiency.
Simplified process of vehicle checking and monitoring at all check posts.
Modernization of all check-posts and real time connectivity and information availability to the
department anytime anywhere.
b. Employees:
Expeditious disposal of functionalities through workflow based applications
Creation of centralized knowledge repository
Improvement of internal efficiencies
Improved human resources through Capacity Building and Trainings
c. Citizens
Receive complete information on how VAT is calculated for the products they consume
Get authentic documents for their transactions
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 16 of 113
d. Other Tax/Concerned Departments:
Accurate and on-time exchange of data specific to dealers with the other Tax departments.
Web enabled information access to the other Tax departments which will aid in streamlining
the tax collections across the departments and builds in more accountability from the Dealers’
side
e. Other Stakeholders such as Treasuries & Banks:
Simplification of sales- purchases reconciliation so as to verify the genuineness of claim of
input tax credit
Simplified process of reconciliation with treasuries
Simplified process of reconciliation with Banks.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 17 of 113
2. INSTRUCTION TO BIDDERS
Bidders are advised to study this RFP document carefully before participating. It shall be deemed that
submission of bid by the bidder has been done after their careful study and examination of the RFP
with full understanding to its implications. Any lack of information shall not in any way relieve the
bidder of his responsibility to fulfill his obligations under the Bid.
2.1 DEFINITIONS
In this document, the following terms shall have following respective meanings:-
“Acceptance” means the Government’s written certification that following installation, the system(s)
(or specific part thereof) has been tested and verified as complete and/or fully operational, in
accordance with the acceptance test defined in the Acceptance Test Documents.
“Agreement” means the Agreement to be signed by the System Integrator and Department of Tax &
Excise, Government of Arunachal Pradesh.
“Authorized Representative” shall mean any person/agency authorized by either of the parties.
“Bidder or bidder” means any firm or group of firms or companies (called consortium) offering the
solution(s), service(s) and/ or materials required in the RFP. The word Bidder, when used in the pre-
award period shall be synonymous with Bidder, and when used after intimation of Successful Bidder
shall mean the System Integrator, also called ‘Vendor’ or ‘Service Provider’, with whom Department of
Tax & Excise, Government of Arunachal Pradesh signs the Contract.
“Contract” is used synonymously with agreement.
“Department of Tax & Excise / Department / Client” means the Department of Tax & Excise,
Government of Arunachal Pradesh.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 18 of 113
“Documentary evidence” means any matter expressed or described upon any substance by means of
letters, figures or marks intended to be used for the recording of that matter and produced before a
court.
“GoI” shall mean Government of India
“Govt./GoAP/Government/Govt. of Arunachal Pradesh” shall mean Government of Arunachal
Pradesh.
“Implementation agency” shall mean System Integrator who has been selected as the successful
bidder for this project.
“Law” shall mean any Act ,notification, bye-law ,rules and regulations, directive, ordinance, order or
instruction having the force of law enacted or issued by the Government of India or State Government
or regulatory authority or political sub-division of government agency.
“LOI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer to place
the purchase order with the System Integrator.
“OEM” means Original Equipment Manufacturer company, that is incorporated in India or abroad,
who has management control over the manufacturing/production process, Quality Assurance,
Procurement of Raw materials/manufacturing process inputs marketing and warranty services of the
resultant products, of at least one manufacturing facility /factory where the manufacturing of
equipment, related accessories, as required for the CT-MMP is carried out.
“Party” shall mean Govt. or Bidder individually and “Parties” shall mean Govt. and Bidder collectively.
“PBC” means Pre-Bid Conference
“Rates/Prices” means prices of supply of equipment and services quoted by the Bidder in the
Financial Bid submitted by him and/or mentioned in the Contract
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 19 of 113
“RFP” means the detailed notification seeking a set of solution(s), service(s), materials and/or any
combination of them
“Services” means the work to be performed by the Bidder pursuant to this Contract, as detailed in the
Scope of Work
“Site” shall mean the location(s) for which the Contract has been issued and where the service shall
be provided as per Agreement
“Tenderer” shall mean the authority issuing this Request For Proposal (RFP) and the authority under
whom the CT-MMP is to be implemented, operated, managed etc. and this authority shall be the
Department of Tax & Excise acting on behalf of Govt. of Arunachal Pradesh as the implementing
agency for the CT-MMP.
“Termination notice” means the written notice of termination of the Agreement issued by one party
to the other in terms hereof.
“WAN” means Wide Area Network
2.2 BIDDERS GENERAL QUALIFICATIONS
An individual firm or a consortium shall submit the bid. The consortium shall be evaluated based on the
total strength as evaluated in this bid document. However, if any of the members is deleted or withdrawn
after submission of the bid, the evaluation shall no longer be valid. In this situation the tenderer reserves
the right to disqualify the consortium or re-evaluate. No new member can be included after the bid is
submitted.
1. In case the consortium, applicant consortia shall have a Memorandum of understanding (MOU)/
agreement among all the members signed by the chief executive/ authorized signatories of the
companies dated prior to the submission of the bid. The MoU / agreement shall clearly state the
stake of each member and outline the roles and responsibilities of each member. The MoU/
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 20 of 113
agreement shall be exclusively for this project and each member of the consortia shall be
responsible in case of failure by any member.
2. In case of the consortia, all the members shall nominate a prime bidder. To the tenderer, prime
bidder will be a single point of contact. The prime bidder will have to accept responsibility for all
the liabilities and issues relating to this contract.
3. In case of consortium, the bidder shall furnish a copy of consortium agreement/ Memorandum of
understanding (MOU) as a part of Pre Qualification Bid Part-II.
2.3 PRE QUALIFICATION CRITERIA
1. The Bidder should have made a non-refundable payment of Rs. 5,000 (Rupees Five Thousand
only) for the tender document. The Bidder should also have submitted EMD of Rs. 10, 00,000
(Rupees Ten Lakhs only) which shall be in Indian rupees and in the form of Demand Draft (DD) in
favour of “The Commissioner, Department of Tax & Excise”, payable at Itanagar, Arunachal
Pradesh from a scheduled / nationalized bank OR in the form of Bank Guarantee from a
scheduled/ nationalized bank and shall be valid for at least 180 days.
2. The respondents submitting their proposals should be a Company registered under the Indian
Companies Act, 1956 and who have their registered offices in India. The Company must be
registered with the appropriate authorities for all applicable statutory taxes/duties.
[Annexure-1]
3. The bidder & members of the consortium should not have been blacklisted by any state or
central Government authority of India for corrupt or fraudulent practices. The bidders shall
submit copy of notarized affidavit certifying the same.
4. The Bidder (Prime Bidder of the consortium) should have been profitable in the last three(3)
financial Years (FY 10-11, FY 11-12, FY 12-13), as revealed by Audited Accounts/certified balance
sheet.
5. The bidder (Prime bidder of the consortium) must have positive turnover in the last three years
and should submit certificates from Chartered Accountant certifying the same. The bidder (any
member of the consortium) must have a turnover of at least Rs. 10 Crores as per the last
audited Balance Sheet of FY 12-13. [Annexure -2]
6. The bidder should have successfully executed at least 1 project with Network management,
Facility Management, supply & maintenance of Network infrastructure & other hardware,
whose exclusive order value out of the entire project’s scope of work, should be of minimum Rs.
1 Crore in single order each in last three years.
7. The Bidder preferably has work experience in the North East region of the country.
8. The bidder preferably has work experience in Arunachal Pradesh.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 21 of 113
9. Any vendor, who is already involved / executing a task in the CT-MMP for Government of
Arunachal Pradesh as a supplier / consultant / service provider etc., is not allowed to bid for this
assignment. Bidders shall submit a self declaration certifying the same.
10. Any vendor, who has quoted/bidded earlier in this CT-MMP Project and disqualified for violating
the provisions laid down in the RFP documents shall not be eligible for participating in the
current bid process.
11. In order to enable the tenderer to authentically assess the bidders, the bidder will provide
relevant, necessary documentary evidence in relation to the previous similar contracts executed
by the bidder. Tenderer reserves the right to verify the details, if so desired. For the purpose of
documentary evidence for previous project experience, bidders are required to submit “Client
satisfaction certification post-completion of project” or “Successful implementation of project”
letter from the concerned clients. It may be noted that “Work order / documents of projects
under progress” may be regarded as additional documents for bidder credentials, only if the
other documents satisfy the pre-qualification norms. [Annexure -5]
12. The bidder (Prime Bidder of the consortium) should have bank’s certificate of solvency for 1
Crore Indian rupees.
13. The bidder (at least one member of the consortium) should have direct authorization from the
Original Equipment Manufacturer (OEM) for selling and supporting the components offered
under this project.
14. In case the Bidder don’t have a local presence in Arunachal Pradesh, they should give a
undertaking that they will open a office in Arunachal Pradesh within six months of from the date
of signing the agreement
15. The Bidders should clearly indicate, giving explicit supporting documentary evidence, with
respect to the above, in absence of which their proposals will be rejected summarily at the pre-
qualification stage itself.
NOTE: Please submit all the documentary evidence in support of the above conditions as part of the Pre-
Qualification Criteria.
2.4 COST OF BIDDING
Bidder shall bear all costs associated with the preparation and submission of the Bid including surveys (if
required), and Department of Tax & Excise will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
2.5 RFP DOCUMENT
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 22 of 113
Bidder is expected to examine all instructions, forms, terms, specifications, and other information in the
RFP document. Failure to furnish all information required by the RFP document or to submit a Bid not
substantially responsive to the RFP document in every respect will be at Bidder’s risk and may result in the
rejection of its Bid.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 23 of 113
2.6 CLARIFICATION ON RFP DOCUMENT AND PRE BID CONFERENCE
1. All queries from bidders relating to this RFP, must be exclusively submitted through e-mail only to
[email protected] in the annexed format only (Annexure 6), to be received till 04:00
PM on 28/08/2013. While sending query through e-mail, query sender must attach scanned copy of
Demand Draft (Non-Refundable RFP Document Fee) in the e-mail attachment. Queries not
submitted within this deadline may not be considered by GoAP for providing clarification. Tenderer
shall publish the clarification for queries in its website www.aruntax.nic.in.
2. The bidders or their designated representatives are invited to attend the Pre–Bid Conference (PBC)
at their own cost, on 02/09/2013 at 02:00 PM at the following venue:-
3. In this PBC, Tenderer would address the any general clarifications sought by the bidders with regard
to the project. However, the tenderer may choose not to respond to all queries.
4. Tenderer reserves the right not to respond to any/all queries raised or clarifications sought if, in
their opinion and at their sole discretion, they consider that it would be inappropriate to do so or do
not find any merit in it. The minutes of the PBC shall be circulated by tenderer to all those
companies who have purchased this RFP document.
2.7 AMENDMENT OF RFP DOCUMENT
1. At any time prior to the deadline (or as extended by Department of Tax & Excise) for submission of
bids, Department of Tax & Excise, for any reason, whether at its own initiative or in response to
clarifications requested by prospective bidder may modify the RFP document by issuing
amendment(s)
2. All bidders will be notified of the amendment(s) by publishing on the websites, and these will be
binding on them.
3. In order to allow bidders a reasonable time to take the amendment(s) into account in preparing
their bids, Department of Tax & Excise, at its discretion, may extend the deadline for the submission
of bids.
Office of The Commissioner, Department of Tax & Excise,
C Sector, Itanagar-791111, Arunachal Pradesh
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 24 of 113
2.8 LANGUAGE OF BID
The bid prepared by the bidder, as well as all correspondences and documents relating to the Bid
exchanged between the bidder and the Department of Tax & Excise, shall be in English. Supporting
documents and printed literature furnished by the bidder may be in another language provided they are
accompanied by an accurate translation by Department of Tax & Excise certified / approved translator of
the relevant pages in English. For the purposes of interpretation of the bid, the translation shall govern.
Information supplied in another language without proper translation shall be rejected.
2.9 PERIOD OF VALIDITY OF BIDS
1. The bid shall remain valid for 180 days from the date of Technical Bid Opening being specified.
Bidder should ensure that in all circumstances, its Bid fulfills the validity condition. Any bid valid for
a shorter period shall be rejected as non-responsive.
2. In exceptional circumstances, Department of Tax & Excise may solicit bidder’s consent to an
extension of the period of validity. The request and the responses thereto shall be made in writing
or by Fax. Bid Security shall also be suitably extended. A bidder granting the request is neither
required nor permitted to modify the bid.
2.10 FORMAT AND SIGNING OF BIDS
1. The bidder shall prepare required number of copies (original plus two copies) of the bid and shall
clearly mark each “Original Bid” or “Copy of Bid” as appropriate. In the event of any discrepancy
between them, the original shall govern.
2. The original and all copies of the bid shall be typed or written in indelible ink and shall be signed
by the bidder or a person duly authorized to bind the bidder to the bid. The person(s) signing the
bid shall initial all pages of the bid, except for un- amended printed literature
3. The complete bid shall be without alteration or erasures, except those accorded with instructions
issued by Department of Tax & Excise or as necessary to correct errors made by the Bidder, in
which case such corrections shall be initialed by the person or persons signing the bid.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 25 of 113
2.11 SEALING AND MARKING OF THE BID
Bidder shall submit their bids in FOUR PARTS, each in a separate sealed envelope super-scribed with the
RFP document number, due date, time, Project name (Supply, installation & maintenance of hardware &
Network infrastructure, data digitization & Connectivity for CT-MMP, Government of Arunachal
Pradesh) and nature of bid (bid security/Pre-Qualification bid/Technical bid /Financial Bid)
PART-I: The Bid Security. Envelope needs to be super-scribed as “BID SECURITY & Cost of RFP document-
Do not open before 05/09/2013”
PART-II: Original and 2 copies of PRE QUALIFICATION BID, complete with all details. Envelope needs to be
super-scribed as “Pre-Qualification Bid- Do not open before 05/09/2013”
PART-III: Original and 2 copies of TECHNICAL BID complete with all technical details. Envelope needs to be
super-scribed as “Technical Bid- Do not open before 06/09/2013”
Note: Filling up prices in Part III will render the bidder disqualified.
PART-IV: 1 Original and 2 copies of FINANCIAL BID with full price details. Envelope needs to be super-
scribed as “Financial Bid Do not open before Financial Bid Opening”.
The envelopes containing Part-I, Part-II, Part-III and Part-IV of offer shall be enclosed in a larger envelope
duly sealed and marked as Response to Request for Proposal (RFP) with title and reference number, and a
statement "To be opened by addressee only” and the name and address of the Bidder.
All the 4 envelopes shall be addressed to The Commissioner, Department of Tax & Excise at the following
address:
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111, Arunachal Pradesh
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 26 of 113
The bidder MUST also submit 1 soft copy each of the Pre-Qualification, Technical, Financial & all
supporting documents in the ‘PDF Format’ only in separate CDs, duly packed in the respective envelopes.
Please note that Department of Tax & Excise will not be responsible for any discrepancy, if exists between
the hard copy and the soft version of the bid submitted by the bidders.
The outer and inner envelopes shall indicate the name and address of the bidder to enable the bid to be
returned unopened in the case it is declared “late” pursuant, and for similar purposes.
If the outer envelope is not sealed and marked as above, Department of Tax & Excise will bear no
responsibility for the misplacement or premature opening of the Bid.
Only detailed complete bids in the form indicated above received prior to the closing time and date of the
bids shall be taken as valid.
Bids sent through Telex/Telegrams/Fax/e-mail shall not be acceptable
2.12 BID DUE DATE
1. Bid must be received by Department of Tax & Excise at the address and not later than the
time and date specified in this RFP document. Bids received after this deadline will be rejected
and returned to the bidder unopened.
2. Department of Tax & Excise may, at its discretion, on giving reasonable notice in writing by
publishing on the specified websites and/or through press notification, to all bidders who have
been issued the RFP documents and/or downloaded the RFP documents from the websites,
extend the bid-due-date, in which case all rights and obligations of the Department of Tax &
Excise and the bidder, subject to the provision bid-due-date, shall thereafter be subject to the
new bid due date or deadline as extended.
2.13 MODIFICATION AND WITHDRAWAL OF BID
1. The bidder may modify or withdraw its bid after submission, provided that written notice of
the modification including substitution or withdrawal of the bid is received by Department of
Tax & Excise prior to the deadline prescribed for submission of bids.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 27 of 113
2. The bidder's modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in the manner similar to the original bid.
3. No bid shall be modified subsequent to the deadline for submission of bids.
4. No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of Bid validity specified by the bidder on the Bid Form. Withdrawal of
a Bid during this interval may result in the bidder's forfeiture of its Bid security
2.14 LATE BID
Any bid received by the Department of Tax & Excise after the bid due date will be treated as “Late Bid”
and rejected
2.15 OPENING OF BIDS
1. Department of Tax & Excise will open bids (Part-1 and Part-2) at the place and time mentioned at
important Information sheet. Bidder’s representatives (Maximum 2) may attend the opening, and
those who are present shall sign a register evidencing their attendance.
2. The bidder’s names, bid modifications or withdrawals and such other details as the Department of
Tax & Excise at its discretion, may consider appropriate, will be announced at the time of opening.
3. The Evaluation Committee would evaluate the Pre-qualification criteria of the bidders. The
bidders will be informed subsequently.
4. Technical Bid will be opened for those bidders whose bids shall meet all the pre qualification
criteria. The place, date and time of opening of the Technical bids shall be notified separately.
2.16 EVALUATION CRITERIA
An Evaluation Committee would be formed by Government of Arunachal Pradesh which would include
key members of the Department of Tax & Excise & other major stake holders for the project, who will
jointly evaluate the bids submitted & decide upon the selection of the successful bidder.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 28 of 113
Part 1 (Bid Security)
Bidders who have submitted the valid bid security as per the format shall be considered for further
evaluation. Similarly if the RFP document fee has not been deposited / submitted in case of
downloaded forms the Bid shall be out rightly rejected.
Opening of Prequalification Bid
Department of Tax & Excise will open envelope containing the Pre-Qualification Bid in the presence of
Bidder’s representatives who choose to attend at 01:30 PM IST on 05/09/2013 at Office of The
Commissioner, Department of Tax & Excise, C Sector, Itanagar-791111, Arunachal Pradesh.
The Bidder’s representatives, who are present, shall sign a register evidencing their attendance. In the
event of the specified day for any of the dates related to this project is declared as a holiday for
Department of Tax & Excise, the date shall be regarded as the next working day, without any change
in Venue, time etc. unless explicitly communicated by the department. On the basis of evaluation of
following, only those bidders whose bids shall meet all the pre-qualification criteria shall be
considered for further evaluation.
Technical Bid will be opened for those bidders whose bids shall meet all the pre qualification criteria.
The place, date and time of opening of the Technical bids shall be notified separately.
Opening and Evaluation of Technical Bids
The Evaluation Committee would evaluate the technical bids. Department of Tax & Excise may also
undertake oral clarifications with the bidders. The primary function of clarifications in the evaluation
process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents.
Sealed Technical bid shall contain the following enclosures:
1. Technical Bid letter
2. Detailed Technical Proposal for the implementation of the project
3. Project plan with timelines & work schedules
4. Technical Specification sheet with make, model, brands of proposed equipments
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 29 of 113
5. Statement of Deviation in Annexure- 9 & 10 (if any)
Opening and Evaluation of Financial Bids
After evaluating the Technical Bids, Department of Tax & Excise shall notify the bidders, indicating the
date, time and place for opening of the Financial Bids.
The following points may be noted for the evaluation of the Financial Bid
Prices shall be written in both words and figures. In the event of difference, the price in words
shall be valid and binding.
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 price shall be corrected. If the Bidder does not accept
the correction of the errors, its bid will be rejected. If there is a discrepancy between words
and figures, the amount in words will prevail.
Any discrepancy relating to prices quoted in the offer across different sections of the bid, only
prices given in the prescribed format given at Annexure- 17 of this RFP shall prevail
The Bidder with the lowest Financial Proposal would be considered as the Implementation Partner
(i.e. L1 Bidder) and if required, would be called for negotiations.
Taxation Department reserves the right to negotiate with the successful Bidder.
2.17 BID CURRENCY
Prices for services offered shall be quoted in Indian National Rupees only.
2.18 BID SECURITY
1. All bidders shall furnish, as part of its Pre-Qualification Bid, a Bid Security amounting to
Rs.10, 00,000.00 (Rupees Ten Lakhs Only). Bids without this bid security will be rejected.
2. The Bid Security shall be in Indian Rupees and shall be in the form of Demand Draft/Pay Order,
issued by any Scheduled / nationalized bank in India, drawn in favor of “The Commissioner,
Department of Tax & Excise”, payable at “Itanagar”, Arunachal Pradesh OR in the form of Bank
Guarantee from a scheduled/nationalized bank and shall be valid for at least 180 days.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 30 of 113
3. Unsuccessful bidders’ Bid security will be discharged or returned within sixty (60) days after the
signing of contract with the successful bidder.
4. The successful bidder’s Bid security will be discharged upon the bidder signing the Contract
Agreement, and furnishing the Performance Security.
2.19 FORFEITURE OF BID SECURITY
The Bid security may be forfeited either in full or in part, at the discretion of Department of Tax & Excise,
on account of one or more of the following reasons:
1. If the bidder withdraws his Bid during the period of Bid validity specified by him on the Bid Letter Form;
2. If the bidder fails to co-operate in the Bid evaluation process
3. If the bid or its submission is not in conformity with the instruction mentioned herein
4. If the bidder violates any of the provisions of the terms and conditions of the tender
In case, a successful bidder fails to (a) accept award of work, (b) sign the Contract Agreement with
Department of Tax & Excise, within the stipulated time after acceptance of communication on placement
of award, (c) furnish performance security, (d) fails to sign the Contract Agreement in time, (e) or the
bidder violates any of such important conditions of this tender document or indulges in any such activities
as would jeopardize the interest of Department of Tax & Excise in timely finalization of this tender. The
decision of Department of Tax & Excise regarding forfeiture of bid security shall be final and shall not be
called upon question under any circumstances. A default of such type or nature may lead to black-listing
of the bidder by Department of Tax & Excise/Govt. of Arunachal Pradesh.
2.20 AWARD OF CONTACT
Department of Tax & Excise will award the contract to the successful bidder whose bid has been
determined to be responsive and has been determined to be most competitive as per the specified
evaluation process and thus selected.
2.21 PERFORMANCE SECURITY
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 31 of 113
Within 7 (Seven) days of Notification of “Award of the Work” the company shall furnish Performance
Security to Department of Tax & Excise @ 10% of the total value of quoted in the bid by way of irrevocable
and unconditional Bank Guarantee in favor of “The Commissioner, Department of Tax & Excise,
Government of Arunachal Pradesh” for a period to be specified in the award of work. This Bank Guarantee
should be of a sufficient duration to cover the risk of Department of Tax & Excise (Till the exit of the Bidder
after completing all the Scope of Work). The proceeds of the Performance Security shall be payable to
Department of Tax & Excise as compensation for any loss resulting from the Company’s failure to fulfill its
obligations under the terms and conditions of the Work Order.
The Performance Security regarding commencement of job / task will be discharged by Department of Tax
& Excise and returned to the company not later than 30 (Thirty) days following the date of completion of
the company’s performance, related obligations under the terms & conditions of the Work Order.
Failure of the successful bidder to comply with the requirements specified in Scope of Work shall
constitute sufficient ground for the annulment of the notification and forfeiture of the bid security in
which event, the Department of Tax & Excise may award the contract in accordance with its prescribed
rules.
2.22 CONTACTING DEPARTMENT OF TAX & EXCISE
1. Bidder shall not approach Department of Tax & Excise officers beyond office hour and/ or
outside Department of Tax & Excise office premises, from the time of the Bid opening to the
time of finalization of successful bidder.
2. Any effort by a Bidder to influence Department of Tax & Excise officers in the decisions on Bid
evaluation, Bid comparison or finalization may result in rejection of the Bidder's offer. If the
Bidder wishes to bring additional information to the notice of the Department of Tax & Excise, it
should do so in writing.
2.23 RIGHT TO ACCEPT BID AND TO REJECT ANY OR ALL BIDS
1. Prior to expiration of the period of Bid validity, Department of Tax & Excise will notify the
successful bidder in writing that its Bid has been accepted.
2. Within 7 days of receipt of such intimation, the successful bidder shall give its acceptance to
the Department of Tax & Excise
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 32 of 113
3. Upon the successful bidder’s furnishing of Performance Security pursuant to Section 2.21
acceptance by successful bidder, Department of Tax & Excise will promptly notify all
unsuccessful bidders and will discharge their Bid security
4. Effort will be made by the Department of Tax & Excise to sign an agreement with the
successful bidder within 15 days.
2.24 LACK OF INFORMATION TO BIDDER
The bidder shall be deemed to have carefully examined RFP document to his entire satisfaction. Any lack
of information shall not in any way relieve the bidder of his responsibility to fulfill his obligation under the
bid.
2.25 FRAUDULENT & CORRUPT PRACTICE
“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or
the execution of the project 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
Department of Tax & Excise of the benefits of free and open competition.
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value, pressurizing to
influence the action of a public official in the process of project execution.
Department of Tax & Excise will reject a proposal for award if it determines that the bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for, or in executing, the project.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 33 of 113
3. GENERAL CONDITIONS
3.1 APPLICATION
The RFP document will be available for download only from the specified websites and draft of a specific
amount should be drawn on scheduled/nationalized bank as a non refundable RFP document fee.
3.2 GOVERNING LANGUAGE
The Contract shall be written in English language. All correspondence and other documents pertaining to
the Contract, which are exchanged by the parties, shall be written in the same language.
3.3 APPLICABLE LAW
The Contract shall be interpreted in accordance with the laws of the Union of India.
3.4 ASSIGNING OF SUB-CONTRACTS
The bidder or the consortia of the successful bidder shall not assign anyone in whole or in parts, its
obligations to perform under the Contract, except with prior written consent from Department of Tax &
Excise.
3.5 CHANGE ORDERS
1. The Department of Tax & Excise may at any time, give written order to the bidder to make
changes for additional functionalities specifically required, but not falling within the general scope
of the current Commercial Tax Mission Mode Project RFP/Contract. If any such change causes an
increase in the cost of, or the time required for, the System Integrator’s performance of any
provisions under the Contract, the System Integrator should notify Department of Tax & Excise in
terms of the person, month, efforts required for executing the change requests. Department of
Tax & Excise will examine the efforts estimate & agreed efforts will be compensated in terms of
person, month charges quoted as a part of the financial bid.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 34 of 113
2. Any claims by the System Integrator for adjustment under this clause must be asserted within 6
working days from the date of the System Integrator’s receipt of the change order from
Department of Tax & Excise.
3.6 NOTICES
1. Any notice given by one party to the other pursuant to this contract shall be sent to the other
party in writing or by telex, email, cable or facsimile to the other party’s address, and confirmed
in writing by the other party.
2. A notice shall be effective when delivered or tendered to other party whichever is earlier.
3.7 PATENT RIGHTS
The bidder shall indemnify Department of Tax & Excise against all third party claims of infringement of
patent, trademark or industrial design and intellectual property rights arising from the use of equipments
and services or any part thereof.
3.8 TAXES AND DUTIES
1. All the taxes, duties, levies and all other charges applicable shall be valid for delivery on FOR basis
to the designated delivery points. All payments will be subjected to tax deduction at source as
applicable/required at the prevailing tax rates.
2. Govt. of Arunachal Pradesh / Department of Tax & Excise shall not pay any increase in duties,
taxes and surcharges and other charges on account of any revision, enactment during the period
of validity of the Bids and also during the contract period. The decision of Department of Tax &
Excise in this regard will be final and binding and no disputes in this regard will be entertained.
3.9 INSURANCE
Bidder shall acquire and maintain insurance coverage till acceptance and during the managed IT / Network
services period of 3 yrs from the date of acceptance that are standard and customary in the industry to
protect Department of Tax & Excise and the total system from any losses, damages including but not
limited to the damages during transit or claims. The insurance should cover full replacement of the
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 35 of 113
equipment. Further, the System Integrator is to take all required insurance coverage in respect of all its
personnel who shall be working on this engagement. The cost of all such insurance shall be borne by the
System Integrator. Department of Tax & Excise has the right to inspect such policies.
3.10 PACKING
1. The bidder shall provide packing of systems in such a manner as to prevent their damage or
deterioration during transit to the project sites. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposures to extreme temperatures,
humidity, sleet and precipitation during transit and open storage.
2. The bidder shall promptly replace any system that is damaged in transit. The packing, marking and
documentation within and outside the packages shall also comply strictly with the requirements.
3. There shall be a packing list, in each case, fully itemized to show case number, contents, gross and
net weight and cubic measurement.
3.11 DIFFERING SHIPMENTS
If Department of Tax & Excise has effectively notified the bidder in writing that the former is not ready to
take delivery, no system or materials shall be forwarded until intimation in writing has been given to the
System Integrator by the Department of Tax & Excise that it is ready to take delivery.
3.12 DELIVERY AND DOCUMENTATION
It is the responsibility of the bidder to supply all the Hardware and networking equipments, as mentioned
in the schedule of requirements in the respective project sites. These project sites along with the required
quantities of items to be supplied will be communicated to System Integrator at a later stage. The System
Integrator shall intimate Department of Tax & Excise by letter/fax/Telephone, at least 7 days before the
actual arrival of the systems at the Site, the full details of the delivery including contract number, couriers
receipt number and date, description of systems, quantity etc. The System Integrator shall mail the
following documents to Department of Tax & Excise -
3 copies of the invoice showing systems description, quantity, unit price, total amount
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 36 of 113
Courier’s receipt/acknowledgement of receipt of systems
Insurance certificate
Manufacturer’s/Supplier’s warranty certificate
Factory Inspection Certificates.
3.13 FORCE MAJEURE
i) For the purpose of this Article, Force “Majeure” means any cause, which is beyond the control of
the System Integrator or Department of Tax & Excise as the case may be, which such party could not
foresee or with a reasonable amount of diligence could not have foreseen, and which
substantially affect the performance of the Contract, such as:-
- War / hostilities
- Riot or civil commotion
- Earth Quake, Flood, Fire, Tempest, Epidemics, Lightning or other natural physical Disaster,
Quarantine restricts and Freight embargoes
- Restrictions imposed by the Government or other statutory bodies, beyond the control of
the System Integrator, which prevent or delay the execution of the order by the System
Integrator.
ii) If a Force Majeure situation arises, the System Integrator is required to promptly notify
Department of Tax & Excise in writing of such condition and the cause thereof within a period of three
(3) days from the date of happening of such an event requiring invocation of this force majeure article.
Unless otherwise directed by Department of Tax & Excise in writing, the System Integrator will
continue to perform its obligations under this supply order as far as is reasonably practical and shall
seek all reasonable alternative means for performances of this order.
3.14 HANDING OVER AND ANNUAL MAINTENANCE
i) At the end of the Annual Maintenance period, Department of Tax & Excise may exercise its option
to renew the AMC with the existing selected bidder or may invite fresh bids for subsequent AMC
ii) If handover is required to any other Vendor other than the bidder, at the end of the existing AMC
or otherwise, the System Integrator would be responsible for handing over the complete know-
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 37 of 113
how documentation records/software logs and all such relevant items that may be necessary for
the transition process
3.15 TERMINATION
1. Termination for Default: If the bidder fails to carry out the award / work order in terms of this
document within the stipulated period or any extension thereof, as may be allowed by
Department of Tax & Excise, without any valid reasons acceptable to Department of Tax & Excise,
Department of Tax & Excise may terminate the contract after giving one month notice, and the
decision of Department of Tax & Excise on the matter shall be final and binding on the bidder.
Upon termination of the contract, Department of Tax & Excise shall be at liberty to get the work
done at the risk and expense of the bidder through any other agency, and to recover from the
bidder compensation or damages.
2. Termination for Insolvency: Govt. of Arunachal Pradesh can terminate the contract if the bidder
becomes bankrupt and/or losses the desired state of insolvency with a notice of 15 days. Govt. of
Arunachal Pradesh, in such cases of termination, will not be responsible for any loss or financial
damage to the service provider resulted due to the termination. GoAP will also, in such cases have
the right to recover any pending dues by invoking the performance bank guarantee or any such
instrument available with the Government.
3.16 RESOLUTION OF DISPUTES AND ARBITRATION
1. Department of Tax & Excise and the System Integrator shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising between them
under or in connection with the Contract.
2. If, after thirty (30) days from the commencement of such informal negotiations, Department
of Tax & Excise and the System Integrator have been unable to amicably resolve dispute,
either party may require that the dispute be referred for resolution to the formal
mechanisms, which may include, but are not restricted to, conciliation and mediation by a
third party acceptable to both, or in accordance with the Arbitration and Conciliation Act,
1996.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 38 of 113
3. All Arbitration proceedings shall be held at Jurisdiction of Itanagar, Arunachal Pradesh, and
the language of the arbitration proceedings and that of all documents and communications
between the parties shall be in English.
3.17 ACQUAINTANCE WITH LOCAL CONDITIONS
1. The bidder is expected to fully get acquainted with the local conditions and factors, which
would have any effect on the performance of the contract and /or the cost.
2. The bidder is expected to know all conditions and factors, which may have any effect on the
execution of the contract after issue of Letter of Intent/Award as described in the bidding
documents. The Department of Tax & Excise shall not entertain any request for clarification
from the vendor regarding such local conditions.
3. It is the bidder’s responsibility that such factors have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including those for
financial adjustment to the contract awarded under the bidding documents will be
entertained by the Department of Tax & Excise. Neither any change in the time schedule of
the contract nor any financial adjustments arising thereof shall be permitted by the
Department of Tax & Excise on account of failure of the Vendor to know the local laws /
conditions.
3.18 STATUTORY AND REGULATORY APPROVALS
The bidder shall be responsible for obtaining approvals for any statutory and regulatory requirements
from any of the authorities. Further, the vendor shall be responsible to get required documentation
completed for obtaining such approvals from time to time.
3.19 CONFIDENTIALITY
Any information pertaining to Department of Tax & Excise or any other agency involved in the project,
matters concerning GoAP that comes to the knowledge of the System Integrator in connection with this
contract, will deemed to be confidential and the System Integrator will be fully responsible, for the same
being kept confidential and held in trust, as also for all consequences of its concerned personnel failing to
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 39 of 113
observe the same. The System Integrator shall ensure due secrecy of information and data not intended
for public distribution.
3.20 LIMITATIONS OF LIABILITY
The liability of the Department of Tax & Excise for its obligations under the Contract shall in no case
exceed the total value of the Contract.
3.21 FAILURE TO AGREE WITH THE TERMS AND CONDITIONS OF THE RFP
Failure of the System Integrator to agree with the Terms and Conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event Department of Tax & Excise may award
the Contract to the next best value Bidder or call for new Bids.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 40 of 113
4. SPECIAL CONDITIONS
4.1 PROJECT SCHEDULE
Sl No: Scope of Work Area Time Frame (Elapsed Months)
1 Signing of Agreement with the Implementation Agency (Effective Date)
T1
2 Network equipment Procurement and delivery at respective sites
T1+ 6 Weeks
3 Networking Equipments Installation and Commissioning at all Locations
T1+ 12 Weeks
4 Final Acceptance Test - G1 T1+ 14 Weeks
5 Data Digitization T1+ 12 weeks
6 Site Preparation T1+ 12 weeks
7 Warranty for Components G1+ 3 Years
8 Operational Support and Maintenance (includes three years of warranty and two years of onsite O&M)
G1+ 5 Years
It should be noted that suitable penalty, mentioned under ‘Penalties’ clause of this RFP would be
charged to the System Integrator in case of delay from their end and would be finalized in the
contract.
It may be noted that T1 is the event marking the bidder signing the Agreement with the
Implementation Agency. G1 is the date of successful acceptance of the installation and commissioning
of the project.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 41 of 113
4.2 PAYMENT TERMS
The selected Implementing Agency (Bidder) shall be paid on completion of milestones that has been
approved and accepted by the Project e-Mission Team (PeMT) which is formed by Government of
Arunachal Pradesh to monitor & drive the project & monitor its progress, and endorsed by
Department of Tax & Excise, Government of Arunachal Pradesh at the rates specified by the bidder
and agreed upon.
Department of Tax & Excise, Government of Arunachal Pradesh shall make a payment after the
successful implementation of every milestone of any given phase when the bidder claims for payment
with the following supporting document:
1. Approval letter from the PeMT for the milestone achieved
2. Acceptance certificate for the sites accepted by Department of Tax & Excise, Arunachal Pradesh
3. SLA compliance report as prepared by the Implementing Agency
4. All supporting documents like the bills, invoices etc.
4.3 PAYMENT SCHEDULE
1. All the payments to the Implementation Agency will be made as per the Payment Schedule and
Terms of Payment set out in this RFP, upon submission of invoices along with relevant Sign Off
from the PeMT.
2. In the event of premature termination of the agreement prior to the launch of the Project, the
Implementation Agency shall not be eligible to receive any compensation or payment. Further,
appropriate penalty would be imposed on the Implementation Agency as decided by the
Department of Tax & Excise, Arunachal Pradesh.
The following table represents the milestones and payment component laid down for the following
project –
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 42 of 113
Activity
No:
Milestone % Payment
1. Completion of Site Preparation Activity 10%
2. Network Item Procurement and delivery at respective sites 15%
3. Networking Equipments Installation at 50% locations 15%
4. Successful Networking Equipments Installation & Integration of
LAN AT all location and acceptance
20%
5. Completion of Data Digitization Activity 10%
6. Warranty Phase (to be divided in 12 equal installments over 3
Years of Warranty Phase)
30%
Total 100%
7. Facility Management Support cost (Help Desk) to be provided
in 20 equal installments for the period of five year from the
date of go-Live.
8. Application Handholding resource cost to be provided in 4
equal installments for the period of 1 Year.
1. The above payment milestone includes all the payment excluding the Operation &
Maintenance phase of two year after the warranty period expires.
2. The payment for the Operation & Maintenance phase will be paid separately over eight equal
installments spanning over two year after completion of warranty phase.
3. Failure to meet the service level up time criteria for 2 consecutive quarters in the entire
period of 5 years of Maintenance period (3 years Warranty and 2 years AMC) may lead to
forfeiture of the entire Performance Bank Guarantee.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 43 of 113
4.4 SLA REQUIREMENTS
Service Level Agreement (SLA) is the agreement between the Department of Tax & Excise,
Government of Arunachal Pradesh and the Implementation Agency bidding for the project.
Department of Tax & Excise, Government of Arunachal Pradesh would monitor the compliance of the
SLA at every state level review meeting. SLA defines the responsibility of the Implementation Agency
in ensuring the project performance based on the agreed Performance Indicators as detailed in the
Agreement. This section defines various Service Level Indicators for ‘VAT Computerization’ Project,
which can be considered by the State in the Service Level Agreement with operator.
The indicative table below summarizes the Performance Indicators for the services to be offered by
the Implementation Agency. A complete Service Level Agreement will be made with the successful
bidder at the time of signing the contract.
S. No. Indicative SLA Parameter SLA Target
1. Availability of Routers, switches 99%
2. Availability of Back-up Connectivity 99%
3. Latency of Back-up connectivity between one Location to another
location
600 ms – 1300 ms
4. Resolution of Priority 1 Calls Within 6 Hours of
logging the call
5. Resolution of Priority 2 Calls Within 24 Hours of
logging the call
6. Resolution of Priority 3 Calls Within 48 Hours of
logging the call
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 44 of 113
The table below presents the service level agreement terms and definitions;
S. No. SLA Terms Description
1 CT Project Backbone CT Project Backbone’ refers to IT infrastructure, UPS,
Software (System), and Operator
2 Uptime ‘Uptime’ refers to CT Project backbone availability in site.
“%Uptime” means ratio of ‘up time’ (in minutes) in a
month to Total time in the month (in minutes) multiplied
by 100.
3 Prime Business Working Hours
(PBH)
PBH refers to the prime network utilization period for CT
Project, which shall be typically starting from 08:00 hrs
till 20:00 hrs IST Monday to Friday
4 Unplanned Local Area Network
Outage
‘Unplanned Network Outage’ refers to an instance in
which non-availability CT Project LAN and applications for
more than 3 consecutive Days.
5 Priority Definition Priority 1: If the issue has to be resolved immediately with
High Priority as it is work stopper for the business.
Priority 2: If the issue has to be resolved within a day with
Medium Priority. The business can continue to run
temporarily for a day.
Priority 3: These are low priority calls and needs to be
addressed within two days.
4.5 MEASUREMENT OF SLA
The Measurement of SLA parameters shall be decided by Department of Tax & Excise, Government of
Arunachal Pradesh.
4.6 SLA REPORTING
Other than the standard reports, any other customized reports required by Department of Tax &
Excise, Arunachal Pradesh have to be submitted by the Implementation Agency to be mutually agreed
by both the parties.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 45 of 113
4.7 PENALTIES
The table below describes the penalties which would be levied on the bidder on non compliance of
the SLA mentioned above.
Parameter Availability during working hours Penalty
All categories
of Routers,
Switches
Within SLA Nil
Less by 1% of SLA 0.5% of the payment amount of the
milestone
Less by >1% but < 2% of SLA Additional 1% of the payment
amount of the milestone
Less by >2% but <5% of SLA Additional 2% for every %age
Less by >5% but <20% of SLA Additional 2.5% for every %age
>20% of SLA No Payment
Local Area
Network
Within SLA Nil
Less by 1% of SLA 0.5% of the payment amount of the
milestone
Less by >1% but < 2% of SLA Additional 1% of the payment
amount of the milestone
Less by >2% but <5% of SLA Additional 2% for every %age
Less by >5% but <20% of SLA Additional 2.5% for every %age
>20% of SLA No Payment
Back-up
Connectivity
Within SLA Nil
Less by 1% of SLA 0.5% of the payment amount of the
milestone
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 46 of 113
Less by >1% but < 2% of SLA Additional 1% of the payment
amount of the milestone
Less by >2% but <5% of SLA Additional 2% for every %age
Less by >5% but <20% of SLA Additional 2.5% for every %age
>20% of SLA No Payment
Note: This is an indicative list of penalties. The final list would be decided during signing of the Master
Service Agreement (MSA)/ contract agreement mutually agreed upon both the parties.
4.7.1 Penalties for delay in implementation
If the Project Implementing agency fails to complete the specified milestones within the time period
(s) specified in the implementation plan, Department of Tax & Excise, Govt. of Arunachal Pradesh may,
without prejudice to its other remedies under the Agreement, levy as Penalties, a sum equivalent to
0.25 % per week of the arithmetic sum of the amount of the milestone.
4.8 ACCEPTANCE TESTING
1. The primary goal of Testing & Acceptance is to ensure that the project meets requirements,
standards, specifications and performance prescribed by the tender
2. Completion of any other tests/evaluation criteria that State implementation may specify.
3. The Acceptance Tests for Networking Components shall involve successful supply, delivery at
site, installation and commissioning of systems at all implementation locations of the project.
4. In the event of the site not being allocated by the Department, the Implementation Agency and
the Department may mutually agree to redefine the milestones.
5. On the successful completion of the Acceptance Test and after the Committee so constituted by
the Department of Tax & Excise, Govt. of Arunachal Pradesh to conduct the said Acceptance
Tests are satisfied with the working of the system, the acceptance certificates, signed by the
Implementation Agency and authorized representative(s) of Department of Tax & Excise, Govt.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 47 of 113
of Arunachal Pradesh. Any delay by the Implementation agency in the performance of its
contracted obligations shall render the Implementation agency, liable to the imposition of
appropriate penalties, unless agreed otherwise by the Department of Tax & Excise, Govt. of
Arunachal Pradesh.
6. All components of the solution, for hardware, networking components, software and other
peripherals, as the case may be, would be deemed accepted on attainment of the receipt of Site
Acceptance Certificate from each Location.
7. Any delay attributable to the Implementation Agency in the Acceptance Testing shall render the
Implementation Agency liable to the imposition of appropriate penalties, as mentioned in the
document
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 48 of 113
5. SCOPE OF WORK
The scope of work with respect to Supply, installation & maintenance of hardware & Network
infrastructure, data digitization and Connectivity for CT-MMP in Arunachal Pradesh is presented
below.
The Department shall have the right to execute the scope of work as mentioned in the following
sections or as modified during finalization of this contract in part or whole. The client at its sole
discretion at any point of time may extend or reduce the scope of work with a written notice to this
effect.
The System Integrator (SI) should have Statement of Work and high-level Work Breakdown Schedule
(WBS). This provides two functions. First, it provides a picture of the how the work will proceed and
second, it shows who has the responsibilities for certain tasks.
5.1 SCOPE OF SUPPLY
1. Supply of all the products and equipments (active and passive) specified in Bills of material as
final at their appropriate quantity and capacity at their respective sites. Items should be
nationally branded with their OEM certificates. It would be inclusive of but not limited to –
Timely delivery to various locations as per the agreed timelines with the Department
Transporting the items – no extra / additional charges (road tax, excise, toll tax, insurance,
etc. ) would be considered for payment
Safety – The Implementation Agency would be responsible for maintaining adequate safety
measure at the storage points. The Department would not be responsible for any losses due
to theft, fire or any exigencies in this regard.
2. The Implementation Agency would need to get the factory acceptance test for the products
listed in the bills of material or agreement and provide documentary evidence for the same to
the Department.
3. The bidder must not supply any such equipment that it likely to be declared end of sale within
three years from the date of supply. The bidder would have to replace any such equipment with
at least the equivalent or higher configuration.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 49 of 113
4. Supply of all such material e.g. nuts, screws, wires etc. necessary for installation of the systems
has to be provided by the Implementation Agency
5. The Implementation Agency shall provide a total of five years of O&M phase which includes a
minimum of three years of standard warranty and two years of onsite maintenance post
completion of standard warranty
5.2 SCOPE OF INSTALLATION, COMMISSIONING AND SYSTEM INTEGRATION
The bidder is responsible for all unpacking, assemblies, wiring, installations, cabling between
hardware units and connecting to power supplies, commissioning & configuration of LAN/Networking
equipments under project area. The Implementation Agency will test all hardware operations and
accomplish all adjustments necessary for successful and continuous operation of the hardware at all
installation sites.
1. Installation of all active and passive components and accessories supplied under this Project and
configuring it.
2. Installation, integration and commissioning of Local Area Networks at implementation locations
as per the requirements. The installation charges should include minor civil works if required.
3. Configuring and fine tuning of sub-systems to achieve overall optimal network performance and
highest security
4. The components to be installed would include but not limit to :
Routers
Switches
Passive components like patch panels, I/O outlets, etc
Any other software besides the standard software and Server Operating System
5. The routers and switches will be from same OEM
6. Integration of all existing LAN/WAN links to provide enterprise wide access to resources and
services.
7. The Implementation Agency also needs to take care of all IP addressing or similar issues arising
at the time of integration and should also ensure that the existing systems run smoothly
8. To bring all the installation equipments and tools required for installation and commissioning of
systems without any extra cost
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 50 of 113
9. To provide all patches and updates during the duration of the contract
10. To carry out all general test such as power test on delivery, pre-installation check to ensure
correct connection etc.
11. To install and commission structured LAN cabling within the implementation location involving
CAT 6e cables, surface mount I/Os, patch codes, jack panels, any other components
12. Testing is conformance to measurement procedures and test parameters for CAT 6e and other
communication cables installation as defined in TIA/EIA-568-B standards, of each node at each
site. The certified test results are to be submitted to the Department of Tax & Excise, Arunachal
Pradesh in hard copy.
13. The SI will provide necessary support on bandwidth monitoring and maintaining SLA and will
liaison with Network bandwidth service provider on behalf of Utility i.e. Department of Tax &
Excise, Arunachal Pradesh.
14. In case any of the existing LAN created by department in the project area/offices is used by SI
for the project, the corresponding price adjustments in the contract value shall be made at the
applicable unit price.
5.3 HELPDESK SUPPORT
1. The Implementation agency is required to set up helpdesk facility at the Department.
2. Centralized Enterprise Monitoring software should be deployed in the State Capital which will enable for
SLA Adherence, Helpdesk Support, Call Resolution details etc.
3. It is expected that the central team deployed would be of minimum of 2 resources who are technically
competent to handle all technical issues including but not limited to trouble shooting, , resolution of
service tickets of various priorities, SLA monitoring, etc as well as reporting and monitoring, and other
administrative requirement of the state.
4. The implementation agency shall set up and maintain help desk with 12x5 (12 hours- 8.00 AM – 8 P.M.
and five days for a week – Monday to Friday) uptime for the entire contract period.
5. The help desks shall act as a single point interface to District administration for:
Troubleshooting and providing solutions
Maintaining a repository of issues and events
6. The following are the minimum requirements for the help desk:
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 51 of 113
The Helpdesk should take care of call management of all the hardware equipments (Server, PCs,
Laptops, Printers, Scanners, and UPS etc).
Reporting of calls of Hardware failures (Server, PCs, Laptops, Printers, Scanners, and UPS etc) to the
respective OEM/Vendor and liaison for the restoration of the equipments.
Management of Warranty support of the supplied Networking products.
A daily reporting of problems and issues, categorized and classified appropriately, must be made to
State implementation committee.
A monthly, quarterly and yearly summary must also be sent to State implementation committee.
7. The help-desk personnel must have good understanding of the project, the technical, functional and
operational details of the technologies involved, including a very good understanding of the application
software.
8. Personnel at the help desk must comprise of at least 1 Managerial staff and technical staff with
sufficient delegation to act as coordinator for managerial and technical aspects of the project
respectively at state.
9. Implementation agency shall appoint one Facilities Manager who shall be responsible for all the offices
and would act as a one-point contact for the District Administration.
10. The implementation agency will be required to adhere to SLAs regarding the required uptime for
maintaining the quality of service.
5.4 SCOPE OF WARRANTY AND MAINTENANCE
1. During the warranty period, Implementation Agency warrants that the goods supplied under the
contract are new, unused, of the most recent version/models and incorporate all recent
improvements in design and materials unless provided otherwise in the contract. The
Implementation Agency further warrants that the equipments & overall solution supplied to the
Department of Tax & Excise shall have no defect arising from design, material of workmanship
or any act or omission.
2. The warranty of the networking components shall remain valid for a period of Three years from
the date of Final Acceptance Test.
3. The Implementation Agency would provide free software upgrades during the warranty period
from the date of acceptance for all software components like management software, anti-virus
software, or any other software which would be a part of supplies
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 52 of 113
4. The Implementation Agency shall provide Operations & Maintenance for a total period of Five
years (Three years of warranty and Two years of onsite O&M) from the date of Final Acceptance
Test.
5. Operations & Maintenance would include maintenance for the overall system stabilization,
equipment maintenance and system maintenance.
6. The operational support will have to be provided at all Zones through a suitable helpdesk
support, to ensure that the solution is functioning and that all problems associated with
operation are resolved satisfactorily.
5.5 SCOPE OF SITE PREPARATION
The Department shall provide the necessary minimum constructed space for locating the systems
purchased under CT-MMP. The bidder would be responsible for site preparation at the T & E offices.
The modification of the room including other infrastructure requirement (viz. power, lighting etc.) &
other minor civil works shall be constructed as per the requirement of each office. The site
preparation work would also include setting up facilitation centers/enabling CSCs or other kiosks as
per requirement of the Department.
The entry and exit to the site for the equipment and personnel for the bidder shall be in accordance
with security rules and regulations, which may apply to the Government offices wherever the sites are
located.
The SI is expected to prepare the client sites for setting up the necessary client site infrastructure.
Site preparation at T & E Offices may include but is not limited to:
Earthing and electric cabling as required at all the site
Painting (Wall, doors) Acrylic/Plastic emulsion
Aluminum partition with clear glass (5 mm thick glass)
Other Minor Civil Work (Flooring, ceiling, plastering etc wherever required)
Supply & provisioning of computer furniture (Computer chair & table)
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 53 of 113
Ensure adequate power points in adequate numbers for successful installation, testing &
maintenance of all hardware and Network equipments such as desktop, laptops, printers,
scanners, UPS, Routers, Switches etc. at the offices
Sl. No Item Quantity Specifications, if any
1 LAN ports 150
2 Electric plug points I 400 For desktops, printers & scanners. If adequate
electrical points are already available at any
office, then SI should inspect the same &
certify if the same is sufficient, else it must
install the same.
3 Electric plug points II 60 For UPS
4 Earthing 36 offices If earthing is already available at any office,
then SI should inspect the same & certify if the
same is sufficient, else it must re-do the
earthing.
5 Computer table 200 1 Desktop or a combination of a 1 printer & 1
scanner shall be placed at 1 table
6 Office chairs 140
7 Accessories for installing UPS
at a suitable location in the
office
5.6 SCOPE OF DIGITIZATION
As part of the Department’s transition to software based functioning, its past records related to taxation
which are currently stored as Hardcopy files & records need to be digitized & updated into the new
system for Department of Taxes & Excise.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 54 of 113
The number of pages estimated to be digitized is expected to be about 2 Lakhs. The bidder is solely
responsible for 100% accuracy of the digitization of all the past records.
The objective of data entry is mainly to utilize the data for searches and modifications. The vendor should
have the following responsibilities:
• Undertake successful data digitization and migration
• Verify and validate the data digitized with 100 percent accuracy
• Coordinate integration of the data created with the Application Software Vendor
The implementation agency should collect the exact number of records that have to be digitized for a
particular location. The data digitization has to be completed within the tentative timelines shown in the
project schedule..
Details of Data Digitization:
Location District No. of
registered
dealers.
Approx. no of pages
Supporting
docs. (P)
Return
file docs.
(FF-01)
Total
return
file docs
for 7 yrs
(2005-12)
(Q)
Total
(P+Q)
Tawang Tawang 147 735 294 8232 8967
Bomdila West
Kameng
256 1280 512 14336 15616
Bhalukpong
Seppa East
Kameng
24 120 48 1344 1464
Banderdewa Papum
Pare
109 545 218 6104 6649
Naharlagun (Zone I) 951 4755 1902 53256 58011
Itanagar (Zone II) 717 3585 1434 40152 43737
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 55 of 113
Ziro Lower
Subansiri
188 940 376 10528 11468
All Bonds Papum
Pare
8 40 16 448 488
Koloriang Kurung
Kamey
0 0 0 0 0
Daporijo Upper
Subansiri
93 465 186 5208 5673
Aalo West
Siang
121 605 242 6776 7381
Likabali 10 50 20 560 610
Pasighat East Siang 153 765 306 8568 9333
Yinkiong Upper
Siang
30 150 60 1680 1830
Roing Lower
Dibang
Valley
78 390 156 4368 4758
Anini Dibang
Valley
0 0 0 0 0
Tezu Lohit 140 700 280 7840 8540
Hawai Anjaw 15 75 30 840 915
Changlang Changlang 217 1085 434 12152 13237
Khonsa Tirap 26 130 52 1456 1586
TOTAL 3283 16415 6566 183848 200263
It is suggested that implementation agency should plan its work taking into consideration the availability of
records, software features, their condition and cooperation from the department in this regard. The other
important points to be considered are as follows:
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 56 of 113
Most of the government data is maintained in English and the bidder is expected to key-in the data
as per the above.
The data would be manually entered by keying-in the data in the application for each of the record.
The data entry agency will ensure that all records are entered and no record is entered more than
once.
The data entry agency would deploy its adequately skilled manpower resources to complete the job
within the specified time.
The data to be digitized location wise (corresponding location data to be digitized locally) as per the
above list.
The data has to be entered using the software developed by the Implementing Partner only which
would be provided free of cost to the implementation agency
The data is strictly confidential and should not be used /shared for any other purpose other than in
accordance with terms and conditions agreed upon with State Government/Tax and Excise
Department, GoAP
The implementation agency should ensure 100% data accuracy
Random/Regular checking will be conducted by the representative nominated by the department.
o The implementation agency has to provide one printout of data digitized for a particular
day which will be verified by the representative by the end of next day.
o A certification would be provided by the supervisor on satisfaction to the implementation
agency. The certificate of satisfaction must contain the number of records digitized for a
particular day, name of database and remarks.
Department of Tax & Excise may at its discretion randomly conduct inspection on the digitization
process & accuracy of the task completed & if found inaccurate, shall penalize the SI on evaluating the
magnitude of loss that the error could cause to the department.
5.7 HANDHOLDING FOR APPLICATION USERS
The department desires to have resources, who would hand hold the users of the application and help
the users to make the application successful. Also the resources will assist the users in terms of using
the hardware and peripherals for the functioning of the application.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 57 of 113
The department requires 20 personnel for the purpose to be posted at the location mentioned below -
Sl No. Location District
1. Tawang Tawang
2. Bomdila West Kameng
3. Bhalukpong
4. Seppa East Kameng
5. Banderdewa Papum Pare
6. Naharlagun (Zone I)
7. Itanagar (Zone II)
8. Ziro Lower Subansiri
9. Koloriang Kurung Kamey
10. Daporijo Upper Subansiri
11. Aalo West Siang
12. Likabali
13. Pasighat East Siang
14. Yingkiong Upper Siang
15. Roing Lower Dibang Valley
16. Anini Dibang Valley
17. Tezu Lohit
18. Hawai Anjaw
19. Changlang Changlang
20. Khonsa Tirap
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 58 of 113
The resources are expected to do the following tasks mainly -
1. Help the users on day to day issues on the application software. The application getting used is the “Vatsoft” application, which is called Aruntax application. The application is developed by NIC, Karnataka.
2. Help the users to use the hardware and other equipments (peripherals) and report to Helpdesk if required
The desired requirement of the resources will be as below -
1. Education - Diploma / Graduation 2. With good written and Verbal communication skill 3. Basic understanding of computer application (preferably with experience in handling
computer application) 4. Well versed with computer hardware items and peripherals
5.8 PROJECT IMPLEMENTATION LOCATIONS
Following Implementation Locations have been identified for the project.
Sl.No. Name of Office
1 Tawang Field Office (FO)
2 Bomdila (FO)
3 Bhalukpong BFC cum FO
4 Seppa (FO)
5 Office of The Commissioner, Itanagar
6 Project Management Office (PMO), Itanagar
7 Naharlagun (FO)
8 Itanagar Zone (FO)
9 Hollongi BFC
10 All Bonds (FO)
11 Banderdewa BFC cum FO
12 Kimin BFC
13 Ziro (FO)
14 Koloriang (FO)
15 Daporijo (FO)
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 59 of 113
16 Aalo (FO)
17 Likabali BFC cum FO
18 Pasighat (FO)
19 Kemi BFC
20 Ruksin BFC
21 Yingkiong (FO)
22 Anini (FO)
23 Roing (FO)
24 Shantipur BFC
25 Hawaii (FO)
26 Tezu (FO)
27 Dirak BFC
28 Sunpura BFC
29 Changlang (FO)
30 Namdang BFC
31 Kharsang BFC
32 Jairampur BFC
33 Bordumsa BFC
34 Khonsa (FO)
35 Hukanjuri BFC
36 Kanubari BFC
37 Deomali BFC
5.9 SCOPE OF CONNECTIVITY
The Department of Tax & Excise, Govt. of Arunachal requires having connectivity in the form of V-SAT
in all the locations. The implementing agency has to propose its own equipments for implementation
of this satellite connectivity. The Implementation agency will be required to establish a 1 MBPS pooled
Bandwidth Connectivity to be shared by all the locations. There may be a change (upgrade /
downgrade) in the actual bandwidth requirement based on the actual requirement in the future. The
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 60 of 113
overall scope of supply of equipments, implementation, maintenance and arrangement of the
bandwidth for this satellite connectivity will remain with the implementing agency. Xc band is
preferred. However the bidder may propose additional similar frequency band which is suitable for
the department’s requirement and the local geographical requirement.
Apart from this, BSNL connectivity (default connectivity) shall be arranged and paid by the
Department of Tax & Excise, directly. The successful bidder will however have to assist Department for
the same and also co-ordinate/ liaison with BSNL for the timely commissioning and maintenance of
the connectivity. Additionally the bidder has to perform the following jobs
i) Monitor the connectivity of the Department of Tax & Excise.
ii) Lodge a call with BSNL / other service providers in case of link breakdown.
iii) Liaison with BSNL / other service providers in an active way to restore the fault in early time.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 61 of 113
6. ROLES AND RESPONSIBILITIES
Clear roles and responsibilities of all the partners have been presented in this section. These roles and
responsibilities include the tasks and activities which would be performed by the various stakeholders
during project implementation.
6.1 RESPONSIBILITY OF DEPARTMENT OF TAX & EXCISE, GOVERNMENT OF ARUNACHAL
PRADESH
Department of Tax & Excise is the responsible for overall management of the project. Department has
formed a team called Project e-Mission Team (PeMT), for throughout monitoring of the project. The
responsibilities of PEMT are as follows –
1. To appoint a Nodal Officer to represent the Department and provide all State level support for
smooth state wide implementation of the Project
2. To ensure timely sign-offs
3. To ensure timely release of the payments as per payment milestones
4. To take steps to mitigate any such potential risks that might surface during the course of the
project
5. To identify key points of contacts who would be able to dedicate quality time with the System
Integrator throughout the roll out
6. To review the installation, commissioning and maintenance activities
7. To conduct review meetings at regular intervals to monitor the overall progress of the project
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 62 of 113
ANNEXURE
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 63 of 113
Annexure 1 - Bidder Profile
RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Name of Project: Supply, Installation & Maintenance of Hardware & Network infrastructure, Data
digitization and Connectivity for CT-MMP, Government of Arunachal Pradesh
1 Name of the company/Firm
2 Company/Firm registered office
address
Telephone number
Fax number
3 Correspondence/ contact address
4 Details of contact person
(Name, designation, address etc.)
Telephone number
Fax number
5 Does the company have authorized
dealer registered in Arunachal
Pradesh?
6 Is the company/firm a registered
company/firm? If yes, submit
documentary proof.
Year and place of the establishment
of the company
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 64 of 113
7 Former name of the company/firm, if
any.
8 Is the company/firm?
_ a Government/ Public Sector
Undertaking?
_ a proprietary firm?
_ a partnership firm (if yes, give
partnership
deed)?
_ a limited company or limited
corporation?
_ a member of a group of companies
(if yes,
give name and address, and
description of
other companies)?
_ a subsidiary of a large corporation
(if yes
give the name and address of the
parent
organization) If the company is
subsidiary, state what involvement if
any, will the parent company have in
the project?
_ a joint venture consortia (if yes, give
name and address of each partner)?
9 Is the company/firm registered with
sales tax department? If yes, submit
valid sales tax clearance certificate.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 65 of 113
10 Is the company/firm registered for
service tax with
Central Excise Department (Service
Tax Cell)? If yes, submit valid service
tax registration certificate.
11 Attach the organizational chart
showing the structure of the
organization including the names of
the directors and the position of the
key officers.
What is the total number of
employees?
12 Number of years in the relevant field
13 Are the company/firm registered with
any Government/ Department/ Public
Sector undertaking? (if yes, give
details)
14 How many years have your
organization been in business under
your present name? What were your
fields when you established your
organization?
When did you add new fields (if any)?
15 What type best describes your
company/firm?
(Documentary proof to be submitted)
_ Manufacturer
_ Supplier
_ System Integrator
_ Consultant
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 66 of 113
_ Implementation Agency (pl. specify
details)
_ Software Development
_Total Implementation Agency
(Design, Supply, Integration, etc)
16 Number of offices / project locations
in Arunachal Pradesh & in India
17 Do you have a local service center in
Arunachal Pradesh? If so, please give
the address and the details of staff,
infrastructure etc in the office and no.
of years of operation of the local
office
18 Please give details with contact no. of
staff those will be involved in this
project.
19 List the major clients with whom your
organization has been/ is currently
associated.
20 What is the total year of experience of
handling Government projects?
21 Whether your organization has Bank’s
certificate of solvency. If yes, submit
documentary proof.
22 Have you ever been denied tendering
facilities by any Government/
Department/ Public sector
Undertaking? (Give details)
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Department of Tax and Excise Page 67 of 113
23 Submit receipt of latest Income Tax
Return filed with Income Tax
Department and PAN no.
Signature: -
Name of the Authorized signatory:
Company Seal: -
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Annexure 2 - Format for Financial Information
RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Name of Project: Supply, Installation & Maintenance of Hardware & Network infrastructure, Data digitization & Connectivity for CT-MMP,
Government of Arunachal Pradesh
Name of
the Bidder
Equity
Contribution
Proposed
Turn Over (Rs Crore) Net Worth (Rs Crore)
12-13 11-12 10-11 12-13 11-12 10-11
Signature: -
Name of the Authorized signatory:
Company Seal: -
Note:
1. Submit the audited financial statement/ audited annual report of the last three financial years.
2. Annual financial turnover during the last three years is ____ Crore (each year) against System Integration and FMS. Bidder shall submit
documentary evidence.
3. Bidder should have a positive Net worth. In this regard bidder should submit a certificate in original from a chartered account.
RFP- Commercial Tax-MMP/Arunachal Pradesh/No. TAX-MMPCT(Proc)/219
Annexure 3 - Format for Performance Bank Guarantee
(To be stamped in accordance with Stamp Act)
RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Ref: Bank Guarantee No. Date:
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Dear Sir,
WHEREAS ........................... (Name of Implementation Agency) hereinafter called "the System
Integrator" has undertaken, in pursuance of Contract dated ... …..2013 (hereinafter referred to
as “the Contract") to implement the project for the Department of Tax & Excise, Government of
Arunachal Pradesh.
AND WHEREAS it has been stipulated in the said Contract that the Implementation Agency shall
furnish a Bank Guarantee ("the Guarantee") from a scheduled / nationalized bank for the
Project as per the agreement
WHEREAS we ("the Bank", which expression shall be deemed to include it successors and
permitted assigns) have agreed to give the Government of Arunachal Pradesh the Guarantee:
THEREFORE, the Bank hereby agrees and affirms as follows:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 70 of 113
1. The Bank hereby irrevocably and unconditionally guarantees the payment of Rs.
_______________ (being __% of the sum of order value) to tenderer under the terms of
their Agreement dated __ on account of full or partial non-performance / non-
implementation and/ or delayed and/ or defective performance / implementation.
Provided, however, that the maximum liability of the Bank towards tenderer under this
Guarantee shall not, under any circumstances, exceed in aggregate.
2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written
notice from tenderer stating full or partial non-implementation and/ or delayed and/ or
defective implementation, which shall not be called in question, in that behalf and
without delay/demur or set off, pay to tenderer any and all sums demanded by tenderer
under the said demand notice, subject to the maximum limits specified in Clause 1 above.
A notice from tenderer to the Bank shall be sent by Registered Post (Acknowledgement
Due) at the following address:
Attention Mr. _______.
3. This Guarantee shall come into effect immediately upon execution and shall remain in
force for a period of 12 months from the date of its execution. However, the Guarantee
shall, not less than 30 days, prior to its expiry, be extended by the Bank for a further
period of 12 months. The Bank shall extend the Guarantee annually in the manner herein
before provided for a period of five years from the date of issue of this Guarantee.
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner
whatsoever, be modified, discharged, or otherwise affected by:
i) any change or amendment to the terms and conditions of the Contract or the execution
of any further Agreements.
ii) any breach or non-compliance by the Implementation Agency with any of the terms and
conditions of any Agreements/credit arrangement, present or future, between
Implementation Agency and the Bank.
5. The BANK also agrees that tenderer at its option shall be entitled to enforce this
Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding
against IMPLEMENTATION AGENCY and not withstanding any security or other guarantee
that tenderer may have in relation to the Implementation Agency’s liabilities.
6. The BANK shall not be released of its obligations under these presents by reason of any
act of omission or commission on the part of tenderer or any other indulgence shown by
tenderer or by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the BANK.
7. This Guarantee shall be governed by the laws of India and only the courts of Itanagar,
Arunachal Pradesh shall have exclusive jurisdiction in the adjudication of any dispute
which may arise hereunder.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 71 of 113
Dated this ………………. Day of ……………………..2013
Witness
(Signature) (Signature)
(Name) (Name)
Bank Rubber Stamp
(Official Address) Designation with Bank
Stamp Plus Attorney as per Power of Attorney No. Dated:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 72 of 113
Annexure 4 - Manufacturer’s Authorization Certificate
RFP No. TAX-MMPCT(Proc)/219/Re-Tender Date:
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Whereas…………………………… (Name and Address of the Manufacturer) who are established and
manufacturers of (Name/description of the products), having production facilities at
…….(Address of factory) do hereby authorize M/s………………….(Name and Address of the Bidder)
to submit a bid, and subsequently negotiate and sign the Contract with you against RFP
No…………………. dtd………….. for the above products manufactured by us, for the supply
requirements of the above invitation of bids.
Name : (In the capacity of)
(Duly authorized to sign the authorization on and behalf of)
Signature:
Dated this…………… day of………….2013
Note: This letter of authority must be on the letterhead of the concerned manufacturer and must
be signed by a competent person and having the power of attorney to bind the Manufacturer
and, must be included by the Bidder in its bid.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 73 of 113
Annexure 5 - Format for Providing Citations
Sl. No. Item Guidelines Attachment Ref.No. for details
1. Name of the Project
2. Client Details Name; Contact person’s Name &
No.
3. Domain/Sector Please specify the domain such
as which department etc.
4. No. of Locations Please Specify Number of
locations for implementation
5. Scope of Work Provide Scope of Work; highlight
Key Result Areas expected and
achieved
6. Contract Value Provide particulars on Contract
Value assigned to each major
phase and milestone
7 Complete Project
Duration
Provide particulars on the total
time taken for the completion of
project including time details on
various activities
8 Type of supporting
document submitted
for this project
Successful project completion
certificate / Customer
satisfaction certificate
The Citations should be given in the above format. A separate copy of this format should be
used for each citation and at least three citations should be provided, which may be excluding
those supporting documents provided for pre-qualification.
Signature:
Name of the Authorized signatory:
Company seal:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 74 of 113
Annexure 6 - Format for Queries
Bidders requiring specific points of clarification may communicate with Department of Tax &
Excise, Government of Arunachal Pradesh during the specific period using the following format.
RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Name of Project: Computerization Project of Department of Tax & Excise, Govt. of Arunachal
Pradesh.
Name of the Bidder-
Contact Address of the Bidder-
SL
NO.
TYPE OF
QUERY
(TECHNICAL
/ GENERAL)
SECTION
NUMBER &
PAGE
NUMBER OF
RFP
DOCUMENT
TEXT FROM RFP
REQUIRING
CLARIFICATION
CLARIFICATION
REQUIRED
Signature:
Name of the Authorized signatory:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 75 of 113
Annexure 7 - Technical Bid Particulars
Tender Number :…………………………………………………
Name of the Bidder :…………………………………………………
Full Address of the Bidder :…………………………………………………
Name of the actual signatory :…………………………………………………
of the product(s) offered
Bidder’s proposal number and date :…………………………………………………
Name and Address of the officer :…………………………………………………
to whom all references shall be made regarding the tender
Telephone :
Fax :
E-mail :
Bidder
Signature ---------------------
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 76 of 113
Name --------------------
Designation --------------------
Company --------------------
Date ---------------------
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 77 of 113
Annexure 8 - Technical Bid letter
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Reference. RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Sir,
1. We hereby offer to provide the Services at the prices and rates mentioned in
the Financial Bid at Annexure 17.
2. We do hereby undertake, that, in the event of acceptance of our bid, the
Services shall be provided as stipulated in the schedule to the Bid document and
that we shall perform all the incidental services.
3. We enclose herewith the complete Technical Bid as required by you. This
includes:
i) This Bid Letter
ii) Bid Particulars
iii) Statement of Technical Deviation(s)
iv) Statement of deviations from tender terms and conditions
v) Details of the proposed solution, proposed Methodology & Timeline
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 78 of 113
We agree to abide by our offer for a period of 180 days from the date fixed for opening of the
Technical Bids and that we shall remain bound by a communication of acceptance within that
time.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the Contract applicable to the tender and we do hereby undertake to provide
services as per these terms and conditions. The deviations from the technical specification(s) are
only those mentioned in Annexure 9 and the deviations from the tender terms and conditions
are only those mentioned in Annexure 10 .
Certified that the tenderer is a Company and the person signing the tender is the duly
constituted attorney. Bid Security (Earnest Money) for an amount equal to Rs.10, 00,000.00(Rs.
Ten Lakhs Only) is enclosed in the cover containing the letter for Pre-Qualifying requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof or placement of letter of intent awarding the
contract, shall constitute a binding contract between us.
Dated this Day of 2013
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 79 of 113
Annexure 9 - Statement of Deviations from Technical Specifications
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Reference. RFP No.TAX-MMPCT(Proc)/219/Re-Tender
Dear Sir,
Following are the deviations and variations from the Technical Specifications of tendered items.
These deviations and variations are exhaustive. Except these deviations and variations, the
entire work shall be performed as per your specifications and documents.
Sl. No. Section No. & Page No. Deviation in the Bid Brief Reason
1.
2.
3.
Signature: -
Name of the Authorized signatory:
Company Seal: -
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 80 of 113
Annexure 10- Statement of deviations from Tender and Conditions
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Reference. RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Dear Sir,
Following are the deviations and variations from the Terms and Conditions of the Tender. These
deviations and variations are exhaustive. Except these deviations and variations, the entire work
shall be performed as per your specifications and documents.
Signature: -
Name of the Authorized signatory:
Company Seal: -
Sl. No. Section No. & Page No. Deviation in the Bid Brief Reason
1.
2.
3.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 81 of 113
Annexure 11 - Format of Curriculum Vitae for Proposed Manpower
(Use the Format given below for each individual)
Sl.No. Category Details
1. Proposed Position
2. Name
3 Current Designation
4 Educational Background/ Training/
Certifications
5. Tasks proposed to be assigned
6. Areas of Expertise
7. Summary of Professional/ Domain
Experience
8. Period of Association with the organization
9. Number and Details of relevant project
experience
10. Any other Information
Signature: -
Name of the Authorized signatory:
Company Seal: -
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 82 of 113
Annexure 12 - Financial Bid Particular
1 Tender Number :…………………………………………………
2 Name of the Bidder :…………………………………………………
3 Full Address of the Bidder :…………………………………………………
4 Name of the actual signatory :…………………………………………………
of the product(s) offered
5 Bidder’s proposal number and date :…………………………………………………
6 Name and Address of the officer :…………………………………………………
to whom all references shall be made regarding the tender
Telephone :
Fax :
E-mail : Bidder
Signature ---------------------
Name --------------------
Designation --------------------
Company --------------------
Date ---------------------
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 83 of 113
Annexure 13 - Financial Bid Letter
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Reference. RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Sir,
We hereby declare
1. We/our principals are equipped with adequate manpower / machinery / technology for
providing the Services as per the parameters laid down in the Tender Document and we
are prepared for live/technical demonstration of our capability and preparedness before
the representatives of Department of Tax & Excise, Arunachal Pradesh and We/our
principals are also equipped with adequate maintenance and service facilities within India
for supporting the offered document.
2. We hereby offer to provide the Services at the prices and rates mentioned in the Financial
Bid at Annexure 17
3. We do hereby undertake, that, in the event of acceptance of our bid, the Services shall be
provided as stipulated in the schedule to the Bid document and that we shall perform all
the incidental services.
4. We enclose herewith the complete Financial Bid as required by you. This includes:
i. Financial Bid Letter- Annexure 13
ii. Financial Bid Format- Annexure 17
iii. Statement of Deviations from Financial Specifications-Annexure 14
We agree to abide by our offer for a period of 180 days from the date fixed for opening of the
Technical Bids and that we shall remain bound by a communication of acceptance within that
time.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 84 of 113
We have carefully read and understood the terms and conditions of the tender and the
conditions of the Contract applicable to the tender and we do hereby undertake to provide
services as per these terms and conditions. The Commercial Deviations are only those
mentioned in Annesure-14.
Certified that the tenderer is a Company and the person signing the tender is the duly
constituted attorney. Bid Security (Earnest Money) for an amount equal to Rs.________ (Rs.
_____________ Only) is enclosed in the cover containing the letter for Pre-Qualifying
requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof or placement of letter of intent awarding the
contract, shall constitute a binding contract between us.
Dated this Day of 2013
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 85 of 113
Annexure 14 - Statement of Deviations from Financial
Specifications
To,
The Commissioner,
Department of Tax & Excise,
C Sector, Itanagar-791111,
Arunachal Pradesh
Reference. RFP No. TAX-MMPCT(Proc)/219/Re-Tender
Dear Sir,
Following are the Commercial deviations and variations from the tendered items. These
deviations and variations are exhaustive. Except these deviations and variations, the entire work
shall be performed as per your specifications and documents.
Sl. No. Section No. & Page No. Deviation in the Bid Brief Reason
1.
2.
3.
Signature: -
Name of the Authorized signatory:
Company Seal: -
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 86 of 113
Annexure 15 – Bill of Material
1. Total Bill of Material
Sl No COMPONENTS DETAILS Total Quantity
Networking Components
1. Router I 3
2. Router II 34
3. Switch-48 Port 1
4. Switch-24 Port 37
5. Firewall and IPS 2
6. 9 U Rack 38
7. 42 U Server Rack 1
8. 24 Port Jack Panel 37
9. 48 Port Jack Panel 1
10. I/O Box 155
11. Patch Cord 1 Mtr and 2 Mtr 155
12. UTP Cable Box (305 Mtr) 36
13. NMS and Helpdesk Management Software with Required no of
Server Hardware and OS
1
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 87 of 113
Annexure 16 – Technical Specifications
Following are the technical specifications of the Hardware materials to be procured under the
computerization of Department of Tax & Excise, Govt. of Arunachal Pradesh.
1. Technical Specification of High end Router For DC and DR Site
Router Hardware Architecture
The Router should have a Performance of 100Mbps, 1000kpps throughput
The Router should support a single box configuration
The Router should preferably support out of band management access via USB port
The Router should support out of band management access via console port
The Router should support a single software image containing all of the feature sets
which can be activated with a software license
Interfaces & Ports
The Router should have 2 onboard WAN or LAN 10/100/1000 ports
The Router should have 1 x channelized STM-1 ports.
The Router should support 2 SFP-based ports
The Router should support Online insertion and removal of High Density port Modules
The Router should preferably support 1 USB console port (Type B) (up to 115.2 kbps)
The Router should preferably support 1 Serial console port (up to 115.2 kbps)
The Router should support 1 Serial auxiliary port (up to 115.2 kbps)
RAM & Flash
The Router should support at least 256 MB Default flash memory
DRAM should be at least 1GB
Security General
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 88 of 113
The Router should support access control lists (ACLs)
The Router should support Time-Based Access Lists Using Time Ranges(ACL)
The Router should support granular Layer 2-7 pattern matching, deep within the packet
header or payload
The Router should support 802.1x
The Router should support advanced application inspection and control
The Router should support functionality to protect the route processor from
unnecessary or malicious levels of traffic, including DoS attacks
Firewall
The Router should support secure provisioning
The Router should support Advanced Firewall features
The Router should support Stateful Firewall
VPN
The Router should support Advanced VPN features
The Router should support Standard IP Security (IPSec)
The Router should support IPSec high availability
The Router should support Stateful Failover for IPSec
The Router should support Digital Encryption Standard (DES) for encryption
The Router should support Triple DES (3DES) for encryption
The Router should support AES on the Onboard hardware VPN accelerator
The Router should support secure large Layer 2 or MPLS networks requiring partial or
full-mesh connectivity by providing tunnel-less VPN connectivity using group shared
keys
Management
The Router should support SNMPv2C
The Router should support SNMPv3 (SNMP Version 3)
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 89 of 113
The Router should support Secure Shell SSH Terminal-line access
The Router should support TACACS+
The Router should support RADIUS
Protocols
The Router should support IPv4 (Internet Protocol Version 4)
The Router should support IPv6 (Internet Protocol Version 6)
The Router should support IPv4/IPv6 Dual Stack
The Router should support Open Shortest Path First (OSPF)
The Router should support Border Gateway Protocol (BGP)
The Router should support BGP Router Reflector
The Router should support Policy-Based Routing (PBR) for Traffic Management
The Router should support IGMP Version 3 - Explicit Tracking of Hosts, Groups, and
Channels
The Router should support Protocol Independent Multicast sparse mode (PIM SM),
The Router should support Hot Standby Router Protocol or equivalent
The Router should support Hot Standby Router Protocol and IPSec or equivalent
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 90 of 113
2. Technical Specification of Router at office Locations
A. Architecture
1 Should be chassis based & modular architecture for scalability and
should be a single box configuration for ease of management.
2 Should have support for hardware based IPSEC VPN.
3 Should have adequate RAM and Flash Memory for proper functioning of
the router will all the features enabled without any service degradation
B. Interface Requirements
1 4 x 10/100 Base T interface.
2 1 x V.35 interfaces
3 One free slot to accommodate additional interface modules / cards
C. Performance
1 Should support high performance traffic forwarding with concurrent
features like Security, Voice enabled
2 Should support variety of interfaces like V.35 Sync Serial (2 Mbps), E1,
ISDN-BRI, FXO/FXS, for remote office aggregation
3 Should support 3G GSM / WCDMA WAN interface module
4 Should hardware based encryption / compression with IPSEC
throughput of 30 Mbps and minimum 300 VPN tunnels.
5 Should have at least 150 Kpps forwarding performance
6 Support for high density Ethernet switch cards (4 port / 8 port) for
remote offices to avoid additional switches.
7 Should have USB 2.0 ports for storing OS images
D. High Availability
1 Should support redundant connection to LAN
2 Should support Non-Stop forwarding for fast re-convergence of routing
protocols
3 Should support boot options like booting from TFTP server, Network
node
4 Should support multiple storage of multiple images and configurations
5 Should support VRRP or equivalent
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 91 of 113
E. Protocols
1 Should support Routing protocols like RIP ver1 &2 , OSPF ver2, BGP4, IS-
IS
2 Multicast routing protocols support : IGMPv1,v2 , PIM-SM (RFC2362)
and PIM-DM, M-BGP
3 Should have full IPv6 features from day 1.
4 Should have RIPng and OSPFv3 for IPv6.
5 Should have MPLS Features: MPLS VPN, MPLS TE, DiffServ-Aware TE
F. QoS Features:
1 Classification and Marking: Policy based routing, IP Precedence, DSCP
2 Congestion Management: WRED, Priority queuing, Class based queuing
3 Traffic Conditioning: Committed Access Rate/Rate limiting
4 Signalling: RSVP
5 Link efficiency mechanisms: LFI, MLPPP
6 Traffic Shaping and Policing for QoS
G. Security Features:
1 Support for GRE Tunneling, NAT,
2 Support for MD-5 route authentication for RIP, OSPF, IS-IS and BGP
3 Shall support multi-level of access
4 Support for SNMPv3 authentication, SSHv2
5 AAA support using Radius and/or TACACS
6 Support for PAP and CHAP authentication for P-to-P links
7 Multiple privilege level authentications for console and telnet access
through Local database or through an external AAA Server.
8 Time based & Dynamic ACLs for controlled forwarding based on time
of day for offices
9 IEEE 802.1x support for MAC address authentication
H. Management
1 Shall have support for Web based management, CLI, Telnet and
SNMPv3
2 Shall support Secure Shell for secure connectivity.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 92 of 113
3 Shall support Out of band management through Console and external
modem for remote management
3. Technical Specification of Firewall
S.
No. Technical Specifications
A. Architecture & Performance
1 Should be an appliance-based firewall
2 Should have minimum 6 nos. of 10/100/1000 Mbps ethernet interfaces from Day1
3 Should have minimum 800 Mbps firewall throughput
4 Should support atleast 100,000 concurrent sessions and atleast 5,000 new sessions per second
5
Should be able to dynamically determine whether to forward or drop a packet by checking its
application layer protocol information (such as FTP, HTTP, SMTP, RTSP, and other application
layer protocols based on TCP/UDP)
6 Should support Zone-based access policies
7 Should fully support NAT applications, including many-to-one, many-to-many, static NAT, dual
translation, easy IP, and DNS mapping;
8 Should support NAT traversal with multiple protocols,
9 Should support Active/Active and Active/Passive high availability mode
B. Virtual private network (VPN)
1 Should support 1000 IPSec tunnels
2 Should have IPSec VPN throughput of 400 Mbps
3 Should support Layer 2 Tunneling Protocol (L2TP)
4 Should support Generic Routing Encapsulation (GRE)
5 Should support IPSec VPN and SSL VPN
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 93 of 113
6 Should support IKEv1 and PKI
C. Management
1 Should support complete session logging
2 Should have Support multiple privilege levels for access on CLI and Web browser management
interfaces
3 Should support Secure Web GUI access
4 Should have a full-featured Command-line interface (CLI)
5 Should support SNMPv1, v2c, and v3
6 Should have Remote monitoring (RMON) to support events, alarm, history, and statistics group
plus a private alarm extension group
7 Should support FTP, TFTP, and SFTP
D. Layer 3 routing
1 Should support Static IP routing and ECMP
2 Should support RIPv1 and RIPv2 routing
3 Should support OSPFv2 & BGP4
4 Should support Policy-based routing
5 Should support Layer 3 IPv6 routing; support static routes, RIPng, OSPFv3, BGP+, policy route,
and PIM-SM/DM
E. Security
1 Should support defense against various attacks, such as DoS/DDoS, ARP spoofing, and static and
dynamic blacklists;
2 Should support binding of MAC address and IP addresses
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 94 of 113
3 Should support mail filtering, based on SMTP mail address, titles, attachments, and content
4 Should support Web page filtering, including HTTP URL and content filtering
5 Should support definition-based virus detection
6 Should prevent virus types of Backdoor, Email-Worm, IM-Worm, P2P-Worm, Trojan, AdWare,
Virus
6
Should support multiple security authentication services:
• RADIUS and HWTACACS authentications OR equivalent
• Certificate-based (x.509 format) PKI/CA authentication,
• User identity management (different users own different rights to execute commands),
• Levels of user views (users of different levels have different management rights)
7
Bidder to quote:
1 year Anti-virus subscription
1 year Anti-Spam subscription
1 year URL Filtering subscription
8 Should support Centralized management and auditing
4. Technical Specification of Intrusion Prevention System
General Features:
Should be chassis based
Redundancy should be keep in mind the requirement is for Active & standby Unit with
auto failover with all running rules & configuration.
Having the capability to run in LAN mode and Promiscuous mode.
Content-based:
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 95 of 113
IPS should have the capability to inspect the content of network packets for unique
sequences, called signatures, to detect and hopefully prevent known types of attack
such as worm infections and hacks.
Protocol Analysis
The key development in IPS technologies is the use of protocol analyzers. Protocol
analyzers should natively decode application-layer network protocols, like HTTP or FTP.
Once the protocols are fully decoded, the IPS analysis engine should evaluate different
parts of the protocol for anomalous behavior or exploits.
IPS engines should be fully protocol analyzers. The IPS should be placed just before the
gateway of the Internet & it will sync with internet to update latest signature file. Should
have the capability to protect the internal zone from any shorts of attack including
Denial service, IP flooding, hacking & should able have the capability to generate
customize report hourly , weekly, monthly & yearly reports. Reports & alarms should be
floated by the e mail service to the respected people.
Rate-based
IPS should be primarily intended to prevent DoS and DDoS attacks. The work by
monitoring and learning normal network behaviors. Through real-time traffic
monitoring and comparison with stored statistics, IPS should identify abnormal rates for
certain types of traffic e.g. TCP, UDP or ARP packets, connections per second, packets
per connection, packets to specific ports etc. Attacks are detected when thresholds are
exceeded. The thresholds are dynamically adjusted based on time of day, day of the
week etc., drawing on stored traffic statistics.
Unusual but legitimate network traffic patterns may create false alarms. The system's
effectiveness is related to the granularity of the RBIPS rule base and the quality of the
stored statistics.
Once an attack is detected, various prevention techniques may be used such as rate-
limiting specific attack-related traffic types, source or connection tracking, and source-
address, port or protocol filtering (black-listing) or validation (white-listing)
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 96 of 113
5. Technical Specification of 24 port Switch
General Features
The switch should have minimum 24 x 10/100 Fast Ethernet Ports & 2 SFP based
uplinks.
Performance
Minimum 16 Gbps switching fabric
Minimum Wire-speed forwarding rate – 6.5 Mpps
Configurable Minimum 600 MAC addresses
Layer-2 Features
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported.
Support for Automatic Negotiation of Trunking Protocol, to help minimize the
configuration & errors is preferred
Support for Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s, 802.1w, 802.3ad
Spanning-tree feature to prevent other edge switches becoming the root bridge.
IGMP snooping v3, Support for upto 255 IGMP Groups.
Link Aggregation Protocol (LACP)
Support for Detection of Unidirectional Links (in case of fiber cut) and to disable them
to avoid problems such as spanning-tree loops.
The Switch should be able to discover the neighboring device of the same vendor
giving the details about the platform, IP Address, Link connected through etc, thus
helping in troubleshooting connectivity problems.
Per-port broadcast, multicast, and storm control to prevent faulty end stations from
degrading overall systems performance.
Network security features
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 97 of 113
Support for mechanisms to improve the network’s ability to automatically identify,
prevent, and respond to security threats and also to enable the switches to
collaborate with third-party solutions for security-policy compliance and enforcement
before a host is permitted to access the network. Thus preventing the spread of
Viruses & worms.
IEEE 802.1x to allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on
individual switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic
during Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the switch and restrict
unauthorized users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or
removed from the network OR any equivalent feature
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC
addresses. This can be used to prevent attacks that attempt to poison the DHCP
binding database, and to rate-limit the amount of DHCP traffic that enters a switch
port.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the
switch configuration using local database or through an external AAA Server.
Feature to shut down Spanning Tree Protocol fast interfaces when BPDU’s are
received to avoid accidental topology loops.
Up to 512 ACL entries should be supported.
Quality of Service (QoS) & Control
Standard 802.1p CoS and DSCP
Control- and Data-plane QoS ACLs OR equivalent
Four egress queues per port to enable differentiated management of up to four traffic
types across the stack.
mechanism to provide congestion avoidance
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 98 of 113
There should not be any performance penalty for highly granular QoS functions.
Management
Superior manageability Features
Command Line Interface (CLI) support for configuration & troubleshooting purposes.
For enhanced traffic management, monitoring, and analysis, upto four RMON groups
(history, statistics, alarms, and events) must be supported.
Layer 2 trace route to ease troubleshooting by identifying the physical path that a
packet takes from source to destination is preferred.
Domain Name System (DNS) support to provide IP address resolution with user-
defined device names.
Trivial File Transfer Protocol (TFTP) to reduce the cost of administering software
upgrades by downloading from a centralized location.
SNMP v1/v2c/ v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
SNMPv1/SNMPv2c/ SNMPv3
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 99 of 113
6. Technical Specification of 48 port Switch
General Features
The switch should have minimum 48 x 10/100 Fast Ethernet Ports & 2 SFP based
uplinks.
Performance
Minimum 16 Gbps switching fabric
Minimum Wire-speed forwarding rate – 10 Mpps
Configurable Minimum 600 MAC addresses
Layer-2 Features
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported.
Support for Automatic Negotiation of Trunking Protocol, to help minimize the
configuration & errors is preferred.
Support for Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s, 802.1w, 802.3ad
Spanning-tree feature to prevent other edge switches becoming the root bridge.
IGMP snooping v3, Support for upto 255 IGMP Groups.
Link Aggregation Protocol (LACP)
Support for Detection of Unidirectional Links (in case of fiber cut) and to disable them
to avoid problems such as spanning-tree loops.
The Switch should be able to discover the neighboring device of the same vendor
giving the details about the platform, IP Address, Link connected through etc, thus
helping in troubleshooting connectivity problems.
Per-port broadcast, multicast, and storm control to prevent faulty end stations from
degrading overall systems performance.
Network security features
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 100 of 113
Support for mechanisms to improve the network’s ability to automatically identify,
prevent, and respond to security threats and also to enable the switches to
collaborate with third-party solutions for security-policy compliance and enforcement
before a host is permitted to access the network. Thus preventing the spread of
Viruses & worms.
IEEE 802.1x to allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on
individual switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic
during Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the switch and restrict
unauthorized users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or
removed from the network OR any equivalent feature.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC
addresses. This can be used to prevent attacks that attempt to poison the DHCP
binding database, and to rate-limit the amount of DHCP traffic that enters a switch
port.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the
switch configuration using local database or through an external AAA Server.
Feature to shut down Spanning Tree Protocol fast interfaces when BPDU’s are
received to avoid accidental topology loops.
Up to 512 ACL entries should be supported.
Quality of Service (QoS) & Control
Standard 802.1p CoS and DSCP
Control- and Data-plane QoS ACLs OR equivalent
Four egress queues per port to enable differentiated management of up to four traffic
types across the stack.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 101 of 113
mechanism to provide congestion avoidance
There should not be any performance penalty for highly granular QoS functions.
Management
Superior manageability Features
Command Line Interface (CLI) support for configuration & troubleshooting purposes.
For enhanced traffic management, monitoring, and analysis, upto four RMON groups
(history, statistics, alarms, and events) must be supported.
Layer 2 trace route to ease troubleshooting by identifying the physical path that a
packet takes from source to destination is preferred.
Domain Name System (DNS) support to provide IP address resolution with user-
defined device names.
Trivial File Transfer Protocol (TFTP) to reduce the cost of administering software
upgrades by downloading from a centralized location.
SNMP v1/v2c/ v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
SNMPv1/SNMPv2c/ SNMPv3
TECHNICAL SPECIFICATION OF NMS AND SLA MONITORING SOFTWARE
Basic Requirements
Solution should be inclusive with hardware, OS, patches, etc.
Bidder should provide a centralized Management solution for all the IT assets spread
across various units.
Should be SNMP v1, v2, v3 and MIB-II compliant.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 102 of 113
Should support Web / Administration Interface.
Should provide compatibility to standard RDBMS.
Solution should be open, distributed, and scalable and open to third party integration.
Should provide fault and performance management for multi-vendor TCP/IP networks.
Polling Cycle
Support discriminated polling
Should be able to update device configuration changes such as re-indexing of ports
Fault Management
Should be able to get fault information in real time and present the same in alarm
window with description, affected component, time stamp etc.
Should be able to get fault information from heterogeneous devices — routers,
switches, servers etc.
Event related to servers should go to a common enterprise event console where a set of
automated tasks can be defined based on the policy.
Should have ability to correlate events across the entire infrastructure components
Should provide sufficient reports pertaining to asset and change management, alarms
and availability of critical network resources as well as network response times for
critical links.
The tool shall integrate network, server and desktop performance information and
alarms in a single console and provide a unified reporting interface for network and
system components. The current performance state of the entire network and system
infrastructure shall be visible in an integrated console.
Should provide an integrated performance view for all the managed systems and
networks along with the various threshold violations alarms in them. It should be
possible to drill-down into the performance view to execute context specific reports
Agents
Should monitor various operating system parameters such as processors, memory, files,
processes, file systems etc. where applicable using agents on the servers to be
monitored.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 103 of 113
Provide performance threshold configuration for all the agents to be done from a
central GUI based console that provide a common look and feel across various platforms
in the enterprise. These agents could then dynamically reconfigure them to use these
threshold profiles they receive.
System Monitoring
Should be able to monitor/manage large heterogeneous systems environment
continuously.
Windows OS
o Should monitor / manage following:
Event log monitoring
Virtual and physical memory statistics
Paging and swap statistics
Operating system
Memory
Logical disk
Physical disk
Process
Processor
Paging file
IP statistics
ICMP statistics
Network interface traffic
Cache
Active Directory Services
o Should be capable of view/start/stop the services on windows servers
Availability Reports
Availability and Uptime – Daily, Weekly, Monthly and Yearly Basis
Trend Report
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 104 of 113
Custom report
MTBF and MTTR reports
Performance Reports
Device Performance – CPU and Memory utilized
Interface errors
Server and Infrastructure service statistics
Trend report based on Historical Information
Custom report
SLA Reporting
Computation of SLA for entire DC/DR Infrastructure
Automated Daily, Weekly, Monthly, Quarterly and Yearly SLA reports
Integration
Should be able to receive and process SNMP traps from infrastructure components such
as router, switch, servers etc.
Should be able integrate with Helpdesk system for incidents.
Should be able to send e-mail or Mobile –SMS to pre-defined users for predefined
faults.
Should trigger automated actions based on incoming events / traps. These actions can
be automated scripts/batch files.
Network Management
The Network Management function must monitor performance across heterogeneous
networks from one end of the enterprise to the other.
It should proactively analyze problems to improve network performance.
The Network Management function should create a graphical display of all discovered
resources.
The Network Management function should have extensive reporting facility, providing
the ability to format and present data in a graphical and tabular display
The Network Management function should collect and analyze the data.
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 105 of 113
The Network Management function should also provide information on performance of
Ethernet segments, WAN links and routers.
Alerts should be shown on the Event Management map when thresholds are exceeded.
It should be able to automatically generate a notification in the event of a link failure to
ensure proper handling of link related issues.
The Systems and Distributed Monitoring (Operating Systems) of EMS should be able to
monitor:
o Processors: Each processor in the system should be monitored for CPU utilization.
Current utilization should be compared against user-specified warning and critical
thresholds.
o File Systems: Each file system should be monitored for the amount of file system
space used, which is compared to user-defined warning and critical thresholds.
o Log Files: Logs should be monitored to detect faults in the operating system, the
communication subsystem and in applications. The function should also analyze the
files residing on the host for specified string patterns.
o System Processes: The System Management function should provide real-time
collection of data from all system processes. This should identify whether or not an
important process has stopped unexpectedly. Critical processes should be
automatically restarted using the System Management function.
o Memory: The System Management function should monitor memory utilization and
available swap space.
o Event Log: User-defined events in the security, system, and application event logs
must be monitored.
SLA Monitoring
The SLA Monitoring function of the EMS is by far the most important requirement of the
DC/DR Project. The SLA Monitoring component of EMS will have to possess the
following capabilities:
o EMS should integrate with the application software component of portal software
that measures performance of system against the following SLA parameters:
Uptime of Desktop;
Uptime of Server
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 106 of 113
Uptime of Networking Components
o EMS should compile the performance statistics from all the IT systems involved and
compute the average of the parameters over a quarter, and compare it with the SLA
metrics laid down in the RFP.
o The SLA monitoring component of the EMS should be under the control of the
authority that is nominated to the mutual agreement of Director, the partner so as
to ensure that it is in a trusted environment.
o The SLA monitoring component of the EMS should be subject to random third party
audit to vouchsafe its accuracy, reliability and integrity.
Indicative specification for NMS Server
Features Specifications
Processor X86 based Processor with 64 bit Extensions (EM64T).Processor Core Per CPU
should be Four(Quad Core). The Frequency should be minimum 2.0 GHz.
CPU std/max 2CPU socket loaded with two number Quad core CPU.
Motherboard Should have Processor OEM motherboard/chipset to support above feature.
RAM Std / Max 64 GB DDR3 RAM with ECC memory expandable up to 128 GB
Drive controller SAS
NIC Dual 10/100/1000 NIC in failover mode
Hard Drive 5 X 146 GB SAS minimum 15K RPM SAS or better Hot Plug Drives with RAID1
RAID Controller Serial Attached SCSI (SAS) RAID 0,1,5 Controller
Removable drive DVD RW
PCI Slots Minimum 3 x PCI-Express
Port: 2 x Serial, 4 x USB, 1xRJ45 for Management
Key board USB keyboard
Mouse 2 button optical wheel mouse
Power supply Redundant Power supply
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 107 of 113
SVGA Integrated SVGA video controllers with 8 MB RAM
Systems Mgmt.
Feature
Manageability Features on Windows and Linux with following features: Remote
Management of the Server over LAN & WAN Hardware Remote Console
feature. Integrated Management Log. Server Health Logging, OS
OS Certification Microsoft® Windows® Server™ 2008, Linux
Form Factor Rack Mountable,
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 108 of 113
Annexure 17 – Financial Bid Format
OVERALL COST BREAK UP
S.No Phase Total Cost ( INR)
1 Networking Equipment Cost
2 Manpower Cost
3 Installation Cost
4 AMC Cost
5 Site preparation cost
6 Digitization Cost
7 Resource Cost for Help Desk
8 Resource Cost for Application
Handholding
9. Back-up Connectivity Cost
Total
NETWORKING
SNo. Item Unit Price (P)
Tax (t)
Total amount T=(P+t)
Total Qty (Q)
Total amount T*Q
Remarks
1 Router I
2 Router II
3 Switch-48 Port
4 Switch-24 Port
5 Firewall and IPS
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 109 of 113
MANPOWER COST for HELP DESK
MANPOWER COST for APPLICATION HANDHOLDING
Sl No Resource
Details
Cost per Month Duration Total Cost
1.
6 9 U Rack
7 24 Port Jack Panel
8 48 Port Jack Panel
9 I/O Box
10 Patch Cord 1 Mtr and 2 Mtr
11 UTP Cable Box (305 Mtr)
12 42 U Rack
13 NMS Software
14 Hardware for NMS
application
Any Other (Please Specify)
Total Networking Cost
S No. Resource level
Responsibility& Certifications
Cost/man month
No. of resources
Total Man months
Total Cost
1. INR 0.00 INR 0.00
2. INR 0.00 INR 0.00
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 110 of 113
2.
IMPLEMENTATION COST
S.No. Particulars Total Units (A) Unit Value in Rs. (B)
Total Value in Rs (C)= (A) * (B)
Installation
1
2
Commissioning
1
2
Other Cost
1
Total
ANNUAL MAINTENANCE COST
S.No. Particulars Total Units (A) Unit Value in Rs. (B)
Total Value in Rs (C)= (A) * (B)
AMC for a Period of 2 years at 8 equal installments
1
2
3
4
5
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 111 of 113
6
7
8
Total
SITE PREPARATION
Bidders are required to quote the cost for each of the above items under site preparation as
Unit Price. However, for the purpose of evaluation the quantity for the respective items shall be
deemed as per the above table at the quoted unit price each, the total cost arrived thereby for
each item shall be considered as the Total amount ( T * Q).
SNo. Item Unit Price (P)
Tax (t)
Total amount T=(P+t)
Total Qty (Q)
Total amount T*Q
Remarks
1 LAN ports 150
2 Electric plug points I 400
3 Electric plug points II 60
4 Earthing 36
offices
5 Computer table 200
6 Office chairs 150
7 Accessories for installing
UPS at a suitable location in
the office
Any Other (Please Specify)
Total Site preparation Cost
RFP- Commercial Tax-MMP/Arunachal Pradesh/ No. TAX-MMPCT(Proc)/219
Department of Tax & Excise, Govt. of Arunachal Pradesh
Page 112 of 113
DIGITIZATION COST
Bidders are required to quote the cost per page for digitization as Unit Cost (UC). However, for
the purpose of evaluation, the Digitization cost for 2 Lakhs pages as per the quoted UC shall be
considered as the Total cost. The bidder shall offer the Digitization service for additional pages
over 2 Lakhs at the quoted cost per page. However Department may like to negotiate on the
same.
SATELITE CONNECTIVITY
S.No. Particulars Unit Price in Rs. (P)
Tax(t) Total amount /unit T= P+t
Total Qty(Q)
Total amount (P+t) *Q
Remarks
1 VSAT Equipments
2 Pooled Bandwidth
(per kbps per
annum)
3 AMC Cost (for 5
year)
Others (Please
Specify)
Total Cost of Back-up Connectivity
S No.
Cost of Digitization / page (UC)
Number of pages (P)
Total Cost (UC * P)
1. INR 0.00 INR 0.00
2. INR 0.00 INR 0.00