View
5
Download
0
Category
Preview:
Citation preview
REQUEST FOR PROPOSAL
For
Selection of Consultant For
Creation of Tier-III Data Centre at
STPI-Bhubaneswar
Tender No: 81/4(20)/1518/STPI-Bh/2015
Date: 27/10/2015
Software Technology Parks of India
C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India
Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307
URL: www.bbs.stpi.in
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 2
Table of Contents
1. Fact Sheet ............................................................................................................................................................... 4
2. About Software Technology Parks of India (STPI): ......................................................................................... 5
3. Background of the project ................................................................................................................................... 6
4. Invitation for Bids ................................................................................................................................................. 8
4.1 Clarification regarding Tender Document: ............................................................................................... 8
4.2 Amendment of Bids: .................................................................................................................................... 8
4.3 Language of Bid & Correspondence: ......................................................................................................... 9
3.4 Bid Currencies: .............................................................................................................................................. 9
4.5 Cost of Bidding ............................................................................................................................................. 9
4.6 Period of validity of Bids: ............................................................................................................................ 9
4.7 Submission of the Bid: ............................................................................................................................... 10
4.8 Deadline for Submission of Bids: ............................................................................................................. 11
4.9 Late Bids: ...................................................................................................................................................... 11
4.10 Withdrawal of Bids:.................................................................................................................................... 11
4.11 Opening of Bids by STPI: ........................................................................................................................... 12
4.12 Evaluation and Comparison of Commercial Bids: ................................................................................ 12
4.13 Ranking of Bidders: .................................................................................................................................... 12
4.14 Negotiations: ............................................................................................................................................... 13
4.15 STPI's Right to accept any Bid and to reject any or all Bids: ................................................................ 13
4.16 Notification of Award: ............................................................................................................................... 13
4.17 Corrupt or fraudulent Practices ................................................................................................................ 14
4.18 Application: ................................................................................................................................................. 14
4.19 Delay in the Consultant's Performance: .................................................................................................. 14
4.20 Performance Security: ................................................................................................................................ 15
4.21 Payment Schedule: ..................................................................................................................................... 15
4.22 Termination for Default: ............................................................................................................................ 15
4.23 Confidentiality: ........................................................................................................................................... 16
4.24 Ownership of Documents: ........................................................................................................................ 16
4.25 Arbitration: .................................................................................................................................................. 16
4.26 Legal Jurisdiction: ....................................................................................................................................... 16
4.27 Completeness of Tender Offer: ................................................................................................................. 16
4.28 Documents comprising of Bids ................................................................................................................. 17
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 3
5. Scope of Work & Deliverables .......................................................................................................................... 20
5.1 Pre-RFP Stage (Details Scope): .................................................................................................................. 20
5.2 RFP Stage ..................................................................................................................................................... 21
5.3 Project Implementation and Monitoring Stage ...................................................................................... 21
5.4 UAT and Sign-Off Stage ............................................................................................................................ 22
5.5 Deliverables ................................................................................................................................................. 22
5.6 Time lines for completion of project ........................................................................................................ 31
6. Pre-Qualification Criteria .................................................................................................................................. 31
7. Evaluation Criteria ............................................................................................................................................. 33
7.1 Evaluation of Technical Bid ...................................................................................................................... 33
8. Proformas and Schedules .................................................................................................................................. 37
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 4
1 Fact Sheet
Sl. No Particulars Details
01 Proposal inviting agency STPI- Bhubaneswar
02 Start date of issuance / sale of RFP
Tender document
27/10/2015
03 Bid Document Fee Rs. 10,000/- in form of DD
04 Last date for Submission of Pre-bid
Queries
04/11/2015 by 1600 Hrs.
05 Pre-Bid Conference 06/11/2015 at 1530 Hrs.
Venue: STPI, 2nd Floor, P.D Market
Complex, CRP Square,
Bhubaneswar
06 Proposal & Proposal security must remain
valid for
90 days after the proposal
submission deadline
07 The contact information for requesting
clarifications/ Queries is
Sh. Susil Sethy, Dy. Director
STPI, C-Ground Zero, Fortune
Towers, C.S. Pur, Bhubaneswar-
751023, Odisha
Phone: +91-674-2300160, 2301770
Fax:+91-674-2302307,
E-mail: susil.sethy@stpi.in
08 EMD/Bid Security amount Rs. 1,00,000/- in shape of DD
09 Last date and time for Bid Submission 16/11/2015 at 1530 Hrs.
10 Opening of technical proposal 16/11/2015 at 1600 Hrs.
11 Date for technical presentation 23/11/2015 at 1130 Hrs.
12 Opening of financial proposal 27/11/2015 at 1530 Hrs
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 5
2 About Software Technology Parks of India (STPI):
Software Technology Parks of India (STPI) was established during the year 1991 by Ministry of
Communications & IT, under Department of Electronics & IT, (The then Department of Electronics) Govt.
of India with distinct focus for promotion of IT/ITeS exports from the country by providing single
window regulatory services under STP & EHTP schemes, plug & play incubation facilities for the start-up
companies and young entrepreneurs as well as High Speed Data communication services for a seamless
access for offshore IT/ITeS exports. STPI has been successfully delivering Statutory services to the IT/ITeS
industries in most industry friendly environment and has earned the goodwill of the industry for its
liberal style of functioning. A fact that is aptly proven by the stupendous growth in exports by STP units
from Rs. 52 crores in 1992-93 to a staggering Rs. 2 lakhs 90 thousand Crores in 2014-15 (approx).
Working closely with all the stakeholders STPI has played a key role in creating Brand India and
transforming the country as most preferred IT destination. STPI has also played a phenomenal role in
promoting Tier-II/Tier-III cities of the Country. Out of 53 STPI centres, 46 Centres are in Tier-II and Tier-
III locations with an objective of an uniform and overall development of IT/ITES exports across the
country. The IT Industry is transiting from Software Services to Product Development where STPI is set to
play a vital role and to meet the requirement of IT Industries in the years to come and is working closely
with Govts., Industry, and Academia for promotion of innovation led entrepreneurship and dispersal of IT
Industries beyond Metros.
STPI has Pan India presence with 53 centers across the country including at Bhubaneswar, Rourkela and
Berhampur in the State of Odisha. The upcoming facility at Balasore will be fourth STPI Centre and STPI
has set up provisional Incubation facility at Balasore in the State and to cater the need of the Industries.
STPI has also been instrumental in promoting IT exports from the state of Odisha. Over the years STPI has
put new milestones in IT exports of the State. STPI is instrumental for attracting blue-chip IT companies
and played phenomenal role in the growth IT exports from the State which recorded around Rs.2500
crores during 2014-15 putting the State in commendable position in the IT Map of the Country. STPI‟s
efforts have also created huge direct and indirect employments and overall development of economy of
the state.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 6
3 Background of the project
The Information Technology (IT) and Information Technology Enabled Services (ITES) and the Electronic
Hardware units have acted as a bulwark for turning India into an IT superpower over past 20 years. It is
estimated that in 2014-15 the total revenue of the Indian IT/ITES industry was of the order of USD 146
billion contributing about 9.5 % to the GDP in 2014-15, as against only 1.2% in 1998-99. The sector is highly
export intensive and about 70% of the total revenues is generated through exports. It is estimated that
about 3.51 million people are directly employed in this sector- about 230000 jobs were added in 2014-15.
India with its qualified technical work force has earned a name for itself on a global scale in the arena of IT
and ITES. This is, therefore, the right time for Odisha to try hard to ride on the favorable tides of a
booming knowledge economy. With emergence of e-Governance initiatives across the country, there is
adoption of e-Governance to improve accessibility, transparency and efficiency in every sphere of
Government and Industrial activities. The Government aims to leverage Information Technology for
deployment of citizen friendly e-Governance applications to make it possible for millions of citizens to
access services electronically in self-service mode using mobile phones and the Internet or through
assisted service points.
This goal shall be made possible through ubiquitous network connectivity based on mobile technology,
broadband Internet, fiber penetration to all villages, high-technology and low-cost affordable devices and
software solutions which enable electronic access to services including e-payments and use of Social
Media to facilitate peer-to-peer interaction and thereby promote horizontal communication to foster the
growth of a connected society and most importantly the storage of vital Data with safety and security and
its efficient retrieval.
Software Technology Parks of India (STPI) has spearheaded for last two decades in providing Data
communication and value added services which includes High Speed Internet leased lines, Storage and
Business Continuity services, Web hosting and collocation and Disaster Management services etc. STPI has
contributed significantly catering the need of IT/ITES Industries and building a strong foundation for
better and more transparent governance and assisting the Government's endeavor to reach the unreached.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 7
With the increased expectations from citizens for online services and the number of e-Governance Projects
being launched by the Government and Private as well as Corporate clients, the Data Centre requirements
are growing exponentially. There is a need to set up strategic infrastructure that facilitates high
availability, quick scalability, efficient management & optimized utilization of resources.
To fulfill this requirement, STPI-Bhubaneswar intends to set up state-of-the-art Data Centre at
Bhubaneswar of Tier-III Standard to cater the need of Industries and other agencies. The Proposed Data
Centre will provide a central data repository, secure data storage, online delivery of services, citizen
information/services portal, Intranet portal, disaster recovery, remote management and service
integration etc.
To cater this requirement, STPI has planned to come up with a state of the art Tier-III data centre in the
newly coming up infrastructure at Gothapatana, Bhubaneswar.
The deployment Tier-III data centre in Bhubaneswar which will enable the Government/MNCs/Private
organizations to hoist their public/private information/data to be used by users locally/globally and the
Proposed Data Centre will provide a central data repository, secure data storage, online delivery of
services, citizen information/services portal, Intranet portal, disaster recovery, remote management and
service integration etc.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 8
4 Invitation for Bids
Software Technology Parks of India (STPI), Bhubaneswar invites technical cum financial proposal from
eligible bidders to work in capacity of a “Consultant Providing Consultancy Services for Creation of
Tier-III Data Centre at STPI-ELITE Building, Gothapatana, Bhubaneswar”. Interested bidders are
expected to examine the tender document carefully. Failure to furnish all information required as per the
Tender Document may result in the rejection of the Bid.
4.1 Clarification regarding Tender Document:
A prospective Bidder requiring any clarification about the Tender Document may request STPI in writing
by Fax/ E-Mail/ Speed post at the STPI‟s address indicated in the Invitation for Bids.
The clarification and queries must be submitted in the following format.
At any time prior to the last date of submission of Bids, STPI may for any reason be able to modify the
RFP.
Any modifications in RFP or reply to queries shall be hosted on http://eprocure.gov.in,
http://www.bbs.stpi.in.
STPI at its discretion may extend the last date for the receipt of Bids.
STPI reserves the right to reject/cancel any (bid) or all bids or the RFP without assigning any reason
thereof.
4.2 Amendment of Bids:
Bids once submitted cannot be amended. However, in case of some administrative exigencies, STPI
may decide to take fresh bids from all the Bidders before actually opening of the Technical and
Commercial Bids.
Sl No Section No Clause No & Page
No
Reference / Subject Clarification
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 9
In order to provide prospective Bidders reasonable time to make amendment in their bids, STPI may,
at his discretion, extend the deadline for the submission of bids. However, no such request in this
regard shall be binding on STPI.
4.3 Language of Bid & Correspondence:
The Bid will be prepared by the Bidder in English language only. All the documents relating to the Bid
(including brochures) supplied by the Bidder should also be in English, and the correspondence between
the Bidder & STPI will be in English language only. The correspondence by Fax / E-mail must be
subsequently confirmed by a duly signed copy (unless already signed digitally).
4.4 Bid Currencies:
Prices shall be quoted in Indian Rupees (INR).
4.5 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its bid and STPI will in
no case be responsible or liable for these costs, whether or not the Bid is finally accepted.
4.6 Period of validity of Bids:
For the purpose of placing the order, the Bids shall remain valid for at least 90 days after the date of
bid opening. A bid valid for a shorter period may be rejected by STPI as being non-responsive. During
the period of validity of Bids, the rates quoted shall not change.
In exceptional circumstances, STPI may ask for extension of the period of validity and such a request
shall be binding on the Bidder. STPI's request and the response to such a request by various Bidders
shall be in writing. A Bidder agreeing to such an extension will not be permitted to increase its rates.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 10
4.7 Submission of the Bid:
The Bid shall be submitted in two Bid format through procurement portal www.eprocure.gov.in.
BID - Part A: TECHNICAL
BID -Part B: COMMERCIAL
The bid shall be submitted in Two Bid System (Part A “ TECHNICAL BID” and Part B “
COMMERICAL BID”) indicating the name of the Bidder.
The bid should be signed by an authorized signatory (having power of attorney) on each page of the
bid document including enclosures. Copy of board resolution and / or power of attorney shall be
submitted along with technical bid
The Bid shall be submitted through e Procurement Portal www.eprocure.gov.in.
The hard copy of the Bid along with enclosures, tender fees & Bid Security / EMD must be received by
the STPI at the specified address not later than 1530 Hrs. on 16.11.2015.
STPI may, at its discretion, extend this deadline. STPI may also extend this deadline for any other
administrative reason.
The Bid shall contain no interlineations, erasures or overwriting, in order to correct error made by the
Bidder. All corrections shall be done & initialed by the authorized signatory after striking out the
original words / figures completely.
The Hard copy of the Technical Bid shall be sealed in a covering envelop super scribed with words
"Technical Bid” of “Proposal for Selection of Consultant for Creation of Tier-III Data Centre at STPI-
Bhubaneswar”. This envelope will also contain Bid Security/EMD & Tender fees in another small
sealed envelope.
Commercial Bid shall be sealed in a covering envelop super scribed with words “Commercial Bid” of
“Proposal for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar”
E very envelope and forwarding letter of various parts of the Bid shall be addressed as follows:
10 10
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 11
The Director
Software Technology Parks of India
C-Ground Zero, Fortune Towers, C.S. Pur
Bhubaneswar – 751023, Odisha, India
Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358
Fax: +91-674-2302307, URL: www.bbs.stpi.in
If the envelopes are not sealed and marked as required above STPI will assume no responsibility
for the Bid's misplacement or premature opening.
Bids sent through Telex /Telegrams/ Fax/ E-mail shall not be acceptable.
The envelope shall be sealed by signing across all joints & pasting good quality transparent
adhesive tape on top of such joints & signatures.
4.8 Deadline for Submission of Bids:
The Bid shall be submitted online through e Procurement Portal www.eprocure.gov.in on the date and
time as mentioned above.
The hard copy of Bids will be received by STPI at the specified address not later than 16/11/2015 by
1530 Hrs.
STPI may, at its discretion, extend this deadline. STPI may also extend this deadline for any other
administrative reason.
4.9 Late Bids:
Any bid received by STPI after the deadline for submission of bids prescribed by STPI, will be rejected.
4.10 Withdrawal of Bids:
Bids cannot be withdrawn in the interval after its submission of bids and before the expiry of Bid's
validity specified by STPI.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 12
4.11 Opening of Bids by STPI:
The Bids shall be opened at 1600 Hrs. on 16/11/2015 or on any other later day and time as notified
through above mentioned websites, in STPI-Bhubaneswar office in the presence of representatives of
the Bidders who may choose to attend the proceedings. The representatives of Bidders will sign a
register in evidence of their presence.
In order to assist in the examination, evaluation and comparison of Bids, STPI may at its discretion ask
the Bidder for a clarification regarding its Bid. The clarification shall be given in writing, but no change
in the price or substance of the Bid shall be permitted.
An open discussion regarding various elements contained in the Technical Bids may also take place, if
required. Marks for quality shall be assigned in accordance with the criteria spelt out in Para 7.1. The
Commercial Bids of only those Bidders will be opened who fulfill all the eligibility criteria, get at
least 70 marks in the Technical Bid and who also have deposited Bid Security as required under.
STPI's determination of technical qualification shall be based on objective evaluation of the contents of
the Bid itself and not on any extrinsic evidence (except the one that is given by way of a written
technical clarification in response to a query by the Tender Committee). However, while determining
the technical qualification of various Bidders, STPI may waive off any minor infirmity, which does not
constitute a material deviation. The decision of STPI in this regard shall be final.
4.12 Evaluation and Comparison of Commercial Bids:
The comparison of Commercial Bids shall be done as follows:
The Bidders are required to complete their Commercial Bid in Form-D. Initial evaluation / comparison for
various categories of items given in the Tender Document will be done on the basis of Gross Bid Value for
both the Modules put together.
Note 1: The Bidder shall not quote prices subject to any condition(s). Any conditional financial bid shall
be summarily rejected.
4.13 Ranking of Bidders:
Quality-cum-Cost Based Selection (QCBS) method of selection shall be followed in the ratio of 60:40.
The bidder shall have to score at least 70 marks in Technical Score (St) as per “Evaluation and Selection
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 13
Matrix” for being eligible for opening of financial bid. The lowest evaluated financial bid shall be given the
maximum financial scoring (Sf). The formula for determining the financial scores shall be as follows:
Quality-cum-Cost based method of selection shall be followed in the ratio of 60:40. Percentile method shall
be used for computing marks in Commercial Bid. Thus, the Bidder with lowest bid will be given full
marks (i.e. 40) and the marks obtained by others shall be proportionately lower based on the ratio of their
bid with respect to the lowest bid.
Sf1=100*Fm1 / F1, in which “Sf1” is the financial score for the work specified in scope of work, “Fm1”
is the lowest price, and “F1” the quoted price of the bid under consideration.
Sf2= 100*Fm2/F2, in which Sf2 is the financial score of the man month rate (for one technical and one
project management consultant, Fm2 is the lowest total price and F2 is the quoted price of the bid
under consideration.
Sf is the mean financial score i.e. Sf=(Sf1+Sf2)/2
The weights given to the Technical (T) and Financial (P) bids shall be: Technical (T) = 60%, and
Financial (P) = 40%
Bids shall be ranked according to their combined technical (St) and financial (SF) scores using the
weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial
Proposal; T + P =1) as follows: Combined Score (S) = St x T + Sf x P
The bidder whose bid scores the highest Combined Score (S) shall be awarded the project.
4.14 Negotiations:
STPI shall finalize the Tender & award the Work without any negotiations.
4.15 STPI's Right to accept any Bid and to reject any or all Bids:
Notwithstanding anything else contained to contrary in this Tender Document, STPI reserves the right to
accept or reject any Bid or to annul the bidding process fully or partially or modifying the same and to
reject all Bids at any time prior to the award of work, without incurring any liabilities in this regard.
4.16 Notification of Award:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 14
Prior to the expiry of the period of Bid validity, STPI will notify the successful Bidder in writing by
speed post or Fax or email that his Bid has been accepted.
The liability of the Consultant(s) to perform the services will commence from the date of notification of
Award. The Completion Period shall be counted from the date of 'Notification of Award of Work'.
4.17 Corrupt or fraudulent Practices
STPI requires that the Bidders under this tender observe the highest standards of ethics during the tender
and execution of such contracts. In pursuance of this policy, STPI defines the terms set forth as follows:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the
action of the public official in the procurement process or in contract execution; and “fraudulent practice”
means a misrepresentation of facts in order to influence a tender process or a execution of a contract to the
detriment of STPI, and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the
benefits of the free and open competition; STPI 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 the
contract in question.
STPI will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the Bidder has engaged in corrupt and fraudulent practices in
competing for, or in executing, a contract.
4.18 Application:
These General Conditions shall apply to the extent that these are not superseded specific by provisions in
other parts of this tender document. A detailed order regarding consultancy work shall be issued after the
bid is allowed. Detailed provisions of such an order shall have an over-riding effect vis-à-vis this Tender
Document.
4.19 Delay in the Consultant's Performance:
Delivery of services shall be made by the Consultant in accordance with the time schedule specified by
STPI.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 15
The Consultant will strictly adhere to the time-schedule for the performance of Work. However, STPI
may relax this time limit in force majeure conditions.
In case of delay in performance for reasons attributable to the Consultant, such liquidated damages
shall be imposed @ 1% per week with a ceiling of 10% of the total fee.
4.20 Performance Security:
Within 10 days of Notification of “Award of the Work” the company shall furnish Performance Security to
STPI @ 10% of the total value of quoted bid by way of irrevocable and unconditional Bank Guarantee from
a reputed Nationalized Bank in favour of Software Technology Parks of India for a period to be specified
in the award of work as per Form „J‟. This Bank Guarantee must be validity of minimum one year duration
to cover the risk of STPI which may be extended further as per requirement of STPI. The proceeds of the
Performance Security shall be payable to STPI as compensation for any loss resulting from the Company‟s
failure to compete its obligations under the terms and conditions of the work. The Performance Security
regarding commencement of job / task will be discharged by STPI and returned to the company not later
than 30 days following the date of completion of the company‟s performance related obligations under the
terms & conditions of the work.
4.21 Payment Schedule:
4.22 Termination for Default:
STPI may without prejudice to any other remedy for breach up terms and conditions (including forfeiture
of Performance Security by written notice of default sent to the company, terminate the work / task in
whole or in part after sending a notice to the Consultant in this regard.
If the Consultant fails to deliver or complete the job assigned in the terms and conditions within
Sl. No. Deliverables Payment
1 Submission of Design Documents and DPR 20 %
2 Certification of Design Documents and RFP Preparation 30%
3 Tender Process Assistance and Finalization of Bidder 20 %
4 Project Implementation Monitoring, Sign off & Certification
30%
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 16
the time period (s) specified in the Tender Document.
If the Consultant fails to perform any other obligations under the terms and conditions.
4.23 Confidentiality:
Any information pertaining to STPI or any other agency involved in the project, matters concerning STPI
or with the agency that comes to the knowledge of the vendor in connection with this contract will be
deemed to be confidential and the Consultant 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 do so. The vendor shall
ensure due secrecy of information and data not intended for public distribution. The affidavit to that
effect should be submitted along with security deposit.
4.24 Ownership of Documents:
All documents and reports prepared or obtained by the Consultant in performing the Services shall
become and remain the property of STPI, and the Consultant shall, not later than upon termination or
expiration of this Contract, deliver all such documents to STPI, together with a detailed inventory thereof.
4.25 Arbitration:
All disputes, differences, claims and demands arising under the contract shall be referred to arbitration of a
sole arbitrator to be appointed by the Director General, STPI. All arbitrations will be held in New Delhi.
4.26 Legal Jurisdiction:
All legal disputes are subject to the jurisdiction of New Delhi courts only.
4.27 Completeness of Tender Offer:
The Bidder is expected to examine all instructions, forms, terms, conditions and deliverables in the Tender
Documents. Failure to furnish all information required by the tender documents or submission of a tender
offer not substantially responsive in every respect to the tender documents will be at the Bidder's risk and
may result in rejection of its tender offer. The tender offer is liable to be rejected outright without any
intimation to the Bidder if complete information as called for in the tender document is not given therein, or
if particulars asked for in the Forms / Performa in the tender are not fully furnished.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 17
4.28 Documents comprising of Bids
The Bidder will prepare his bid in two parts:
Part 1 –Technical Bid:
In support of his eligibility, a Bidder must submit the following documents:
i. A clause-by-clause compliance on STPI‟s RFP requirements. Any deviations may result into
rejection of the bid. The complete bid document should be stamped and signed by the bidder as
acceptance of all terms and conditions.
ii. Detailed profile/Background of the Company / Firm.
a. Full particulars of the constitution, ownership and main business activities of the
bidder.
b. Unabridged Annual Reports or Audited financial accounts for the last three
financial years.
c. Details of the pending litigation and contingent liabilities, if any, that could affect the
performance of the bidder under the mandate, as also details of any past conviction
and pending litigation against sponsors/ partners, Directors etc.
d. Details of any Consultancy work undertaken in the infrastructure sector or in projects
of a similar nature.
iii. Audited Statement regarding turnover of the Bidder for last three financial years (2012-13, 2013-14, 2014-15) in the format „I‟
(iii) DD of Rs. 10,000/- towards the cost of the tender document in favor of Software Technology Park
of India (STPI) payable at Bhubaneswar in a separate envelope inside Technical Bid.
(iv) Declaration in Form 'A‟ by an authorized signatory to the effect that all conditions contained in the
Tender Document is acceptable to the Bidder. Such an authorization may be seen during scrutiny
of bids.
(v) Declaration in Form „B‟ that the Bidder has not been debarred / blacklisted by any Government /
Semi-Government organization for quality of services / product and that there is no major
complaint against the Bidder by any organization mentioned in this clause.
(vi) List of projects in which project management consultancy has been offered along with major
clients.
(vii) Details of the jobs undertaken during the last three years in the format given in Form 'C‟.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 18
(viii) Documentary proof for establishing the capability of the Bidder to undertake this consultancy by
showing satisfactory / timely completion reports or similar activities currently being delivery.
Competitive advantages in terms of work proposed.
List and profile of experts in the organization along with profile of the experts proposed to be
stationed in Bhubaneswar. The staff to be deployed for this Project should not be from a third
party or subcontracted agencies.
Statements in support of each of the technical assessment criteria.
Copy of the presentation in a CD/DVD.
Signed and stamped copy of RFP in every page by the authorized signatory.
Certified copies of documents in support of various criteria based on which Technical Bids are to
be evaluated as mentioned below.
Income Tax assessment Certificate for the last three financial years, Copy of Service Tax Registration
Certificate & Copy of PAN Card.
Bid Security amounting Rs.1,00,000/- (Rupees One Lakh only) in shape of Demand Draft in favor of
Software Technology Park of India payable at Bhubaneswar in a separate envelope inside
Technical Bid.
Bid Security may be forfeited:
If a Bidder withdraws its bid during the period of bid validity specified in the Tender Document or
in the Award of Work.
During the tendering process, if a Bidder indulges in any such activity as would jeopardize the
tender process. The decision of STPI regarding forfeiture of the Bid Security shall be final & shall
not be called upon question under any circumstances.
In the case of a successful bidder, if the Bidder fails to,
o accept award of work,
o fails to furnish Performance Security.
o violates any of the such important conditions of this tender document or indulges in any such
activity as would jeopardize the interest of STPI in timely finalization of this tender. The
decision of STPI regarding forfeiture of the Bid Security shall be final & shall not be called upon
question under any circumstances.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 19
Part-2 : Commercial Bid
The Commercial Bid shall be given in Form „D‟ (Table-I & Table-II) consist of cost of executing the project
as per scope of work in this RFP. Man-month rates must be quoted separately for addition services (including
Project Management for oversight during Implementation Period and further Operations & Maintenance Phases)
which STPI may award in form of extension at its sole discretion. This will enable STPI to pay additional
amount per man month, if the consultancy work extends beyond the prescribed period due to reasons
attributable to it. Incomplete Financial Offer/Conditional offers will be rejected.
5 Scope of Work & Deliverables
The broad scope of work consists of providing the following deliverables.
Pre RFP Stage
Preparation and submission of the Detailed Design and
Infrastructure Requirement Report for proposed Tier-III
Certified Data Center after evaluation of existing infrastructure.
The design has to be certified by the Uptime Institute which is to
be facilitated and ensured by the consultant.
To prepare/suggest business plan for proposed data center at
Bhubaneswar.
Assist STPI in preparation of RFP document for Selection of
System Integrator for Creation Tier-III Data Center.
RFP Stage Preparing Pre-bid clarifications, Assisting in Techno commercial
evaluation of the bids, selection of Vendor and submission of reports
as and when required till selection of vendor.
Project
implementation stage
Project Management and Monitoring the works of the Selected
Vendor, to ensure conformity to Tier-III standards of Uptime
Institute.
User Acceptance Testing and
Sign-Off
Final testing, handing over of the site to STPI and conformity to the
standards specified and issuance of completion certificate.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 20
Operation & Maintenance
Monitoring & Supervision
(Optional)
If required, STPI may hire the services of the agency during the
Operation & Maintenance stage post implementation for
monitoring, Supervision and operation review processes on man
month rate as quoted by the agency. STPI may opt for this service
for a period of 6 months after completion of the project which may
be extended further on half yearly basis subject to maximum three
years as per requirement OR terminated at any point of time
without assigning any reason thereof.
5.1 Pre-RFP Stage (Details Scope):
The consultant shall prepare a detailed Infrastructure requirement report for the implementation of Data
Center at 2nd Floor, STPI-Elite Building (Under Construction) in Gothapatana, Bhubaneswar. The
consultant is expected to study, advice and submit report etc to STPI on the following:
Site survey and report on existing civil works at the site and propose the additional civil works
required for making it suitable for the Tier-III Data Center as defined by “The Uptime Institute”
Cost benefits and efficiency analysis of various Technologies for HVAC, Security, Safety Systems,
UPS, BMS, DG power etc for Data Center.
Prepare the Data Center Infrastructure Architecture that is scalable vertically and horizontally.
The consultant shall prepare detailed RFP document in consultation with STPI suggest detailed
specifications for various components which may broadly include and not limited to HVAC, Electrical
& Data Cabling, Safety and Security Systems like fire handling, CCTV, Access control, UPS, DG etc,
with Integrated management system, Interior and Electrical works with suitable layout for
accommodating various functional areas like Equipment room, UPS, Office space and discussion
rooms etc and any other requirements for the proposed Data Center.
The detailed specification and design documents with relevant drawings for each of the services
mentioned above shall be submitted to STPI by the selected bidder for evaluation and
confirmation. Any suggestion/modification from STPI shall be incorporated and the successful bidder
will submit the revised document till finalization and confirmation by STPI. After approval of the
“Design Documents” from STPI the consultant has the responsibility to get them certified from the
“Uptime Institute”.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 21
The Data Center Architecture Proposed and specifications contained in the RFP shall be compliant to
the ISO 27001 Standard for Security.
The RFP document prepared by the consultant should also contain the technical and commercial
specifications/ documentation and Service Level Agreements.
To prepare business plan with details like potential market, revenue model, process, cost benefit
analysis, RoI, Internal Rate of Return (IRR) actions to be taken etc.
The business plan shall be vetted/accepted by STPI.
To support STPI in implementation of business plan, once the plan is accepted by STPI.
The bidder is also required to advice and recommend on any other matter during the course of
engagement as and when needed/required by STPI to complete the data center at Bhubaneswar.
5.2 RFP Stage
The consultant would assist STPI in floating of RFP / Tender document for all the components/systems
identified in the Pre- RFP stage, conducting pre bid conference, preparing pre-bid clarification, technical
evaluation, commercial evaluation, selecting bidders, drafting (legal, W.O. Agreements and SLA‟s etc),
finalizing of award of contract etc.
5.3 Project Implementation and Monitoring Stage
After award of contract to the Vendor, the consultants is expected to vet the project plan and milestone
prepared by the vendor in order to ensure the conformity with the timelines prescribed for execution and
completion of the project. The consultant is expected to visit the site locations at the time of execution,
prepare inventory of components delivered at site and organize testing of the same onsite before
commissioning.
The consultant/consulting agency shall co-ordinate with the selected vendor and submit detailed
PERT and Gantt Charts.
The consultant s h a l l submit a weekly report on the progress of the supply, implementation and
deviation if any from the baseline PERT and Gantt Charts.
Arrange weekly meetings onsite with STPI representative and all involved vendors.
Preparation of issue/event log and review with STPI.
The consultant shall support STPI, till completion of complete data center.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 22
5.4 UAT and Sign-Off Stage
The consultant shall organize testing of the systems (Civil, electrical, UPS, DG, HVAC, Safety and Security
etc.) for conformity to the standards specified to meet the Standards for Tier -III and above before handing
over the site along with warranty information to STPI with Tier- III complaint certificate.
5.5 Deliverables
The bidder must deploy experienced Project Management Professionals with internationally recognized
certification not less than one CDCP/CDCS (Certified Datacenter Professional/Certified Datacenter
Specialist) certified personnel, one PMP (Project Management Professional and one Uptime Institute of
USA certified ATD (Accredited Tier Designer).
The indicative deliverables are listed below in detail.
Sl.
No. Stage/Milestone Scope of Services Deliverable
SOW Consultant /
Client
A Assessment, Planning and Pre-Design
A.1 Assessment of site Selected - Data Center Build Perspective
A.1.2 Infrastructure
assessment of the site
selected for DC.
Site Visit, Analysis of
physical
infrastructure in
terms of
accommodating all
the required integral
components of the
DC as per
International
standards.
Site Survey Report Building Layout, Floor
Layout, Structural
Drawings or reports in
Hard Copy for onsite
working & in Soft
Copy for offsite
working.
A.2 Assessment of future requirements
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 23
A.2.1 Assessment of future
IT requirements
Understanding the
Facility requirement
and sizing based on IT
growth envisaged with
relevant inputs from
STPI
Data Collection
Report
List of all the IT
equipments with their
Load rating & BTU;
which client is
planning to put in DC
- Immediate Usage
- Next 2-3 Years
- Next 5-7 Years
- The Ultimate
Capacity
- Network connectivity
Diagram for the DC
- Inter Rack & MUX to
Core Rack Connectivity
Diagram
A.3 User Brief
finalization
Finalization of user
brief through close
interaction with STPI
with respect to
following
1. Raised Floor Space
2. Energy performance,
PUE
3. Tier targets
(constraints, reliability,
redundancy,
performance
User Brief Report Considering the
current and future
requirements;
Consultant Shall let us
know the number of
Racks STPI wants
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 24
specifications,
Resilience, Availability,
Reliability, Scalability
and Modularity
requirements etc.)
4. Any certification
targets
A.4 Capacity Sizing of
the DC Components
Suggest the Capacity
/Sizes for the following
DC Components
1. UPS
2. PAC
3. Electrical
4. Civil Infrastructure
(Relevant to DC only)
5. Security systems
including Access
Control, Surveillance,
Fire Detection &
Suppression Systems,
WLD, Rodent Repellent
System with
consultation with STPI
Capacity Sizing
Report
A.5 Finalization of the
Technical
Specification of DC
components to meet
Customer Services
expectation as
Suggest Technical
specification for
following DC
components
1. UPS
2. PAC
Technical
Specification
Document
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 25
defined in the User
Brief Finalization
Report
3. Electrical
4. Civil Infrastructure
(Relevant to DC only)
5. Security Components
including Access
Control, Surveillance,
Fire Detection &
Suppression Systems,
WLD, Rodent Repellent
System in consultation
with STPI
B Concept Design: Strategy Development
B.1 Infrastructure
Concept Design
Develop Conceptual
level Data Center
Layout for Client
Discussion and
Approval depicting
Following main
Services Controllers.
Design Basis Report
covering design
criteria, functional
design brief and
Project Engineering
Schedule.
Consultant.
1. DC Raised Floor
Area
2. Location and Sizes of
cooling units
3. Location and Sizes of
UPS's with Battery
Banks
4. Location and sizes of
NOC Room
5. Location and sizes of
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 26
Staging Room
6. Location and sizes of
MUX Room
B.2 Budgetary Estimate Preparation of
Budgetary cost
estimates including
break-up based on
design drawings and
documents for DC
build
Cost Estimate
C Scheme Design
Aim to develop
schematic design
with vendor-neutral
equipment
specifications; all
scheme designs to be
incorporated into a
Preliminary design
Report
C.1 Infrastructure
schematic design
Space planning
indicating location,
layout of IT
equipment and other
facilities
DC layout
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 27
C.2 Electrical
Distribution scheme
Development of
Power distribution
scheme including
load assessments,
distribution schemes,
energy efficiency
measures
Preliminary
drawings and
Preliminary design
report on electrical
distribution with
calculations and a
single Line diagram.
C.3 HVAC scheme Development of
HVAC schemes with
load calculations and
schematic details
Preliminary
drawings and
Preliminary design
report on HVAC
systems.
C.4 Fire system schemes Development of Fire
system schemes
including design basis
covering detection
and alarm systems,
suppression and
fighting systems
Preliminary
drawings and
Preliminary design
report on Fire
Protection &
Fighting.
C.5 Passive &
Networking scheme
Development
networking related to
Passive IT cabling
schematic designs
Preliminary
drawings and
Preliminary design
report on cabling
systems with
calculations
D Detailed Design, Tender Documents and Drawings
Detailed design of all
schematic designs
covered in Stage C.1
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 28
to C.5
D.1 Final Data Center
architecture
Development of final
Data Center
architecture
Prepare a CFD & a
Walkthrough Model
to be Presented to
STPI Management
D.2 Development of
Tender documents
Number of tender
packages to decided
in association with
STPI for expedited,
comprehensive,
integrated and
responsible delivery
Tender drawings
with:
Technical
specifications,
Bill of quantities,
, drawings
for any works
involving
vendor/contractor
design
For all work packages
tender drawings,
specifications and bill
of quantities in detail
for bidders to submit
competitive bids
D.3 Assist STPI in
tendering process
Clarifying technical
queries
Technical evaluation
of offers from
vendors/contractors
and
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 29
recommendations
E Construction Documentation and support
This phase covers
review of GFC
Drawings prepared
by the shortlisted
bidder, periodic site
visits and inspections
as required.
E.1 Approval of vendors'
drawings, method
statements, samples
Review of shop
drawings, samples,
method statements
(Project plan,
execution
methodology etc.)
submitted by
contractor for
compliance with the
tender design
drawings, details and
specifications.
Approved shop
drawings, samples,
method statements
etc. in consultation
with STPI
E.2 Periodic site visits for
inspection of works,
materials and advise
STPI.
Periodic site visits for
inspection of works,
materials and advice
to STPI.
Site Visit Report
E.3 Tier Certification (If
needed)
Provide necessary
construction related
guidance for design
and technical support
Provide technical
and documentation
support for
successful
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 30
for commissioning
and testing related
services by third
party like Uptime
Institute etc.
certification of the
project by preparing
and compiling
documents/submitta
ls in prescribed
formats.
F Close-out
F.1 As-built
documentation for
the systems designed
under scope of
services
Verifying the as built
drawings submitted
by the Vendor /
Contractor after
completion of the
work.
Onsite project
verification and audit
report
F.2 Review the
installation and
testing reports at the
completion of
construction to
validate the
performance
parameters set in
Stage A
Approved test
reports
F.3 Tier Certification Provide necessary
services to get the
project Tier certified
from relevant bodies
Tier certification
F.4 Project sign-off Project sign-off
document
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 31
5.6 Time lines for completion of project
Sl. No. Activity / Mile stone Delivery Schedule 1. Pre RFP Stage 4 Weeks from date of issue of Purchase Order to the Consultant
2. RFP Stage 9 Weeks from date of floating of the RFP/tender for selection of
infrastructure vendor.
3. Project Implementation and
Monitoring Stage
16 Weeks from date of Purchase Order to the infrastructure
Vendor
4. UAT and Sign-off 18 Weeks from date of Purchase Order to the
infrastructure Vendor
TOTAL TIME FOR THE COMPLETION OF THE PROJECT: 31 WEEKS. IN CASE THE PROJECT IS
NOT COMPLETED IN TIME. THE PENALTY OF 1% PER WEEK (liquidated damage charges/delay
charges) MAX 10 WEEKS WILL BE APPLICABLE. AFTER THAT STPI IS FREE TO CANCEL THE
P.O/CONTARCT. THE REMAINING PART OF WORK WILL BE COMPLETED BY STPI OR ANY AGENCY
ENGAGED BY STPI AT THE COST OF SELECTED VENDOR.
6 Pre-Qualification Criteria
The Bidder must meet all of the following eligibility requirements. Bids of non- compliant bidders shall
not be evaluated technically or commercially.
Sl. No. Qualification
1 The bidder should be an Indian registered company/ Agency /Limited Liability
Partnership (LLP) engaged in the job of design/consulting/TPA for Data Center activities
for minimum of 3 years as on date of RFP.
Documents Required:
Certificate of incorporation or Certificate of Commencement or Certificate confirming
LLP
Certificate consequent to change of name, if applicable has to be submitted.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 32
2 The bidder must have provided design/consultancy/TPA services for the successful
execution of at least 3 Data Centers of Tier-III/SDC each with at least minimum 1000 Sq. Ft.
of Server Farm Area during the last 4 years.
Documents Required:
Bidder shall submit Copy of Work order / Contract, Completion Certificate confirming the
above duly certified by Chartered Engineer and attested by Notary public with legible
stamp. Documentary evidence for this should be submitted along with the technical bid
document.
The Completion Certificate must clearly indicate the following:
Full Name & Address of Client and Contact Person
Reference to relevant work order,
Actual value of executed work, and Stipulated date of start and date of actual
completion.
Original work/service orders and Client certificate should be available with the bidder for
verification of the same, if so desired by STPI. A job executed by a bidder for its own in-
house purpose/sister concern/subsidiary shall not be considered as experience. Also, job
executed by a bidder as a Subsidiary / Fellow Subsidiary / Holding Company and Sub-
Contractors shall not be considered as experience for the purpose of meeting PQC.
3 The bidder should be a profit-making concern for the last three consecutive years, with
minimum Average Annual turnover of at least Rs.75 Crores for each year (From
consulting).
Documents Required:
The self attested audited balance sheet of the agency / consultant for the last three financial
years (i.e. 2014-15, 2013-14, 2012-13) must be submitted along with the bid.
4 The bidder should have minimum One experienced Project Management Professionals
with valid internationally recognized certification such as CDCP/CDCS (Certified
Datacenter Professional/Certified Datacenter Specialist) certified personnel and minimum
Two PMP (Project Management Professional) certified personnel on company regular rolls
as on bid submission date related to site and facilities preparation for Data Center
implementation. Bidder should have minimum one Uptime Institute of USA certified ATD
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 33
(Accredited Tier Designer) personnel (Not from third party or subcontracted agency) as on
bid submission date.
Documents Required:
Bidder shall provide Certificate along with undertaking on the bidder‟s letter head for the
same duly certified by chartered engineer and attested by Notary public with legible stamp.
A list of professionals proposed to be associated with the project shall be provided with the
bid document. In case the proposed personnel would have to leave the assignment, bidder
should replace with equally qualified personnel. In such cases, STPI reserves the right to
validate them.
5 Bidder should have valid ISO 9001:2008 & ISO 27001 certifications
Documents Required:
Valid Certificates as above (Self attested copy).
All the above Eligibility Criteria must necessarily be supported by relevant documentation such as
purchase order copies, annual reports, project sign-off document, customer reference list along with
contact details etc. along with the Pre- Qualification bid. STPI reserves the right to reject the bid incase all
the documents specified above are not available with the technical bid.
Note: - Only bidders qualifying in Pre-Qualification evaluation would be considered for the technical evaluation as per below criteria.
7 Evaluation Criteria
Quality-cum-Cost based (QCBS) method of selection shall be followed in the ratio of 60:40.
7.1 Evaluation of Technical Bid
Format for evaluation of Technical Bids
Sl.
No
Criteria Scoring Criteria Max
marks
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 34
Sl.
No
Criteria Scoring Criteria Max
marks
1 Average annual turnover of Rs. 75
Crores from project management
advisory / IT consultancy services
(excluding turnover from any
hardware or implementation projects
and limited to services delivered
within domestic sector) for last three
financial years ending March 31, 2015.
<Rs. 75 Cr.: 0 Mark
Rs. 75 to Rs. 100 Cr.: 5 Marks
Rs. 100 to Rs. 124 Cr.: 7 Marks
Rs. 125 to Rs. 149 Cr.: 10 Marks
Over Rs. 150 Cr.: 15 Marks
15
2 The bidder must have provided
design/consultancy/TPA services for
the successful execution of at least 3
Data Centers of Tier-III/SDC with at
least 1000 sq. ft. Data Centers of Server
Farm Area during the last 4 years.
0-1 qualifying project: 0 Mark
2 qualifying project: 5 Marks
3 – 5 qualifying projects: 10 Marks
6 or above qualifying projects: 15
Marks
15
3
The bidder should have at least 75 full
time professionals on its payroll as on
March 31, 2015. Such professionals
should hold degrees such as B.E., B.
Tech., MCA, MBA (IT), CA and
certifications such as PMP, CDCP,
CDCS CISA, CISSP, CGRC-IT, CIRM,
CISM, ISO27001 LA or LI . Bidder
should have minimum one Uptime
Institute of USA certified ATS
(Accredited Tier Specialist) personnel
on company regular rolls as on bid
submission date.
Below 75 professionals: 0 Mark
75 or above professionals: 5 Marks
One CDCP/CDCS Professionals:
5 Marks
One Uptime Institute of USA
certified ATD (Accredited Tier
Designer) personnel: 10 marks
Two Project Management
Professional: 5 Marks
25
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 35
Sl.
No
Criteria Scoring Criteria Max
marks
4
Data Centre Specialist (To be deployed
for this particular project):
Expertise and Experience in design of
Data Center Projects. Should have
internationally accreted Certifications in
Data Centre (CDCP/CDCS) and should
have network security experience in
large scale Data Centre design and
implementation.
Qualifications: B. Tech. / B.E. /
M.Tech. / M.C.A.
Relevant Experience: With at least
3 projects on Data Centers design
and implementation for Govt.
(Center or State) or PSUs
(including National Banks) or
Private Organizations.
o Less than 3 years: 0 Mark
o 3 year to 5 years: 5 Marks
o More than 5 year: 10marks
10
5 Project Management Consultant‟s
Profile (To be deployed for this
particular project)-
Experience in Information
Communication and Technology (ICT)
domain pertaining to project
formulation / execution / and
management / techno-financial analysis
/ feasibility studies /market survey
Business strategy / business consulting
etc. Should have experience in business
requirement analysis, impact analysis,
business case development, market
research, trend analysis etc. Must
possess PMP Certification
Qualifications: B. Tech. /B.E./
M.Tech./M.E./M.B.A /M.C.A /
CA
Relevant Experience: With at least
3 projects covering feasibility
study / DPR or / Bid
Management and Vendor
Selection for Govt. (Center or
State) or PSUs (including National
Banks) or Private Organizations
o Less than 3 years: 0 Mark
o 3 year to 5 years: 5Marks
o More than 5 year: 10Marks
10
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 36
Sl.
No
Criteria Scoring Criteria Max
marks
6
Technical Presentation:
Presentation on Design,
Approach, Methodology,
Implementation Plan, Best Practices,
Marketing Plan and revenue Model
and Work Plan
Summary of compliance
against PQs: 5 Marks
Approach & Methodology: 5
Marks
Design & Implementation
Strategy: 10 Marks
Marketing Plan and revenue
Model: 5 Marks
25
**Firms willing to visit the site may contact Sh. Susil Sethy, Dy. Director in the contact no. 9437066061
The minimum qualifying marks in the Technical Bid shall be 70. Commercial Bids of only technically
qualified bidders shall be opened.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 37
8. Proforma and Schedules
FORM–A
DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINED IN THE
TENDER DOCUMENT
To
The Director
Software Technology Parks of India
Bhubaneswar
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document Tender No: 81/4(20)/1518/STPI-Bh/2015 Dated: 27/10/2015 f o r s e l e c t i o n o f “Consultant” for “Creation of Tier-III Data Centre at Gothapatana, STPI-Bhubaneswar”.
I declare that all the provisions of this Tender Document are acceptable to my Company. I
further certify that I am an authorized signatory of my company and am, therefore, competent to make
this declaration.
Yours truly,
Name:_______________________
Designation: _______________________
Company:_____________________
Address:______________________
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 38
FORM „B‟ –DECLARATION REGARDING CLEAN TRACK RECORD
To
The Director
Software Technology Parks of India
Bhubaneswar
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document the Tender
Document Tender No: 81/4(20)/1518/STPI-Bh/2015 Dated: 27/10/2015 f o r s e l e c t i o n o f
“Consultant” for “Creation of Tier-III Data Centre at Gothapatana, STPI-Bhubaneswar”. I hereby
declare that my company has not been debarred / blacklisted by any Government / Semi-Government
organizations. I further certify that I am / competent authority in my company has authorized me to make
this declaration.
Yours truly,
Name:_______________________
Designation:_______________________
Company:_____________________
Address:______________________
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 39
FORM„C‟-DETAILS OF PAST WORK EXPERIENCE
Sl. No.
Organization(s)
Number of
other similar
Projects
Handled
Value (in Rs.)
Date of Award
Current Status
1.
2.
3.
4.
5.
Date:
Signature:
Place:
Name:
Designation:
Seal:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 40
FORM „D‟ – Commercial Bid
Table-I
Sr. No.
Item
Total Amount
In Figures
In Words
1.
Preparation of DPR & RPF as per the
detailed Scope of Work defined in the RFP
2 Applicable Taxes if any (Indicate
percentage)
3 Total price in INR
Rate for additional Services
Table-II
Sl. No.
Item
Amount per month (Man Month Rate)
In Figures
In Words
1.
Technical Consultant (Data Centre)
2. Project Management Consultant
Taxes if any (Indicate Percentage)
Total Cost per month in INR
Date:
Signature:
Place:
Name:
Designation:
Seal:
*: The price must be quoted for both Table-I & II. All the costs above shall be inclusive of all taxes and
expenses which include professional fees, operating expenses (including travel, lodging, meals,
mobile/data cards, laptops etc.). STPI will only provide sitting space and wired internet facility in STPI
Bhubaneswar office. Incomplete Financial Offer/Conditional offer will be rejected. Rates for additional
services (Post Implementation) are optional. STPI may hire the additional services as and when required
basis for the period of six months after the completion of the project which may be further extended on
half yearly basis for maximum three years as per requirement or till termination at any point of time
without assigning any reason thereof.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 41
FORM „E‟- Detailed Timeline
Sl.
No
Activity*
Weeks
1
2
3
4
5
6
7
8
9
10
11
….
31
1
2
3
4
5
N
*Indicate all main activities of the assignment, including delivery of reports (e.g. inception, interim and final
reports) and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of
reports / deliverables, and benchmarks separately for each phase. Duration of activities shall be indicated in the
form of a bar chart. The consultant may also complete the work as specified before 31 weeks and modify the above
table accordingly.
Date:
Signature:
Name:
Designation:
Company:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 42
FORM „F‟ –Technical and Management Human Resource to be deployed for this activity
Sl.No
.
Members
Name
Fulltime/Part
Time
Module-I&II
1.
Consultant- Project
Management
Full Time
2.
Consultant- Data Centers(
CDCP/CDCS)
Full Time
3.
Certified ATD (Accredited
Tier Designer)
Please Indicate
Date:
Signature:
Place:
Name:
Designation:
Seal:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 43
FORM „G‟ – Curriculum Vitae of Staff
[Use the format given below for each individual to be deployed for this project and
the middle /senior level managers, who would guide this team]
Sl.
No.
Particulars
Details
Attachment Reference
For additional
information
1.
Name
2.
Age
3.
Specify role to be played by him/her
4.
Current job title
5.
Experience in years
6.
Number of years with the
organization
7.
Current job responsibilities
8.
Summary of Professional / Domain
experience
9.
Skill sets
10.
Highlights of assignments handled
and significant accomplishments
11.
Educational Background*
12.
Training/Certifications
13.
Membership of Professional
Associations
14.
Employment Record**
*Indicate college/university and specialized education of the staff member
**Starting with present position, list in reverse order every employment held by the staff member
since graduation
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 44
15.
Detailed tasks Proposed to be assigned
Work already undertaken that best
illustrates capability to handle the tasks
assigned***
16 Data Centers Design & Architecture
RFP Preparation
Bid Process Management
Monitoring of Vendor
Preparation of DPR / Case study
…..
…..
***Among the assignments in which the staff has been involved, indicate brief details of the
project in which this responsibility was assigned (including nature and duration of duty).
Date:
Signature:
Place:
Name:
Designation:
Seal:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 45
FORM „H‟- DETAILS OF BIDDER
Details filled in this form must be accompanied by sufficient documentary evidence,
in order to verify the correctness of the information.
The Registered name of the company Address of Registered office Registration Number and Registration authority
Year of Incorporation
Legal Status (Public or Private or LLP) Public /Private Ltd./LLP Technological Collaborations Business Address for correspondence in India Location:
Street: City: Pin Code: Telephone/Facsimile: Email: URL:
Name of the contact/ Authorized person Contact‟s Designation Contact address if different from above Quality Certifications (Enclose Certificates copy)
Details of Bid Security furnished Amount
Date
Bank & Branch Other Office location in India And addresses
Proof to be enclosed for the all of the above
Date:
Signature:
Place:
Name:
Designation:
Seal:
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 46
FORM „I‟- PARTICULARS OF TURNOVER.
Details filled in this form must be accompanied by sufficient documentary evidence,
in order to verify the correctness of the information.
Functional Year
Turnover
Turnover under site and facilities Preparation for
Data Centers
Net worth of the company
as on 31st
March
2014-15 2013-14 2012-13
Note: The Particulars of Turnover in the above format has to be certified by company auditor or Company authorized signatory. Please attach audited balance sheets for years 2014-15, 2013-14, and 2012-13.
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 47
FORM „J‟- PERFORMANCE SECURITY GUARANTEE BOND
1. In consideration of the Software Technology Parks of India (hereinafter called “STPI”) having agreed to allow M/s. (Hereinafter called “the said Consultant(s)”) from the demand under the terms and conditions of an Agreement No. (LOI No) . . . . . . . . . . . . . for the work of . . . . . . . . . . . . (hereinafter called “the said Agreement” for furnishing Performance Security Guarantee Bond for the due fulfillment by the said Consultant(s) of the terms and conditions in the said Agreement, by production of a BANK GUARANTEE for Indian Rs. . . . . . . (Indian Rs. . . . . .. . . . only). We the . . . . . . . . . . . . . (Name of the Bank) having our Head Office at . . . . . .. . . . . and having branch at . . . . . . . . . . referred to as “the Bank” at the request of M/s.….. . . . . . . . Successful Bidder/(S)do hereby undertake to pay to STPI an amount not exceeding Indian Rs. . . . . . . (Indian Rs. . . . . . . . . . only).
2. We . . . . . . . . . . . . . . . . . . . . (Name of the Bank) . . . . . . . . branch do hereby undertake to pay the amounts due and payable under this guarantee without and demure, merely on a demand from STPI stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Successful Bidder/(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs . . .. . . . (Rs. . . . . . . . . . only).
3. We undertake to pay to the STPI, the amount due under this Guarantee so demanded notwithstanding any dispute to disputes raised by the Successful Bidder in any suit or proceeding pending before any Court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.
4. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under.
5. We . . . . . . . . . . . . (Name of the Bank) . . . . . . . . .. branch further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till the dues of STPI under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Project Coordinator on behalf of STPI certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Successful Bidder accordingly discharges this guarantee.
6. We . . . . . . . . . . (Name of the Bank) . . . . . . . . branch further agree with STPI, that STPI shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Successful Bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by STPI against the said Successful Bidder and to forbear or enforce any of terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Successful Bidder or for any forbearance act or omission on the part of the STPI or any indulgence by the STPI to the said Successful Bidder or by
RFP for Selection of Consultant for Creation of Tier-III Data Centre at STPI-Bhubaneswar 48
any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Successful Bidder.
8. We hereby waive the necessity of your demanding the Successful Bidder/ before presenting us with the demand.
9. We . . . . . . . . . . . . (Name of the Bank) . . . . . . Branch lastly undertakes not to revoke this guarantee except with the previous consent of the STPI in writing.
10. This guarantee shall be valid up to. . . . …… unless extended on demand by STPI. Notwithstanding anything contained herein before our liability against this guarantee is restricted to Indian Rs. . . . . . . (Indian Rs. . . . . . . . . . only). and it will remain in force till . . . . . ……….. unless a claim or demand in writing is made against us under this guarantee before the expiry of 12 months from the aforesaid date that is before . . . . . . . of . . . .……….. …. ( . . ………………..) all your rights under the said guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.
Dated the day of ………for (Name of the Bank) Branch.
WITNESS 1 WITNESS2
………………. (Signature) ………… … (Signature)
Attorney as per Power of Attorney:
Attorney Number & Date
Recommended