52
Government of Rajasthan Department of Medical, Health and Family Welfare Services NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 1 of 52 Signature & Seal of the Tenderer Draft (before pre-bid) Government of Rajasthan Department of Medical, Health and Family Welfare Services Swasthya Bhawan, Tilak Marg, C-Scheme, Jaipur, India, Tel.: 91-0141-2229858, 91-0141-2225653 Fax No.: 91-0141-2229858 Cost of Tender Form: Rs. 1,000/- only Tender Form No. – Tender Document For Supply, Installation and Commissioning of Layer 3 Managed MPLS Services (on quarterly rental basis for two years) Important Dates and references Date of commencement of sale of tender form : 04-07-2011 NIT No. : F.32(59)/NRHM/CSR/CODH/Part-II/1046 Dated: 01/07/2011 Pre-Bid Meeting : 08-07-2011 at 1500 Hrs. Venue: Swasthya Bhawan Last Date of Submission of filled tender form : 22-07-2011 up to 1500 Hrs. Date of Opening : 22-07-2011 at 1530 Hrs. Validity of bid : Six months from the date of opening of Tender Name of the Company/Firm: _______________________________________ Address of the Correspondence: ________________________________ __________________________________ Tele.No.: ___________ Fax No.: __________ Email Address: ______________ Contact Person’s Details: Name ________________________________ Designation ________________________________ Phone No. ________________________________ Mobile No. ________________________________ Email Address ________________________________

FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

  • Upload
    lenhan

  • View
    219

  • Download
    1

Embed Size (px)

Citation preview

Page 1: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 1 of 52 Signature & Seal of the Tenderer

Draft (before pre-bid)

Government of Rajasthan

Department of Medical, Health and Family Welfare Services Swasthya Bhawan, Tilak Marg, C-Scheme, Jaipur, India,

Tel.: 91-0141-2229858, 91-0141-2225653

Fax No.: 91-0141-2229858

Cost of Tender Form: Rs. 1,000/- only Tender Form No. –

Tender Document For

Supply, Installation and Commissioning of

Layer 3 Managed MPLS Services

(on quarterly rental basis for two years)

I m p o r t a n t D a t e s a n d r e f e r e n c e s

Date of commencement

of sale of tender form

: 04-07-2011

NIT No. : F.32(59)/NRHM/CSR/CODH/Part-II/1046 Dated: 01/07/2011

Pre-Bid Meeting : 08-07-2011 at 1500 Hrs. Venue:

Swasthya

Bhawan

Last Date of Submission

of filled tender form

: 22-07-2011 up to 1500 Hrs.

Date of Opening : 22-07-2011 at 1530 Hrs.

Validity of bid : Six months from the date of opening of Tender

Name of the Company/Firm: _______________________________________

Address of the Correspondence: ________________________________

__________________________________

Tele.No.: ___________ Fax No.: __________ Email Address: ______________

Contact Person’s Details: Name ________________________________

Designation ________________________________

Phone No. ________________________________

Mobile No. ________________________________

Email Address ________________________________

Page 2: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 2 of 52 Signature & Seal of the Tenderer

Table of Contents

Chapter Title Page No.

1 Definitions & Acronyms 03

2 Notice Inviting Tender 04

3 Project Profile 06

4 Scope of Work 10

5 Technical Architecture of WAN 19

6 Timelines 21

7 Eligibility Criteria 22

8 Earnest Money Deposit 24

9 Bidding Process 25

10 Bid Submission and Validity 28

11 Disqualification 29

12 Performance security & Liquidated Damages 30

13 Terms and Conditions 32

14 Terms of Payment 36

15 Technical Specifications 37

16 Financial Bid 44

17 Annexures 45

Annexure-I: Location Details 45

Annexure-II: Letter of Undertaking/ Declaration 46

Annexure-III: Authorization Certificate 48

Annexure-IV: Statement of Deviation from Terms & Conditions 49

Annexure-V: Bidder Profile 50

Annexure-VI: Firm Experience 51

Annexure-VII: Warranty (on bidder’s letterhead) 52

Page 3: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 3 of 52 Signature & Seal of the Tenderer

Chapter 1: Definitions & Acronyms

Agreement The Agreement to be signed between the successful Bidder and Director,

Department of Medical Health and Family Welfare, Jaipur

Authorized Representative Any person authorized by either of the parties.

Bidder/ Bidder The company/ corporation who will participate in the bidding process.

BoQ/ BoM Bill of Quantities/ Bill of Material

C-DAC Center for Development of Advance Computing, a scientific society of the

Ministry of Communications & Information Technology, Govt. of India

Corrupt Practice The offering, giving, receiving or soliciting of anything of value or influence

the action of an official in the process of Bidding or Contract execution.

CPE Customer Premises Equipment

DMHS Department of Medical, Health and Family Services

DoIT&C Department of Information Technology and Communication, Government of

Rajasthan.

EMD Earnest Money Deposit

Fraudulent Practice A misrepresentation of facts in order to influence a procurement process or

the execution of a Contract 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 Department of the benefits of free and

open competition.

GoR Government of Rajasthan

HIMS Hospital Information Management System

IPD In Patient Department

Law Any Act, Notification, Bye Law, Rules and Regulations, Directive, Ordinance,

Order or Instruction having the force of law enacted or issued by the Central

Government and/ or the Government of Rajasthan or any other Government

or regulatory authority or political subdivision of Government agency.

NBD Next Business Day

NOC Network Operations Center

NRHM National Rural Health Mission

NIT Notice Inviting Tender

OEM Original Equipment Manufacturer

OPD Out Patient Department

PO Purchase/ Work Order

Purchaser/ Tendering

Authority

Director, Department of Medical Health and Family Welfare, Jaipur

RHSDP Rajasthan Health Systems Development Project

RISL or RajCOMP RajCOMP Info Services Ltd., Jaipur

RSDC Rajasthan State Data Center located at Yojana Bhawan, Jaipur. (New SDC)

SDC State Data Center located at Yojana Bhawan, Jaipur. (Old SDC)

SecLAN Secretariat Local Area Network

SLA Service Level Agreement

SMSH Sawai Man Singh Hospital, Jaipur

SMSMC Sawai Man Singh Medical College, Jaipur

Supplier/ SI/ vendor/

Successful bidder/ VPN

Service Provider/ WAN

Operator

The bidder who will be finally selected and in whose name the work order/

purchase order will be released

UAT User Acceptance Test

Page 4: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 4 of 52 Signature & Seal of the Tenderer

Chapter 2: Notice Inviting Tender

Ref.No.: F.32(59)/NRHM/CSR/CODH/Part-II/___ Dated : 01/07/2011

SHORT TERM NOTICE INVITING TENDER

Government of Rajasthan is committed to leveraging advances in Information and Communication Technologies (ICT) for the benefit of the common man, especially in the rural areas. It is also determined to make efforts to effectively use Information Technology for delivering quality medical services to citizens and quicken the overall development of the State through improvement of health of its citizens.

For successful implementation of the “Arogya Online” an e-Governance project in health sector, robust communication network (data and voice) is the first and foremost requirement. The said communication network can only be obtained by setting up of a Wide Area Network (WAN).

Department of Medical, Health and Family Services (DMHS), Government of Rajasthan is considering appointment of a “VPN Service Provider” to supply, install, commission, operate and maintain WAN (on quarterly rental basis) in an efficient and effective manner for a period of two years, with an option to extend for a further one year.

Bidder has to quote for the supply, installation, implementation, commissioning, operations and maintenance of the WAN for the entire contract period, in accordance with the various provisions of this tender document.

DMHS on behalf of Government of Rajasthan hereby invites sealed tenders from IT and Communication companies/ corporations, for supply, installation, implementation, commissioning, operations and maintenance of end-to-end Managed Network Services on quarterly rental basis (all inclusive of providing CPEs (Router), bandwidth, etc.) in the state of Rajasthan as per details given below. The bidder shall be selected as per the procedures described in the tender document.

Cost of Tender Document Rs 1,000/- (postal charges: Inland / Overseas: Rs. 200/ Rs. 500 extra)

Estimated Project Cost Rs. 170.00 Lacs (Rupees One Hundred Seventy Lacs only) Earnest Money Deposit (EMD) Rs. 3.40 Lacs (Rupees Three Lacs Forty Thousand only)

Date of commencement of sale of tender form

From 04/07/2011

Date & Place of Pre-Bid Meeting 15:00 hrs on 08/07/2011 in Room No. 311, NRHM Block, Swasthya Bhawan, Tilak Marg, C-Scheme, Jaipur.

Last date & time of submission of bids Up to 15:00 hrs on 22/07/2011

Date & Time of Opening of Technical Bids 15:30 hrs on 22/07/2011

Date & Time of Opening of Financial Bids Will be intimated to the successful bidders of the technical criteria/ evaluation

Tender document can be downloaded from http://www.rajswasthya.nic.in http://www.rajcomp.net

WAN will be based upon End-to-End Managed MPLS solution with the flexibility to expand/ upgrade to cover initially 15 (fifteen) District Hospital(s)/ Government Hospital(s)/ Medical College(s) & Attached Hospitals across the state. The “Arogya Online” HMIS application would run across this WAN. The WAN will be scalable and high capacity network to carry data and voice traffic between various hospitals across the State linked with State Data Center (SDC) at Jaipur. More hospitals shall/ can be added onto the proposed WAN.

Interested bidders may obtain further information from the office of DIRECTOR (PUBLIC HEALTH), department OF MEDICAL, HEALTH AND FAMILY WELFARE , SWASTHYA BHAWAN, TILAK MARG, C-SCHEME, JAIPUR, INDIA, Tel.: 91-0141-2229858, 91-0141-2225653, Fax No.: 91-0141-2229858, Email: [email protected].

DMHS (Tendering Authority) reserves the complete right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever. No further discussion/ interaction will be held with the bidders whose bids have been disqualified/ rejected by the purchaser.

Director, Public Health

Page 5: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 5 of 52 Signature & Seal of the Tenderer

Other General Conditions

1) Before bidding, bidder is advised to visit these locations/ hospitals including the State Data

Center (SDC)/ Rajasthan State Data Center (RSDC) or any other office/ legacy network(s)

that is either connected or where connectivity may be required.

2) The complete bid document has also been published on the DHMS website

http://www.rajswasthya.nic.in for the purpose of downloading. The downloaded FINAL bid

document (after pre-bid) shall also be considered valid for participation in the bid process but

such bid documents should be submitted along with the required Bid document fee as

mentioned above.

3) All the communication/ correspondence including the bid document (Technical and

Commercial Bid) should be signed and stamped on each page by the designated authorized

representative of the bidder.

4) Bids would be considered only in the prescribed form/ document. Bids not submitted in

prescribed form will be summarily rejected.

5) The Technical Bids will be opened in the presence of designated representatives of the

bidder. The qualifying bids of the Technical evaluation process shall only be considered

finally for Commercial/ Financial bid opening. The Financial/ Commercial bid will be opened

in the presence of the bidders / designated representatives on separate date and time which

will be notified to all bidders (technically qualified).

6) DMHS (Tendering Authority) reserves the complete right to accept or reject in part or full any

or all the offers without assigning any reasons whatsoever. No further discussion/ interaction

will be held with the bidders whose bids have been disqualified/ rejected by the purchaser.

Page 6: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 6 of 52 Signature & Seal of the Tenderer

Chapter 3: Project Profile

“AROGYA ONLINE”

Introduction:

Government of Rajasthan had taken the initiative to automate the Hospitals in the state to improve

the patient care. Project was entrusted to RajCOMP. The customization and implementation of the

HIMS was assigned to C-DAC, Noida after a tripartite agreement between SMS Hospital, Jaipur

(Medical Education Department, GoR), RajCOMP (Department of IT&C, GoR) and C-DAC was

signed on 10/12/2007. The software for the HIMS has been developed by C-DAC and customized

for SMSH, Jaipur over the last two years. About 500 LAN nodes have been set up across 5

buildings of the Hospital for operationalizing the first phase of the HIMS which consisted of 13 core

clinical modules.

The integrated solution manages Hospitals Central Lab, OPD, IPD, OT’s, Store and Blood Bank as

well as the treatment modalities offered by more than 44 clinical & non-clinical departments, 70+

wards with 2500+ beds. The system also manages an avg. of 3200-3300 no. OPD patients on daily

basis and approx. 9000 daily investigations with errorless reporting mechanism.

Activities Completed so far:

As of now all the Core Clinical modules and other modules (totaling 19) have been made

operational at the SMSH, Jaipur. The Investigation reports of SMSH, Jaipur are now available on

the Medical Education Department website (at http://medicaleducation.rajasthan.gov.in/). The site

has received wide appreciation and acceptance as evident from 1.45 lac+ hits in past one year.

Also, remaining Phase-II & III modules has been loaded at the SMSH Server after successfully

completion of User Acceptance Testing (UAT) by SMS Hospital. Subsequently, Hospital is taking up

the operationalization of Phase II & III remaining modules.

Core Modules

PHASE 1

Back Office Module

PHASE 2

Misc Module

PHASE 3

1 Emergency Registration 1 Stores Management System 1 RTI

2 OPD Registration 2 Procurement & Purchase 2 Health Portal

3 Out Patient Management 3 Central Sterile Services 3 File Tracking System

4 In Patient Management 4 Personnel Information System 4 Library Mgt. System

5 Enquiry 5 Finance Management System

6 User Management 6 Bio Med. Waste/House Keeping

7 Investigation 7 Transport

8 Billing 8 Linen/Laundry

9 Blood Bank 9 Bio-Medical Engg. Dept. (BMED)

10 Patient Medical Record 10 Administrative Module

11 Operation Theatre 11 Appointment Management

Roster Management

12 Pharmacy Store

13 Diet Kitchen

Page 7: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 7 of 52 Signature & Seal of the Tenderer

Statistics at SMSH:

Number of Patient Registered & Admitted (from 02-Apr-2009 to 30-June-2011 upto 11 am)

Patient

Type Registered

Admitted &

Discharged Patient Investigations

Blood Bank

(with Bio-Metric & Bar

Code)

OPD 15,87,086 Adm. 2,86,940

Disch. 2,78,875

7,93,642 Bills

(with 33,93,404

Investigations)

65,962 – Donors Regn.

64,708 – Blood Bags

91,088 – Bag Supply

Emergency 3,55,118

Total 19,42,204

Achievements at SMSH:

� Display of IPD patient’s investigation report on ward’s computer.

� Display of investigation reports of all the patients on internet (at

medicaleducation.rajasthan.gov.in).

� Hospital Central Lab & Blood Bank completely Computerized

� Control over professional blood donors with use of Bio-Metric Donor Registration along with

Bar coding for identification of bags

� Common Stationary Concept introduced

� Control over the costs incurred on investigation-related groups.

Replication at 15 District Hospitals (as per Budget Announcement):

The successful SMS Hospital Model is to be replicated at all the 6 Medical Colleges & their

Attached Hospitals and also at the 15 District Hospitals by Department of Medical Education and by

Department Medical Health & Family Welfare as per announcement made by Hon’ble Chief Minister

in his Budget Speech 2010-11. Out of these 15 hospitals 9 hospitals are being computerized with

the assistance from World Bank under Rajasthan Health Systems Development Project (RHSDP)

and rest 6 hospitals are being computerized by National Rural Health Mission (NRHM). These

Hospitals are:

Srl District Hospital under RHSDP Bed Strength

1 D.H. Beawer 300

2 D.H. Alwar (including Zenana) 427

3 D.H. Bharatpur (including Zenana) 400

4 D.H. Bhilwara 400

5 D.H. Banswara 300

6 D.H. Ganganagar 300

7 D.H. Jaipur, Kanwatia 150

8 D.H. Pali 300

9 D.H. Sikar 300

Srl District Hospitals under NRHM Bed Strength

1 D.H. Baran 300

2 D.H. Barmer 300

3 D.H. Chittorgarh 300

4 D.H. Dholpur 300

5 D.H. Dungarpur 200

6 D.H. Jhalawar 200

Page 8: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 8 of 52 Signature & Seal of the Tenderer

In this regard, a tripartite MoU was signed between RajCOMP, Medical & Health Department and C-

DAC to computerize works in 15 District Hospitals in the State for better Medicare in the benign

presence of Hon’ble Medical & Health Minister Sh. A. A. Khan at Swasthya Bhawan on 24/06/2010.

A budget of Rs. 21.38 Crore has been sanctioned to provide IT-based administrative and medical

services.

Phase-I (Finalized System Study) completed and Software application customized by C-DAC.

Hardware, LAN and accessories ordered after tendering for 9 DH.

Replication at Medical Colleges (as per Budget Announcement):

‘Arogya Online’ is to be customized and replicated across all Medical Colleges & Attached Hospitals

as per announcement made by Hon’ble Chief Minister in his Budget Speech 2009-10 (point no.

170).

As per the approval from the Finance Department these Medical Colleges are to be taken up in a

year wise phased manner. The phases with estimated budgetary cost are as under:

Srl Medical College (with all attached hospitals) Estimated budgetary cost (in Rs. Lacs)

1 SMS Medical College, Jaipur & Rajasthan State Data Center 2463.23

2 Dr. SN Medical College, Jodhpur 1483.10

3 RN Medical College, Udaipur 818.81

4 JLN Medical College, Ajmer 784.91

5 SP Medical College, Bikaner 666.76

6 Govt. Medical College, Kota 843.19

In the current financial year (2011-12) SMS Medical College, Jaipur along with its seven Attached

Hospitals are being taken up for computerization activity.

Replication at SMS Medical College (as per Budget Announcement):

Replication MoU with a total budgetary cost of Rs. 2463.23 Lacs across five year duration signed on

08/12/2010 for SMS Medical College & Seven Attached Hospitals. Other Medical Colleges will be

taken up in a phased wise manner. The attached hospitals of SMS Medical College, Jaipur being

taken up for computerization under ‘Arogya Online’ are as under:

1. SMS Hospital

2. Zenana Hospital

3. JK Lon Hospital

4. Mahila Chikitsalaya

5. Gangori Bazaar Hospital

6. Chest & TB Hospital

7. Psychiatric Center

The implementation of the project is in four stages, namely:

� Stage-I: System Finalization – Three Months – Completed.

� Stage-II: System Setup - Application Modification & Tuning as per the FSD, Master Data

Collection, Verification & Configuration, Application Demonstration – Three Months – Under

Progress.

� Stage-III: User Acceptance Test & Application Go Live – Three Months

� Stage IV: Operationalization & FMS – Project Period

Page 9: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 9 of 52 Signature & Seal of the Tenderer

Application architecture at RSDC is as under:

Arogya Online application architecture is as under:

Page 10: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 10 of 52 Signature & Seal of the Tenderer

Chapter 4: Scope of Work

1. The bidder should provide an End-to-End Managed MPLS solution for the identified locations/ hospitals of the department (as provided in Annexure-I)

2. The bidder selected for implementing the Network have to provide end-to-end Managed Network Services for the identified service points in the Network on quarterly rental basis. The quarterly rental price is all inclusive price of providing CPEs (router), bandwidth, installing and maintaining them. The bidder are advised to consider the SLA, Quality of Service (QoS), security requirements and future expansion plans etc. while submitting their commercial offers in response to this RFP.

3. The bidder has to connect RSDC on optical fiber.

4. The bidder has to connect all sites with required bandwidth (as provided in Annexure-I). The last mile access can be through either wired or wireless media.

5. Location address with required bandwidth is provided in Annexure I

6. Below is the indicative design of the proposed network under the project:

7. Required MPLS architecture is Hub and Spoke with 80% of traffic reserved for real time critical application and 20% traffic remaining for standard applications.

8. The bidder has to supply, install and maintain CPE at all locations (as per its own requirement) throughout the contract period. Its bidder’s responsibility to design routers for all locations as per the network architecture and the bandwidth requirements of department (as provided in Annexure-I).

9. The bidder should be able to provide bandwidth on demand (for a limited period in case of , web reporting, proactive monitoring and configuration and change management as part of the solution.

Hospital n

Service Provider Backbone

Hospital 01 State DC

C-DAC

Page 11: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 11 of 52 Signature & Seal of the Tenderer

10. For first 6 months of the contract period the HIMS application would run from C-DAC NOIDA and for remaining period it will run from RSDC, Jaipur i.e. facility for spoke (C-DAC) to spoke (location/DH) managed services should also be provided for first six months through RSDC (hub). After which C-DAC would become one of the spokes and application shall run from RSDC directly as per following figure:

11. The bidder should develop a project implementation plan indicating milestones and deliverables to department. This should be designed considering the specified time period for implementation of the project.

12. The project implementation plan has to be monitored regularly and delay in achieving milestones and deliverables should be analyzed and corrective action should be taken.

13. Provision of the links is subject to satisfactory Acceptance Test (AT). The VPN Service Provider shall arrange for the AT after commissioning the links. The methodology for the test will be as defined below.

14. The overall role of the VPN Service Provider would be to build, own, operate and maintain a secure and resilient WAN network for a period of initial 2 years.

15. The VPN Service Provider shall ensure uptime of WAN as per the Service Level Agreement (SLA).

16. The VPN Service Provider should provide all requisite documentation for implementation and maintenance of the project.

Page 12: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 12 of 52 Signature & Seal of the Tenderer

a) The VPN Service Provider/SI shall prepare following documents and submit them to the department/ GoR.

i. Detailed Network Design report

ii. Location wise details of equipments installed and available in store.

iii. Detailed IP addressing scheme, security policy (as per Latest ISO 27001), routing policy, switching policy, Network design and architecture etc. for the WAN covering all the existing networks. These schemes and policy must conform to applicable ISO standards.

b) The VPN Service Provider shall supply all the installation material/ accessories/ consumables (e.g. screws, clamps, fasteners, ties anchors, supports, grounding strips, wires, fiber termination kits etc.) necessary for the installation of all the supplied Infrastructure and devices.

c) The VPN Service Provider shall provide software Updates/Patches/Versions during all the Stages for all software components including operating systems (that of Network Equipments), firmware, management software, security software, or any other software, which would be part of the supplies.

d) All the equipments/ components procured under the project as per the work order shall be directly delivered at the respective destination location where these items are required to be installed by the VPN Service Provider. Therefore all rates should be quoted inclusive of FOR destination.

e) Installation-

i. The VPN Service Provider shall install and commission the network equipment as per approved design and network deployment design document within the specified time period, as given in the Chapter-6 - Timelines.

ii. It shall be the responsibility of the VPN Service Provider to bring all the equipments and tools required for the installation and commissioning of the items as per LOI/ Purchase/ Work order issued by the Purchaser. No transportation/ insurance/ other charges would be paid by purchaser for this purpose.

iii. The VPN Service Provider shall install and configure all the equipments at all locations in accordance with the OEM guidelines and deploy approved Policies. The VPN Service Provider shall be required to test the required electrical ground at each existing power point before connecting any equipment.

iv. All the work shall be done in a conscientious manner as per the OEM guidelines and best industry practices. The system shall be subjected to inspection at various stages. Local regulation/ codes shall be followed at all times.

v. The VPN Service Provider shall not cause any damage to Government buildings /other premises/ property and will perform restoration if any damage occurs at his own cost. Trenches, path-cutting etc. will be back-filled and restored to the original condition immediately after laying of the conduit/cable at no extra cost. The VPN Service Provider shall also plug conduits and entrance holes where the cabling has been installed with suitable sealing material.

vi. VPN Service Provider would deploy all Security policies, IP Policies, routing policies etc. under the project after approval of Policy documents by purchaser.

f) Testing: The VPN Service Provider will carry out acceptance testing for each link. The test will include checks for below parameters:

i. Ping Test: Average Round Trip Delay - The “Average Network Transit Delay” shall mean the average time (in milliseconds) for a 100-byte diagnostic packet to transit

Page 13: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 13 of 52 Signature & Seal of the Tenderer

from a specific origin Provider’s Edge (PE) router (ingress) to a specific destination PE router.

ii. Packet Delivery: Packet delivery is calculated as the number of packets that arrive from a specific origin Provider’s Edge (PE) router to a specific destination PE router as the result of a ping echo initiated with 1000 packets with 100 bytes length each over a period of time (with 3 consecutive test with a gap of five minutes each).

iii. Trace route: As an evidence to show Mesh / Star topology.

g) Commissioning: After acceptance of Acceptance Test reports by the purchaser for the each site, the site would be deemed to have been commissioned.

17. Service Levels (SLA): The bidder has to maintain these Service Levels for the entire project period. This shall comprise of:

o SLA o Scope of Work o Terms & Conditions o Technical Details o Time Schedule o Liquidity Damaged/Penalties o Financial & Commercial Terms o Payment Terms o Entire Bid Document.

a) SLA Objectives: The uptime and network performance shall be calculated on quarterly basis for entire WAN components/services. The desired uptime for each segment of WAN is as under.

b) Definition: Link availability during a quarter is defined as total time in a Quarter less total down time in the Quarter. The Link is considered available when both the services (Data and Voice) mentioned in the requirement section in full capacity are available at all PoPs and links. VPN Service Provider will take prior approval from the Purchaser for the Link maintenance i.e. Planned down time which shall not be considered as a part of down time.

c) Service Level Requirement: The VPN Service Provider/SI has to maintain the Link uptime at each of the locations as per the table given bellow-

Location Desired Network

Uptime

RSDC at Yojana Bhawan, Jaipur

99.50% C-DAC NOIDA DC

District Hospital/ Location

d) The Site-wise Uptime shall be calculated on a quarterly basis.

e) SL Matrix: MTTA and MTTR to rectify and restore the services will be calculated from the time of detection of non-availability of services either through HDMS/ NMS/ or registration of complaints at Help Desk/ Service Window or any other mechanism adopted under the project. The VPN Service Provider shall provide Operations and Maintenance services as per matrix given below:

Location MTTA (Mean Time Taken

to Attend)

MTTR (Mean Time

Taken to Repair)

RSDC at Yojana Bhawan, Jaipur 30 Minutes 2 Hours

C-DAC NOIDA DC 30 Minutes 2 Hours

District Hospital/ Location 60 Minutes 4 Hours

Page 14: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 14 of 52 Signature & Seal of the Tenderer

f) MTTR time is exclusive of MTTA time. Downtime shall be calculated from the time of detection of the problem either through NMS or HDMS or manual procedure as the case may be. The actual downtime time shall also include the time taken for repairs.

g) The VPN Service Provider should provide tools / mechanisms to measure the same. The tool / mechanism should be able to provide Purchaser online information about downtime for network, and historical information about the same. The Uptime would be calculated per Quarter and penalty if any would be charged per Quarter. Downtime of any one of the services (Voice & Data) would result in deduction of that downtime from the total time in the Quarter.

18. Penalty:

a) Late Delivery: As per Liquidated Damages clause.

b) Penalty during execution of the project will be as under:

i. If due to failure of any equipment(s) or service(s) any other Service(s) are down or affected then penalty will be imposed for services/equipments having higher uptime requirement.

ii. If some Service(s) or part of it is down but the Service(s) is working due to redundancy features of the Service(s) then down time of that particular Service(s) will be considered.

iii. Bidder should ensure that at least 99.5% uptime in any case, calculated on quarterly basis.

iv. Downtime = duration of service interruption (in minutes)

v. Downtime will be calculated for each location(s) individually. For calculating the penalty the downtime of the worst case (highest downtime percentage) location shall be considered. For example cited below DH2 has the highest/ worst case downtime.

Location DH1 DH2 DH3 DH4 DH5 DH..n

Percentage downtime

2% 5% 0.5% 0% 0.5% --%

vi. For any downtime, for the above stated worst case downtime, of more than or equal to 0.5% in a quarter, penalty will be 5 (five) times the price for duration of the downtime.

c) The VPN Service Provider shall ensure warranty and on-site maintenance and Network management services of all equipments/ Software/ Components installed under this project for entire contract period.

d) The VPN Service Provider may be asked to provide the Operations and Maintenance Services as mentioned in this RFP for an additional period of 1 year after expiry of contract by the purchaser and the terms and conditions for such extension including payment terms shall be mutually decided between Purchaser and VPN Service Provider.

e) The VPN Service Provider shall provide services as per SLA, which defines maximum response as well as rectification times for all kinds of software as well as hardware and bandwidth problems for the network equipment.

f) VPN Service Provider shall be responsible for overall co-ordination, liaison services with the Service Providers for required uptime of links provided by the bandwidth service provider. VPN Service Provider has to co-ordinate with bandwidth service provider and the purchaser to ensure that the purchaser has made timely payment towards all the links of WAN to the service provider.

Page 15: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 15 of 52 Signature & Seal of the Tenderer

g) Bandwidth management: In case, the purchaser decided to increase the bandwidth of existing links for which bandwidth is provided by self/ bandwidth service provider then in such case VPN Service Provider has to co-ordinate with the self/ bandwidth service provider will provide to in timely up gradation and integration of the bandwidth. The cost of this extra bandwidth would be paid to the VPN Service Provider as the purchase order. The VPN Service Provider has to ensure timely integration of required bandwidth with WAN project, which is provided by self/ bandwidth service provider during entire contract period.

h) Timings for Service Window:

Timings : 24x7

Prime Hours : 24 Hrs.

Period : From the date of commissioning of WAN

Locations : As specified in Annexure-I

i) SLA Reporting: For performance reports of the WAN, the VPN Service Provider is required to provide a web portal solution available to all stakeholders. This portal shall provide online performance and availability reports of WAN. The purchaser or their designated agency at any point of time may audit this. The purchaser in consultation with the VPN Service Provider/SI shall decide the format for different SLA reports. The reports essentially produce following information -

i. Shall include detailed statistics of uptime and downtime of network, Latency, cause of downtime with the resolution for each office.

ii. These reports will also define if there is any kind of change in equipment in the network from time to time.

iii. For O&M team (which includes the telephonic support and support engineering team) there should be a report to give the details of total calls taken, calls dropped, incident created for the issue and resolution rate.

j) Network availability: - Network availability is defined as total time in a quarter (in minutes) less total down time (in minutes) in the quarter including planned downtime i.e. end to end connectivity and accessibility of the network. The network shall be considered available, when all the services mentioned in the requirement section in full capacity are available. Bandwidth downtime will not be considered as part of network downtime. VPN Service Provider will take at least 7 days prior approval for the network maintenance and this planned downtime will not exceed 4 hrs. Department shall have right to cancel this permission by giving information 12 hrs. in advance. Any downtime without prior approvals will be counted as a downtime and VPN Service Provider shall have to bear the penalties for that. The VPN Service Provider shall provide support and maintenance for the WAN from the date of Final acceptance testing. The VPN Service Provider’s request for payment shall be made at the end of each quarter by invoices along with the following supporting documents:

i. Performance statistics

ii. Log of network parameters along with Service Down time calculation and Uptime percentage.

iii. Bandwidth downtime details along with certificate of Bandwidth provider to that effect.

iv. Any other document necessary in support of the service performance acceptable to GoR.

v. VPN Service Provider shall be coordinating / liaison / dealing with bandwidth provider for the link / bandwidth availability as per service levels. VPN Service Provider has to immediately log the call / book the complaint and register the docket number against

Page 16: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 16 of 52 Signature & Seal of the Tenderer

the same. VPN Service Provider has to continuously follow up with the Bandwidth provider for immediate restoration of required bandwidth services. Furthermore, after link restoration, VPN Service Provider shall have to give details about the nature of fault/ attributable reason to Department / GoR for each link on daily / weekly / monthly / Quarterly basis MIS Reports. Therefore, it shall be the responsibility of the VPN Service Provider to resolve the bandwidth issues on priority in coordination with Bandwidth Provider. It should be noted that penalty would be imposed on VPN Service Provider/SI in case of bandwidth is not available with on the following conditions:

• Without proper justification of downtime, reason, Docket number (bandwidth provider)

• Backup link is not operational wherever available.

The Third Party Agency may verify all the supporting documents as prescribed and acceptable to department. On receipt of such invoice after verification by the Third Party Monitoring Agency and after deducting Income Tax, other taxes and any penalties, department/ GoR shall pay the amount. The VPN Service Provider/SI shall furnish all tax payment receipts to department/ GoR.

k) Penalties for misuse:

i. In case of misuse of MPLS-VPN bandwidth or any other facility being used under the project by the VPN Service Provider or any representative of VPN Service Provider, from outside the premises of location, the VPN Service Provider shall be liable for legal proceedings / penalties as provided in the IT Act –2000 or any other Law, for the time being in force.

ii. It is a responsibility of the VPN Service Provider to raise a Ticket at their call center and collect the docket/ ticket number from them whenever any equipment fails. VPN Service Provider need to provide all these documents to the Third party monitoring company while Audit, otherwise network downtime will be calculated at one higher level than actual.

19. Roles And Responsibility: Key stakeholders and their responsibilities in this Project are as below:

a) Implementing Agency – Department

i. Overall Project conceptualization and Project Management.

ii. To conduct Project Implementation Meetings.

iii. To provide guidance to all stakeholders.

iv. To Verify & Approve payments for Implementing Agency, 3rd party monitoring agency and auditors, if any.

v. To finalize and approve network, system architecture after reviewing latest estimates, project proposal in consultation with Department.

vi. To list all the nodal officers for co-ordination required for the implementation and operational phases.

vii. To provide administrative support to the implementation agency.

viii. To review and approve Project Management Plan and deliverables.

ix. To review project plans and progress.

x. Change Management initiatives and trainings programs.

xi. To ensure availability of funds and timely payment to, bandwidth provider and consultants.

Page 17: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 17 of 52 Signature & Seal of the Tenderer

xii. VPN Service Provider and Bandwidth provider performance review and decide the penalties for non-adherence as per the agreed service levels.

xiii. Ensure sustainability and scalability of WAN by review and adoption of new technologies.

xiv. Review services and deliverables of VPN Service Provider/ SI.

xv. Periodic review meetings and discussions with VPN Service Provider/ SI and Bandwidth/ Service providers.

xvi. Track; mitigate operations, issues and risks.

xvii. Verify and approve all bills related to WAN.

xviii. Ensure overall coordination among various agencies.

b) Network Operator and Management Services– VPN Service Provider

i. Design & Implement WAN Project.

ii. Provisioning Hardware and services required for WAN on quarterly based payment.

iii. Certificate from hardware OEM/ Manufacturer for providing complete support/ warranty of product for the entire Contract/ Project period

iv. Management of Inventory of Hardware at each location.

v. Operate, monitor and maintain WAN

vi. Integrate, monitor & maintain connectivity

vii. Provide the WAN as per agreed Implementation Plan and Phases

viii. To track Project issues and risks and present project status to Department

ix. Acceptance testing as per committed services for WAN

x. To provide the State ‘Change Management’ initiatives and training program, if any.

xi. To provide proper handholding and basic training to the Government officials as decided in the contract.

xii. Managing and monitoring a commissioned network on (24x7) for Network and Facilities of WAN including:

• Network management

• Link management

• Fault / incident management

• Problem Management

• Change Management

• Help desk Management

xiii. Preparation of usage reports of the components / links of the network.

xiv. Monitor the Bandwidth failures.

xv. Overall link management with Bandwidth Provider includes:

• Fault Detection: VPN Service Provider has to provide 24x7 proactive monitoring of link and if any hardware failure or network problems occur he himself create a ticket and inform to Department via mail or phone.

• Centralized call logging

Page 18: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 18 of 52 Signature & Seal of the Tenderer

• Physical Testing for link quality – As per Industries standard.

• Fault resolution to meet QoS defined in SLA.

• Coordination with bandwidth service provider (if taken externally) with verbal and written communications to ensure Service levels are maintained

xvi. To provide regular MIS reports relating to the uptime, downtime on weekly, monthly and Quarterly basis. The reports should be comprehensive for systems and hardware availability and performance and SLA compliance.

xvii. Network Operations and Maintenance – Preparation of bills with supporting reports based on SLA and finally submission of the same to Department for necessary payment.

xviii. Schedule and Preventive maintenance of infrastructures and facilities on regular intervals, in consultation with Department.

c) Participating Departments (DMHS): Participating Department will help and provide full co-operation in implementation of the WAN. Department will provide permissions for in building cabling, proper power and room for equipment and roof top permission for RF links and also permission for VPN Service Provider technicians to enter at each site.

Page 19: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 19 of 52 Signature & Seal of the Tenderer

Chapter 5: Technical Architecture of WAN

1. The Tenderer's VPN Backbone network should be carrier agnostic ensuring no single point

of failure.

2. The Tenderer should provide dedicated MPLS Ports with 1:1 committed information rate at

all the locations for smooth working of application.

3. All the MPLS-VPN remote locations will access applications (Data & Voice).

4. The Tenderer should be capable of providing Remote Managed Services from their NOC for

all networking elements used for MPLS termination.

5. The Tenderer’s MPLS Core Architecture:

a) PoP should be owned by the bidder, with highly reliable and redundant devices.

b) PoP location should be highly scalable in terms of bandwidth, power and Port requirement.

c) PoP location should have the capability of terminating last mile on wired / RF etc.

d) The Last Mile should be on a dedicated, non-shared, non-contentious medium.

6. Network Management: The Tenderer should be capable of performing a proactive

monitoring and fault management of the network on an End–to-End (CPE to CPE) basis

remotely from its own Network Operations Center (NOC) and provide the following link wise

report (both online & printed) on hourly/daily/monthly/quarterly basis:

a) Link Downtime / Uptime Analysis Report.

b) Traffic Monitoring, Bandwidth Utilization Report with committed information rate for all links and MPLS ports.

c) Network availability reports as per Service Level Parameters as defined.

d) Utilization, Latency & Jitter for all the locations

e) The Service Provider should be capable of allocating to department, one User-Id & Password for web access to monitor in real time all network statistics and reports as mentioned above on each location & one master ID for monitoring all links. The Service Provider should be capable of providing a Web Console for WAN Circuit. The web console shall allow department to view the details of the SLA metrics including Packet loss, Jitter and Latency, performance, availability and interface status in real-time.

7. Security of Network:

a) MPLS-VPN should be fully secured and should fulfill the security requirements as per the IT-Act applicable at the time of implementation.

b) The Network should have safeguards and security against unauthorized access, tapping and sniffing of data on the WAN.

8. MPLS Routers: Suitable brand/model and required type and number of ports for Routers for

the MPLS VPN should be supplied. Brochures and Technical specifications of the routers

should be enclosed. The on-site comprehensive warranty for the routers should be for

project period.

Page 20: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 20 of 52 Signature & Seal of the Tenderer

9. Conceptual Design: The technology selected for WAN is Multi Protocol Label Switching-

Virtual Private Network (MPLS-VPN) and all the data and voice communication/ services will

be IP based.

a) The proposed Design has been divided into Three Layer Hierarchical Architecture as

shown in the diagram below:-.

i. Router at SDC will form the Tier-I i.e. Core layer.

ii. Router at Bidder’s/ Bandwidth provider’s PoP will form the Tier-II i.e. Distribution layer.

iii. Router at District Hospital/ location will form the Tier-III i.e. Access layer.

b) The hierarchically layered network architecture also brings the advantage of hierarchical

IP addressing which avoids the router to maintain and process very large routing tables.

This improves the overall performance of the network. The hierarchical network also

avoids the failure of the entire network when a part of network fails.

10. Understanding the WAN Layers:

Layer Coverage Description

Core Layer

RSDC, Jaipur & C-DAC Noida

The primary responsibilities of this layer shall be to forward the traffic at very high speed, apply QoS parameters to meet desired service levels for HIMS “Arogya Online” application, integrate network security, ensure high-availability and the resiliency of the whole network etc. Backbone router will be the heart of WAN network, and will facilitate in routing the data between the centralized Data center and Hospitals/ locations connected on WAN.

Distribution

Layer

Bidder’s PoP

The primary responsibilities of this layer shall be aggregating traffic coming from multiple access locations to the core, summarizing the routes, applying QoS policies & integrated network security, acting as a topology change isolation point.

Access

Layer District

Hospitals/Medical colleges locations

The primary responsibilities of this layer will be feeding traffic into the network, performing network entry control and provide other edge services like QoS based forwarding of traffic; traffic accounting and policy based routing, network security enforcement.

11. Protecting integrity and confidentiality of data/ information of GoR, and securing the same

from internal as well as external threats. Suitable security arrangements will be done by

using state of the art high-end Firewalls and Intrusion Prevention Systems (IPS).

12. District Hospitals/ RSDC:

a) The MPLS-VPN link will be provisioned by the VPN Service Provider.

b) The last mile media may be wired or wireless, depending on the media availability & SLA.

c) All the links from RSDC will terminate at respective District Hospital/ location

Page 21: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 21 of 52 Signature & Seal of the Tenderer

Chapter 6: Timelines

The VPN Service Provider has to commission RSDC (Jaipur), C-DAC (NOIDA) and four hospitals (Alwar, Beawar, Sikar & Jaipur-Kanwatiya) within 3 weeks from date of order and connect remaining sites within 6 weeks from date of order as per the requirement mentioned in Scope of Work.

Testing of each site will be done free of cost for three days. Payment will become due only after the successful testing & start of services.

Page 22: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 22 of 52 Signature & Seal of the Tenderer

Chapter 7: Eligibility Criteria

Bidders that meet ALL of the following qualification criteria should only apply.

1. The Bidder can be firm/ organization/ institute/ company/ corporation/ society registered/ incorporated in India. Consortium in any form is not allowed.

2. The bidder must have a minimum experience of 3 years in India.

3. The bidder must have a permanent office in Rajasthan.

4. The Bidder should hold a valid NLD license OR a valid Category A-ISP license from Govt. of India to operate & provide MPLS VPN services in India which should be valid up to the contract period (Attach a copy of the license).

5. The Bidder should have Network backbone from own/ different / multiple providers creating a Multi-Homing and Carrier-Agnostic Network Infrastructure

6. The Bidder (except PSU) should have an ISO 20000 or ISO 27001 Certified NOC for trouble shooting round the clock to ensure uninterrupted services. NOC should work proactively towards network monitoring & management.

7. The bidder should have minimum 5 MPLS PoPs in Rajasthan on its backbone and should have PoP level redundancy in major locations to ensure high availability. A list of MPLS PoPs with complete address and contact (name & no.) as a proof of fulfilling this requirement shall be submitted along with the bid

8. The Bidder may preferably have a STM-4/ STM-16 (Synchronous Transport Module) enabled Backbone capacity in the core.

9. The Bidder should provide facility of Single Universal Access No. across the state for logging complaints / service requests.

10. The Bidder should be responsible for turnkey solution including supply of last mile, bandwidth provisioning, hardware required if any (like router, modem, converters, etc.)

11. The Bidder should provide multiple options for the Last Mile connectivity on Fiber / Wired / Wireless media at all the locations.

12. The Bidder should have a Legal Agreement/ MoU with Service Providers of the area for provisioning the Last Mile connectivity. The bidder should have a back-end support agreement including spare parts, expertise requirements etc. with the Original Equipment Manufacturers (OEMs) of all the CPE/ quoted item in this RFP, which includes the post-sales support activities (like Integration support, Technical Assistance support, spares support, Software Up gradation support etc.)

13. The Bidder must have their own Service Team for Project Implementation & Post-Implementation Support at all locations on the defined SLA.

14. The Bidder should be able to offer managed secured network services.

15. The bidder should have its presence at all the locations (annexure-I) of this RFP.

16. The bidder should submit the order copies from at least 2 existing customers (Pvt. / Public Sector) to whom the vendor has been successfully providing/ provided MPLS VPN services for past 3 years and connecting more than 15 locations for each customer in India. Documentary evidence of the same needs to be enclosed.

17. Annual turnover of the bidder for the each of the last three financial Years 2007-08, 2008-09 and 2009-10 should be a minimum Rs. 3.50 crores. Attested & audited copy of the company’s annual report has to be attached along with the bid.

Page 23: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 23 of 52 Signature & Seal of the Tenderer

18. The bidder should preferably have collaboration with the CERT-In. (Indian Computer Emergency Response Team) for data security purpose.

19. The bidder must submit documentary evidence in support of their claim for fulfilling the criteria and they should submit an undertaking on their letterheads (annexure-II) to the fairness of these documents in support of their claim while submitting the Bids. The Bids received without documentary evidence will be out rightly rejected.

20. The bidder should deposit Earnest money (as elaborated in Chapter 8). The Bid received without required Earnest money will be rejected.

21. The following criteria must also be strictly fulfilled by the bidder:

a) The bidder must have respective registration certificate, valid VAT/ Sales Tax Registration Certificate, valid Service Tax Registration Certificate and Income Tax Return with Audit Report from CA. Bidder shall provide a self attested copy of all the above-mentioned certificates along with this bid document.

b) The bidder should not have been Black listed by any State or Central Government in India. An undertaking must be submitted duly attested by the notary, by the bidder (annexure-II).

22. Bidder should furnish documentary evidence (copies of, Work Orders/Contracts & relevant Completion Certificates, license, Audited Balance Sheet, P&L Account, etc.) to substantiate their eligibility against the above technical as well as financial evaluation criteria along with the bid.

23. In the absence of such requisite documents, department reserves the right to reject the bid without any reference to the bidder.

Page 24: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 24 of 52 Signature & Seal of the Tenderer

Chapter 8: Earnest Money Deposit (EMD)

The bidder shall furnish an Earnest Money amounting to Rs. 3.40 Lacs (Rupees Three Lacs Forty

Thousand Only).

1. Earnest Money: Tender shall be accompanied by an earnest money as per details given

NIT, without which tenders will not be considered. The amount should be deposited in the

form of Bank Draft/ Bankers Cheque of the scheduled Bank (drawn) in favor of Director

(Public Health), Department of Medical, Health and Family Welfare payable at Jaipur. The

instrument shall be valid for 180 days or six months from the date of submission of RFP,

which can be extended, if required.

a) Refund of earnest money: The earnest money of unsuccessful Bidder shall be

refunded soon after final acceptance of tender & placing order to successful Bidder.

b) Exemption from earnest money: Firms which are registered with the Director of

Industries and Supplies, Government of Rajasthan, shall furnish the amount of earnest

money in respect of items manufactured by them, for which they are registered as

such, subject to their furnishing registration certificate in original or a Photostat copy or a

copy thereof duly attested by any Gazetted Officer along-with a Competency Certificate

from the Director of Industries, Government of Rajasthan at the rate of 0.5%.

c) The Central Government and Government of Rajasthan Undertakings need not furnish

any amount of earnest money.

d) The earnest money/ security deposit lying with Department/ office in respect of other

tenders awaiting approval or rejected or on account of contracts being completed will not

be adjusted towards earnest money/ security money for the fresh renders. The earnest

money may however, be taken into consideration in case tenders are re-invited.

2. Forfeiture of earnest money: The earnest money will be forfeited in the following cases:

a) When Bidder withdraws or modifies the offer after opening of tender but before

acceptance of tender.

b) When Bidder does not execute the agreement if any, prescribed within the specified

time.

c) When the Bidder does not deposit the security money after the supply order is given.

d) When he fails to commence the supply of the items as per supply order within the time

prescribed.

e) Bidder does not accept the purchase order.

Page 25: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 25 of 52 Signature & Seal of the Tenderer

Chapter 9: Bidding Process

1. The bidding process comprises of two-bid system (Technical and Commercial Bid). The

bidder is required to submit two copies of bid document – One Original and One photocopy

of original bid. One soft copy (PDF format in CD) of the bid document must also be

submitted. One CD consisting of Technical details must be submitted with the Technical

Envelop.

2. Two Bid System: Offers (Technical & Commercial) must be submitted giving full particulars

in separate sealed envelopes at the following address on or before 15:00 Hrs dated

22/07/2011.

Department of Medical, Health and Family Welfare Services Swasthya Bhawan, Tilak Marg, C-Scheme, Jaipur, India,

Tel.: 91-0141-2229858, 91-0141-2225653

Fax No.: 91-0141-2229858

a) All envelopes should be securely sealed and stamped and must be super-scribed with

the following information:

• Type of Offer (Technical or Commercial)

• Bid Reference Number

• Due Date

• Name of Vendor with Complete Address

b) ENVELOPE – I (Technical Bid): It must contain all the Technical details along with all

the requisite information as required in the Tender Document and EMD. This Envelope

should be marked as “Technical Bid for Supply, Installation and Commissioning of Layer

3 Managed MPLS Services”.

c) ENVELOPE –II (Commercial Bid): It must contain all the commercial details along with

all the requisite information as required in the Tender Document. This Envelope should

be marked as “Commercial Bid for Turnkey Project for Supply, Installation and

Commissioning of Layer 3 Managed MPLS Services”.

3. Tender document: Tender is to be submitted as per enclosed format only. The bidder is

required to attach all the requisite certificates, brochures & other documents as per the

tender document. A complete set of bidding documents may be purchased from above office

against a written application during office hours 09.30 Hrs to 18.00 Hrs on all working days

or by post upon payment of a non-refundable fee of Rs. 1,000/- (Postal Charges Extra) as

indicated below by Demand Draft/Banker's Cheque favoring The Director (Public Health),

Department of Medical, Health and Family Welfare payable at Jaipur. Postal Charges -

Inland / Overseas: Rs. 200 / Rs. 500 respectively.

a) Bidder is expected to examine all instructions, forms, terms and conditions, and

requirements in the bid document. Failure to furnish all information required by the bid

document or submit a Bid not substantially responsive to the bid document in every

respect may result in the rejection of the Bid.

b) Cost of Bidding: The Bidder shall bear all costs associated with the preparation and

submission of its bid and department shall in no event or circumstance be held

Page 26: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 26 of 52 Signature & Seal of the Tenderer

responsible or liable for these costs, regardless of the conduct or outcome of the bidding

process.

c) Any bid not accompanied with EMD of Rs. 3.40 Lacs or in proper form shall be out rightly

rejected.

d) The bidder has to submit all the pages of bid document sealed, numbered and signed by

the authorized signatory.

e) Tender Document can also be viewed at our website http://rajswasthya.nic.in &

http://nrhmrajasthan.nic.in and is meant for inspection. The Bidders intending to

participate in the Bidding process should purchase the Bid document from office as

mentioned above. No downloaded document will be accepted.

f) The technical bids will be opened on 22/07/2011 at 15:30 Hrs at the address given

above.

g) The Commercial bid of only the technically short listed bidders would be opened. The

dates for the same would be intimated separately.

4. Pre-bid meeting:

a) The bidder or its official representative are invited to attend a pre-bid meeting which will

take place at address mentioned above on 08/07/2011 at 15:00 Hrs.

b) In this pre-bid meeting, the Purchaser would address the clarifications sought by the

bidders with regard to the RFP document and the project.

c) Purchaser will entertain queries and clarifications sought by only those bidders who have

purchased this RFP document or downloaded it from website and submitted the tender

fees. Bidders that have purchased the RFP document are welcome to attend the pre-bid

meeting, even if they do not have any specific queries.

d) Purchaser 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.

e) Bidders are requested to raise their all queries related to this RFP/ Tender Document

finally up to date of pre-bid. After the date of pre-bid provision laid down in this RFP/

Tender document or GF&AR, Govt. of Rajasthan shall prevail.

f) The modified RFP/ Tender document after pre-bid, which may become necessary as a

result of the pre-bid meeting, shall be made available by Department on the website.

g) The Bids and all correspondence and documents relating to the bids, shall be written in

the English language.

h) Any Bid received by Purchaser after the date and time for receipt of bids prescribed in

the RFP document will be rejected and returned unopened to the Bidder.

5. Bid Forms:

a) Wherever a specific form is prescribed in the Bid document, the bidder shall use the form

to provide relevant information. If the form does not provide space for any required

information, space at the end of the form or additional sheets shall be used to convey the

said information.

b) For all other cases, the Bidder shall design a form to hold the required information.

Page 27: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 27 of 52 Signature & Seal of the Tenderer

c) Purchaser shall not be bound by any printed conditions or provisions in the Bidder’s Bid

Forms.

6. Local Conditions:

a) Each Bidder is expected to fully get acquainted with the local conditions and factors,

which would have any effect on the performance and/or the cost.

b) 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 Award as described in the bidding

documents. The Purchaser shall not entertain any request for clarification from the

Bidder regarding such local conditions.

c) It is the Bidder’s responsibility that such factor 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 document will be

entertain by the purchaser. Neither any change in the time schedule of the contract nor

any financial adjustment arising thereof shall be permitted by the purchaser on account

of failure of the Bidder to know the local laws/conditions.

d) The Bidder is expected to visit and examine the local conditions of District Hospitals and

its surroundings and obtain all information that may be necessary for preparing the bid at

their own interest and cost.

7. Contacting the Purchaser:

a) Any effort by the Bidder influencing the purchaser’s bid evaluation, bid comparison or

contract award decisions may result in the rejection of the bid.

b) Bidder shall not approach Purchaser or its officers after office hours and/or outside

purchaser’s office premises, from the time of the bid opening till the time the Contract is

awarded.

c) VPN service provider has to provide single point contact for fault reporting. A report on

link availability, downtime for all the segments should also be on 24x7 basis.

Page 28: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 28 of 52 Signature & Seal of the Tenderer

Chapter 10: Bid Submission & Validity

1. Bid Submission:

a) 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 Contract/ Agreement. All pages of

the bid, except for un-amended printed literature, shall be initialed by the person or

persons authorized to sign the bid.

b) The last date for submission of bid is 22/07/2011 up to 15:00 hrs.

2. Validity of Bids:

a) Bids shall remain valid for 180 days from the date of opening of technical bids. A Bid

valid for a shorter period shall be rejected as non-responsive.

b) In exceptional circumstances, department may solicit Bidder's consent to an

extension of the period of validity. The request and the responses thereto shall be

made in writing. The EMD shall also be suitably extended without any interest. A

Bidder giving the request to extend the validity is not required nor permitted to modify

the Bid.

Page 29: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 29 of 52 Signature & Seal of the Tenderer

Chapter 11: Disqualification

1. Department, may in its sole discretion and at any time during the processing of Tender, disqualify any bidder from the Tendering process if the bidder has: –

a) Submitted the Tender after the prescribed date and time of submission of bids or (without Tender document fees of Rs. 1,000/-)

b) Submitted Tender document, which is not accompanied by required documentation, Earnest Money Deposit (EMD) and is non-responsive.

c) Made misleading or false representations in the forms, statements and attachments submitted in proof of the eligibility requirements.

d) If found to have a record of poor performance such as abandoning works, not properly completing the contract, inordinately delaying completion, being involved in litigation or financial failures, etc.

e) Failed to provide clarifications Undertaking, Authorization, etc. requested document such related thereto, when sought.

f) Submitted more than one bid. This will cause disqualification of all bids submitted by such applicants except the last bid received or bidder quoting option in Technical Qualification.

g) Not quoted products in accordance with this tender document/ RFP.

h) Applicants who are found to canvass, influence or attempt to influence in any manner the qualification or selection process, including without limitation, by offering bribes or other illegal gratification, shall be disqualified from the process at any stage.

i) Conditional Bids will be rejected.

2. A Bid not valid for at least 180 days shall be considered as non-responsive and would be disqualified.

Page 30: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 30 of 52 Signature & Seal of the Tenderer

Chapter 12: Performance security & Liquidated Damages

1. VPN SERVICE PROVIDER shall carry out the services in conformity with generally accepted

professional and technically accepted norms relevant to such assignments that are required

for the Arogya Online project and which are to the entire satisfaction of the Purchaser.

2. In the event of any deficiency in services, the VPN SERVICE PROVIDER shall promptly take

necessary action to resolve it, at no additional fees to the Purchaser.

3. Successful bidder will have to execute an agreement on a Non-Judicial Stamp of appropriate

value within a period of 15 days from the date of issue of Work Order and deposit security as

per clause 5 prior to signing of agreement.

4. The earnest money deposited at the time of tender may be adjusted towards security

amount or alternatively the bidder, taking the EMD back, may deposit a fresh performance

security. The Security amount shall in no case be less than earnest money.

5. Successful bidder shall deposit 5% of total order value for the entire project duration as the

security/performance guarantee money as follows:

6. The form of security money shall be as below:-

a) Cash/ Bank Draft/ Bankers Cheque / Bank Guarantee (from a scheduled bank whose

branch is in Jaipur) duly discharged in favor of Director, Department of Medical

Health and Family Welfare, Jaipur

b) Performance bank Guarantee should be irrevocable. Client should take the

conformation from the bank.

c) Post-office Saving Bank Pass Book duly pledged.

d) National Savings Certificate, Defense Savings Certificates, Kisan Vikas Patras or any

other script/ instrument under National Saving Scheme for promotion of small

savings, if the same can be pledged in favour of Director, Department of Medical

Health and Family Welfare, Jaipur.

7. No interest will be paid by the purchaser on the EMD & performance security deposit.

8. The successful bidder shall be required to execute following agreements towards services:

a) Service Level Agreement for Supply, Installation, Integration, Network Operations

and Maintenance Services for equipment/ software/ components under Arogya

Online for all locations.

b) Non Disclosure Agreement - Failure of the VPN SERVICE PROVIDER to comply

with the requirements shall constitute sufficient grounds for the annulment of the

award and forfeiture of the Performance Security.

9. Liquidated Damages: During supply, installation & commissioning and in case of extension

in the delivery period / completion with liquidated damages the recovery shall be made on

the basis of following percentages of value of Stores / work completion, which the bidder has

failed to supply/ complete the work.

No Condition LD %

a. Delay up to one fourth period of the prescribed delivery period /

completion of work defined in this RFP

2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed

period / completion of work defined in this RFP

5.0 %

c. Delay exceeding half but not exceeding three fourth of the prescribed

period / completion of work defined in this RFP

7.5 %

Page 31: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 31 of 52 Signature & Seal of the Tenderer

d. Delay exceeding three fourth of the prescribed period / completion of

work defined in this RFP

10.0 %

a) Fraction of a day in reckoning period in supplies shall be eliminated if it is less than

half a day.

b) The maximum amount of liquidated damages shall be 10%.

c) If the VPN SERVICE PROVIDER requires an extension of time in completion of

contractual supply on account of occurrence of any hindrance, he shall apply in

writing to the authority, which has placed the supply order, for the same immediately

on occurrence of the hindrance but not after the stipulated date of completion of

supply.

d) Delivery period may be extended with or without liquidated damages if the delay in

the supply of equipment / software / components is on account of hindrances beyond

the control of the bidder.

e) Also Liquidated Damages would be deducted from the payment due for that

milestone as mentioned in this RFP.

f) If Department fails to provide space at the respective hospitals/ locations to VPN

SERVICE PROVIDER and/or delay in statutory/ regulatory approvals, the Liquidated

damages for such delay shall not levy on the VPN SERVICE PROVIDER.

10. Forfeiture of Performance Security: Forfeiture of Security Deposit: Security amount in full

or part may be forfeited in the following cases: -

a) When the terms and conditions of contract is breached.

b) When the bidder fails to make complete supply satisfactorily.

c) When contract is being terminated due to non-performance of the VPN SERVICE

PROVIDER.

d) Notice of reasonable time will be given in case of forfeiture of security deposit. The

decision of the Purchase Officer in this regard shall be final.

11. Failure of the successful bidder to comply with the requirement of the contract shall

constitute sufficient grounds for the annulment of the award and forfeiture of the bid security,

in which event the purchaser may make the award to the next lowest evaluated bidder or call

for new bids.

12. Release of Performance Security: The security/ performance guarantee, which was

deposited, will be returned back after expiry of Contract/ Project Period.

Page 32: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 32 of 52 Signature & Seal of the Tenderer

Chapter 13: Terms and Conditions

Note: Bidders must read these conditions carefully and comply strictly while sending/submitting their tenders.

1. This document is the property of Department, and the addressee is required to keep the

contents confidential. Copying or further distribution beyond the original recipient is not

permitted.

2. The Department will be at liberty to modify or alter the RFP Document at any time before the

last date and time of submission of bids.

3. The Bidder shall bear all costs associated with the preparation and submission of its bid and

Department will in no case be responsible or liable for these costs, regardless of the conduct

or outcome of the bidding process.

4. The bid including all documents, catalogues etc, shall be in English.

5. This RFP document and the addendums/ amendments issued (if any), terms and conditions

therein, formats/ annexure for submission of technical specification, statement of

compliances, details enclosed with the bid documents shall be the basis of the agreement

for the Contract to be entered into with the selected Bidders.

6. The bid shall be strictly in line with the terms specified in the RFP. No deviation from the

terms and conditions specified shall be acceptable. For this purpose, the Bidder shall submit

a complete set of RFP Document (including all annexure/s) duly signed and stamped on

each page as a token of acceptance. Bids containing deviation from the terms and

conditions are liable to be rejected.

7. If the Bidder becomes bankrupt or insolvent or causes or suffers any receiver to be

appointed for his business or any assets thereof or compounds with his Creditors, or being a

corporation, winding up proceedings are commenced against it and / or any proceedings

regarding its amalgamation with another Corporation or its reconstruction are initiated and /

or it carries on its business under a Receiver for the benefit of its Creditors, the Department

shall be at liberty-

a) To terminate the contract forthwith upon coming to know of the happening of any

such event as aforesaid by notice in writing to the Bidder or to the Receiver or

Liquidator or to any person in whom the Purchase Order may become vested

b) To give such Receiver, Liquidator or other person the option of execution of the

contract subject to his providing guarantee for amount to be specified by the

Department.

8. Any services which might not have been specifically mentioned in this RFP but are

necessary for the design, commissioning, making operational, performance or completeness

of the Solution, shall be provided/ rendered as per the time schedule for efficient and smooth

operation of the services as per SoW.

9. The Bidder shall supply all necessary details, network diagrams and documents to the

Department required for implementation/ integration with different departments without any

additional cost. All these documents shall be in English.

10. The documents furnished by the Bidder along with the Technical Bid shall become the

property of the Department.

11. The Department reserves the right to seek clarifications on the documents submitted.

12. The Department shall have the right to inspect and test the infrastructure and system of the

Bidder at any time. The Bidder on demand from the Department shall carry out such tests in

appropriate manner in the presence of Departments representatives and free of charge to

Page 33: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 33 of 52 Signature & Seal of the Tenderer

Department. The inspection, examination or testing carried out by the Department shall not

relieve the Bidder from any of his obligations under the purchase contract.

13. The Bidder shall bear all costs of such inspections and tests.

14. The Bidder shall make available all necessary and relevant records, facilities access to the

system and access to personnel for audit by the Department or any representative

authorized by the Department.

15. The Bidder warrants that in the course of providing the services to the Department, they

shall not infringe upon any third party Patent, Copyright, Design, Trademark, or any other

Intellectual Property Rights for hardware, system software and application software.

16. The Contract shall be governed by the Laws and Regulations of India for the time being in

force and any changes therein from time to time and will be subject to the exclusive

jurisdiction of the Courts in Mumbai, India.

17. The Bidder assumes responsibility for and shall indemnify and keep the Department

harmless from all liabilities, claims, costs, expenses, taxes and assessments including

penalties, punitive damages, attorney’s fees and court costs which are or may be required to

be paid by reasons of any breach of the Bidder’s obligation under these general conditions

or for which the Bidder has assumed responsibilities under the Purchase Order including

those imposed under any contract, local or national law or laws, or in respect to all salaries,

wages or other compensation to all persons employed by the Bidder in connection with the

performance of any system covered by the Purchase Order.

18. In respect of Local Loops, Links and other Services as mentioned in the SOW, the Bidder

shall comply with all statutory instructions / guidelines issued by

19. RBI/ TRAI/ GOI/ or any other government authority/regulator from time to time and will hold

the Department indemnified against any action / penalties imposed on the Department.

20. In the event of any third party raising claim or bringing action against the Department

including but not limited to action for injunction in connection with any rights affecting the

connectivity / services provided by the Bidder covered under the Purchase Order or the use

thereof, the Bidder agrees and undertakes:

a) To defend and / or to assist the Department in defending at the Bidder’s cost against

such third party’s claim and / or actions and against any law suits of any kind initiated

against the Department.

b) To indemnify, keep indemnified and hold harmless the Department against all

actions, claims, demands, costs, charges and expenses arising from or incurred by

reason of any infringement of patent, trade mark, registered design, copy rights and/

or intellectual property right of any third party or parties in connection with use of the

solution provided by the Bidder whether or not the Department is held liable by any

court judgment.

21. Neither party shall be liable hereunder by reason of any failure or delay in performance of

obligations on account of strikes, riots, fire explosions, acts of God, war, Governmental

action or any other cause, ‘force majeure’, which is beyond the reasonable control of such

party.

22. Arbitration:

a) If any dispute arises out of the contract with regard to the interpretation, meaning and breach of the terms of the contract, the matter shall be referred by the bidder to the sole arbitrator, which in case of this Bid will be the Principal Secretary/ Secretary (as the case may be), Department of Medical, Health & Family Welfare Services, Government of Rajasthan or any Officer as designated by the State Government, to be named in the contract, whose decision shall be final.

Page 34: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 34 of 52 Signature & Seal of the Tenderer

b) All legal proceedings, if necessary, related to any of the parties shall to be lodged in the court of appropriate jurisdiction and situated at Jaipur and not elsewhere.

c) Any fact or condition, which may not have been mentioned in terms and conditions and may arise during the contract period, shall be decided as per the State Government policy/ rules. In case rules/ policies do not provide any such situation, the issue will be decided by the Arbitrator.

23. The Bidder and its employees will strictly undertake not to record by any means or

communicate or allow to be recorded by any means or communicated to any person or

divulge in any way any information relating to the conversations, events, ideas, concepts,

know-how, techniques, data, facts, figures and all information whatsoever concerning, or

relating to the Department and its affairs to which the said employees have access in the

course of performance of the contract.

24. The Bidder shall not assign their rights and obligations under the terms of this contract to

any party / other person without the written consent of the Department.

25. The Bidder shall be agreeable to carryout modifications / updates based on the security

review by or on behalf of the Department, at no extra cost.

26. Department can contact the quoted reference site(s) to seek further information/ user

experience.

27. Reservation of Rights: The purchaser reserves the right to:

a) Extend the Closing Date for submission of the Proposals.

b) Amend the proposal requirements at any time prior to the Closing Date, provided that

the amendment is notified to prospective bidders.

c) Seek information from or negotiate with one or more of the bidders on any issue at

any time and to continue to negotiate with one or more of the bidders.

d) Discontinue negotiations at any time with any bidder.

e) Allow a Tenderer to change its Technical proposal if the same opportunity is given to

all bidders.

f) Terminate or abandon this Procedure or the entire project whether before or after the

receipt of proposals.

g) Seek the advice of external consultants to assist department in the evaluation or

review of proposals.

h) Make enquiries of any person, company or organization to ascertain information

regarding the Tenderer and its proposal.

i) Reproduce for the purposes of this Procedure the whole or any portion of the

Proposal despite any copyright or other intellectual property right that may subsist in

the Proposal.

28. Force Majeure:

a) Notwithstanding the provisions of contract, the bidder shall not be liable for forfeiture

of its performance security, or termination for default, if and to the extent that, it’s

delay in performance or other failure to perform its obligations under the contract is

the result of an event of Force Majeure.

b) For Purposes of this clause, "Force Majeure" means an event beyond the control of

the bidder and not involving the bidder's fault or negligence and not foreseeable.

Such events may include but are not restricted to acts of the purchaser either in its

sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics,

quarantine restrictions and freight embargoes.

c) If a Force Majeure situation arises, the bidder shall promptly notify the purchaser in

writing of such conditions and the cause thereof. Unless otherwise directed by the

Page 35: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 35 of 52 Signature & Seal of the Tenderer

purchaser in writing the bidder shall continue to perform its obligations under the

contract as far as is reasonably practical and shall seek all prevented by the force

majeure event.

d) The purchaser may terminate this contract, by giving a written notice of minimum 30

days to the bidder being unable to perform a material portion of the services for a

period of more than 60 days.

29. Termination for insolvency: The purchaser may at any time terminate the contract by

giving written notice to the bidder, without compensation to the bidder, if the bidder becomes

bankrupt or otherwise insolvent provided that such termination will not prejudice or affect any

right of action or remedy which has accrued or will accrue thereafter to the purchaser.

30. Termination for convenience: The purchaser, may, by written notice sent to the bidder,

terminate the contract, in whole or in part at any time for its convenience. The notice of

termination shall specify that termination is for the Purchaser's convenience, the extent to

which performance of work under the Contract is terminated and the date upon which such

termination becomes effective.

31. Other conditions:

a) The contractor shall not assign or sub-let his contract or any substantial part thereof

to any other agency.

b) The bidder shall pay the expenses of stamp duty for execution of agreement.

c) If a bidder imposes conditions, which is in addition to or in conflict with the condition,

mentioned herein, his tender is liable to summary rejection. In any case none of such

conditions will be deemed to have been accepted unless specifically mentioned in

the letter of acceptance of tender issued by the Purchase Officer.

d) The Purchase Officer/Tendering Authority reserves the right to accept any tender not

necessarily the lowest, reject any tender without assigning any reasons and accept

tender for all or anyone or more of the articles for which bidder has been given or

distribute items of stores to more than one firm.

e) Any bid received by the Tendering Authority after the deadline for submission of bids

will be rejected & not to be considered and may be returned unopened to the bidder.

32. Use of Contract Documents and information:

a) The bidder shall not, without the purchaser's prior written consent, disclose the

contract, or any provision thereof, or any specification, plan, drawing, pattern, sample

or information furnished by or on behalf of the purchaser in connection therewith, to

any person other than a person employed by the bidder performance of the contract.

Disclosure to any such employed person shall be made in confidence and shall

extend only so far, as may be necessary for purposes of such performance.

b) The bidder shall not, without the purchaser's prior written consent, make use of any

document or information enumerated in this document except for purposes of

performing the contract.

c) Any document, other than the contract itself, shall remain the property of the

Purchaser and shall be returned (in all copies) to the purchaser on completion of the

Bidder's performance under the contract, if so required by the purchaser.

d) The Bidder shall execute a Non-Disclosure Agreement with the purchaser and would

ensure compliance of the same. Any failure with regard to this shall lead to

termination of Contract.

Page 36: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 36 of 52 Signature & Seal of the Tenderer

Chapter 14: Terms of Payment

1. The Bidder should specifically note that no advance payment will be made.

2. The payment of all charges (hardware, connectivity, services, etc.) shall be made in 08

(eight) equal quarterly installments subject to the performance as per SLA during that

quarter and submission of relevant documents as per deliverables.

Page 37: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 37 of 52 Signature & Seal of the Tenderer

Chapter 15: Technical Specifications

Item No. – 1: Router for District Hospital Locations (Qty.: 1 no. at each hospital)

Item Description of Requirement Compliance/ Deviations

Page No. where the functionality / specs are mentioned

Model Offered Mention Make ����

Make Offered Mention Model ����

General Requirements

• Routers should have a multi service modular architecture with minimum 2 10/100/1000 interfaces onboard & two WAN slots.

• Router should be able to support encryption acceleration capabilities using encryption methods such as DES, 3DES and AES as and when needed with onboard hardware acceleration without requiring any additional hardware.

• The router should support hardware-based encryption techniques. Should support cRTP feature.

• Routers should have minimum 512 MB of memory and 256 MB Flash for uninterrupted operations.

• The router performance should be atleast 299Kpps. (64-byte packets)

WAN Interface Support

• Routers should support Large selection of modular LAN and WAN connectivity options including Gigabit Ethernet and Fast Ethernet, T1/E1, Serial, 3G, ISDN, ADSL and G.SHDSL physical interface modules.

• Should have support for 3G WAN modules with OEM based SNMP management of the 3G module

• The routers should support a bandwidth of 25 Mbps with services.

• Routers should support netflow or equivalent.

• The router should support one internal service module.

• The router should have the capability to support & enable WAN optimization as and when required without requiring additional hardware.

• The router should support atleast two additional fast Ethernet routed ports for WAN.

QOS requirements • Routers should support Class-based queuing with prioritization, 802.1p, DiffServ.

• Routers should support Queuing based on VLAN, interface, bundles, or filters

• Routers should support traffic flow

Page 38: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 38 of 52 Signature & Seal of the Tenderer

classification: Based on port, MAC address, IP address, IP priority, DSCP priority, TCP/UDP port No. And protocol type.

• Routers should support Marking, policing, and shaping

• Routers should support queuing mechanisms PQ, CQ, LLQ, CBFWQ, CBWRED etc.

• Routers should support Congestion avoidance algorithm: Tail-Drop and WRED

• Routers should support QoS for Ipv6 traffic.

SECURITY

• The Router should support for Intrusion Prevention System (IPS) functionality in Software

• The Router should support for Stateful Firewall with Zone-based policies

• The Router should support for Stateful Failover for IPSec

• 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

• The Router should support for ease of administration and management of point-to-point VPNs by actively pushing new security policies from the central head end router to remote sites

• The Router should support for dynamically established spoke-to-spoke VPN capabilities over public networks

• The Router should support for Content Filtering functionality in Software

• The Router should support for SSL VPN

• The Router should support mechanisms for measuring service-level indicators, including delay, jitter, and availability

Routing Protocol Support

• Routers should support :

• IPv4 and IPv6 routing protocols, QoS, Multicast and MPLS features.

• BFD support for routing protocols and MPLS LSPs

• Routers should support IPv4 Routing features:

• VRRP or equivalent.

• Static Routes, RIPv1 & RIPv2, OSPFv2, IS-IS, BGP & BGPv4

• Policy Based Routing / Filter Based Forwarding

• Routing over IPSec Tunnels

• Routers should support Ipv6 Routing features

• RIPng, OSPFv3, IS-IS for Ipv6, BGPv4+

• QoS

• Ipv4 Multicast features

• IGMP v1/v2/v3

Page 39: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 39 of 52 Signature & Seal of the Tenderer

• PIM-DM

• PIM-SM

• Source Specific Multicast (SSM)

• Multicast over GRE Tunnels, IPv4 to IPv6 Multicast and Secure Multicast

System Management and Administration

• Routers should support Auto configuration

• Routers should support Configuration rollback

• Routers should support Software upgrades

• Routers should support SNMPv2 and SNMPv3

• Management: Accessibility using TelNet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI based software utility and using web interface.

• The router should have support for netflow.

Built-in Troubleshooting Features

• Extensive debugs on all protocols

• Port-mirroring

• Packet sampling

• Real-time traffic-interface/sub interface statistics.

• Real-Time Performance Monitor—service-level agreement verification probes/alerts

Item No. – 2: Router for RSDC Location (Qty.: 1 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the functionality / specs are mentioned

Model Offered Mention Make ����

Make Offered Mention Model ����

General requirements

• The architecture should be based on high performance, multi-core Processor

• The Router should be a single box configuration and should be modular, so that there is flexibility to use the appropriate choice of interfaces as and when required.

• It should provide support for high capacity DSPs for future enhanced video capabilities.

• It should support energy monitoring and control capabilities while enhancing overall system performance

• It should support embedded hardware encryption acceleration, voice- and video-capable digital signal processor (DSP) slots

• It should support embedded Voice- and video-capable digital signal processor (DSP) slots

• It should support the industries widest range of wired and wireless connectivity options

Page 40: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 40 of 52 Signature & Seal of the Tenderer

such as T1/E1, T3/E3, xDSL, 3G, copper and fiber GE

• Should have support for 3G WAN modules with OEM based SNMP management of the 3G module.

• It should support Single Operating System which includes all the feature set which can be activated with a license

• Should support high speed WAN deployment requirement up to 100 Mbps

• It should support a fabric which will allow high-bandwidth module-to-module communication without compromising routing performance

• The architecture should provide energy-saving features

• Should support 3 onboard 10/100/1000 Ethernet routed port

• Should provide out of band management access via USB, Aux or console

• Should provide power level redundancy by adding optional integrated Power supply

• Should support Voice, Video, Security, Data & Mobility services concurrently

• It should allow hosting of 3rd Party & custom applications on a service module which can be easily integrated in to the router

• Should support hot plug of service modules

• The router should support single universal software image containing all of the feature sets which can be activated with a software license

• The router platform should support an architecture which allows to deploy a variety of applications services as needed on a single integrated compute services module

• The chassis fabric should facilitate module-to-module communication to reduce the overhead on the route processor

• The router should support 150Mbps of bandwidth along with services.

• Router should also have support for channelized T1/E1 PRI cards & Fast Ethernet Routed ports for WAN.

• The routing throughput should be at least 900 Kpps.( 64-byte packets)

Security

• The Router should support for Intrusion Prevention System (IPS) functionality in Software

• The Router should support for Stateful Firewall with Zone-based policies

• The Router should support for Stateful Failover for IPSec

Page 41: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 41 of 52 Signature & Seal of the Tenderer

• 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

• The Router should support for ease of administration and management of point-to-point VPNs by actively pushing new security policies from the central head end router to remote sites

• The Router should support for dynamically established spoke-to-spoke VPN capabilities over public networks

• The Router should support for Content Filtering functionality in Software

• The Router should support for SSL VPN

• The Router should support mechanisms for measuring service-level indicators, including delay, jitter, and availability

Network Management

• Should support IP SLA monitoring for object tracking

• Should support SNMP, Remote Monitoring (RMON), syslog, NetFlow, and TR-069

• The router should support TCL based scripting mechanism to automate tasks and customize the behavior of various subsystems and the operation of the device in order to respond to real-time events

• It should support online diagnostics on various system components

• It should support XML-based data encoding for managing network device, retrieve configuration data information, and upload and manipulate new configuration data

• The router should support remote monitoring capabilities

• The router should support Syslog

• Should support Netflow or J-Flow.

• Shall support multiple storage of multiple images and configurations.

• Configuration Roll Back to recover the mis-configured router to last good configuration

• Event and System logging: Event and system history logging functions shall be available. The Router shall generate system alarms on events. Facility to put selective logging of events onto a separate hardware here the analysis of log shall be available.

• Pre-planned scheduled Reboot Facility: The Router shall support the preplanned timed reboot to upgrade their hardware to a new software feature and plan the rebooting as an off-peak time

Page 42: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 42 of 52 Signature & Seal of the Tenderer

• Should support embedded packet capture for debugging & troubleshooting purpose.

• Should be able to identify and track the changes in the configuration.

• Should support detecting memory leaks for troubleshooting purposes.

• Should support NTP v4.

• Should support SNMP v3 & support for SNMP over IPv6

Protocol Support • IPv4, IPv6,

• static routes

• Rip & Ripng

• Open Shortest Path First (OSPF), OSPF v3

• Border Gateway Protocol (BGP), IPV6 support for BGP, BGP Route-Reflector

• Multicast & IPv6 Multicast protocols.

• Bi-Directional Forwarding Detection (BVD)

• IPv4-to-IPv6 Multicast

• MPLS

• L2TPv3

• 802.1ag

• 802.3ah

• L2 and L3 VPN

• High Availability protocols VRRP

• Support unequal cost link load sharing to better utilize the alternate paths.

• Shall support Non-Stop forwarding for fast re-convergence of routing protocols

• Should support Web Cache Communication protocol (WCCP)

• Should support DHCPv6.

Encapsulation Support

• Ethernet

• 802.1q VLAN

• Point-to-Point Protocol (PPP)

• Multilink Point-to-Point Protocol (MLPPP)

• Frame Relay

• Multilink Frame Relay (MLFR) (FR.15 and FR.16)

• High-Level Data Link Control (HDLC)

• Serial (RS-232, RS-449, X.21, V.35, and EIA-530)

• Point-to-Point Protocol over Ethernet (PPPoE)

• ATM

Quality of Service • Low Latency Queuing

• Class-Based Weighted Fair Queuing (CBWFQ)

• Weighted Random Early Detection (WRED)

• Hierarchical QoS

• Policy-Based Routing

• Performance based Routing

• It should support a mechanism which can

Page 43: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 43 of 52 Signature & Seal of the Tenderer

identify network flows based on the application types

• LLQ with bandwidth allocation.

• Policing & Traffic Shaping

• Control Plane policing

• DSCP Marking

Hardware • Memory DDR2 ECC DRAM : 1GB upgradable to 2GB

• Compact Flash (external):256MB upgradable to 4GB

• 2 External USB 2.0 flash memory slots (Type A)

• Should support External RPS

• Should support 4 High speed WAN interface card

• Should support four service module slot

• Should Support one Double-Wide Service Module Slot and one internal Service Module Slot

• Should Support 4 Onboard DSP Slots

• Should support 3G standards High-Speed Packet Access (HSPA) and Evolution Data Only/Evolution Data Optimized (EVDO)

• Up to two SFP Based Ethernet Ports.

• Should support minimum 3 Gig interfaces onboard.

• Should have support for T1/E1 interfaces along with ISDN & Fast Ethernet Interfaces.

• Should have support for channelized E1/T1 & ISDN PRI Interfaces.

• Should have processing throughput of at least 833 Kpps.

• Should have the capability to enable WAN Optimization on the routers without requiring any hardware modules

Page 44: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan

Departm

ent of Medical, Health and Family W

elfare Services

NIT. F

.32(59

)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07

-11 Page 44

of 5

2 Signature & Sea

l of the Ten

derer

Chapter 16: Financial Bid

Nam

e of the Com

pany/Firm

: _______________________________________________________________

Address for Correspondence: ______________________________________________________________

1.

The

abo

ve quo

ted costs/ prices are inclusive of all Govt. taxes and

any other levies. (e.g. VAT, C

ST etc.), h

owever, S

ervice

Tax

shall be ex

tra as

applic

able.

2.

In case of any discrep

ancy between

unit rates m

ultiplies with qty & total amou

nt, the

n the am

ount calculated from

unit rates m

ultiplied with qty wou

ld prevail.

3.

Qty. m

entione

d is only for the pu

rpose of prepa

ration of com

parative statem

ent. Qty. m

ay vary as per requ

iremen

t at site.

4.

Rep

rodu

ced / re-word-processed form

ats or Bidde

r ow

n form

ats for the price qu

otations will disqu

alify th

e tend

er.

5.

Finan

cial com

parison

wou

ld be don

e on

the ba

sis of to

tal price qu

oted

for total items un

der column 6.

6.

In case of Any Discrep

ancies betwee

n rates in figu

res & in words, whichever is less wou

ld prevail.

7.

Goo

ds to

be hired are for the pu

rpose of Official/Governmen

t use hen

ce octori w

ill not be pa

yable.

8.

No cond

ition

will be en

tertaine

d and

con

ditiona

l ten

der will be liable to

be rejected

9.

The

Bidde

r must b

id fo

r all the

items. Partial bidding

wou

ld disqu

alify th

e Bidde

r.

10. Bidde

r may be furthe

r requ

ired to sub

mit a de

tailed compo

nent wise brea

kup as and

whe

n requ

ired.

(Signa

ture & sea

l of the

Bidde

r)

Nam

e with Designa

tion:

Srl

Location/

Dis

tric

t H

ospital*

U

nit

Estim

ate

d Q

ty./

Req

uirem

ent

Unit Price Per Quarter

(inclu

siv

e

of

all

Govt.

taxes e

.g.

VA

T,

CS

T

etc

. and e

xclu

din

g S

erv

ice T

ax)

(IN

R)

TOTAL COST PER QUARTER

(inclu

siv

e o

f all

Govt. t

axes e

.g.

VA

T,

CS

T

etc

. and e

xclu

din

g S

erv

ice T

ax)

(IN

R)

1

2

3

4

5

6 =

4 x

5

1.

Per

Location/

Hospital w

ithin

R

aja

sth

an

First

2 m

bps

15

Additio

nal 2 m

bps

3

2.

C-D

AC

NO

IDA

10 m

bps

1

3.

RS

DC

, Jaip

ur

20 m

bps

1

Total Amount Rs.=

Total in words:- Rupees_______________________________________________________________________________________

__________________________only

* List as per Annexure-I

Page 45: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 45 of 52 Signature & Seal of the Tenderer

Chapter 17: Annexures

Annexure-I Location Details

Srl District Name Name of District Hospital Bed

Strength

MPLS-VPN

Bandwidth Required

1. Ajmer D.H. Beawer 300 2 mbps

2. Alwar D.H. Alwar (including Zenana) 427 4 mbps

3. Bharatpur D.H. Bharatpur (including Zenana) 400 4 mbps

4. Bhilwara D.H. Bhilwara 400 4 mbps

5. Banswara D.H. Banswara 300 2 mbps

6. Ganganagar D.H. Ganganagar 300 2 mbps

7. Jaipur D.H. Jaipur, Kanwatia 150 2 mbps

8. Pali D.H. Pali 300 2 mbps

9. Sikar D.H. Sikar 300 2 mbps

Srl District Name Hospital Name Bed

Strength

MPLS-VPN

Bandwidth Required

10. Baran Government Hosp., Baran 300 2 mbps

11. Chittorgarh Sri Sawaliya General Hosp., Chittorgarh 300 2 mbps

12. Barmer Government Hosp., Dholpur 300 2 mbps

13. Dholpur Government Hosp., Barmer 200 2 mbps

14. Jhalawar Government Hosp., Jhalawar 200 2 mbps

15. Dungarpur Sri Hardev Joshi General Hosp., Dungarpur 200 2 mbps

Srl District Name Hospital Name Bed

Strength

MPLS-VPN

Bandwidth Required

16. Jaipur RSDC, Yojana Bhawan NA 20 mbps

17. NOIDA DC, C-DAC, NOIDA NA 10 mbps

Page 46: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 46 of 52 Signature & Seal of the Tenderer

Annexure II

LETTER OF UNDERTAKING / DECLARATION

(On Rs. 100/- Non Judicial Stamp Paper)

We, M/s ................................................................................................... hereinafter called as “Bidder” complete address ............................................................................................. ................................................... hereby declare in favor of the Director, Directorate of Medical Health & Family Welfare, Jaipur, hereinafter called as the “User” and agree to abide by the following:

1. We have authorization certification(s) as given below (certificates valid till-date are enclosed)

S. No.

Brand/ Model Quoted

Authorization Certificate from OEM (Mention Y/N Only)

Manufacturer Distributor Dealer / Channel Partner etc.

Page No.

1.

2.

2. Latest valid Certificate from Manufacturer of the product in case of Distributor / Dealer /

Channel Partner in the prescribed format provided at Annexure–III has been enclosed.

3. The annual turnover of our firm is as given below:

Turnover of the firm for India (Rs. in Crores)

2007-2008 2008-09 2009-10

Note: Submit the audited financial statement/ audited annual report of the last three financial years.

4. The rates quoted are valid up to _________. (Subject to a minimum of 180 days from the

date of opening of technical bid). The validity can be extended with mutual agreement.

5. We agree to abide by all the conditions mentioned in this Tender Notice issued by the

Tendering Authority and also the further conditions of the said Tender Notice given in the

attached sheets (all the pages of which have been signed by us in token of acceptance of the

terms mentioned therein).

6. We shall give benefit of any price reduction found by the time of placing the order.

7. We agree to accept partial order if it is placed.

8. We have quoted rates of items for warranty as per conditions of this RFP.

9. In case the item quoted is imported, direct shipment of the entire machine/ item including

add-ons from OEM, is ensured & would be provided.

10. We have not quoted any equipment & software that is likely to be declared end of sale within

next one year from the date of commissioning. If any equipment is found declared end of

Page 47: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 47 of 52 Signature & Seal of the Tenderer

sale than we will replace all such equipments with latest one and equivalent configuration

without any financial obligation to the Purchaser.

11. We agree to perform the work as per Scope of Work and Service Levels mentioned in this

RFP.

12. We undertake that an authorized license certificate (eg. Product Keys on Certification of

Authenticity) shall be supplied in case of all hardware & software and further that it shall be

sourced from its Principal Company or authorized source for use in India.

13. We also undertake that our firm/ organization has never been blacklisted or debarred from

doing business by any Government Department / PSU / Bank in Rajasthan. I/ We have not

imposed any condition in conflict with the tender condition if it is found it should be treated as

withdrawn. No Criminal case(s) has been Instituted/Pending against us by Government

Department / PSU / Bank in Rajasthan, regarding any supply and contracts with our firm. We

have never breached any contractual liability to any Government Department / PSU / Bank in

Rajasthan.

14. The above document is executed on ___/___/2011 at (place) ________ and we accept that

If this declaration is found to be incorrect and we are found not complying with the above at

any point of time that without prejudice to any other action that may be taken including the

forfeiture of EMD, security deposits and the tender if accepted/ order if given may be

cancelled.

Name of Person:

Complete Address:

Page 48: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 48 of 52 Signature & Seal of the Tenderer

Annexure III

Authorization Certificate

(To be issued by the manufacturer of the product in the favor of Distributor / dealer / channel partner on the company letterhead)

This is to certify that M/s W W W W W.................................................................... ............................................................................ (Name, complete address, city) are our authorized W W W W................. (Distributor / Dealer / Channel partner) for the sale, support and services for................................. (Name of the product(s)) until date _______. We undertake that we would provide the support for the above product(s) during the warranty period (Contract/ Project Period) for all the spares and parts of the supplied product/products. The item/ items (equipment & software) being quoted is/ have not been declared end of sale and is/ are not likely to be declared end of sale within next one year from the date of commissioning. Our technical support/ assistance centers (Name, address & communication details) shall provide telephonic or web support. Below are the required details: ___________________________________________

___________________________________________

(Signature with seal / stamp of the company) Name: Designation: Note: This Letter of authority should be on the letterhead of the concerned manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 49: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 49 of 52 Signature & Seal of the Tenderer

Annexure IV

Statement of Deviation from Terms & Conditions

Date: dd/mm/2011 To, The Director, Department of Medical Health & Family Services, Swasthya Bhawan, Tilak Marg, C-scheme, Jaipur-302005 (Raj.) Reference: Sir, There are no deviations (null deviations) from the terms and conditions of the tender. All the terms and conditions of the tender are acceptable to us.

OR (Strike out whatever is not applicable)

Following are the deviations from the terms and conditions of the tender. These deviations and variations are exhaustive. Except these deviations and variations, all other terms and conditions of the tender are acceptable to us.

S. No. Section No.

Page No. Para. Statement of deviations and variations

1.

2.

Bidder Signature

Name

Designation

Address

Company

Date

Company Seal

Page 50: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 50 of 52 Signature & Seal of the Tenderer

Annexure V

Covering Letter for Technical Bid Date: dd/mm/2011

Bidder Profile

1. Name & Address Of The Bidder

2. Location of Corporate Head Quarters

3. Date & Country of Incorporation

4. Details of Contact person (Name, designation, address etc.) Telephone Number Fax Number e-mail

5. Is the firm a registered company? If yes, submit documentary proof. Year and Place of the establishment of the Company

6. Licenses & certifications required as per Eligibility Criteria

7. Number of Years of providing networking solutions in India. Please provide the date of first completed assignment along with necessary proof.

8. Is the firm registered with sales tax department? If Yes, submit valid Sales Tax/ VAT and service tax registration certificate.

9. Presence of office and Number Of Employees in Rajasthan and in India – (Indicate total employee numbers and Technical / R & D employee numbers separately)

10.

List of Major Clients – emphasis on Government sector clients with requirement of WAN network connectivity. Attach firm experience and suitable proof for all such clients.

Page 51: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 51 of 52 Signature & Seal of the Tenderer

Annexure VI

Firm Experience

Assignment Name:

Location within Country: Professional Staff Provided by Your Firm

Name of Client: No. of Staff:

Address: No. of Staff-Months; duration of assignment

Start Date (Month/Year): Completion Date

(Month/Year):

Approx. Value of Services :

Name of Associated Consultants, if any:

No. of Months of Professional Staff, provided

by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions

performed:

Narrative Description of Project:

Description of Actual Services Provided by Your consultant :

Note: - Submit this Annexure along with Purchase Order.

Customer Reference Format Name of Client where similar services are being provided

Details of services implemented (Link capacity, Last mile

connectivity, Network equipment provided, any other services,

etc.)

Date of Commissioning the services

Client/User Institution Background (PSU/Private Sector/MNC etc)

Company Contact details

Implementation details – Time taken for making operational the

complete Solution

Any other services being provided by the Bidder to the Client

Page 52: FINAL Draft Arogya RFP MPLS - rajswasthya.nic.inrajswasthya.nic.in/MPLS NIT.pdf · Project was entrusted to RajCOMP. The customization and implementation of the HIMS was assigned

Government of Rajasthan Department of Medical, Health and Family Welfare Services

NIT. F.32(59)/NRHM/CSR/CODH/Part-II/___ Dtd. 01-07-11 Page 52 of 52 Signature & Seal of the Tenderer

Annexure VII On Site Comprehensive Warranty

(On the Bidder’s Letterhead) We warrant that the equipments supplied under the contract are newly manufactured, free from all encumbrances, defects and faults in material or workmanship or manufacture, shall be of the highest grade and quality, shall be consistent with the established and generally accepted standards for materials of the type ordered, shall be in full conformity with the specifications, drawings of samples, if any, and shall operate as designed. We shall be fully responsible for its efficient and effective operation. We also warrant that the services provided under the contract shall be as per the Service Levels of this RFP. This warranty shall expire 2 years from the date of successful installation and acceptance by GoR. The obligations under the warranty expressed above shall include all costs relating to labour, spares, maintenance (preventive as well as unscheduled), and transport charges from site to manufacturer’s works / service facilities and back for repair or modification or replacement at site of the equipment or any part of the equipment, which under normal care and proper use and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or conform to the specifications and for which notice is promptly given by department to us (bidder). We shall provide on-site comprehensive support for all the equipment and services supplied hereunder during the period of this warranty (for entire contract/ project period). ___________________________ Authorized Signatory Name : Designation: