49
APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP APTS: One Stop-Shop Solution Provider for e-Governance Page 1 of 49 REQUEST FOR PROPOSALS (RFP) For Request for proposal for Manpower on BI & Analytics activities GoAP Departments ITE&C department Chief Minister’s Office Government of Andhra Pradesh Hyderabad May 2016 Prepared by A.P Technology Services Ltd., 4 th floor, B-Block, BRKR Bhavan, Tankbund Road Hyderabad 500 063. Proprietary & Confidential No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of APTS except to the extent required for submitting bid and no more.

REQUEST FOR PROPOSALS (RFP) For on BI & Analytics ... - 2.pdf · 7.3.2. Acceptance test method and final ... Charted Accountant for all the above stated financial year or extracts

  • Upload
    buiminh

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 1 of 49

REQUEST FOR PROPOSALS

(RFP)

For

Request for proposal for Manpower

on

BI & Analytics activities GoAP Departments

ITE&C department

Chief Minister’s Office

Government of Andhra Pradesh

Hyderabad

May 2016

Prepared by

A.P Technology Services Ltd.,

4th

floor, B-Block, BRKR Bhavan, Tankbund Road

Hyderabad – 500 063.

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or

distributed to any person without the prior consent of APTS except to the extent required

for submitting bid and no more.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 2 of 49

Table of Contents

1. Invitation for Competitive Bidding ................................................................................................ 4 2. Pre Qualification Criteria ............................................................................................................... 5 3. Scope of Work ................................................................................................................................ 6

3.1.5. Key Characteristics of Proposed BI based Solution ............................................................. 7 3.1.6. BI Analytics Dashboard Design ............................................. Error! Bookmark not defined. 3.1.7. Strategic planning features: .................................................................................................. 8 3.1.8. Technical details (Environment) ............................................ Error! Bookmark not defined. 3.1.9. Deployment Model ................................................................. Error! Bookmark not defined. 3.1.11 Web Services Security .......................................................... Error! Bookmark not defined. 3.1.12 Authorization ......................................................................... Error! Bookmark not defined. 3.1.13 Data Integrity and Data Confidentiality .............................................................................. 8 3.1.14 Integrity of Transactions and Communications ................... Error! Bookmark not defined. 3.1.15 Non-Repudiation ................................................................... Error! Bookmark not defined. 3.1.16 Audit Trails ........................................................................... Error! Bookmark not defined. 3.1.17 Application Controls ............................................................. Error! Bookmark not defined. 3.1.18 Data Integrity & Database Controls: ..................................... Error! Bookmark not defined. 3.2.1 Role of respective Department ............................................................................................. 8

4. Statement of important limits/ values related to bid ..................................................................... 10 5. Instructions to Bidders.................................................................................................................. 13

5.1.1 Introduction ...................................................................................................................... 13 5.1.2 General Eligibility ............................................................................................................ 13 5.1.3 Cost of Bidding .................................................................................................................. 13 5.1.4 Site visit ............................................................................................................................. 13 5.1.5. Clarification on bidding document ..................................................................................... 13 5.1.6. Address for clarification ..................................................................................................... 14 5.1.7. Amendment of bidding document ...................................................................................... 14

6. Bidding procedure ........................................................................................................................ 14 6.6.1. Language of Bids ............................................................................................................... 15 6.6.2 Documents Comprising the Bid ......................................................................................... 15 6.6.3 Bid Prices ............................................................................................................................ 16 6.6.4 Preliminary Project Plan...................................................................................................... 16 6.6.5 Bid Security ......................................................................................................................... 16 6.6.6 Bid Validity ......................................................................................................................... 16 6.6.7 Bid Submission, Format and Signing .................................................................................. 16 6.7.Submission of Bids ................................................................................................................ 17 Opening of Bids ........................................................................................................................... 18

7. General Conditions of Contract (GCC) ........................................................................................ 23 7.1.1. Definitions .......................................................................................................................... 23 7.1.2. Confidentiality .................................................................................................................... 25 7.1.3. Intellectual property rights ................................................................................................. 25 7.1.4. Use of documents and Information .................................................................................... 25 7.1.5. Indemnification .................................................................................................................. 25 7.2.1. Bid Security (EMD) ........................................................................................................... 26 7.2.2. Implementation cum Performance Security ....................................................................... 26 7.2.3. Payment .............................................................................................................................. 26 7.2.4. Prices .................................................................................................................................. 27 7.2.5. Taxes and Duties ................................................................................................................ 27 7.2.6. Delay in the SSP Performance ........................................................................................... 27 7.2.7. Liquidated Damages ........................................................................................................... 27 7.2.8. Application of LD .............................................................................................................. 27 7.2.9. Termination for Default...................................................................................................... 28

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 3 of 49

7.2.10. Termination for Insolvency .......................................................................................... 28 7.2.11. Force Majeure............................................................................................................... 28 7.2.12. Resolution of disputes .................................................................................................. 28 7.2.13. Governing Language .................................................................................................... 29 7.2.14. Applicable law .............................................................................................................. 29 7.2.15. No interest for performance Guarantee ........................................................................ 29 7.2.16. Notices .......................................................................................................................... 29 7.3.1. Inspections and Acceptance Test ....................................................................................... 29 7.3.2. Acceptance test method and final acceptance of the solution ............................................ 29 7.3.3. SSP’s Obligations ............................................................................................................... 30

8. Special Conditions of the Contract (SCC).................................................................................... 31 9.1.1. Contract Agreement ........................................................................................................... 31 9.1.2. Key Personnel for Client .................................................................................................... 31 9.1.3. Key Personnel for SSP ....................................................................................................... 31 9.1.4. Project development site .................................................................................................... 31 9.1.5. Change management & maintenance ................................................................................. 31 9.1.6. Project Reports ................................................................................................................... 32 9.1.7. Inspection and Acceptance: ................................................................................................ 32 9.1.8. Payments ............................................................................................................................ 32 9.1.9. Contract Price & Payments ................................................................................................ 32 9.1.10. Penalty for development, delivery & installation ......................................................... 32 9.1.11. Penalty for Operational & change management ........................................................... 32 9.1.12. Payment Authority ....................................................................................................... 33 9.1.13. Insurance to men, machine and material ...................................................................... 33 9.1.14. Subcontract ................................................................................................................... 33 9.1.15. Infrastructure arrangement by SSP ............................................................................... 33

9. Table of Sample Forms and Procedures ....................................................................................... 34 10. Annexure – A ............................................................................................................................... 38

Bid Table of Contents and Checklists ........................................................................................... 38 11. Annexure – B ............................................................................................................................... 39

Bid Security (EMD) Form .............................................................................................................. 39 12. Annexure –C -Stage – I Bidding (Pre Qualification) formats ...................................................... 40

Form – P#1 General Information of the SSP .............................................................................. 40 Form – P#2 - BI Software Development experience ................................................................... 41 Form – P#3 - Overall Turnover of the Firm ................................................................................ 41

13. Stage–II Bidding (Technical Solution offered by the Bidder) ..................................................... 42 Form – T#1 Past Experiences of Organization in BI based Dashboard Creation & Maintenance

Error! Bookmark not defined. Form – T#2 - Understanding of the project & Solution ................ Error! Bookmark not defined. Form – T#3 BI & Analytics Engine for Data analysis & report generation .. Error! Bookmark not defined. Form – T#4 - Innovation Proposed ................................................ Error! Bookmark not defined. Form – T#5: Project Management Framework and Work Plan ....... Error! Bookmark not defined. II. Work Schedule ....................................................................... Error! Bookmark not defined. Form – T#6: Data Management & Migration Plan, Knowledge Transfer PlanError! Bookmark not defined. Form – T#7 - Details of key staff committed for the assignment ............................................... 43 Form T#8 - Curriculum Vitae (CV) Of Key Staff Proposed ........................................................ 44

14. Stage – III Bidding (Commercial) formats ................................................................................... 45 Form C#1 - Commercial Proposal Submission Form ................................................................. 46 Form-C#2 - Commercial Form ...................................................................................................... 47

15. End of the bid document .............................................................................................................. 48

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 4 of 49

1. Invitation for Competitive Bidding

1.1 APTS invites Request for proposal for Manpower on BI & Analytics activities GoAP

Departments

1.2 Time schedule of various tender related events:

RFP Ref. No APTS/CS/BI-MAN-POWER/RFP/2016

Bid calling date 16.06.2016

Bid Closing date and time 25.06.2016 at 3.00 PM at APTS

Bid Opening date/time 25.06.2016 at 3.30 PM at APTS

Bid Document Fee Rs. 5,000/-

APTS Contact person [email protected]

ITE&C dept representative Mr Vinay, PMU – scope of the work

1.3 For further details regarding detailed Tender Notification please visit our web site

www.apts.gov.in

1.4 Those bidders, who are interested to participate in the tender, shall purchase the tender

document by paying the Bid document fee in favour of Managing Director, APTS.

Managing Director

A.P Technology Services Ltd.,

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 5 of 49

2. Pre Qualification Criteria

Solution providers desirous of bidding for the project shall meet the following pre-qualification

criteria.

2.1 Legal Entity: all the Company shall be registered under Companies Act, 1956 and should

have been in the business at least for three years as on bid calling date.

2.2 The bidder should be in the business of software development for enterprises at least for

three years as on bid calling date.

2.3 The average turnover of the firm must exceed Rs. 1000.00 Lakhs in the financial years of

2013-14, 2014-15 and 2015-2016 in India. The bidder should submit certificates from a

Charted Accountant for all the above stated financial year or extracts of the balance sheet to

support the claim.

2.4 The number of man power available in the company is should be more than 200 technical

professionals as on 31.3.2016. Bidder shall submit a self-certification to support the claim.

2.5 The bidder shall not have been black listed by any State Government, Central Government

or any other Public Sector undertaking or a Corporation or any other Autonomous

Organization of Central or State Government. Self-Certificate declaring that the bidder is not

black listed by any Central/ State Govt. Department to be enclosed.

Note:

1. Relevant documents in support of the above Pre-Qualification Criteria should be furnished

in the Pre-Qualification bid.

2. If Local office is not available in Vijayawada, the bidder will create a point of contact to be based in

Vijayawada, within 15 days of award notification 3. Proposals of bidders who do not conform to above pre-qualification criteria will be treated

as non–responsive at the pre-qualification stage and shall be summarily rejected.

4. Tenders will be accepted only from those who have obtained bid document from APTS and

a support receipt of purchase of document should be enclosed in the envelope.

5. All bid based correspondence should be with APTS contact person in writing only.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 6 of 49

3. Scope of Work

3.1 Scope of the Project

3.1.1. Introduction

CORE (CM Office Real-time Executive) Dashboard is an integrated dashboard an

initiative of Information Technology, Electronics & Communication Department,

Government of Andhra Pradesh in the year 2014, is a visual display of category-wise

key performance indicators of various departments Schemes/ Programs in near real time,

consolidated and arranged in a single frame so that the individual department’s

performance can be monitored effectively by Hon’ble Chief Minister at a glance.

Currently 33 State Government Departments are integrated in the CORE Dashboard

contributing 150 data sets of various key statistics of concerned departments are

published in the CORE Dashboard. The departments’ share the data from their

transactional systems through a variety of modes (eg: Web Service, Web links, Interface,

Spreadsheets, etc.) on real time, a daily / weekly / monthly basis (depending on the type

of service / data) as per the agreed frequency with the CORE Dashboard which are

displayed as reports for the respective scheme / department.

3.1.2. Objective

3.1.3 The overall scope consisting of the following activities:

1. To provide manpower to work in identified departments and also at CMO, Vijayawada

on behalf of ITE&C department.

1.1. Program Manager - 1

1.2. Data Visualization Engineer - 2 1.3. Business/ Data Analyst - 30 1.4. Data scientist - 15 1.5. Web designer cum portal development - 1

2. The team shall understand the data being collected in CORE application from the

existing service provider.

3. Collating, joining data Across multiple departments and draw inferences that can lead to

actionable activities of various departments

4. Assist the head of the department on the Business Process re-engineering, Data Collection, Data

Validation, Data Visualization, Data Analysis & Interpretation 5. Operations & Maintenance of the application for periods specified in the RFP

6. Host generated reports in a portal accessible to important stakeholder. Modify the BI

application / reports as per the day to day need.

7. To interact with all stake holders to analyze data flowing into current CORE dashboard

and submit a detailed work plan

8. Collate, join, compile, prepare / generate models for prescriptive and predictive reports

based on the BI models generate suggestive reports / recommendations

9. Collate, join and analyse important departments data from the department dashboard

views

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 7 of 49

10. Integrating Querying & Geo-clustering capability Acceptance of the System. Generate

reports are required Acceptance by CMO, certified by ITE&C dept

3.1.4 Deployment of Manpower

1. Program Manager (PM) shall be placed at CM Office, Vijayawada and coordinate with entire

team. PM is single point of contact between the CMO & the deployed team.

2. Every department will be allotted with 1 Business/ Data Analyst who will work for the

department.

3. Data Scientist will be deployed to each sector (like Welfare, Education, Health, etc) who will

work on the departmental data.

4. Data Visualization Engineer shall be placed at CM Office, Vijayawada

5. Web designer cum portal development shall be placed at CM Office, Vijayawada

3.1.4.1 Current Status of CORE Project:

URL: www.core.ap.gov.in

The CORE dashboard project was aimed at development of a comprehensive web based

interactive dashboard. It is to roll out key performance indicators of all 33 departments

Schemes/ Programs of Government of Andhra Pradesh requirements in the form of Statistics &

Reports and tabulation and Analytics platform which will help them to take policy decisions and

make government works to be more effective. The system was built for the visualization for the

users of departments / organizations as well as the Government of Andhra Pradesh.

3.1.5. Key Activities of the Resources

The proposed resources shall perform the following activities

Complete the activities assigned by CMO in coordination with the Program Manager

Assist the CORE Dashboard team for enabling data driven decision making through a

existing common dashboards / services that provide holistic understanding district and

department functionality

Assisting the departments in the processing re-engineering of departmental activities.

Should guide the CORE Dashboard team in identifying & displaying the department’s

key performance indicators that can be monitored at least as a measure, its value, its

target, visual indication of the status, relevant scales and ratios, progress over time and

geographic mapping where applicable.

Aggregation of data & data elements from numerous internal and approved external

sources to provide contextualized understanding of key issues

3.1.5.1. Connecting to Data

Identify the data source for the respective department.

Connecting to multiple data sources such as MSSQL, MYSQL, Any Web Services, Web

Links and Excel spreadsheets, etc

Functional ability to connect various source level data (beneficiary, mandal, sensor, PHC,

etc) across multiple databases and transaction types

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 8 of 49

Connecting with other (approved) (public) data sets such as map libraries, census and socio-

economic data to augment and contextualize data

Triangulation of data from multiple sources for data validation, verification and enrichment

Tool to enable user defined/managed data such as definition of KPIs, goals/targets, privacy

settings, alerts, permissions

3.1.7. Strategic planning features:

Visualization for monitoring the various KPIs across the departments with presentation

of variations.

visualization techniques and framework to empower users/ decision makers to appreciate

the reports quickly and take educated decisions

Support decision making for allocation or re-allocation of resource to achieve the goals

A GIS / map based view to compare between districts / mandals for various indicators

Provision to create Custom queries to represent the data on a state /district / Mandal map

Provision to have a Timeline view to see progress after every month / year

Addition of public data from external data sources to add context to data displayed on

CORE dashboard and aid planning decisions

3.1.13 Data Integrity and Data Confidentiality

Data integrity techniques shall be deployed to ensure that information has not been

altered, or modified during transmission without detection. Data confidentiality

features to be applied to ensures that the data is only accessible by the intended

parties.

3.2 Roles and Responsibilities

3.2.1 Role of respective Department 1. Certify the monthly attendance

2. Exact the work from the resource as defined

3. Provide necessary access to the departmental database for analysis

4. Responsible to create web services to share data, as proposed by the technical resource

5. Share information around key KPIs and decision points at multiple levels

3.2.2 Roles and Responsibilities of ITE&C Department

1. Appoint a dedicated project Coordinator / Manager of the rank JD to coordinate the team

2. Ensure that the required work is extracted from the team

3. Create the required IT infrastructure & connectivity to the technical resources for discharge

the day to day activities

4. Approval of budget and releasing the funds

5. Facilitate existing service provider to share documentation of web services, database access

and other requirements that are required by technical resources to carry out the assignment

6. Releasing the funds as per the recommendations of the contracting authority

7. Mobilization of the team and take up the work

8. Submission of the monthly reports to APTS for releasing of payments as per milestones

9. Assistance for Data migration for the data (if need) of departments

3.2.3 Roles and Responsibilities of APTS

1. RFP issuance, bid management and contract management

2. Receiving and evaluation of the bids

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 9 of 49

3. Finalization of the service provider

4. Sign the contract, contract management on behalf of ITE&C dept. bidder

5. Releasing the Payment to bidder as per recommendations of ITE&C dept.

6. Entering into a contract with the department

3.2.4 Roles and Responsibilities of Bidder

a. Understanding the Scope of Work & requirements of the Dept, through the Scope

documents shared by the APTS/ITE&C dept.

b. Submission of valid bids along with supporting documents as per RFP.

c. Submission of PBG, on receipt of the Award notification.

d. Submit valid contact address, contact person, phone/ mobile number, e-mail ID etc.

to the APTS & Department for easy communication.

e. Entering into Contract Agreement with the APTS

f. Deploy the teams as per the contract

g. Interacting with the concerned department officials for collecting the data / data

models for preparation predictive & prescriptive reports as per the scope,

deliverables and milestones etc.,

h. Submission of deliverables.

i. Attend the reviews of the ITE&C Dept

j. submit invoices

k. handover to ITE&C dept on completion of the contract

3.3 Project Timelines & Payment Terms

The following are the key time lines for the technical resources:

1. Deployment of Manpower, - Within 3 days from the date of contract signing (T0).

2. Kickoff meeting at CM Office - 4 days from the date of signing of contract (T0).

3. Allotment to different departments - 4 days from the date of signing of contract (T0).

4. Reporting to the allotted department - 5 days from the date of signing of contract (T0).

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 10 of 49

4. Statement of important limits/ values related to bid

Sl. No Item Description

1. EMD

Rs.1,00,000/- (Rupees one Lakhs only)

Note: DD should be enclosed along with PQ Bid. The

EMD shall be in favour of “Managing Director, APTS” and

shall be submitted in physically in a cover before the

scheduled time of opening of the bids online.

2. Bid Validity

Period 90 days from date of opening of bid

3. EMD validity

Period 90 days beyond bid validity period

4. Contract Period 12 months from the date of signing of contract.

5. Acceptance

criteria As defined by the RFP.

6.

Period for

furnishing

Performance

Security

Within 5 days from the date of receipt of Notification of

Award (LoI)

7. Performance

Security Value

10% of the Project Value (L1 quote incl. of all taxes)

The EMD of successful bidder will be returned back on

Submission of PBG.

8.

Performance

security validity

period

90 days beyond contract period

9. Payment terms Monthly invoice certified by ITE&C Department

10. Penalty As per Tender Document

11. Delivery &

Commissioning As per Tender Document

12 Period for signing

contract

Within 10 days from date of receipt of Notification of

Award (LoI)

13 Eligibility Criteria As per RFP

1

4

Bid submission Separate Sealed covers of Technical along with EMD

& Commercial Bids should be placed in the main

sealed envelope super-scribed

” and should be addressed to Managing Director, AP

Technology Services Ltd, 4th Floor, B-Block, BRKR

Bhavan, Hyderabad – 500 063.

Service Level Agreement (SLA) The successful bidder has to comply with all Service Level Agreements (SLAs) defined below to

ensure adherence to project timelines, quality and availability of services. Non compliance with

the SLA attracts penalty.

Note: Penalties shall not be levied on the successful bidder in the event of force majeure affecting the

SLA which is beyond the control of the successful bidder

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 11 of 49

The following is the table providing the indicative SLA for the project:

S.

No Measurement Target Penalty

1.

Change of consultant:

The package consultant shall not

change the consultants during

the contract period.

If any change is proposed shall

be taken up with prior approval

of APTS / ITE&C Dept. with

equal skills and experience

No resource

changes are

acceptable

For every change of resource without prior

approval will be levied with a penalty of Rs.

10,000/-.

If the resource replaced is not equal to the

original resource a penalty of 1% of the

resource of cost per week will be levied until

an approved and equivalent resource is placed.

2.

Change of Consultant as per the

department request.

In the event the CMO/

respective department/ ITE&C/

APTS finds that the technical

resource is not up to the mark.

Then APTS will request for

replacement through a notice.

Un

productive

technical

resource

Within 7 days from the date of notice the

bidder shall replace the resource with equal to

the original resource.

No payment will be released for the resource

from the period the date of resource is

replayed with a new resource

For delay in replacement will attract the

penalty as stated above

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 12 of 49

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 13 of 49

5. Instructions to Bidders

General

5.1.1 Introduction

Name of the Client A.: ITE&C department on behalf of Chief

Minister Office, Government of Andhra

Pradesh. Hyderabad.

Name of the Consultant

for the Client : Andhra Pradesh Technology Services

Ltd, B- Block, 4th

floor, BRKR Bhavan,

Tank bund Road, Hyderabad.

Description of the System

for which bids are invited : Development, Implementation,

Management of Application Software(s)

with Bug fixing, Enhancement,

Modification, Change Management,

Documentation and Provision of other

Services

5.1.2 General Eligibility

5.1.2.1 This invitation for bids is open to all Indian firms who fulfil prequalification

criteria.

5.1.2.2 Bidders marked / considered by APTS to be ineligible to participate for non-

satisfactory past performance, corrupt, fraudulent or any other unethical business

practices shall not be eligible.

5.1.2.3 Breach of general or specific instructions for bidding, general and special conditions

of contract with APTS or any of its user organizations may make a firm ineligible to

participate in bidding process

5.1.3 Cost of Bidding

The bidder shall bear all the cost associated with the preparation and submission of bid

including prototype presentation. The client/consultant will in no case be responsible or

liable for those costs.

5.1.4 Site visit

The bidder shall bear all the cost associated with the preparation and submission of

bid including prototype presentation. The client/consultant will in no case be

responsible or liable for those costs.

5.1.5. Clarification on bidding document

5.1.5.1 A prospective vendor requiring any clarification of the bidding documents may

notify APTS contact person. Written copies of the APTS response (including an

explanation of the query but without identifying the source of inquiry) will be sent to

all prospective bidders that have received the bidding documents

5.1.5.2 The concerned contact person will respond to any request for clarification of bidding

documents, which it receives no later than bid clarification date mentioned in the

notice prior to deadline for submission of bids prescribed in the tender notice. No

clarification from any bidder shall be entertained after the close of date and time for

seeking clarification mentioned in tender call notice. It is further clarified that APTS

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 14 of 49

shall not entertain any correspondence regarding delay or non receipt of

clarification.

5.1.6. Address for clarification The Managing Director,

AP Technology Services Ltd,

4th

Floor, B Block, BRKR Bhavan,

Tank bund Road, Hyderabad- 500 063.

Mail: [email protected]

5.1.7. Amendment of bidding document 5.1.8.1 At any time prior to the deadline for submission of bids, APTS, for any reason,

whether at its own initiative or in response to a clarification requested by a

prospective bidder, may modify the bidding documents by amendment.

5.1.8.2 All prospective bidders those have received the bidding documents will be notified

of the amendment, and such modification will be binding on all bidders.

5.1.8.3.In order to allow prospective bidders reasonable time in which to take the

amendment into account in preparing their bids, the APTS, at its discretion, may

extend the deadline for the submission of bids.

6. Bidding procedure

6.1 Three Stage Bidding Procedure

The bidding will be in three stages and at the end of every stage short listed bidders

will be informed to have fair and healthy competition. The following is the

comprehensive procedure for selection of bidders at each and every stage.

6.2 Stage-I - Bidding Procedure

The bidder shall furnish the information in the required formats specified in

Annexure-C [Stage-I Bidding (Pre-Qualification)]. In case the bidder fails to provide

necessary information or fails to fill any columns, bid will be liable to be treated, as

non-responsive. Information furnished after opening of the stage-I bids will not be

considered for evaluation purpose. Stage-I bidding formats consists the following

information.

6.3 Pre-Qualification Bid shall include:

It shall include the following information about the firm:

1.Name of the company/ organization registered with ROC, Quality Certifications

obtained by the Company in Form P#1

2. Software Development projects in BI projects Form P#2

3.Certificate proving that they have not black listed by any Central/ State Govt.

Department/corporation (Own format)

4.Other information, if any required in the bid document (own format)

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 15 of 49

6.4 Stage-II Bidding Procedure

The qualified bidders in the Stage-I shall give a presentation to the Committee on the

solution offered and Technological related issues. At this stage the bidder is

expected to explain their bid, detailing approach etc., outline of the solution

proposed.

the following documentation shall be included in the Technical Bid. The details to

be provided in the formats specified:

1. Past experiences of Organization in dash board creation and maintenance

Past experiences with Dashboard Projects involving Dynamic Map

Based Geo-Querying and clustering as per Format T#1

2. Understanding of the Project & solution (Technology Model, etc) as per

Format T#2

3. BI Engine for Data Validity and BI reports as per Format T#3

4. Innovation Proposed as per Format T#4

5. Project Management Framework and Work Plan as per Format T#5

6. Data Management & Migration Plan, Knowledge Transfer Plan as per

Format T#6

7. Details of Key Staff committed for the assignment as per Format T#7

8. The CV of the key staff proposed for the project in Format T#8

6. 5 Stage-III Bidding Procedure

The commercial proposal of the short-listed bidders in Stage-II will only be opened.

Note: Any bidder who offer discounts/ benefits suo moto after opening of

commercial bid(s) will be automatically disqualified from the current bidding

process without any prior notification and also may be disqualified for future

bidding processes in APTS.

6.6 Preparation of Bids

6.6.1. Language of Bids

The language for all of the correspondence and documents related to the bid must be

in English.

6.6.2 Documents Comprising the Bid

Stage 1: (Pre-Qualification)

a. Forms as per Annexure-C [Stage-I Bidding (Pre-Qualification)] along with

documentary evidence.

b. Audited balance sheet(s) & Proof of Work/ purchase orders and completion

certificates.

c. Self Certificate stating that not blacklisted

d. Bid security.

Stage 2: (Technical Proposals) Annexure- C [Stage-II bidding formats]

a. Note on understanding of the project and related issues.

b. Approach for executing and completion of the Project.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 16 of 49

c. Key staff

d. CV of Key staff

Stage 3: (Commercial Proposals) a. Commercial / Financial bid enclosed in Annexure- C [Stage-III bidding

formats]

6.6.3 Bid Prices

The bidder shall express their bid price for the information system using the price

schedule form provided in the bidding documents.

6.6.4 Preliminary Project Plan

A Preliminary Project Plan describing, among the other things, the methods by

which the Bidder will carry out its overall management and coordination

responsibilities if awarded the contract, and the human and other resources the

Bidder proposes to use. The plan should include a detailed Contract Implementation

Schedule in bar chart form, showing the estimated duration, sequence and

interrelationship of all the key activities needed to complete the contract .The

Preliminary Project Plan must also address any other topics specified in the Bid Data

Sheet.

6.6.5 Bid Security

The Bid Security shall, be in the form of a Demand Draft or BG from a Scheduled

bank located in India and at least having one branch in Hyderabad in the form given

in bid document.

Any bid not accompanied by an acceptable bid security shall be rejected and treated

as non-responsive. The bids with bid security not valid for period specified period

will be rejected.

The bid securities of unsuccessful Bidders will be returned as promptly as possible,

but not later than thirty (30) days after the expiration of the period of bid validity. The bid security of the successful bidder will be returned when the bidder has signed the

Agreement and furnished the required performance security.

6.6.6 Bid Validity The bid validity period shall as indicated in the bid document. A bid having validity

for shorter period shall be treated as non-responsive and rejected.

6.6.7 Bid Submission, Format and Signing The bidder has to submit 2 copies/ documents (sealed separately) subscribing on the

right hand side top corner as “Original” and “Duplicate”. Each copy of the bidding

document will consists of pre-qualification, technical and commercial that is sealed

individually. The 2 copies of the bidding documents consisting of 2 copies of all in

the following form:

Original Bid document must be sealed separately as one bundle and contain:

i. Pre-Qualification details Super Scribing on the right hand side top of the

cover as “Pre-qualification Original”.

ii. Technical Proposal details Super Scribing on the right hand side top of the

cover as “Technical Bid Original”.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 17 of 49

iii. Commercial Proposal (Sealed Separately) details Super Scribing on the right

hand side top of the cover as “Commercial Bid Original”

6.7.Submission of Bids Address for submission of bids

The Managing Director,

AP Technology Services Ltd,

4th

Floor, B Block, BRKR Bhavan, Tank bund Road,

Hyderabad- 500 063.

6.7.1 Deadline for submission of Bids

The Consultant at the address specified in the Bid Document not later than the date

and time indicated in bid document must receive bids.

The Client/ Consultant may, at its discretion, extend this deadline for submission of

bids by amending the Bidding Documents, in which case all rights and obligations

of the Client/ Consultant and Bidders will thereafter be subject to the deadline as

extended.

6.7.2 Late Bids

Any bid received by the Consultant after the bid submission deadline prescribed in the Bid

Data Sheet will be rejected and returned unopened to the bidder.

6.7.3 Withdrawal of the Bids

The Bidder may withdraw their bids after submission, one day prior to the deadline

date prescribed for bid submission date and time.

No bid can be withdrawn after expiry of time allowed for withdrawal of bid till bid

validity period. Withdrawal of bid during this prohibited period will result in

forfeiture of bid security (EMD).

6.8 Bid Opening and Evaluation

Opening of Bid by the Consultant/ Client

Date and Time : As indicated in bid document

Place for bid opening : APTS office,

4th

Floor, BRKR Bhavan,

Tank Bund Road, Hyderabad

“In the event of the specified date of bid opening being declared a holiday for the

Client or Consultant, the bids shall be opened at the appointed time and location on

the next working day.”

6.8.0 General Guidelines for bid opening

Bids will be in three parts (pre-qualification, technical and financial/ commercial)

and there will be three bid-opening events. APTS officers at each such event will

generally follow following guidelines. However APTS may deviate from these in

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 18 of 49

specific circumstances if it feels that such deviations are unavoidable, or will

improve speed of processing and consequent project execution.

Opening of Bids

Bids will be opened in the presence of bidder’s representatives, who choose to

attend. The bidder representatives who are present shall sign a register evidencing

their attendance.

The bidders names, bid modifications or withdrawals, discounts, and the presence or

absence of requisite bid security and such other details as the APTS officer at his/her

discretion, may consider appropriate, will be announced at the opening. No bid shall

be rejected at bid opening, except for late bids, which shall be returned unopened.

Bids that are not opened and read out at bid opening shall not be considered further

for evaluation, irrespective of the circumstances. Withdrawn bids will be returned

unopened to the bidders.

6.8.1 Clarification of bids

During evaluation of the bids, APTS may, at its discretion, ask the bidder for

clarification of its bid.

6.8.2 Preliminary examination of the bids

Preliminary scrutiny will be made to determine whether they are complete, whether

any computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether the bids

are generally in order.

Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail and the total price shall be corrected.

If the vendor does not accept the correction of the errors, its bid will be rejected and

its bid security may be forfeited. If there is a discrepancy between words and

figures, the amount in words will prevail.

APTS may waive any minor informality; nonconformity or irregularity in a bid that

does not constitute a material deviation, provided such waiver does not prejudice or

affect the relative ranking of any bidder.

Prior to the detailed evaluation, APTS will determine the substantial responsiveness

of each bid to the bidding documents. For purposes of these clauses, a substantially

responsive bid is one, which conforms to all the terms and conditions of the bidding

documents without material deviations.

If a bid is not substantially responsive, it will be rejected by APTS and may not

subsequently be made responsive by the bidder by correction of the nonconformity.

6.9 Evaluation of Pre-Qualification bids

Pre-qualification bid documentation will be evaluated in two sub-steps.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 19 of 49

Firstly, the documentation furnished by the bidder will be examined prima facie to

see if the technical skill base and financial capacity and other vendor attributes

claimed therein are consistent with the needs of this project.

In the second step, APTS may ask bidder(s) for additional information, or visit to

bidder’s site and/ or arrange discussions with their professional, technical faculties

to verify claims made in bid documentation.

6.10 Evaluation of Technical bids

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

Firstly, the documentation furnished by the vendor will be examined prima facie to

see if the offer made, technical skill base and financial capacity and other vendor

attributes claimed therein are consistent with the needs of this project.

In the second step, APTS may ask vendor(s) for additional information, visit to

vendors site and/ or arrange discussions with their professional, technical faculties to

verify claims made in bid documentation. APTS may also ask the bidder to give

presentation on the understanding of the project scope, technical and financial

strengths, proposed development methodology, manpower and infrastructure

deployment etc.

6.10.1 Evaluation of Pre-Qualification and Technical Bids

1. The bidder’s pre-qualification (stage-I) will be evaluated as per the scope of the

work and requirements of the bid document.

2. Only Pre qualified bidders will be considered for stage-II bidding.

3. There is weightage for the scores obtained in Stage-II bidding for the purpose of

qualifying the bidders for Stage-II bidding process.

4. The scores obtained in Stage-II bidding will be used for the purpose of identifying

the successful bidder in Stage-III bidding process.

6.11 Evaluation of Technical bids

The CV’s submitted by the bidder shall meet the qualification criteria

6.12 Qualifications required for the proposed Team

Designated

Role / Title

Job Responsibility Profile Eligibility Details

Program

Manager Ensure Data Integration from various

departments

Single point of contact between the CMO

& the deployed team.

Interface with GoAP to understand the

different department KPIs that should be

displayed on dashboard

Ensure timely project delivery as per RFP

B. Tech/BE with MBA from

reputed institution

10 years of experience in

managing project teams for BI &

Analytics

Data

Visualization

Engineer

Convert visual design recommended by the

data and design team to live dashboard

Write clean, well-engineered code that

comply with accepted standards, and test

web applications and Cloud based

B. Tech / BE / MCA

5 years of experience having

worked on visual & map based

dashboards

Experience in the BI engine

proposed

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 20 of 49

Application developments

Build quality applications and portals with

structure of modern enterprise Web

applications: the user interface, application

server, and database. Business

Analyst

Data Analyst /

Data scientist

Build Data Quality Logic Checks

Understand data and structure indicators and

best way to represent data for analysis

Design indices, ranking and matrices for

measuring progress

Layering relevant public data sources with

CORE dashboard data to provide context for

analysis

model building

Masters in Statistics/

Mathematics/ or equivalent

degree in Economics/ Data

Science/ B Tech

Minimum 7 years experience in

Data Science and Analysis

Minimum 2 year experience in

working with a software firm to

design predictive / prescriptive

Analyses / Model building for

representing analysis

Experience in the BI engine

proposed

6.13 Technical Presentations

The technical evaluation of the bid will be based on the bidder’s response to the requirements as

mentioned in the RFP, which will include the Technical Specifications mentioned in RFP. The

parameters for technical evaluation would include the following criteria (indicative only).

The bidder with less than 80 score in technical evaluation will be treated as non-responsive.

Each bidder has to present the technical bids to the evaluation committee for examination.

The score will be computed for Score of 100.

6.13. 1 Commercial Bid Evaluation

The commercial evaluation would be based on the cost of the services provided by the

bidder in his commercial bid. The Lowest quoted for excluding taxes is the successful

bidder.

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

qualification, appropriateness of the financial offer from point of view of cost effectiveness

over the entire period for the services and capability of the firm to execute and service the

project.

GoAP reserves the right to reject all/ any part of the tender without assigning any reason

whatsoever and decision of APTS/ CT department/ GoAP in this regard, shall be final and

binding.

Although GoAP states views as to how its Requirements must be satisfied in this RFP,

respondents are invited to propose alternatives in addition if they believe the Requirements

can be better satisfied. Such alternatives must be clearly and separately itemized and costed.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 21 of 49

6.14 Overall Evaluation

APTS/ GoAP will evaluate and compare the bids determined to be substantially responsive.

It is APTS’s intent to select the proposal that is most advantageous to GoAP and each

proposal will be evaluated using the criteria defined. The technical evaluation of Bids will

be carried out using a score system.

APTS/ GoAP reserves the right to reject any or all proposal and to waive informalities and

minor irregularities in proposals received if deemed in the best interest of GoAP to do so.

6.15 Evaluation Process

The Bidders shall submit the Commercial Proposal for the entire work. GoAP will perform

a detailed evaluation of the Technical Bids of the Bidders who have qualified in the Pre-

qualification stage in order to determine whether they are substantially responsive to the

requirements set forth in the Request for Proposals. In order to reach such a determination,

GoAP will examine the information supplied by the Bidders, and shall evaluate the same as

per the evaluation criteria specified in this RFP.

Based on the technical evaluation, the commercial Bids of only the technically acceptable

bidders shall be opened by GoAP. The commercial evaluation will take into account the

information supplied by the Bidders in the Commercial Proposal, and shall evaluate the

same as per the evaluation criteria specified in this RFP.

6.16 Evaluation Committee

Tenders shall be evaluated by APTS/ITE&C Department.

The Tender Committee may choose to conduct contract negotiation or discussion with

successful bidder. However there will be no commercial negotiations post tender opening.

The decision of the Tender Committee in the evaluation of the Technical and Commercial

bids shall be final. No correspondence will be entertained outside the process of

negotiation/ discussion with the Committee.

6.17 Clarifications of Bids and Review of Bidder’s Proposed Deviations

To assist in the examination, evaluation and comparison of Bids GoAP may, at its

discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the

response shall be in writing and no change in the price or substance of the Bid shall be

sought, offered or permitted.

6.18 Contacting of GoAP

Any attempt by a Bidder to influence GoAP in its bid evaluation, bid comparison or

contract award decisions may result in the rejection of the Bidder’s Bid.

6.19 Content and form of response

This section contains the table of contents for the bid response. In order to facilitate

evaluation and comparison of bid responses, bidders shall submit their response in this

format. Failure to do so may result in the bid being eliminated at the examination stage as

no responsive. Should the bidder have additional information to submit that cannot be

encompassed by the current table of contents, additional sections may be added at the end.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 22 of 49

6.20 Award criteria

Final choice of Bidder, to execute this project shall be made on the basis of to the

following:

Availability of Technical Man power

Appropriateness of financial offer from the point of view of cost-effectiveness,

Total cost over contact period

Sustainability of solution

6.21 Notification of award & signing of Contract

Prior to expiration of the period of Bid validity, APTS will notify the successful Bidder in

writing, that its Bid has been accepted. At the same time as the APTS notifies the successful

Bidder that its Bid has been accepted, the APTS will send the Bidder the Contract Form.

Within the specified days of receipt of the Contract Form, the successful Bidder shall sign

and date the Contract and return it to the APTS. Upon the successful Bidder's furnishing of

Implementation Guarantee and signing of Contractual documents, APTS will promptly

notify each unsuccessful Bidder and will discharge its Bid security.

6.22 Corrupt fraudulent practices

Defines, for the purpose of this provision, the terms set forth below as follows:

“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the process of Contract execution and “fraudulent

practice” means a misrepresentation of facts in order to influence a procurement process or

the execution of a Contract the detriment of the Borrower, and includes collusive practice

among Bidders (prior to or after Bid submission) designed to establish Bid prices at

artificial non competitive levels and to deprive the Borrower of the benefits of free and open

competition.

APTS will reject a proposal for award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in competing for, or in executing,

Contract(s).

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 23 of 49

7. General Conditions of Contract (GCC)

Contract and Interpretation

7.1.1. Definitions

In this Contract, the following terms shall be interpreted as indicated below and the

solution provider must bind all the definitions and prepare financial quotations.

Applicable Law means the Contract shall be interpreted in accordance with the

laws of the Client’s country, unless otherwise specified in Special Conditions of

Contract (SCC).

Bidder means any firm offering the solution(s), service(s) and/or materials required

in the tender call. The word vendor when used in the pre award period shall be

synonymous with bidder and when used after award of the contract shall mean the

successful bidder with whom User signs the contract for rendering of goods and

services.

Client means the AP Government Office and its organizations, units or functional

units whether partially or fully owned or controlled by it.

Composite bid means a bid in which the technical and financial parts are combined

into one but their evaluation is sequential.

SSP Software Solution Provider means the firm or joint venture providing the

solution under this contract as named in RFP/Technical specifications/scope of

work.

Consultancy Service Provider’s Bid means the SSP’s bid which shall form part of

the Contract.

Contract means the agreement entered into between the Client and the Software

Solution Provider (SSP), as recorded in the Contract Form signed by the parties

including all attachments and appendices thereto and all documents incorporated by

reference therein.

Contract Price means the price payable to the SSP under the Contract for the full

and proper performance of all its contractual obligations.

Cost of the Solution (CS) means the costs involved for the works and services

mentioned in the scope of work and also include any amendments made there on

before award of the contract.

SSP’s representative means the duly authorized representative of the SSP,

approved by the Clients and responsible for the SSP’s performance under the

contract.

Day means calendar day.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 24 of 49

Effective Date means the date following contract signing that the contract enters

into full force as and upon fulfillment of any and all additional conditions specified

in the SCC.

Financial bid means that part of the offer that provides price schedule, total project

costs etc.

Firm means a company, authority, co-operative or any other organization

incorporated under appropriate statute as is applicable in the country of

incorporation.

GCC means these General Conditions of Contract.

Goods when used singly shall mean the hardware, firmware component of the

goods and services.

Goods and services mean the solution(s), service(s), materials or a combination of

them in the context of the tender call and specifications.

Incidental services means those services ancillary to the supply of the goods and

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

such as installation, commissioning, provision of technical assistance, training and

other such obligations of the vendor covered under the contract.

Implementation cum Performance security means on receipt of notification of

award from the User, the successful bidder shall furnish the security in accordance

with the conditions of contract, in the Implementation cum performance security

form provided in the bidding documents or in another form acceptable to the User.

Pre-qualification and Technical bid means that part of the offer that provides

information to facilitate assessment, by APTS, professional, technical and financial

standing of the bidder, conformity to specifications etc.

Project Plan means the document to be developed by the SSP and approved by the

Clients, based on the requirements of the Contract and the preliminary project plan

included in the SSP’s bid. Should the Project Plan conflict with the Contract in any

way; the relevant provisions of the Contract shall prevail in each and every instance.

Project sites means the place or places named in the schedule or requirements for

delivery of goods and services.

Specification means the functional and technical specifications or statement of

work, as the case may be.

Tender call or invitation for bids, means the detailed notification seeking a set of

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

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 25 of 49

Confidentiality and intellectual Property rights

7.1.2. Confidentiality

The SSP must maintain absolute confidentiality of the documents/ maps/ tools

collected in any form including electronic media and any other data/information

provided to him for the execution of the work. The bidder should not use the Project

data for any purpose other than the scope of work specified in the document and

added/ amended before signing the contract. The SSP must remove/ destroy the

entire data from his custody after completion of the warranty period. If at any stage

it is found that the bidder is using the data provided by the client any time during the

contract execution or after completion of the contract for any other purposes,

stringent legal action will be initiated as per applicable law of land and the contract

will be terminated without assigning any reasons.

7.1.3. Intellectual property rights

The parties agree that the final output dashboard or visualization, by whatever name it may

be called, that will be generated during the course of rendition of service will belong to

GoAP. The parties acknowledge and agree that all work products and all intellectual

property rights relating to the software platform including, but not limited to reports,

curricula, specifications, outlines, drafts, software, map based infrastructure, shape files,

source code and any other materials in any medium, which are prepared and/or developed

by Service Provider are the sole and exclusive property of the Service Provider provided it

is licensed to GoAP for the purpose of CORE dashboard.

7.1.4. Use of documents and Information

1. The vendor shall not, without prior written consent from client/APTS,

disclose/share/use the bid document, contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample or information furnished by or on

behalf of the client/APTS in connection therewith, to any person other than a person

employed by the vendor in the 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.

2. The Vendor shall not, without prior written consent of client/APTS, make use of any

document or information made available for the project, except for purposes of

performing the Contract.

3. All project related document (including this bid document) issued by client/APTS,

other than the contract itself, shall remain the property of the client/APTS and shall

be returned (in all copies) to the client/APTS on completion of the Vendor’s

performance under the contract.

7.1.5. Indemnification The SSP shall, at its own expense, defend and indemnify the Client against all third-

party claims of infringement of intellectual property rights, including patent,

trademark, copyright, trade secret or industrial design rights arising from use of the

products or any part thereof in the Client’s country.

The SSP shall expeditiously extinguish any such claims and shall have full rights to

defend itself there from. If the Client is required to pay compensation to a third

party resulting from such infringement, the SSP shall be fully responsible there of,

including all expenses and court and legal fees.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 26 of 49

The Client will give notice to the SSP of any such claim without delay and shall

provide reasonable assistance to the SSP in disposing of the claim.

The Client shall indemnify and defend the SSP against all third-party claims of

infringement of Intellectual Property Rights, including patent, trademark, copyright,

trade secret or industrial design rights arising from the use of any information of

Software provided to the SSP by the Client under the contract.

7.2 Bid Security, Payments, Guarantees and Liabilities

7.2.1. Bid Security (EMD)

1. Bid Security must be drawn in favor of “The Managing Director, A.P. Technology

Services Ltd, Hyderabad” that can be in form of a Bank Guarantee (BG) or Demand

Draft (DD) payable at Hyderabad (India).

2. The bidder shall furnish, as part of its bid, a bid security for the amount specified in

the tender call notice. Format of EMD is enclosed in Annexure–B.

3. The bid security is required by APTS to:

a. Assure bidder’s continued interest till award of contract and

b. Conduct in accordance with bid conditions during the bid evaluation

process.

4. The BG or DD shall be in Indian rupees and shall be from bank scheduled in India

and having at least one branch office in Hyderabad.

5. Unsuccessful bidder’s bid security will be discharged or returned as promptly as

possible but not later than thirty (30) days after the expiration of the period of bid

validity prescribed by APTS.

6. The successful bidder’s bid security will be discharged upon the bidder signing the

contract, and furnishing the performance security.

7. The bid security may be forfeited:

a. If a bidder withdraws its bid during the period of bid validity or

b. In the case of a successful bidder, if the bidder fails:

i. To Sign the contract in time or

ii. To furnish performance security.

7.2.2. Implementation cum Performance Security

On receipt of the notification of Contract award, the successful Bidder shall furnish

to the Client the implementation cum Performance Security for the amount specified

in SCC with in time limit fixed, in the form of BG/ DD payable at Hyderabad. The

other requirements of BG/ DD will be same as that for EMD.

The proceeds of the security shall be payable to the Client as compensation for any

loss resulting from the SSP’s failure to complete any one or all obligations under the

Contract.

The implementation security will be discharged by the Client and returned to the

SSP not later than thirty (30) days after completion of three months from the date of

submission of deliverables and its final acceptance.

7.2.3. Payment

The method and conditions of payment to be made to the solution provider under

this contract shall be specified in SCC.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 27 of 49

The solution provider request(s) for payment shall be made to the Client in writing,

accompanied by an invoice describing, as appropriate, the deliverables defined are

delivered and accepted, and by documents submitted and upon fulfillment of other

obligations stipulated in the Contract. IT if any will be deducted at source as per IT

act.

7.2.4. Prices

Prices charged for deliverables and Services performed under the Contract shall not

be increased from the prices quoted by them in its bid. The prices shall include all

taxes, duties, license fees, and other such levies as required in the format given.

7.2.5. Taxes and Duties

The SSP shall be entirely responsible for all taxes, duties, license fees, and other

such levies.

7.2.6. Delay in the SSP Performance

The SSP has to start as per the direction of the client at the designated locations and

Services shall be made in accordance with the time schedule prescribed by the

Client in the Schedule of Requirements.

If at any time during performance of the Contract, the SSP should encounter

conditions impeding timely delivery or installation of the Systems or performance of

the Services, the SSP shall promptly notify the Client in writing of the fact of the

delay, likely duration and its cause(s). As soon as practicable after receipt of the

SSP notice, the Client shall evaluate the situation and may at its discretion extend

the time for performance, with or without liquidated damages, and revised

implementation plan will be prepared by both parties.

Except as provided under GCC Clause, if SSP fails in the performance of its

delivery or installation obligations shall render the liable to the imposition of

liquidated damages pursuant to GCC Clause, unless an extension of time is agreed

upon by client without the application of liquidated damages.

7.2.7. Liquidated Damages

If the SSP fails to deliver goods/ Services or install any or all of the systems or if

any of the goods/ services fail to gain Acceptance within the period(s) specified in

the Contract, the Client shall, without prejudice to its other remedies under the

Contract, deduct from the performance security, as liquidated damages, a sum

equivalent to the percentage of the Contract price specified in SCC. Once the

maximum is reached, the Client may consider termination of the Contract.

If delivered or installed goods and/or Services cannot be put to use without the

undelivered goods/Services, the damages will be calculated using the total price of

the goods/services that cannot be put to use.

7.2.8. Application of LD

Liquidated damages shall be assessed as per the mile stones as per schedule,

submission of deliverables and its acceptance”.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 28 of 49

7.2.9. Termination for Default

The Client, without prejudice to any other remedy for breach of Contract, may

terminate this Contract in whole or in part by giving 30 days advance notice; if the

SSP fails to deliver any or all of goods/services or to install any or all of the Systems

within the period(s) specified in the Contract, or within any extension thereof

granted by the Client or if he fails to perform any other significant obligations(s)

under this contract.

In the event the Client terminates the Contract in whole or in part, the Client may

procure, upon such terms and in such manner as it seems appropriate, goods/services

similar to those undelivered, and the SSP shall be liable to the Client for any excess

costs for those similar goods or Services. However, the SSP shall continue

performance of the contract to the extent not terminated.

7.2.10. Termination for Insolvency

The Client may at any time terminate the Contract by giving written notice to the

SSP if he becomes bankrupt or otherwise insolvent. In this event, termination will

be without compensation to the SSP, provided that such termination will not

prejudice or affect any right of action or remedy that has accrued or will accrue

thereafter to the Client.

7.2.11. Force Majeure The SSP shall not be to liable for forfeiture of its performance security, liquidated

damages, or termination for default if and to the extent that its delay in performance

or other failure to perform its obligations under the Contract is the result of an event

of Force Majeure.

For purposes of this Clause, “Force Majeure” means an event beyond the control of

the and not involving SSP’s fault or negligence and not foreseeable. Such events

may include, but are not restricted to, acts of the Client in its sovereign capacity,

wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight

embargoes.

If a Force Majeure situation arises, the SSP shall promptly notify the Client in

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

Client in writing, the SSP shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

If an event of Force Majeure continues for a period of one hundred and eighty (180)

days or more, the parties may, by mutual agreement, terminate the Contract without

either party incurring any further liabilities towards the other with respect to the

Contract, other than to effect payment for goods/services already delivered or

performed.

7.2.12. Resolution of disputes The Client and the Vendor shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the contract.

If, after thirty (30) days from the commencement of such informal negotiations, the

Client and the Vendor have been unable to resolve amicably a contract dispute,

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 29 of 49

either party may require that the dispute be referred for resolution to the formal

mechanisms specified here in. These mechanisms may include, but are not restricted

to, conciliation mediated by a third party.

The dispute resolution mechanism shall be as follows:

In case of a dispute or difference arising between the Client and the Vendor relating

to any matter arising out of or connected with this agreement, such disputes or

difference shall be settled in accordance with the Arbitration and Conciliation Act,

of India, 1996.

7.2.13. Governing Language The contract shall be written in English. All correspondence and other documents

pertaining to the contract, which are exchanged by the parties, shall be written in

same languages.

7.2.14. Applicable law The contract shall be interpreted in accordance with appropriate Indian laws.

7.2.15. No interest for performance Guarantee No interest shall be paid on the earnest money, security deposit and the amount

retained against performance guarantee.

7.2.16. Notices Any notice given by one party to the other pursuant to this contract shall be sent to

the other party in writing or by telex, email, cable or facsimile and confirmed in

writing to the other party’s last known address.

A notice shall be effective when delivered or tendered to other party whichever is

earlier.

7.3 Contract Execution

7.3.1. Inspections and Acceptance Test Inspection: The Client or its representatives shall have the right to inspect re-

engineering, design, development, installation and commissioning works or any

other work that would carried as part of contract execution for its quality to confirm

their Contract specifications at point of development/delivery and/or at the final

place(s) of delivery. The SSP shall arrange necessary systems, people and

equipment for such inspections.

Should any inspected or tested or delivered goods/services fail to conform to the

Contract specifications or to pass the Acceptance tests as defined jointly in the

Project Plan, the Client may reject the delivered goods/services, and the SSP shall

either replace the rejected delivered goods/services or make alterations as necessary

to meet the specifications free of cost to the Client.

7.3.2. Acceptance test method and final acceptance of the solution

Acceptance of the deliverables shall be made at the department site specified in the

Schedule of Requirements at the Client’s discretion.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 30 of 49

The SSP shall develop and deliver the reports to CMO and CMO will accept them

Acceptance testing for the final deliverables shall commence within 30 days from

the date of completion of the project as per scope defined.

Nothing in shall in any way release the SSP from any warranty or other obligations

under this Contract or limit the Client’s ability to seek other remedies as specified in

the Contract.

7.3.3. SSP’s Obligations The SSP will abide by the job safety, insurance, customs and immigration measures

prevalent and laws in force in the Client’s country, and will indemnify the Client

from all demands or responsibilities arising from accidents or loss of life. The SSP

will pay all indemnities arising from such incidents and will not hold the Client

responsible or obliged.

The SSP is responsible for, and obligated to conduct all contracted activities with

due care and diligence, in accordance with the Contract and using state of the art

methods and economic principles, and exercising all reasonable means to achieve

the performance specified in the Contract.

The SSP is obliged to work closely with the Client’s Project Manager and staff, act

within its own authority, and abide by directives issued by the Client that are

consistent with the terms of the Contract. SSP is responsible for managing the

activities of its personnel, and will hold itself responsible for any misdemeanors.

The SSP shall appoint an experienced Representative to manage its performance of

the Contract within 15 days from Contract signature. The Representative shall be

authorized to accept orders and notices on behalf of the SSP, and to generate notices

and commit the SSP to specific courses of action within the scope of the Contract.

The Representatives may be replaced only with the prior written consent of the

Client.

The SSP shall develop the final Project Plan based on Contract requirements, to be

submitted to the Client for review and approval within the number of days specified

in SCC from the Effective date of the Contract, with all reasonable and necessary

input from the Client.

The SSP shall complete Delivery, Installation and Acceptance of the Systems in

accordance with Contract requirements (as may be further elaborated in SCC and

the Project Plan).

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 31 of 49

8. Special Conditions of the Contract (SCC)

The following Special Conditions of Contract (SCC) shall supplement to the

General Conditions of Contract (GCC). Whenever there is a conflict, the provisions

of the SCC shall prevail over those in the General Conditions of Contract.

Subject Matter of Contract

9.1.1. Contract Agreement The successful bidder should enter into agreement with the client.

9.1.2. Key Personnel for Client Co-ordinator from the Client.

Co-ordinator(s) from the Consultant.

9.1.3. Key Personnel for SSP List of Key personnel identified and listed by the SSP in the bid document.

[SSP shall provide the List]

“Contract signing”

The SSP has to enter into agreement with the Client/Consultant for which he has

quoted and awarded within the stipulated time as mentioned in the bid document.

“Effective Date”

Means the date on which the contract signed for execution

“Local office”

The bidder should undertake to provide a project office in the State where the

services are to be provided

“GO live”

Means the date on which all modules as per the contract are made operational and

accepted by the client.

“Project Coordinator”

Means the Project Manager or any other officer appointed by SSP on its behalf for

overall co-ordination, supervision and project management;

“Project site”

Where applicable, means the place(s) where services are to be made available to

user(s);

9.1.4. Project development site The development team shall be stationed at the SSP site. However, the department

will arrange for the office space for the Program/ Project Manager in the client

office.

9.1.5. Change management & maintenance The Change management & maintenance team will be stationed at the office of the

CT department. The department will arrange for the office space and systems. a. The department will maintain attendance register at the office.

b. The Change management & maintenance team shall report on all

working days of government.

c. The office hrs are 10.00 AM to 6.00 PM

d. The Change management & maintenance shall stay beyond office hours if

needed, No overtime will be paid for the extra hours.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 32 of 49

9.1.6. Project Reports The SSP shall on a regular basis but not less than once in a month for the first eight

months and monthly thereafter provide progress reports giving information on

implementation of the Project as per the Project Plan, any delays, etc.

9.1.7. Inspection and Acceptance: The client will be entitled at any time, to inspect the site or sites at which the Project

is being carried on to check on the implementation of the Project. SSP shall provide

all information and assistance required by client in this regard.

The Client will commence the Acceptance Testing within two weeks of intimation

of commissioning of the module. The client will issue an Acceptance Certificate to

the SSP within two weeks of conducting the acceptance test, signifying its

acceptance of the Project, provided any defects, deviations’ identified during

acceptance tests are rectified. However such acceptance shall not relieve BSP of

liability for any defects or problems subsequently arising in the Project.

The date on which client notifies SSP of completion of module will be deemed to be

the date on which module is operational.

The SSP may at its option, appoint one or more engineers for the duration of this

contract, to regularly provide an independent assessment report of the progress of

execution of the Project as well as the operation of the network and the provision of

Service as well as to conduct acceptance tests.

9.1.8. Payments

9.1.9. Contract Price & Payments Prices are fixed and no adjustment will be made to the contract price. The payment

will be done on submission of invoices supported by uptime certification form the

authorized officer of the client department for the uptime and performance.

9.1.10. Penalty for development, delivery & installation

If the bidder fails to achieve the milestones as per the milestones mentioned in the

scope of the work, then for every day of the delay in delivery of the deliverables

then, the client at his discretion will levy a penalty of Rs.1,000/- per day or part

thereof.

9.1.11. Penalty for Operational & change management If the bidder fails to achieve the agreed time lines for every change request, then for

every day of the delay in delivery of the deliverables then, the client at his discretion

will levy a penalty of Rs.1,000/- per day or part thereof.

If any report generation is taking beyond 3 minutes, till the report is fine tuned in a

week days from the date of written communication. If successful bidder fails to

achieve the report generation time, then for every day, the client at his discretion

will levy a penalty of Rs.1,000/- per day or part thereof.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 33 of 49

9.1.12. Payment Authority APTS is the payment authority based on the recommendations of ITE&C dept. The

client/ consultant will make the payment as per payment terms and conditions.

9.1.13. Insurance to men, machine and material The SSP has to insure against all risks on his men, machine and material and

provide the evidence before commencing the work to the client.

9.1.14. Subcontract Subcontract is not allowed in any form. During the program, if found that SSP has

given subcontract, the contract will be cancelled and implementation cum

performance security will be forfeited besides black listing the bidder to participate

in any future tender of APTS/ Client/ GoAP.

9.1.15. Infrastructure arrangement by SSP The SSP shall make his own arrangements for infrastructure which includes power,

water and transportation of personnel deployed by him, security at the site in

addition to the men, machine and material.

9.1.16. As per GO Ms no.12 dated: 08.06.2015, Clause 6, Simplification of

Documentation for Bidding: The preparation of the support documents by the bidders for bid submission and evaluating

the same by purchaser is a time consuming process. To simplify the procedure the following

methods are to be followed:

a. Bidders shall submit their bids with self-declarations in respect of the pre-qualification

criteria prescribed in the tender document.

b. The procuring agency shall evaluate the bids based on the self-declaration and select the

successful bidder.

c. The successful bidder shall submit the documents to prove their pre-qualification, as

specified in the RFP, within 5 working days from the date of declaration of successful

bidder.

d. APTS will receive support documentations, verify the compliance with the requirements of

the RFP and if they are in order, issue the award notification.

e. Failure to submit all support documents by the successful bidder within specified time or

non-compliance with the self-declaration or non-fulfilment of the pre-qualification criteria

specified on the RFP, upon their verification, shall entail forfeiting the EMD and

Blacklisting of such bidder for a period of two years. In such cases, the procuring agency

may proceed further with the next-ranked bid.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 34 of 49

9. Table of Sample Forms and Procedures

Bid Form

Date: [ insert: date of bid ]

To:

The Managing Director ,

APTS, 4th

floor, BRKR Bhavan

Tank bund road

Hyderabad

Dear Sir,

1. Having examined the Bidding Documents, the receipt of which is hereby acknowledged,

we, the undersigned, offer to develop and implement the solution, submit deliverables

under the above-named Contract in full conformity with the said Bidding Documents

for the sum of: ………………………………….. (herein after called “the Total Bid

Price”) or such other sums as may be determined in accordance with the terms and

conditions of the Contract. The above amounts are in accordance with the Price

Schedules attached herewith and are made part of this bid.

2. We undertake, if our bid is accepted, to commence work as per the schedule and to

achieve the Acceptance within the respective times stated in the Bidding Documents.

3. Construction of the Contract

We declare that we have studied Bid document and are making this proposal with a

stipulation that you shall award us Contracts for CORE dash board Application Re-

engineering to Service Oriented Architecture as per specifications and deliver all

deliverables and other services specified in the Contract Documents.

4. We have read the provisions of bid and confirm that these are acceptable to us.

5. We further declare that bid is unconditional.

6. We undertake, if our bid is accepted, to commence the work as per the schedule

immediately upon your Notification of Award to us, and to achieve Completion within

the time stated in the Bidding Documents.

7. If our bid is accepted, we undertake to provide an Implementation cum Performance

Security in the form and amounts, and within the times specified in the Bidding

Documents.

8. We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in

India namely “Prevention of Corruption Act”.

9. We, hereby, declare that only the persons or firms interested in this proposal as

principals are named here and that no other persons or firms other than those mentioned

herein have any interest in this proposal or in the Contract to be entered into, if the

award is made on us, that this proposal is made without any connection with any other

person, firm or party likewise submitting a proposal is in all respects for and in good

faith, without collusion or fraud.

10. We agree to abide by this bid, consists of this letter, the Price Schedules, the Bid

Security, the duly notarized written power of attorney, and Attachments 1 through

[ specify: the number of attachments ] to this Bid Form, for a period of bid validity

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 35 of 49

from the date fixed for submission of bids as stipulated in the Bidding Documents, and

it shall remain binding upon us and may be accepted by you at any time before the

expiration of that period.

11. Until the formal final Contract is prepared and executed between us, this bid, together

with your written acceptance of the bid and your notification of award, shall constitute a

binding contract between us.

Dated this [ insert: number ] day of [ insert: month ], [ insert: year ] Signed:

In the capacity of [ insert: title of position ]

Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]

Attachments:

As per the technical specifications

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 36 of 49

Form of Contract Agreement

This contract agreement is made on the [insert: number] day of [insert: month], [insert:

year].

Between

(1) [ insert: Name of Client ], (hereinafter called “the Client”), and

(2) [ insert: name of ], (hereinafter called “the SSP ”).

Whereas the Client desires to engage the SSP to Re-Engineer, develop and implement the " ---------

------------ as per the scope and deliver all the deliverables and have agreed to such engagement upon

and subject to the terms and conditions appearing below in this Contract Agreement.

NOW IT IS HEREBY AGREED as follows:

Article 1 - Contract Documents

1.1 Contract Documents

The following documents shall constitute the Contract between the Client and the

SSP, and each shall be read and construed as an integral part of the Contract:

This Contract Agreement and the Appendices attached to the Contract Agreement

(a) Notification of Award

(b) The Bid and Price Schedules submitted by the SSP

(c) Special Conditions of Contract

(d) General Conditions of Contract

(e) Bid document with modification if any

(f) Add here – any other documents)

1.2 Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents listed

above, the order of precedence shall be the order in which the Contract Documents

are listed in Article 1.1 (Contract Documents) above.

1.3 Definitions (Reference GCC Clause 1)

Capitalized words and phrases used in this Contract Agreement shall have the same

meanings as are ascribed to them in the General Conditions of Contract.

Article 2 - Contract Price and Terms of Payment

2.1 Contract Price

The Client hereby agrees to pay to the SSP as amount of Rs.xxxx/- per / Quarter

the Contract Price in consideration of the performance by the SSP of its obligations

under the Contract.

Article 3 - Effective Date for Determining Time for Operational Acceptance

3.1 Effective Date

The date of signing of the contract

(a) This Contract Agreement has been duly executed for and on behalf of the

Client and the SSP;

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 37 of 49

(b) The SSP has submitted to the Client the Implementation cum performance

security.

Article 4 – Jurisdiction

4.1. Any legal proceedings arising out of the agreement shall be subject to the

appropriate court in Hyderabad.

Article 5 - Appendixes

5.1. The Appendixes listed in the attached List of Appendixes shall be deemed to form

an integral part of this Contract Agreement.

5.2. Reference in the Contract to any Appendix shall mean the Appendixes attached to this

Contract Agreement, and the Contract shall be read and construed accordingly.

IN WITNESS WHERE OF the Client and the SSP have caused this Agreement to be duly

executed by their duly authorized representatives the day and year first above written.

For and on behalf of the Client (Purchaser)

Signed: _________________

in the capacity of [ insert: title or other appropriate designation ]

in the presence of ___________________

For and on behalf of the SSP

Signed: ___________________

in the capacity of [ insert: title or other appropriate designation ]

in the presence of

SSP ’s Representative (Appendix 1)

Name: [ insert: name, or state: “to be nominated within fourteen (14) days of the

Effective Date” ]

Title: [ insert: title, or state: “to be specified within fourteen (14) days of the Effective

Date” ]

Revised Price Schedules [if any] (Appendix 3)

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 38 of 49

10. Annexure – A

Bid Table of Contents and Checklists

Bidders may expand and modify (if appropriate) and complete the following table. The

purpose of the table is to provide the Bidder with a summary checklist of items that

must be included in the bid to be considered for contract award, it also provides

A summary reference scheme to ease and speed the Client’s bid evaluation process

Item Present

(Yes/No)

Bid Form

EMD

Man Power details

Past experience details

Application Development standards &

Certifications

Price Schedules

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 39 of 49

11. Annexure – B

Bid Security (EMD) Form

APTS. File. No: …………………………….....

Project Name: ……………………………….

(To be issued by a bank scheduled in India as having at least one branch in Hyderabad)

Whereas...................................... (here in after called “the Bidder”) has submitted its bid

dated ......(Date). For the execution of ........................ (here in after called “the Bid”)

KNOW ALL MEN by these presents that WE ................... of ........................ having our

registered office at........................ (here in after called the “Bank”) are bound unto the

Andhra Pradesh Technology Service Ltd. (hereinafter called “The APTS”) in the sum of

................ for which payment well and truly to be made to the said APTS itself, its

successors and assignees by these presents.

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity or

2. If the bidder, having been notified of the acceptance of its bid by the APTS during the

period of bid validity:

i. fails or refuses to execute the contract form if required; or

ii. fails or refuses to furnish the performance security, in accordance with the bid

requirement;

We undertake to pay the APTS up to the above amount upon receipt of its first written

demand, without the APTS having to substantiate its demand, provided that in its demand

the APTS will note that the amount claimed by it is due to it, owing to the occurrence of

one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee of Rs. will remain in force up to and including 45 days after the period of the

bid validity, and any demand in respect thereof should reach the Bank not later than the

above date.

Place: Signature of the Bank Official

Date : with Seal

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 40 of 49

12. Annexure –C -Stage – I Bidding (Pre Qualification) formats

Name of the SSP:

Name of the Project:

Form – P#1 General Information of the SSP

1. Name of the Company/ Firm :

2.

Date of Incorporation (Registration

Number & Registering Authority),

PAN No. :

3. Legal Status of the Company in India &

Nature of Business in India :

Public Ltd Company/ Private/

Partnership firm

4. Address of the Registered Office in

India :

5. Date of Commencement of Business :

6. Name & e-mail id, phone number, fax

of the Contact Person :

Phone:

Fax:

Email:

7. Web-Site :

10. Awards :

11. EMD details :

Amount:

DD No. & Date

Name of the Bank:

Valid up to :

12. Proof of purchase of bid document : APTS Receipt No:

Date of purchase:

Place: Bidder’s Signature

Date : and Seal.

Name of the SSP:

Name of the Project:

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 41 of 49

Form – P#2 - BI Software Development experience

S.No

Name of the Client

with address and

Phone No

Project Duration Value of

Project in Rs.

Brief Project

description Start Date Completion

Date

1.

2.

3.

Place: Bidder’s Signature

Date : and Seal.

Note: Provide sufficient evidence such as agreements, work completion certificates along

client satisfaction letter to support information provided in the above table.

Name of the SSP:

Name of the Project:

Form – P#3 - Overall Turnover of the Firm

(All values in Rs. Lakhs)

S.No

Financial Year

Turnover of the firm in Profit after

Tax Net Worth

of

Company Total Turnover

of the firm

Software/

Application

Development Total

(1) (2) (3) (4) (5)

1 FY.2013-14

2 FY.2014-15

FY.2015-16

Place: Bidder’s Signature

Date : and Seal.

Note:

1. Please attach audited Balance Sheets and IT return statements to confirming the

figures mentioned in columns (2) or CA certificate

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 42 of 49

13. Stage–II Bidding (Technical Solution offered by the Bidder)

(This format must be kept in a separate sealed cover)

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 43 of 49

Name of the SSP:

Name of the Project:

Form – T#1 - Details of key staff committed for the assignment

SNo Name Designation Qualifications

Length of

total

experience

BI Projects

implemented &

Years of BI

experence

1

2

3

4

5

6

7

.....

Place: Bidder’s Signature

Date : and Seal.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 44 of 49

Form T2 - Curriculum Vitae (CV) Of Key Staff Proposed

1. Name of Staff [Insert full name]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Date of Birth: 4. Nationality:

4. Education [Indicate college/university and other specialized education of staff member, giving

names of institutions, degrees obtained, and dates of obtainment]:

5. Total No. of years of experience in Data Intelligence, Dashboard Design & Development

Domain:

7. Awards or Recognition

9. Details of Involvement and specific role in at least 3 major dashboard design and

development Projects in the format:

Below:

Name of assignment or project:

Year:

Location:

Employer:

Main project features:

Positions held:

Activities performed:

Specific Contribution to Project: ______________________

Screenshots/ Links to work produced:

10. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes me, my qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 45 of 49

14. Stage – III Bidding (Commercial) formats

(This format must be kept in a separate sealed cover)

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 46 of 49

Form C#1 - Commercial Proposal Submission Form [Location, Date]

To: [Name and address of Employer]

Dear Sirs:

We, the undersigned, offer to provide the for [Insert title of Assignment] in accordance with your Request

for Proposal dated [Insert Date], and our Technical Proposal. Our attached Financial Proposal is for the

sum of [Insert amount(s) in words and figures].

This amount is inclusive of the Domestic taxes such as --------- (Indicate the amounts against each). We

hereby confirm that the financial proposal is unconditional and we acknowledge that any condition

attached to financial proposal shall result in reject of our financial proposal.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract

negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 47 of 49

Name of the Bidder:

Name of the Project:

Form-C#2 - Commercial Form

S.No Payment terms Number

of

resources

*

Duration

#

Man

Month

cost

Amount Taxes Total

(1) (2) (3) (4) (5) (6) (7) (8)

Team Cost

1 Program Manager 1 12

2 Data Visualization

Engineer 2 12

3 Business/ Data

Analyst 30 12

4 Data Scientist 15 12

5 Portal design and

developer 1 12

Estimated number of resources as mentioned in column 3 above are indicative only. IT&C

Department reserves the right to engage suitable number of resources in each category accordingly to

their requirements. The reimbursements/ payments towards providing the resources based on the

actual number of resources actually engaged by ITE&C department.

Period of engagement as indicated in column 4 is indicative only. ITE&C department deserve the

right to extend/ foreclosed the same depending on the requirements. In the event of foreclosed, no

completion what so ever shall be payable below period of actual engagement of the resources.

Place: Bidder’s Signature

Date: with Seal

Note: 1. AP ITE&C Department reserves it right to alter the scope (increase quantity / remove certain

items).

2. All other tasks pertinent to the contract even though may not have been mentioned in the bid

document are assumed to have been included in the work.

3. Deduction of taxes at source will be made as per applicable laws from the payments to be made

to the vendor.

4. Bids will be evaluated excluding Taxes.

5. Contract can be extended on mutual agreeable terms & conditions for 3 months are multiples of

3 months

6. Government reserves the right to move the application from Cloud to AP SDC

Place : Bidder’s signature

Date : and seal.

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 48 of 49

15. End of the bid document

APTS Confidential and Proprietary RFP - Selection of Service Provider for BI service provider for GoAP

APTS: One Stop-Shop Solution Provider for e-Governance Page 49 of 49