IT Infrastructure Document
IT Infrastructure Document
UNIVERSITY, BENGALURU
1
10.6. Form 6: Deployment of Personnel 21
10.7. Form 7: Undertaking on Exit Management and Transition 21
10.8. Form 8: Declaration that the bidder has not been blacklisted 22
11. ANNEXURE II: FINANCIAL PROPOSAL TEMPLATES 24
11.1. Form 1: Covering Letter 24
11.2. Form 2: Financial Proposal 26
2
1. Introduction
I. National Law School of India University, Bengaluru (hereafter referred to as
“NLSIU”) intends to select services provider for IT Infrastructure Managed
Services catering to students, administrative staff, and faculty of NLSIU.
II. NLSIU invites the eligible parties for appointment as Services (hereafter referred
as “Bidder” or “MSP”) for the NLSIU and provide the comprehensive set of
services as specified in the Scope of Work Section (Refer Section 4) of this RFP.
III. Bidders are advised to study this RFP document carefully before submitting their
proposals in response to this Notice. Submission of a proposal in response to this
notice shall be deemed to have been done after careful study and examination of
this document with full understanding of its terms, conditions, and implications.
Failure to furnish all information required as mentioned in the RFP documents or
submission of a proposal not substantially responsive to the RFP documents in
every respect will be at the Bidder's risk and may result in rejection of the
proposal.
IV. All proposals submitted in response to the RFP document must be accompanied
by an Earnest Money Deposit (EMD) of Rs.25,000/- (Rupees Twenty Five
Thousand Only) in the form of a Demand Draft in favour of Registrar, National
Law School of India University, Nagarabhavi, Bengaluru, payable at Bengaluru
along with the tender document. Bids submitted without adequate EMD will be
liable for rejection.
1
9. Addressee and address at which Finance Officer,
proposal in response to RFP notice National Law School of India University,
is to be submitted Gnana Bharathi Main road,
OPP to NAAC, Nagarbhavi,
Bangalore - 560072
Email: [email protected]
3. Instructions to the Bidders
3.1. General
I. While every effort has been made to provide comprehensive and accurate
background information and requirements and specifications, Bidders must form
their own conclusions about the solution needed to meet the requirements.
Bidders and recipients of this RFP may wish to consult their own legal advisers in
relation to this RFP. All information supplied by Bidders may be treated as
contractually binding on the Bidders, on successful award of the assignment by
the NLSIU on the basis of this RFP.
II. No commitment of any kind, contractual or otherwise shall exist unless and until
a formal written contract has been executed by or on behalf of the NLSIU. Any
notification of preferred bidder status by the NLSIU shall not give rise to any
enforceable rights by the Bidder. The NLSIU may cancel this public procurement
at any time prior to a formal written contract being executed by or on behalf of
the NLSIU.
III. This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
2
3.3.2. Earnest Money Deposit (EMD)
I. Bidders shall submit, along with their Bids, EMD of Rupees Twenty Five
Thousand only, in the form of a Demand Draft issued by any Scheduled bank in
favour of Registrar, National Law School of India University, Nagarabhavi,
Bengaluru, payable at Bengaluru, and should be valid for 90 days months from
the due date of the tender / RFP.
II. EMD of all unsuccessful bidders would be refunded by NLSIU within 30 days of
the bidder being notified as being unsuccessful. The EMD, for the amount
mentioned above, of successful bidder would be returned upon submission of
Performance Bank Guarantee.
III. The EMD amount is interest free and will be refundable to the unsuccessful
bidders without any accrued interest on it.
IV. The bid / proposal submitted without EMD, mentioned above, will be
summarily rejected.
V. The EMD may be forfeited:
I. If a bidder withdraws its bid during the period of bid validity.
II. In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this RFP.
3.3.3. Submission of Proposals
I. The bidders should submit their responses as per the format given in this RFP
in the following manner
A. Pre-Qualification Proposal - (1 Original + 1 Copy) in first envelope
B. Technical Proposal - (1 Original + 1 Copy) in second envelope
C. Commercial Proposal - (1 Original + 1 Copy ) in third envelope
II. The response to Pre-Qualification Proposal, Technical Proposal and Commercial
Proposal (as mentioned above) should be covered in separate sealed envelopes
superscribing, “Pre-Qualification Proposal”, “Technical Proposal” and
“Commercial Proposal” respectively. Each copy of each bid should also be
marked as "Original" OR "Copy" as the case may be.
III. Please Note that prices should not be indicated in the Technical Proposal but
should only be indicated in the Commercial Proposal.
IV. The three envelopes containing copies of Pre-Qualification Proposal, Technical
Proposal and Commercial Proposal should be put in another single larger
sealed envelope clearly marked “Response to RFP for - < RFP Reference
Number> and the wordings “DO NOT OPEN BEFORE”.
V. The outer envelope thus prepared should also indicate clearly the name,
address, telephone number, E-mail ID and fax number of the bidder to enable
the Bid to be returned unopened in case it is declared "Late".
VI. All the pages of the proposal must be sequentially numbered and must contain
the list of contents with page numbers. Any deficiency in the documentation
may result in the rejection of the Bid.
VII. The original proposal/bid shall be prepared in indelible ink. It shall contain no
interlineations or overwriting, except as necessary to correct errors made by
3
the bidder itself. Any such corrections must be initialled by the person (or
persons) who sign(s) the proposals.
VIII. All pages of the bid including the duplicate copies, shall be initialled and
stamped by the person or persons who is authorised to sign the bid.
IX. In case of any discrepancy observed by NLSIU in the contents of the submitted
original paper bid documents with respective copies, the information furnished
on original paper bid document will prevail over others.
4
II. The Proposal Evaluation Committee constituted by the NLSIU shall evaluate the
responses to the RFP and all supporting documents / documentary evidence.
Inability to submit requisite supporting documents / documentary evidence,
may lead to rejection.
III. The decision of the Proposal Evaluation Committee in the evaluation of
responses to the RFP shall be final. No correspondence will be entertained
outside the process of negotiation/ discussion with the Committee.
IV. The Proposal Evaluation Committee may ask for meetings with the Bidders to
seek clarifications on their proposals
V. The Proposal Evaluation Committee reserves the right to reject any or all
proposals on the basis of any deviations.
VI. Each of the responses shall be evaluated as per the criterions and requirements
specified in this RFP.
3.5.1. Tender Opening
I. The Proposals submitted up to 17:00 hours on 19-10-2021will be opened at on
by or any other officer authorized by NLSIU, in the presence of such of those
Bidders or their representatives who may be present at the time of opening.
II. The representatives of the bidders should be advised to carry the identity card
or a letter of authority from the tendering firms to identify their bona fides for
attending the opening of the proposal.
3.5.2. Tender Validity
The offer submitted by the Bidders should be valid for minimum period of 180
days from the date of submission of Tender.
3.5.3. Tender Evaluation
I. Initial Bid scrutiny will be held and incomplete details as given below will be
treated as non-responsive, if Proposals:
A. Are not submitted in as specified in the RFP document
B. Are found with suppression of details
C. With incomplete information, subjective, conditional offers and partial
offers submitted
D. Submitted without the documents requested in the checklist
E. Have non-compliance of any of the clauses stipulated in the RFP
F. With lesser validity period
II. All responsive Bids will be considered for further processing as below.
A. NLSIU will prepare a list of responsive bidders, who comply with all the
Terms and Conditions of the Tender. All eligible bids will be considered for
further evaluation by a Committee according to the Evaluation process
defined in this RFP document. The decision of the Committee will be final
in this regard.
5
4. Scope of Work
4.1. Server Support and Administration
I. The MSP shall provide support and administration services to all physical and
cloud server hardware, operating systems and other software products related
to servers commissioned by the NLSIU. The cloud service providers include but
not limited to Amazon Web Services, Google Cloud Project, Microsoft Azure.
II. The MSP shall maintain a stable live environment in order to ensure seamless
operations of the NLSIU.
III. The Managed Service Provider shall perform routine administration and
maintenance of the server facilities, and to this effect shall:
a. Monitor the server usage by various applications, websites that are hosted
on it. This includes monitoring of disk usage, CPU usage, RAM usage and
any other parameters pertaining to the performance.
b. Pro-actively inform NLSIU if the operational environment in the servers is
unsuitable and action is required.
c. Interface with relevant NLSIU teams to help ensure that applications hosted
on the servers are stable.
d. Maintain a log of all server accesses.
e. Prepare and update Standard Operating Procedures (SOPs).
IV. The MSP shall undertake any necessary maintenance activities pertaining to the
servers by informing the NLSIU in advance, particularly in cases of downtime.
V. In cases where application usage is increasing and this warrants an upgrade of
server systems, the MSP shall plan and suggest to the NLSIU on the upgrade
plan and undertake them subject to necessary approvals.
VI. The MSP shall coordinate closely with NLSIU and third parties responsible for
the applications on NLSIU and provide technical guidance to NLSIU.
VII. The MSP shall create and ensure backup and restore policies for applications
hosted on NLSIU’s servers.
6
V. The MSP shall ensure that any maintenance action leading to a Scheduled
Outage or a noticeable degradation of service is planned via the appropriate
Change and Release Process in order to minimize disruption to the service.
VI. The MSP shall manage and support a wireless LAN for visitors, staff, faculty and
students at the NLSIU premises.
VII. The MSP shall perform necessary DNS setup and configuration as and when
required.
VIII. The MSP shall allocate necessary IP addresses when necessary and maintain a
register of used and available IP addresses.
IX. The MSP shall implement access and authentication controls relating to the
management and configuration of all network components of the network.
X. The MSP shall ensure that wherever the NLSIU Network connects to other
networks, the MSP shall co-ordinate with the relevant parties to ensure that
appropriate security is put in place with a view to protecting the Network and
its components from malicious attack and unauthorized access. The MSP shall
also ensure that users on the Network are prevented from making malicious
attacks on other networks and shall monitor the Network for any attempted or
actual security breaches.
XI. The MSP shall perform or assist any third parties in installation / de-installation
of structured cabling system, floor outlets, data points, active equipments and
its associated equipment cabinets, drop leads, patch cords, network interface
cards, modems and any other network peripheral.
XII. The MSP shall provide input into the Capacity Planning exercise to ensure that
the networks are sized at the level required for the services to be provided.
XIII. All LAN (including both fixed wired and wireless networks ) design, installation
and testing works supplied / managed by MSP will have to comply with
international standards like IEEE, ISO, TIA/EIA.
7
prepare technical specifications of IT hardware that needs to be procured on a
rolling basis.
IV. The MSP shall use a ticketing system to ensure issues and requests are
addressed in a structured fashion.
V. The MSP shall assist NLSIU in procurement, license management and
installation of basic softwares like operating systems, office applications and
custom applications (on a need basis) subject to approvals as per the NLSIU’s
internal workflows.
VI. The MSP shall ensure that antivirus is installed and its associated databases are
up-to-date in NLSIU’s workstations and laptops.
VII. The MSP shall assist the NLSIU in management of email service (physical and
cloud email servers that include but not limited to GSuite, Outlook etc.). This
includes management of the email servers, user and email ID creation, setting
up of necessary spam filters and any other related activities.
VIII. The MSP shall assist NLSIU in procurement, license management and
provisioning of video conferencing solutions that include but not limited to
Zoom, Webex, Microsoft Teams etc.
IX. The MSP shall conduct necessary trainings, prepare and archive necessary
training materials that include videos and user manuals.
X. In addition to the above activities, based on the digital transformation
requirements of NLSIU, the MSP shall explore existing available software
solutions and propose suitable options.
6. Contractual Term
I. The contractual term for this engagement is for a period of One Year from the
date of signing of the contract.
II. Subject to performance and mutual understanding, the contract may be
extended by two terms of one year each (1 + 1 + 1) under the same conditions
and bid amounts as specified and proposed under this RFP.
III. The Bidder shall name a minimum of 2 personnel who will be deployed to
NLSIU. It is mandatory to provide the CVs of the named personnel. The Bidder is
encouraged to name all other personnel who shall provide management
oversight to the engagement. The exact deployment plan of all the personnel
shall be provided as per Annexure I.
8
IV. The Bidder shall not replace the named personnel unless the replacement is
due to unforeseen circumstances that include but not limited to separation of
the employee from the Bidder firm.
9
8. Criteria for Evaluation
8.1. Pre-Qualification Criteria
S. Qualification Criteria Documents/Information to be
No. provided in the submitted
proposal
1 The responding firm / agency should 1. DD for Rs. 25,000
have submitted an EMD of Rs. 25,000
(Rupees Twenty Five Thousand only)
2 Legal Entity 1. Certificate of Incorporation
2. Registration Certificate
a. Company should be registered
3. GST Certificate
under Companies Act, 1956
4. PAN
b. Registered with the GST
Authorities
c. Should have been operating for
the last three years (FY
2020-21, FY 2019-20 and FY
2018- 19)
3 The Firm / Company should be in the 1. Memorandum & Articles of
business of IT Infrastructure Managed Association
Services for at least 3 years as of 31st 2. Work orders confirming years
March 2021 of activity
4 The responding firm shall not be under Annexure I, Form 1, 2 and 8
a declaration of ineligibility for corrupt
or fraudulent practices.
10
Total Points 100
11
An engagement If number of Additionally, the
is defined as – projects is following documents
Project * Years greater than or should be furnished:
equal to 5
1. Work order(s)
engagements
specifying scope of
and Less than
work
10
OR
engagements:
3 Points 2. Work order(s) along
with RFP specifying
the scope of work
If number of
engagements is
greater than 10
engagements:
5 Points
3 Experience in IT If the firm has 5 Points These engagements
Infrastructure experience should be part of
Managed with one or Project Citations as per
Services for an more the format in Annexure
Indian engagements I, Form 6
University in one or more
Additionally, the
(recognized by Universities: 5
following documents
UGC / AICTE / points
should be furnished:
MCI ).
Note: The
If the firm has
experience 1. Work order(s)
no experience
should be at a specifying scope of
with
University level work
Universities: 0
and not for a OR
points
specific college
2. Work order(s)
within
along with RFP
University.
specifying the
scope of work
12
scope of work Server support Additionally, the
is covered in at and following documents
least 1 project. administration should be furnished:
specifically
pertaining to
AWS / Google 1. Work order(s)
Cloud / Azure: specifying scope of
3 Points work
OR
2. Work order(s)
Installation,
along with RFP
maintenance
specifying the
and upgrade of
scope of work
local network
OR
infrastructure
components 3. Certificate from
(as specified in the client(s)
scope of work): indicating
5 points completion of
work specifying
the evaluation
Experience in items as per scope
providing IMAC of work.
services: 5
points
Experience in
management of
Cloud based
Email services
like GSuite,
Outlooks etc.: 3
points
Experience in
procurement,
management of
licenses of
Video
conferencing
solutions like
Zoom, Webex,
13
MS Teams: 1
point
Experience in
procurement
and
management of
licenses of
common
desktop
softwares that
include but not
limited to
antivirus, MS
Office: 1 point
Adequacy and Quality of Resources proposed for Deployment
5 All Named If complied – 10 The CVs should follow
personnel who 10 points the format as specified
shall be in Annexure I, Form 5
deployed have
completed one If not complied
of the following - 0 points
undergraduate
degrees – BCA /
BTech / BE
6 Named <1 Year: 0 10 The CVs should follow
resource #1 has points the format as specified
relevant work in Annexure I, Form 5
1-3 Years: 3
experience in IT
points
Infrastructure
Managed 3-5 Years: 7
Services (as points
specified in
>5 Years: 10
Scope of Work)
points
Note:
7 Named <1 Year: 0 10 The CVs should follow
resource #2 has points the format as specified
relevant work in Annexure I, Form 5
1-3 Years: 3
experience in IT
points
Infrastructure
Managed
Services (as
14
specified in 3-5 Years: 7
Scope of Work) points
Note: >5 Years: 10
points
III. The bidders should clearly indicate, giving explicit supporting documentary
evidence, with respect to the above, in absence of which their proposals will be
rejected summarily during the initial scrutiny of the technical bid.
IV. After the initial scrutiny of the technical bid, a technical interview shall be
scheduled on the same day (day of opening of the technical bid). The named
personnel shall mandatorily be present for the technical interview.
V. A bidder is technically qualified if they receive a score of 50 or above.
15
9.2. Right to Accept Any Proposal and To Reject Any or All Proposal(s)
NLSIU reserves the right to accept or reject any proposal, and to annul the
tendering process / Public procurement process and reject all proposals at any
time prior to award of contract, without thereby incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the grounds for NLSIU action.
9.7. Failure to Agree with the Terms and Conditions of the RFP
I. Failure of the successful bidder to agree with the Terms & Conditions of the RFP
shall constitute sufficient grounds for the annulment of the award, in which event
16
NLSIU may award the contract to the next best value bidder or call for new
proposals from the interested bidders.
II. In such a case, the NLSIU shall invoke the PBG of the most responsive bidder.
17
10. Annexure I: TECHNICAL BID TEMPLATES
The bidders are expected to respond to the RFP using the forms given in this
section and all documents supporting Technical Evaluation Criteria.
Technical Proposal shall comprise of following forms:
Forms to be used in Technical Proposal
Form 1: Particulars of the Bidder
Form 2: Letter of Proposal
Form 3: Project Citation Format
Form 4: Team Composition
Form 5: Curriculum Vitae (CV) of Key Personnel
Form 6: Deployment of Personnel
Form 7: Undertaking on Exit Management and Transition
Form 8: Self-declaration on bidder not being blacklisted
C Year of Establishment
D Date of registration
18
10.2. Form 2: Letter of Proposal
To:
<Location, Date>
<Name>
<Designation>
<Address>
<Phone Number>
<Fax Number>
<Email ID>
Name of Firm:
Date: ___________________________
19
10.3. Form 3: Project Citation Format
Relevant IT project experience (provide no more than 5 projects in the last 5 years)
General Information
Project Details
Scope of services
Technologies used
Other Details
20
10.5. Form 5: Curriculum Vitae (CV) of Key Personnel
Information
Academic Qualifications:
● Degree
● Academic institution graduated from
● Year of graduation
● Specialization (if any)
● Key achievements and other relevant
information (if any)
21
o Key project features in brief
o Location of the project
o Designation
o Role
o Responsibilities and activities
o Duration of the project
Place:
Date:
1 2 3 4 5 6 7 8 9 10 11 12 Total
Note:
22
10.7. Form 7: Undertaking on Exit Management and Transition
No.
Date:
To:
Dear Sir,
1. I/We hereby undertake that at the time of completion of our engagement with the
Department, either at the End of Contract or termination of Contract before planned
Contract Period for any reason, we shall successfully carry out the exit management and
transition of this Project to the NLSIU or to an agency identified by NLSIU to the
satisfaction of the NLSIU.
2. I/We further undertake to complete the following as part of the Exit management and
transition:
a. We undertake to complete the updation of all Project documents and other
artefacts and handover the same to NLSIU before transition.
b. We undertake to design standard operating procedures to manage system
(including application and IT systems), document the same and train NLSIU
personnel or any other personnel/agency authorized by NLSIU on the same.
c. If NLSIU decides to take over the operations and maintenance of the services on
its own or identifies or selects any other agency for providing operations &
maintenance services on this Project, then we shall provide necessary
handholding and transition support, which shall include but not be limited to,
conducting detailed walkthrough and demonstrations for the IT Infrastructure,
handing over all relevant documentation, addressing the queries/clarifications of
the new agency with respect to the working / performance levels of the
infrastructure, conducting Training sessions etc.
3. I/We also understand that the Exit management and transition will be considered
complete on the basis of approval from NLSIU.
Yours faithfully,
Name :
Designation :
Date :
23
Time :
Business Address:
10.8. Form 8: Declaration that the bidder has not been blacklisted
(To be submitted on the Letterhead of the responding agency)
{Place}
{Date}
To,
Ref: RFP Notification no. <Reference Number of RFP> dated <Date of publishing of RFP>
Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of
Services Provider for IT Infrastructure Managed Services.
Dear Sir,
We confirm that our company, ____________, is not blacklisted in any manner whatsoever
by any of the State/UT and/or central government in India on any ground including but
not limited to indulgence in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.
Place:
Date:
Bidder’s Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:
24
Note: The Bidder shall necessarily provide a copy of ‘Power of Attorney’ authorizing the
signatory for signing the Bid on behalf of the Bidder in its Pre-Qualification Bid
To:
Dear Sir/Madam,
We, the undersigned, offer to provide the services for IT Infrastructure Managed
Services in accordance with your Request for Proposal dated <Date of RFP> and our Proposal
(Technical and Financial Proposals). Our attached Financial Proposal is for the sum of <Amount
in words and figures> only. This amount is inclusive of the local taxes.
2. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the Tender
documents except for the variations and deviations, all of which have been detailed out
25
exhaustively in the following statement, irrespective of whatever has been stated to the
contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in the Tender documents, other
than those stated in deviation schedule, shall not be given effect to.
3. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your
Instruction to Bidders included in Tender documents.
5. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the
<Refer Section No.>. These prices are indicated Commercial Bid attached with our
Tender as part of the Tender.
We understand you are not bound to accept any Proposal you receive.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the
information contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender
you receive.
Thanking you,
Yours sincerely,
Authorized Signature:
26
11.2. Form 2: Financial Proposal
Annual Contract value in Taxes in INR Total Contract
INR Value in INR
27