Itpro

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 78

Department of Posts, Ministry of Communications

Expression of Interest (EoI)

for

Selection of Service Provider for

IT Infrastructure & Security Systems

Modernization Project 2.0

January 2022
DoP IT 2.0 – SP for IT Infra & Security Expression of Interest

Table of Contents

Table of Contents......................................................................................................2
1. Fact Sheet ........................................................................................................9
2. Invitation for EoI / First stage of Two stage bidding ..................................11
3. Profile of India Posts .....................................................................................11
3.1. Profile of Department of Posts .....................................................................11
3.2. Hierarchical Structure of Department of Posts ...........................................12
3.3. Circles & Administration System overview.................................................14
3.4. Postal Network at a glance ...........................................................................17
4. Introduction to the Project............................................................................18
4.1. Background ...................................................................................................18
4.2. Existing Infrastructure Background ............................................................18
5. Scope of Work ...............................................................................................19
5.1. Implementation Guiding Principles .............................................................19
5.2. Underlying ICT Infrastructure Layer ............................................................ 20
5.3. Integrated IT Security layer ..........................................................................21
5.4. IT Monitoring Layer .......................................................................................22
5.5. Broad Scope of Work ....................................................................................22
5.6. Deliverables and Timelines ..........................................................................26
5.7. Stakeholders and their Roles & Responsibilities ....................................... 28
6. Instructions to the Bidders ...........................................................................29
6.1. General ...........................................................................................................29
6.2. Completeness of Response .........................................................................29
6.3. EoI Proposal Preparation Costs and Related issues .................................30
6.4. Pre-Bid Meeting & Clarifications .................................................................. 30
6.5. Right to terminate the EoI Process ..............................................................33
6.6. Submission of the Response .......................................................................33
6.7. Bid Submission Format ................................................................................33
6.8. Deadline for Submission ..............................................................................34
6.9. Bidder’s Authorized Signatory and Authentication of Responses ...........34
6.10. Assistance to Bidder .....................................................................................34
6.11. Preparation and Submission of Response .................................................35
6.12. Last Date for Receipt of Responses ............................................................35
6.13. Late Responses .............................................................................................35
6.14. Modification and Withdrawal of Responses ...............................................36
6.15. Period of Validity of Response .....................................................................36
6.16. Department’s Right to Accept or Reject Any or all the Responses ..........36

Confidential Page 2 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.17. Language .......................................................................................................37


6.18. Documents Comprising the Bid ...................................................................37
6.19. Contacting the Department ..........................................................................38
6.20. Revelation of Prices ......................................................................................38
6.21. Terms & Conditions of Bidders ....................................................................38
6.22. Evaluation Process .......................................................................................38
6.23. Shortlisting Criteria .......................................................................................39
6.24. Rejection Criteria ........................................................................................... 39
6.25. Micro, Small & Medium Enterprises Development .....................................40
6.26. Bidder from a country bordering India ........................................................40
7. Pre-Qualification Evaluation Criteria ...........................................................43
8. Bid Submission Forms .................................................................................53
8.1. Form A.1: Bid Submission Checklist ...........................................................53
8.2. Form A.2: Eligibility Criteria Cover Letter (Company Letter Head) ...........57
8.3. Form A.3: Non-Disclosure Agreement.........................................................59
8.4. Form A.4: Pre-Contract Integrity Pact ........................................................62
8.5. Form A.5: Turnover and Net worth Certificate ............................................70
8.6. Form A.6: Format for Project Citation / Case Studies ................................71
8.7. Form A.7: Format for undertaking for Non-Blacklisting ............................73
8.8. Form A.8: Format for Power of Attorney .....................................................74
8.9. Form A.9: Conflict of Interest (Company Letter head) ...............................76
8.10. Form A.10: Disclosure of Court Cases ........................................................77
8.11. Form A.11: Self-Declaration by Bidder w.r.t Rule 144 (xi) in GFR 2017 ....78

Confidential Page 3 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Glossary of Terms

Item Description

4G Fourth generation of broadband cellular network technology

AMC Annual Maintenance Cost

ATS Annual Technical Cost

BOM Bill of Material

BRD Business Requirements Document

DC Data Center

DCF Data Center Facility

DoP Department of Posts

DPR Detailed Project Report

DRC Disaster Recovery Center

EMS Enterprise Monitoring System

EoI Expression of Interest

EOL End of Life

EOS End of Support/Service

FTTH Fiber To The Home

GPO General Post Office

GPON Gigabit Passive Optical Network

GUI Graphical User Interface

ICT Information and Communications Technology

INR Indian Rupee

IPPB India Post Payments Bank

ISP Internet Service Providers

ITIL Information Technology Infrastructure Library

Confidential Page 4 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Item Description

ITSM IT Service Management

KPI Key Performance Indicator

KT Knowledge Transfer

LOB Line of Business

LTE Long Term Evolution

MSME Micro Medium and Small Enterprises

MPLS Multiprotocol Label Switching

SI System Integrator

SP Service Provider

NMS Network Monitoring System

NOC Network Operations Center

NPCI National Payments Corporation of India

NSI Network System Integrator

ODC Offshore Data Center

OEM Original Equipment Manufacturer

OFC Optical Fiber Cable

OLT Optical Line Terminal

O&M Operations and Maintenance

ONT Optical Network Termination

OPEX Operating Expenses

PO Purchase Order

QoS Quality of Service

RACI Responsible, Accountable, Consulted and Informed

RF Radio Frequency

Confidential Page 5 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Item Description

RFP Request for Proposal

SD-WAN Software-defined Wide Area Network

SIM Subscriber Identification Module

SLA Service Level Agreement

SMS Short Message Service

SO Sub Office

TEC Tender Evaluation Committee

TMO Transit Mail Office

TNF Technical Not Feasible

TSP Telecom Service Provider

UPS Uninterrupted Power Supply

VSAT Very Small Aperture Terminal

WAN Wide Area Network

XLS Microsoft Excel Spreadsheet

Y-o-Y Year-Over-Year

Confidential Page 6 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

About this Document

This is an EoI Document. The document provides an overview of the following which
must be adhered to by the Bidder while submitting the proposal for IT Infrastructure &
Security Systems EoI:

1. Fact Sheet

2. Scope of Work

3. Instructions to the Bidders

4. Pre-Qualification Criteria

Confidential Page 7 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Invitation for EoI / First stage of Two-stage bidding

Dear Sir/Madam,

The Department of Posts (DoP), Ministry of Communications invites Expression of Interest


(EoI) from reputed and experienced Indian firms / agencies for the DoP IT 2.0 Project that
has been initiated. The successful Bidder at the end of RFP process will carry out the
scope of work in accordance with the specifications provided in a detailed Request for
Proposal (RFP) document which will be brought out by the Purchaser subsequently.

The EoI Document is also available on the Department of Posts website


www.indiapost.gov.in.

The responses are to be submitted online on https://eprocure.gov.in in the prescribed


format as per the following Schedule of EoI. The last date of submission of EoI is 14-02-
2021

Only those Bidders who meet the pre-qualification criteria specified in this document (EoI)
will be shortlisted for the issue of a detailed RFP.

Kindly refer to Fact Sheet of the EoI for more details

Yours faithfully,

Deputy Director, CEPT


Program Office
Center for Excellence in Postal Technology- Bengaluru
Department of Posts
For & on behalf of President of India
Encl: EoI Document

Confidential Page 8 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

1. Fact Sheet

Tender Inviting Authority Program office, Center for Excellence in


Postal Technology, Bengaluru Department of
Posts

Name of Project Work Selection of Service Provider for IT


Infrastructure & Security Systems

EoI Reference No. CEPT-BG/PO/IT INFRA/EOI

Place of availability of EoI https://eprocure.gov.in


Document

Place of submission of Responses https://eprocure.gov.in

Tender Type Open Tender

Tender Category Services

Type/Form of Contract EOI

Re-bid submission allowed by the Yes (on or before the last date and time of
Bidder bid submission)

Is Offline submission allowed No

Withdrawal Allowed (Yes/No) Yes (on or before the last date and time of
bid submission)

Is multi-currency Allowed No (Only Indian Rupees)

Date and Time of release of EoI 21/01/2022 at 19:30 hrs (through


eprocure.gov.in only)

Bid Validity days 180 days

Location As per EoI

Cost of Tender Document Nil

E-mail Address to send Pre-bid programofficeblr@indiapost.gov.in


Queries

Method of Selection Quality & Cost Based Selection (QCBS)

Last Date and Time for submission 31/01/2022 at 17:00 hrs


of Pre-Bid queries

Confidential Page 9 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Date of Pre-bid Meeting 03/02/2022 at 10:30 hrs

Place of Pre-bid meeting Online


21/01/2022 at 19:30 hrs
Start date and time for Submission
of Responses

Last date and time for Submission 14/02/2022 at 17:00 hrs


of Responses

Opening of EoI proposals 15/02/2022 at 17:30 hrs


Sh. B.C. Kamath
Name and Address of
Deputy Director
correspondence
Program office, CEPT, 5th Floor GPO
Building,
Bangalore -560001
Email: programofficeblr@indiapost.gov.in
No Consortium allowed
Consortium/ Subcontracting
Subcontracting may be allowed.
Table 1: Fact Sheet

Confidential Page 10 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

2. Invitation for EoI / First stage of Two stage bidding

The Department of Posts (hereinafter referred as DoP, Department, the Purchaser,


Buyer, The Principal) invites Expression of Interest (EoI) from prospective bidders
(‘Bidders’) for the Selection of Service Provider for IT Infrastructure & Security Systems.
The successful Bidders will be shortlisted for RFP stage. The successful bidder after
the RFP stage will carry out the scope of work in accordance with the specifications
provided in a detailed Request for Proposal (RFP) document which will be published
by the Purchaser subsequently. Purchaser now seeks EoI from Bidders of repute for
Selection of Service Provider for IT Infrastructure & Security Systems. The term of the
contract shall be 8 years including implementation and O & M from the date of Go-Live.

3. Profile of India Posts

3.1. Profile of Department of Posts

Department of Posts (DoP) has fulfilled India’s communication needs for more than 150
Years and has played significant part in improving people’s economic and social
lifestyle. DoP touches lives of citizens of the country in many ways such as by door
delivery of postal communications, collection of postal articles from Post box, inviting
people to do savings for their future needs via Postal Savings Bank Schemes, providing
life insurance cover to Urban and Rural population under Postal Life Insurance (PLI)
and Rural Postal Life Insurance (RPLI), providing retail services such as electricity,
telephone, house tax bill collections, sale of application forms, passport services,
Aadhaar services etc.

As on 31st March 2020 based on Annual Report, Department of Posts with 1,56,721
Post Offices spread in every nook and corner of the country is the largest postal network
in the world. Out of these about 89.98% (1,41,018) Post Offices are in Rural areas while
rest 10.02% (15,703) are in urban areas. This gives the Department of Posts an edge
over other players in delivering government opportunities for Rural Financial and Digital
India inclusion. There are a total of 4,16,083 employees of which 2,45,141 are Gramin
Dak Sewaks (GDSs) at BO level (Rural Post offices) who work at the village level
providing postal facilities that comprise regular postal services which includes mail
operations, Insurance and Banking retail that are being performed by the DoP for the
Government of India and sometimes State Governments too as per the schemes
provided for the benefit of citizens.

Confidential Page 11 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Each Rural Post Office serves about 6,301 people while Urban Post Office serves about
29,299 people. On an average, each Post Office in India serves about 20.98 Square
Kilometers serving an average of about 8,605 people. This enormous coverage plays
a vital role in delivering citizen centric services such as Mahatma Gandhi National Rural
Employment Guarantee Scheme (MGNREGS) wage disbursement and old age
pension payments.

3.2. Hierarchical Structure of Department of Posts

The Department of Posts (DoP) comes under the Ministry of Communications,


Government of India. It is headed by Minister of Communications who is assisted by
Minister of State for Communications. The management body of Department of Posts
consists of Secretary (Department of Posts) & Chairman (Postal Services Board).
Functions related to Operations and Administration is headed by Director General
Postal Services, Department of Posts.

The Postal Services Board consists of Chairperson, Director General Postal Services,
Addl. Director General (Coordination) and six Members. These members hold
functional portfolios such as Personnel, Human Resources Development, Operations,
Technology, Postal Life Insurance (PLI), Banking and Planning, etc. Deputy Director
General (DDGs), General Managers (GMs), Directors, Deputy Directors, Assistant
Director Generals (ADGs) report to these Members under respective functional
portfolios. This takes care of all functional related activities of Department of Posts.

Confidential Page 12 of 78
DoP IT 2.0 – SP for IT Infra & Security Expression of Interest

Minister of Communications

Minister of State for Communications

Secretary (Posts) / Chairman, Postal Services Board Director General, Postal Services

Member Addl. Secretary & Member Addl. DG Member Member


Member Member DDG
Sr DDG (Banking) Financial Advisor (Personnel) (Coordination) (PLI) & (Planning
(Technology) (Operations) (Statistics)
(Vigilance & Chairman, & HRD)
CVO) Investment
DDG DDG
DDG (Public Board
CGM, CEPT (PBI) Sr. DDG (Personnel)
Grievances,
Bengaluru, (PAF)
Quality
DDG DDG
Secretary DDG (RB) Assurance &
DDG (Estt.) (Marketing)
(PSB) Inspection)
(PMU & DDG
Tech) DDG (Budget &
(Financial Accounts) DDG (SR, DDG
DDG (IR & CGM
Services) Legal & VP) (Philately)
GB) (PLI ) /CIO

DDG Chief Engineer GM


(Finance & PA (Operation)
Admin)
DDG
(Estates, MM GM
& OL) (Business &
Investment)

Department of India Posts – Organizational Hierarchy GM


LEGENDS USED (Finance)

CGM – Chief General Manager


DDG – Deputy Director General
GM – General Manager
RAKNPA – Rafi Ahmed Kidwai National Postal Academy
PTCs – Postal Training Centers
PMLA – Prevention of Money Laundering Act
DARPAN – RICT Project
RB – Rural Business
PMU – Project Management Unit
PBI – Post Bank of India

Department of Posts – Organization Hierarchy (Mapped to Different Business Functions)

Confidential Page 13 of 78
DoP IT 2.0 – SP for IT Infra & Security Expression of Interest

3.3. Circles & Administration System overview

The Department of Posts (DoP) is divided into 23 postal circles. Geographical limits of
these are in-line with their state boundaries except for the following states & union
territories:

Kerala Circle (also looks after Union Territory of Lakshadweep), North East Circle
(comprises six North Eastern States - Arunachal Pradesh, Manipur, Meghalaya,
Mizoram, Nagaland & Tripura), West Bengal Circle (also administers state of Sikkim
and the Union Territory of Andaman and Nicobar Islands), Gujarat Circle (also
administers UT’s - Daman & Diu and Dadra & Nagar Haveli), Maharashtra Circle (also
handles the State of Goa), Punjab Circle (also administers the Union Territory of
Chandigarh), Tamil Nadu Circle (also administers the Union Territory of Puducherry),

Chief Postmaster General is the Head of the Circle. Every Circle is divided into Regions
which includes the field units that are known as Divisions. There are two types of
Divisions namely Postal Division and RMS (Railway Mail Service)/ Sorting Divisions.
The RMS offices situated near to the Railway Platform are called RMS Offices while
tose away from the Railway Platform are called Sorting Offices.

Postmaster General heads the Regional Office. The divisional Office is headed by the
Senior Superintendent / Superintendent of Post Offices or RMS Offices. The Divisional
head at respective Postal Divisions or RMS Divisions is the operational and
administrative head of post offices, mail offices and business centres in the jurisdiction
of the Division. The divisional head is assisted by Assistant Superintendents of Post
Offices, Inspector of Post Offices, Manager Mail Business Centre, etc.

In-addition to 23 Circles, Department of Posts (DoP) a Base Circle for fulfilling the
Postal Communication, Parcel, Banking, Insurance Services requirements of Indian
Armed Forces. The Army Postal Service Base Circle is headed by the Additional
Director General, who is in the rank of a Major General. The functional office staff for
the Army Postal Service is provided on deputation basis from the Civil Postal Services
staff. Department of Posts (DoP) fulfills 75% of the staff requirement for Army Postal
Service while the remaining 25% is recruited by the Indian Armed Forces directly.

Centre for Excellence in Postal Technology (CEPT) operating from Bengaluru is the
Technology backbone of DoP assisting the department in IT deployments, project

Confidential Page 14 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

management, technology enhancements, etc. Currently it also has branches at Mysuru,


Chennai, Hyderabad, Delhi, Mumbai and Patna. CEPT is headed by Chief General
Manager (CGM), CEPT and supported by General Managers, Directors, Deputy
Director and Assistant Directors.

Confidential Page 15 of 78
DoP IT 2.0 – SP for IT Infra & Security Expression of Interest

Department of Posts – Functional Units

Secretary (Posts)/Chairman, Director General,


Postal Services Board Postal Services

Members, Postal Services Board/Addl. DG Coordination

Army Postal Chief Post Master Postal Life Insurance Business Development RAKNPA Parcel
CEPT
Service General Directorate Directorate Ghaziabad Directorate

56 Army Post 99 Army Post Regional Post Returned Letter


Office (Delhi) Office (Kolkata) Master General Office

Postal Training General Foreign Postal Mail


RMS Division Postal Division
Field Post Section Base Centre Post Post Stores Motor
Office Post Office Office Depot Service

Sub Division
Head Record
Sub Division
Office

Department of India Posts – Functional Units Head Post Office

LEGEND USED
Sub Record
RAKNPA – Rafi Ahmed Kidwai National Postal Academy Office Sub Post Office
RMS – Railway Mail Service

Mail / Office
Section Branch Post
Office

Confidential Page 16 of 78
DoP IT 2.0 – SP for IT Infra & Security Expression of Interest

3.4. Postal Network at a glance

Below table provides snapshot of DoP’s Postal Network:

POSTAL NETWORK AT A GLANCE AS ON 31.03.2020 (In Numbers)


1 Postal Circles 23
2 Postal Regions 54
3 Postal Divisions 448
4 Circle Stamp Depots/ Postal Store Depots 46
5 Railway Mail Service Divisions 69
6 Postal Training Centres 06
7 Post Offices 1,56,721
7a Rural Post Offices 1,41,018
7b Urban Post Offices 15,703
7c General Post Office (GPO) 24
7d Head Post Office 810
7e Sub Post Offices 24, 599
7f Gramin Dak Sewak Post Offices 1,31,312
7g Delivery Post Office 1,49,089
7h Night Post Office 127
8 Sorting Hub 91
9 Countries covered under International EMS 100
(Merchandise & Documents) both
10 Countries covered under International EMS 06
(Documents only)
11 Average Persons Served Per Post Office * 8,605
12 Average Rural Persons Served Per Rural Post Office * 6,301
13 Average Urban Persons Served Per Urban Post Office 29,299
*
14 Average Area Served by a Post Office (in Sq. Km) 20.98

* Estimated
Postal Network – Bird Eye View (Data from Annual Report 2020-21)

More details can be viewed at www.indiapost.gov.in.

Confidential Page 17 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

4. Introduction to the Project

4.1. Background

Current IT infrastructure at DoP comprises of five main building blocks, namely


Compute, Storage and Backup, Network, Security and Monitoring. The overall IT
infrastructure of DoP is primarily split across two locations i.e. Data Centre and DR
site. Field office IT infrastructure is limited to network components, office LAN and
end-user devices. Currently DoP has four major environments based on the different
SIs (NI, CSI, FSI and RSI) and the overall IT infrastructure is split according to the
business applications provided by each of these SIs. This has led to a heterogeneous
environment within DoP. The core IT infrastructure namely the primary data center
and Disaster recovery center of DoP is hosted at two locations.

4.2. Existing Infrastructure Background

The current setup for IT infrastructure is described below:


a) The Data Centre facility is provided by a co-location data center service provider
out of its own premises. The DCF provider is responsible to provide space, power
and cooling to the Network and Server racks. DCF provider has also setup the Non-
IT infrastructure for the DR site and also monitors and manages it.
b) IT infrastructure such as compute, storage, access networking and security
components are implemented by the respective SIs based on the business
requirements.
c) Connectivity between the Core Data Centre and DR site network is provided by NI
which is used by all other SIs.
d) Monitoring:
i. NMS Tool for network and bandwidth monitoring is provided by the NI.
ii. EMS tool for IT infra (Common for CSI, FSI and RSI) & Service desk for DoP’s
employees and support staff of DoP partners i.e., NI, FSI and RSI is provided
by the CSI.
iii. Building management system for the Data center facility including surveillance
solution, access control etc.is provided by DCF vendor.
e) CSI is responsible for overall security monitoring and management of the
Infrastructure.
f) Heterogeneous virtualization environments are being used, with different
management layers managed by respective application service providers and all
these environments are being operated in silos.

Confidential Page 18 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

g) Data backup and replication mechanisms being used vary depending on the
business application.

The below mentioned table indicates the list of the Compute and Storage
infrastructure at the Data Center & the Disaster Recovery Data Center:

Sl No Description of the Infrastructure Quantity


system
1 Racks at DC ~73
2 Compute at DC ~6000+ vCPU’s
3 Storage at DC ~1.5 PB
4 Racks at DR ~75
5 Compute at DR ~6000+ vCPU’s
6 Storage at DR ~1.5 PB

5. Scope of Work

5.1. Implementation Guiding Principles

DoP IT 2.0 platform will be built using a next generation architecture framework. The
framework identifies the first level of building blocks as architecture layers to
standardize the landscape to the extent possible by building common/shared layers
that shall be used (re-used) by all business-specific solutions, thus ensuring a strong
control on redundancy. This framework leverages and builds upon The Open Group
Architecture Framework (TOGAF) and India Enterprise Architecture Framework
(IndEA). The framework ensures that complexity and redundancy are controlled and
governed across the landscape.

DoP expects the SI to comply to the following guiding principles in finalization of their
solution:
a) Avoid Vendor Lock-ins
b) Preference to Opensource Solutions
c) Compliance to Open Standards
d) Interoperability
e) Scalability
f) Automation
g) Zero trust- based Security Standards

Confidential Page 19 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

5.2. Underlying ICT Infrastructure Layer

DoP IT 2.0 platform will have a common infrastructure layer catering to the network,
compute, storage, security, and operating system requirement built on a Software
Defined Platform using Open Stack/Opensource Solutions to be used by all core
business applications.
To address the infrastructure requirement of DoP IT 2.0, the infrastructure architecture
would be based on service-oriented network architecture in which functionalities can
be added to the infrastructure as and when required.
a) Integrated Transport: Everything (data, voice, and video) consolidates onto an
IP network for a secure network convergence.
b) Integrated Services: With the converged network infrastructure, IT resources can
be pooled and shared, or virtualized, to flexibly address the changing needs of
DoP. By extending this virtualization concept to encompass server, storage, and
network elements, DoP intends to transparently use all its resources more
efficiently. The foundation of the infrastructure layer will be based on a software-
defined data centre (SDDC).
DoP IT 2.0’s Infrastructure Architecture shall integrate the entire infrastructure and
network and shall comprise of the following high level solution blocks to be built with
focus on Open source and Open Stack solutions:
a) NextGen Software Defined DC Solution (SDDC): DoP IT 2.0 Platform will
have a virtualized commodity-based infrastructure layer catering to the network,
compute, storage, backup and archival solution requirements of all the three
LoB’s application components. To host these applications, it is recommended to
use a Service-centric data center where-in DoP can pool compute and storage
resources to support applications.

The Data Centre for DoP IT 2.0 will be architected with minimal disruption and
to meet the connectivity, service, and security requirements of these increasingly
dynamic applications. The goal is to make the network policy-driven,
programmable, scalable, and automated. With Software Defined Network (SDN)
solutions, where-in the 2-tier architecture (Spine-Leaf) shall be used for DC
network and DoP can leverage the infrastructure to support private, public, or
hybrid clouds and also support multitenancy, self-service, and automated
operations and service assurance.

Confidential Page 20 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

b) Business Continuity solution: For maximum uptime of network services and


the best response time of applications, a business continuity solution should be
provisioned. An industry-leading open source-based Disaster Recovery (DR)
and Near DC solution should be provided, which can be consumed to automate
and orchestrate failover and fallback of workloads, ensuring minimal downtime
in the event of a disaster.

Disaster Recovery Manager (DRM)/ Site Recovery Manager (SRM) shall be


integrated with an underlying replication technology to provide policy-based
management, automated orchestration of recovery plans to minimize downtime
in case of disasters and to conduct non-disruptive testing of DoP’s DR plans.
DRM should leverage the benefits of virtualization and can also take advantage
of the Software-Defined Data Centre (SDDC) architecture by integrating with
other solutions such as SDN (network virtualization) and commodity
infrastructure.

DC, NDC and DR hosting space will be taken up by DoP under a separate DCF
tender

c) Hybrid Deployment Management: DoP may adopt public cloud as one of the
mediums to host the applications in future. Solution should be able to leverage
cloud for scalability during period of peak load. The movement towards cloud will
happen gradually over a period of time. Regardless of applications or modules
of applications, that would be hosted on the cloud, the solution framework needs
to have a migration path, monitoring and management plan that allows DoP to
meet the immediate requirements while also laying a foundation for future
workloads that may ultimately span across on-premise private cloud and public
cloud. Supply of Public Cloud infra would be out of scope of and would be
separately procured by DoP and SI will facilitate the integration process.

5.3. Integrated IT Security layer

The deployed solution will ensure appropriate levels of confidentiality, integrity, and
availability in conjunction with applicable regulation and legislation. To achieve this,
DoP intends to ensure an end-to-end security of the data and services. These security
measures will be common across all business solutions and across the DoP IT 2.0
technology landscape:

a) Network & Perimeter Security

Confidential Page 21 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

b) Infrastructure Security (Host & End Point)


c) Data Security
d) Audit & Compliance (Approved Third party agency may be utilized)

Various security tools and techniques are to be utilized in DoP 2.0 cutting across all
business applications and would include but not limited to SSO, IAM, ATP, DLP, PAM,
Anti-Virus, Syslog, DAM, SIEM, UEBA, SSL Certificates, TLS encryption, Unified
Threat Intelligence, Two Factor Authentication etc.

The Solution should also cater for the security requirements, at endpoints and
connectivity at branch offices. Vendor may also propose security solutions as a service
(SoC as a service) wherever applicable as an additional option to be explored by DoP.

5.4. IT Monitoring Layer

The DoP IT 2.0 platform is intended to be built as a performance-oriented IT landscape


enabling seamless service delivery with minimal disruption and immediate response
to any threat or incident. Extending the principle of “Proactive Monitoring & Response”
DoP IT 2.0 platform will offer the required tools and technologies to enable the
following aspects of end-to-end monitoring of the DoP IT 2.0 IT platform:
a) SLA Monitoring
b) Application Monitoring
c) Database Monitoring
d) Network Monitoring
e) Infrastructure Monitoring
f) Integrations Monitoring
g) Security Monitoring

A dedicated NoC, SoC and Helpdesk with requisite manpower, open-source tools
and IT hardware are required to be setup at the DoP Campus in Mysore.

5.5. Broad Scope of Work

a) Takeover of the existing IT Infrastructure from Current Service Provider in an As-


Is state and provide operations and maintenance till the new infra is setup.
b) Plan, Design, Implement and Commission Software Defined IT Infrastructure,
Security Solution and associated software at DC, NDC, DR and assist
application vendor in onboarding of new application.
Confidential Page 22 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

c) Operations and Maintenance for Five years (further extendable to 2 years)

The selected SI agency is expected to manage the following functions over the stated
contract duration:
a) Transition and takeover of As-Is infrastructure:

Selected SI will takeover, maintain, upgrade and enhance the existing DoP
assets in DC and DR. This includes installation, configuration, monitoring,
troubleshooting, provisioning, capacity management, optimization, firmware,
patch update, securing and hardening.
These assets are spread across DC and DR and include the following:
i. Rack mount x86 and RISC servers
ii. Storage appliances: SAN, NAS, Switch and Tape libraries
iii. Network appliances: Core Switches, Access Switches, Distribution Switches,
Routers, Load Balancers and VPN Servers
iv. Security appliances: Firewalls, NIPS, HSM, DLP, End Point Protection and
Advanced Threat Detection
v. NoC and SoC Tools and SoPs
vi. Operating Systems: RHEL, Windows server and Windows
vii. Middleware components: Apache Tomcat
viii. Datastores: MySQL, MS SQL, Oracle DB, etc
ix. Other components and technologies including but not limited to SSO/IAM, 2-
factor authentication, vmWare ESXi, SMS Gateways, Terminal Servers,
Racks and iPDUs

Existing Infra is to be takeover in As Is basis.

b) Setting up and management of the To-Be state infrastructure

The scope includes creating an infrastructure that optimizes the data center
infrastructure, enables automation that ensures lesser power consumption and
results in a lower PUE, uses Open Standards, avoids use of proprietary products
and vendor lock-ins, uses commodity infrastructure, and virtualizes or optimizes
resources wherever feasible. For the achievement of the above vision and
objectives, the SI is required to perform the following activities:

i. Compute Environment & Infrastructure:

Confidential Page 23 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

 Migration from Existing compute Environment to the New cloud enabled


software defined environment using open-source tools - including
consolidation and optimization
 Real time Monitoring of compute Infrastructure and Reporting
 Monitor Monthly Capacity Usage and plan for additional Capacity
requirements
ii. Manage and provision multiple environments
iii. Managed Infrastructure Services
iv. Network Environment & Infra
 Study of existing Infra landscape and new network capacity requirements
 Migration from existing network environment to the to-be environment
 Real-time Monitoring of Network Infrastructure and Reporting
 Monitor capacity utilization and provide advance capacity planning (Node-
wise, DC-wise, Zone-wise, Application-wise)

v. Storage Environment & Infrastructure:


 Study of Existing Infra Landscape and propose new storage solution
 Migration from existing storage environment to the to-be environment using
opensource tools- including consolidation, automation and optimization
 Real-time Monitoring of Storage Infrastructure and Reporting
 Monitor capacity Usage and provide advance capacity planning.

vi. Managed Infrastructure Security


 Secure Data at Rest
 Secure transit data
 Real Time Threat Detection and Resolution with adoption of AI and
Machine learning, wherever feasible

vii. Set up and Manage DevOps Environment to enable Automated Application


Deployment
 Real time App deployment with zero downtime
 Automated Backup
 Real time Dashboard to Monitor all Critical KPIs SLAs
 Automated workflow to provision compute, storage, network, security and
application Services

viii. Set up and implement enterprise grade monitoring solution


 Real Time Monitoring of All Infrastructure Components and maintain logs
 Centralized log analysis with machine learning and prediction for
automated trouble shooting and problem detection
ix. Monitor and report performance against SLAs using automated tools with
an integrated reporting dashboard
 Storage Availability
 RPO, RTO
 OS performance monitoring

Confidential Page 24 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

 Infra Services Performance


 Trouble Ticket Resolution
 OS, Infra, middleware Provisioning
 Security Patches
 OS Upgrades Patches
 Backup and Recovery
 Firmware Upgrades/Patches
 BCP DR - Service Restoration
 WAN/MPLS/ Network Link Availability, Latency, uptime, throughput,
bandwidth, error failure (Packet Losses, interface failure and network
failure etc)
 Internet Service Availability & Response Time
 VM Availability
 Container Availability
 Database availability
 Storage performance monitoring

x. Installation, Repair and Replacements of all the hardware in the


DC/DR/NDC
 Co-Ordinate the Support with respective OEMs, creating and closure of
tickets as per the SLAs

xi. Establish a next generation NoC and SoC including all necessary trouble
shooting tools, display walls, PCs and other necessary hardware.
xii. Manage and administer all equipment warranties and AMCs on behalf of
DoP
xiii. Extension of existing software licenses in line with proposed solution
xiv. Provisioning of Network & Link Load Balancer and Coordination with
Bandwidth SI
xv. Staffing of NoC / SOC, Network/IT support engineers in DC, DR and NDC

In addition to the above, the SI will be required to provide standard ITIL based
Services and prepare Standard Operating procedures as and when required
with respect to both the As-Is environment and To-be environment including but
not limited to:
 Incident Management,
 Change Management
 Asset Management
 Problem Management
 Configuration Management
 Release Management

Confidential Page 25 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

 Capacity Management
 Monitoring and Reporting
 Security Management
 Device Lifecycle Management
 Service Delivery Management.

During the contract duration, DoP may also procure additional IT infrastructure
(apart from components provided by SI). The SI shall install, configure, test,
integrate and maintain all such additional IT infrastructure on a service model.
SI shall be paid as per the updated quarterly rates considering such
infrastructure. MSP shall manage the same in-line with the contract
requirements and meet the SLAs.
The requirements given in this Expression of Interest are indicative only and
DoP will provide detailed Scope of work and requirements to prequalified firms
in Request for Proposal.

5.6. Deliverables and Timelines

This section provides the indicative timelines and deliverables. The term of the contract
shall be 8 years including implementation and O & M from the date of Go-Live. The
extension of the contract shall be at the sole discretion of DoP.

Milestone Time
Milestone Tentative Deliverables
Description Schedule
Team deployment for As-Is
M1 Team Deployment T+ 4 Weeks infrastructure O&M and project
implementation
Completion of takeover of As-Is
IT operations including NoC and
SoC and commencement of As-
a) Transition and Is Infrastructure related SLAs.
takeover of as-is
infrastructure and Finalize detailed design and
as-is SLAs plan to transition from As-Is
M2 b) Finalize detailed T+3 Months Infrastructure to To-Be state
design and Infrastructure.
Transition Plan
c) Site Readiness
Site readiness assessment
assessment
report of DC, NDC and DR
confirming readiness of the site
for hardware deployment

Delivery of IT Assets T+4 Months Delivery of all hardware and


M3 at DC, NDC and DR software for DC, DR and NDC

Confidential Page 26 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Milestone Time
Milestone Tentative Deliverables
Description Schedule
a) Setup and
Commissioning
of Hardware
(DC, NDC and
DR)

b) Network,
Helpdesk and T+5 Months
M4 Server
Monitoring
Tool
Deployment.

c) Start NoC,
SoC and Help
Desk Services
Deployment and confirmation of
readiness for UAT of Cloud
Infrastructure for Compute,
Storage, Network in Production,
a) Setup of Virtual Pre-Production, Development,
Cloud Testing, Staging &, and
Infrastructure T+6 Months Benchmarking environments.
M5
b) IaaS & PaaS Deployment and confirmation of
Services readiness for UAT of
automated, integrated web-
based tool for provisioning and
managing all IaaS Services
across all environments
Table 1: Project Milestone and Timeline
Note:
a) T –Contract Award (Issuance of the Letter of Award) date.
b) For all the deliverables submitted by the SI, the DoP will approve/reject/provide
feedback to the SI within 15 working days after submission of a deliverable.
c) The SI needs to consider and deploy independent teams for each track and
phases detailed above and provide the details of the same in the proposal and
in the team deployment plan.

Confidential Page 27 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

5.7. Stakeholders and their Roles & Responsibilities

A broad level responsibility assignment matrix is given below, where-in all the key
activities are mentioned. Each activity is mapped out against every task, milestone or
key decision involved in completing DoP 2.0 Infra Environment. Further, it also covers
which roles are responsible for each action item, which personnel are accountable,
and where appropriate, who needs to be consulted or informed
Activities to be
S. No. DoP SI AP
Performed
Planning and Design of
1. Infrastructure Resources I R, A C
as per DoP Requirements
Infrastructure
Administration & I R, A C
2.
Management including
virtualization services
OS and Firmware I R, A C
3.
Management
Managed Backup I R, A C
4.
Services
Managed Disaster I R, A C
5.
Recovery Services
Email solution I R, A C
6.
Management
Asset and Inventory I R, A C
7.
Management
8. DC Network Services I R, A C

Security Firewall and I R, A C


9.
Security Services
NoC, SoC and Help Desk I R, A C
10.
Services
11. Monitoring Services I R, A C

12. Service Level Agreements I R, A C


13. 24x7 Support Services I R, A C
Table 3: RACI Matrix
RACI: Responsible, Accountable, Consulted and Informed
AP: Application Provider

Confidential Page 28 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6. Instructions to the Bidders

6.1. General

6.1.1. While every effort has been made to provide comprehensive and accurate
background information, requirements and specifications, Bidders must form their
own conclusions about the solution needed to meet the requirements.

6.1.2. All information supplied by Bidders may be treated as contractually binding on the
Bidders, on successful award of the assignment by the Purchaser on the basis of
this EoI and the subsequent RFP document.

6.1.3. 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 Purchaser. Any
notification of preferred Bidder status by the Purchaser shall not give rise to any
enforceable rights by the Bidder. The Purchaser may cancel this public
procurement at any time prior to a formal written contract being executed by or on
behalf of the Purchaser.

6.2. Completeness of Response

6.2.1. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the EoI documents carefully. Submission of the bid shall be deemed
to have been done after careful study and examination of the EoI document with
full understanding of its implications.

6.2.2. The response to this EoI should be full and complete in all respects Failure to
comply with the requirements of this paragraph may render the Proposal non-
compliant and the Proposal may be rejected. Bidders must:

i. Include all documentation specified in this document.


ii. Follow the format of this EoI document and respond to each element in the order
as set out in this document.
iii. Comply with all requirements as set out within this document.

Confidential Page 29 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.3. EoI Proposal Preparation Costs and Related issues

6.3.1. The Bidder is responsible for all the costs incurred in connection with participation
in this process, including but not limited to, costs incurred in conduct of informative
and other diligence activities, participation in meetings / discussions /
presentations, preparation of proposal, providing any additional information
required by the Purchaser to facilitate the evaluation process, unless explicitly
specified to the contrary.

6.3.2. Purchaser will, in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.

6.3.3. This EoI does not commit Purchaser to award a contract or to engage in
negotiations. Further, no reimbursable cost may be incurred in anticipation of
award or for preparing this EoI, unless explicitly specified to the contrary.

6.3.4. All materials submitted by the Bidders will become the property of Purchaser and
may be returned completely at its sole discretion.

6.4. Pre-Bid Meeting & Clarifications

6.4.1. A prospective Bidder requiring any clarification on the EoI may submit its queries
to Department of Posts through email: programofficeblr@indiapost.gov.in. Queries
must be submitted in the format provided below with the subject line of the email
as “Pre-bid queries against EoI for <Name of the Bidder>”.

Format for Sharing the Pre-Bid Queries


Pre-Bid Queries:
EoI No:
EoI Name:
Bidder Name
(Organization) and Mobile No.
Address
Representative Name:
e-mail ID
Designation:

Confidential Page 30 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Format for Sharing the Pre-Bid Queries


Pre-Bid Queries:
EoI No:
EoI Name:
Clarification Sought /
S. Page Section Clause Actual Clause in
Amendment
No. No. No. No. the EoI
Requested
1.
2.
Table 4: Pre-Bid Queries Format

The queries should be submitted in an Excel file with one row containing exactly
one query / suggestion complete in all respects, to the e-mail address provided.
Bidders are requested to ensure that no sensitive information is transmitted to DoP
through the pre-bid queries and that DoP may publish any or all of the queries
received, in whichever format they may be.

6.4.2. The Department shall not respond to any queries not adhering to the format
mentioned in EoI for the Selection of Service Provider for IT Infrastructure &
Security Systems.

6.4.3. All queries on the EoI should be received on or before as prescribed by the
Department in Fact Sheet.

6.4.4. The Purchaser shall prepare a response to queries of the Pre-Bid Meeting and
circulate to the Bidders and upload the same on the websites listed under Fact
Sheet.

6.4.5. Responses to pre-bid queries and issue of corrigendum

a) The Nodal Officer notified by the Purchaser will endeavor to provide timely
response to all queries. However, Purchaser makes no representation or
warranty as to the completeness or accuracy of any response made in good faith.
b) At any time prior to the last date for receipt of Responses, Purchaser may, for
any reason, whether at its own initiative or in response to a clarification requested
by a prospective Bidder, modify the EoI document by issuing a corrigendum.
c) The corrigendum (if any) & clarifications to the queries from all Bidders will be
posted on the e-procurement Portal.

Confidential Page 31 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

d) Any such corrigendum shall be deemed to be incorporated into this EoI.


e) In order to afford prospective Bidders reasonable time in which to take the
corrigendum into account in preparation of their responses, Purchaser may, at its
discretion, extend the last date for the receipt of EoI Responses.

Confidential Page 32 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.5. Right to terminate the EoI Process

6.5.1. Purchaser may terminate the EoI process at any time and without assigning any
reason. Purchaser makes no commitments, express or implied, that this process
will result in a business transaction with anyone.

6.5.2. This EoI does not constitute an offer by the Purchaser. The Bidder's participation
in this process may result in Purchaser shortlisting the Bidder to submit a complete
technical and financial response at a later date.

6.6. Submission of the Response

6.6.1. Bidders should submit their responses as per the procedure specified on the
Procurement portal used for this purpose. (URL: https://eprocure.gov.in)

6.6.2. Generally, the items to be uploaded on the portal would include all the related
documents mentioned in this EoI.

6.6.3. However, each of the above documents must be uploaded in the format specified
for this purpose.

6.6.4. The documents should be prepared well in advance and submitted online well
before the closing date and time. While scanning the documents, please scan in
100 DPI resolution and try to keep the file size small so that bid submission is
smooth.

6.6.5. The bidder must ensure that the bid is digitally signed by the Authorized Signatory
of the bidding firm and has been duly submitted (freezed) within the submission
timelines. DoP will in no case be responsible if the bid is not submitted online within
the specified timelines.

6.6.6. All the pages of the Bid document 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.

6.7. Bid Submission Format

6.7.1. The entire proposal shall be strictly as per the formats specified in this EoI and any
deviation may result in the rejection of the Bidder’s EoI proposal.

Confidential Page 33 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.8. Deadline for Submission

6.8.1. The response to EoI must be submitted on the e-Procurement portal


(eprocure.gov.in) by the date and time specified for the EoI. Any proposal submitted
on the portal after the above deadline will not be accepted and hence shall be
automatically rejected. Purchaser shall not be responsible for any delay in the
submission of the documents.

6.9. Bidder’s Authorized Signatory and Authentication of Responses

6.9.1. A Proposal should be accompanied by an appropriate board resolution or power of


attorney in the name of an authorized signatory of the Bidder stating that he is
authorized to execute documents and to undertake any activity associated with the
Bidder’s Proposal. A copy of the same should be uploaded under the relevant
section/folder on the e-Procurement portal. Furthermore, the bid must also be
submitted online after being digitally signed by an authorized representative of the
bidding entity.

6.9.2. It is further clarified that the individual signing the tender or other documents in
connection with the tender must certify whether he/she signs as the Constituted
attorney of the firm, or a company.

6.9.3. The authorization shall be indicated by specific written Power-of-Attorney


accompanying the bid.

6.9.4. Any change in Authorized Signatory or his duly Authorized Representative shall be
intimated to Department of Posts in advance

6.10. Assistance to Bidder

6.10.1. Any queries relating to the EoI and the terms and conditions contained therein
should be addressed to the Department of Posts at address mentioned in the Fact
Sheet.

6.10.2. Any queries relating to the process of online response submission or queries
relating to e-procurement Portal in general may be directed to the 24x7 Portal
Helpdesk. The contact numbers for the helpdesk are 0120-4001002, 0120-
4001005

Confidential Page 34 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.11. Preparation and Submission of Response

6.11.1. Bidder should take into account any corrigendum published on the EoI document
before submitting their responses.

6.11.2. Bidder will go through the EoI advertisement and the EoI document carefully to
understand the documents required to be submitted as part of the bid and ensure
that all response documents are submitted, the number of documents - including
the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the response

6.11.3. Bidder, in advance, should get ready the response documents to be submitted as
indicated in the EoI document / schedule and generally, they can be in PDF/XLS
formats as per the formats mentioned in the EoI. Response documents may be
scanned with 100 dots per inch (dpi) with black and white option.

6.11.4. Bidder must number all the pages and ensure the quality of the scan. Bidder should
not only provide only the required documents but ensure completeness and brevity.

6.12. Last Date for Receipt of Responses

6.12.1. Responses shall be submitted by the bidder not later than the time and date
specified in the Fact Sheet.

6.12.2. The Department may, at its discretion, extend the last date for submission of
responses by amending the EoI, in which case all rights and obligations of the
Department and Bidders previously subject to the last date shall thereafter be
subject to the last date as extended.

6.13. Late Responses

6.13.1. Bidders shall not be able to submit the response on the eProcurement Portal after
the last date and time for submission as listed in Fact Sheet.

6.13.2. Responses shall be summarily rejected; in case it is received by purchaser after


the last date and time for submission of Responses as listed in Fact Sheet.

Confidential Page 35 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.14. Modification and Withdrawal of Responses

6.14.1. No response may be altered/modified subsequent to the closing time and date for
receipt of responses. Unsolicited correspondences from Bidders shall not be
considered.

6.14.2. No response may be withdrawn in the interval between the last date for receipt of
responses and the expiry of the response validity period specified by the Bidder in
the response document. Withdrawal of a response during this interval may result
in the bidder being declared a “defaulting bidder”. In such situation, the tendering
process shall be continued with the remaining bidders as per their ranking.

6.14.3. If the bidder relents after being declared as selected bidder, it shall be declared as
defaulting bidder and Department of Posts reserves right to blacklist/debar such
bidder for next 3 years from participating in any Department of Posts tenders. In
such situation, the tendering process shall be continued with the remaining bidders
as per their ranking.

6.15. Period of Validity of Response

6.15.1. Responses shall remain valid for period mentioned in Fact Sheet after the date of
opening of Eligibility Criteria. A bid valid for a shorter period may be rejected by the
Purchaser as non-responsive.

6.15.2. In exceptional circumstances, the Purchaser may request the Bidder for an
extension of the period of validity Over and above as mentioned in the fact sheet
for a further period upto a maximum of 180 days. The request and the responses
thereto shall be made in writing (or through e-mail).

6.16. Department’s Right to Accept or Reject Any or all the Responses

6.16.1. The Department reserves the right to accept any or all responses, and to cancel
the EoI process or reject all responses at any time during the RFP process or 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 the Department’s action.

Confidential Page 36 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.17. Language

6.17.1. The response prepared by the Bidder and all correspondence and documents
exchanged by the Bidder and the Department, shall be written in English language,
provided that any printed literature furnished by the Bidder may be written in
another language so long the same is accompanied by an English translation in
which case, for purposes of interpretation of the bid, the English translation shall
govern

6.18. Documents Comprising the Bid

6.18.1. The Bid shall comprise of the following documents:

a) Form A.1: Bid Submission Checklist


b) Form A.2: Eligibility Criteria Covering Letter
c) Form A.3: Non-Disclosure Agreement
d) Form A.4: Pre-Contract Integrity Pact
e) Form A.5: Turnover and Net Worth Certificate
f) Form A.6: Project Citation / Case Studies
g) Form A.7: Undertaking by the bidder certifying that bidder is not blacklisted
h) Form A.8: Format for Power of Attorney executed in favor of the Authorized
Signatory
i) Form A.9: Conflict of Interest
j) Form A.10: Disclosure of Court Cases
k) Form A.11: Self-declaration by Bidder w.r.t Insertion of Rule 144(xi) in GFRs
2017

Confidential Page 37 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.19. Contacting the Department

6.19.1. No Bidder shall contact the Department / Project Management Consultants /


Advisors/other stakeholders involved in the project on any matter relating to its
response, from the time of the response opening to the time the Contract is
awarded.

6.19.2. Any effort by a Bidder to influence the Purchaser’s evaluation process, response
comparison or Contract award decisions may result in the rejection of the Bidder.

6.20. Revelation of Prices

6.20.1. Prices in any form or by any reason before opening the Commercial Bid (during the
next stage of RFP) should not be revealed, failing which the offer shall be liable to
be rejected.

6.21. Terms & Conditions of Bidders

6.21.1. Any terms and conditions of the Bidders shall not be considered as forming part of
their Response.

6.22. Evaluation Process

6.22.1. Department of Posts will constitute a Tender Evaluation Committee (TEC) to


evaluate the responses of the Bidders in response to this EoI document.

6.22.2. The TEC shall evaluate the responses to the EoI and all supporting documents &
documentary evidence. Inability to submit requisite supporting documents or
documentary evidence, may lead to rejection of the Bidder’s EoI proposal.

6.22.3. Each of the responses shall be evaluated to validate compliance of the Bidders
according to the pre-qualification criteria, forms and the supporting documents
specified in this EoI document.

6.22.4. The decision of the Department in the evaluation of responses to the EoI shall be
final. No correspondence from the bidders unless sought by the TEC will be
entertained outside the evaluation process conducted by the TEC.

6.22.5. The TEC may ask for meetings with the Bidders to evaluate its suitability for the
assignment and TEC may also seek information/clarification from the bidders

Confidential Page 38 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.22.6. The TEC reserves the right to reject any or all proposals.

6.22.7. Only those bidders who are shortlisted by the TEC will be considered for the next
round of technical evaluation and the Request for Proposal will also be made
available to only shortlisted bidders.

6.23. Shortlisting Criteria

6.23.1. Purchaser will shortlist Bidders who meet the pre-qualification criteria mentioned in
this EoI.

6.23.2. Any attempt by a bidder to influence the bid evaluation process may result in the
rejection of its EoI proposal.

6.24. Rejection Criteria

6.24.1. Besides terms & conditions highlighted in the EoI, responses may be rejected
under any or all of the following circumstances and any other circumstances DoP
or Committee finds in contravention of terms and conditions of EoI:

a) Eligibility Criteria containing commercial details.


b) Responses received through Telex/Telegraphic/Fax/E-Mail/post etc. except,
wherever required, shall not be considered for evaluation.
c) Responses which do not confirm unconditional validity of the bid as prescribed
in the EoI.
d) If the information provided by the Bidder is found to be incorrect/misleading at
any stage/time during the Tendering Process.
e) Information not furnished in the formats as per Forms in EoI and documents as
per Form A.1: Bid Submission Checklist.
f) Any effort on the part of a Bidder to influence the Department’s bid evaluation,
bid comparison or Contract award decisions.
g) Responses without Power of Attorney executed in favor of the Authorized
Signatory as per Form A.8.
h) Responses in consortium.

Confidential Page 39 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.25. Micro, Small & Medium Enterprises Development

6.25.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act,
2006, then a copy of the valid certificate must be submitted to DoP. Further, the
bidder must keep DoP informed of any change in the status of the company.

6.25.2. Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued
by Department of Micro, Small and Medium Enterprises (MSME) as amended /
revised from time to time or are registered with the Central Purchase Organization
or the concerned Ministry or Department are liable to get following benefits;

a) Exemption from payment of earnest money (zero EMD). Only Bid security
declaration needs to be provided.
6.26. Bidder from a country bordering India

6.26.1. All procurement will comply with Order No.6/18/2019-PPD dated 23rd July 2020
issued by Public Procurement Division, Department of Expenditure, Ministry of
Finance along with any amendments thereof.

6.26.2. As per Order No.6/18/2019-PPD dated 23rd July 2020 issued by Public
Procurement Division, Department of Expenditure, Ministry of Finance any bidder
from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority

6.26.3. "Bidder", in the context would mean, any person or firm or company, including any
member of a consortium or joint venture (that is an association of several persons,
or firms or companies), every artificial juridical person not falling in any of the
descriptions of bidders stated hereinbefore, including any agency branch or office
controlled by such person, participating in a procurement process.

6.26.4. "Bidder from a country which shares a land border with India" for the purpose of
this Order means: -

i. An entity incorporated, established or registered in such a country; or


ii. A subsidiary of an entity incorporated, established or registered in such a
country; or
iii. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
iv. An entity whose beneficial owner is situated in such a country; or

Confidential Page 40 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

v. An Indian (or other) agent of such an entity; or


vi. A natural person who is a citizen of such a country;

6.26.5. The beneficial owner for the purpose of “iv” above will be as under:

i. In case of a company or Limited Liability Partnership, the beneficial owner is


the natural person(s), who, whether acting alone or together, or through one
or more juridical person, has a controlling ownership interest or who exercises
control through other means.
ii. Explanation—
 "Controlling ownership interest" means ownership of or entitlement to more
than twenty-five per cent. of shares or capital or profits of the company;
 "Control" shall include the right to appoint majority of the directors or to
control the management or policy decisions including by virtue of their
shareholding or management rights or shareholders agreements or voting
agreements;
iii. In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical
person, has ownership of entitlement to more than fifteen percent of capital
or profits of the partnership;
iv. In case of an unincorporated association or body of individuals, the beneficial
owner is the natural person(s), who, whether acting alone or together, or
through one or more juridical person, has ownership of or entitlement to more
than fifteen percent of the property or capital or profits of such association or
body of individuals;
v. Where no natural person is identified under (i) or (ii) or (iii) above, the
beneficial owner is the relevant natural person who holds the position of senior
managing official;
vi. In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries with fifteen
percent or more interest in the trust and any other natural person exercising
ultimate effective control over the trust through a chain of control or
ownership.

Confidential Page 41 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

6.26.6. An Agent is a person employed to do any act for another, or to represent another
in dealings with third person.

6.26.7. The successful bidder shall not be allowed to sub-contract works to any contractor
from a country which shares a land border with India unless such contractor is
registered with the Competent Authority.

6.26.8. Bidder shall provide an undertaking in regard as per Form A.11

6.27. Make in India:

Bidder will comply to Government issued Public Procurement (Preference to Make


in India) [PPP-MII] Order 2017 vide the Department for Promotion of Industry and
Internal Trade (DPIIT) Order No.P-45021/2/2017-B.E.-II dated 15.06.2017 and
subsequent revisions vide Order No. 45021/2/2017-PP(BE-II) dated 28.05.2018,
29.05.2019, 04.06.2020 and 16.09.2020 to encourage ‘Make in India’ and to promote
manufacturing and production of goods, services and works in India with a view to
enhancing income and employment, pursuant to Rule 153 (iii) of the General Financial
Rules 2017 .

Confidential Page 42 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

7. Pre-Qualification Evaluation Criteria

7.1.1. The bid shall be reviewed for determining the compliance of the conditions of the
EoI and Eligibility Criteria as mentioned in the EoI.

7.1.2. Only those bidders qualifying in at the EoI stage shall be eligible participating in the
RFP stage. RFP shall only be shared with such qualified bidders.

7.1.3. Bidders are expected to meet all the conditions of the EoI and the eligibility criteria
as mentioned below. Bidders failing to meet these criteria or not submitting
requisite supporting documents / documentary evidence for supporting eligibility
criteria are liable to be rejected summarily.

7.1.4. The bidder must possess the requisite experience, strength, and capabilities in
providing the services necessary to meet the requirements, as described in the EoI.
The responses must be complete in all respects as stipulated in the EoI.

7.1.5. Sub-Contracting:

a) For any work that bidder intends to sub-contracting, the overall values of the
work including all sub-contracted work shall not exceed more 25% of the total
value of contract.
b) The bidder or SI post the contract shall take prior written permission for any work
that the bidder intends to sub-contract the work.
c) The Bidder/Sub-contractor shall submit the signed non-disclosure agreement
(NDA), integrity pact and undertaking on blacklisting in the prescribed format
provided in the EoI.

7.1.6. The invitation to the responses is open to all bidders who qualify the eligibility
criteria as follows:

Sr. Criteria Documentary Evidence*


No.
1. Legal entity and statutory registrations: Copy of Certification of
Interested firms can be the following: Incorporation/ Registration
a) Company registered in India Certificate.
under the Companies Act, 2013
or Companies Act, 1956

Confidential Page 43 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
b) Partnership firms registered in
India under Limited Liability
Partnerships Act 2008
c) Partnership firms registered
under Indian Partnership Act,
1932

2. Registration with Goods and Service Copy of GST Registration


tax authority.
Copy of PAN Card Registration

Certificate from the bidder’s


The Bidder should have completed at
Statutory auditor/ Company
least 3 years of Operations in India as
Secretary shall be provided.
on bid submission date.
3. Turnover, Profitability and Net worth: a) Audited Balance sheet and
The bidder should have an average Profit and Loss statements of
turnover of INR 300 Cr (Rupees Three respective financial years
Hundred Crores) during the three clearly mentioning revenue
preceding financial years (FY17-18, from system integration
FY18-19 and FY19-20) from system services.
integration services which should b) In case revenues from System
include supply, installation, testing, Integration services are not
commissioning and management of IT specifically mentioned in the
Infrastructure and associated services. audited financial statements, a
Certificate from the bidder’s
Statutory auditor/ Company
Secretary shall be provided,
Note: specifying the relevant

a) The turnover refers to the turnover for respective years.

standalone turnover of the c) Format as per Form A.5


company and not the composite
turnover of its subsidiaries/ Note: In case of MSME, please
sister concerns/Associates, etc. also attach valid MSME
registration certificate as on last
date of bid submission date.

Confidential Page 44 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
b) Bidders following financial year
ending in December can submit
required supporting documents
for year ending Dec-18, Dec-19
and Dec- 20.
4. Manpower:
The agency should have at least 300 Self-certification from the bidder
technically qualified professionals on signed by Authorized
its permanent rolls engaged in delivery Signatory/HR Head with clear
of Information Technology services as declaration of number of IT
on 01 Nov’21. professionals.
Note: Technically qualified
professionals is defined as Fulltime
Staff who hold graduate or post-
graduate technical degrees and who
are engaged in delivery of IT services
to clients.
5. Project Experience:
Experience of having executed System Project citation as per Form A.6
Integration or Managed Services as a For Completed projects:
major component of the scope of work Project Citation/experience details
having minimum 5 or more of the with clear specification of
following features in last seven years: workload, software stack and tools
a) Implementation of Private Cloud used in each case.
infrastructure AND
b) Implementation of Software Copy of WO/Agreement/ Contract/
Defined Data Center Certificate from the
c) Implementation of Disaster bidder's Company Secretary (or in
Recovery Data Center with case of foreign entity Certificate
automated failover and fallback from equivalent authority) clearly
mechanisms mentioning the scope of work and
project experience details as
required.

Confidential Page 45 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
d) Implementation of automation in AND
data center and infrastructure Certificate of Completion from
management client or one of the following
e) Migration of Storage Area Proofs of successful completion
Networks such as confirmation of last due
f) Network, Server, and Storage payment from the client, document
Virtualization establishing Return of
g) Data center Migration/ Performance Bank Guarantee
Consolidation submitted under the contract,
For the above criteria, the bidder Client web site clearly confirming
should have executed at least, completion of project, Certificate

a) One similar project with a from the bidder's Company


minimum value INR 1000 Cr Secretary or in case of foreign

OR entity Certificate from equivalent

b) Two similar projects with a authority


minimum value INR 600 Cr For ongoing projects –

OR Project Citation/experience details

c) Three similar projects with a with clear specification of

minimum value INR 400 Cr workload, software stack and tools


used in each case.
Note:
AND
I. Bidder should convert Work
Copy of WO/Agreement/Contract/
order value in any other
Certificate from the
currency (As per RBI’s notified
bidder's Company Secretary (or in
basket of foreign currencies) to
case of foreign entity Certificate
INR based on TT (Telegraphic
from equivalent authority) clearly
Transfer) selling rates of
mentioning the scope of work and
exchange as quoted by
project experience details as
authorized exchange bankers
required.
approved by RBI on date of
AND
response submission.
Projects with similar scope, where
II. The qualification requirements
project has gone Live and is in
for this clause may be satisfied
operations/ Production Phase,
by the Bidder or by parent

Confidential Page 46 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
company provided that the shall also be considered. For
bidding entity is a wholly owned evaluation purpose overall value
subsidiary of the said parent of contract shall be considered.
organization. Certification However, for such ongoing
confirming the same should be projects the bidder is required to
provided by parent company. furnish
Certificate from the respective
client or Certificate from the
bidder's Company Secretary (in
case of foreign entity Certificate
from equivalent authority) clearly
mentioning the phase in which the
project is running.

Project Experience:
Experience of having implemented and Project citation as per Form A.6
maintained high value projects of the For Completed projects:
below scope of work in the last 7 years: Project Citation/experience details
a) Design, setup, and Management with clear specification of
of Security Solutions workload, software stack and tools
b) Setup and Management of used in each case.
Security Operations Center AND
6. c) Setup and Management of Copy of WO/Agreement/ Contract/
Network Operations Center and Certificate from the
Help Desk bidder's Company Secretary (or in
d) Operations & Management of a case of foreign entity Certificate
Software Defined Data Center from equivalent authority) clearly
mentioning the scope of work and
project experience details as
required.
AND

Confidential Page 47 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
Certificate of Completion from
client or one of the following
Proofs of successful completion
such as confirmation of last due
payment from the client, document
establishing Return of
Performance Bank Guarantee
submitted under the contract,
Client web site clearly confirming
completion of project, Certificate
from the bidder's Company
Secretary or in case of foreign
entity Certificate from equivalent
authority
For ongoing projects –
Project Citation/experience details
with clear specification of
workload, software stack and tools
used in each case.
AND
Copy of WO/Agreement/Contract/
Certificate from the
bidder's Company Secretary (or in
case of foreign entity Certificate
from equivalent authority) clearly
mentioning the scope of work and
project experience details as
required.
AND
Projects with similar scope, where
project has gone Live and is in
operations/ Production Phase,
shall also be considered. For

Confidential Page 48 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
evaluation purpose overall value
of contract shall be considered.
However, for such ongoing
projects the bidder is required to
furnish
Certificate from the respective
client or Certificate from the
bidder's Company Secretary (in
case of foreign entity Certificate
from equivalent authority) clearly
mentioning the phase in which the
project is running.
7. Project Experience (Open-Source
tools and solutions):
a) Experience in a Project Citation as per Form A.6
establishing
Software Defined Data Centre For Completed projects:
using Open Source/Open Stack Project Citation/experience details
Technologies. with clear specification of

b) Experience should include workload, software stack and tools


implementation of Opensource used in each case.
virtualization tools, AND
containerization, Orchestration, Copy of WO/Agreement/ Contract/
Dashboards, Monitoring Tools and Certificate from the

Database solutions. bidder's Company Secretary (or in


case of foreign entity Certificate
from equivalent authority) clearly
mentioning the scope of work and
project experience details as
required.
AND
Certificate of Completion from
client or one of the following
Proofs of successful completion

Confidential Page 49 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
such as confirmation of last due
payment from the client, document
establishing Return of
Performance Bank Guarantee
submitted under the contract,
Client web site clearly confirming
completion of project, Certificate
from the bidder's Company
Secretary or in case of foreign
entity Certificate from equivalent
authority
For ongoing projects –
Project Citation/experience details
with clear specification of
workload, software stack and tools
used in each case.
AND
Copy of WO/Agreement/Contract/
Certificate from the
bidder's Company Secretary (or in
case of foreign entity Certificate
from equivalent authority) clearly
mentioning the scope of work and
project experience details as
required.
AND
Projects with similar scope, where
project has gone Live and is in
operations/ Production Phase,
shall also be considered. For
evaluation purpose overall value
of contract shall be considered.

Confidential Page 50 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
However, for such ongoing
projects the bidder is required to
furnish
Certificate from the respective
client or Certificate from the
bidder's Company Secretary (in
case of foreign entity Certificate
from equivalent authority) clearly
mentioning the phase in which the
project is running.
8. The Bidder, should possess any two of Copies of valid certificates.
the below certifications which are valid
at the time of bidding: These valid certificates are

a) ISO 9001:2008/ ISO 9001:2015 for desirable during EoI but essential
Quality Management System during RFP

b) ISO 20000:2011 for IT Service


Management
c) ISO 27001:2013 for Information
Security Management System
Note: The above certificate should be
in the name of the Bidder.
9. Self-certification by the Bidder that the The Bidder shall furnish an Self
bidder (or any of its successor) is not Certification signed by CEO/
in the active debarred list for indulging Country Head/ Authorized
in corrupt practice, fraudulent practice, signatory of the company to be
coercive practice, undesirable provided on Non – judicial stamp
practice, breach of contract or paper of INR 100/- or such
restrictive practice by any Central equivalent amount and document
Government / Central PSU as on bid duly attested by notary public as
submission date per format in Form A.7

10. Specific Power of Attorney in favour of Specific Power of Attorney for the
Authorized Signatory signing the bid Bidder to sign the Contract

Confidential Page 51 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

Sr. Criteria Documentary Evidence*


No.
or Board Resolution in favour of Agreement as per format in Form
person granting the Power of Attorney A.8
for the Bidder (on Non – judicial stamp
paper of INR 100/- or such equivalent
amount and document duly notarized)
who shall sign the Contract Agreement
11. The Bidder shall have a project office Office address in Bengaluru along
in Bengaluru or shall furnish an with Shop Establishment
undertaking to establish an office in Certificate
Bengaluru within thirty (30) days of OR
signing the Contract. The office shall Undertaking from authorized
be maintained during the entire signatory to open office in
duration of the contract. Bengaluru within thirty (30) days)
days from Contract signing date.
Bidder should sign & submit Non- Non-Disclosure Agreement in the
12. Disclosure Agreement as provided in format prescribed in Form A.3
the EoI
13. Pre-contract integrity pact Pre-contract Integrity pact in the
format prescribed in Form A.4
Table 5: Pre-Qualification Evaluation Criteria
Note:

a. To avoid conflict of interest an OEM cannot submit the EOI response as


bidder and also in capacity of OEM with any other bidder. An OEM if not
bidding directly can work with multiple bidders
b. During Bid evaluation, if required Department may seek additional
document(s) / clarification(s) from bidder. The bidder shall be required to
provide written clarification on the queries within the stipulated timeframe
failing which, Department shall have right do disregard the clarification and
proceed with the evaluation as per the EoI terms and conditions

Confidential Page 52 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8. Bid Submission Forms

8.1. Form A.1: Bid Submission Checklist

The following Checklist is intended to help the Bidders in submitting Proposals which
are complete. Incomplete Proposals are liable to be rejected. Bidders are advised to
go through the list carefully and submit Proposals complete in all respect.

8.1.1. Bidders are also required to submit this Checklist, duly completed, along with their
Proposal.

8.1.2. Any other documents required as per any other clauses of the EoI Documents shall
be submitted along with the Proposal even if not indicated in the following checklist.

Proposal Checklist:
# EoI Description Format Docume Proposal
Reference nt-ary Referenc
Evidenc e Section
e & Page
No.
Eligibility Criteria
1. Not Bid Form A.1
Applicable Submission
Checklist
2. Not Eligibility Form A.2
Applicable Criteria
Covering
Letter
3. Table Non- Form A.3
Eligibility Disclosure
Criteria, Agreement
Clause 7.6
S. No. 12
4. Table Pre-Contract Form A.4
Eligibility Integrity Pact
Criteria,
Clause 7.6
S. No. 13
5. Table Turnover and Form A.5
Eligibility Net Worth and
Certificates for Supporting
Criteria,
documents as
Clause the Bidder
listed in the Table
7.6, in clause 7.6 for
S No. 3 Eligibility Criteria

Confidential Page 53 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

# EoI Description Format Docume Proposal


Reference nt-ary Referenc
Evidenc e Section
e & Page
No.

6. Table Past Form A.6


Eligibility Experience in And Supporting
Criteria, the form of documents as listed
Clause Project in the Table in
7.6, S No. Citation / Case clause 7.6 for
5, 6 & 7 Studies Eligibility Criteria
7. Table Undertakings Form A.7
Eligibility for non-black
Criteria, listing from the
Clause Bidder
7.6,
S No. 9
8. Table Format for Form A.8
Eligibility Power of
Criteria, Attorney
Clause executed in
7.6, favor of the
S No. 10 Authorized
Signatory
9. Not Conflict of Form A.9
Applicable Interest
10. Not Disclosure of Form A.10
Applicable Court Cases
11. Clause No. Declaration for Form A.11
6.26 Country of
Origin
12. Table Copy of Not Applicable
Eligibility Certification of
Incorporation/
Criteria,
Registration
Clause 7.6 Certificate.
S. No 1
13. Table Certificate of Not Applicable
Eligibility Incorporation,
Criteria, GST and Copy
Clause 7.6 of PAN Card
S. No 2 Registration
Certificate
from the
bidder’s

Confidential Page 54 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

# EoI Description Format Docume Proposal


Reference nt-ary Referenc
Evidenc e Section
e & Page
No.
Statutory
auditor/
Company
Secretary.
14. Table Manpower: Not Applicable
Eligibility Self-
Criteria, certification
Clause from the bidder
7.6, signed by
S No. 4 Authorized
Signatory/HR
Head with
clear
declaration of
number of IT
professionals.
15. Table Copy of the Not Applicable
Eligibility valid
Criteria, certifications
Clause
7.6,
S No. 8
16. Table Office address Not Applicable
Eligibility in Bengaluru
along with
Criteria,
Shop
Clause Establishment
7.6, Certificate
S No. 11 OR
Undertaking
from
authorized
signatory to
open office in
Bengaluru
within thirty
(30) days)
days from
Contract
signing date.
17. Other Supporting for As per details
Clauses other clauses mentioned in the

Confidential Page 55 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

# EoI Description Format Docume Proposal


Reference nt-ary Referenc
Evidenc e Section
e & Page
No.
in Pre- pre-qualification
qualification criteria
Table 5: Proposal Checklist

Confidential Page 56 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.2. Form A.2: Eligibility Criteria Cover Letter (Company Letter Head)

To

The Chief General Manager,

Centre for Excellence in Postal Technology,

Bengaluru-560001.

Sub: Submission of the eligibility criteria cover letter in response to the EoI No
<> dated <> for Selection of Service Provider for IT Infrastructure & Security
Systems

Dear Sir,

We, the undersigned, offer to provide Services for IT Infrastructure & Security
Systems in response to the Expression of Interest dated <insert EoI date> and EoI
No <insert EoI no> for “Selection of Service Provider for IT Infrastructure & Security
Systems”. We are hereby submitting our Proposal, which includes the Eligibility
Criteria. Our Correspondacne details with regard to this EOI are:

S. NO Information Details
1 Name of the contact person
2 Address of the Contact Person
3 Name, designation and contact, address of
the person to whom, all references shall be
made, regarding this EOI
4 Telephone Number of the Contact Person
5 Mobile Number of the Contact Person
6 E-mail id of the Contact Person
7 Corporate Website URL

We hereby declare that all the information and statements made in this eligibility
criteria are true and accept that any misinterpretation contained in it may lead to our
disqualification.

We undertake, if our Proposal is accepted, to initiate the Implementation services


related to the assignment not later than the date indicated in Fact Sheet.

We agree to abide by all the terms and conditions of the EoI and related
corrigendum(s)/ addendum(s).

We confirm that we have read the EoI document and have no reservation in accepting
the provisions of the EoI, General Conditions of Contract, Scope of Work. We

Confidential Page 57 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

undertake that we have no deviations to the terms and conditions of the EoI and
related corrigendum(s)/ addendum(s). At later date, if any deviation is observed, it
shall stand withdrawn. We would hold the terms of our bid valid for 180 days as
stipulated in the EoI.

We hereby undertake that in case the contract is awarded to us, we shall submit the
PBG as per EoI terms and conditions. We hereby declare that our bid is made in
good faith, without collusion or fraudulent intent.

We hereby declare that as per EoI requirement, we have not been listed under any
active blacklist/debarred list by Central/State Government.

We understand you are not bound to accept any Proposal you receive.

The information contained in the Proposal is true and correct to our best knowledge
and belief.

Yours sincerely,

Authorized Signature [In full and initials]: _________________


Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Email ID
Phone No
Location: _____________________________________ Date: ___________

Confidential Page 58 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.3. Form A.3: Non-Disclosure Agreement

(To be executed on Non – judicial stamp paper of INR 100/-or such equivalent amount and
document duly attested by notary public)

[Bidder Name and Address]

Sub: Submission of the Non-Disclosure Agreement in response to the EoI No <>


dated <> for Selection of Service Provider for IT Infrastructure & Security Systems

We write to confirm the agreed terms in respect of the confidentiality and non-disclosure
of information that we shall each, as a disclosing party, be making available to the other,
as a receiving party.

Each party shall be providing the other with access to certain information which has been
designated as confidential information, and which relates to the business, clients,
customers, products, methodologies and working practices of the disclosing party (“the
Information”). This Information may be disclosed either in writing, orally (oral information
to be confirmed in writing within 3 days of its disclosure) or by access to computer systems
or data. In consideration for the disclosing party granting this access to the Information,
the receiving party agrees that:

1. Subject to clause 7 below, the receiving party shall keep the Information strictly
confidential and shall not disclose it to any third party (except as set out below) without
the prior written consent of the disclosing party.
2. The Information shall only be disclosed to those employees of the receiving party who
need to know for the proper performance of their duties in relation to the project, and
then only to the extent reasonably necessary. The receiving party shall take appropriate
steps to ensure that all employees to whom access to the Information is given are
aware of its confidentiality and agree to be bound by restrictions no less onerous than
the terms contained in this letter.
3. The Information disclosed to the receiving party shall be used solely for the purpose of
sharing technical and commercial information pertaining to the “Selection of Service
Provider for IT Infrastructure & Security Systems”.
4. Each party shall comply with the obligations set out herein and the obligation of the
party shall terminate upon the earlier of
(a) the expiry of thirty six months from the date hereof,
or

Confidential Page 59 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

(b) the execution of a definitive agreement between the parties in furtherance of the
“Selection of Service Provider for IT Infrastructure & Security Systems”
5. The receiving party shall establish and maintain reasonable security measures to
provide for the safe custody of the Information and to prevent unauthorized access to
it.
6. On the termination of the receiving party’s involvement in the above project, and upon
being requested to do so, the receiving party shall either return the Information
disclosed to it or destroy/ delete the same from its servers/ possession, including all
copies thereof, within a reasonable period, subject only to the extent necessary for the
maintenance of proper professional records. Such destruction has to be certified by the
authorized officer of the company supervising the destruction.
7. The obligations set out above shall not apply to any Information which:
a) is or becomes publicly available other than through a breach of this agreement;
b) is already in the possession of the receiving party without any obligation of
confidentiality;
c) is obtained by the receiving party from a third party without any obligation of
confidentiality;
d) is independently developed by the receiving party outside the scope of this
agreement; or
e) the receiving party is required to disclose by any legal or professional obligation or
by order of any regulatory authority. However, the receiving party shall immediately
inform the disclosing party prior to making such disclosure so that disclosing party
is given an opportunity to object to such disclosure. Should there be no response
from disclosing party or should any such objection by disclosing party be
unsuccessful, or without any result, the receiving party so obligated to disclose
confidential information may disclose such confidential information within anytime
stipulated for such disclosures only to the extent required by the relevant legal or
professional or regulatory authority.
8. The receiving party acknowledges that the disclosing party retains the copyright and all
intellectual property rights in the Information and that the receiving party may not copy,
adapt, modify or amend any part of the Information or otherwise deal with any part of
the Information except with the prior express written authority of the disclosing party.
9. This agreement shall be governed by, and construed in accordance with, the Laws of
India and the High Court of Karnataka shall have exclusive jurisdiction.

Confidential Page 60 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

We should be grateful if you would also acknowledge your agreement to these terms by
signing the copy of this letter where indicated and returning it to us.

Yours faithfully,

For Department of Posts


We agree to the above terms regulating the disclosure of the Information.

Name of the Official


Designation

For and on behalf of Bidder

Authorized Signature [In full and initials]: _________________


Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________

Confidential Page 61 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.4. Form A.4: Pre-Contract Integrity Pact

(To be executed on Non – judicial stamp paper of INR 100/-or such equivalent amount
and document duly attested by notary public)

PRE-CONTRACT INTEGRITY PACT

This pre-contract agreement (hereinafter called the “Integrity Pact” or “Pact”) is made on
<<day>> of <<month, year>>, between, on one hand, the President of India acting through
<designation>, Department of Posts, Government of India (hereinafter called the
“PURCHASER”, which expression shall mean and include, unless the context otherwise
requires, his successors in office and assigns) of the First Part

AND

M/s <<bidder’s legal entity >> represented by <<name and designation>> (hereinafter
called the “BIDDER”, which expression shall mean and include, unless the context
otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the PURCHASER proposes to engage the SP for IT Infrastructure & Security
Systems and the BIDDER is willing to offer/has offered the

services and

WHEREAS the BIDDER is a private company/public company/Government


undertaking/partnership firm, constituted in accordance with the relevant law in the matter
and the PURCHASER is a Department of the Government of India performing its functions
on behalf of the President of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from
any influence/prejudiced dealings prior to, during and subsequent to the currency of the
contract to be entered into with a view to:-

 Enabling the PURCHASER to obtain the desired services at a competitive price in


conformity with the defined specification by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their competitors
will also abstain from bribing and other corrupt practices and the PURCHASER will

Confidential Page 62 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

commit to prevent corruption, in any form, by its officials by following transparent


procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the PURCHASER


1.1. The PURCHASER undertakes that no official of the PURCHASER, connected
directly or indirectly with the contract, will demand, take a promise for or accept,
directly or through intermediaries, any bribe, consideration, gift, reward, favour or
any material or immaterial benefit or any other advantage from the BIDDER, either
for themselves or for any person, organisation or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
1.2. The PURCHASER will, during the pre-contract stage, treat all the BIDDERs alike,
and will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
1.3. All the officials of the PURCHASER will report to the appropriate Government office
any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the PURCHASER with full and verifiable facts and the same is prima facie
found to be correct by the PURCHASER, necessary disciplinary proceedings, or any
other action as deemed fit, including criminal proceedings may be initiated by the
PURCHASER and such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by the
PURCHASER the proceedings under the contract would not be stalled.

Commitments of the BIDDER

3. The BIDDER commits itself to take all the measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any
pre-contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following:-
3.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour or any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the
PURCHASER, connected directly or indirectly with the bidding process, or to any

Confidential Page 63 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

person, organisation or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation of the contract.
3.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favor, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement
to any official of the PURCHASER or otherwise in procuring the Contract or
forbearing to do or having done any act in relation to the obtaining or execution of
the contract or any other contract with the Government for showing or forbearing to
show favour or dis-favour to any person in relation to the contract or any other
contract with the Government.
3.3. BIDDER shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.4. The BIDDER further confirms and declares to the PURCHASER that the BIDDER
has not engaged any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the PURCHASER or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any
such individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.5. The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed
to or intends to make to officials of the PURCHASER or their family members,
agents, brokers or any other intermediaries in connection with the contract and the
details of services agreed upon for such payments.
3.6. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.7. The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
3.8. The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the PURCHASER as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained in any electronic data carrier. The BIDDER also
undertakes to exercise due and adequate care lest any such information is divulged.
3.9. The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.

Confidential Page 64 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

3.10. The BIDDER shall not instigate or cause to instigate any third person to commit any
of the actions mentioned above.
3.11. If the BIDDER who is involved in the bid process or any employee of such BIDDER
or any person acting on behalf of such BIDDER, either directly or indirectly, is a
relative of any of the officers of the PURCHASER, or alternatively, if any relative of
an officer of PURCHASER who is involved in the bid process has financial
interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at
the time of filing of tender.
3.12. The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the
PURCHASER.

For the purposes of clauses 3.11 & 3.12, the listed words shall have the ascribed meanings

as follows:

i. “employee of such BIDDER or any person acting on behalf of such BIDDER”


means only those persons acting on behalf of such Bidder who are involved in
the bid process / Project.
ii. “officers / employees of the PURCHASER” means only those persons who are
involved in the bid process / Project.
iii. “financial interest/stake in the BIDDER’s firm” excludes investment in securities
of listed companies”.
iv. The term ‘relative’ for this purpose would be as defined in Companies Act 1956.
4. Previous Transgression
4.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
BIDDER’s exclusion from the tender process.
4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can
be disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
5. Sanctions for Violations
5.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall
entitle the PURCHASER to take all or any one of the following actions, wherever
required:
Confidential Page 65 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

i. To immediately call off the pre contract negotiations without assigning any
reason or giving any compensation to the BIDDER. However, the proceedings
with the other BIDDER(s) would continue.
ii. The Earnest Money Deposit (in pre-contract stage) and/or Performance Security
(after the contract is signed) shall stand forfeited either fully or partially, as
decided by the PURCHASER and the PURCHASER shall not be require to
assign any reason, therefore.
iii. To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
iv. To recover all sums already paid by the PURCHASER, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing prime lending rate
of State Bank of India, while in case of a BIDDER from a country other than India
with interest thereon at 2% higher than the LIBOR. If any outstanding payment
is due to the BIDDER from the PURCHASER in connection with any other
contract for any other stores, such outstanding payment could also be utilised to
recover the aforesaid sum and interest.
v. To encash the advance bank guarantee and performance bond/warranty bond,
if furnished by the BIDDER, in order to recover the payments, already made by
the PURCHASER, along with interest.
vi. To cancel all or any other Contracts with the BIDDER. The BIDDER shall be
liable to pay compensation for any loss or damage to the PURCHASER resulting
from such cancellation/rescission and the PURCHASER shall be entitled to
deduct the amount so payable from the money(s) due to the BIDDER.
vii. To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five years, which may be further
extended at the discretion of the PURCHASER.
viii. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman
or agent or broker with a view to securing the contract.
ix. In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the PURCHASER with the BIDDER, the same shall not
be opened.
x. Forfeiture of Performance Bond in case of a decision by the PURCHASER to
forfeit the same without assigning any reason for imposing sanction for violation
of this Pact.
5.2. The PURCHASER will be entitled to take all or any of the actions mentioned at para
5.1 (i) to (x) of this Pact also on the Commission by the BIDDER or any one employed

Confidential Page 66 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

by it or acting on its behalf (whether with or without the knowledge of the BIDDER),
of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention
of Corruption Act, 1988 or any other statute enacted for prevention of corruption.
5.3. The decision of the PURCHASER to the effect that a breach of the provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Independent Monitor(s)
appointed for the purposes of this Pact.
6. Independent Monitors

Independent Monitors

6.1. The following designated persons have been appointed as Independent External
Monitor (hereinafter referred to as Monitor) for overseeing and implementation of the
Pre-Contract Integrity Pact for procurement of services in the <Purchaser’s entity>.
His contact details are as under:

1.Smt. Sushama Vishwanath Dabak


IA& AS(Retd.), Ex-Director General of Audit
B-5, Bhagyodya, Linking Road Extension,
Santacruz, West, Mumbai-400054
sushamadabak@gmail.com
2.Sri Om Prakash Sing
IPS(Retd.), Ex-DGP, UP
M-6, Green Park Extension
New Delhi-110016
Ops2020@rediffmail.com

6.2. The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
6.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
6.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
6.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the PURCHASER.
6.6. The BIDDER(s) accepts that the Monitor has the right to access without restriction
to all Project documentation of the PURCHASER including that provided by the
Confidential Page 67 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

BIDDER. The BIDDER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors. The Monitor shall be
under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
6.7. The PURCHASER will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings could
have an impact on the contractual relations between the parties. The parties will offer
to the Monitor the option to participate in such meetings.
6.8. The Monitor will submit a written report to the designated Authority of
PURCHASER/Secretary in the Department/ within 8 to 10 weeks from the date of
reference or intimation to him by the PURCHASER/BIDDER and, should the
occasion arise, submit proposals for correcting problematic situations.
7. Facilitation of investigation
7.1. In case of any allegation of violation of any provisions of this Pact or payment of
commission, the PURCHASER or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER shall
provide necessary information and documents in English and shall extend all
possible help for the purpose of such examination.
8. Law and Place of Jurisdiction
8.1. This Pact is subject to Indian Law. The place of performance and jurisdiction is High
Court of Karnataka.
9. Fall Clause
The BIDDER undertakes that under similar buying conditions, it has not supplied/is not
supplying similar product/systems or subsystems at a price lower than that offered in
the present bid in respect of any other Ministry/Department of the Government of India
or PSU and if it is found at any stage that similar product/systems or subsystems was
so supplied by the BIDDER to any other Ministry/Department of the Government of
India or a PSU at a lower price, then that very price, with due allowance for elapsed
time, will be applicable to the present case and the difference in the cost would be
refunded by the BIDDER to the BUYER, if the contract has already been concluded.
10. Other Legal Actions
10.1. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.
11. Validity

Confidential Page 68 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

11.1. The validity of this Integrity Pact shall be from date of its signing and upto the
complete execution of the contract to the satisfaction of both the PURCHASER and
the BIDDER, including warranty period, whichever is later. In case Bidder is
unsuccessful, this Integrity Pact shall expire after six months from the date of signing
of the contract.
11.2. Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an
agreement to their original intentions.
12. The parties hereby sign this Integrity Pact at ________ on _____

____________________________ __________________________________
(For & On behalf of THE
PURCHASER) (For & On behalf of Bidder)
(Office Seal) (Office Seal)

Witness 1: Witness 2:

Name: Name:

Designation: Designation:

Address: Address:

Signature: Signature:

Confidential Page 69 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.5. Form A.5: Turnover and Net worth Certificate

To

The Chief General Manager,


Centre for Excellence in Postal Technology,
Bengaluru-560001.

Sub: Submission of the Turnover and Net Worth Certificate in response to the EoI
No <> dated <> for Selection of Service Provider for IT Infrastructure & Security
Systems

Turnover for the last three financial years (2017-18, 2018-19 and 2019-20) from System
integration services which should include supply, installation, testing, commissioning and
management of IT Infrastructure and associated services.

S. No. Financial Year Annual related Average Annual


Turnover (INR related Turnover
Crores) (INR Crores)
1. Financial Year 2017-
2018
2. Financial Year 2018-
2019
3. Financial Year 2019-
2020
Note: The audited Financial Statements for the corresponding years have to be enclosed.

S. Financial Year Net Profit (INR Crores)


No.
1. Financial Year 2017-2018
2. Financial Year 2018-2019
3. Financial Year 2019-2020
Note: The audited Financial Statements for the corresponding years have to be enclosed

Name of the auditor issuing the certificate


Name of the auditor’s Firm:
Seal of auditor’s Firm:
Date:
(Signature, name and designation of the authorized signatory for the Auditor’s Firm)

Confidential Page 70 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.6. Form A.6: Format for Project Citation / Case Studies

General Information
Name of the Project
Client for which the Project was executed
Name and contact details of the client
Project Details
Description of the Project
Scope of services
Relevance to the current Project
Outcomes of the Project
Other Details
Total cost of the Project
Total cost of the services provided by the
Bidder
Duration of the Project (no. of months,
start date, completion date, current
status)
Other Relevant Information
Copy of Purchase Order/Work Order /
Contract with Client clearly mentioning
the number of concurrent users & scope
Copy of Work order/Purchase Order/
Contract Agreement clearly specifying
the Scope of Work, and value of the
contract

Copy of Certificate/Letter from the


Competent Authority (who has issued
the work order) that the Project has
been declared "Go-Live" and is under
the Operations & Maintenance phase

OR

Self-Certificate from the Statutory


Auditor certifying that the Project has

Confidential Page 71 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

been declared “Go-Live” and is under


the Operations & Maintenance phase

Confidential Page 72 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.7. Form A.7: Format for undertaking for Non-Blacklisting

(To be executed on Non – judicial stamp paper of INR 100/-or such equivalent amount and
document duly attested by notary public)

To

The Chief General Manager,


Centre for Excellence in Postal Technology,
Bengaluru-560001.

Sub: Submission of the undertaking for non-blacklisting in response to the EoI No


<> dated <> for Selection of Service Provider for IT Infrastructure & Security
Systems

<Insert Bidder Name> or any of its successor, is not in the active debarred list for indulging
in corrupt practice, fraudulent practice, coercive practice, undesirable practice, breach of
contract or restrictive practice by any Central Government / Central PSU as on EoI
submission date.

Authorized Signature: _________________

Name and Title of Signatory: ___________________

Location: _____________________________________ Date: _________________

Confidential Page 73 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.8. Form A.8: Format for Power of Attorney

<To be executed in favour of the Authorized Signatory>

(To be executed by Sole / Lead Bidder (in case of consortium) on Non – judicial stamp
paper of INR 100/-or such equivalent amount and document duly attested by notary public)

Know all men by these presents, We, [Insert full legal name of the bidding entity], having
registered office at [Insert registered office address] (hereinafter referred to as the
"Purchaser”) do hereby constitute, nominate, appoint and authorize [Insert full name of
authorized signatory] son of [Insert father‘s name] presently residing at [Insert address of
authorized signatory] who is presently employed with us and holding the position of [Insert
position/designation of the authorized signatory] as our true and lawful attorney
(hereinafter referred to as the "Authorized Attorney”) to do in our name and on our behalf,
all such acts, deeds and things as are necessary or required in connection with or
incidental to the submission of our proposal in response to the EoI bearing number ______
for Selection of Service Provider for IT Infrastructure & Security Systems Modernization
Project 2.0 dated ______, including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in pre-Bid and
other conferences and providing information/ responses to the Department of Posts
(hereinafter referred to as the "Department of Posts”), representing us in all matters before
the Department of Posts, signing and execution of all documents, forms, contracts and
undertakings/declarations consequent to acceptance of our Proposal and generally
dealing with the Department of Posts in all matters in connection with or relating to or
arising out of our Proposal for the said assignment and/or upon award thereof to us till the
execution of appropriate Agreement/s with the Department of Posts.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorized Attorney pursuant to and in exercise of the
powers conferred by this deed of Power of Attorney and that all acts, deeds and things
done by our said Authorized Attorney in exercise of the powers hereby conferred shall
always be deemed to have been done by us.

Confidential Page 74 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

IN WITNESS THEREOF WE, __________________________________ THE ABOVE


NAMED PURCHASER HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY
OF ...................., 2021

For_______________

(Signature, name, designation and address)

[Please put company seal if required]

[Notarize the signatures]

Witness 1: Witness 2:

Name: Name:

Designation: Designation:

Address: Address:

Signature: Signature:

Confidential Page 75 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.9. Form A.9: Conflict of Interest (Company Letter head)

To

The Chief General Manager,

Centre for Excellence in Postal Technology,

Bengaluru-560001.

Sub: Submission of the conflict of interest in response to the EoI No <> dated <> for
Selection of Selection of Service Provider for IT Infrastructure & Security Systems

Dear Sir,

I/We do hereby undertake that there is absence of, actual or potential conflict of interest
on the part of the bidder due to prior, current, or proposed contracts, engagements, or
affiliations with Department of Posts.

I/We also confirm that there are no potential elements (time-frame for service delivery,
resource, financial or other) that would adversely impact our ability to complete the
requirements as given in the EoI.

We undertake and agree to indemnify and hold Department of Posts harmless against all
claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a
reimbursement basis) and fees of other professionals incurred (in the case of legal fees
and fees of professionals, reasonably) by Department of Posts and/or its representatives,
if any such conflict arises later.

Yours sincerely,
Authorized Signature [In full and initials]: _________________
Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Location: _______________________________ Date: _________________

Confidential Page 76 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.10. Form A.10: Disclosure of Court Cases

To

The Chief General Manager,

Centre for Excellence in Postal Technology,

Bengaluru-560001.

Sub: Submission of the Disclosure of Court Cases in response to the EoI No <>
dated <> for the Selection of Service Provider for IT Infrastructure & Security
Systems

IT Modernization Project

Pending Litigation
Year Matter in Dispute Value of Pending Value of Pending
Claim in INR (if Claim as a
any) percentage of
Net Worth (if any)

The information of pending litigation mentioned above is true and correct to our best
knowledge and belief.

Yours sincerely,

Authorized Signature [In full and initials]: _________________


Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Location: _____________________________________ Date: _________________

Confidential Page 77 of 78
DoP IT 2.0 – SP for IT Infrastructure Expression of Interest

8.11. Form A.11: Self-Declaration by Bidder w.r.t Rule 144 (xi) in GFR 2017

(vide OM F No 6/18/2019-PPD dated 23rd July 2020 and all its amendments/
clarifications)
<To be printed on Company letterhead of the Bidder>
Date: dd/mm/yyyy
To

The Chief General Manager,

Centre for Excellence in Postal Technology,

Bengaluru-560001
Subject: Submission of the self-declaration regarding Rule 144 (xi) in GFR 2017 in
response to the EoI No <> dated <> Selection of Service Provider for IT Infrastructure
& Security Systems
Dear Sir,

I/We have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India. I/We certify that our company is not a subsidiary/
affiliate/ attached office of any border Companies as may be banned by Government of
India for doing business in India as per the referred GFR rule – 144 (xi) and other such
rules or directives as issued by Government of India or,
if from such a country, the bidder has been statutorily registered with the competent
authority as per the procedure laid down in reference to Government Orders in this regard.
I/We hereby agree to provide copy of and/or produce original of all such documents as
may be necessarily required to be submitted for evidence in this regard.
I/We hereby certify that this bidder fulfils all requirements in this regard and is eligible to
be considered.

Sincerely,

___________________________________

Signature of Authorized Signatory (with official seal)

Name :
Designation :
Name of organization :
Address :
Telephone & Fax :
E-mail address : Signature Not Verified
Digitally signed by BRAHMADEV SHARMA
Date: 2022.01.21 18:24:31 IST
Location: eProcure-EPROC

Confidential Page 78 of 78

You might also like