You are on page 1of 37

MADHYA PRADESH STATE ELECTRONICS DEVELOPMENT CORPORATION

DEPARTMENT OF SCIENCE & TECHNOLOGY MADHYA PRADESH

Government of Madhya Pradesh

REQUEST FOR PROPOSAL


Empanelment of Agencies for Supply and Activation of SSL Certificates for
various Websites/Applications
Tender No:MPSEDC/P&A/SSLRC/2022/489 dated 15.09.2022

State IT Centre, 47-A, Arera Hills Bhopal-462011


Ph. 0755-2518600, 2518300
Email: marketing@mpsedc.com, Website: www.mpsedc.com

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 1 of 37
DISCLAIMER

All information contained in this Request for Proposal (RFP) provided/ clarified are in
the good interest and faith. This is not an agreement and this is not an offer or invitation
to enter into an agreement of any kind with any party.

Though adequate care has been taken in the presentation of this RFP document, the
interested bidders shall satisfy themselves that the document is complete in all respects.
The information published in this document is not intended to be exhaustive. Interested
Bidders are required to make their own enquiries and assumptions wherever required.

Intimation of discrepancy, if any, should be given to the specified office immediately. If no


intimation is received by this office by the date mentioned in the document, it shall be
deemed that the RFP document is complete in all respects and firms submitting their bids
are satisfied that the RFP document is complete in all respects.

Madhya Pradesh State Electronic Development Corporation Ltd. is a corporation under


companies Act 1956 and reserves the right to reject any or all of the applications
submitted in response to this RFP document at any stage without assigning any reasons
whatsoever. MPSEDC also reserves right to withhold or withdraw the process at any
stage with intimation to all who have submitted their bids in response to this RFP.
MPSEDC reserves the right to change/ modify/ amend any or all of the provisions of this
RFP document without assigning any reason. Any such change would be communicated
to the bidders by posting it on the website of MPSEDC (www.mpsedc.mp.gov.in) and MP
Tenders Website (www.mptenders.gov.in).

Neither MPSEDC nor their employees and associates will have any liability to any
prospective respondent interested to apply or any other person under the law of contract
to the principles or resolution or unjust enrichment or otherwise for any loss, expense or
damage which may raise from or be incurred or suffered in connection with anything
contained in this RFP document, any matter deemed to form part of this RFP document,
the award of the Assignment, the information and any other information supplied by or
on behalf of MPSEDC or their employees and Prime Applicant (PA)/ Consortiums or
otherwise arising in any way from the selection process for the Assignment.

Information provided in this document or imparted to any respondent as part of RFP


process is confidential to MPSEDC and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 2 of 37
Table of Contents
1. Introduction of MPSeDC ................................................................................................................................................................9
2. Instructions to the Bidders ..........................................................................................................................................................9

2.1 Availability of Tender Document ............................................................................. 9

2.2 Preparation and Submission of Proposal .................................................................... 9


2.2.1 Completeness of Bids ............................................................................................................................................................12
2.2.2 Language ..................................................................................................................................................................................12
2.2.3 Submission of Bid ...........................................................................................................................................................12
2.3 Late Bids ......................................................................................................................................................................................13
2.4 Tender Validity ........................................................................................................................................................................13
2.5 Cost and Currency ..................................................................................................................................................................13
2.6 Interpretation of the clauses in the Tender Document ......................................................................................13
2.7 Amendment of Tender Document .................................................................................................................................13
2.8 Earnest Money Deposit EMD ............................................................................................................................................14
3. Bid Evaluation..................................................................................................................................................................................15

3.1 Evaluation Methodology ........................................................................................ 15


3.1.1 Tender Opening .......................................................................................................................................................................15
3.1.2 Tender Evaluation ..................................................................................................................................................................15
3.1.3 Failure to Agree with the Terms and Conditions of the Tender. ....................................................................16
3.1.4 Financial Bid Evaluation......................................................................................................................................................16
3.1.5 Proposal Evaluation...............................................................................................................................................................16
3.1.6 Evaluation of Financial Proposals ..................................................................................................................................17
3.1.7 Execution of Proposal/Disqualification ......................................................................................................................17
4. Confidentialities.............................................................................................................................................................................18
5. Signing of Contract ........................................................................................................................................................................18
6. Performance Bank Guarantee (PBG)/ Security Deposit ............................................................................................18
7. Transfer / Sub-Contracting.......................................................................................................................................................19
8. Amendment.......................................................................................................................................................................................19
9. Corrupt / Fraudulent Practices ..............................................................................................................................................19
10. Resolution of Disputes..............................................................................................................................................................20
11. Legal Jurisdiction.........................................................................................................................................................................20
12. Indemnity ........................................................................................................................................................................................20
13. Publicity ...........................................................................................................................................................................................20
14. Performance Obligations.........................................................................................................................................................20
15. Force Majeure ...............................................................................................................................................................................20

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 3 of 37
16. Right to terminate the process .............................................................................................................................................22
17. Limitation of Liability................................................................................................................................................................22
18. Withdrawal, Substitution, and Modification of Proposal .......................................................................................22
19. General Conditions .....................................................................................................................................................................22
20. Process of Empanelment .........................................................................................................................................................23
21. Allotment of work within Empaneled Agencies..........................................................................................................24

21.1 Three Agencies ................................................................................................... 24

21.2 Two Agencies ..................................................................................................... 24

21.3 Single Agency .................................................................................................... 24


22. Duration of rate Contract ........................................................................................................................................................24
23. Eligibility / Qualification Criteria .......................................................................................................................................25
24. Scope of Work ...............................................................................................................................................................................26

24.1 Details of work ................................................................................................... 26


25. Project Deliverables, Milestones & Time Schedule....................................................................................................27
26. Payment Terms and Schedule ..............................................................................................................................................27
27. Service Levels & Penalties ......................................................................................................................................................28

27.1 Service level requirements ................................................................................... 28


Annexure: 1 - Technical Proposal Formats ...........................................................................................................................29
Annexure: 2 - Checklist for Pre-Qualification Criteria Compliance .........................................................................32
Annexure: 3 - Authorization Letter on OEM Letter-head...............................................................................................33
Annexure: 4 – Not being blacklisted .........................................................................................................................................34
Annexure:5 - Financial Bid............................................................................................................................................................35

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 4 of 37
Notice Inviting Tender

NIT
E-TENDER NOTICE

Online Tender is invited for RFP for “Empanelment of Agencies for Supply and activation of
SSL Certificates for various Websites/Applications” .Interested eligible bidders may
view/download the tender document from www.mptenders.gov.in. First time users of this portal
will be required to register online with payment of registration charge.

Chief General Manager


M.P. State Electronics Development Corporation Limited
State IT Centre, 47-A, Arera Hills, Bhopal 462011 M.P.
Tel: 0755-2518602
Email:Marketing@mpsedc.com
Website: www.mpsedc.com

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 5 of 37
Abbreviations & Definitions

SSL Secure Sockets Layer


bidder/ Legal Bidder can be a Proprietorship agency, Partnership agency, Company, LLP or
Entity Society registered in India
Competent An authority or officer to whom the relevant administrative or financial
Authority powers have been delegated for taking decision in a matter relating to
procurement.
Contract A contract entered into, between MPSEDC and a successful proposer
concerning the subject matter of procurement.
Day A calendar day as per GoMP/ GoI.
GoI/ GoMP Govt. of India/ Govt. of Madhya Pradesh
INR Indian Rupee
IT Information Technology
IT/ITeS Domain IT Consulting, IT Hardware , Project Management, IT Project Operations, e-
Governance, software application, software testing, application development,
Implementation and Maintenance of Web Portals, Web Enabled Applications,
GIS Technologies & Remote Sensing, Websites and Mobile Apps using latest
available technologies like Proprietary (.net etc.) Open Source (PHP, Java, CMS
Drupal, geo Server, Open layers, Postgres etc.) and allied activities.
MPSEDC Madhya Pradesh State Electronics Development Corporation Limited
NIT Notice Inviting Tender
PC Procurement/ Purchase Committee
Proposal A formal offer made in pursuance of an invitation by MPSEDC and includes any
tender, proposal or quotation
Agency Any Firm / agency/ company/ contractor/ supplier participating in the
procurement/ RFP process with the procurement entity
RFP Document Documents issued by the MPSEDC, including any amendments thereto, that set
out the terms and conditions of the given procurement and includes the
invitation to Proposals
State Government Government of Madhya Pradesh (GoMP)
Tender Process The process of procurement extending from the issue of invitation to proposals
till the award of the procurement contract or cancellation of the Tender
Process, as the case may be
WO/ PO Work Order/ Purchase Order

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 6 of 37
Bid Data Sheet

S.N. Particular Details

1. Name of the Client Madhya Pradesh State Electronics Development


Corporation Ltd. (MPSEDC)
2. Address and Concerned person for Shri Sanjay Varma (Sr. General Manager) MPSEDC,
Correspondence State IT Center, 47-A, Arera Hills, Bhopal, Madhya
Pradesh
3. Purchase of Tender Start Date 15.09.2022
4. Bid Submission Start Date 21.09.2022
5. Purchase of Tender End Date 28.09.2022 3:00 PM
6. Last date of Bid Submission 28.09.2022 3:00 PM
9. Cost of document Rs.1000/- + Processing Fees (non-refundable) to be
paid online through the e-Tenders portal.
10. EMD / Bid Security Amount Rs. Twenty Five Thousand only (25,000/-) to be paid
online through e-tenders Portal. EMD in form of
Bank guarantee is not acceptable.
For exemption of EMD please refer page number 14
clause 2.8 point (e).
11. Date and time for opening of 29.09.2022 at 3:00 pm
Technical Proposal Conference Hall at State IT Centre, 47-A, Arera Hills,
Bhopal – 462011.
12. Date and time for opening of The date and time would be communicated to the
Financial Proposal Technically qualified bidders.
13. Performance Bank Guarantee The successful bidder(s) shall be required to submit
performance guarantee of amount One Lakh for the
satisfactory performance/completion of the scope of
work in the form of bank guarantee with MPSEDC LTD.
14. Method of submission of Proposal Only through e-Tenders portal (website
www.mptenders.gov.in)
15. Validity of Bids Minimum 90 days from the due date of submission of
proposal as mentioned in this TENDER or the
subsequent corrigendum (if any)

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 7 of 37
Note:
1. MPSEDC reserves all the rights to cancel the process and reject any or all of the
proposals at any time.

2. No contractual obligation whatsoever does arise from the RFP document/process


unless and until a formal contract is signed and executed between MPSEDC and
the successful bidder.

3. MPSEDC disclaims any factual or other errors in the RFP document (the onus is
purely on the individual proposers to verify such information) and the information
provided therein are intended only to help the proposers to prepare a logical
proposal.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 8 of 37
1. Introduction of MPSeDC

M.P. State Electronics Development Corporation Ltd. is the agency of the state working
towards promotion & implementation of IT and e-Governance. It is the single point of
access to any IT business opportunity in Madhya Pradesh and encourages various players
in the field of IT to come forward and invest in the state of Madhya Pradesh.

MPSEDC is committed to generate IT business for the public/private sector with a mandate
from the Government to develop IT in the state. This includes opportunities for software
development, supply of hardware & peripherals, networking and connectivity, web
applications, e-commerce, IT training and an entire gamut of direct and indirect IT
businesses.

MPSEDC is seeking suppliers for Annual Rate Contract for procuring SSL Certificates
(multiple type of SSL certificates) during the RC period of two year for supply of SSL
Certificates for various websites/applications as per the scope of work.

2. Instructions to the Bidders


This section specifies the procedures to be followed by bidders in the preparation and
submission of their bids. Information is also provided on the submission, opening, and
evaluation of bids and on the award of contract. It is important that the bidder carefully
reads and examines the Tender document.

2.1 Availability of Tender Document

The Tender document is available and downloadable on following websites:


http://www.mptenders.gov.in.

Tender Fees (non-transferable & non-refundable), EMD and Processing Fees (if
applicable) must be paid online at e-Tenders portal (http://www.mptenders.gov.in).

2.2 Preparation and Submission of Proposal

The bidders are required to submit soft copies of their bids electronically on the MP
TENDERS Portal, using valid Digital Signature Certificates. The instructions given
below are meant to assist the bidders in registering on the MP TENDERS Portal,
prepare their bids in accordance with the requirements and submitting their bids
online on the MP TENDERS Portal. More information useful for submitting online bids
on the MP TENDERS Portal may be obtained at:
https://mptenders.gov.in/nicgep/app.
REGISTRATION

I. Bidders are required to enroll on the MP e-Tender module of the Central Public
Procurement Portal (URL: https://mptenders.gov.in/nicgep/app) by clicking on the
link “Online bidder Enrolment” on the MP TENDERS Portal which is free of charge.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 9 of 37
II. As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
III. Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication from the
MP TENDERS Portal.
IV. Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with
their profile.
V. Only one valid DSC should be registered by a bidder. Please note that the bidders
are responsible to ensure that they do not lend their DSC’s to others, which may lead
to misuse.
VI. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS


I. There are various search options built in the MP TENDERS Portal, to facilitate
bidders to search active tenders by several parameters. These parameters could
include Tender ID, Organization Name, Location, Date, Value, etc. There is also an
option of advanced search for tenders, wherein the bidders may combine a number of
search parameters such as Organization Name, Form of Contract, Location, Date,
Other keywords etc. to search for a tender published on the MP TENDERS Portal.
II. Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be moved to
the respective ‘My Tenders’ folder. This would enable the MP TENDERS Portal to
intimate the bidders through SMS / e-mail in case there is any corrigendum issued to
the tender document.
III. The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS
I. Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
II. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be 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 bid.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 10 of 37
III. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and generally, they can be in PDF / XLS /
RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
IV. To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision of
uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the bidders. Bidders can use “My Space” or
‘’Other Important Documents’’ area available to them to upload such documents.
These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
SUBMISSION OF BIDS
I. Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
II. The bidder has to digitally sign and upload the required bid documents one by one
as indicated in the tender document.
III. Bidders are requested to note that they should necessarily submit their financial
bids in the format provided and no other format is acceptable. If the price bid has been
given as a standard BoQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the
BoQ file, open it and complete the white colored (unprotected) cells with their
respective financial quotes and other details (such as name of the bidder). No other
cells should be changed. Once the details have been completed, the bidder should save
it and submit it online, without changing the filename. If the BoQ file is found to be
modified by the bidder, the bid will be rejected.
IV. The server time (which is displayed on the bidders’ dashboard) will be considered
as the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid
submission.
V. All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to
the server is subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s
public keys. Overall, the uploaded tender documents become readable only after the
tender opening by the authorized bid openers.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 11 of 37
VI. The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.
VII. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message &
a bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.

VIII. The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.
ASSISTANCE TO BIDDERS
I. Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
II. Any queries relating to the process of online bid submission or queries relating to
MP TENDERS Portal in general may be directed to the 24x7 MP TENDERS Portal
Helpdesk.
2.2.1 Completeness of Bids
Bidders are advised to study all instructions, forms, terms, requirements and
other Information in the tender document carefully. Submission of bid shall be
deemed to have been done after careful study and examination of the Tender
document with full understanding of its implications. The response to this
tender shall be full and complete in all respects. Failure to furnish the
information required by the tender documents or submission of a proposal not
substantially responsive to the tender documents in every respect will be at the
bidder’s risk and may result in rejection of its proposal. The tender document is
not transferable to any other bidder.

2.2.2 Language
The bid as well as all correspondence and documents relating to the bid
exchanged by the bidder and the purchaser, shall be in English language only.

2.2.3 Submission of Bid

The bidder is responsible for registration on the e-Tenders portal


(www.mptenders.gov.in) at his or her own cost. The bidders are advised to go
through the e-Tenders guidelines and instructions, as provided on the e-tenders
website. The Bidder shall submit the proposals online as described below:

a) Proposal that are incomplete or not in prescribed format may be rejected.


b) The Proposal and Financial Bid shall be submitted only through the e-
procurement Portal.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 12 of 37
c) Technical Proposal – Scanned Tender copy in PDF file format, signed on
each page, with file name clearly mentioning: “Technical Proposal for
MPSEDC Tender No. - ……………………… Dated: ……………..” The proposal
shall be as per the Technical Proposal format provided in the Annexure
1.
d) The proposal shall be as per the Financial Proposal format provided in e-
Tender Portal.
e) Conditional proposals shall not be accepted on any ground and shall be
rejected straightway. If any clarification is required, the same shall be
obtained before submission of the bids.
f) Any alteration, erasures or overwriting shall be valid only if the person or
persons signing the bid initial them.
g) Bidders are advised to upload the proposals well before time to avoid last
minute issues.
h) The bid must be submitted only online through www.mptenders.gov.in
website. No physical submission of bids would be acceptable.

2.3 Late Bids


Proposal after due date and time shall not be accepted.

2.4 Tender Validity

The tender offer must be valid for minimum 90 days from the due date of submission
of proposal as mentioned in this tender or the subsequent corrigendum (if any).
However, MPSEDC may extend this period, if the bidder accepts the same in writing.

2.5 Cost and Currency

The offer must be given in Indian Rupees only. The price will remain fixed for the
period of the contract and no changes for any reason what-so-ever will be allowed.
The bidder shall bear all the costs associated with the preparation and submission of
its bid, and the purchaser will in no case be responsible or liable for these costs,
regardless of conduct or outcome of bidding process.

2.6 Interpretation of the clauses in the Tender Document

In case of any ambiguity in the interpretation of any of the clauses in Tender


Document, the MPSEDC interpretation of the clauses shall be final and binding on the
bidder. The decision taken by the MPSEDC in the process of tender evaluation will be
full and final.

2.7 Amendment of Tender Document

At any time prior to the deadline for submission of bids, MPSEDC for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective bidder, may modify the bid documents by amendment. Any such
communication shall be posted on www.mptenders.gov.in website and bidders are
requested to visit the website for updates, modification and withdrawal of offers.
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 13 of 37
2.8 Earnest Money Deposit EMD

a) The Bidder shall furnish a bid security as per the amount mentioned in Bid Data
Sheet online through e-Tenders portal.
b) No interest shall be payable on EMD under any circumstances.
c) Unsuccessful Bidder’s Bid security shall be discharged or returned within 60
(sixty) days of expiration of the period of proposal validity or after awarding
Tender to successful Bidder.
d) In case of successful bidder, the EMD shall be discharged upon signing of
agreement and submission of performance bank guarantee.
e) The bidder seeking EMD exemption must submit the valid supporting document
for the relevant category. Under MSME category, only manufacturers for goods
& service providers for the services are eligible for exemption from EMD as per
MP SPR 2015. Traders are excluded from the purview of this policy.
f) The EMD of the successful bidder shall be forfeited by MPSEDC, on account of
one or more the following reasons:
i. If a bidder withdraws its bid during the period of bid validity
ii. If the bidder fails to sign the agreement in accordance with terms and
conditions.
iii. Fails to furnish performance bank guarantee.
iv. Information given in the proposal is found inaccurate/incomplete.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 14 of 37
3. Bid Evaluation

3.1 Evaluation Methodology


3.1.1 Tender Opening
a) Bid Opening shall take place through the e-Tenders Portal. Online
Proposals submitted along with the EMD/ Bid Security and Tender Fee
(Payable Online through the portal) shall be considered for Bid opening as
per the timelines mentioned in the Bid Data Sheet.

b) The Technical Bid will be opened online in www.mptenders.gov.in website


on the specified date, and time.

c) A maximum of two representatives from each Participating Organization


would be allowed to attend the Tender Opening. The Bidder’s
representatives, who may choose to attend the session, can attend the
Tender opening at the Date and time mentioned in the Bid Data Sheet or as
per the Date and Time revised in the subsequent communication given by
MPSEDC through www.mptenders.gov.in.

d) During bid opening preliminary scrutiny of the bid documents will be


made to determine whether they are complete, whether required bid
security has been furnished and whether the bids are generally in order.
Bids not conforming to such preliminary requirements will be prima facie
rejected.

e) To assist in the scrutiny, evaluation and comparison of offers, the MPSEDC


may, at its discretion, ask some or all the Bidders for clarification of their
offers on any of the points mentioned therein and the same may be sent
through email, facsimile. No change in the prices or substance of the bid
shall be sought, offered, or permitted, except to confirm the correction of
arithmetic errors discovered by MPSEDC in the evaluation of the bids.

3.1.2 Tender Evaluation


To evaluate the tender the MPSEDC shall formulate a Tender Evaluation
Committee (TEC) (also referred to as “Evaluation Committee”). The Evaluation
Committee shall evaluate the bids as per the following process:

a) The MPSEDC will evaluate and compare the bids that have been
determined to be substantially responsive.

b) Tender Evaluation Committee shall review the Proposal along with


Eligibility / Qualification Criteria. To assist in the examination, evaluation,
and comparison of the bids, and qualification of the Bidders, Evaluation
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 15 of 37
Committee may, at its discretion, ask any Bidder for a clarification of its
bid.

c) The Financial Proposals of only those bidders who have been qualified in
the Eligibility / Qualification Criteria will be opened in the presence of
their representatives, who may choose to attend the session on the
specified date, time and address communicated via www.mptenders.gov.in
website.

3.1.3 Failure to Agree with the Terms and Conditions of the Tender.
Failure of the successful bidder to agree with the Terms & Conditions of the
Tender / Contract shall constitute sufficient grounds for the annulment of the
proposal or the award, in such event MPSEDC would reject the proposal and
forfeit the EMD if applicable as specified in the document.
3.1.4 Financial Bid Evaluation
The financial bids for qualified bidders will be opened. Financial bids, not
substantially responsive or incomplete in any manner, are liable to be
disqualified. The bidder with lowest Gross total bid value shall be declared as
Lowest Bidder (L1). Once L1 is decided then process of empanelment and work
allotment would take place as mentioned in this document.

3.1.5 Proposal Evaluation

Preliminary Evaluation

I. MPSEDC will constitute a Proposal evaluation committee to evaluate


the responses of the bidders. The Proposal evaluation committee
constituted by MPSEDC shall conduct a preliminary scrutiny of the opened
Proposals to assess the prima-facie responsiveness and ensure that the: -

a. Proposal is as per the requirements listed in the RFP document.


b. Proposal is valid for the period, specified in the RFP document.

II. The Proposal Evaluation Committee constituted by the MPSEDC


shall evaluate the responses to the RFP and all supporting documents /
documentary evidence. Inability to submit requisite supporting documents
/ documentary evidence, may lead to rejection.

III. The decision of the Evaluation Committee in the evaluation of


responses to the RFP shall be final. No correspondence will be entertained
outside the process of evaluation with the Committee.

IV. The Evaluation Committee reserves the right to reject any or all
proposals based on any deviations.

V. Each of the responses shall be evaluated as per the criterions and


requirements specified in this RFP. No enquiry shall be made by the
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 16 of 37
bidder(s) during the course of evaluation of the tender, after opening of
proposal, till final decision is conveyed to the successful bidder(s).

VI. However, the Committee/its authorized representative and MPSEDC


Bhopal can make any enquiry/ seek clarification from the bidders, which
the bidders must furnish within the stipulated time else the bids of such
defaulting bidders will be rejected.

3.1.6 Evaluation of Financial Proposals

i. The Financial Proposal of only those bidders who qualify the Pre-
Qualification will be opened on a specified date and time to be intimated to the
respective bidders by MPSEDC, and a duly constituted Committee will evaluate
the same.

ii. The financial bid shall include all duties, levies, taxes except for GST, which
shall be payable as per extra on the basis of the prevailing tax rates.

iii. If there is any discrepancy between the unit price and the total cost that is
obtained, the unit price shall prevail and will be considered for further
calculations.

iv. The amount in column “7” (Total Cost) shall be evaluated for financial bid,
thus the bidder adjudged as the best bidder as per Least Cost shall be declared
as L1 bidder.

3.1.7 Execution of Proposal/Disqualification

MPSEDC may exclude or disqualify a proposal if:


I. The information submitted, concerning the qualifications of the proposer,
was false or constituted a misrepresentation; or

II. The information submitted, concerning the qualifications of the proposer,


was materially inaccurate or incomplete; and

III. The proposer is not qualified as per pre-qualification/ eligibility criteria


mentioned in the bidding document, even after seeking clarifications/
additional documents by committee;

IV. The proposal materially departs from the requirements specified in the
proposal or it contains false information;

V. The proposer submitting the proposal, his agent or any one acting on his
behalf, gave or agreed to give, to any officer or employee of the MPSEDC or
other governmental authority a gratification in any form or any other thing of
value so as to unduly influence the Tender Process;
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 17 of 37
VI. A proposer, in the opinion of the MPSEDC, has a conflict of interest
materially affecting fair competition.

VII. A proposal shall be excluded/ disqualified as soon as the cause for its
exclusion/disqualification is discovered.

VIII. Any attempt by a bidder to influence MPSEDC in the evaluation of the


proposal or contract award decisions may result in the rejection of its proposal.
4. Confidentialities

a) Any attempt by a bidder to influence MPSEDC in the evaluation of the bids or contract
award decisions may result in the rejection of its bid.

b) If any Bidder wishes to contact the MPSEDC during/after opening of the Bid to award
of contract, he may do so in writing.
5. Signing of Contract
a) The successful Bidder (s) shall execute an agreement within fifteen days from the
date of opening of L1 rates. In exceptional circumstances, on request of the successful
bidder in writing for extension, MPSEDC reserves the right to grant an extension for
appropriate period after getting satisfied with the reasons given. In addition to terms
and conditions being mentioned hereunder, all terms and conditions of the Tender
and corrigendum issued will also be applicable for the contract.

b) There shall be agreement between MPSEDC and Successful bidder (s).

6. Performance Bank Guarantee (PBG)/ Security Deposit

The successful bidder (s) is required to furnish Performance Bank Guarantee of INR one
lakh in favor of MPSEDC Bhopal within fifteen days of opening of financial bid. The PBG
should be valid for the total two-year plus three months. The PBG / Performance Security
will be discharged / returned by MPSEDC upon being satisfied that there has been due
performance of the obligations of the bidder under the contract and no penalties have been
incurred by the party. However, no interest shall be payable on the performance bank
guarantee / performance security.

This guarantee may be invoked on violation of any of the condition(s) given below:

a. If any of services, which shall be given by you, does not perform satisfactorily.

b. The observed output of the project is not in accordance with the approved
specification.

c. The purchaser suffers losses by way of some of the module generating illegal/
incorrect reports/output.

d. The successful bidder or his employee is involved in any unlawful activity relating to
this work.
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 18 of 37
e. If in any year the total value of penalty is more than 10% of the total value of the
invoice raised in that year, the contract of the agency may be terminated and the
Performance Bank guarantee may be forfeited. Duration of year will be calculated as
365 days from the date of signing of the agreement.

7. Transfer / Sub-Contracting

The bidder has no right to give, bargain, sell, assign or sublet or otherwise dispose of the
Contract or any part thereof, as well as to give or to let a third party take benefit or
advantage of the present Contract or any part thereof. However, in case of circumstances
beyond the control of bidder, transfer/ sub-contracting may be permissible with the
written concurrence of MPSEDC.

8. Amendment

No provision of Contract shall be changed or modified in any way either in whole or in part
except by an instrument in writing made after the date of the Contract and signed on behalf
of all the parties and which expressly states to amend the current Contract.

9. Corrupt / Fraudulent Practices

The Purchaser requires that the bidders under this tender shall observe the highest
standards of ethics during the execution of such contracts. In pursuance of this policy, the
MPSEDC defines the terms set forth as follows:

a) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of


value to influence the action of the public official in the award of the contract, in
contract execution.

b) In the event of corrupt practice and fraudulence in addition to penal action as per the
terms and conditions of the contract, legal action shall also be initiated against the
concerned.

c) “Fraudulent practice” means a misrepresentation of facts in order to influence award


of contract or an execution of a contract to the detriment of the MPSEDC and includes
collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive the MPSEDC of
the benefits of the free and open competition.

d) The MPSEDC will suspend the award of contract if prima-facie it is established that
the vendor had engaged in corrupt or fraudulent practices in competing for the
contract in question.

e) The MPSEDC will declare a Bidder ineligible after giving opportunity of being heard,
either indefinitely or for a stated period, to be awarded a contract if at any time it is
found that the Bidder has engaged in corrupt and fraudulent practices in competing
for, or in executing, this contract.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 19 of 37
10. Resolution of Disputes

MPSEDC and the successful bidders shall make every effort to resolve amicably by direct
informal negotiation, any disagreement or dispute, arising between them under or in
connection with the contract. Any dispute or difference whatsoever arising between the
parties to this Contract out of or relating to the meaning, scope, operation or effect of this
Contract or the validity of the breach thereof, which cannot be resolved, shall be referred to
a sole Arbitrator to be appointed by mutual consent of both the parties herein.

If the parties cannot agree on the appointment of the Arbitrator within a period of one
month from the notification by one party to the other of existence of such dispute, then the
Arbitrator shall be nominated by the Secretary, Law Department, Government of Madhya
Pradesh (“Law Secretary”). The provisions of the Arbitration and Conciliation Act, 1996
will be applicable and the award made there under shall be final and binding upon the
parties here to, subject to legal remedies available under the law. Such differences shall be
deemed to be a submission to arbitration under the Indian Arbitration and Conciliation Act,
1996, or of any modifications, Rules or re-enactments thereof. The Arbitration proceedings
will be held at Bhopal, Madhya Pradesh, India.

11. Legal Jurisdiction

All legal disputes are subject to the jurisdiction of Courts at Bhopal only.

12. Indemnity

The successful bidders/Successful Bidder shall indemnify, protect and save MPSEDC
against all claims, losses, costs, damages, expenses, action suits and other proceeding,
resulting from infringement of any patent, trademarks, copyrights etc. or such other
statutory infringements in respect of all components (like system software, software tools,
hardware etc.) and the services rendered under this Tender.

13. Publicity

Any publicity by the bidder in which the name of the Indenter/buyer is to be used shall be
done only with the explicit written permission of the Indenter/buyer.

14. Performance Obligations

While providing services as per Scope of Work, the contractor shall ensure that there is no
infringement of any patent or design rights or violate any intellectual property or other
right of any person or entity and shall comply with all applicable Laws, Statute, regulations
and Governmental requirements and he/she shall be solely and fully responsible for
consequence / any actions due to any such infringement.

15. Force Majeure

a) Force Majeure would include natural and unavoidable catastrophe that interrupts the
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 20 of 37
expected course of events.

b) For purposes of this clause, “Force Majeure” means an event beyond the control of
both the parties (MPSEDC & contractor) and not involving both the parties and not
involving the fault of either the parties or negligence and not foreseeable. Such events
may include, but are not restricted to, instances of, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes which would have an
impact on both the parties.

c) If a Force Majeure situation arises, any of the parties shall promptly notify the other in
writing of such conditions and the cause thereof. Unless otherwise directed by, the
bidder shall seek all reasonable alternative means for performance not prevented by
the Force Majeure event.

d) If an event of Force Majeure continues for a period of Sixty (60) days or more, the
parties may, by mutual agreement, terminate the Contract without either party
incurring any further liabilities towards the other with respect to the Contract.

e) The Force Majeure circumstances and events shall include the following events to the
extent that such events or their consequences (it being understood that if a causing
event is within the reasonable control of the affected party, the direct consequences
shall also be deemed to be within such party’s reasonable control) satisfy the
appropriate definition as per this agreement. Without limitation to the generality of
the foregoing, Force Majeure Event shall include the following classes of events and
circumstances and their effects:

i. Natural events (“Natural Events”) to the extent they satisfy the foregoing
requirements including:
1. Any material effect on the natural elements, including lightning, fire,
earthquake, cyclone, flood, storm, tornado, or typhoon.
2. Explosion or chemical contamination (other than resulting from an act of
war).
3. Epidemic such as plague.
4. Any event or circumstance of a nature analogous to any of the foregoing.

ii. Other Events (Political Events) to the extent that they satisfy the fore going
requirements including:
1. Act of war (whether declared or undeclared), invasion, armed conflict or
act of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil
commotion, act of terrorism or sabotage.
2. Any act of Government
3. Strikes, work to rules, go-slows that are either widespread, nation-wide, or
state- wide and are of political nature.
4. Any event or circumstance of a nature analogous to any of the fore going.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 21 of 37
16. Right to terminate the process

MPSEDC, reserves the right to accept or reject any tender offer, and to annul the tendering
process and reject all tenders at any time prior to award of contract, without thereby
incurring any liability to the affected vendor(s) or any obligation to inform the affected
vendor(s) of the grounds for such action.

MPSEDC makes no commitments, explicit or implicit, that this process will result in a
business transaction with anyone. Further, this Tender does not constitute an offer by
MPSEDC. The bidder’s participation in this process may result in MPSEDC selecting the
bidder to engage in further discussions and negotiations.

17. Limitation of Liability

The maximum aggregate liability of contractor shall not exceed the total contract value in
case warranty period is not completed.

18. Withdrawal, Substitution, and Modification of Proposal


i. The bidder may modify, substitute or withdraw proposal after its submission, prior to
the last date prescribed for submission of proposals.

ii. No proposal will be modified or substituted subsequent to the last date for submission of
proposal.

iii. No proposal may be withdrawn in the interval between the last date for submission of
proposals and the expiration of the period of proposal validity.

iv. Bidder needs to follow the MP Tender portal processes during withdrawal, substitution,
and modification of proposal.

19. General Conditions

a) The rate quoted shall be valid and operative for work orders as issued by MPSEDC. It
is binding on to the successful bidder to execute the job entrusted to him/them by
MPSEDC at a place, date and time, decided by MPSEDC at the rate quoted by the
bidder(s) and accepted by MPSEDC.

b) The successful bidder must establish the services as required immediate or as


agreed after issue of work order.

c) The successful bidder shall bear the expenses regarding supply of all deliveries of
deliverables.

d) The successful bidder will appoint a person to be the nodal/relationship officer for
coordinating with MPSEDC. The person identified must be always available over
phone.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 22 of 37
e) The successful bidder shall not under any circumstances revise the rates already
quoted and approved. Any request for an increase in the rates will not be
entertained under any circumstances during the contract period.

f) The successful bidder shall execute the whole work in strict accordance with
guidelines of MPSEDC.

g) MPSEDC shall have power to make any alterations in or additions to the original
specifications/Scope of work. The successful bidder shall be bound to carry out the
work in accordance with any instructions in this connection, which may be given to
him/them by MPSEDC. Such alterations shall not invalidate the contract, and any
additional work which the successful bidder may be directed to do in the manner
specified above as part of the work shall be carried out by the successful bidder on
the same conditions in all respects on which he agreed to do the main work and at
the same rates as specified by him in the tender for the main work.

h) The duration/validity of this tender will be from the date of issue till the expiry of
contract or extended contract if any. However, MPSEDC has the right to extend or
reduce the duration as per the requirement.

i) In case the performance of the vendor is not found satisfactory, the order is liable to
be terminated by giving 30-days’ notice.

20. Process of Empanelment


a) The bidder who is selected as the best bidder as per the Least Cost criteria would be
declared L1 and will be eligible for empanelment. The Total Cost of Financial bid shall be
evaluated for this purpose.
b) In case of two or more bidders quoting the same value, bidder having higher average
annual turnover as calculated per Pre-Qualification clause shall be preferred.
c) Once L1 bidder is ascertained as above, other remaining bidders shall be given the option
to match L1 rates. This shall be irrespective of the rates higher or lower quoted by the
other bidders with respect to different types of SSL.
d) MPSeDC may empanel maximum up to three (3) bidders (including L1), those who agree
to match their rates as L1 rates. The option to match L1 rates will be given in sequence to
bidders as L2, L3… so on till 3 successful bidders get empanelled at L1 rates. For this
purpose, the Least Cost ranking would be followed to decide on the bidders sequencing.
e) L1 bidder is termed as Agency 1, L2 & L3 bidders empanelling at Agency 1 rates would be
termed as Agency 2 & Agency 3 for further reference.
f) In exceptional situation, at the discretion of MD MPSeDC, MPSeDC may consider
empanelling more than three (3) vendors at L1 rates.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 23 of 37
g) All empanelled bidders will sign an agreement with MPSeDC and shall work in accordance
with the scope of work mentioned in this RFP.
h) The bidder who fails to match the L1 rates above shall have the EMD refunded.
i) At any point in time, if any of the empanelled vendor opts out or is terminated by MPSeDC
as per the clauses of RFP, at the discretion of MD MPSeDC, MPSeDC may offer in sequence
to the other technically qualified bidders to get themselves empanelled with MPSeDC at L1
rates.

21. Allotment of work within Empaneled Agencies


21.1 Three Agencies
a) The Agency 1 with least cost, whose rates were applied to all empanelled agencies, shall
have the first right of providing SSL as per the requirements. Hence, 60% of the annual
requirements of SSL will be given to Agency 1.
b) The remaining 40% of the demand will be equally distributed between L2 and L3 bidders.

Empanelment of Three Bidders


L1 L2 L3
60% 20% 20%

21.2 Two Agencies


In case of two agencies the allotment would be as per the following table.

L1 L2
60% 40%

21.3 Single Agency


In case of single agency the allotment would be as per the following table.

L1
100%

22. Duration of rate Contract


Contract for empanelment will be signed with the successful agency initially for a period of 2
(Two) years. The Contract can be further extended by one (1) year on yearly basis, on same
terms and conditions as specified in bid documents as per mutual consent.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 24 of 37
23. Eligibility / Qualification Criteria

The bidders interested in bidding for the tender should meet the minimum eligibility criteria as
mentioned below:

S.N. Basic Requirement Specific Requirements Documents to be Provided

Legal Entity The Bidder must be a legal Certificate of Incorporation/


1. registered entity in India since last registration certificate / any
three years as on the date of bid other legal document.
submission.

Consortiums or Joint Ventures are


not allowed.
Bidder’s Turnover Average Annual Turnover of the Audited financial statement
2. bidder from IT/ITeS for three and CA certificates along with
financial years i.e. 2018-19, 2019- UDIN clearly indicating the
20, 2020-21 should be at least INR relevant turnover.
50 Lakh.
Experience of The bidder should have experience Copy of work order / Purchase
3. Similar Assignments of supply & installation of minimum order along with completion
50 SSL (cumulative) from starting of certificate from client clearly
financial year 2018-19 till the date indicating the number of
of bid submission. supply and installation.

Not being blacklisted The bidder should not be blacklisted The bidder on bidder’s
4. by any State Government, Central letterhead should submit an
Government as on the date of Bid undertaking to this effect.
Submission.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 25 of 37
24. Scope of Work
24.1 Details of work

a. The scope of work covers Supply, Assist in Installation, Activation and Maintenance
of SSL with required bit encryption and/ or key size as applicable, following IT Act
and other Guidelines of Government of India in this regard.
b. The Electronic Delivery is also acceptable.
c. The Items are to be supplied and installed / activated at State IT Centre, 47 A, Arera
Hills, Bhopal, M.P. or at client location.
d. All Maintenance should be for 24 x 7 support. Remote assistance is also acceptable.
e. The bidder has to coordinate with the requisition Dept. / Composite team for
resolution of issues, whenever required as per SLA.
f. The tentative quantity of SSL is around 300 per year at present which may be
any combination of different products and types such as product 1 type 1 only,
product 2 type 2 only, product 3 only or any combination of products and types.

S. No. Product Type

Regular
Get HTTPS and Secure Pad Lock for Single Domain.
Domain
Validation Wildcard
1.
Get HTTPS and Secure Pad Lock for Domain and all its
subdomains

Regular
Get HTTPS , Secure Pad Lock and Organization Validation
Organization for Single Domain
Validation
2.
Wildcard
Get HTTPS , Secure Pad Lock and Organization Validation
for Domain and all its subdomain

Regular
Get HTTPS, Secure Pad Lock along with Organization Name
3. Extended and Country Code for the domain
Validation

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 26 of 37
25. Project Deliverables, Milestones & Time Schedule
S.N. Project Activity/ Scope Proof of Deliverables Timelines
of Work (Reports/ Docs. /
Infra.)
Completion of Activity as Delivery Challan or System 10 days from the date of
mentioned in scope of Generated Receipt for ordered issuance of work order
1. work section items

26. Payment Terms and Schedule

Payments to the bidder/authorised partner, after successful completion of the target milestones
(including specified project deliverables), would be made as under: -

S.N. Milestone Proof of Deliverable Payment


1. Completion of (a) System Generated Receipt for 100 % of total work order
Activity as per scope ordered items value
of work or
(b) Invoices

Along with
Consent from the concerned Dept.
/ Govt. Entity

2. Duration of contract Satisfactory performance Return of Performance


report/comment by OIC/Nodal Security on satisfactory
Officer performance
report/comment by
OIC/Nodal Officer.

a) The selected bidder/ bidder’s request for payment shall be made to the purchaser
in writing, accompanied by invoices / System Generated Receipt for ordered items
describing, as appropriate, the goods delivered and related services performed, and by the
required documents submitted pursuant to general conditions of the contract and upon
fulfilment of all the obligations stipulated in the Contract.
b) Due payments shall be made promptly by the purchaser, after submission of an invoice or
request for payment by the supplier/ selected bidder/authorised partner, and the
purchaser has accepted it.
c) The currency or currencies in which payments shall be made to the supplier/ selected
bidder under this Contract shall be Indian Rupees (INR) only.
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 27 of 37
d) All remittance charges will be borne by the supplier/ selected bidder/authorised partner.
e) In case of disputed items, the disputed amount shall be withheld and will be paid only
after settlement of the dispute.
f) Payment in case of those goods which need testing shall be made only when such tests
have been carried out, test results received conforming to the prescribed specification.
g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this bidding document, will be deducted from the payments for the
respective milestones.
h) Taxes, as applicable, will be deducted/ paid, as per the prevalent rules and regulations.
27. Service Levels & Penalties
27.1 Service level requirements

Service level plays an important role in defining the Quality of Services (QoS). The prime
objective of service levels is to ensure high quality of services from selected
bidder/authorized partner, in an efficient manner to the identified users under this
procurement.
The service level shall be tracked on a periodic basis and have penalty clauses on non-
adherence to any of them. The Bidder shall submit reports on all the service levels to the
Purchaser in accordance with the specified formats and reporting periods and provide
clarification, if required. The service levels defined below provide for target level of
services required, measurements thereof and associated penalties.

S.N. Measurement Service Level Penalty


Parameter
1. Time taken for Within 48 hours of lodging No penalty
attending the issue the complaint
2. Time taken for After 48 hours of lodging 1% of SSL cost per
attending the issue the complaint 24 hours for that
SSL

1. In case the supplier fails to rectify the defect(s) within 10 calendar days, it may be
considered as breach of contract.
2. Further, in case the fault is not resolved within 48 hours or lodging the complaint three
times in a year, it may be considered as breach of contract.
3. Maximum applicable penalty shall be 10% of cost of that SSL.
4. If in any year the total value of penalty is more than 10% of the total value of the invoice
raised in that year, the contract of the agency may be terminated and the Performance
Bank guarantee may be forfeited. Duration of year will be calculated as 365 days from the
date of signing of the agreement.
Empanelment of Agencies for Supply and Activation of SSL Certificates
Page 28 of 37
Annexure: 1 - Technical Proposal Formats
(To be included in Proposal Submission)
Covering letter for Proposal Submission (Letter on the bidder’s Letterhead)

To,
Chief General Manager
MPSEDC Ltd., State IT Centre,
47-A, Arera Hills, Bhopal

Sub: Submission of Proposal

Ref: Tender for ………………………………. (Tender No. - MPSEDC/……………………..…………….)


Dear Sir / Madam,
Having examined the tender, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to work on service area as per scope of work, as required and outlined in
the Tender. We attach here to our responses to your requirements.

We confirm that the information contained in these responses or any part thereof, including
the exhibits, and other documents and instruments delivered or to be delivered to MPSEDC
is true, accurate, verifiable and complete. This response includes all information necessary
to ensure that the statements there in do not in completely or in part mislead MPSEDC in its
short-listing process.

We fully understand and agree to comply that on verification, if any of the information
provided here is found to be misleading the selection process, we are liable to be dismissed
from the selection process or termination of the contract during the project, if selected to do
so.

We agree for unconditional acceptance of all the terms and conditions set out in the tender
document.

We hereby confirm that:


1. We have deposited all applicable fee and charges.
2. We have successfully executed orders of similar nature and we have sufficient
experience and financial strength in handling orders of this value.
3. We have sufficient qualified manpower and necessary materials and sales support to
execute the order efficiently in the specified time schedule.
4. The quoted rates shall be valid for Minimum 90 days from the due date of submission
of proposal as mentioned in this TENDER or the subsequent corrigendum (if any).
5. We further confirm that all chapters of the tender documents have been read,
understood and signed and there is no deviation/discrepancy.
6. We agree that you are not bound to accept any tender response you may receive. We
also agree that you reserve the right in absolute sense to reject all or any of the
products/ services specified in the tender response.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 29 of 37
1. Particulars of Bidder’s Organization:

S.N. Particulars Details (To be filled by


the bidder)

1. EMD submission amount and details of


submission
2. Name of the company
3. Bhopal (Regional) official address if any
4. Phone No. and Email Address.
5. Corporate Headquarters Address
6. Phone No. and Email address
7. Web Site Address
8. Details of Company’s Registration (Please
enclose copy of the company registration
document)
9. Name of Registration Authority
10. Registration Number and Year of Registration
11. GST registration No.
12. Permanent Account Number (PAN)
1 List of Major Clients and the size of orders for
same nature of work

Note: Separate sheets may be attached wherever necessary.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 30 of 37
2. Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact


Name
Title
Company
Address
Phone
Mobile
email

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 31 of 37
Annexure: 2 - Checklist for Pre-Qualification Criteria Compliance

SN Basic Specific Requirements Documents Compliance Ref. Pg. No.


Requirement Required (Yes/No) of
Document
submitted
by Bidder
1 Legal Entity The Bidder must be a Certificate of
legal registered entity Incorporation/
in India since last registration
three years as on the certificate / any
date of bid other legal
submission. document.

Consortiums or Joint
Ventures are not
allowed.
2 Bidder’s Average Annual Audited financial
Turnover Turnover of the statement and CA
bidder from IT/ITeS certificates
for last three financial (format as per
years i.e. 2018-19, Annexure) along
2019-20, 2020-21 with UDIN clearly
should be at least INR indicating the
50 Lakh ) relevant turnover.

3 Experience The bidder should Copy of work


of have supplied during order / Purchase
Similar the last three years order along with
Assignment (a) Minimum 240 SSL completion
s certificates in single/ certificate from
multiple orders to client clearly
Govt. /private. indicating the
(b) number of supply
and installation.
4 Not being The bidder should not The bidder on
blacklisted be blacklisted by any bidder’s
State Government, letterhead should
Central Government submit an
as on the date of Bid undertaking to
Submission. this effect.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 32 of 37
Annexure: 3 - Authorization Letter on OEM Letter-head
Dated:…………………

To,
Chief General Manager
MPSEDC Ltd., State IT Centre,
47-A, Arera Hills, Bhopal

Ref: Tender for …………………….... (Tender No. - MPSEDC/……………………)


Dear Sir / Madam,

We __________ who are established and reputed Manufacturers/ Resellers / Partners / Suppliers
/OEM of__________ having Head Office at __________(Address of the Head Office / factory) do hereby
authorize M/s __________ (Name & Address of agent) to submit a bid, and subsequently negotiate
and sign the contract with you against the above tender.

We hereby extend our full support and also in meeting any obligations by providing necessary
support in time for the goods & services offered by the above firm against this tender, as per
standard as well as MPSEDC terms.

Yours faithfully

(Name)
(Name of the Manufacturer / Retailer/OEM)

Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent and having a power of attorney to bind the Manufacturer. The
bidder in its bid should include it.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 33 of 37
Annexure: 4 – Not being blacklisted
Self-declaration for not being blacklisted by any Government Entity
(Letter on the bidder’s Letterhead)
To,
Chief General Manager
MPSEDC Ltd., State IT Centre,
47-A, Arera Hills, Bhopal

Sub: Declaration for not being blacklisted by any Government Entity


Ref: Tender for …………………………………………………..(Tender No. - MPSEDC/……………………)

Dear Sir / Madam,


In response to the above-mentioned tender. I/We, ,as <Designation> of
M/s __-___________________,here by declare that our Company/Firm is having
unblemished past record and is not declared blacklisted or ineligible to participate for
bidding by any State/Central Govt., Semi-government or PSU due to unsatisfactory
performance, breach of general or specific instructions, corrupt / fraudulent or any
other unethical business practices.

Yours Faithfully
[Authorized Signatory]
[Designation]
[Place]
[Date and Time]
[Seal & Sign]
[Business Address]

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 34 of 37
Annexure:5 - Financial Bid
(To be printed on letterhead)
(Please note - This format is only to be submitted in Financial Bid available on MP Tender portal
(www.mptenders.gov.in). No copies of filled financial bid shall be submitted with PQ cum
Technical bid; else the bid shall be rejected.)

Covering Letter for Financial Proposal

To,
Chief General Manager
MPSEDC Ltd., State IT Centre,
47-A, Arera Hills, Bhopal

Sub: Submission of Financial Proposal

Ref: Tender for ……………………………………..(Tender No. - MPSEDC/………….……………………)

Dear Sir / Madam,

Having examined the tender document, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to provide the professional services as required and outlined in
the Tender for supply of SSL to be deployed at State Data Centre (MPSDC).

We attach hereto our responses to financial proposals as required by the Tender. We


confirm that the information contained in these responses or any part thereof, including
the exhibits, and other documents and instruments delivered or to be delivered to MPSEDC
is true, accurate, verifiable, and complete. This response includes all information necessary
to ensure that the statements therein do not in whole or in part mislead the MPSEDC in its
short-listing process.

We fully understand and agree to comply that on verification, if any of the information
provided here is found to be misleading the selection process, we are liable to be dismissed
from the selection process or termination of the contract during the project, if selected to
do so.

We agree for unconditional acceptance of all the terms and conditions set out in the Tender
document and also agree to abide by this tender response for the period of validity of
Tender from the date fixed for bid opening.

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 35 of 37
We agree that you are not bound to accept any tender response you may receive. We also
agree that you reserve the right in absolute sense to reject all or any of the products/
services specified in the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/
firm/organization and empowered to sign this document as well as such other documents,
which may be required in this connection.

Thanking you,
Yours Faithfully

[Authorized Signatory]
[Designation]
[Place]
[Date and Time]
[Seal & Sign]
[Business Address]

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 36 of 37
Financial Proposal

S. Name of the Type Duration Qty. Unit Rate Cost


No. Item Excluding GST
(In Rs.)
1 2 3 4 5 6 7=(5*6)
Regular One Year 50
Get HTTPS and Secure
Pad Lock for Single
Domain
1 Domain Wildcard One Year 50
Validation Get HTTPS and Secure
Pad Lock for Domain
and all its subdomains

Regular One Year 50


Get HTTPS and Secure
Pad Lock for Single
Domain
2 Organization Wildcard One Year 50
Validation Get HTTPS and Secure
Pad Lock for Domain
and all its subdomains

3 Extended Regular One Year 50


Validation Get HTTPS and Secure
Pad Lock for Single
Domain
4 Total Cost of
Column” 7” (In
Figures)
5 Total Cost of
Column” 7” (in
Words)

Terms & Conditions:


1. Financial Proposal to be submitted via e-Tender Portal only.
2. The amount quoted above is inclusive of all charges and taxes except GST, which shall be
payable extra at prevailing rates.
3. The quantities mentioned above are for calculation purpose only. The actual quantity for each
row will be different.
4. Price shall remain fixed for entire period of Agreement.
5. Amount shall be quoted in figures as well as in words. If any difference in figures and words is
found, the lower of the two shall be taken as valid and correct rate.
6. The quoted components must be supplied with validity & support (24x7x365).
7. The quantities are tentative and for the calculation purpose only.
8. The Total Cost shall be evaluated for financial bid.

******************************End of Document *********************************

Empanelment of Agencies for Supply and Activation of SSL Certificates


Page 37 of 37

You might also like