You are on page 1of 11

KSFE TENDER for Managed Services Provider

Tender ID : IT/14061/23/01
Pre-Bid Queries & Responses
RFP
Company Sr
Page RFP Clause RFP Verbatim Bidder Request/Queries KSFE Response
Name No.
Ref
Pre-qualification, The bidder must have minimum Our Financial Audit is still in process The clause modified as : The bidder
Point-3 average turnover of 40 Crores in the for FY 22-23 & it will be done must have minimum average turnover
last three (3) Financial Years (2020- before ITR filing due date. We of 40 crores in the last three (3)
2021, 2021-22, 2022-23). request you to please confirm if we Financial Years (2020-21, 2021-22, 2022-
can submit the Provisional 23). In the case of those whose
Statements for FY 22-23. statements are not yet ready for 2022-
23, provisional financial statement for
CloudStrats 1 10 2022-23 along with Audited financial
statements for previous 3 years (2019-
20, 2020-21, 2021-2022) is to be
submitted. The minimum turnover
criteria of 40Crores will then be
applicable for 2019-20 also.

Pre-qualification, Bidder should have minimum 5 We request you to please also Since KSFE workloads are already on
Point-6 purchase order in the last 3 financial consider the other CSP's Cloud AWS to maintain compatiability AWS
years (2020-21, 2021-22 and 2022- expereince & not only AWS Cloud cloud experience only matters to us for
CloudStrats 2 10 23) comprising of Managed AWS expereince against this eligibility this bid
Cloud Services to Government
Departments/PSU's in India.
Technical AWS - Work experience/Purchase We request you to please also Since KSFE workloads are already on
Evaluation Orders of MSP: consider the other CSP's Cloud AWS to maintain compatiability AWS
Criteria, Point-6 Two or more Projects each of value expereince & not only AWS Cloud cloud experience only matters to us for
at least ₹ 5 Crores -10 Marks expereince against this eligibility this bid
One Project of value at least ₹ 5
CloudStrats 3 12 Crores – 5 Marks
One or more Projects each having
value between ₹ 2.5 crores – 5crores
– 3 Marks

Technical Bidders experience with Govt We understood that, needs to Experience specific to Cloud services
Evaluation Projects: submit our general (Overall IT required.
Criteria, Point-8 Bidder should have experience in Service & not only Cloud) work
working with customers in Govt of experience in Govt Sectors
India Five Public Sector Customers -
CloudStrats 4 12
15Marks
Three Public Sector Customers – 10
Marks
Two Public Sector Customers – 5
Marks
Experience with Hybrid Cloud We request you to please also Since KSFE workloads are already on
Projects: Bidder should have consider the other CSP's Cloud AWS to maintain compatiability AWS
experience in implementing a Hybrid expereince & not only AWS Cloud cloud experience only matters to us for
Technical
cloud offering of AWS outpost One expereince against this eligibility this bid
CloudStrats 5 13 Evaluation
or more Hybrid cloud offering – 10
Criteria, Point-9
Marks No Hybrid
cloud offering – 0 Marks

Earnest Money Earnest Money Deposit Rs. 50,000/- We request you to please allow the Exemptions are allowed as per G.O
Deposit exemption under MSME/Startup 3/2021/SPD
CloudStrats 6 2
byDIPP for small & Medium
Enterprise
Cost of Tender Cost of Tender Form Rs. 8,850/- We request you to please allow the Exemptions are allowed as per G.O
Form exemption under MSME/Startup 3/2021/SPD
CloudStrats 7 2
byDIPP for small & Medium
Enterprise
we stick on to 200, and if due to non
Do we need to submit with Bid duly
availability of 200, you can use 2 100
Non-Disclosure Annexure - II on stamp paper ? If Yes the request
rupppes or may be 1 500 Rupees
CloudStrats 8 25 Agreement Non-Disclosure Agreement (NDA) you to please amend on to be print
(NDA) (On INR 200 stamp paper) either on Rs. 100 Stamp Paper Or
on Rs. 500 Stamp Paper
No change
Request to Amend the clause as:
The Bidder as a single legal entity,
The Bidder as a single legal entity,
must be registered in India and
must be registered in India and
should have been in operations in
Reliance-Jio 9 10 should have been in operations in
India for a minimum of Five (5)
India for a minimum of Five (5) Two
years by the date of opening of the
(2) years by the date of opening of
bid.
the bid.
The bidder must have minimum Request to Amend the clause as: The clause modified as : The bidder
average turnover of 40 Crores in the The bidder must have minimum must have minimum average turnover
last three (3) Financial Years average turnover of 40 Crores in of 40 crores in the last three (3)
(2020-2021, 2021-22, 2022-23). the last three (3) Financial Years Financial Years (2020-21, 2021-22, 2022-
(2019-2020, 2020-2021, 2021-22, 23). In the case of those whose
2022-23). statements are not yet ready for 2022-
23, provisional financial statement for
Reliance-Jio 10 10 2022-23 along with Audited financial
statements for previous 3 years (2019-
20, 2020-21, 2021-2022) is to be
submitted. The minimum turnover
criteria of 40Crores will then be
applicable for 2019-20 also.

The bidder should be an authorized As the KSFE work loads are already on
Reliance-Jio 11 10 Request to Remove this clause.
partner of the AWS. AWS this bid is issued to expand the
cloud footage so NO CHANGE

Bidder should have minimum 5


Request to Amend the clause as:
purchase order in the last 3 financial
Bidder should have minimum 5
years (2020-21, 2021-22
purchase order in the last 3
Reliance-Jio 12 10 and 2022-23) comprising of Managed No change
financial years (2020-21, 2021-22
AWS Cloud Services to Government
and 2022-23) comprising of
Departments/PSU's in
Managed AWS Cloud Services to
India.
Government Departments/PSU's/
Large Private Organization in India.
Copy of client citations / Work Request to Amend the clause as:
Orders showing all the details sought Copy of client citations / Work
on client letter heads or letter from Orders/ Client Satisfactory letter
bidder signed by senior functionary showing all the details sought on
of the company/ authorized Bid client letter heads or letter from
Reliance-Jio 13 10 signatory showing all the details. bidder signed by senior functionary No change
of the
company / authorized Bid
signatory. showing
all the details.

Request to Amend the clause as:


No of AWS cloud certified
No of AWS cloud certified engineers
Reliance-Jio 14 11 engineers / architects on bidder's To maintain compatibility with the
/ architects on bidder's payroll
payroll existing workloads of KSFE, AWS only is
being considered
Request to Amend the clause as:
The bidder have a registered office in The bidder have a registered office
Reliance-Jio 15 11
Kerala in Kerala India
No change

Request to Amend the clause as:


No of Certified AWS Security - No of Certified AWS Security -
Reliance-Jio 16 11 No change
Specialty engineers Specialty engineers
on bidder's payroll of the proposed on bidder's payroll of the proposed
CSP CSP
Request to Amend the clause as:
Reliance-Jio 17 11 AWS - Work experience/ Purchase AWS - Work experience / Purchase No change
Orders of MSP Orders of MSP
Reliance-Jio 18 11 Partnership Level of MSP of AWS Request to Remove this clause. No change
Request to Amend the clause as:
Bidder should have experience in Bidder should have experience in
Reliance-Jio 19 11 working with customers in Govt of working with customers in Govt
India ofIndia/ Large Private
Organization. No change

Bidder should have experience in


implementing a Hybrid cloud offering
Reliance-Jio 20 11 Request to Remove this clause. No change
of AWS outpost Bidder should have
experience in implementing a Hybrid
cloud offering of AWS outpost
The bidder must have minimum We are requesting you to grant a No change
average turnover of 40 Crores in relaxation for the Turnover as we
the last three (3) Financial Years are an MSME, and we are
Pre-Qualification -
Dataevolve 21 10 (2020-2021, 2021-22, 2022-23). requesting to reduce the average
Sl No. 3
Turnover to Rs. 30 crores Turnover
for the last 3 years.

Bidder should have minimum 5 No change


purchase order in the last 3 Request to add Enterprise along
financial years (2020-21, 2021-22 with Govt Dept. & PSU. -- "Bidder
and 2022-23) comprising of should have minimum 5 purchase
Tata RFPMSP/6 / Managed AWS Cloud Services to order in the last 3 financial years
Communication 22 10 Qualification Government Departments/PSU's in (2020-21, 2021-22 and 2022-23)
s Ltd. criteria / 6/10 India. comprising of
Managed AWS Cloud Services to
Government
Departments/PSU's/Enterprise in
India."
Tata As per RFP we don’t see any DR,
Communication 23 General DR are you willing to consider DR now Later point only
s Ltd. or at later point of time.
This is a mission critical work load and
the stringent SLAs are put to enure
Can the SLA be changed as below.
maximum Up time
Severity Response SLA
Resolution SLA
Tata
Severity-1 15 min 4 Hours
Communication 24 General SLA
Severity-2 60 min 12 Hours
s Ltd.
Severity-3 120 min 48 Hours
Severity-4 (CR) 1 Day 5
Business Days

will share with the successful bidder


Kindly share the VM Data backup
rententation details, like daily
Tata incremental backup for 7 days,
Communication 25 General Backup weekly backup for 4 weeks, and
s Ltd. Monthly backup for 2 Months. VM
snapshot frequency : monthly,
weekly, or daily.

Will Provide Payer account login


Page -4, Section -
access to customer. Customer will
Tata 2 SOW and Sub-
Provide the access to the root use the Payer Login to access the
Communication 26 section 2.1 - No change
account of the AWS account to KSFE. AWS Account. Generally, any MSP
s Ltd. Cloud Services
will not share the root access to
and support
customer.
Tata
BOQ and
Communication 27 RHEL Please share the RHEL OS Version will share with the successful bidder
Annexure 3
s Ltd.
Tata
BOQ and Please share the MY SQL
Communication 28 MY SQL Community Edition will share with the successful bidder
Annexure 3 Community Edition version Details
s Ltd.
Tata
BOQ and Please share the PostgreSQL
Communication 29 PostgreSQL will share with the successful bidder
Annexure 3 Version Details
s Ltd.
Please clarify the purpose of object
Tata BOQ and
storage. Object storage for VM
Communication 30 Annexure 3 and Object Storage 3 TB Application Integration Purposes
backup or application integration
s Ltd. Section No -2.03
purposes
Page -4, Section -
as this is greenfield deployment, if Though its a green field deployment
Tata 2 SOW and Sub- migration of application servers &
there is any migration scope, kindly some data elements have to be
Communication 31 section 2.1 - database servers/storage (if
provide database and capacity. imported/migrated to this cloud
s Ltd. Cloud Services required)
instance
and support
We suggest jurisdiction of courts of This is a State Government directive so
11.3. Applicable Law & Jurisdiction Delhi or Mumbai cannot be changed
The Contract shall be interpreted in
Tata accordance with the laws of the
Communication 32 Clause 11.3 State of Kerala in Union of
s Ltd. India & will be under the jurisdiction
of courts at the Thrissur district
center.
No change
We suggest the following
limitation of liability clause be
added in the RFP:
i) The maximum aggregate liability
of the bidder, with respect to all
claims under the RFP , shall in no
event exceed, the most recent
Tata twelve (12) months of charges
New clause
Communication 33 collected by the bidder pursuant to
addition
s Ltd. the applicable purchase order
giving rise to the liability.
ii. Under no circumstances shall
either Party be liable for any
indirect, consequential or incidental
losses, damages or claims including
loss of profit, loss of business or
revenue.

Tata will share with the successful bidder


Kindly provide all legal terms &
Communication 34 Annexure 1: Format of Agreement
conditions for our review
s Ltd.
Since KSFE workloads are already on
Bidder should have experience in AWS to maintain compatiability AWS
Point 7 - implementing a Hybrid cloud offering Request you to kindly remove this cloud experience only matters to us for
Tata
Technical of AWS outpost clause/modify it to general hybrid this bid
Communication 35
Evaluation / page One or more Hybrid cloud offering – cloud offering not specific to AWS
s Ltd.
13 point 9 10 Marks outpost
No Hybrid cloud offering – 0 Marks
This is a mission critical work load and
Request you to amend the
the stringent SLAs are put to enure
resolution time for Level 1
maximum Up time
Emergency as 6 hours, and Level 2
Point 10 Ticket Resolution time is mentioned
Star One IT High as 12 hours. Rest assured that
36 18 Support as 2 hours for Level 1 Emergency,
Solutions MSP will be accessible at all times
Availability and 4 hours for Level 2 High cases.
and will provide comprehensive
support to ensure seamless
operation of the cloud workloads.

The successful contractor will be The successful contractor will be


required to furnish a Security Deposit required to furnish a Security
3.6 Right to in the form of a Bank Guarantee for Deposit in the form of a Bank
Star One IT
37 8 accept or reject an amount equal to 5% of the quoted Guarantee for an amount equal to No change
Solutions
any or all bids value of the total cost for a period of 2% of the quoted value of the total
42 months with a claim period of cost for a period of 42 months with
further 6 months a claim period of further 6 months
No Change
Monthly/Quarterly Invoice
Monthly/Quarterly Invoice generated
generated against CSP cost based
8.4. Payment against CSP cost based on actual
on actual usage - Monthly against
Star One IT Terms usage - Quarterly in arrears
38 15 the submission of invoice
Solutions Milestone of Monthly/Quarterly Invoice for the
Monthly/Quarterly Invoice for the
payment managed services if any - Quarterly
managed services if any - Quarterly
in arrears
in arrears
The clause modified as : The bidder
must have minimum average turnover
Qualification of 40 crores in the last three (3)
Criteria Financial Years (2020-21, 2021-22, 2022-
The bidder must 23). In the case of those whose
have minimum Qualification Criteria statements are not yet ready for 2022-
average turnover Audited financial statements for last The bidder must have minimum 23, provisional financial statement for
Star One IT
39 10 of 40 Crores in three Financial Years along with CA average turnover of 40 Crores in 2022-23 along with Audited financial
Solutions
the last three (3) certificate clearly specifying turnover the last three (3) Financial Years statements for previous 3 years (2019-
Financial Years (2019-2020,2020-2021, 2021-22). 20, 2020-21, 2021-2022) is to be
(2020-2021, submitted. The minimum turnover
2021-22, 2022- criteria of 40Crores will then be
23). applicable for 2019-20 also.

sd/
Managing Director
Kerala State Financial Enterprises Ltd.

You might also like