You are on page 1of 29

Central Directorate of National Savings

Request for Proposal (RFP)


For

Technical Services required for the management of


ICT, HW&CI and computerized business
operations/Solution through well-organized Managed
Services by a well reputed IT firm for the entire IT
setup of CDNS across Pakistan
(Branch/Site IT Support)

Government of Pakistan
Ministry of Finance
www.savings.gov.pk

November 2017

1
(SAY NO TO CORRUPTION)
TENDER NOTICE

1. Sealed tenders are invited by Central Directorate of National Savings (CDNS)


from well reputed IT firms/companies registered with Taxation Authorities and having
their own well established offices and supervisory structure for provisioning of
managed services regarding ICT, HW&CI and requisite IT experts for sustainable
computerized business operations/solution available and running at different sites (222
National Savings Centres) across Pakistan and its Data Centre, Islamabad.
2. The detailed Request for Proposal (RFP) which would be integral part of this
Tender may be obtained from undersigned during office hours or can be downloaded
from www.savings.gov.pk and www.ppra.org.pk.
3. The Procurement Method as per PPRA Rule 36(b) [Single stage-Two Envelope
Procedure] will be observed for this tender. The bids along with supporting documents
in sealed separate envelopes (one for Technical bid & other for financial bid) must
reach at this Directorate latest by 13-December-2017 up to 11:30 a.m. The
envelopes/bids should be addressed to the undersigned. Bids will be opened on the
same day at 12:00 Noon at Central Directorate of National Savings (CDNS), 23-
N, Civic Centre, G-6 Markaz, Islamabad in the presence of the bidders or their
representatives who wish to attend the proceedings.
4. There will be presentation about CDNS existing IT infrastructure and deployed
business application at CDNS sites as a pre-bid demonstration, in order to take on-
board all the prospective bidders who wish to respond to RFP against this Tender to
enable them for preparation of their Technical Bids and Financial aspects in more better
and well aware way to meet the scope of Tender/RFP. The venue will be the same as
mentioned at para-3 above at 11:00 a.m on 04-December-2017. So all the prospective
bidders, in their own interest are advised to attend the demo session.
5. The procuring agency reserves the right to reject any/all or a part of bids
for which reasons may be conveyed if desired in writing. An earnest money/bid bond is
required and acceptable in the shape of a Bank Draft/Pay Order/Demand Draft/CDR
only, issued from any scheduled bank operating in Pakistan, of rupees one hundred
thousand (PKR 100,000/-), placed in Technical Bid, in the favour of CDNS,
Islamabad.
6. For any query related to this Tender Notice, please feel free to contact the
undersigned.
Assistant Director (Services)
Ph: 051-9215784

2
1. Description of Work
Central Directorate of National Savings (CDNS), invites proposals/bids (Technical and
Financial) from well reputed Pakistani IT firms/companies who registered in Pakistan
for providing the IT & Managed Services to Banks/ Financial Institutes.

Timelines/Deadlines
• Bids submission deadline: 13-December-2017 at 11:30 AM
• Opening of Technical Bids: 13-December-2017 at 12:00 Noon

2. Scope of Work
The Procuring Agency through this tender intends to hire well reputed company/firm
for provisioning of ICT/HW&CI and Managed Services support for continued,
sustainable and availability of computerized business operations for 222 computerized
National Savings Centers (NSCs/Branches) across Pakistan (List attached) and Data
Center, Islamabad

2.1 IT/Domain experts required at Data Center, Islamabad. (06 to 10


personnel, may be increased/decreased as per requirement of Procuring
agency).

Infrastructure & Operational Support Required at Data Center:


• Support NSCs/branches with application/database issues requiring data
correction
• Troubleshooting of existing application software issues.
• Should be very vigilant in monitoring the application/database performance to
ensure seamless performance/availability of the system for the transactions
being carried out at branches during business hours, besides doing the same
beyond the business hours.
• Managing the setup of applications/Database, deployment of new requirement /
amendments and ensure implementation of revised profit rates of NSS and other
associated matters of the business/database application etc. and give necessary
directions to branches to run the computerized business
• Generate business intelligence Reports/Data from application/database in the
desired format as and when required by the Procuring agency
• Manage, monitor and ensure availability, the access of Application/Database to
all authorized personnel/offices as and when required by the Procuring Agency
• Provide periodic feedback on operational safety, security, bug identification and
IS audit etc.
• Conducting and proper management of application and database periodical
backups, performance tuning and other related tasks of Database administration
and management

3
• Coordinating with concerned venders/service providers (e.g. WAN Connectivity,
HW&CI, Business Application including Database and other allied software etc.)
for timely resolution of any kind of problem under intimation to procuring
agency.
• Manage configuration of Core Network equipment and perform changes as per
change management.
• Ensure monitoring of WAN links is done proficiently using NMS software

2.2 Infrastructure & Operational / IT Support at NSC/Branch Level (222


NSCs)

• Ensuring internet availability, monitoring and troubleshooting wherever and


whenever required
• Intranet/LAN/WAN connectivity monitoring and troubleshooting to ensure the
availability.
• Ensure PCs/Workstations, HW&CI (UPSs, Printers. Scanners, switches,
routers/firewalls etc.) and Generators and everything that required to be in
order for smooth performance of computerized business operations at branches
remains in operational state either by himself or by engaging the respective
vendor/services provider or as the case may be to avoid any disruptions in the
business operations.
• Installation, configuration, and associated support for operating systems,
software applications, drivers, application software i.e. the complete operating
environment including PCs/communication/security devices installed at the
respective branches, besides giving basic level trainings to Branch Staff to
enable them for addressing minor technical issues at their own levels.
• Install, configure, and support utilities for Network and Local operations,
including system level security, application, data access, printing the
daily/periodical reports etc.
• Coordinating with concerned vendors/service providers (e.g. LAN/WAN
Connectivity, HW&CI, deployed Business Application, application software i.e.
browsers, Antivirus, antimalware and other allied software etc.) for timely
resolution of any kind of problem under intimation to procuring agency
• Liaison with the team deployed at Data Center, Islamabad for resolution of day
to day operational issues and for any kind of guidance etc.
• Liaison with the respective RDNS, Zone or CDNS if required.

2.3 Infrastructure & Operational / IT Support at 12 RDNSs (24 Resident


Supervisors)

• The successful service provider would be required to depute 2 (two) Resident


Supervisors well qualified/experienced in the field of Information
Communication Technologies (ICT) at each RDNS for problem identification and
immediate troubleshooting at NSC level under the concerned RDNS besides
performing their other technical duties.

4
S.No Name of Regional Directorate of No. of Resident
National Savings (RDNS) Supervisors
1 Peshawar 2
2 Abbotabad 2
3 Islamabad 2
4 Gujranwala 2
5 Faisalabad 2
6 Lahore 2
7 Multan 2
8 Bahawalpur 2
9 Sukkur 2
10 Hyderabad 2
11 Karachi 2
12 Quetta 2

2.4 Establishment of Help Desk/Support Desk (HD/SD)

• The selected service provider would be required to establish a well-


equipped and technology driven Help Desk/ Support Desk for providing
technical help, guidance, support, complaint logging/handling
communicated by the support staff of the service provider (providing
technical services across Pakistan) or from the authorized staff of
Procuring Agency
• HD/SD is supposed to coordinate with all active vendors/ service providers
of CDNS for early resolution of the problem (if reported) with quarter
concerned (vendor/Party/service provider concerned etc.)
• The service provider may consult or seek guidance from the respective
RDNS/Zonal Office for any matter related to keep the computerized
operations at branches available. For Data Center Matter, CDNS may be
consulted if required.
• Issues of end user/ NSCs level/Data Center Level would be raised (by any
authorized person) through email/telephone/ Whatsapp/SMS or by any
other reliable means, which should be taken up immediately besides
initiating the remedial measures, and should be resolved without any loss
of time in a manner to minimum possible disruption of computerized
financial business operations. Within the normal control/reach of the
selected service provider, the rectification time should not be more than
2-3 hours otherwise penalty shall be imposed as explained in upcoming
sections of this RFP.
• Management/ proper implementation of warranty and service level
agreements (SLAs) of equipment/ software of CDNS (already signed by
CDNS with different vendors) at NSC level as well as Data Center level
shall be the responsibility of the selected service provider/vendor.
• Complaint Logging and settlement/pendency report should be shared with
respective RDNS/Zonal Office/CDNS whichever is applicable both in soft
and hard format, periodically

5
The contract initially will be for the period of One (1) year extendable for further Two
(2) years. However, it may be noted that the Procuring Agency reserves the right to
terminate the entire agreement or any part (i.e. specific service like services at Data
center, at NSCs etc.) of agreement by giving one month advance notice to the selected
vendor.

3. Criteria for Technical Evaluation


For Technical Evaluation of IT firm the following criteria shall be applied. For this
purpose firm shall submit documentary proof along with the Technical Bid in shape of
sections/chapters etc. in an organized manner and as per requirement /format
mentioned in this RFP. Non-submission of the same and/or not conforming to any of
these parameters may lead to poor technical marking during technical evaluation and
no claim for poor marking from the bidder shall be entertain. Hence false or wrong
information if share may lead to disqualification of bidding firm from the tendering
process. Parameters for technical evaluation are described in below mentioned table for
convenience of the bidders.

S# Technical Evaluation
A Experience:
(1) Number of years, since inception of business operations as
registered IT firm/company.
(2) Number of years for doing similar nature of work as mentioned in
this RFP
(Relevant copy of certificate must be attached)
B Clientele & Coverage:
No. of the clients
• Bank
• Financial institution
• Other Clients
Please provide the detail of clients, locations, nature of service, and contact
detail of relevant person.
C a) Human Resource:
Number of IT Professional with their area of expertise (Domain Experts) on
company`s payroll (attach last month payroll along with their CVs)
b) Offices
mention Number of offices in Pakistan along with addresses &
Telephone numbers

D No. of Projects in hand with Nature, Size/location, and worth etc.


E Support Plan
The company/ firm should provide a most comprehensive, responsive and
technology driven support plan to provide the Help Desk Services. The firm
should mention the methodology and mechanism for complaint logging,
response, tracking and resolving of the same in form of chapters/ sections
having support strategy and mechanism for effective communication with
other stakeholders. (submit related documents)

F Annual Turnover: Total business of last 3 years


2016 PKR ....…….. MILLION
2015 PKR ....…….. MILLION
2014 PKR ....…….. MILLION
(Details as per above format must be attached with proper referencing)
6
G Affiliation /Accreditation
Please mention the relationship of relevant bodies like PSEB, P@SHA, IEEE,
TQM, CMM,ISO, IEC 27001 etc.

H Bidder must have existing Team providing similar IT/Branch Support


Services to atleast 2 Financial Institutions in Pakistan.

I Bidder must be providing services in atleast 10 cities of Pakistan


country-wide through their own staff on ground.

Important Note:
a. The required number of resources may be increased or decreased depending
upon the need and requirement of procuring agency time to time.
b. The Procuring Agency reserves the right to accept or reject any or part of bid or
all bids for which the reason may be conveyed if desired.
c. The inspection of offices of successful firm/company may be carried out by the
Procuring Agency, if desired.
d. Poor compliance of any requirements and guidance mentioned in this RFP may
affect the ranking/ marking of Technical Evaluation of bid, therefore it is advised
to prepare Technical bids very carefully otherwise no claim for poor marking
shall be entertained.
e. Each page of bids (Technical & Financial) must be signed and stamped by
authorized officer of IT Firm/bidder.
f. No any document will be accepted after bids submission
timelines/Deadlines.
g. Please provide documentary evidences for above mentioned criteria in Technical
Bid in shape of chapters with proper page marking and proper referencing to
relevant documents/evidences in the summary/title page etc.
h. It may be noted by all participating Bidding Firms that, CDNS, Head Quarter, is
floating this RFP (instead of its Zonal or Regional Offices) due to certain
administrative and lack of Technical Expertise in the field offices for Preparation,
Processing, evaluating and awarding contract for such type of Technical RFP. In
response to this RFP only one Vendor/IT Service Providing firm will be selected
in order to ensure uniformity of technical services required across Pakistan and
to ensure the integrity of the system.
i. The selected bidder have to sign separate agreements with the respective Zonal
Office or Regional Directorate of National Savings (RDNSs) having their
administrative control over the Branches/NSCs to be served by the successful
vendor with the subsequent submission of progress, issues, resolutions,
Performance Bank Guarantees (“PBGs”), invoicing and payment as per the
satisfaction of respective Zonal Office or Regional Offices. The Successful bidder
for the purpose/scope of work mentioned at Article 2.2 and 2.3 above, have to
liaison, coordinate, report and for all other necessary activities (like PBGs
/invoicing/payments/reporting/Technical support etc.) with the respective Zonal
office or Regional Office. This decentralization of work/job is mandatory for the
7
proper/effective and timely performance monitoring, reporting of issues and
associated resolution of the same by the service provider as per the satisfaction
of the concerned Zonal office or Regional Office.
j. However for the purpose/scope of work mentioned at Article 2.1 above, the
successful bidder have to do all the things/activities as mentioned in above
Article (i) of “Important Note” with the CDNS Head Quarter Office. Like signing
of agreement, submission of (PBG”), liaison, coordinate, report and for all other
necessary activities (like invoicing/payments/reporting) with the CDNS HQ
related to management and upkeep of Data Center, Islamabad.
k. For the purpose/scope of work mentioned at Article 2.4 above, the successful
bidder have to establish well equipped and technology driven Help Desk/Support
Desk (HD/SD) at reliable single place/city or at multiple places/cities, as
mutually agreed between the successful bidder and the procuring agency just to
ensure the effective, responsive and mission critical support/help from the desk
besides proper log management, time management, support management etc.
l. Prospective bidders may please note that in providing Technical support and
services across the country, in performing their duties like management of
hardware, the spare parts for replacement of bad parts should be provided by
the procuring agency. The successful bidder is supposed to extend its maximum
Technical expertise, support and services and close coordination among all the
stakeholders etc.
m. Relative marking will be observed for Evaluation Criteria.

4 Implementation & Payment Schedule


4.1 Issuance of letter of acceptance to successful bidder as per PPRA Rules.
4.2 Signing of Agreement/contract within 15 days after the acknowledgement
of letter of acceptance.
4.3 A penalty for delay in deployment of required human resource at Data
Centre or RDNS within the stipulated/agreed time will be imposed 5% per
day of monthly salary/cost quoted by the firm for that particular human
resource.
4.4 In case of delay in providing service beyond the agreed SLA (that would
be the obligation of the selected vendor), which may hamper or may
cause unavailability of the system etc., the Branch/Site/Zonal
Office/RDNS/CDNS concerned would be at liberty to get it fixed from open
market (keeping in view the time criticalness and sanctity of financial
business) at the total cost and risk of the selected service provider for
which the selected firm shall be responsible to pay the bill received from
open market and for that particular service/job , No claim of payment to
vendor shall be entertained by the procuring agency. However, procuring

8
agency reserve the right to impose the penalty as well that may be up to
2% per month for contract value or cost of resolving any particular
problem as deemed fit by procuring agency.

4.5 Submission of un-conditional and irrevocable Performance Bank


Guarantee (“PBG”) equal to 5% (Five Percent) of total contract price
(for the contract price of each agreement to be signed with RDNSs/Zonal
offices and with CDNS), valid for one year (extendable for further two
years) from the date of deployment of resource/provisioning of desired
services and subsequent resubmission/renewal for each extended year as
the case may be. The (“PBG”) shall be submitted on or before raising
invoices in shape of CDR only in the name of concerned office i.e. Zonal
Office or RDNS or CDNS as the case may be.
4.6 Submission of invoices (along with related documents if any) against
satisfactory performance of resource and satisfactory provision of required
services, on quarterly basis or as finally agreed in the signed agreement
with the successful service provider/vendor.
4.7 Payment will made monthly basis against satisfactory performance of
resources/services.
4.8 Release of (“PBG”) after successful completion of contract period or
forfeiture of (“PBG”) on poor Performance and/or blacklisting of firm as
the case may be.

5. Format for Technical Proposals


In addition to the format given as Annexure-A, the technical proposal should be
comprehensively prepared, presented and structured in the form of chapters to
include, but not necessarily be limited to, the following information. Support material
should not be part of the main proposal but should be placed in annexures.
Note: During the technical evaluation a bidder or all bidders may be called for detail
technical presentation/clarification, if desired by the procuring agency.

5.1 General
The bidders should provide the following:
• Name of the participating company/agency.

9
• Number of years of incorporation of the participating company/agency.
• Value, Size and Nature of contracts in hand and contracts completed, in
tabular form as mentioned below in article 5.3

LATE BIDS:-Any bid received, after the deadline for submission of bids, will be
rejected and/or returned unopened to the Bidder/its postal address whichever the
case may be.

5.2 Financial Capabilities


The bidder shall describe the financial position/strength/soundness of its company.
Business Statement for (at least) last 3 years should be included in the Technical
proposal. Additionally, the bidder shall provide information (including financial value
of contracts) on any major contract that have been awarded to them or their business
partners or equity holders, where it is felt that this would be beneficial in supporting
their response to this RFP. The National Tax Numbers and Sales Tax Registration
Numbers of the company should also be indicated (Photo copies of concerned
documents should be attached with technical proposal).

5.3 Relevant Experience


Bidder should have relevant experience of such work with Banks/ Financial Institutions
/Government / Semi Government / Autonomous or Financial Sector Organization.
Bidder should provide the details of experience in similar contracts according to the
following format. Photocopies of proofs of such work may also be attached.
S. No. Nature of Value of Size of Contract (e.g. No. Name of the Customer
Contract Brief Contract of IT resource deployed with Contact person &
/ services delivered etc.) Contact Details

5.4 Staff assigned to the Contract


Bidder must have adequate IT Resource, Supervisor and relevant professionals
(Professionals of Databases, Networks & Communication, Hardware engineers[HW&CI],
Software Engineers, HW/SW Technicians etc. capable of working in centralized
architecture for mission & time critical environment as required by any organization
doing real time financial business) on their pay role, working for bidder at least since
one year to fulfil the requirement of procuring agency as mentioned in the tender/RFP
and any additional requirement in compliance to the scope and terms & conditions

10
mentioned in the RFP to perform the job with entire satisfaction of procuring agency in
a standardized way with due professionalism.
List of IT Resource, Supervisor(s) and relevant professional on the pay roll of the
company their names, qualification, training, previous service and roles should be
provided in proper format. Particular focus should be given on core skills set required
for the ICT & managed services to fulfil the purpose of publishing this RFP.

5.4.1 No Erasers or Alterations


Techno-commercial details must be filled up completely. If any shortcoming(s)
/discrepancy (ies) is/are found in the documents/parameters mentioned in the
eligibility criteria of any Firm/Company during the evaluation stage, the Firm/Company
will not be considered for empanelment/contract.

5.5. Right to alter quantities & repeat order


The procuring agency will be free to either reduce or increase the number of resources
to be deployed (as mentioned earlier in articles 2.1 & 2.3above) or services required on
the same terms and conditions during the contract period as PPRA Rules. During the
contract period, if the procuring agency placed/issues new work order for deployment
of resources or for the services, maximum time for the same would be not be more
than two weeks or the order will be cancelled.

6 General Terms & Conditions

6.1 Earnest Money/Bid Bond


An earnest money/bid bond is required and acceptable in the shape of a Bank
Draft/Pay Order/Demand Draft/ Banker’s cheque/CDR only, issued from any scheduled
bank operating in Pakistan, of rupees one hundred thousand (PKR 100,000/-), in the
favour of Central Directorate of National Savings (CDNS), Islamabad. The Bid Bond
must be submitted with the SEALED TECHNICAL PROPOSAL, without which
the proposal shall not be entertained/ accepted.

6.2 Validity of proposal


All proposal/bids and prices shall remain valid for a period of at least 150 days from
the closing date of the submission of the proposal/bids.

11
6.3 Performance Bank Guarantee. (“PBG”)
The successful vendor shall be required to submit an un-conditional and irrevocable
(“PBG”), a sum equivalent to 05% (Five Percent) the total contract value (for the
contract price of each agreement to be signed with Zonal office or Regional office and
with CDNS), valid for one year (extendable for further two years) from the date of
deployment of resource and subsequent resubmission/renewal for each extended year
if so. The (“PBG”) shall be submitted on or before raising invoices. This (“PBG”) shall
be issued by any scheduled bank operating in Pakistan in shape of CDR and the value
for the outstanding deliverables of the contract will remain valid until the final and
formal termination of Contract by Procuring Agency. The Procuring Agency may forfeit
the (“PBG”) if the bidder`s performance found to be poor or bidder breaches any of its
obligations under the contract agreement or published RFP besides black listing the
Service Provider/ Company or any other action taken under the law or all or waive off
all or partially based on sound justification that may be beyond its normal control,
provided by the vendor and up to the satisfaction of procuring agency but the decision
in this regard would be the sole discretion of the procuring agency and in no way, the
vendor may consider it as its Right.

6.4 Currency
All currency in the proposal shall be quoted in Pak Rupees (PKR) only otherwise bids
would be rejected.

6.5 Withholding Tax, Sales Tax and other Taxes/Levies


The bidder is hereby informed that the Government shall deduct tax/duties at the rate
prescribed under the tax laws of Pakistan, from all payments for services rendered
purchase/supply by any bidder who signs the contract with the Government. The
bidder will be responsible for payment of all taxes/duties on transactions and/or
income, which may be levied by government from time to time.

6.6 Contracting (Signing of Agreement)


The selected vendor will submit Contract, for which draft may be obtained from
procuring agency, within Twenty (20) days of issuance of work Order/letter of
acceptance.

6.7 Governing Law


This RFP and any contract executed pursuant to this tender shall be governed by and
construed in accordance with the laws of Islamic Republic of Pakistan. The Government

12
of Pakistan and all bidders responding to this RFP and parties to any contract executed
pursuant to this RFP shall submit to the exclusive jurisdiction to:
Courts at Karachi (for issues pertaining to RDNSs Karachi and Hyderabad)
Courts at Quetta (for issues pertaining to RDNS Quetta)
Courts at Multan (for issues pertaining to RDNSs Multan, Bahawalpur and Sukkur)
Courts at Lahore (for issues pertaining to RDNSs Lahore, Gujranwala and Faisalabad)
Courts at Islamabad (for issues pertaining to RDNS Islamabad and CDNS HQ)
Courts at Peshawar (for issues pertaining to RDNSs Peshawar, Abbottabad).

6.8 Acceptance Criteria


As per PPRA Rule 36(b) - Single Stage-Two envelopes bidding procedure, the proposals
will be evaluated technically first. 42 out of 70 marks are the qualifying marks.
Financial bids of only qualified bidders will be opened. The distribution of 100 marks
and formulae of financial bids evaluations will be as follows.
Technical Proposal (T) = 70 Marks. (42 are qualifying marks)
Financial Proposal (F) = 30 Marks.
Total (T+F) = 100 Marks.
The technical proposals/bids securing 42 marks i.e. 60% of total marks (70) allocated
for Technical Proposals or more in the technical evaluation will qualify for the next
stage, i.e. financial bid opening. The bidder whose quoted prices are lowest will get the
maximum marks (i.e. 30 marks) in financial evaluation using formulae given below:

(A) Bid Ratio = (a) Lowest quoted price / (b) Quoted price for which financial marks are required

[For lowest it would be 1]

(B) Bid Ratio x 30 = Financial marks of (b)

The cumulative effect of both Technical and Financial marks shall determine the
position of the bidders.

The contract may be awarded to the bidder(s) whose bid is approved on the basis of
evaluated to be lowest as per PPRA Rules.

Note: - The proposal from any company which is blacklisted from any
government entity will not be considered.

6.9 Technical evaluation

13
Preliminary scrutiny (Initial Screening) of technical bids will be done on the basis of
following parameters which are pre-requisites; non-compliance of any of following
clause shall disqualify the bidder(s) straight away.
6.9.1 Have been in the same business for at least three years.
6.9.2 The company is registered with Tax Department (Income tax, sales tax etc.)
6.9.3 Affidavit on stamp paper (original and latest) of Rs.100/- duly attested by Notary
Public, showing that bidder is not black listed from any government department
and no suit is pending in any court of law.
6.9.4 Bid Bond as earnest money of required amount and shape, placed in the Envelope
of Technical Proposal/Bid.
6.9.5 100% compliance of all clauses of this RFP.

Note: After closing date and time no bid will be entertained.

7. Instructions for Bidders

7.1 Communication
Enquiries regarding this RFP shall be submitted in writing, 4 days before opening of
Bids (after which no query shall be responded) to:

Director (Operations)
Phone No: 051-9215753
Central Directorate of National Savings (CDNS),
23-N, Civic Center, G-6 Markaz, Islamabad.
7.2 Submission of Proposal
Separate technical and financial bids must be marked on envelops “Technical Bid for
IT & Managed Services for Central Directorate of National Savings, Islamabad
& “Financial Bid for IT & Managed Services for Central Directorate of National
Savings, Islamabad” sealed and packed in another single envelope be submitted
within due date and time.

7.3 Mode of Delivery of Bids and Address


Proposals shall be delivered by hand or by Dak (through Pakistan Postal
Service)/courier so as to reach the address given at clause 7.1 by the due date and
time.

14
8. Summary for Technical Proposal
Summary of Technical proposal should be accompanied by the detailed technical
proposal in the form of chapters covering relevant requirements/evidences as
mentioned in this RFP.
9. Operating Environment
9.1 At Data Centre, Islamabad
HW&CI Aspect:
S# Equipment Make/Model Remarks
1 Servers HP DL380
2 SAN HPE MSA 2040
LFF Chassis
3 Tape Library HPE MSL 2024
4 Switches Juniper QFX
5100-48S
5 Firewall Fortinet
FortiGate 1000 C
6 Routers Juniper SRX
1500

Software Aspect:
Servers
Red Hat Linux
Oracle 10g Standard-One Edition
Tom Cat 5.0 (As Application Server)
JDK 1.3.1
SolarWind (NMS)

9.2 At Branches/NSCs across Pakistan.


HW&CI Aspect:

S# Equipment Make/Model Remarks


1 PC/ Workstations HP/ Dell
2 Laser Printer HP
3 Scanner HP
4 UPS (3 KVA) APC/PCM/ABB
5 Switch Juniper/CISCO
6 Firewall/ Router Juniper

15
7 Generator (10/12 KVA) Perkins

Software Aspect:
PCs/ Workstation
Suse Linux 11.0 (OS)
Firefox (Browser)

Technical Evaluation Criteria (Annex-A)


S# Technical Evaluation Criteria Marks Reference
(70)
1 Experience: 5 Place at Page No.___ of
a) Number of years, since inception of Bid
business operations as registered IT
firm/company.
b) Number of years for doing similar 6
nature of work as mentioned in this RFP
(Relevant copy of certificate must be
attached)
2 Clientele & Coverage: 6 Place at Page No.___ of
No. of the clients Bid
• Bank
• Financial institution
• Other Clients
Please provide the detail of clients, Place at Page No.___ of
locations, nature of service, and contact Bid
detail of relevant person.
3 a) Human Resource: 7 Place at Page No.___ of
Number of IT Professional with their area Bid
of expertise (Domain Experts) on
company`s payroll (attach last month
payroll along with their CVs) 3 Place at Page No.___ of
b) Offices Bid
mention Number of offices in Pakistan
along with addresses & Telephone
numbers

4 No. of Projects in hand with Nature, 12 Place at Page No.___ of


Size/location, and worth etc. Bid
5 Support Plan 14 Place at Page No.___ of
The company/ firm should provide a most Bid
comprehensive, responsive and technology
driven support plan to provide the Help
Desk Services. The firm should mention
the methodology and mechanism for
complaint logging, response, tracking and
resolving of the same in form of chapters/
sections having support strategy and

16
mechanism for effective communication
with other stakeholders. (submit related
documents)

6 Annual Turnover: Total business of last 3 10


years Place at Page No.___ of
2016 PKR ....…….. MILLION Bid
2015 PKR ....…….. MILLION Place at Page No.___ of
2014 PKR ....…….. MILLION Bid
(Details as per above format must be Place at Page No.___ of
attached with proper referencing) Bid
7 Affiliation /Accreditation 2 Place at Page No.___ of
Please mention the relationship of relevant Bid
bodies like PSEB, P@SHA, IEEE, TQM, Place at Page No.___ of
CMM,ISO, IEC 27001 etc. Bid
8 Bidder must have existing Team providing 2 Place at Page No.___ of
similar IT/Branch Support Services to Bid
atleast 2 Financial Institutions in Pakistan
(Relative Marking)
9 Bidder must be providing Services in 3 Place at Page No.___ of
atleast 10 cities of Pakistan country-wide, Bid
through their own staff on ground.

17
A

(Annex-B)

Format for Financial Proposal (Human Resource/Services for Data Centre, Islamabad)

S# Resource deployed at Data Centre, Islamabad monthly Cost/Person (Rs.)


(Including all Taxes)

1. *Per (Resource) Cost

* No. of required Resources shall be determined by requirement of procuring agency as mentioned in the RFP.
Format for Financial Proposal for deployment of 2 (two) Resident Supervisors at each RDNS.

S# Resident Supervisor deployed at each RDNS monthly Cost/Person (Rs.)


(Including all Taxes)

1. Per (Resource) Cost

Format for Financial Proposal (Branch/ NSC/RDNS support services) [either through Help/Support Desk or by IT Professional]

=
S# Response and problem resolving time Total Per month Cost (Rs.)
(Including all Taxes)

1 1-2 hours
2 2-3 hours

18
No.of
S.No. Name & Addresses of 222 National Savings Centers (NSCs) RDNS
NSCs
1 NSC,Aabpara, Islamabad
1

2 NSC, F-10
2

3 NSC Civi Centre


3

4 NSC, F-8
4

5 NSC G-7
5

6 NSC, G-9
6

7 NSC, I-8
7

8 NSC,R-Block Pak Sectt,


8

9 NSC, Kashmir Road, Rwp


9

10 NSC, Opp. RGH, Rwp


10 ISLAMABAD

11 NSC, 6th Road,Rwp


11

12 NSC, Muslim Town, Rwp


12

13 NSC, Poonch House, Rwp


13

14 NSC, Adhyala Road, Rwp


14

15 NSC,Tariqabad, Rwp
15

16 NSC, Haidry Chowk, Rwp


16

17 NSC, Scheme-III, Rwp


17

18 IBD-NSC, Bharakahu (spoke)


18

19 NSC, Khayaban-e-Sir Syed, Rwp


19

19
20 NSC, Muree
20

21 NSC, Choor Chowk, Rwp


21

22 NSC, Lala Zar, Wah Cant


22

23 NSC, Tench Bhata, Rwp


23

24 NSC, Taxila
24

25 NSC, Millat Road, Rwp


25

26 NSC, Civil Line, Opp: Income Tax Office, Jhelum


26

27 NSC, building No.B-VII, 2-S/16 * & 17, Chakwal.


27

28 NSC, Shop No.14/37,Aslam Market, The Mall Wah Cantt.


28

29 NSC, Ghakhar Plaza, G.T. Road, Dina


29

30 NSC, Atif Plaza Opp: National Bank of Pakistan GT, Road,


30 Gujar Khan
31 NSC- A-5 Plot-2, Allama Iqbal Road, Mirpur(A.K)
31

32 NSC, Premises B-II-289, Chakwal Lahore Road, Talagung.


32

33 NSC, Building No.B-1417, A-1,Ward No.1/2, Katchery Road,


33 Pindi Gheb.
34 NSC, Al-Abedeen Plaza, Mang Road, Opp: Nadira Office,
34 Rawalakot (A.K)
35 NSC, Rawalpindi Road, Fateh Jang.
35

36 NSC, Premises No.A/13-B, Rawalpindi Road, Kahuta.


36

37 NSC, Kamran Market, G.T. Road, Sohawa.


37

38 NSC, Kharara No.2342, Pindi Road, Kallar Sydan.


38

39 NSC, Chowk Mohamadi, Pind Dadan Khan.


39

1 FSD-NSC, Faisalabad 1
40 FAISALABAD

20
2 NSC, Faisalabad 4
41

3 NSC, Faisalabad 5
42

4 NSC, Faisalabad 2
43

5 NSC, Faisalabad 3
44

6 NSC, Faisalabad 6
45

7 NSC, Faisalabad 7
46

8 NSC, Faisalabad 8
47

9 NSC, Faisalabad 9
48

10 NSC, Building No.P.117/109, Timber Market, Near NBP,


49 Mamunkanjan District, Faisalabad.
11 NSC, 146/B,Thana Bazar, Tandlianwala District Faisalabad.
50

12 NSC, Building No.11, Housing Colony No.1 Circular Road,


51 Samundri District Faisalabad.
13 NSC,P-63,Grain Market, Chak Jhumra District Faisalabad
52

14 NSC,P- 131, Rai Shadat Market, Hassan Road, Jaranwala


53

15 NSC, P-91/4, Khdija Centre, Near Post Office, Toba Tek Singh,
54

16 NAC, P-86, Gali Baharwali Quaid-i-Azam Road Gojra District


55 T.T Singh.
17 NSC, building No.629-D,Younis Market Near Municipal
56 Committee, Kamalia Distt: T.T. Singh.
18 NSC, P-1006, Habib Plaza, Sabzi Mandi Road Saddar Bazaar,
57 Pir Mahal Toba Tek Singh.
19 NSC, P-514, Burjiwala Chowk, Toba Road, Jhang.
58

20 NSC, No.10/13-B, Dar-ul-Saddar Janobi, Chenab Nagar District


59 Jhang
21 NSC, building No.377-B, III, Chowk Masjid garha Opp: Library
60 Park Chiniot District Jhang.
22 NSC, C A 102, Main Bazar, Rafique Chowk, Shorkot Cantt
61 District Jhang

21
23 NSC-I, 60/4/29 and 60/4/25, Near Khiyam Chowk Railway
62 Road, Sargodha
24 NSC-II, 107, Block No.10 City Road, Sargodha Faisalabad.
63

25 NSC-III, P-437/1, Opp: Ibrahim Hospital Bahadar Shah Zafar


64 Road, Near Zafar-ullah Chowk, Satellite Town, Sargodha.
26 NSC-IV, 10/2/1/2Sadiqabad, Collage Road Sargodha
65

27 NSC, Circular Road, Bhera District Sargodha.


66

28 NSC, building No.557/A, Block No.5, Link Liaqat Shaheed


67 Road, Bhalwal
29 NSC, P-17/18, Grain Market, Sillanwal District Sargodha
68

30 NSC, P-183, OPP: Post Office Mohallah Imam Bakhsh Shahpur


69 Saddar District Sargodha.
31 NSC, No.P-6/25-27, Near Hakeem Abdul Azaiz Hospital Jhang
70 Road, Bhakkar
32 NSC, D/43 Ballokhel Road, Mianwali.
71

33 NSC, Near Police Chowki, Siddiqui Bazar, Kundian District


72 Mianwalai.
34 NSC, Building No.1609/1, Block No.6 Near General Bus Stand
73 Liaquatabad Piplan District Mianwali.
35 NSC, building No.4141-A, Sargodha Mianwali G.T Road
74 Khushab.
36 NSC, P-4, Block No.5, Near Old Bus Stand Jauharabad.
75

37 NSC, Mehria Plaza Mardwal Chowk Near Hospital Noushera


76 District Khushab
38 NSC, Building No.B-IV,99 Municipal Chowk, Circular Road,
77 Shah Kot.
39 NSC, P-52, Railway Road, Phularwan District Sargodha.
78

1 NSC Model Town, Lahore


79

2 NSC Johar Town


80
LAHORE
3 NSC Walton Road
81

4 NSC Gulburg
82

22
5 NSC DHA
83

6 NSC Jail Road


84

7 NSC Samanabad
85

8 NSC, Niazi Plaza 40-Abbott Road, Lahore


86

9 NSC, Shop No.8, Main Block, Fortress Stadium, Lahore Cantt.


87

10 NS-II, Hamid Nazimi Road, Lahore.


88

11 NSC, building No.21, Data Darbar Road, Bhati Gate Lahore


89

12 NSC, building No.177-A, G.T. Road, Baghbanpura Lahore.


90

13 NSC, Saleemi chamber 15-Syed Mauj Darya Road, Lahore


91

14 NSC, Shop No.202-A,Ferozepura Road, Near (Rehmanpura)


92 Ichhra Branch Lahore
15 NSC, Islampura, 86- National Town, Sandha Road, Lahore
93

16 NSC, No.SE-IV-I-S, 2-Main Bazzar, Qilla Gujar Singh, Lahore


94

17 NSC, 240/5, Allama Iqbal road, Mustafa abad Lahore.


95

18 NSC, 246-A, Ayubia Market, New Muslim Town, Lahore


96

19 NSC, No.951 Opp: Royal Plaza Qancdi Amarsadh Main


97 Ferozpur Road, Kot Lakhpat Lahore.
20 NSC-I, Building No.B-3-9R-104, Near Noor Masque out side
98 Mori Gate Circular Road, Kasur
21 NSC,Building No.62/13, Aziz Road, Misri Shah Lahore.
99

22 NSC, building No.38-R-171, Circular Road, Out side Shah Alam


100 Market, Lahore.
23 NSC,Al-Fatch Plaza ,Muhammad Pura, Main PECO Road,Town
101 Ship,Lahore.
24 NSC,2-L,Commercial,LCCS,Lahore Cantt.
102

25 NSC, No.07 day building Opp: Office of the Lahore Cantonment


103 Board Sarwar Road, Lahore Cantt.

23
26 NSC, building No.35, Shalimar Link Road, Mughalpur Lahore.
104

27 NSC, House No.01, Street No.01, Al-Habib Park, Near Chowk


105 Mouala Baksh, Purana Sauda Road, Bilal Gunj Lahore.
28 NSC, building No.260, Goal Ground Shad Bagh Lahore.
106

29 NSC, Stop 147, Multan Road, Lahore.


107

30 NSC, 26-Main Ravi Road, Lahore.


108

31 NSC, Shops No.2,3, 4, 5, Lower Ground 73-Business Centre,


109 Shadman Market, Lhr
32 NSC, building No.4, Fatehpur G.T. Road, Shahdara Lahore .
110

33 NSC, building No.5894- Khation No.526-/4894, Main Road Near


111 Main Gate Tehsil Road, Quarter Hospital, Chunian, Distt,
Kasur.
34 NSC, building 148-A, Railway Road, Near Civil Hospital,
112 Raiwind Distt Lahore.
35 NSC, No.477-478, Ground floor Main Bazar Pattoki, Disttrict
113 Kasur.
36 NSC, building No.1821, 1824 & 1825, Azamabad Clark Abbad
114 Road Kot Radha Kishen Distt: Kasur.
37 NSC-II, building No.B-VI, - 9R-51, Near General Post Office
115 Main Circular Road, Kasur.
38 NSC, Main Circular Road,Shahrqpura Distt: Shekihpura.
116

NSC, Sambara Tower, Hyderabad


117 1

NSC-2 Latifabad, Unit-2, Hyderabad


118 2

NSC-3 Latifabad, Unit-7, Hyderabad


119 3

NSC, Hussainabad, Hyderabad


120 4
HYDERABAD
NSC Kotri,
121 5

NSC-Badin United Hotel, Main Road+C117(Hyderabad)


122 6

NSC,Press Club, Plot No.41 /286,A-1.Al-Naseem Centre, Near


123 7 Press Club, Hyderabad.
NSC-Digri, Mirwah Road , Digri, Distt; Mirpurkhas.
124 8

24
NSC, Shop No.1317/301, Ward-F, Risala Road, Haider Chowk,
125 9 Garikhata, Hyderabad.
NSC, Grunagar G-916/21, main commercial Area, Gurunagar
126 10 Chowk, Gurunagar, Hyderabad, Tank No.02, Main Commercial
Area,Fakir Ka Pir, Hyderabad
NSC-Hala Opp: Sarwari Islamia College, Dargah
127 11 Road,Hala,Distt;Hyderabad.
NSC, Hali Road Shop No.2-5, Plot No.2, R-S – 296/1, Badin
128 12 Bus Stop Road Near Sabzi Mandi Chowk Hali Road,
Hyderabad
NSC, Market Road liberty chowk Near Civil Hospital round
129 13 about Hyderabad.
NSC-I Mirpurkhas Opp; Session Court,M.A. Jinnah Road,
130 14 Mirpurkhas.
NSC-II Mirpurkhas New town, Allama Iqbal Road, Mirpurkhas.
131 15

NSC, Mithi Sindh


132 16

NSC-I CS No.224, War-A, Masjid Road, Nawab Shah


133 17 Nawabshah.
NSC, Matiari Main Road, Matiari, Sindh
134 18

NSC-Qasimabad, Near Ali Palace Main Qasimabad Road,


135 19 Hyderabad.
NSC-Saddar Bazar C.S No.41/534, Main Soldier Bazar,Opp;
136 20 Quaid-e-Azam Plaza, Hyderabad Cantt.
NSC-Sakrand National High way, Sakrand,District Nawabshah.
137 21

NSC-Sanghar building No.3/A, Opposite Civil Hospital,


138 22 Nawabshah Road, Sanghar.
NSC-Shahdadpur Building No.A.847,Ward-A,Station Road,
139 23 Shahdadpur, District Sanghar.
NSC-Tando Adam Gulshan-e-Suleman Roshan Hyderabad,
140 24 Station Road,Tando Adam District Sanghar.
NSC-Tando Allahyar Shop No.1610/3/4, Main Hyderabad
141 25 Road,Tando Allahyar, District, Hyderabad.
NSC-Tando Muhammed Khan Shop No.1281-
142 26 1282,E/1284,St6ation Road, Tando Muhammed Khan.
NSC-Thatta Shop No.05,Al-Shahbaz Shopping Centre,National
143 27 High Way Thatta.
NSC-Umerkot Gul Centre,Main Bazar,Umerkot.
144 28

25
NSC, Savings House, Karachi
145 1

2 NSC, Tariq Road, Karachi


146

NSC, DHA-3, Karachi


147 3

4 NSC, Tipu Road, Karachi


148

NSC, DHA-2, Karachi


149 5

6 NSC, DHA-5, Karachi


150

NSC, Gulshan-e-Iqbal 1, Karachi


151 7

8 NSC, N.Nazimabad, Karachi


152

NSC, Cilfton, Karachi


153 9

10 NSC, Gulshan-e-Iqbal 2, Karachi


154

NSC, Gulstan-e-Johar, Karachi


155 11 KARACHI

12 NSC,Rizvia Market, Karachi


156

NSC,Karimabad, Karachi
157 13

14 NSC, Malir Cantt: Karachi


158

NSC,Habib Squire, Karachi


159 15

16 NSC, Barlas Chamber, Farere Road, Arambagh, Karachi


160

NSC, Shop No.1014- 1015,Block-02,Azizabad F.B.Area


161 17 Karachi.
18 NSC, Pak. Secretariat, Block 46-A, Saddar, Karachi.
162

NSC,Block-06 Plot No.B-227, Mahmoodabad No.2, Karachi


163 19

20 NSC, Shop No.RS-4/55, Noor Arcade, Masam Ali Road Near


164 Jubilee Cinema, Karachi.
NSC, R-1205, 15-A/4, Buffer Zone, Karachi
165 21

26
22 NSC, H.No.1852, Block No.14,Federal-B, Area, Dastagir
166 Society Karachi.
NSC, Premises No.1/32-A, Shah Faisal Colony, Main Bazar,
167 23 Karachi.
24 NSC, building No.C-7/13, Main Gulberg Chowrangi F.B. Area,
168 Karachi.
NSC, Jamshed Road, Shop No. 2, Nafees Arcade Sector, 14
169 25 Chandni Chowk University Road Karachi
26 NSC, Shop No.3, 4 & 5 Rehman Square Memon Society Shah
170 Wali-ullah Road Karachi.
NSC, Landhi, Quarter 1-A/1, Block No.1-A, Sector No.36-D,
171 27 Landhi Township Karachi.
28 NSC, Malir, Plot No.40, Darakhshan Society, Kala Board, Malir
172 Karachi.
NSC, Nazimabad-Shop No.5-E/9 Posh Nagar, Nazimabad-V,
173 29 Karachi.
30 NSC, New Karachi, LS-9,ST-7, Sector 11-K,North Karachi.
174

NSC, House.No.1886-B, Martin Road, PIB Colony, Karachi.


175 31

32 NSC, Shop No.7 & 8, Block-18, Landhi Quaidabad, Gulistan


176 Society Karachi.
NSC, M-II-E-626,Ground Floor, Street No.1, Shershah Colony,
177 33 Karachi.
34 NSC, Shop No.9, (Ground floor),Plot No.196 & 197, Al-Mustafa
178 Terrace, Clayton Road, Karachi.
NSC, Supper Market, Shop No.1149 –1150, block No.4, Ibn-e-
179 35 Sina Road, Liaquatabad No.4,Karachi.
NSC, Gujranwala I, Zila Council
180 1

NSC, Gujranwala II, 508-C, Satellite Town


181 2

NSC, Gujranwala III, Bazar Thanewala


182 3
GUJRANWALA
NSC, Gujranwala IV,Building No.7, BCR bazar Area,
183 4 Gujranwala Cantt.
NSC , Gujranwala V, Trust Plaza, Model Town
184 5

NSC, Gujranwala VI, Nowshera Road


185 6

NSC MULTAN-I, Building No.3605-A-1, Khilji commercial


186 1 Plaza, Railway Road, Multan Cantt:. MULTAN

27
NSC ,MULTAN-II, Building No.37/B, Chowk Gole Bagh,
187 2 Gulgasht Colony, Multan.
NSC MULTAN-III, Building No.2387-A, Ward No.10, Al-
188 3 Muzaffar Building, Water Works Road, Near Ghanta Ghar.
NSC, MULTAN-IV,Khawar Centre No.92, Nusrat Road, Near
189 4 S.P.Chowk, Multan Cantt:
NSC MULTAN-V, Building No.3109/1/3, 1/7, Chowk Pani Tanki,
190 5 Circular Road, Near Bohar Gate, Multan.
NSC MULTAN-VI, Building No.1117/C, Main Market
191 6 Mumtazabad, Multan
NSC, Bahawalpur-I, City Centre, University Road, D.I.G.
192 1 Chowk.
NSC, Bahawalpur-II, Welcome Gate, Railway Road
193 2
BAHAWALPUR
NSC, Bahawalpur-III, Near City Hotel, Model Town ‘C’
194 3

NSC, Bahawalpur-IV, Commercial Area, Satellite Town


195 4

NSC SUKKUR-I, Near Maki Masjid, Muhammad Bin Qasim


196 1 Park
NSC SUKKUR-II, Near Sufaid Masjid, Hussainy Road
197 2

NSC SUKKUR-III, Near Teer Chowk, Barrage Road


198 3
SUKKUR
NSC SUKKUR-IV, Shikarpur Road
199 4

NSC LARKANA-I, Bank Square, Larkana


200 5

NSC LARKANA-II, Resham Gali, Larkana


201 6

1 ABT-NSC,1- Fowara Chowk, Abbotabad


202

2 NSC,2 Mansera road, Abbottabad


203

3 NSC,3 Link road, Abbotabad


204
ABBOTABAD
4 NSC, Mandian, Abbotabad
205

5 NSC, Nawan Shre, Abbotabad


206

6 NSC, Haripur-II , Abbotabad


207

28
7 NSC Hassan abdal
208

8 NSC, Shankiari
209

9 NSC, Takhat Bhai


210

1 NSC-III, Debgari Garden , Peshawar


211

2 NSC Dalazak Road


212

3 NSC, Cantt Plaza


213

4 NSC, Tehkal Bala, Peshawar


214 PESHAWAR

5 NSC, Hayatabad, Peshawar


215

6 NSC, Peshawar Cantt, Peshawar


216

7 NSC-IV, GT Road Peshawar


217

1 NSC, Quetta Cantt:, Quetta


218

2 NSC, Alamdar Road, Quetta


219

3 NSC, Quarry Road, Quetta


220 QUETTA

4 NSC, M.A Jinnah Road, Quetta


221

5 NSC, Sirki Road, Quetta


222

29

You might also like