00

REQUEST FOR PROPOSALS (RFP) IRG/PDP/ ERP-DC/MEPCO/2014/189 ERP Infrastructure Platform for Multan Electric Power Company (MEPCO), Pakistan – (Turnkey Solution) RFP Issuance Date: November 25, 2014 MEPCO SITE SURVEY Dates: Date 1st & 2nd December 14(Timing. – Contact Person: Qaiser Naqvi, 0345-8189165) Bidders’ Questions Due Date: Dec. 12, 2014 Closing Date and Time: January 01, 2015, 05:00 P.M. Pakistan Standard Time (PST) International Resources Group (IRG) is hereby requesting Turnkey proposals to deploy Enterprise Resource Planning (ERP) infrastructure platform at MEPCO Data Center that will provide access to the WAN/LAN based hosted ERP application software and databases, etc. for Multan Electric Power Company (MEPCO). In order to be responsive, proposals must include: 

 

All documentation indicated in Section II and Annex - III Meet the technical specifications as laid out in Annex - I. Submission of proposals must be as hardcopy to IRG Office, House No. 23, Street 19, Sector F 6/2, Islamabad Pakistan on or before the closing date/time. In addition to Hard Copy submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and Financial proposal documents. DVDs should NOT provide new or different information (such as factory/unit background) as they will not be viewed by the Technical Evaluation Committee (TEC) as part of the Technical proposal.

Any questions regarding this solicitation must be submitted to [email protected] no later than 05:00 P.M. Pakistan Standard Time (PST) on December 12, 2014 in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before December 12, 2014 shall be reviewed and considered by IRG. Upon review of the questions, IRG may issue an amendment to the solicitation by email. In addition, amendments will be uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit http://www.pdip.pk/rfq regularly for updates and amendments.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

1

00

Bid/Proposal Submission Instructions The Proposals must be submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the following address: RFP 189 ERP Infrastructure Platform for Multan Electric Power Company (MEPCO), Pakistan International Resources Group (IRG) Limited USAID Power Distribution Program, House # 23, Street 19, F-6/2, Islamabad, Pakistan. 

  

 

The inner and outer envelopes shall: o bear the name and address of the Bidder; o be addressed to IRG as per above mentioned address o bear a warning not to open before the time and date for bid opening. o following should be written on top of the envelopes in bold letters  Proposal/Bid/Quote for/in response to RFQ/RFP NO…………  Due Date and Time ……………………………………………… If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the misplacement or premature opening of the bid/proposal. Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and time indicated in the RFQ/RFP. IRG will not consider any bid/proposal that arrives after the deadline. Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the Bidder. The Bidder shall submit, in addition to the Hard Copy, a Soft Copy on USB or CD with the bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is any inconsistency.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

2

00

SECTION I - INTRODUCTION IRG Overview IRG has been contracted by USAID to manage the Power Distribution Program (PDP) in Pakistan. The five year program seeks to foster financial sustainability for participating government-owned electric power Distribution Companies (DISCOs) through performance improvement activities based on the performance improvement action plans developed in the Component 1 of PDP. Summary of the PDP PDP is a five-year, USAID-funded program, the principal goal of which is to improve DISCO’s technical and financial performance through reduction in losses and improvement in revenues and customer services to bring them to a level of well-run utilities as in other progressive countries. Through this program, the United States Government is providing assistance and support to the Government of Pakistan (GOP) in its efforts to reform the power sector to end the current energy crisis. The PDP has the following key objectives: 1. Greatly improved DISCO’s governance and management. 2. Creation of the legal and political space required for DISCOs to be able to operate in a commercially rational manner. 3. Establishment of full-cost recovery tariffs. 4. Introduction of smart meters and other technologies in areas with strong potential for performance improvement. 5. Substantial improvement of Human Resource Management, including the introduction of a performance-based evaluation system. 6. Training and capacity building, including linemen safety and provision of well-equipped training facilities. 7. Substantial reductions in technical and non-technical energy losses, including reduction in energy theft and power factor optimization. 8. Improvement in energy and power factor metering at points of purchase, during flows through network, and end-user sales. The latter will focus initially on large consumption customers. 9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on customer needs, including reduced planned and unplanned outages and voltage fluctuations. 11. Elimination of dependence on/need for GOP subsidies.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

3

00

SECTION II - INSTRUCTIONS FOR PROPOSAL PREPARATION General Instructions:  Bidders must provide proposals directly in their own name to IRG under the terms and conditions hereunder.  Proposals received after the deadline will not be considered.  Technical and Financial proposals shall be submitted in both hard and soft copies. Soft Copies will be in the form of a CD or USB included in the Package/Envelop.  Proposals should concisely address the requirements/specifications as they are presented. Proposals not meeting our requirements/specifications may be rejected.  Bidders shall submit proposals in response to this solicitation in English with all prices stated in Pak Rupees / US$. Bidders may submit modifications to their proposals at any time before the solicitation closing date and time. For any conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of Pakistan on the RFP’s closing date is to be considered for all calculations. Should a contract be awarded to a Pakistani firm, all payments will be made in Pak Rupees.  Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments concerning this RFP/solicitation. Technical Proposal: The bidder‘s technical proposal should include the following information:

1.

The first page of the proposal must show the following: A. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available); B. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items for which prices are offered; C. Names, titles, and telephone and facsimile numbers, and electronic addresses of persons authorized to negotiate on the bidder’s behalf with IRG in connection with this RFP; and D. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office.

2. 3. 4. 5.

The successful bidder shall obtain prior approval from IRG/PDP, if any of the Key Personnel are to be replaced during the course of project implementation. Bidders shall provide details of their establishment and office addresses. Bidders shall provide a list of previously executed projects of a similar nature during the last five years. Bidders are to ensure all certifications found in Annex - III, are signed and submitted as part of the proposal.

Cost Proposal: The cost proposal that will include the Price Quotation Tables (Annex II) must be submitted. Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 90 (Ninety) days after the due date for proposal submission. All one-time and recurring costs must be fully described. Rates should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a USAID contractor. Pakistani firms will be paid the total amount after deducting withholding tax, which

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

4

00

IRG will pay direct to the Federal Board of Revenues (FBR). GST exemption certificate will be provided by IRG upon supplier’s request.

Bid Bond:

Each bid shall be accompanied with a Bid Bond in the amount of one and half percent (1.5%) of the total value of the bid in the form specified in Annex IV of this RFP. Bid Bond in the shape of the demand draft and pay order is also acceptable. The Bid Bond shall be drawn on a scheduled bank in Pakistan and acceptable to IRG. The Bid Bond shall have a period of validity equal to the period of bid validity. If the Bidder doesn’t submit the Bid Bond along with the bid, it shall be excluded from the competition and shall not be considered for evaluation. In the event a Bidder is notified that they have been selected for award, but fails to execute the contract, the Bid Bond may be en-cashed by IRG and IRG shall be free to negotiate with any other Bidder.

Performance Bond:

The successful bidder will be required to provide a Performance Bond in the form specified in Annex V, drawn on a scheduled bank in Pakistan and acceptable to IRG as security for the successful completion of the contract. The value of the bond will equal to five percent (05%) of the contract price. The Performance Bond will have validity equal to the full period of contract performance

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

5

00

SECTION III - EVALUATION CRITERIA Proposals will be evaluated by IRG for compliance with administrative requirements, previous experience of similar projects by the Bidder, technical capacity, the qualifications of the personnel for the project, and prices. IRG may contact Bidder’s previous clients and may obtain any information related to other projects that the bidder has executed. IRG may contact any bidder for clarification or additional information, but bidders are advised that IRG reserves the right to make decisions based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional negotiations prior to issuance of a purchase order, and may at its sole discretion elect to issue purchase orders to one or more bidders. Initially only the Technical Proposals are opened. The Cost Proposals will remain sealed and are held in custody by IRG. The objective is to allow IRG to evaluate the Technical Proposals without reference to price. Following the technical evaluation the Costs Proposals will be opened. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. IRG will conduct a Best Value source selection based on evaluation factors listed below. These factors will serve as the standard against which all technical information will be evaluated, and identify the determination factors that bidders should address. IRG intends to evaluate bidders’ proposals in accordance with the Statement of Work in Annex - I of this RFP and make an award to the Bidder submitting the most responsive, reasonable proposal that offers the best value to IRG. Proposals will be scored based on a 100 points system. Evaluation of Technical Proposals: The technical proposals will be evaluated by a technical evaluation committee using the criteria shown below. When evaluating the competing proposals, IRG will consider the written technical/capability information provided by the bidders, and any other information obtained by IRG through its own research. All proposals shall be evaluated with respect to the completeness of data provided, support for all claims made, and the overall approach taken. If the vendor so wishes, he may submit reports, which reflect on similar work having been undertaken. The criteria listed below are presented by major category, so that bidders will know which areas require emphasis in the preparation of their proposals. Bidders should note that these criteria serve as the standard against which all technical information will be evaluated and serve to identify the significant matters which bidders should address. IRG will evaluate Bidders’ proposals in accordance with the technical criteria and weightage shown in the table below. A total of 100 points are assigned to the following technical evaluation criteria. IRG at its discretion may change this criterion.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

6

00

Criterion

Delivery Schedule Cost of the proposal Conformity with Technical Specification Experience Presence in the Province of Punjab (Complete offices list to be provided) Delivery period Warranty with support & service TOTAL

Relative Importance (from 100%) or “N/A” 15 25 25 10 5 10 10 100

Evaluation of Cost Proposals: Cost proposals submitted will be one of the selection factors and considered in making a best value determination in accordance with (USAID Regulation: FAR Subpart 15.4). Therefore, the closer the technical evaluation scores of the various proposals are to one another, the more important cost considerations will become. Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lower proposed cost or to the Bidder with the highest technical evaluation score. After evaluation of all proposals, IRG will make the award to the Bidder whose proposal offers the best value (USAID Regulation: FAR 15.101) to IRG considering both technical and cost factors. Evaluation of the cost proposal will consider, but will not be limited to, the following:  

  

Cost reasonableness and allowability of costs; Cost realism and completeness of the cost proposal and supporting documentation. The FAR states that “cost realism means that costs in a Bidder’s proposal are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the various elements of the Bidder’s technical proposal.”; Consistency with the technical proposal; Overall cost control/cost savings evidenced in the proposal (avoidance of excessive salaries, excessive other direct costs, and other costs in excess of reasonable requirements); Amount of the proposed fee, if any.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

7

00

SECTION IV - GENERAL TERMS AND CONDITIONS IRG intends to award a contract resulting from this solicitation to the eligible and responsible Bidder whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note the following: 1) Prospective bidders are requested to review FAR and AIDAR clauses incorporated by reference in the section “NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE”. Special attention is invited to clauses 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS Jun 03 and 52.247-64- PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS- Feb06 2) The Geographic Code for this project is 937. For further information and guidance prospective bidders are requested to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to this solicitation: www.usaid.gov/policy/ads/300/310.pdf 3) IRG may reject any or all proposals if such action is in IRG's interest. 4) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto. 5) The length of the workday for individuals providing/performing services overseas shall coincide with the workday for employees of the USAID and shall follow the workday, workweek policies of IRG. 6) IRG intends to evaluate bids and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial bid should contain the Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and/or to establish a competitive range and conduct discussions with multiple bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon as possible following an award. 7) IRG reserves the right to make multiple awards to a number of bidders/vendors if it is in IRG’s best interest to do so. 8) IRG reserves the right to award some or all of the requests made in this RFP. 9) IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality 10) Payment to the successful bidder will be made as per following schedule; a. 90% of the contract price shall be paid on fixed amounts against monthly installation milestones as determined at the time of award, against an invoice rendered by the Contractor, which will be verified by the IRG Project Manager. b. Remaining 10% payment of the contract price shall be made by IRG as certified by the IRG Project Manager against an invoice rendered by the Contractor upon 100% completion of work. 2. Bidders are required to provide complete specifications and technical details including warranty details for all material, equipment etc. in their proposals. 3. Bidders to quote for all necessary material, equipment and services etc. that will be required for complete turn-key installation. 4. IRG can increase or decrease the quantities of the equipment being purchased under this RFP. IRG can also cancel this bid and do a re-bidding at its own discretion. Similarly, IRG can increase or decrease the quantity of equipment and/or scope of work during the process of negotiation with the short listed/preferred bidders up to 30%. 5. The selected bidder(s) will fully, deploy/configure and install all the quoted hardware, racks and servers etc. for ERP/CIS infrastructure on turnkey basis.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

8

00 6. All the equipment should be provided with standard manufacturers’ warranty. Terms and conditions of the warranty support/service to be provided. Similarly warranty duration to be mentioned. 7. There may be a requirement to virtualization for Test and Training Servers of ERP. Appropriate licenses of VMWare vSphere to be quoted. VCenter’s procurement is already underway through a separate RFP. 8. Bidders will comply with IP addressing scheme, Server naming convention & create VLANs for physical and virtual servers deployed for PESCO. 9. Please quote all Software Subscriptions for updates, upgrades and software assurance for one year only. 10. Bidders are required to propose all other items/licenses required for the complete solution. 11. Complete technical and administrative support for ensuring the IT environment to operate 24x7x365d (1 full year) is required for all equipment, hardware, software and services quoted by the bidders. Replacement of failing mission critical components to be provided maximum by next business day. For non-mission critical components replacement to be provided within 3 working days. The bidders are required to separately quote for provision and deployment of skilled human resource at MEPCO HQ on full time basis for 4-6 months to meet uptime requirements. 12. This is a turnkey project and to meet the requirements of a turnkey project all bidders can propose suitable alternates. All bidders must comply with this requirement. 13. Since it’s a turn-key solution, bidders are required to ensure the completeness of the solution and selected bidder will be liable to provide if anything is missed. 14. In the event the Contractor fails to complete the project within the required period, liquidated damages shall be applied for each calendar day, not duly justified by the Contractor to IRG’s satisfaction, by which project delivery is delayed. Liquidated damages of 0.1% of the total price of the Contract will be applied for each day by which delivery of the completed Project is delayed. Such damages shall not exceed ten percent (10%) of the total price of the Contract. 15. IRG reserves the right to monitor the Contractor’s progress to ensure he meets the milestones as determined at the time of award. If it appears that a milestone will be missed, a letter of cure will be issued to the Contractor by IRG that may order Contractor to field more teams or increase the number and qualifications of staff to remain within project timelines. In the event that this efficiency measure is required, any costs associated with additional resources will be funded by the bidder within the ceiling cost of the contract. 16. IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality, at the sole cost of the Contractor. 17. Exchanges with bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. 18. IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG determines that the lack of balance poses an unacceptable risk.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

9

00 19. If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. 20. Unsuccessful bidders will be notified as soon as possible following an award. 21. Vendors are not allowed to change selected Team or even an engineer/manager/member of the Team at any stage during the implementation and later stages as the selected team will be considered final. IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit IRG’s right to use information contained in a proposal if it is obtained from another source without restriction.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

10

00 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause may be accessed electronically at the following web sites: http://www.acquisition.gov/far/ and http://usaid.gov/policy/ads/300/ Where “flow-down” to the subcontractor is appropriate and applicable under these clauses, references to the “Government” shall be interpreted to mean “IRG”, “Contractor” to mean “the subcontractor”, and “Subcontractor” to mean “lower-tier subcontractor(s)”. NUMBER

TITLE

DATE

52.202-1

DEFINITIONS

Jan-12

52.203-3

GRATUITIES

Apr-84

52.203-5

COVENANT AGAINST CONTINGENT FEE

Apr-84

52.203-6

RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT

Sep-06

52.203-7

Oct-10

52.203-8

ANTI-KICKBACK PROCEDURES CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY

52.203-10

PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-12

LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

Oct-10

52.204-4

PRINTING/COPYING DOUBLE-SIDED PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED,OR PROPOSED FOR DEBARMENT

May-11

Aug-00

52.211-11

MATERIAL REQUIREMENTS LIQUIDATED DAMAGES – SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT

Sept-00

52.215-2

AUDIT AND RECORDS – NEGOTIATION

Oct-10

52.209-6 52.211-5

Jan-97

Jul-13

52.215-8

ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT

Oct-97

52.215-19

NOTICE OF OWNERSHIP CHANGE

Oct-97

52.216-24

LIMITATION OF GOVERNMENT LIABILITY

Apr-84

52.216-25

CONTRACT DEFINITIZATION

Oct-10

52.216-27

SINGLE OR MULTIPLE AWARDS

Oct-95

52.217-2

CANCELLATION UNDER MULTI-YEAR CONTRACTS

Oct-97

52.217-5

EVALUATION OF OPTIONS

Jul-90

52.217-7

OPTION TO INCREASE QUANTITIES – SEPARATELY PRICED LINE ITEM

Mar-89

52.217-9

OPTION TO EXTEND THE TERM OF THE CONTRACT

Mar-00

52.219-9

SMALL BUSINESS SUBCONTRACTING PLAN

Jul-13

52.219-14

LIMITATIONS ON SUBCONTRACTING

Nov-11

52.219-16

LIQUIDATED DAMAGES – SUBCONTRACTING PLAN

Jan-99

52.222-3

CONVICT LABOR

Jun-03

52.222-21

PROHIBITION OF SEGREGATED FACILITY

Feb-99

52.222-17

NONDISPLACEDMENT OF QUALIFIED WORKERS

Jan-13

52.222-26

EQUAL OPPORTUNITY

Mar-07

52.222-29

NOTIFICATION OF VISA DENIAL

Jun-03

52.222-38

COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING

Sep-10

52.222-50

COMBATING TRAFFICKING IN PERSONS

Feb-09

52.223-6

May-01

52.223-18

DRUG FREE WORKPLACE ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

52.225-18

PLACE OF MANUFACTURE CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED

Sep-06

52.225-19

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

Aug-11

Mar-08

11

00 STATES

Dec-12

52.227-2

PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN – REPRESETATION AND CERTIFICATION NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT

52.227-14

RIGHTS IN DATA – GENERAL ALTERNATE V

Dec-07

52.228-3

WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

Apr-84

52.229-8

TAXES – FOREIGN COST REIMBURSABLE CONTRACTS

Mar-90

52.230-2

COST ACCOUNTING STANDARDS

May-12

52.230-6

ADMINISTRATION OF COST ACCOUNTING STANDARDS

Jun-10

52.225-25

Dec-07

52.232-1

PAYMENTS

Apr-84

52.232-17

INTEREST

Oct-10

52.232-18

AVAILABILITY OF FUNDS

Apr-84

52.232-22

LIMITATION OF FUNDS

Apr-84

52.232-23

ASSIGNMENT OF CLAIMS

Jan-86

52.232-39

UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

Jun-13

52.232-25

PROMPT PAYMENT

Jul-13

52.233-1

DISPUTES

Jul-02

52.233-2

SERVICE OF PROTEST

Sep-06

52.233-3

PROTEST AFTER AWARD Alternate I

Aug-96

52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

52.237-8

RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.237-9

WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.242-1

NOTICE OF INTENT TO DISALLOW COSTS

Apr-84

52.242-3

PENALTIES FOR UNALLOWABLE COSTS

May-01

52.242-4

CERTIFICATION OF FINAL INDIRECT COST RATES

Jan-97

52.242-13

BANKRUPTCY

Jul-95

52.243-1

CHANGES – FIXED-PRICE

Aug-87

52.243-2

CHANGES – COST REIMBURSEMENT ALTERNATE I (APR 84)

Aug-87

52.243-7

NOTIFICATION OF CHANGES

Apr 84

52.244-2

SUBCONTRACTS

Oct-10

52.244-5

COMPETITION IN SUBCONTRACTING

Dec-96

52.244-6

SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS

Jul-13

52.245-1

GOVERNMENT PROPERTY

Apr-12

52.246-23

LIMITATION OF LIABILITY

Feb-97

52.246-25

LIMITATION OF LIABILITY-SERVICES

Feb-97

52.247-64

PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS

Feb-06

52.247-67

SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT

Feb-06

52.248-1

VALUE ENGINEERING

Oct-10

52.249-2

TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

Apr-12

52.249-8

DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

Apr-84

52.249-14

EXCUSABLE DELAYS

Apr 84

52.253-1

COMPUTER GENERATED FORMS

Jan-91

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

12

00

AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES NUMBER

TITLE

DATE

752.202-1

AID DEFINITIONS CLAUSE–GENERAL SUPPLEMENT FOR USE IN ALL AID CONTRACTS

Jan-90

752.202-1

AID DEFINITIONS CLAUSE–SUPPLEMENT FOR AID CONTRACTS INVOLVING PERFORMANCE OVERSEAS

Dec-86

752.204-71

ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD

Jun-93

752.211-70

LANGUAGE AND MEASUREMENT

Jun-92

752.219-8

UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS

752.225-70

SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS

Feb-97

752.225-71

LOCAL PROCUREMENT

Feb-97

752.228-3

WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT)

752.228-70

MEDICAL EVACUATION (MEDEVAC) SERVICES

752.229-70

FEDERAL, STATE, AND LOCAL TAXES

752.245-70

GOVERNMENT PROPERTY – USAID REPORTING

752.245-71

TITLE TO AND CARE OF PROPERTY

Apr-84

752.7001

BIOGRAPHICAL DATA

Jul-97

752.7002

TRAVEL AND TRANSPORTATION

Jan-90

752.7003

DOCUMENTATION FOR PAYMENT

Nov-98

752.7004

EMERGENCY LOCATOR INFORMATION

Jul-97

752.7005

SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS

Oct-97

752.7006

NOTICES

Apr-84

752.7007

PERSONNEL COMPENSATION

Jul-07

752.7008

USE OF GOVERNMENT FACILITIES OR PERSONNEL

Apr-84

752.7009

MARKING

Jan-93

752.7010

CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY

Apr-84

752.7011

ORIENTATION AND LANGUAGE TRAINING

Apr-84

752.7013

CONTRACTOR-MISSION RELATIONSHIPS

Oct-89

752.7014

NOTICE OF CHANGES IN TRAVEL REGULATIONS

Jan-90

752.7015

USE OF POUCH FACILITIES

Jul-97

752.7018

HEALTH & ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINING

Jan-99

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

Jul-07

13

00 752.7019

PARTICIPANT TRAINING

Jan-99

752.7023

REQUIRED VISA FORM FOR PARTICIPANTS

Apr-84

752.7024

WITHDRAWL OF STUDENTS

Apr-84

752.7025

APPROVALS

Apr-84

752.7027

PERSONNEL

Dec-90

752.7029

POST PRIVILEGES

Jul-93

752.7031

LEAVE AND HOLIDAYS

Oct-89

752.7032

INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS

Jan-90

752.7034

ACKNOWLEDGEMENT AND DISCLAIMER

Dec-91

752. 7035

PUBLIC NOTICES

Dec-91

ANTI-FRAUD HOTLINE

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the AntiFraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 0800-84700); email at [email protected]; fax at 021-35390410; postal address at 5-C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

14

ANNEX - I STATEMENT OF WORK The vendor(s) will deploy Enterprise Resource Planning (ERP) IT infrastructure platform at MEPCO Data Center that will host the ERP application software and databases, etc. for Multan Electric Power Company (MEPCO). The objective of this procurement is to deploy IT hardware and system software in the Data Center at the MEPCO MIS Department to power the ERP system. In particular, this procurement request is for the purchase of IT equipment for MEPCO ERP Servers, Storage and backup Systems, and Operating System and peripherals (as detailed in the table below). This Hardware and the supporting software will be integrated with all MEPCO systems through the CISCO Catalyst 6800 Series core switch. The selected vendor under this procurement will deploy the infrastructure on a turnkey basis. This procurement will help to provide:    

Hosting environment for ERP application and database at MEPCO’s Data Center and Peripheral equipment for ERP/CIS implementation at PESCO. Improved information visibility through the use of technology. Access to organized information whether in ERP systems, and other databases over LAN/WAN. Centralized IT Administration.

SAP Servers 1. The servers that are being procured under this solicitation will host SAP based ERP for MEPCO. The SAP technology items/components will be used to enable functioning & operations of these two applications. 2. 10Gbps Converged Network Adaptor (CNA) based implementation in all servers that provide a single conduit for storage and application traffic flows to traverse over MEPCO’s Data Center’s Ethernet fabric. All Servers to have at least 3 CNA ports. 3. Fully configured Rack mount Servers or Blade Servers and IP KVM for server console connectivity are required. Servers will be installed in the racks under procurement under the MEPCO Data Center Project. 4. Please note that MEPCO will soon have VMware vSphere Enterprise Edition and vCenter Standard Edition Licenses for virtualizing servers. Any ERP Servers virtualization should be based on VMWare technology. 5. Bidders will comply with IP addressing scheme, Server naming convention & create VLANs for physical and virtual servers deployed for MEPCO. 6. The winning bidder will also implement Domain Controller – Active Directory Services of Microsoft Windows Server 2012 on two (02) servers. The primary Active Directory will be hosted on a physical server whilst its replica will be hosted on a virtual (VMware) server. 7. Please quote all Software Assurance/Subscriptions for one year only. 8. Rack for Servers may be required in case the existing racks have no free space.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

15

Data Center Servers Production Hardware Quantity ERP Central Server (DB)/HA Server: ( Intel Xeon 20 Core, 32 GB memory, 400 GB After RAID1 02 Local Disk ) Storage: Storage: After RAID5, 2TB space allocated from SAN (shared between (SAN specifications given 2 HA Nodes) in the following pages) ERP Application Server Server: ( Intel Xeon, 12Cores, 16GB memory, 400GB Local Disk After 01 RAID1) Development System, Test system Hardware ERP Development Server, Test server Server: (Intel Xeon, 8 Cores, 16GB memory, 400GB Local Disk After RAID1) Storage: After RAID5, 1TB for DEV and 1.5 TB for Test space allocated from SAN Standalone Hardware SAP Solution Manager/Router Server Server: ( 4 Cores, 16 GB memory, 400 GB after RAID1 Local Disk) Storage: After RAID5, 500GB space allocated from SAN.

Item

Quantity 02 (SAN specifications given in the following pages)

Quantity 01 (SAN specifications given in the following pages)

Description of Item

Quantity of Units

1

SAPA servers as mentioned above

06

2

42U Branded Rack:

01

Description: 42 U OEM floor standing server rack/cabinet should be with complete accessories such as lockable doors, cooling fans, power ground boding kit, appropriate capacity PDU(s) along with IP KVM to support 10 servers with slidable LCD (19-inch), Key Board, and Mouse etc.

Storage and Backup Systems 1. MEPCO’s storage infrastructure would be on IP based iSCSI Storage Arrays in a Storage Area Network (SAN). It is estimated that with database centralization the size of the total storage in the MEPCO’s data center will exceed 24000 GB (24TB). Similarly a SAN is a requirement to RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

16

achieve server virtualization as it is expected that the MEPCO’s application will at its peak scale out horizontally and required to be run on five or more servers to maintain service levels. These servers will need to access the consolidated storage maintained in the iSCSI SAN arrays. This implementation will provide true failover protection for data, meet the growing demand for storage and efficiently manage block data. 2. Storage Resource Management System (SRMS) will be implemented to manage the Storage System. Bidders are required to quote all other items/licenses required for the complete solution. For SRMS the following features needed: i) Thin Provisioning ii) Replication iii) Snapshot technology iv) File and Block Level Compression support 3. Appropriate backup software for Tape Library to be quoted. It must include Agents for SAP. 4. 12.6 TB Network Attached Storage (NAS) is required for shared storage that consists of a high performance file server that plugs on LAN and will be attached directly with Primary and Secondary Domain Controllers. NAS server is a specialized appliance optimized for file serving, i.e., storing, retrieving, and serving files. i)

NAS appliances are "plug-and-play" meaning that very little installation and configuration is required beyond connecting them to the LAN.

ii) NAS servers support a variety of network file protocols such as Sun's Network File System (NFS) and Microsoft's Server Message Block / Common Internet File System (SMB/CIFS). NAS servers use open standard protocols, which allow them to interface with multiple types of client computers and operating systems. Item

Description of Item

Quantity of Units Storage System (SAN)

1

01

Enterprise IP based Storage Area Network (SAN) based on 10GbE iSCSI Storage Array System •

24 Terabytes (TB) of Hard disk drives capacity including licenses – Raw. Expandable up to 96TB



Type and size of Disks required in Storage: Space required for tier 0 (SSD): 1200GB (400GB per drive capacity) Space required for tier 1 (SAS): 22.8 TB (600GB or I TB per drive capacity)

• • •

Storage controller: Dual 10GbE iSCSI Controller with 4GB non-volatile memory per controller Host interface: 10 GbE (2) Ports per controller Dedicated 10/100 management port per controller

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

17

Item

Description of Item



Quantity of Units

Any standards-compliant iSCSI initiator Operating Systems Supported

• • • • • • •

Microsoft® Windows Server® including Hyper-V® VMware® ESX Server™ Red Hat® Enterprise Linux® (RHEL) SUSE® Enterprise Linux® (SLES) Enclosure Monitoring System Automatic spare configuration and utilization SMART Automatic bad block replacement Auto-Stat Disk Monitoring System (ADMS) to monitor health of data on disk drives

Management  

Multi-group performance and event monitoring tool Serial console Ability to configure a separate management network SNMP, telnet, SSH, HTTP, Web (SSL), host scripting Multi-administrator support

Security 

CHAP authentication Access control for iSCSI Access control for management interfaces including Active Directory, LDAP, or RADIUS support

Notification Methods 

SNMP traps, e-mail, syslog

2

SRMS licenses for 24TB and Software Assurance for 1 year

01

3

Tape Library Storage System (LTO Ultrium 6) for Backup

01

Configuration

Base library

Maximum LTO Ultrium storage slots

41

Maximum LTO Ultrium I/O slots

6

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

18

Item

Description of Item

Quantity of Units

Tape drives installed

2

Maximum tape drives supported

4

Total physical capacity (2.5:1 compression)

Up to 256 TB

Maximum logical libraries

2

Rack mount Form Factor

6U

Tape drive interface options

1/10Gbps Ethernet, 8 Gbps dual-port Fiber Channel (LTO Ultrium 6 and 5), iSCSI, 3 Gbps SAS and SCSI

Network interface

4

Ethernet

Hot-swap components

Power supplies, tape drives

Systems management

Storage Management Initiative Specification (SMI-S) enabled

Backup software for Tape Library

01

Complete licensing and Software Assurance for 1 year

5

Network Attached Storage (NAS) • • • • • • • • •

01

12.6 TB SAS Storage (14 x 900GB SAS SFF) At least 2 x 10Gbps Ports Up to 4U high 2 x PCIe 3.0 Slots 3 x PCI 2.0 Slots Redundant Power Supplies 3 x USB Connectors Video & Serial Connectors Data Protection and Management High Availability Unified (File and Block) Tight Windows integration Data Deduplication Branch Cache File Classification Infrastructure Snapshots Point-in-time file replication

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

19

Item

6

Description of Item

Quantity of Units

Redirect-on-write snapshots NDMP backup CIFS antivirus etc. • Services & Protocol Support Print DNS DHCP iSCSI CIFS/SMB v1.0 NFS v3 NDMP 4 Active Directory LDAP NIS (Network Information Service) (NIS) Network Time Protocol (NTP) Simple Network Time Protocol (SNTP) Simple Network Management Protocol (SNMP) Address Resolution Protocol (ARP) Link Aggregation (IEEE 802.3ad) Adaptive Load Balancing (ALB) Network Load Balancer

1

System Software The ERP servers will run SAP Technology components under Suse Linux (Latest release). Microsoft Active Directory Services will be used for authentication. The winning bidder will also implement Domain Controller – Active Directory Services of Microsoft Windows Server 2012 on two (02) servers. The primary Active Directory will be hosted on a physical server whilst its replica will be hosted on a virtual (VMware) server. 1. Please quote Software Subscriptions for updates, upgrades and software assurance for one year only. 2. We assume that there will be requirement for virtualization for ERP/Test/Training. 3. MS Windows will be installed on Primary and Secondary/Backup server (virtualized) to provide Directory services and DNS services at MEPCO Data Center Bidders are required to propose all other items/licenses required for the complete solution.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

20

Item

Description of Item

Quantity of Units

Server Operating System

1

SuSE Linux Enterprise 11

05

2

SuSE Linux Enterprise 11 with HA Support

02

2

Windows Server 2012 Standard Edition with CALs to support 600 active directory users (for Primary and Replica Active Directory Services)

02

3

Windows Server 2012 Standard Edition for Read Only Domain Controller (RODC)

01

4

Network Load Balancer

1

5

Kaspersky Endpoint Security Business licenses for all servers (Provide complete details)

6.

VMWare vSphere Enterprise Edition for 6 Servers as given above with Software Assurance for 1year

1

Line Cards/Modules for Core Switches, Routers and Firewall Appliances and Cabling for connectivity USAID PDP is in an advance state of deploying a campus wide Local Area Network (LAN) at MEPCO HQ. All ERP & CIS servers and allied equipment (storage, tape library system etc.) will be connected directly to the core switch at 10Gbps speed. Selected/preferred bidder will install and configure all the ERP hardware including software within the MEPCO’s Data Center. The core of the network will operate at 10Gbps with the remote offices connected to it through layer 3 MPLS VPN communication links creating a MEPCO wide intranet. All automated applications such as ERP, CIS etc. will use this infrastructure for enabling connectivity of all the field formations to the Data Center at the MEPCO Headquarters. It is important that the bidders to quote Software Subscriptions for one year only.

LINE CARDS/MODULES FOR CORE SWITCHES, ROUTERS AND FIREWALL APPLIANCES AND CABLING FOR CONNECTIVITY Sr # 1 2 3 4 5 6 7 8

Item Description ERP Servers CIS Servers Infrastructure Servers and Domain Controllers NAS SAN Tape Library NLB Ports needed for Access Switches

Total

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

Quantity 6 3 3

Required 10Gbps Ports 18 09 09

01 01

02 04 02 02 16

01 01

62

21

Important Notes: 1. A CISCO Catalyst 6800 Series Core Switch with 48x10Gbps ports (Fiber) and 48x1Gbps ports (copper) is under a separate procurement. This switch will form the core of the MEPCO data network and will be hosted at MEPCO’s Data Center to be built in the MIS building. 2. Bidders are required to quote for 16 Port 10Gbps ports Line Card/module for Catalyst 6800 Series Core Switch to meet the ports needed to support the infrastructure. Item

1

Description of Item CISCO 16 port 10Gbps Module for CISCO Catalyst 6800 Series Switch

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

Quantity of Units 01

22

Service Requirements Implementation (a) As part of their Technical Proposal, the bidders must submit a working methodology, team composition, implementation strategy and plan. (b) A detailed comprehensive project plan is to be prepared by Bidders and submitted as a part of the Technical Proposal. The plan shall be mutually approved and incorporated as part of contract and reviewed at regular intervals. (c) The Bidders must provide the proposed number of personnel to be based on-site at MEPCO premises, and space and other requirements to be provided by MEPCO during implementation. (d) The Bidder will develop a system turnover plan which indicates the conditional criteria required to fully turn over the daily operation of the system to MEPCO technical staff. At a minimum, the turnover plan must include the state of readiness required for system turnover and all required documentation. (e) The Bidders’ implementation plan must take into consideration the business priority areas and applications. (f) System Performance: During system installation the selected bidder will evaluate performance factors including, but not limited to, transaction volumes, response times, CPU utilization, and input / output activity. The selected bidder will be responsible for tuning the application to meet acceptable response times. (g) Project Management and Reporting: The selected bidder will be required to maintain a project plan covering its components of the project and each individual phase. (h) The selected bidder will be required to prepare and submit weekly progress reports on each component of the Project under which it is responsible. (i) Project Quality Management: In its Technical Proposal, the bidders must describe its approach for assuring the quality of its components on this project. The Technical Proposal must demonstrate an understanding of the bidders’ ultimate responsibility for quality and define a comprehensive set of reasonable and effective practices for fulfilling that responsibility. Contractor must also specify whether third party audit / quality assurance visits will be undertaken and who will bear the cost of these visits. (j) Acceptance Testing: PDP/MEPCO will conduct a rigorous acceptance test of the system. MEPCO user staff and information system specialists will exercise all system functional aspects using MEPCO - developed test data to assure that the system meets defined business and technical performance requirements. During this test, MEPCO will identify required modifications and document them through the problem resolution or change management processes (described below) as appropriate. The selected bidder shall modify the system as required and provide new versions of modified components to MEPCO for testing. MEPCO will notify the selected bidder in writing when it determines that the system is acceptable. (k) Problem Resolution: The selected bidder and MEPCO will cooperate to resolve system problems found during acceptance testing and production use, including the warranty period. MEPCO will prioritize and report problems in a written format. The Contractor shall track these problems to closure and report their status. The selected bidder shall evaluate each reported problem, estimate the time needed to resolve the problem, identify potential impacts on the system and the project, and report to MEPCO. If MEPCO decides to proceed, the selected bidder shall resolve the problem according to its assigned priority. (l) Change Management: MEPCO and selected bidder will co-operate in managing changes to previously agree upon system functional capabilities. MEPCO will identify potential functional changes and propose these to the Contractor in writing. The selected bidder shall evaluate each Technical Proposal, identify potential impacts on the system and the project timeline, and report to MEPCO. If MEPCO decides to proceed, it will prioritize the change and authorize the selected bidder in writing to perform the work. The selected bidder shall track the status of in-progress change orders and report to MEPCO upon request. However, cost escalation will not be allowed under any circumstances.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

23

(m) Configuration Management: The selected bidder shall manage version releases of all contract deliverables and certain other critical documents as determined by MEPCO. This process shall assure that the status of all deliverables is known, that only approved versions are released for production use, that prior released versions can be recreated, and that changes are made to released deliverables only when authorized by MEPCO. The final release of each controlled deliverable must reside in a library (preferably computer based) under MEPCO’s control. (n) Duration of Completion: The selected bidder will make sure that the Equipment/ Services/ Civil works required under this TOR will be installed, commissioned and in working condition within two month after the award of contract. Training The bidders must offer a comprehensive training program during the implementation and operation of Data center Servers to MEPCO’s designated management and professionals for all of the supplied hardware, software and equipment. This training should take place as a part of the installation and maintenance of Servers and all other equipment under this procurement. The given training schedule by the bidders will be mutually agreed upon. The training should be for up to 20 professionals of MEPCO. It should include (i)

Training Requirements: The bidder should recommend and offer a complete training of hardware, software, IT equipment under this procurement for MEPCO professionals.

(ii)

Trainees Qualification: The bidders should also recommend the prequalification for the training for MEPCO professionals.

(iii)

Training Methodology: The bidder should provide complete details about training methodology to be provided to MEPCO professionals.

(iv) MEPCO requires the training material on DVD’s. All training material provided by the Bidder will be reproduced and used as needed by MEPCO. Documentation (a) As part of their Technical Proposal, the bidders must describe the level and types of documentation that will be delivered. This documentation must cover each level of operation, for example: user, security administrator, network and system administrator, operator etc. (b) Two (2) complete hardcopy sets of documentation for all bidders supplied components for this Project must be furnished, in addition to softcopies on CDs. (c) The manuals should feature organization of content, easy to understand language, useful graphic presentations, and a thorough index and glossary. These will be under the following categories:    

Detailed process manuals. User manuals. Operational manuals. Any other material.

(d) These manuals must address the view of the system required by business unit staff (end users). It must contain sufficient information to enable the user to independently operate the system, troubleshoot simple problems, and correct problems. The User Manuals must be able to serve as a reference guide and a teaching aid. It must cover all facets of system functions and operations, including:

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

24

       

Complete instructions for the users, completely explaining the use of each system function. System usage scenarios, based on real world examples drawn from the day-to-day workloads of typical users that fully describe and explain the salient features and operation of the system. System log-on, log-off, and security features. Error messages and error correction procedures. Help features and usage. System troubleshooting. Screen layouts and contents. Inquiry functions.

(e)

Besides, detailed User Manuals, quick reference cards will be produced by the Contractor, which will be an immediate aid to the user and quickly describe operations.

(f)

The Technical Manuals must address the view of the system required by developers, administrators and other technical personnel. It should provide an understanding of the application; database design and file structures; relationships between programs, security; troubleshooting; special constraints; and other operational guidelines.

(g)

Copies of all licenses, warranties, maintenance agreements and similar materials for all Contractor delivered components of the project must be furnished separately.

(h) Vendor will provide list of critical parts Post Implementation Support and Maintenance

(a) The Bidders will provide services for a period of at-least (3) years for solution by ensuring that the system in every way meets the specifications stated in this RFP. The support will begin upon MEPCO written final acceptance of the system. (b) All the equipment/hardware required during the Post Implementation Support and Maintenance period will be provided by the selected bidder at the MEPCO premises (c) Selected bidder is required to maintain Inventory of critical parts of equipment/hardware to timely delivery of equipment/hardware in case of malfunctioning and to avoid unnecessary delays (d) The bidders must describe in detail, in the Technical Proposal, its user and technical support plan, for maintenance periods, covering the resources, timing and procedures that will be available to provide this support. The plan must include identifications of procedures for support for on-site and off-site maintenance twenty four (24) hours a day, seven (7) days a week and three hundred and sixty five (365) days a year for:  on-site fault diagnostic techniques;  remote or tele-diagnostic fault diagnosing techniques;  average time to arrive on-site;  mean time to fix major system components;  fault escalation procedures; and  maintenance of error logs (e) The bidders must specify the various categories of problems it will support and describe the severity levels of problems. The escalation process must assure appropriate management contacts can be made in the event that the support response is not effective.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

25

(f) The cost of annual support from vendor should also be built into the Financial Proposal. MEPCO would like to sign a Service Level Agreement (“SLA”) (that would include penalties for non-performance or poor delivery) for maintenance support with the vendor. (g) The bidders must provide a list of clients in Pakistan for which Maintenance Support is, or has been provided during the past three (3) years for a deployment of similar sized as is envisaged under this RFP.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

26

Equipment required for Peshawar Electric Supply Company (PESCO) 1. 12.6 TB Network Attached Storage (NAS) is required for shared storage that consists of a high performance file server that plugs on LAN and will be attached directly with Primary and Secondary Domain Controllers. NAS server is a specialized appliance optimized for file serving, i.e., storing, retrieving, and serving files. iii) NAS appliances are "plug-and-play" meaning that very little installation and configuration is required beyond connecting them to the LAN. iv) NAS servers support a variety of network file protocols such as Sun's Network File System (NFS) and Microsoft's Server Message Block / Common Internet File System (SMB/CIFS). NAS servers use open standard protocols, which allow them to interface with multiple types of client computers and operating systems. 2. An EMC-VNX 5200 Storage Array is on order. We need to purchase additional 8TB hard drives for a full deployment. Please provide a complete upgrade solution such as new controllers etc. 3. EMC Control Center (ECC) will be required for SAN. Bidders are required to quote all other items/licenses required for the complete solution. For the Storage Resource Management “EMC Control Center (ECC)” will be required at a minimum with the following features: i) Thin Provisioning ii) Replication iii) Snapshot technology iv) File and Block Level Compression support

Item Description of Item 1

Network Attached Storage (NAS) • • • • • • • • •

Quantity of Units 01

12.6 TB SAS Storage (14 x 900GB SAS SFF) At least 2 x 10Gbps Ports Up to 4U high 2 x PCIe 3.0 Slots 3 x PCI 2.0 Slots Redundant Power Supplies 3 x USB Connectors Video & Serial Connectors Data Protection and Management High Availability Unified (File and Block) Tight Windows integration Data Deduplication Branch Cache File Classification Infrastructure Snapshots Point-in-time file replication

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

27

2

Redirect-on-write snapshots NDMP backup CIFS antivirus etc. • Services & Protocol Support Print DNS DHCP iSCSI CIFS/SMB v1.0 NFS v3 NDMP 4 Active Directory LDAP NIS (Network Information Service) (NIS) Network Time Protocol (NTP) Simple Network Time Protocol (SNTP) Simple Network Management Protocol (SNMP) Address Resolution Protocol (ARP) Link Aggregation (IEEE 802.3ad) Adaptive Load Balancing (ALB) Upgrade of existing EMC-VNX 5200 storage 16TB to 24TB capacity of storage drives including licensing for. •

01

Type and size of Disks required in Storage: Space required for tier 0 (SSD): 400GB (100GB/200GB/400GB per drive capacity) Space required for tier 1 (SAS): 7.20TB (300GB per drive capacity)

Inclusive of upgrade of EMC Control Center (ECC) licenses from 16TB to 24TB

3

EMC Networker ( backup software ) for IBM Tape Library

01

Complete licensing and Software Assurance for 1 year

(for IBM Tape Library that has already been procured) 4

EMC Control Center (ECC) Storage Resource Management (latest version) with complete licensing and software assurance for 1 year.

01

Option 1: 16TB Storage Option 2: 24TB Storage

(for EMC SAN that has already been procured) 5

VMWare vSphere for PESCO owned two Dell Servers (each with 2 Intel Xeon Processors installed) with Software Assurance for 1year

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

As appropriate

28

1.1

Period of Performance Expected Project Initiation Date:

15th January 2015

Expected Project Completion Date:

31th March 2015

MEPCO Point of Contact Name:

Mr. Qaiser Naqvi

Designation:

Deputy Director MIS

Cell No:

0345-8189165

MEPCO Office Address:

MEPCO HQ Complex, Khanewal Road, Multan

PDP reserves the right to amend the quantities of the equipment that the bidder proposes, PDP may not procure any or all of the equipment and /or services required under this solicitation or as mentioned additionally by the bidders. Bidders will list down the items with quantity and sizes and mention in the quote list. No additional compensation or consideration will be allowed because of the contractor’s misunderstanding as to the amount of work, work involved or his/her lack of knowledge of any other conditions pertaining to the work based on her/her neglect or failure to understand the scope of work. Please note that the material used by the vendor must meet the approved standards and guidelines.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

29

ATTACHMENT - IV RÉSUMÉ FORMAT



Proposed Position __________________________________________________

 Personal Name Date of Birth 

Professional Qualifications / Certifications Qualification



Institute

Professional Experience Company

Title

 Projects Undertaken specific to the Assignment Client Company / Project Position Title & Brief Nature of Title Assignment



Year

From

To

From

To

Any other information

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

30



Signature of Proposed Candidate__________________________



Dated

________________

Countersigned by Authorized Person of Bidder 

Dated

_______________

____________________

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

31

ANNEX – II QUOTATION TABLE Item

Description

Qty

1

SAPA servers as mentioned above

06

2

42U Branded Rack:

01

DDP Unit Price MEPCO/PESCO (US$/PKR)

Description: 42 U OEM floor standing server rack/cabinet should be with complete accessories such as lockable doors, cooling fans, power ground boding kit, appropriate capacity PDU(s) along with IP KVM to support 10 servers with slidable LCD (19-inch), Key Board, and Mouse etc. Storage System (SAN)

3

01

Enterprise IP based Storage Area Network (SAN) based on 10GbE iSCSI Storage Array System •

24 Terabytes (TB) of Hard disk drives capacity including licenses – Raw. Expandable up to 96TB



Type and size of Disks required in Storage: Space required for tier 0 (SSD): 1200GB (400GB per drive capacity) Space required for tier 1 (SAS): 22.8 TB (600GB or I TB per drive capacity)



Storage controller: Dual 10GbE iSCSI Controller with 4GB non-volatile

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

32

DDP Unit Price Total Price PESCO/MEPCO (US$/PKR)

• • •

memory per controller Host interface: 10 GbE (2) Ports per controller Dedicated 10/100 management port per controller Any standards-compliant iSCSI initiator Operating Systems Supported

• • • • • • •

Microsoft® Windows Server® including Hyper-V® VMware® ESX Server™ Red Hat® Enterprise Linux® (RHEL) SUSE® Enterprise Linux® (SLES) Enclosure Monitoring System Automatic spare configuration and utilization SMART Automatic bad block replacement Auto-Stat Disk Monitoring System (ADMS) to monitor health of data on disk drives

Management  

Multi-group performance and event monitoring tool Serial console Ability to configure a separate management network SNMP, telnet, SSH, HTTP, Web (SSL), host scripting Multi-administrator support

Security 

CHAP authentication Access control for iSCSI Access control for management interfaces including Active Directory,

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

33

LDAP, or RADIUS support Notification Methods 

SNMP traps, e-mail, syslog

4

SRMS licenses for 24TB and Software Assurance for 1 year

01

5

Tape Library Storage System (LTO Ultrium 6) for Backup

01

Configuration

Base library

Maximum LTO Ultrium storage slots

41

Maximum LTO Ultrium I/O slots

6

Tape drives installed

2

Maximum tape drives supported

4

Total physical capacity (2.5:1 compression)

Up to 256 TB

Maximum logical libraries

2

Rack mount Form Factor

6U

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

34

Tape drive interface options

1/10Gbps Ethernet, 8 Gbps dual-port Fiber Channel (LTO Ultrium 6 and 5), iSCSI, 3 Gbps SAS and SCSI

Network interface

6

Ethernet

Hot-swap components

Power supplies, tape drives

Systems management

Storage Management Initiative Specification (SMI-S) enabled

Backup software for Tape Library

01

Complete licensing and Software Assurance for 1 year

7

Network Attached Storage (NAS) • • • • • • • • •

01

12.6 TB SAS Storage (14 x 900GB SAS SFF) At least 2 x 10Gbps Ports Up to 4U high 2 x PCIe 3.0 Slots 3 x PCI 2.0 Slots Redundant Power Supplies 3 x USB Connectors Video & Serial Connectors Data Protection and Management High Availability Unified (File and Block) Tight Windows integration Data Deduplication Branch Cache File Classification Infrastructure

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

35

8

Snapshots Point-in-time file replication Redirect-on-write snapshots NDMP backup CIFS antivirus etc. • Services & Protocol Support Print DNS DHCP iSCSI CIFS/SMB v1.0 NFS v3 NDMP 4 Active Directory LDAP NIS (Network Information Service) (NIS) Network Time Protocol (NTP) Simple Network Time Protocol (SNTP) Simple Network Management Protocol (SNMP) Address Resolution Protocol (ARP) Link Aggregation (IEEE 802.3ad) Adaptive Load Balancing (ALB) Network Load Balancer

01

Server Operating System

9

SuSE Linux Enterprise 11

05

10

SuSE Linux Enterprise 11 with HA Support

02

11

Windows Server 2012 Standard Edition with CALs to support 600 active

02

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

36

directory users (for Primary and Replica Active Directory Services)

12

Windows Server 2012 Standard Edition for Read Only Domain Controller (RODC)

01

13

Network Load Balancer

1

14

Kaspersky Endpoint Security Business licenses for all servers (Provide complete details)

15

VMWare vSphere Enterprise Edition for 6 Servers as given above with Software Assurance for 1year

1

16

CISCO 16 port 10Gbps Module for CISCO Catalyst 6800 Series Switch

01

Equipment required for Peshawar Electric Supply Company (PESCO) 17

Network Attached Storage (NAS) • • • • • • • • •

01

12.6 TB SAS Storage (14 x 900GB SAS SFF) At least 2 x 10Gbps Ports Up to 4U high 2 x PCIe 3.0 Slots 3 x PCI 2.0 Slots Redundant Power Supplies 3 x USB Connectors Video & Serial Connectors Data Protection and Management High Availability Unified (File and Block) Tight Windows integration Data Deduplication

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

37

18

Branch Cache File Classification Infrastructure Snapshots Point-in-time file replication Redirect-on-write snapshots NDMP backup CIFS antivirus etc. • Services & Protocol Support Print DNS DHCP iSCSI CIFS/SMB v1.0 NFS v3 NDMP 4 Active Directory LDAP NIS (Network Information Service) (NIS) Network Time Protocol (NTP) Simple Network Time Protocol (SNTP) Simple Network Management Protocol (SNMP) Address Resolution Protocol (ARP) Link Aggregation (IEEE 802.3ad) Adaptive Load Balancing (ALB) Upgrade of existing EMC-VNX 5200 storage 16TB to 24TB capacity of storage drives including licensing for. •

01

Type and size of Disks required in Storage: Space required for tier 0 (SSD): 400GB (100GB/200GB/400GB per drive capacity) Space required for tier 1 (SAS): 7.20TB (300GB per drive capacity)

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

38

Inclusive of upgrade of EMC Control Center (ECC) licenses from 16TB to 24TB

19

EMC Networker ( backup software ) for IBM Tape Library

01

Complete licensing and Software Assurance for 1 year

(for IBM Tape Library that has already been procured) 20

EMC Control Center (ECC) Storage Resource Management (latest version) with complete licensing and software assurance for 1 year.

01

Option 1: 16TB Storage Option 2: 24TB Storage

(for EMC SAN that has already been procured) 21

VMWare vSphere for PESCO owned two Dell Servers (each with 2 Intel Xeon Processors installed) with Software Assurance for 1year

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

4

39

Bidder Name:

_________________

Total Price DDP Multan/Peshawar Pakistan, US$:__________________________ Total Price DDP Multan /Peshawar, Pakistan, PKR: _____________________________________ Name of Bidder’s Authorized Representative: Signature of Supplier's Authorized Representative: Title: Date:

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

40

ANNEX - III CERTIFICATIONS Required Certifications The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are:        

Certification Regarding Terrorist Financing Narcotics offenses and drug trafficking- key individual certification Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions Certificate of Origin Certificate for Availability Certification of Bidder Ownership/Shareholder Structure Certification of Independent Price Determination Certification Regarding Compliance with Anti-Bribery Laws

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

41

1.1

Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a U.S. Government source. CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224 By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. 2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the following steps: a.

Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not appear (i) on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of prohibited individuals or entities that may be provided by USAID to the Recipient. The Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. b. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware or that is available to the public. c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. “Terrorist act” means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically motivated violence perpetrated against non-combatant targets by sub national groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup. RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

42

This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. Name: _________________________________ Signature: ____________________ Title: __________________________________

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

Date: ____________________

43

1.2

Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1

I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2

I am not and have not been an illicit trafficker in any such drug or controlled substance.

3

I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________ Name: ______________________________________ Title/Position: ________________________________ Organization: ________________________________ Address: ____________________________________ Date of Birth: ________________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

44

1.3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions A. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

45

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1.

2.

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________ Typed Name and Title: ______________________________________ Signature Date: ____________________________________________

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

46

1.4 Certificate of Origin VENDOR CERTIFICATE OF ORIGIN The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for __________________________________________________________ (Name and Address of the Vendor) Certifies the origin of goods listed below offered under the RFP #...............……..to IRG are as follows: Item #

Catalogue / Other Item Name Identifying Number Description

and Origin (Country)

As defined in 22 CFR 228, Section 228.01(j): Origin means the country where a commodity is mined, grown or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is significantly different in basic characteristics or in purpose of utility from its components (Name) (Signature of Owner or Agent) (Title) (Date)

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

47

1.5 Certificate of Availability

I, Mr./Miss/Mrs. ________________________________________________ solemnly declare/ certify that I have authorized (Firm Name) to include my CV in their proposal for the subject assignment and if the contract is awarded to this firm I shall be available to work on this contract up to the completion of the assignment

Name: _____________________ Signature:

_______________

Date: ______________________

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

48

1.6 Certification of Bidder Ownership/Shareholder Structure To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG defines “controlled” as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of a company.

Nationality

% Ownership

Government-controlled Entity or Government Agency?

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

Owner(s) / Shareholder(s)

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual agreement, and that any false or misleading information provided herein would be grounds for the immediate termination of any such contractual agreement.

Name of the Bidder: ______________________________________ Date of Application/Proposal: Typed Name and Title: Signature Date:

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

49

1.7 Certification of Independent Price Determination Certification of Independent Price Determination To Be Completed by the Offeror: (The Representations and Certifications must be executed by an individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications as part of its proposal. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001. 1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) [NOTE: This provision is applicable when a firm-fixed price contract is contemplated.] The offeror certifies that – 1. The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; 2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and 3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory— 4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (1) through (3) above; or 5.

Has been authorized in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (1) through (3) above.

Print Name________________________________________ Print Title ________________________________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named above have not participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above. (c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

50

(Name of Offeror)

(RFP No.)

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

51

7

Certification Regarding Compliance with Anti-Bribery Laws

(hereinafter “Company”), which is entering into a business relationship with International Resources Group (IRG), a wholly-owned subsidiary of Engility Corporation, hereby, as appropriate, represents warrants, affirms and agrees that it will comply with the U.S. Foreign Corrupt Practices Act, and with all applicable laws, rules and regulations of the U.S.A and of (country in which company operates) and in particular agrees that: 1. To the Company’s Knowledge none of the principals, officers or employees of Company is a government official, and official of any public international organization, a political party official, or a candidate for political office. 2. Company is familiar with the U.S. Foreign Corrupt Practices Act (FCPA) of 1977 and the Company’s Compliance with Anti-Bribery and the FCPA. 3. Company is familiar with and shall comply in all respects with U.S. laws, regulations, and administrative requirements applicable to Company’s relationship with Consultant, including, but not limited to, the Foreign Corrupt Practices Act of 1977 as amended (FCPA); International Traffic In Arms Regulations (ITAR); Export Administration Regulations (EAR), as amended; the Antiboycott Regulations and Guidelines issued under the Export Administrations Act, as amended; and Section 999 of the Internal Revenue Code (Antiboycott Regulations); and the Office of Foreign Assets Control (OFAC) Regulations. 4. All of the information that Company has provided to IRG and its representatives in connection with retention of Company was and remains current, accurate and complete. 5. Company will obtain written approval from IRG before Company hires subagents, and that no subagent will be approved unless that subagent agrees in writing to these same terms and conditions. 6. Company agrees to comply with Laws, including without limitation, Anti-Bribery Laws (defined below) and shall not cause Company or IRG to be in violation of any Law or Anti-Bribery Law. 7. The Company understands that “Anti-Bribery Laws” mean collectively (i) the FCPA and (ii) all other applicable Laws regarding corruption, bribery, ethical business conduct, money laundering, political contributions, gifts, hospitalities, or expense reimbursements to public officials and private persons, consultant relationships, commissions or fees, lobbying, books and records and financial controls. 8. The Company has not, directly or indirectly through third parties, paid, promised or offered to pay, or authorized the payment of, any money or given any promise or offer to give, or authorized the giving of anything of value, to a Public Official or Entity (as defined below) for purposes of unduly obtaining or retaining business for or with, or directing business to, any person, including without limitation, Company, by (i) influencing any official act, decision or omission of such Public Official or Entity; (ii) inducing such Public official or Entity to do or omit to do any act in violation of the lawful duty of such Public Official or Entity; (iii)securing any improper advantage; or (iv) inducing such Public official or Entity to affect or influence any act or decision of another Public Official or Entity. 9. The Company understands that “Public official or Entity” means (i) any officer, employee, agent, representative, department, agency, official, corporate entity, instrumentality or subdivision of any government, military or international organization, or (ii) any candidate for political office, any political party or any official of a political party. 10. The Company ensures that no part of any payment, compensation, reimbursement or fee will be used directly or indirectly as a corrupt payment, gratuity, emolument, bribe, kickback, or other improper benefit to a Public Official or Entity or Company customer. 11. The Company will notify IRG immediately if, at any time, the Company becomes aware of any past, current or future act resulting in an actual or potential conflict with any Law or Anti-Bribery Law. 12. Company will provide documents and information to IRG, upon request, confirming Company’s compliance with this agreement, and will allow IRG (or its agents) to review Company’s books and records with respect to the work performed on behalf of IRG at any time. 13. This certification is being provided to IRG in connection with IRG’s decision to enter or continue a business relationship with Company. If Company violates any of the terms of this agreement, IRG shall have the option to terminate its contract with Company, notwithstanding any other provision of

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

52

IRG’s contract with the Company to the contrary. Moreover, Company shall forfeit any payments owed to it by IRG upon an admission or finding that Company has failed to comply with any terms of this Certification. Company: Signature: Name: Title: Telephone: Fax: Email: Date:

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

53

ANNEX IV FORMAT FOR BID BOND Form for Bid Bond A Bid Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Bid Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than sixty (60) calendar days. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand which shall state that the bidder has removed the Offer, modified the Offer, declines to sign the contract, or after signing the contract has not presented the Performance Bond adequately as stipulated in the notification by IRG in the Award Letter, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

54

ANNEX V FORMAT FOR PERFORMANCE BOND Form for Performance Bond A Performance Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Performance Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than the contract performance period. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand, which shall state that the bidder after signing the contract has not been able to perform as per contract, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

RFP: IRG/PDP/ ERP-DC/MEPCO/2014/189

55

20141124_RFP 189_ ERP Infrastructure MEPCO PESCO.pdf ...

9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on customer needs,.

707KB Sizes 0 Downloads 98 Views

Recommend Documents

RFQ185_IT for MEPCO HHU.pdf
customers. 9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on ...

ADB-TRANCHE-IV-MEPCO-04 - Asian Development Bank
Mar 7, 2016 - Lot-1: Procurement of Plant, Design, Supply Installation, Testing and ... their letterhead indicating their address, email, telephone & fax number ...

ADB-TRANCHE-IV-MEPCO-04 - Asian Development Bank
Mar 7, 2016 - equipment; completion period, commissioning date / commercial operation date, contract value) a.2). Experience Requirements on ...

ERP Notes.pdf
flow between various business functions, decides the success or failure of the ERP. implementation. Put simly,information system must become central-as a ...

pdf erp
Whoops! There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. pdf erp.

IRB Infrastructure - Nirmal Bang
May 4, 2012 - Earlier, the local police had conducted a detailed inquiry into ... Expressway), jointly owned by its real estate special purpose vehicle Aryan.

Green Infrastructure Plan - NYC.gov
Mar 13, 2012 - In exchange, DEC has eliminated approximately $1.4 billion in grey infrastructure projects, and agreed ..... 13 watersheds using updated impervious data based on a 2009 ...... sating and re-calculating changes in cloud cover,.

Infrastructure and Services v1.0
May 31, 2009 - Delivery date ... a multiannual Community programme to make digital content in Europe .... 3.1 LRE METADATA APPLICATION PROFILE V4.0.

INFRASTRUCTURE & NATIONAL DEVELOPMENT_ IMPLICATION ...
Page 4 of 57. INFRASTRUCTURE & NATIONAL DEVELOPMENT_ IMPLICATION FOR NATIONAL SECURTY 13 .08.15.pdf. INFRASTRUCTURE & NATIONAL ...

Water Infrastructure
Cumulative impacts from mining and infrastructure ... Effective use of influence and legislative tools to achieve ... Shared responsibility for monitoring ...

IRB Infrastructure - Nirmal Bang
May 4, 2012 - Chinese walls, and therefore may, at times, have different or contrary views on stocks and markets. This report is for the personal information of ...

1pondo 111315 189
Game ofthethrones. season 1.7 - PDF Printer.TEEN TITANS S.Wefully ... Theart ofexceptional.Carbonaro effect 1.1pondo 111315 189.1080p my friends hotmom.The best by private ... McMurphy could not want to live his mind or his lifein that which foreverm

Green Infrastructure Plan - NYC.gov
On March 13, 2012, DEP and the New York State Department of Environmental ...... the water use rules to reflect technical and proce- dural changes, promoting water efficiency, offer- ing reuse and education programs, and continu-.

Procurement of CONVERGED INFRASTRUCTURE - (Callnumber ...
Procurement of CONVERGED INFRASTRUCTURE - (Callnumber 01-112016).pdf. Procurement of CONVERGED INFRASTRUCTURE - (Callnumber ...

AI Bridging Cloud Infrastructure (ABCI)
Big Data, and Computing Power will be leveraged in a single common public platform. ABCI will rapidly accelerate the deployment of AI into real businesses and ...

Cloud Plan: Infrastructure Services
Build an initial plan for deployment and migration activities given customer's requirements and timelines. As part of the planning, a training plan will be delivered.

Infrastructure Support Services.pdf
Sign in. Loading… Whoops! There was a problem loading more pages. Whoops! There was a problem previewing this document. Retrying... Download. Connect ...

Coastal Towns Environmental Infrastructure Project
E-mail: [email protected]. Date: 17 February 2016. Loan No. and Title: L3133-BAN: Coastal Towns Environmental Infrastructure Project. Contract No.

SABH INFRASTRUCTURE LTD.pdf
Through : Mr. Salil Kapoor, Mr. Sumit. Lalchandani, Ms. ... Standing Counel with Mr. Sanjay. Kumar .... Displaying SABH INFRASTRUCTURE LTD.pdf. Page 1 of ...

Cloud Plan: Infrastructure - Services
Create an inventory of potential workloads targeted for migration to Google Cloud. Document key characteristics of these workloads to evaluate in preparation for future deployment. First Movers Assessment. Prioritize and select “first mover” appl