Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
Request for Proposal (RFP)
SMS Services
One-Way & Two -Way
Local & International
Last Date for Submission: 28th August 2018 at 1:30 PM
Bid Opening Date: 28th August 2018 at 02:00 PM
HIGHER EDUCATION COMMSSION
H-9, ISLAMABAD
( R s . 1 0 0 0 / - ) Websites: www.hec.gov.pk,
Tele no. 051-90402208, 90402213, 90402224,
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
1
1. DEFINITIONS ........................................................................................................................ 2
CHECKLIST FOR ENCLOSURES ............................................................................................... 4
2. ADDITIONAL NOTES .......................................................................................................... 6
3. INTRODUCTION .................................................................................................................. 6
4. OBJECTIVE ........................................................................................................................... 8
5. SCOPE OF WORK ................................................................................................................. 8
6. BID SUBMISSION REQUIREMENTS................................................................................. 9
7. SELECTION PROCEDURE ................................................................................................ 10
8. MINIMUM REQUIREMENTS FOR SERVICE LEVEL AGREEMENT .......................... 10
9. LIQUIDATED DAMAGES ................................................................................................. 12
10. GENERAL TERMS AND CONDITIONS ...................................................................... 12
11. MEET OR EXCEED SPECIFICATIONS........................................................................ 14
12. CLARIFICATIONS .......................................................................................................... 14
13. TECHNICAL EVALUATION CRITERIA ..................................................................... 15
14. FINANCIAL EVALUATION .......................................................................................... 20
15. AWARD OF TENDER..................................................................................................... 20
Form I: Technical Requirement .................................................................................................... 21
Annex - I: Bill of Quantity(ies) ..................................................................................................... 24
Annex - II: Bill of Cost ................................................................................................................. 25
Annex - III: List of Countries ......................................................................................................... 0
Annex – IV: Bid Submission Form ................................................................................................ 0
Annex – V: Firm’s References ....................................................................................................... 1
Annex – VI: Technical Compliance Certificates/Compliance Undertaking ................................... 1
Annex – VII: Declaration................................................................................................................ 2
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
2
Higher Education Commission
Sector H-9, Islamabad
INVITATION TO BIDS The Higher Education Commission (HEC), Pakistan invites sealed bids directly from the interested in
offering
SMS Services (One-Way & Two Way Local & International)
The bidders (Service Provider) must be registered body duly recognized in Pakistan and be registered
with FBR for Tax purpose. The Service Provider should have sufficient financial, technical and human
resources to complete the project within prescribed time limit on the finalization of contract for Services
Local & International One-Way (Mask:HEC) & Two-way (ShortCode: 9432) SMS Services.
Bidding document containing detailed terms and conditions, method of procurement, procedure for
submission of bids, bid security, bid validity, opening of bid, evaluation criteria, clarification/ rejection
of bids, performance guarantee etc. is available for the interested Service Providers at Accounts
Section, Finance Division, Higher Education Commission, Sector H – 9, Islamabad – Pakistan. Price
of the bidding document is Rs. 1,000/-. Bidding documents can be downloaded from
http://www.hec.gov.pk free of cost, however, interested bidder will be required to have registered copy
purchased from HEC, in order to participate in tender process.
The bidders (Service Provider) should submit a bank draft (from scheduled bank) equal to 2% of the
total bid value, which must accompany the bid in a sealed envelope marked as “Earnest Money” drawn
in favor of D.G. (Finance), Higher Education Commission, Islamabad along with technical proposal.
This tender is being executed under PPRA rule 36(b) “Single Stage – Two Envelope”.
The bids prepared in accordance with the instructions in the bidding document, must reach at Higher
Education Commission, Sector H-9, Islamabad on or before Tuesday 28th August 2018 at 1330. Bids
will be opened the same day at 1400 hrs, in the presence of bidders who choose to attend. Pre-bid
meeting will be held on Friday 3rd August, 2018 at 2:30PM in the IT Data Center Video
Conference Hall, Higher Education Commission, Sector H – 9, Islamabad. . HEC reserves the right to
accept/ reject any or all the bid/ bids at any stage, however, reasons shall be communicated in line with
the PPRA rules. This advertisement is also available on PPRA (http://www.ppra.org.pk/) websites.
Director Operation (PERN)/ In-charge IT
HIGHER EDUCATION COMMISSION
H-9 Islamabad, Pakistan
Phone: 051 - 90402213, 90402224
E-Mail: [email protected]
1. DEFINITIONS
1.1. Bidder: Bidder who submits the proposal and legally registered in Pakistan and be registered
with FBR for Tax purpose.
1.2. BOQ: Bill of Quantities.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
3
1.3. HEC: Higher Education Commission.
1.4. RFP: Request for Proposals.
1.5. Second Party: Selected Bidder.
1.6. Selected Bidder: Bidder selected for the award of contract against this tender.
1.7. Service Level Agreement: The level of service which HEC purchases from the Selected
Bidder in respect of the service.
1.8. SLA: Service Level Agreement.
1.9. Account Manager: Project or Task Manager; who has the prime responsibility of the project/
task execution.
1.10. BOC: Bill of Costs
1.11. Contract: Contract means an agreement signed between the HEC and the Selected Bidder.
1.12. Day: Day means a working day (if not stated otherwise)
1.13. Delivery: Delivery means supply of the specified SMS Services
1.14. First Party: Higher Education Commission
1.15. FY: Financial year
1.16. HEI: Higher Education Institution (HEI) means recognized institution by the Higher
Education Commission, Government of Pakistan.
1.17. Procuring Agency: Procuring Agency means Project Directorate, Higher Education
Commission, and Government of Pakistan
1.18. Prospective bidder: Bidder who intend to participate in the tender process
1.19. Region: Geographical Business domain of principal to which Pakistan belongs.
1.20. SMS: Short Messaging Service
1.21. Selected Bidder: Bidder selected for the award of tender
1.22. Total Bid Value/ Total Cost or Price: Total Cost means the aggregate cost of the service,
prevailing taxes and services over three (05) year as required by the HEC.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
4
CHECKLIST FOR ENCLOSURES
(Bidders should fill up YES or NO without fail)
S. # Bid Enclosure Ye
s
No
1. Whether the Bid is submitted in One covers:
Technical Proposal and Financial Proposal
2. Whether both Technical and Financial Proposals are put into an one Envelope.
3. Whether Technical Proposal and Financial Proposal contains the following
3.1. Bidder’s undertaking covering letter, on the Letter Head is signed by the
authority stamped and submitted
3.2. Signed and stamped Letter of Authorization or Power of Attorney
for Signing the RFP Document on behalf of the Bidder is submitted.
3.3. Copy of License CVAS or letter of approval issued by the Pakistan
Telecommunication Authority (PTA) to provide the SMS services within
Pakistan
3.4. All pages of the blank RFP Document in full are signed by the authority,
stamped and submitted.
3.5. Earnest Money (EM) amount as specified in the RFP Document is
submitted in a separate sealed cover.
3.6. Filled up Technical Proposal is signed by the authority, stamped and
submitted.
3.7. The Eligibility Criteria/ Qualification Criteria are signed by the authority
and stamped.
3.8. Bidder’s undertaking on the Letter Head to the effect that they agree to the
Eligibility/ Qualification and Evaluation Criteria are signed, stamped and
submitted with the relevant documents.
3.9. A certificate of assurance and guarantee on the Letter Head from the
bidder that it will ensure SMS Services within the time line specified in
the Bid Documents, is submitted.
3.10. A list of Countries where the SMS white listed.
3.11. All the undertaking/ letter heads and certificates wherever required are
signed, stamped and submitted.
3.12. Supporting Documents to meet the Eligibility/ Qualification Criteria.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
5
3.13. All the supporting documents to meet the Qualification Criteria as laid
down in the Bid Documents and under Eligibility Criteria, are signed by
the authority and stamped.
3.14. Copy of Bidder’s Certificate of Incorporation/ registration is signed,
stamped and submitted.
3.15. For SMS Services sales, copies of the invoices for the sales made or proof
of statutory documents like Income Tax, Excise Duty Returns or Sales
Tax Returns or any other legally valid documents are submitted.
3.16. Bidder’s undertaking on letterhead that company has never been
Blacklisted, is submitted.
4. Whether Financial Proposal contains the following;
4.1. Filled Financial Proposal with signature and stamp on all pages is
submitted.
4.2. Whether corrections or overwriting if any are attested?
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
6
2. ADDITIONAL NOTES
APPLICABILITY OF PUBLIC PROCUREMENT RULES, 2004 (REV.) This Bid Process will be governed under Public Procurement Rules, 2004 (Rev.), as amended from time
to time and instructions of the Government of Pakistan received during the completion of the project.
IMPORTANT NOTE: Bidders must ensure that they submit all the required documents indicated in the RFP Document without
fail. Bids received without undertakings, valid documentary evidence and supporting documents and the
manner for the various requirements mentioned in the RFP Document are likely to be rejected at the
initial stage. The valid documentary evidences for the critical components as detailed hereinafter should
be submitted by the Bidder for scrutiny. The Bidders are required to read the RFP Document and
applicable laws and submit any objection thereof in writing in the pre-bid meeting; failing which no
objection shall be entertained regarding the terms and conditions of the RFP Document and the Bid
Process at the later stage.
PURPOSE OF THIS DOCUMENT
The purpose of this document is to share/ present the macroscopic view of the project objectives and
requirements while giving its background. Vision & Objectives, Scope of Work, Project Methodology
as per HEC requirements, Bids Submission requirements, Selection Procedure and Criteria, Terms &
Conditions, Payments Terms, and Warranty Support/ Services are also elaborated in this document to
provide necessary information about this tender for potential bidders. Bidders are required to provide
the required information by filling up the Bid Submission Forms while strictly following the format
given at Annexure –IV.
3. INTRODUCTION
In recent years, good progress has been made in higher education sector in Pakistan, and significant
transformations have taken place as to come out as one of the dynamic sectors which is rapidly evolving
and developing the capacity of HEIs to serve as engines of growth in country’s socio-economic
development. Despite of these progress and positive change as well as potential which is widely
acknowledged, the higher education sector of Pakistan faces numerous challenges. Strategic vision of
HEC for higher education realizes that key to overcome many of the current and future challenges, is to
invest significantly in the Information and Communication Technologies (ICTs), as witnessed in many
emerging economies around the world. Modern information and communication technologies are key
to enhancing efficiency, efficacy and impact of programs of development in the higher education sector.
HEC now intends to fill the communication gap between the Students/ Public/ HEI’s and HEC through
SMS service through which end users can get the verification / feedback on their requests, on HEC
digital platforms. The SMS service are procured in a transparent manner through competitive bid
process under Rule 36 (b) following the procedures stipulated by PPRA.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
7
Accordingly, the HEC has invited Bids for SMS (One way & Two way) Services of approximately
Fifty million (50,000,000) as per the requirements and timeframe given in the RFP document. The
SMS services shall be made by the Selected Bidder against the Purchase Order issued by HEC and
within the specified delivery time as per delivery schedule, after signing of the contract.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
8
4. OBJECTIVE
The Higher Education Commission, Pakistan (HEC) intends to acquire Bulk One-Way (Mask: HEC) &
Two-Way (ShortCode:9432) Local and International SMS Service. The objective of HEC is to provide
a reliable and economical SMS Services for various HEC Projects, Programs and direct contact with
Students, faculty and public across the country and international countries.
5. SCOPE OF WORK
HEC intends to procure 49,000,000 Local SMS and 1,000,000 International SMS Services for 5 Years.
5.1 Operational Requirements:
a) The selected bidder shall Provide SMS Services One Way & Two Way.
b) The selected bidder shall provide Local & International SMS Service.
c) Service must have alternate delivery channel for information communication.
d) The selected bidder will ensure standard customer experience of offered services as per PTA’s
determination.
e) The Selected bidder shall insure to white list HEC short Code 9432 to all Telecom Network
Nationwide and internationally. Or shall provide international White listed ShortCode for
international SMS.
f) Service Provider should have SMS services available to telecom Networks.
g) All the messages should be sent via transactional route and not via Promotional route.
h) The Selected bidders seems to have difficulty in SMS services provisioning they may engage
the third party aggregator which have agreement with all the telecom operators.
i) A dedicated resident engineer shall be provided to run SMS Services for 24/7.
5.2 SMS (One Way-Two Way) Portal must support:
a) Multiple integration scenarios – Connection to service provide can be established through
Web interface, API and database pooling integration methods at the same time through
different types of connections: HTTP & SMPP protocols.
b) Advances UI design on frontend Web Panel – management of outbound campaigns backed
up with detailed analytics per individual message combined by full stack subscriber base
management and customizable UI.
c) Portal must support multichannel delivery feature – Possibility to broadcast and submit
multiple channel messages as well as introduce backup channels of delivery that ensure reach
to end-user.
d) Encryption – For bigger data protection.
e) International coverage – Connection with countries across to world to ensure that you can
contact anyone anywhere in the world. f) The SMS are generated by making a query on the database through an ODBC interface. g) The information is converted into SMS and stored in database as per standard.
h) A rule engine application runs on specific time to complete the task. i) The database at the service provider end is checked (e.g. every 1 or 2 minutes or less) for
outbox messages or resending / Confirmation.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
9
j) New messages are sent automatically. The platform can also be configured to send event /
campaign based messages. k) Service provider to use standard HTTP port for sending SMS. For high security. l) Service provider must also support SSL layer for transferring information.
m) Incoming SMS sent by mobile phones/devices on a virtual numbers provided by service
provider n) Virtual numbers could be SHORT CODE (4 Digit number) or LONG CODE (10 Digit Virtual
GSM Number). o) HEC can retrieve messages on virtual numbers as follows.
p) The 10 or 4 Digit Virtual Mobile Number of HEC is mapped to the service provider’s Server
and all the incoming messages are downloaded on the server after sender’s identity is
authenticated through various parameters like Mobile Number of the sender, Employee Code
etc. Once the message is downloaded on the server, it sends the message to SMS application
installed at HEC Server. The whole message is, then downloaded on the application and the
application fetches the required information from the server and sends it back to the Mobile
Phone of the sender.
5.3 Web interface with extended (UI) with following desired features:
a) Web interface (GUI) Send SMS to any SMS capable mobile phone on all networks.
b) Customize address book with an option like by adding contacts and saving recently used
numbers.
c) Utilize existing Contact stores of Outlook, Outlook Express, or any other ODBC data source
d) Send one SMS to multiple mobile numbers (any x number) or address-book contacts
e) Get delivery or failure reports for each message in excel as well as API
f) Create, Edit, Reply, Forward, Export, Delete or Send SMS messages
g) Use familiar MS outlook like user interface. Should have Outbox and Sent Items folders.
h) All the possible exceptions have to be handled
i) Send SMS messages to user-defined groups of individuals
6. BID SUBMISSION REQUIREMENTS
The objective of bid submission requirement is to provide bidders with the information to submit
their bid in response of this RFP. Bidders must follow following requirements for their
proposals/bids.
a) For this tender, PPRA 36(b) “Single Stage –Two Envelope” procedure shall be followed.
However, tender shall be awarded to on least cost selection basis.
b) Bids shall comprise of single envelope containing envelopes, i.e. Technical and Financial
Proposal, and clearly marked as Technical and Financial proposals.
c) Bidders shall submit two (02) copies of bid containing Technical and Financial Proposals
(including soft copies on CD/ DVD).
d) Bidder shall submit bids within define by hand at the address given in Tender Notice and
mention in this RFP.
e) Bidders shall submit a signed letter with Official stamp affixed on it as per the format given in
as Annex - IV cover letter to the Bid/Proposal.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
10
f) Bidders are required to quote the solution complying with the Scope of Work at section 6 of
this RFP with minimum Specification set out in Forms I and any additional item(s) that are
deemed required to complete the scope of work must be included.
g) Technical proposals shall contain Company profile, Authorization & relationship with
principal firms, company experience in related field, technical staff details, project completed,
major clients’ list as per the format given in Annex V “Firm’s References”, solution’s technical
details (brochures, etc.) mentioning compliance and properly highlighted all the compliance
specification as requested in Form I “Technical Requirements” using florescent highlighter of
quoted solution / Items.
h) Bidders are required to fill and sign the Technical Requirement Form I, as provided in this RFP
and must submit them along with Technical Proposal.
i) Bidders are required to submit Technical Proposals according to the solution requirements
mentioned in this document while furnishing the proposal in sequence and manner as set forth
in Technical Evaluation Criteria, and Financial proposal according to Bill of Cost (BoC).
j) Earnest Money (EM) amount as specified in the RFP Document i.e. 2% of the total bid value
payable by way of Bank Draft in PKR drawn on National Bank or a Scheduled Bank in Pakistan
in favour of the “D.G. Finance, Higher Education Commission” payable at Islamabad. The
Earnest Money in the form of Bank guarantee or Insurance guarantee is not acceptable. The
Earnest Money should be enclosed in a separately sealed cover along with the Financial
Proposal duly marked as “Earnest Money”.
7. SELECTION PROCEDURE
a) Evaluation of the firms shall be based on information provided in Technical Proposals.
b) Bidders are required to meet all the mandatory conditions as defined herein for further
consideration of bid for financial comparison.
c) Bidder must provide POC (Proof of Concept) for multi-channel delivery of SMS as defined in
the Scope of work of this RFP. Unsuccessful POC may lead to technically disqualification from
the tender.
d) Only technically responsive bidder will be considered for further processing and comparison of
financial bids.
e) The bid found lowest evaluated and technically fully compliance to the BoQ and this RFP will
be accepted for the award of contract subject to the approval of Competent Authority.
f) After the approval of contract award, a contract agreement on the stamp paper worth Rs. 100/-
shall be executed by the firm with selected bidder within 15 days from the date of issuance of
Letter of Intent.
g) If anything is not quoted as per Annex-I & Annex-II it may lead to cancellation of whole bid.
8. MINIMUM REQUIREMENTS FOR SERVICE LEVEL AGREEMENT
Successful bidder must ensure that
a) Monthly platform uptime is > 97.75%,
b) Single SMS delivery time is < 10 secs,(6 SMS Per Minutes)
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
11
c) 2,500 < SMS Thruput < 5,000 SMS per minute.
d) Planned down time shall be communicated before time via email & Mobile Phones.
e) Selected bidder will be required to extend the level 1 support through web-portal/CRM
f) Selected bidders have to provide one observer account to HEC to observe the Level 1 support
responses.
SMS platform must be hosted in the following infrastructure & procedures to ensure service is
always available:
a) Use of only Fully redundant tier 3 data centers.
b) Multiple local & international provider connections for connectivity redundancy
c) Smart queuing technology to ensure Automatic failover & dynamic gateway routing
d) 24/7/365 live monitoring of all services
Penalties:
a) If the average monthly platform uptime is <97.75%, 0.1% of the total contract value shall be
deducted.
b) If the average single sms delivery time is >10 sec, 0.1% of the total contract value shall be
deducted.
c) If the SMS thruput () is <2,500 sms per minute, 0.5% of the total contract value shall be
deducted.
d) If the SMS not delivered to end users through campaign or API on each volition 1% from total
contract value
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
12
TERMS OF PAYMENT
a) Payment of SMS shall be paid on post quarter as per usage.
b) Upon signing of contract Successful bidder will submit the Performance Bank Guarantee equal
to (10%) ten percent of total contract value for the 5 Year contract period. 10 % Bank Guarantees
will be released after successful completion of contract period.
c) Selected Bidder may extend Performance Bank Guarantee or provide fresh Bank Guarantee
equal to 10% in lieu of Retention Money.
d) The two percent (2%) bid earnest money equal of total bid value deposited by the Selected
Bidder at the time of bid submission will be release after submission of 10% bank Guarantee.
e) Upon acceptance of invoice payments shall be made within (30) thirty days from the date of
submission of each invoice.
f) All prices must be provided in PKR including all applicable taxes.
g) HEC may consider any other alternative arrangement for payments which falls in the legal
framework of Government of Pakistan (GoP) at the time of Contract signing with selected
bidder. Taxes will be deducted as per government of Pakistan rules at the time of payment.
However, in case the selected bidder is able to produce a copy of the exemption certificate then
no tax shall be deducted and no amount shall be withheld.
9. LIQUIDATED DAMAGES
a) In case of delay in delivery of item / services as per contract as defined in the scope of work in
this RFP, the Executive Director, HEC reserves the right to impose a penalty not exceeding 1%
of the total amount of the contract at the rate of 0.25% for each week of delay in handing over
service(s).
b) In case of delay of Services, the Executive Director, HEC reserves the right to impose a penalty
not exceeding 1% of the total amount of the contract value for the initial top up at the rate of
1% of the contract amount for each week of delay.
c) If the work is not executed according to the satisfaction of the Executive Director, as per the
scope of work, the ED reserves the right to reject it altogether or impose a penalty not exceeding
5% of the contract amount for the initial top up.
10. GENERAL TERMS AND CONDITIONS
Following general terms & conditions apply
a) The bidder should be registered with sales Tax and Income Tax Department.
b) In case of sudden leave on the bid opening date, tender will be opened on net working day.
c) An affidavit to the effect that the firm has not been blacklisted by any Government/semi
Government organization and also provide Integrity Pact.
d) If a bidder has quoted multiple options, in this case bidder should submit the earnest money
equal to 2% of highest quoted option. Further the amount of any optional requirement shall be
added to total bid value.
e) Incomplete and conditional tenders will not be entertained.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
13
f) The Commission reserves the right to accept/reject wholly or partially any tender without
assigning any reason at any stage of the tender process.
g) Validity period of the bids shall be 150 days.
h) The decisions of HEC will be binding on all concerned and will in no case be challengeable at
any forum or any court of law.
i) Bids are liable to be rejected if they are not conforming to the terms, conditions and
specifications stipulated in this RFP.
j) Bidders are required to submit a signed copy of Technical Compliance Sheet and Certificates
as in Form-I while affixing official stamp on it.
k) During the examination, evaluation and comparison of the bids, the HEC, at its sole discretion,
may ask the bidder for clarifications of its bid.
l) The request for clarification and the response shall be in writing/email and no change in the
price or substance of the bid shall be sought, offered or permitted.
m) If there is a discrepancy between unit price and total price in the submitted bid which is obtained
by multiplying the unit price and quantity, the unit price shall prevail and total price shall be
corrected. If there is a discrepancy between the words and figures, the amount in words shall
prevail. If there is a mistake in addition/ totaling, that shall be corrected. If the bidder does not
accept the corrected amount of bid, his bid shall be rejected and his tender security forfeited.
n) For this tender all updates/changes shall be communicated through email and also be posted on
HEC website.
o) In case of any dispute between the two parties of any matter arising out of after signing the
contract agreement, the case shall be referred to Executive Director, HEC whose decision shall
be final and binding on both parties.
p) If the progress of the work is not to the satisfaction of ED(HEC), the ED(HEC) has the right to
cancel the order, get the work done by some other Contractor/Firm subject to the first party has
to pay any amount in excess of the agreed amount, the difference will be recovered from the
second party.
q) Bids submitted via email or fax will not be entertained
r) Bidders shall provide a certificate from their bank certifying their sound financial position and
credit limit from the bank or any appropriate documentary proof (e.g.
Annual Audit Report), showing the financial strength of the bidders.
s) Bidders indemnify HEC against all third party claims of infringement of patent trade mark,
industrial design rights arising from use of the goods of any part thereof in Pakistan.
t) Operation and maintenance of the equipment infrastructure will be the sole responsibility of the
selected bidder.
u) Force Majeure refers to events such as wars, fires, typhoons, floods, earth quakes, or other
events that are regarded to be Force Majeure factor. The confirmation of a Force Majeure event
must be based on legally valid supporting documents that are provided by an authoritative body
that is jointly recognized by both HEC and the selected bidder. Employee strikes and
Construction Work carried out by any organization will not be considered as a force majeure
event.
v) The bidder should execute the entire Works on Turnkey basis as per network and specification
requirements in all respect according to the functional and technical specifications.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
14
w) Any equipment or material etc., omitted from BoQ and other lists, which may be reasonably
implied and obviously necessary for the completion and efficient performance of the System in
accordance with the specification, shall be deemed to have been included in the Bid Price.
x) The bidder must provide and comply with the following:
i. Income Tax Certificate / GST Certificate.
ii. Mandatory and Information Requirement Checklist.
iii. Completely filled BoQ.
iv. Certificate of Authorized Dealer, Partner, etc.
v. Quoted Product Technical Compliance (as per FORMS I,).
vi. Technical Requirement (clause by clause compliance of RFP).
vii. Project Execution Plan (Time Line, Resources, dedicated Staff, Shared Staff ext.).
viii. List of relevant technical staff.
ix. Mandatory and Information Requirement Checklist.
11. MEET OR EXCEED SPECIFICATIONS
The specifications provided in this RFP are the minimum requirements of HEC. The Service Providers
must meet or exceed these specifications to meet the actual requirements of this Project and its successful
practical implementation. But in such a case additionally proposed or altered specifications should
clearly be highlighted to enable HEC to clearly identify modified specifications.
12. CLARIFICATIONS
Queries regarding this RFP shall be submitted in writing to:
Ch. Abdullah Fayyaz Chattha
Director Operation (PERN) Incharge IT
Phone No. +92-051-90402213
email@ [email protected]
Mr. Naveed Tahir
Director (PERN)
Phone No. +92-051-90402227
email@ [email protected]
Saria Saleem Malik
Network Manager
Phone No. +92-051-90402224
email@ [email protected]
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
15
13. TECHNICAL EVALUATION CRITERIA
Part (A) Mandatory Requirement
S.
No.
Basic
Requirement Specific Requirement
Documentary proof
Required (Please mention
Reference Page#)
1. Legal Entity The Bidder should be in
Operations in Pakistan
Copy of Certificate(s) of
incorporation or
Registration document
showing legal status for
operations in Pakistan.
2. Tax registration
The Bidder should have
registration with FBR for Tax
purpose.
Copies of National Tax
Number (NTN) /GST
Registration Certificates.
3. Status The Bidder Must have valid
license or letter of authorization
by the authority to provide the
SMS services.
Certificate of valid license
of provided Services
4. Blacklisting Bidder shall not be eligible to
participate in this project if the
firm has been blacklisted/
debarred by any Government/
Semi Government organization
in Pakistan in participating in
any procurement activities for
fraudulent or corrupt practices,
or in litigation.
An affidavit to the effect
that the firm has not been
blacklisted/ debarred/ in
litigation with/ by any
Government/ Semi
Government organization
5. Completeness
of Bid/
Proposal(s)
Bidder has provided all
essential information requested
in the RFP for proper
evaluation.
Completely filed Bid
Submission Forms
Along with Supporting
documents.
6. PTA
Authorization
Bidders should provide
Authorization Letter from PTA
specific to this tender aligning
them to participate in this
tender.
Authorization Letter from
PTA
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
16
S.
No. Attributes
Max
.
Scor
e
Weig
htag
e
Criteria
Reference
Page#
Documenta
ry Proof
Part (B) General Evaluation – Corporate Profile
Corporate Profile
1. Company In
Operation In
Pakistan
20 20 No. of Years of Bid in
consideration/ Maximum
No. amongst all the Bids
* 20
Certificate
2. Firm Financial
Strength (last Three
years)
20 20 Turnover of Bid in
consideration/ Maximum
Turnover amongst all the
Bids * 20
Las Three
Year Audit
Report
3. Number of
Nationwide/
International Clients
SMS service
10 10 Domestic Clients SMS
service of Bid in
consideration/
Maximum No. of
Clinets amongst all the
Bids * 10
Client List on
company letter
head
4. Number of Projects
in hand quoted
solution in RFP
Nationwide/
International
10 10 Domestic Projects in
hand quoted solution of
Bid in consideration/
Maximum No. of
Projects amongst all
the Bids * 10
Copy PO
Project in
hand
5. Quoted SMS
Solutions Service
Project competed in
last 3 Years in any
organization/
department/Bank/Priv
ate/Public
Nationwide/
International
10 10 Quoted Service Project
competed of Bid in
consideration/
Maximum No. of
Projects amongst all
the Bids * 10
POs or Copy
of contracts
agreements
6. Number of
Nationwide/
International Clients
10 10 Number of International
Clients of Bid in
consideration/ Maximum
Clients amongst all the
Bids * 20
Client list on
company letter
head
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
17
7. Number of
Nationwide/
International Banks
Clients
10 10 Number of Banks Clients
of Bid in consideration/
Clients amongst all the
Bids * 10
Bank Client
list on
company letter
head
8. Number of
Government/Semi
Government
Nationwide/
International Clients
10 10 Number of
Government/Semi
Government Clients of
Bid in consideration/
Maximum Clients
amongst all the Bids * 10
List of
Government/S
emi
Government
Clients on
company letter
head
Sub total 100 100
Weight of the Part (B) in
Technical Evaluation is 30% and
firm's Score will be calculated
using following Firm's Score =
Marks
Obtained by Firm in Part (B)/
Total Max. Marks of Part (B) * 30
PART ( C) Solution and Product Features
1.
Quoted Product/
solution extra core
features bundled
other than required in
RFP.
10 10
No. of extra features of
product of Bid in
consideration/ Maximum
No. of features amongst
all the Bids * 10
Attached
Product/
solution extra
core features
in RFP
2.
Multiple integration
scenarios –
Connection to
platforms can be
established through
Web interface, API
and database pooling
integration methods
at the same time
through different
types of connections:
HTTP & SMPP
protocols.
10 10
No. of Interfaces
available/ Maximum no
of interfaces available
amongst all the bid * 10
Attached
Product
integration
diagrams/web
interface, API
snapshots
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
18
3
SMS campaigns run
by Service Provider /
Aggregators
10 10
No. of Campaign /
Maximum no of
Campaign available
amongst all the bid * 10
Attached List
of SMS
Campaigns
4
Platform must have
multichannel
delivery feature –
Possibility to
broadcast and submit
multiple channel
messages as well as
introduce backup
channels of delivery
that ensure reach to
end-user.
5 5
No of SMS Delivery
Features / Maximum no
of SMS Delivery
Features available
amongst all the bid * 5
5
Platform must be
capable of providing
multiple accounts
under parent account
5 5
Number of multiple
accounts provided under
parent account feature
available amongst all the
bid * 5
6
Encryption – For
bigger data
protection,
encryption of
messages on
platform is provided.
10 10
No of Encryption
Features / Maximum no
of Encryption Features
available amongst all the
bid * 10
7
International
coverage –
Connection to
countries across to
world to ensure that
you can contact
anyone anywhere in
the world.
10 10
No. of Countries
available/ Maximum
no of Countries
available amongst all
the bid * 10
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
19
Sub Total 60 60
Technical Evaluation is 40% and
firm's Score will be calculated
using following Firm's Score =
Marks Obtained by Firm in Part
(C)/ Total Max. Marks of Part (C)
*40
Part (D) Presentation /Demonstration and Value Add Services
1.
One Way SMS Service
through API on local
& International
number
20 20 To be assigned by
Technical Committee
2.
TWO Way SMS
Service API & through
direct web interface
with Master Account
and Sub Accounts
20 20 To be assigned by
Technical Committee
3. Multiple Feedback
Reports. 20 20
To be assigned by
Technical Committee
4.
SMS on MNP
(Mobile Number
Portability)
20 20 To be assigned by
Technical Committee
5.
Data/reports based on
specific responses
from the mobile
numbers responding to
HEC via SMS. For
example, how many
people responded with
“Yes”, how many with
No” etc.
10 10 To be assigned by
Technical Committee
6.
Value Add Services
extra features provided
with the SMS
Solutions
10 10 To be assigned by
Technical Committee
100 100
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
20
Weight of the Part (D) 30%
and firm's Score will be
calculated using following
Firm's Score = Marks
Obtained by Firm in Part
(D)/
Total Max. Marks of Part
(D) * 30
30
Firm's Total Score = Part
(B:D) 100
No Score will be marked for the information without documentary proof.
In case of Confidentiality of any documentary proof, score will be considered subject to the
availability of relevant Non-Disclosure Agreement (NDA) in the BID
(Technical Score of the bidder) = as awarded per technical evaluation criteria above
Note: Bidders are required to secure at least 70% score (i.e. 70 points) in total in order to be
declared as technically qualified and so considered further for evaluation.
14. FINANCIAL EVALUATION
Financial bids shall be evaluated of only Technically Qualified bidders. While doing financial
evaluation, total bid value shall be considered provided the financial bid includes all the costs involved
in the project as per the requirements set forth in this document, and strictly following the format given
in BoQ.
15. AWARD OF TENDER
For the purpose of award of tender, the Least-Cost-Selection (LCS) of the PPRA 36 (b) shall prevail,
and Lowest Evaluated Bid amongst the technically qualified bidders shall be accepted for the award of
tender.
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
21
Form I: Technical Requirement
Sr.No.. Description Technical
Requirement ,
Compliance
yes / No
, Ref
document
Page
number
1 One Way –Local SMS with Masking “HEC “
a. API for SMS sending
b. SMS count, Transfer of
credit from Master
Number to sub
Numbers/master accounts
subaccounts.
c. Platform availability using
SMPP and HTTP protocol
d. Delivery on all networks
with masking
e. Graphical reports of SMS
usage
f. Keyword based filtering
of SMS reports/responses
g. Auto
reply/acknowledgement
on SMS receiving from
mobile numbers
h. URDU SMS
i. Broadcast via SMS
command from admins
mobile.
j. SMS templates, SMS
system should have a SMS
template wizard which
saves SMS templates for
future use in the
campaigns.
k. Address books, the
address books can be used
with the SMS template for
generating new SMS
campaigns with drag and
drop commands to the
system or API.
l. Dynamic SMS which
allows automatic insertion
of variable fields in SMS
during a campaign
Schedule multiple
campaigns by using SMS
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
22
scheduling feature and can
select multiple address
books.
m. Corporate Accounts and
Sub Accounts.
n. Dedicated support would
be provided as corporate
account
o. Delivery Reports,
Delivery reports of
campaigns can be
extracted from delivery
report tab along with time
and status.
p. Resend:
Resend option should be
available to be used for
already completed
campaigns if needed
q. Delivery on MNP
numbers with masking:
The proposed SMS
system must ensure
delivery of SMS to
recipients with registered
HEC
alphabetical/alphanumeric
masks on all MNP
numbers.
r. The administrator should
be able to command the
SMS system to transmit
emergency messages
using masking/codes via a
SMS command to the
system without accessing
the web interface
s. Auto Replies o SMS
system should be able to
automatically respond to
SMS
recipients/respondents
with acknowledgement if
required by HEC for any
particular campaign
t. Detailed Analytics
/Graphs, The SMS system
will generate periodic
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
23
graphical and tabular
downloadable reports
campaign wise, time wise
and mask wise. The
system should be able to
maintain at least six
months’ historical data
u. Multichannel delivery
mechanism to ensure to
reach the end-user
v. Advances UI design on
frontend Web Panel –
management of outbound
campaigns backed up
2 Two Way with Short Code “9432” Bulk SMS services:
a. Bulk SMS in one touch to
multiple profiles.
b. Bulk SMS on MNP
Number
c. Bulk SMS feedback
Reports
d. Send Schedule Message
3 International SMS with Short Code 9432
a. Create and Manage SMS
Templet
b. Automated response
management
c. View Sent Message
d. View received Message
e. Vie Delivery Report
f. Receive Messaging
Reports
g. International SMS Credit
Count
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
24
Annex - I: Bill of Quantity(ies)
(To be filled by the bidder as part of Financial Proposal)
Sr.
No.
ITEM Minimum
Specification
(A) Qty. (B)
Unit Cost
PKR.
(C)
Total
Cost
inclusive
of all
Govt
Tax
PRK.
1. One Way SMS As per specifications
mentioned under
Technical Requirement
Form-I. Sr. No. 1 and its
sub Sr. No.
24,500,000
2 Two Way SMS As per specifications
mentioned under
Technical Requirement
Form-I. . Sr. No. 2 and its
sub Sr. No.
24,500,000
3 International
SMS
As per specifications
mentioned under
Technical Requirement
Form-I. . Sr. No. 3 and its
sub Sr. No.
1,000,000
Total Cost Column (A*B) = C
Amount in Figure:
Amount in Words:
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
25
Annex - II: Bill of Cost
(To be filled by the bidder as part of Financial Proposal)
PRICE SCHEDULE
Bulk Short Message Service
Component wise Price Quoted (in Rs.) per SMS
S.NO Item Order Place for 5 Years (60 Months)
Charges per SMS inclusive of Web Portal Service and Support
1. One Way Bulk SMSs (24,500,000)
Rate per SMS (inclusive of all taxes and levies)
Rs. In Figures
In Words
2. Two Way Bulk SMSs (24,500,000)
Rate Per SMS (inclusive of all taxes and levies)
Rs. In Figures
In Words
3 Bulk SMSs International (1,000,000) Rs. In Figures
In Words
Govt. Taxes & Duties
Grand Total
Annex - III: List of Countries
1. Afghanistan 2. Albania 3. Algeria 4. Andorra 5. Angola 6. Anguilla 7. Antigua & Barbuda 8. Argentina 9. Armenia 10. Australia 11. Austria 12. Azerbaijan 13. Bahamas 14. Bahrain 15. Bangladesh 16. Barbados 17. Belarus 18. Belgium 19. Belize 20. Benin 21. Bermuda 22. Bhutan 23. Bolivia 24. Bosnia & Herzegovina 25. Botswana 26. Brazil 27. Brunei Darussalam 28. Bulgaria 29. Burkina Faso 30. Myanmar/Burma 31. Burundi 32. Cambodia 33. Cameroon 34. Canada 35. Cape Verde 36. Cayman Islands 37. Central African Republic 38. Chad 39. Chile 40. China 41. Colombia 42. Comoros 43. Congo 44. Costa Rica 45. Croatia 46. Cuba 47. Cyprus 48. Czech Republic 49. Democratic Republic of
the Congo 50. Denmark 51. Djibouti 52. Dominica 53. Dominican Republic 54. Ecuador 55. Egypt 56. El Salvador 57. Equatorial Guinea 58. Eritrea
59. Estonia 60. Ethiopia 61. Fiji 62. Finland 63. France 64. French Guiana 65. Gabon 66. Gambia 67. Georgia 68. Germany 69. Ghana 70. Great Britain 71. Greece 72. Grenada 73. Guadeloupe 74. Guatemala 75. Guinea 76. Guinea-Bissau 77. Guyana 78. Haiti 79. Honduras 80. Hungary 81. Iceland 82. India 83. Indonesia 84. Iran 85. Iraq 86. Italy 87. Ivory Coast (Cote d'Ivoire) 88. Jamaica 89. Japan 90. Jordan 91. Kazakhstan 92. Kenya 93. Kosovo 94. Kuwait 95. Kyrgyz Republic
(Kyrgyzstan) 96. Laos 97. Latvia 98. Lebanon 99. Lesotho 100. Liberia 101. Libya 102. Liechtenstein 103. Lithuania 104. Luxembourg 105. Republic of Macedonia 106. Madagascar 107. Malawi 108. Malaysia 109. Maldives 110. Mali 111. Malta 112. Martinique 113. Mauritania 114. Mauritius 115. Mayotte 116. Mexico
117. Moldova, Republic of 118. Monaco 119. Mongolia 120. Montenegro 121. Montserrat 122. Morocco 123. Mozambique 124. Namibia 125. Nepal 126. Netherlands 127. New Zealand 128. Nicaragua 129. Niger 130. Nigeria 131. Korea, Democratic
Republic of (North Korea) 132. Norway 133. Oman 134. Pacific Islands 135. Pakistan 136. Panama 137. Papua New Guinea 138. Paraguay 139. Peru 140. Philippines 141. Poland 142. Portugal 143. Puerto Rico 144. Palestine 145. Qatar 146. Reunion 147. Romania 148. Russian Federation 149. Rwanda 150. Saint Kitts and Nevis 151. Saint Lucia 152. Saint Vincent's &
Grenadines 153. Samoa 154. Sao Tome and Principe 155. Saudi Arabia 156. Senegal 157. Serbia 158. Seychelles 159. Sierra Leone 160. Singapore 161. Slovak Republic (Slovakia) 162. Slovenia 163. Solomon Islands 164. Somalia 165. South Africa 166. Korea, Republic of (South
Korea) 167. South Sudan 168. Spain 169. Sri Lanka 170. Sudan 171. Suriname 172. Swaziland
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
1
173. Sweden 174. Switzerland 175. Syria 176. Tajikistan 177. Tanzania 178. Thailand 179. Timor Leste 180. Togo 181. Trinidad & Tobago
182. Tunisia 183. Turkey 184. Turkmenistan 185. Turks & Caicos Islands 186. Uganda 187. Ukraine 188. United Arab Emirates 189. United States of America
(USA)
190. Uruguay 191. Uzbekistan 192. Venezuela 193. Vietnam 194. Virgin Islands (UK) 195. Virgin Islands (US) 196. Yemen 197. Zambia 198. Zimbabwe
Annex – IV: Bid Submission Form
The Director Operation (PERN) / Incharge IT
Higher Education Commission,
H-9, Islamabad
Sir
We, the undersigned, offer to provide the equipment along with commissioning as well as
operational, maintenance and warranty services For “SMS Service “, in accordance with your
Request for Proposal dated ____________, and our Proposal. We are hereby submitting our
Proposal, which includes the technical proposal, and a financial proposal sealed under separate
envelopes.
We understand you are not bound to accept any Proposal you receive and reserves the right to
accept or reject any offer and to annul the bidding process and reject all proposals.
The decision of evaluating committee shall be final and cannot be challenged on any ground at
any forum and the evaluating committee will not be liable for any loss or damage to any party
acting in reliance thereon.
We remain,
Yours’ sincerely
Authorized Signature:
Name and Title of Signatory:
Name o
Firm: Address:
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
1
Annex – V: Firm’s References
(To be filled by the bidder as part of technical
proposal)
Relevant Services Carried Out in the Last Four Years That Best
Illustrate Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one \of the major companies within an
association, was legally contracted.
Assignment Name:
Country:
Location within Country:
Key Professional Staff Provided
by Your Firm/ entity(profiles):
Name of Client:
No of Staff:
Address:
No of Staff-Months; duration of
assignment:
Start Date
(Month/Year):
Completion Date
(Month/Year):
Approx. Value of Services (in
Current ):
Name of Associated Consultants, if any:
No of Months of Professional
Staff Provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Firm’s Name:
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
1
Annex – VI: Technical Compliance Certificates/Compliance Undertaking
(To be filled by the bidder as part of technical proposal)
I, (Name); (CNIC#); (Designation), (Company Name) have gone through the Terms/Conditions
of this RFP and have found the document in whole as non-biased to any particular vendor or
product/brand. I hereby undertake and firmly bound myself to abide by/ comply all sections of
this RFP except for those items noted below.
1
2
3
4
5
6
7
8
9
10
RFP Provision of SMS Services (One-Way &Two-Way Local & International)
2
Annex – VII: Declaration
Integrity Pact
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC
PAYABLE BY THE SUPPLIER OF GOODS, SERVICES & WORK IN
CONTRACTS WORTH RS. 10.0 MILLION OR MORE
(To be filled by the bidder as a part of technical proposal)
Contract Number: ____________________ Dated: __________________
Contract Value: ______________________ Contract Title: ____________
_________________ hereby declare that it has not obtained or induced the procurement of any
contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or
any administrative subdivision or agency thereof or any other entity owned or controlled by it
(GoP) through any corrupt business partner.
Without limiting the generality of the forgoing, _________________ represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not
given or not given or agreed to give and shall not give or agree to give to anyone within or
outside Pakistan either directly or indirectly through any nature or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as
consultant fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatever from GoP, except that
which has been expressly declared pursuant hereto.
________________ certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with GoP and has not
taken any action or will not take any action to circumvent the above declaration, representation
or warranty.
________________ accept full responsibility and strict liability for making any false
declaration, not making full discloser, misrepresenting facts or taking any action likely to defeat
the purpose of this declaration, representation warranty. It agrees that any contract, right, interest,
privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice
to any other right and remedies available to GoP under any law, contract or other instrument, be
voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, ________________
agrees to identify GoP for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to GoP in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by _______________ as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right,
interest, privilege or other obligation or benefit in whatsoever from GoP.
____________________ ________________________
[Buyer] [Seller / Supplier]