Procurement of Load Testing Software

          SETU Maharashtra

          Request For Proposal




    Tender No. DIT-2010/File No 51/39
Procurement of Load Testing Software   REQUEST FOR PROPOSAL




                             Index




  Chapter Topic                               Page
                                              Number
      1     Important Notice                      3
      2     Essential Information                 5
      3     Scope of Work                        10
      4     SLA                                  13
      5     Evaluation Methodology               17
      6     Award of Contract                    24
      7     Payment Terms for Successful         29
            Bidder
      8     Instruction to Bidders                  31
      9     Annexure                                48




                                                   2
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                CHAPTER- 1

                                Important Notice




                                                    3
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL



 1.    IMPORTANT NOTICE

 1.1 THIS RFP IS NOT TRANFERABLE.


 1.2 Bidders are advised to study the RFP document carefully. Submission of bid
 shall be deemed to have been done after careful study and examination of the
 tender document with full understanding of its implications.


 1.3 The response to this RFP should be full and complete in all respects.
 Incomplete or partial bids shall be rejected. The bidder must quote for all the
 items asked for in this RFP.


 1.4 The bidder shall bear all costs associated with the preparation and
 submission of the bid, including cost of presentation for the purposes of
 clarification of the bid, if so desired by SETU, Maharashtra. SETU, Maharashtra
 will in no case be responsible or liable for those costs, regardless of the conduct
 or outcome of the bidding process.


 1.5 All the communication to SETU, Maharashtra including this RFP and the bid
 documents shall be signed on each page by the authorized representative of
 the bidder and attach authority letter.




                                                                             4
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                 CHAPTER- 2
                                 Essential Information




                                                    5
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL




 2.     ESSENTIAL INFORMATION

 2.1. ISSUER


 SETU, Maharashtra


 2.2. GENERAL INFORMATION


 2.2.1 The purpose of this Request for Proposal (RFP) is to procure Load Testing
        software and seek the services of an agency for performance testing of IT
        Applications of SETU, Maharashtra or of any other departments. This
        document provides information to enable the bidders to understand the
        broad requirements to submit their "Bids".


 2.2.2 The bidders are expected to submit their offers in two parts namely,
       “Technical bid” and “Commercial bid” and in the format given in this
       document. Two copies of each part have to be submitted, titled as
       ‘Original’ and ‘Duplicate’. So, in all, there has to be –
           1. Technical Bid – Original, with a soft copy in a CD titled as Technical
              bid
           2. Technical Bid – Duplicate
           3. Commercial Bid – Original, with a soft copy in a CD titled as
              Commercial Bid
           4. Commercial Bid – Duplicate


 2.3. ADDRESS FOR BID SUBMISSION AND CORRESPONDENCE


 SETU, Maharashtra,
 7th Floor, Main Building,
 Mantralaya, Mumbai 400 032
 Tel. No. 022-22837263 / 22044586
 Fax – 022-22866020



                                                                             6
Procurement of Load Testing Software                    REQUEST FOR PROPOSAL




     2.4. KEY EVENTS & DATES


Event                                                                   Tentative Date

Release of RFP                                                          1st April 2010

Date and Time of Pre Bid Meeting                                        12th April 2010
Place of Pre Bid Meeting                                                3.30 PM IST
SETU, Maharashtra,
7th Floor, Main Building,
Mantralaya, Mumbai 400 032
Tel. No. 022-22837263 / 22044586


Queries on RFP for Pre Bid Meeting have to be submitted in writing 3
days before the Pre Bid Meeting at the above mentioned address as per
format given in Annexure 11.

Last Date, Time and Place for Bid Submission                            22nd April 2010
SETU, Maharashtra,                                                      3.30 PM IST
7th Floor, Main Building,
Mantralaya, Mumbai 400 032
Tel. No. 022-22837263 / 22044586

Date, Time and Place for Opening of Technical Bids                      22nd April 2010
SETU, Maharashtra,                                                      4.30 PM IST
7th Floor, Main Building,
Mantralaya, Mumbai 400 032
Tel. No. 022-22837263 / 22044586

Opening of Commercial Bids                                              It       will  be
Place for Opening of Commercial Bids                                    communicated after
SETU, Maharashtra,                                                      evaluation      of
7th Floor, Main Building,                                               Technical Bids

Mantralaya, Mumbai 400 032
Tel. No. 022-22837263 / 22044586



                                                                             7
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL



Award of the Project                                                       It    will       be
                                                                           communicated later

Commencement of Project                                                    Within 7 days of
                                                                           award of contract


    2.5. IMPORTANT LIMITS / VALUES RELATED TO BID


     Item                               Description


     Tender Fee                         Rs. 10,000 (Rupees Ten thousand)
     Bid Security (Earnest Money Rs. 5.00 lakhs (Rupees Five lakhs)
     Deposit - EMD) in the form of
     Demand     Draft   or    Bank
     Guarantee from a Nationalized
     Bank
     Bid Validity Period                6 months from the date of submission of bids
                                        by the bidder(s)
     Period      for      furnishing Within thirty (30) working days of the date of
     performance security            notice of award of the contract or prior to
                                     signing of the contract whichever is earlier
     Performance security value 10% of contract value
     drawn from a Nationalized Bank
     (Performance Bank Guarantee)
     Performance     security   validity 6 months beyond Contract period
     period
     Period for signing contract        Within 30 working days from date of receipt of
                                        notification of award


    2.6. TIMELY SUBMISSION
    Bidders are solely responsible for timely delivery of the bids to the location as
    mentioned above in this section, set forth herein prior to the stated Proposals
    Submission due date and are solely responsible for delays in receipt, including


                                                                               8
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL



 but not limited to third party carriers. Proposals not received on or before the last
 date and time of submission will not be considered.


 2.7. OPENING OF BIDS
 Proposals/Bids will be opened in front of bidder’s representatives (if present).
 SETU, Maharashtra reserves the right at any time to postpone or cancel a
 scheduled bid opening. The bids will be opened at the address mentioned above
 in this section.


 2.8. USE & RELEASE OF BIDDER SUBMISSIONS
 SETU, Maharashtra is not liable for any cost incurred by the Bidder in the
 preparation and production of any Proposal, the preparation or execution of any
 benchmark demonstrations, simulation or laboratory service or for any work
 performed prior to the execution of a formal contract. All materials submitted
 become the property of SETU, Maharashtra and may be returned at its sole
 discretion. The content of each Bidder’s Proposal will be held in strict confidence
 during the evaluation process, and details of any Proposals will not be discussed
 outside the evaluation process.


 2.9. LIMITS ON PROMOTION
 The Bidder agrees to make no reference to SETU, Maharashtra or this
 procurement or resulting contract in any literature, promotional material,
 brochures, sales presentation or the like without the express prior written consent
 of SETU, Maharashtra.




                                                                              9
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                 CHAPTER- 3
                                 Scope of Work




                                                    10
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL



 3.     SCOPE OF WORK

 The Scope of work for the Bidder is as follows:


       I. Load Testing Software: Supply of licenses for Load Testing Software,
          Installation of Software


      II. Support: 1 year annual support for the software, including updates, and
          patches


      III. Performance Testing: Performance testing of GoM e-Governance
           applications using the load testing software supplied


 3.1. Load Testing Software


 3.1.1. Key Activities: The key activities to be performed are:
               Supply of core software module (if any) needed for the load testing
               software
               Supply of 500 virtual user licenses (perpetual in nature) for the load
               testing software (for load testing of web based applications)
               Installation of the software
               Providing all software documentations to SETU, Maharashtra,
               including installation guides etc.


 The application and portal development can be classified into the following four
 activities


 3.2. Support


 3.2.1. Provide 1 year comprehensive onsite support, including patches and
        updates from the OEM


 3.3. Performance Testing



                                                                              11
Procurement of Load Testing Software                           REQUEST FOR PROPOSAL



 3.3.1. Provide performance testing of           software   developed   by   various
        departments of SETU, Maharashtra
 3.3.2. The performance testing shall involve:
      3.3.2.1. Creating a Test Plan
      3.3.2.2. Designing Tests Cases
      3.3.2.3. Implementing the Test cases (Creating scripts/scenarios for testing
             as per the requirement of SETU, Maharashtra
      3.3.2.4. Executing the tests (load and stress testing)
      3.3.2.5. Evaluating Test results and preparing reports to be submitted
             regarding the tests conducted



 3.4. SUGGESTIVE LIST OF DELIVERABLES


 The suggested list of deliverables (but not limited to) from the successful bidder
 include –
 3.4.1.    Software supply and installation
                  Training Manuals and literature
                  Systems Administration Manuals
                  User manuals
                  Installation Manuals
                  Operational Manuals
                  Maintenance Manuals
 3.4.2.    Performance testing
                  Test Plan and Test Cases
                  Reports based on the test results as per the requirement of
                  SETU, Maharashtra


 Note: Documents need to be provided in hard copy and electronic (soft copy)
 formats. All electronic documents should be in OASIS Open Document Format
 for Office Applications or Office Open XML format.




                                                                             12
Procurement of Load Testing Software   REQUEST FOR PROPOSAL




                                 CHAPTER- 4

                                 SLA




                                                   13
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


 4.       SLA

 5.1 Service Level Agreement (SLA) is the contract between SETU, Maharashtra and the
 successful bidder. SLA defines the terms of the Successful bidder’s responsibility in
 ensuring the timely delivery of the deliverables and the correctness of the same based on
 the agreed Performance Indicators as detailed in the Agreement. This section defines
 various Service Level Indicators which will be considered by SETU, Maharashtra in the
 Service Level Agreement with Successful bidder.


 5.2 The successful bidder has to comply with two (2) Service Level Agreements (SLAs) to
 ensure adherence to project timelines, quality and availability of services.


 Note: Penalties shall not be levied on the successful bidder in the following cases :
      •   The non compliance to the SLA has been due to reasons beyond the control of the
          bidder
      •   There is a force Marjorie event effecting the SLA which is beyond the control of the
          successful bidder


 5.3 Timely Delivery:


 Definition                          Timely delivery of deliverables          would
                                     comprise of the following:
                                              Supply and installation of the load
                                              testing software
                                              Reports to be submitted post
                                              completion of load testing of
                                              software applications


 Service Level Requirement           All the deliverables defined in the contract or
                                     as agreed upon with the vendor has to be
                                     submitted on-time on the date as mentioned
                                     in the contract with no delay.
 Measurement of Service Level To be measured in Number of Business Days



                                                                             14
Procurement of Load Testing Software                    REQUEST FOR PROPOSAL


 Parameter                      of delay from the date of submission as
                                defined in the project contract.
 Penalty for non-achievement of Delay of every Business Day would attract a
 SLA Requirement                penalty per day as per the following –
                                   1. For Software Application = INR 10,000
                                      Per day Penalty
                                   2. For Documents = INR 5,000 Per day
                                      Penalty
                                The total penalty would be generated by the
                                product of the above and the number of
                                Business Days Delay


 5.4 Resolution Time:


 Definition                        Time in which a complaint / query regarding the load
                                   testing software is resolved after it has been reported
                                   by SETU, Maharashtra to the successful bidder
 Service Level Requirement         Any query after being given a response should be
                                   classified for resolution in following three categories.
                                   Resolution Level 1 (R1): Queries regarding issues
                                   which has the greatest business impact wherein the
                                   user is not able to perform his/her work of testing
                                   For example, unable to login to the system due to
                                   errors in software
                                   Resolution Level 2 (R2): Queries regarding issues
                                   which has medium business impact wherein the user is
                                   partially able to perform his/her work of testing


                                   The Successful Bidder should provide service as per
                                   the following standards –




                                                                       15
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


                                      Type of Query      Maximum      resolution
                                                         time allowed
                                      R1                 1 business day
                                      R2                 3 business day




 Measurement    of   Service   Level The service level would be defined in the number of
 Parameter                           business days calculated from the date of logging the
                                     call/raising the request with the successful bidder.
 Penalty for non-achievement of SLA Delay of every Business Day would attract a penalty
 Requirement                        per day as per the following –
                                         1. For R1 = INR 15,000 per day
                                         2. For R2 = INR 10,000 per day
                                     The total penalty would be generated by the product of
                                     the above and the number of Business Days Delay.


 5.6 The maximum penalty at any point of time and for any period should not exceed 25% of
 outstanding project payment to be made to the vendor as per the Commercial Bid
 submitted by the successful bidder.




                                                                          16
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                 CHAPTER- 5
                                 Evaluation Methodology




                                                    17
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL




 5.      EVALUATION METHODOLOGY

 5.1.   Overall Evaluation


 5.1.1. SETU, Maharashtra will evaluate and compare the bids determined to be
        substantially responsive. It is SETU, Maharashtra’s intent to select the proposal that
        is most advantageous to SETU, Maharashtra and each proposal will be evaluated
        using the criteria and process outlined below


 5.1.2. The technical evaluation of Bids will be carried out using a point system.


 5.1.3. Bidders with score of 50 and above in the technical bid shall be considered as
        technically qualified.


 5.1.4. SETU, Maharashtra reserves the right to reject any or all proposals and to waive
        informalities and minor irregularities in proposals received if deemed in the best
        interest of SETU, Maharashtra to do so.


 5.2. Preliminary Evaluation
        The Bid evaluation process shall be a three-stage process. The first stage of
        evaluation would involve examination of the Pre-qualification bid documentation
        furnished by the Bidder prima facie to see if the technical skill base and financial
        capacity and other Bidder attributes claimed therein are consistent with the needs of
        this project. SETU, Maharashtra may ask Bidder(s) for additional information, visit to
        Bidders site and/or arrange discussions with their professional, technical faculties to
        verify claims made in Pre-qualification bid documentation.


 5.3. Evaluation of Bids


 5.3.1. In the second and third steps of evaluation, SETU, Maharashtra       will proceed to a
        detailed evaluation of the Technical Bids of the Bidders who          qualify the Pre-
        qualification bid criteria in order to determine whether they        are substantially
        responsive to the requirements set in the Request for Proposals.     In order to reach


                                                                             18
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


       such a determination, SETU, Maharashtra will examine the information supplied by
       the Bidders, and shall evaluate the same as per the evaluation criteria specified in
       this RFP.


 5.3.2. Based on the technical evaluation, the Commercial Bids of only the technically
        qualified bidders shall be opened by SETU, Maharashtra. The commercial
        evaluation will take into account the information supplied by the Bidders in the
        Commercial Proposal, and shall evaluate the same as per the evaluation criteria
        specified in this RFP.


 5.3.3. A substantially responsive Bid is one, which conforms to the requirements, terms,
        conditions and specifications of the Request for Proposals without material
        deviation. A material deviation is one which affects in any substantial way the
        functionality, scope, quality, or performance of the Deliverables, or which limits in
        any substantial way, inconsistent with the Request for Proposals, SETU,
        Maharashtra's rights or the Bidder's obligations for, performance of the Project and
        the rectification of which deviation would affect unfairly the competitive position of
        other Bidders presenting substantially responsive Bids.


 5.3.4. SETU, Maharashtra may waive any minor informality or non-conformity or
        irregularity in a Bid, which does not constitute a material deviation, provided such a
        waiver does not prejudice or affect the relative ranking of any Bidder.


 5.4. Evaluation Committee


 5.4.1. The Tender Evaluation Committee constituted by SETU, Maharashtra shall evaluate
        the tenders.
 5.4.2. The Tender Committee may choose to conduct negotiation or discussion with the
        bidder with the lowest price quote.
 5.4.3. The decision of the Evaluation Committee in the evaluation of the Technical and
        Commercial bids shall be final. No correspondence will be entertained outside the
        process of negotiation/ discussion with the Committee.


 5.5. Clarifications of Bids and Review of Bidders' Proposed Deviations



                                                                            19
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


        To assist in the examination, evaluation and comparison of Bids SETU, Maharashtra
        may, at its discretion, ask the Bidder for a clarification of its Bid. The request for
        clarification and the response shall be in writing and no change in the price or
        substance of the Bid shall be sought, offered or permitted.


 5.6. Contacting SETU, Maharashtra
        Any attempt by a Bidder to influence SETU, Maharashtra in its bid evaluation, bid
        comparison or contract award decisions may result in the rejection of the Bidder's Bid.


 5.7. Pre-Qualification Bid Evaluation
 5.7.1. Prior to the detailed evaluation of the Technical Bids, SETU, Maharashtra shall
        determine whether each bid is (a) complete, (b) is accompanied by the required
        information and documents and (c) is substantially responsive to the requirements
        set forth in the RFP document.


 5.7.2. The pre-qualification criteria for this bid are:
         The bidder should be a reputed system integrator or software development firm in
         India having:-
    •    Number of years in business, at least 5 years.
    •    Minimum annual turnover of Rs. 5 Crores from software testing, supply of testing
         software in each of the last two financial year 2007-08, 2008-09
    •    Positive net worth as on 31st Mar 2009
    •    The bidder should have provided software testing services to minimum one (1)
         Government/ public sector client in India in the last 2 years.
    •    The Bidder must have an office in Maharashtra.
    •    Bidder must have an overall IT staff strength performing the activities of software
         testing of at least 50 personnel as on 31-03-2009 (to be certified on a Company
         letterhead by the Head of HR, along with company seal)


 5.7.3. All the above must be substantiated through suitable document proof in support.


 5.7.4. The bidder may bid as a consortium of maximum 2 partners. However, the above-
        mentioned criteria are applicable to the principal bidder who may collaboratively
        provide the solution along with other partner(s). In case of the successful bidder,


                                                                             20
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


          which is a consortium, the parties of consortium shall be jointly and severally held
          responsible for the implementation of system and provision of services. The details
          of the contractual agreements between both the parties to the consortium
          should be included in the technical bid to be submitted by the bidder.


 5.8. Technical Bid Evaluation
 5.8.1. Bidders who have qualified as per the Pre-Qualification Criteria of this RFP
        document shall be evaluated by the Evaluation Committee based on a weighted
        point system, assessing each bidder’s ability to satisfy the requirements set forth in
        the RFP Document. The Evaluation Committee will evaluate the technical proposals
        by taking into account factors mentioned below. The information furnished by the
        bidders in the technical bid shall be the basis for this evaluation. In case any of the
        information is not made available the committee will assign zero marks to that item.


 5.8.2. Each of the technical bids shall be evaluated on a score of 70 points


 5.8.3. Each Proposal will be evaluated according to the following criteria, but not limited to
        the following -


 S. No.     Technical Evaluation Criteria                                  Maximum Points

 1          Related Experience and Capabilities of the firm                20

 2          Capability of the proposed team                                15

 3          Technical capabilities of the Proposed Performance testing 35
            product

 4          TOTAL                                                          70



 Relevant Experience and Capabilities

 1.   Relevant experience of the bidder in India in software testing 10
      projects in the last 3 years (Information needed on number of
      projects, project value, client, duration, scope of work etc)

 2.   Usage of the OEM product in India which is proposed for the 10



                                                                             21
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


     project in software testing projects in the last 3 years (Information
     needed on number of projects, project value, client, duration, scope
     of work etc)

 Total                                                                       20

 Capability of the proposed team

 1   Technical Capabilities of the proposed team (CVs to be submitted 15
     of Project Manager and minimum of 2 lead testers)

 Total                                                                       15

 Technical capabilities of the Proposed Performance testing product

 1   The technical capability of the proposed performance testing 35
     product shall be based on the compliance to the functionalities
     listed in Annexure 12 and the product demo given to the evaluation
     committee

 Total                                                                       35

 Grand Total                                                                 70




 5.8.4. The total technical score determined by a bidder shall be denoted by ‘S(t)’


 5.8.5. The minimum qualification marks for Technical Bid will be 50. Any bidder securing
        50 or above marks in the Technical section would be deemed to have qualified
        technically.


 5.9. Commercial Bid Evaluation
 5.9.1. The commercial bids of only the technically qualified bidders shall be opened for
        consideration.


 5.9.2. Lowest Commercial Bid [denoted by Symbol “F(m)”] will be allotted a Commercial
        score of 30 marks. The Commercial score will be denoted by Symbol “S(c)”. The




                                                                             22
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


       Commercial score of other Bidders will be computed by measuring the respective
       Commercial Bids against the lowest proposal.


 5.9.3. These Commercial scores will be computed as: S(c) = 30 * [F (m) / F] where “F” is
        the Commercial Bid of the Bidder whose Commercial score is being calculated. The
        Commercial score shall be out of a maximum of 30 marks.


 5.10. Total Bid Evaluation
       The final score for each technically qualified bidder shall be determined as:
              S = S (t) + S(c)
       Thus the composite score shall be out of a maximum of 100 marks.


       The responsive Bidders will be ranked in descending order according to the
       composite score as calculated based on the above formula. The Bidder whose total
       composite score (sum of the technical and commercial score) is the maximum shall
       be eligible for the award of Contract.




                                                                            23
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                 CHAPTER- 6
                                 Award of Contract




                                                    24
Procurement of Load Testing Software                           REQUEST FOR PROPOSAL




 6.     AWARD OF CONTRACT

 6.1. Award Criteria
 6.1.1. SETU, Maharashtra will award the Contract to the successful Bidder whose Bid has
        been determined to be substantially responsive and has been determined as the
        Best Valued Bid after Technical and Commercial Evaluation (refer to the evaluation
        criteria in Section 5 for details).


 6.1.2. SETU, Maharashtra reserves the right to accept or reject any Bid, and to annul the
        bidding process and reject all Bids at any time prior to award of Contract, without
        thereby incurring any liability to the affected Bidder or Bidders or any obligation to
        inform the affected Bidder or Bidders of the grounds for SETU, Maharashtra’s action.


 6.2. Notification of Award
 6.2.1. Prior to the expiration of the period of Bid validity, SETU, Maharashtra will notify the
        successful Bidder in writing or by fax or email, to be confirmed in writing by letter,
        that its Bid has been accepted.


 6.2.2. The notification of award will constitute the formation of the Contract.


 6.2.3. Upon the successful Bidder's furnishing of Performance Security, SETU,
        Maharashtra will notify each unsuccessful Bidder.


 6.3. Signing of Contract
 6.3.1. At the same time as SETU, Maharashtra notifies the successful bidder that its bid
        has been accepted, SETU, Maharashtra shall enter into a contract with the
        successful Bidder.


 6.4. Performance Bank Guarantee
 6.4.1. The successful bidder shall at his own expense deposit with SETU, Maharashtra,
        within thirty (30) working days of the date of notice of award of the contract or prior
        to signing of the contract whichever is earlier, an unconditional and irrevocable
        Performance Bank Guarantee (PBG) from a Nationalized or Scheduled Bank


                                                                               25
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


       acceptable to SETU, Maharashtra, payable on demand, for the due performance
       and fulfillment of the contract by the bidder.
 6.4.2. The performance guarantee shall be denominated in the currency of the Contract
        and shall be by bank guarantee.
 6.4.3. This Performance Bank Guarantee will be for an amount equivalent to 10% of
        contract value. All charges whatsoever such as premium, commission etc. with
        respect to the Performance Bank Guarantee shall be borne by the bidder.
 6.4.4. The performance bank guarantee shall be valid until the end of 6 months after the
        completion of the Contract with the successful bidder. Subject to the terms and
        conditions in the Performance Bank Guarantee, at the end of 6 months from the
        contract end date, the Performance Bank Guarantee will lapse automatically.
 6.4.5. The Performance Bank Guarantee may be discharged/ returned by SETU,
        Maharashtra upon being satisfied that there has been due performance of the
        obligations of the Bidder under the contract. However, no interest shall be payable
       on the Performance Bank Guarantee.
 6.4.6. In the event of the Bidder being unable to service the contract for whatever reason,
        SETU, Maharashtra would evoke the PBG. Notwithstanding and without prejudice to
        any rights whatsoever of SETU, Maharashtra under the Contract in the matter, the
        proceeds of the PBG shall be payable to SETU, Maharashtra as compensation for
        any loss resulting from the Bidder’s failure to complete its obligations under the
        Contract. SETU, Maharashtra shall notify the Bidder in writing of the exercise of its
        right to receive such compensation within 14 days, indicating the contractual
        obligation(s) for which the Bidder is in default.
 6.4.7. SETU, Maharashtra shall also be entitled to make recoveries from the Bidder’s bills,
        performance bank guarantee, or from any other amount due to him, the equivalent
        value of any payment made to him due to inadvertence, error, collusion,
        misconstruction or misstatement.


 6.5. Warranty


 6.5.1. The successful Bidder warrants a Warranty Period for the load testing software for
        the duration of sixty months, commencing from the date of installation and
        acceptance. The warranty should include that the load testing software deployed by
        the successful bidder under this contract shall have no defect arising from design or
        workmanship or from any act or omission of the successful Bidder.


                                                                           26
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL




 6.5.2. SETU, Maharashtra shall promptly notify successful Bidder in writing of any claims
        arising under this warranty. Upon receipt of such notice, the Vendor shall, within the
        warranty period and with all reasonable speed, repair or replace the defective
        Systems, without costs to SETU, Maharashtra and within time specified and
        acceptable to SETU, Maharashtra.


 6.5.3. If the successful Bidder, having been notified, fails to remedy the defect(s) within the
        period specified in the contract, SETU, Maharashtra may proceed to take such
        reasonable remedial action as may be necessary, at the successful bidder’s risk and
        expense and without prejudice to any other rights which SETU, Maharashtra may
        have against the Vendor under the Contract.


 6.5.4. During the Warranty period, the successful Bidder will provide all updates, patches/
        fixes, version upgrades and new versions if any within 30 days of their availability
        and should carry out installation and operationalization of the same at no additional
        cost to SETU, Maharashtra.


 6.5.5. The successful bidder hereby represents and warrants that the Software as
        delivered does not and will not infringe any Intellectual Property Rights held by any
        third party and that it has all necessary rights, or at its sole expense shall have
        secured in writing all transfers of rights and other consents necessary to make the
        assignments, licenses and other transfers of Intellectual Property Rights and the
        warranties set forth in the Contract. Without limitation, the vendor shall secure all
        necessary written agreements, consents and transfers of rights from its employees
        and other persons or entities whose services are used for deployment of the
        Software.


 6.5.6. The successful bidder hereby warrants to SETU, Maharashtra that:
      6.5.6.1. The load testing software represents a complete solution meeting SETU,
             Maharashtra’s requirements and will provide the functionality and performance,
             as per the terms and conditions under the contract
      6.5.6.2. The successful bidder will be responsible for warranty services from
             subcontracted third party producers or licensers of Products included in the
             Systems


                                                                              27
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


     6.5.6.3. The successful bidder undertakes to ensure the maintenance of the
            acceptance criterion/standards in respect of the systems during the warranty
            period


 6.6. Failure to agree with the Terms & Conditions of the RFP/Contract
       Failure of the successful Bidder to agree with the Terms & Conditions of the
       RFP/Contract shall constitute sufficient grounds for the annulment of the award, in
       which event SETU, Maharashtra may make the award to the next Best Value Bidder
       or call for new Bids.




                                                                         28
Procurement of Load Testing Software    REQUEST FOR PROPOSAL




                                 CHAPTER- 7
                                 Payment Terms for
                                 Successful Bidders




                                                    29
Procurement of Load Testing Software                       REQUEST FOR PROPOSAL


 7.    PAYMENT TERMS FOR SUCCESSFUL BIDDER

 8.1 SETU, Maharashtra shall pay to the successful bidder the consideration, to be fixed as
 per terms of the Contract with the successful bidder(s). The broad terms of payment are
 indicated below:


 The payment as percentage of Price A (as mentioned in Annexure 8)
 Acceptance of the load testing software by SETU, Maharashtra upon 60 %
 successful installation, commissioning and testing by the bidder

 Submission and Acceptance of all required product documentation            10 %

 Completion of one month (without any issues/bugs) after acceptance of 30 %
 the load testing software by SETU, Maharashtra


 The payment as percentage of Price B (as mentioned in Annexure 8)
 Initial Testing of the application and submission of test results and 40 %
 reports
 Final Testing of the application and submission of test results and reports 50%
 after changes as suggested in the initial report has been implemented

 One month after completion of the final testing and Go-Live of the system 10%




 8.2 All payments to the successful bidder shall be made upon submission of invoices along
 with the sign off related documents thereof after making adjustments (if required) for
 penalties for non adherence to defined SLAs.




                                                                          30
Procurement of Load Testing Software     REQUEST FOR PROPOSAL




                                 CHAPTER- 8
                                 Instruction to Bidders




                                                     31
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


 8.    INSTRUCTION TO BIDDERS

 8.1. RESPONSE TO TENDER ADVERTISEMENT


  8.1.1. In response to the tender advertisement, the bidders are expected to submit their
         offers in two parts namely, “Technical bid” and “Commercial bid”. The interested
         bidders should send their bids to the address mentioned in Section 2. Two copies
         of each of the bid needs to be submitted – ‘Original’ and ‘Duplicate’ along with a
         soft copy of each.


  8.1.2. The Bidders are solely responsible for delays in receipt, including but not limited to
         third party carriers. Bids not received at address mentioned in Section 2 by the
         date and time mentioned in Section 2 will not be opened.


 8.2. COST OF TENDER DOCUMENT


  8.2.1. The tender document is available for sale against payment of Rs. 10,000 (Rupees
         Ten thousand only) by demand draft drawn in favor of Member Secretary- Setu,
         Government of Maharashtra payable at Mumbai. The bidders could obtain the
         tender document at the following address from 10 am to 5 PM during the period as
         mentioned in Section 2.4
                     SETU, Maharashtra,
                     7th Floor, Main Building,
                     Mantralaya, Mumbai 400 032
                     Tel. No. 022-22837263 / 22044586


  8.2.2. The tender document is available for download from the GoM Official website
         during the period as mentioned in Section 2.4. Vendors who download the tender
         document from the website needs to provide a demand draft of Rs. 10,000
         (Rupees Ten thousand only) drawn in favor of Member Secretary-Setu,
         Government of Maharashtra payable at Mumbai at the time of submission of bid.




                                                                             32
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 8.3. PRE-BID CONFERENCE


 8.3.1. SETU, Maharashtra will conduct a pre-bid conference for all potential bidders to
        clarify the objectives/scope of the project as per the date and time mentioned in
        Section 2.4. The pre-bid conference would be held at:
                     SETU, Maharashtra,
                     7th Floor, Main Building,
                     Mantralaya, Mumbai 400 032
                     Tel. No. 022-22837263 / 22044586


 8.3.2. The interested bidders should confirm their participation and submit their queries in
        writing 7 business days prior to the Pre-Bid Conference.


 8.4. BID SECURITY (EARNEST MONEY DEPOSIT – EMD)
 8.4.1. The Bidder shall furnish, as part of its pre-qualification bid, a bid security of INR
        5,00,000 (Rupees Five lakhs only).


 8.4.2. The bid security is required to protect SETU, Maharashtra against the risk of
        Bidder’s conduct, which would warrant the security’s forfeiture


 8.4.3. The bid security shall be denominated in Indian Rupees, and shall be in the form of
        a demand draft drawn on a nationalized bank in favour of Member Secretary, Setu-
        Government of Maharashtra or a Bank Guarantee from a nationalized or scheduled
        bank as per the format given in Annexure


 8.4.4. Unsuccessful Bidder’s bid security will be discharged/ returned as promptly as
        possible but not later than 60 days after the award of the contract to the successful
        bidder.


 8.4.5. The successful Bidder’s bid security will be discharged upon the Successful Bidder
        signing the Contract and furnishing the Performance Bank Guarantee given in
        Annexure


 8.4.6. No interest will be payable by SETU, Maharashtra on the amount of the Bid Security.


                                                                           33
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL




 8.4.7. The bid security may be forfeited:
       (a) If a Bidder withdraws his bid or increases his quoted prices during the period of
       bid validity or its extended period, if any; or
       (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or to
       furnish Performance Bank Guarantee in accordance with the format given in the
       Annexures.


 8.5. AMENDMENT OF REQUEST FOR PROPOSALS


 8.5.1. At any time prior to the deadline for submission of bids, SETU, Maharashtra, for any
        reason, may modify the RFP by amendment notified in writing or by fax or email to
        all Bidders who have purchased this RFP and such amendment shall be binding on
        them.


 8.5.2. SETU, Maharashtra, at its discretion, may extend the deadline for the submission of
        bids.


 8.6. LANGUAGE OF PROPOSALS


 The Proposal and all correspondence and documents shall be written in English.
 All Proposals and accompanying documentation will become the property of SETU,
 Maharashtra and will not be returned. An electronic copy of Technical bid on CD must also
 be included. The hardcopy version will be considered as the official proposal.


 8.7. SETU, Maharashtra SITE VISIT


 The Bidder may visit and examine SETU, Maharashtra’s site(s) at a time to be agreed with
 GoM and obtain for himself on his own responsibility all information that may be necessary
 for preparing the Bid document. The visit may not be used to raise questions or seek
 clarification; such matters must be submitted in writing. The costs of visiting the site(s)
 shall be at Bidder's own expense.


 8.8. BIDDER’S SITE VISIT


                                                                           34
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL




 Bidder’s site visit may be sought at the discretion of SETU, Maharashtra. The bidder shall
 provide all the necessary assistance in assessing and evaluating the bidder’s capabilities
 during their visit.


 8.9. PRICES


 8.9.1. The bidder shall quote a fixed price for the entire project on a single responsibility
        basis.


 8.9.2. No adjustment of the contract price shall be made on account of variation of costs of
        labour and materials or any other cost component affecting the total cost in fulfilling
        the obligations under the contract. The Contract price shall be the only payment,
        payable by SETU, Maharashtra to the successful Bidder for completion of the
        contractual obligations by the successful Bidder under the Contract, subject to the
        terms of payment specified in the Contract.


 8.9.3. The price would be inclusive of all taxes, duties, charges and levies as applicable.


 8.9.4. The prices, once offered, must remain firm and must not be subject to escalation for
        any reason whatsoever within the period of warranty.


 8.9.5. A bid submitted with an adjustable price quotation will be rejected as non-
        responsive.


 8.10. CORRECTION OF ERRORS


 8.10.1. Bidders are advised to exercise greatest care in entering the pricing figures. No
         excuse that mistakes have been made or requests for prices to be corrected will be
         entertained after the quotations are opened.


 8.10.2. All corrections, if any, should be initialed by the person signing the bid form before
         submission, failing which the figures for such items may not be considered.



                                                                             35
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


 8.10.3. The copies ‘Original’ and ‘Duplicate’ of each bid should be similar in all respects in
         terms of content. (e.g. – the original and duplicate copies of the Technical Bid
         should be similar in all respects in terms of the content)


 8.10.4. Arithmetic errors in bids will be corrected as follows:
         (a) Where there is a discrepancy between the amounts in figures and in words, the
        amount in words shall govern.
         (b) The amount stated in the bid form, adjusted in accordance with the above
         procedure, shall be considered as binding, unless it causes the overall bid price to
         rise, in which case the bid price shall govern.


 8.11. BID CURRENCY


 Prices shall be quoted entirely in Indian Rupees.


 8.12. DISQUALIFICATION


 The bid is liable to be disqualified in the following cases (this list is indicative, and not
 limited to)
 8.12.1. The Bid not submitted in accordance with this document.


 8.12.2. During validity of the bid, or its extended period, if any, the bidder increases his
         quoted prices.


 8.12.3. The bidder qualifies the bid with his own conditions.


 8.12.4. Bid is received in incomplete form.


 8.12.5. Bid is received after due date and time.


 8.12.6. Bid is not accompanied by all requisite documents




                                                                             36
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


 8.12.7. Information submitted in Technical offer is found to be misrepresented, incorrect or
         false, accidentally, unwittingly or otherwise, at any time during the processing of
         the contract (no matter at what stage) or during the tenure of the contract including
         the extension period if any.


 8.12.8. Commercial bid is enclosed in the same envelope as Technical bid.


 8.12.9. The Deliverables as given in the Technical solution should be in consonance with
         the Commercial proposal. Any deviations in the final deliverables between
         technical and commercial proposals shall make the bid as being unresponsive and
         may lead to disqualification of the bid.


 8.12.10. Awardee of the contract qualifies the letter of acceptance of the contract with his
          conditions.


 8.12.11. Bidders may specifically note that while processing the bid documents, if it comes
          to SETU, Maharashtra’s knowledge expressly or implied, that some bidders may
          have compounded in any manner whatsoever or otherwise joined to form a cartel
          resulting in delay / holding up the processing of bid then the bidders so involved
          are liable to be disqualified for this contract as well as for a further period of two
          years from participation in any of the bids floated by SETU, Maharashtra. It is also
          clarified that if need arises SETU, Maharashtra would go in for appointment of
          outside party(s) to undertake the work under the captioned bid.


 8.12.12. In case any one party submits multiple bids, the bidders are likely to be
          disqualified, unless additional bids/bidders are withdrawn upon notice immediately.


 8.12.13. Bidder fails to deposit the Performance Bank Guarantee(refer Section 6.5) or fails
          to enter into a contract within 30 working days of the date of notice of award of
          contract or within such extended period, as may be specified by SETU,
          Maharashtra.


 8.13. FORMAT AND SIGNING OF BID




                                                                              37
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


 8.13.1. The Bidder must organize the bid in accordance with the format specified in the
         Appendix of this document.


 8.13.2. The Bidder shall prepare an original and one (1) duplicate of the Bid, clearly
         marking each "Original" and "Duplicate". In the event of any discrepancy between
         them, the original shall govern. An electronic copy of Technical bid on CD must
         also be included. Hard copy version is considered for official purposes.


 8.13.3. The original and the copies of the Bid shall be typed or written in indelible ink and
         shall be signed by the Bidder or a person or persons duly authorized to bind the
         Bidder to the Contract. The letter of authorization shall be indicated by written
         power-of-attorney accompanying the bid.


 8.13.4. The Bid shall contain no interlineations, erasures or overwriting except as
         necessary to correct errors made by the Bidder, in which case, such corrections
         shall be initialed by the person or persons signing the Bid in original.



 8.14. SEALING AND MARKING OF BIDS


 8.14.1. The Bidders shall seal the Technical Proposal in an inner envelope marked
         "Technical Bid”.


 8.14.2. The Bidders shall seal the Commercial Proposal in an inner envelope marked
         "Commercial Bid”.


 8.14.3. The inner envelopes shall be sealed in an outer envelope. Both inner and outer
         envelopes shall be addressed to “Member Secretary, SETU, Maharashtra” at the
         address given in the document.


 8.14.4. The inner and outer envelopes shall:
    •   Bear the Project title and the words
    •   "DO NOT OPEN UNTIL TECHNICAL EVALUATION” for Commercial bid



                                                                            38
Procurement of Load Testing Software                       REQUEST FOR PROPOSAL


    •   The inner envelope shall indicate the name and address of the bidder to enable the
        Bid to be returned unopened in case it is declared "late."
    •   If the outer envelope is not sealed and marked as specified above, SETU,
        Maharashtra will not assume responsibility for the Bid's misplacement or premature
        opening.


 8.15. SUBMISSION OF BIDS


 8.15.1. The bidder shall submit the bids using the format and form provided in the
         Appendix. The technical bid should not contain any pricing or commercial
         information.


 8.15.2. Bids along with the relevant documents must be received at the address specified
         and no later than the time (on the date) specified in Section 2.4


 8.15.3. Bids received after the date and time mentioned in the Section 2.4 will not be
         accepted under any circumstances. The bidder shall ensure that the bid
         documents, complete in all respects, reach by the due date and time.


 8.15.4. In case the bid due date is extended due to any reason the same shall be
         intimated to all the bidders who have purchased the RFP at the e-mail address/ fax
         nos./ postal address provided by them. The same will also be available on the
         website of SETU, Maharashtra.


 8.15.5. SETU, Maharashtra may, at its discretion, extend this deadline for the submission
         of Bids by amending the Request for Proposals, in which case all rights and
         obligations of SETU, Maharashtra and Bidders previously subject to the deadline
         will thereafter be subject to the deadline as extended.


 8.16. LATE BIDS
 Any Bid received by SETU, Maharashtra after the deadline for submission of bids
 prescribed by SETU, Maharashtra, will be rejected.


 8.17. MODIFICATION AND WITHDRAWAL OF BIDS


                                                                          39
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL




 8.17.1. The Bidder may modify or withdraw its Bid after the Bid's submission, provided that
         written notice of the modification or withdrawal is received by SETU, Maharashtra
         prior to the deadline prescribed for submission of Bids.


 8.17.2. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked
         and dispatched to SETU, Maharashtra. A withdrawal notice may also be sent by
         fax or email but should be followed by a duly signed confirmation copy not later
         than the deadline for submission of Bids.


 8.17.3. No Bid may be modified subsequent to the deadline for submission of Bids.


 8.17.4. No Bid may be withdrawn in the interval between the deadline for submission of
         Bids and the expiration of the period of Bid validity specified by the Bidder on the
         Bid Form.


 8.18. CONFLICT OF INTEREST
 Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential
 for conflict of interest on the part of the Bidder or any prospective subcontractor due to
 prior, current, or proposed contracts, engagements, or affiliations with SETU, Maharashtra.
 Additionally, such disclosure shall address any and all potential elements (time frame for
 service delivery, resource, financial or other) that would adversely impact the ability of the
 Bidder to complete the requirements as given in the RFP.


 8.19. PROTECTION FROM OBSOLESCENCE
 The Software provided should protect SETU, Maharashtra from technical obsolescence
 and high technology turnover rates.


 8.20. NON EXCLUSIVITY, LICENSE FEE, IPR
 The license for the software product should be in the name of Government of Maharashtra
 and it should not restrict SETU, Maharashtra from using the licenses for any project of
 SETU, Maharashtra or any other departments at any point of time.


 8.21. SOFTWARE OWNERSHIP RIGHTS


                                                                             40
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 The Bidder shall relinquish to SETU, Maharashtra the licenses along with adequate
 detailed documents for use of the product.


 8.22. DATA OWNERSHIP RIGHTS
 The ownership of data arising from the project shall lie with SETU, Maharashtra, and the
 bidder needs to provide the data to SETU, Maharashtra in any readable format as desired
 by SETU, Maharashtra at any time during the course of the project and/or at the end of the
 project.


 8.23. PATENT RIGHTS
 In the event of any claim asserted by a third party of infringement of copyright, patent,
 trademark or industrial design rights arising from the use of the Goods or any part thereof,
 the Bidder shall expeditiously extinguish such claim. If the Bidder fails to comply and
 SETU, Maharashtra is required to pay compensation to a third party resulting from such
 infringement, the Bidder shall be responsible for the compensation including all expenses,
 court costs and lawyer fees. SETU, Maharashtra will give notice to the Bidder of such
 claim, if it is made, without delay.


 8.24. BID OPENING
 SETU, Maharashtra will open the ‘Technical’ bids and list them for further evaluation. The
 ‘commercial bid’ covers shall be listed and shall not be opened until the evaluation of the
 ‘Technical bid’. The commercial bids of only those bidders who qualify in technical
 evaluation will be opened. The bids will be opened in the presence of representatives of the
 bidder(s) (if they are present).


 8.25. MANPOWER DEPLOYMENT
 Bidder must submit resumes of the personnel who would be employed for this project. Any
 change in the personnel on the project will require the prior approval of SETU,
 Maharashtra.


 8.26. TERMINATION FOR DEFAULT
 SETU, Maharashtra may, without prejudice to any other remedy for breach of contract by
 written notice of default sent to the bidder, terminate the contract in whole or in part:




                                                                           41
Procurement of Load Testing Software                           REQUEST FOR PROPOSAL


 8.26.1. If the bidder fails to deliver any or all of the equipments and services within the
         time period(s) specified in the contract, or any extension thereof granted by SETU,
         Maharashtra OR


 8.26.2. If the bidder fails to perform any other obligation(s) under the contract


 8.27. TERMINATION FOR INSOLVENCY
 SETU, Maharashtra may at any time terminate the contract by giving written notice to the
 bidder, without compensation to the bidder, if the bidder becomes bankrupt or otherwise
 insolvent, provided that such termination will not prejudice or affect any right of action or
 remedy which has accrued or will accrue thereafter to SETU, Maharashtra.


 8.28. FORCE MAJEURE
 8.28.1. The bidder shall not be liable for penalty, liquidated damages or termination for
         default, if and to the extent that, his delay in performance or other failure to perform
         his obligations under the contract is the result of an event of Force Majorie.


 8.28.2. For purposes of this clause, “Force Majorie” means an event beyond the control of
         the bidder and not involving the bidder and not involving the bidder’s fault or
         negligence and not foreseeable. Such events may include, but are not restricted to,
         instances of, wars or revolutions, fires, floods, epidemics, quarantine restrictions
         and freight embargoes which would have an impact on SETU, Maharashtra.


 8.28.3. If a Force Majorie situation arises, the bidder shall promptly notify SETU,
         Maharashtra in writing of such conditions and the cause thereof. Unless otherwise
         directed by SETU, Maharashtra, the bidder shall seek all reasonable alternative
         means for performance not prevented by the Force Majorie event.


 8.29. FORCE MAJEURE EVENTS
 The Force Majorie circumstances and events shall include the following events to the
 extent that such events or their consequences (it being understood that if a causing event
 is within the reasonable control of the affected party, the direct consequences shall also be
 deemed to be within such party's reasonable control) satisfy the appropriate definition as




                                                                               42
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 per this agreement. Without limitation to the generality of the foregoing, Force Majorie
 Event shall include the following classes of events and circumstances and their effects:


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


 8.29.2. Other Events (“Political Events”) to the extent that they satisfy the foregoing
         requirements including:
     8.29.2.1. Act of war (whether declared or undeclared), invasion, armed conflict or act
               of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil
               commotion, act of terrorism or sabotage;
     8.29.2.2. Strikes, work to rules, go-slows which are either widespread, nation-wide, or
               state-wide and are of political nature;
     8.29.2.3. Any event or circumstance of a nature analogous to any of the foregoing.



 8.30. RESOLUTION OF CONFLICTS
 8.30.1. SETU, Maharashtra and the successful bidder shall make every effort to resolve
         amicably by direct informal negotiation, any disagreement or dispute, arising
         between them under or in connection with the contract.
 8.30.2. If the dispute can’t be resolved amicably by direct informal negotiation between
         SETU, Maharashtra and the successful bidder, then the same can be referred to
         Technical Expert Committee constituted by SETU, Maharashtra at the start of the
         project with Members of eminent Public Institutions and the Members having
         experience in fields related to Computer Science, IT etc in writing within 30
         calendar days of dispute arise. Technical Expert Committee should propose an



                                                                               43
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


         amicable solution to the dispute within 60 calendar days of receiving the written
         application (mentioning the dispute).
 8.30.3. If the proposed resolution given by the Technical Expert Committee is not
         acceptable to any of the parties (SETU, Maharashtra or the successful bidder),
         then the objection to the same can be referred to the award of arbitrators, which
         will be appointed in accordance to The Arbitration and Conciliation Act, 1996. The
         rules there under and any statutory modification or re-enactments thereof made till
         the date of signing of contract, shall apply to the arbitration proceedings.


 8.31. LAWS
 The terms of this RFP and the contract shall be governed by the Indian laws under the
 exclusive jurisdiction of the competent courts in Mumbai


 8.32. NOTICES


 8.32.1. Any notice by one party to the other pursuant to the contract shall be sent in writing
         by registered post only to the addresses as defined under this contract.
 8.32.2. A notice shall be effective when delivered or on the notice’s effective date,
         whichever is later.


 8.33. DEDUCTION
 Payments shall be subject to any deductions (such as TDS etc.) of any amount, for which
 the bidder is liable under the agreement against this RFP.


 8.34. LIMITATION OF LIABILITY
 Bidder’s cumulative liability for its obligations under the contract shall not exceed the
 contract value and the bidder shall not be liable for incidental, consequential, or indirect
 damages including loss of profit or saving


 8.35. CONFIDENTIALITY


 8.35.1. Bidder understands and agrees that all data, materials and information marked and
         identified by SETU, Maharashtra as ‘Confidential’ are valuable assets of SETU,



                                                                             44
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


         Maharashtra and are to be considered SETU, Maharashtra's proprietary
         information and property.


 8.35.2. Bidder will treat all confidential data, materials and information provided by SETU,
         Maharashtra with the highest degree of care necessary to insure that unauthorized
         disclosure does not occur. Bidder will not use or disclose any data, materials or
         information provided by SETU, Maharashtra without SETU, Maharashtra's prior
         written approval. Bidder shall not be liable for disclosure or use of any materials or
         information provided by SETU, Maharashtra or developed by Bidder which is:
              •   Possessed by Bidder prior to receipt from SETU, Maharashtra, other than
                  through prior disclosure by SETU, Maharashtra, as documented by
                  Bidder's written records;
              •   Published or available to the general public otherwise than through a
                  breach of Confidentiality;
              •   Obtained by Bidder from a third party with a valid right to make such
                  disclosure, provided that said third party is not under a confidentiality
                  obligation to SETU, Maharashtra;
              •   Developed independently by the bidder.


 8.35.3. In the event that Bidder is required by judicial or administrative process to disclose
         any information or materials required to be held confidential hereunder, Bidder
         shall promptly notify SETU, Maharashtra and allow SETU, Maharashtra a
         reasonable time to oppose such process before making disclosure.


 8.35.4. Bidder understands and agrees that any use or dissemination of information in
         violation of this Confidentiality Clause will cause SETU, Maharashtra irreparable
         harm, may leave SETU, Maharashtra with no adequate remedy at law and SETU,
         Maharashtra is entitled to seek to injunctive relief.


 8.35.5. SETU, Maharashtra does not wish to receive any Confidential Information of
         Bidder, and Bidder agrees that it will first provide or disclose information which is
         not confidential. Only to the extent that SETU, Maharashtra requests Confidential
         Information from Bidder, will the bidder furnish or disclose Confidential Information.




                                                                             45
Procurement of Load Testing Software                           REQUEST FOR PROPOSAL


 8.35.6. Nothing herein shall be construed as granting to either party any right or license
         under any copyrights, inventions, or patents now or hereafter owned or controlled
         by the other party.


 8.35.7. The requirements of use and confidentiality set forth herein shall survive the
         expiration, termination or cancellation of this contract.


 8.35.8. Confidential Information disclosed under this contract shall be subject to
         confidentiality obligations for a period of 3 years following the initial date of
         disclosure.


 8.35.9. Nothing contained in this contract shall limit the bidder from providing similar
         services to any third parties or reusing the skills, know-how, and experience gained
         by the employees in providing the services contemplated under this contract.


 8.36. PERIOD OF VALIDITY OF BIDS


 8.36.1. The bids shall be valid for a period of “SIX MONTHS” from the closing date for
         submission of the bid. A Bid valid for a shorter period may be rejected as
         non-responsive. Till completion of the validity period, unless the bidder withdraws
         his bid in writing, it will be deemed to be valid until such time that the bidder
         formally (in writing) withdraws his bid.


 8.36.2. In exceptional circumstances, at its discretion, SETU, Maharashtra may solicit the
         Bidder's consent to an extension of the period of validity. The request and the
         responses thereto shall be made in writing (or by fax or email).



 8.37. AUDIT
 SETU, Maharashtra reserves the right to audit at any point of time, the work of the bidder
 related to the project through its internal team or any other third party consultant or auditor.


 8.38. CHANGE MANAGEMENT




                                                                               46
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 8.38.1. SETU, Maharashtra may at any time, by written order given to the Successful
         Bidder, make changes within the general scope of the Contract. If any such
         change causes an increase or decrease in the cost of, and/or the time required for
         the Successful Bidder’s performance of any provisions under the Contract, an
         equitable adjustments shall be made in the Contract Price or delivery schedule, or
         both, and the Contract shall accordingly be amended.


 8.38.2. If the proposed change increases the project cost by more than 10%, then it would
         be considered as a separate project, and not a change request within the same
         project.


 8.38.3. Any claims by the Successful Bidder for adjustment under this clause must be
         asserted within thirty (30) days from the date of the Successful Bidder’s receipt of
         SETU, Maharashtra’s change order.


 8.38.4. All such claims shall be validated and finalized by the Technical Expert Committee
         constituted by SETU, Maharashtra with Members of eminent Public Institutions and
         the Members having experience in related fields. The rate applicable for such
         adjustment is as fixed by Commercial Bid (format given in the RFP).




                                                                           47
Procurement of Load Testing Software   REQUEST FOR PROPOSAL




                                 CHAPTER- 9

                                 Annexure




                                                   48
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


 9.    ANNEXURES
 ANNEXURE 1: TENDER OFFER FORM (TOF)


 Date: _________
 Tender Reference No.:


 To
 Member Secretary,
 SETU, Maharashtra,
 Directorate of Information Technology,
 7th Floor, Mantralaya,
 Mumbai 400 032


 Sub: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOR
 Procurement of Load Testing Software


 Dear Madam,


 Having examined the tender documents including all Annexure the receipt of which is
 hereby duly acknowledged, we, the undersigned, offer to work for Procurement of Load
 Testing Software for SETU, Maharashtra as mentioned in the Scope of the work as
 required by SETU, Maharashtra in conformity with the said tender documents.


 I/ We undertake that the Prices are in conformity with the specifications prescribed. The
 quote is inclusive of all costs likely to be incurred for executing this work.


 I/ we undertake, if our tender offer is accepted to perform in accordance with the time
 schedule specified in the Tender.


 If our Bid is accepted we shall submit the performance guarantee of bank as mentioned in
 the RFP for the due performance of the Contract during the Contract period at the time of
 signing of Agreement in the Form prescribed by the Tendering Authority.




                                                                         49
Procurement of Load Testing Software                             REQUEST FOR PROPOSAL


 I / We agree to abide by this Bid for the period of 180 days after the date fixed for Bid
 opening and it shall remain binding upon us and may be accepted at any time before the
 expiry of that period.


 Until a formal contract is prepared and executed, this Bid offers, together with your written
 acceptance thereof and your notification of award shall constitute a binding contract
 between us.


 We understand that you are not bound to accept the bidder with the highest score or any
 offer you may receive.


 We agree to the terms and conditions mentioned in the Tender Document.


 Dated this ____ day of ________________


 Signature: ________________________________
 (In the Capacity of: ) ____________________________
 Duly authorized to sign the tender offer for and on behalf of




                                                                             50
Procurement of Load Testing Software                                  REQUEST FOR PROPOSAL




 ANNEXURE 2: BIDDER'S AUTHORISATION CERTIFICATE



 To,
 Member Secretary,
 SETU, Maharashtra,
 Directorate of Information Technology,
 7th Floor, Mantralaya,
 Mumbai 400 032


 < Bidder's Name>---------------------------------------< Designation>----------------------------------- is
 hereby authorized to sign relevant documents on behalf of the Company in dealing with
 Tender of reference<Tender No. and Date>----------------------------------------. He is also
 authorized to attend meetings and submit Technical and Commercial information as may
 be required by you in the course of processing above said tender.


 Thanking you,


 Authorized Signatory
 <Name>
 Seal
 ----------------------------
 This tender document is not transferable




                                                                                        51
Procurement of Load Testing Software                                  REQUEST FOR PROPOSAL


 ANNEXURE 3: SELF-DECLARATION


 Ref.--------
 Date: -


 To,
 Member Secretary,
 SETU, Maharashtra,
 Directorate of Information Technology,
 7th Floor, Mantralaya,
 Mumbai 400 032


 In response to the tender No.-----------------------------------------dated-----------of Ref.--------------
 - as an owner/Partner/Director of-----------------------------. I/We hereby declare that our
 Agency--------------- is having unblemished past record and was not declared ineligible for
 corrupt and fraudulent practices either indefinitely or for a particular period of time. Also,
 I/We hereby declare that our Agency--------------- does not have any connection with
 employees at SETU, Maharashtra, its Consultant and the Technical Committee appointed
 by SETU, Maharashtra for guidance relating this project.



 Name of the Tenderer: -


 Signature: -


 Seal of the Organization: -




                                                                                        52
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


 ANNEXURE 4: DETAILS OF BIDDER


 Please ensure that your response clearly answers all the questions. If you use additional
 schedules or documentation to support your response, make sure that they are clearly
 cross-referenced to the relevant question.


    A. General Profile of the Company


 Name and Address of the Company
 With Telephone Nos., Fax, E-mail and
 Website
 Date of Incorporation (with document
 evidence       for   Certificate  of
 Incorporation)
 Offices situated at different locations
 Address of office/facilities in India
 Address of Office in Maharashtra
 Turn over for last three years (Audited
 Annual Accounts and Annual Reports
 of three accounting years to be
 submitted)
 Turnover from software testing, supply
 of testing software in each of the last
 two financial year 2007-08, 2008-09
 (with document evidence)
 Net worth as on 31st Mar 2009
 (with document evidence)
 Sales Tax / Service Tax Registration
 Number (with document evidence)
 PAN NO (with document evidence)
 Number of IT resources with the




                                                                         53
Procurement of Load Testing Software                                REQUEST FOR PROPOSAL


    organization as on 31st March 09 (with
    document evidence)




    Authorized Signatory
    <Name>
    Seal
    ----------------------------



          B. Project Details (last 3 years)
          The bidder should provide details of the projects executed in software testing projects in
          the last 3 years


Sl. No.       Name, Address Brief                    Period/       Platform/   Total Value
              and Ph No. of project                  Date     of   Environment of       the
              client        details                  contract      /Technology Contract
                                                     and tenure    used




    (Separate sheets may be attached to elaborate the projects undertaken)


          Note:- Please enclose Work-orders along with Completion Certificates / Client's
          Testimonial given by concerned organizations or for whom work is done for
          Annexure 4 B and C.


          C. Quality Certificate


    Sl. No.          Name          of   the Certified by    Date         of Certificate
                                                            getting         Valid       upto


                                                                                     54
Procurement of Load Testing Software                               REQUEST FOR PROPOSAL


              certificate                             certification      date




 (Attach copies of the certificate)


    D. Awards/Certificates for products/services


 Sl. No.      Name          of   the Certified   by/ Date     of   getting Field of award
              certificate            Awarded by       certification/award (Software/
                                                                           Hardware etc)




    E. Name and Details of the person to whom all references shall be made
       regarding the tender


 Name:                                      Telephone:
 Fax No.:                                   E-mail:
 Mobile:
 Place:                                     Signature:
 Date:


                                            Company Seal


 Pl. Note:
 1. In-adequate information could lead to disqualification of the bid.
 2. All items should be supported by proper documents.




                                                                                55
Procurement of Load Testing Software                       REQUEST FOR PROPOSAL


 ANNEXURE 5: DETAILS OF MANPOWER


 (A) MANPOWER DEPLOYMENT SCHEDULE
 (Only give time deployment schedule indicating full time/part-time deployment without
 quoting any cost. The cost shall be given in Annexure-8 only)


 (1) Project Manager/Leader: -


 (2) Lead tester(s): -
 (Number of Members in Team)


 (3) Tester(s): -
 (Number of Members in Team)


 (4) Others:-
 (Number of Members in Team)


 Note: -
 If for any reason beyond the reasonable control of the successful bidder, it becomes
 necessary to replace any of the personnel, the successful bidder shall forthwith provide as
 a replacement of a person of equivalent or better qualification.




                                                                           56
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 (B) Resumes of resources (Use the format given below for each individual)


 Sr.No      Item                    Details                     Attachment Reference
                                                                for additional
                                                                information
 1          Name
 2          Role in the project
 3          Current job title and
            responsibilities
 4          Experience in years
 5          Number of years with
            the organization
 6          Summary           of
            Professional    and
            Domain experience
 7          Skill-sets
 8          Highlights of similar
            assignments handled
 9          Education
            background
 10         Training          and
            Certifications


 Signature of staff:                                  Date: --------------


 Place: -------------


 Signature of authorized person from bidder firm: -   Seal of the Organization




                                                                             57
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL




 ANNEXURE 6: BID SECUITY FORM


 Whereas ________________________________________(hereinafter called "the Bidder")
 has submitted its tender offer dated ________2010 for the supply of
 ____________________(hereinafter called "the tender")


 KNOW ALL MEN by these presents that WE_________________ ___________________
 ____ _____of ________________________ _______________ (hereinafter called the
 Bank:) are bound upto ______
 ____________        ____________________________           (hereinafter     called    "SETU
 Maharashtra") in the sum of _________________ ___________for which payment well and
 truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by
 these presents. Sealed with the Common Seal of the Said Bank this ___________ day of
 ________2010.


 THE CONDITIONS of this obligation are:
       If the Bidder withdraws its tender during the period of tender validity specified by the
       Bidder on the Tender Form; or
       If the Bidder, having been notified of the acceptance of its tender by the SETU,
       Maharashtra during the period of tender validity:
              fails or refuses to execute the contract Form if required; or
              fails or refuses to furnish the Performance Security, in accordance with the
              instruction given in tender document;


 We undertake to pay SETU, Maharashtra up to the above amount upon receipt of its first
 written demand, without the SETU, Maharashtra having to substantiate its demand,
 provided that in its demand SETU, Maharashtra shall note that the amount claimed by it is
 due it owing to the occurrence of one or both of the two conditions, specifying the occurred
 condition or conditions.
 This guarantee shall remain in force up to and including and any demand in respect thereof
 should reach the Bank not later than the above date
 __________________________
 (Signature of the Bank)


                                                                              58
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


 ANNEXURE 7: PRE QUALIFICATION CHECKLIST


 Sl. No.   Item                            Response of the Bidder
                                           Section           Page No.
 1         Number      of   years     in
           business
 2         Annual turnover of Rs. 5
           Crores     from    software
           testing, supply of testing
           software in each of the last
           two financial year 2007-08,
           2008-09
 5         Net worth as on 31st Mar
           2009
 6         The bidder should have
           provided software testing
           services to minimum one (1)
           Government/ public sector
           client in India in the last 2
           years
 7         The Bidder must have an
           office in Maharashtra
 8         Bidder must have an overall
           IT staff strength performing
           the activities of software
           testing of at least 50
           personnel as on 31-03-2009




                                                                        59
Procurement of Load Testing Software                         REQUEST FOR PROPOSAL


 ANNEXURE 8: PRICE SCHEDULE (PS) [To be part of Envelope 2]

 To,
 Member Secretary,
 SETU, Maharashtra,
 Directorate of Information Technology,
 7th Floor, Mantralaya,
 Mumbai 400 032


 Sub: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOR
 Procurement of Load Testing Software


 Madam,
 We declare:


 i) That we are sole owner/authorized agents/ of
 …………………………………………………………..
 ……..………………………………………………..
 That we/the undersigned agency is equipped with adequate hardware/software and other
 facilities required for providing services and our establishment is open for inspection by the
 representatives of SETU, Maharashtra We hereby offer to provide Services at the prices
 and rates mentioned in the financial bid enclosed.
 We do hereby undertake, that, In the event of acceptance of our bid, the services shall be
 provided as stipulated in the work order and the tender terms and conditions to the Bid and
 that we shall perform the entire incidental services.
 The prices quoted are inclusive of all charges inclusive of traveling; hardware (if any)
 /software/ manpower etc. for providing the desired services for SETU, Maharashtra.
 We agree to abide by our offer a period of 180 days from the date fixed for opening of the
 tenders and what we shall remain bound by a communication within that time.
 We have carefully read and understood the terms and conditions of the tender and the
 conditions of the contract applicable to the tender and we do hereby undertake to provide
 the services as per these terms and condition.




                                                                             60
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
 together with your written acceptance thereof, the tender document and placement of letter
 of intent awarding the contract, shall constitute a binding contract between us. :


 Dated:                                        Signature:
                                               Name of Agency:
                                               Company Seal
 Encl: Price Schedule                          Full Address:




                                                                          61
Procurement of Load Testing Software                            REQUEST FOR PROPOSAL


 FORMAT FOR QUOTING PRICE - [To be part of Envelope 2]


 Price A: Procurement of Load Testing software


 Sr. Cost Item                               Unit Cost   No    of Total Amount (In
 No.                                         (In INR)    Units    INR)
                                                                      In Figs.    In
                                                                                  Words
 1    Core software module for load
      testing (if any) – Perpetual license
 2    Perpetual license for 500 virtual
      users for testing
 3    Installation,       Commissioning,
      testing, training
 4    AMC for 5 years, providing all
      updates, upgrades, patches
 5    Others, if any (Give details of each
      expense and justification of its
      applicability for the project)
 6    TOTAL


 Price B: Performing Testing for every testing occurrence (*)

 Sr. Line Item                               Unit CostNo    of Total Amount (In
 No.                                         (In INR/ Man-     INR)
                                             Man-     Month    In Figs. In
                                             Month)                     Words
 1    Project Manager/Lead Tester
 2    Tester
 3    Others (mention details)
 4    Travel   and     Miscellaneous NA                  NA
      expenses (Give details of each



                                                                             62
Procurement of Load Testing Software                          REQUEST FOR PROPOSAL


       expense) **
 5     TOTAL




 Note – The Cost should be inclusive of any applicable relevant tax


 The Total Price to be considered for Commercial Evaluation is Price A +
 50X(Price B)

 * One occurrence of a performance testing would include the following (at a minimum)-
 Initial testing with the desired load and identification of areas of improvement, Final testing
 with the desired load after all the recommendations have been incorporated, all required
 test reports and results in the format desired by SETU, Maharashtra


 ** The Travel and Miscellaneous expenses should not exceed more than 5% of Price B.


 IMPORTANT –
 (1) It is assumed that 50 such instances of testing is to be conducted in the period
 of 5 years, and hence a factor of 50 is to be used for Commercial Evaluation.
 However, the payment to be made to the successful bidder shall be based on
 actual. SETU, Maharashtra doesn’t give any guarantee regarding the number of
 instances of testing to be conducted during the five year period.
 (2) All testing instances may not require full-time deployment of all type of
 resources. Bidders need to factor in the same in the commercial bid




                                                                              63
Procurement of Load Testing Software                       REQUEST FOR PROPOSAL


 ANNEXURE 9: ENVELOPE CONTRACT FORMAT


 THIS AGREEMENT made the _________ day of __________2010


 BETWEEN


 SETU, Maharashtra having its office at 7th floor, Mantralaya, Mumbai – 400 032.
 (hereinafter referred to as “SETU, Maharashtra”) which expression shall unless repugnant
 to the context or meaning thereof mean and be deemed to include its authorized agents,
 representatives and permitted assigns of the First Part.


 AND


 <Name of the Successful Bidder / Vendor> (hereinafter referred to as the “Contractor”)
 which expression shall unless repugnant to the context or meaning thereof mean and be
 deemed to include their successors and permitted assigns having its corporate office at
 <Office / communication address of the Bidder / Vendor> of the Second Part.


 WHEREAS the contractor has tendered for providing services to SETU, Maharashtra as
 per the terms and conditions mentioned in the <Provide Reference to the Annexure of the
 RFP containing the contract> of the Requst for Proposal (from herein after referred to as
 “RFP”) document at a value of Rs. <Amount> /- (Rupees <amount in Words> only) as per
 the Commercial Bid submitted in response to the RFP. Whereas such tender has been
 accepted and the contractor has deposited / provided Bank Guarantee to SETU,
 Maharashtra for the sum of Rs. <Amount> /- (Rupees <Amount> only) as security for the
 fulfillment of this Agreement.


 NOW IT IS HEREBY AGREED between the parties hereto as follows:
 The contractor has accepted the contract on the terms and conditions set out in the tender
 notice No: <Tender Document Number> dated <Date> as well all response to queries via
 email dated <dates of all Communication> and corrigendum issued on <dates of all
 corrigendum> which shall hold good during period of this agreement.




                                                                          64
Procurement of Load Testing Software                        REQUEST FOR PROPOSAL


 Refund of deposit shall be based on the timelines, terms and conditions as has been
 specified in the RFP and shall form a part of the contract. In absence of any timeline
 specified the deposit shall after the expiration of 24 months from the date of efflux of the
 contract, be returned to the contractor but without interest and after deducting there from
 any sum due by the contractor to SETU, Maharashtra under the terms and conditions of
 this agreement.


 This agreement shall remain in force until the expiry of <period of Contract> months from
 the date of entering into the contract or the end of <any time period of the validity of the
 contract as specified in the RFP>, whichever is later, but SETU, Maharashtra may cancel
 the contract at any time upon giving one months notice in writing without compensating the
 contractor.


 In witness whereof the said Contractor hath set his hand hereto and the Government of
 Maharashtra has affixed his hand and seal thereto the day and year first above written.


 All terms and conditions as specified in the RFP, clarifications issued and corrigendum
 issued in regards to the Ref. No. : <Tender document Number> as has been mentioned
 above in the document shall stand inforce unless has be expressly agreed to in writing by
 both the parties.


 The Contractor shall be responsible to abide and shall be liable to deliver at bear minimum
 to the requirements as has been specified to in the RFP, clarifications issued and
 corrigendum issued in regards to the Ref. No. : <Tender document Number> as has been
 mentioned above and any higher deliverables as has been committed to by the Contractor
 in the Proposal or any subsequent document submitted & accepted by SETU, Maharashtra
 as part of award of the Contract.


 The following documents shall be deemed to form and be read and construed as part of
 this Agreement viz:


 <Reference to be drawn to all relevant documents such as RFP, Queries, Clarifications,
 Corrigendum, Technical/Commercial Bid, Any Letters/Communications from SETU,
 Maharashtra /Contractor>



                                                                           65
Procurement of Load Testing Software            REQUEST FOR PROPOSAL




 IN WITNESS whereof the parties hereto have signed this on the _______day,
 _______month and _________year first herein above written.



 Signed, sealed and delivered
 By
 Mrs. Vijayalakshmi Bidari Prasanna
 Member Secretary
 For and on behalf of SETU, Maharashtra


 Signed, sealed and delivered
 By
 ------------------------------------
 For and on behalf of “<Contract> ”



 Witnesses :
 (1)
 (2)




                                                            66
Procurement of Load Testing Software                      REQUEST FOR PROPOSAL


 ANNEXURE 10: PERFORMANCE SECURITY FORM


 To:
 (Name of Indenter)


 WHEREAS ___________________________________________________ (Name of
 Bidder)     hereinafter    called  "the tenderer” has undertaken,   Contract
 No.________________________ dated, __________________2010 to render services
 hereinafter called "the Contract".


 AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall
 furnish you with a bank Guarantee by a recognized bank for the sum specified therein as
 security for compliance with the Bidder's performance obligations in accordance with the
 Contract.


 AND WHEREAS we have agreed to give the Bidder a guarantee:
 THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf
 of the Bidder, up to a total of_________________________________(Amount of the
 guarantee in Words and Figures) and we undertake to pay you, upon your first written
 demand declaring the Bidder to be in default under the contract and without cavil or
 argument, any sum or sums within the limit of ___________________________ as
 aforesaid, without your needing to prove or to show this grounds or reasons for your
 demand or the sum specified therein.


 This guarantee is valid until the ___________ day of ______________ 2010


 Signature and Seal of Guarantors
 ________________________________
 ________________________________
 Date ____________________________
 Address: _________________________




                                                                        67
Procurement of Load Testing Software                     REQUEST FOR PROPOSAL


 ANNEXURE 11: FORMAT FOR ‘REQUEST FOR CLARIFICATION’


 Bidders are requested to use the following format:


  GoM
  SETU, Maharashtra Performance testing Bidder’s               Request        for
  software                              Clarification
  Name of Organization Name & position of person Full formal address of
  submitting request   submitting request        the          organization
                                                 including phone, fax and
                                                 email points of contact
                                                      Tel:
                                                      Fax:
                                                      Email:


  Bidding     Document Content of RFP requiring Points of           clarification
  Reference(s) (section Clarification           required
  number/ page)




                                                                         68
Procurement of Load Testing Software                            REQUEST FOR PROPOSAL


         ANNEXURE 12: Functionality for Technical Evaluation


Testing Product should Comply all these features


Sr. No. Functionality                                       Compliance (Y/N)
                                                            Directly     Can be             Not possible
                                                            from tool    achieved from      to provide
                                                                         additional tools   the feature
                                                                         or software
                                                                         development
1.       Scripts can     be   recorded    from     client
         application.
2.       Should use non-proprietary programming
         language for creating test scripts.
3.       Should use secure communication channel
         between load generating machines and test
         controller machine
4.       Should    support   testing of   following
         environments/protocols    : HTTP,     Web
         Services, Web2.0,Flash, Flex,.NET, Java,
         POP3, IMAP, DNS
5.       Should display snapshot of screen next to
         each recorded step for easy understanding
         and debugging of generated test scripts
6.       The testing tool should provide automatic test
         data retrieval from back-end database for data
         driven testing of applications
7.       Should provide the ability to randomize test
         data inputs through the user interface
8.       Test Script recording should capture the user
         “think-time” and allow think-time to be
         randomized during the load testing to emulate
         actual user behavior


                                                                                       69
Procurement of Load Testing Software               REQUEST FOR PROPOSAL


9.    Test Scripts are presented in both GUI-
      based/icon-based test trees and text formats
      for easy understanding and advanced editing
      of scripts respectively
10.   Test Script editor should provide support for
      server’s dynamic data correlation on the fly
11.   Should support IP Spoofing of Virtual Users to
      test load balancing algorithms
12.   Should allow selection of different network
      bandwidth, emulating analog modems, ISDN,
      DSL, or custom bandwidth for understanding
      transaction response times
13.   Should integrate with a test management tool
      for script storage
14.   Should integrate with third party software for
      WAN Emulation to test point to point
      performance of WAN deployed application
15.   Uses a suite of integrated performance
      monitors to quickly isolate system bottlenecks
      without having to install any data capturing
      agents on the monitored servers/components
      within the systems architecture.
16.   Performance monitor shall include but not
      limited to the followings: Client-side Monitors,
      Virtual User Status, User-defined Data Point,
      Transaction Response Time, Transaction per
      Second (Passed), Transaction per Second
      (Failed), Download per Second, throughput,
      hits per second, connections per second, web
      page      diagnostics,     page      component
      breakdown
17.   Should provide Network delay monitor for a
      breakdown of the network segments between



                                                                     70
Procurement of Load Testing Software               REQUEST FOR PROPOSAL


      client and server, as well as network delays
18.   Should enable running virtual users and
      monitoring key server resources over a
      firewall without opening up a wide range of
      ports
19.   Provides the ability to build goal oriented load
      scenarios e.g. trans/sec or transaction
      response time in addition to concurrent user
      scenarios for target applications
20.   Includes Auto-Load technology allows you to
      pre-define your testing objectives beyond the
      number of concurrent users to streamline the
      testing process
21.   Enable setting of SLA’s and monitor against
      collected performance data
22.   Processes the data and generates an off-line
      graph for each measurement that was
      monitored during the load test
23.   Aggregates the data being generated using
      either built-in data aggregation formulas, or
      aggregation settings that you define
24.   Provide flexibility to allow user to perform
      custom correlation between test result metrics
      to arrive at reasons for slow transactions
25.   Able to access results of multiple test runs the
      same time to display correlation between
      different test runs and trend these
      measurements
26.   Detect similar trends among measurements
      by auto-correlating a measurement in one
      graph with measurements in other graphs.
27.   Able to capture and store test results that are
      huge in file size into industry standard



                                                                     71
Procurement of Load Testing Software                REQUEST FOR PROPOSAL


      Relational Database server.
28.   Should provide ability to generate report from
      the load testing analysis graph into HTML and
      MSWord (doc) format
29.   Should provide ability to re-use test scripts in
      Operations solution from the same OEM
      Vendor in their production environment
30    Should provide facility to help to drill/diagnose
      to the application level issues which may have
      resulted in degradation of performance




                                                                      72

Business proposal software testing6

  • 1.
    Procurement of LoadTesting Software SETU Maharashtra Request For Proposal Tender No. DIT-2010/File No 51/39
  • 2.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Index Chapter Topic Page Number 1 Important Notice 3 2 Essential Information 5 3 Scope of Work 10 4 SLA 13 5 Evaluation Methodology 17 6 Award of Contract 24 7 Payment Terms for Successful 29 Bidder 8 Instruction to Bidders 31 9 Annexure 48 2
  • 3.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 1 Important Notice 3
  • 4.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 1. IMPORTANT NOTICE 1.1 THIS RFP IS NOT TRANFERABLE. 1.2 Bidders are advised to study the RFP document carefully. Submission of bid shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. 1.3 The response to this RFP should be full and complete in all respects. Incomplete or partial bids shall be rejected. The bidder must quote for all the items asked for in this RFP. 1.4 The bidder shall bear all costs associated with the preparation and submission of the bid, including cost of presentation for the purposes of clarification of the bid, if so desired by SETU, Maharashtra. SETU, Maharashtra will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 1.5 All the communication to SETU, Maharashtra including this RFP and the bid documents shall be signed on each page by the authorized representative of the bidder and attach authority letter. 4
  • 5.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 2 Essential Information 5
  • 6.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 2. ESSENTIAL INFORMATION 2.1. ISSUER SETU, Maharashtra 2.2. GENERAL INFORMATION 2.2.1 The purpose of this Request for Proposal (RFP) is to procure Load Testing software and seek the services of an agency for performance testing of IT Applications of SETU, Maharashtra or of any other departments. This document provides information to enable the bidders to understand the broad requirements to submit their "Bids". 2.2.2 The bidders are expected to submit their offers in two parts namely, “Technical bid” and “Commercial bid” and in the format given in this document. Two copies of each part have to be submitted, titled as ‘Original’ and ‘Duplicate’. So, in all, there has to be – 1. Technical Bid – Original, with a soft copy in a CD titled as Technical bid 2. Technical Bid – Duplicate 3. Commercial Bid – Original, with a soft copy in a CD titled as Commercial Bid 4. Commercial Bid – Duplicate 2.3. ADDRESS FOR BID SUBMISSION AND CORRESPONDENCE SETU, Maharashtra, 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 Fax – 022-22866020 6
  • 7.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 2.4. KEY EVENTS & DATES Event Tentative Date Release of RFP 1st April 2010 Date and Time of Pre Bid Meeting 12th April 2010 Place of Pre Bid Meeting 3.30 PM IST SETU, Maharashtra, 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 Queries on RFP for Pre Bid Meeting have to be submitted in writing 3 days before the Pre Bid Meeting at the above mentioned address as per format given in Annexure 11. Last Date, Time and Place for Bid Submission 22nd April 2010 SETU, Maharashtra, 3.30 PM IST 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 Date, Time and Place for Opening of Technical Bids 22nd April 2010 SETU, Maharashtra, 4.30 PM IST 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 Opening of Commercial Bids It will be Place for Opening of Commercial Bids communicated after SETU, Maharashtra, evaluation of 7th Floor, Main Building, Technical Bids Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 7
  • 8.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Award of the Project It will be communicated later Commencement of Project Within 7 days of award of contract 2.5. IMPORTANT LIMITS / VALUES RELATED TO BID Item Description Tender Fee Rs. 10,000 (Rupees Ten thousand) Bid Security (Earnest Money Rs. 5.00 lakhs (Rupees Five lakhs) Deposit - EMD) in the form of Demand Draft or Bank Guarantee from a Nationalized Bank Bid Validity Period 6 months from the date of submission of bids by the bidder(s) Period for furnishing Within thirty (30) working days of the date of performance security notice of award of the contract or prior to signing of the contract whichever is earlier Performance security value 10% of contract value drawn from a Nationalized Bank (Performance Bank Guarantee) Performance security validity 6 months beyond Contract period period Period for signing contract Within 30 working days from date of receipt of notification of award 2.6. TIMELY SUBMISSION Bidders are solely responsible for timely delivery of the bids to the location as mentioned above in this section, set forth herein prior to the stated Proposals Submission due date and are solely responsible for delays in receipt, including 8
  • 9.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL but not limited to third party carriers. Proposals not received on or before the last date and time of submission will not be considered. 2.7. OPENING OF BIDS Proposals/Bids will be opened in front of bidder’s representatives (if present). SETU, Maharashtra reserves the right at any time to postpone or cancel a scheduled bid opening. The bids will be opened at the address mentioned above in this section. 2.8. USE & RELEASE OF BIDDER SUBMISSIONS SETU, Maharashtra is not liable for any cost incurred by the Bidder in the preparation and production of any Proposal, the preparation or execution of any benchmark demonstrations, simulation or laboratory service or for any work performed prior to the execution of a formal contract. All materials submitted become the property of SETU, Maharashtra and may be returned at its sole discretion. The content of each Bidder’s Proposal will be held in strict confidence during the evaluation process, and details of any Proposals will not be discussed outside the evaluation process. 2.9. LIMITS ON PROMOTION The Bidder agrees to make no reference to SETU, Maharashtra or this procurement or resulting contract in any literature, promotional material, brochures, sales presentation or the like without the express prior written consent of SETU, Maharashtra. 9
  • 10.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 3 Scope of Work 10
  • 11.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 3. SCOPE OF WORK The Scope of work for the Bidder is as follows: I. Load Testing Software: Supply of licenses for Load Testing Software, Installation of Software II. Support: 1 year annual support for the software, including updates, and patches III. Performance Testing: Performance testing of GoM e-Governance applications using the load testing software supplied 3.1. Load Testing Software 3.1.1. Key Activities: The key activities to be performed are: Supply of core software module (if any) needed for the load testing software Supply of 500 virtual user licenses (perpetual in nature) for the load testing software (for load testing of web based applications) Installation of the software Providing all software documentations to SETU, Maharashtra, including installation guides etc. The application and portal development can be classified into the following four activities 3.2. Support 3.2.1. Provide 1 year comprehensive onsite support, including patches and updates from the OEM 3.3. Performance Testing 11
  • 12.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 3.3.1. Provide performance testing of software developed by various departments of SETU, Maharashtra 3.3.2. The performance testing shall involve: 3.3.2.1. Creating a Test Plan 3.3.2.2. Designing Tests Cases 3.3.2.3. Implementing the Test cases (Creating scripts/scenarios for testing as per the requirement of SETU, Maharashtra 3.3.2.4. Executing the tests (load and stress testing) 3.3.2.5. Evaluating Test results and preparing reports to be submitted regarding the tests conducted 3.4. SUGGESTIVE LIST OF DELIVERABLES The suggested list of deliverables (but not limited to) from the successful bidder include – 3.4.1. Software supply and installation Training Manuals and literature Systems Administration Manuals User manuals Installation Manuals Operational Manuals Maintenance Manuals 3.4.2. Performance testing Test Plan and Test Cases Reports based on the test results as per the requirement of SETU, Maharashtra Note: Documents need to be provided in hard copy and electronic (soft copy) formats. All electronic documents should be in OASIS Open Document Format for Office Applications or Office Open XML format. 12
  • 13.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 4 SLA 13
  • 14.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 4. SLA 5.1 Service Level Agreement (SLA) is the contract between SETU, Maharashtra and the successful bidder. SLA defines the terms of the Successful bidder’s responsibility in ensuring the timely delivery of the deliverables and the correctness of the same based on the agreed Performance Indicators as detailed in the Agreement. This section defines various Service Level Indicators which will be considered by SETU, Maharashtra in the Service Level Agreement with Successful bidder. 5.2 The successful bidder has to comply with two (2) Service Level Agreements (SLAs) to ensure adherence to project timelines, quality and availability of services. Note: Penalties shall not be levied on the successful bidder in the following cases : • The non compliance to the SLA has been due to reasons beyond the control of the bidder • There is a force Marjorie event effecting the SLA which is beyond the control of the successful bidder 5.3 Timely Delivery: Definition Timely delivery of deliverables would comprise of the following: Supply and installation of the load testing software Reports to be submitted post completion of load testing of software applications Service Level Requirement All the deliverables defined in the contract or as agreed upon with the vendor has to be submitted on-time on the date as mentioned in the contract with no delay. Measurement of Service Level To be measured in Number of Business Days 14
  • 15.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Parameter of delay from the date of submission as defined in the project contract. Penalty for non-achievement of Delay of every Business Day would attract a SLA Requirement penalty per day as per the following – 1. For Software Application = INR 10,000 Per day Penalty 2. For Documents = INR 5,000 Per day Penalty The total penalty would be generated by the product of the above and the number of Business Days Delay 5.4 Resolution Time: Definition Time in which a complaint / query regarding the load testing software is resolved after it has been reported by SETU, Maharashtra to the successful bidder Service Level Requirement Any query after being given a response should be classified for resolution in following three categories. Resolution Level 1 (R1): Queries regarding issues which has the greatest business impact wherein the user is not able to perform his/her work of testing For example, unable to login to the system due to errors in software Resolution Level 2 (R2): Queries regarding issues which has medium business impact wherein the user is partially able to perform his/her work of testing The Successful Bidder should provide service as per the following standards – 15
  • 16.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Type of Query Maximum resolution time allowed R1 1 business day R2 3 business day Measurement of Service Level The service level would be defined in the number of Parameter business days calculated from the date of logging the call/raising the request with the successful bidder. Penalty for non-achievement of SLA Delay of every Business Day would attract a penalty Requirement per day as per the following – 1. For R1 = INR 15,000 per day 2. For R2 = INR 10,000 per day The total penalty would be generated by the product of the above and the number of Business Days Delay. 5.6 The maximum penalty at any point of time and for any period should not exceed 25% of outstanding project payment to be made to the vendor as per the Commercial Bid submitted by the successful bidder. 16
  • 17.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 5 Evaluation Methodology 17
  • 18.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 5. EVALUATION METHODOLOGY 5.1. Overall Evaluation 5.1.1. SETU, Maharashtra will evaluate and compare the bids determined to be substantially responsive. It is SETU, Maharashtra’s intent to select the proposal that is most advantageous to SETU, Maharashtra and each proposal will be evaluated using the criteria and process outlined below 5.1.2. The technical evaluation of Bids will be carried out using a point system. 5.1.3. Bidders with score of 50 and above in the technical bid shall be considered as technically qualified. 5.1.4. SETU, Maharashtra reserves the right to reject any or all proposals and to waive informalities and minor irregularities in proposals received if deemed in the best interest of SETU, Maharashtra to do so. 5.2. Preliminary Evaluation The Bid evaluation process shall be a three-stage process. The first stage of evaluation would involve examination of the Pre-qualification bid documentation furnished by the Bidder prima facie to see if the technical skill base and financial capacity and other Bidder attributes claimed therein are consistent with the needs of this project. SETU, Maharashtra may ask Bidder(s) for additional information, visit to Bidders site and/or arrange discussions with their professional, technical faculties to verify claims made in Pre-qualification bid documentation. 5.3. Evaluation of Bids 5.3.1. In the second and third steps of evaluation, SETU, Maharashtra will proceed to a detailed evaluation of the Technical Bids of the Bidders who qualify the Pre- qualification bid criteria in order to determine whether they are substantially responsive to the requirements set in the Request for Proposals. In order to reach 18
  • 19.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL such a determination, SETU, Maharashtra will examine the information supplied by the Bidders, and shall evaluate the same as per the evaluation criteria specified in this RFP. 5.3.2. Based on the technical evaluation, the Commercial Bids of only the technically qualified bidders shall be opened by SETU, Maharashtra. The commercial evaluation will take into account the information supplied by the Bidders in the Commercial Proposal, and shall evaluate the same as per the evaluation criteria specified in this RFP. 5.3.3. A substantially responsive Bid is one, which conforms to the requirements, terms, conditions and specifications of the Request for Proposals without material deviation. A material deviation is one which affects in any substantial way the functionality, scope, quality, or performance of the Deliverables, or which limits in any substantial way, inconsistent with the Request for Proposals, SETU, Maharashtra's rights or the Bidder's obligations for, performance of the Project and the rectification of which deviation would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. 5.3.4. SETU, Maharashtra may waive any minor informality or non-conformity or irregularity in a Bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder. 5.4. Evaluation Committee 5.4.1. The Tender Evaluation Committee constituted by SETU, Maharashtra shall evaluate the tenders. 5.4.2. The Tender Committee may choose to conduct negotiation or discussion with the bidder with the lowest price quote. 5.4.3. The decision of the Evaluation Committee in the evaluation of the Technical and Commercial bids shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee. 5.5. Clarifications of Bids and Review of Bidders' Proposed Deviations 19
  • 20.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL To assist in the examination, evaluation and comparison of Bids SETU, Maharashtra may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. 5.6. Contacting SETU, Maharashtra Any attempt by a Bidder to influence SETU, Maharashtra in its bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's Bid. 5.7. Pre-Qualification Bid Evaluation 5.7.1. Prior to the detailed evaluation of the Technical Bids, SETU, Maharashtra shall determine whether each bid is (a) complete, (b) is accompanied by the required information and documents and (c) is substantially responsive to the requirements set forth in the RFP document. 5.7.2. The pre-qualification criteria for this bid are: The bidder should be a reputed system integrator or software development firm in India having:- • Number of years in business, at least 5 years. • Minimum annual turnover of Rs. 5 Crores from software testing, supply of testing software in each of the last two financial year 2007-08, 2008-09 • Positive net worth as on 31st Mar 2009 • The bidder should have provided software testing services to minimum one (1) Government/ public sector client in India in the last 2 years. • The Bidder must have an office in Maharashtra. • Bidder must have an overall IT staff strength performing the activities of software testing of at least 50 personnel as on 31-03-2009 (to be certified on a Company letterhead by the Head of HR, along with company seal) 5.7.3. All the above must be substantiated through suitable document proof in support. 5.7.4. The bidder may bid as a consortium of maximum 2 partners. However, the above- mentioned criteria are applicable to the principal bidder who may collaboratively provide the solution along with other partner(s). In case of the successful bidder, 20
  • 21.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL which is a consortium, the parties of consortium shall be jointly and severally held responsible for the implementation of system and provision of services. The details of the contractual agreements between both the parties to the consortium should be included in the technical bid to be submitted by the bidder. 5.8. Technical Bid Evaluation 5.8.1. Bidders who have qualified as per the Pre-Qualification Criteria of this RFP document shall be evaluated by the Evaluation Committee based on a weighted point system, assessing each bidder’s ability to satisfy the requirements set forth in the RFP Document. The Evaluation Committee will evaluate the technical proposals by taking into account factors mentioned below. The information furnished by the bidders in the technical bid shall be the basis for this evaluation. In case any of the information is not made available the committee will assign zero marks to that item. 5.8.2. Each of the technical bids shall be evaluated on a score of 70 points 5.8.3. Each Proposal will be evaluated according to the following criteria, but not limited to the following - S. No. Technical Evaluation Criteria Maximum Points 1 Related Experience and Capabilities of the firm 20 2 Capability of the proposed team 15 3 Technical capabilities of the Proposed Performance testing 35 product 4 TOTAL 70 Relevant Experience and Capabilities 1. Relevant experience of the bidder in India in software testing 10 projects in the last 3 years (Information needed on number of projects, project value, client, duration, scope of work etc) 2. Usage of the OEM product in India which is proposed for the 10 21
  • 22.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL project in software testing projects in the last 3 years (Information needed on number of projects, project value, client, duration, scope of work etc) Total 20 Capability of the proposed team 1 Technical Capabilities of the proposed team (CVs to be submitted 15 of Project Manager and minimum of 2 lead testers) Total 15 Technical capabilities of the Proposed Performance testing product 1 The technical capability of the proposed performance testing 35 product shall be based on the compliance to the functionalities listed in Annexure 12 and the product demo given to the evaluation committee Total 35 Grand Total 70 5.8.4. The total technical score determined by a bidder shall be denoted by ‘S(t)’ 5.8.5. The minimum qualification marks for Technical Bid will be 50. Any bidder securing 50 or above marks in the Technical section would be deemed to have qualified technically. 5.9. Commercial Bid Evaluation 5.9.1. The commercial bids of only the technically qualified bidders shall be opened for consideration. 5.9.2. Lowest Commercial Bid [denoted by Symbol “F(m)”] will be allotted a Commercial score of 30 marks. The Commercial score will be denoted by Symbol “S(c)”. The 22
  • 23.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Commercial score of other Bidders will be computed by measuring the respective Commercial Bids against the lowest proposal. 5.9.3. These Commercial scores will be computed as: S(c) = 30 * [F (m) / F] where “F” is the Commercial Bid of the Bidder whose Commercial score is being calculated. The Commercial score shall be out of a maximum of 30 marks. 5.10. Total Bid Evaluation The final score for each technically qualified bidder shall be determined as: S = S (t) + S(c) Thus the composite score shall be out of a maximum of 100 marks. The responsive Bidders will be ranked in descending order according to the composite score as calculated based on the above formula. The Bidder whose total composite score (sum of the technical and commercial score) is the maximum shall be eligible for the award of Contract. 23
  • 24.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 6 Award of Contract 24
  • 25.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 6. AWARD OF CONTRACT 6.1. Award Criteria 6.1.1. SETU, Maharashtra will award the Contract to the successful Bidder whose Bid has been determined to be substantially responsive and has been determined as the Best Valued Bid after Technical and Commercial Evaluation (refer to the evaluation criteria in Section 5 for details). 6.1.2. SETU, Maharashtra reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for SETU, Maharashtra’s action. 6.2. Notification of Award 6.2.1. Prior to the expiration of the period of Bid validity, SETU, Maharashtra will notify the successful Bidder in writing or by fax or email, to be confirmed in writing by letter, that its Bid has been accepted. 6.2.2. The notification of award will constitute the formation of the Contract. 6.2.3. Upon the successful Bidder's furnishing of Performance Security, SETU, Maharashtra will notify each unsuccessful Bidder. 6.3. Signing of Contract 6.3.1. At the same time as SETU, Maharashtra notifies the successful bidder that its bid has been accepted, SETU, Maharashtra shall enter into a contract with the successful Bidder. 6.4. Performance Bank Guarantee 6.4.1. The successful bidder shall at his own expense deposit with SETU, Maharashtra, within thirty (30) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) from a Nationalized or Scheduled Bank 25
  • 26.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL acceptable to SETU, Maharashtra, payable on demand, for the due performance and fulfillment of the contract by the bidder. 6.4.2. The performance guarantee shall be denominated in the currency of the Contract and shall be by bank guarantee. 6.4.3. This Performance Bank Guarantee will be for an amount equivalent to 10% of contract value. All charges whatsoever such as premium, commission etc. with respect to the Performance Bank Guarantee shall be borne by the bidder. 6.4.4. The performance bank guarantee shall be valid until the end of 6 months after the completion of the Contract with the successful bidder. Subject to the terms and conditions in the Performance Bank Guarantee, at the end of 6 months from the contract end date, the Performance Bank Guarantee will lapse automatically. 6.4.5. The Performance Bank Guarantee may be discharged/ returned by SETU, Maharashtra upon being satisfied that there has been due performance of the obligations of the Bidder under the contract. However, no interest shall be payable on the Performance Bank Guarantee. 6.4.6. In the event of the Bidder being unable to service the contract for whatever reason, SETU, Maharashtra would evoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of SETU, Maharashtra under the Contract in the matter, the proceeds of the PBG shall be payable to SETU, Maharashtra as compensation for any loss resulting from the Bidder’s failure to complete its obligations under the Contract. SETU, Maharashtra shall notify the Bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the Bidder is in default. 6.4.7. SETU, Maharashtra shall also be entitled to make recoveries from the Bidder’s bills, performance bank guarantee, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement. 6.5. Warranty 6.5.1. The successful Bidder warrants a Warranty Period for the load testing software for the duration of sixty months, commencing from the date of installation and acceptance. The warranty should include that the load testing software deployed by the successful bidder under this contract shall have no defect arising from design or workmanship or from any act or omission of the successful Bidder. 26
  • 27.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 6.5.2. SETU, Maharashtra shall promptly notify successful Bidder in writing of any claims arising under this warranty. Upon receipt of such notice, the Vendor shall, within the warranty period and with all reasonable speed, repair or replace the defective Systems, without costs to SETU, Maharashtra and within time specified and acceptable to SETU, Maharashtra. 6.5.3. If the successful Bidder, having been notified, fails to remedy the defect(s) within the period specified in the contract, SETU, Maharashtra may proceed to take such reasonable remedial action as may be necessary, at the successful bidder’s risk and expense and without prejudice to any other rights which SETU, Maharashtra may have against the Vendor under the Contract. 6.5.4. During the Warranty period, the successful Bidder will provide all updates, patches/ fixes, version upgrades and new versions if any within 30 days of their availability and should carry out installation and operationalization of the same at no additional cost to SETU, Maharashtra. 6.5.5. The successful bidder hereby represents and warrants that the Software as delivered does not and will not infringe any Intellectual Property Rights held by any third party and that it has all necessary rights, or at its sole expense shall have secured in writing all transfers of rights and other consents necessary to make the assignments, licenses and other transfers of Intellectual Property Rights and the warranties set forth in the Contract. Without limitation, the vendor shall secure all necessary written agreements, consents and transfers of rights from its employees and other persons or entities whose services are used for deployment of the Software. 6.5.6. The successful bidder hereby warrants to SETU, Maharashtra that: 6.5.6.1. The load testing software represents a complete solution meeting SETU, Maharashtra’s requirements and will provide the functionality and performance, as per the terms and conditions under the contract 6.5.6.2. The successful bidder will be responsible for warranty services from subcontracted third party producers or licensers of Products included in the Systems 27
  • 28.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 6.5.6.3. The successful bidder undertakes to ensure the maintenance of the acceptance criterion/standards in respect of the systems during the warranty period 6.6. Failure to agree with the Terms & Conditions of the RFP/Contract Failure of the successful Bidder to agree with the Terms & Conditions of the RFP/Contract shall constitute sufficient grounds for the annulment of the award, in which event SETU, Maharashtra may make the award to the next Best Value Bidder or call for new Bids. 28
  • 29.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 7 Payment Terms for Successful Bidders 29
  • 30.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 7. PAYMENT TERMS FOR SUCCESSFUL BIDDER 8.1 SETU, Maharashtra shall pay to the successful bidder the consideration, to be fixed as per terms of the Contract with the successful bidder(s). The broad terms of payment are indicated below: The payment as percentage of Price A (as mentioned in Annexure 8) Acceptance of the load testing software by SETU, Maharashtra upon 60 % successful installation, commissioning and testing by the bidder Submission and Acceptance of all required product documentation 10 % Completion of one month (without any issues/bugs) after acceptance of 30 % the load testing software by SETU, Maharashtra The payment as percentage of Price B (as mentioned in Annexure 8) Initial Testing of the application and submission of test results and 40 % reports Final Testing of the application and submission of test results and reports 50% after changes as suggested in the initial report has been implemented One month after completion of the final testing and Go-Live of the system 10% 8.2 All payments to the successful bidder shall be made upon submission of invoices along with the sign off related documents thereof after making adjustments (if required) for penalties for non adherence to defined SLAs. 30
  • 31.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 8 Instruction to Bidders 31
  • 32.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8. INSTRUCTION TO BIDDERS 8.1. RESPONSE TO TENDER ADVERTISEMENT 8.1.1. In response to the tender advertisement, the bidders are expected to submit their offers in two parts namely, “Technical bid” and “Commercial bid”. The interested bidders should send their bids to the address mentioned in Section 2. Two copies of each of the bid needs to be submitted – ‘Original’ and ‘Duplicate’ along with a soft copy of each. 8.1.2. The Bidders are solely responsible for delays in receipt, including but not limited to third party carriers. Bids not received at address mentioned in Section 2 by the date and time mentioned in Section 2 will not be opened. 8.2. COST OF TENDER DOCUMENT 8.2.1. The tender document is available for sale against payment of Rs. 10,000 (Rupees Ten thousand only) by demand draft drawn in favor of Member Secretary- Setu, Government of Maharashtra payable at Mumbai. The bidders could obtain the tender document at the following address from 10 am to 5 PM during the period as mentioned in Section 2.4 SETU, Maharashtra, 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 8.2.2. The tender document is available for download from the GoM Official website during the period as mentioned in Section 2.4. Vendors who download the tender document from the website needs to provide a demand draft of Rs. 10,000 (Rupees Ten thousand only) drawn in favor of Member Secretary-Setu, Government of Maharashtra payable at Mumbai at the time of submission of bid. 32
  • 33.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.3. PRE-BID CONFERENCE 8.3.1. SETU, Maharashtra will conduct a pre-bid conference for all potential bidders to clarify the objectives/scope of the project as per the date and time mentioned in Section 2.4. The pre-bid conference would be held at: SETU, Maharashtra, 7th Floor, Main Building, Mantralaya, Mumbai 400 032 Tel. No. 022-22837263 / 22044586 8.3.2. The interested bidders should confirm their participation and submit their queries in writing 7 business days prior to the Pre-Bid Conference. 8.4. BID SECURITY (EARNEST MONEY DEPOSIT – EMD) 8.4.1. The Bidder shall furnish, as part of its pre-qualification bid, a bid security of INR 5,00,000 (Rupees Five lakhs only). 8.4.2. The bid security is required to protect SETU, Maharashtra against the risk of Bidder’s conduct, which would warrant the security’s forfeiture 8.4.3. The bid security shall be denominated in Indian Rupees, and shall be in the form of a demand draft drawn on a nationalized bank in favour of Member Secretary, Setu- Government of Maharashtra or a Bank Guarantee from a nationalized or scheduled bank as per the format given in Annexure 8.4.4. Unsuccessful Bidder’s bid security will be discharged/ returned as promptly as possible but not later than 60 days after the award of the contract to the successful bidder. 8.4.5. The successful Bidder’s bid security will be discharged upon the Successful Bidder signing the Contract and furnishing the Performance Bank Guarantee given in Annexure 8.4.6. No interest will be payable by SETU, Maharashtra on the amount of the Bid Security. 33
  • 34.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.4.7. The bid security may be forfeited: (a) If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any; or (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or to furnish Performance Bank Guarantee in accordance with the format given in the Annexures. 8.5. AMENDMENT OF REQUEST FOR PROPOSALS 8.5.1. At any time prior to the deadline for submission of bids, SETU, Maharashtra, for any reason, may modify the RFP by amendment notified in writing or by fax or email to all Bidders who have purchased this RFP and such amendment shall be binding on them. 8.5.2. SETU, Maharashtra, at its discretion, may extend the deadline for the submission of bids. 8.6. LANGUAGE OF PROPOSALS The Proposal and all correspondence and documents shall be written in English. All Proposals and accompanying documentation will become the property of SETU, Maharashtra and will not be returned. An electronic copy of Technical bid on CD must also be included. The hardcopy version will be considered as the official proposal. 8.7. SETU, Maharashtra SITE VISIT The Bidder may visit and examine SETU, Maharashtra’s site(s) at a time to be agreed with GoM and obtain for himself on his own responsibility all information that may be necessary for preparing the Bid document. The visit may not be used to raise questions or seek clarification; such matters must be submitted in writing. The costs of visiting the site(s) shall be at Bidder's own expense. 8.8. BIDDER’S SITE VISIT 34
  • 35.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Bidder’s site visit may be sought at the discretion of SETU, Maharashtra. The bidder shall provide all the necessary assistance in assessing and evaluating the bidder’s capabilities during their visit. 8.9. PRICES 8.9.1. The bidder shall quote a fixed price for the entire project on a single responsibility basis. 8.9.2. No adjustment of the contract price shall be made on account of variation of costs of labour and materials or any other cost component affecting the total cost in fulfilling the obligations under the contract. The Contract price shall be the only payment, payable by SETU, Maharashtra to the successful Bidder for completion of the contractual obligations by the successful Bidder under the Contract, subject to the terms of payment specified in the Contract. 8.9.3. The price would be inclusive of all taxes, duties, charges and levies as applicable. 8.9.4. The prices, once offered, must remain firm and must not be subject to escalation for any reason whatsoever within the period of warranty. 8.9.5. A bid submitted with an adjustable price quotation will be rejected as non- responsive. 8.10. CORRECTION OF ERRORS 8.10.1. Bidders are advised to exercise greatest care in entering the pricing figures. No excuse that mistakes have been made or requests for prices to be corrected will be entertained after the quotations are opened. 8.10.2. All corrections, if any, should be initialed by the person signing the bid form before submission, failing which the figures for such items may not be considered. 35
  • 36.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.10.3. The copies ‘Original’ and ‘Duplicate’ of each bid should be similar in all respects in terms of content. (e.g. – the original and duplicate copies of the Technical Bid should be similar in all respects in terms of the content) 8.10.4. Arithmetic errors in bids will be corrected as follows: (a) Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern. (b) The amount stated in the bid form, adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall bid price to rise, in which case the bid price shall govern. 8.11. BID CURRENCY Prices shall be quoted entirely in Indian Rupees. 8.12. DISQUALIFICATION The bid is liable to be disqualified in the following cases (this list is indicative, and not limited to) 8.12.1. The Bid not submitted in accordance with this document. 8.12.2. During validity of the bid, or its extended period, if any, the bidder increases his quoted prices. 8.12.3. The bidder qualifies the bid with his own conditions. 8.12.4. Bid is received in incomplete form. 8.12.5. Bid is received after due date and time. 8.12.6. Bid is not accompanied by all requisite documents 36
  • 37.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.12.7. Information submitted in Technical offer is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any. 8.12.8. Commercial bid is enclosed in the same envelope as Technical bid. 8.12.9. The Deliverables as given in the Technical solution should be in consonance with the Commercial proposal. Any deviations in the final deliverables between technical and commercial proposals shall make the bid as being unresponsive and may lead to disqualification of the bid. 8.12.10. Awardee of the contract qualifies the letter of acceptance of the contract with his conditions. 8.12.11. Bidders may specifically note that while processing the bid documents, if it comes to SETU, Maharashtra’s knowledge expressly or implied, that some bidders may have compounded in any manner whatsoever or otherwise joined to form a cartel resulting in delay / holding up the processing of bid then the bidders so involved are liable to be disqualified for this contract as well as for a further period of two years from participation in any of the bids floated by SETU, Maharashtra. It is also clarified that if need arises SETU, Maharashtra would go in for appointment of outside party(s) to undertake the work under the captioned bid. 8.12.12. In case any one party submits multiple bids, the bidders are likely to be disqualified, unless additional bids/bidders are withdrawn upon notice immediately. 8.12.13. Bidder fails to deposit the Performance Bank Guarantee(refer Section 6.5) or fails to enter into a contract within 30 working days of the date of notice of award of contract or within such extended period, as may be specified by SETU, Maharashtra. 8.13. FORMAT AND SIGNING OF BID 37
  • 38.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.13.1. The Bidder must organize the bid in accordance with the format specified in the Appendix of this document. 8.13.2. The Bidder shall prepare an original and one (1) duplicate of the Bid, clearly marking each "Original" and "Duplicate". In the event of any discrepancy between them, the original shall govern. An electronic copy of Technical bid on CD must also be included. Hard copy version is considered for official purposes. 8.13.3. The original and the copies of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. 8.13.4. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case, such corrections shall be initialed by the person or persons signing the Bid in original. 8.14. SEALING AND MARKING OF BIDS 8.14.1. The Bidders shall seal the Technical Proposal in an inner envelope marked "Technical Bid”. 8.14.2. The Bidders shall seal the Commercial Proposal in an inner envelope marked "Commercial Bid”. 8.14.3. The inner envelopes shall be sealed in an outer envelope. Both inner and outer envelopes shall be addressed to “Member Secretary, SETU, Maharashtra” at the address given in the document. 8.14.4. The inner and outer envelopes shall: • Bear the Project title and the words • "DO NOT OPEN UNTIL TECHNICAL EVALUATION” for Commercial bid 38
  • 39.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL • The inner envelope shall indicate the name and address of the bidder to enable the Bid to be returned unopened in case it is declared "late." • If the outer envelope is not sealed and marked as specified above, SETU, Maharashtra will not assume responsibility for the Bid's misplacement or premature opening. 8.15. SUBMISSION OF BIDS 8.15.1. The bidder shall submit the bids using the format and form provided in the Appendix. The technical bid should not contain any pricing or commercial information. 8.15.2. Bids along with the relevant documents must be received at the address specified and no later than the time (on the date) specified in Section 2.4 8.15.3. Bids received after the date and time mentioned in the Section 2.4 will not be accepted under any circumstances. The bidder shall ensure that the bid documents, complete in all respects, reach by the due date and time. 8.15.4. In case the bid due date is extended due to any reason the same shall be intimated to all the bidders who have purchased the RFP at the e-mail address/ fax nos./ postal address provided by them. The same will also be available on the website of SETU, Maharashtra. 8.15.5. SETU, Maharashtra may, at its discretion, extend this deadline for the submission of Bids by amending the Request for Proposals, in which case all rights and obligations of SETU, Maharashtra and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 8.16. LATE BIDS Any Bid received by SETU, Maharashtra after the deadline for submission of bids prescribed by SETU, Maharashtra, will be rejected. 8.17. MODIFICATION AND WITHDRAWAL OF BIDS 39
  • 40.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.17.1. The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written notice of the modification or withdrawal is received by SETU, Maharashtra prior to the deadline prescribed for submission of Bids. 8.17.2. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched to SETU, Maharashtra. A withdrawal notice may also be sent by fax or email but should be followed by a duly signed confirmation copy not later than the deadline for submission of Bids. 8.17.3. No Bid may be modified subsequent to the deadline for submission of Bids. 8.17.4. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. 8.18. CONFLICT OF INTEREST Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict of interest on the part of the Bidder or any prospective subcontractor due to prior, current, or proposed contracts, engagements, or affiliations with SETU, Maharashtra. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the Bidder to complete the requirements as given in the RFP. 8.19. PROTECTION FROM OBSOLESCENCE The Software provided should protect SETU, Maharashtra from technical obsolescence and high technology turnover rates. 8.20. NON EXCLUSIVITY, LICENSE FEE, IPR The license for the software product should be in the name of Government of Maharashtra and it should not restrict SETU, Maharashtra from using the licenses for any project of SETU, Maharashtra or any other departments at any point of time. 8.21. SOFTWARE OWNERSHIP RIGHTS 40
  • 41.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL The Bidder shall relinquish to SETU, Maharashtra the licenses along with adequate detailed documents for use of the product. 8.22. DATA OWNERSHIP RIGHTS The ownership of data arising from the project shall lie with SETU, Maharashtra, and the bidder needs to provide the data to SETU, Maharashtra in any readable format as desired by SETU, Maharashtra at any time during the course of the project and/or at the end of the project. 8.23. PATENT RIGHTS In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof, the Bidder shall expeditiously extinguish such claim. If the Bidder fails to comply and SETU, Maharashtra is required to pay compensation to a third party resulting from such infringement, the Bidder shall be responsible for the compensation including all expenses, court costs and lawyer fees. SETU, Maharashtra will give notice to the Bidder of such claim, if it is made, without delay. 8.24. BID OPENING SETU, Maharashtra will open the ‘Technical’ bids and list them for further evaluation. The ‘commercial bid’ covers shall be listed and shall not be opened until the evaluation of the ‘Technical bid’. The commercial bids of only those bidders who qualify in technical evaluation will be opened. The bids will be opened in the presence of representatives of the bidder(s) (if they are present). 8.25. MANPOWER DEPLOYMENT Bidder must submit resumes of the personnel who would be employed for this project. Any change in the personnel on the project will require the prior approval of SETU, Maharashtra. 8.26. TERMINATION FOR DEFAULT SETU, Maharashtra may, without prejudice to any other remedy for breach of contract by written notice of default sent to the bidder, terminate the contract in whole or in part: 41
  • 42.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.26.1. If the bidder fails to deliver any or all of the equipments and services within the time period(s) specified in the contract, or any extension thereof granted by SETU, Maharashtra OR 8.26.2. If the bidder fails to perform any other obligation(s) under the contract 8.27. TERMINATION FOR INSOLVENCY SETU, Maharashtra may at any time terminate the contract by giving written notice to the bidder, without compensation to the bidder, if the bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to SETU, Maharashtra. 8.28. FORCE MAJEURE 8.28.1. The bidder shall not be liable for penalty, liquidated damages or termination for default, if and to the extent that, his delay in performance or other failure to perform his obligations under the contract is the result of an event of Force Majorie. 8.28.2. For purposes of this clause, “Force Majorie” means an event beyond the control of the bidder and not involving the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, instances of, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes which would have an impact on SETU, Maharashtra. 8.28.3. If a Force Majorie situation arises, the bidder shall promptly notify SETU, Maharashtra in writing of such conditions and the cause thereof. Unless otherwise directed by SETU, Maharashtra, the bidder shall seek all reasonable alternative means for performance not prevented by the Force Majorie event. 8.29. FORCE MAJEURE EVENTS The Force Majorie circumstances and events shall include the following events to the extent that such events or their consequences (it being understood that if a causing event is within the reasonable control of the affected party, the direct consequences shall also be deemed to be within such party's reasonable control) satisfy the appropriate definition as 42
  • 43.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL per this agreement. Without limitation to the generality of the foregoing, Force Majorie Event shall include the following classes of events and circumstances and their effects: 8.29.1. Natural events (“Natural Events”) to the extent they satisfy the foregoing requirements including: 8.29.1.1. Any material effect on the natural elements, including lightning, fire, earthquake, cyclone, flood, storm, tornado, or typhoon; 8.29.1.2. Explosion or chemical contamination (other than resulting from an act of war); 8.29.1.3. Epidemic such as plague; 8.29.1.4. Any event or circumstance of a nature analogous to any of the foregoing. 8.29.2. Other Events (“Political Events”) to the extent that they satisfy the foregoing requirements including: 8.29.2.1. Act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or sabotage; 8.29.2.2. Strikes, work to rules, go-slows which are either widespread, nation-wide, or state-wide and are of political nature; 8.29.2.3. Any event or circumstance of a nature analogous to any of the foregoing. 8.30. RESOLUTION OF CONFLICTS 8.30.1. SETU, Maharashtra and the successful bidder shall make every effort to resolve amicably by direct informal negotiation, any disagreement or dispute, arising between them under or in connection with the contract. 8.30.2. If the dispute can’t be resolved amicably by direct informal negotiation between SETU, Maharashtra and the successful bidder, then the same can be referred to Technical Expert Committee constituted by SETU, Maharashtra at the start of the project with Members of eminent Public Institutions and the Members having experience in fields related to Computer Science, IT etc in writing within 30 calendar days of dispute arise. Technical Expert Committee should propose an 43
  • 44.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL amicable solution to the dispute within 60 calendar days of receiving the written application (mentioning the dispute). 8.30.3. If the proposed resolution given by the Technical Expert Committee is not acceptable to any of the parties (SETU, Maharashtra or the successful bidder), then the objection to the same can be referred to the award of arbitrators, which will be appointed in accordance to The Arbitration and Conciliation Act, 1996. The rules there under and any statutory modification or re-enactments thereof made till the date of signing of contract, shall apply to the arbitration proceedings. 8.31. LAWS The terms of this RFP and the contract shall be governed by the Indian laws under the exclusive jurisdiction of the competent courts in Mumbai 8.32. NOTICES 8.32.1. Any notice by one party to the other pursuant to the contract shall be sent in writing by registered post only to the addresses as defined under this contract. 8.32.2. A notice shall be effective when delivered or on the notice’s effective date, whichever is later. 8.33. DEDUCTION Payments shall be subject to any deductions (such as TDS etc.) of any amount, for which the bidder is liable under the agreement against this RFP. 8.34. LIMITATION OF LIABILITY Bidder’s cumulative liability for its obligations under the contract shall not exceed the contract value and the bidder shall not be liable for incidental, consequential, or indirect damages including loss of profit or saving 8.35. CONFIDENTIALITY 8.35.1. Bidder understands and agrees that all data, materials and information marked and identified by SETU, Maharashtra as ‘Confidential’ are valuable assets of SETU, 44
  • 45.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Maharashtra and are to be considered SETU, Maharashtra's proprietary information and property. 8.35.2. Bidder will treat all confidential data, materials and information provided by SETU, Maharashtra with the highest degree of care necessary to insure that unauthorized disclosure does not occur. Bidder will not use or disclose any data, materials or information provided by SETU, Maharashtra without SETU, Maharashtra's prior written approval. Bidder shall not be liable for disclosure or use of any materials or information provided by SETU, Maharashtra or developed by Bidder which is: • Possessed by Bidder prior to receipt from SETU, Maharashtra, other than through prior disclosure by SETU, Maharashtra, as documented by Bidder's written records; • Published or available to the general public otherwise than through a breach of Confidentiality; • Obtained by Bidder from a third party with a valid right to make such disclosure, provided that said third party is not under a confidentiality obligation to SETU, Maharashtra; • Developed independently by the bidder. 8.35.3. In the event that Bidder is required by judicial or administrative process to disclose any information or materials required to be held confidential hereunder, Bidder shall promptly notify SETU, Maharashtra and allow SETU, Maharashtra a reasonable time to oppose such process before making disclosure. 8.35.4. Bidder understands and agrees that any use or dissemination of information in violation of this Confidentiality Clause will cause SETU, Maharashtra irreparable harm, may leave SETU, Maharashtra with no adequate remedy at law and SETU, Maharashtra is entitled to seek to injunctive relief. 8.35.5. SETU, Maharashtra does not wish to receive any Confidential Information of Bidder, and Bidder agrees that it will first provide or disclose information which is not confidential. Only to the extent that SETU, Maharashtra requests Confidential Information from Bidder, will the bidder furnish or disclose Confidential Information. 45
  • 46.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.35.6. Nothing herein shall be construed as granting to either party any right or license under any copyrights, inventions, or patents now or hereafter owned or controlled by the other party. 8.35.7. The requirements of use and confidentiality set forth herein shall survive the expiration, termination or cancellation of this contract. 8.35.8. Confidential Information disclosed under this contract shall be subject to confidentiality obligations for a period of 3 years following the initial date of disclosure. 8.35.9. Nothing contained in this contract shall limit the bidder from providing similar services to any third parties or reusing the skills, know-how, and experience gained by the employees in providing the services contemplated under this contract. 8.36. PERIOD OF VALIDITY OF BIDS 8.36.1. The bids shall be valid for a period of “SIX MONTHS” from the closing date for submission of the bid. A Bid valid for a shorter period may be rejected as non-responsive. Till completion of the validity period, unless the bidder withdraws his bid in writing, it will be deemed to be valid until such time that the bidder formally (in writing) withdraws his bid. 8.36.2. In exceptional circumstances, at its discretion, SETU, Maharashtra may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax or email). 8.37. AUDIT SETU, Maharashtra reserves the right to audit at any point of time, the work of the bidder related to the project through its internal team or any other third party consultant or auditor. 8.38. CHANGE MANAGEMENT 46
  • 47.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 8.38.1. SETU, Maharashtra may at any time, by written order given to the Successful Bidder, make changes within the general scope of the Contract. If any such change causes an increase or decrease in the cost of, and/or the time required for the Successful Bidder’s performance of any provisions under the Contract, an equitable adjustments shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. 8.38.2. If the proposed change increases the project cost by more than 10%, then it would be considered as a separate project, and not a change request within the same project. 8.38.3. Any claims by the Successful Bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the Successful Bidder’s receipt of SETU, Maharashtra’s change order. 8.38.4. All such claims shall be validated and finalized by the Technical Expert Committee constituted by SETU, Maharashtra with Members of eminent Public Institutions and the Members having experience in related fields. The rate applicable for such adjustment is as fixed by Commercial Bid (format given in the RFP). 47
  • 48.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL CHAPTER- 9 Annexure 48
  • 49.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 9. ANNEXURES ANNEXURE 1: TENDER OFFER FORM (TOF) Date: _________ Tender Reference No.: To Member Secretary, SETU, Maharashtra, Directorate of Information Technology, 7th Floor, Mantralaya, Mumbai 400 032 Sub: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOR Procurement of Load Testing Software Dear Madam, Having examined the tender documents including all Annexure the receipt of which is hereby duly acknowledged, we, the undersigned, offer to work for Procurement of Load Testing Software for SETU, Maharashtra as mentioned in the Scope of the work as required by SETU, Maharashtra in conformity with the said tender documents. I/ We undertake that the Prices are in conformity with the specifications prescribed. The quote is inclusive of all costs likely to be incurred for executing this work. I/ we undertake, if our tender offer is accepted to perform in accordance with the time schedule specified in the Tender. If our Bid is accepted we shall submit the performance guarantee of bank as mentioned in the RFP for the due performance of the Contract during the Contract period at the time of signing of Agreement in the Form prescribed by the Tendering Authority. 49
  • 50.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL I / We agree to abide by this Bid for the period of 180 days after the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal contract is prepared and executed, this Bid offers, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that you are not bound to accept the bidder with the highest score or any offer you may receive. We agree to the terms and conditions mentioned in the Tender Document. Dated this ____ day of ________________ Signature: ________________________________ (In the Capacity of: ) ____________________________ Duly authorized to sign the tender offer for and on behalf of 50
  • 51.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 2: BIDDER'S AUTHORISATION CERTIFICATE To, Member Secretary, SETU, Maharashtra, Directorate of Information Technology, 7th Floor, Mantralaya, Mumbai 400 032 < Bidder's Name>---------------------------------------< Designation>----------------------------------- is hereby authorized to sign relevant documents on behalf of the Company in dealing with Tender of reference<Tender No. and Date>----------------------------------------. He is also authorized to attend meetings and submit Technical and Commercial information as may be required by you in the course of processing above said tender. Thanking you, Authorized Signatory <Name> Seal ---------------------------- This tender document is not transferable 51
  • 52.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 3: SELF-DECLARATION Ref.-------- Date: - To, Member Secretary, SETU, Maharashtra, Directorate of Information Technology, 7th Floor, Mantralaya, Mumbai 400 032 In response to the tender No.-----------------------------------------dated-----------of Ref.-------------- - as an owner/Partner/Director of-----------------------------. I/We hereby declare that our Agency--------------- is having unblemished past record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time. Also, I/We hereby declare that our Agency--------------- does not have any connection with employees at SETU, Maharashtra, its Consultant and the Technical Committee appointed by SETU, Maharashtra for guidance relating this project. Name of the Tenderer: - Signature: - Seal of the Organization: - 52
  • 53.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 4: DETAILS OF BIDDER Please ensure that your response clearly answers all the questions. If you use additional schedules or documentation to support your response, make sure that they are clearly cross-referenced to the relevant question. A. General Profile of the Company Name and Address of the Company With Telephone Nos., Fax, E-mail and Website Date of Incorporation (with document evidence for Certificate of Incorporation) Offices situated at different locations Address of office/facilities in India Address of Office in Maharashtra Turn over for last three years (Audited Annual Accounts and Annual Reports of three accounting years to be submitted) Turnover from software testing, supply of testing software in each of the last two financial year 2007-08, 2008-09 (with document evidence) Net worth as on 31st Mar 2009 (with document evidence) Sales Tax / Service Tax Registration Number (with document evidence) PAN NO (with document evidence) Number of IT resources with the 53
  • 54.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL organization as on 31st March 09 (with document evidence) Authorized Signatory <Name> Seal ---------------------------- B. Project Details (last 3 years) The bidder should provide details of the projects executed in software testing projects in the last 3 years Sl. No. Name, Address Brief Period/ Platform/ Total Value and Ph No. of project Date of Environment of the client details contract /Technology Contract and tenure used (Separate sheets may be attached to elaborate the projects undertaken) Note:- Please enclose Work-orders along with Completion Certificates / Client's Testimonial given by concerned organizations or for whom work is done for Annexure 4 B and C. C. Quality Certificate Sl. No. Name of the Certified by Date of Certificate getting Valid upto 54
  • 55.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL certificate certification date (Attach copies of the certificate) D. Awards/Certificates for products/services Sl. No. Name of the Certified by/ Date of getting Field of award certificate Awarded by certification/award (Software/ Hardware etc) E. Name and Details of the person to whom all references shall be made regarding the tender Name: Telephone: Fax No.: E-mail: Mobile: Place: Signature: Date: Company Seal Pl. Note: 1. In-adequate information could lead to disqualification of the bid. 2. All items should be supported by proper documents. 55
  • 56.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 5: DETAILS OF MANPOWER (A) MANPOWER DEPLOYMENT SCHEDULE (Only give time deployment schedule indicating full time/part-time deployment without quoting any cost. The cost shall be given in Annexure-8 only) (1) Project Manager/Leader: - (2) Lead tester(s): - (Number of Members in Team) (3) Tester(s): - (Number of Members in Team) (4) Others:- (Number of Members in Team) Note: - If for any reason beyond the reasonable control of the successful bidder, it becomes necessary to replace any of the personnel, the successful bidder shall forthwith provide as a replacement of a person of equivalent or better qualification. 56
  • 57.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL (B) Resumes of resources (Use the format given below for each individual) Sr.No Item Details Attachment Reference for additional information 1 Name 2 Role in the project 3 Current job title and responsibilities 4 Experience in years 5 Number of years with the organization 6 Summary of Professional and Domain experience 7 Skill-sets 8 Highlights of similar assignments handled 9 Education background 10 Training and Certifications Signature of staff: Date: -------------- Place: ------------- Signature of authorized person from bidder firm: - Seal of the Organization 57
  • 58.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 6: BID SECUITY FORM Whereas ________________________________________(hereinafter called "the Bidder") has submitted its tender offer dated ________2010 for the supply of ____________________(hereinafter called "the tender") KNOW ALL MEN by these presents that WE_________________ ___________________ ____ _____of ________________________ _______________ (hereinafter called the Bank:) are bound upto ______ ____________ ____________________________ (hereinafter called "SETU Maharashtra") in the sum of _________________ ___________for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the Said Bank this ___________ day of ________2010. THE CONDITIONS of this obligation are: If the Bidder withdraws its tender during the period of tender validity specified by the Bidder on the Tender Form; or If the Bidder, having been notified of the acceptance of its tender by the SETU, Maharashtra during the period of tender validity: fails or refuses to execute the contract Form if required; or fails or refuses to furnish the Performance Security, in accordance with the instruction given in tender document; We undertake to pay SETU, Maharashtra up to the above amount upon receipt of its first written demand, without the SETU, Maharashtra having to substantiate its demand, provided that in its demand SETU, Maharashtra shall note that the amount claimed by it is due it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee shall remain in force up to and including and any demand in respect thereof should reach the Bank not later than the above date __________________________ (Signature of the Bank) 58
  • 59.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 7: PRE QUALIFICATION CHECKLIST Sl. No. Item Response of the Bidder Section Page No. 1 Number of years in business 2 Annual turnover of Rs. 5 Crores from software testing, supply of testing software in each of the last two financial year 2007-08, 2008-09 5 Net worth as on 31st Mar 2009 6 The bidder should have provided software testing services to minimum one (1) Government/ public sector client in India in the last 2 years 7 The Bidder must have an office in Maharashtra 8 Bidder must have an overall IT staff strength performing the activities of software testing of at least 50 personnel as on 31-03-2009 59
  • 60.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 8: PRICE SCHEDULE (PS) [To be part of Envelope 2] To, Member Secretary, SETU, Maharashtra, Directorate of Information Technology, 7th Floor, Mantralaya, Mumbai 400 032 Sub: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOR Procurement of Load Testing Software Madam, We declare: i) That we are sole owner/authorized agents/ of ………………………………………………………….. ……..……………………………………………….. That we/the undersigned agency is equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of SETU, Maharashtra We hereby offer to provide Services at the prices and rates mentioned in the financial bid enclosed. We do hereby undertake, that, In the event of acceptance of our bid, the services shall be provided as stipulated in the work order and the tender terms and conditions to the Bid and that we shall perform the entire incidental services. The prices quoted are inclusive of all charges inclusive of traveling; hardware (if any) /software/ manpower etc. for providing the desired services for SETU, Maharashtra. We agree to abide by our offer a period of 180 days from the date fixed for opening of the tenders and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the tender and the conditions of the contract applicable to the tender and we do hereby undertake to provide the services as per these terms and condition. 60
  • 61.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together with your written acceptance thereof, the tender document and placement of letter of intent awarding the contract, shall constitute a binding contract between us. : Dated: Signature: Name of Agency: Company Seal Encl: Price Schedule Full Address: 61
  • 62.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL FORMAT FOR QUOTING PRICE - [To be part of Envelope 2] Price A: Procurement of Load Testing software Sr. Cost Item Unit Cost No of Total Amount (In No. (In INR) Units INR) In Figs. In Words 1 Core software module for load testing (if any) – Perpetual license 2 Perpetual license for 500 virtual users for testing 3 Installation, Commissioning, testing, training 4 AMC for 5 years, providing all updates, upgrades, patches 5 Others, if any (Give details of each expense and justification of its applicability for the project) 6 TOTAL Price B: Performing Testing for every testing occurrence (*) Sr. Line Item Unit CostNo of Total Amount (In No. (In INR/ Man- INR) Man- Month In Figs. In Month) Words 1 Project Manager/Lead Tester 2 Tester 3 Others (mention details) 4 Travel and Miscellaneous NA NA expenses (Give details of each 62
  • 63.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL expense) ** 5 TOTAL Note – The Cost should be inclusive of any applicable relevant tax The Total Price to be considered for Commercial Evaluation is Price A + 50X(Price B) * One occurrence of a performance testing would include the following (at a minimum)- Initial testing with the desired load and identification of areas of improvement, Final testing with the desired load after all the recommendations have been incorporated, all required test reports and results in the format desired by SETU, Maharashtra ** The Travel and Miscellaneous expenses should not exceed more than 5% of Price B. IMPORTANT – (1) It is assumed that 50 such instances of testing is to be conducted in the period of 5 years, and hence a factor of 50 is to be used for Commercial Evaluation. However, the payment to be made to the successful bidder shall be based on actual. SETU, Maharashtra doesn’t give any guarantee regarding the number of instances of testing to be conducted during the five year period. (2) All testing instances may not require full-time deployment of all type of resources. Bidders need to factor in the same in the commercial bid 63
  • 64.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 9: ENVELOPE CONTRACT FORMAT THIS AGREEMENT made the _________ day of __________2010 BETWEEN SETU, Maharashtra having its office at 7th floor, Mantralaya, Mumbai – 400 032. (hereinafter referred to as “SETU, Maharashtra”) which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include its authorized agents, representatives and permitted assigns of the First Part. AND <Name of the Successful Bidder / Vendor> (hereinafter referred to as the “Contractor”) which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include their successors and permitted assigns having its corporate office at <Office / communication address of the Bidder / Vendor> of the Second Part. WHEREAS the contractor has tendered for providing services to SETU, Maharashtra as per the terms and conditions mentioned in the <Provide Reference to the Annexure of the RFP containing the contract> of the Requst for Proposal (from herein after referred to as “RFP”) document at a value of Rs. <Amount> /- (Rupees <amount in Words> only) as per the Commercial Bid submitted in response to the RFP. Whereas such tender has been accepted and the contractor has deposited / provided Bank Guarantee to SETU, Maharashtra for the sum of Rs. <Amount> /- (Rupees <Amount> only) as security for the fulfillment of this Agreement. NOW IT IS HEREBY AGREED between the parties hereto as follows: The contractor has accepted the contract on the terms and conditions set out in the tender notice No: <Tender Document Number> dated <Date> as well all response to queries via email dated <dates of all Communication> and corrigendum issued on <dates of all corrigendum> which shall hold good during period of this agreement. 64
  • 65.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Refund of deposit shall be based on the timelines, terms and conditions as has been specified in the RFP and shall form a part of the contract. In absence of any timeline specified the deposit shall after the expiration of 24 months from the date of efflux of the contract, be returned to the contractor but without interest and after deducting there from any sum due by the contractor to SETU, Maharashtra under the terms and conditions of this agreement. This agreement shall remain in force until the expiry of <period of Contract> months from the date of entering into the contract or the end of <any time period of the validity of the contract as specified in the RFP>, whichever is later, but SETU, Maharashtra may cancel the contract at any time upon giving one months notice in writing without compensating the contractor. In witness whereof the said Contractor hath set his hand hereto and the Government of Maharashtra has affixed his hand and seal thereto the day and year first above written. All terms and conditions as specified in the RFP, clarifications issued and corrigendum issued in regards to the Ref. No. : <Tender document Number> as has been mentioned above in the document shall stand inforce unless has be expressly agreed to in writing by both the parties. The Contractor shall be responsible to abide and shall be liable to deliver at bear minimum to the requirements as has been specified to in the RFP, clarifications issued and corrigendum issued in regards to the Ref. No. : <Tender document Number> as has been mentioned above and any higher deliverables as has been committed to by the Contractor in the Proposal or any subsequent document submitted & accepted by SETU, Maharashtra as part of award of the Contract. The following documents shall be deemed to form and be read and construed as part of this Agreement viz: <Reference to be drawn to all relevant documents such as RFP, Queries, Clarifications, Corrigendum, Technical/Commercial Bid, Any Letters/Communications from SETU, Maharashtra /Contractor> 65
  • 66.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL IN WITNESS whereof the parties hereto have signed this on the _______day, _______month and _________year first herein above written. Signed, sealed and delivered By Mrs. Vijayalakshmi Bidari Prasanna Member Secretary For and on behalf of SETU, Maharashtra Signed, sealed and delivered By ------------------------------------ For and on behalf of “<Contract> ” Witnesses : (1) (2) 66
  • 67.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 10: PERFORMANCE SECURITY FORM To: (Name of Indenter) WHEREAS ___________________________________________________ (Name of Bidder) hereinafter called "the tenderer” has undertaken, Contract No.________________________ dated, __________________2010 to render services hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Bidder's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Bidder a guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of_________________________________(Amount of the guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the contract and without cavil or argument, any sum or sums within the limit of ___________________________ as aforesaid, without your needing to prove or to show this grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ___________ day of ______________ 2010 Signature and Seal of Guarantors ________________________________ ________________________________ Date ____________________________ Address: _________________________ 67
  • 68.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 11: FORMAT FOR ‘REQUEST FOR CLARIFICATION’ Bidders are requested to use the following format: GoM SETU, Maharashtra Performance testing Bidder’s Request for software Clarification Name of Organization Name & position of person Full formal address of submitting request submitting request the organization including phone, fax and email points of contact Tel: Fax: Email: Bidding Document Content of RFP requiring Points of clarification Reference(s) (section Clarification required number/ page) 68
  • 69.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL ANNEXURE 12: Functionality for Technical Evaluation Testing Product should Comply all these features Sr. No. Functionality Compliance (Y/N) Directly Can be Not possible from tool achieved from to provide additional tools the feature or software development 1. Scripts can be recorded from client application. 2. Should use non-proprietary programming language for creating test scripts. 3. Should use secure communication channel between load generating machines and test controller machine 4. Should support testing of following environments/protocols : HTTP, Web Services, Web2.0,Flash, Flex,.NET, Java, POP3, IMAP, DNS 5. Should display snapshot of screen next to each recorded step for easy understanding and debugging of generated test scripts 6. The testing tool should provide automatic test data retrieval from back-end database for data driven testing of applications 7. Should provide the ability to randomize test data inputs through the user interface 8. Test Script recording should capture the user “think-time” and allow think-time to be randomized during the load testing to emulate actual user behavior 69
  • 70.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL 9. Test Scripts are presented in both GUI- based/icon-based test trees and text formats for easy understanding and advanced editing of scripts respectively 10. Test Script editor should provide support for server’s dynamic data correlation on the fly 11. Should support IP Spoofing of Virtual Users to test load balancing algorithms 12. Should allow selection of different network bandwidth, emulating analog modems, ISDN, DSL, or custom bandwidth for understanding transaction response times 13. Should integrate with a test management tool for script storage 14. Should integrate with third party software for WAN Emulation to test point to point performance of WAN deployed application 15. Uses a suite of integrated performance monitors to quickly isolate system bottlenecks without having to install any data capturing agents on the monitored servers/components within the systems architecture. 16. Performance monitor shall include but not limited to the followings: Client-side Monitors, Virtual User Status, User-defined Data Point, Transaction Response Time, Transaction per Second (Passed), Transaction per Second (Failed), Download per Second, throughput, hits per second, connections per second, web page diagnostics, page component breakdown 17. Should provide Network delay monitor for a breakdown of the network segments between 70
  • 71.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL client and server, as well as network delays 18. Should enable running virtual users and monitoring key server resources over a firewall without opening up a wide range of ports 19. Provides the ability to build goal oriented load scenarios e.g. trans/sec or transaction response time in addition to concurrent user scenarios for target applications 20. Includes Auto-Load technology allows you to pre-define your testing objectives beyond the number of concurrent users to streamline the testing process 21. Enable setting of SLA’s and monitor against collected performance data 22. Processes the data and generates an off-line graph for each measurement that was monitored during the load test 23. Aggregates the data being generated using either built-in data aggregation formulas, or aggregation settings that you define 24. Provide flexibility to allow user to perform custom correlation between test result metrics to arrive at reasons for slow transactions 25. Able to access results of multiple test runs the same time to display correlation between different test runs and trend these measurements 26. Detect similar trends among measurements by auto-correlating a measurement in one graph with measurements in other graphs. 27. Able to capture and store test results that are huge in file size into industry standard 71
  • 72.
    Procurement of LoadTesting Software REQUEST FOR PROPOSAL Relational Database server. 28. Should provide ability to generate report from the load testing analysis graph into HTML and MSWord (doc) format 29. Should provide ability to re-use test scripts in Operations solution from the same OEM Vendor in their production environment 30 Should provide facility to help to drill/diagnose to the application level issues which may have resulted in degradation of performance 72