227
Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla ________________________________________________________________________________ 1 | Page Corrigendum - II Bid Document Issued on 15 th May 2020 for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, And Maintenance of an Integrated Management Information System (IMIS) for HPPWD and HPRIDC RFB No: IN-HPRIDC-143869-CS-QCBS RFB pg. no. 2, point no. 7. The amount of bid security has been reduced from INR 8.4 Million/ USD 120,000 to INR 6.3 Million/USD 83,500 Section III - Evaluation and Qualification Criteria Sr. No. RFP Section/Clause Existing Clause Amended Clause 1. Section III, a) Pre- Qualification Criteria Point No. 2 Page No. 48 The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017-18, 2018-19 audited Balance Sheet The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017- 18, 2018-19 or 2017- 18, 2018-19, 2019-20 audited Balance Sheet 2. Section III, a) Pre- Qualification Criteria Point No. 6 Page No. 48 Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19 or FY 17-18, FY 18-19, FY 19-20) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more 3. Section III, a) Pre- Qualification Criteria Point No. 7 Page No. 48 Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19 or FY 17-18, FY 18-19, FY 19-20) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more 4. Section III, a) Pre- Qualification Criteria Point No. 3 Page No. 48 In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 or ISO 9001: 2015 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

1 | P a g e

Corrigendum - II

Bid Document Issued on 15th May 2020 for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, And Maintenance of an Integrated Management Information System (IMIS) for HPPWD and HPRIDC

RFB No: IN-HPRIDC-143869-CS-QCBS

RFB pg. no. 2, point no. 7. The amount of bid security has been reduced from INR 8.4

Million/ USD 120,000 to INR 6.3 Million/USD 83,500

Section III - Evaluation and Qualification Criteria

Sr. No.

RFP Section/Clause Existing Clause Amended Clause

1. Section III, a) Pre-Qualification Criteria

Point No. 2

Page No. 48

The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017-18, 2018-19 audited Balance Sheet

The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017- 18, 2018-19 or 2017- 18, 2018-19, 2019-20 audited Balance Sheet

2. Section III, a) Pre-Qualification Criteria

Point No. 6

Page No. 48

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19 or FY 17-18, FY 18-19, FY 19-20) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

3. Section III, a) Pre-Qualification Criteria

Point No. 7

Page No. 48

Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more

Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19 or FY 17-18, FY 18-19, FY 19-20) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more

4. Section III, a) Pre-Qualification Criteria

Point No. 3

Page No. 48

In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be

In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 or ISO 9001: 2015 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Page 2: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

2 | P a g e

Sr. No.

RFP Section/Clause Existing Clause Amended Clause

minimum CMMi level 3 certified.

5. Section III, a) Pre-Qualification Criteria

Point No. 4

Page No. 48

In case where the Prime Bidder is the software application partner, it should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. In such cases, the hardware partner shall be ISO 9001:2008

In case where the Prime Bidder is the software application partner, it should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. In such cases, the hardware partner shall be ISO 9001:2008 or ISO 9001:9015

6. Section III, a) Pre-Qualification Criteria

Point No. 5

Page No. 48

In case where the bidding firm is going to supply both the hardware and the software application, it should possess both the ISO 9001:2008 and the CMMi Level 3 or above certification

In case where the bidding firm is going to supply both the hardware and the software application, it should possess both the ISO 9001:2008 or ISO 9001:2015 and the CMMi Level 3 or above certification

7. Section III, Detailed break-up of Technical Qualification Criteria:

3. Resource Deployment

Point no 3.

Network Administrator

Essential Requirements:

B.E. / B. Tech./ MCA / M.Sc. in the field of computer science/IT

Minimum 5 year experience as Network Administrator

Network Administrator

Essential Requirements:

B.E. / B. Tech./ MCA / M.Sc. in the field of computer science/IT

Minimum 3 year experience as Network Administrator

8. Section III, Detailed break-up of Technical Qualification Criteria:

3. Resource Deployment

Point no 4.

Application Lead

Essential Qualifications:

B.E. / B. Tech./ MCA / M.Sc. in the field of computer science

Minimum 7 year experience as application lead in IT projects

Application Lead

Essential Qualifications:

B.E. / B. Tech./ MCA / M.Sc. in the field of computer science

Minimum 5 year experience as application lead in IT projects

Please note: For Technical Qualifications, the minimum marks required will be 70 out of 100.

Section VII - Requirements of the Information System

Sr. No.

RFP Section/Clause

Existing Clause Amended Clause

1. Section VII - B. Functional Architectural and

Proposed Modules: Proposed modules are

Proposed Modules: Proposed modules are

Page 3: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

3 | P a g e

Sr. No.

RFP Section/Clause

Existing Clause Amended Clause

Performance Requirements

1.3 Project Scope of Work Point no 8 page no 138

- Work Execution

- Asset Management

- Project Planning

- File Management

-Financial & Accounts Management

- Store and Purchase

- Legal and Arbitration

- Contract Management

-Document Management System

-Freight and Logistics Management System (detailed module functionalities mentioned in FRS)

-Human Resource Management System (HRMS)

- Work Execution

- Asset Management

- Project Planning

- File Management

- Financial & Accounts Management

- Store and Purchase

- Legal and Arbitration

- Contract Management

- Document Management System

- Freight and Logistics Management System (detailed module functionalities mentioned in FRS)

- Human Resource Management System (HRMS)

- Quality and Control

2. Section VII - B. Functional Architectural and Performance Requirements

1.3 Project Scope of Work Point no 9 page no 138

Video Conferencing (VC) Software Solution including Hardware:

Video Conferencing Content Management Platform

- Personal Content Management software

- Secured Storage Environment

- News Board, Content Management, Trainings, Video Enablement

- Authentication and registered user access only

Please refer BOM for hardware requirement.

Video conferencing

Solution Envisaged:

The core feature of the solution should be live

streaming as well as automatic recording and

distribution of sessions through secured

network. The recording, audio-video quality

enhancement, content security and

distribution; all should be carried out in a

completely automated fashion without any

manual intervention. The solution should

enable VC meeting to be conducted at a central

location and be delivered live in High definition

(HD) via 2-way communication. VC center at

central site (Server Room) along with all Video

cameras, microphone system, equipment;

capturing the same in multiple views and

delivering them live to the various remote

offices and the Remote offices shall also be

equipped with display devices, communication

equipment’s etc. Secured delivery and playback

capability of the live and recorded content on

Page 4: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

4 | P a g e

Sr. No.

RFP Section/Clause

Existing Clause Amended Clause

the Network, with suitable encryption to

prevent piracy and unauthorized access is to be

ensured. The proposed solution should have

Live Streaming as well as on-demand viewing of

recorded sessions, through a secure web link.

Recorded Videos will be archived for 2 years,

post that bidder needs to purge it from the

system.

Solution must have capability for echo-

cancellation to cancel unwanted noise, and

should have Adaptive Bit Rate which detects the

user’s bandwidth in real time and adjusts the

video quality accordingly. Video and audio of

the final product should be of high quality/HD

quality in an encrypted form. The core features

of the solution include:

i. Browser-based platform/application for

Mobile / Tablet / Laptop/ Desktop.

ii. Analytics: The proposed solution should

have a very strong analytics and reporting

engine. It should provide a pre-configured

usage reports as well as Customizable

reports to track the utility of the solution.

Solution should also capture Logs like

number of videos delivered/recorded and

flags technical support issues.

iii. The proposed solution’s user interface

should be available in both Hindi and

English.

iv. Feature to process video for quality

improvement, compress for size reduction,

encrypt for data security and feature to

search inside videos. The search facility

should be based on keywords related to HP

PWD, subject line of the conference,

attendees name, participants name,

location name etc. The selected SI to

incorporate the same and HP PWD authority

may further add or remove any more option

of search criteria during implementation

phase.

Page 5: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

5 | P a g e

Sr. No.

RFP Section/Clause

Existing Clause Amended Clause

While viewing the session, the user can easily

switch between the following minimum views;

Front of the room and Close-up of the

whiteboard if any, and While listening to the

session, an official/participant can ask questions

by raising hand to the speaker. The content of

the Session will be Stored in the cloud, so that

officials can access it anytime, from anywhere,

on any device.

Please refer Price Schedule Forms / BOM for

hardware requirement.

3. 1.3 Project Scope of Work / Point no. 12 / page no. 140

External Tie Ups & Certification Support, Security

The system shall be audited through a STQC empaneled audit agency.

The system shall be audited through a Cert-IN empaneled audit agency.

Note: SI will bear the cost for security audit before go-live.

4. Section VII - Requirements of the Information System, Technical Requirements

B. Functional, Architectural and Performance Requirements

1.2 Business Function Requirements to be met by the Information System

1.2.2 Overview of To-Be Business Processes

NA Clause Addition:

Module / Sub Module

Description

Mapped To-Be Process

Proposed Application Type

Quality and Control

This module will help in working of quality and control cell like testing of material and test report generation

1. Technical testing of material

2. Inspection of Work

3. Inspection of work based on complaints

4. Inspection of PMGSY Work

COTS/ Packaged Application/ Application Development

5. Section VII -

D. Technology Specifications - Supply and Install Items

3.1 Computing Hardware Specifications

Refer Annexure 1

Page 6: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

6 | P a g e

Form CCC, Page 90. Summary Sheet: Current Contract Commitments / Work in Progress – clarification - It is being asked to share average monthly invoicing over last six months.

Video Conferencing (VC) Requirement (pg. 154)

A. Server Control Room (point 3) – Content and Task Management Platform with IM stands deleted

Amended section 1.12 Video Conferencing (VC) Requirement

A. Server Control Room (Head Office)

Sr.

No.

Item Detail

(including

installation &

commissioning)

Technical Description Qty.

1

On Premise MCU 128 Bit Encryption

Supports 100 Full High Definition 1080p Ports scalable up to

300 ports. Inbuilt Presentation and Desktop sharing

Annotation.

1

2 Recording and

Streaming Server Central Recording Facility.

1 TB is the minimum requirement for VC solution only.

SI has to assess according to the actual requirement of the

client on the basis of solutions proposed and demand

basis (threshold limit for the same will be 60 percent).

Accordingly, the SI needs to provision the storage space

in the cloud

Up to 1000 users Streaming.

B. Board Room (5th Floor, Head Office)

Sr. No. Item Detail Technical Description Qty.

1 Full HD Endpoint Full HD Codec with 12X Optical Zoom

1+3 Multipoint

HDMI connectivity

2 Omnidirectional Microphone

1

2 UHD Display 98 inches or above Panel

HDMI Output

UHD Resolution

1

3 SITC, Wall Mount,

Cables & Connectors

Video wall Panel &

Cables)

Wall Mount Bracket for Video wall Panel &

Cables

1

Page 7: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

7 | P a g e

C. Conference Room (6th Floor, Head Office)

Sr. No. Item Detail Technical Description Qty.

1 Full HD Endpoint Full HD Codec with 12X Optical Zoom Dual

Cameras

1+3 Multipoint

HDMI connectivity

2 Omnidirectional Microphone

1

2 UHD Display 55 inches Video Wall Panel for 3X3 Matrix

HDMI Output

FHD Resolution

9

3 SITC, Wall Mount,

Cables & Connectors

Video wall Panel &

Cables)

Wall Mount Bracket for Video wall Panel &

Cables

9

D. Conference Room Remote [Head Office (EnCs, Advisor IT, PD-HPRIDC, SE-

HPRIDC), Zones (4+NH) & Circle Offices (20)]

Sr. No. Item Detail Technical Description Qty.

1 Full HD Endpoint Full HD Codec with 12X Optical Zoom

P2P

HDMI connectivity

1 Omnidirectional Microphone

30

2 UHD Display 75 inches Interactive Panel

HDMI Output

UHD Resolution

30

3 SITC, Wall Mount,

Cables & Connectors

Video wall Panel &

Cables)

Wall Mount Bracket for Video wall Panel &

Cables

30

E. Huddle Room (Division Offices)

Sr. No. Item Detail Technical Description Qty.

1 Soft VC End Point Camera with 2X Zoom (or better) and USB

Port, USB Audio Port

Inbuilt Speaker & SOFT VC CODEC End Point

90

2 UHD Display 43 Inches UHD Panel 90

3 SITC, Wall Mount,

Cables & Connectors

Video wall Panel &

Cables)

Wall Mount Bracket for Video wall Panel&

Cables

90

Page 8: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

8 | P a g e

Annexure 1:

3.1 Computing Hardware Specifications:

A. Data Base Server

S.

No.

Features Specifications

1 Form Factor Rack (2U/4U)

2 Processor Minimum 2 No. of Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4 MB L3 cache per processor. The processor should be of Cascade Lake or latest series generation for the server models being quoted.

3 Architecture RISC/EPIC/X86 as per OEM architecture

4 RAM Minimum 256 GB (ECC) using 8 GB or higher module scalable to 512 GB (ECC). Minimum 2 slots should be free for future expansion

5 HDD 4 X 300GB SAS minimum 10K or higher Rpm with Raid 1 with disk mirroring features.

6 Industry Benchmarking

Should have published benchmarks for TPC-C or TPC-H or Qph-H or TPC-E or SPEC available. If no published benchmark result for the offered server & processor is available then the performance offered by the server will be estimated by linear extrapolation of a published result on a higher server model or a lower server model (with the same processor).

7 HBA 2 X dual port 16 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

8 Optical Drive DVD ROM

9 Power Supply Hot Pluggable/Swappable Dual Redundant Power Supply

10 Fans Hot Pluggable/Swappable Dual Redundant Fans

11 Operating System

System should support Windows Server Datacenter Edition, Enterprise Linux, VMware ESX Operating systems

12 Networking 2* Dual Port 10Gbps Ethernet Adapter to achieve no single point of failure

13 Ports 2XUSB 2.0 support

14 Hot Swap Component

Hard Disk Drives, Power supplies and fans

15 RAID RAID 0,1 & 5 with 2GB cache

16 Bus Slots Minimum -Six PCI-Express slots

17 Industry Standard Compliance

PCI 2.0 Compliant, PCIe 3.0 Compliant, USB 2.0 Support

18 Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

19 Warranty 4 Year on-site Comprehensive warranty & Maintenance

Page 9: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

9 | P a g e

B. Application Server / Web Server/ Backup Server (all Other Server)

S.

No.

Features Specifications

1 Form Factor Rack (2U/4U)

2 Processor Minimum 2 No. of Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4 MB L3 cache per processor. The processor should be of Cascade Lake or latest series generation for the server models being quoted.

3 Architecture RISC/EPIC/X86 as per OEM architecture

4 RAM Minimum 128 GB (ECC) using 8 GB or higher module scalable to 256 GB (ECC). Minimum 2 slots should be free for future expansion

5 HDD 2 X 300GB SAS hot plug HDD

minimum 10K or higher

rpm with Raid 0, 1 with disk mirroring features.

6 Industry Benchmarking

Should have published benchmarks for TPC-C or TPC-H or Qph-H or TPC-E or SPEC available. If no published benchmark result for the offered server & processor is available then the performance offered by the server will be estimated by linear extrapolation of a published result on a higher server model or a lower server model (with the same processor).

7 HBA 2 X dual port 16 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

8 Optical Drive DVD ROM

9 Power Supply Hot Pluggable/Swappable Dual Redundant Power Supply

10 Fans Hot Pluggable/Swappable Dual Redundant Fans

11 Operating System

System should support Windows Server Datacenter Edition, Enterprise Linux, VMware ESX Operating systems

12 Networking 2* Dual Port 10Gbps Ethernet Adapter to achieve no single point of failure

13 Ports 2XUSB 2.0 support

14 Hot Swap Component

Hard Disk Drives, Power supplies and fans

15 RAID RAID 0,1 & 5 with 2GB cache

16 Bus Slots Minimum –Six PCI-Express slots

17 Industry Standard Compliance

PCI 2.0 Compliant, PCIe 3.0 Compliant, USB 2.0 Support

18 Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

19 Warranty 4 Year on-site Comprehensive warranty & Maintenance

Page 10: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

10 | P a g e

C. Host Based Intrusion Prevention System

S. No.

Specification

1. Should offer protection against entire classes of attacks, including port scans, buffer overflows, Trojan horses, malformed packets, malicious HTML requests, and e-mail worms.

2. Should provide automated, real-time intrusion detection and protection by analysing events, operating system logs and inbound/outbound network traffic on enterprise servers

3. There should be a separate Management Centre for Server Security Agents which will provide all management functions for all agents in a centralized manner.

4. The HIPS should offer an enterprise-scalable architecture; the HIPS should be scalable to thousands of agents per manager

5. The HIPS should use the HTTP and SSL protocols for the management interface and for the communication between the HIPS and management centre

6. The HIPS should reside between the applications and the kernel, enabling maximum application visibility with minimal impact to the stability and performance of the underlying operating system.

7. When an application attempts an operation, the HIPS should check the operation against the application's security policy, making a real-time allow or deny decision on its continuation and determining if logging the request is appropriate

8. By combining security policies implementing distributed firewall, operating system lockdown and integrity assurance, malicious mobile code protection, and audit event collection capabilities in default policies for servers, the HIPS should provide defence-in-depth protection for exposed systems

9. Correlation should be performed on the Management Center console. The Management Center for HIPS should provide all management functions for all HIPS agents in a centralized manner from the security management software (to be provided)

10. The HIPS should be supported on the following platforms:

The operating system proposed by SI in the Solutions.

11. All necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire managers, etc. should be provided to install HIPS

D. Relational Data Base Management System (RDBMS)

S. No.

Specification

1.

The Relational Database Management System should support the operating system proposed by SI in the Solutions

2.

It must have ability to define & store Large Objects in tables and retrieve them with the flexibility to place Large Objects separately from the Rest of the Data in Tables and queried using simple SQL functions

3. GUI Tool to Visually Explain the Path taken by the Query during execution.

4. Database should support Full parallelism & determine dynamically the optimum level of parallelism.

Page 11: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

11 | P a g e

S. No.

Specification

5.

Database should have a cost-based and rule-based optimizer as well as query Optimizer to provide most optimum access path.

6. Database should offer large I/O operations & optional data placement (large objects) for storage fine-tuning.

7. Application is expected to have 2000 internal & 1000 external users. The bidder is expected to meet the SLA given in the RFB. Bidder may quote number of licenses accordingly

8.

Database should have capability to compress and store data onto low cost storage partitions for faster performance. Partitioning of data will enhance the manageability, performance, and availability of the application.

9. Inbuilt snapshot Replication support with log based Change Capture mechanism to facilitate high performance.

10.

Database should provide continuous availability features to address hardware failures, instance failures, human errors like accidental deletion of data, tables, able to repair at block level

11. Parallel execution of DML and Index scan to be possible for Database

12. It should be secure and provide various roles and authorization for different access levels

13. Database should Provide controls over who, when, where and how applications, data and databases can be accessed.

14. Database should provide multi-factor authentication based controls and policies taking account of IP addresses, application context etc.”

15. Database should help in addressing regulatory compliance requirements by protecting sensitive data whether in transit or at rest from unauthorized disclosure.

16. Data should be secure and backup of the database files should be encrypted.

17. Database should support native optional database level encryption on the table columns, tables and backups.

18. A centrally Monitored & Browser Based GUI Administration Tool should be available with the RDBMS to Create, Delete & Manipulate different Database Objects and also Schedule Queries priorities centrally.

19. The database should provide integrated tools for analyzing SQLs, managing, monitoring, maintaining and administering the database.

20. Database backend development tools should be included in RDBMS.

21. Should allow users to store XML document in database in its native format

22. Database should support creation of an index on the column of the table which stores XML in its native format.

E. Helpdesk Management System/Tools

S. No.

Functional Requirement

1. Solution should be scalable and open to third party integration

Page 12: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

12 | P a g e

2. Provide flexibility of logging incident manually via windows GUI and web interface

3. The web interface console of the incident tracking system would allow viewing, updating and closing of incident tickets.

4. Provide seamless integration to events/incident automatically from third party NMS / EMS available at HPSDC/HIMSWAN

5. Allow categorization on the type of incident being logged

6. Provide classification to differentiate the criticality of the incident via the priority levels, severity levels and impact levels

7. Each incident could be able to associate multiple activity logs entries manually or automatically events / incidents from other security tools or EMS or NMS

8. Provide audit logs and reports to track the updating of each incident ticket

9. Provide audit logs and reports to track the updating of each incident ticket

10. It should integrate with third party Enterprise Management System and support automatic problem registration, based on predefined policies

11. It should be able to log and escalate user interactions and requests

12. It should provide status of registered calls to end-users over email, SMS and through web

13. Should generate the SLA reports based on various category defined in the tender document

F. Load Balancer for DC site

The Hardware requirement for load balancer for DC site stands deleted and from the BoQ/Price Schedule Forms in the RFB document. However, bidder may kindly make note of below:

"Stack for deployment of the overall solution shall be provided by HP State Data Center in a virtualized environment & hence the solution proposed by the SI shall be fault tolerant. Application shall be configured in Active-Active Mode at Application Server / Web Server level using software based load balancers or any other component required by the SI. Bidder can quote additional software/ web servers / middleware / hardware and give the details in the technical solution proposed by them in the technical bid. Cost of any additional component can be provided in the other miscellaneous items in the financial bid "

G. Desktop

S.

No.

Features Specifications

1 Processor X-86 Architecture based, 64-bit Supported Hexa-Core AMD Ryzen 5 or higher /or Intel Core-i5 or higher

2 Motherboard OEM Mother Board with OEM logo embossed on the Mother board

3 Chipset Compatible chipset

4 RAM Memory 8GB (1x8GB) expandable to 32 GB Non-ECC DDR4 2400 MHz SDRAM Memory, minimum Two DIMM slots

Page 13: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

13 | P a g e

5 Hard Disk Drive & controller

HDD 1TB @ 7200 RPM 3.5" SATA Hard Drive

6 Optical Drive Optical Drive8X Max DVD+/ RW

7 Graphics Integrated Graphics

8 Audio High Definition Audio Card

9 Ethernet 10/100/1000 Mbps

10 Slots 2 PCI / PCI Express slots & at least one M.2 PCIe slot

11 Ports 8 USB port with minimum 4 USB 3.0 and minimum 4 USB port in front; 1 Universal Audio Jack (front); 2 PS/2 (optional) (keyboard & mouse); min 1 display ports (VGA/DP/HDMI) 1 RJ-45

12 Keyboard Bilingual Keyboard preferred. If not, sticker of local language

13 Monitor 19.5 " LED Backlit Monitor, TCO 6.0 or higher Certified

14 Mouse 2 button OPTICAL scroll Mouse, OEM

15 Operating

System

Preinstalled Windows 10 Pro with latest antivirus to take care of all and latest viruses

16 MS Office 2016 Professional

Bundled

17 Compliance And Certification

EPEAT certified desktop model. Energy star certified, FCC/CE certified, RoHS certified, UL Certified

18 Drivers for different Operating systems

Drivers should be freely available on OEM's web site and should be supplied in media along with PC

19 Warranty 4 Years On-Site Comprehensive warranty & Maintenance

H. MFP

S. No. Particulars Description

1. Type LaserJet

2. Function Print, Copy, Scan

3. Print Speed 20 ppm or higher

4. Output Resolution Up to 600 x 600 dpi

5. Monthly Duty Cycle 10,000 pages or higher

6. Processor 400 MHz or higher

7. Copy speed 21 cpm or higher

8. Scan technology Flatbed

9. Scan resolution Up to 1200 x 1200 dpi (mono, flatbed)/ 24 bit (color)

Page 14: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

14 | P a g e

10. Formats JPG, RAW (BMP)/ PNG/ TIFF, PDF

11. Paper Support Legal, A4

12. OS Support & OCR Windows 7/8/10/Server 2003/ Server 2008,

Linux/Macintosh OS X 10.2.8 - 10.6 or better

13. Accessories Power cable, USB cable

14. Cartridge Included with printer

15. Warranty 4 Years On-Site Comprehensive warranty &

Maintenance

I. Laptop

S. No

Particulars Description

1. Processor 10th Gen Intel Core i5 or latest generation / AMD Ryzen 5 Microprocessor or latest generation, 6 MB cache or more

2. Memory 8 GB DDR4 RAM

3. Hard Disk Drive 512 GB or higher

4. Display 14 inches or higher, FHD, 1920 x 1080 pixels

5. Ports

3 USB Ports or more (min 2xUSB 3.0, min 1xUSB Type-C), 1xHDMI Port, Audio ports for microphone and headphone

6. Networking

facility 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up.

IPV 6 Compatible

7. Power 3 cell long life Li-ion battery providing minimum 6 hours of battery backup on normal usage

8. GRAPHICS Dedicated Graphics Memory Type DDR3, Dedicated Graphics

Memory Capacity 2GB

9. Product

Certifications Windows/Linux Certification, UL, FCC

10. Operating System Preinstalled Windows 10 Pro with latest antivirus

11. MS Office 2016 Professional

Bundled

12. Accessories Laptop bag

13. Warranty 4 Years On-Site Comprehensive OEM warranty & Maintenance including 3 years OEM warranty for battery

J. Tablet S. No. Particulars Description

1. Processor Octa-Core or higher

2. ROM 64 GB or higher

3. RAM 4 GB or higher

Page 15: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

15 | P a g e

4. Display 10.10 inch or higher, 1920 x 1200 Pixels

5. USB USB 2.0 Type C

6. Connectivity 4G LTE, Wi-Fi, Bluetooth, Voice Calling, Single SIM

7. Camera Rear 8 MP or higher, Front 5 MP or higher

8. Battery 7000 mAh or higher, Li-Ion / Li-Pol, battery life up to 10 hours

9. OS Android 9 Pie or higher

10. Sensors Accelerometer, Gyro, Compass

11. Navigation A-GPS, Google Maps support

12. Accessories Ear phone Compatible Stylus Pen Battery Charger and USB Cable Folio/Flip cover or a carrying kit in field User Manual and documentation

13. Certifications CE and CB/UL Certifications

14. Warranty 3 years warranty on Tablet with battery

K. UPS (Min. 600VA)

S.

No.

Features Specifications

1. Capacity 600 VA Offline

2. Technology Mosfet / IGBT

3. Certifications 1) CE/Equivalent Certificate.

2) Should be EU RoHS / WEEE/ ISO 14001 Compliant

4. Input Voltage Range 160 V AC - 270V AC

5. Operating Frequency 50 Hz +/-2.5 Hz

6. Nominal Output

Voltage

220/230/240 VAC +/- 3%

7. Frequency 50 Hz +/- 5 Hz

8. Output Voltage

regulation 230+/- 3 % ( on Battery )

9. Frequency 50 HZ ± 1%

10. Load Power Factor 0.6 (lag ) or better

11. Output Load capacity 600 VA

12. Overload capacity At 115% load minimum 1 Min

13. Total Harmonic

Distortion < 8 %

14. Overall Efficiency 85%

Page 16: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

16 | P a g e

15. Storage / Operating

Temp. 0 – 40/45 °C

16. BATTERY 168 VAH; Sealed Maintenance Free with 30 Min backup

on full load/1 PC load

17. Short Circuit Electronic current limit on inverter mode/ MCB protection on Mains mode

18. Surge / Spikes Through Line Filters

19. DC under voltage Yes

20. Overload Yes

21. DISPLAY LED Display (UPS Status, Load Status, Battery Status/ Low Battery)

22. ALARMS Mains failure, Fault conditions, Low battery, Overload

23 Warranty 4 Year on-site Comprehensive warranty & Maintenance (UPS & Batteries)

L. Server Room (VC)

Item 1. On Premise MCU

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

3 Video Port Support

MCU Should support 100 Port1080p@30fps right from day 1 and should be future upgradable to 300 Port Full HD.

4 Audio Port Support

Apart from Video Ports MCU should also support 20 Audio Ports so that users who don’t have enough bandwidth can join for Audio only calls

5 Viewing Users Apart from Video Ports and Audio Ports, MCU Should also support at least 100 View only users either through inbuilt or external Streaming/Webcast server.

6 Video Codec Support

Industry standard video codec - H.264/ H.264AVC/H.264SVC/H.264HP or better

7 Audio Port Support

G.711, G.722, G.723, G.729 , AAC-LD or better

8 Intelligent Processing

Automatic Gain Control (AGC) , Noise Cancellation ,Jitter Buffer management , Variable bit rate support

9 Protocols All Ports should Support H.323 with H.239 & SIP with BFCP & Webrtc

10 Registered Clients

It should Support 500 Registered Web Clients /Soft clients and all registered Clients should be able to do Full HD Point to Point Video Calls without using MCU Ports. The users should be able to make instant video call with online contacts.

11 Participation platform

Browser-based platform/application for Mobile / Tablet / Laptop/ Desktop and remote participation via smartphones/Apps.

12 Security It should support End to End 128bit AES Encryption between Client and MCU.

Page 17: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

17 | P a g e

S. No Parameter Specifications

13 Continuous Presence

It should support Minimum 16 CP or up to 20 Continuous presence.

14 Software/Webrtc client

It should support Desktop Sharing and/or White Board.

Item 2: Recording and Streaming Solution

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

3 Unified H.264 streaming into a single workflow that lets you stream to any screen simultaneously

4 Management management and administrative functionality with standards-based programming interfaces, comprehensive logging and compatibility with many off-the-shelf log analysis tools and management systems

5 Scalable It should be scalable to deliver up to 10Gbps from a single server

6 Platform freedom to run on the OS of your choice – Windows®, all variants of Linux™

7 Others Stream Live Adaptive Bitrate Content

8 VOD Stream VOD adaptive bitrate

9 Viewing Users Either above MCU Should support at least 100 View only users either through inbuilt or external Streaming/Webcast server or an external server to be given along with the solution

10 Central Video Recording

Either above MCU should have inbuilt Central Recording or Central Recording server should be provided. It should support 10 Concurrent HD Recordings right from day 1

Item 3. Content Management Platform

This stands deleted from RFB document.

M. Board Room (VC)

Item 1. Full HD Endpoint

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

3 Video Codec The 1+3 Codec should support the following video standards H.261/ H.263/ H.263+/ H.264/ H.264HP, ITU-T H.239, BFCP. H.265

4 Dual Display It shall support Dual Display

5 Video Inputs It shall have 2 or more HDMI/DVI/3G-SDI as input.

6 Presentation Input Port It shall have at least 1 DVI-I/HDMI input for connecting Laptops/CPUs.

Page 18: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

18 | P a g e

7 Video Output It shall be able to give Two full high definition HDMI outputs.

8 Audio Inputs It should have at least 2 Audio inputs

9 Audio Output It should have at least 2 Audio outputs.

10 Resolution supported It should support Resolutions of 1080p, 720p or more.

11 Camera It should be supplied Full HD Codec with 12X Optical Zoom Camera which should have HDMI Port, RJ-45 Port for monitoring. It should have 70 degrees or more viewing angle. It should have 3.5 MP or better sensor. It should support 10 or more preset positions.

12 Microphone Should support 4 Microphone inputs from day one, with 4 microphones with Echo Cancellation supplied at day one. The microphone cables should be OEM make and minimum 5 mtrs and 15 mtrs respectively. The microphones must be from same OEM.

13 Audio It should support Acoustic Echo Cancellation (AEC), Automatic Gain Control (AGC), Acoustic Noise Suppression (ANS) 12 dB or better, Lip synchronization

14 Firewall Traversal It should support H.460.18/ H.460.19/H.460.23/H.460.24/ firewall traversal/ ICE

15 Address Book It should support 1000 Local Address Book or better. Should support H.350.

16 Network It should have minimum 1 10/100/1000 Mbps full duplex LAN port. It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261/ RFC3264/ RFC2190/ RFC3407/ RFC2833/ RFC4585 (RTP/ AVPF), SNTP/ ARP, support for IPV4 and IPV6

17 Security It should support H.235 (AES) signaling and media stream encryption. Should support Administrator password, SSH/HTTPS.

18 Touch Panel Touch panel must be minimum 6 Inches, capacitive touchscreen that supports in-plane switching (IPS), LED backlights, multi-touch, and resolutions up to 1280 x 800

Item 2. 98 inches or above UHD Display

S.NO Parameter Specifications

1 Resolution Ultra HD 3840x2160 (16:9)

2 Seamless Active Display Area(mm)

2110 (H) x 1230(V) or bigger

3 Brightness(Typ.) 500 nit or higher

4 Contrast Ratio 3000:01:00 / Dynamic CR: 500000:1 / 1300:1 or higher

5 Viewing Angle(H/V) 178/178

6 Response Time(G-to-G) 8 ms or lower

7 Display Colors >1 billion colors. Full 10-bit Data Path

8 Color Gamut 98%

Page 19: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

19 | P a g e

S.NO Parameter Specifications

9 Operation Hour 24/7

10 Frame Rate 60 Hz

11 Speaker Type Built in Speaker(10W + 10W)

12 Connections Input: HDMI (2, HDCP 2.2/1.4), HDMI (1, HDCP 1.4), DP (1, HDCP 2.2/1.3), DVI-D (1, HDCP 1.4), Audio, USB 2.0 type A (2). Output: DP, Audio.

13 Modes 3840x2160 @ 24/25/30/50/60Hz; 1080p @ 24/25/30/50/60Hz; 1080i @ 50/60 Hz; 480p, 576p, 720p @ 50/60 Hz

14 Multi-Source PiP, Dual, Quad

15 Audio 3.5 mm Jack / PC Line Out, S/PDIF

16 Display Control IR, RS-232, LAN, Keypad/Remote

17 Bezel Width Bezel to be less than 15mm

18 Line Voltage 100-240V; 50/60Hz

19 Fan less Yes

20 Power Consumption 425W (standby: <0.5W)

21 Auto Brightness Ambient Light Sensor

22 Mounting VESA: 600mm x 400mm, 600mm x 600mm

23 Operating Temperature 0℃~ 40℃

24 Safety FCC/UL/CE/BIS

25 Accessories along with

Display Panel

power cord, HDMI cable, IR cable, remote control, mounting frame

N. Conference Room (VC)

Item 1. Full HD Endpoint

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

3 Video Codec The P2P Appliance should support the following video standards H.261/ H.263/ H.263+/H.264/ H.264HP/ ITU-T H.239, BFCP. Each Codec should be expandable to (1+3) in future with license upgrade.

4 Audio Codec It should support G.711/G.722/ G.722.1/G.722.1C/AAC-LD/ G.723.1/G.726/ G.728/ SILK or better.

5 Aspect Ratio It should support 16:9 aspect ratio

6 Dual Display It should support Dual Display.

Page 20: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

20 | P a g e

7 Video Inputs It should have at least 1 DVI-I input for Presentation Sharing or more.

8 Video Output It should have at least 2 HDMI outputs.

9 Audio Inputs It should have at least 2 Audio inputs

10 Audio Output It should have at least 2 Audio outputs.

11 Resolution supported

It should support Resolutions of 1080p, 720p, 4CIF/4SIF, CIF, QCIF, QSIF, SQSIF, SQCIF or more.

12 Camera It should be 1080P with CMOS based camera sensor. It should have an optical zoom of 12x and 12x digital zoom. It should have a maximum field of view angle:70 or more. It should have a Pan/Tilt angle of 44.8° ~ 3.9° or better. it should have automatic White Balance (AWB), Far-end camera control and eight or more preset positions

13 Audio It should support Acoustic Echo Cancellation (AEC), Automatic Gain Control (AGC), Acoustic Noise Suppression (ANS) 12 dB or better, Lip synchronization

14 Firewall Traversal

It should support H.460.18/ H.460.19/H.460.23/H.460.24/ firewall traversal/ ICE

15 Address Book It should support 1000 Local Address Book or better. Should support H.350.

16 Network It should have minimum 1 10/100/1000 Mbps full duplex LAN port. It should support It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261/ RFC3264/ RFC2190/ RFC3407/ RFC2833/ RFC4585 (RTP/AVPF), SNTP/ARP, support for IPV4 and IPV6

17 Bandwidth Support

It should support bandwidth from 64 KBPS to 6 Mbps or better.

18 Security It should support H.235 (AES) signaling and media stream encryption. Should support Administrator password, SSH/HTTPS.

19 Touch Panel Touch panel must be minimum 6 Inches, capacitive touchscreen that supports in-plane switching (IPS), LED backlights, multi-touch, and resolutions up to 1280 x 800

Item 2. 55 inches UHD Display

S.

No

Parameter Specifications

1 Display technology LED Backlit Commercial Grade Direct View IPS LCD

2 Display size and resolution

The diagonal size of each display should be minimum 55” with a native resolution of at least 1920x1080 pixels

3 Light source LED

4 Brightness 400 Cd/m2 ± 10% or better

5 Palette 1.073 B Colors (10 Bits) or higher

6 Response time 8ms or lower

7 Viewing angle H:178° V:178° or higher

8 Contrast ratio dynamic should be minimum 20000:1

9 Signal Interface Input terminals

1x Digital Display Port 1.2

Page 21: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

21 | P a g e

S.

No

Parameter Specifications

10 Signal Interface Input terminals

2x Digital HDMI 2.0 with HDCP (2.2)

11 Signal Interface Input terminals

USB 2.0 Type A

12 Signal Interface Input terminals

1x IR

13 Signal Interface Input terminals

1x LAN

14 Signal Interface Input terminals

Audio Input

15 Signal Interface Input terminals

1x RS232

16 Signal Interface Output terminals

1x Digital Display Port

17 Signal Interface Output terminals

RS232/RJ-45

18 Colors & Color Gamut 16 millions

19 Colors & Color Gamut 72 % NTSC

20 Power control: 1 AC power ON/OFF switch

21 Wire control: RS 232

22 IR remote IR remote

23 On Screen display Input selection, picture, image and tiling should be adjusted using OSD

24 OSD Languages English

25 AC power input range 100-240V; 49/61Hz

26 Power consumption 220 W (Typical) or less

27 Acoustics Noise Fan less Operation at the display

28 Operating temperature 5~40°C or better

29 Operating relative humidity 20~85/90 % or higher

30 Regulations FCC/CB/EC/BIS

31 MTBF >= 50,000 hours

32 Wall Mount Bracket for Video wall Panel & Cables

Push Pull 55" Display Panel Wall Mount Bracket & Connecting Cables for easy maintenance

O. Conference Room (Circle Office)

Item 1. Full HD Endpoint

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

Page 22: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

22 | P a g e

S. No Parameter Specifications

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

3 Video Codec The P2P Appliance should support the following video standards H.261/ H.263/ H.263+/H.264/ H.264HP/ ITU-T, H.239, BFCP. Each Codec should be expandable to (1+3) in future with license upgrade.

4 Audio Codec It should support G.711/G.722/ G.722.1/G.722.1C/AAC-LD/ G.723.1/G.726/ G.728/ SILK or better

5 Aspect Ratio It should support 16:9 aspect ratio

6 Dual Display It should support Dual Display.

7 Video Inputs It should have at least 1 DVI-I input for Presentation Sharing or more.

8 Video Output It should have at least 2 HDMI outputs.

9 Audio Inputs It should have at least 2 Audio inputs

10 Audio Output It should have at least 2 Audio outputs.

11 Resolution supported

It should support Resolutions of 1080p, 720p, 4CIF/4SIF, CIF, QCIF, QSIF, SQSIF, SQCIF or more.

12 Camera It should be 1080P with CMOS based camera sensor. It should have an optical zoom of 12x and 12x digital zoom. It should have a maximum field of view angle:70 or more. It should have a Pan/Tilt angle of 44.8° ~ 3.9° or better. it should have automatic White Balance (AWB), Far-end camera control and eight or more preset positions

13 Audio It should support Acoustic Echo Cancellation (AEC), Automatic Gain Control (AGC), Acoustic Noise Suppression (ANS) 12 dB or better, Lip synchronization

14 Firewall Traversal

It should support H.460.18/ H.460.19/H.460.23/H.460.24/ firewall traversal/ICE

15 Address Book It should support 1000 Local Address Book or better. Should support H.350.

16 Network It should have minimum 1 10/100/1000 Mbps full duplex LAN port. It should support SSL/TLS, RTP, RTCP, RFC3261/ RFC3264/ RFC2190/ RFC3407/ RFC2833/ RFC4585 (RTP/ AVPF), SNTP/ ARP, support for IPV4 and IPV6

17 Bandwidth Support

It should support bandwidth from 64 KBPS to 6 Mbps or better.

18 Security It should support H.235 (AES) signaling and media stream encryption. Should support Administrator password, SSH/HTTPS.

19 Touch panel Touch panel must be minimum 6 Inches, capacitive touchscreen that supports in-plane switching (IPS), LED backlights, multi-touch,

Item 2. 75 inches UHD Display

S.NO Parameter Specifications

1 Diagonal Size 75 inch

2 Type Direct Lit LED LCD / Edge Lit LED

3 Resolution Ultra HD (3840 x 2160)

Page 23: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

23 | P a g e

S.NO Parameter Specifications

4 Pixel Pitch(mm) 0.429mm x 0.429mm

5 Active Display Area(mm) 1650mm H x 928mm V

6 Brightness(Typ.) Minimum 350 nit

7 Contrast Ratio Typical 1200:1

8 Viewing Angle(H/V) 178/178

9 Response Time(G-to-G) 8ms (Type)

10 Display Colors >1 billion colors. Full 10 bit data path

11 Color Gamut 68%

12 Operation Hour 16/7

13 Frame Rate 60 Hz

14 Bezel Width Maximum 15 mm

15 Speaker Type Built in Speaker(10W + 10W)

16 Connections HDMI (3), DP, DVI-D, USB 2.0(2). Output: DP, Audio

17 Modes 3840x2160 @ 24/25/30/60Hz; 480p, 576p, 720p @ 50/60 Hz; 1080p @ 50/60Hz; 1080i @ 50/60 Hz

18 Orientation Landscape

19 Audio PC Line Out, RCA L/R out

20 Display Control IR, RS-232, LAN, Keypad/Remote

21 Line Voltage 100-240V; 50/60Hz

22 Fan less Yes

23 Power Consumption (Max) 215W (standby: <0.5W)

24 Mounting VESA: 600mm x 400mm

25 Safety FCC/UL/CE/BIS

26 Accessories along with Display Panel

C14 connector power cord, HDMI cable, RS-232 cable, IR cable, remote control, and cable clamps

P. Huddle Room

Item 1. End point 4X

S. No Parameter Specifications

1 Make/ OEM To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

2 Model To be clearly mentioned. All the relevant product brochures and manuals must be submitted.

Page 24: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

24 | P a g e

S. No Parameter Specifications

3 Video Codec The codec should support the following video standards H.263, H.264, H.264 HP/AVC/SVC/VBR or H.265. Each Codec should be expandable to (1+4) in future with license upgrade

4 IP and SIP The codec should support H.323 and SIP protocol

5 Resolution supported

The codec should support Full HD Resolution up to 1080p @30fps

6 Aspect Ratio The codec should support 4:3 and 16:9 aspect ratio

7 Frame rates The codec should support minimum 30 frames per second from 512 kbps

8 Content sharing Presentation sharing should possible from endpoint level.

9 Resolution Full High Definition- 1920 x 1080p

High Definition – 1280 x 720p

4CIF -704 x 576 pixels

VGA -640 x 480 pixels

CIF -352 x 288 pixels

SIF -320 x 240 pixels

QCIF-176 x 144 pixels

10 Audio Codec The codec should support G.711, G.722, G.722.1, G.728, G.729 /GIPS / SPEEX codec or MPEG4 -AAC (LC).

11 Audio Output Codec must support either common 3.5mm line out or headphone output & must support integration with external audio mixer.

12 Network port Codec should have minimum 1 RJ-45 port for IP network.

13 Bandwidth Support

The system should support up to 4 Mbps in a Point to Point call and multipoint call.

14 Codec Output for display

Codec must have at least 2 HDMI/DVI/DP ports or equivalent and support Dual Display

15 Accessories It shall be supplied with Power cable, 5 meters HDMI cable as an included accessory.

16 Sensor The camera sensor should be 1/1.4" Color 5 MP CMOS or better.

17 White Balance The camera should have an auto white balance

18 Back Light Compensation

The camera should have a selectable Back-light compensation

19 S/N ratio The camera should have a S/N Ratio of >50db.

20 Horizontal Viewing Angle

The camera should have a horizontal viewing Angle of 82.5 degrees or more.

21 Zoom The camera should have a 2X or better lossless Zoom.

22 Video Interface The camera should have a standard Video Output either through USB or through HDMI, DVI or better.

23 Video Signal Support

The camera should support 1080p @30p or higher

24 Accessory The camera should be supplied with IR remote control / touch panel as an included accessory.

25 General Inbuilt Web Conference Microphone & Speaker

26 Microphones Should have One or more microphones

27 Speaker Integrated Speaker

Page 25: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

25 | P a g e

S. No Parameter Specifications

28 Echo Cancellation

Inbuilt Echo Cancellation

29 Audio Pick Up Range

Up to 9ft or better

30 Cable USB 2.0 or equivalent

31 Noise Reduction

Inbuilt Noise Cancellation

Item 2. 43 Inches Panel

S.NO

Parameter Specifications

1 Screen Size It should have a Screen Size of 43 inches or more

2 Panel Technology It should have IPS Panel Technology or better

3 Aspect Ratio It should have an aspect ratio of 16:9

4 Native Resolution It should have a native resolution of 1920X1080 or more

5 Brightness It should have a brightness of 350cd/m2 or more.

6 Dynamic CR It should have a dynamic ratio of 500000:1 or more /

Native Contrast ratio : 3000:1 or higher

7 Viewing Angle It should have a viewing angle of 178X178 or more.

8 Input Connectivity The Panel should have at least 2 HDMI Input Port, 1 DVI Input Port, 1RGB Input Port, 1 Audio In Port and USB Ports.

9 Audio Out The Panel should have at least 1 Audio Output Port.

10 Control It should be with RS-232 in as well as out port.

11 RJ-45 and IR It should have RJ-45 port and IR receiver

12 Certification FCC/UL/CE/BIS

Q. Mobile Phone

Sr. No.

Parameters Specifications

1 Processor 2.7GHz Octa-Core processor or higher

2 Display 15.94 centimeters (6.3-inch) Dynamic AMOLED Infinity Display with FHD+ resolution 2280 X 1080 (401 ppi), HDR10+ Certified

3 Memory & Storage 8GB RAM | 256GB internal memory

Page 26: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

26 | P a g e

4 Camera Triple Rear Camera - 16MP (Ultra wide) + 12MP (Dual Aperture - F 1.5/2.4)+ 12MP (Telephoto) with flash | 10MP front camera

5 Battery 3500mAH lithium-ion / lithium-polymer battery | Fast charging with 25W charge

6 Sensors Accelerometer, Barometer, Fingerprint Sensor, Gyro Sensor, Geomagnetic Sensor, Hall Sensor, RGB Light Sensor, Proximity Sensor

7 OS Android Pie v9.0 operating system or higher

8 Connectivity 2G, GSM, 3G, WCDMA, 4G, LTE, FDD, TDD

Bluetooth, Wi-Fi Hotspot

9 Features Touchscreen Phone Dual SIM dual-standby (4G+4G) Stylus / Pen included Earphones, Travel Adapter, USB Cable and User Manual

R. MacBook Pro

Sr. No.

Parameters Specifications

1 Screen Size 15-inch (38.1 cm) with Touch Bar

2 Processor 2.3 GHz 8-core Core i9

3. Memory 16 GB

4. Storage 512 GB

5. Graphics Radeon Pro 560X

6. Battery Up to 10 hours of battery life

S. iPad Pro

Sr. No.

Parameters Specifications

1 Screen Size 11-inch (27.94 cm)

2 Camera 12 MP back camera, 7 MP True Depth front camera

3 Connectivity 802.11ac Wi-Fi and Gigabit class LTE cellular data

4 Capacity 1 TB

5 Pencil 2nd Generation

T. iPhone 11 Pro Max

Sr. No.

Parameters Specifications

1 Screen Size 6.5-inch (diagonal) all screen OLED multi-touch display

Page 27: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

27 | P a g e

2 Camera Triple 12MP Ultra Wide, Wide and Telephoto cameras

3 Connectivity Gigabit‑class LTE with 4x4 MIMO and LAA 802.11ax Wi‑Fi 6 with 2x2 MIMO Bluetooth 5.0 wireless technology Built-in GPS/GNSS

4 Capacity 512 GB

5 iOS iOS 13 or latest

Page 28: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

28 | P a g e

Response to queries discussed in Pre-bid meeting held on 26th May 2020 w.r.t. “Request for Bids for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, and Maintenance of an Integrated Management Information System (IMIS) for HPPWD & HPRIDC

RFB No: IN-HPRIDC-143869-CS-QCBS

Sr. No.

Bidding Document Reference(s) (Section No. & Page No.)

Content of Bidding Document requiring Clarification(s)

Points of clarification HPRIDC Response

1 Page 172 UPS clause 3 Certifications

Should be EU RoHS / WEEE/ ISO 14001 Compliant

request to remove EU RoHS / WEEE As per RFB document

2 Page 172 UPS clause 17 Battery

168 VAH; Sealed Maintenance Free with 30 Min backup on full load

request make the change as "168 VAH; Sealed Maintenance Free with 30 Min backup on 1 PC Load"

Agreed. Please refer to corrigendum

3 Page 160 3.1 Computing Hardware Specification A. Data Base Server Clause 1 Form Factor

Rack (2U/4U) Request you to change it to 4U Please refer to corrigendum

4 Page 160 3.1 Computing Hardware Specification A. Data Base Server Clause 2 Processor

Minimum 2 No. of Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4MB L3 cache per processor. The processor should be of latest series generation for the server models being quoted.

Request you to change it to Minimum 2 No. of Eight Core Processor with minimum 3 GHz or above with 2667 MHz with minimum 11MB L3 cache per processor. The processor should be of latest series generation for the server models being quoted.

Please refer to corrigendum

Page 29: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

29 | P a g e

5 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 4 Architecture

RISC/EPIC/X86 as per OEM architecture Request to change it to X86, CISC Please refer to corrigendum

6 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 5 RAM

Minimum 256 GB (ECC) using 8 GB or higher module scalable to 512 GB (ECC). Minimum 2 slots should be free for future expansion

Request to change it to Minimum 256 GB on DDR4 2933MT/s scalable upto 3 TB for future use. Advanced ECC with multi-bit error protection, Online spare, mirrored memory and fast fault tolerance

Please refer to corrigendum

7 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 6 HDD

4 X 300GB SAS minimum 10K or higher Rpm with Raid 1 with disk mirroring features.

Request to change it to 4 X 300GB 10K SAS HDDs, The drive carrier should have intuitive icon based display along with "DO NOT REMOVE" caution indicator that gets activated automatically in order to avoid data loss/downtime due to wrong drive removal.

Please refer to corrigendum

8 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 7 Industry Benchmarking

Should have published benchmarks for TPC-C or TPC-H or Qph-H or TPC-E or SPEC available. If no published benchmark result for the offered server & processor is available then the performance offered by the server will be estimated by linear extrapolation of a published result on a higher server model or a lower server model (with the same processor).

SPECspeed2017_int_base = 8.96 Please refer to corrigendum

Page 30: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

30 | P a g e

9 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 14 Ports

2XUSB 2.0 support Request to change it to USB 3.0 support with Up to 5 total

Please refer to corrigendum

10 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 17 Bus Slots

Minimum Four PCI-Express slots Request to change it to Upto Eight PCI-Express 3.0 slots

Please refer to corrigendum

11 Page 161 3.1 Computing Hardware Specification A. Data Base Server Clause 18 Industry Standard Compliance & System Security

PCI 2.0 ACPI 6.1 Compliant, PCIe 3.0 Compliant, PXE Support, Energy Star, ASHRAE A3/A4, UEFI 2.6, SMBIOS, Redfish API SNMP v3, TLS 1.2, DMTF Systems Management Architecture FIPS 140-2 validation Support for Commercial National Security Algorithms (CNSA) Common Criteria certification Configurable for PCI DSS compliance Advanced Encryption Standard (AES) and Triple Data Encryption Standard (3DES) on browser Tamper-free updates - components digitally signed and verified Secure Recovery - recover critical firmware to known good state on

Please refer to corrigendum

Page 31: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

31 | P a g e

detection of compromised firmware Ability to rollback firmware Secure erase of NAND/User data TPM (Trusted Platform Module) 1.2 TPM (Trusted Platform Module) 2.0 Smart card (PIV/CAC) and Kerberos based 2-factor Authentication Configurable for PCI DSS compliance Secure erase of NAND

12 Compliant, PCIe

13 USB 2.0 Support

14 3.0 Compliant, USB 2.0 Support

15 Page 162 3.1 Computing Hardware Specification A. Data Base Server Clause 20 Warranty

4 Year on-site Comprehensive warranty & Maintenance

Request to change it to Warranty Service Period to either 3 years or 5 years 24X7.

Please refer to corrigendum

16 Page 162 B. Application Server / Web Server/ Backup Server (all Other Server) clause 1 Form Factor

Full/Half height Blade please provide more information on server required is Blade/Rack as full height /half height comes in Blade servers only

Please refer to corrigendum

17 Page 169 G. Desktop clause no 4 RAM

Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4 2133 MHz SDRAM Memory, minimum Two DIMM slots

Memory 4GB (1x4GB) expandable to 32 GB Non-ECC DDR4 2400 MHz SDRAM Memory, minimum Two DIMM slots

Please refer to corrigendum

Page 32: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

32 | P a g e

18 Page 170 G. Desktop clause no 11 Port

10 USB port with minimum 6 USB 3.0 and minimum 4 USB port in front; 1 Headphone/ microphone; 1 Headphone connector;

8 USB port with minimum 4 USB 3.0 and minimum 4 USB port in front;1 Headphone/ microphone or 1 Headphone connector;

19 Page 171 I. Laptop clause no 5 Port

3 USB Ports, 2xUSB 2.0, 1 x USB 3.0 , 1 Serial, Audio ports for microphone and headphone in front.

3 USB Ports( 2xUSB 3.0, 1 x USB 2.0 ),, Audio ports for microphone and headphone in front.

Please refer to corrigendum

20 Page 171 I. Laptop clause no 8 Power

65 W AC Adapter, 4 cell 65 W AC Adapter, 3 cell long life battery

21 Page 171 I. Laptop clause no 10 Product Certifications

Windows and Linux Certification, UL, FCC Windows/Linux Certification, UL, FCC

22 Additional-Storage Storage there is no mention of Storage specification in the RFP document, please clarify

23 Change in display size, contract ration, brightness, connections, regulations etc.

Please refer to corrigendum

24 D. Technology Specifications - Supply & Install Items ( 55" UHD Display , Item no 2, page no 184, S. No 33)

Operating relative humidity : 20~90% or higher

We offer product with operating relative humidity range 20%~85%. Most of the reputed manufactures offer same range which is sufficient for indoor environment thus should be acceptable by us- We offer product with operating relative humidity range 10%~80%. Most of the reputed manufactures offer same range which is sufficient for indoor environment thus should be acceptable

Please refer to corrigendum

Page 33: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

33 | P a g e

25 D. Technology Specifications - Supply & Install Items ( 75" UHD Display, Item no 2, page no 186, S. No 2)

Type : Direct Lit LED LCD We offer product with Edge Lit LED display technology. Edge LED displays are more power-efficient and allows for thinner, sleeker, and better-looking monitors. So we request to accept displays with Edge Lit LED display technology.

Please refer to corrigendum

26 D. Technology Specifications -Supply & Install Items ( 75" UHD Display, Item no 2, page no 186,S. No 20)

Audio : PC Line Out, S/PDIF, RCA L/R out S/PDIF interface is mainly used to interconnects components in home theatres and other digital high-fidelity systems which is not required as per current application. Thus we request to remove S/PDIF audio interface feature

Please refer to corrigendum

27 D. Technology Specifications - Supply & Install Items ( 43" Display Panel, Item no 2, page no 189, S. No 6)

Dynamic CR : It should have a dynamic ratio of 500000:1 or more.

Contrast ratio is directly related to panel technology being used. Most of the reputed display manufacturer uses either VA or IPS display panels and based on this contrast ratio varies. Thus we request to add Native Contrast ratio : 3000:1 or higher

Please refer to corrigendum

28 OTHER TERMS FOR OEM

Other Terms & condition for OEM to be considered: 1. OEM should be present in India from last 5 years with an OEM registration copy. 2. OEM should also have Local Direct Registered service centre in Chandigarh/Punjab/HP to give prompt support at site.

As per RFB document

Page 34: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

34 | P a g e

29 ITB 20.1, Page 44 The amount of Bid Security required is INR 8.4 Million/ USD 120,000

We request you to please reduce EMD to Rs. 20 Lakhs. This will reduce the finance cost on the Bid.

Please refer to corrigendum

30 Point 5, Page 2 Last Date and Time for Receipt of Bids We would request HPPWD and HPRIDC to extend the Last Date of submission of Bid by 3 weeks. This is in lieu of time required to seek internal approval. We would request HPPWD and HPRIDC to extend the Bid Submission date as 17-Jul-2020 at 02:00 PM (IST)

Please refer to corrigendum. The bid submission date has been extended to 20-Jul-2020

31 a) Pre-Qualification Criteria, Page 48

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

We would request HPPWD and HPRIDC to increase Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets to INR 200 crore or more

No Change

32 ITB 1.1, Page 40 Modernization of existing infrastructure Request your clarification on how the Existing infrastructure information is stored. i.e. soft copy in the form of CAD, GIS data etc. If it is already in soft copy then can be migrated into developed application

Details will be shared with selected SI

33 ITB 4.1 Page 41 4.1 Maximum number of members in the JV shall be: The number of joint venture partners including the Prime Bidder cannot exceed three. The joint venture partners should have experience in IT enabled services/IT Solutions/Process Automation.

We request HPPWD and HPRIDC to float a Separate tender for Hardware, Installation and O&M as the Hardware Procurement is very high and we suggest kindly Procure through GEM/ HPSEDC

As per RFB document

Page 35: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

35 | P a g e

34 ITB 4.1 Page 41 4.1 Maximum number of members in the JV shall be: The number of joint venture partners including the Prime Bidder cannot exceed three. The joint venture partners should have experience in IT enabled services/IT Solutions/Process Automation.

We request HPPWD and HPRIDC to float a Separate tender for Software Application, Solution Integration and Maintenance & Support with IT solution provider

As per RFB document

35 Technical Evaluation (ITB 35.3 and ITB 35.4) Technical Evaluation Data Page 52 (S. No 1.b)

“The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System”

We request HPPWD and HPRIDC to rephrase the clause as "Each project must have any of 3 of the following modules" 1. Work Execution and Project 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System”

No Change

36 1.2.2 Overview of To-Be Business Processes, Page 125

We request if work approval flow moves among multiple wings (Civil, Electrical, QC, MEP wing etc.)

SI may offer its best solutions

37 1.2.2 Overview of To-Be Business Processes, Page 125

Asset Management Request elaboration on the existing PWD data (Roads and Buildings) and how it is stored or managed

Details will be shared with selected SI

Page 36: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

36 | P a g e

38 1.4 Data Digitization, Page 143

Data Digitisations Request clarity if data digitization covering the Map scanning for the raw Maps under the data digitization activities ?

As per RFB document

39 Please clarify if the Dereferencing of the Maps cost will be borne by the customer to bring the raw maps data into the application.

As per RFB document

40 1.3 Project Scope of Work

Proposed Modules -Asset Management Under the assets Management Module - Is it included to captures all the PWD's physical assets on GIS interface as well? In case of this - Customer need to provide the details of all the assets with coordinates information in the GIS formats with geo-referencing.

Details will be shared with selected SI

41 1.3 Project Scope of Work

Design of Workflow with well-defined business rule for the solution

We request to let us know if you have any preferences for the COTS products for design and development of Workflow?

While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts.

Page 37: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

37 | P a g e

42 1.2.2 Overview of To-Be Business Processes

Road and Bridge Asset Register (GIS based) For Registration of all the Roads and Bridge data on GIS Interface, We understand the customer will provide the georeferenced GIS data in an appropriate formats .

Details will be shared with selected SI

43 1.2.2 Overview of To-Be Business Processes

Traffic Information system Traffic data need to be feed with Live APIs or with Off-the-shelf data? Customer to provide the Traffic APIs or other prerequisites to integrate it with the application.

Details will be shared with selected SI

44 Point 1.4, Page 147 Content Searching in all scanned documents to be possible

OCR/ ICR are not fail safe. Effort and Money involved is too much. Please put that 5 or 6 fields of Meta data needs to be filled.

SI may offer its best solutions

45 Point 1 a, Page 56 Technical qualification criteria JV partners are likely to have expertise in separate areas of expertise for example- supply of infrastructure, supply of application software, services etc. But the project being asked include all streams mentioned above in a single project. Request you to please break the requirement up so that consortium members can provide various Case Studies covering various aspects of projects which have been asked for.

As per RFB document

Page 38: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

38 | P a g e

46 Detailed break-up of Technical Qualification Criteria: / Page #56

1 Past Experience & Capability of the responding firm a. Organizational Capabilities The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

1. Bidder may have required experience & capabilities in different projects. So we request you to ask past experience & capabilities of the responding firm as per following: "The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software / Bespoke & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization - Mandatory Requirement Any one from (b), (c) and (d) b) Hardware supply, installation c) O&M phase d) Change management & capacity building

As per RFB document

Page 39: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

39 | P a g e

47 Detailed break-up of Technical Qualification Criteria: / Page #56

b. Software Solutions 1 The Prime Bidder or JV partner should have implemented at least 2 project in COTS/ Packaged Application/ application n development software solution projects (at least project should be Go- Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory)* 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

1. To accept more competitive bids from more bidders, we suggest you to amend the terms as per below: "The Prime Bidder or JV partner should have implemented at least 2 project in COTS/ Packaged Application/ application n development software solution projects (at least project should be Go- Live). Each project must have any 2 of the following modules – 1. Work Execution and Project Management (mandatory)* 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System"

As per RFB document

Page 40: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

40 | P a g e

48 Detailed break-up of Technical Qualification Criteria: / Page #57

b. Software Solutions 2 The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live) Point System: 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

1. Please provide more clarity on expected features. Which features will be considered?

Features which caters to the requirement in the given domain

Page 41: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

41 | P a g e

49 Detailed break-up of Technical Qualification Criteria: / Page #57

d. Operation & Maintenance Services/ Helpdesk The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects Point System: 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

1. Please provide more clarity on expected features. Which features will be considered?

Features which caters to O&M services / Helpdesk for such projects

50 Detailed break-up of Technical Qualification Criteria: / Page #57

Required minimum score for qualifying the bidder (Cut-off Marks)

1. We could not find minimum qualifying marks (cut-off marks) for shortlisting of bidders in RFB document. Please provide it.

Minimum technical score has to be 70 out of 100. Please refer to corrigendum.

Page 42: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

42 | P a g e

51 3 Resource Deployment / Page #59

1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 3 points 4) Qualification and experience presented and marginally exceeds the requirement – 4 points 5) Qualification and experience presented and significantly exceeds the requirement – 5 points

1. On what basis / formula deficiencies, marginally exceeds or significantly exceeds will be evaluated?

On the basis of criteria / sub-criteria with given description here

52 A. Management Team (to be deployed at Nirman Bhawan, HPPWD, Shimla) / Page @62

2. Domain Specialist 1 Full 1. Deployment During O&M Phase is not given for Domain Specialist. Please provide.

May not be required for the entire duration, any change can happen after the approval of Purchaser.

53 B. Software Development Team (to be deployed at Nirman Bhawan, HPPWD, Shimla)

1. Considering 4 years of O & M, total man-month is not matching with number of position required for software development team. Please correct total man-month according to the number of resources required.

All resources may not be required for the entire duration, any change can happen after the approval of Purchaser.

Page 43: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

43 | P a g e

54 1.2 Supply and Installation Cost Summary Table for Application software / Page #78

3.5 Data Migration (per GB) 1. What data needs to be migrated? 2. In what format data will be provided? 3. Total how many tables / files will be there for data migration activity?

Legacy and manual records; complete details to be shared with selected SI

55 1.3 Project Scope of Work / Page #141

6 Develop Mobile Platform 1. Please share detailed scope for mobile platform development.

both Android and iOS platform needed

56 1.3 Project Scope of Work / Page #144

12 External Tie Ups & Certification Support, Security · The system shall be audited through a STQC empanelled audit agency.

1. As per government norms, security audit should be carried out by CERT-IN empanelled agency only. We therefore request you to make below changes in this clause. · The system shall be audited through a CERT-IN empanelled audit agency. 2. Who will bear the cost for this security audit? Purchaser or SI? 3. If SI has to bear the cost then how many such security audit needs to be consider before go live and during o & m period?

This has to be Cert-IN empanelled agency; SI will bear the cost for security audit before go-live. Please refer to corrigendum.

57 1.4 Data Digitization / Page #147

1.4 Data Digitization 1. How many Filed are there for Data Entry? 2. How old documents are? 3. Please explain in detail - "content searching shall be possible in all documents scanned"

Details will be shared with selected SI

Page 44: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

44 | P a g e

58 1.6 Technical Requirements / Page #152

Integration with: · Following Legacy Application need to be integrated with proposed solution o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY) o OMMAS (Online Management Monitoring & Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS o e-Office o CM Dashboard o CM Helpline o e-Vidhan Sabha o e-Constituency The department may ask for any other application to be integrated with proposed IMIS solution than mentioned above which has significant usage in HPRIDC & HPPWD.

1. What kind of integration is required with each Legacy Application? One way or Two way? 2. What data will be shared with each integration? Please elaborate 3. Who will provide web service for it? 4. What is the technology stack of each Legacy Application?

Selected SI is expected to propose the kind of integration required. Further details will be shared with selected SI. Technology stack are given in the RFB document.

Page 45: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

45 | P a g e

60 1.6 Technical Requirements / Page #153

· The System Integrator has to perform the detailed study and suggest the number of licenses required. Considering the above and the growth in operations of HPPWD and HPRIDC during project period, the bidder shall propose the most appropriate licensing policy considering the scalability

1. Each license involve cost implication, so we suggest you to provide all required software license details with number of required licenses.

Details will be shared with selected SI

61 Implementation Schedule Table / Page #201

Phase-I Completion of Requirement Study at HO, CO, DO and SDO Phase-II Completion of Requirement Study at HO, CO, DO and SDO

1. Please provide list of locations of HO, CO, DO and SDO where SI needs to visit for requirement study.

Please refer to RFB document or HP PWD official website for details of the location.

62 Attachment 2. Service Level Agreement / Page #243

Upper cap limit of Penalty 1. As per the industry standard there must be a 5% upper cap for total penalty, which is missing here. Please consider our request and include 5% upper cap for total penalty.

No Change

63 1.3 Architecture Design Process (HPPWD) / Page #263

§ The system should display drawings for review and approval from competent authority

1. We assume that drawing review and approval process will be manual process and no automation is required for drawing review and approval. Please confirm or correct us with complete process in detail.

Automation is required to the extent possible

64 12. Terms of Payment (GCC Clause 12) / Page #373 & 374

Terms of payment for the supply of Software Application: 1. Payment Milestone for Application Software (50%) 2. Payment Milestone for O&M Phase (50%) with remaining Application Software

The Project has three components, 1) Application 2) Hardware & IT Infrastructure for DC/DR & Field offices and 3) Operation & Maintenance. means 1) & 2) are CAPEX component and 3) is OPEX.

As per RFB document

Page 46: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

46 | P a g e

Payment Sixteen equal quarterly instalments spread over four (4) years from the “Go-Live” date depending upon the quarterly performance level assessed on the basis of SLAs defined in this RFB. 50 % of the table 2.3 Supply and Installation Cost Summary Table for Application software and 100% of point no. 1, O&M for Application software of table 2.5 Recurrent cost table

as per the standard procurement policy / practice across India, the CAPEX is always paid upfront (milestone based) while the OPEX / O&M is on yearly basis, paid quarterly. The RFP states that the Recurrent cost (OPEX) should be minimum 20%. But RFP payment terms states that for Software Application", Supplier will get only 50% payment of their completed 1 year work and remaining 50% payment will get in next 4 years. This is unreasonable because it means that the OPEX is 70% which will be divided in 16 * Equal Quarterly Instalments and will directly impact the financial burden on the overall bid costing - the finance cost of 70% over the period of Four years would be at least 20% to 25%. This may also result in lesser participation. Authority may modify the minimum Recurrent cost to 30% instead of 20%, but kindly update the payment terms in such a way that Supplier can get 100% payment of Application Software till go live and before starting of O & M period.

Page 47: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

47 | P a g e

65 Terms of Payment Schedule for DR,DC & Field Office Hardware / Page #375

Terms of Payment Schedule for DR,DC & Field Office Hardware: 1. Payment Milestone for Implementation Phase (80%) 2. Payment Milestone for O&M Phase (20%) with remaining 20% payment of installed DR,DC & Field Officer Hardware

In similar kind of turnkey projects the payment terms for Hardware & equipment supply has around 50% to 70% against delivery and balance against installation Also vendor has to pay 100% payment to respective OEMs for DR,DC & Field Office Hardware, we hereby request Authority to kindly modify the payment terms accordingly.

As per RFB document

66 Payment Milestone for Application Software (50%) #370

5% Advance Payment against receipt of a claim accompanied by the Performance Bank Guarantee. 5 % of the table 2.3 Supply and Installation Cost Summary Table for Application software

As a standard practice the Advance is normally 10%. Kindly amend the payment terms accordingly.

As per RFB document

Page 48: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

48 | P a g e

67 13. Securities (GCC Clause 13) / Page #376

GCC 13.3.1 - Selected Bidder needs to submit four separate Performance Security (which will be equivalent to 10% of the contract amount) and denominated in the currency of the contract for an amount equal to 2.5%, 2.5%, 2.5% and 2.5% of the contract price respectively.

1. Looking to the current COVID-19 situation 10% performance security will be difficult for the bidder. We there request you to make it 5% of total contract amount. Please consider. 2. We also request you to take performance security in two phase. First performance security of 5% of line item 1 and 2 of 1.1 Grand Summary Cost Table. This performance security should be returned after go live. Second performance security of 5% of line item 3 of 1.1 Grand Summary Cost Table should be taken after go live and should be returned after completion of project. Please consider.

As per RFB document

68 Section III, Evaluation and Qualification Criteria, Technical Qualification Criteria / Page 52

The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

In the technical evaluation, since there are separate marks for hardware supply and installation. Hence, the hardware and software experience should be evaluated separately and not jointly. This will help the bidder to showcase relevant experience in both areas separately.

As per RFB document

Page 49: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

49 | P a g e

69 Special Conditions of Contract, GCC 12.1, Terms of Payment / Page 369

Terms of Payment Schedule for DR,DC & Field Office Hardware

As there are huge hardware costs associated with the project. Please allow payment of hardware components directly to the hardware firm in case of consortium

As per RFB document

70 Section A, General, Point 4, Eligible Bidders / Page 7

In the case of a joint venture, all members shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the Bidding process and, in the event the JV is awarded the Contract, during contract execution. Unless specified in the BDS, there is no limit on the number of members in a JV.

Kindly amend the clause as follows: Each consortium partner should be liable to the extent of individual's scope and prime bidder should be responsible for overall project delivery

As per RFB document

71 Special Conditions of Contract, GCC 12.1, Terms of Payment / Page 369

Terms of Payment (GCC Clause 12) It is mentioned that Operations & Maintenance Cost under Section 12 (Term of Payment) will be paid separately for Software & Hardware. However, in the item rate BOQ/Price Schedule, the operation & maintenance cost has not been asked separately for Hardware & Software. Hence, how will this be bifurcated for payment?

Please refer to Price Schedule forms in RFB for clarification

Page 50: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

50 | P a g e

72 Request General Since it’s enterprise-level system integration, does asset management systems comes under the scope? If Yes – does the department already equipped with Accidents Management, Road Asset Management, Off-Pavement Asset Management and Bridge Management? Are these modules need to be integrated into the greater ICT system?

Please refer to proposed and existing applications in RFB for clarification

73 Request General Are there any replacement of asset management or accident/incident systems can be considered if the integration is not possible for some reason?

As per RFB document

74 Request General Any streaming data from field apps and smartphone apps are required to be integrated?

This will depend upon the solution proposed

75 Request General What are the rules for an overseas company having an office in India for this tender (due to the new Covid notification that only Indian Companies can bid for tenders till 200 crores)

This tender adheres to world bank procurement guidelines. Also this is an Open International Competitive Procedure.

Page 51: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

51 | P a g e

76 1.3, Project Scope of Work, Point No. 2 and 3 / Page 134

The bidder MUST clearly understand the requirements of the stakeholders and propose solution to meet all the specific business functional requirements and ICT (hardware and software) requirements. The bidder MUST carry out assessment of existing IT system and the proposed solution to arrive on Gap analysis. If required, the relevant documents like As-Is, To-Be, FRS shall be made available by the Purchaser. The selected bidder will deliver the following deliverables (Indicative but not exclusive) on the basis of the provided Functional Requirement Specification in the Bidding Document. The SI will Review the As-Is, To-Be, FRS prepared by PMC, suggest changes to the Department and finalize the FRS before implementation.

As per the RFP Clause, As-Is, To-Be, FRS shall be provided by the Department during the Requirement phase. SI will Review the As-Is, To-Be, FRS prepared by PMC, suggest changes to the Department if required. Please confirm.

Understanding is correct in the given context

Page 52: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

52 | P a g e

77 1.3, Project Scope of Work, Point No. 3 / Page 134

Departments can also add or remove processes/modules/functionalities/items/ sub-items before or during SRS finalization to achieve the overall goal of the Project. Deliverables to be submitted include but not limited to: - Development of System Requirement Specifications (SRS) using Unified Modelling Language (UML) - Design of Application Architecture - Design of Security Architecture - Design of Workflow with well-defined business rule for the solution - Design of Overall IT Infrastructure - Design of Logical and Deployment Architecture - Design of Integration methodology - Design of Change Management Policy - Design of Quality Assurance Plan & Methodology - Design of Transition policy and Plan, during and at the end of the tenure of the agreement or termination of the agreement

Request you to please remove the phrases such as "but not limited to," leads to subjective interpretations, may lead to scope creep issues, the work has to be frozen and deliverables to be clearly defined and pre agreed before the start of the engagement to avoid any scope creep issues. There are many occurrence of similar phrase which needs to be objectively defined across the document. Please give us clarity of this.

As per RFB document

Page 53: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

53 | P a g e

78 1.3, Project Scope of Work, Point No. 12 / Page 140

SI shall facilitate and co-ordinate: Agreements between Purchaser and the External Service providers as and when required to meet the needs of the Project with third party and Government agency for security audit and certification through the entire process of certification. This should include but not limited to the following: - Physical Security - Network Security - Protocols / Services - User Security - Data Storage Security - Passwords - System Administration In case of any changes suggested by Third Party Auditors, the SI shall implement the changes in consultation with the Purchaser.

As per the RFP clause, SI shall provide support to implement the changes suggested by the Third Party Auditors during security Audit. However cost for the Security Audit shall be borne by the department. Please confirm.

This has to be Cert-IN empanelled agency; SI will bear the cost for security audit before go-live. Please refer to corrigendum.

Page 54: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

54 | P a g e

79 1.6 Technical Requirements / Page 148

Integration with: Following Legacy Application need to be integrated with proposed solution o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY) o OMMAS (Online Management Monitoring and Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS o e-Office o CM Dashboard o CM Helpline o e-Vidhan Sabha o e-Constituency

As per RFP, File Management (Section No. 1.2.2 Overview of To-Be Business Processes, Page 130 of 432) is in the implementation scope but as per the clause mentioned in 1.6, e-Office is in integration scope. Could you please clarify.

As per RFB document

Page 55: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

55 | P a g e

80 1.6 Technical Requirements / Page 148

Integration with: Following Legacy Application need to be integrated with proposed solution o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY) o OMMAS (Online Management Monitoring and Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS o e-Office o CM Dashboard o CM Helpline o e-Vidhan Sabha o e-Constituency

Is this the final list of legacy applications which need to be integrated? Please confirm. If no, then please provide the entire list of applications

This is the present list of applications with which integration is needed

81 4. Service level requirements for the system 4.1 Data Digitization / Page 241

Accuracy of the data digitized by the SI vendor when compared against the original records Required Service Level > 98% Penalty - 30% of Data Digitization Cost.

Request you a review of the same and amend the clause as, Required Service Level > 98% Penalty - 15% of Data Digitization Cost.

No Change

Page 56: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

56 | P a g e

82 4. Service level requirements for the system 4.1 Data Digitization / Page 241

Deployment of Manpower Penalty - 10% of first scheduled payment per week

We would request to remove the penalty clause for Deployment of Manpower.

No Change

83 Request Deployment of Manpower We assume, all the seating arrangement, Network connectivity, desktop and necessary arrangement for the SI to work on the Client side shall be provided by the department. Please confirm.

Hardware, Software, Internet connectivity required for the development of Software application has to be arranged by the selected SI. Only, space & sitting infrastructure will be provided by the department.

84 Request General We assume, all the environments (Dev, Stage and UAT) for the development, Testing of the to-be application shall be provided by the Department. Please confirm

Understanding is correct in the given context

85 4. Service level requirements for the system 4.1 Data Digitization / Page 241

Deliverable/milestone Before Go-Live Delay in deliverable Penalty - 10% of value of deliverable/milestone delay per week

Request you a review of the same and amend the clause as, Deliverable/milestone Before Go-Live Delay in deliverable 2% of value of deliverable/milestone delay per week

No Change

Page 57: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

57 | P a g e

86 4.2 Application availability and Performance / Page 244

Application availability Deliverable/milestone Before Go-Live <99.9% & >=99% Penalty - 0.5% < 99% & >= 98% Penalty - 1% < 98% & >= 97% Penalty - 2%

Request you a review of the same and amend the clause as, <99.9% & >=99% Penalty - 0.25% < 99% & >= 98% Penalty - 0.5% < 98% & >= 97% Penalty - 1%

No Change

87 4.2 Application availability and Performance / Page 244

Application Performance 95% (Response time of services, measured monthly) <95% & >=93% Penalty - 0.5% < 93% & >= 91% Penalty - 1% < 91% & >= 89% Penalty - 2%

Request you a review of the same and amend the clause as, Application Performance 95% (Response time of services, measured monthly) <95% & >=93% Penalty - 0.25% < 93% & >= 91% Penalty - 0.5% < 91% & >= 89% Penalty - 1%

No Change

88 B. FUNCTIONAL, ARCHITECTURAL AND PERFORMANCE REQUIREMENTS, 1.2.2 Overview of To-Be Business Processes, Module: Document Management System, Page 132

5. Document viewing should be readily available to those who need it, with the flexibility to control access rights to the system and should be accessible in the office or at different locations over the Intranet, or over the Internet.

• For Study at How Many Locations the Team will have to Visit

Details will be shared with selected SI

Page 58: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

58 | P a g e

89 Change Management, 1.6 Technical Requirements, Page 152

Integration with: · Following Legacy Application need to be integrated with proposed solution o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY) o OMMAS (Online Management Monitoring and Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS o e-Office o CM Dashboard o CM Helpline o e-Vidhan Sabha o e-Constituency

• Integration is required with 16 current Legacy Application – pls tell us o The Man-Month required to Integrate these Applications o OR tell us the Scope of the Work

Integration is the SI's Scope of Work, any Man-Month requirement SI would need to assess

90 1.3 Project Scope of Work, 6 Develop Mobile Platform, Page 137

SI will Develop mobile platform and identify services that can be developed through mobile devices, facilitating ease of use and faster adoption. The mobile application should support both Android and iOS based operating system.

• Mobile Application is Required – What is the Functionality required in Mobile Apps

As per proposed functional modules specified in the RFB document

Page 59: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

59 | P a g e

91 1.3 Project Scope of Work, 7. Develop Data Warehouse, Page 137

SI will Develop Data Warehouse for consolidation of transactional data across the system on a common platform and provide tools for analysing data and facilitate informed decision making

• Data Warehouse is required – Do you want to have data from 16 Legacy System Applications also o If YES then Which Application and Which Data o Is there any Other Application from where Data is required to be part of Data Warehouse

Presently Data Warehouse is not available with the Purchaser

92 1.5 Training/Change Management & Capacity Building Intervention, Page 149

The SI shall conduct Training Needs Analysis of all the concerned staff and draw up a systematic Training Plan in line with the overall Project Plan. The SI shall provide a change management plan to PWD which addresses the various aspects of capacity building and training.

• Training: Request you to Please conduct Training at ONE Location o Will you provide Boarding / Lodging / Local transportation

No Boarding / Lodging / Local Transportation cost will be borne by the purchaser for the training

93 C. SERVICE SPECIFICATIONS – SUPPLY & INSTALL ITEMS, 2.1 System Integration (to other existing systems), Page 161

2.1.1 Following Legacy Application need to be integrated with proposed solution o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY)o OMMAS (Online Management Monitoring and Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS

• Do We need to Integrate with following applications? o State Budgets / PMGSY / NABARD / Ministry of Road / NHAI

If integration is needed, details will be shared with selected SI

Page 60: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

60 | P a g e

94 1.2.2 Overview of To-Be Business Processes, Human Resource Management System (HRMS), Page 135

1. Manav Sampada solution of Government of Himachal Pradesh designed and developed by NIC should be integrated with the Human Resource Management Module of proposed solution

• What all Integrations are required in Manav Sampada Software of Government o The Man-Month required to Integrate these Applications o OR tell us the Scope of the Work

Details will be shared with selected SI

95 11.4 General & MIS Reporting, Page 278

The proposed solution should generate dynamic MIS reports based on the user quires.

• Approx. How Many Reports will be there in the System

Details will be shared with selected SI

96 11.3 User Profile and Dashboard, Page 277

The user dashboard of the system should provide overall view of entire department. It should give the overview of the all activities which are being conducted by the department.

• Approx. How Many Dashboards will be there in the System

Details will be shared with selected SI

Page 61: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

61 | P a g e

97 F. SERVICE SPECIFICATIONS – RECURRENT COST ITEMS, Page 198

5.1 Warranty Defect Repair 5.1.1 The Supplier MUST provide the following services under the Contract or, as appropriate under separate contracts (as specified in the bidding documents). 5.1.1.1 Warranty Defect Repair Service 5.2 Technical Support Please refer section III Technical criteria 5.3 Requirements of the Supplier’s Technical Team Please refer section III Technical criteria Note: The Technical Assistance Team specification may be used to develop bid prices for technical support Recurrent Costs. These may be included in the main Contract or be subject to separate contracts. In either regard, to obtain meaningful and comparable bid prices, the Purchaser will need to specify the roles of the technical support team members in this section and indicate the quantities of the corresponding inputs in the Systems Inventory Tables for Recurrent Cost items.

• Warranty: Do you Require People on Site or Off-site o How many Resources you require? o If on-site: Will you provide office Space, Infrastructure, Boarding, Lodging o If On-Site – Will it be at One Location only – Please keep One Location only

Please refer to resource deployment in RFB document. Some resources are to be deployed at Nirman Bhawan, HPPWD, Shimla. It is further clarified that provision for onsite manpower deployment has been made primarily for faster development of the solution and for future capacity building of the newly created in-house ICT Cell of HPRIDC. So the SI has to prepare his bid with adequate provision for offsite manpower for successful implementation of the project.

Page 62: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

62 | P a g e

99 5. Operation and Maintenance (O&M) Support, Page 250

Time for which user is able to access the applications, website and other components of the IT solution during the working hours. The system can be down due to any of the reasons including failure of hardware, network, system software, application etc. - Scheduled downtime for example, backup time, batch processing time, routine maintenance time will not be considered while evaluating the system uptime. However, the selected SI will be required to schedule such downtime with prior approval of HPHDP. The selected SI will plan scheduled downtime outside working time. In exceptional circumstances, HPHDP may allow the SI to plan scheduled downtime in the working hours.

• O&M: Do you Require People On-Site or Off-Site o How many Resources you require? o If On-Site: Will you provide office Space, Infrastructure, Boarding, Lodging o If On-Site – Will it be at One Location only – Please keep One Location only

Please refer to resource deployment in RFB document. Some resources are to be deployed at Nirman Bhawan, HPPWD, Shimla.

Page 63: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

63 | P a g e

100 9.0 Document Management System, Page 269

The solution should offer a comprehensive range of cost-effective services for Document Management System. This solution should manage various files formats like JPEG, TIFF, PDF, XML PDF, HTML etc. The system should have following elements 1. Scanning: A good scanning system for putting paper files into computer. 2. Storage: The storage system should provide long-term and reliable storage for documents and should accommodate changing documents, growing volumes and advancing technology. 3. Indexing: The index system should create an organized document filing system and make retrieval simple and efficient. 4. Retrieval: A retrieval system should retrieve right documents fast and easy. With e-book feature, documents should be stored in html, xml or pdf format. 5. Access: Document viewing should be readily available to those who need it, with the flexibility to control access rights to the system and should be accessible in the office or at different locations over the Intranet, or over the Internet.

• At How many locations scanning will be done o Can you provide us the Boarding / Lodging / Local Transport at the locations? o You have given Number of Pages – Size wise. Please let us know out of these Nos § Please let us know How many needs to be Scanned § Please let us know - How many pages will be there to do data Entry (How many Fields in one Page for data entry).

Please refer to RFB document; any further details will be shared with selected SI

Page 64: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

64 | P a g e

102 21. Design and Engineering (GCC Clause 21). GCC 21.3.1, Page 380

33. User Acceptance Test (UAT) Report • At How many Locations UAT will be Done OR Will it be Done at One Location – Request you to Please Conduct UAT at ONE Location

UAT is likely to happen at the centralized location

103 1.2.2 Overview of To-Be Business Processes, Freight and Logistics Management System, Page 137

6. System should be able to capture data for Transportation Demand Management (TDM) Programs

• Can you share the Documents related to -- What data needs to be captured for Transportation Demand Management Program

Details will be shared with selected SI

104 Organizational Capability, pg. 52

a. COTS/Open source software & system Software description mentioned as “COTS/Open source software & system” and some places its mentioned open standard so Please clarify it , also we suggest remove open source , this clause is restrictive in nature and lack of standards security also Industry best practice doesn’t prefer open source

As per RFB document

105 Disaster Recovery(DR), pg. 161

DR Environment Please Provide RPO and RTO for disaster recovery setup, What Percentage of DR environment setup with respect of DC considering an option to run real-time reports from DR Sites without stopping the recovery mechanism, we suggest HPPWD dept. to have a zero data loss setup and DR Site with identical capacity of primary Site with replication support for this enterprise grade system. Please clarify

Selected SI may propose accordingly

Page 65: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

65 | P a g e

106 Relational Data Base Management System, pg. 166

Database and application performance, and availability

The efficient way of an active-active cluster for database is that all the nodes should able to perform all the read and write operations on an common database in load balancing mode, this would provide high availability for application continuity and provides scalability to add nodes/ compute in the same cluster, we request to clarify so that the bidders are on similar understanding while proposing their solution.

As per RFB document

107 D. Relational Data Base Management System (RDBMS), pg. 166

High Availability and scalability are the key requirements of the configuration mentioned in the technical requirements. We understand the such capability could achieved through clustering and load balancing, please clarify active-active database clustering configuration, so as the nodes can perform read and write operations simultaneously at the common database without any partitioning or 3rd party tools.

As per RFB document

Page 66: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

66 | P a g e

108 Relational Data Base Management System, pg. 167

13.Database security Information security is the key aspect of any govt. specially for citizen Data deployment, In addition to Citizen Data protection, dept. should look for some other aspects of database like Prevention from the SQL injections, Encrypt data, Encrypt backup Data and data in transit, data masking and data redaction. Need to prevent high privileged and system users to access the transactional data from the database. Please clarify if such capabilities are required

Please refer to corrigendum

109 General & MIS Reporting, pg. 273

MIS Reporting system For the reporting and analytics requirements, we suggest to build Analytics database with data visualization tools be used which have out of the box inbuilt machine learning algorithms with self-service capacity. The analytics tool should also be able to provide analytics over mobile devices . The tools should be able to analyse historical data and forecast/ predict future workload which can greatly help in planning resources

SI may offer their best solutions

110 TESTING AND QUALITY ASSURANCE REQUIREMENTS, pg. 192

4.2 Pre-commissioning Tests Proposed RDBMS database should capable to perform real application production workloads so that Real Application Testing can perform using real application production workloads when database tier infrastructure changes

SI may offer their best solutions

Page 67: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

67 | P a g e

111 Scope of work, pg. 141

Change Management What would be your overall instance strategy for implementation (Production, Test, Development, Patch instance, Vision etc.)? How many database instances you will have?

Details will be shared with selected SI

112 Single sign-in (SSO) System Integration, pg. 272

Single sign-in System Integration Will implementation of Single Sign-On (SSO) be required for all Mentioned Applications ?

Understanding is correct in the given context

113 Document Management System, pg. 132

Document Management System Document Management System (DMS) would be one of the most important system in this project and would require a robust Document Management System at the backend. Therefore we recommend that the proposed DMS Content items should be indexed immediately upon check-in, resulting in quick and easy retrieval with full-text and metadata searches. All the searches should be automatically filtered by user’s security privileges

SI may offer their best solutions

Page 68: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

68 | P a g e

114 1.6 Technical Requirements , Integration with, pg. 148

The RFP asks to integrated multiple application and to have SOA platform, Please detail the capabilities required for service-oriented architecture (SOA) platform so that the bidder may same platform. Should bidder propose a single deployment and management model, end-to-end security and unified metadata management. Should the platform provide Enterprise Service Bus (ESB), Process manager capability for workflow, Event processing with IoT, Platform to integrate cloud and On-premise applications and integrate with Analytics, dashboards. Please clarify

SI may offer their best solutions

Page 69: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

69 | P a g e

115 D. Relational Data Base Management System (RDBMS), pg. 166

The RFP mentions to integrate and ingest data from various GIS applications like Road Information System (RIS), ArcGIS, Road and Bridge Asset Register, Road Information Management and Monitoring System. Please clarify the GIS and spatial data storage capabilities on storing Raster and vector data types, 2D and 3D data types, LiDAR data, Network topology, linear referencing, TIN data types, spatial Indexes like R-tree, etc. Also as no separate GUI specified for GIS, should the database be capable to provide native GUI on the data being stored in database.

This will only be integrated with GIS apps for storing location details and no spatial data will be stored in the database; It is estimated that average 100,000 request would be sent per month to GIS Maps for showing the data on GIS map and bidder should provision the cost for map services for the project duration

116 Document Management System, pg. 269

9.0 Document Management System Since the Document Management System will be storing critical documents of department so System should provide library services such as core content services, workflows, archiving, folders, content publishing, records management and security features including provide Administration services such as archiving and removal, configuration migration, audit trails and system reports, and back-

SI may offer their best solutions

Page 70: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

70 | P a g e

up and recovery using a web-based user interface

117 Scope of work, pg. 148

Integration with Legacy applications It is assumed that full use Integration licenses are expected that would allow the ability to have unlimited bidirectional data exchange of ERP with the legacy and other external applications and the purchaser will not bear expenses related to other internal applications accessing/updating the ERP data. Please confirm

Assumption is correct in the given context

118 Implementation Schedule table, pg. 197

Implementation Schedule Table We believe this is indicative and may change for COTS based product implementation due to the difference in the phase and timelines for each phase between a COTS implementation and bespoke application development. Kindly confirm

Assumption is correct in the given context

119 Functional Requirement Specification, pg. 258

Work execution module Flexible reporting formats, including provisions for electronic reporting rather than simply printing cost estimates on paper. Does HPPWD also look forward to dashboards and visualizations for effective insights and comparisons, which may seamless drill-down to the concerned transaction and allowing for changes to the transaction from the dashboard itself ?

SI may offer their best solutions

Page 71: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

71 | P a g e

120 Functional Requirement Specification, pg. 260

Progress Monitoring of Work In addition to MB automation and effective integration of MB with Accounts and Billing, we expect HPPWD to also look at progress and monitoring through built-in dashboards and summary charts at the middle and top management level that has drill-down to the respective MB. Kindly confirm

SI may offer their best solutions

121 Detailed Breakup of Technical Qualification Criteria, pg. 53

Software Solutions (2) The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live). Is it expected for the COTS solution providers also to have a simultaneous experience on a complete bespoke development? Can this be relaxed for system integrators that are looking to implement a packaged solution/COTS product ?

As per RFB document

Page 72: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

72 | P a g e

122 Detailed Breakup of Technical Qualification Criteria, pg. 55

Solution Proposed While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts. Can there be relaxation to these terms where bidders are specifically encouraged to look for bespoke solution. This is inline with the requirements specified and we feel that Top-line COTS products are very well-suited to cater to most of the requirements.

As per RFB document

123 Server Control Room (Head Office) Page 153 of 430

Personal Content Management software, Secured Storage Environment News Board, Content Management, Trainings, Video Enablement. Authentication and registered user access only for 10000 Users.

Please delete " Personal Content Management software, Secured Storage Environment News Board, Content Management, Trainings, Video Enablement" as it is one OEM specific

Please refer to corrigendum

124 Server Control Room (Head Office) Page 153 of 430

Personal Content Management software, Secured Storage Environment News Board, Content Management, Trainings, Video Enablement. Authentication and registered user access only for 10000 Users.

Please modify " Authentication and registered user access only for 100 Users" as only 100 port MCU is asked for

Please refer to corrigendum

Page 73: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

73 | P a g e

125 Server Control Room (Head Office) Page 175 of 430

Integration The proposed MCU, Recording and Streaming module/server, Content Management Platform should get integrated with each other. The solution shall also get integrated with the client's SMS gateway server as well as the APIs to be provide to the client for complete system Management with their own branding.

To be deleted as this is specific to one OEM

Please refer to corrigendum

126 Board Room VC Equipment (5th floor) - Page 154 of 430

• Full HD Codec with 20X Optical Zoom • 1+5 Multipoint • HDMI and USB connectivity • 2 Omnidirectional Microphone

This is one OEM specific only favouring one OEM. Pls. modify the clause to : •Full HD Codec with 12X Optical Zoom •HDMI based camera connectivity and HDMI connectivity to PC •2 Omnidirectional Microphone

Please refer to corrigendum

127 Board Room VC Equipment (5th floor)- Page 154 of 430

Additional point We request you to add " The VC Endpoint should be H.264 and H.265 compliant for interoperability"

Please refer to corrigendum

128 Board Room VC Equipment (5th floor) - Page 154 of 430

Additional point We request you to add " The VC Endpoint should have 2 x HDMI based output ports to connect two displays

Please refer to corrigendum

129 Board Room VC Equipment (5th floor) - Page 154 of 430

Additional point We request you to add " The VC Endpoint should be operated using a touch panel for ease of operations

Please refer to corrigendum

Page 74: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

74 | P a g e

130 Conference room VC Equipment (6th floor) Page 154 of 430

• Full HD Codec with 20X Optical Zoom Dual Cameras • 1+5 Multipoint • HDMI and USB connectivity • 2 Omnidirectional Microphone

This is one OEM specific only favouring one OEM. Pls. modify the clause to : •Full HD Codec with 12X Optical Zoom dual cameras •HDMI based camera connectivity and HDMI connectivity to PC •2 Omnidirectional Microphone

Please refer to corrigendum

131 Conference room VC Equipment (6th floor) Page 154 of 430

Additional point We request you to add " The VC Endpoint should be H.264 and H.265 compliant for interoperability"

Please refer to corrigendum

132 Conference room VC Equipment (6th floor) Page 154 of 430

Additional point We request you to add " The VC Endpoint should have 2 x HDMI based output ports to connect two displays

Please refer to corrigendum

133 Conference room VC Equipment (6th floor) Page 154 of 430

Additional point We request you to add " The VC Endpoint should be operated using a touch panel for ease of operations

Please refer to corrigendum

134 Conference room VC Equipment (6th floor) Page 154 of 430

Additional point We request you to add " The VC Endpoint should 2X HDMI based connectors to connect dual 12x zoom PTZ cameras

Please refer to corrigendum

Page 75: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

75 | P a g e

135 Conference Room Remote [Head Office (EnCs, Advisor IT, PD-HPRIDC, SE- HPRIDC), Zones (4+NH) & Circle Offices (20)] Page 154 OF 430

• Full HD Codec with 12X Optical Zoom • P2P • HDMI and USB connectivity • 1 Omnidirectional Microphone

This is one OEM specific only favouring one OEM. Pls. modify the clause to : •Full HD Codec with 12X Optical Zoom •HDMI based camera connectivity and HDMI connectivity to PC •2 Omnidirectional Microphone

Please refer to corrigendum

136 Conference Room Remote [Head Office (EnCs, Advisor IT, PD-HPRIDC, SE- HPRIDC), Zones (4+NH) & Circle Offices (20)] Page 154 OF 430

Additional point We request you to add " The VC Endpoint should be H.264 and H.265 compliant for interoperability"

Please refer to corrigendum

137 Conference Room Remote [Head Office (EnCs, Advisor IT, PD-HPRIDC, SE- HPRIDC), Zones (4+NH) & Circle Offices (20)] Page 154 OF 430

Additional point We request you to add " The VC Endpoint should have 2 x HDMI based output ports to connect two displays

Please refer to corrigendum

Page 76: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

76 | P a g e

138 Conference Room Remote [Head Office (EnCs, Advisor IT, PD-HPRIDC, SE- HPRIDC), Zones (4+NH) & Circle Offices (20)] Page 154 OF 430

Additional point We request you to add " The VC Endpoint should be operated using a touch panel for ease of operations

Please refer to corrigendum

139 Huddle Room (Division Office) Page 155 of 430

• PTZ Camera with 4X Zoom and USB Port, USB Audio Port • Inbuilt Speaker & SOFT VC CODEC End Point

We request you to kindly modify the clause to : • Full HD 1080p Camera with 2X Zoom or higher and USB Port, USB/inbuilt Audio Microphone • Inbuilt Speaker & SOFT VC CODEC End Point

Please refer to corrigendum

140 Content Management Platform 176 of 430

Points#1 to point 13 Please delete the entire section on Content Management as the specs are completely favouring one OEM

Please refer to corrigendum

141 Board Room VC Video Codec: The 1+5 Codec should support the following video standards H.261, H.263, H.263+, H.264, H.264HP, ITU-T H.239, BFCP.

We request you to modify to : Video Codec: The 1+3 Codec should support the following video standards H.261/ H.263/ H.263+/H.264/H.264HP, ITU-T H.239, BFCP.

Please refer to corrigendum

Page 77: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

77 | P a g e

142 Board Room VC Camera: It should be supplied with 20X Optical Zoom Camera which should have HDMI Port, USB 3.0 Port for connecting Skype for business, RJ-45 Port for monitoring. It should have 60 degrees or more viewing angle. It should have 3.5 MP or better sensor. It should support 128 or more pre-set positions.

We request you to modify to : Camera: It should be supplied with 12X Optical Zoom Camera which should have HDMI Port, RJ-45 Port for monitoring. It should have 70 degrees or more viewing angle. It should have 3.5 MP /CMOS or better sensor. It should support 10 or more pre-set positions.

Please refer to corrigendum

143 Board Room VC Firewall Traversal It should support H.460.18, H.460.19, H.460.23, H.460.24 firewall traversal, ICE

We request you to modify to: Firewall Traversal It should support H.460.18/H.460.19/H.460.23/H.460.24/ firewall traversal/ICE

Please refer to corrigendum

144 Board Room VC It should have minimum 1 RJ-45 port for IP network. It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261, RFC3264, RFC2190, RFC3407, RFC2833, RFC4585 (RTP/AVPF), SNTP, ARP

We request you to modify to: It should have minimum 1 RJ-45 port for IP network. It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261/ RFC3264/RFC2190/RFC3407/ RFC2833/RFC4585 (RTP/AVPF), SNTP/ARP

Please refer to corrigendum

145 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

The P2P Appliance should support the following video standards H.261, H.263, H.263+, H.264, H.264HP, ITU- T H.239, BFCP. Each Codec should be expandable to (1+3) in future with license upgrade.

We request you to modify to : The P2P Appliance should support the following video standards H.261/ H.263/ H.263+/H.264/ H.264HP/ ITU- T H.239, BFCP. Each Codec should be expandable to (1+3) in future with license upgrade.

Please refer to corrigendum

Page 78: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

78 | P a g e

146 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

It should support G.711, G.722, G.722.1, G.722.1C, AAC-LD, G.723.1, G.726, G.728, SILK or better.

We request you to modify to : It should support G.711/G.722/ G.722.1/G.722.1C/AAC-LD/ G.723.1/G.726/ G.728/ SILK or better.

Please refer to corrigendum

147 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

It should be 1080P with camera sensor: 2.07M effective pixel, 1/2.7-inch CMOS or better. It should have an optical zoom of 12x and 16x digital zoom. It should have a maximum horizontal angle:72.5° or more. It should have a Pan/Tilt angle of 44.8° ~ 3.9° or better. it should have automatic White Balance (AWB), Automatic Exposure (AE), Automatic Focus (AF). It should support Far-end camera control and eight or more pre-set positions

We request you to modify to :It should be 1080P with CMOS based camera sensor. It should have an optical zoom of 12x and 12x digital zoom. It should have a maximum field of view angle:70 or more. It should have a Pan/Tilt angle of 44.8° ~ 3.9° or better. it should have automatic White Balance (AWB), Far-end camera control and eight or more pre-set positions

Please refer to corrigendum

148 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

Firewall Traversal It should support H.460.18, H.460.19, H.460.23, H.460.24 firewall traversal, ICE

We request you to modify to: Firewall Traversal It should support H.460.18/ H.460.19/H.460.23/H.460.24/ firewall traversal/ICE

Please refer to corrigendum

Page 79: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

79 | P a g e

149 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

It should have minimum 1 RJ-45 port for IP network. It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261, RFC3264, RFC2190, RFC3407, RFC2833, RFC4585 (RTP/AVPF), SNTP, ARP

We request you to modify to: It should have minimum 1 RJ-45 port for IP network. It should support TCP/IP, DHCP, SSH, HTTP, HTTPS with SSL/TLS, RTP, RTCP, RFC3261/ RFC3264/RFC2190/RFC3407/ RFC2833/RFC4585 (RTP/AVPF), SNTP/ARP

Please refer to corrigendum

150 Conference Room VC Equipment page 180/430 and Conference Room Circle office (182 of 430)

It should support bandwidth from 64 KBPS to 8 Mbps or better.

We request you to modify the specs to It should support bandwidth from 64 KBPS to 6Mbps or better.

Please refer to corrigendum

151 Huddle Room page 185 of 430

The codec should support the following video standards H.263, H.264, H.264 HP/AVC/SVC/VBR or H.265. Each Codec should be expandable to (1+4) in future with license upgrade

We request you to modify the specs to: The codec should support the following video standards H.263/H.264/ H.264 HP/AVC/SVC/VBR or H.265. Each Codec should be expandable to (1+3) in future with license upgrade

Please refer to corrigendum

152 Huddle Room page 185 of 430

The codec should support G.711, G.722, G.722.1, G.728, G.729 /GIPS / SPEEX codec or MPEG4 - AAC (LC).

We request you to modify the specs to: The codec should support G.711/G.722/ G.722.1/ G.728/ G.729 /GIPS / SPEEX codec or MPEG4 - AAC (LC).

Please refer to corrigendum

153 Huddle Room page 185 of 430

Codec must support either common 3.5mm line out or headphone output & must support integration with external audio mixer.

We request you to kindly delete this clause as this equipment is needed for huddle room

Please refer to corrigendum

Page 80: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

80 | P a g e

154 Huddle Room page 185 of 430

Codec must have at least 2 HDMI/DVI/DP ports or equivalent and support Dual Display

We request you to modify to as only display is asked for in Huddle room: Codec must have at least 1 HDMI/DVI/DP ports or equivalent

Please refer to corrigendum

155 Board Room/ Conference Room/ Conference room in circle office/ Huddle Room page 185 of 430

The Codec shall be either supplied with External recorder or it shall have inbuilt recording. It should have TB or more recording space.

We request you to delete this as a centralised video recorder is asked for in the RFP. This will increase the overall cost of the project

Please refer to corrigendum

156 Huddle Room page 185 of 430

The camera sensor should be 1/2.8" Colour 5 MP CMOS or better.

We request you to modify the clause to : The camera sensor should be 1/1.14" Colour 5 MP CMOS or better.

Please refer to corrigendum

157 Huddle Room page 185 of 430

The camera should have a 4X or better lossless Zoom.

We request you to modify the clause to :The camera should have a 2X or better lossless Zoom.

Please refer to corrigendum

158 Huddle Room page 185 of 430

The camera should support 1080p @30p or higher via MPEG or equivalent compression.

We request you to modify the clause to : The camera should support 1080p @30p or higher

Please refer to corrigendum

159 Huddle Room page 185 of 430

The camera should have an RS 232 port for Communication.

We request you to delete this clause Please refer to corrigendum

160 Huddle Room page 185 of 430

The camera should have at least 65 Position Pre-sets

We request you to delete this clause Please refer to corrigendum

161 Huddle Room page 185 of 430

The camera should be supplied with IR remote control as an included accessory.

We request you to modify the clause to : The camera should be supplied with IR remote control / touch panel as an included accessory.

Please refer to corrigendum

Page 81: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

81 | P a g e

162 Huddle Room page 185 of 430

Web Conference Microphone & Speaker We request you to modify the clause to : Inbuilt Web Conference Microphone & Speaker

Please refer to corrigendum

163 Huddle Room page 185 of 430

USB 2.0 full Speed, 3.5mm Connection for external Loud Speakers or Headphones.

To be deleted as this is one OEM specific Please refer to corrigendum

164 Huddle Room page 185 of 430

USB Power from PC and Laptop To be deleted as this is one OEM specific Please refer to corrigendum

165 Huddle Room page 185 of 430

Should have three or more microphones To be modified to : Should have one or more microphones

Please refer to corrigendum

166 Huddle Room page 185 of 430

85 dBA or better To be deleted as this is one OEM specific Please refer to corrigendum

167 Additional Point : MCU &VC OEM

We request you to add a OEM eligibility clause " The OEM for VC solution should have supplied 100 VC hardware based endpoints and 100 ports full HD MCU in minimum three Govt. (Central/state/defence)customers in India

Please refer to corrigendum

168 Additional Point : MCU & VC OEM

We request you to consider that OEM for Video conference should be present in Gartner leaders quadrant for 3 consecutive years

Please refer to corrigendum

169 Technology Specification: 3.1 Computing Hardware Specifications. A. Database Server

Processor Scalability : Scalable to 4 processor within same chassis

With a latest Intel Cascade Lake 28 Core Processor, Processor scalability up to 56 core can be achieved on 2 Socket Server as well. Please remove processor scalability up to 4 socket

Please refer to corrigendum

Page 82: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

82 | P a g e

170 Technology Specification : 3.1 Computing Hardware Specifications. A. Database Server

HBA : 2 X dual port 8 Gbps Fibre Channel Adapter with external fibber ports for redundant connectivity to external storage.

Min. FC HBA connectivity today is 16Gbps. Please amend it to 16Gbps

Please refer to corrigendum

171 Technology Specification : 3.1 Computing Hardware Specifications. A. Database Server

Networking : dual port 10 Gbps Ethernet Adapter, with no single point of failure

Please amend it to 2 * Dual Port 10Gbps Ethernet Adapter to achieve no single point of failure. Also clarify whether connectivity required is of type SFP+ OR Base T

Please refer to corrigendum

172 Technology Specification : 3.1 Computing Hardware Specifications. A. Database Server

RAID : RAID 0,1 & 5 with 512 MB battery backed cache

As this is a Database Server and there are lot of Read and Write Operations so higher Cache will help improve the performance of the server. Please amend it to "RAID 0,1 & 5 with 2GB battery backed cache"

Please refer to corrigendum

173 Technology Specification : 3.1 Computing Hardware Specifications. A. Database Server

Warranty : 4 Year on-site Comprehensive warranty & Maintenance

Most of the OEM's provide either 3 Year OR 5 Year Warranty. Please amend it to 5 Years

Please refer to corrigendum

Page 83: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

83 | P a g e

174 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Processor : Minimum 2 No. of Quad Core processor with minimum 2.0 GHz or above with 12 MB or higher shared L3 Cache with 1066 MHz speed. The processor should be of latest series generation for all the server models being quoted.

Asked Processor specs are of very older generation. Please amend it to " Minimum 2 No. of 20 Core processor with minimum 2.0 GHz or above with 25 MB or higher shared Cache. The processor should be of latest series generation for all the server models being quoted."

Please refer to corrigendum

175 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

HBA/ SAN Connectivity : Dual port 8 Gbps Fibre Channel Adapter with external fibre ports for redundant connectivity to external storage.

Every OEM have different architecture in Blades. Cisco works on FCoE (Converged) architecture where there is no requirement for separate Ethernet adapter and SAN HBA. Both the Ethernet and Storage traffic communicate on one channel. Please allow FCoE also and amend it to " Dual port 8 Gbps Fibre Channel Adapter OR FCoE with external fibre ports for redundant connectivity to external storage" for wider participation.

Please refer to corrigendum

Page 84: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

84 | P a g e

176 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Networking : Dual port 10 Gbps Ethernet Adapter, with no single point of failure

Every OEM have different architecture in Blades. Cisco works on FCoE (Converged) architecture where there is no requirement for separate Ethernet adapter and SAN HBA. Both the Ethernet and Storage traffic communicate on one channel. Request to allow servers providing latest converged technology and amend it to " Dual port 16 Gbps Fibre Channel Adapter OR FCoE adapter for connectivity to external Storage " for wider participation.

Please refer to corrigendum

177 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

RAID : RAID 0,1 & 5 Most of the OEM provide max. 2 Disk inside Blade server. With 2 Disk RAID 0,1 are achievable. Please remove RAID 5

Please refer to corrigendum

178 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Warranty : 4 Year on-site Comprehensive warranty & Maintenance

Most of the OEM's provide either 3 Year OR 5 Year Warranty. Please amend it to 5 Years

Please refer to corrigendum

Page 85: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

85 | P a g e

179 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Additional : Blade Chassis Blade Chassis specifications are missing. Please incorporate. We have included generic specifications in next sheet of this excel file.

Please refer to corrigendum

180 Additional : Storage There is no mention of the storage specs / existing storage. If there is existing storage available, please share the specifications.

Please refer to corrigendum

181 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Disk Bays: Integrated Four hot swap bays supporting SAS HDD

Most of Blade servers are available with two internal drives hence RAID 5 cannot be supported. Request to update this point to" Two hot swap HDD bays supporting SAS Drives"

Please refer to corrigendum

Page 86: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

86 | P a g e

182 Technology Specification : 3.1 Computing Hardware Specifications. B. B. Application Server / Web Server/ Backup Server

Server Management: Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

Mentioned Server Management points are not sufficient w.r.t latest generation servers and their Management. Request to update this point to" Automated infrastructure management for patch upgrades & version upgrades, Real-time out-of-band hardware performance monitoring & alerting, Global resource pooling and policy management to enable policy based automation, Hardware compatibility & anti-counterfeit. Virtualization solution should provide Dynamic Resource Scheduling/Allocation/Management and forecast capacity needs".

Please refer to corrigendum

183 Technology Specification : 3.1 Computing Hardware Specifications. A. Database Server

Server Management: Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

Mentioned Server Management points are not sufficient w.r.t latest generation servers and their Management. Request to update this point to" Automated infrastructure management for patch upgrades & version upgrades, Real-time out-of-band hardware performance monitoring & alerting, Global resource pooling and policy management to enable policy based automation, Hardware compatibility & anti-counterfeit. Virtualization solution should provide Dynamic Resource

Please refer to corrigendum

Page 87: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

87 | P a g e

Scheduling/Allocation/Management and forecast capacity needs".

184 1.3 1.3 Project Scope of Work : Solution Design & Solution Architecture

Design of Security Architecture Design of Overall IT Infrastructure

As per RFP specs Security design and overall IT Infra design is being asked, But RFP doesn’t have the technical specification of Security component like NGFW, AAA and Network component like Switches & router and respective bill of material. So request kindly mention the technical specs for these component as well along with the quantity. If plan is to use hosting on SDC component then ,Application infra like Servers & Storage should be co-hosted on SDC infra and WAN equipment & security should be dedicated of HPRIDC/HPPWD. IPS is asked but primary security devices are NGFW & AAA.

SI has to design the security architecture and overall IT infrastructure for the client; purchase of these components is presently not part of the RFB

185 13. Assessing Network Connectivity requirement, Page no.-139

Network connectivity requirement report (including network hardware) - Design of LAN/WAN and Internet connectivity - Network Architecture

As per RFP SI has to design the LAN & WAN network architecture, But RFP doesn’t have the technical specification of DC Switches & WAN router and their respective bill of material. So request kindly mention the technical specs for these component as well along with the quantity.

SI has to provide the network connectivity requirement report to the client; purchase of these components is presently not part of the RFB

Page 88: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

88 | P a g e

186 GCC, Sec 7.2 Page no.- 294

7.2 The Supplier shall, unless specifically excluded in the Contract, perform all such work and / or supply all such items and Materials not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Operational Acceptance of the System as if such work and / or items and Materials were expressly mentioned in the Contract.

Bidder requests that any such services will be performed subject to change control procedure.

As per RFB document

187 GCC, Sec 15.1 Page no-302

15.1 The Intellectual Property Rights in all Standard Software and Standard Materials shall remain vested in the owner of such rights.

Bidder requests for the inclusion of below modifications to this clause; The Intellectual Property Rights in all Standard Software and Standard Materials and any modifications, enhancements, and derivative works of the Standard Software and Standard Materials, shall remain vested in the owner of such rights.

As per RFB document

188 GCC, Sec 15.4 Page no.- 303

15.4 Unless otherwise specified in the SCC, the Intellectual Property Rights in all Custom Software and Custom Materials specified in Appendices 4 and 5 of the Contract Agreement (if any) shall, at the date of this Contract or on creation of the rights (if later than the date of this Contract), vest in the Purchaser. The Supplier shall do and execute or arrange for the doing and executing of each necessary act, document, and thing

Bidder can grant to the Customer licence to use such IP broad enough to meet all client usage requirements however we would like to retain the ownership of such all Custom Software and Custom Materials. Bidder requests for the following language instead of Sec 15.4: ‘Unless otherwise specified in the SCC, the Intellectual Property Rights in all Custom

As per RFB document

Page 89: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

89 | P a g e

that the Purchaser may consider necessary or desirable to perfect the right, title, and interest of the Purchaser in and to those rights. In respect of such Custom Software and Custom Materials, the Supplier shall ensure that the holder of a moral right in such an item does not assert it, and the Supplier shall, if requested to do so by the Purchaser and where permitted by applicable law, ensure that the holder of such a moral right waives it.

Software and Custom Materials specified in Appendices 4 and 5 of the Contract Agreement (if any) shall, at the date of this Contract or on creation of the rights (if later than the date of this Contract), vest in the Bidder Purchaser. The Supplier shall do and execute or arrange for the doing and executing of each necessary act, document, and thing that the Purchaser may consider necessary or desirable to perfect the right, title, and interest of the Purchaser in and to those rights. In respect of such Custom Software and Custom Materials, the Supplier shall ensure that the holder of a moral right in such an item does not assert it, and the Supplier shall, if requested to do so by the Purchaser and where permitted by applicable law, ensure that the holder of such a moral right waives it. Liabilities related to third party OEM/ Vendor products shall be governed by the terms and conditions provided by respective third-party OEM/Vendors in EULAs and other product documentation provided to Customer Bidder shall not be liable for any third party product.

Page 90: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

90 | P a g e

Bidder requests for the deletion of Clause 16.2.

190 GCC, Sec 16.2, Page 305

16.2 The Supplier has the right to audit the Standard Software to verify compliance with the above license agreements. Unless otherwise specified in the SCC, the Purchaser will make available to the Supplier, within seven (7) days of a written request, accurate and up-to-date records of the number and location of copies, the number of authorized users, or any other relevant data required to demonstrate use of the Standard Software as per the license agreement. If and only if, expressly agreed in writing between the Purchaser and the Supplier, Purchaser will allow, under a pre-specified agreed procedure, the execution of embedded software functions under Supplier’s control, and unencumbered transmission of resulting information on software usage.

Bidder requests for the deletion of Clause 16.2 in terms of modification requested for clause 15.4

As per RFB document

Page 91: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

91 | P a g e

191 GCC, Sec 17.5, Page 306

Confidential Information Bidder requests for the addition of below point under Sec 17.5 ‘The obligation of a party under GCC Clauses 17.1 through 17.4 above, however, shall not apply to that information which: (d) is independently developed by the Receiving Party without the usage or access to the Disclosing Party’s Confidential Information’

As per RFB document

192 GCC, Sec 24. Implementation, Installation, and Other Services, Page 318

24.1 The Supplier shall provide all Services specified in the Contract and Agreed Project Plan in accordance with the highest standards of professional competence and integrity. 24.2 Prices charged by the Supplier for Services, if not included in the Contract, shall be agreed upon in advance by the parties (including, but not restricted to, any prices submitted by the Supplier in the Recurrent Cost Schedules of its Bid) and shall not exceed the prevailing rates charged by the Supplier to other purchasers in the Purchaser’s Country for similar services.

Bidder requests for the following language 24.1 The Supplier shall provide all Services specified in the Contract and Agreed Project Plan in accordance with reasonable skill and care to the standards generally observed in the industry for similar services 24.2 24.2 Prices charged by the Supplier for Services, if not included in the Contract, shall be agreed upon in advance by the parties (including, but not restricted to, any prices submitted by the Supplier in the Recurrent Cost Schedules of its Bid) and shall not exceed the prevailing rates charged by the Supplier to other purchasers in the Purchaser’s Country for similar services.

As per RFB document

Page 92: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

92 | P a g e

193 GCC Sec 28, Page 325

Operational Acceptance Time Guarantee Bidder requests for the addition and deletion of below language: ‘Notwithstanding what is contained in Sec 28 of GCC or in the SCC, Liquidated damages should be applicable only in the event of delay in meeting key/critical transition milestones for the reasons solely and directly attributable to the Bidder and in such a case, Liquidated damages shall be the sole and exclusive remedy.’

As per RFB document

Page 93: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

93 | P a g e

194 GCC Sec 28.2, Page 325

28.2 Unless otherwise specified in the SCC, if the Supplier fails to supply, install, commission, and achieve Operational Acceptance of the System (or Subsystems pursuant to the SCC for GCC Clause 27.2.1) within the time for achieving Operational Acceptance specified in the Implementation Schedule or the Agreed Project Plan, or any extension of the time for achieving Operational Acceptance previously granted under GCC Clause 40 (Extension of Time for Achieving Operational Acceptance), the Supplier shall pay to the Purchaser liquidated damages at the rate of one half of one percent per week as a percentage of the Contract Price (exclusive of Recurrent Costs if any), or the relevant part of the Contract Price if a Subsystem has not achieved Operational Acceptance. The aggregate amount of such liquidated damages shall in no event exceed the amount of ten (10) percent of the Contract Price (exclusive of Recurrent Costs if any). Once the Maximum is reached, the Purchaser may consider termination of the Contract, pursuant to GCC Clause 41.2.2.

Bidder requests that below modifications to this clause; Supplier shall pay to the Purchaser liquidated damages at the rate of one half of one percent per week as a percentage of the affected Milestone Contract Price (exclusive of Recurrent Costs if any), or the relevant part of the Contract Price if a Subsystem has not achieved Operational Acceptance. The aggregate amount of such liquidated damages shall in no event exceed the amount of ten (10) percent of the affected Milestone Contract Price (exclusive of Recurrent Costs if any).

As per RFB document

Page 94: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

94 | P a g e

196 GCC Sec 29.1, Page 326

Defect Liability Bidder requests for the inclusion of the below language: ‘Notwithstanding anything in the contrary contained herein, to the maximum extent permitted by law, the Bidder excludes all warranties, representations or conditions, express or implied, including warranties of merchantability and fitness for a particular purpose’

As per RFB document

197 GCC Sec 29.10, Page 328

29.10 Unless otherwise specified in the SCC, the response times and repair/replacement times for Warranty Defect Repair are specified in the Technical Requirements. Nevertheless, if the Supplier fails to commence the work necessary to remedy such defect or any damage to the System caused by such defect within two weeks the Purchaser may, following notice to the Supplier, proceed to do such work or contract a third party (or parties) to do such work, and the reasonable costs incurred by the Purchaser in connection with such work shall be paid to the Purchaser by the Supplier or may be deducted by the Purchaser from any monies due the Supplier or claimed under the Performance Security.

Bidder should be given a cure period of 30 days for rectify such default or delay and the maximum liability for incremental cost should be restricted to 5% of undelivered/not performed services value.

As per RFB document

Page 95: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

95 | P a g e

199 GCC Sec 31, Page 330

31.1 The Supplier hereby represents and warrants that: (a) the System as supplied, installed, tested, and accepted; (b) use of the System in accordance with the Contract; and (c) copying of the Software and Materials provided to the Purchaser in accordance with the Contract do 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, and for the Purchaser to own or exercise all Intellectual Property Rights as provided in the Contract. Without limitation, the Supplier shall secure all necessary written agreements, consents, and transfers of rights from its employees and other persons or entities whose services are used for development of the System.

Bidder request for the removal of this clause as indemnity will be provided for any third party IP infringement by any unaffiliated third party claim. Service Provider cannot warrant that its IP will not infringe any Intellectual Property Rights held by any third party in future that is reason Service Provider gives indemnity for the same.

As per RFB document

Page 96: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

96 | P a g e

201 GCC Sec 32, Page No-330

Intellectual Property Rights Indemnity 32.1 The Supplier shall indemnify and hold harmless the Purchaser and its employees and officers from and against any and all third party claims of losses, liabilities, and costs (including losses, liabilities, and costs incurred in defending a claim alleging such a liability), that the Purchaser or its employees or officers may suffer as a result of any infringement or alleged infringement of any Intellectual Property Rights by reason of use of the Services by Purchaser, in accordance with the Contract, infringes that third party’s IP. (a) installation of the System by the Supplier or the use of the System, including the Materials, in the country where the site is located; (b) copying of the Software and Materials provided the Supplier in accordance with the Agreement; and (c) sale of the products produced by the System in any country, except to the extent that such losses, liabilities, and costs arise as a result of the Purchaser’s breach of GCC Clause 32.2.

As per RFB document

Page 97: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

97 | P a g e

202 GCC Sec 33, Page 333

33. Limitation of Liability Bidder requests below modifications for this clause; 33.1 Provided the following does not exclude or limit any liabilities of either party in ways not To the maximum extent permitted by applicable law: (a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or loss of revenues or loss of goodwill or loss of market value or loss of savings or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser. Bidder’s liability under this Contract will be reduced by any amounts already credited as Liquidated Damages; and (b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort, equity, negligence or any indemnity otherwise, shall not exceed, paid or payable by Purchaser giving rise to the liability during the 12 months preceding the date of the first event which Customer alleges gave rise to

As per RFB document

Page 98: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

98 | P a g e

liability the total Contract Price, provided that this limitation shall not apply to any obligation of the Supplier to indemnify the Purchaser with respect to third party intellectual property rights infringement. Whether liability arises under an indemnity or otherwise; Purchaser shall not recover from the other Party any losses that would not have been suffered if Purchaser had taken reasonable steps to minimise its losses.

204 GCC, Sec 38, Page 340

38. Force Majeure Bidder requests below modifications for this clause; 38.1 “Force Majeure” shall mean any event beyond the reasonable control of the Purchaser or of the Supplier, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected and shall include, without limitation, the following: (g) the ongoing impact of Novel Coronavirus Disease (“COVID-19”), including but not limited to any governmental measures, is deemed to be a Force Majeure Event under clause 38. Bidder may, due to the impact of Novel Coronavirus Disease (“COVID-19”), relocate any personnel, software or equipment used to perform Services

As per RFB document

Page 99: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

99 | P a g e

provided that, Bidder will use all commercially reasonable efforts to ensure that any change in service location or relocation of software or equipment will not adversely and materially impact Service delivery. Bidder is entitled to additional time to perform its affected obligations as reasonably necessary to overcome the effects of COVID-19, provided that DXC must, as soon as reasonably practicable, recommence the performance of its affected obligations following completion of the impact related to COVID-19. Notwithstanding anything contained in the GCC or SCC, any failure or delay by Bidder to perform its obligations will be excused if the failure was caused by: (i) any failure or delay by Purchaser to perform its obligations , (ii) a Force Majeure event (including COVID-19), or (iv) any act or omission of a third party not under Bidder’s control.

205 Section I - Instructions to Bidders, Sec 20.8, Page 21

20.8 The Bid Security may be forfeited or the Bid-Securing Declaration executed: (b) if the successful Bidder fails to sign the Contract in accordance with ITB 47; or ……….

Bidder requests that this clause to be modified in such manner that EMD can be forfeit If bidder fails to sign the mutually agreed Contract.

As per RFB document

Page 100: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

100 | P a g e

206 GCC, Section 29, page no- 326

29. Defect Liability Warranty of products will be as provided by the OEM/Vendor beyond which it will be supported by the AMC/ATS provided by OEM/Vendor. All support and warranty will be restricted to the contract term.

Understanding is correct in the given context

207 2.1 / 6 The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this bidding document is issued.

DXC wants to understand the link between the loan from bank and payment to vendors. We are assuming that payment to DXC are not dependent on the loan from the bank. Need more clarity on this.

Understanding is correct in the given context

208 49.1 / 39 ITB 49 / 46

The proposed hourly fee for the Adjudicator is specified in the BDS. The expenses that would be considered reimbursable to the Adjudicator are also specified in the BDS. Note: All expenses to be equally borne by the both parties

All cost related to adjudicator shall be borne solely by HPRIDC.

As per RFB document

209 ITB 17.2 / 43 Note: The prices quoted by the bidder for the Recurrent costs shall be a minimum of 20% of the costs quoted in the “Supply and Installation Cost Summary Table”

The % of recurrent cost may vary depending upon the final pricing & negotiation.

As per RFB document

210 4 / 241 5 / 250

Service level requirements for the system Operation and Maintenance (O&M) Support

In any case the overall SLA penalty shall be capped to 5% of the monthly billing.

As per RFB document

Page 101: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

101 | P a g e

211 4.1 / 243 4.7 / 250

Delay in deliverable - 10% of value of deliverable/milestone delay per week Supply, installation and Commissioning of Hardware at DR (Disaster Recovery) site

Penalty for delay in deliverable should be applicable only in the event of delay in delivery / installation is solely attributable to the Bidder and should be computed at the rate of 0.5% of the value of the affected service or product per week subject to the maximum of 5% of the value of affected service or product.

As per RFB document

212 12.3 / 299 Payments shall be made promptly by the Purchaser, but in no case later than forty-five (45) days after submission of a valid invoice by the Supplier.

All payments shall be made by HPRIDC within 30 days from the date of invoice.

As per RFB document

213 41.1 / 348 Termination for Purchaser's Convenience Either party shouldn't not have termination for convenience right. HPRIDC already have the right to terminate in case of any default. Hence, request for deletion of this clause.

As per RFB document

214 41.2 / 351 If the Supplier fails to remedy or to take steps to remedy the same within fourteen (14) days of its receipt of such notice, then the Purchaser may terminate the Contract forthwith by giving a notice of termination to the Supplier

We request for 30 days cure period at least.

As per RFB document

Page 102: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

102 | P a g e

215 41.2.6 / 353 If such excess is greater than the sums due the Supplier under GCC Clause 41.2.5, the Supplier shall pay the balance to the Purchaser, and if such excess is less than the sums due the Supplier under GCC Clause 41.2.5, the Purchaser shall pay the balance to the Supplier.

The liability of DXC shall be limited to incremental costs not more than 10% of the value of delayed/defaulted deliverables.

As per RFB document

216 12.1 / 369 Terms of Payment (GCC Clause 12) Request for modification of payment terms as below: 1) Hardware & Software - 100% payment shall be made on delivery. 2) AMC & ATS - 100% payment shall be made yearly in advance basis. 3) Installation of Application Software 20% on delivery 20% on SRS Sign Off 30% on UAT 30% on Go-Live 4) Implementation of Hardware 30% on delivery 70% on successful implementation 5) Support Services, if any - Payment shall be made monthly in arrears.

As per RFB document

217 GCC 13.2.1 / 371 The Supplier shall provide within twenty-eight (28) days of the notification of Contract award an Advance Payment Security in the amount and currency of the Advance Payment specified

Request for deletion of this clause. As per RFB document

Page 103: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

103 | P a g e

218 GCC 13.3.1 / 372 Selected Bidder needs to submit four separate Performance Security (which will be equivalent to 10% of the contract amount) and denominated in the currency of the contract for an amount equal to 2.5%, 2.5%, 2.5% and 2.5% of the contract price respectively.

HPRIDC shall invoke the Performance Security only on occurrence of material breach and after providing 30 days cure period to the bidder to rectify the material breach for which the Performance Security is sought to be invoked.

As per RFB document

219 General Query Integration with Existing Applications It is understood that Integration is required with the existing applications. Customer will expose the APIs for integration and supplier will do the integration of proposed new applications with existing legacy applications with support of customer. Please confirm.

Understanding is correct in the given context

220 General Query Mobile Devices It is understood that supplier needs to supply the mobile devices as per the scope provided. However, it is assumed that Communication connectivity for the devices in terms of SIM Card etc. will be the responsibility of customer. Please confirm.

Understanding is correct in the given context

221 General Query Field Hardware Devices including Mobile Devices

It is understood that Supplier should provide the support as per standard warranty terms of device manufacturer, however any defect/damage which is not covered by warranty terms will be the responsibility of customer. Please confirm.

Standard warranty will be applicable

Page 104: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

104 | P a g e

222 Clause 1.11 Page 153 of 432

1.11 DC Site Infrastructure Please confirm if Customer will provide the network connectivity at the data centre. Does Supplier need to include the Bill of Material (Server, Storage , Network, etc..) for State Data Centre for the current project ? If yes, please provide the list of components to be provided by client at State Data Centre.

Network connectivity will be provided by the purchaser; however SI needs to support in assessing the right requirement as per the solutions offered

223 1.4 Data Digitization (Page-143)

Specifications & other SI requirements With respect to data digitization please clarify the below: (i) Approx. No of concurrent users, going to use the DMS? (ii) What is Metadata and Indexing format? (iii) No of site location where Scanning/Digitization? (iv) What is Data Destruction policy?

Details will be shared with selected SI

224 1.4 Data Digitization (Page-143)

Specifications & other SI requirements HPRIDC requires a robust Document Management System (DMS) that needs to be architecturally scalable and secured i.e. it shall have a separate image storage and only metadata to be stored in RDBMS. Please clarify

SI may offer their best solutions

Page 105: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

105 | P a g e

225 Section III - Evaluation and Qualification Criteria (Page-47)

Bidders will need to qualify in every stage to advance to the next stage

As discussed during pre-bid meeting please confirm that there is no minimum marks requirement in QCBS.

For Technical qualifications, the minimum marks required will be 70 out of 100. Please refer to corrigendum.

226 Section III - Evaluation and Qualification Criteria- Manpower Deployment at site Page 58-60

The manpower as described should be deployed as per client requirement

We satisfy & agree with the manpower deployment requirement for the project as specified in RFB, however we request if you can have separate price format for manpower and payments for manpower on monthly or at least quarterly basis. It has been observed in some of the other projects that the manpower cost inflates the commercials however if the same may be reimbursed at regular interval say quarterly this will ease the cash flow requirement of bidders for effective operation of project.

Man-Months efforts are provided in the RFB

227 1.7, pg. 151 Minimum Application User Requirements What is the maximum no of Concurrent user expected per day. What will be the percentage for year on year increase count

Minimum concurrent users are estimated to be around 3000

Page 106: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

106 | P a g e

228 1.3.9, pg. 142 Video Conferencing (VC) Software Solution including Hardware Video Conferencing Content Management Platform - Personal Content Management software - Secured Storage Environment - News Board, Content Management, Trainings, Video Enablement - Authentication and registered user access only

Is there any specific platform looking for content management

SI may offer their best solutions

229 1.3, 3, pg. 139 Design a portal and the content to be displayed on the portal which will include but not limited to: - Information About Departments/ Branches - Services Offered - Citizen Charter - Dashboards - Login Components - Search Engine - Other generic portal features - Design data purging and optimization policies - Design reports as required by the Departments

Is there any specific platform looking for content management - ex. WordPress

SI may offer their best solutions

230 1.3, 3, pg. 140 SI will have to comply with the security policies and procedures as developed by the Departments (DIT, Shimla & DeitY).

All relevant documents will be shared by purchaser to system integrator

Understanding is correct in the given context

Page 107: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

107 | P a g e

231 1.3, 3, pg. 140 HPRIDC is a wing of HPPWD having different objective and business work flow from HPPWD so modules need to be customized accordingly to suit their requirement

Does the Server infra will be common for HPPWD and HPRIDC

Understanding is correct in the given context

232 1.3,10, pg. 143 Security audit requirement from Cert-IN empanelled agency

Who will empanelled the security audit agency, purchaser or Si

This has to be Cert-IN empanelled agency. Please refer to corrigendum.

233 1.5, pg. 149 Training Program how many different locations are there for trainings

Please refer to RFB document

234 1.5, pg. 151 The SI shall be free to use Purchaser infrastructure where available, with prior approval and sanction of Purchaser, however, this does not bind Purchaser for providing it. Purchaser shall be free to turn down such requests without assigning any reason · SI to make all necessary travel, lodging and boarding arrangements of the trainers/facilitators at no cost to Purchaser

does these trainings will be conducted at HPPWD/HPRIDC locations or SI has to arrange the locations

HPPWD / HPRIDC locations

235 1.6, pg. 152 Integration with: The API, web service will be provided by respective agencies

Understanding is correct in the given context

236 1.9, pg. 156 Proposed Field Level Infrastructure In RFP we have received specification for TAB, laptop, UPS, mobile device. Any specific brands are required for these devices

It should have MAF from the OEM

Page 108: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

108 | P a g e

237 1.2, pg. 127 Business Function Requirements to be met by the Information System

what are the different roles currently available to handle task mentioned in requirements

Please refer to RFB document

238 1.2, pg. 127 Business Function Requirements to be met by the Information System

what will be the current approx. transaction volumes considering all modules and percentage of year on year increase. If there are upload what is the maximum size/number of transaction you are looking ,to upload

Details will be shared with selected SI

239 General What are the modules will be part of mobile app.

Proposed modules given in the RFB document

240 General what will be the lowest OS version expected on which the application should work

it should have backward compatibility (last three version) of both android and iOS platform

241 General In workflows, what will be the maximum level of approver

Please refer to HPPWD/HPRIDC organization hierarchy to understand this

242 Reference Page 144 Point no. : 12

The system shall be audited through a STQC empanelled audit agency.

STQC may not have any empanelled agencies while Certain has. It is requested to modify this as CERTin agency as third party Audit Agency

this has been detailed in RFB, please refer to Scope of work, point 10, pg. no

Page 109: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

109 | P a g e

139. Please refer to corrigendum.

243 Reference Page 145 Point no. : 15 :

Data Migration What is the level of De Duplicities to be followed. Is OCR or ICR required after scanning and indexing

OCR Solution is expected; however, SI may offer their best solutions

244 For integration with state level applications or existing applications who will provide the APIs ? Will it be HPPWD / HPRIDC or state level consultant.

Purchaser will facilitate to expose APIs of existing applications

245 Please clarify the payments terms again since we did not understand the payment terms schedule

Please refer to RFB document

246 Pre-Qualification Criteria - Sr. No. 6 (Page 48)

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18- 19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

In RFB Joint Venture is allowed to participate and quote. Further Govt. of India, has recently relaxed many conditions for MSMEs to enable them to compete with multinationals and big organizations. Hence it is requested to reduce the turnover criteria for MSME bidders to Rs. 50 crore OR if MSME is bidding in a Joint venture, then the turnover of all the participants in the Joint venture may be clubbed and considered for the turnover criteria.

As per RFB document

Page 110: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

110 | P a g e

247 Pre-Qualification Criteria - Sr. No. 9 (Page 49)

Prime Bidder should have minimum 250 fulltime employees working on its rolls on IT and IT Enabled Services (IT & ITES) during the last three years as on bid submission date

In RFB Joint Venture is allowed to participate and quote. For MSMEs, the combined fulltime employees working on the rolls of MSME and its partners in the JV, for IT and IT Enabled Services (IT & ITES) may be considered.

As per RFB document

248 6.18 Annexure XVIII: Minimum Specification & Compliance Sheet for State Data Center & DR Site Infrastructure F. Load Balancer for DC site, Page No. 169, Clause 2

Architecture: Next generation multi-tenant platform must support traffic isolation, fault isolation and network isolation in order to meet the architectural environment

Request to modify the clause as: "Next generation multi-tenant/network segmentation platform must support traffic isolation, fault isolation and network isolation in order to meet the architectural environment"

Please refer to corrigendum

249 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, Clause 4

Memory : Should have 32 GB RAM and 1*SSL ASICS/FGPA/cards with virtual function support

Request to modify the clause as :"Should have 32 GB RAM and with more than 1000 partitions and route domains and each partition having separate configuration file"

Please refer to corrigendum

250 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, Clause 5

Connections :Should support 2 Million concurrent connections per second

As connections are on lower side, Request to modify the clause as :"Should support 27 Million concurrent connections per second"

Please refer to corrigendum

Page 111: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

111 | P a g e

251 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, Clause 7

Throughput :12 Gbps 5 Gbps SSL throughput

As per the overall sizing and considering 4*10G interfaces providing 40G of throughput, the amount of SSL and throughput needs to be increased. Request to modify the clause as: " Throughput :20 Gbps 15 Gbps SSL throughput"

Please refer to corrigendum

252 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, Clause 12

Load Balancing Applications: Traffic load balancing using ePolicies should support algorithms including round robin, least connections, shortest response, persistence ip, hash ip, hash ip and port, consistent hash ip and snmp

Since epolicies is a OEM specific term, suggest to make it generic. Request to modify the clause as :"Load Balancing Applications: Traffic load balancing using Policies should support algorithms including round robin, least connections, shortest response, persistence ip, hash ip, hash ip and port, consistent hash ip and snmp"

Please refer to corrigendum

Page 112: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

112 | P a g e

253 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, Clause 14

Others: Should have 6Gbps of hardware compression support default Layer 7 Request Per second should not be less than 1200 K per Instance Minimum of 200K L4 CPS per Instance Minimum of 8000 SSL transaction Per Second per instance

The sizing parameters mention are not matching the other functions like interface bandwidth etc. Request to modify the clause as : "Others: Should have 10Gbps of hardware compression support default mentioned on public facing document Layer 7 Request Per second should not be less than 1 M per Instance Minimum of 400K L4 CPS per Instance Minimum of 20000 SSL transaction Per Second per instance Minimum 15Gbps of Bulk SSL Encryption Minimum 2M HTTP Request per second

Please refer to corrigendum

254 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, New Clause

New Clause Request to Add the clause for security of the appliance:" It should be EAL/NDPP certified (Network Device Protection Profile) certified under Common Criteria Program for security related functions."

Please refer to corrigendum

255 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, New Clause

New Clause Request to add the clause as : " The OEM should be In Leader's Quadrant for Gartner ADC report for consecutive 10 years"

Please refer to corrigendum

Page 113: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

113 | P a g e

256 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, New Clause

New Clause For better integration with application server, Request to add the clause as:" The OEM for Web Application Server and Server Load Balancer should be same"

Please refer to corrigendum

257 Section 3.1, Computing Hardware Specifications F. Load Balancer for DC site, Page No. 169, New Clause

New Clause To ensure the product offered functions as mentioned in specifications, request to add the clause as: " All the features, functions should be required to be proof of concept done"

Please refer to corrigendum

258 Page 49, a) Pre-Qualification Criteria

Note: b) Bidders can be allowed to offer an open source software & system if they ensure to provide all the functionalities in the system as per the requirements of the RFB.

As per Notification No F. No. 1(3)/2014 - EG II of Ministry of Communication and IT, it recommends to use open-source software for all govt projects. Open-Source Software also comes with an Enterprise Supported Version which are free from all security risks as well as made enterprise ready with NO LIMITATION to use. Request to kindly mandate Enterprise Supported Open Source Products.

As per RFB document

Page 114: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

114 | P a g e

259 Page 55, Technical Qualification Criteria

Solution Proposed: Note: While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts.

a) For Project of such a large scale and module with an expectation of an Enterprise Architecture, request to consider the application/module development on a proven Open Source Digital Transformation/Experience Platform, instead of a bespoke development, which has natively integrated components like Content Management, Portal, Workflow & eForms Management, Document Management and Enterprise search capability along with a mobile SDK. This will ensure No Vendor Lock-In and an easier Exit Management process as well as a predictable performance and quality. Please suggest. b) If acceptable, request to provide minimum technical specification expected from such a platform.

As per RFB document

260 Page 59, B. Software Development Team

B. Software Development Team (to be deployed at Nirman Bhawan, HPPWD, Shimla)

a) What is the expectation of these Man-Power to be deployed at HPPWD during the development phase? b) If a Digital Transformation/Experience Platform is mandated as a technical requirement, there would be a substantial reduction in effort, which reduces the total effort. How can SI propose the man-power in such scenario?

As per RFB document

Page 115: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

115 | P a g e

261 Page 132 , 1.2.2 Overview of To-Be Business Processes

Document Management System a) Assume that the expected DMS is an Enterprise Class DMS and stores only metadata information in database and the actual document stored in Files Server in an encrypted format. Please confirm. b) Please confirm if Drawings like AutoCAD also need to be viewed within the DMS Application without the use of any native application?

SI may offer their best solutions

262 Page 135, 1.3 Project Scope of Work

Design a portal and the content to be displayed on the portal which will include but not limited to: - Search Engine

Since there are multiple applications already in use in department, it is very important to have a common search tool, which search information across the enterprise different applications and showcase in your portal. Please confirm if an Enterprise Search capability is expected from the solution.

SI may offer their best solutions

263 Page 137, 1.3 Project Scope of Work

6. Develop Mobile Platform: SI will Develop mobile platform and identify services that can be developed through mobile devices, facilitating ease of use and faster adoption. The mobile application should support both Android and iOS based operating system.

Many of the Proven Digital Transformation/Experience Platform are build as "Mobile First" with capabilities of exposing all services build on the platform which can be directly used by the Mobile App through mobile SDK. The developer need to develop only the GUI and utilize the services directly there-by reducing the app development effort and time by approx. 70%. Also maintenance effort will reduce substantially. Request to kindly suggest.

SI may offer their best solutions

Page 116: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

116 | P a g e

264 Page 145, 1.5 Training/Change Management & Capacity Building Intervention

The SI shall propose different training modules for different user profiles at appropriate timelines and provide such additional training as they deem necessary in order to ensure that the training imparted is comprehensive and complete.

In the changed environment, suggest to include a "Learning Management Module" also as part of Capacity Building to ensure continuous training and assessment. eLearning has proved to be an effective methodology in many government projects. Please Confirm.

SI may offer their best solutions

265 Page 156, 1.3.1.2 Software & Hardware Architecture

The diagram below depicts the indicative solution architecture envisaged for PWD System. The solution architecture for PWD defines various components of the system and the integration between them. The architecture describes the components involved from functional and non-functional perspective such as security, data access, database, external system:

Recently, there was a guideline issued by Dept. of IT, MieTY for adopting "Micro-Service" based architecture for new application developed by government department for optimizing the infra requirements as well as making the application light weight as well as Modular. Please suggest.

SI may offer their best solutions

266 Section: 1.4.1.4, Page Number 164

The Portal will be designed to be a single service delivery channel for all stakeholders of HPPWD. The Portals would provide the following benefits: o Personalized interface for various stakeholders o Robust Role based Access Controls for access to appropriate information and / or applications/utilities o Self-Registration for employees. The same would be managed centrally and would be used by portal and applications.

These are standard Out-Of-Box features offered by a Digital Transformation/ Experience Platform. Request to suggest the technical specification of such a platform ensuring that HPPWD is getting best of class solution and the bid is being evaluated on a common comparable solution framework.

SI may offer their best solutions

Page 117: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

117 | P a g e

267 Section: 1.4.1.4, Page Number 164

The Portal will be designed to be a single service delivery channel for all stakeholders of HPPWD. The Portals would provide the following benefits: o Personalized interface for various stakeholders o Robust Role based Access Controls for access to appropriate information and / or applications/utilities o Self-Registration for employees. The same would be managed centrally and would be used by portal and applications.

For such an esteemed solution, application security is one of the key concerns, and the proposed system should be free from OWASP vulnerabilities, will request you to consider the addition of proposed solution to be OWASP top 10 Vulnerabilities.

As per RFB document

268 Page 262, 3.2 Work Flow Management

General It seems that the Form Builder, which allows to create electronic forms by dragging and dropping with minimum coding is missed as part of workflow management. Please confirm.

SI may offer their best solutions

269 Page 272, 11.1 Web Portal (public website)

General "Search" is a common feature expected in a Portal, which is missing in the current list of functionalities. Please confirm if a Search feature is expected in the system?

Search feature is expected in the system

Page 118: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

118 | P a g e

270 Page 272,11.2 Web Portal (Authorized website)

General HPPWD is having multiple application running and it is expected that the Portal will become the single point of access to all other applications. In such a scenario, it is equally important to provide user with capability of searching information from different applications across the organization from the Portal. Please confirm if there is such a requirement which can be catered through by an "Enterprise Search Engine" like elastic search. Please confirm.

SI may offer their best solutions

271 11.3, Page Number 277

User interface for WhatsApp Please clarify the UI for WhatsApp, as in what is expected from the proposed solution

It should have a feature for sharing over WhatsApp

272 11.4, Page Number 277

The system should have built-in access control system with following rights

Security of user's data is one of the Key Concerns in the Industry, Hence will request the authorities to include that proposed solution should be GDPR Compliant

SI may offer their best solutions

Page 119: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

119 | P a g e

273 Section: 1.4.1.4, Page Number 164

The Portal will be designed to be a single service delivery channel for all stakeholders of HPPWD. The Portals would provide the following benefits: o Personalized interface for various stakeholders o Robust Role based Access Controls for access to appropriate information and / or applications/utilities o Self-Registration for employees. The same would be managed centrally and would be used by portal and applications.

The proposed solution will be accessed across various touchpoints, and while development if there's simulation feature available, reduces TTD(time-to-develop) significantly, so will request you to mention that proposed solution should have Content preview feature along with simulation feature on the pages and simulation while designing also.

SI may offer their best solutions

274 Item 3, Page Number 183

The Content management platform shall be able to provide 10000 Licenses for user login right from day one and shall be able to scale up to 15K users within the same server

Please clarify, whether we should consider 10000 licenses as 10000 separate users and the concurrency should be expected for 1000 concurrent users with scalability upto 1500 users for upto 15 K users.

Please refer to corrigendum

275 C. Host Based Intrusion Prevention System

The HIPS should be supported on the following platforms: Microsoft Windows - Solaris (SPARC) - Red Hat Enterprise Linux - SuSE Linux Server - HP-UX - AIX

No vendor provide the proper solution on AIX, HP-UX and Solaris so request you to remove this point

Please refer to corrigendum

Page 120: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

120 | P a g e

276 1.4.1.6 Backup & Disaster Recovery

Additional Points The proposed solution should provide variable length data deduplication (minimum 4K blocks for better deduplication ratio) at global and source side along with compression. It should be able to throttle network bandwidth for effective utilization of network resources.

As per RFB document

277 1.4.1.6 Backup & Disaster Recovery

Additional Points Proposed solution should support universal recovery to restore from P2P, P2V and V2V without having to wait to extract the full backup to production storage

As per RFB document

278 1.4.1.6 Backup & Disaster Recovery

Additional Points The software must allow administrators to back up a server as frequently as every 15 minutes. The software must allow Administrator to backup of servers , desktop and laptop from a single console

As per RFB document

279 1.4.1.6 Backup & Disaster Recovery

Additional Points The proposed backup software should have Integrated block-level replication capability to replicate the backup sets from backup server at one site to backup server on another site. In case of failures, it should be able to resume the replication from point of failure.

As per RFB document

280 1.4.1.6 Backup & Disaster Recovery

Additional Points For data security, the backup software should support policy-based encryption. The backup software should support both in-flight and at-rest encryption

As per RFB document

Page 121: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

121 | P a g e

281 a) Pre-Qualification Criteria PQ 8, Page 53

"Two (2) completed/ Substantially completed projects in IT Solution implementation for Government/ Public Sector Undertaking (PSU), each of minimum value of INR 2 crore / USD 285,714. Those firms having implemented the IT solution for Roads/Bridges/Civil Infrastructure shall be given preferential treatment, however, projects in IT Solution implementation in e-governance domain shall also be considered. The projects should be executed in the last five years as on bid submission date."

Request to kindly permit the joint venture partners to jointly fulfil the criteria

As per RFB document

282 Section III,a. PreQualification Criteria, Page No.49

For details of Experience of responding firm/ Project Citation supported with Copy of Contract / Agreement clearly defining the scope and cost of the project. Client completion Certificate mentioning the value of the project and Duration of the project, supported by Proof of Go-live and Project Satisfactory certificate from client.

There are instances where although project have gone live and working satisfactorily ,it is difficult to get : "Client completion Certificate mentioning the value of the project and Duration of the project, supported by Proof of Go-live and Project Satisfactory certificate from client" in such case we request authority to consider self certificate from Authorized Signatory of bidder. Also request you to consider projects from any of the members of JV/consortium instead from "Prime Bidder" only.

As per RFB document

Page 122: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

122 | P a g e

283 Section III,a. PreQualification Criteria, Notes: 2,Page No.49

Bidders can be allowed to offer an open source software & system if they ensure to provide all the functionalities in the system as per the requirements of the RFB.

We request authority to confirm that bidder can propose bespoke application development using open source software & system if they ensure to provide all the functionalities in the system as per the requirements of the RFB.

Understanding is correct in the given context

284 Section III,Technical Evaluation (ITB 35.3 and ITB 35.4) a.Organizational Capability, Page No 52

The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

This clause seems to be ambiguous and contradictory for bidders who are proposing bespoke application development. We request authority to modify this clause as follows: "The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system to provide eGovernance functionalities with application Development ,Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building"

As per RFB document; for point a) any project credential that would have at least some of the functionalities required for our program shall also be eligible for this criteria

Page 123: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

123 | P a g e

285 Section III,Technical Evaluation (ITB 35.3 and ITB 35.4) b. Software Solution(1),Page No 52

1) Feature missing (modules as specified) – 0 points 2) Feature present but not completely meeting the requirement (modules as specified) – 2 points 3) Feature present and meeting the requirement (modules as specified) - 4 points 4) Feature exceeding the requirement (modules as specified) – 5 points

This clause seems to be ambiguous and confusing . We request authority to modify this clause as following: 1) Consist of 0 module as specified – 0 points 2) Consist of 1 module as specified – 1 points 3) Consist of 2 modules as specified - 2 points 4) Consist of 3 modules as specified - 3 points 5) Consist of 4 modules as specified - 4 points 5) Consist of 5 modules as specified - 5 points

Features shall mean the quantum of functionalities as required in the RFB. A benchmark for maximum marks would be created during the evaluation stage with a bidder with a project with maximum possible functionalities will get the maximum marks and relatively scores would be allotted

286 Section III,Technical Evaluation (ITB 35.3 and ITB 35.4) b. Software Solution(2),Page No 53

1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

This clause seems to be ambiguous and confusing .We request authority to clarify meaning of word used as "Feature"

Features refers to the relevant solution functionalities asked in the RFB terms of reference

Page 124: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

124 | P a g e

287 Section III, Technical Evaluation (ITB 35.3 and ITB 35.4) c. Hardware Supply & installation(2),Page No 53

The bidder (prime or Joint Venture partner) should have experience of Implementing the ICT enabled system projects where bidder (prime or Joint Venture partner) has supplied and installed hardware products in the work orders of minimum Rs.5 crores.

Usually end to end implementation ICT enabled system projects have total value of project which consist of Application, Hardware, O&M etc. It will be difficult to explicitly calculate hardware products value from total BOQ. Also request authority to clarify the supporting document to substantiate value. Request authority to please address these issues.

Bidder may furnish the client document in the form of work order to substantiate

288 Section III, Technical Evaluation (ITB 35.3 and ITB 35.4) d. Operation & maintenance Services/Helpdesk, Page No 53 & 54

The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects

Usually end to end implementation ICT enabled system projects have total value of project which consist of Application, Hardware, O&M etc. It will be difficult to explicitly calculate O&M/Helpdesk services value from total BOQ. Also, request authority to clarify the supporting document to substantiate value. Request authority to please address these issues.

Bidder may furnish the client document in the form of work order to substantiate

289 Section III, Technical Evaluation (ITB 35.3 and ITB 35.4) d. Operation & maintenance Services/Helpdesk, Page No 53 & 54

1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

This clause seems to be ambiguous and confusing .We request authority to clarify meaning of word used as "Feature"

This refers to features of maintenance services / helpdesk solutions as part of project done by the firms

Page 125: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

125 | P a g e

290 Section 1.2.1, Page 127

Overview of As-Is Business Processes Is there any legacy application for these processes, that the department is planning to retain/integrate with?

Please refer to RFB document; the details are provided for proposed and existing applications

291 Section 1.3 Row 11, Page 143

Project Scope of Work: Testing & Acceptance Criteria

Is the Acceptance Criteria for NFR as per the Performance SLA?

Understanding is correct in the given context

292 Section 1.3 Row 6, Page 141

Develop Mobile Platform Is it required to develop Native Application or Hybrid App will do?

Development of native app is expected

293 Section 1.3 Row 7, Page 141

Develop Data Warehouse Is the Data Warehouse be built only for structured data or the department intends to have a Data Lake for unstructured Data and build up advanced analytical capabilities as well?

SI may offer their best solutions

294 Section 1.3 Row 14, Page 145

Comprehensive Training and Change Management

Considering Post COVID 19 scenario is the department considering Online Interactive Training as option?

This may be considered upon the mutual consent and approval by the Purchaser

295 Section 1.6, Page 153 Technical Requirements: Freeware: Bidder is not permitted to supply any freeware.

There are Enterprise Grade Open Source Solution which are free however Enterprise Support can be procured. Expecting Freeware's with Open source and Enterprise Support are exempted from the restriction

As per RFB document

Page 126: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

126 | P a g e

296 Section - IV, 1.2 , point 3.1- 3.4,Page number 74.

Quantity for scanning of various size of documents mentioned in the table.

Is this the quantity available for whole state?

This is the estimated size for the whole documents, however actual count may vary

297 Section - IV, 1.2 , point 3.5,Page number 74.

Data migration (25 GB) Please elaborate this. Details will be shared with selected SI

298 Section - IV, 1.2 , point 3.6,Page number 74.

Data entry of 1 million pages Please provide data entry fields. Are this I million pages which are to be data entered a separate set from 1 Lakh pages that are to be scanned?

Details will be shared with selected SI

299 Section - VII, part B, point 1.4,Page number 143

Support for Web Scanning / Distributed Scanning

Please elaborate Details will be shared with selected SI

300 Section - VII, part B, point 1.4,Page number 143

Support platform independent scanning Please elaborate Details will be shared with selected SI

301 Section - VII, part B, point 1.4,Page number 143

Image Assisted Indexing of Scanned Documents

Please provide details for indexing/ metadata

Details will be shared with selected SI

302 Section - VII, part B, point 1.4,Page number 143

Scanning & indexing each page & document. It shall be ensured during scanning that content searching shall be possible in all documents scanned

How many pages can be expected under one unit of record? Is it possible to inspect the documents prior to quote?

Details will be shared with selected SI

Page 127: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

127 | P a g e

303 Section - VII, part B, point 1.4,Page number 143

Scanning & indexing each page & document. It shall be ensured during scanning that content searching shall be possible in all documents scanned

Are the scanned images to be put through OCR process?

SI may propose their best solutions

304 Section - VII, part B, point 1.4,Page 144

Language of data entry – Hindi/English What is the language of source data? To be shared with selected SI

305 Section - VII, part B, point 1.4,Page 144

The bidder shall quote for duplex scanning of documents

In duplex scanning two images are produced by scanning one page. Should we quote price for per image or one page I.e. two images?

SI may propose as per their discretion

306 Section - VII, part B, point 1.4,Page 144

Place/Location of data entry Can we have location wise volume for digitization/ data entry?

Estimated volume is available, further detail will be shared with selected SI

307 Section - VII, Page 242, Service level agreement, table 4.1

Reporting period is mentioned ‘fortnightly Can we expect that data processed will be certified by the department within fortnight?

Details will be shared with selected SI

308 Generic Payment for digitization service Payment for digitization service is generally done monthly on monthly accepted qualities subject to agreed SLA. Will the same methodology of payment be expected here- please elaborate.

As per Price Schedule Forms and payment terms specified in the RFB document

309 167 & 8, HBA 2 x Dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage

2 x Dual port 16 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage if required as 16 Gbps FC is the

Please refer to corrigendum

Page 128: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

128 | P a g e

presently used FC industry standard speed.

310 168 & 6, HBA Dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

2 x Dual port 16 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

311 Page No 173 , Clause Load Balancing Feature

DNS Load Balancing For an effective load balancing, the solution must support multiple record types like AAAA, A, MX, PTR, SOA etc. It should support advanced functions Authoritative name sever, DNS proxy/DNS NAT, full DNS server with DNSEC, DNS DDOS, application load balancing from day one. It should be capable of handling complete Full DNS bind records including A,MX, AAAA, CNAME, PTR, SOA etc."

Please refer to corrigendum

312 Page No 173 , Clause Architecture

Next generation multi-tenant platform must support traffic isolation, fault isolation and network isolation in order to meet the architectural environment

We understand that the clause requires that the same appliance has the capability to install and run multiple virtual network functions, the clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with

As per RFB document

Page 129: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

129 | P a g e

dedicated Hardware resources for future requirements and scalability."

313 Page No 173 ,Clause Redundancy

VRRP /or equivalent protocol support Many OeMs use proprietary protocols in equivalence to VRRP. This creates complexity in convergence and troubleshooting. We suggest to incorporate open standard equivalent protocols for achieving this functionality. Therefore, we request you to amend the clause as "Should support High Availability using open Standard VRRP (RFC 2338). No proprietary protocol should be used"

As per RFB document

314 Page No 173 , Clause Management Option

The appliance should have SSH CLI, Direct Console, SNMP, Single Console per Cluster with inbuilt reporting

We understand that this clause asks for Single Console per cluster but the mentioned clause does not specify the number of nodes support in clustering model hence we request you to change the clause to " The appliance should have SSH CLI , Direct Console , SNMP , Single Console Per Cluster with inbuilt reporting and the Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

As per RFB document

Page 130: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

130 | P a g e

315 Page No 173 ,Clause Memory

Should have 32 GB RAM and 1*SSL ASICS/FGPA/cards with virtual function support

We Understand that this clause asks for 32 GB RAM with Virtual Network Function. Any effective virtual function (for ex. NGFW, SLB, LLB etc.) need minimum 4GB RAM for smooth operation. Also, to ensure that the device is able to host all the Functions including to run any third-party and open source independent virtual instance necessary storage provisions should be in place. Hence, we request to change the clause to "The appliance should support Minimum 64GB RAM, 4 TB HDD and at least 1*SSL ASICS/ FGPA/ cards to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources

As per RFB document

Page 131: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

131 | P a g e

316 Page No 173 ,Clause Other

Minimum of 8000 SSL transaction Per Second per instance

We understand that this clause ask for SSL TPS for a device for offloading/acceleration the SSL traffic (90-95% internet traffic) but the clause does not specify the required key size for performing the operation. To qualify the fully hardware based SSL Acceleration/Offloading, SSL and ECC TPS numbers are of utmost importance. Also keeping in view the percentage of traffic we suggest to have higher SSL no which all leading OeMs provide. We request to change the clause to "Platform should have feature to support Minimum 25,000 SSL TPS (Transaction Per Second) with RSA 2048 Key size and 25,000 ECC TPS"

As per RFB document

Page 132: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

132 | P a g e

317 Page No 173 , Clause Management Option

Should support XML-RPC for integration with 3rd party management and monitoring

As Per the MOUD (Ministry of Urban Development) Model framework of Cybersecurity requirement set for related RFP's that all devices should support machine authentication & there should be a provision to securely access the internal resources, if need be, in a secured manner from the outside world. Due to the current threat landscape, multiple factors should be used to secure the inbound connections to ensure that only the authorized personnel's with the assigned device is able to access. We request to add the following clause: "The solution shall support XML-RPC integration with 3rd party management and monitoring. Shall also support SAA, SAML,Hardware binding and AAA support along with SSO.The solution should have license upgrade feature on same appliance to support machine authentication based on combination of HDD ID, CPU info and OS related parameters i.e. mac address to provide secure access/authentication to corporate resources."

As per RFB document

Page 133: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

133 | P a g e

318 Page No 80 - BOQ_Supply and Installation Cost Summary Table of Hardware

New Clause Addition Request of DDOS The most obvious way to disrupt traffic is to make it unavailable for the applications. Therefore, it becomes very critical for the department to have a anti-DDoS solution to prevent any attacker from creating chaos with the traffic management system. We therefore suggest you to incorporate an Anti-DDoS solution. We recommend a very generic specification to be included as " Bidder to propose Anti-DDoS solution in HA mode using standard VRRP. The Anti-DDoS solution of minimum 40 Gbps should be placed inline and should support minimum 25000 SSL TPS using RSA 2k Key and ECC.

As per RFB document

319 Page No 80 - BOQ_Supply and Installation Cost Summary Table of Hardware

New Clause Addition Request of WAF Web Application Firewall with load balancers are essential element of any datacentre design today, it offer application availability, scalability and security functionality to ensure applications continue to work 24*7. Moreover load balancer helps to recover the application failures in defined SLA's. Also it enhances the performance of application in real time by offloading SSL traffic. Keeping application availability and other security requirements under consideration its recommended to have load balancers for application load

As per RFB document

Page 134: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

134 | P a g e

balancing and automatic DC/DR failover to meet RPO and RTO objectives. WAF and ADC modules are recommended to be from Different OEMs to strengthen the security posture further. Web Application firewall solution should be based on a multi-tenant appliance capable of hosting multiple network functions including capability to install and run Ubuntu/ CentOS on the same appliance and provide specialized application threat protection. The Appliance should have 64 GB RAM and 2 TB Hard Disk and support hosting a minimum of 8 Network Functions from Day 1. The WAF module should be from a different OEM than the ADC and firewall Module to strengthen the security posture and protect against OWASP top 10 attacks"

Page 135: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

135 | P a g e

321 Page No 80 - BOQ_Supply and Installation Cost Summary Table of Hardware

Request to add Data Leakage Prevention (DLP) Specifications as a separate solution

As per security guidelines, critical data needs to be classified and secured whether at rest or in motion. TO achieve a high security effectiveness, prevention of Data Leakage is of utmost importance. Hence, we request to add Data Leakage Prevention as a mandatory components with minimum Technical specifications as below: The solution should be appliance based with high performance purpose built next generation multi-tenant hardware. It should have should 8x10GbE SFP+ ports. The appliance should have multicore CPU, 64GB RAM, 2TB HDD and dual power supply. The solution should not require any third party proxy server (such as ICAP servers – Blue Coat or any other ICAP server) to provide Enforcement of Information Security The solution should cover both Active and passive FTP including fully correlating transferred file data with control information and have the ability to monitor popular IM protocols (AIM, Yahoo, MSN, IRC) and properly classify tunnelled IM traffic (HTTP)

As per RFB document

Page 136: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

136 | P a g e

The solution must have Identity and Role Based policy capabilities that integrate with AD/LDAP/HR database. The solution should be capable of "Segmentation of Duty" (SoD) based Enforcement of Information Security and the solution should enforce "Automatic Access Control" on Data and Information The solution must be able to apply different policies to different employee groups. The solution should have a comprehensive Information Classification methodology that would be readily deployable. The solution MUST use automated policy mechanism and should have built-in Automated Policy Synthesis mechanism. The solution should be able to monitor and prevent Advanced Persistent Threats (APT) The solution should have Built-in Ontologies on International PII and PCI- DSS capabilities and has the ability to add or customized new Ontologies to cater to specific Government or Defence parameters. The solution should have rule or policy-based capabilities such as assigning access rights, restricting where users can store sensitive data, and so

Page 137: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

137 | P a g e

forth The solution should have Ability to detect and protect new or unseen documents, which content is similar to the data categorization which has been taught via data categorization. The solution should have Ability to detect scanned documents, which contains sensitive data in text form Support centralized administration. Ability to support network, storage and endpoint DLP from single console and the DLP should be from different than Web Security proxy solution. The end point solution should inspect data leaks from all portable storage and to keep track of what data users are taking from and to their work computers on any kind of portable storage device. The end point solution must monitor and control various storage devices including USB flash 2 drives, CD/DVD, external HDD, card readers, Zip drives, digital cameras, smartphones, PDA, MP3 players, Bluetooth devices etc.,, End point DLP agent should support

Page 138: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

138 | P a g e

network offline mode to access a specific device when a client computer is disconnected from a network and The endpoint solution should encrypt information copied to removable media The end point solution should inspect data leaks from all portable storage and to keep track of what data users are taking from and to their work computers on any kind of portable storage device means what data is copied from USB storage devices. The End point should support windows OS, MAC, Linux, iOS and Android

323 Page No 80 - BOQ_Supply and Installation Cost Summary Table of Hardware

Request to add SSL Interceptor as a solution for SSL Decryption

Most of the traffic now is HTTPS/SSL Based and most of the security devices are blind to SSL Traffic which is simply bypassed because of this. This leads to a serious security flaw since today's Threats and attacks are also SSL Based and visibility into the SSL Traffic is critical to impose strict security policies. It is always recommended to have a dedicated SSL Interceptor before and after the security devices to pass the decrypted traffic for security inspection and imposing security policies. Hence, we recommend to add the following SSL Interceptor

As per RFB document

Page 139: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

139 | P a g e

Specifications: "The SSL Interceptor should be a purpose-built and dedicated Hardware applicance supporting L2 and L3 deployment modes. The applicance should be capable of a minimum of 25 Gbps SSL Throughput, should be from the same OEM as ADC Module for better and easier integration with the following minimum TPS Parameters: SSL TPS (RSA 2K): 40,000 ECC TPS (ECDSA P256): 25,000 The Appliance should also support acting as a Web agent service to implement explicit Forward proxy mode and to perform DNS Caching. The SSL Interceptor should support High Availability based on Standard VRRP (RFC 2338)."

325 clause 12 / page 54 12) The term JV has been used in accordance with the WB guidelines, however no new company needs to be formed.

The term "JV member" where ever applicable may be referred as "Consortium member", Kindly confirm.

As per RFB document

326 Pre-Qualification Criteria / Page 52

New clause to be added Either Prime Bidder or JV partner should have any 2 of the below 3 Certification i. CMMI Level 3 or above Certification ii. ISO 27001 iii. ISO 20000

As per RFB document

Page 140: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

140 | P a g e

327 Technical Qualification Criteria: / Organizational Capability

New clause to be added Either Prime Bidder or JV partner should have CMMI Level 3 or above Certification 1) CMMI Level 3 Certification - 1 point 2) CMMI Level 4 Certification - 2 points 3) CMMI Level 5 Certification - 5 points

As per RFB document

328 Technical Qualification Criteria: / Software Solutions (1)

Existing Clause: The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

Suggested Clause: The Prime Bidder or JV partner should have implemented at least 2 projects in COTS / Packaged Application / Application development software solution projects (at least One project should be Go- Live). Each project must have any 4 of the following modules – 1. Work Execution and Project Management, 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Grievance Management, 6. Web Portal 7. Human Resource Management System, 8. Document Management System 9. Freight and Logistics Management System, 1) Only one module implemented – 0 points 2) Two modules implemented – 2 points 3) Three modules implemented - 4 points

As per RFB document

Page 141: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

141 | P a g e

4) Four or more modules implemented – 5 points

332 Software Solutions (2)

EXISTING CLAUSE The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e- governance domain (at least project should be Go-Live) 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

SUGGESTED CLAUSE The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e- governance domain (at least project should be Go-Live) 1) Work Order Value less than 5 Cr – 0 points 2) Work Order Value between 5 Cr to 10 Cr – 2 points 3) Work Order Value between 10 Cr to 20 Cr - 4 points 4) Work Order Value exceeding 20 Cr – 5 points

As per RFB document

333 Resource Deployment

EXISTING CLAUSE Domain Specialist Essential Requirements: · B.E. / B. Tech./M.Sc. in civil Engineering · Minimum 10 year experience, out of which minimum 4 years in Public works domain

SUGGESTED CLAUSE Domain Specialist Essential Requirements: · B.E. / B.Tech. / M.Sc. in civil Engineering · Minimum 10 year experience, out of which minimum 4 years in eGovernance domain

As per RFB document

Page 142: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

142 | P a g e

334 Payment Terms Suggest to consider following payment terms:

As per RFB document

335 Sr. No Milestones % amount payable

336 Advance Payment against receipt of a claim accompanied by the Performance Bank Guarantee.

10% of total contract value

337 Part A: Supply of ERP License (In case COTS) including GIS

338 1 Cost of ERP Product License payable as per the agreed license procurement plan, finalised during inception stage.

100%

339 2 Yearly ATS amount - At the beginning of each year( after one year of the supply of licences)

100%

340 Part B: Supply of Hardware & System Software and installation at DC & DR

341 1 Delivery and Installation of hardware 80%

342 2 On Verification by an agency appointed by HPPWD / HPRIDC

20%

343 Part C: ERP Development & Implementation services

Page 143: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

143 | P a g e

344 1 Submission and acceptance of inception report

5%

345 2 Approval of ‘As-is’ document 5%

346 3 Approval of ‘To-be’ document 5%

347 7 Acceptance testing of Solution 50%

348 8 Training at key locations (3.75 % each location)

10%

349 12 System Go –Live 25%

350 Part D: Data entry cost

351 1 Monthly as per actual data entry work carried out

352 Part E: Field Rollout

353 1 Supply, Installation, Testing, Commissioning and certified by authorised representative at various locations

100%

354 Part F: O&M Phase

355 1 O&M Support Cost Equal quarterly payments

356 7. All bids must be accompanied by a Bid Security of INR 8.4 Million/ USD 120,000 (Page 2 of 432)

Bid Security of INR 8.4 Million/ USD 120,000 We request you to kindly exempt or reduce the Bid Security to MSME bidder companies as per the GOI guidelines for Public Procurement Policy. In case of MSME companies, they shall be allowed to submit attested copy of MSME certificate / Udyog Aadhaar in lieu of Bid

Please refer to corrigendum

Page 144: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

144 | P a g e

Security. Please can you accede to this request.

357 a) Prequalification criteria: (Page 48 of 432)

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

The turnover criteria of Rs 100 Cr for last three years is a steep barrier for MSME companies to participate in such RFPs. Therefore, we request you to reduce the average turnover criteria to Rs 50 Cr to encourage wider participation of bidders including MSME companies.

As per RFB document

358 a) Prequalification criteria: Point No. 6 (Page 48 of 432)

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

In case of JV, Prime Bidder as well as JV Partner(s) shall be jointly as well as severally responsible for the project as mentioned in the Clause 4. Eligible Bidders (Page 7 of RFP). Therefore, it would be pertinent to consider combined turnover of Prime Bidder and JV Partner(s) for satisfying the criteria for average turnover of Rs. 100 Cr. We request you to consider this and accept the combined turnover of JV for meeting this criteria.

As per RFB document

Page 145: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

145 | P a g e

359 b) Technical evaluation : Organizational Capability Page 52

"Two (2) completed/ Substantially completed projects in IT Solution implementation for Government/ Public Sector Undertaking (PSU), each of minimum value of INR 2 crore / USD 285,714. Those firms having implemented the IT solution for Roads/Bridges/Civil Infrastructure shall be given preferential treatment, however, projects in IT Solution implementation in e-governance domain shall also be considered. The projects should be executed in the last five years as on bid submission date."

You have mentioned that this criteria should be fulfilled by Prime Bidder. However, in case of JV, where Prime Bidder is a hardware vendor, he will not be able to fulfil this particular criteria for completed projects of IT solution (which invariably implies software & not hardware). Though you have allowed that a hardware vendor can become Prime Bidder, this criteria will be an impediment to the hardware vendor in becoming the Prime Bidder. Therefore, we request you to consider that this criteria could be fulfilled either by Prime Bidder or by JV Partner.

As per RFB document

360 Technical Qualification Criteria: (a) Organizational Capability Page 52 of 432

The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

In case of JV, one partner will be Hardware vendor whereas the other shall be software vendor. Therefore, it will be difficult for any one of the partners to provide credentials for projects which include both hardware & software. Therefore, we request you that in case of JV, two projects (one for software + one for hardware) should be combined to meet the criteria for one project to provide the marks for technical evaluation for Organizational Capability.

As per RFB document

Page 146: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

146 | P a g e

361 Technical Qualification Criteria: (a) Software Solutions-1 Page 52 &53 of 432

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

You have mentioned that the qualifying project must have 5 out of 6 modules. This is a very stringent criteria and may favour specific bidder only. Since there are other relevant modules such as (1) Project Planning, (2) Quality & Control (3) Legal & Arbitration, (4) Document Management, (5) HRMS under the scope of work, we request you to add these 5 modules under the list, for meeting this criteria; so that bidder can provide credentials of projects having five out of the ten modules. 'Project Planning' especially is a very important module for civil/ infrastructure works and its inclusion in the list could be critical for evaluation.

As per RFB document

362 Technical Qualification Criteria: (d) Operation & Maintenance Services/ Helpdesk Page 53 & 54 of 432

The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects

(1) Since O&M is an ongoing process for long period of years such as 3-5-7 years, therefore ongoing projects where more than 2 years of O&M have been completed should be allowed for the criteria for O&M projects. We request you to consider this. (2) In some turnkey projects, the breakdown of Solution cost & O&M cost is not clearly demarcated. In such cases, we request you to accept certificate from Chartered Accountant for payments received for O&M portion of

As per RFB document

Page 147: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

147 | P a g e

project as an alternative to client certificate for this criteria.

363 Copyright (GCC Clause 15) Page 374

The Purchaser may assign, license, or otherwise voluntarily transfer its contractual rights to use the Standard Software or elements of the Standard Software, without the Supplier’s prior written consent, under the following circumstances: a) To a third party to assist PWD/ RIDC, HP in making a transition from its existing system (s) to the new system (s) b) For use of any department of state Govt./ Govt. of India in similar initiation after approval by competent authority c) if directed, in writing, by the Government of India or any statutory agency to comply with any audit, legal or special investigative proceedings that may arise

Please clarify that in case of COTS software licenses used in the solution, those could not be used at other departments and will be purchased from respective OEMs, if required. The source code and rights for Software parts exclusively developed for HPPWD and HPIRDC shall remain with HPPWD and HPIRDC and could be used for other departments or multiple locations of HP Govt.

The understanding is correct in the given context

364 Pre Qualification Criteria- Sr. No. 6 (Pg. 48)

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more

In RFB Joint Venture is consider so kindly allow the Annual Turn Over of 100 Cr for any Partner under JV.

As per RFB document

Page 148: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

148 | P a g e

365 Pre Qualification Criteria- Sr. No. 9 (Pg. 49)

Prime Bidder should have minimum 250 fulltime employees working on its rolls on IT and IT Enabled Services (IT & ITES) during the last three years as on bid submission date

In RFB Joint Venture is consider so kindly allow the minimum 250 fulltime employees working on its rolls on IT and IT Enabled Services (IT & ITES) for any Partner under JV.

As per RFB document

366 Payment Terms against Operation & Maintenance Support Cost

In RFB Terms & Payment for the supply of Software Application & Terms of Payment for DR, DC & Field Office Hardware is defined. Please provide the Payment information against Operation & Maintenance Support Cost

Please refer to RFB document; Terms of Payment (GCC clause 12), pg. no. 369-371

367 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS - Tablet Page no. 174 Particulars Description

Tender specification Description Proposed specification as per latest industry standard

Please refer to corrigendum

368 Processor Qualcomm Snapdragon 450 Octa Core or higher

Exynos 9611, (4x2GHz, 4x1.7GHz)

369 ROM 32 GB or higher 64 GB of higher, Expandable to 1 TB SD card

370 RAM 3 GB or higher 4 GB or higher

371 Display Capacitive Full HD Backlit LCD Display with size 10.5 inch or higher, 1920 x 1200 Pixels

10.4", 1200 x 2000 Pixels

372 USB USB 2.0 Type C USB 2.0 Type C

373 Connectivity 4G LTE Wi-Fi Bluetooth Voice Calling Single SIM

4G,LTE, Wi-Fi, Bluetooth, Voice Calling, Single SIM

Page 149: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

149 | P a g e

374 Camera Primary 8 MP, Secondary 5 MP Primary 8 MP, Secondary 5 MP

375 Battery 7300 mAh or higher, Lithium Ion, Up to 14 hrs.

7040 mAH Battery

376 OS Android 8.1 (Oreo) or higher Android 10 or higher

377 Sensors Accelerometer, Gyro, Compass, RGB Light, Hall Sensor

Accelerometer, Gyro, Compass, RGB Light, Hall Sensor

378 Navigation A-GPS, Google Maps support A-GPS, Google Maps support

379 Accessories Ear phone Compatible Stylus Pen Battery Charger and USB Cable Folio/Flip cover or a carrying kit in field User Manual and documentation

Ear phone, Compatible OEM Stylus Pen, Battery Charger, and USB Cable Folio/Flip cover or a carrying kit in field User Manual and documentation

380 Warranty 4 years warranty on Table 3 years warranty on Tablet with battery

381 Pre-Qualification Criteria, Page 48

3. In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

As per the scope of the RFP a COTS OEM should be allowed to be a part of consortium fulfilling either ISO 9001:2008 or CMMi Level 3

As per RFB document

Page 150: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

150 | P a g e

382 Software Solutions (1), Page 52

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

Since the solution asked would be best fit for any COTS based application therefore the COTS OEM experience may also be considered other than Prime Bidder or JV partner

As per RFB document

383 Software Solutions (2), Page 53

The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live) 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

The features for the project are missing in the criteria. Request to provide marks on number of projects

Please refer to RFB document

Page 151: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

151 | P a g e

384 d. Operation & Maintenance Services/ Helpdesk Page 54

The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

The features for the project are missing in the criteria. Request to provide marks on number of projects

Please refer to RFB document

385 Pg. 370, Payment Milestone for Application Software (50%)

Advance Payment against receipt of a claim accompanied by the Performance Bank Guarantee. 5% of the table 2.3 Supply and Installation Cost Summary Table for Application software

Kindly release 10% of software and hardware cost on submission of PBG

As per RFB document

386 Terms of Payment Schedule for DR,DC & Field Office Hardware, Page No. 374, Clause No. 12.1

Supply & Successful Installation of DR and Field office Infrastructure (Field Acceptance Report)Payment Milestone for Implementation Phase (80%)

Kindly consider to release 70% against delivery and 20% against installation and Acceptance Report.

As per RFB document

Page 152: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

152 | P a g e

387 Data Base Server (Section 3.1 & Page 162) 2. Processor: Minimum 2 No. of Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4MB L3 cache per processor. The processor should be of latest series generation for the server models being quoted.

The processor specification should be revised because these specs are very minimal w.r.t targeted/supported workloads.

Minimum 2 No. of 10 Core Processor with minimum 2.5 GHz or above with 2666 MHz with minimum 19MB cache per processor. The processor should be of Intel Cascadelake or latest series generation for the server models being quoted.

Please refer to corrigendum

388 Data Base Server (Section 3.1 & Page 162) 3. Processor Scalability: Scalable to 4 processor within same chassis

The 2 socket servers are more economical compared to a 4 socket server and can suffice the desired application stack.

Scalable to 2 Nos. 28 Core processor within same chassis

Please refer to corrigendum

Page 153: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

153 | P a g e

389 Data Base Server (Section 3.1 & Page 163) 13. Networking: dual port 10 Gbps Ethernet Adapter, with no single point of failure

Please clarify if there is a requirement of port level or card level redundancy

Please refer to corrigendum

390 Data Base Server (Section 3.1 & Page 163) 16. RAID: RAID 0,1 & 5 with 512 MB battery backed cache

Cache should be changed to min 2GB and every OEM can fulfil the 2GB cache requirement

RAID 0,1 & 5 with 2GB battery backed cache

Please refer to corrigendum

391 Data Base Server (Section 3.1 & Page 163) 17. Bus Slots: Minimum Four PCI-Express slots

This should be changed to minimum 8 slots because 4 slots will be occupied by a HBA card, Ethernet card ( card redundancy) and RAID controller and there will not be any free PCI-Express slots for future expansion

Please refer to corrigendum

Page 154: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

154 | P a g e

392 Data Base Server (Section 3.1 & Page 163) Additional point: Server Security

As these servers are going to run your critical applications, security should be built in these servers to protect from threats. The security of servers should not be dependent on external software's and devices.

Should have a cyber resilient architecture for a hardened server design for protection, detection & recovery from cyber attacks. Should protect against firmware which executes before the OS boots Should provide effective protection, reliable detection & rapid recovery using: - Silicon-based Hardware Root of Trust - Signed firmware updates - Secure default passwords - Configuration and firmware drift detection - Persistent event logging including user activity - Secure alerting - Automatic BIOS recovery - Rapid OS recovery - System erase Should provide system lockdown feature to prevent change (or “drift”) in system firmware image(s) & prevent malicious modification of server firmware

Please refer to corrigendum

Page 155: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

155 | P a g e

393 Application Server / Web Server/ Backup Server (all Other Server)(Section 3.1 & Page 164) 1. Form Factor: Full/Half height Blade

Total QTY of servers is 3 for App/Web/Backup and every OEM will be populating less than 40% of Blade Chassis. The form factor decision should be made from investment protection or CAPEX savings. If this would have been fully or at least 80% populated chassis, then Chassis would have been an ideal solution. We suggest to opt for Rack Servers

2U Rack Servers Please refer to corrigendum

394 Application Server / Web Server/ Backup Server (all Other Server)(Section 3.1 & Page 164) 8. Networking: dual port 10 Gbps Ethernet Adapter, with no single point of failure

Please clarify if there is redundancy requirement of port or card level. If the committee finalizes on blade chassis setup, fabric switching engine can be asked to populated in redundant fashion in the blade chassis to avoid single point of failure

Please refer to corrigendum

Page 156: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

156 | P a g e

395 Application Server / Web Server/ Backup Server (all Other Server)(Section 3.1 & Page 164) Additional point: Server Security

As these servers are going to run your critical applications, security should be built in these servers to protect from threats. The security of servers should not be dependent on external software's and devices.

Should have a cyber resilient architecture for a hardened server design for protection, detection & recovery from cyber attacks Should protect against firmware which executes before the OS boots Should provide effective protection, reliable detection & rapid recovery using: - Silicon-based Hardware Root of Trust - Signed firmware updates - Secure default passwords - Configuration and firmware drift detection - Persistent event logging including user activity - Secure alerting - Automatic BIOS recovery - Rapid OS recovery - System erase Should provide system lockdown feature to prevent change (or “drift”) in system firmware image(s) & prevent malicious modification of server firmware

Please refer to corrigendum

Page 157: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

157 | P a g e

396 Laptop Specifications (Page 173) Processor: CPU - Intel Core i5 or latest generation ,4 MB L3 Cache and up to 3.9 GHz

Intel has released latest 10th Generation processors for Laptops and these are available with all leading OEMs. The same can be cross checked on GeM portal.

CPU - 10th Generation Intel Core i5 ,6 MB Cache and up to 4.2 GHz

Please refer to corrigendum

397 Laptop Specifications (Page 173) Memory: 8 GB 1600 MHz or higher DDR3 RAM

Please change these to latest specifications. A DIMM slot should be kept free for future RAM expansion so that more RAM can be added to existing RAM if required.

8 GB DDR4 2667 MHz or higher DDR4 RAM, 1 DIMM slot should be empty for future expansion

Please refer to corrigendum

398 Laptop Specifications (Page 173) Ports: 3 USB Ports, 2xUSB 2.0, 1 x USB 3.0 , 1 Serial, Audio ports for microphone and headphone in front.

Serial port is not available in Laptops and anymore, kindly remove it. We suggest to include latest Type-C port for future proofing the Infrastructure.

4 USB Ports, 2xUSB 3.0, 1 x USB 2.0 , 1 USB Type-C, Audio ports for microphone and headphone in front.

Please refer to corrigendum

399 Laptop Specifications (Page 173) Optical Drive: DVD Writer

DVD drive is not available in Laptops anymore, please remove it. In case it is required please allow external USB DVD Writer

Optical Drive: DVD Writer (Integrated or External)

Please refer to corrigendum

400 Laptop Specifications (Page 173) Display: 15.6 inch, HD LED, 1366 x 768 pixels

Since screen size is large we suggest to opt for more pixels for better experience.

15.6 inch FHD LED, 1920 x 1080 pixels Please refer to corrigendum

Page 158: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

158 | P a g e

401 Laptop Specifications (Page 173) Power: 65 W AC Adapter, 4 cell

Please change the battery to minimum 3 Cell and add battery backup time to complete the requirement.

65 W AC Adapter, 3 cell with providing minimum 6 hours of battery backup on normal usage

Please refer to corrigendum

402 Laptop Specifications (Page 173) Warranty: 4 Years On-Site Comprehensive warranty & Maintenance

Battery warranty should be included so that batteries can be replaced in case their performance degrades. Warranty should be requested from OEM for proper support of parts and labour.

4 Years On-Site Comprehensive OEM warranty & Maintenance including 3 years OEM warranty for battery.

Please refer to corrigendum

403 Laptop Specifications (Page 173) Suggested addition

The Keyboard parameter is not mentioned in the specs and minimum specification should be defined.

Keyboard: Spill resistant backlit Keyboard with multipoint touchpad

Please refer to corrigendum

404 Desktop Specifications (Page 171) Processor: X-86 Architecture based, 64-bit Supported Quad Core AMD A10 latest Generation or higher or Intel Core-i5 latest Generation or higher Processor

The current Generation of Intel Desktop processors is 10th. 10th Generation i5 processor has 6 cores. Please ask equivalent 6 core AMD processor and change the specifications.

X-86 Architecture based, 64-bit Supported Hexa Core AMD Ryzen 5 3600 or higher/10th Generation Intel Core-i5 Processor or higher.

Please refer to corrigendum

Page 159: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

159 | P a g e

405 Desktop Specifications (Page 171) RAM: Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4 2133 MHz SDRAM Memory, minimum Two DIMM slots

Minimum 16GB RAM latest RAM should be requested for performance. 4GB RAM is not sufficient for running Windows 10 and latest applications like Google Chrome, MS Office etc.

Memory 16GB (2x8GB) expandable to 64 GB Non-ECC DDR4 2666 MHz SDRAM Memory, minimum Four DIMM slots

406 Desktop Specifications (Page 172) Ports: 10 USB port with minimum 6 USB 3.0 and minimum 4 USB port in front; 1 Headphone/ microphone; 1 Headphone connector; 1 serial; 2 PS/2 (optional) (keyboard & mouse); 1 VGA; 1 audio line in; 1 audio line out; 1 RJ-45

1 Universal audio Jack to be included for headphone/Microphone. At least 2 ports for display output should be requested so that multi-monitor setup can be supported, wherever required.

10 USB port with minimum 6 USB 3.0 and minimum 4 USB port in front; 1 Universal Audio Jack (front); 1 serial; 2 PS/2 (optional) (keyboard & mouse); 2 display ports (VGA/DP/HDMI); 1 RJ-45

Page 160: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

160 | P a g e

407 Desktop Specifications (Page 172) Monitor: 19.5 " LED Backlit Monitor, TCO 6.0 or higher Certified

Latest TCO certification should be requested for compliance to latest standards.

19.5 " LED Backlit Monitor, TCO 8.0 or higher Certified

408 Pg. 48, Pre-Qualification Criteria

3. In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Pls allow COTS/Packaged Application OEM to be a part of consortium without any binding of ISO 9001:2008 or CMMi Level 3 certification

As per RFB document

409 Pg. 48, Pre-Qualification Criteria

4. In case where the Prime Bidder is the software application partner, it should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. In such cases, the hardware partner shall be ISO 9001:2008

Pls allow COTS/Packaged Application OEM to be a part of consortium without any binding of ISO 9001:2008 or CMMi Level 3

As per RFB document

410 Pg. 48, Pre-Qualification Criteria

5. In case where the bidding firm is going to supply both the hardware and the software application, it should possess both the ISO 9001:2008 and the CMMi Level 3 or above certification

Pls allow COTS/Packaged Application OEM to be a part of consortium without any binding of ISO 9001:2008 or CMMi Level 3

As per RFB document

411 Pg. 50, Note The number of joint venture partners including the Prime Bidder cannot exceed three. The joint venture partners should have experience in IT enabled services/IT Solutions/Process Automation.

Pls allow COTS/Packaged Application OEM to be a part of consortium

As per RFB document

Page 161: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

161 | P a g e

412 Pg. 52, Software Solutions (1)

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

Pls allow project citations of OEM whose product is being proposed irrespective of whether OEM is a part of Consortium/ JV or not

As per RFB document

413 Pg. 53, Software Solutions (2)

The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live) 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

Pls clarify on the features for the marking criteria as it includes both Roads/Bridges/Civil Infrastructure or e-governance domain

Please refer to RFB document

Page 162: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

162 | P a g e

414 Pg. 53-54, d. Operation & Maintenance Services/ Helpdesk

The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

Pls clarify on the features for the marking criteria

Please refer to RFB document

415 Pg. 55, Solution proposed

Note: While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts.

Pls clarify whether department wants fully bespoke solution or mix solution, in that case please relax the marking weightage and mandatory criteria for the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

As per RFB document

Page 163: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

163 | P a g e

416 Pg. 137, Develop mobile app

SI will Develop mobile platform and identify services that can be developed through mobile devices, facilitating ease of use and faster adoption. The mobile application should support both Android and iOS based operating system.

The app should be of whole application or limited feature of the solution. What features to be present in app? Whether deployment of app in google and apple is part of implementation. Pls clarify

SI may offer their best solutions; Mobile app development is also the part of implementation

417 Pg. 137, BI tool and Data warehouse

SI will Develop Data Warehouse for consolidation of transactional data across the system on a common platform and provide tools for analysing data and facilitate informed decision making

Is it required to have ETL tool or any BI solution. Please clarify

SI may offer their best solutions

418 Pg. 140, Assessing network connectivity requirement

Feasibility study to analyse all the available network provider and map there offer with the purchaser requirement

Who all are the leading network provider currently? Pls share details

Details will be shared with selected SI

419 Pg. 140, Assessing network connectivity requirement

Purchaser will also assist SI in coordinating with government agency for providing subsidize rate

If govt. have any rate contract available currently, requested to provide the same.

Details will be shared with selected SI

420 Pg. 142, Warranty and Operational Support

The SI MUST warrant that the system’s hardware infrastructure and overall solution supplied shall have no defects arising from design or workmanship or any act or omission of the service provider. The warranty (of 12 months) including post warranty (36 months after expiry of warranty period) shall remain valid for a period of 48 months from the “Go-Live” date.

It is to be assumed that all hardware component will have warranty for 4 years post go-live and software solutions will have support for 4 years. Pls clarify

Understanding is correct in the present context

Page 164: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

164 | P a g e

421 Pg. 145, training program

Table provided in page 145 Is it like 1900 persons to be trained or application champion and module champion are subset to each other. Basic Computer training and advance computer training, are they sub set to each other or cumulative

Details will be shared with selected SI

422 Pg. 146, change management

table provided in page 146 What is expected to do in communication and leadership workshop? Pls clarify

Details will be shared with selected SI

423 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications F. Load Balancer for DC site Page No. 168 of 432 S.No. 9 : Redundancy

Segmentation / Virtualization support along with Resource Allocation and dedicated access control on per segment basis

It is requested that the Segmentation is a legacy technology where available resources is shared between different segments in the same operating environment and on the same hardware. In virtualization, dedicated resource is allocated to each instance including separate operating system to each instance. Suggested Clause: Virtualization support that virtualizes the device resources—including CPU, memory, network, operating system, management and acceleration resources. The proposed appliance should support 10 virtual instances and should be scalable upto 20 virtual instances.

Please refer to corrigendum

Page 165: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

165 | P a g e

424 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications F. Load Balancer for DC site Page No. 171 of 432

New Clause Request It is requested that the Industry Standard Certification such as Gartner should be considered to have benchmark and healthy competition among the Industry Technology Leaders. Suggested Clause: OEM should be present in Gartner Magic Quadrant for ADC in the last published report

Please refer to corrigendum

425 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications Page No: 172 Item: H. MFP

Processor: 600 MHz As per RFP, the MFP Specifications Complied with One OEM only. Request to change it to Processor: 400 MHz

Please refer to corrigendum

426 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications Item: H. MFP Page No: 173

Formats: JPG, RAW (BMP), PNG, TIFF, PDF As per RFP, the MFP Specifications Complied with One OEM only. Request to change it to Formats: JPG, PDF

Please refer to corrigendum

Page 166: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

166 | P a g e

427 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications Item: J. Tablet Page No: 178

Battery: 7300 mAh or higher, Lithium Ion, Up to 14 hrs.

Request to change Battery: 7000 mAh or higher, Lithium Ion, Up to 10 hrs.

Please refer to corrigendum

428 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications Item: K. UPS (Min. 600VA) Page No: 178, Serial No: 12

Overload capacity: At 120% load minimum 1 Min

Request to change Overload capacity: At 110 % for 1 sec

As per RFB document

429 D. TECHNOLOGY SPECIFICATIONS – SUPPLY & INSTALL ITEMS 3.1 Computing Hardware Specifications Item: K. UPS (Min. 600VA)

Storage / Operating Temp: 0 – 45 °C

Request to change Storage / Operating Temp: 0 – 40 °C

Please refer to corrigendum

Page 167: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

167 | P a g e

Page No: 178, Serial No: 16

430 Pg. 370, Payment Milestone for Application Software (50%)

Advance Payment against receipt of a claim accompanied by the Performance Bank Guarantee. 5% of the table 2.3 Supply and Installation Cost Summary Table for Application software

It is requested to release 10% of the table 2.3 Supply and Installation Cost Summary Table for Application software since this is a very capital intensive project

As per RFB document

431 General Penalty capping It is requested to cap the penalty upto 10% of the contract value

As per RFB document

432 Terms of Payment Schedule for DR,DC & Field Office Hardware, Page No. 374, Clause No. 12.1

Supply & Successful Installation of DR and Field office Infrastructure (Field Acceptance Report)Payment Milestone for Implementation Phase (80%)

Request to consider 60% against delivery and 20% against installation and Acceptance Report. As huge capex need to be spent, suggested payment terms can improve competitiveness and reduce finance costs to the department

As per RFB document

433 Section No.: Section III (a) Sr.No. : 3 Page: 48

In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

ISO 9001:2008 is outdated and latest versions ISO 9001:2015. Kindly accept only latest version of ISO

Please refer to corrigendum

434 Section No.: Section III (a) Sr.No. : 4 Page: 48

In case where the Prime Bidder is the software application partner, it should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. In such cases, the hardware partner shall be ISO 9001:2008

ISO 9001:2008 is outdated and latest versions like ISO 9001:2015 are much better and has been in use, so we request you to accept the latest versions as well.

Please refer to corrigendum

Page 168: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

168 | P a g e

435 Section No.: Section III (a) Sr.No. : 5 Page: 48

In case where the bidding firm is going to supply both the hardware and the software application, it should possess both the ISO 9001:2008 and the CMMi Level 3 or above certification

ISO 9001:2008 is outdated and latest versions like ISO 9001:2015 are much better and has been in use, so we request you to accept the latest versions as well.

As per RFB document

436 Section III - Evaluation and Qualification Criteria, Page No 48, Sl No 3&4

In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Assuming if the bidder is going to supply both the hardware and software, in that case S.No 3 & 4 is not applicable and hence supporting documents for these two criterion separately need not be submitted

As per RFB document; interpretation is correct in that context

437 Section III - Evaluation and Qualification Criteria, Page No 48, Sl No 6

Extracts from the audited Balance sheet and Profit & Loss statement and Certificate from the statutory auditor (for confirming that the turnover is for IT and ITES only).

Please also allow to submit Certificate from Chartered Accountant

Certificate required from statutory auditor

438 Section No.: Section III (a) Sr.No. : 7 Page: 48

Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more

(Please also add FY 19-20 for Turnover as per last three FY. Those who don't have audited Balance sheet of FY 19-20, they can submit FY 2016-17). Revised Clause: Average Annual Turnover of Joint Venture Partner from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19 or FY 17-18, FY 18-19,FY 19-20 ) as per the last audited balance sheets of INR 10 crore / USD 1,428,571 or more

Please refer to corrigendum

Page 169: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

169 | P a g e

439 Section III - Evaluation and Qualification Criteria, Page No 49, Sl No 8

"Two (2) completed/ Substantially completed projects in IT Solution implementation for Government/ Public Sector Undertaking (PSU), each of minimum value of INR 2 crore / USD 285,714. Those firms having implemented the IT solution for Roads/Bridges/Civil Infrastructure shall be given preferential treatment, however, projects in IT Solution implementation in e-governance domain shall also be considered. The projects should be executed in the last five years as on bid submission date."

Our understanding is that if the date of work order/Contract is beyond the mentioned last five years as on bid submission date and completed/phase completed/has gone live in last five years as on bid submission date will be considered. This is industry standard. Please confirm. Does this consideration of e-governance projects lie under preferential treatment as well?

The projects should be executed in the last five years as on bid submission date. Please go by the description of criteria

440 Section No.: Section III (a) Note 2 Page: 54

The value of the projects considered in the above criterion would be based on the Purchase Order or the LOI issued, or the Contract value signed with the responding firm. Only documents issued by the client at the time of order shall be considered. In absence of the supporting documents, the projects would not be considered for evaluation.

How will contract value be treated if the project is done in JV will the entire amount of the project will be considered as the value of the project?

The contract value of responding firm will be taken into consideration

Page 170: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

170 | P a g e

441 Section No.: Section III (a) Sr.No. : 2 Page: 48

The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017- 18, 2018-19 audited Balance Sheet

(Please also add FY 19-20 for Net worth calculation as per last three FY. Those who don't have audited Balance sheet of FY 19-20 , they can submit FY 2016-17). Revised Clause: The Net Worth of the Prime Bidder and its Joint venture partner must be positive as per the last three financial year’s 2016-17, 2017- 18, 2018-19 or 2017- 18, 2018-19 or 2019-20 audited Balance Sheet

Please refer to corrigendum

442 Section III - Evaluation and Qualification Criteria, Page No 52, Sl No a - Organizational Capability

The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

Request you to kindly amend the clause as below: The Prime Bidder or JV partner should have implemented Projects which includes any of the below three features: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

As per RFB document

Page 171: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

171 | P a g e

443 Technical Evaluation (Section No. 1.b, Page No. 52)

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

Request this clause to be modified as - The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least 1 (one) project should be Go-Live). Each project must have any 4 of the following modules – 1. Work Execution and Project Management, 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

As per RFB document

Page 172: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

172 | P a g e

444 Section III - Evaluation and Qualification Criteria, Page No 53, Sl No b - Software Solution (2)

The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live). 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

Our understanding is that any software application developed through bespoke mechanism needs additional supporting software and licenses to implement the solution. Hope this is ok to showcase such projects here to suffice the requirement. Also please clarify the details of the features to be showcased here to receive marks

As per RFB document

445 Section III - Evaluation and Qualification Criteria, Page No 55, Sl No 1 - Project Manager

Project Manager Essential Requirements: · B.E. / B. Tech / MCA / M.Sc. in the field of computer science/IT · Minimum 10 year of experience as Project Manager in IT projects · Experience in e-Governance projects · Educational Qualification: MBA/M.Tech · Relevant Certification (either of PMP/PMI/Prince2)

Please clarify the qualification criteria asked in. Is it MBA/Mtech or B.E/B.tech/MCA/M.Sc.?

Please refer to RFB document

Page 173: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

173 | P a g e

446 Section III - Evaluation and Qualification Criteria, Page No 55, Sl No 2 - Domain Specialist

Domain Specialist Essential Requirements: · B.E. / B. Tech./M.Sc. in civil Engineering · Minimum 10 year experience, out of which minimum 4 years in Public works domain · Proven Professional Experience in e-Governance projects with preference in the Public Works Domain

We are a IT services organization and hence we have multiple resources in various skill sets in IT who works for various projects. Hence restricting only to Public Work Domain experience is not suggestible as it will give better advantage for those firms who have experienced resources in Public Works Domain. Please make this criteria (experience in Public Works Domain) as optional and not mandatory. Also request you to dilute the educational qualification as below: B.E/B.Tech/M.Sc.

As per RFB document

447 Special Conditions of Contract, GCC Clause 20

Details and roles of “Sub-Contractors” 1. The bidder shall not propose sub-contracting for Application Components. The following services MUST NOT be subcontracted: i. Procurement of Hardware/System Software ii. Training & Change Management. Any Appointment/ changes in subcontractors would require explicit approval from Purchaser.

Kindly allow to subcontract for the following scope: i. Procurement, delivery and installation of hardware

As per RFB document

Page 174: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

174 | P a g e

448 General - Bid submission procedure

It is being mentioned to upload 2 cover as below in eprocument portal: 1. Fee/Prequal/Technical 2. Finance - BoQ and Detailed breakup of each cost separately as per Price Schedule Form. Since there is a size constraint in the eprocument portal, hence uploading a single pdf file consisting of pre-qual, technical and solution documents together is not feasible. Kindly allow minimum 4-5 pdf files to be uploaded for pre-qual and technical. Also detailed cost breakup format is not available in the BoQ. Please share detailed cost breakup tables in the BoQ

You can submit the document with reference to NIC e-procurement submission guidelines; for detailed BoQ please refer to Price Schedule Form as mentioned in RFB document at pg. no 71-81

449 Form CCC, Page 90 Summary Sheet: Current Contract Commitments/Work in Progress

It is being asked to share average monthly invoicing over last …..months. It is not visible in the RFP for last how many months have to be given. Please clarify

This is mentioned as last six months

450 Form Fin 2.3.1 Historical Financial Performance Kindly clarify for how many previous years, information has to be provided?

Details will be shared with selected SI

Page 175: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

175 | P a g e

451 Page No. 137 and Section 1.3

Develop Data Warehouse 1. Please provide us the below details for each of the scoped source systems database & version? • Platform • Number of tables • Number of attributes needs to be considered for the Data Warehouse • What is the database size (data and Index) - • In case of Data files - # of Files and Format of Data 2. What is the daily transaction volume (No. of Records/ size in GB/TB)? Also, please confirm total volume of existing data? 3. What are the customer security requirements in the Data Warehouse? 4. Please confirm Real time data replication required in centralized data warehouse?

Details will be shared with selected SI

Page 176: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

176 | P a g e

452 (page No. 273 and Section 11.3)

User Profile and Dashboard 1. Kindly let us know about the frequency of data load and data refresh in proposed solution? 2. Would the solution be enabled through mobile \ tablet? If yes, then what % of functionality is expected to be available on other devices. 3. How many users are anticipated to use the BI Reports, Dashboard and Data Warehouse and expected concurrency? 4. Are there any functional KPIs which should be measured and included in the report? 5. Please confirm any technology preference for Dashboard, Report and Data warehouse solution?

Details will be shared with selected SI

453 (page No. 273 and Section 11.4)

General & MIS Reporting 1. Please confirm proportional break-up of these reports? Is there any further breakup by subject areas for these reports. 2. Are there any time sensitive reports that need to be delivered within a specific SLA (especially regulatory reports)? If yes, then please let us know the total number of such reports? 3. What are the various user roles and preferences to access the specific reports? 4. How do you intend to receive the reports (such as login through web portal, email etc.)

Details will be shared with selected SI

Page 177: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

177 | P a g e

454 1.4 Pg. no 143 Storage of numbered documents at Head Office/Zonal Office/Circle Office in specified location

Request to confirm the no of office location across state for Digitization. The total number of pages is 80K as mentioned in the RFP. Request to share the count of document available in each office.

Estimated volume is available; Details will be shared with selected SI

455 1.4 Pg no 143 Support for Web Scanning / Distributed Scanning

Request to elaborate the requirement Details will be shared with selected SI

456 1.4 Pg no 143 Support platform independent scanning Request to elaborate the requirement Details will be shared with selected SI

457 1.4 Pg no 143 Facility to upload scanned batches from different field offices with Auto folder/Subfolder creation document filing & indexing on user defined fields.

Request to elaborate the requirement Details will be shared with selected SI

458 1.4 Pg no 144 Language of data entry – Hindi/English Request to confirm the % of Hindi & English

Details will be shared with selected SI

459 1.4 Pg no 144 Language of data entry – Hindi/English Request to confirm the number of fields for DE

Details will be shared with selected SI

Page 178: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

178 | P a g e

460 1.4 Pg no 144 Place/Location of data entry – as directed by the HPPWD, Head Office. Bidder has to arrange all necessary facilities not limited to electricity, power back up, water, cleaner, computers & other hardware at its own to carry out the data digitization activity at agreed location/site. The data entry/digitization shall be carried out at division level offices of HPPWD around the state.

Request to confirm how Bidder can arrange electricity, power back up, Water etc.

SI can use the Purchasers infrastructure with prior approval and mutual understanding

461 3.6 Pg no - 74

Data Entry (Per Page) - Here it is mention about 1 million pages

Request to confirm the number of pages. Whether these are different pages wrt digitization pages?

Details will be shared with selected SI

462 Section 1.3, page no 134

Supply, Installation, Design, Develop, Customize, Deliver, Configure and provide necessary support software on servers and/or desktops that will cater to the English language requirements of application system

Understanding from RFP, that the all the software licenses including backup, database, applications will be owned by HPRIDC. Please confirm

Understanding is correct

463 Section 1.3, page no 140

Assessing Network Connectivity requirements

Current network connectivity not capable and new solution is required for same?

Understanding is correct in the present context

464 Section 1.4.1.6, page no 161

Disaster Recovery Which type of DR setup to be deployed (Active-Active, Active-Hot or Active-Cold)

SI may offer their best solutions

465 General Solution Deployment Proposed solution will have to be deployed on procured hardware or on cloud?

This has to be deployed in SDC, Shimla

Page 179: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

179 | P a g e

466 General Query We assume that sms and mail charge will be borne by client

Your assumptions are correct in the given context; SI will bear the cost for security audit before go-live; SI is expected to deduce the size of transactional information for the RFB; Incoming SI can do the in-house development, however some on-site resources are to be deployed at the client Head Officer as per requirement specified in the RFB document; presently the number of concurrent users are estimated to be around 3000

467 Please clarify who will bear the security audit testing and certificate cost?

468 Please let us know the complete Database size for transactional information for migration activity? Apart from that any other DB migration is there?

469 Please clarify can we do in house development?

470 We assume that all the API's will be provided by respective integrator service providers (TPA)

471 We understand that large volume data growth over the years of operations this data is required for various purposes like reports, OLTP, analytics, etc. Due to the large volume of data which will be accessed with high concurrency it is important that the database should be hosted on specialized / engineered platform specifically for database. The platform should be able to support large concurrency of OLTP transactions and analytics reporting requirements

472 Please clarify number of concurrent users

Page 180: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

180 | P a g e

473 Section 1.3.3 & Page No. 142 -143

SI will procure all hardware/ equipment to setup the helpdesk in E-in-C office Shimla. - SI has to put in place a complaint logging system (Portal, Voice and E-Mail) for the Help Desk - Department will only provide required space to SI for setting Help Desk

We understood that Does bidder has to provide the Help desk management tool also.

Understanding is correct

474 General Query Does bidder has to provide the licenses of Helpdesk management tool on perpetual basis or on subscription basis , please confirm .

On perpetual basis

475 General Query Does Bidder can bundled the helpdesk management system cost along with helpdesk executives and factor under Annual Operations & Maintenance Support cost for Hardware and Licenses (Field, DC & DR site) of section 1.4 , please confirm.

Please provide separate cost for this component in the given price schedule form

476 1.2.2 Overview of To-Be Business Processes Document Management System / Page No-132

4. A retrieval system should retrieve right documents fast and easy. With e-book feature, documents should be stored in html, xml or pdf format.

Request for the clarification of expectation "e-book feature" from DMS document retrieval functions.

SI may offer their best solutions

Page 181: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

181 | P a g e

477 1.4 Data Digitization / Page No - 143

Submission of the scanned documents to Centralized DMS Server. Direct upload of Scanned Document to DMS Server.

Request for the clarification below: 1> Whether uploading of the document to happen from distributed locations or from a central point 2> Whether indexing of scanned documents to be done from a central location or not?

Requirement will be shared with the incoming SI

478 1.3 Architecture Design Process (HPPWD) / Page No - 259

The communication between Division engineer and Architecture wing should be attached with document management system to store various versions of the drawings of a single site.

Request to confirm the following: 1> Format of drawings to be uploaded 2> What can be the maximum size of the drawings 3> Whether drawings to be uploaded from internet environment?

Requirement will be shared with the incoming SI

479 9.0 Document Management System / Page No - 269

The solution should offer a comprehensive range of cost-effective services for Document Management System

Request to clarify the following: 1> Concurrent user access/login in document management system for this requirement. (This is required to analyse hardware requirement for DMS setup)

Requirement will be shared with the incoming SI

Page 182: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

182 | P a g e

480 9.0 Document Management System / Page No - 269

The solution should offer a comprehensive range of cost-effective services for Document Management System

Request to confirm our understanding that Document management system will be used as integrated solution with core applications/portal to upload and retrieve documents directly from core application and also be used as standalone solution where users will be login to DMS directly for different activities. If DMS to be used and integrated solution, then what all core applications/ 3rd party solution where DMS needs to be integrated ? What type of integration is needed?

SI may offer their best solutions

481 9.0 Document Management System / Page No - 270

Inward Receipt: · Complete solution for inward receipts at all locations

Request for the clarification of this requirement in detail

SI may offer their best solutions

482 9.0 Document Management System / Page No - 270 Work Flow Creation & Assignment: Should support

· Multiple Work Flows · Create a New Work Flow at Run-Time · Create Inter-Departmental & Intra-Departmental Work Flows (Assignments)

3.2 section at page number 262 defines the requirement of workflow management system whereas section 9.0 at page number 270 defines the requirement of workflow creation and assignment from DMS as well. Request to differentiate the use of this workflow from DMS when workflow management system is separately a part of entire solution.

SI may offer their best solutions

Page 183: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

183 | P a g e

483 Service Level requirement for the system (Clause 4 Pg. 245)

SLA list Please Refer Pg.246 Penalty is charged at different rates for different categories . Please cap the penalty and LD at 5% of the contracted value

As per RFB document

484 Terms Of Payment (Clause 12.3 Pg. 303)

12.3 Payments shall be made promptly by the Purchaser, but in no case later than forty-five (45) days after submission of a valid invoice by the Supplier. In the event that the Purchaser fails to make any payment by its respective due date or within the period set forth in the Contract, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate(s) specified in the SCC for the period of delay until payment has been made in full, whether before or after judgment or arbitration award.

We request you to kindly release 80% of hardware payments on delivery and rest 20% on installation. Please allow delivery at centralized location only

As per RFB document

Page 184: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

184 | P a g e

485 Taxes and Duties ( Clause 14Pg. 305)

For Goods or Services supplied from outside the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s country. Any duties, such as importation or customs duties, and taxes and other levies, payable in the Purchaser’s country for the supply of Goods and Services from outside the Purchaser’s country are the responsibility of the Purchaser unless these duties or taxes have been made part of the Contract Price in Article 2 of the Contract Agreement and the Price Schedule it refers to, in which case the duties and taxes will be the Supplier’s responsibility.

Whether the all taxes for supply of goods & services to be borne by the supplier .

As per RFB document

Page 185: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

185 | P a g e

486 1Confidential Information ( Clause 17.Pg. 310)

17.3 Notwithstanding GCC Clauses 17.1 and 17.2: (a) the Supplier may furnish to its Subcontractor Confidential Information of the Purchaser to the extent reasonably required for the Subcontractor to perform its work under the Contract; and (b) the Purchaser may furnish Confidential Information of the Supplier: (i) to its support service suppliers and their subcontractors to the extent reasonably required for them to perform their work under their support service contracts; and (ii) to its affiliates and subsidiaries, in which event the Receiving Party shall ensure that the person to whom it furnishes Confidential Information of the Disclosing Party is aware of and abides by the Receiving Party’s obligations under this GCC Clause 17 as if that person were party to the Contract in place of the Receiving Party.

The Purchaser right to furnish confidential information is broad in terms. Need clarification on support service providers & subcontractors.

As per RFB document

Page 186: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

186 | P a g e

487 Insurance (Clause 37.1 Pg. 342)

37.1 The Supplier shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurance set forth below. The identity of the insurers and the form of the policies shall be subject to the approval of the Purchaser, who should not unreasonably withhold such approval.

We suggest to delete the point form of policies & identity of insurers shall subject to purchasers approval.

As per RFB document

488 Termination of Contract (Clause 41.2.6, Pg. 357)

41.2.6 If the Purchaser completes the System, the cost of completing the System by the Purchaser shall be determined. If the sum that the Supplier is entitled to be paid, pursuant to GCC Clause 41.2.5, plus the reasonable costs incurred by the Purchaser in completing the System, exceeds the Contract Price, the Supplier shall be liable for such excess. If such excess is greater than the sums due the Supplier under GCC Clause 41.2.5, the Supplier shall pay the balance to the Purchaser, and if such excess is less than the sums due the Supplier under GCC Clause 41.2.5, the Purchaser shall pay the balance to the Supplier. The Purchaser and the Supplier shall agree, in writing, on the computation described above and the manner in which any sums shall be paid.

We request you to kindly provide 45 days cure period before the termination

As per RFB document

Page 187: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

187 | P a g e

489 Copyrights (Clause 15 Pg. 378 )

The Purchaser may assign, license, or otherwise voluntarily transfer its contractual rights to use the Standard Software or elements of the Standard Software, without the Supplier’s prior written consent, under the following circumstances: a) To a third party to assist PWD/ RIDC, HP in making a transition from its existing system (s) to the new system (s) b) For use of any department of state Govt./ Govt. of India in similar initiation after approval by competent authority c) if directed, in writing, by the Government of India or any statutory agency to comply with any audit, legal or special investigative proceedings that may arise The Purchaser will retain the IPR for only those modules, sub-systems, or applications that have been custom-developed for this project. All the IPR clauses will apply to only these bespoke parts of the offered solution.

We will share you source code of custom development application only and for our own product or OEM product, we won't be giving the copyright for IPR. Kindly confirm

While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts.

Page 188: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

188 | P a g e

490 B. SUBJECT MATTER OF CONTRACT 7. Scope of the System (GCC Clause 7.3), Pg. 368

The Supplier agrees to supply consumables, spare parts and technical services required for the operation and maintenance of the System, as stated, for a period of Three (3) years beginning with the Go-Live of system. Moreover, the price of such consumables, spare parts and technical services shall be those specified in the price schedule submitted by the Suppler as part of its bid. These prices shall include the purchase price for such consumables ,spare parts, technical services and all other costs and expenses (including the Supplier’s fees).

We won't be factoring any consumables during contract period, it will be borne by purchaser only. Kindly confirm

As per RFB document

491 9. Supplier’s Responsibilities (GCC Clause 9.9), Pg. 369

The Supplier shall have the following additional responsibilities: The Supplier (ii) shall periodically permit the Purchaser or its designated representative ,up to two years from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Purchaser, if so required by the Purchaser as the case may be

We are responsible for the contract period only. Kindly accept

As per RFB document

Page 189: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

189 | P a g e

492 GCC 14, Pg. 372 ii. For Goods or Services supplied locally, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods or Services to the Purchaser. The taxes or duties, such as value-added or sales tax or stamp duty as applicable, on the invoices in the Purchaser’s country shall be the responsibility of Supplier and shall be included in the Contract Price in Article 2 of the Contract Agreement and the Price Schedule it refers to.

Any addition of the tax during the contract period will be chargeable at actuals. Kindly confirm

Understanding is correct in the present context

493 Pre-Qualification Criteria Page No. 48

3. In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Considering the requirement of COTS application it is requested to allow the OEM of the COTS to be a part of the consortium relaxing the certification criteria

As per RFB document

494 Software Solutions (1) Page No. 53

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase,

Considering the requirement of COTS application it is requested to accept experience of the OEM of the COTS also

As per RFB document

Page 190: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

190 | P a g e

5. Contract Management, 6. Freight and Logistics Management System

495 Page-48, Pre-Qualification Criteria

3. In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified.

Please accept the COTS/Packaged Application vendor in the consortium

As per RFB document

496 Page-48, Pre-Qualification Criteria

4. In case where the Prime Bidder is the software application partner, it should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. In such cases, the hardware partner shall be ISO 9001:2008

Please accept the COTS/Packaged Application vendor in the consortium

As per RFB document

497 Page-48, Pre-Qualification Criteria

5. In case where the bidding firm is going to supply both the hardware and the software application, it should possess both the ISO 9001:2008 and the CMMi Level 3 or above certification

Please accept the COTS/Packaged Application vendor in the consortium

As per RFB document

Page 191: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

191 | P a g e

498 Page-52, Software Solutions (1)

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

Please accept the implementation experience of COTS/Packaged Application also

As per RFB document

499 Page-53, Software Solutions (2)

The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live) 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

Please elaborate the marking criteria Please refer to RFB document

Page 192: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

192 | P a g e

500 Page-53 d. Operation & Maintenance Services/ Helpdesk

The Prime Bidder or JV partner should have provided Operation & Maintenance / Helpdesk services in the field of IT services with a minimum order size of INR 1 Crore (Value of O&M / Helpdesk component only) Min. 2 projects 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

Please elaborate the marking criteria Please refer to RFB document

501 Page-178, Item: J. Tablet

Battery: 7300 mAh or higher, Lithium Ion, Up to 14 hrs.

Please change to: Battery: 7000 mAh or higher, Lithium Ion, Up to 10 hrs.

Please refer to corrigendum

502 Page-178, Serial No: 12Item: K. UPS (Min. 600VA)

Overload capacity: At 120% load minimum 1 Min

Please change to: Overload capacity: At 110 % for 1 sec

Please refer to corrigendum

503 Page-178, Serial No: 16, Item: K. UPS (Min. 600VA)

Storage / Operating Temp: 0 – 45 °C

Please change to: Storage / Operating Temp: 0 – 40 °C

Please refer to corrigendum

Page 193: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

193 | P a g e

504 Page-370, Payment Milestone for Application Software (50%)

Advance Payment against receipt of a claim accompanied by the Performance Bank Guarantee. 5% of the table 2.3 Supply and Installation Cost Summary Table for Application software

Request to release 10% As per RFB document

505 Page 374 of 432 D. INTELLECTUAL PROPERTY

GCC 15.4 The Purchaser’s and Supplier’s rights and obligations with respect to Custom Software or elements of the Custom Software are as follows a) The Purchaser will hold the Intellectual Property Right on the Source code for all software system and sub system

In case of a Customized of the shelf Product Source Code is the bread and butter of the Company. The company will provide with Maintenance under contract for the period to enable the smooth Hand over of the functional capabilities of the Product. Under AMC any Product upgrade both functional and technical updates of Global nature will be forwarded to Customer as part of deliverables. We are coming up with a COTS product, so we are assuming IPR rights of COTS solution will be with vendor. Source code of customized solution will be shared with tender authority. Source code of COTS product can be submitted in ESCROW arrangement. Please confirm

While the Purchaser encourages bidders to propose fully bespoke solutions, the Purchaser recognizes that the offered solution may contain a mix of bespoke and COTS modules or parts.

506 Page 161 of 432 1.4.1.6 Back-up and Disaster-Recovery: Backup & Recovery

The proposed solution must include backup capabilities for the document repository and database(s).

Do we have SQL Server or Oracle database license to create a instance for new system? Or do we have to buy new licenses?

RDBMS requirement is specified in the RFB document.

Page 194: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

194 | P a g e

Licenses have to be procured.

507 Page 165 of 432 C. Host Based Intrusion Prevention System

5. The HIPS should use the HTTP and SSL protocols for the management interface and for the communication between the HIPS and management centre

Do we need to provide SSL Certificates? Do we have to do CERT-IN Performance testing?

Understanding is correct in the given context

508 General query Implementation For fast implementation, we prefer doing onsite implementation to meet the deadline . Will tender authority provide desk space for implementation team?

Understanding is correct; however department shall arrange space for the on-site resources asked in the RFB. For such a big assignment the SI is expected to have an office at Shimla for his core key professionals who will co-ordinate with the onsite team for implementation of the project. The departmental ICT Cell has adequate seating arrangement for day to day interactions of

Page 195: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

195 | P a g e

both the onsite and offsite teams of the SI.

509 We are assuming that this is going to be a centralised implementation at tender authority location. Please confirm. If not then please mention number of locations where solution needs to be implemented.

Understanding is correct. The SI team has to travel all zonal and circle offices during the maintenance period located mostly at district headquarters of HP.

510 Page 168 of 432 E. Helpdesk Management System/Tools

It should provide status of registered calls to end-users over email, SMS and through web

12. Does tender authority have any existing SMS and Email subscription? If Yes then can we use the same in this system. If we don't have any existing subscription then can tender authority will do recharge as per need? Volume of the SMS will be very high and it's not feasible for a vendor to assume volume. We request tender authority to provide us SMS and Email subscriptions. Integration of the same will be done by selected vendor.

The department has NIC based email system

Page 196: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

196 | P a g e

511 162 of 432 2.2 Training and Training Materials

Training and Training Materials We are assuming, tender authority will provide training infrastructure like training room, projector, table, chairs etc. Please confirm approx. number of users to train?

Please refer to RFB document

512 General query support timing and work days What will be the support timing and work days?

Please refer to RFB document

513 Page 160 of 432 1.4 Systems Administration and Management Functions Required to be met by the Information System

SI must prepare all implementation documents such as the requirements document, functional design/setup document, technical design document for customizations, technical documentation for programs, screens, interfaces, files formats used and reports generated, data migration strategy document, user acceptance testing documents

Do we have to migrate any existing data? If Yes then please mention volume and format module wise.

Please refer to RFB document, section 1.4 Data Digitization, pg. 143

514 Page 139 of 432 1.3 Project Scope of Work 10 Solution Implementation & Go-Live

Integrations requirements are implemented For integration with all other systems we need their APIs, all the system APIs will be provided by tender authority to integrate. Please confirm Also mention systems which needs to be integrated.

Please refer to RFB document

515 Page 143 of 432 1.4 Data Digitization

Data Digitization Does the bidder have also to do digitization of data for the solution? If so, please mention the number of documents to be digitized? Scanning documents will be out of scope. Please confirm

Please refer to RFB document

Page 197: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

197 | P a g e

516 Section 4.3 Page 193 Operational Acceptance Test Since standard ERP COTS solution is offered, only the following tests be needed. a. System Integration Testing b. Recovery Testing (Database) c. User Acceptance Test Other tests are required when the application is being developed as per the need of the organization, please confirm

As per RFB document

517 12. Terms of Payment (GCC Clause 12)

Payment Milestone for Application Software Request to tender authority to release 100% payment on completion of Implementation Schedule and before start of O&M Phase

As per RFB document

518 Maximum number of members in the JV

As per the tender condition’s consortium bidding is allowed. So, is there any limit for the number of consortium bidders?

As per RFB document ITB 4.1, Maximum number of members in the JV shall be: The number of joint venture partners including the Prime Bidder cannot exceed three.

519 Bid security Whether PSU’s can participate in the tender as a front-ending firm. If so, whether there will be any wave off in Bid Security amount for such Govt firms/PSUs.

As per RFB document

Page 198: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

198 | P a g e

520 Technical Qualification

As per the tender condition the Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more. Can we reduce this value to INR 20 crore? So that more bidders will have opportunity to participate in the bidding and the bidding process becomes more competitive.

As per RFB document

521 ITB 20.1 Bid Security Page 44

A Bid Security shall be required. A Bid-Securing Declaration shall be required. Bids need to be secured "by a Bid Security" The amount of Bid Security required is INR 8.4 Million/ USD 120,000 or an equivalent amount in any freely convertible currency.

Bidder request to exempt MSME organizations from providing "Bid Security of INR 8.4". It is helpful for MSME but competitive organisation like Highbar Technocrat Limited in participating in bid.

Please refer to corrigendum

522 a) Pre-Qualification Criteria Page 48

7. Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more. Responsibility - Prime Bidder

We request department to amend the clause as below. 7. Average Annual Turnover of Bidder from its IT and ITES operations during the last three (3) financial years (FY 16-17, FY 17-18, FY 18-19) as per the last audited balance sheets of INR 100 crore / USD 14,285,714 or more. Responsibility - JV Partner jointly.

As per RFB document

Page 199: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

199 | P a g e

523 Detailed break-up of Technical Qualification Criteria a. Organizational Capability Page 52

The Prime Bidder or JV partner should have implemented Projects which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building

We request department to consider following project criteria to define organizational capabilities considering infrastructure & BIM integration requirement. The Prime Bidder or JV partner should have implemented Projects which includes minimum below 3 out which (a) is mandatory: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFB /Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation / Hosting of application on cloud platform c) O&M phase d) Change management & capacity building. e) Integration with BIM / DMS / e-Gov Applications.

As per RFB document

Page 200: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

200 | P a g e

524 Detailed break-up of Technical Qualification Criteria b. Software Solutions (1) Page 52

The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System

We request department to consider following software solution criteria. The Prime Bidder or JV partner should have implemented at least 2 project in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 5 of the following modules – 1. Work Execution and Project Management (mandatory), 2. Asset Management, 3. Financial and Accounts Management, 4. Store and Purchase, 5. Contract Management, 6. Freight and Logistics Management System 7. Document Management System 8. File Management System 9. Human Resource Management

As per RFB document

Page 201: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

201 | P a g e

525 Detailed break-up of Technical Qualification Criteria b. Software Solutions (2) Page 52

The Prime Bidder or JV partner should have implemented complete IT software solution in at least 1 project in entirely bespoke application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live). Point System: 1) Feature missing – 0 points 2) Feature present but not completely meeting the requirement – 2 points 3) Feature present and meeting the requirement - 4 points 4) Feature exceeding the requirement – 5 points

We request department to consider following software solution criteria. The Prime Bidder or JV partner should have implemented / implementing complete IT software solution in at least 1 project in entirely bespoke / COTS application development preferably in Roads/Bridges/Civil Infrastructure or e-governance domain (at least project should be Go-Live) A. If the if value of the project > 10 cr = 1 Marks B. If the if value of the project > 12 cr = 2 Marks C. If the if value of the project > 15 cr = 3 Marks D. If above project in government sector then additional 2 marks

As per RFB document

Page 202: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

202 | P a g e

526 Detailed break-up of Technical Qualification Criteria Project Manager Essential Requirements: · B.E. / B. Tech / MCA / M.Sc. in the field of computer science/IT · Minimum 10 year of experience as Project Manager in IT projects Page 55

Description 1. Experience as Project Manager in IT projects 2. Experience in e-Governance Projects 3. Relevant Certification (either of PMP /PMI /Prince2) 4. Education Qualifications - (MBA or M. Tech.) Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 3 points 4) Qualification and experience presented and marginally exceeds the requirement – 4 points 5) Qualification and experience presented and significantly exceeds the requirement – 5 points

We propose department to consider following changes. Qualification criteria. · B.E. / B. Tech / MCA / M.Sc. · Minimum 10 year of experience as Project Manager in IT projects Point System. 1. Experience as Project Manager in IT projects - 3 Projects 2. Experience in e-Governance / integration Projects - 1 mark 3. Relevant Certification (either of PMP /PMI /Prince2) - 1 Mark

As per RFB document

Page 203: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

203 | P a g e

527 Detailed break-up of Technical Qualification Criteria Domain Specialist Essential Requirements: · B.E. / B. Tech./M.Sc. in civil Engineering · Minimum 10 year experience, out of which minimum 4 years in Public works domain Page 56

Description Proven professional experience in e-Governance projects with preference in the Public Works Domain Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 3 points 4) Qualification and experience presented and marginally exceeds the requirement – 4 points 5) Qualification and experience presented and significantly exceeds the requirement – 5 points

We propose department to consider following changes. Proven professional experience in Infrastructure / e-Governance projects with preference in the Public Works / Government / UB Domain. Point System. 1. Experience as Project Manager in IT projects - 3 Projects 2. Experience in e-Governance / integration Projects - 1 mark 3. Relevant Certification (either of PMP /PMI /Prince2) - 1 Mark

As per RFB document

Page 204: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

204 | P a g e

528 Detailed break-up of Technical Qualification Criteria Network Administrator Essential Requirements: · B.E. / B. Tech./ MCA / M.Sc. in the field of computer science/IT · Minimum 5 year experience as Network Administrator Page 56

Description IT infrastructure management, networking, and troubleshooting experience in IT projects. Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 2 points 4) Qualification and experience presented and marginally exceeds the requirement – 3 points 5) Qualification and experience presented and significantly exceeds the requirement – 4 points

We propose department to consider following changes. Point System. 1. Meeting required criteria - 3 Marks. 2. > 5 years experience as network Administrator - 1 Marks

Please refer to corrigendum

Page 205: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

205 | P a g e

529 Detailed break-up of Technical Qualification Criteria Application Lead Essential Qualifications · B.E. / B. Tech./ MCA / M.Sc. in the field of computer science · Minimum 7 year experience as application lead in IT projects Page 56

Description Experience as application lead in IT projects Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 2 points 4) Qualification and experience presented and marginally exceeds the requirement – 3 points 5) Qualification and experience presented and significantly exceeds the requirement – 4 points

We propose department to consider following changes. Application Lead · Essential Qualifications · B.E. / B. Tech./ MCA / M.Sc. · Minimum 5 year experience as application lead in IT projects. Point System. 1. Meeting required criteria - 3 Marks. 2. > 5 years experience as network Administrator - 1 Marks

Please refer to corrigendum

Page 206: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

206 | P a g e

530 Detailed break-up of Technical Qualification Criteria Training and Change Expert Essential Qualifications · MBA with specialization in HR / Change Management · Minimum 7 year experience as Master Trainer for IT projects Page 57

Description Experience as Master Trainer for IT projects Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 2 points 4) Qualification and experience presented and marginally exceeds the requirement – 3 points 5) Qualification and experience presented and significantly exceeds the requirement – 4 points

We propose department to consider following changes. Essential Qualifications · Graduation · Minimum 5 year experience as Master Trainer for IT projects. Point System. 1. Meeting required criteria - 2 Marks. 2. MBA with specialization in HR / Change Management - 1 Marks 2. > 5 years experience as network Administrator - 1 Marks

As per RFB document

Page 207: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

207 | P a g e

531 Detailed break-up of Technical Qualification Criteria Database Administrator Essential Qualifications · B.E./ B. Tech. / MCA · Minimum 5 year experience as database administrator for IT projects Page 57

Description Experience as Database Administrator for IT project Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 2 points 4) Qualification and experience presented and marginally exceeds the requirement – 3 points 5) Qualification and experience presented and significantly exceeds the requirement – 4 points

We propose department to consider following changes. Point System. 1. Meeting required criteria - 3 Marks. 2. > 5 years experience as database Administrator - 1 Marks

As per RFB document

Page 208: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

208 | P a g e

532 Detailed break-up of Technical Qualification Criteria Help desk Executive (3 numbers) Page 58

Description · Any Graduate · Mini. Experience of 1 years in handling Helpdesk operation · Knowledge and ticket Management System · Conversant with Local Language and English Language also Point System 1) Qualification and experience not presented in the resume – 0 points 2) Qualification and experience presented but with deficiencies – 1 point 3) Qualification and experience presented and meets the requirements – 2 points 4) Qualification and experience presented and marginally exceeds the requirement – 3 points 5) Qualification and experience presented and significantly exceeds the requirement – 4 points

We propose department to consider following changes. Point System. 1. Meeting required criteria - 3 Marks. 2. > 1 years experience as Helpdesk - 1 Marks

As per RFB document

Page 209: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

209 | P a g e

533 1.2 Supply and Installation Cost Summary Table for Application software Page 73

Application Development, Customization, Installation and Implementation Charges (Module wise Details to be provided )

In case of Application is COTs then there will be separate licence cost & yearly support cost. There no provision for maintaining this cost component in the Cost summary table. We request department to provide guideline how to incorporate the same in the cost summary sheet and also requested to provide separate payment terms as COTs product licence advance.

As per RFB document; Please refer to Annual Operations & maintenance Cost for Application in Recurrent Cost Table 1.4 of PRICE SCHEDULE FORMS

534 1.2.2 Overview of To-Be Business Processes Page 128

5. Requisition of Vehicles Bidder understand the requisition of vehicle is for the purchasing for department work. Bidder request department to confirm the same.

Understanding is correct in the present context

535 1.2.2 Overview of To-Be Business Processes Page 131

Manav Sampada solution of Government of Himachal Pradesh designed and developed by NIC should be integrated with the Human Resource Management Module of proposed solution

Bidder understands that "Manav Sampada Solution" need to be integrated with proposed solution. We request department to provide integration points to design solution in better way.

Incoming SI will be assisted by the Department

536 1.2.2 Overview of To-Be Business Processes Page 133

Freight and Logistics Management System Bidder is not able to understand exact scope of work given under this section. We request department to elaborate the functional requirements.

Incoming SI is supposed to do the detailed requirement study for the same

Page 210: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

210 | P a g e

537 1.3 Project Scope of Work - 4. Solution Development Page 137

Developed solution/Application will be hosted on State Data Center (Shimla).

Bidder understand that only hardware "Load Balancer (RFB page 153"" as per RFB needs to be provided and installed at SDC (Shimla). We understand that all other infrastructure at DC will be provided by department. We request department to confirm the same.

Please refer to the corrigendum regarding load balancer; Understanding is correct in the context of other DC infrastructure requirement

538 1.3 Project Scope of Work - 10. Solution Implementation & Go-Live Page 138

Setting up infrastructure at DR site. Bidder understand that Hardware at DR as per RFB page 153 "1.10 DR Site Infrastructure" site to be installed and activated. We understand that all DR site other infrastructure, network for DC & DR will be provided by department. We request department to confirm the same.

Understanding is correct in the given context

539 1.3 Project Scope of Work - 10. Solution Implementation & Go-Live Page 138

Go-Live The “Go-live” means that the system is ready in all respects i.e. design, development, testing & implementation and can be used by all the concerned Stakeholders together as per the defined scope of the project.

Normally Go-live officially declared by proving confirmation of go live and started of phase O&M. In RFB it not clear when such confirmation will be provided. We request department to confirm when such confirmation will be provided.

Please refer to RFB document; Purchaser shall give sign-off for the same

Page 211: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

211 | P a g e

540 1.3 Project Scope of Work - 13. Assessing Network Connectivity requirement Page 140

The SI shall assess the network connectivity requirement at all HPPWD & HPRIDC location and propose the most feasible solution. SI shall facilitate/co-ordinate between purchaser and Network Provider (If required) to establish the network connectivity at HPPWD & HPRIDC location. Responsibility of SI - Network connectivity requirement report (including network hardware) - Feasibility study to analyse all the available network provider and map there offer with the purchaser requirement Cost detail and Technical report - Design of LAN/WAN and Internet connectivity - Network Architecture - Site Assessment Report - Preparation and signing of agreement between purchaser and network provider

Bidder understands that "Network requirement assessment" needs to be supported by bidder. Network Agreement will be between "HPRIDC & Network Provider" & cost of the same will be borne by client. We request department to confirm the same.

Understanding is correct in the present context

Page 212: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

212 | P a g e

541 1.3 Project Scope of Work - 15. Data Digitization Page 144

Place/Location of data entry – as directed by the HPPWD, Head Office. Bidder has to arrange all necessary facilities not limited to electricity, power back up, water, cleaner, computers & other hardware at its own to carry out the data digitization activity at agreed location/site. The data entry/digitization shall be carried out at division level offices of HPPWD around the state.

We request department to provide basic amenities like place, electricity and water.

SI would need to take prior approval to use Purchaser infrastructure

542 1.5 Training/Change Management & Capacity Building Intervention

The SI shall be free to use Purchaser infrastructure where available, with prior approval and sanction of Purchaser, however, this does not bind Purchaser for providing it. Purchaser shall be free to turn down such requests without assigning any reason

We request department to provide space, electricity & seating arrangement for training purpose. Balance infrastructure will be made available by bidder. We request department to confirm.

SI would need to take prior approval to use Purchaser infrastructure

Page 213: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

213 | P a g e

543 1.6 Technical Requirements Page 148

Following systems needs to be integrated. o Personnel MIS o IFMS (HIMKOSH) o E- Tendering (PMGSY & Non PMGSY) o OMMAS (Online Management Monitoring and Accounting) o GRIMMS (GIS-based Road Information Management and Monitoring System) o RMMS (Road Maintenance Management System) o E-Samadhan o ARS (Attendance Recording System) o RADMS o RMS o e-PMS o e-Office o CM Dashboard o CM Helpline o e-Vidhan Sabha o e-Constituency

We request department to provide integration points. It will be helpful for providing optimum solution.

Most of these are NIC based applications

544 A. IMPLEMENTATION SCHEDULE TABLE Page 198

A. IMPLEMENTATION SCHEDULE TABLE Bidder will be required to have hardware for solution implementation before end of 4th week to start development activity. (As per schedule application development for phase I will start from Week 9. We request department to provide DC system as per requirement at the end of 4th week to carryout installation activity.

SI may offer their best implementation schedule otherwise

Page 214: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

214 | P a g e

545 D. Relational Data Base Management System (RDBMS)/ 166

1. The Relational Database Management System should support or run on Multiple Operating Systems like UNIX, Windows and Linux

Modern RDBMS platforms like In-Memory databases requires certified hardware's to host the database servers for optimal performance without requiring any complex configurations at hardware level. Hence, this clause is restrictive for modern RDBMS providing innovative features. request department to change this as follows "The Relational database management system should support any of operating system like Linux, Window, Unix etc.

Please refer to corrigendum

546 D. Relational Data Base Management System (RDBMS)/ 166

7. The Database Licenses should be full use and unrestricted.

Please note that there are database license options which are more cost effective and unrestricted in terms of number of cores/ number of nodes for the proposed solution. Hence, request to remove this clause and let bidder suggests the most cost effective RDBMS licenses as per solution requirement

Please refer to corrigendum

Page 215: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

215 | P a g e

547 D. Relational Data Base Management System (RDBMS)/ 166

8. Database should have capability to compress and store data onto low cost storage partitions for faster performance. Partitioning of data will enhance the manageability, performance, and availability of the application.

Modern RDBMS platform provides native compression without any manual or configuration efforts. This reduces the storage requirement significantly. Also, RDBMS should not rely on partitions to provide performance. Therefore, request to change as follows "Database should provide native compression without any manual efforts and also, supports all the data to be stored in In-Memory first"

As per RFB document

548 D. Relational Data Base Management System (RDBMS)/ 167

10. Database should provide continuous availability features to address hardware failures, instance failures, human errors like accidental deletion of data, tables, able to repair at block level. These features should be available on all the platforms like Unix, Windows and Linux.

Modern RDBMS platforms like In-Memory databases requires certified hardware's to host the database servers for optimal performance without requiring any complex configurations at hardware level. Hence, this clause is restrictive for modern RDBMS providing innovative features. We request department to change this as follows "Database should provide continuous availability features to address hardware failures, instance failures, human errors like accidental deletion of data, tables, able to repair at block level."

Please refer to corrigendum

Page 216: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

216 | P a g e

549 D. Relational Data Base Management System (RDBMS)/ 167

11. Database should be able to provide database level storage management mechanism, which should enable the availability by means of creating redundancy, automatically balance the data files across the available disks, i/o balancing across the available disks for the database for performance, availability and management.

There are in-Memory first RDBMS platforms in the market which does not depend on storage to provide performance. Therefore, this clause is for traditional disk based RDBMS and should be removed as it increases the database maintenance complexity

Please refer to corrigendum

550 D. Relational Data Base Management System (RDBMS)/ 167

17. Data should be encrypted before it is written to disk and decrypted before it is returned to the application. The encryption and decryption process should be completely transparent to applications and users. Subsequent backups of the database files to disk or tape will have the sensitive application data encrypted.

Please note that In-Memory databases stores all the data in-Memory and data stored on disk is encrypted. Therefore, we request department to rephrase this clause as follows "Data at rest should, database backup should be encrypted"

Please refer to corrigendum

551 D. Relational Data Base Management System (RDBMS)/ 167

13. Database should support the separation of security functionality from application functionality and database administration functionality.

RDBMS provides various roles and authorization natively in the database. Hope this will fulfil the requirements. We request department to confirm the same.

Please refer to corrigendum

552 9.0 Document Management System - page 269 & File Management page 263

We request department to kindly confirm total number of users who will be using Document Management & File Management system

To be finalized with department during the requirement gathering by the incoming SI

Page 217: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

217 | P a g e

553 9.0 Document Management System - page 271

Retrieving Documents Whatever the method, document retrieval should be simple and user-friendly. The system should provide easy, fast and efficient retrieval of relevant documents.

We request department to confirm whether department is looking for DMS native mobile app for upload & retrieval of documents along with transactional data apart from standard ERP UI & Web UI

Details will be shared with selected SI

554 9.0 Document Management System - page 269

Storage: The storage system should provide long-term and reliable storage for documents and should accommodate changing documents, growing volumes and advancing technology.

We request department to confirm Annual number of documents with average size of document if possible for all document types

Details will be shared with selected SI

555 9.0 Document Management System - page 269

The solution should offer a comprehensive range of cost-effective services for Document Management System.

We request department to share list of applications / systems to be integrated with DMS.

Details will be shared with selected SI

556 9.0 Document Management System - page 269

Scanning: A good scanning system for putting paper files into computer.

We request department to confirm that apart from Enterprise scan, Do you need Barcode recognition, document classification, segregation, records mgmt. capabilities as well.

SI may offer their best solutions

557 9.0 Document Management System - page 269

Retrieval: A retrieval system should retrieve right documents fast and easy. With e-book feature, documents should be stored in html, xml or pdf format.

We request department to confirm that whether it is also looking for Full Text search approach of retrieval of documents.

SI may offer their best solutions

558 Section 6, Line 353 § This module should be integrated with OMASS system which is currently being used by the department

We request department to explain what is the function of OMASS system? & what is it used for?

Please refer to RFB document pg. 227-228

Page 218: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

218 | P a g e

559 Attachment 3, Section 12 - page 274-275

System should support the functionalities as mentioned in Human Resource Management System

We request department to confirm total number of Employees - Which is contractual as well as permanent required for various employee related functionalities.

To be finalized with department during the requirement gathering by the incoming SI

560 Attachment 3, Section 11, Sub section 11.3 - page 273

The user dashboard of the system should provide overall view of entire department. It should give the overview of the all activities which are being conducted by the department.

We request department to confirm total number of users who will access the Dashboards.

To be finalized with department during the requirement gathering by the incoming SI

561 Attachment 3, Section 11, Sub section 11.4 - page 273-274

The proposed solution should generate dynamic MIS reports based on the user quires.

We request department to confirm total number of users who will access the MIS reports.

To be finalized with department during the requirement gathering by the incoming SI

562 Attachment 3, Section 4, Sub section 4.1 to 4.3 - page 264 - 265

4.1 Budget Pre-Planning 4.2 Budget Approvals 4.3 Budget Allocation System

We request department to confirm total number of users for whom access will be provided for annual budgeting exercise.

To be finalized with department during the requirement gathering by the incoming SI

Page 219: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

219 | P a g e

563 Attachment 3, Section 2, Sub section 2.1 - page 261

It should comprise the details of building along with block wise details, and then floor wise details § It should have feature to add the details of addition in the asset e.g. addition of new block in the building It should have feature to add the modification made in the assets like construction of additional room in a block § It should comprise the feature to delete and item from the asset

We request department to confirm total number of users for whom access will be provided for maintaining real estate inventories.

To be finalized with department during the requirement gathering by the incoming SI

564 Attachment 3, Section 1, Sub section 1.3 - page 259

The system should facilitate to view and upload drawings designed in Auto Cad and STAADPro.

We request department to confirm total number of users for whom access will be provided for Auto cad & STAADPro.

To be finalized with department during the requirement gathering by the incoming SI

565 Section 3.1 (Pg. 236) and Section 3.4 (Pg. 237)

3.1 ArcGIS 3.4 REVIT

We request department to confirm whether access required to ARCGIS & REVIT and if yes than total number of users for whom access will be provided for ARCGIS & REVIT.

To be finalized with department during the requirement gathering by the incoming SI

566 Attachment 3, Section 10, Sl. No. 6 & 7 - page 271

6. System should be able to capture data for Transportation Demand Management (TDM) Programs 7. System should include the features of Technology / Intelligent Transportation Systems (ITS) / Connected and Autonomous Vehicle Infrastructure

We request department to elaborate requirements as mentioned in these sections.

To be shared with selected SI

Page 220: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

220 | P a g e

567 Attachment 3, Section 10 - page 271

10. Freight and Logistics Management System

We request department to confirm total number of users who will access the Freight and Logistics Management System.

To be finalized with department during the requirement gathering by the incoming SI

568 Attachment 3, Section 6 - page 267

6. Quality and Control We request department to confirm total number of users who will access the Quality and Control module.

To be finalized with department during the requirement gathering by the incoming SI

569 Attachment 3, Section 9 - page 269, Section 10 - page 271 to be read with Implementation schedule Page 196

9.0 Document Management System 10. Freight and Logistics Management System A. IMPLEMENTATION SCHEDULE TABLE

We request department to confirm that In which phase Document Management System & Freight and Logistics Management System will be implemented.

Purchaser shall inform based on the priority of implementation

Page 221: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

221 | P a g e

570 Section B - Page 226 - Pg. 238

Existing Information Systems / Information Technologies 1 Central Government Scheme Specific Applications 2 Applications other than Central Government funded specific applications 3 Specialized Software

We presume that all of the systems as mentioned in these sections will be integrated with the new ERP for this project and none of these will be phased out. Please confirm. Further, please share details of these applications to be interfaced 1. Name and versions of the software/system 2. Software components for the applications etc. 3. Are mentioned external systems are web services compliant? Please provide a specific list of interfaces to the external stakeholders. We assume the required hardware, firmware and services to enable the 3rd party system (if required) to communicate with new ERP will be arranged by you. is this assumption correct ?

Please refer to RFB document; further details of existing applications will be shared with selected SI. Your latter assumption is correct.

Page 222: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

222 | P a g e

571 12. Terms of Payment (GCC Clause 12) Page 370

50 % of the table 2.3 Supply and Installation Cost Summary Table for Application software and 100% of point no. 1, O&M for Application software of table 2.5 Recurrent cost table

We have following understanding of the payment terms. 1) 50% of "1.2 Supply and Installation Cost Summary Table for Application software" will be provided during implementation phase; 2) 50% of "1.2 Supply and Installation Cost Summary Table for Application software" will be provided during Operation & Maintenance period along with recurring cost in 16 equal instalment quarterly. We also understand during implementation phase there are 2 SRS study, 2 UTS & 3 Go live (Phase I, Phase II & Complete Go live). We request department to confirm our understanding. We request department to consider following. 1) Provide 100% "1.2 Supply and Installation Cost Summary Table for Application software" payment during implementation phase. It can be further devised into different phases of go live, to make project costing viable. To protect HPPWD interest as per the RFB, bidder is also providing security of 10%. Note : we could not see table no 2.3 & Table 2.5 in RFB.

As per RFB document; Supply and Installation Cost Summary Table for Application software refers to table 1.2 and Recurrent Cost Summary refers to Table 1.4 of Price Schedule Form respectively

Page 223: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

223 | P a g e

572 12. Terms of Payment (GCC Clause 12) Page 371

20% of the table 2.4 Supply and Installation Cost Summary Table for Hardware and 100% of point no. 2, Annual O&M for hardware of table 2.5 Recurrent cost table

We have following understanding of the payment terms. 1) 80% of "1.3 Supply and Installation Cost Summary Table of Hardware" will be provided based on field acceptance report. 2) 20% of "1.3 Supply and Installation Cost Summary Table of Hardwar" will be provided during Operation & Maintenance period along with recurring cost in 16 equal instalment quarterly. We request department to confirm our understanding. We request department to consider following. 1) Provide 100% "1.3 Supply and Installation Cost Summary Table of Hardware" payment on the field acceptance report. 2) O&M phase payment would be based on Recurring cost. To protect HPPWD interest as per the RFB, bidder is also providing security of 10%. Note : we could not see table no 2.4 & Table 2.5 in RFB.

As per RFB document; Supply and Installation Cost Summary Table of Hardware refers to table 1.3 and Recurrent Cost Summary refers to Table 1.4 of Price Schedule Form respectively

573 RAM Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4 2133 MHz SDRAM Memory, minimum Two DIMM slots

Memory 4GB (1x4GB) expandable to 32 GB Non-ECC DDR4 2400 MHz SDRAM Memory, minimum Two DIMM slots

Please refer to corrigendum

Page 224: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

224 | P a g e

574 Ports 10 USB port with minimum 6 USB 3.0 and minimum 4 USB port in front;

8 USB port or more with minimum 4 USB 3.0 and minimum 4 USB port in front;

575 1 Headphone/ microphone; 1 Headphone connector;

1 Headphone/ microphone or 1 Headphone connector;

576 Ports 3 USB Ports, 2xUSB 2.0, 1 x USB 3.0 , 1 Serial, Audio ports for microphone and headphone in front.

3 USB Ports or more ( 2xUSB 3.0, 1 x USB 2.0 ),, Audio ports for microphone and headphone in front.

Please refer to corrigendum

577 Power 65 W AC Adapter, 4 cell 65 W AC Adapter, 3 cell long life battery

578 Product Certifications

Windows and Linux Certification, UL, FCC Windows/Linux Certification, UL, FCC

579 Warranty Warranty 3 Years inclusive of Battery

580 Section III/ a) Pre-Qualification Criteria. Pg 52

7. JV Partner Turnover Kindly allow: Average turnover of JV partners should be Rs 10 Crore (in existing clause, each member should have Rs 10 Crore average turnover). This will help to bring suitable service providers as member of consortium, if three members' consortium bids.

As per RFB document

Page 225: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

225 | P a g e

581 Section III/ a) Pre-Qualification Criteria, Pg 52

9. Project Experience of two project in last five years as on bid submission date

Please clarify: 1.The last five years means the project has been completed in last five financial years. The signing date of contract is irrelevant. 2. Client completion certificate many time in Government project, it is difficult to get client completion certificate. Could we submit self-declaration in this regard? 3. Kindly expand the meaning substantially completed project to include those projects, where Go-Live has delayed to ongoing pandemic due to Covid-19. In addition, those projects should also be considered where client has done the payment of more than Rs. 5 Crore, and project is almost reaching Go-Live stage

As per RFB document

582 Section VII - Requirements of the Information System

20. Subcontracting Kindly notice: Our company- KEONICS (KARTNATAKA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED) is a 100% PSU of Government of Karnataka. Under KTPP Act of Government of Karnataka, KEONICS works very closely with its empanelled companies for delivering projects across India. These companies are empanelled partners of KEONICS, and so they can't be considered sub-contractor

As per RFB document

Page 226: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

226 | P a g e

583 Section IX - Special Conditions of Contract, Pg 369-371

12. Terms of Payment (GCC Clause 12.1) Keeping challenge due to Covid-19, kindly consider certain change in payment terms so that SI can do the project with low financial burden. 1.Payment Milestone for Application Software (68%)- till Go-Live 1.1 Advance payment- 10% 1.2 SRS payment- 10% 1.3 UAT payment- 20 % 1.4 Go-Live payment- 28% 1.5 Payment for O&M Phase: 32% 2. Payment Milestone for DR,DC & Field Office Hardware- 80% till Go-Live 1.1 Advance payment- 10% 1.2 Implementation phase payment- 70% 1.3 Payment of O&M Phase- 20%

As per RFB document

584 Section IX - Special Conditions of Contract, Pg 371-372

13. Securities (GCC 13.3.1) 1. The payment terms should ensure at least 60% of the cost by Go-Live to have feasible financial risk to the bidders. Hence, accordingly payment against each milestone should be adjusted

As per RFB document

Page 227: Corrigendum - IIhimachalservices.nic.in/hpridc/CORRIGENDUM-II Reply to pre Bid Que… · project must have any 5 of the following modules– 1. Work Execution and Project 2. Asset

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla

________________________________________________________________________________

227 | P a g e

585 Section VI/ 13. Payment, Pg 372-373

13. Securities Considering financial challenge due to Covid-19, kindly consider total Performance Security Fee @ 5% of the contract amount, with separate performance security as per below. 1. At the end of Go-Live: 1% return of contract amount 2. At the end of first year of O&M: 1% return of contract amount 3. At the end of second year of O&M: 1% return of contract amount 4. At the end of fourth year of O&M: 1% return of contract amount 5. At the end of fifth year of O&M: 1% return of contract amount

As per RFB document

586 Bid security Bid Security/ Earnest Money Deposit (EMD) of Rs. 84,000,000/- (Eighty Four only)

EMD waive off for Government agencies/ PSUs to be included. This is based on following reasons: 1. A general trend in many E-Gov projects across India 2. The participation of PSU brings more competition in terms of both quality and cost 3. Due to this ongoing pandemic from Covid-19, the Government Department is very strict to release fund for security fee. Though, the department has given approval to pay performance security fee in case of awarded the contract

Please refer to corrigendum