80
Page 1 of 80 Attachment-A Response to queries discussed in Pre-bid meeting held on 24 th January 2017 w.r.t. Request for Proposal (RFP) for Selection of System Integrator for Development of ICT Infrastructure in HPPWD & HPRIDC published on 28 th December 2016 (As per RFP Section I: Instruction to Bidders, Clause 10.1 & 10.2 [Page No. – 20 & 21]) S. No. Query Reply 1) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management- As per our understanding, HPPWD requires a workflow solution which should comply with various open workflow standards such as BPMN, BPEL, and WFMC. Kindly confirm AS per RFP. 2) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management- As per mentioned in the RFP document, HPPWD has the requirement for flexible and configurable workflow engine to handle complex workflows including multi-level hierarchical workflows. So our recommendation is that HPPWD needs COTS based Business Process Management (BPM) platform having the capabilities of graphically modelling the processes or workflows, in built Form designer, process simulator, configurable Business Activity Monitoring tool (Dashboards) and integrated Document Management System for storing documents. Please confirm our understanding is correct. Please refer pages 190-196 of RFP. The technical proposal may be submitted accordingly by the bidder. 3) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management-Rules and Templates- As per the RFP document, HPPWD needs the capability of Inbuilt configurable rules engine as part of process automation. So taking the requirement into consideration, we recommend that Rule engine should have at The technical Proposal may be submitted keeping in view the best available solutions in the market.

WB changes incorporated Corrigendum 4 ver0himachalservices.nic.in/hpridc/Reply to queries and Corrigendum_System Integrator... · The technical Proposal may be submitted keeping in

Embed Size (px)

Citation preview

Page 1 of 80

Attachment-A

Response to queries discussed in Pre-bid meeting held on 24th January 2017 w.r.t. Request for Proposal (RFP) for Selection of System Integrator for Development of ICT Infrastructure in HPPWD & HPRIDC published on 28th December 2016 (As per RFP Section I: Instruction to Bidders,

Clause 10.1 & 10.2 [Page No. – 20 & 21])

S. No. Query Reply

1) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management- As per our understanding, HPPWD requires a workflow solution which should comply with various open workflow standards such as BPMN, BPEL, and WFMC. Kindly confirm

AS per RFP.

2) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management- As per mentioned in the RFP document, HPPWD has the requirement for flexible and configurable workflow engine to handle complex workflows including multi-level hierarchical workflows. So our recommendation is that HPPWD needs COTS based Business Process Management (BPM) platform having the capabilities of graphically modelling the processes or workflows, in built Form designer, process simulator, configurable Business Activity Monitoring tool (Dashboards) and integrated Document Management System for storing documents. Please confirm our understanding is correct.

Please refer pages 190-196 of RFP. The technical proposal may be submitted accordingly by the bidder.

3) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. Workflows Management-Rules and Templates- As per the RFP document, HPPWD needs the capability of Inbuilt configurable rules engine as part of process automation. So taking the requirement into consideration, we recommend that Rule engine should have at

The technical Proposal may be submitted keeping in view the best available solutions in the market.

Page 2 of 80

S. No. Query Reply

least the below mentioned capabilities in it: 1) Rule Engine should have a complete web based environment for the design, definition, testing, rule management operations and deployment of rules. 2) Rule Engine should have the web standard interfaces such as Web Services Definition Language (WSDL), XML Schema Definition (XSD), and Simple Object Access Protocol (SOAP) so that it can communicate with other applications based on open standards. 3) Solution should have the capability to deploy rules as the web service. 4) Solution should have the capability to define rules through “If else” statement or through “Decision Table”. 5) Audit logging of changes/modifications done in the rules. Please confirm.

4) RFP, Section VI-technical Requirements-Data Digitization, page 204. Scanning and data digitization application- As per mentioned in the RFP, there is a requirement of capture solution/data digitization application for scanning for ongoing paper documents with support for following : •Both bulk and web scan capabilities •Automatic extraction of data using OCR •Automatic file and document separation using blank page separator, barcode separator and fix page •Automatic correction of parameters like improper resolution, format/ compression not proper, skew, wrong orientation, error in automatic cropping, punch hole marks etc during scanning Please confirm our understanding is correct.

The same may be suggested by the bidder in the technical proposal to be evaluated.

5) RFP,Section VI-technical Requirements-Data Digitization, page 204 Scanning and data digitization application- As per our understanding, the proposed solution for digitization/ scanning should take care of automatic correction of parameters like improper resolution, format/ compression not proper,

The same may be suggested in the technical proposal to be evaluated

Page 3 of 80

S. No. Query Reply

skew, wrong orientation, error in automatic cropping, punch hole marks etc so that the quality of digitized data is ensured. Kindly confirm

6) RFP, Section VII-Sample Forms point 2.5 Supply and installation cost sub table, page 303. Scanning and data digitization application- As per the RFP document wrt to scanning and data digitization there is a requirement for digitization of minimum 1 million pages Kindly share the details of the documents such as (age of the documents, size of the page, document format etc.)

Please refer Section 1 (Attachment Y) in Corrigendum 4 attached as Attachment-X.

7) RFP, Section VI-technical Requirements-Data Digitization, page 204. Scanning and data digitization application- Is documents scanning to be done from a central location or multiple locations? In case multiple locations involved then kindly share the details of the number of locations from where the document scanning activity will be carried out.

The documents scanning is to be done from multiple locations of HPPWD offices.

8) RFP Section VI-Techinal Requirements point 3- Backup and Archival, page 177. Backup and Archival – Since the Document Management System will be storing critical documents of various business functions of HPPWD which needs to be archived for long term, so is HPPWD looking at archiving documents in PDF/A format which is an open ISO standard for long term archival and is now becoming de-facto standard in most public sector projects. Please confirm

PDF format acceptable.

9) RFP Section VI-Techinal Requirements point 3.2 Document management system, page 203 Query View Text Based, Keyword based, Wild Cards based search options – As per the RFP text based search functionality will be required which should provide HPPWD user to access the text based search over documents. As per our understanding HPPWD is looking for a document management system that should

Please refer Section 6 of (Attachment Y) Corrigendum 4 attached as Attachment-X.

Page 4 of 80

S. No. Query Reply

provide a full text search on documents both in English and Hindi languages. Kindly confirm if the understanding is correct.

10) RFP Section VI-Techinal Requirements, Overview of Proposed business process under legal and Arbitration module ,point no.5,page 194 and RFP Section VI-Techinal Requirements ,section 9.1,page 194. RTI module- As per our understanding, RTI module required by HPPWD which is of the key administrative activity in the organization. RTI Management module required by HPPWD need to be based on BPM framework (workflow) with the following features: •Ability to record incoming RTI queries into the system. •Ability to upload the documents along with the queries. •Ability to route the RTI queries to different department users. •Ability to send the response of the queries to the Applicant who had filed the RTI. • Ability to reopen old RTI request in case of First and Second RTI Appeal. Kindly confirm if the understanding is correct.

As per RFP

11) RFP Section B-Business function and performance requirements, page 197. Integration- As per our understanding the proposed solution need to be integrated with e-mail server , sms gateway, SAP system, web portal and digital signature, Personal MIS,IFMS,E-Tendering, OMMAS , GRIMMS, RMMS,E samadhan and ARS. Are there any other applications/system that need to be integrated with the proposed solution besides these? If yes, then kindly share the details of such applications/system that need to be integrated with the proposed solution.

Please refer Page No.197 of RFP

12) RFP Section B-Business function and performance requirements, page 197. External Agency application available on the same network using SOA / Web services / API based.

Will be shared with the successful bidder

Page 5 of 80

S. No. Query Reply

External Agency application hosted on different network using file exchange (txt/ xml / excel / etc.) – Kindly share details of the external Agency Applications that need to be integrated with the proposed solution. Does the integration of such external Agency Applications need to be done in future or will it be required to be integrated in the present RFP project scope of work?

13) RFP Section VI-Techinal Requirements point 3.3 File management page , 263. File and DaK management system- As per mentioned in the RFP document, HPPWD has the requirement of File management capability as per the business requirement which is suitable for organization for managing files, noting with workflows. So based on our experience of working with various organizations in India, we strongly feel that HPPWD has the requirements for File/DAK/Noting Management system with below mentioned features: • File/DAK(Letter) Management System should be based on Manual of office Procedure (MOP from DARPG- Department of Administrative Reforms And Public Grievances) • DAK/File Management with features like online DAK/File register etc. • Whitehall based file movement (File view with all Documents are shown on one side and Green Note Sheet on other side) •Supports for Green Note sheet •Secure notes and annotations. • Electronic correspondence/ file creation, management, movement and performance of related tasks like diary entry, indexing, noting, cross Please referencing, search/ retrieval, etc. •Bilingual solution with support for Hindi. Please confirm.

As per RFP

14) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. To be advised by bidder in the technical proposal to be evaluated

Page 6 of 80

S. No. Query Reply

Workflow Management-Rules and Templates- The required workflow solution should have an inbuilt form designer to design Custom forms that can be attached at one or more stages of workflow. Please confirm our understanding

15) RFP Section VI-Techinal Requirements point 3.3 File management page ,263 File and DaK management system- The electronic view of the file should be similar to the physical file structure being followed widely in various government organizations. Therefore, the file should open in a Whitehall file view wherein all documents are shown on one side and green Note Sheet on other side. Kindly confirm

As per RFP.

16) RFP Section VI-Techinal Requirements point 3.3 File management page, 263. File and DaK management system- As per RFP requirement, HPPWD is looking for Workflow system which involves File Management and Tracking system based on Enterprise Content Management & Business Process Management framework in order to allow the competent authority to define/modify the workflows. Please confirm if our understanding is correct.

As per RFP.

17) RFP Section VI-Techinal Requirements point 3.3 File management page ,263 File and DaK management system- As per our understanding, the electronic file view should have a support for green Note sheet wherein different users can add remarks/notes to the file. Users should also be able to link these notes with various documents in the file. Kindly confirm if the understanding is correct.

As per RFP.

18) RFP Section B-Business function and performance requirements, page 197. System Scalability-

The same can be advised in the technical proposal to be submitted for evaluation

Page 7 of 80

S. No. Query Reply

Request you to include the following specification to ensure best of breed solution and this will also enhance the scalability of the system: The system should store only index information in database while images should be stored in separate file server. MS should be designed for storing high volumes. DMS should store image and binary document in a separate file server and not in RDBMS. Please confirm.

19) RFP Section VI-Techinal Requirements point 3.2 Document management system, page 203. Document Management System- Request you to include the following specification to ensure best of breed solution: The proposed Document Management System should have at least one live implementation site in Indian with more than 10 crores document archived in document management repository with more than 10000 users using this Document Management System.

No changes

20) RFP Section VI-Techinal Requirements point 3.2 Document management system, page 203 Document Management System- As per our understanding HPPWD requires a Document Management System having the following capability Document View -Server based Inbuilt Document Image Viewer for displaying image document without native viewer -Viewer should be platform independent -Support comprehensive annotation features like highlighting, marking text, underlining putting sticky notes on documents, and support for text and image stamps etc. -Automatic stamping of annotations with user name , date and time of putting annotations -Securing annotations for selective users. Kindly confirm

As per RFP.

21) RFP Section VI-Techinal Requirements point 3.2 Document management system, page 203 Document Management System-

As per RFP.

Page 8 of 80

S. No. Query Reply

DMS as mentioned in the RFP is an important function of the envisaged system. As per our understanding HPPWD requires document management system that provides Archival of Documents - Categorization of documents in folders-subfolders just like windows interface. There should not be any limit on the number of folder and levels of sub folder - Document Version Management with Check Out /Check In - Extensive document and folder level operation such as move / copy, email, download, delete, metadata association etc - Repository should be format agnostic - Indexing of the documents on user defined parameters - Association of the key words with the documents Kindly confirm if our understanding is correct.

22) RFP Section VI-Techinal Requirements point 3.2 Workflow management, page 263. The system should support flexible Exception handling framework and transaction management- What kind of transaction management is envisaged apart from approval mechanism involving Exception handling within a process? Kindly provide clarity on the same transaction management required by HPPWD.

As per RFP

23) RFP Section VI-Techinal Requirements point (b) Document Management, page 201. Number of Users- As per the RFP, there are 500 DMS users with 100 concurrency. We assume that the same number for BPM users with same concurrency as that of DMS users who will be accessing the proposed system. Kindly confirm if the understanding is correct

Please refer Section 6 (Attachment Y) of corrigendum 4 attached as Attachment-X for revised DMS requirements. Refer page 207 of RFP for detailed BPM users

Page 9 of 80

S. No. Query Reply

24) RFP Section VI-Techinal Requirements point (b) Document Management, page 201 Number of Users- As per the RFP, there will be external users (contractors and citizens) who will be indirectly accessing the proposed solution via portal. Kindly share the details of the number of contractors and citizens and their concurrency who will be accessing the system via portal

No specific number. Details as per RFP

25) RFP Section VI-Techinal Requirements point -E-Implementation schedule, page 227. Implementation Schedule- As per the RFP, the various modules need to implemented in two phases i.e. phase 1 and phase 2.Kindly provide clarity in which phase File and Dak Management, Scheme Management and Resource Allocation module need to be implemented.

The various modules need to be implemented in two phases i.e. phase 1 and phase 2. File and Dak Management, Scheme Management, Resource Allocation module need to be implemented in phase 1.

26) RFP Section VI-Techinal Requirements point 9.3 -User Profile and dashboards, page 271. User Profile and Dashboards- The required workflow solution should have a configurable Business Activity Monitoring tool to design reports and dashboards.

As per RFP

27) RFP Section VI-Techinal Requirements point 9.3 -User Profile and dashboards, page 271. User Profile and Dashboards- As per the RFP document, proposed solution should have a reporting tool which allows user to configure their individual dashboard view, report view (tabular/graphical) and number of reports in one screen. Is our understanding correct?

As per RFP.

28) RFP Section VI-Techinal Requirements point 3.3 -AutoCAD , page 281 Auto CAD- What all documents would be viewed in the application's native viewer? Will CAD files be viewed through the AutoCAD software?

Yes but not exclusively. CAD files may be converted into PDF as system must be workable in offline mode

Page 10 of 80

S. No. Query Reply

29) Section II. Bid Data Sheet, Page no-47 ITB 6.1.(a), 1 & 3 1) The Prime bidder and its Joint venture partner should be registered under Companies Act, 1956- 1. As this is International Competitive Bidding, it is request to change “The Prime bidder and its joint venture partner should be registered with respective law of their origin country.” 2. Provision of Companies Act 1956 will also restrict companies registered under Companies Act 2013.

Please refer corrigendum 4 attached as Attachment-X.

The Prime bidder and its Joint venture partner should be registered under prevailing Companies Act of Govt. of India as amended from time to time.

30) Section II. Bid Data Sheet, ITB 6.1 A (5) Page 48. Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 13-14, FY14-15, FY 15-16) as per the last Audited balance sheets of INR 75 Crores or more- It is requested to reduce this minimum requirement to INR 50 Crores.

No Changes

31) Section II. Bid Data Sheet, ITB 28.4 Page 53.The bid evaluation will take into account technical factors in addition to cost factors as below: The weight of the Technical (1-X)= 70%, i.e. (1-X)=0.7 The weight of the Price (X) =30%, i.e. X=0.30:- A low weightage of technical proposal will actually defeat the quality objective of this assignment. In this regard it is suggested that for better quality proposal, the client may consider to select the consultant on QCBS (80:20) basis rather than QCBS (70:30) Kindly Confirm.

No Changes

Page 11 of 80

S. No. Query Reply

32) Section II. Bid Data Sheet, Note, Page 49 The number of joint venture partners including the Prime Bidder cannot exceed three:- It is requested to clarify, can consortium be formulated as second or third partner as “In Association”

No Changes

33) Section V Special Conditions of Contract, Page 142, And Implementation Schedule Table Page 228- Contract Period: a) Development Phase- 1 Year b)Service Delivery Phase/Managed IT Phase – 3 Years from the date of System Go-Live sign off, inclusive of three years of the warranty period. GCC 1.1. (e) (xii) The Post- Warranty Services Period is 2 years starting with the Completion of the Warranty period:- Section VI. Technical Requirements, Page 226 Development phase is for 48 months and Maintenance is for 36 months in the table at Page 228-229. It is requested to please clarify total Contract duration along with Post-Warranty Services.

Please refer Corrigendum 4 attached as Attachment-X. Contract Period: a) Development Phase- 1 Year b)Service Delivery Phase/Managed IT Phase – 3 Years from the date of System Go-Live sign off, inclusive of three years of the warranty period. GCC 1.1. (e) (xii) The Post- Warranty Services Period is 2 years starting from the date of expiry of Warranty as defined in SCC 29.4 The scope of the post warranty services for the supplied hardware and the application shall be identical to the warranty period. The cost of the post warranty services to be indicated separately and clearly. The rates to be quoted by the bidders for post warranty services will be for reference of the department. The department reserves the right to either avail or not avail the post warranty services post the expiry of warranty services, depending on the discretion of the purchaser. The cost quoted for post warranty service will be considered while financial

Page 12 of 80

S. No. Query Reply

evaluation but will not be considered in the total contract value while making payment to the selected bidder till the time of expiry of warranty service.

34) Section VI, Attachment 3, Page 258 1. Work Execution Module 1.1 Estimation Preparation:- It is requested to clarify: 1. Should system be capable to provide detailed Rate Analysis features 2. Should system be capable to store and manage SOR by Districts?

Estimate Preparation module should contain all dynamic features including these two points but should not be restricted to these only.

35) Section VI, Attachment 3, Page 259 1. Work Execution Module 1.5 Work Allocation and Agreement:- It is requested to please clarify, HPRIDC is planning to include all kind of tenders for Works, Services and Goods and different procurement methods e.g. Multilateral funded ICB/NCB, PWD, MoRTH, and PMGSY.

Please refer Page No.197 of RFP

36) Section VI, Attachment 3, Page 260 1. Work Execution

Bidders can propose all such models in their Technical Bids

Page 13 of 80

S. No. Query Reply

Module 1.6 Progress Monitoring of Work:- Is HPRIDC expecting to have integration with MS Project / Primavera kind of software tools within this?

37) Section VI, Attachment 3, Page 261 2. Asset Management System 2.1 Road and Bridge Asset Register:- HPRIDC is already developing Road Asset Management System which includes to capture GIS based Road and Bridge inventory. Requested to please clarify do we need to do any integration this with HP-Road Asset Management System. And, please provide more details on the objective of this additional system.

Please refer Point 2.1 page 261 of RFP

38) Section II, Page 53 ITB 21.1 Deadline for bid submission is: 09/02/2017:- It is requested to provide four weeks’ time to submit Bids, it will help to prepare and submit innovative Technical and Financial Bids.

Please refer to Corrigendum attached as Attachment - X for the revised date of bid submission.

39) SCC, A. CONTRACT AND INTERPRETATION, GCC 1.1. (e) (xii), Page 142 The Post-Warranty Services Period is 2 years starting with the completion of the Warranty Period:- A. What is the scope of bidder under Post-Warranty Service Period of 2 years? B. We understand that contract period comprises of 1 year of implementation and 3 years of Managed IT services and warranty. Under such conditions, will the bidder be required to provide additional support services for a period of 2 years beyond the warranty period?

Please refer Corrigendum 4 attached as Attachment –X. The Post- Warranty Services Period shall be 2 years starting from the date of expiry of Warranty as defined in clause-SCC 29-Defect liability; GCC 29.4,page 158 A. The scope of the post warranty services shall be identical to the warranty period

Page 14 of 80

S. No. Query Reply

B. The department reserves the right to either avail or not avail the post warranty services post the expiry of warranty services, depending on the discretion of the purchaser. The cost quoted for post warranty service will be considered while financial evaluation but will not be considered in the total contract value while making payment to the selected bidder till the time of expiry of warranty service. The cost of the post warranty services to be indicated separately and clearly. The rates to be quoted by the bidders for post warranty services will be for reference of the department.

40) Scope of Design, Development & Implementation phase, Point 4, Page 177 Developed solution/Application will be hosted on State Data Centre (Shimla) Cloud. So developed solution should be compatible with the State Data Centre (Shimla) Cloud:- A. Will the Department provide all necessary infrastructure required for the application at SDC? B. Is the bidder required to provide their infrastructure requirements at the SDC for deploying the application? C. Is the application solution expected to be deployed in High-Availability at the SDC? D. Will the Department provide necessary storage space for the application? E. We assume that all necessary OS, database, middleware, etc. for running the application at SDC will be provided by the Department. Kindly confirm. F. We assume that all monitoring and management of application and infrastructure at SDC will be carried out by existing Department operator. Kindly confirm.

All the necessary infrastructure required for application at SDC shall be provided to the SI by purchaser.

41) Scope of Design, Development & Implementation phase, Point 10, Page 180 The SI will get the third party certification from an external agency (Approved by the

The cost of third-party audits will be borne by the Purchaser/Department

Page 15 of 80

S. No. Query Reply

department) and will submit the testing certificate to the SI. On receiving the certificate, the Purchaser will itself conduct operational acceptance test and provide SI its feedback:- Kindly clarify whether the cost of third-party audits will be borne by the Bidder or the Purchaser?

42) Scope of Design, Development & Implementation phase, Point 12, Page 181. During the training it should be ensured that the man to machine ratio does not exceeds 1:2:-

We assume this means that number of people assigned to one machine should not exceed 2. Kindly confirm.

Not more than 2 users shall be assigned to one machine during training

43) Scope of Service Delivery / Managed IT Phase, Point 3, Page 182 Supplier has to put in place a complaint logging system (Portal, Voice and E-Mail) for the Help Desk:- Kindly clarify whether telephone lines and all associated fixed and recurring charges for helpdesk operators will be provided by Purchaser or Bidder?

The miscellaneous charges for telephone lines, furniture & sitting space for helpdesk operators will be provided by the Purchaser.

44) Data Digitization, Page 205 Data Digitization:- A. Kindly provide details on the type of pages to be scanned (A4/Legal, A3) along with estimate on number of such pages B. Kindly provide details on the estimated number of fields per page for which data entry will be carried out.

Refer Section 1(Attachment Y) of Corrigendum 4 attached as Attachment-X

45) Data Digitization, Page 205 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 will be done at division level offices of HPPWD around the state

Page 16 of 80

S. No. Query Reply

Kindly clarify whether bidder is free to carry out data entry work at a central location?

46) 1.2.1, DR Site Infrastructure, Page 208 DR Site Infrastructure:- A. Kindly provide the location of DR site infrastructure? B. There is no requirement of storage mentioned in DR site in the RFP. We assume that this will be provided by Purchaser at the DR site. If so, we request to provide details of the existing storage. C. We assume that all other infrastructure at DR site such as power backup, cooling, physical safety, racks, network switches, firewalls, IPS devices, routers, etc. will be provided by Purchaser/existing DR site operator. Kindly clarify.

A.DR location is NIC New Delhi. B. Refer RFP c. As per RFP

47) 1.2.1 Network and Connectivity, Page 209. Network and Connectivity:- We understand that there is no scope of providing network bandwidth across the project locations as part of this RFP. Purchaser will arrange for all network connectivity requirements for this project. Kindly confirm.

Purchaser will arrange for all network connectivity requirements for this project.

48) 1.2.1 Network and Connectivity, Page 210. But, looking at the pace of implementation and connectivity problem at the offices located at remote locations, it is therefore suggested that all the proposed solution shall have the architecture that works in both offline and online mode with the central server at the State Data Centre:- A. We request to provide an estimated number of locations where network connectivity will not be feasible or there are connectivity problems. Kindly clarify. B. If the solution is expected to work in offline mode also for such locations, then we assume

Locations where network connectivity will not be feasible or there are connectivity problems, any local hardware requirement (local servers, etc.) shall be provided by HPPWD

Page 17 of 80

S. No. Query Reply

that any local hardware requirement (local servers, etc.) will be provided by Purchaser. Kindly clarify the requirement of offline solution.

49) Data Base Server, Point 8, Page 216. Server should be configured to support for OS level clustering:- Since only 1 database server has been asked at the DR site, what is the requirement of having OS level clustering?

Refer Section 2 (Attachment Y) of Corrigendum 4 attached as Attachment-X.

50) Data Base Server, Point 13, Page 217 System should support Windows Server Data centre Edition, Enterprise Linux, VMware ESX Operating systems:- Request to modify the clause as "System should support Windows Server, RHEL, Suse Linux or other similar industry-standard operating systems".

As per RFP

51) Application Server / Web Server/ Backup Server (all Other Server), Point 7, Page 218. System should support heterogeneous OS platform such as Windows Server Data centre Edition, Enterprise Linux, Suse Linux etc. :- Request to modify the clause as "System should support heterogeneous OS platforms such as Windows Server, RHEL, Suse Linux or other similar industry-standard operating systems".

As per RFP

52) Relational Data Base Management System (RDBMS), Point 9, Page 220 Relational Data Base Management System (RDBMS):- A. We assume that the RDBMS asked for in this RFP, will be deployed in DR site only. Kindly confirm. B. We assume that under such circumstances, Purchaser will provide the requisite database licenses at the SDC as per the requirements of the bidder to ensure integrity of the solution at both the locations. Kindly confirm. C. If the Bidder is required to provide RDBMS licenses at SDC also, kindly clarify whether bidder is free to size the RDBMS requirements at SDC or certain minimum licenses are to be

A. As per RFP

B. For DC site RDBMS will be provided by DIT

C. Refer the point (B)

Page 18 of 80

S. No. Query Reply

provided. 53) Relational Data Base Management System (RDBMS), Point 9, Page 220.

The database should provide native active-active high availability clustering with objectives of scalability, load balancing and high availability. The database cluster should be deployed in the load balancing mode and provide vertical and horizontal scalability without repartitioning or changes to the database objects or 3rd party transaction routing mechanisms. All the nodes in the database cluster should be able to do concurrently read-write the underlying database image:- Since requirement of only 1 database server has been asked for in the RFP, kindly clarify the requirement of native active-active high availability clustering requirements for RDBMS. We suggest to remove this clause.

Refer Section 2 (Attachment Y) of Corrigendum 4 attached as Attachment-X

54) Relational Data Base Management System (RDBMS), Point 11, Page 221 Database should provide High availability & Disaster recovery using costeffective option of automatically synchronizing the transaction logs todisaster site, which in case of fail over the other node provides theavailability of all data:- The RDBMS asked for in the RFP is to be deployed at DR site where there is only 1 database server. In such a case, what is the requirement high availability and disaster recovery requirements in RDBMS?

Refer Section 2 (Attachment Y) of Corrigendum 4 attached as Attachment-X

55) 5. Helpdesk Management System/Tools, Page 222. Helpdesk Management System/Tools:- A. Kindly clarify whether Purchaser will provide all necessary hardware and system software at the SDC for the helpdesk management tool or the bidder needs to provide the same. B. In case, the bidder needs to provide supporting hardware for helpdesk management system, kindly clarify whether space will be provided at the SDC for deploying the helpdesk management tool.

A. As per RFP B. Will be provided to successful bidder

56) E. IMPLEMENTATION SCHEDULE Please refer Section 3(Attachment Y) of Corrigendum

Page 19 of 80

S. No. Query Reply

4.1 Implementation Schedule Table Connectivity and Deployment of User Infrastructure under Phase – I: T+32 weeks Connectivity and Deployment of User Infrastructure under Phase – II: T+46 weeks:- There is no scope defined in the RFP for User Infrastructure. Kindly clarify the Bidder's scope under these activities.

4 attached as Attachment-X

57) Attachment 2. Service Level Agreement, 3. Interpretations, Point f, Page 248 EMS system shall play a critical role in monitoring the SLA compliance. This tool should generate the SLA Monitoring report in the end of every month which is to be shared with the HPPWD/HPRIDC on a monthly basis. The tool should also be capable of generating SLA reports for a half-year. The HPPWD/HPRIDC will audit the tool and the scripts on a regular basis:- We assume that EMS dashboards will be provided by the Purchaser/existing SDC operator to the Bidder for monitoring requirements. Kindly clarify.

EMS dashboards shall be provided by the Purchaser/existing SDC operator to the Bidder for monitoring requirements

58) 4.2 Application availability and Performance, Page 251 Availability of all Modules for at least 99.9% of time measured on monthly basis for a 24x7x365 time period:- Availability of application will depend on underlying hardware being provided at the SDC. Downtime caused due to failure of hardware or network at SDC being provided by Purchaser should not be applicable on Bidder. Kindly clarify.

Please refer corrigendum 4 attached as Attachment –X:

Availability of all Modules for at least 99.9% of time measured on monthly basis for a 24x7x365 time period excluding the SDC Hardware/network downtimes, if any as per the SDC performance reports. The non-availability for application service, website measured on monthly basis and excluding the scheduled maintenance shutdown. Performance of system refers to the

Page 20 of 80

S. No. Query Reply

proper and timely functioning of the system’s functionalities. The applications should be available and performing as per functionalities

59) 4.2 Application availability and Performance, Page 251 1) Average page opening/ loading time - 7 seconds 2) Average response time for retrieval of information from server – 7 seconds 3) Business Transaction Response Time involving uploading/ downloading of documents - 30 seconds (Considering average 5 scanned documents of 0.5 Mb):- All mentioned parameters will depend on network latency and bandwidth being provided by the Purchaser at all project locations. Application performance downgrades caused due to parameters that are out of control of Bidder should not be made liable on the Bidder. Kindly clarify.

As per RFP

60) 4.5 Manpower support, Page 256 Following penalties pertaining to manpower deployment shall be applicable only on Project Manager, Domain specialist, Application lead, Database administrator, Network administrator, Training and change management expert:- Minimum manpower has not been clearly defined in the RFP. However, SLAs have been defined on manpower requirements. We request the Purchaser to provide minimum manpower requirements for this RFP.

As per RFP

61) ITB 6.1 (a) (Page No. 49) 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.:-

No Changes. Content as per RFP

Page 21 of 80

S. No. Query Reply

We request to please replace the term "Joint venture" with "consortium" which is most appropriate for the existing requirements of the project.

62) Section VI. Technical Requirements (Page No. 179) External Tie Ups & Certification Support, Security - 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:- Please clarify if the SI will need to develop contract agreements between purchaser and External service Provider and any other work related to recruitment of such External Service Provider. Please clarify the SOW under this line item

As per RFP.

63) Section VI. Technical Requirements (Page No. 205) The bidder has to deploy the required sets of workable set of computers and data entry operators for completing the data entry assigned to them with in mentioned timeline.:- Please provide the details of amount of data entry or pages need to be done which will help bidders to arrive at commercial impact on Price schedule.

As per RFP. Refer page 304.

64) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure- Kindly clarify whether the bidder has to provide hardware only for DR Site.

Please refer Section 4 (Attachment Y) of Corrigendum 4 attached as Attachment-X

65) Section VI. Technical Requirements (Page No. 208)

DR Site Infrastructure- The RFP has mentioned the single server for web, application and database server. Please clarify whether DR site not require high availability and load balancing.

High availability and load balancing is not required at DR site

66) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure-

Please refer reply to query no.46

Page 22 of 80

S. No. Query Reply

DR location is not mentioned in the RFP

67) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure:- What would be the connectivity requirement between DC and DR site for setting up DR

Connectivity will be through National Knowledge Network

68) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure:- Please clarify that recovery time objective (RTO) for DR management.

Will be provided to successful bidder

69) Section VI. Technical Requirements (Page No. 251) 4.2 Application availability and Performance:- Since the application will be hosted on State Data Centre (Shimla) Cloud, bidder shall not responsible for the SLA getting hampered due to non-availability of services through Shimla SDC. Request to please remove all the SLA's pertaining to State Data Centre from RFP conditions.

SLA applicability as per the RFP excluding the SDC Hardware/network downtimes, if any as per the SDC performance reports.

70) GCC 15.4 (Page No. 150):- 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 The Purchaser has the right for a. Duplicating and using the software on different equipment, such as back-ups, additional computers, replacements, upgraded units, etc. b. Transferring the license or sublicensing the software for other entities to use, modify, develop, commercialize etc. c. Sharing proprietary information regarding the Custom Software with various parties :-

The IPR & source codes of all custom software / customized part of an existing or COTS application shall rest with the customer and can be shared, leased, or sold as and when the customer deems fit.

Page 23 of 80

S. No. Query Reply

Points are ambiguous from supplier point of view. Aspect of commercializing supplier’s product as mentioned in point b. and c. are of concern for the organization. Kindly amend/ remove the same.

71) Copyright (GCC Clause 15) GCC 15.4 (Page No. 150) d) The Supplier will be required to pay royalties to the Purchaser when it licenses third parties to use the Custom Software as decided by mutual consultation with the Purchaser:- Software will be customized for the sole use of the Purchaser only. No third parties will be issues any licenses for the same customized software.

As per RFP. The customer is the sole keeper of the IPR and source codes & can share it as & when required with any & every organization it chooses to, however if the same is to be used by the SI for any sharing or implementation & the department agrees to it the SI & the prospective user(s) shall need to pay a royalty as decided by the department.

72) Copyright (GCC Clause 16) GCC 16.1 (b) vii (Page No. 151) In addition to the persons specified in GCC Clause 16.1 (b) (vi), the Software may be disclosed to, and reproduced for use by, any department, stakeholders and other institutional authorities recognized by the Purchaser subject to the same restrictions as are set forth in this Contract:- The customized software is for use of the Purchaser only and cannot be just copied and transferred to any other department, stakeholders and other institutional authorities

The IPR & source codes of all custom software / customized part of an existing or COTS application shall rest with the customer and can be shared, leased, or sold as and when the customer deems fit

73) Section VI. Technical Requirements 2. Application Server / Web Server/ Backup Server (all Other Server)S. (Page no - 218):- RFP does not mention the high availability and load balancing. High Availability for web server and application server.

As per RFP

74) Section VI. Technical Requirements 2. Application Server / Web Server/ Backup Server (all Other Server)

Refer page 251 of RFP

Page 24 of 80

S. No. Query Reply

S. (Page no - 218) 4. Relational Data Base Management System (RDBMS):- Please specify your percentage uptime for high availability.

75) Section - 1.2 Functional Performance Requirements of the System (Page No - 207) Scanned Document Upload time should be 30 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed:- One document with size 0.5 MB and 0% internet overhead will take 0.31 seconds with 128 kbps speed. Please clarify how 5 scanned documents can meet the 30 seconds requirement.

Please refer corrigendum 4 attached as Attachment-X: Scanned Document Upload time should be 30 to 40 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed

76) Section - 1.2 Functional Performance Requirements of the System, table at section - 1.2.2 (Page No - 207-208) The Business Applications to be implemented as part of this engagement must meet the functional performance as per the table mentioned below. ( plz ref table at page no 207-208):- Please clarify that bandwidth speed is 128 kbps or higher. Because requirement given in table 1.2.2 at page no 208 looks difficult to achieve.

As per RFP.

77) Section VI. Technical Requirements (page no - 202) User Creation & Other Security Features:- Please clarify that this requirement may not be under document management. It may come under user management and application security.

This requirement is for Document Management System users only

78) 1.1 Business Requirements to Be Met by the System (page no - 197) Integration with: Following Legacy Application need to be integrated with proposed solution. 1. Personnel MIS

Please refer pages 273-282 of RFP

Page 25 of 80

S. No. Query Reply

2. IFMS (HIMKOSH) 3. E- Tendering (PMGSY & Non PMGSY) 4. OMMAS (Online Management Monitoring and Accounting) 5. GRIMMS (GIS-based Road Information Management and Monitoring System) 6. RMMS (Road Maintenance Management System) 7. E-Samadhan 8. ARS ( Attendance Recording System):- Please clarify on internal legacy application; whether they have API or Web Service to integrate with the vendor application or Vendor need to write.

79) Section VI. Technical Requirements (page no - 221) Database should help in addressing regulatory compliance requirements by protecting sensitive data whether in transit or at rest from unauthorized disclosure: Please specify that are you looking for records management systems solution.

As per RFP

80) Section VI. Technical Requirements, 4. Relational Data Base Management System (RDBMS) (Page no - 222) Point no 23 - Database Performance Monitoring & Tuning Tools - Tools must be able to monitor performance of CPU Usage, Cache Hit Ratio, I/O Usage, and also automatically Tune the Parameters for Optimum Performance of the System:- Please specify if you are looking for database monitoring tool as part of the vender application. All the major industry database provides out of the box analysing and monitoring tool.

Please refer Section 2 (Attachment Y) of Corrigendum 4 attached as Attachment-X

81) Bid Data Sheet, A. GENERAL, ITB 6.1 (a), Point no. 7 Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/ Public Sector Undertaking (PSU) of similar complexity and scale preferably in road sector covering System development (Hardware supply & installation, Software

Please refer to Corrigendum 4 attached as Attachment-X: Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/ Public Sector Undertaking (PSU) of similar

Page 26 of 80

S. No. Query Reply

implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016):- Please modify the clause as: Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/ Public Sector Undertaking (PSU) of similar complexity and scale (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016)

complexity and scale preferably in infrastructure sector covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016)

82) Bid Data Sheet, E. BID OPENING AND EVALUATION, 1. Past Experience of the Responding Firm, Point no. b Software Solutions COTS/Packaged Application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 4 Crore. Each project should have modules – Works Module, EProcurement, Asset Management, Project Management System, HRM (Human Resource Management), Accounting, Finance & Budget Management & Contractor Management. (Each citation should have at least four of the above mentioned modules):- Please modify the clause as: COTS/Packaged Application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 2 Crore. Each citation should have at least two of the following mentioned modules 1.Works Module, EProcurement, Asset Management 2.Project Management System, 3.HRM (Human Resource Management),

Please refer to Corrigendum 4 attached as Attachment-X:

COTS/Packaged Application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 4 Crore. Each project must have any 2 of the following modules–

1. Works Module, EProcurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting& Finance 5. Budget Management & Contractor Management.

Page 27 of 80

S. No. Query Reply

4.Accounting, 5.Finance 6. Budget Management & Contractor Management.

83) Bid Data Sheet, E. BID OPENING AND EVALUATION, 3. Resource Deployment, Point 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 as Project Manager in IT projects Experience in e-Governance project Projects Relevant Certification (either of PMP /PMI /Prince2) Education Qualifications - (MBA or M. Tech.):-

Please modify the clause as: Project Manager Essential Requirements: · B.E. / B. Tech / MCA / M.Sc./ MBA in the field of computer science/IT · Minimum 10 year of experience as Project Manager in IT projects Experience as Project Manager in IT projects Experience in e-Governance project Projects Relevant Certification (either of PMP /PMI /Prince2)

As per RFP

84) Bid Data Sheet, E. BID OPENING AND EVALUATION, 3. Resource Deployment, Point no. 2 Domain Specialist Domain Specialist Essential Requirements:

No Changes. Content as per RFP

Page 28 of 80

S. No. Query Reply

· B.E. / B.Tech./M.Sc. In civil Engineering · Minimum 15 year experience in Public works domain Proven professional experience in the Public Works Domain: Please modify the clause as: Domain Specialist Essential Requirements: · B.E. / B.Tech./M.Sc. In civil Engineering · Minimum 5 years’ experience in Public works domain Proven professional experience.

85) Section IV. General Conditions of Contract 6. Settlement of Disputes 6.1 Adjudication:- It is requested for replacement of Term "Adjudicator" with the Term 'Arbitrator" wherever appearing in the Clause 6 and elsewhere in the Tender Document

No Changes. Content as per RFP

86) Section VI Technical requiemnets,Page 201 of RFP: Proposed amendments in the specifications of DMS:

The system should provide search option to retrieve documents from repository

OEM specific clause, Request to delete the same

System should have facility to show inward and outward document details through MIS reports

Please refer to Section 6(Attachment Y) of Corrigendum 4 attached as Attachment-X

Page 29 of 80

S. No. Query Reply

User Management, user creation, role assignment etc is part of overall solution, so we request to delete this clause. User Management, user creation, role assignment etc is part of overall solution, so we request to delete this clause. User Management, user creation, role assignment etc is part of overall solution, so we request to delete this clause.

DMS should have pre-defined search template and should also provide mechanism to categories documents and get search result accordingly

The system shall provide the standard structure of folders and sub-folders to allow users and groups of users to manage and organize their documents

User Management, Access Control etc is part of overall solution, so we request to delete this clause.

The system should provide an interface to upload scanned documents and retrieval of the same. Users should be able to search, retrieve and view documents with any web browser.

Page 30 of 80

S. No. Query Reply

The system should allow the system administrator to manage folders and documents that users can see, and actions (edit, copy, delete, etc.) they can perform on those documents

This should be requirement of overall solution, so we request to delete the same from DMS requirement as DMS provides an interface to store, retrieve documents

87) Section-I ITB Qualification of the bidder: Bids submitted by a Joint Venture of two or more firms as partners shall also comply with the following requirements: (a) the bid shall be signed so as to be legally binding on all partners; (b) one of the partners shall be nominated as being in charge, and this nomination shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners; (c) the partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture, and the entire execution of the Contract, including payment, shall be done exclusively with the partner in charge; (d) the partner or combination of partners that is responsible for a specific component of the Information System must meet the relevant minimum qualification criteria for that component; (e) a firm may submit bids either as a single Bidder on its own, or as partner in one, and only one, Joint Venture. If, as a result of the bid opening pursuant to ITB Clause 24, this requirement is not met, all bids involving the firm as a single Bidder or Joint

JV does not imply consortium. The number of JV partners including the prime Bidder cannot exceed 3.

Page 31 of 80

S. No. Query Reply

Venture partner will be disqualified:- Our understanding is that JV implies Consortium and number consortium partners may be more than 2 also. Is our understanding Correct?

88) Page 48 Qualification Criteria: The Prime Bidder should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more.):- Considering the fact that all partners of the Joint Venture/Consortium members are liable jointly for the execution of the Contract, it is requested that either of JV/Consortium partner may be allowed to be CMMi Level 3 certified.

Refer Corrigendum 4 attached as Attachment X

In case of JV, either of the JV partners should be minimum CMMi (Capability Maturity Model Integration) level 3 or more.

89) Page 48 Qualification Criteria: Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/Public Sector Undertaking (PSU) of similar complexity and scale preferably in road sector covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years:- Considering the fact that JV/Consortium is allowed, it is requested that projects undertaken by JV partner/Consortium Partner may also be considered.

As per RFP

90) Page 54 Detailed break-up of Technical Qualification Criteria: 1b. COTS/Packaged application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 4 crore. Each project should have

No changes

Page 32 of 80

S. No. Query Reply

modules – Works Module, EProcurement, Asset Management, Project Management System, HRM (Human Resource Management), Accounting, Finance & Budget Management & Contractor Management. (Each citation should have at least four of It is requested that the Projects credentials of consortium/JV partner may also be considered for marking. Further, projects under consulting services covering these modules may also allowed to be Included.

91) Page 54 Detailed break-up of Technical Qualification Criteria: Should have experience in implementing Capacity Building (Training)/ Change Management as a System Integrator with a minimum order size of INR 50 Lakhs each for the Capacity Building (Training)/ Change Management only:- It is requested that the projects credentials of JV/Consortium partner may also be considered for marking. Further, projects under consulting services covering Change Management/Training Delivery for COTS/IT implementation projects may also allowed to be included.

As per RFP

92) ITB 6.1 (a) (Page No. 47) The Prime Bidder should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more:- Please amend the clause as under: Bidder must have either SEI CMMI level 3(min.) or ISO 9001:2008 Quality Certifications.

Refer Corrigendum 4 attached as Attachment X

In case of JV, Either of the JV partners should be minimum CMMi (Capability Maturity Model Integration) level 3 or more.

93) ITB 6.1 (a) 7 (Page No. 48) Three (3) completed/Substantially completed projects, each of minimum value INR 3 As per RFP

Page 33 of 80

S. No. Query Reply Crores in Government/Public Sector Undertaking (PSU) of similar complexity and scale preferably in road sector covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016):- Experience in providing all components i.e. hardware, software, training and change management will restrict to only large bidders. We kindly request you to consider software implementation, training and change management projects for evaluation purpose.

94) Section VI. Technical Requirements (Page No. 179) External Tie Ups & Certification Support, Security - 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:- Please clarify if the SI will need to develop contract agreements between purchaser and External service Provider and any other work related to recruitment of such External Service Provider. Please clarify the SOW under this line item

Please refer reply to query no. 62

95) Section VI. Technical Requirements (Page No. 205) The bidder has to deploy the required sets of workable set of computers and data entry operators for completing the data entry assigned to them with in mentioned timeline:- Please provide the details of amount of data entry or pages need to be done which will help

As per RFP

Page 34 of 80

S. No. Query Reply

bidders to arrive at commercial impact on Price schedule.

96) Section II. Bid Data Sheet Technical Evaluation Data (Page No. 56) Solution proposed- 30 marks: The nature of this project is complex and proposed product shall be tested in other similar organizations in India. Hence request to give more weightage on Live demo of COTS product which shows availability of features as mentioned in Functional requirement specification of RFP rather than standard methodology of Architecture, methodology and other project management processes.

As per RFP

97) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure Kindly clarify whether the bidder has to provide hardware only for DR Site.

Please refer reply to query no.64

98) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure The RFP has mentioned the single server for web, application and database server. Please clarify whether not require high availability and load balancing. Please refer reply to query no.65

99) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure DR location is not mentioned in the RFP. Please refer reply to query no. 46

100) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure What would be the connectivity requirement between DC and DR site for setting up DR Please refer reply to query no. 67

Page 35 of 80

S. No. Query Reply 101) Section VI. Technical Requirements (Page No. 208) DR Site Infrastructure: Please clarify that recovery time objective (RTO) for DR management.

Please refer reply to query no. 68

102) Section VI. Technical Requirements (Page No. 251) 4.2 Application availability and Performance: Since the application will be hosted on State Data Centre (Shimla) Cloud, bidder shall not responsible for the SLA getting hampered due to non-availability of services through Shimla SDC.

Please refer reply to query no. 69

103) GCC 15.4 (Page No. 150) 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 The Purchaser has the right for a. Duplicating and using the software on different equipment, such as back-ups, additional computers, replacements, upgraded units, etc. b. Transferring the license or sublicensing the software for other entities to use, modify, develop, commercialize etc. c. Sharing proprietary information regarding the Custom Software with various parties :- Points are ambiguous from supplier point of view. Aspect of commercializing supplier’s product as mentioned in point b. and c. are of concern for the organization. Kindly amend/

Please refer reply to query no. 70

Page 36 of 80

S. No. Query Reply remove the same. 104) Copyright (GCC Clause 15) GCC 15.4 (Page No. 150) d) The Supplier will be required to pay royalties to the Purchaser when it licenses third parties to use the Custom Software as decided by mutual consultation with the Purchaser:- Supplier will customize the software as per the purchasers request even in case of third party supplier should not be bound to pay any royalties to any purchasers. Software will be customized for the sole use of the Purchaser only. No third parties will be issues any licences for the same customized software.

Please refer reply to query no. 71

105) Copyright (GCC Clause 16) GCC 16.1 (b) vii (Page No. 151) In addition to the persons specified in GCC Clause 16.1 (b) (vi), the Software may be disclosed to, and reproduced for use by, any department, stakeholders and other institutional authorities recognized by the Purchaser subject to the same restrictions as are set forth in this Contract:- The customized software is for use of the Purchaser only and cannot be just copied and transferred to any other department, stakeholders and other institutional authorities

Please refer reply to query no. 72

106) Section VI. Technical Requirements 2. Application Server / Web Server/ Backup Server (all Other Server)S. (Page no - 218):- RFP does not mention the high availability and load balancing - High Availability for web server and application server. Please refer reply to query no. 73

Page 37 of 80

S. No. Query Reply 107) Section VI. Technical Requirements 2. Application Server / Web Server/ Backup Server (all Other Server) S. (Page no - 218) 4. Relational Data Base Management System (RDBMS):- Please specify your percentage uptime for high availability.

Please refer reply to query no.74

108) 4. Relational Data Base Management System (RDBMS) (Page No - 220) Deployment of Portal & Applications on SDC (Shimla) Cloud :- Is 'SDC Cloud' state owned cloud or Meghraj cloud? Please clarify

SDC, Mehli ,Shimla is state owned cloud

109) Section VI. Technical Requirements Section VI. Technical Requirements (Page no - 220) 4. Relational Data Base Management System (RDBMS):- Nothing is mentioned for the number of servers for data centre for high availability and load balancing.

Please refer reply to query no. 73

110) Section - 1.2 Functional Performance Requirements of the System (Page No - 207) Scanned Document Upload time should be 30 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed:- One document with size 0.5 MB and 0% internet overhead will take 0.31 seconds with 128 Please refer reply to query no. 75

Page 38 of 80

S. No. Query Reply kbps speed. Please clarify how 5 scanned documents can meet the 30 seconds requirement. 111) Section - 1.2 Functional Performance Requirements of the System, table at section - 1.2.2 (Page No - 207-208) The Business Applications to be implemented as part of this engagement must meet the functional performance as per the table mentioned below. ( plz ref table at page no 207-208):- Please clarify that bandwidth speed is 128 kbps or higher. Because requirement given in table 1.2.2 at page no 208 looks difficult to achieve.

Please refer reply to query no. 76

112) Section VI. Technical Requirements (page no - 202) User Creation & Other Security Features:- Please clarify that this requirement may not be under document management. It may come under user management and application security. Please refer reply to query no. 77

113) 1.1 Business Requirements to Be Met by the System (page no - 197) Scanned Document Upload time should be 30 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed:- Please clarify on internal legacy application; wether they have API or Web Service to integrate with the vendor application or Vendor need to write.

Please refer reply to query no. 78

114) Section VI. Technical Requirements (page no - 221) Please refer reply to query no. 79

Page 39 of 80

S. No. Query Reply Database should help in addressing regulatory compliance requirements by protecting sensitive data whether in transit or at rest from unauthorized disclosure:- Please specify that are you looking for records management systems solution. 115) Section VI. Technical Requirements, 4. Relational Data Base Management System (RDBMS) (Page no - 222) Point no 23 - Database Performance Monitoring & Tuning Tools - Tools must be able to monitor performance of CPU Usage, Cache Hit Ratio, I/O Usage, and also automatically Tune the Parameters for Optimum Performance of the System:- Please specify if you are looking for database monitoring tool as part of the vender application. All the major industry database provides out of the box analysing and monitoring tool.

Please refer reply to query no. 80

116) Section VI. Technical Requirements. Section VI. Technical Requirements (Page no - 215) TECHNICAL SPECIFICATIONS:- Hardware specifications does not include Scanners for high volume scanning required for digitization. Is H/w and S/w for digitization SI responsibility? Resources to be used for Scanning will be SI's resources or State's resources? Pls. clarify.

As per RFP

117) Section VI. Technical Requirements. Section VI. Technical Requirements (Page no - 215) TECHNICAL SPECIFICATIONS:- Hardware requirement did not mention about the long term storage devices for digitized records

As per RFP

Page 40 of 80

S. No. Query Reply

(DMS) - storage arrays like SAN/ SNAP Lock.

118) Bid Data Sheet ITB 6.1 (a), Pt. 4 & Pg. no 47:- The Prime Bidder should be minimum CMMi (Capability Maturity Model Integration) Level 3 or more. Relevant certificate needs to be attached which is valid on date of Bid Opening As the execution of project equally involves Prime Bidder and Joint Venture Partners; Both are responsible for quality assurance of the project. Therefore, we request to consider the CMMI Certification of Prime Bidder or any Joint Venture Partner as eligibility criteria

Refer Corrigendum 4 attached as Attachment X

In case of JV, Either of the JV partners should be minimum CMMi (Capability Maturity Model Integration) level 3 or more.

119) Bid Data Sheet ITB 6.1 (a), Pt. 7 & Pg. no 48:- Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/Public Sector Undertaking (PSU) of similar complexity and scale preferably in road sector Covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years.Form 3.6.3a (Details of Contracts of Similar Nature and Complexity): 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:-

As per RFP

Page 41 of 80

S. No. Query Reply

We have several ongoing projects of similar categories Such large scale project involves long duration and we believe that the experience or capability of a firm in execution of projects can also be judged based on the ongoing projects. Therefore, we request to consider the completed /on- going projects with work order/ agreement copy along with satisfactory Certificate issued by the client for purpose of evaluation,

120) Technical Evaluation :-

As the execution of project involves both prime bidder and Joint Venture Partners, so we request you to consider the work experience/ work order of the prime Bidder as well as Joint venture partners for evaluating the technical score.

As per RFP

121) Detailed break-up of Technical Qualification Criteria Pt. 1 (D) & Page no. 55:

Should have experience in implementing Capacity Building (Training)/ Change Management as a System Integrator with a minimum order size of INR 50 Lakhs each.

We believe that Large Scale Project involves capacity building (training)/ Change Management as a component. Therefore, we request you to consider project involving training/ capacity building to a larger user base instead of the value.

Please refer corrigendum 4 attached as Attachment-X:

Should have experience in implementing Capacity Building (Training)/ Change Management as a System Integrator with minimum 2000 trainees in each project for the Capacity Building (Training)/ Change Management only

Page 42 of 80

Attachment-X

Corrigendum to the Bid Document

Sr. No.

Bid reference No. Bid Document Part

Clause reference No. Existing Clause To be Read as

1 PW/SRP/RIDC/HP/ICT/ICB-3 HP State Road Project

Section II. Bid Data Sheet, Page no-47

Section II. Bid Data Sheet, pg-47; Qualification Criteria in the table ITB 6.1. (a), for S.No. (1)

1) The Prime bidder and its Joint venture partner should be registered under Companies Act, 1956

1) The Prime bidder and its Joint venture partner should be registered under prevailing Companies Act of Govt. of India as amended from time to time.

2 Section II. Bid

Data Sheet, Page 47

Section II. Bid Data Sheet, Page 47; Qualification Criteria & responsibility in the table ITB 6.1. (a), for S.No. (4)

The prime bidder should be minimum CMMi (Capability Maturity Model Integration) level 3 or more

The bidder should be minimum CMMi (Capability Maturity Model Integration) level 3 or more & in case of JV, either of the JV partners should be minimum CMMi (Capability Maturity Model Integration) level 3 or more

Page 43 of 80

3 Section II, Bid Data Sheet, Page 53

Section II, Bid Data Sheet, Page 53 (D)Submission of Bids-Clause ITB 21.1

Deadline for bid submission is: 09/02/2017 Time: 15:00 hrs (IST)

Deadline for bid submission is: 31/03/2017 Time: 15:00 hrs (IST)

4 Section II, Bid Data Sheet, A. GENERAL

Section II, Bid Data Sheet, A. GENERAL, ITB 6.1 (a),Qualification criteria, S.No.-7 Page-48

Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/ Public Sector Undertaking (PSU) of similar complexity and scale preferably in road sector covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016)

Three (3) completed/Substantially completed projects, each of minimum value INR 3 Crores in Government/ Public Sector Undertaking (PSU) of similar complexity and scale preferably in infrastructure sector covering System development (Hardware supply & installation, Software implementation, Training and change management, Network), System Integration and Managed IT in the past five financial years ending 31.03.2016)

Page 44 of 80

5 Section II, Bid Data Sheet, E. BID OPENING AND EVALUATION

Section II, Bid Data Sheet, E.

BID OPENING AND EVALUATION; Table of Detailed break-up of

Technical Qualification

Criteria: S.No.1- Past Experience of the

Responding Firm; (b.)- Software Solution, page 55

COTS/Packaged Application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 4 Crore. Each project should have modules – Works Module, EProcurement, Asset Management, Project Management System, HRM (Human Resource Management), Accounting, Finance & Budget Management & Contractor Management. (Each citation should have at least four of the above mentioned modules).

COTS/Packaged Application/application development software solution projects (at least project should be Go-Live) each having a minimum value of INR 4 Crore. Each project must have any 2 of the following modules–

1. Works Module, EProcurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting& Finance 5. Budget Management & Contractor Management.

Page 45 of 80

6 Section II, Bid Data Sheet, E. BID OPENING AND EVALUATION

Section II, Bid Data Sheet, E.

BID OPENING AND EVALUATION; Table of Detailed break-up of

Technical Qualification

Criteria: S.No.1- Past Experience of the

Responding Firm; (c.)-Maintenance Services & Helpdesk, page 55

Should have experience in implementing Capacity Building (Training)/ Change Management as a System Integrator with a minimum order size of INR 50 Lakhs each for the Capacity Building (Training)/ Change Management only

Should have experience in implementing Capacity Building (Training)/ Change Management as a System Integrator with minimum 2000 trainees in each project for the Capacity Building (Training)/ Change Management only

7 Section V Special Conditions of Contract, Page 142

Section V- Special Conditions of Contract; (A)Contract & Interpretation,(1)Definitions: GCC 1.1. (e) (X)&(Xii)

(X)Contract Period: a) Development Phase- 1 Year b)Service Delivery Phase/Managed IT Phase – 3 Years from the date of System Go-Live sign off, inclusive of three years of the warranty period. (Xii) -The Post- Warranty Services Period is 2 years starting with the Completion of the Warranty period.

(X)Contract Period: a) Development Phase- 1 Year b)Service Delivery Phase/Managed IT Phase – 3 Years from the date of System Go-Live sign off, inclusive of three years of the warranty period. (xii) The Post- Warranty Services Period shall be 2 years starting from the date of expiry of Warranty as defined in clause – Defect Liability, SCC 29.4 The rates to be quoted by the bidders for post warranty

Page 46 of 80

services will be for reference of the department. The department reserves the right to either avail or not avail the post warranty services post the expiry of warranty services, depending on the discretion of the purchaser. The cost quoted for post warranty service will be considered while financial evaluation but will not be considered in the total contract value while making payment to the selected bidder till the time of expiry of warranty service.

8 Section VI –Technical requirements

Section VI –Technical requirements (E) Implementation Schedule 4.1 Implementation Schedule Table, Page 228

Please refer Section 3 of Attachment Y

Please refer Section 3 in Attachment Y

9 Section VI, Technical Requirements

Add the following below the last requirement under:- Section VI, Technical

• Software for data entry…..HPRIDC.

• Unbinding of…documents

• Software for data entry…..HPRIDC.

• Unbinding of…documents

Page 47 of 80

Requirements; B. Business Function and Performance Requirements, point (c) Data Digitization

• …. • ….. The Bidder….mentioned timelines.

• …. • ….. • The Bidder….mentioned

timelines • Refer Section 1 of

Attachment Y 10 Section VI.

Technical Requirements

Add the following sentence below the last requirement under- Section VI. Technical Requirements; B. Business Function and Performance Requirements, (1.2)Proposed Infrastructure, 1.2.1,DR Site Infrastructure, Page 208 DR Site Infrastructure, Page 208, 1.2.1

The IT Infrastructure proposed should be compatible with infrastructure at SDC, SSDG, HIMSWAN, State Portal, etc.

The IT Infrastructure proposed should be compatible with infrastructure at SDC, SSDG, HIMSWAN, State Portal, etc. The DR location is NIC New Delhi.

11 Section VI. Technical Requirements

Section VI. Technical Requirements; C. Technical Specifications- (1)Data Base Server, Page 216

Refer Section 2 of Attachment Y

Refer Section 2 of Attachment Y

12 Section VI. Technical Requirements

Section VI. Technical Requirements; C. Technical Specifications- (4) Relational Data Base

Refer Section 2 of Attachment Y

Refer Section 2 of Attachment Y

Page 48 of 80

Management System (RDBMS), Page 220

13 Section VI. Technical Requirements

Section VI. Technical Requirements; C. Technical Specifications- (4) Relational Data Base Management System (RDBMS), Page 221

Refer Section 2 of Attachment Y

Refer Section 2 of Attachment Y

14 Section VI. Technical Requirements

Section VI. Technical Requirements ; E. IMPLEMENTATION SCHEDULE 4.1 Implementation Schedule Table, Page 228

Refer Section 3 of Attachment Y

Refer Section 3 of Attachment Y

15 Section VI. Technical Requirements : Attachment 2-Service level agreement; 4.Service level requirements for the system

Item description for Application Availability under -Section VI. Technical Requirements Attachment 2-Service level agreement; 4.Service level requirements for the system, 4.2 Application availability and Performance Page 251

Availability of all Modules for at least 99.9% of time measured on monthly basis for a 24x7x365 time period

Availability of all Modules for at least 99.9% of time measured on monthly basis for a 24x7x365 time period excluding the SDC Hardware/network downtimes, if any as per the SDC performance reports. The non-availability for application service, website measured on monthly basis

Page 49 of 80

and excluding the scheduled maintenance shutdown. Performance of system refers to the proper and timely functioning of the system’s functionalities. The applications should be available and performing as per functionalities

16 Section VI. Technical Requirements (Page No. 208)

DR Site Infrastructure: - Section VI. Technical Requirements; B. Business Function and Performance Requirements, (1.2)Proposed Infrastructure, 1.2.1,DR Site Infrastructure, Page 208 DR Site Infrastructure, Page 208, 1.2.1

Refer Section 4 of Attachment Y

Refer Section 4 of Attachment Y

17 Section VI-Technical Requirements B. Business Function and Performance Requirement

Last Item under:- 1.2 Functional Performance Requirements of the System; 1.2.1- § Scanned Document….. 128kbps speed.

§ Scanned Document Upload time should be 30 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed

§ Scanned Document Upload time should be 30 to 40 seconds considering average 5 scanned documents of .5 Mb over 128kbps speed

Page 50 of 80

Section - 1.2 Functional Performance Requirements of the System (Page No - 207)

18 Section VI. Technical Requirements, 4. Relational Data Base Management System (RDBMS)

Section VI. Technical Requirements; C. Technical Specifications- (4) Relational Data Base Management System (RDBMS), Page 222, Sr. no. - 23

23.Database Performance Monitoring & Tuning Tools - Tools must be able to monitor performance of CPU Usage, Cache Hit Ratio, I/O Usage, and also automatically Tune the Parameters for Optimum Performance of the System.

Refer Section 2 of Attachment Y

19 RFP, Section VII-Sample Forms point. 2.5 Supply and installation cost sub table, page 303. Scanning and data digitization application

Add the below the last point in –Data Digitization, page 205 -

• The bidder has to ……timeline.

• The bidder has to deploy the required sets of workable set of computers and data entry operators for completing the data entry assigned to them with in mentioned timeline

• The bidder has to deploy the required sets of workable set of computers and data entry operators for completing the data entry assigned to them with in mentioned timeline.

• Refer Section 1 in Attachment -Y

Page 51 of 80

Attachment-Y

SECTION 1:-

• Section VI, Technical Requirements; B. Business Function and Performance Requirements, point (c) Data Digitization, Page 205 of the RFP:-the specification of pages for digitization is as follows-

S. No. Size of page Count

1 A3 20,000*

2 A4 20,000*

3 A0 20,000*

4 Legal Sheets 20,000*

*The defined page count are indicative numbers of pages which may vary & the payment shall be made on the actual number of pages digitized.

Page 52 of 80

SECTION 2:-

Section VI of RFP- TECHNICAL REQUIREMENTS,

C. Technical Specifications-(1) Page 216, point No. 1-Data Base Server

The specifications of Data Base Server shall be read as:-

Existing Clause: To be Read as:

1. 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 4MB L3 cache per processor. The processor should be of latest series generation for the server

1. 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 4MB L3 cache per processor. The processor should be of latest series generation for the server

Page 53 of 80

models being quoted.

3 Processor Scalability

Scalable to 4 processor within same chassis

4 Architecture RISC/EPIC/X86 as per OEM architecture

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

6 HDD 4 X 300GB SAS

minimum 10K or higher

rpm with Raid 1 with disk mirroring features.

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

models being quoted.

3 Processor Scalability

Scalable to 4 processor within same chassis

4 Architecture RISC/EPIC/X86 as per OEM architecture

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

6 HDD 4 X 300GB SAS

minimum 10K or higher

Rpm with Raid 1 with disk mirroring features.

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

Page 54 of 80

model or a lower server model (with the same processor).

8 Clustering Server should be configured to support for OS level clustering

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

10 Optical Drive DVD ROM

11 Power Supply Hot Pluggable/Swappable Dual Redundant Power Supply

12 Fans Hot Pluggable/Swappable Dual Redundant Fans

13 Operating System

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

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

extrapolation of a published result on a higher server model or a lower server model (with the same processor).

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

9 Optical Drive DVD ROM

10 Power Supply Hot Pluggable/Swappable Dual Redundant Power Supply

11 Fans Hot Pluggable/Swappable Dual Redundant Fans

12 Operating System

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

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

14 Ports 2XUSB 2.0 support

15 Hot Swap Component

Hard Disk Drives, Power supplies and fans

Page 55 of 80

15 Ports 2XUSB 2.0 support

16 Hot Swap Component

Hard Disk Drives, Power supplies and fans

17 RAID RAID 0,1 & 5 with 512 MB battery backed cache

18 Bus Slots Minimum Four

PCI-Express slots

19 Industry

Standard

Compliance

PCI 2.0

Compliant, PCIe

3.0 Compliant,

USB 2.0 Support

20 Server Management

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

21 Warranty 3 Year on-site Comprehensive warranty & Maintenance

16 RAID RAID 0,1 & 5 with 512 MB battery backed cache

17 Bus Slots Minimum Four

PCI-Express slots

18 Industry

Standard

Compliance

PCI 2.0

Compliant, PCIe

3.0 Compliant,

USB 2.0 Support

19 Server Management

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

20 Warranty 3 Year on-site Comprehensive warranty & Maintenance

Page 56 of 80

(2)Page 220, point No.4-Relational Data Base Management System (RDBMS)

The specifications of Relational Data Base Management System (RDBMS) shall be read as:-

Existing Clause

4.Relational Data Base Management System (RDBMS)

S. No.

Specification

1.

The Relational Database Management System should support or run on Multiple Operating Systems like UNIX, Windows and Linux

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

To be read as

4.Relational Data Base Management System (RDBMS)

S. No.

Specification

1.

The Relational Database Management System should support or run on Multiple Operating Systems like UNIX, Windows and Linux

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

Page 57 of 80

dynamically the optimum level of parallelism. 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.

The Database Licenses should be full use and unrestricted.

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.

The database should provide native active-active high availability clustering with objectives of scalability, load balancing and high availability. The database cluster should be deployed in the load balancing mode and provide vertical and horizontal scalability without repartitioning or changes to the database objects or 3rd party transaction routing mechanisms. All the nodes in the database cluster should be able to do concurrently read-write the underlying database image.

Bidders may choose from world leading database such as Oracle/Microsoft SQL Server/IBM DB2.

10.

This proposed clustering solution should have previous successful deployments in departments of States or Central Government of India.

11. Database should provide High availability & Disaster recovery using cost effective option of automatically synchronizing the transaction logs to disaster site, which in

dynamically the optimum level of parallelism. 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. The Database Licenses should be full use and unrestricted.

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. These features should be available on all the platforms like Unix, Windows and Linux.

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.

Page 58 of 80

case of fail over the other node provides the availability of all data.

12.

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

13.

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.

14.

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.

15.

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

16.

Database should support the separation of security functionality from application functionality and database administration functionality.

17.

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

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

13. Database should support the separation of security functionality from application functionality and database administration functionality.

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

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

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

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.

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

19. A centrally Monitored & Browser Based GUI Administration Tool should be available with the

Page 59 of 80

18.

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

19.

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

20.

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.

21.

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

22.

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.

23.

Database Performance Monitoring & Tuning Tools - Tools must be able to monitor performance of CPU Usage, Cache Hit Ratio, I/O Usage, and also automatically Tune the Parameters for Optimum Performance of the System.

24. The database should provide integrated tools for analysing SQLs, managing, monitoring, maintaining and administering

RDBMS to Create, Delete & Manipulate different Database Objects and also Schedule Queries priorities centrally.

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

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

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

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

24. Database should have the ability to support 64-bit support for Windows, Linux distributions, and UNIX

Page 60 of 80

the database.

25.

Database backend development tools should be included in RDBMS.

26.

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

27.

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

28.

Database should have the ability to support 64-bit support for Windows, Linux distributions, and UNIX

Page 61 of 80

SECTION 3:-Technical Requirements

Section VI. Technical Requirements; E. IMPLEMENTATION SCHEDULE 4.1 Implementation Schedule Table, Page 228

Existing clause:-

4.1 Implementation Schedule Table

Activity / Weeks (T= Contract Signing date) T+1 T+4 T+8 T+12 T+16 T+18 T +22 T+26 T+30 T +32 T+34 T+36 T+38 T+40 T+42 T+46 T+48 36 Months

Project Inception

Project Kick Off

SI Team Mobilization

Project Plan Document and Communication Plan

Application Development and Implementation

Phase-I

Completion of Requirement Study at HO, CO, DO and SDO

Preparation and Finalization of SRS (Module wise Sign- Off)

Detail Design Architecture

Application Development (After Module wise SRS Sign-Off)

Phase-II

Page 62 of 80

Completion of Requirement Study at HO, CO, DO and SDO

Preparation and Finalization of SRS (Module wise Sign- Off)

Detail Design Architecture

Application Development (After Module wise SRS Sign-Off)

Final Preparation

Phase-I

System Integration and Testing

Preparation of User Manual

User Acceptance Testing and other tests

Training and Change Management

Data Digitization

Security Audit

Go Live Phase –I

Phase-II

System Integration and Testing

Preparation of User Manual

User Acceptance Testing and other tests

System updating based on Phase-I testing and feedback

Security Audit

Go Live Phase –II

Deployment of Hardware

Phase-I

Installation of Hardware and Software DR & DC

Page 63 of 80

Connectivity and Deployment of User Infrastructure under Phase – I

Connectivity and Deployment of User Infrastructure under Phase - II

System Go-Live

Phase- III

Maintenance Phase of 36 months

Development

Maintenance

Note: -The hardware delivery should be closer to operational acceptance or at the time of UAT

To be now be read as:-

4.1 Implementation Schedule Table

Activity / Weeks (T= Contract Signing date) T+1 T+4 T+8 T+12 T+16 T+18 T +22 T+26 T+30 T +32 T+34 T+36 T+38 T+40 T+42 T+46 T+48

(T+48weeks)+36 Months

Project Inception

Project Kick Off

SI Team Mobilization

Project Plan Document and Communication Plan

Application Development and Implementation

Phase-I

Completion of Requirement Study at HO, CO, DO and

Page 64 of 80

SDO

Preparation and Finalization of SRS (Module wise Sign- Off)

Detail Design Architecture

Application Development (After Module wise SRS Sign-Off)

Phase-II

Completion of Requirement Study at HO, CO, DO and SDO

Preparation and Finalization of SRS (Module wise Sign- Off)

Detail Design Architecture

Application Development (After Module wise SRS Sign-Off)

Final Preparation

Phase-I

System Integration and Testing

Preparation of User Manual

User Acceptance Testing and other tests

Training and Change Management

Data Digitization

Security Audit

Go Live Phase –I

Phase-II

System Integration and Testing

Preparation of User Manual

User Acceptance Testing and other tests

Page 65 of 80

System updating based on Phase-I testing and feedback

Security Audit

Go Live Phase –II

Deployment of Hardware

Phase-I

Installation of Hardware and Software DR & DC

System Go-Live

Phase- III

Maintenance Phase of 36 months

Development

Maintenance

Note: -The hardware delivery should be closer to operational acceptance or at the time of UAT

SECTION 4

Section VI. Technical Requirements; B. Business Function and Performance Requirements, (1.2)Proposed Infrastructure, 1.2.1, DR Site Infrastructure, Page 208 DR Site Infrastructure

Technical Requirements (Page No. 208) Point No. 1.2:-The proposed infrastructure shall now be read as:

Existing Clause To be read as

Page 66 of 80

1.2 Proposed Infrastructure

1.2.1(A)DR Site Infrastructure

1 Licenses & Software a Server OS 4 b RDBMS 1 c HIPS 4 2 Hardware a Web Server 1 b Application Server 1 c Database Server 1 d Backup Server 1

The IT Infrastructure proposed should be compatible with infrastructure at SDC, SSDG, HIMSWAN, State Portal, etc.

1.2 Proposed Infrastructure

1.2.1(A)DR Site Infrastructure

1 Licenses & Software a Server OS 4 b RDBMS 1 c HIPS 4 2 Hardware a Web Server 1 b Application Server 1 c Database Server 1 d Backup Server 1

The IT Infrastructure proposed should be compatible with infrastructure at SDC, SSDG, HIMSWAN, State Portal, etc.

1.2.1(B) DC Site Infrastructure

1 Hardware a Load Balancer 1

Page 67 of 80

SECTION 5

Section VI-Technical Requirements, Technical Specifications, Page 215-The technical specifications shall now be read as:

Point No 6 (shall be added). Load Balancer for DC site

S. No. Features Specifications

1 Form Factor 19” Rack mounting

2 Architecture • Should be an ASIC based or multiple CPU based appliance for high performance

• Should support Dynamic routing protocols like OSPF, RIP1, RIP2

• Next generation multi-tenant platform must support traffic isolation, fault isolation and network isolation in order to meet the architectural environment

3 Ports 4x10 Gig ports

4 Memory Should have 32 GB RAM and 1*SSL ASICS/FGPA/cards with virtual

Page 68 of 80

S. No. Features Specifications

function support

5 Connections Should support 2 Million concurrent connections per second

6 IP Support • Should support IPv4 & IPv6 • Must provide support for dual stack, DNS64, NAT 64, DNS 46,

NAT 46, IPv6 NAT

7 Throughput • 12 Gbps • 5 Gbps SSL throughput

8 Load Balancing Mechanism

• Cyclic, Hash, Least numbers of users • Weighted Cyclic, Least Amount of Traffic • Response Time

9 Redundancy • Hardware level Redundancy • Provision for SLB to work in Active-Active mode • VRRP /or equivalent protocol support • Segmentation / Virtualization support along with Resource

Allocation and dedicated access control on per segment basis

10 Routing Should support RIP, OSPF and BGP

Page 69 of 80

S. No. Features Specifications

11 Load Balancing Feature

• Server and Client process coexist • UDP Stateless • Service Failover • Backup/Overflow • Direct Server Return • Client NAT • Port Multiplexing-Virtual Ports to Real Ports Mapping • DNS Load Balancing

12 Load Balancing Applications

• Should able to load balancer both TCP and UDP based applications with layer 2 to layer 7 load balancing support

• The appliance should support server load balancing algorithms i.e. round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, snmp, SIP session ID, hash header etc.

• Should support Multi-level virtual service policy routing – Static, default and backup policies for intelligent traffic distribution to backend servers

• Traffic load balancing using ePolicies should support algorithms including round robin, least connections, shortest response, persistence ip, hash ip, hash ip and port, consistent

Page 70 of 80

S. No. Features Specifications

hash ip and snmp • Should provide application & server health checks for well-

known protocols such as ARP, ICMP, TCP, DNS, RADIUS, HTTP/HTTPS, RTSP etc.

13 Management Option

• Should support simplified configuration with wizards

• Should support web-based configuration • Should support web-based monitoring and analysis interface

• Solution Should Support Restful API • The appliance should have SSH CLI, Direct Console, SNMP,

Single Console per Cluster with inbuilt reporting. • Should support XML-RPC for integration with 3rd party

management and monitoring

• Should support role based access control with different privilege levels for configuration management and monitoring.

• The appliance should provide detailed logs and graphs for real time and time based statistics

• Should enable SNMP system logging and able to send alerts to a centralized EMS solution

Page 71 of 80

S. No. Features Specifications

14 Other • Should have support for HTTP caching • Should have 6Gbps of hardware compression support default • Content Intelligent SLB • HTTP Header Super Farm • URL-Based SLB • 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 • Dedicated Management Interface • Dedicated integrated/external performance optimization

module

15 Warranty 3 Year on-site Comprehensive warranty & Maintenance

Page 72 of 80

SECTION 6

Section VI-Technical Requirements:-Technical Specifications, Page 201

Point (b). Document Management System

Existing Clause

(b). Document Management System

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. DMS shall have 500 users with the concurrency of 100 users. 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.

To be read as

(b). Document Management System

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.

The Document Management system should have following

Page 73 of 80

The Document Management system should have following features

Inward Receipt:

• Complete solution for inward receipts at all locations

File Creation should provide fully functional:

• Unique Numbering of File

• Stores File Name, Subject, Creators Notes

• Priority Indication (Immediate/Normal/Later)

• Nature Indication (Confidential/Normal)

• Files should be Version Numbered

• Metadata Capturing ability for input whenever applicable/possible for fast search

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)

Action on File:

• Pending File Reminders

• Receipt Acknowledgement

features:

Inward Receipt:

• Complete solution for inward receipts at all locations

File Creation should provide fully functional:

• Unique Numbering of File

• Stores File Name, Subject, Creators Notes

• Priority Indication (Immediate/Normal/Later)

• Nature Indication (Confidential/Normal)

• Files should be Version Numbered

• Metadata Capturing ability for input whenever applicable/possible for fast search

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)

Action on File:

• Pending File Reminders

• Receipt Acknowledgement

• Noting

• Attachments - Any type of Attachment (incl. PDF, HTMS, JPEG,

Page 74 of 80

• Noting

• Attachments - Any type of Attachment (incl. PDF, HTMS, JPEG, Docs, Excel Sheets,

• Audio/Video files etc. in correct and recoverable format)

• Add/Update/Delete/View (Linked File) References facility

• Tasks Assignments

Outward Generation & Dispatch Should Provide

• Auto Disposal by Different Disposal Modes

• Outward Entry module should generate Two Copies – Fair Copy and Office Copy and send it to the Dispatch Section for delivery to the intended users/senders

• Carry Forward of Non-Disposed Files

Query / Views on Following Should Provide

• Text Based, Keyword based, Wild Cards based search options

• Subject-wise Generalized Summery

• Inward number v/s. Outward number

User Creation & Other Security Features

• History of Positions held with Timeline

• Security Features like Password Complexity & Encryption, Audit Trails

• Database Triggers to Stop Direct Updates.

Indexing Documents

Docs, Excel Sheets,

• Audio/Video files etc. in correct and recoverable format)

• Add/Update/Delete/View (Linked File) References facility

• Tasks Assignments

Query / Views on Following Should Provide

• User Management, user creation, role assignment etc is part of overall solution, so we request to delete this clause.

• The system should provide search option to retrieve documents from repository

• System should have facility to show inward and outward document details through MIS reports

Indexing Documents

• The indexing methodologies used, should be easy to use and understood by the user who retrieve the documents, as well as those who file them.

Folder/File Structure

• The system shall provide the standard structure of folders and sub-folders to allow users and groups of users to manage and organize their documents

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.

Page 75 of 80

The indexing methodologies used, should be easy to use and understood by the user who retrieve the documents, as well as those who file them.

Index Fields

An imaging system should allow users to customize index templates, create multiple templates and have different types of index field data within each template, such as date, number and alphanumeric characters. Index fields should be used to categorize documents, track creation or retention dates, or record subject matter, among other uses. In addition, an imaging system should allow pull down boxes to speed index field entry and have tools available to help automate entering index information.

Folder/File Structure

An imaging system should provide a visual method of finding documents. An imaging system should have the ability to electronically re-create this filing system through multiple levels of nested folders.

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.

Controlling Access

The system should provide appropriate levels of access, without compromising confidentiality or security.

Broad Availability

• The system should provide an interface to upload scanned documents and retrieval of the same. Users should be able to search, retrieve and view documents with any web browser

Comprehensive Security

The system should allow the system administrator to manage folders and documents that users can see, and actions (edit, copy, delete, etc.) they can perform on those documents.

Page 76 of 80

Broad Availability

The system should provide a client-based user interface that enables the scanning, indexing & retrieval of documents. Users should be able to search, retrieve and view documents with any web browser.

Comprehensive Security

The system should allow the system administrator to control what folders and documents users can see, and what actions they can perform on those documents (edit, copy, delete, etc.) The system should control access to folders, documents and even redacted images and text in a simple and complete manner.

Bi-lingual Operation

The system should offer Bi-lingual operations i.e. Hindi and English both. User should be able to select the language by a simple menu driven option.

Page 77 of 80

SECTION 7

Section VII. Sample Forms, 2. Price Schedule Forms 2.6 Recurrent Cost Sub-Table, Page 306

Existing Clause

2.6 Recurrent Cost Sub-Table

Lot number: [ if a multi-lot procurement, insert: lot number, otherwise state “single lot procurement” ]

Line item number: [ specify: relevant line item number from the Recurrent Cost Summary Table (e.g., z.1) ]

Currency: [ specify: the currency of the Recurrent Costs in which the costs expressed in this Sub-Table are expressed ]

[ as necessary for operation of the System, specify: the detailed components and quantities in the Sub-Table below for the line item specified above, modifying the sample components and sample table entries as needed. Repeat the Sub-Table as needed to cover each and every line item in the Recurrent Cost Summary Table that requires elaboration. ]

Costs MUST reflect prices and rates quoted in accordance with ITB Clauses 14 and 15. Unit prices for the same item appearing several times in the table must be identical in amount and currency.

To be read as

2.6 Recurrent Cost Sub-Table Lot number: [ if a multi-lot procurement, insert: lot number, otherwise state “single lot procurement” ]

Line item number: [ specify: relevant line item number from the Recurrent Cost Summary Table (e.g., z.1) ]

Currency: [ specify: the currency of the Recurrent Costs in which the costs expressed in this Sub-Table are expressed ]

[ as necessary for operation of the System, specify: the detailed components and quantities in the Sub-Table below for the line item specified above, modifying the sample components and sample table entries as needed. Repeat the Sub-Table as needed to cover each and every line item in the Recurrent Cost Summary Table that requires elaboration. ]

Costs MUST reflect prices and rates quoted in accordance with ITB Clauses 14 and 15. Unit prices for the same item appearing several times in the table must be identical in amount and currency.

Page 78 of 80

Component No.

Component

Y1

Y2

Y3

Sub-total for [ insert:

currency ]

Incl. in Warranty

Incl. in Warranty

Incl. in Warranty

1 Annual Operations & Maintenance Support cost for Hardware and Licenses (DR site)

2 Annual Application support cost including up-gradation, deployment of patches, fixes etc.

3 Help desk Cost

4 Any Other Cost (if any, specify)

Annual Subtotals: - -

Component No.

Component

Y1

Y2

Y3

Sub-total for [ insert:

currency ]

Incl. in Warranty

Incl. in Warranty

Incl. in Warranty

1 Annual Operations & Maintenance Support cost for Hardware and Licenses (DR site)

2 Annual Application support cost including up-gradation, deployment of patches, fixes etc.

3 Help desk Cost

4 Any Other Cost (if any, specify)

Annual Subtotals: - -

Component No.

Component

Y4

Y5

Sub-total for [ insert:

currency ]

Page 79 of 80

Name of Bidder:

Authorized Signature of Bidder:

Incl. in Post

Warranty

Incl. in Post

Warranty

1 Annual Operations & Maintenance Support cost for Hardware and Licenses (DR site)

2 Annual Application support cost including up-gradation, deployment of patches, fixes etc.

3 Help desk Cost

4 Any Other Cost (if any, specify)

Annual Subtotals: - -

Name of Bidder:

Authorized Signature of Bidder:

Page 80 of 80