Вы находитесь на странице: 1из 165

RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur

Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

Form No.

-------------------------------------------------------------------------------------------------------------------------

Request for Proposal (RFP)


For
Selection of System Integrator (SI)
for Implementation of Rajasthan e-District
Project on Pilot basis in Ajmer & Jodhpur
-------------------------------------------------------------------------------------------------------------------------

Ref No: F4.3 (209)/RajCOMP/Tech/10/2871


Dated: 05.01.2011

State Designated Agency


RajCOMP
C-Block, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur – 302005
Tel: 0141-5103902, 5101313 Fax: 0141- 2228701
Email: eDistrict@rajcomp.net
Website: www.rajasthan.gov.in, www.rajcomp.net

Tender Cost- Rs. 1000

Name & Signature of the Bidder along with Seal


RajCOMP Page 1 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
TABLE OF CONTENTS

PREFACE ......................................................................................................................................................................... 6

CHAPTER-1 DEFINITIONS & ACRONYMS ..................................................................................................................... 8

CHAPTER-2: INVITATION FOR BIDS ........................................................................................................................... 11

CHAPTER-3: NOTICE INVITING TENDER .................................................................................................................... 13

CHAPTER-4: PROJECT PROFILE................................................................................................................................. 16

4.1 Objectives of e-District Project .................................................................................................................................. 16

4.2 Implementation of e-District Project in the State ....................................................................................................... 17

4.3 Expected Project Outcome ....................................................................................................................................... 17

4.4 List of identified services Service: ............................................................................................................................. 18

4.5 Service Delivery Mechanism ..................................................................................................................................... 19

4.6 Solution Deployment Architecture ............................................................................................................................. 19


4.6.1 Enterprise application layer ............................................................................................................................ 20
4.6.2 Service components ....................................................................................................................................... 21
4.6.3 Channels of delivery....................................................................................................................................... 21
4.6.4 Application layer ............................................................................................................................................. 21
4.6.5 Back end ........................................................................................................................................................ 21

CHAPTER-5: SCOPE OF WORK ................................................................................................................................... 24

5.1 Design, Development and Deployment of Application Software .............................................................................. 24


5.1.1 Study, Design and Development .......................................................................................................... 24
5.1.2 Application Software Testing................................................................................................................. 25
5.1.3 Installation ............................................................................................................................................. 25
5.1.4 Implementation ...................................................................................................................................... 25
5.1.5 Technical Documentation...................................................................................................................... 25
5.2 Hardware and Network Requirement ....................................................................................................... 25
5.2.1 Supply of Hardware/System Software/ Network equipments/Power Backup (Active and Passive
components) ............................................................................................................................................................ 25
5.2.2 Scope of Installation, Commissioning and System Integration ...................................................................... 26
5.3 Training .................................................................................................................................................... 27
5.3.1 Proposed eDistrict Stakeholder Training Band .............................................................................................. 27
5.3.2 Training Modules ............................................................................................................................................ 28
5.3.3 Training Plan should be changed as per discussion ..................................................................................... 28
5.4 Technical Document ................................................................................................................................ 28

5.5 Operation and Maintenance (O&M) .......................................................................................................................... 29


5.6 Technical Manpower Deployment ............................................................................................................ 29
5.7 Implementation Location .......................................................................................................................... 29
5.8 Acceptance Testing ................................................................................................................................. 30
5.9 Project Management ............................................................................................................................... 30
5.9.1 Project Plan .................................................................................................................................................... 30
5.9.2 Help Desk at District Collector Office ............................................................................................................. 31
5.9.3 Reporting ........................................................................................................................................................ 31
Name & Signature of the Bidder along with Seal
RajCOMP Page 2 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
5.10 Roles and Responsibility: ....................................................................................................................... 31

CHAPTER 6: SERVICE LEVEL AGREEMENT (SLA) .................................................................................................... 35


6.1 Timely Delivery of all deliverables ............................................................................................................ 35
6.2 Resolution Time ....................................................................................................................................... 36
6.3 Installation of Hardware and Network Equipment .................................................................................... 37
6.4 LAN Availability ........................................................................................................................................ 37
6.5 Network Availability (WAN) (Uptime) ....................................................................................................... 37
6.6 Application Availability.............................................................................................................................. 38
6.7 Measurement of SLA: .............................................................................................................................. 39

CHAPTER-7: TECHNICAL ARCHITECTURE ................................................................................................................ 41

CHAPTER-8: DELIVERABLE & TIME SCHEDULE ....................................................................................................... 44

CHAPTER-9: ELIGIBILITY CRITERIA ............................................................................................................................ 47

CHAPTER-10: EARNEST MONEY DEPOSIT................................................................................................................ 50

CHAPTER-11: BIDDING PROCESS .............................................................................................................................. 52


11.1 Two Bid Systems: .................................................................................................................................. 52
11.2 Tender document: .................................................................................................................................. 52
11.3 Cost of Bidding: ...................................................................................................................................... 53
11.4 Pre-bid meeting: ..................................................................................................................................... 53
11.5 Bid Annexure: ......................................................................................................................................... 53
11.6 Local Conditions: .................................................................................................................................... 54
11.7 Contacting the Purchaser:...................................................................................................................... 54

CHAPTER-12: BID SUBMISSION AND VALIDITY ........................................................................................................ 56


12.1 Bid Submission: ..................................................................................................................................... 56
12.2 Validity of Bids: ....................................................................................................................................... 56

CHAPTER-13: DISQUALIFICATION .............................................................................................................................. 58

CHAPTER-14: BID EVALUATION PROCESS ............................................................................................................... 60


14.1 Criteria for Evaluation of Technical Bids: ............................................................................................... 60
14.2 Clarification of Technical Bids and Contacting the Tendering Authority ................................................ 64
14.3 Invitation to Attend Opening of Commercial Bids .................................................................................. 64
14.4 Opening and Evaluation of Commercial Bids ........................................................................................ 64
14.5 Lowest Commercial Bid ......................................................................................................................... 64
14.6 Correction of Errors ................................................................................................................................ 64
14.7 Confidentiality ......................................................................................................................................... 65

CHAPTER-15: PERFORMANCE SECURITY & LIQUIDATED DAMAGES ................................................................... 67


15.1 Performance Security............................................................................................................................. 67
15.2 Liquidated Damages .............................................................................................................................. 68
15.3 Forfeiture of Performance Security ........................................................................................................ 68
15.4 Release of Performance Security .......................................................................................................... 69
Name & Signature of the Bidder along with Seal
RajCOMP Page 3 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-16: TERMS AND CONDITIONS ................................................................................................................... 71
16.1 General conditions: ................................................................................................................................ 71
16.2 Arbitration: .............................................................................................................................................. 71
16.3 Legal Jurisdiction: .................................................................................................................................. 71
16.4 Insurance: .............................................................................................................................................. 72
16.5 Comparison of Rates: ............................................................................................................................ 72
16.6 Loss of Revenue to the Purchaser: ........................................................................................................ 72
16.7 Currency of Payment: ............................................................................................................................ 72
16.8 Change orders: ...................................................................................................................................... 72
16.9 Contract Amendments: .......................................................................................................................... 73
16.10 Purchaser Right to accept any bid and to reject any or all bids: .......................................................... 73
16.11 Notification of award: ............................................................................................................................ 73
16.12 Period of Validity: ................................................................................................................................. 74
16.13 Period of Contract/ Project: .................................................................................................................. 74
16.14 Force Majeure: ..................................................................................................................................... 74
16.15 Termination for insolvency: .................................................................................................................. 74
16.16 Termination for Convenience: .............................................................................................................. 74
16.17 Use of Contract Documents and information ....................................................................................... 75
16.18 Source Code and IPR .......................................................................................................................... 75
16.19 Supply of hardware/software components: .......................................................................................... 75
16.20 Specifications: ...................................................................................................................................... 76
16.21 Inspection: ............................................................................................................................................ 76
16.22 Rejection: ............................................................................................................................................. 76
16.23 Delivery & Installation: - ....................................................................................................................... 77
16.24 Site Preparation and Installation .......................................................................................................... 77
16.25 Transportation: All goods must be sent freight paid. ........................................................................... 77
16.26 Warranty/ Guarantee Clause: .............................................................................................................. 77
16.27 Eligible goods and services: ................................................................................................................ 78
16.28 Recoveries ........................................................................................................................................... 78
16.29 Exit Management ................................................................................................................................. 79
16.29.1 PURPOSE .................................................................................................................................................. 79
16.29.2 TRANSFER OF OWNERSHIP OF ASSETS ............................................................................................. 79
16.29.3 COOPERATION AND PROVISION OF INFORMATION: ......................................................................... 79
16.29.4 CONFIDENTIAL INFORMATION, SECURITY AND DATA: ...................................................................... 79
16.29.5 EMPLOYEES ............................................................................................................................................. 80
16.29.6 RIGHTS OF ACCESS TO PREMISES ...................................................................................................... 80
16.29.7 GENERAL OBLIGATIONS OF THE IMPLEMENTING AGENCY ............................................................. 80
16.29.8 Exit Management Plan ............................................................................................................................... 80

CHAPTER-17: TERMS OF PAYMENT ........................................................................................................................... 83

CHAPTER-18: TECHNICAL SPECIFICATION ............................................................................................................... 85

CHAPTER-19: BILL OF MATERIAL/ QUANTITIES...................................................................................................... 118


19.1 Hardware to be installed at SDC .......................................................................................................... 118
19.2 Hardware to be installed at District/Tehsil/Employment Office. ........................................................... 118
Name & Signature of the Bidder along with Seal
RajCOMP Page 4 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
19.3 Hardware Deployment Plan- Ajmer and Jodhpur District .................................................................... 119
19.3.1 Jodhpur District .......................................................................................................................................... 119
19.3.2 Ajmer District .............................................................................................................................................. 123

CHAPTER-20: COMMERCIAL BID .............................................................................................................................. 130

ANNEXURES ................................................................................................................................................................ 139

ANNEXURE-1: Bidder Profile ........................................................................................................................................ 140

ANNEXURE-2: LETTER OF UNDERTAKING /DECLARATION .................................................................................. 141

ANNEXURE-3: PERFORMANCE BANK GUARANTEE............................................................................................... 143

ANNEXURE-4: PRE BID MEETING - QUERY FORM ................................................................................................. 145

ANNEXURE–5: FIRM EXPERIENCE ........................................................................................................................... 146

ANNEXURE-6: TEAM COMPOSITION AND TASK ASSIGNMENTS SUMMARY ...................................................... 147

ANNEXURE-7: MINIMUM MANPOWER TO BE DEPLOYED BY SI ........................................................................... 148

ANNEXURE-8: CURRICULUM VITAE FOR PROPOSED STAFF ............................................................................... 150

ANNEXURE-9: Covering Letter for Technical Bid ........................................................................................................ 151

ANNEXURE-10: STATEMENT OF TECHNICAL DEVIATION ..................................................................................... 153

ANNEXURE-11: BID LETTER – COMMERCIAL.......................................................................................................... 154

ANNEXURE-12: STATEMENT OF COMMERCIAL DEVIATION (template) ................................................................ 156

ANNEXURE-13: Authorization Letters from OEMs (Template) .................................................................................... 157

ANNEXURE-14: OEM‟s Support Form ......................................................................................................................... 158

ANNEXURE-15: Warranty ............................................................................................................................................ 159

ANNEXURE-16: Work Plan and Methodology.............................................................................................................. 160

ANNEXURE-17: DRAFT COPY OF SLA AGREEMENT .............................................................................................. 161

ANNEXURE-18: To Be Process ................................................................................................................................... 162

ANNEXURE-19: Change Management Report ............................................................................................................ 163

ANNEXURE-20: eDistrict Guidelines ............................................................................................................................ 164

ANNEXURE-21: Power of Attorney Template .............................................................................................................. 165

Name & Signature of the Bidder along with Seal


RajCOMP Page 5 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

PREFACE
The Government of Rajasthan (GoR) intends to implement the eDistrict project in pilot
Districts Ajmer & Jodhpur in the State of Rajasthan.
e-District has been envisaged by Government of Rajasthan as automation of workflow and
internal processes of District Administration with the possibility of seamless integration of
various departments including Revenue, Social Welfare, Election, Municipalities, and Land
Records among others for providing G2C services to the citizens. This project is of
paramount importance to the State as it would help in creating an automated workflow
system for the district administration and help in providing efficient department services
through Common Service Centres (CSCs) – the primary front end channels envisaged
under the NeGP program by Department of Information Technology (DIT), Ministry of
Communication and Information Technology (MCIT), Government of India (GoI).
The RajCOMP on behalf of Dept. of IT&C, Government of Rajasthan invites bid from the
empanelled firms under SSDG project to study, develop, supply, install, integrate, test and
commission eDistrict application and provide operation & maintenance support for the
period of 3 years from the date of Go Live. The bidders are advised to study the tender
document thoroughly and carefully. Submission of bids shall be deemed to have been
done after careful study and examination of the tender document with full
understanding of its implications. This section provides general information about the
Issuer, important dates and addresses for the overall eligibility criteria for the bidders.
Bidder shall submit their bid in a sealed envelopes containing:

 Part-I in Envelop-I: Two hard copies consisting of One Original and One
Copy of the Technical Bid and One softcopy in the CD.

 Part-II in Envelop-II: One hard copy of the Financial/ Commercial Bid and
One softcopy in the CD (only in MS-Excel Sheet Format).

The last date for submitting the complete tender document is 04th Feb 2011. The bidder is
required to submit the bid at the following address which can also be used for all
correspondence for this bid process: -
RajCOMP
st
1 Floor, C-Block, Yojana Bhawan,
Tilak Marg, C- Scheme, Jaipur- 302005

Please note that a pre-bid conference would be held on 17th Jan 2011 in the Board Room,
B-Block, 1st Floor, C-Block, Yojana Bhawan, Tilak Marg, C- Scheme, Jaipur- 302005
All pages of the bid document should be signed by the authorized representative of the
bidder.

Name & Signature of the Bidder along with Seal


RajCOMP Page 6 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

DEFINITIONS
AND
ACRONYMS

Name & Signature of the Bidder along with Seal


RajCOMP Page 7 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-1 DEFINITIONS & ACRONYMS

Agreement The Agreement to be signed between the successful Bidder


and Government of Rajasthan.

Authorized Any person authorized by either of the parties.


Representative

Bidder The company/ corporation who will participate in the bidding


process.

BoM Bill of Material.

CBT Computer Based Training Program.

Contract Used synonymously with Agreement.

Contract/ Project Period The Contract/ Project Period shall commence from the date
of issue of work order till Three Years of Operations &
Maintenance Services after Go Live of eDistrict Application
in pilot districts (Ajmer & Jodhpur)

Corrupt Practice The offering, giving, receiving or soliciting of anything of


value or influence the action of an official in the process of
Bidding or Contract execution.

CSC Common Services Centre.

eMitra eMitra Centre

DoIT&C Department of Information Technology and Communication,


Government of Rajasthan.

Default Notice The written notice for Default of the Agreement issued by
one Party to the other in terms hereof.

FMS Facility Management Services

Acceptance Test/ UAT The acceptance testing of the e-District Application and
solution by Government of Rajasthan.

G2C Government to Citizen

G2G Government to Government

GoR Government of Rajasthan

GoI Government of India

Implementation Period The period from the date of work order and up to the Go-
Live of e-District Application.

Name & Signature of the Bidder along with Seal


RajCOMP Page 8 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
LAN Local Area Network

MTTA Mean Time Taken to Attend.

MTTR Mean Time Taken to Repair.

O&M Operations & Management.

OEM Original Equipment Manufacturer.

PO Purchase Order.

Purchaser RajCOMP/GoR.

QGR Quarterly Guaranteed Revenue.

RSWAN Rajasthan State Wide Area Network.

RajCOMP State Designated Agency for eDistrict and designated by


GoR.

SLA Service Level Agreement.

WAN Wide Area Network connecting State Data center with


District Head Quarter and Tehsil Offices of Two pilot
Districts.

SDC State Data Center located at Yojana Bhawan, Jaipur.

UIDAI Unique Identification Authority of India.

Name & Signature of the Bidder along with Seal


RajCOMP Page 9 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

INVITATION FOR BIDS

Name & Signature of the Bidder along with Seal


RajCOMP Page 10 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-2: INVITATION FOR BIDS

2.1 The Government of Rajasthan (GoR) intends to implement the eDistrict project in pilot Districts
Ajmer & Jodhpur in the State of Rajasthan.
2.2 e-Districts has been envisaged by Government of Rajasthan as automation of workflow and internal
processes of District Administration with the possibility of seamless integration of various
departments including Revenue, Social Welfare, Election, Municipalities, and Land Records among
others for providing G2C services to the citizens. This project is of paramount importance to the
State as it would help in creating an automated workflow system for the district administration and
help in providing efficient department services through Common Service Centers (CSCs) – the
primary front end channels envisaged under the NeGP program by Department of Information
Technology (DIT), Ministry of Communication and Information Technology (MCIT), Government of
India (GoI).
2.3 The RajCOMP on behalf of Government of Rajasthan invites bid from the empanelled firms under
SSDG project (DIT, GoI Empanelment) to study, develop, supply, install, integrate, test and
commission eDistrict application and provide operation & maintenance support for the period of 3
years from the date of Go Live.
2.4 The bidders are advised to study the tender document thoroughly and carefully. Submission of bids
shall be deemed to have been done after careful study and examination of the tender
document with full understanding of its implications. This section provides general information
about the Issuer, important dates and addresses for the overall eligibility criteria for the bidders.
2.5 The Bid document may be purchased by empanelled firms bidder on submission of a written
application along with the Bid document fee of Rs. 1000/- (non refundable) only in cash or demand
draft in favor of the “Managing Director, RajCOMP” payable at Jaipur at the office of the tendering
authority during office hours on any working day. In case the bid document is sought by post then
an additional fee of Rs. 100/- towards postal charges is to be submitted along with the bid document
fee.
2.6 The complete bid document has also been published on the GoR website
http://www.rajasthan.gov.in and on RajCOMP‟s website http://www.rajcomp.net for the purpose of
downloading. The downloaded bid document shall also be considered valid for participation in the
bid process but such bid documents should be submitted along with the required Bid document fee
as mentioned above.
th
2.7 Please note that a pre-bid meeting is scheduled on 17 Jan 2011 at 16.00 hrs in the Board Room
of the RajCOMP, 1st Floor, C-Block, Yojana Bhawan, Tilak Marg, C- Scheme, Jaipur- 302005,
Rajasthan. The objective of this meeting is to address queries of the bidders related to the Bid
document of the eDistrict Project.
2.8 All the communication/ correspondence including the bid document (Technical and Commercial Bid)
should be signed and stamped on each page by the designated authorized representative of the
bidder.
2.9 The Bids can be submitted up to 15:00 hrs on 04th Feb 2011.
2.10 Bids not submitted in prescribed form will be summarily rejected.
th
2.11 The Technical Bids will be opened on 04 Feb 2011at 15:30 hrs and in the presence of
designated representatives of the bidder. The commercial bids shall be opened only of the bidders
whose bids are found technically qualified in the technical evaluation. The Financial/ Commercial
bid will be opened in the presence of the representatives of the bidders on the date and time which
will be intimated to all technically qualified bidders.
2.12 The complete bidding process is defined in ensuing chapters.
2.13 RajCOMP (The Purchaser) reserves the right to accept or reject in part or full any or all the bids
without assigning any reasons whatsoever. No further discussion/ interaction will be held with the
bidders whose bids have been disqualified/ rejected by the purchaser.

Date: 05.01.2011 Managing Director


RajCOMP

Name & Signature of the Bidder along with Seal


RajCOMP Page 11 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

NOTICE INVITING TENDER


(NIT)

Name & Signature of the Bidder along with Seal


RajCOMP Page 12 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-3: NOTICE INVITING TENDER

(A Society Registered by Government of Rajasthan)


Ist Floor, Yojna Bhawan, Tilak Marg, C-Scheme, Jaipur

NIT No.: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05. 01.2011

Notice Inviting Tender from empanelled firms with DIT, GoI under SSDG Project for
Implementation of eDistrict Project (Ajmer & Jodhpur) on Pilot basis

Under National e-Governance Plan (NeGP), Government of Rajasthan (GoR) has to implement
the eDistrict project in Ajmer & Jodhpur Districts on pilot basis
RajCOMP on behalf of the Department of Information Technology & Communication (DoIT&C),
Government of Rajasthan, invites bids from the firms, empanelled with DIT, GoI as
Implementation Agency (IA) under SSDG project to carry out detailed study (SRS), application
development, supply & installation of requisite hardware & software for commissioning of e-District
project. The System Integrator (SI) shall also provide operation & maintenance support for the
period of 3 years. The details and Terms of Reference of the tender are given below:

S. Terms of Reference Remarks


No.
1 Cost of Tender Document (Tender Fee) INR 1,000
2 Estimated Project Cost INR 5 Crore
3 Earnest Money Deposit (EMD) should be
in the form of a Demand Draft/
Unconditional & irrevocable Bank
INR 10 Lacs
Guarantee issued by a Nationalized /
Scheduled Bank, in favor of Managing
Director, RajCOMP.
4 F4.3(209)/RajCOMP/Tech/
Tender Reference No. 10/2871
Dated : 05/01/2011
5 Sale of tender from 07th Jan 2011 (Friday)
6 Last date, time to send Pre-Bid queries/ 17thJan 2011(Monday),
request for RFP clarifications 3:00PM
7 17th Jan 2011(Monday),
4:00PM
Date, Time and Venue for Pre- Bid
Board Room, RajCOMP,
Meeting
1st floor
Yojna Bhawan, Jaipur
8 04th Feb 2011(Friday),
Last date, time and Venue for submission 03:00PM
of bids Reception, RajCOMP
Yojna Bhawan, Jaipur

Name & Signature of the Bidder along with Seal


RajCOMP Page 13 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
S. Terms of Reference Remarks
No.
9 04th Feb 2011(Friday),
03:30PM
Opening of Technical bids Board Room, RajCOMP,
1st floor
Yojna Bhawan, Jaipur
11 Notification to bidders qualifying Technical Successful bidders shall
bids round for opening of commercial bids be notified individually
12 www.rajcomp.net
Websites for availability of RFP
www.doitc.rajasthan.gov.in
13 Bids Validity Period from the last date of
180 Days
bid submission
Note: This Tender document is not transferable

(Ashwini Kumar Sharma)


Managing Director

Name & Signature of the Bidder along with Seal


RajCOMP Page 14 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

PROJECT PROFILE

Name & Signature of the Bidder along with Seal


RajCOMP Page 15 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-4: PROJECT PROFILE

National e-Governance Plan (NeGP) is a very ambitious program undertaken by the Government
of India which aims at creating a citizen-centric environment for Governance. In line with the
vision of NeGP, integrated mission mode projects have been identified and approved to enable
and facilitate rapid introduction of e-Governance in the country, with focus on service delivery. For
delivery of “web-enabled” anytime, anywhere access to information and services across the
country, NeGP envisions 3 pillars of e-Governance infrastructure namely State Wide Area
Networks (SWAN), State Data Centre (SDC) and Common Services Centre (CSCs).

The e-District initiative of Department of Information Technology (DIT), Ministry of Communication


& Information Technology (MCIT), and Government of India is one of the Mission Mode project at
State level. The project aims at providing support to the basic administrative unit i.e. “District
Administration” to enable content development of G2C services, which would optimally leverage
and utilize the three infrastructure pillars, SWAN for connectivity, SDC for secure and fail safe
data storage and CSCs as the primary front-ends for service delivery to deliver services to the
citizens at their doorstep.

e-District project involves integrated and seamless delivery of citizen services by district
administration through automation of workflow, back end digitization, integration and process
redesigning across participating sections/departments for providing services in a most efficient
manner to the citizens.

Core lists of following category of services have been identified at the National level under e-
District MMP.
Certificates
Revenue Court
RTI
Dues and Recovery

In addition to the core services, State Government has selected few more services i.e.
Land Records
Permission for Tree Cutting
Electoral services
Compensation and relief
Employment

4.1 Objectives of e-District Project

The aim of the e-District project is to create an integrated IT platform for all stake holders of
District Administration and its subordinate offices, to use IT enabled system, primarily to increase
information quality, improve overall efficiency and effectiveness in the Government processes,
along with convenience in operations.

The broad objectives of the project include:


4.1.1 IT enabling of internal processes pertaining to identified services of District
Administration and its subordinate offices to increase functional efficiency
4.1.2 To provide easy access to Government services (G2C) to citizens in the vicinity of
the citizen

Name & Signature of the Bidder along with Seal


RajCOMP Page 16 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
4.1.3 Providing efficient individual department services through delivery channels like
CSC/e-Mitra kiosk
4.1.4 To make it easy for the District Administrative Officials to discharge their functions
efficiently
4.1.5 Automation of workflow and internal processes of District Administration
4.1.6 Seamless integration of various departments for providing services to the citizens by
integrating various District databases
4.1.7 Creation of IT infrastructure for rolling out e-District project and identified services
4.1.8 Capacity building of human resources of participating Government agencies /
Departments to operate and maintain IT enabled systems and applications with
confidence and provide services to the people effectively and efficiently
4.1.9 Bring transparency in the delivery system
4.1.10 Faster processing resulting in efficient working of the District Administration.

4.2 Implementation of e-District Project in the State

Ajmer and Jodhpur Districts have been identified for the pilot implementation of the e-District
project in the State of Rajasthan. The pilot implementation of e-District project is planned for
study, development, testing and roll out in the pilot district, which will be followed by the State
wide roll out, i.e. roll out of the project across all other districts.

4.3 Expected Project Outcome

The broad outcomes envisaged from the project are:

4.3.1 Enhance e-Governance Infrastructure


4.3.2 Augment capacities of District staff
4.3.3 Efficient service delivery mechanism
4.3.4 Delivery of identified services to the Citizen through CSC / e-Mitra center/District,
Tehsil Offices
4.3.5 Complete work flow automation of selected service
4.3.6 Establishment of Local Area Network in identified Government offices
4.3.7 Interlinked services and reuse of available resources
4.3.8 Opportunity to strengthen Decentralized & participatory Planning
4.3.9 Generation of an efficient MIS for better decision making
4.3.10 Faster retrieving of the records
4.3.11 Improvement in efficiency of the employees

Name & Signature of the Bidder along with Seal


RajCOMP Page 17 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

4.4 List of identified services Service:

The list of services that are identified and required to be delivered under pilot implementation of
the e-District project in the Districts of Ajmer and Jodhpur are enumerated below:

S. Service Category Description of services


No.
1. Certificate 1. Domicile
2. Income
3. Caste
4. Solvency (Hesiyat)
5. Birth (Rural)
6. Death (Rural)
2. Revenue Court 1. Status Tracking of case
2. Daily cause list preparation
3. Copy of Final order
3 Government Dues and 1. Easy payment of Government dues
Recovery 2. Status tracking of Recovery Certificates

4. RTI 1. RTI Services

5. Land Record 1. Land conversion


2. Seemagyan / Pathar Gadi

6. Electoral 1. Addition in voter list


2. Modification of current details
3. Deletion from voter list
4. Issue of New voter ID card
5. Issue of Duplicate voter ID card
6. Surrender of voter ID card
7. Employment 1. Registration in employment exchange
2. Cancelation of Registration
3. Modifications in the existing registration details.
8. Permission 1. Tree cutting

9. Compensation / relief 1. Compensation against the accident from un-


identified vehicle
2. Financial Relief in event of fire caused by natural
event
3. Relief from CM relief fund in case of accident /
death

Name & Signature of the Bidder along with Seal


RajCOMP Page 18 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

4.5 Service Delivery Mechanism

Common Services Centers (CSC) are being established under the CSC scheme of Government of
India (GoI), e-Mitra kiosks; any other kiosks authorized by Government of Rajasthan and
Departmental counters would act as the physical front ends for availing the G2C services under e-
District project. CSCs are being established in rural areas whereas e-Mitra kiosks have been
established in the urban areas. These kiosks will act as a single window for providing G2C
services. The deployed system shall also have a facility to provide services through Internet to any
citizen who wish to avail services from home or any where through Internet.

e-District project would leverage Rajasthan State Wide Area Network for network connectivity
(once it is available) / Broadband Connectivity and State Data Centre (SDC) for secure and fail
safe data storage.

4.6 Solution Deployment Architecture

In the current scenario, District Administration is tightly coupled with the service delivery
framework because of which any changes introduced into the service delivery mechanism trigger
several more changes within the Administration making the implementation of the change difficult.
Moreover, due to the lack of linkages between the departments, each service has its own manual
or digital database which leads to repeated verification of the citizen based on the service
requested and generation of duplicate and redundant data. In essence, the current service
delivery mechanism is department-centric wherein the citizen approaches several departments to
avail different services.

A schematic representation of the current scenario is:

Various
Core Services
Administration

DM

Citizen
SDO

Citizen BDO

Departments
Citizen

Multiple Data Govt. Rules,


stores Laws, Acts,
Orders etc.

Name & Signature of the Bidder along with Seal


RajCOMP Page 19 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
An approach based on Service-oriented Architecture (SoA) has been adopted for developing the
framework for e-District to introduce flexibility in the service delivery mechanism. This architecture
decouples the decision making body vis-à-vis the core administration and each aspect of the
service delivery mechanism into distinct components. Based on this approach, the proposed e-
District service delivery mechanism has been divided into 6 layers comprising of different
components.

The framework is proposed to include front-end for the e-District application, enterprise application
layer, service components, and channels of delivery, integrated „TO BE‟ processes, application
layer and back end as the critical elements of the model. These elements provides for
incorporating a comprehensive functionality in the proposed solution for e-District.

A schematic overview of the overall BPR framework is shown below:

Streamlining the front end, channels of delivery, service components and the „TO BE‟ process will
ensure a comprehensive service delivery mechanism for a more efficient delivery of services to
the citizens. Further, it will assist in increasing the transparency by enabling the monitoring and
reporting of the services, improving the service levels by ensuring timely service delivery and
enhancing the flexibility and adaptability of the service delivery mechanism. The proposed
architecture has been detailed below.

4.6.1 Enterprise application layer


The enterprise application layer is proposed to integrate the front end with the service
delivery components through a secured gateway. The gateway will ensure standard
based interoperability between various departmental applications at the back end and
connect the CSCs and other channels of delivery at the front end. Acting as the nerve
centre, the gateways would handle a large number of transactions across the entire
network; provide a common set of specifications and a single point access (single sign

Name & Signature of the Bidder along with Seal


RajCOMP Page 20 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
on) for departments. Such an infrastructure would also facilitate inter-departmental
working in a coordinated and synchronized manner.

This enterprise application layer will grant free access to the citizens for information
related services, form availability, status tracking and authentication of the issued
documents. A central message processing mechanism would also help in tracking all the
transactions of the Government.

4.6.2 Service components


The service components are the critical elements of the proposed model. These
elements define the way in which the service request will be entertained, processed and
finally delivered back to the applicant. There are 11 service components which have
been proposed for the e-District application. These components are designed to handle
all functionalities of the proposed e-District application. These 11 components (namely
Information dissemination, Forms availability, Application submission/receipt, Payment,
Workflow, Approval, Rejection, Verification, Status Tracking, Delivery and MIS) form the
basic building blocks of the entire BPR framework and the proposed “TO BE”
envisioning.

4.6.3 Channels of delivery


The proposed e-district framework has channel of delivery as an essential element which
will enable the component to take up the defined route for input as well as output from
the application. Some of the envisaged channels of delivery include the following
Common Services Centre/e-Mitra kiosks
Government Office at District, Sub-Division, Tehsil and Block level
Online (web based service)

It is envisaged that multiple channels of delivery will help in providing accessibility to the
citizens for availing the services under e-District.

4.6.4 Application layer


The proposed e-District application will have the improved TO BE processes embedded
in it which would serve as the core mechanism for processing the service requests. This
layer would define the work flow of service delivery and contains all the possible logics
based on acts, rules, government orders, departmental orders, etc. This layer will also
contain the defined way through which the user can interact with the application –
provide required input to the system and get output from the system. Also, this backend
supports an intelligent Management Information System (MIS) so as to perform the
defined functionality for monitoring and reporting associated with the selected services.

Additionally, this layer would interact directly with the application process and perform
common application services based on the service request. It will also ensure effective
communication between the components and the service owners and the users using the
network.

4.6.5 Back end


The back end of the proposed e-district application, which includes the District
Administration and the State Government, is the core decision making body of the
Name & Signature of the Bidder along with Seal
RajCOMP Page 21 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
service delivery mechanism. This component shall only focus on the decision making
ability of the concerned department head and other government officers in performance
of their delegated responsibilities. The data storage and handling will also be a backend
task as defined by the system in specified structure.

An illustrative list of features of the proposed application is as follows


4.6.5.1 Application should be Web-based and based on Centralized Architecture
4.6.5.2 Application would be hosted in the State Data Centre and will be
accessible to departmental users through Rajasthan SWAN (once it is
operational)/Internet. In the meantime, secured internet based application
access shall be made available.
4.6.5.3 Secured access will be provided through security features like User name,
password based access, Digital Signatures. Application shall also have
provisions of UIDAI compliant Biometric authentication
4.6.5.4 Application would be multi-lingual and Unicode compliant. (English and
Hindi)
4.6.5.5 Application should be based on standards defined by DIT, GoI and should
be able to integrate with other applications available with Government
Departments/agencies of Government of Rajasthan or as identified by
Government of Rajasthan in future
4.6.5.6 Use of Identity Management Systems to provide role based access control
for the administrator-users, front-end users, application processing users
etc

Proposed Application Architecture for e-District can be shown as given below:

Rajasthan
WBSWAN
SWAN
Secretariat/ HOD Offices
Security
DR Site

Data Center
Internet DM Office/ Horizontal Offices

SDO Office/ Horizontal Offices

Citizen CSC
Block/ Horizontal Offices

Name & Signature of the Bidder along with Seal


RajCOMP Page 22 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

SCOPE OF WORK

Name & Signature of the Bidder along with Seal


RajCOMP Page 23 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-5: SCOPE OF WORK

The scope of the project envisages a complete turnkey solution which includes study,
development and implementation of e-District Application Software, procurement and deployment
of hardware, system software, training, maintenance of hardware/software (application & system)
and Facility Management services for 3 years from the date of Go Live.

The minimum specified Scope of Work that needs to be undertaken by the successful Bidder for
implementation and maintenance of e-District project for both the pilot districts of Rajasthan i.e.
Ajmer & Jodhpur are given below and the work is to be performed as per the specifications and
conditions mentioned in different parts of this document, e-District Guidelines issued by
Government of India and any further amendments issued in this regard and the Contract is to be
signed by the Bidder successfully.

5.1 Design, Development and Deployment of Application Software


The scope of work for the Bidder with respect to the Application development includes Study,
Design, Development, Testing, Implementation and Maintenance of the solution. The major works
being:-

5.1.1 Study, Design and Development


5.1.1.1 To study the requirements and prepare a System Requirement Specification
(SRS) report – based on requirements of the District Administrations, the
functional requirement specification and the “To-Be” Process flows for e-
enabling the services identified under e-District project and independent
assessment. To Be Processes and Functional Requirement Specifications
for each of the identified services is annexed at Annexure 18 for ready
reference of the successful bidder.
5.1.1.2 The framework should have solution compatible CMS & DMS provided as
middleware (refer Chapter 19- Bill of Material for essential specification).
5.1.1.3 To prepare solution architecture document in conformity to the requirements
and guidelines issued by DIT, GoI (Annexure-20).
5.1.1.4 To develop the e-District Application Software based on the System
Requirement Specifications (SRS) and solution design document as
approved by the Tendering Authority.
5.1.1.5 Application Software should be designed in such a manner that it could
provide services through front end delivery channels as defined in Chapter
No. 4.
5.1.1.6 Application Software should be PKI enabled for provision of Digital Signature
5.1.1.7 The Application Software should have provision for Secured access through
security User name, password based, Digital Signatures. Application shall
also have provisions of UIDAI compliant Biometric authentication.
5.1.1.8 The Application Software should be developed as per the standards defined
in the e-District guidelines time to time issued by GoI. The guidelines issued
as on date are annexed at Annexure 20.
5.1.1.9 A 3rd party Quality certifying agency (STQC) to be involved by the bidder
from the very beginning of the project to ensure that proper application
design and development standards are met and have to obtain required
certification from STQC for each stage at no extra cost.

Name & Signature of the Bidder along with Seal


RajCOMP Page 24 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
5.1.2 Application Software Testing
5.1.2.1 To prepare the testing approach and test plan.
5.1.2.2 To perform the testing based on the approved test plan, document the
results and fixing of the bugs found during testing
5.1.2.3 To design Test Cases using the test and real data
5.1.2.4 To Get the test results approved by purchaser.
5.1.2.5 The bidder needs to get all the modules of the developed e- district
application duly tested and accepted by STQC (Standardization, Testing and
Quality Certification), Department of IT, and Government of India after
approval of test results by purchaser.
5.1.3 Installation
5.1.3.1 Deployment of Application Software / any other software required for
successful implementation of e-District Application at SDC.
5.1.3.2 To prepare Installation Manuals.
5.1.4 Implementation
5.1.4.1 The application software shall be Implemented and rolled out in pilot districts
only after assessment, acceptance by STQC of the Application software.
5.1.4.2 The bidder shall deploy the application on the servers installed under the
project at State Data Center, IT Building, Jaipur
5.1.4.3 The bidder is required to incorporate all changes in business requirement in
the e-District application during the entire project period without any
additional financial implication.
5.1.4.4 The bidder would undertake Configuration of Users and providing access as
per roles and responsibilities defined as per approved SRS.

5.1.5 Technical Documentation


5.1.5.1 The bidder shall have to provide full documentation of the SRS, design and
Application Software Code (including Use cases, Entity Relationship (ER)
diagrams, flow diagrams, UML diagrams, DFDs etc.),
5.1.5.2 The bidder shall prepare and submit Installation manuals, Bi Lingual (English
and Hindi) User manuals both in hard copy and a soft copy.

5.2 Hardware and Network Requirement


The scope of work of the Bidder with respect to the hardware and networking is given below:-

5.2.1 Supply of Hardware/System Software/ Network equipments/Power Backup


(Active and Passive components)
5.2.1.1 Supply of all the products and equipments (Active as well as Passive)
specified in the Bill of Material mentioned in the RFP at respective sites.
5.2.1.2 Though the quantity of the Hardware and Networking equipments are
mentioned in this document, RajCOMP/Government of Rajasthan reserves
the right to increase or decrease the quantity of Hardware and Networking
equipments as mentioned in the Bill of Material and the payment shall be
made on actual basis.
5.2.1.3 The bidder is required to submit Hardware Test reports for entire Hardware
to be supplied under the project from STQC or any such other testing agency
at the time of supply.
Name & Signature of the Bidder along with Seal
RajCOMP Page 25 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
5.2.1.4 The Bidder must not bid/supply any equipment that would be declared as end
of sale on or before the date of Go Live.
5.2.1.5 The entire Hardware as supplied under the project should be Interoperable.
In case any additional device/Software is required for interoperability, the
same shall be provided, Installed and maintained by the bidder at no extra
cost for entire contract period.
5.2.1.6 Supply of all the installation materials/accessories/consumables (Screws,
clamps, fasteners, ties, anchors, supports, grounding strips, wires, fiber
termination kits etc.) necessary for the installation of the systems.
5.2.1.7 The Bidder has to provide comprehensive onsite warranty for the all the
supplied products/services for entire contract period.
5.2.1.8 The Bidder has to provide uninterrupted power backup to the Office Building
during the Prime Business Hours (PBH) at eDistrict implementation locations
under this RFP. The installation, commissioning, testing, implementation, and
maintenance of DG Set should be provided by the Bidder during the entire
project period of 3 years. The bidder shall visit eDistrict implementation
location for acquiring the local site condition. The payment for the
consumable would be as per actual. The Bidder is required to maintain log
for the time electricity is not available in particular office and need to verify
the same from officer in charge/DeGS. The payment would be made on
Quarterly basis.

5.2.2 Scope of Installation, Commissioning and System Integration


5.2.2.1 Installation, integration and commissioning of the supplied Servers at the
State Data Centre, Jaipur.
5.2.2.2 Installation, integration and commissioning of the Local Area Network at e-
district implementation locations including active and passive components.
The Bidders may visit the e-District Implementation Locations to access the
volume of work required for LAN deployment.
5.2.2.3 Installation of PCs and allied items at all e-District Implementation Locations
5.2.2.4 Integration of all existing and operational LANs/WAN links, to provide
enterprise wide access to resources and services. The Bidder also needs to
take care of all IP addressing or similar issues arising at the time of
integration and should also ensure that the existing systems run smoothly.
5.2.2.5 To bring all the installation equipments and tools required for the installation
and commissioning of the system without extra charges.
5.2.2.6 To provide all patches and updates during the entire project period.
5.2.2.7 To obtain Installation certificate from all stake holders and submit it to
purchaser.
5.2.2.8 The Bidder shall provide a dedicated 2 x 4Mbps or above Internet bandwidth
using MPLS-VPN technology at State Data Center (SDC) for proper
functioning of the system. Each of the 4Mbps Internet links should be from
separate ISP (Class-„A/B/C‟ License holder ISP).
5.2.2.9 The selected bidder shall provide the network connectivity (With Back-up
Link) at all the eDistrict implementation locations using the MPLS-VPN
technology from a Class-„A/B/C‟ License holder ISP. The traffic from all the
locations should arrive at the central site i.e. SDC, Jaipur. The selected
bidder is required to co-ordinate and to do the liasioning work with the
respective ISP and get the bandwidth/ communication/ network links
deployed at all the project locations. The MPLS Network should provide at
least 1Mbps Bandwidth at each of the Tehsil / Other Departmental Offices
Name & Signature of the Bidder along with Seal
RajCOMP Page 26 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
and 2Mbps at each of the District Head Quarters. The bidder is required to
provide such connectivity till RSWAN is not operational at the e-district
implementation locations. As soon as RSWAN connectivity is made available
to any one of the offices, the bidder shall be required to switch over the
connectivity to RSWAN without any extra cost and shall withdraw the MPLS
connectivity from that office.
5.2.2.10The Bidder shall have to prepare desired number of Earth Pits (as per
applicable standards) required for installation of DG Sets, UPS and other
equipments and will be duly verified and inspected by the GoR officials.

5.3 Training
5.3.1 To impart requisite training to all the stakeholders including District
Magistrates, Additional Deputy Magistrates, Sub-Divisional Officers,
Tehsildar, BDO, Patwari, Revenue Inspector and Dealing Assistants at
different offices under the jurisdiction of the District Administration.
5.3.2 To prepare the detailed training plan & training manuals. The bidder may
refer to the Change Management Report as annexed at Annexure 19 while
preparing the training manuals and schedule. . The report provides detail
about the various training modules and stakeholders bands and mapping of
stakeholder for the proposed training modules.
5.3.3 Change Management Report in enclosed as Annexure 19.
5.3.4 The Training material should be in form of CBTs and Hard copies.
5.3.5 Training should be given in batches of not more than 15 participants in a
batch at District/ Sub-Division.
5.3.6 Bidder need to provide module wise training cost for a batch of 15
participants.
5.3.7 For all such training programs, the Bidder has to provide necessary
infrastructure, qualified training instructor, course material, user manuals,
visual help kit and system admin. Manuals etc. Bidder has to also make
provision of refreshment (breakfast, lunch, tea etc.) to training participants.

Based on the organizational hierarchy of the district administration and the envisaged roles
and responsibilities, it is proposed to create 4 bands – I, II, III and IV for training purpose only.
This will enable to ease the training of government staff and also at the same time will
integrate the understanding of various actors for consolidated service delivery. The following
table is proposed to be followed for training purposes:

5.3.1 Proposed eDistrict Stakeholder Training Band

Band Officials Indicative Numbers


Group I District Collector(DM), Assistant District Magistrate(ADM), 39
sub divisional Magistrate (SDM)/ Sub Division Officer(SDO),
Assistant Director Employment (ADE), Commissioner
(Municipal Corporation), Deputy Director/Joint Director (Social
Justice)
Group II Registrar Birth/Death, PIO, Tehsildar, Nayab Tehsildar, DEO 56

Group III Patwari, Dealing Clerk, Sanitary Inspector, Revenue Inspector 982

Name & Signature of the Bidder along with Seal


RajCOMP Page 27 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Group IV Panchayat Secretary, Registration Clerk 674

Group V CSC / e-Mitra operators 197

5.3.2 Training Modules


Understanding the change in the revised process and workflow of selected service which
will emanate because of implementation of e-district application, training and capacity building of
the government official cutting across departmental lines becomes quintessential. The bidder is
required to undertake following minimum training modules are to be undertaken across the
departmental hierarchy:

e-District Orientation Training- 1 Day


Basic Computer Training- 1 Day
Specialized Computer Training- 1 Day
e-District Application Process Training- 2 Day
e- District Activity Training- 2Day

5.3.3 Training Plan should be changed as per discussion


A detailed training program has to be provided by SI for the proposed module of the training.

S. No. Training Module Group Group Group Group IV Group V


I II III
1. e-District Orientation Y Y Y Y Y
2. Basic Computing Training Y Y Y Y N
3. Process Training Y Y Y Y N
4. Activity Training N N Y Y N
5. Specialized Computer Y Y Y Y N
Training

For further Details refer Change Management Report attached as Annexure 19.

5.4 Technical Document


5.4.1 The technical documentation involving detailed instruction for operation and
maintenance is to be delivered with every unit of the equipment supplied. The
language of the documentation shall be in English.
5.4.2 Such manuals shall include illustrated catalogues, reference manuals, technical
manuals and operation manuals for the purpose of operating the solution. Complete
documentation of the solution should include:
Hardware Manuals
Operating System(s) Manuals (if any)
Utilities and general software reference manuals
Manuals for every software package including Third Party software
Computer based trainings and help documentation
5.4.3 Any level/version changes, addenda, explanation and/or clarifications in the
above mentioned documentation, made during the Agreement, shall be supplied by
the Bidder free of cost, as and when such changes are generally made available.
Name & Signature of the Bidder along with Seal
RajCOMP Page 28 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
5.4.4 The sets of documents and manuals, supplied and delivered by the proponent shall
be in reasonable detail and be current at the time of delivery; be in English
language; include system operations, operating system and the Third Party
software products; include error recovery instructions; include software
debuggers/diagnostics/listing; include ready reference; and include illustrated parts
and catalogues.

5.5 Operation and Maintenance (O&M)


5.5.1 During the O&M period, Bidder shall warrant that the goods supplied under the
contract are new, unused, of the most recent version/models and incorporate all
recent improvements in design and materials unless provided otherwise in the
Contract. The Bidder shall further warrants that the systems and overall solution
supplied to the District Administration shall have no defect arising from the design,
materials or workmanship or any act or any omission
5.5.2 The O&M for the application software shall remain valid for a period of three years
from the date of Go Live.
5.5.3 This O&M should also cover adapting the software for any additional requirements
that might come to the notice of Govt. of Rajasthan at the time of actual use of the
software.
5.5.4 The Bidder shall provide free software upgrades, patches, and updates during the
entire project period from the date of acceptance for all software components like
Operating Systems, Database, Application Server Software, and Management
Software, Anti-Virus software or any other software supplied under the project.
5.5.5 The Bidder shall provide Operation & Maintenance (O&M) for three years from the
date of Go Live. The operational support will have to be provided at both the
District Collector offices, through a suitable helpdesk system, to ensure that the
solution is functioning as intended and that all problems associated with operation
are resolved satisfactorily. Bidder is required to use web enabled helpdesk
management system for the Helpdesk Call management and SLA reporting.

5.6 Technical Manpower Deployment


5.6.1 This handholding activity has to be performed for entire period of Operation and
Maintenance i.e. 3 years after Go-Live
5.6.2 Minimum manpower of 3 resources per District HQ and 2 resources per Sub-
Division/Tehsil HQ has to be provided. .
5.6.3 The number of offices in Ajmer and Jodhpur District is detailed out in section 5.7.

5.7 Implementation Location


The eDistrict Application will be implemented at the State Data Centre. The Ajmer and Jodhpur
districts have been chosen for pilot implementation of e-District project. The implementation
locations in numbers for the pilot project are as follows:-

Type of Office No. of Locations


Ajmer District Jodhpur District
District Magistrate Office 1 1
Sub-Division/Tehsil Office 9 7
Employment Office 1 1

Name & Signature of the Bidder along with Seal


RajCOMP Page 29 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

5.8 Acceptance Testing


5.8.1 The primary goal of Testing & Acceptance is to ensure that the project meets
requirements, standards, specifications and performance prescribed by the Tender
5.8.2 Acceptance Procedure for the Application Software will include the following, a plan
for which will have to be submitted by the Bidder:-
 Functional Tests
 Resilience Tests
 Benchmark comparisons including load testing
 Operational Tests
5.8.3 The Final Acceptance testing will include testing of the application through live
output. (e.g. first 100 caste certificates generated through automated workflow
system of the proposed application as per the reengineered process).
5.8.4 Completion of any other tests/evaluation criteria that RajCOMP may specify.
5.8.5 The User Acceptance Tests for the Application Software will be carried out at the
user department/ section of both the districts.
5.8.6 In the event of the site not being ready by the GoR, the SI and the Bidder may
mutually agree to redefine the milestones.
5.8.7 The Acceptance Tests for the Hardware and Networking Components shall involve
successful supply, delivery at site, installation and commissioning of systems at all
implementation locations of both the districts.
5.8.8 On the successful completion of the Acceptance Test and after the Committee so
constituted by the Bidder to conduct the said Acceptance Tests are satisfied with
the working of the system, the acceptance certificates, signed by the authorized
representative(s) of Bidder and Authorized representative(s) of GoR, will be issued
by the Bidder. Any delay by the SI in the performance of its contracted obligations
shall render the SI, liable to the imposition of appropriate penalties, unless agreed
otherwise by the Bidder.
5.8.9 All components of the solution, for hardware and networking components or
software, as the case may be, would be deemed accepted on attainment of the
receipt of Site Acceptance Certificate from each Location.
5.8.10 Any delay attributable to the Implementation Partner in the Acceptance Testing shall
render the Implementation Partner liable to the imposition of appropriate penalties,
as mentioned in the document

5.9 Project Management


e-District project is a multi-departmental initiative. Its implementation is complex and goes out of
control unless all the stakeholders, especially the Bidder designs and implements a
comprehensive and effective project management methodology. The following requirements are
therefore prescribed in this regard.

5.9.1 Project Plan


The Bidder should design a detailed Project Plan, which should include the following
components.
5.9.1.1 Project Organization and Management Plan
5.9.1.2 Software Deployment Plan
5.9.1.3 Testing Plan and Methodology
5.9.1.4 Hardware Deployment Plan
5.9.1.5 Training Plan, Methodology and Training details
Name & Signature of the Bidder along with Seal
RajCOMP Page 30 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
5.9.1.6 Change Management Plan
5.9.1.7 Any other relevant items related to the Programme Development

5.9.2 Help Desk at District Collector Office


The Bidder shall:
5.9.2.1 Assume responsibility of managing and monitoring the project as per the
indicative Time schedule specified in this RFP
5.9.2.2 Set up a Helpdesk at District Collectorate office to take care of the following
issues
5.9.2.3 24X7 Support for logging calls
5.9.2.4 All kind of trouble shooting regarding Hardware, Application, Network
Connectivity
5.9.2.5 Training, Hand Holding and Knowledge Transfer to the District Official
5.9.2.6 Complete SLA Monitoring
5.9.2.7 Any other related and relevant issues

5.9.3 Reporting
The Project Manager shall conduct monthly review meeting with the concerned District
Collector of the particular district. The Project Manager shall also submit the following
reports to the nodal officers identified for the project
5.9.3.1 Weekly Status Reports
5.9.3.2 Monthly Progress Reports, summarizing:
5.9.3.3 Results accomplished during the period
5.9.3.4 Performance against SLA Report
5.9.3.5 Cumulative deviations to date from schedule of progress on milestones as
specified in RFP, read with the agreed and finalized project plan
5.9.3.6 Corrective actions to be taken to return to planned schedule of progress
5.9.3.7 Proposed revisions to Planned Schedule
5.9.3.8 Other issues and outstanding problems, and actions proposed to be taken
5.9.3.9 Interventions which the Implementation Partners expects to be made by the
nodal officers assigned by the State Government and/or the actions to be
taken by the State Government/District Administration before the next
reporting period
5.9.3.10 Feedback report from the participant of training program.

5.10 Roles and Responsibility:


A clear definition of the roles and responsibilities of all the partners involved brings transparency,
accountability, manageability and efficiency in any project. The following are the roles and
responsibilities of the Bidder, selected Bidder, District e-Governance Society and Project
Consultants.

5.10.1 Responsibilities of the Bidder:


Owner of the project is RajCOMP; the role of RajCOMP for successful implementation of the
Application software includes discharging the following responsibilities:
To ensure that both the District Administrations of Ajmer and Jodhpur take active
part in the project
To conduct review meetings at regular intervals to monitor the overall progress of
the project
To ensure speedy centralized issue resolution
Name & Signature of the Bidder along with Seal
RajCOMP Page 31 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
To ensure timely sign-offs
To provide necessary infrastructure support and resources to the Bidder during the
development stage.
To co-ordinate with other Government agencies and department responsibilities of
the Selected Bidder

The following are roles and responsibilities of the Bidder to be selected for design, development,
testing and implementation of the software under the e-District project for the district administration
of Ajmer and Jodhpur

To design, develop, test and install a secure, scalable Application software for the
District Administrations of Ajmer and Jodhpur, adopting open, inter operable
standards
To demonstrate scalability for the entire state. Any cost required for scaling up of the
project across the state within the warranty period would be considered as part of
the assignment
To prepare a System Requirement Specification(SRS) report and get it approved by
the Bidder
To ensure security of the data with adequate back-up measures
To provide training to user community to make them conversant with the application
software
To provide handholding support to the user community during the warranty period.
To meet the functional requirements specified in this document
To provide full documentation of the design, installation and implementation of the
software and user manuals
To undertake maintenance of software during Annual Maintenance Period
To make reports at specified periodic intervals on the progress of the project
o follow the terms and conditions as specified in this Tender document and in any
other subsequent related documents

The following are roles and responsibilities of the Bidder to be selected for supply, installation,
implementation, operation and maintenance of the hardware and networking systems under the e-
District project for the district administrations of Ajmer and Jodhpur

The Bidder shall ensure timely delivery, installation, commissioning and acceptance
of the systems in accordance with Contract requirements
The installation, configuration, maintenance and updating of all required software,
firewalls etc. is the responsibility of the Bidder till the currency of the Contract. All the
updates of the software should be supplied along with the Compact Disc (CD) media
containing the same during the currency of the Contract. All manuals should be in
PDF format only.
The Contractor shall provide and employ only such personnel, who are skilled and
experienced in their respective callings and supervisory staff who are competent to
adequately supervise the work at hand.
Hardware installation will be modified as per the requirement.

5.10.2 Responsibilities of the District e-Governance Society (DeGS)


The roles and responsibilities of the District e-Governance Society (DeGS) are as
follows:
To ensure a close co-ordination with all the participants and the external agencies
involved
Name & Signature of the Bidder along with Seal
RajCOMP Page 32 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
To ensure participation and support from all the associated sections and employees
of the district administrations
To identify the staff , who need to undergo training at various levels in consultation
with District Collector
To identify key points of contacts who would be able to dedicate quality time with
the Bidder
To review the installation, commissioning and maintenance of the application
software
To take steps to mitigate any such potential risks that might surface during the
course of the project
To monitor the overall progress of the project
Handle Change Management
Liaison with the Bidder team and the Consultant Partner

5.10.3 Responsibilities of the Implementation Consultant


The Roles and responsibilities of the Consultant partner for this initiative are:-:
To prepare checklist for monitoring progress of the implementation
To interface with the Bidder to evaluate interim outputs and products and periodically
prepare and discuss progress reports with RajCOMP/Govt. of Rajasthan
Set up and administration of project scope and change control process
Set up and administration of process for communicating interdependencies between
activities plans across the project and highlighting deviations
Review Project risks and track progress of planned mitigation measures
Set up and administration of an issue and escalation management process
Set up and administration of a process for reporting progress on key project metrics
to RajCOMP
Set up and maintaining a master document index; custodian for master copies of
key project documents
Facilitating documents for review/sign-off
Provision of resource to review and address issues

The Bidder shall be responsible for end-to-end implementation and shall quote and
provide/supply any items not included in the bill of materials but required for commissioning of the
network. Quotes for such items shall also be used for the purpose of Financial Bid evaluation.
Purchaser shall not pay for any such items, which have not been quoted by the bidder in the bid
but are required for successful completion of the overall project.

Name & Signature of the Bidder along with Seal


RajCOMP Page 33 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

SERVICE LEVEL
AGREEMENT (SLA)

Name & Signature of the Bidder along with Seal


RajCOMP Page 34 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER 6: SERVICE LEVEL AGREEMENT (SLA)

SLA defines the terms of the System Integrator‟s (SI) responsibility in ensuring the performance of
the e-District Project based on the agreed Performance Indicators as detailed in the Agreement.
This section defines various Service Levels for various components of e-District Project, which
shall be considered by the State in the Service Level Agreement with SI.

The selected bidder has to meet the service level norms as defined in this chapter. Failing which
the SI (Successful Bidder) is liable to be penalized.

Working Days: eDistrict Application has to be made available 24 x 365. The service window for e-
District Application Availability shall be as per the Service window defined in table below

Description Prime Hours Non Prime Hours


Working Days 8AM to 8PM 8PM to 8AM
Non Working Days 10AM to 6PM 6PM to 10AM

SLA Matrix: MTTA and MTTR to rectify and restore the services will be calculated from the time
of detection of non-availability of services at Help Desk. The SI shall provide Operations and
Maintenance services as per SLA matrix given below:

Location Prime Hours Non-Prime Hours


MTTA MTTR MTTA MTTR
At SDC 30 Minutes 1 Hour 30 Minutes 1 Hour
At District Collectorate 30 Minutes 1 Hour One Hour Two Hours
At Tehsil/Other Department Office Two Hours Four Hours At 9 AM of Four Hours
Next Working of next
Day working day

MTTR time is inclusive of MTTA time. Downtime shall be calculated from the time of detection of
the problem, the actual downtime time shall also include the time taken for repairs.

6.1 Timely Delivery of all deliverables

Definition Timely delivery of deliverables would comprise of software application


and all documents that are to be submitted as part of the project
deliverables.
Service Level All the deliverables defined in the contract have to be submitted on-time
Requirement as per the date mentioned in the contract with no delay.

Measurement of To be measured in Number of Working Days of delay from the date of


Service Level submission as defined in the project contract.
Parameter

Name & Signature of the Bidder along with Seal


RajCOMP Page 35 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Penalty for non- Delay of every Working Day would attract a penalty per day as per the
achievement of SLA following –
Requirement For Software Application = 2 X Per day Penalty
For Documents = 1 X Per day Penalty
The total penalty would be generated by the product of the above and the
number of Working Days Delay.
The Penalty per day is INR 5,000.

6.2 Resolution Time

Definition Time in which a complaint / query is resolved after it has been reported
by Stake Holders to the FMS team during O&M phase.
Service Level Any query after being given a response should be classified for resolution
Requirement in following three categories.
Resolution Level 1 (R1): Queries regarding issues which have the
greatest Working impact wherein the user is not able to perform his/her
regular work
For example, Non response of system due to application failure, DB not
responding due to code or application error

Resolution Level 2 (R2): Queries regarding issues which have medium


Working impact wherein the user is partially able to perform his/her
regular work
For example, Batch procedure not running due to code error or
application error, User not able to view report data due to code or
application error,

Resolution Level 3 (R3): Queries regarding issues which have the


least/no Working impact involving cosmetic changes.
For example, change of background color etc.

The Successful Bidder is expected to provide service as per the following


criterion:

Type of Query Maximum resolution time allowed


R1 1 Working day
R2 3 Working day
R3 5 Working day
Measurement of The service level would be defined in the number of Working days
Service Level calculated from the date of logging the call/raising the request with the
Parameter successful bidder.
Penalty for non- Delay of every Working Day over and above the resolution time stipulated
achievement of SLA above would attract a penalty per day as per the following
Requirement For R1 = 3 X Per day Penalty
For R2 = 2 X Per day Penalty
For R3 = 1 X Per day Penalty
The total penalty would be generated by the product of the above and
delay as measured in the number of Working Days.
The Penalty per day is INR 5,000.

Name & Signature of the Bidder along with Seal


RajCOMP Page 36 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
6.3 Installation of Hardware and Network Equipment

Definition Installation of Hardware and Network Equipment would comprise of


procurement, pre inspection check, Configuration and Testing by System
Integrator and Roll-out approval from RajCOMP
Service Level Installation of LAN, Hardware and Network Equipment should be
Requirement completed within scheduled time after delivering to eDistrict
implementation site
Measurement of To be measured in Number of Working Days from the date of Intimation
Service Level or Request from RajCOMP
Parameter
Penalty for non- Delay of each Day in Installation of Hardware and Network Equipment
achievement of SLA would attract a penalty of Rs. 10,000.00 per day.
Requirement

6.4 LAN Availability

Definition LAN availability is defined as the percentage for which the network was
available for the user vis-à-vis the total time.
Service Level LAN availability should be maintained at a minimum level of 99.5%
Requirement The bandwidth availability should be maintained at a minimum level of
99.5%
Measurement of {(Total time in a Quarter in minutes – Total Down time in a Quarter in
Service Level minutes)/Total Time in a Quarter in minutes}*100
Parameter The above time would be calculated only for Working Hours during
Working Days in a month (excluding Holidays)
The users at District/Tehsil/Employment office mapped in eDistrict project
would act as a single unit. Network down for single unit would be treated
in downtime calculation. If the same kind of problem has been reported
from several user than it would be treated as a single unit and the
downtime would be calculated accordingly.
Any planned outage should not be included in the calculation of network
availability. However, the Successful Bidder should take at least 15 days
prior approval from RajCOMP in writing for the network
maintenance/planned outage
Penalty for non- If the Successful Bidder is not able to meet the above defined service
achievement of SLA level requirement, then any deviation from the same would attract a
Requirement penalty as per the following:
LAN >=99% 99.0 % > Service Service
Availability Availability > 98.0% Availability < 98%

Penalty 0.5% of 1% of QGR 2% of QGR


QGR

6.5 Network Availability (WAN) (Uptime)

Definition Network availability is defined as the percentage for which the network
was available for the user vis-à-vis the total time.
Service Level Network availability should be maintained at a minimum level of 99.0%
Name & Signature of the Bidder along with Seal
RajCOMP Page 37 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Requirement
Measurement of (Total time in a Quarter in minutes – Total Down time in a Quarter in
Service Level minutes)/Total Time in a Quarter in minutes}*100
Parameter The above time would be calculated only for Working Hours during
Working Days in a month (excluding Holidays). The users at
District/Tehsil/Employment office mapped in eDistrict project would act as
a single unit. Network down for single unit would be treated in downtime
calculation. If the same kind of problem has been reported from several
user that it would be treated as a single unit and the downtime would be
calculated accordingly.
Any planned outage should not be included in the calculation of network
availability. However, the Successful Bidder should take at least 15 days
prior approval from RajCOMP in writing for the network
maintenance/planned outage
Penalty for non- If the Successful Bidder is not able to meet the above defined service
achievement of SLA level requirement, then any deviation from the same would attract a
Requirement penalty as per the following:

Network 99.0 % > Service 98 % > Service Service


Availability Availability > Availability > Availability <
98.0% 95% 95%
Penalty 0.5% of QGR 1% of QGR 2% of QGR

6.6 Application Availability

Definition Application availability refers to the total time when the Application is
available to the users for performing all activities and tasks.
Service Level The average availability of the application should be at least 99.5% in a
Requirement Quarter.
Measurement of (In percentage)Availability =
Service Level [100 *(Total Available time per quarter (24hrs * N days)- downtime of the
Parameter application)] / [Total Available time per quarter (24 hrs * N days))]
Where N = Number of calendar days in a quarter
The users at District/Tehsil/Employment office mapped in eDistrict project
would act as a single unit. Application Availability for single unit would be
treated in Availability calculation. If the same kind of problem has been
reported from several user that it would be treated as a single unit and
the downtime would be calculated accordingly.
Any planned application downtime should not be included in the
calculation of application availability. However, the Successful Bidder
should take at least 15 days prior approval from RajCOMP in writing for
the planned outage.

Name & Signature of the Bidder along with Seal


RajCOMP Page 38 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Penalty for non- If the Successful Bidder is not able to meet the above defined service
achievement of SLA level requirement, then any deviation from the same would attract a
Requirement penalty as per the following –

Application >= 98 % to >= 95% to <95%


Availability <99.5% <98%
(Quarter average)
Penalty 0.5% of QGR 1% of QGR 2% of
QGR

6.7 Measurement of SLA:

The bidder has to deploy a SLA monitoring tool at State Data Center for monitoring of various
parameters of SLA as mentioned above at no extra cost and has to submit quarterly SLA reports
to RajCOMP.

Name & Signature of the Bidder along with Seal


RajCOMP Page 39 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

TECHNICAL
ARCHITECTURE

Name & Signature of the Bidder along with Seal


RajCOMP Page 40 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-7: TECHNICAL ARCHITECTURE

7.1 The proposed application should be web based and have n-tier architecture.
7.2 The bidders are expected to decide upon the development platform and tools.
7.3 Under the project, State Service Delivery Gateway (SSDG) will be implemented in the
state of Rajasthan which will be an integral part of SDC (State Data Centre) of Rajasthan.
The objective of implementing SSDG is to ensure standard based interoperability between
the various Government departmental applications at the back end and connect CSC or
other delivery channels at the front end. The SSDG will use XML based Middleware for
standard based messaging between various heterogeneous application. The e-district
application to be developed should be able to provide necessary interface to integrate in
future with the XML based service gateway to facilitate interoperability with other
Government application
7.4 The application should also have provision to integrate with Secured Payment Gateway
7.5 The application should have provision to integrate with the SMS gateway.
7.6 The eDistrict Application software should be interoperable with various operating system,
database, and Application server software and developed using open standard and OEM
supported platforms and tools.
7.7 The Application would be hosted in the State Data Centre and will be accessible to
department users through suitable internet/WAN connectivity till RSWAN is operational.
7.8 The application software should be browser independent; it should support
Netscape/Internet Explorer and other open source browsers such as Fire fox Mozilla /
Opera/ Safari/ Konquerer.
7.9 The system should support TCP/IP based communication protocol including IPv4/ IPv6.
7.10 The web server and application server should be compatible to the framework proposed.
7.11 The application architecture/ framework needs to be heterogeneous across all the
application suites
7.12 The system should be bilingual in English and Hindi and should be Unicode compliant and
should be Unicode compliant.
7.13 The system should provide support for conversion and importing of data from one
database to another.
7.14 The system should ensure data security and integrity.
7.15 The system should support Digital Certificates/signature as per IT Act, 2000.
7.16 The system should provide compatible CMS & DMS as middleware (refer Chapter 19- Bill
of Material for essential specification).
7.17 The system should have PKI Infrastructure for Digital Signature Authentication.
7.18 The eDistrict application should also have provision to support biometric based
authentication and bar code reading and writing. Although the devices are not factored-in
the BoM, GoR will procure such equipments in future in consultation with the application
developer. The bidder should mention the specification of such equipment which will be
compatible with the proposed solution of the bidder. The selected bidder would be
responsible for integrating the same at no additional cost to GoR.
7.18 The system should be able to integrate features such as digital watermarking etc.
7.19 The system should have adequate Artificial Intelligence Tools that should be able to
perform Requisite MIS reports as required by the users.
7.20 The application should be developed as per the e-governance standards and the e-District
Guidelines time to time issued by Department of Information Technology, Government of
India including standard codification, data integration etc.
7.21 The RDBMS should support Database partitioning, parallel processing, multi-dimensional
OLAP capabilities for Data warehousing, generation and consumption of XML data and
XML based queries. The RDBMS should have high availability solution at the database
Name & Signature of the Bidder along with Seal
RajCOMP Page 41 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
server level to avoid failures of services, which are delivered through database servers.
The proposed database should be of enterprise level & OEM supported for the entire
project period like Oracle, Microsoft SQL, PostgreSQL, Ingress, DB2 etc.
7.22 The project Software Development Life Cycle (SDLC) and project plan should ideally
follow the Waterfall model of execution with clear demarcation and timelines for various
phases: SRS preparation, System Design, Prototyping, Software Development, Testing,
User Training and Handholding, User Acceptance & Final Deployment followed by the
Warranty period. Suitable design/ CASE tools and Project Management tools should be
used in the SDLC
7.23 The Intellectual Property Rights of all the software code, data, algorithms, documentation,
manuals, etc. generated as a part of implementation of this project shall solely vest with
the GoR.
7.24 The final configuration of the application suites along with functional requirements will be
frozen at the time of the SRS sign off.
7.25 The design of the solution architecture should be dynamic to adopt increased/decreased
number of services
7.26 The application should be capable of integration with other applications and migration from
other application.
7.27 During the term of the Project if any additional equipment/ component are required to meet
the SLAs, the bidder should supply such equipment/ component to GoR at no additional
cost. The quantities mentioned in Chapter 19 are minimum requirement and indicative.

Name & Signature of the Bidder along with Seal


RajCOMP Page 42 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

DELIVERABLE &TIME
SCHEDULE

Name & Signature of the Bidder along with Seal


RajCOMP Page 43 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-8: DELIVERABLE & TIME SCHEDULE

Project Time Schedule Breakup

* T1=Date of issue of Work Order.

S.No: Activities Deliverable Time


Frame
(Elapsed
Months)
1. Signing of Agreement with Agreement & Project Plan T1+1
the Successful Bidder Months
2. Site Preparation** Site Completion Report T1+2
Months
3. Requirement Study and SRS T1+ 1.5
Preparation of SRS Months
document and Sign-Off
4. Supply & Installation of all Hardware, Networking and System T1+ 3
hardware, Networking Software Installation Report, LAN Months
Software Components and Deployment Report
System Software, and
Establishment of LAN at all
locations.
5. Development of Data Entry Data Entry & Digitization and related T1+ 3
and Digitization Module for Reports Months
the purpose of feeding of
legacy data
6. User Training and Change Training Plan (Location & Module Wise), T1+ 5
Management Training Completion Report (Location & Months
Module Wise), Training Feedback, Training
Assessment Report
7. Testing and User Acceptance Testing Plan, Testing Strategy, Testing T1+ 4
of H/W and Networking Result, User Acceptance Report Months
Equipment

8. eDistrict Solution Design and Low Level and High Level Design T1+ 3.5
Development Document, Source Code Months

9. Solution Testing, Modification


Testing Plan, Testing Strategy, Testing T1+ 4.5
& User Acceptance Testing Result, Impact Assessment of Bugs Months
10. Auditing of eDistrict
Certification T1 + 5
Application by STQC Months
11. Data Porting and Migration Integration Strategy and Plan T1+ 5.5
Months
12. System “Go-Live” (G1) Implementation Strategy and Plan, T1+ 6
Implementation Report (Go-Live Report) Months
13. Overall load testing and Testing Plan, Testing Report, Impact T1+ 6.5
modification Assessment Report Months
14. Solution Documentation and Complete Solution Documentation, User G1+ 2
User Manuals Manual, Visual Training Kit, weeks
Name & Signature of the Bidder along with Seal
RajCOMP Page 44 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
15. Setup of Help Desk at pilot Help Desk Strategy and Plan G1+ 12
Districts weeks
16. Warranty of Hardware Undertaking G1 + 3 Year
17. Warranty of eDistrict Undertaking G1 + 3 Year
Application software
18. Operational and Maintenance Weekly/Fortnightly/Monthly/Quarterly/Yearly
(Managed IT Maintenance Report G1+ 3
services) Years

** Site preparation would be done by DeGS. The Site readiness needs to be assured by
successful bidder. For this Bidder need to obtain Site Completion report for the respective sites.

Name & Signature of the Bidder along with Seal


RajCOMP Page 45 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ELIGIBILITY CRITERIA

Name & Signature of the Bidder along with Seal


RajCOMP Page 46 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-9: ELIGIBILITY CRITERIA

The following are the conditions, which are to be necessarily fulfilled, to be eligible for technical
evaluation of the proposed solution. Only those interested bidders who satisfy the following
eligibility criteria should respond to this RFP:

9.1 The Bidder must be a Company/firm registered under Indian Company Act, 1956/
The Partnership Act 1932.
9.2 The Bidder/Prime Bidder should be empanelled for Implementation Agency with DIT,
GoI under SSDG Project as on the date of bid submission.
9.3 The Bidder may form a consortium for submitting the Bid. The Consortium shall be
allowed only for the FMS and the training activities as defined in Scope of Work. The
empanelled firm shall be the Prime Bidder.
9.4 In the event of a consortium, the members should also designate the empanelled
firm with DIT, GoI under SSDG project as „Prime Bidder‟. The members of the
consortium must be an Information Technology Company/ Corporation.
9.5 In case of Consortium, the members should submit a Power of Attorney as Annexure
21 in favor of the Prime Bidder.
9.6 In case of Consortium, the number of members other than Prime Bidder shall not
exceed 2 (Two) company/firm.
9.7 In Consortium, all the members shall be jointly and severally liable to complete the
project; however Prime Bidder shall give an undertaking for successful completion of
the project. In case of any issues, Prime bidder shall be responsible for all the
penalties. The agreement between the prime bidder and each consortium partner
should be for the entire project period and same has to be submitted along with the
Technical Bid. No change in consortium agreement or change of consortium
member shall be allowed during the entire project period without prior permission of
RajCOMP/ Government of Rajasthan.
9.8 Agreements of the consortium members should clearly mention their exclusive
association for this bid and joint responsibility for the respective scope. Roles and
responsibilities of each consortium member must also be spelt out in the agreement.
9.9 A bidding company/ corporation cannot be a part of more than one consortium. In
such a case, both the bids shall be disqualified.
9.10 The consortium member must have Company registration certificate, Registration
under labor laws & contract act, valid VAT/ Sales Tax Registration Certificate, valid
Service Tax Registration Certificate and Income Tax Return with Audit Report from
CA. The bidder shall provide an attested copy of all the above-mentioned certificates
for consortium partner along with this bid document along with the Sales Tax
clearance certificate of last year.
9.11 The Prime Bidder should deposit Earnest money. The Bids received without required
Earnest money will be rejected.
9.12 The Bidder/ consortium members/OEMs must be possessing valid ISO 9001:2000
certification. The copy of the same should be submitted along with the Technical bid.
9.13 The Consortium member (For FMS/O&M/Training) must have successfully
completed one project of Rs. 1.00 Crores or two projects of Rs. 50.00 Lac each of
providing Facility Management services and Training for Government organization/
PSU‟s in India. The bidder should attach copies of the customer purchase orders /
contracts clearly mentioning the scope of work, order value.
9.14 The Bidder/ Prime Bidder should have a local support office at Jaipur and provide
the supporting documents in technical bid. If the bidder/Prime Bidder does not have
any local support office in Jaipur at the time of bidding then the bidder has to submit

Name & Signature of the Bidder along with Seal


RajCOMP Page 47 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
an undertaking on his letter head that they shall open a local support office at Jaipur
within one month from the date of award of contract.
9.15 The bidder or consortium member should not have been Black listed by any State or
Central Government in India. An undertaking must be submitted duly attested by the
notary by the bidder and each member of the consortium.
9.16 The bidder must attach authorization certificate issued by OEMs for all the quoted
equipments.
9.17 The bidder may be required to make a presentation of their plan and methodology.
The exact date, time venue of the presentation will be intimated separately.
Core business and experience
Technical and managerial capability of the firm.
Performance record of the last three years.
Methodology and proposed operational plan.
Past experience of executing similar projects, etc.
Training Methodology
FMS Plan and Project Management
9.18 The Bidder/ Consortium member should have a positive net worth during last three
financial years i.e. 2009-10, 2008-09 and 2007-08.
9.19 Each member of consortium must have at least 100 technical employees having
required educational experience and technical skills for FMS/Training, on roll during
each of the last three years (as on March 31 2007-08, 2008-09 and 2009-10).

Name & Signature of the Bidder along with Seal


RajCOMP Page 48 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

EARNEST MONEY DEPOSIT

Name & Signature of the Bidder along with Seal


RajCOMP Page 49 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-10: EARNEST MONEY DEPOSIT

The bidder shall furnish an Earnest Money amounting to Rs. 10 Lacs (Rupees Ten Lacs Only).
10.1 The EMD be paid in Indian Rupees. The Bid Security/ Earnest money of Rs. 10 Lacs
shall be in the form of (i) Cash or Demand Draft drawn on a Scheduled Commercial
Bank in favor of “Managing Director, Rajasthan State Agency for Computer
Services (RajCOMP)”, payable at Jaipur. The DD shall be valid for 180 days.
10.2 Earnest Money of unsuccessful bidders will be returned within 60 days after the
expiration of the period of bid validity prescribed in the bid document or once the
successful bidder signs the agreement and furnishes the performance security,
whichever is earlier.
10.3 Earnest Money of the successful bidder will be released once the bidder signs the
agreement and furnishes the performance Security.
10.4 Forfeiture of Earnest money: The Earnest Money will be forfeited on account of one
or more of the following reasons:
When the Bidder withdraws or modifies the offer after opening of the tender
but before acceptance of the tender.
When Bidder does not executes the “Agreement” if any, prescribed within the
specified time.
When Bidder fails to commence the supply of the items as per the Purchase
Order within the time prescribed.
When the Bidder does not deposit the Security money after the purchase
order is given.

Name & Signature of the Bidder along with Seal


RajCOMP Page 50 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

BIDDING PROCESS

Name & Signature of the Bidder along with Seal


RajCOMP Page 51 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-11: BIDDING PROCESS

The bidding process comprises of two-bid system (Technical and Commercial Bid). The bidder is
required to submit two copies of bid document – One Original and One photocopy of original bid.
One soft copy (PDF format in CD) of the bid document must also be submitted. One CD consisting
of Technical details must be submitted and another CD consisting of Commercial details must be
submitted. These two envelops should be placed in one big envelop/box.

11.1 Two Bid Systems:


Offers (Technical & Commercial) must be submitted giving full particulars in separate sealed
envelopes at the following address on or before 15:00 Hrs dated 04th Feb 2011

RajCOMP
C-Block, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur – 302005. Ph.: 141-5103902, 5101313

All envelopes should be securely sealed and stamped and must be super-scribed with the
following information:
• Type of Offer (Technical or Commercial)
• Bid Reference Number
• Due Date
• Name of Bidder with Complete Address

ENVELOPE – I (Technical Bid - One Original and One Copy of Bid along with One Softcopy in
CD):
It must contain all the Technical details along with all the requisite information as required in the
Tender Document. This Envelope should be marked as " Technical Bid: RFP for the Selection
of System Integrator for implementing eDistrict in Ajmer & Jodhpur”.

ENVELOPE –II (Commercial Bid - One Original and One Softcopy in CD): It must contain all the
commercial details along with all the requisite information as required in the Tender Document.
This Envelope should be marked as " Commercial Bid: RFP for the Selection of System
Integrator for implementing eDistrict in Ajmer & Jodhpur”

11.2 Tender document:


Tender is to be submitted as per enclosed format only. The bidder is required to attach all the
requisite certificates, brochures & other documents as per the tender document. If the tender
document is downloaded from Rajasthan Government Web Site (http://www.rajcomp.net and
http://www.rajasthan.gov.in) then the Bidder has to submit a DD/ Pay Order amounting to Rs.
1000/- in the name of “Managing Director, RajCOMP “payable at Jaipur separately with the Bid
document towards the cost of the tender Document. In case the tender is sought by Post Rs. 100/-
(Rupees One Hundred Only) towards postal charges will be charged extra.

Bidder is expected to examine all instructions, terms and conditions, and requirements in the bid
document. Failure to furnish all information required by the bid document or submit a Bid not
substantially responsive to the bid document in every respect may result in the rejection of the Bid.

Name & Signature of the Bidder along with Seal


RajCOMP Page 52 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
11.3 Cost of Bidding:
11.3.1 The Bidder shall bear all costs associated with the preparation and submission of its
bid and RajCOMP shall in no event or circumstance be held responsible or liable for
these costs, regardless of the conduct or outcome of the bidding process.
11.3.2 Any bid not accompanied with EMD of Rs. 10 Lacs (Rupees Ten Lacs Only) shall
be out rightly rejected.
11.3.3 The bidder has to submit all the pages of bid document sealed, numbered and
indexed and signed by the authorized signatory.
11.3.4 The Technical bids will be opened on 04th Feb 2011 at 15:30 Hrs in Board Room, I
ST Floor, C-Block, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.
11.3.5 The Commercial/Financial bid of only the technically short listed bidders would be
opened. The dates for the same would be intimated separately.

11.4 Pre-bid meeting:


11.4.1 The bidder or its official representative are invited to attend a pre-bid meeting which
will take place at Board Room, Yojana Bhawan, Tilak Marg, Jaipur on 17thJan 2011
at 16:00 Hrs.
11.4.2 In this pre-bid meeting, the Purchaser would address the clarifications sought by the
bidders with regard to the RFP document and the project. The bidders would be
required to submit their queries in the prescribed format only to the Managing
Director, RajCOMP, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur in writing /
through email to reach the office of RajCOMP at least 2 (two) hours prior to the
time of pre-bid meeting. Queries not submitted within this deadline and in
prescribed format may not be taken up at the pre-bid meeting.
11.4.3 Purchaser will entertain queries and clarifications sought by only those bidders who
have purchased this RFP document or downloaded it from website and submitted
the tender fees. Bidders that have purchased the RFP document are welcome to
attend the pre-bid meeting, even if they do not have any specific queries.
11.4.4 Purchaser reserves the right not to respond to any/all queries raised or clarifications
sought if, in their opinion and at their sole discretion, they consider that it would be
inappropriate to do so or do not find any merit in it. The replies to the
queries/clarifications of the pre-bid meeting shall be hosted on the web portal of
State Govt. http://www.rajcomp.net and http://www.rajasthan.gov.in
11.4.5 Bidders are requested to raise their all queries related to this RFP/ Tender
Document finally up to date of pre-bid. After the date of pre-bid provision laid down
in this RFP/ Tender document or General Financial & Account Rules, Govt. of
Rajasthan shall prevail.
11.4.6 Any modifications in the RFP/ Tender document which may become necessary as a
result of the pre-bid meeting shall be made available by RajCOMP exclusively
through the issue of an Final Version after Pre Bid Queries on the website
http://www.rajcomp.net and http://www.rajasthan.gov.in.
11.4.7 The Bids and all correspondence and documents relating to the bids, shall be written
in the English language.
11.4.8 Any Bid received by Purchaser after the date and time for receipt of bids prescribed
in the RFP document will be rejected and returned unopened to the Bidder.
11.5 Bid Annexure:
11.5.1 Wherever a specific Annexure is prescribed in the Bid document, the bidder shall
use the Annexure to provide relevant information. If the Annexure does not provide
space for any required information, space at the end of the Annexure or additional
sheets shall be used to convey the said information.
Name & Signature of the Bidder along with Seal
RajCOMP Page 53 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
11.5.2 For all other cases, the Bidder shall design a Annexure to hold the required
information.
11.5.3 Purchaser shall not be bound by any printed conditions or provisions in the Bidder‟s
Bid Annexure

11.6 Local Conditions:


11.6.1 Each Bidder is expected to fully get acquainted with the local conditions and factors,
which would have any effect on the performance and/or the cost.
11.6.2 The Bidder is expected to know all conditions and factors, which may have any
effect on the execution of the contract after issue of letter of Award as described in
the bidding documents. The Purchaser shall not entertain any request for
clarification from the Bidder regarding such local conditions.
11.6.3 It is the Bidder‟s responsibility that such factor have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including
those for financial adjustment to the contract awarded under the bidding document
will be entertain by the purchaser. Neither any change in the time schedule of the
contract nor any financial adjustment arising thereof shall be permitted by the
purchaser on account of failure of the Bidder to know the local laws/conditions.
11.6.4 The Bidder is expected to visit and examine the local conditions of eDistrict
implementation location and its surroundings and obtain all information that may be
necessary for preparing the bid at their own interest and cost.

11.7 Contacting the Purchaser:


11.7.1 Any effort by the Bidder influencing the purchaser‟s bid evaluation, bid comparison
or contract award decisions may result in the rejection of the bid.
11.7.2 Bidder shall not approach Purchaser or its officers after office hours and/or outside
purchaser‟s office premises, from the time of the bid opening till the time the
Contract is awarded.

Name & Signature of the Bidder along with Seal


RajCOMP Page 54 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

BID SUBMISSION
AND
VALIDITY

Name & Signature of the Bidder along with Seal


RajCOMP Page 55 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-12: BID SUBMISSION AND VALIDITY

12.1 Bid Submission:


12.1.1 The bid shall be typed or written in indelible ink and shall be signed by the bidder or
a person duly authorized to bind the bidder to the Contract/ Agreement. All pages of
the bid, except for un-amended printed literature, shall be initialed by the person or
persons authorized to sign the bid.
12.1.2 The last date for submission of bid is 04th Feb 2011 up to 15:00 hrs.

12.2 Validity of Bids:


12.2.2 Bids shall remain valid for 180 days from the last date of bid submission. .RajCOMP
may solicit Bidder's consent to an extension of the period of validity.

Name & Signature of the Bidder along with Seal


RajCOMP Page 56 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

DISQUALIFICATION

Name & Signature of the Bidder along with Seal


RajCOMP Page 57 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-13: DISQUALIFICATION

RajCOMP, May in its sole discretion and at any time during the processing of Tender, disqualify
any bidder from the Tendering process if the bidder has: –
13.1 Submitted the Tender after the prescribed date and time of submission of bids or
without Tender document fees of Rs. 1000/-
13.2 Submitted Tender document, which is not accompanied by required documentation,
Earnest Money Deposit (EMD).
13.3 Made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
13.4 If found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, black listed by
any State/Centre, being involved in litigation or financial failures, etc.
13.5 Failed to provide clarifications Undertaking, Authorization, etc. requested document
such related thereto, when sought.
13.6 Submitted more than one bid. This will cause disqualification of all bids submitted by
such applicants except the last bid received or bidder quoting option in Technical
Qualification.
13.7 Not quoted products in accordance with clause “Eligible Goods and Services” of
Chapter-16.
13.8 Not provided Proposed Manpower details as per respective clauses in Scope of
work & SLA.
13.9 Applicants who are found to canvass, influence or attempt to influence in any
manner the qualification or selection process, including without limitation, by offering
bribes or other illegal gratification, shall be disqualified from the process at any
stage.
13.10 Conditional Bid will be rejected.

Name & Signature of the Bidder along with Seal


RajCOMP Page 58 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

BID EVALUATION PROCESS

Name & Signature of the Bidder along with Seal


RajCOMP Page 59 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-14: BID EVALUATION PROCESS

14.1 Criteria for Evaluation of Technical Bids:


14.1.1 The Tendering Authority will open the Technical bids in the presence of bidders'
representatives who choose to attend the same, at 15:30 Hrs on 04th Feb 2011 at
the following location: Office of the ”Managing Director”, RajCOMP, Yojana
Bhawan, Tilak Marg, Jaipur 302005.
14.1.2 The representative of the bidder, who is present, shall sign a register evidencing
their attendance. Commercial bids will remain unopened and will be held in the
custody of the Tendering Authority until the time of opening of the Commercial Bids.
The time and date and location of the opening of the Commercial Bids will be
intimated in writing or by fax by the Tendering Authority to the technically qualified
bidders.
14.1.3 Commercial bids of only technically short listed bidders would be opened. The
technically short listed bidders would be intimated to attend the opening of the
commercial bid, through letter, email or fax.

The Technical Qualification proposal will be evaluated using following Checklist: -


1. Bid Authorization Letter
2. Bill of Material (Make & Model)
3. Technical Compliance Sheet
4. Technical Deviation (if any)
5. Commercial Deviation (if any)
6. OEM Authorization Letter
7. OEM Support Letter
8. OEM Warranty
9. Technical Manpower Details
10. Team Deployment Details
11. CV of proposed manpower
12. Detailed Solution Design and Project Plan
13. Training Methodology and Training Plan
14. Financial Capability of Consortium Member
15. Past Project Experience (Work Order/Completion Certificate/Customer Feedback
Form)
16. Consortium MOU/Agreement
17. Power of Attorney

Name & Signature of the Bidder along with Seal


RajCOMP Page 60 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
Technical Evaluation shall be based on the overall capabilities of the consortium. Each Consortium member shall furnish the relevant
details as required below.

S. No. List of Documents Supporting documents Section No. and


Page No. in the
Bidders
Proposal
1. Cover Letter On Bidder‟s Letter head
2. Bidder‟ Authorization Certificate Bidder Authorization Certificate
3. The Bidder must be a Company/firm registered under Indian Company Act, Certificate of Incorporation/ Articles of
1956 association etc.
4. In the event of a consortium, the member should designate the empanelled Copy of MoU/Agreement, Power of
firm with DIT, GoI under SSDG project as “Prime Bidder‟. The members of Attorney
the consortium must be an Information Technology Company/ Corporation.

5. The Consortium has been allowed only for FMS/O&M and Training activities Copy of MoU/Agreement
6. In Consortium, all the members shall be jointly and severally liable to Undertaking from Prime Bidder
complete the project; however Prime Bidder shall give an undertaking for
successful completion of the project. In case of any issues, Prime bidder
shall be responsible for all the penalties. The agreement between the prime
bidder and each consortium partner should be for the entire project period
and same has to be submitted along with the Technical Bid. No change in
consortium agreement or change of consortium member shall be allowed
during the entire project period without prior permission of RajCOMP/
Government of Rajasthan. A bidding company/ corporation cannot be a part
of more than one Consortium. In such a case, bids of both the consortiums
shall be disqualified.
7. The consortium partner must have Company registration certificate, Copy of all the relevant certificates
Registration under labor laws & contract act, valid VAT/ Sales Tax should be enclosed.
Registration Certificate, valid Service Tax Registration Certificate and
Income Tax Return with Audit Report from CA. The bidder shall provide
shall provide an attested copy of all the above-mentioned certificates for
consortium partner along with this bid document along with the Sales Tax
clearance certificate of last year.
Name & Signature of the Bidder along with Seal
RajCOMP Page 61 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
8. The Prime Bidder should deposit Earnest money. The Bid received without DD from Nationalized Bank enclosed.
required Earnest money will be rejected.
9. The Consortium member/ OEMs partner must be possessing valid ISO Copy of relevant certificates be
9001:2000 certification. The copy of the same should be submitted along enclosed.
with the Technical bid.
10. The Consortium member (FMS/O&M/Training) must have successfully Purchase orders and other relevant
completed assignment of providing similar services to Government documents be enclosed.
organization/PSU. The value of each of the assignment on turnkey basis
should be either 1 assignment of at least Rs. 1 Crores (Rupees One Crores)
or two assignment of at least Rs. 50 Lacs (Rupees Fifty Lacs)
11. The Bidder/ Prime Bidder should have a local support office at Jaipur and Undertaking on Letter head be
provide the supporting documents in technical bid. If the bidder/Prime enclosed
Bidder does not have any local support office in Jaipur at the time of bidding
then the bidder has to submit an undertaking on his letter head that they
shall open a local support office at Jaipur within one month from the date of
award of contract.
.
12. The bidder/consortium member should not have been Black listed by any Undertaking on Letter head be
State or Central Government in India. An undertaking must be submitted enclosed
duly attested by the notary by the bidder and each member of the
consortium.
13. The bidder should be authorized by the OEM of the products to quote for the Annexure 13, 14.
bid. The bidder must attach authorization certificate for selling, support,
update and services with the OEM who meets the criteria under the Eligible
goods and services of the equipment. Bidder should get an undertaking
from the OEM as per the Annexure-13,14 that bidder would deliver the
scope of services as mentioned in this document for required duration
14. Bidder must certify that the technology quoted is the latest. Bidder must also Undertaking on Letter head be
necessarily certify that the network proposed by it is secured. enclosed.
15. The bidder may be required to make a presentation of their plan and Presentation to be given and hard
methodology. The exact date, time venue of the presentation will be copy & soft copy of same have to be
intimated separately. submitted immediately after the
 Core business and experience presentation.
 Technical and managerial capability of the firm.
Name & Signature of the Bidder along with Seal
RajCOMP Page 62 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
 Performance record of the last three years.
 Methodology and proposed operational plan.
 Past experience of executing similar projects, etc.

16. The bidder must submit the signed & duly sealed copy of the RFP Signed copy of the RFP Document.
Document.
17. The bidder must submit the Compliance sheets and Technical BOM & Compliance Sheets and
Specifications for all the items offered by him as per the Bill of Material Technical Specification
18. The bidder must submit the Statement of Deviation from Technical Annexure-10
Requirement Specifications
Each member of consortium must have at least 100 technical employees Undertaking on bidder‟s letter head
19.
having required educational experience and technical skills for FMS/Training duly attested by notary
on roll during each of the last three years (as on March 31 2007-08, 2008-09
and 2009-10).

Name & Signature of the Bidder along with Seal


RajCOMP Page 63 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
14.2 Clarification of Technical Bids and Contacting the Tendering Authority
14.2.1 The Tendering Authority may conduct clarification meetings with each or any Bidder
to discuss any matters, technical or otherwise. The bidder may be required to make
presentations on his methodology for carrying out the tasks. If considered
necessary the Tendering Authority may like to visit projects being handled by the
bidder.
14.2.1 Any effort by the bidder to influence the Tendering Authority in the Tendering
Authority‟s evaluation of technical Bids, bid comparison or the Tendering Authority‟s
decisions on acceptance or rejection of bids may result in rejection of the bidder‟s
bid.

14.3 Invitation to Attend Opening of Commercial Bids


14.3.1 At the end of the evaluation of the Technical Bids, Tendering Authority will invite
bidders who have submitted substantially responsive Technical Bids to attend the
bid opening of the Commercial Bids. Bidders shall be given reasonable notice of the
Commercial Bid opening.

14.4 Opening and Evaluation of Commercial Bids


14.4.1 The Tendering Authority will open the Commercial Bids of bidders whose, Technical
bids have cleared requisite Eligibility Criteria in Technical bid evaluation process
and will be considered for commercial bid evaluation (technically qualified bidders)
at the time and date at the location advised to the bidders. The bidder's
representatives who are present shall sign a register evidencing their attendance.

14.5 Lowest Commercial Bid


14.5.1 The Commercial bids will be opened only for the Technical Qualified bidders
evaluated on the parameter defined for Technical evaluation.
14.5.2 The bid with lowest commercial bid .i.e. Lowest Value of Commercial Bid Summary
will be considered as the Lowest Bid (L1).

14.6 Correction of Errors


14.6.1 Price Bids determined to be substantially responsive will be checked by the
Tendering Authority for any errors. If there is a discrepancy between the quoted rate
in figures and the quoted rate in words, the rate in words will take precedence.
Arithmetic errors will be rectified on the following basis. If there is a discrepancy
between the unit rate and the total cost that is obtained by multiplying the unit rate
and quantity, the unit rate multiplied by quantity shall prevail and the total cost will
be corrected. If there is a discrepancy between the total bid amount and the sum of
various costs, the sum of the various costs shall prevail and the total bid amount will
be corrected.
14.6.2 The amount stated in the Form of Commercial Bid will be adjusted by the Tendering
Authority in accordance with the above-mentioned point for the correction of errors
and, shall be considered as binding upon the bidder. If the bidder does not accept
the corrected amount of bid, its bid will be rejected, and the EMD shall be forfeited.

Name & Signature of the Bidder along with Seal


RajCOMP Page 64 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
14.7 Confidentiality
14.7.1 As used herein, the term “confidential Information” means any information, including
information created by or for the other party, whether written or oral, which relates to
internal controls, computer or data processing programs, algorithms, electronic
data processing applications, routing, Security and IP Policy, subroutines,
techniques or systems or information concerning the business or financial affairs
and methods of operation or proposed methods of operation, accounts,
transactions, proposed transactions or security procedures of either party or any of
its affiliates, or any client of either party, except such information which is in the
public domain at the time of its disclosure or thereafter enters the public domain
other than as a result of a breach of duty on the part of the party receiving such
business process and methods used by the Bidder in rendering the services
hereunder are the Confidential Information of the Bidder.
14.7.2 The Bidder shall keep confidential any information related to this tender with the
same degree of care as it would treat its own confidential information. The Bidders
shall note that the confidential information will be used only for the purposes of this
tender and shall not be disclosed to any third party for any reason whatsoever.
14.7.3 At all times during the performance of the Services, the Bidder shall abide by all
applicable security rules, policies, standards, guidelines and procedure. The Bidder
should note that before any of its employees or assignees is given access to the
Confidential Information, each employee and assignees shall agree to be bound by
the term of this tender and such rules, policies, standards, guidelines and procedure
by its employees or agents.
14.7.4 The Bidder should not disclose to any other party and keep confidential the terms
and conditions of this Contract agreement, any amendment thereof, and any
Attachment or Annexure hereof.
14.7.5 The obligations of confidentiality under this section shall survive rejections of the
contract.

Name & Signature of the Bidder along with Seal


RajCOMP Page 65 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

PERFORMANCE
SECURITY & LIQUIDATED
DAMAGES

Name & Signature of the Bidder along with Seal


RajCOMP Page 66 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-15: PERFORMANCE SECURITY & LIQUIDATED DAMAGES

15.1 Performance Security


15.1.1 SI shall carry out the services in conformity with generally accepted professional and
technically accepted norms relevant to such assignments that are required for the
eDistrict project and which are to the entire satisfaction of the Purchaser.
15.1.2 In the event of any deficiency in services, the SI shall promptly take necessary action
to resolve it, at no additional fees to the Purchaser.
15.1.3 Successful bidder will have to execute an agreement on a Non-Judicial Stamp of
appropriate value within a period of 15 days from the date of issue of Work Order
and deposit security prior to signing of agreement.
15.1.4 The earnest money deposited at the time of tender may be adjusted towards security
amount or alternatively the bidder, taking the EMD back, may deposit a fresh
performance security. The Security amount shall in no case is less than earnest
money.
15.1.5 Successful bidder shall deposit the security/performance guarantee money as
follows: 5% of total order value for the entire project duration.
15.1.6 The form of security money shall be as below:-
 Cash/ Bank Draft/ Bankers Cheque / Bank Guarantee (from a scheduled bank
whose branch is in Jaipur) duly discharged in favor of Managing Director,
RajCOMP.
 Performance bank Guarantee should be irrevocable. Client should take the
conformation from the bank.
 Post-office Saving Bank Pass Book duly pledged.
 National Savings Certificate, Defense Savings Certificates. Kisan Vikas
Patras or any other script/instrument under National Saving Scheme for
promotion of small savings, if the same can be pledged in favor of Managing
Director, RajCOMP. These certificates shall be accepted at surrender value.
15.1.7 No interest will be paid by the purchaser on the EMD & performance security
deposit.
15.1.8 The successful bidder shall be required to execute following agreements towards
Facility Management Services:
 Service Level Agreement for Supply, Installation, Integration, Operations and
Maintenance Services for equipment/ software/ components under eDistrict
for all District and Tehsil and Employment offices in pilot districts.
 Non Disclosure Agreement - Failure of the SI to comply with the requirements
shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Performance Security.

Name & Signature of the Bidder along with Seal


RajCOMP Page 67 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

15.2 Liquidated Damages


15.2.1 During Project deliverable schedule mentioned in RFP document, In case of
extension in the delivery period / completion with liquidated damages the recovery
shall be made on the basis of following percentages of value of Stores / work
completion, which the bidder has failed to supply/ complete the work.

No Condition LD %
a. Delay up to one fourth period of the prescribed delivery 2.5 %
period / completion of work as per chapter 8
b. Delay exceeding one fourth but not exceeding half of 5.0 %
the prescribed period / completion of work as per
chapter 8
c. Delay exceeding half but not exceeding three fourth of 7.5 %
the prescribed period / completion of work as per
chapter 8
d. Delay exceeding three fourth of the prescribed period / 10.0 %
completion of work as per chapter 8

15.2.2 Fraction of a day in reckoning period in supplies shall be eliminated if it is less than
half a day.
15.2.3 The maximum amount of liquidated damages shall be 10%.
15.2.4 If the SI requires an extension of time in completion of contractual supply on account
of occurrence of any hindrance, he shall apply in writing to the authority, which has
placed the supply order, for the same immediately on occurrence of the hindrance
but not after the stipulated date of completion of supply.
15.2.5 Delivery period may be extended with or without liquidated damages if the delay in
the supply of equipment / software / components is on account of hindrances
beyond the control of the bidder.
15.2.6 Also Liquidated Damages would be deducted from the payment due for that
milestone as mentioned in Chapter-17 (Terms of Payment)
15.2.7 If DoIT, GoR fails to provide space at the respective sites of eDistrict to SI and/or
delay in statutory/ regulatory approvals, the Liquidated damages for such delay
shall not be levy on the SI.
15.3 Forfeiture of Performance Security
Forfeiture of Security Deposit: Security amount in full or part may be forfeited in the following
cases:
15.3.1 When the terms and conditions of contract is breached.
15.3.2 When the bidder fails to make complete supply satisfactorily.
15.3.3 When contract is being terminated due to non-performance of the SI.
15.3.4 Notice of reasonable time will be given in case of forfeiture of security deposit. The
decision of the Purchase Officer in this regard shall be final.
15.3.5 Failure of the successful bidder to comply with the requirement of the contract shall
constitute sufficient grounds for the annulment of the award and forfeiture of the bid
security, in which event the purchaser may make the award to the next lowest
evaluated bidder or call for new bids.

Name & Signature of the Bidder along with Seal


RajCOMP Page 68 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
15.4 Release of Performance Security
15.4.1 The security/performance guarantee, which was deposited, will be returned back
after expiry of Contract/ Project Period.

Name & Signature of the Bidder along with Seal


RajCOMP Page 69 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

TERMS AND CONDITIONS

Name & Signature of the Bidder along with Seal


RajCOMP Page 70 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-16: TERMS AND CONDITIONS

Note: Bidders must read these conditions carefully and comply strictly while
sending/submitting their tenders.
16.1 General conditions:
16.1.1 Sales Tax/ VAT, Service Tax Registration and Clearance Certificate: No Dealer who
is not registered under the Sales Tax/ VAT Act prevalent in the State where his
business is located shall tender. The Sales Tax/ VAT Registration Number should
be quoted and a sales tax/ VAT clearance certificate & Service Tax Clearance
Certificate from the Commercial Taxes Officer of the Circle concerned shall be
submitted without which the tender is liable to rejection.
16.1.2 Tender forms shall be filled in ink or typed. No tender filled in pencil shall be
considered. The bidder shall sign the tender form at each page and at the end, in
token of acceptance of all the terms and conditions of the tender.
16.1.3 The final Rate shall be written both in words and figures. There should not be errors
and/or over-writings. Corrections, if any, should be made clearly and initialed with
dates. The rates should mention element of the Rajasthan State Sales Tax/ VAT
and Central Sales Tax/ VAT separately.
16.1.4 Considering the diversified technical and associated work related to eDistrict,
consortium has been allowed. However, the credentials of the Prime bidder will be
considered for eligibility conditions. The Prime bidder would be the single point of
contact for GoR for all eDistrict related work.
16.1.5 In case of any joint bid, the Prime bidder will submit Power of Attorney from other
team members or submit a teaming agreement between all the partners. The Prime
bidder would be responsible for all legal issues.
16.1.6 Service Tax and all other statutory taxes shall be paid on actual basis on the basis of
prevailing tax rates.

16.2 Arbitration:
16.2.1 If any dispute arises out of the contract with regard to the interpretation, meaning
and breach of the terms of the contract, the matter shall be referred by the bidder to
the sole arbitrator, which in case of this Bid will be the Principal Secretary/
Secretary (as the case may be), Department of IT&C, Government of Rajasthan or
any Officer as designated by the State Government, to be named in the contract,
whose decision shall be final.
16.2.2 All legal proceedings, if necessary, related to any of the parties shall to be lodged in
the court of appropriate jurisdiction and situated at Jaipur and not elsewhere.
16.2.3 Any fact or condition, which may not have been mentioned in terms and conditions
and may arise during the contract period, shall be decided as per the State
Government policy/rules. In case rules/policies do not provide any such situation,
the issue will be decided by the Arbitrator.

16.3 Legal Jurisdiction:


16.3.1 Courts of Jaipur shall have the jurisdiction in case of litigation between the purchaser
and eDistrict operator.
16.3.2 All legal proceedings, if necessary arises to institute may by any of the parties
(RajCOMP or successful bidder ) shall have to be lodged in courts situated in Jaipur
and not elsewhere.

Name & Signature of the Bidder along with Seal


RajCOMP Page 71 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.4 Insurance:
16.4.1 The SI shall be responsible for storage, security and insurance of the all the material
supplied under the project for entire project period. The insurance charges for entire
project period will be borne by the SI.

16.5 Comparison of Rates:


16.5.1 In comparing the rates tendered by firms outside Rajasthan and those in Rajasthan
but not entitled to Price Preference under the Rules, the element of Rajasthan Sales
Tax/ VAT shall be excluded whereas that of Central Sales Tax/ VAT shall be
included.
16.5.2 While comparing the rates in respect of firms within Rajasthan, The element of
Rajasthan Sales Tax/ VAT shall be included
16.5.3 Direct or indirect canvassing on the part of the bidder or his representative will be a
disqualification.
16.5.4 Any Change in the constitution of the company, etc. shall be notified forth with by the
contractor in writing to the purchase officer and such change shall not relieve any
former member of the company, etc., from any liability under the contract.
16.5.5 Income Tax may be deducted at source as per rules

16.6 Loss of Revenue to the Purchaser:


16.6.1 The bidder shall be vicariously liable to indemnify the Purchaser in case of any
misuse of data/information by the bidder, deliberate or otherwise, which comes into
the knowledge of the purchaser during the performance or currency of the contract.
The Bidder shall indemnify the Purchaser against all third party claims of
infringement of patent, trademark or industrial design and intellectual property rights
arising from the use of equipments and services or any part thereof.

16.7 Currency of Payment:


16.7.1 Payment shall be made in Indian Rupees only.

16.8 Change orders:


This Section shall apply to only those required changes which are to be made in the
Application Software after the Go-Live of all the services of eDistrict Application Software.

(A)The RajCOMP may at any time, by a written order given to SI, make changes within
the general scope of the Agreement in any one or more of the following:
1. Designs, specifications, requirements which software or service to be provided under
the Agreement are to be specifically developed and rendered for the Competent
Authority.
2. The method of deployment, shipping or packing.
3. Schedule for Installation Acceptance.
4. The place of delivery; and/or the Services to be provided by SI.

(B) The change order / management procedure will follow the following steps:
1. Identification and documentation of the need for the change - The information related
to initiator, initiation date and details of change required and priority of the change
will be documented by the RajCOMP.

Name & Signature of the Bidder along with Seal


RajCOMP Page 72 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
2. Analysis and evaluation of the Change Request - Impact of the change in terms of
the estimated effort, changed schedule, cost and the items impacted will be analyzed
and documented by SI.
3. Approval or disapproval of the change request – RajCOMP will approve or
disapprove the change requested including the additional payments, after discussion
with SI on the impact of the change on schedule.
4. Implementation of the change – The change will be implemented in accordance to
the agreed cost, effort, and schedule.
5. Verification of the change - The change will be verified by the RajCOMP on
implementation of the change request.

Within maximum of 10 working days of the receipt of such written order, SI shall communicate in
writing to the RajCOMP the changes if any which may be caused to the delivery schedule, effort,
cost and technology and the parties shall mutually agree on the same before giving effect to such
changes, if the changes requested are outside the scope of supplies agreed to herein.

All changes outside the scope of supplies agreed to herein which may have likely financial
implications in terms of the overall cost / time of the project shall be undertaken by SI only after
securing the express consent of the RajCOMP. In the event that the consent of RajCOMP is not
received within a period of 10 working days from the date of communication, then the change will
not be carried out. The impact of the change in terms of the cost and schedule will be re-estimated
and such approval on the new cost and schedule will be taken, if the change is approved after the
10 working days.

If any such change outside the scope of supplies agreed to herein causes an increase or decrease
in cost of, or the time required for, SI‟s performance of any provisions under the Agreement,
equitable adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and
the Agreement shall accordingly be amended. Any claims by SI for adjustment under this must be
asserted within 30 (thirty) days from the date of SI receiving the RajCOMP change order which
shall not be unreasonably withheld or delayed.

A change may also be suggested by SI along with its impact assessment and the same will be
implemented by SI only if it is approved by the Competent Authority.

16.9 Contract Amendments:


16.9.1 No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by both the parties i.e. the Bidder and the Purchaser.

16.10 Purchaser Right to accept any bid and to reject any or all bids:
16.10.1 The purchaser reserves the right to accept any bid, and to annul the tender process
and reject all bids at any time prior to award of contract, without assigning reasons
& without thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders of the grounds for the Purchasers
action.

16.11 Notification of award:


16.11.1 Prior of the expiration of the period of the bid validity, the purchaser will notify the
successful bidder in writing that its bid has been accepted. The notification of award
will constitute the formation of contract. Upon the successful bidder's furnishing of
Name & Signature of the Bidder along with Seal
RajCOMP Page 73 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
performance security, the purchaser will notify each unsuccessful bidder and will
discharge its EMD.

16.12 Period of Validity:


16.12.1 Bids shall remain valid for 180 days after last date of bid submission prescribed by
the purchaser that may be extended with mutual consent. A bid valid for a shorter
period shall be rejected by the purchaser as non-responsive.

16.13 Period of Contract/ Project:


16.13.1 The Contract/ Project Period shall commence from the date of issue of work order
till Three Years of Operations & Maintenance Services after Commissioning of e-
District Application in both of the pilot districts.

16.14 Force Majeure:


16.14.1 Notwithstanding the provisions of contract, the bidder shall not be liable for
forfeiture of its performance security, or termination for default, if and to the extent
that, it‟s delay in performance or other failure to perform its obligations under the
contract is the result of an event of Force Majeure.
16.14.2 For Purposes of this clause, "Force Majeure" means an event beyond the control of
the bidder and not involving the bidder's fault or negligence and not foreseeable.
Such events may include but are not restricted to acts of the purchaser either in its
sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions and freight embargoes.
16.14.3 If a Force Majeure situation arises, the bidder shall promptly notify the purchaser in
writing of such conditions and the cause thereof. Unless otherwise directed by the
purchaser in writing the bidder shall continue to perform its obligations under the
contract as far as is reasonably practical and shall seek all prevented by the force
majeure event.
16.14.4 The purchaser may terminate this contract, by giving a written notice of minimum
30 days to the bidder being unable to perform a material portion of the services for a
period of more than 60 days.

16.15 Termination for insolvency:


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

16.16 Termination for Convenience:


16.16.1 The purchaser, may, by written notice sent to the bidder, terminate the contract, in
whole or in part at any time for its convenience. The notice of termination shall
specify that termination is for the Purchaser's convenience, the extent to which
performance of work under the Contract is terminated and the date upon which
such termination becomes effective.
16.16.2 The contractor shall not assign or sub-let his contract or any substantial part thereof
to any other agency.

Name & Signature of the Bidder along with Seal


RajCOMP Page 74 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.16.3 The bidder shall pay the expenses of stamp duty for execution of agreement.
16.16.4 If a bidder imposes conditions, which is in addition to or in conflict with the
condition, mentioned herein, his tender is liable to summary rejection. In any case
none of such conditions will be deemed to have been accepted unless specifically
mentioned in the letter of acceptance of tender issued by the Purchase Officer.
16.16.5 The Purchase Officer/Tendering Authority reserves the right to accept any tender
not necessarily the lowest, reject any tender without assigning any reasons and
accept tender for all or anyone or more of the articles for which bidder has been
given or distribute items of stores to more than one firm.
16.16.6 Any bid received by the Tendering Authority after the deadline for submission of
bids will be rejected & not to be considered and may be returned unopened to the
bidder.

16.17 Use of Contract Documents and information


16.17.1 The bidder shall not, without the purchaser's prior written consent, disclose the
contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the purchaser in connection
therewith, to any person other than a person employed by the bidder performance
of the contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so far, as may be necessary for purposes of such
performance.
16.17.2 The bidder shall not, without the purchaser's prior written consent, make use of any
document or information enumerated in this document except for purposes of
performing the contract.
16.17.3 Any document, other than the contract itself, shall remain the property of the
Purchaser and shall be returned (in all copies) to the purchaser on completion of the
Bidder's performance under the contract, if so required by the purchaser.
16.17.4 The Bidder shall execute a Non-Disclosure Agreement with the purchaser and
would ensure compliance of the same. Any failure with regard to this shall lead to
termination of Contract.

16.18 Source Code and IPR


16.18.1 The ownership of the source code of the application developed by the Bidder under
e- District, Rajasthan should be transferred to RajCOMP/GoR and also the Bidder is
not supposed to use the same for any other Government projects without the prior
written consent of RajCOMP.

16.19 Supply of hardware/software components:


16.19.1 "Tenders by Manufacturer/ Distributor/ bona-fide dealers”: Tenders shall be given
only by Manufacturer/distributors/bonafide dealers in the goods. They shall,
therefore, furnish necessary declaration for the same. Proof of authorization by the
manufacturer or country distributor in India shall invariably be enclosed. This could
be dealers of their own or through their business associates/ franchisee.
16.19.2 The approved Bidder shall be deemed to have carefully examined the conditions,
specifications, size, make and drawings, etc., of the goods to be supplied. If he has
any doubts as to the meaning of any portion of these conditions or of the
specification, drawing, etc., the bidder shall, before signing the contract, refer the
same to the Purchase Officer and get clarifications.

Name & Signature of the Bidder along with Seal


RajCOMP Page 75 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.19.3 All rates quoted must be for destination/site where the network/computer systems
and allied items are to be installed, and should include all incidental charges except
Central/Rajasthan Sales Tax/ VAT, which should be shown separately in the Format
for Price Quotation only. In case of local supplies the rates should include all taxes,
etc., and purchaser will not pay any cartage or transportation charges.

16.20 Specifications:
16.20.1 All articles supplied shall strictly conform to the specifications, trademark laid down
in the tender form and wherever articles have been required according to
ISI/ISO/other specifications / certifications, those articles should conform strictly to
those specifications/ certifications.
16.20.2 The supply shall be of very best quality and description. The decision of the
purchase officer/ purchase committee whether the articles supplied conforms to the
specifications shall be final and binding.

16.21 Inspection:
16.21.1 The Purchaser or his duly authorized representative/agency shall at all reasonable
time have access to the Bidder premises and shall have the power at all reasonable
time to inspect and examine the materials and workmanship of the goods/
equipment/ machineries during manufacturing process or afterwards as may be
decided. Inspection shall be made at installation site.
16.21.2 The bidder shall furnish complete address of the premises of his office, go-down
and workshop where inspection can be made together with name and address of
the person who is to be contacted for the purpose. In case of those dealers who
have newly entered in business, a letter of introduction from their bankers will be
necessary.
16.21.3 Supplies when received shall be subject to inspection to ensure whether they
conform to the specifications. Where necessary or prescribed, practical, tests shall
be carried out in Government laboratories, reputed testing house like STQC and the
supplies will be accepted only where the articles conform to the standard of
prescribed specifications as a result of such tests and the cost of such testing shall
be borne the Bidder.
16.21.4 In case of Test. Samples shall be drawn in four sets by giving the serial numbers
on random basis of the sets supplied, properly sealed in the presence of the SI
representatives.

16.22 Rejection:
16.22.1 Articles not approved during inspection or testing shall be rejected and will have to
be replaced by the bidder at his own cost within the time fixed by the Purchase
Officer.
16.22.2 If, however, due to exigencies of Government work, such replacement either in
whole or in part, is not considered feasible, the Purchase Officer after giving an
opportunity to the bidder of being heard shall for reasons to be recorded, deduct a
suitable amount from the approved rates. The deduction so made shall be final.
16.22.3 The rejected articles shall be removed by the bidder within 3 days of intimation of
rejection, after which Purchase Officer shall not be responsible for any loss,
shortage or damage and shall have the right to dispose of such articles as he thinks
fit, at the bidder‟s risk and on his account.

Name & Signature of the Bidder along with Seal


RajCOMP Page 76 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.22.4 The bidder shall be responsible for the proper packing so as to avoid damage
under normal conditions of transport by sea, rail and road or air and delivery of the
material in the good condition to the consignee at destination. In the event of any
loss, damage, breakage or leakage or any shortage the bidder shall be liable to
make good such loss and shortage found at the checking/ inspection of the material
by the consignee. No extra cost on such account shall be admissible.
16.22.5 The Contract for the supply can be repudiated at any time by the Purchase Officer,
if the supplies are not made to his satisfaction after giving an opportunity to the
bidder of being heard and recording the reasons for repudiation.

16.23 Delivery & Installation: -


16.23.1 The bidder whose tender is accepted shall arrange to supply the ordered material
as per specifications mentioned in Chapter-18 and within time period defined in
Chapter- 8.
16.23.2 Delivery & Installation of ordered items would be completed within the schedule
given in Chapter-8.

16.24 Site Preparation and Installation


16.24.1 The District Authorities (DeGS) shall provide the necessary minimum constructed
space for locating the systems purchased under e-District. District Authority will also
identify separate Bidder for Site preparation. The present Bidder under this RFP
along with the consultants would be responsible for identifying the site preparation
and installation requirements like General, Civil and Electrical specifications
modification of the room including other infrastructure requirement (viz. power,
lighting etc), etc. and guide the district administration in this respect

16.25 Transportation: All goods must be sent freight paid.

16.26 Warranty/ Guarantee Clause:


16.26.1 For entire Contract/ Project Period on all the items supplied as per purchase order.
The bidder would give comprehensive onsite warranty/guarantee that the
goods/stores/articles would continue to conform to the description and quality as
specified for a period of three years on hardware from the date of delivery &
installation of the said goods/ stores/ articles to be purchased and that
notwithstanding the fact that the purchaser may have inspected and/or approved
the said goods/stores/article, if during the aforesaid contract/ project period on
hardware, the said goods/ stores/ articles be discovered not to conform to the
description and quality aforesaid or have determined (and the decision of the
Purchase Officer in that behalf will be final and conclusive), the purchaser will be
entitled to reject the said goods/ stores/ articles or such portion thereof as may be
discovered not to conform to the said description and quality, on such rejection the
goods/articles/ stores will be at the seller‟s risk and all the provisions relating to
rejection of goods etc., shall apply. The bidder shall if so called upon to do, replace
the goods etc., or such portion thereof as is rejection by Purchase Officer, otherwise
the bidder shall pay such damage as may arise by the reason of the breach of the
condition herein contained. Nothing herein contained shall prejudice any other right
of the Purchase Officer in that behalf under this contract or otherwise. In case of
machinery and equipment also, guarantee as mention above the bidder shall during
Name & Signature of the Bidder along with Seal
RajCOMP Page 77 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
the guarantee period replace the parts if any and remove any manufacturing defect
if found during the above said period so as to make machinery and equipments
operative. The bidder shall also replace machinery and equipments in case it is
found defective which cannot be put to operation due to manufacturing defect, etc.
16.26.2 In case of machinery and equipment specified by the Purchase officer the bidder
shall be responsible for carrying out annual maintenance and repairs on the terms
and conditions as may be agreed. The bidder shall also be responsible to ensure
adequate regular supply of spare parts needed for a specific type of machinery and
equipments whether under their annual maintenance and repairs rate contract or
otherwise. In case of change of model he will give sufficient notice to the Purchase
Officer who may like to purchase spare parts from them to maintain the machinery
and equipments in perfect condition. All the equipments supplied by the SI would be
under Warranty and AMC for the entire contract period.
16.26.3 Bidder shall not bid any equipment & software that is likely to be declared end of
sale within next One Years from the date of Go-Live. If any equipment is found
declared end of sale than the bidder/qualified bidder shall replace all such
equipments with latest one and equivalent configuration without any financial
obligation to Purchaser. The bidder is required an OEM undertaking with this regard
to the purchaser.

16.27 Eligible goods and services:


16.27.1 The Purchaser is looking for products, which are produced in volume and are used
by a large number of users in India/Abroad. All products quoted must be associated
with specific model numbers, item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed
specifications should be clearly mentioned in the offer document.
16.27.2 The OEM/Bidder must have its own registered spares depot in India having
adequate inventory of the equipment being quoted for providing the necessary
spares within next business day or maximum 30 hours.
16.27.3 The OEM/Bidder should have its direct representation in India in terms of registered
office for at least past 3 years. The presence through any Distribution / System
Integration partner agreement will not be accepted.
16.27.4 Bidder must quote products in accordance with above clause “Eligible goods and
services”.
16.27.5 The OEM whose equipments are being quoted shall have Technical
Support/Assistance Center to provide 24x7 support over Toll Free numbers as well
as web-based support.

16.28 Recoveries
16.28.1 Recoveries of liquidated damages, short supply, breakage, rejected articles shall
ordinarily be made from bills. Amount may also be withheld to the extent of short
supply, breakage, rejected articles and in case of failure in satisfactory replacement
by the SI along with amount of liquidated damages shall be recovered from his dues
and security deposit available with the department. In case recovery is not possible
recourse will be taken under Rajasthan PDR Act or any other law in force.

Name & Signature of the Bidder along with Seal


RajCOMP Page 78 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.29 Exit Management
Preamble:
The word „parties‟ include the Govt. of Rajasthan, the selected implementation agency, the
consultant organization and the network-auditing agency. In this case the network auditing agency
and the consultant organization is the same.

16.29.1 PURPOSE
16.29.1.1 This Schedule sets out the provisions, which will apply on expiry or termination
of the Project Implementation, Operation and Management of SLA.
16.29.1.2 In the case of termination of the Project Implementation and/or Operation and
Management SLA due to illegality, the Parties shall agree at that time whether, and
if so during what period, the provisions of this Schedule shall apply.
16.29.1.3 The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.

16.29.2 TRANSFER OF OWNERSHIP OF ASSETS


16.29.2.1 The Implementing agency shall be entitled to use the Assets for the duration of
the exit management period, which shall be 30 days period from the date of expiry,
or termination of the Management of the SLA.
16.29.2.2 The Purchaser shall be entitled to serve notice in writing to the SI at any time
during the exit management period as detailed hereinabove requiring the SI and/or
its sub contractors to provide the Purchaser with a complete and up to date list of
the Assets within 30 days of such notice. The Purchaser shall then be entitled to
serve notice in writing to the SI at any time prior to the date that is 30 days prior to
the end of the exit management period.
16.29.2.3 Upon service of a notice under Article the following provisions shall apply: The
Purchaser shall pay to the SI on the last day of the exit management period the
remaining QGR of Cost of equipments as stated in the Terms of Payment Schedule.

16.29.3 COOPERATION AND PROVISION OF INFORMATION:


16.29.3.1 During the exit management period: The SI will allow the RajCOMP, Govt. of
Rajasthan access to information reasonably required to define the then current
mode of operation associated with the provision of the services to enable the
RajCOMP, Govt. of Rajasthan to assess the existing services being delivered.

16.29.4 CONFIDENTIAL INFORMATION, SECURITY AND DATA:


16.29.4.1 The Implementing agency will promptly on the commencement of the exit
management period supply to the RajCOMP, Govt. of Rajasthan the following:
16.29.4.2 Documentation relating to Project's Intellectual Property Rights.
16.29.4.3 Project data and confidential information.
16.29.4.4 Information relating to the current services rendered and customer satisfaction
survey and performance data relating to the performance of sub contractors in
relation to the Services.
16.29.4.5 All current and updated Project data as is reasonably required for purposes of
Project or its nominated agencies transitioning the services to its Replacement SI
agency in a readily available format nominated by the RajCOMP, Govt. of
Rajasthan.

Name & Signature of the Bidder along with Seal


RajCOMP Page 79 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.29.4.6 All other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable Project or its
nominated agencies, or its Replacement SI agency to carry out due diligence in
order to transition the provision of the Services to Project or its nominated agencies,
or its Replacement Implementing agency (as the case may be).
16.29.4.7 Before the expiry of the exit management period, the SI agency shall deliver to
the RajCOMP, Govt. of Rajasthan all new or up-dated materials from the categories
set out in Article above and shall not retain any copies thereof.
16.29.4.8 Before the expiry of the exit management period, unless otherwise provided
under the Agreement, the RajCOMP, Govt. of Rajasthan shall deliver to the
Implementing agency all forms of Implementing agency confidential information,
which is in the possession or control of Project or its users.

16.29.5 EMPLOYEES
16.29.5.1 Promptly on reasonable request at any time during the exit management period,
the SI shall, subject to applicable laws, restraints and regulations (including in
particular those relating to privacy) provide to the RajCOMP, Govt. of Rajasthan a
list of all employees (with job titles) of the Implementing agency dedicated to
providing the services at the commencement of the exit management period;

16.29.6 RIGHTS OF ACCESS TO PREMISES


16.29.6.1 At any time during the exit management period, where Assets are located at the
Implementing agency's premises, the SI will be obliged to give reasonable rights of
access to (or, in the case of Assets located on a third party's premises, procure
reasonable rights of access to) the RajCOMP, Govt. of Rajasthan and/ or any
Replacement Implementing agency in order to make an inventory of the Assets.
16.29.6.2 The SI shall also give the RajCOMP, Govt. of Rajasthan or its nominated
agencies, or any Replacement SI agency right of reasonable access to the SI
premises and shall procure the RajCOMP, Govt. of Rajasthan or its nominated
agencies and any Replacement of SI rights of access to relevant third party
premises during the exit management period and for such period of time following
termination or expiry of the Agreement as is reasonably necessary to migrate the
services to the RajCOMP, Govt. of Rajasthan or its nominated agencies, .

16.29.7 GENERAL OBLIGATIONS OF THE IMPLEMENTING AGENCY


16.29.7.1 The SI shall provide all such information as may reasonably be necessary to
affect as seamless a handover as practicable in the circumstances to the
RajCOMP, Govt. of Rajasthan or its nominated agencies or its Replacement
Implementing agency and which the SI has in its possession or control at any time
during the exit management period.
16.29.7.2 The SI shall commit adequate resources to comply with its obligations under this
Exit Management Schedule.

16.29.8 Exit Management Plan


16.29.8.1 The SI shall provide the Purchaser with a recommended exit management plan
("Exit Management Plan") which shall deal with at least the following aspects of exit
management in relation to the Agreement as a whole and in relation to the Project
Implementation, and the Operation and Management SLA.
Name & Signature of the Bidder along with Seal
RajCOMP Page 80 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
16.29.8.2 A detailed program of the transfer process that could be used in conjunction with
a Replacement of SI including details of the means to be used to ensure continuing
provision of the services throughout the transfer process or until the cessation of the
services and of the management structure to be used during the transfer.
16.29.8.3 Plans for the communication with such of the SI sub contractors, staff, Bidders,
customers and any related third party as are necessary to avoid any material
detrimental impact on Project's operations as a result of undertaking the transfer.
16.29.8.3 (If applicable) proposed arrangements for the segregation of the Implementing
agency's networks from the networks employed by Project and identification of
specific security tasks necessary at termination
16.29.8.4 Plans for provision of contingent support to Project and Replacement
Implementing agency for a reasonable period after transfer.
16.29.8.5 The SI shall re-draft the Exit Management Plan annually thereafter to ensure that
it is kept relevant and up to date.
16.29.8.6 Each Exit Management Plan shall be presented by the SI to and approved by the
RajCOMP, Govt. of Rajasthan or its nominated agencies.
16.29.8.7 In the event of termination or expiry of Agreement, Project Implementation, or
Operation and Management SLA, each Party shall comply with the Exit
Management Plan.
16.29.8.8 During the exit management period, the SI shall use its best efforts to deliver the
services.
16.29.8.9 Payments during the Exit Management period shall be made in accordance with
the Terms of Payment Schedule.
16.29.8.10 This Exit Management plan shall be furnished in writing to the RajCOMP, Govt.
of Rajasthan or its nominated agencies within 90 days from the Effective Date of
this Agreement.
16.29.8.11 The audit and access rights contained within this Schedule shall survive the
termination or expiration of the Agreement for a period of twenty-four (24) months.
For the avoidance of doubt, this right of audit shall not apply to data and records
returned to Project / destroyed in accordance with Exit Management Schedule.
16.29.8.12 The SI shall also provide all kind of technical support to designated agency
while transferring the project and hand hold the project for at least one month to
enable designated agency develop sufficient skills for smooth maintenance and
operations of the network.

Name & Signature of the Bidder along with Seal


RajCOMP Page 81 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

TERMS OF PAYMENT

Name & Signature of the Bidder along with Seal


RajCOMP Page 82 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-17: TERMS OF PAYMENT


The payment will be in combination of both milestone based payment and Quarterly Guaranteed
Payment (QGR) based payment. The QGR payment period will be through the contract period of 3
years, which would start from the date of issuance of Acceptance certificate after the Acceptance
Test of the sites as defined in the RFP.

Category Payment Payment QGR Remarks


Milestone Based Based

Commissioning of Priority1: Certificate, RTI, 40% of Total QGR Payment will start
eDistrict Electoral- 20% Payment. Application from the date of
Application (GO Development will be successful completion
Live) Priority 2: Employment, paid through QGR of “Go-Live”
Compensation & Relief, for the contract
Revenue Court- 20% period of 3 years
Payment.

Priority 3: Permission
Tree Cutting, Land
Record, Govt. Dues &
Recovery- 20%
payment.

Managed IT Applicable after Go-Live O&M cost (OPEX) QGR Payment will start
services of all services will be paid through from the Next quarter of
QGR for the period Go-Live of all services
of 3 years

The Selected operator shall make a payment request after the end of each quarter with the
following supporting document:
1. Approval letter from the RajCOMP for the milestone achieved
2. Acceptance certificate for the sites accepted by RajCOMP and eligible for QGR
3. Acceptance certificate for inclusion of new sites in OGR
4. SLA compliance report duly signed by the District Nodal Officer/DeGS/RajCOMP
5. All supporting documents like the bills, invoices etc

Name & Signature of the Bidder along with Seal


RajCOMP Page 83 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

TECHNICAL SPECIFICATIONS

Name & Signature of the Bidder along with Seal


RajCOMP Page 84 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-18: TECHNICAL SPECIFICATION

A. Equipment to be Installed at SDC, Jaipur

1. Two Application Server- 1+1 HA

Make and Model & OS & Application Server Software (To BE Filled by Bidder)

S.No Description Compliance/D


eviation

Hardware Specification for Application Servers


SNo Components Desired Specifications
1 Processor/CPU Intel Xeon 7500. Processor 2 X Hexa Core.
2 Hard Disk 4 x 146 GB 2.5” 10 K RPM HDD or more
capacity & type
3 RAID Controller RAID 0/1/ with 256 MB cache
4 Network 4 x Gigabit Ethernet ports
Interface
5 Ports Min. One Serial, Min. 2 USB Ports
6 RAM / Main 256 GB parity protected ECC/ FB-DIMM RAM
Memory Expandable to min. 512 GB
7 SAN Should have fiber channel ports for SAN
Connectivity connectivity
8 HBA 2 x Single Port 4Gbps FC HBA PCI-X/PCI-e based.
Required to configure redundant SAN adapters.
9 Volume Manager Volume Management Capabilities with On-line
growth , shrink and Volume layout & characteristics
change capabilities
10 Cabinet Rack Mountable
11 Free Slots Min. 2 Free 64 bit PCI / PCI Express Slots (after
populating all the cards)
12 Removable Drive Internal IDE/ SCSI DVD-ROM Drive
13 Operating Microsoft® Windows Server 2008, Enterprise
System Edition / Red Hat® Enterprise Linux, upgrade,
patches, OEM support etc. valid for project period
14 Others It should provide Secure Sockets Layer (SSL)
128 bit encryption and Secure Shell (SSH)
Version 2 and support VPN for secure access
over internet.
Should be able to manage systems through a
web-browser
The Volume Manager and File System on the
server should support heterogeneous storage
models from different OEMs
For Application cluster (if required) and
Database cluster, the clustering software should
support heterogeneous Operating systems from
different OEMs.
Name & Signature of the Bidder along with Seal
RajCOMP Page 85 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
If the Clustering Software is provided with Web
Server, it should support heterogeneous
Operating System from different OEMs.

2. Two Database Server – 1+1 HA

Make and Model & OS & Database (To BE Filled by Bidder)


S.No Description Compliance/D
eviation
Hardware Specification for Database Server
1. Processor/CPU Intel Xeon 7500. Processor 2 X Quad Core.
2. Cache Memory with min 6MB L3 cache per processor
3. RAM / Main 128 GB parity protected ECC/ FB-DIMM RAM
Memory Expandable to min. 256 GB
4. Hard Disk 2 x 146 GB Hot Swappable SAS SFF HDD (10K)/
capacity & type FC (15K)
5. RAID Controller RAID 0/1/ with 256 MB cache
6. Network 4 x Gigabit Ethernet ports
Interface
7. Ports Min. One Serial, Min. 2 USB Ports
8. SAN Should have fiber channel ports for SAN
Connectivity connectivity
9. HBA 2 x Single Port 4 Gbps FC HBA PCI-X/PCI-e based.
Required to configure redundant SAN adapters.
10. Volume Volume Management Capabilities with On-line
Manager growth, shrink and Volume layout & characteristics
change capabilities
11. Cabinet Rack Mountable
12. Free Slots Min. 2 Free 64 bit PCI / PCI Express Slots (after
populating all the cards)
13. Removable Internal IDE/ SCSI DVD-ROM Drive
Drive
14. Operating Microsoft® Windows Server 2008, Enterprise
System Edition / Red Hat® Enterprise Linux, upgrade,
patches, OEM support pack etc. valid for project
period
15. Backup Device Internal/External DAT Drive 36/72 GB (Normal /
Compressed)
16. Power supply Redundant Hot-Swappable power supplies and
Fans
17. Certification Should be certified on the supplied OS Version
18. Antivirus Commercial Anti-Virus Software from leading OEMs
like Trend-Micro/ Symantec/ Kaspersky/ Mcafee to
be installed on the servers with OEM Support,
updates, patches and errata for the entire contract/
project period.

Name & Signature of the Bidder along with Seal


RajCOMP Page 86 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
3. Two Web Server- 1+1 HA

Make and Model & OS (To BE Filled by Bidder)


S.No Description Compliance/Dev
iation
1. Processor/CP Intel Xeon 7500. Processor 2 X Quad Core.
U
2. Cache Memory with min 6MB L3 cache per processor
3. RAM / Main 64 GB parity protected ECC/ FB-DIMM RAM
Memory Expandable to min. 256 GB
4. Hard Disk 2 x 146 GB Hot Swappable SAS SFF HDD (10K)/
capacity & FC (15K)
type
5. RAID RAID 0/1/ with 256 MB cache
Controller
6. Network 4 x Gigabit Ethernet ports
Interface
7. Ports Min. One Serial, Min. 2 USB Ports
8. SAN Should have fiber channel ports for SAN
Connectivity connectivity
9. HBA 2 x Single Port 4 Gbps FC HBA PCI-X/PCI-e based.
Required to configure redundant SAN adapters.
10. Volume Volume Management Capabilities with On-line
Manager growth, shrink and Volume layout & characteristics
change capabilities
11. Cabinet Rack Mountable
12. Free Slots Min. 2 Free 64 bit PCI / PCI Express Slots (after
populating all the cards)
13. Removable Internal IDE/ SCSI DVD-ROM Drive
Drive
14. Operating Microsoft® Windows Server 2008, Enterprise
System Edition / Red Hat® Enterprise Linux, upgrade,
patches, OEM support pack etc. valid for project
period
15. Backup Device Internal/External DAT Drive 36/72 GB (Normal /
Compressed)
16. Power supply Redundant Hot-Swappable power supplies and
Fans
17. Certification Should be certified on the supplied OS Version
18. Antivirus Commercial Anti-Virus Software from leading OEMs
like Trend-Micro/ Symantec/ Kaspersky/ Mcafee to
be installed on the servers with OEM Support,
updates, patches and errata for the entire contract/
project period.
19. Other It should provide Secure Sockets Layer (SSL) 128
bit encryption and Secure Shell (SSH) Version 2
and support VPN for secure access over internet.

Name & Signature of the Bidder along with Seal


RajCOMP Page 87 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
B. Equipment to be installed at District/Tehsil/Employment Office

4. 24 Port Manageable Switch

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Hardware Multiple services (Data, voice, video)
Architecture Internal/ External Redundant Power Supply
1 x 24 Ports GE (10/100/1000Mbps)
1 x 2 Ports Gig Fiber
L2 Features Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Support for at least 200 VLANs.
Dynamic Trunking Protocol (DTP) or equivalent
VLAN Trunking Protocol or equivalent
802.1s
802.1w
IGMP snooping v1 and v2
IP Routing Protocols Static IP Routing
OSPF
RIP
Hot Standby Routing Protocol/VRRP
L3 features ICMP support, IPv6 Support
Security Standard and extended ACLs on all ports
Dynamic Host Configuration Protocol (DHCP)
snooping
AAA and RADIUS authentication enable centralized
control of the switch and restrict unauthorized users
from altering the configuration.
Secure Shell (SSH) Protocol and Simple Network
Management Protocol Version 3 (SNMPv3) to provide
network security by encrypting administrator traffic
during Telnet and SNMP sessions.
Manageability & Switch needs to have console port for administration &
Upgradation management
Must have support SNMP v1, v2, v3
Management using CLI, GUI using Web interface
FTP/TFTP for upgrading the operating System
TCP-MIB, UDP-MIB
RFC1213-MIB (MIB-II), RFC1398-MIB (ETHERNET-
MIB)
Standards IEEE 802.1x support
IEEE 802.3x full duplex on 10BASE-T and 100BASE-
TX ports
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1Q VLAN
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
Physical 19” Rack mountable

Name & Signature of the Bidder along with Seal


RajCOMP Page 88 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
All necessary power cords, adapters, data cables,
connectors, CDs, manuals, brackets accessories, wire
managers, etc. should be provided

5. 8 Port Managed Switch

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Management SNMP V2/V3 ,SSHv2, Telnet ,Radius,
RSPAN,RMON,NTP
Security Port based ACL, DHCP snooping ,Port Security,
spanning tree Root Guard, BPDU guard, IGMPv3
snooping
Standards IEEE 802.1x
IEEE 802.3x full duplex on 10BASE-T and100BASE-
TX ports
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) Prioritization
IEEE 802.1Q VLAN
IEEE 802.1s
IEEE 802.1w
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
Interfaces 8 Ports 10/100 Mbps with active 1 uplink of
10/100/1000baseT or SFP
Power The internal power supply supporting 230 Volt 50Hz
input

6. Desktop Computer

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Mandatory ISO 9001 Manufacturer
Certifications Should be certified on supplied Operating System
CPU Intel or AMD
No of Cores Minimum 2
CPU Speed Minimum 2.33 GHz or higher
Chipset Compatible to supplied CPU
Cache Memory Minimum 1 MB (in case of AMD)/ 4 MB (in case of Intel)
L2 or higher
FSB Minimum 1333 MHz or Higher
Memory 2 GB DDR2 RAM Min. 667MHz Upgradable up to 4GB
HDD 250 GB SATA 7200rpm HDD
Monitor 17" Color SVGA Non -Interlaced TFT Monitor (with
TCO‟03 Certification)
Keyboard Min. 104 Keys OEM Mechanical Key Board or TVSE
Gold or Equivalent
Mouse Two Button Optical Scroll Mouse
Optical Drive Internal DVD-ROM Drive
Cabinet Micro-ATX/ Desktop
Ports Min. 6 USB ( 2 In front), 1 Serial, 1 Parallel, PS/2 (For
Name & Signature of the Bidder along with Seal
RajCOMP Page 89 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Keyboard & Mouse
Slots 2 PCI Slots , 1 x PCI Exp 16x Slot ,1x PCI Exp 1x Slot
Network Features Integrated 10/100/1000 LAN Card
OS MS-Windows 7 Prof. Edtn. OLP (with latest Service
Pack) or higher with License and Media (With Recovery
CD)
Office-suite MS-Office 2010 Standard Edition with Indian Language
Support and updates, patches and errata for the entire
contract/ project period.
Antivirus Commercial Anti-Virus Software from leading OEMs like
Trend-Micro/ Symantec/ Kaspersky/ Mcafee to be
installed on the Desktop Computers with OEM Support,
updates, patches and errata for the entire contract/
project period. Advanced antivirus, antispyware,
desktop firewall, intrusion prevention, application
control, network access control and device control into
a single, deployable agent which can be managed by a
single server.

Name & Signature of the Bidder along with Seal


RajCOMP Page 90 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

7. Racks

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Description Specification
9 U RACK Wall Mount Enclosure, 600W, 9 U/ Single Section (CRCA Steel
Frame with following items: - Top cover with cable entry -1no. -
Bottom cover with cable entry -1no. - 19” Mounting Angles – 2
pairs - Front Glass Door, 9U/600W, with lock) Finish : Powder
coated to 80 microns; Matt finish , Wall mounting provision
Rack should be of sufficient depth to house the equipment offered
with all doors closed.
12 U RACK Wall Mount Enclosure, 600W, 12 U/ Single Section (CRCA Steel
Frame with following items: - Top cover with cable entry -1no. -
Bottom cover with cable entry -1no. - 19” Mounting Angles – 2
pairs - Front Glass Door, 9U/600W, with lock) Finish : Powder
coated to 80 microns; Matt finish , Wall mounting provision
Rack should be of sufficient depth to house the equipment offered
with all doors closed.

Racks 42 U:
Mandatory Conditions
42 Rack(Closed): For Server (600x1000mm)
42 Rack(Closed): For Networking equipments (800x1000mm)
Color: Black
Make and Model: Valrack Only

Specification of 42 U Racks:

1. Floor Standing Rack Server Rack - 42U / 600W / 1000D, with Heavy Duty Extruded
Aluminum Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with cable
entry gland plates. Heavy Duty Top and Bottom frame of MS. Two pairs of 19” mounting
angles with „U‟ marking. Depth support channels - 3 pairs. With a Overall Weight Carrying
Capacity of 500Kgs.
2. Side Panels - 42U/1000D (set of 2 per Rack)
3. Front MS Door (Fully Perforated - Mesh) 42U/600W (1 No Per Rack)
4. Rear MS Door (Fully Perforated - Mesh) 42U/600W (1 No Per Rack)
5. Fan Housing Unit 4 Fan Position (Top Mounted) (1 No Per Rack) - Monitored - Thermostat
based - The Fans should switch on based on the Temperature within the rack. The
Temperature setting should be Factory settable. This unit should also include - Humidity &
temperature sensor
6. Fan 90CFM 230V AC, 4” dia (4 Nos Per Rack)
7. Castors with Brake (Set of 4 per Rack)
8. Keyboard Tray with BB Slides (Rotary Type) (1 No per Rack)
9. Shelf, Stationery 627mm N/W (5 Sets per Rack)
10. Power Distribution Unit - Vertically Mounted, 32AMPs with 25 Power Outputs. (20 Power
outs of IEC 320 C13 Sockets & 5 Power outs of 5/13Amp Sockets), Electronically
controlled circuits for Surge & Spike protection, LED readout for the total current being

Name & Signature of the Bidder along with Seal


RajCOMP Page 91 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
drawn from the channel, 32AMPS MCB, 3KVAC isolated input to Ground & Output to
Ground (1 No per Rack)

8. 5 KVA Online UPS

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Description Specification
Technology Rectifier & Inverter both IGBT based
DSP based controlled Digital Design
Double Conversion True On-line UPS
Input
Input Rated 220/380Vac ,Single Phase or Three Phase Auto recognizing
Voltage
Input Voltage & 180-276V AC ,Single Phase
Range
Input Frequency 45 - 55 Hz
Range
Input Power >0.99(1Ph)
Factor
OUTPUT
Output 5 KVA
Voltage 220VAC
Output 50Hz ± 0.2%
Frequency
regulation
O/p Voltage < 5% (Non-linear load)
Distortion < 3% (linear load)
Parallel Shall support parallel operation
operation
Output Pure Sine wave
Waveform
3:1
Crest Factor
Power Factor 0.8
Battery
Battery Backup 60 minute
Battery Type SMF VRLA type only with Racks & Interconnecting Links
Battery Make Rocket / Amararaja / Exide / Quanta only
Charging Shall be with Temp compensation for enhanced battery life
VDC Greater than or equal to 192VDC
Battery 7600VAH – 5Kva
Ratings(VAH)
Transfer Time 0 ms – Must always be ONLINE
General

Display LED Display


Safety GB4943-1995
Operating 0 to 40 degree centigrade
Temperature
Name & Signature of the Bidder along with Seal
RajCOMP Page 92 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Noise level <51 dB
EMC EN50091-2, EN55022 Class A, EN61000-4-2.3.4.6.8.11
Level III, EN61000-4-5 Level IV
Mounting Rack as well as Tower
Surge External Transient Voltage Surge Suppressor of 25kA surge
`Protection capacity, LED status, UL-1449-3, Response time of less
than 0.5ns, NEMA enclosure shall be provided to connect in
parallel at i/p of UPS.
Standard USB port for software interface
Alarms & All necessary alarms & indications essential for performance
Indications monitoring of UPS to be incorporated.
Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set
Certifications ISO 9001 & 14001 certified to

9. 1 KVA Online with 60 minutes Backup-

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Description Specification
Certifications ISO 9001 and 14001 Certified OEM
Technology Rectifier & Inverter both with IGBT based Microprocessor
Processing Design, Double Conversion True On-line UPS
Input Voltage & 170-290V AC ,Single Phase
Range
Input Frequency 50 Hz ± 10%
Range
Input Phase Single Phase with ground
Input Power >=0.95 at full load
Factor
Output 1 KVA
Voltage 220 / 230 /240 VAC
Output Frequency Free running Mode 50Hz ± 0.5Hz
regulation
O/p Voltage < 6% (Non-linear load)
Distortion < 3% (linear load)
Output Waveform Pure Sine wave
Battery Backup 60 minute
Battery Type 12V Sealed lead maintenance free VRLA type
Battery brand EXIDE, PANASONIC, QUANTA, ROCKET only
VDC Shall be 96VDC or more
Battery Ratings 1KVA: Min. 1400 VAH
General
Noise level <45 dB @ 1 Meter , EN 62040 – 2, 2006
Protection IP 20
Bypass Automatic Bypass Switch
Surge Protection External Transient Voltage Surge Suppressor at i/p of UPS of
Surge capacity of 10kA with fast response time of <0.5nS
along with monitoring LED
DG Compatibility UPS to be compatible with DG Set supply and mains supply
Standard RS 232 & USB port with software for monitoring & Shutdown
Name & Signature of the Bidder along with Seal
RajCOMP Page 93 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
of connected PCs.
Alarms & All necessary alarms & indications essential for performance
Indications monitoring of UPS to be incorporated.
LCD Display Back-up time, Load, battery, Mode of operation, Fault

10. Laser Printer-

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Speed Minimum 30PPM (A4)
Processor 400 MHz or higher
Resolution Min. 1200 X 1200 dpi
Duty Cycle Min. 50,000 pages/ month
Memory 128MB or higher
Interface USB 2.0 (High Speed) with Cable
Network Yes (10/100Mbps)
Duplex Yes
Paper Support Legal, A4
Drivers/ Software Yes (MS-Windows XP/ Vista/ 7)

11. Scanner-

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Type Sheet Fed
Optical Resolution Min. 600 dpi
Bit Depth 48 bit internal
24 bit external
Duty Cycle Up to 1500 pages/ day
Multi-feed Yes
Detection
ADF Yes (Min. 50 sheets capacity)
ADF Speed Min. 25PPM
Max Scan Size Min. 8.5X11.7" for A4 ; 8.5 X 14" for Legal
Scan File Formats PDF (searchable, MRC, PDF/A), TIFF (single page, multi-
page, compressed: G3, G4, LZW), JPG, BMP, PNG,
DOC, RTF, TXT, XLS, HTML, UNICODE, XML, XPS
(Windows Vista/7 only)
Duplex Scan Yes
Interface High speed USB 2.0 with Cable
Drivers/ Software Yes (MS-Windows XP/ Vista/ 7), OEM Scanning Software

12. Web camera

Make & Model Offered - (To be filled by the bidder) Compliance


(Yes/No)
Type Color
Video capture Up to 640 x 480 pixels (AVI Format)
Still image capture Up to 640 x 480 pixels (BMP, JPG)
Frame rate Up to 30 frames per second
Name & Signature of the Bidder along with Seal
RajCOMP Page 94 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Misc. USB 2.0 certified, USB Cable, Universal monitor Clip for
LCD, CRT, or notebooks
Drivers/ Software OEM Supplied Software/ Drivers for MS-Windows XP/
Vista/ 7 Platform

13. Digital Signature Device


Tier 2
USB interface

14. UTP Cabling System


Establishing LAN at eDistrict implementation locations which shall includes lying of FO cable, UTP
cable, mounting of racks and switches and panels, installation of I/O, patch cord (7 feet) and other
material.

15. DG Set- 100 KVA & 20 KVA- Make & Model to be filled by Bidder
Diesel engine and alternator shall be close coupled or provided with flexible coupling and mounted
on a base plate of robust construction.

Specification for Alternator, Diesel Engine and Standard/AM Control Panels:

1. ALTERNATOR:
The Alternator shall be self excited and self regulated of specified KVA rating in single/three phase
at 240/415 Volt, 50 Hz, 1500 RPM and 0.8 pf lagging power factor and shall conform to IS:13364
(Part 1):1992 (up to 20 KVA) or IS: 13364 (Part 2):1992 (above 20 KVA). The alternators shall be
of brush type or brush less type with VG-1 Grade of voltage regulation for ratings up to 80 KVA
and of brush less type only for ratings above 80 KVA with VG-3 grade of voltage regulation. The
alternators shall be screen-protected drip proof with Min.IP-21 degree of protection as per IS:
4691/85.

2. DIESEL ENGINE:
Diesel Engine shall be air or water cooled as specified, electric start developing required B.H.P at
1500 RPM with Class A-2 Governing or better for alternator to deliver specified continuous KVA
output at 0.8 lagging pf at NTP conditions. The Diesel Engine should be capable of providing 10%
overload for one hour for every 11 hours continuous running at full load.

Turbocharged Engine shall conform to BS: 5514/BS:649, other non turbocharged Diesel Engine
shall conform to IS:10000 Series Standards as applicable.
The Diesel Engine shall be complete with the following accessories:
a) Fuel tank with capacity for 12 hours continuous running at full load.
b) Engine instrument Panel consisting of starting switch with Key, Lube Oil temperature and
pressure gauges, RPM indicator and hour meter.
c) Safety controls to shut down the engine in the event of low lube oil pressure or high cylinder
head temperature in case of air-cooled engines or high water temperature in case of water-cooled
engines.
d) Radiators in case of water-cooled engines.
e) Exhaust silencer of Residential type.
f) 12V or 24V starting system complete with starter motor, charging alternator and Cutout.
g) Lead Acid Batteries of suitable ratings with connecting cables. The batteries shall be supplied in
uncharged conditions and shall conform to relevant IS Spec.
h) Starting handle for G Sets up 10 KVA only.
i) Standard set of tools and spares for maintenance.
Name & Signature of the Bidder along with Seal
RajCOMP Page 95 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
3. STANDARD CONTROL PANEL :
The Control Panel shall be fabricated from steel sheet of 1.5 mm thick minimum duly pretreated
and aesthetically finished. The Control Panel shall be totally enclosed, dust and vermin proof, floor
mounted or wall mounted/skid mounted type at the option of DDO with IP-53 degree of protection
as per IS:2147:62.The Control Panel shall have the following instruments:
a) Composite meter for digital display of:-
i) Generator voltage/AC main voltage.
ii) Generator Current.
iii) Load Current.
iv) Power Factor.
v) Frequency meter (for 15 KVA & above)
vi) Energy meter (for 15 KVA & above)
b) HRC Fuses of suitable ratings.
c) One MCB of suitable rating for DG sets up to 45 KVA rating or MCCB for higher ratings.
d) Push button-switch for ON and OFF operation.
e) Pilot lamps, three in case of single-phase DG sets and three numbers in case of three phases
DG set.
f) Battery charger complete with voltage regulator, voltmeter and ammeter for charging the battery
from mains. This will be in addition to the battery charging alternator fitted on the engine.
g) Instrument & Control Fuses.
All the components in the control panel shall be properly mounted, duly wired and labeled.
Suitable terminals are to be provided for panel incoming and outgoing connections. The
instruments/Components shall be of reputed make and shall also conform to the relevant IS
specifications.

4. AMF CONTROL PANEL:


Automatic mains failure (AMF) control panel where applicable shall be able to start up the DG set
and transfer the loads on to the DG sets on mains failure without requiring any human
intervention. Similarly on restoration of mains supply it shall be able to transfer the load to mains
supply and switch off the DG set automatically.
The AMF panel shall be fabricated from steel sheet of 1.5 mm thick steel sheet duly pre-treated
and aesthetically finished. The control Panel shall totally enclosed, dust and vermin proof, floor
mounted type with degree of protection IP-53 as per IS: 2147:1962. The AMF control panel shall
have the following instruments:
a) Microprocessor based relay with composite meter for digital display of :-
i) Generator voltage/AC Mains voltage.
ii) Generator Current.
iii) Load Current.
iv) Power Factor.
v) Frequency ( for 15 KVA & above)
vi)Energy ( for 15 KVA & above)
b) Mode selector switch for setting the panel on any one position such as off or auto or manual, or
test.
c) Engine On-Off switch (Push button type)
d) HRC Fuses of suitable ratings.
e) Rectangular aluminum bus bars (one number for each phase, neutral and Earthling terminal) of
adequate ratings duly color coded with heat shrinkable PVC sleeves.
f) Two contactors of suitable rating (one for DG set & one for AC mains)with over load relay.
g) Under-voltage relay for mains.
h) Three attempts engine start / engine cranking relay.
i) On -delay timer for load change over
j) On-delay timer for engine shut off.
Name & Signature of the Bidder along with Seal
RajCOMP Page 96 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
k) Push button –switch for On and OFF Operation
l) Pilot lamps two number in case of single-phase DG sets and three numbers in case of three
phase DG sets.
m) Battery charger complete with voltage regulator, float or booster selector switch, on-off switch,
voltmeter and ammeter for charging the battery from mains. This will be in addition to the battery
charging alternator fitted on the engine.
n) Instrument & Control Fuses.
o) Five number indicating lamps to indicate 'mains low voltage', 'load on mains', set running', 'and
load on set „and‟ battery charger on'.
p) Audio visual alarm for 'Low lubricating oil pressure', 'High water temperature'(for water cooled),
'High cylinder head temperature'(for air cooled),Start failure', and DG over load'.
q) Any other switch, instrument, relay or contactor etc. essential for smooth and trouble free
functioning of DG set with AMF panel.

5. Bidder shall furnish complete & satisfactory TTC for Engines, Alternator complete with
enclosures to be used by them for each rating of the items clearly identifying Make, Model &
Ratings of the item tested, to the concerned DQA at the time of pre dispatch inspection. The TTC
shall be from any Government Approval Lab.
The Test Report of 3 phase alternators shall cover unbalance load test as per clause 24 of
IS:13364 (pt.1 or pt.2)/1992 as applicable.

6. All Engines and alternators shall be ISI Marked.

7. DG sets shall meet the requirements of Environmental (Protection) Rules 1986 as laid down by
Min. of Environment & Forests read which GSR 371 (E) dated 01.07.20074,GSR 520(E) dated
1.7.2003 in respect of emission norms for the engine witch come into effect from 01.07.2004 & in
respect of noise level norms for the DG sets which come into effect on 01.01.2005.

8. Bidder shall furnish copy of Type approval certificate from an Authorized agency for emission
norms and noise level norms for each model of engine quoted to the concerned DQA.

9. One set of instruction, manual shall be supplied with each DG set without any extra cost.
Instruction manual shall contain the following details:
Installation instruction mounting/ fixing details of each part of the system, handling
recommendation and safety precautions.
Preventive maintenance instruction.

10. The Bidder shall provide the test facilities for following tests in their work at the time of
inspection.
a. The D.G. set should be checked for alignment before subject it to load test.
b. Voltage regulation test.
c. F.L. test for 1 hour after rated KVA..
d. 10%O.L. test for 1 hour after the F.L. test.
e. H.V. test 1.5 KV for 1 phase and 2 KV for 3 phase one minute after the load tests. If for certain
reasons the H.V. test has
to be repeated, the same may be done at 80% of the specified value.
f. I.R. Tests : The I.R. shall be measured with a D.C. voltage of about 500 volts applied for a
sufficient time for the reading
of the 1.5 mega ohm when measured after the application of H.V. test.
g. Checking for the trouble free starting and oil leakage.

Name & Signature of the Bidder along with Seal


RajCOMP Page 97 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
h. Vibration shall be within 500 microns during the loads running test with the base kept free, the
base not bolted to any structure or foundation. It shall be a part of routine test & facility shall be
available at Bidders work.
i. H.V. & I.R. test should be conducted on alternator & control panel after the load test.
ii The control panel should be checked for functional required & completeness as per contract
spec.

11. Bidder shall show the performance of DG sets with the load available with the consignee
during final inspection at the consignee end to the inspecting agency.

16. Document Management System- Essential Specification

TECHNICAL FACT SHEETS


General Technical Requirements of System

Support for Major Operating Systems


Server Side – The Systems shall support various Operating systems like Windows,
RedHat Linux, etc. for server configuration
Client Side – The clients shall be supported through preferably open source operating
system and browsers such as Linux & Mozilla Firefox. Provide reference sites for all the
platforms
Multiple Databases - The system shall support following databases: SQL Server, Oracle,
PostGre SQL, DB2 etc.

Inter-operability - The systems must seamlessly integrate with any or all of the existing
legacy and applications and shall support interface with other open-standard systems.

System shall support export / import of metadata


High Availability – The systems shall be designed for 24x7 operations. A highly
available architecture shall be presented to address planned outages for upgrades or
unplanned outages caused by hardware or software failures. When clustering setup is
presented, both active-passive and active-active configuration are acceptable. The
system shall also support native database initiated high availability solution like clustering
and replication. Third party software or hardware appliances for high availability (load
balancing and clustering) are likewise acceptable.

Server Based Computing – The computing architecture must be server based. The
applications will reside in the servers and will be delivered to the users through other
server based computing facility/technology.

Access and Interface – The systems must be user-friendly, intuitive and equipped with
help/support facilities.

Version Control and Management – The proposed System shall have versioning
support and should have a process for tracking revisions.

Name & Signature of the Bidder along with Seal


RajCOMP Page 98 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The vendor should have solution for Bulk Scanning desktop based solution that shall
come with out-of-box integration with the proposed solution.

Scanning software should be from the same vendor proposing the system

The vendor shall provide a separate test and development environment bundled with
software licenses, including the development tools.

The proposed systems must be able to interface with the existing systems and databases.

System shall support archival of documents in PDF/A format.

System shall support viewing of PDF/A document in the native viewer

Detailed Technical and Functional Requirement of System

Architecture Considerations
The system shall support open, scalable, Multi-tier architecture with each tier fully
independent
The system shall support Scalable architecture to support clustering at each layer i.e. Web
server, Application server and Database for Fault Tolerance & Load Balancing. The
system would be deployed in clustered environment

The System shall be scalable through both horizontal clustering (multiple channels) and
vertical clustering (multiple instances per machine).

The System shall support thin client architecture.


The system shall support separate Document/Image server for better management of
documents.
The system shall support distributed Document Repositories for document upload and
access at local level , which can be replicated with central repository at scheduled
intervals
The system shall support multiple platforms specifically (Windows, Linux). Reference sites
shall be available on both the platforms

The System shall support Open source Application servers and industry standard
Application and Web Servers as JBoss, Netweaver, IBM Websphere, BEA Weblogic etc.

The system shall support multiple databases i.e. Oracle, SQLand PostGre SQL etc.
Reference sites shall be available on both

The system shall provide XML based API toolkit for system integration and application
development
The system shall provide Image processing libraries that support image enhancements,
and other imaging features like compression and extraction etc.

Imaging libraries should be from the same vendor proposing the system.

The system shall be able to handle Tera-bytes of data with search time less than 6
seconds
The system shall store documents in volume blocks

Name & Signature of the Bidder along with Seal


RajCOMP Page 99 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system shall have facility to define size of volume block.

The system shall have an ability to handle millions of images. (The bidder must specify 3
reference site having more than 10 million images in India and at-least one should be from
Indian Government/PSU)
The system shall support unlimited storage capacity by automatic / manual creation of
Volume disks of predefined sizes and disk labeling

The system shall be Unicode compliant for supporting different languages and shall also
provide localization kits for localizing the User Interface in particular language.

The System shall support Java API, XML API and SOA Architecture

System shall not store electronic documents including images in the database system

Document Scanning Features


The System shall support the scanned documents to be temporarily archived before
uploading to the central server

The system shall support Quick scanning and indexing of bulk documents. The stages of
scanning, quality check and Indexing shall be preferably mapped as stages in scanning
solution. Scanning through browser plug-in

Automatic categorization of scanned images as different documents like DAK, Office file
document, Supporting documents, Field report etc.

Support for automatic indexing from specified zones like Application id using OCR
functionality
Easy to use GUI for setting the scanning properties like indexing parameters, document
and folder nomenclature, zones for data extraction etc

Facility to upload scanned batches from different field offices with Auto folder/Subfolder
creation document filing & indexing on user defined fields.

System ability to provide Compression of scanned image files in TIF Format.

The System shall support Image Editing operations such as page insertion, deletion
merge/split pages, etc.
The system shall provide facility for merging/splitting documents based on bar-code/page
count, etc. to assemble documents from scanned batches

Support all the special image enhancement functionality offered by the scanner through
the driver interface.

Web based scanning facility on Linux Platform for ad-hoc scanning should be available.

System shall have document image quality analyzer for auto correcting the scanned
image without manual intervention
System shall automatically grade scanned documents based on configurable quality
parameters

Name & Signature of the Bidder along with Seal


RajCOMP Page 100 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Capture solution shall have Document Quality Analyzer & Correction facility

Document Acquisition Features


The system shall support Bulk Import of image and electronic documents through an
integrated functionality

The system shall support Automatic archival of In-coming Fax as images through an
integrated functionality and shall also automatically index on required parameters

The system shall support Direct upload from MS-Word applications

The system shall support Integration with Mail server for direct Uploading of Emails for
corresponding users and indexing on user defined parameters

The system shall support Scheduled uploading from directories i.e. Folder Mapping as so
that files from sub-divisional offices can be scheduled for upload.

Multiple Initiation Methodologies


The system shall support remote scanning of multiple applications and supporting
documents and initiating them in the approval route/workflow.

The System shall support automatic initiation of incoming faxes as separate instance with
the fax document as an attachment

The system shall support automatic initiation on the basis of incoming emails with email as
an attachment

Handling of Un-scanned documents


The system shall support facility to generate paper profile for tracking of physical
documents, which are not scanned.

The system shall support inbuilt facilities to electronically move paper profiles and
complete user level tracking on the same.

The system shall support scanning of the document at the end of processing and auto-
replacing the paper profile with the image.

System shall generate barcode number for PUC for tracking of a physical copy

Archival of electronic documents


The System shall support 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
The System shall provide facility to link cross-related documents like Application form and
Field report, Grievance and reply sent etc.

The system shall provide search facility to in the same interface, so that users are able to
search the documents to be linked

The system shall support versioning of documents with facility to write version comments

Name & Signature of the Bidder along with Seal


RajCOMP Page 101 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system shall allow Locking of documents for editing and importing it back into the
system through check-in/Check-out features

Document View
The System shall support Applet for viewing Image documents- No third party viewers
should be there for viewing of scanned images. Please specify if third party applets are
used and the licensing terms together with cost implication

Image view applet should support progressive display technology.

Even for multi page document. The download and view should be page by page.

The System shall facilitate Document View without the native application in pdf or html
view for office applications like Word, excel, PPT etc.

The system shall facilitate zoom-in/zoom-out, zoom percentage and Zoom lens to zoom in
on a part of image and other image operations like Invert, rotate etc.

Document view shall have the provision to draw a line, insert arrows etc over image
document.
Document view shall have the provision to highlight or hide certain text by drawing line
rectangle and solid rectangle.

Document view shall have the provision to insert text over image document

The System shall support for viewing documents in native application

The system shall provide facility of putting text, graphic and image annotations on
document pages

Annotations
The Image applet shall support comprehensive annotation features like highlighting,
marking text, underlining putting sticky notes on documents, and support for text and
image stamps etc.
The system shall support automatic stamping of annotations with user name, date and
time of putting annotations

The system shall provide facility for securing annotations for selective users

The system shall provide facility to configure bitmap stamps at corporate level, so that it is
available to all users

The system shall store annotations as separate file and at no time, the original image shall
be changed. The system shall provide facility of taking print outs with or without
annotations

Office Note creation & Approval workflow


The system shall have an In-built Web based Text Editor with basic functionalities such as
bold, alignment, font, color etc

Name & Signature of the Bidder along with Seal


RajCOMP Page 102 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Editor shall have provision for templates for ready content

The system shall have a draft folder to save Office Notes that are created through in-built
text editor.
Office Note in draft folder shall be available to the user for editing.

Using workflow feature of a system, user shall be able to route the Office Note for
approval
The system shall provide a facility to Add / Edit comment to a Note in a workflow.

The system shall provide a facility to attach reference / supporting documents with Office
Note in a workflow
All the comments shall be appended to the main content of the Note.

The system shall automatically capture the signature of user working on a Note

The system shall have a facility to „approve‟ a Note through some actionable control for
eg. "Approve" button on the Note Sheet itself

The system shall provide an interface to search and check the status of a Note in workflow

The system shall have a facility to securely archive the Note on approval / completion.

Archival of Files
System should differentiate between Administrative general files (Subject Files) and
Administrative Business files (Special Files)

System should support handling of both types of files


The system shall have a facility to create/open a new electronic file.

Subject File creation shall take at least File Number and File Subject as inputs.

The system shall have a facility to create both main as well as part file.

The system shall have a facility to save the file in the desired folder in the system.

The system shall also generate a Barcode number on successful creation of a file. This
barcode can be pasted on a physical file for tracking, in case physical file is also used.

The system shall have facility to print barcode number of file at any point of time.

The system shall have facility to add documents in the File.

The system should have a facility to search a file on File number, file subject

The system should have a index table of all created files in the form of a "File Register" as
per the Manual of Office procedure by Government of India

The system should support creation of any types of special files such as employee files,
vendor file, contract file etc

Name & Signature of the Bidder along with Seal


RajCOMP Page 103 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system should have a provision to define searching attributes for each type of special
file
The system should have a separate searching interface for each type of special file

File creation & Movement tracking (Whitehall)

Electronic files shall give the same look and feel as that of Physical file with documents
appears on one side and Green Note Sheet on other side of the screen (WHITEHALL file
view)
The system shall provide facility to users to append their notes, which shall be
automatically stamped with user name, date and time

The system shall provide facility to secure notes in File View

The system shall provide facility to users to link the notes to any document, file and
previous notes, so that corresponding objects can be directly opened from the note view

Note sheet should also have provision to link a note even to a particular page of a image
document
The system shall provide facility to users to append notes in the same paragraph

The system shall provide security on notes so that Noting/comments once written, signed
and forwarded shall not be amendable by any user including originator, however if a new
note has not been forwarded, the user shall be able to modify the latest note, which he is
writing.

There should be a provision to integrate digital signature with Note sheet

The system shall provide facility to take print out of the noting for filing in paper folder as
record
The system shall provide a facility to add new documents in the file by calling native
application like Word, Excel etc. from the same interface.

The system shall provide facility to open multiple documents simultaneously in different
window
The system shall have a facility to create a paper profile of a document in the file, in case
document is not available in electronic form.

Using workflow feature of a system, user shall be able to route the file.

The system shall provide a feature to recall a File from other user

The system shall provide an interface to search the status of a file in a workflow.

The system shall provide a facility to track a department where a File is pending.

The system shall support the case file management


File view shall provide facility to view all documents inside file, Noting / commenting, Edit
file properties
System should automatically create and update File Register

Name & Signature of the Bidder along with Seal


RajCOMP Page 104 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
System should automatically generate and update "File Movement Slip" as per the Manual
of Office procedure by Government of India

Once a File is in movement (under submission), system shall lock the file except for the
user holding a file

Unlock file shall be available for view for the users as per the file access permission

Indexing
The System shall provide facility to index folders, files and documents on user-defined
indexes like department, ministry, file number, year etc.

The system shall provide facility to set particular fields as mandatory or unique

The system shall facilitate manual and automatic indexing using OCR functionality or from
other applications

The System shall support Automatic full text indexing for Text search

Search and Retrieval


The system shall provide extensive search facility to retrieve documents or Folders/Files

The system shall support saving of search queries and search results

The system shall be able to handle Tera-bytes of data with search time less than 6
seconds
The system shall support combined search on Profile, Indexed and Full Text Search

The system shall support search for documents or folders on document or folder on profile
information such as name, created, modified or accessed times, keywords, owner etc.

The system shall support search for documents/Folders using user-defined indexes and
document classes i.e. file number, name, ministry, department, date etc.

The system shall support Full Text Search on image and electronic documents

The system shall support highlighting of searched string with a facility to browse between
pages for a multiple page document and moving between hit pages

The system shall support advanced search using Boolean and logical operators like and,
or, greater than etc. for example searching application form on the basis of customer type
and city

The system shall support facility to export results in excel format

The system should provide support for configuring and saving search criteria‟s

Check-In and Checkout support for collaborative working on documents

Name & Signature of the Bidder along with Seal


RajCOMP Page 105 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Security and User Management
The Document management system shall support definition of Users, Groups and Roles
relation in the system

The system shall support access permissions on Folders, documents and object level

The system shall support multiple levels of access rights (Delete/ Edit/ View/ Print/ Copy
or Download).
System shall support for application based rights
The system shall support system privileges like Create/Delete Users, Define indexes etc.

The system shall support secure login id and passwords for each user and passwords
shall be stored in encrypted format in database

The system shall have a facility to define password policy with extensive password
validations like passwords must be of minimum 8 characters, shall be alphanumeric,
locking of user-id after three un-successful attempts, password expiry, password history
so that passwords are not same as previous passwords etc.

The system shall support Disaster recovery by replicating the data at remote locations

The system shall support provide support for HTTPs/SSL for secured data transfer and
session timeouts.

The system shall provide LDAP support for integrating with directory services and shall
support single sign on
The system shall support Extensive Audit-trails at document, Folder and for highest levels
for each action done by particular user with user name, date and time

The System shall support integration with database-based authentication.

The system shall support integration with PKI infrastructure as well as bio-metric solution
for enhanced security.

Administration
The system shall support web-based administration module for the complete management
of system.
The Admin module shall support Users/Groups/Role definition and granting Access Rights
to them and set password expiries

The Admin module shall provide easy to use interface for Index structure definition, that
can be used by different users

The Admin module shall provide interface for purging old audit trail and do selective
logging i.e. select the system or application features for, which the audit trails have to be
generated.
The Admin module shall provide facility to take complete and incremental backups and
shall be able to integrate with third party backup solutions.

Name & Signature of the Bidder along with Seal


RajCOMP Page 106 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Document Delivery and Distribution
The system shall allow users to download documents through HTTP depending upon the
access rights
The system shall support for Print/Mail/Fax of documents

Reports and Audit Trails Features


The System shall support extensive Reports and audit trails and shall also provide data
points and facility to design new reports

The system shall support Extensive Audit-trails at user, Folder and Cabinet levels

The system shall provide facility to generate Audit trails on separate actions, and between
specific date/times
The system shall support extensive reporting facility at document, folder and user level.
Please specify all inbuilt reports available in the system and also provide effort estimates
for new Custom reports to be designed
The System shall have audit trail to maintain history of all transactions performed on the
system.
The system shall give flexibility to administrator to do selective logging i.e. suspend and
resume audit trail generation for specific system and user activities.

The application shall log all the actions done by individual users with user name, date and
time and the administrator shall be able to generate detailed audit logs and history of the
process instance.
The system shall provide ability to configure new reports

Reminders and Alarms


The system should have the capability to set automatic reminders and alarms to
concerned users.

Monitoring and Tracking


The System shall be able to keep track of the status, the date/time the jobs are started
and ended, the creation and archival date of the documents.

The system should have inbuilt monitoring and diagnostic tool for monitoring of logs,
versions and important services

Custom Human to Human interfaces


The system shall support Rapid Application Development component that enables
development of User friendly and customizable user Interface.

The desktop shall support inbuilt Imaging capabilities and shall support complete and
automatic integration of every step of the approval workflow with the underlying DMS for
the purpose of document retrieving and processing. There shall be no need for integrating
individual steps of a workflow to DMS separately.

Name & Signature of the Bidder along with Seal


RajCOMP Page 107 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system shall be Unicode compliant for supporting different languages and shall also
provide localization kits for localizing the User Interface in particular language

System shall have a support for Hindi language GUI


Support for other regional languages

Integration and Web Services


Should be based on open standards and have API support for data import & export

The System shall provide support to invocation of external programs to perform activities
of a process like legacy application screen for data entry.

The System shall support integration based on messaging and shall support JMS, MQ
Series, Netweaver XI interface.

The system shall enable the external clients to send the messages to the MDB deployed
on application servers to perform operations like creating, saving and completing work
items.
The System shall provide the option of invoking its integration components (adapters)
either synchronously and asynchronously.

The System shall allow users to define adapters for the system.

The System shall support integration based on standards such as XML

The System shall support message-based collaboration based on protocols such as


HTTP, FTP and SMTP.
The System shall support integration with Email Servers.

The System shall support email-steps to be fully integrated, not just for notification but also
to initiate or complete a work step.

The System shall provide fully functional APIs for Integration.

The System shall provide presentation level API to customize user task interfaces.

The System shall support Web services.


The System shall enable the work items to access the Web methods of a remotely
deployed web service
The system shall allow support of both synchronous as well as asynchronous mode to
invoke Web methods
The System shall support Web based interfaces.
The System shall have the ability to integrate through messaging.

The System may have its own front-end or launch any application.

The system should have the capability to interface with industry standard web services
through simple interfaces.

The system should support integration with terminal emulators for integration with Main
frame based systems

Name & Signature of the Bidder along with Seal


RajCOMP Page 108 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

Detailed Technical and Functional Requirement of Workflow System

Core Business Process and Rules Engine Functionality

The system shall facilitate re-engineering of processes and act as a platform for building
specific application and have a workflow engine to support different types of document
routing mechanism including:
Sequential routing –Tasks are to be performed one after the other in a sequence

Parallel routing – Tasks can be performed in parallel by splitting the tasks among multiple
users and then merging as single composite workitem. The system shall support
conditional merging of multiple parallel activities i.e Response from mandatory parallel
workstages before it can be forwarded to next stage

Rule based routing - One or another task is to be performed, depending on predefined


rules
Ad-hoc routing: Changing the routing sequence by authorized personnel

Process Designing
1. Graphical Route Designer
The workflow management system shall support Inbuilt Graphical workflow designer for
modeling complex Business Processes using drag and drop facilities.

The Process designer shall provide intuitive interface for designing complex rules and
conditions for workflow routing.

The interface shall be easy to use so that Process owners can change the business
process as and when required without any programming knowledge.

The system shall enable process designers to design multiple sub-processes. This
includes mapping of the existing process instance to the newly created process instance
as per mapping defined in the route.
The workflow management system development environment shall provide easy
navigation to choose sub-processes as required to be invoked from within a process.

Facility to copy and paste workstages along with all its properties.

Facility to define documents viewed and to be attached at individual stages.

The Process designer shall support multiple Introduction stages for introducing different
document types from different acquisition sources

Facility to define multiple archive stages for archive selected documents and indexes in
underlying Document management system at any stage of workflow process.

Name & Signature of the Bidder along with Seal


RajCOMP Page 109 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system shall provide facility to define hold stages so that a particular instance or the
workflow can be kept on hold for specified interval on the basis of pre-defined condition.
The system shall also provide facility to define conditions for resuming the instance from
hold stage.

The system shall allow process designers to design properties for each workstage like
default document view, form view or Exception view etc.

The system shall allow users to define entry-level settings like Increase of priority or
sending an email trigger on the basis of pre-defined conditions or setting up particular
variable or property etc.
The workflow management system shall support the definition of roles and allow many-to-
many relationships between users and roles to be defined.

II. Inbuilt Form Designer


The system shall provide inbuilt facility to design Custom forms that can be attached at
one or more stages of workflow.

The Form designer interface shall support facility to define text boxes, Combo boxes, radio
buttons, Drop down etc.

The system shall provide facility to define variables in the process or in external database
tables, which can be linked to fields defined in the form for efficient data entry.

The system shall provide facility to define zones at forms and images, so that relevant part
of the image is highlighted for Image assisted data entry.

The system shall support field level calculations at form level

Facility to use scripts for defining field level validations


III. Automatic Escalations
The system shall provide facility to define multi level escalation procedures

The system shall provide facility to define deadlines to individual workstages and
escalation to respective or group of individuals, if the instance is not processed in
specified time frame.

The system shall provide facility to define multi level escalations on the basis of deadlines
i.e Level 1 escalation after specified time and Level 2 escalation after specified time.

Facility to raise custom triggers like Email, fax etc. for escalations.

The system shall support inbuilt calendar for defining Holidays and Working hours and the
escalations and reminders shall be raised on the basis of this i.e if the escalation time is
set for 2 days and there is Sunday in between then it shall not be included

IV. Inbuilt Exceptions


The system shall provide facility to define exceptions at individual stages, which shall
dynamically change the route on execution.

Name & Signature of the Bidder along with Seal


RajCOMP Page 110 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The system shall facility to give rights to raise and clear exceptions at different stages of
the process with user comments.

Facility to raise triggers on the basis of exceptions.


Facility to raise automatic exceptions on the basis of pre defined conditions.

The system shall track all the exceptions raised in the course of process and shall
maintain history of that with user name, date, time and comments.

The system shall clearly differentiate process instances with and without exception

V. Task Management
The system shall provide facility to define tasks for individual or group of users with
deadlines.
The system shall provide facility to define check lists for individual stage with option to
make particular checklist items as mandatory.

Facility to raise triggers on the basis of checklist.


The workflow management system shall have email notification to user when the user is
not logged on to the workflow management system. Upon receiving the email, the user
shall be able to click on the attachment in the email to automatically launch the Workflow
management system and present the user with the task to act on.

Automatic reminders to concerned users for delegated tasks.

The system shall allow definition of audit stages to audit work of new users. The users
shall be able to define percentage of work to be audited on the basis of which, random
instances shall be picked up and sent to auditing supervisor.

The workflow management system shall provide user-definable job filters and sorters for
the outstanding tasks for viewing and work prioritization.

The workflow management system shall allow the users to route/re-route the jobs to one
or more other users by job and by users (e.g. on long leave, resignation).

The workflow management system shall allow automatic temporary re-routing of jobs to
one or more other users (e.g. temporary covering of duties).

VI. Inbuilt Triggers


The system shall provide facility to define custom triggers like Emails, Word template or
launching executable etc. on predefined conditions

The system shall provide facility to define custom templates for the triggers with static and
dynamic data.
The system shall provide facility to generate event based triggers for automatically
sending mails/ fax, generating responses, invoking data form for data entry,
communicating from external systems.

Name & Signature of the Bidder along with Seal


RajCOMP Page 111 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The workflow management system shall have email notification to user when the user is
not logged on to the workflow management system. Upon receiving the email, the user
shall be able to click on the URL in the email to automatically launch the Workflow
management system and present the user with the task to act on.

VII. Multiple Initiation Methodologies


The Workflow management system shall support multiple Initiation methodologies for
different user groups or document types.

The Workflow management system shall support automatic initiation of incoming faxes as
separate instance with the fax document as an attachment.

The system shall support automatic initiation on the basis of incoming emails with email as
an attachment.
The system shall support integration with IVRS application for automatic initiation of
processes.
The system shall support facility to host online forms in PDF or JSP format , which can be
filled online by the users and on submission a process instance is initiated.

VIII. Custom Human to Human interfaces


The system shall support Rapid Application Development component that enables
development of User friendly and customizable user interfaces for each stage of the
Workflow on the fly.

The system shall provide facilities so that process implementer needs only to define the
Workstep parameters like the to do list, exceptions, comments, associated Forms and
related document images for each step based on, which the user interface is automatically
generated. Each parameter that requires user input, including interfaces of integrated
applications and images that the user needs to refer to shall be made available in different
frames through a single desktop.

The desktop shall support inbuilt Imaging capabilities and shall support complete and
automatic integration of every step of the workflow with the underlying DMS for the
purpose of document retrieving and processing. There shall be no need for integrating
individual steps of a workflow to DMS separately.

Architecture and Technology


The workflow management system shall be based on an N-tier, open, scalable
architecture.
The workflow management system shall support thin client architecture.

The workflow management system shall support Web based interfaces.

The workflow management system shall support XML messaging and SOA Architecture.

The workflow management system shall have the ability to integrate through messaging.

Name & Signature of the Bidder along with Seal


RajCOMP Page 112 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The workflow management system shall have the ability to integrate through APIs.

The workflow management system architecture must be scalable and can support
increasing number of users and concurrent transactions.

The workflow management system shall run in a clustered environment.

The workflow management system shall be scalable through both horizontal clustering
(multiple channels) and vertical clustering (multiple instances per machine).

The Workflow management system must be Unicode compliant and shall also support
customizing the interface in Local language.

The system should have the capability to interface with industry standard webservices
through simple interfaces.

Process Management
The workflow management system shall be able to support complete administration
through a web browser interface.

The workflow management system shall allow administrators to manage users, groups,
Roles and other document management operations.

The workflow management system shall allow administrators to suspend, resume and
control various processes from the same interface

The workflow management system shall have audit trail to maintain history of all
transactions performed on the system.

The system shall give flexibility to administrator to do selective logging i.e suspend and
resume audit trail generation for specific system and user activities.

The workflow system shall give a facility to define Turnaround time for the complete
process and also for the individual work stages for efficient monitoring

The workflow system shall give a facility to set Audit percentage for multiple users at
different stages, so that the specified percentage of work randomly goes for work audit.

The workflow system shall give a facility to review the audit done by different auditors.

The workflow system shall display all the queues corresponding to particular process and
add and remove multiple users to particular queue.

The workflow system shall give a facility to set diversions for particular users so that all the
incoming workitems are routed to assigned person or group of users.

Application Access Control


The workflow management system shall provide comprehensive access control
mechanism.

Name & Signature of the Bidder along with Seal


RajCOMP Page 113 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
All users of the workflow management system shall be able to access to their own work
queues and other work queues with access granted by the workflow administrator. They
shall not be able to delete assigned tasks from the work queues.

Process Owners or workflow administrator shall be able to intervene the flow of workitems
and reassign to specific user and shall also support ad-hoc routing to specific stage in
case of delays or bottleneck.

The application shall log all the actions done by individual users with user name, date and
time and the administrator shall be able to generate detailed audit logs and history of the
process instance.
The application shall support field level access so that authorized users can only edit
them.
The workflow management system shall allow process owners to track the following
status:
Task Status
Types of actions required (i.e. for approval, for acknowledgment, for further
dissemination, for reply, etc)

For a task in progress or a completed task on Name of Officer, Start Date, End Date,
Duration
Process Monitoring and Reporting
The workflow management system shall be able to keep track of the workitem status, the
date/time the jobs are started and ended, the creation and archival date of the documents.

The workflow management system shall provide graphical and tabular tools to view
progress of each individual process

System shall provide a facility to configure dashboard for individuals for e.g. dashboard for
Secretary, dashboard for commissioner, dash board for Additional director etc

Dashboard should provide real time monitoring of various activities, file movement, PUC
movement etc

No customization should be required to create dashboard, User should be able to


configure dashboard without any coding.

There should not be any limit on the number of reports that can be created

User shall be able to drill down in a report for specific information analysis

The workflow management system shall support the generation of statistical and
management reports like:

Number of pending files


Number of cases completed
Time taken to complete each task
Process History Report
User Performance Report
Name & Signature of the Bidder along with Seal
RajCOMP Page 114 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
Average Process Time Report
Participant Report
Participant Processing Time Report
Process Definition Summary Report
Exception Details Report
Expired Workitem Report
Diversion Report
The workflow management system shall support the generation of performance
comparison reports.
The workflow management system shall support users drill down from a higher level view
of business processes to lower level details.

The workflow management system shall support statistical reports like Total turnaround
time and delay report for complete process or specific work stages

The workflow management system shall support definition of new customized reports
based on exposed data points.

The workflow management system shall also provide dashboard interface for online
reporting of various processes. The interface shall give a flexibility to toggle between
graphical and tabular view and tile different windows in the same interface

User Management and Security


The workflow management system shall support integration with Lightweight Directory
Access Protocol (LDAP) for domain level authentication and single sign on.

The workflow management system shall support integration with database-based


authentication.
The workflow management system shall be capable of giving access rights to
users/groups on work stages, documents, forms and also to the data fields.

The workflow management system shall support extensive password validations i.e
locking of user account after specified number of unsuccessful login attempts, password
history, password expiry, passwords must be alphanumeric and of minimum character
length etc.

The workflow management system shall support SSL, HTTPS and session timeouts.

Integration and Web Services


The workflow management system shall provide support to invocation of external
programs to perform activities of a process like launching core application screen for data
entry.
The workflow management system shall support integration based on messaging and
shall support JMS, MQ Series, Netweaver XI interface.

The workflow management system shall support integration based on standards such as
XML
The Workflow management system shall be WFMC compliant and shall supports interface
2 and 3 of WFMC standard.

Name & Signature of the Bidder along with Seal


RajCOMP Page 115 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The workflow management system shall support message-based collaboration based on
protocols such as HTTP, FTP and SMTP.

The workflow management system shall support actions to be taken on business


processes based on messaging.

The workflow management system shall allow documents used in processes to come from
inbuilt proposed Document Management System.

The workflow management system shall support integration with Email Servers.

The workflow management system shall support email-steps to be fully integrated into
business processes, not just for notification but also to initiate or complete a work step.

The workflow management system shall provide fully functional APIs for Process, Rules
and Integration engines.

The workflow management system shall support Web services.

The workflow management system shall enable the workitems to access the Web
methods of a remotely deployed web service

The system shall allow the data to be mapped from the workflow to Web method
parameters and vice versa.
The system shall allow support of both synchronous as well as asynchronous mode to
invoke Web methods
The workflow management system shall allow a step of a business process or integration
process to be performed by Web services.

The workflow management system shall allow for an integration flow or a business
process to be made available as Web services

Note:
Bidder is requested to specify the details of make and model offered including the Hardware and
Software details.
Date:___________
Place:__________
Name and Designation with Seal

Name & Signature of the Bidder along with Seal


RajCOMP Page 116 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

BILL OF MATERIAL/
QUANTITIES

Name & Signature of the Bidder along with Seal


RajCOMP Page 117 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

CHAPTER-19: BILL OF MATERIAL/ QUANTITIES

19.1 Hardware to be installed at SDC

S.No Description Quantity(Number/License)


1. Application Server 2 Nos.
2. Database Server 2 Nos.
3. Web server 2 Nos.
4. 42 U Rack 2 Nos.
5. RDBMS with requisite licenses in HA mode 1 Nos.

19.2 Hardware to be installed at District/Tehsil/Employment Office.

S.No Description Quantity(Number/License)


1. 24 Port Manageable Switch 18 Nos.
2. 8 Port Manageable Switch 2 Nos.
3. Desktop 223 Nos.
4. 9 U Rack 2 Nos.
5. 12 U Rack 18 Nos.
6. 5 KVA Online UPS 16 Nos.
7. 1 KVA Online UPS 159 Nos.
8. Laser Printer 140 Nos.
9. Scanner 51 Nos.
10. Web Camera 38 Nos.
11. Digital Signature 84 Nos.
12. DG Set 100 KVA 2 Nos.
13. DG Set 20 KVA 16 Nos.

Patwari Lab of 5 Computers and 1 Laser printer at Tehsil Office


DG Set of 100 KVA is required for District Collectorate
DG Set of 20 KVA is required for Tehsil office.

Name & Signature of the Bidder along with Seal


RajCOMP Page 118 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
19.3 Hardware Deployment Plan- Ajmer and Jodhpur District

19.3.1 Jodhpur District

S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
Jodhpur Collectorate
1 DM 1 1 1 1 1
2 ADM 4 4 4 4 4
3 Registration Clerk at 1 1 1 1
Relief cell

4 Registration Clerk at 1 1 1 1 1
Revenue and
account department

5 Registration Clerk in 2 2 1 1 2 1
Collectorate

6 Registrar(ULB) 4 4 4 4 4
7 Registration Clerk at 1 1 1 1 1 1
ARM License cell

Employment Office
1 ADE/DEO 1 1 1 1 1 1
2 Registration clerk in 1 1 1 1
Employment
Exchange

Name & Signature of the Bidder along with Seal


RajCOMP Page 119 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
Jodhpur Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 4 4 4 4 4
4 Patwari 46 5 1 1 1
5 Revenue Inspector 6

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Osiyan Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 63 5 1 1 1
5 Revenue Inspector 5

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Phalodi Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1

Name & Signature of the Bidder along with Seal


RajCOMP Page 120 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 53 5 1 1 1
5 Revenue Inspector 4

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Bilara Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 55 5 1 1 1
5 Revenue Inspector 5

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Bhopalgarh Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 68 5 1 1 1

Name & Signature of the Bidder along with Seal


RajCOMP Page 121 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
5 Revenue Inspector 7

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Luni Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 34 5 1 1 1
5 Revenue Inspector 4

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Shergarh Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 46 5 1 1 1
5 Revenue Inspector 5

Name & Signature of the Bidder along with Seal


RajCOMP Page 122 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

19.3.2 Ajmer District

S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
Ajmer Collectorate
1 DM 1 1 1 1 1
2 ADM 3 3 3 3 3
3 ACM 1 1 1 1 1
4 Dealing Clerk at 1 1 1 1
Relief cell
5 Dealing Clerk at 1 1 1 1 1
Revenue and
Accounts
department
6 Registration Clerk 1 1 1 1 1 1
in Collectorate

7 Registrar(ULB) 7 7 7 7 7 7
8 Dealing Clerk at 1 1 1 1 1 1
Arm License cell

Name & Signature of the Bidder along with Seal


RajCOMP Page 123 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
Employment Office
1 ADE/DEO 1 1 1 1 1 1
2 Registration clerk at 1 1 1 1
Employment
Exchange

Ajmer Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 3 3 3 3 3
4 Patwari 69 5 1 1 1
5 Revenue Inspector 12

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Beawar Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 67 5 1 1 1
5 Revenue Inspector 9

Name & Signature of the Bidder along with Seal


RajCOMP Page 124 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Nasirabad Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 62 5 1 1 1
5 Revenue Inspector 8

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Kekri Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 63 5 1 1 1
5 Revenue Inspector 9

6 Dealing Clerk 1 1 1 1
Electoral Services

Name & Signature of the Bidder along with Seal


RajCOMP Page 125 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
7 Registration Clerk 2 2 1 1 2 2

Kishangarh Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 83 5 1 1 1
5 Revenue Inspector 14

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Sarwar Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 65 5 1 1 1
5 Revenue Inspector 9

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2
Pisangan Tehsil
1 SDM 1 1 1 1 1

Name & Signature of the Bidder along with Seal


RajCOMP Page 126 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 39 5 1 1 1
5 Revenue Inspector 5

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Masuda Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 2 2 2 2 2
4 Patwari 59 5 1 1 1
5 Revenue Inspector 10

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Bhinai Tehsil
1 SDM 1 1 1 1 1
2 Tehsildar 1 1 1 1 1
3 Nayab Tehsildar 1 1 1 1 1
4 Patwari 46 5 1 1 1

Name & Signature of the Bidder along with Seal


RajCOMP Page 127 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
S.No Designated officer No of Desktop Printer Scanner UPS 5 UPS 1 Digital Webcam
Officers KVA KVA Signature
(online) (online)
5 Revenue Inspector 6

6 Dealing Clerk 1 1 1 1
Electoral Services

7 Registration Clerk 2 2 1 1 2 2

Name & Signature of the Bidder along with Seal


RajCOMP Page 128 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

COMMERCIAL BID

Name & Signature of the Bidder along with Seal


RajCOMP Page 129 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
CHAPTER-20: COMMERCIAL BID

20.1 The bidder is required to quote the rates for Supply, Installation, Testing,
Commissioning, System Integration, Documentation etc of the necessary
equipment, software, component etc. for all the respective locations of
District/Tehsil/Employment offices.
20.2 The rates should be inclusive of all taxes (except Sales Tax/ VAT which is to be
quoted separately as mentioned in the respective commercial bid formats),
Transportation cost, any other levies and insurance charges for entire project
period.
20.3 All the rates quoted for O&M Services (OPEX) shall also be inclusive of refresher
Training, Documentation and Manpower Deployment charges for 3 Years.
20.4 The bidder has to ensure the Insurance of equipment for entire project period and
should include such cost in the quoted rates.
20.5 All items should be under warranty for entire project period and rates quoted should
be inclusive of such warranty.
20.6 The SI shall be responsible for end-to-end implementation and shall quote (to be
mentioned in the respective Commercial/ Financial Bid Table along with the Make/
Model details) and provide/ supply, operate and maintain any items not included in
the bill of materials but required for commissioning of the eDistrict Application.
Quotes for such items shall also be used for the purpose of Financial Bid
evaluation. Purchaser shall not pay for any such items, which have not been quoted
by the bidder in the bid but are required for successful completion of the overall
project.
20.7 Conditional bids shall not be accepted and such bids shall be rejected for all
purposes.

Name & Signature of the Bidder along with Seal


RajCOMP Page 130 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
A. CAPEX 

A1. Equipment to be installed at State Data Center, Jaipur

S.NO. Description Item Make Unit Total Base Unit cost Total CST in VAT in CST VAT Total Cost
no. & Qty in INR inclusive Base Percentage percentage in in in INR
Model of packaging, cost in INR INR
transportation INR
and warranty,
insurance (for
entire project
period)
A B C=AxB D E F=C+D+E

Hardware
1. Application 1 Nos. 2
Server
(inclusive OS
and
Application
Server
Software)
2. Web Server 3 Nos. 2
(inclusive OS
& any other
License for
web
connection )
3. Database 2 Nos. 2
Server
(inclusive
OS)
Software
4. RDBMS with 5 Nos. 1
Name & Signature of the Bidder along with Seal
RajCOMP Page 131 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
requisite
licenses in
HA mode
5. 42 U Rack 4 Nos. 2
Total A1 (In Figures) – Rs.
Total A1 (In Words) – Rupees

Name & Signature of the Bidder along with Seal


RajCOMP Page 132 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
A2. Equipment to be Installed at District/Tehsil/Employment Office

Sr Description Item Make Unit Total Base Unit cost in Total CST in VAT in CST VAT Total
No. no. & Qty INR inclusive of cost in Percentage percentage in in Cost in
Model packaging, INR INR INR INR
transportation and
warranty and
insurance (for
entire project
period)
A B C=AxB D E F=C+D+E

1. Desktop 3 Nos. 223


2. Laser Printer 8 Nos. 140
3. Scanner 9 Nos. 51
4. Web Cam 10 Nos. 38
5. Digital 11 Nos. 84
Signature
device (class
II)
6. 5KVA UPS 6 Nos. 16
7. 1KVA UPS 7 Nos. 159
8. DG Set- 100 12 Nos. 2
KVA
9. DG Set 20 13 Nos. 16
KVA
10. Installation, 1
Erection of
Earth Pit,
Electric
Cabling,
support
accessories
for DG Sets
Name & Signature of the Bidder along with Seal
RajCOMP Page 133 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
Total A2 (In Figures) – Rs.
Total A2 (In Words) - Rupees

A3. Networking Equipment to be installed at District/Tehsil/Employment office

S.No. Item No. and Item Make Unit Total Base Unit Total CST in VAT in CST VAT Total
Description no. & Qty cost in INR Base Percentage percentage in in Cost in
Model inclusive of cost in INR INR INR
packaging, INR
transportation
and warranty,
insurance (for
entire project
period)
A B C=AxB D E F=C+D+E

1. 24 Port Switch 1 Nos. 18


2. 8 Port Switch 2 Nos. 2
3. 12 U Rack 5 Nos. 18
4. 9U Rack 4 Nos. 2
5. LAN Cabling Mtr. 1000 Mtr.
inclusive of casing,
cabling and
conducting, IO
Points etc. (payment
as per actual)
Total A3 for (In Figures) – Rs.
Total A3 for (In Words) - Rupees

Name & Signature of the Bidder along with Seal


RajCOMP Page 134 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011

B. CAPEX  eDistrict Application Development Cost

S.No. Item No. and Unit Total Base Unit Total CST in VAT in CST VAT Total Cost
Description Qty cost Per Base Percentage percentage in in in INR
Man-Month cost in INR INR
in INR (for INR
entire
project
period)
A B C=AxB D E F=C+D+E

1. Application Per Service 27


Development,
Implementation
and Integration
Cost (Service
Wise)
2. Data Digitization 1
Module
Total B (In Figures) – Rs.
Total B (In Words) - Rupees

In order to meet the project requirements, it may be necessary to carry out modification/customization to the proposed solution. The above
quoted amount shall be used if RajCOMP wants to carry out any modification/customization activities later on.
New Service development cost shall include study, BPR, To-Be, FRS, SRS, Software development, implementation.
Databases to be digitized would be identified and informed to Bidder separately.

Name & Signature of the Bidder along with Seal


RajCOMP Page 135 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011

C. CAPEX  eDistrict Stakeholder Training Cost

S.No. Item No. and Unit Total Base Unit cost Total CST in VAT in CST VAT Total Cost
Description Qty in INR (for Base cost Percentage percentage in in in INR
entire project in INR INR INR
period)

A B C=AxB D E F=C+D+E

1. Training Cost Per Per Person


Person Per Training Per module
Module wise
Total C (In Figures) – Rs.
Total C (In Words) - Rupees

Name & Signature of the Bidder along with Seal


RajCOMP Page 136 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011

D. Operating & Maintenance Cost (OPEX)


The bidder is required to quote rates for Operations and Maintenance of all equipments/Software/component/eDistrict Application/Training
supplied under eDistrict project for a period of 3 (three) years.

S.No. Item No. and Description Per Year OPEX Cost in INR including all taxes and Total OPEX Cost in
levies INR
(for entire project period)

1. Operations and Maintenance for the entire project of 3


Years.
2. eDistrict Connectivity Recurring Cost for 3 Years.
TXv Total D (In Figures) – Rs.
TXv Total D (In Words) – Rupees
Xv – QGR for Vertical Segment = TXv/12 (In Figures) => Rs.
Xv – QGR for Vertical Segment = TXv/12 (In Words) => Rs.

Name & Signature of the Bidder along with Seal


RajCOMP Page 137 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
E. Bid Summary – to Be used for Deriving L1 Bidder

S. No. Item Total Value in INR


1 CAPEX (Total =Table A1+A2+A3+B+C)
2 OPEX (Total = Table D)
Grand Total (In Figures) – Rs.
Grand Total (In Words) – Rupees

Name & Signature of the Bidder along with Seal


RajCOMP Page 138 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURES

Name & Signature of the Bidder along with Seal


RajCOMP Page 139 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-1: Bidder Profile

Bidder Profile

1. Name & Address Of The Bidder

2. Location of Corporate Head Quarters


3. Date & Country of Incorporation

4. Details of Contact person (Name, designation, address etc.)


Telephone Number Fax Number e-mail
5. Is the firm a registered company? If yes, submit documentary proof. Year
and Place of the establishment of the Company
6. Number of Years of providing Information Technology services in India.
Please provide the date of first completed assignment along with
necessary proof.
7. Is the firm registered with sales tax department? If Yes, submit valid
Sales Tax/ VAT registration certificate.

8. Number Of Employees in Rajasthan and in India – (Indicate total


employee numbers and Technical / R & D employee numbers
separately) – Three year Technical diploma would be considered as a
Technical employee.
9. List of Major Clients

Name & Signature of the Bidder along with Seal


RajCOMP Page 140 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-2: LETTER OF UNDERTAKING /DECLARATION


(ON Rs. 100.00 Non Judicial Stamp Paper)

We, M/s ................................................................................................... hereinafter called as


“Bidder” complete address .............................................................................................
................................................... hereby declare in favor of the Managing Director, RajCOMP,
JAIPUR, Hereinafter called as the “Purchaser” and agree to abide by the following:

1. We undertake to provide all the necessary Hardware, Software etc. to establish inter-
operability amongst different products quoted by us in the bid document dated………….if
the interoperability is not provided within the time schedule specified for installation,
commissioning & integration, the bidder undertakes to replace all the equipments, hardware,
software etc. for providing interoperability without any additional cost to the purchaser.

2. We have authorization certification(s) as given below (certificates valid till-date are


enclosed)

S.No. Brand/ Model Authorization Certificate from OEM


Quoted (Mention Y/N Only)
Manufacturer Distributor Dealer / Channel Page
Partner etc. No.
1.
2.
3.
4.
5.

The annual turnover of our firm is as given below:

Turnover of the firm 2007-2008 2008-09 2009-10


for India
(Rs. in Crores)

Note: Submit the audited financial statement/ audited annual report of the last three financial
years.

3. The rates quoted are valid up to _________. (Subject to a minimum of 180 days from the
last date of bid submission). The validity can be extended with mutual agreement.

4. We agree to abide by all the conditions mentioned in this Tender Notice issued by the
Tendering Authority and also the further conditions of the said Tender Notice given in the
attached sheets (all the pages of which have been signed by us in token of acceptance of
the terms mentioned therein).

Name & Signature of the Bidder along with Seal


RajCOMP Page 141 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
The above document is executed on ___/___/2010 at (place) ________ and we accept that if
anything out of the above information is found wrong, our tender shall be liable for rejection.

Name of Person:

Complete Address:

Name & Signature of the Bidder along with Seal


RajCOMP Page 142 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-3: PERFORMANCE BANK GUARANTEE


(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No.


Date:
To
The Managing Director,
RajCOMP,
1st Floor, C-Block, Yojana Bhawan, Tilak Marg,
C-Scheme, Jaipur-302005 (Raj.)

Sir,

WHEREAS ............................. (Name of SI) hereinafter called "the System Integrator (SI)" has
undertaken, in pursuance of Contract dated, ......….. (here in after referred as "the Contract") to
implement the eDistrict project in pilot districts (Ajmer & Jodhpur), for the Government of
Rajasthan.

AND WHEREAS it has been stipulated in the said Contract that the SI shall furnish a Bank
Guarantee ("the Guarantee") from a scheduled bank for the sum specified therein as security for
the performance of eDistrict as per the agreement.

WHEREAS we __________ ("the Bank", which expression shall be deemed to include it


successors and permitted assigns) have agreed to give RajCOMP:

THEREFORE the Bank hereby agrees and affirms as follows:

1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due
and payable by the SI to RajCOMP under the terms of their Agreement dated
_______________ on account of any failure on part of operator to complete its obligations
under the Agreement. Provided, however, that the maximum liability of the Bank towards
RajCOMP under this Guarantee shall not, under any circumstances, exceed
___________________________ in aggregate.

2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written
notice from RajCOMP stating any failure on part of operator to complete its obligations
under the Agreement, which shall not be called in question, in that behalf and without
delay/demur or set off, pay to RajCOMP any and all sums demanded by RajCOMP under
the said demand notice, subject to the maximum limits specified in Clause 1 above. A
notice from RajCOMP to the Bank shall be sent by Registered Post (Acknowledgement
Due) at the following address:
__________________________ _________________________
Attention Mr. _____________.

3. This Guarantee shall come into effect immediately upon execution and shall remain in force
for a period of 60 months from the date of its execution. However, the Guarantee shall, not
less than 30 days prior to its expiry, be extended by the Bank for a further period of 12
months. The Bank shall extend the Guarantee annually in the manner hereinbefore
provided for a period of as per eDistrict Bid Document from the date of issue of this
Guarantee.

Name & Signature of the Bidder along with Seal


RajCOMP Page 143 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner
whatsoever, be modified, discharged, or otherwise affected by:

i) Any change or amendment to the terms and conditions of the Contract or the execution of
any further Agreements.
ii) Any breach or non-compliance by the Operator with any of the terms and conditions of
any Agreements/credit arrangement, present or future, between Operator and the Bank.

5. The BANK also agrees that RajCOMP at its option shall be entitled to enforce this
Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding
against SI and not withstanding any security or other guarantee that RajCOMP may have in
relation to the Operator‟s liabilities.

6. The BANK shall not be released of its obligations under these presents by reason of any
act of omission or commission on the part of Rajasthan State IT Mission or any other
indulgence shown by Rajasthan State IT Mission or by any other matter or thing
whatsoever which under law would, but for this provision, have the effect of relieving the
BANK.

7. This Guarantee shall be governed by the laws of India and only the courts of Jaipur shall
have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.

Dated this ………………. Day of ……………………….

Witness

(Signature) (Signature)
(Name) Bank Rubber Stamp
(Name)

(Official Address) Designation with Bank Stamp


Plus Attorney as per Power of
Attorney No.
Dated:

Name & Signature of the Bidder along with Seal


RajCOMP Page 144 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-4: PRE BID MEETING - QUERY FORM
(Board Room, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur)

Name of the Company:

Name of Contact Person(s): ________________________

Designation :_______________________

Address for Correspondence

e-Mail Id :___________________

Phone No. : _______________________________

Query/ Clarification Sought:


(MS-Excel Sheet Format)

Query RFP Page No. RFP Clause No. Query/Clarification/Suggestion


S.No.

Note: - Queries must be submitted only in the specified format failing which they will not be
considered. Multiple queries send by the same bidder in more than one Excel sheet would not be
entertained. Also, the softcopy of the queries (only in MS-Excel Sheet format) should be submitted
through E-Mail at edistrict@rajcomp.net

Name & Signature of the Bidder along with Seal


RajCOMP Page 145 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE–5: FIRM EXPERIENCE

Assignment Name:
Location within Country: Professional Staff Provided by
Your Firm
Name of Client: No. of Staff:
Address: No. of Staff-Months; duration of
assignment

Start Date Completion Date Approx. Value of Services :


(Month/Year): (Month/Year):
Name of Associated Consultants, if any: No. of Months of Professional
Staff, provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved
and functions performed:

Narrative Description of Project:

Description of Actual Services Provided by Your consultant :

Name & Signature of the Bidder along with Seal


RajCOMP Page 146 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-6: TEAM COMPOSITION AND TASK ASSIGNMENTS SUMMARY

Name Qualifications Year of Area of Task & Position


Experience Expertise Assigned

Name & Signature of the Bidder along with Seal


RajCOMP Page 147 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011

ANNEXURE-7: MINIMUM MANPOWER TO BE DEPLOYED BY SI

i. For Operations, Maintenance of eDistrict Project at District/Tehsil/Employment Office:

S.No. Resource Responsibility Relevant No. of Man Qualification Remarks


Experience Power
in yrs.
1 Project Project 10+ 1 at SDC B.E / B.Tech (Preferably MBA) with Shall be responsible for overall
Manager Management, experience in Project Management; management of the Project and
Certification in Project Management shall be posted from the date of
(PMP); acceptance of work order. The
project manager shall be
responsible for timely
commissioning of the project and
also to manage the operations,
maintenance for the entire
Contract/ Project period.
2 Helpdesk Services Level 3+ 1 at each of Two years Experience of working on a Logging of support calls,
Analyst Management, two helpdesk system/ tool. escalation of calls, Monitor &
cum Reporting Districts control the Service levels &
Coordinator underlying, Creating MIS Reports
for management purpose,
Managing and supporting the
Helpdesk System (tool) for day-to-
day operations.
3 Support Customer 1+ 3 at District BE/ MCA/M.Sc with experience of Mainly responsible to provide first
Engineer Support Collectorate customer support end customer support to all
and 2 at District/Tehsil Offices
Tehsil
Office.

Name & Signature of the Bidder along with Seal


RajCOMP Page 148 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur Ref No: F4.3 (209)/RajCOMP/Tech/10/2871
Date: 05.01.2011
4 Application Application 2+ 1 at SDC, BE/ MCA/M.Sc with experience of Mainly responsible to provide first
Support Support at Jaipur application end application support deployed
Engineer SDC, Jaipur development/implementation/integration/ at SDC
support
NOTE:- This is the minimum requirement of manpower. However, SI shall be required to depute any other manpower over
& above the requirement specified to meet the project requirements. The SI shall also ensure that the minimum required
manpower is available at all locations on a daily basis. The SI has to keep additional manpower in buffer so that in case
any employee is on leave then the buffer staff can be deputed during the leave period.

Name & Signature of the Bidder along with Seal


RajCOMP Page 149 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-8: CURRICULUM VITAE FOR PROPOSED STAFF

1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth: Nationality:
5. Education [Indicate college/university and other specialized education of staff member,
giving names of institutions, degrees obtained, and dates of obtainment]:
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees under 5 - Education were
obtained]:
8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:
9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading,
and writing]:
10. Employment Record [Starting with present position, list in reverse order every employment
held by staff member since graduation, giving for each employment (see format here below):
dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]: Employer: Positions held:

11. Detailed Tasks Assigned 12. Work Undertaken that Best Illustrates
[List all tasks to be performed under this Capability to Handle the Tasks Assigned
assignment] [Among the assignments in which the staff has
been involved, indicate the following information
for those assignments that best illustrate staff
capability to handle the tasks listed under point
11.]

Name of assignment or project:


Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:

13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.

Name & Signature of the Bidder along with Seal


RajCOMP Page 150 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-9: Covering Letter for Technical Bid

Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

To,

The managing Director


RajCOMP, Jaipur
Rajasthan

Reference. RFP No. …………………Dated……………….

Sir,

We hereby declare

1. that we have domain knowledge in Government workflow processes, office automation


processes, Web Application Development, Multiple Database Handling, Database
Synchronization, generic report, generation software, Training on Software
2. We/our principals are equipped with adequate manpower / machinery / technology for
providing the Services as per the parameters laid down in the Tender Document and we
are prepared for live/technical demonstration of our capability and preparedness before the
representatives of GoR and We/our principals are also equipped with adequate
maintenance and service facilities within India for supporting the offered document.

A. We hereby offer to provide the Services at the prices and rates mentioned in the
Commercial Bid..
B. We do hereby undertake, that, in the event of acceptance of our bid, the Services shall be
provided as stipulated in the schedule to the Bid document and that we shall perform all the
incidental services.
C. We enclose herewith the complete Technical Bid as required by you. This includes:
a) This Bid Letter
b) Bid Particulars
c) Statement of Technical Deviation(s)
d) Statement of deviations from tender terms and conditions
e) Details of the proposed solution, proposed Methodology & Timeline

We agree to abide by our offer for a period of 180 days from the date fixed for opening of the
Technical Bids and that we shall remain bound by a communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the conditions
of the Contract applicable to the tender and we do hereby undertake to provide services as per
these terms and conditions.

Certified that the Bidder is a Company and the person signing the tender is the duly constituted
attorney. Bid Security (Earnest Money) for an amount equal to Rs. 10 Lacs (Rs. Ten Lacs Only) is
enclosed in the cover containing the letter for Technical Bid.

Name & Signature of the Bidder along with Seal


RajCOMP Page 151 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof or placement of letter of intent awarding the contract, shall
constitute a binding contract between us.

Dated this Day of 200X (Signature) (In the capacity of)


Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of
Company) Seal/Stamp of bidder
Witness Signature: Witness Name:
Witness Address:

Name & Signature of the Bidder along with Seal


RajCOMP Page 152 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-10: STATEMENT OF TECHNICAL DEVIATION


To,
The Managing Director,
RajCOMP,
1st floor, C-block, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005 (Raj.)

Reference:

Sir,

There are no technical deviations (null deviations) from the requirement Specifications of tendered
items and schedule of requirements. The entire work shall be performed as per your specifications
and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of technical deviations and variations from the requirement
specifications of tendered items and schedule of requirements. Except for these deviations and
variations, the entire work shall be performed as per your specifications and documents.

S. No. Section No. Req. No. Page No. Statement of deviations and variations

Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Company Company
Date Date

Company Seal

Name & Signature of the Bidder along with Seal


RajCOMP Page 153 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-11: BID LETTER – COMMERCIAL

Date: dd/mm/2010
To,
Managing Director
RajCOMP,
1st floor, C-block, Yojana Bhawan, Tilak Marg, C-scheme,
Jaipur-302005 (Raj.)

Reference:

Sir,

We hereby declare that:


I. We are the authorized agents of the manufacturers of the networking equipment proposed
in our solution.
II. We / our principals (manufacturer) are equipped with adequate maintenance and service
facilities within India for supporting the offered equipment. Our maintenance and service
facilities are open for inspection by representatives of Government of Rajasthan.

We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment and
commencement of services shall be made as stipulated in the schedule of delivery forming a part
of the attached technical bid.
In the event of acceptance of our bid, we do hereby undertake that:
I. To supply the equipment and commence services as stipulated in the schedule of delivery
forming a part of the attached technical bid.
II. To undertake the project for a period of as specified in the Bid document, for quarterly
guaranteed revenue as mentioned in the financial bid.
III. We affirm that the prices quoted are inclusive of delivery, installation, and commissioning
charges VAT/ST, CST and other levies etc.

We enclose herewith the complete Commercial Bid as required by you. This includes:
1. Bid particulars with the bid letter
2. Statement of commercial deviation
3. Quarterly Guaranteed Payment
4. Quarterly Payment for Horizontal Office

We agree to abide by our offer for a period of 180 days from the last date of submission of
commercial bid prescribed by RajCOMP and that we shall remain bound by a communication of
acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the conditions
of the contract applicable to the tender. We do hereby undertake to provision as per these terms
and conditions.
i. The deviations from the requirement specifications of tendered items and schedule of
requirements are only those mentioned in section
ii. OR (Strike out whatever is not applicable)
There are no deviations from the requirement specifications of tendered items and
schedule of requirements.
Name & Signature of the Bidder along with Seal
RajCOMP Page 154 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
iii. The commercial deviations of tendered items are only those mentioned in section.
OR (Strike out whatever is not applicable)
There are no commercial deviations.
iv. The deviations from the terms and conditions of the tender are only those mentioned in
section
OR (Strike out whatever is not applicable)
There are no deviations from the terms and conditions of the tender.

We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.

Signature of Bidder (with official seal)


Date
Name
Designation
Address
Telephone
Fax
E-mail address
Details of Enclosures:
1.
2.
3.

Name & Signature of the Bidder along with Seal


RajCOMP Page 155 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-12: STATEMENT OF COMMERCIAL DEVIATION (template)

Date: dd/mm/2010
To,
Managing Director,
RajCOMP,
1st floor, C-block, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005

Reference:

Sir,

There are no deviations (null deviations) from the requirement specifications of tendered items and
schedule of requirements and hence there are no commercial deviations. The entire work shall be
performed as per your specifications and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of commercial deviations and variations from the exceptions to the
specifications and documents for the above mentioned tender. Except for these deviations and
variations, the entire work shall be performed as per your specifications and documents.

S. No. Section No. Req. No. Page No. Statement of deviations and variations
1.

2.

Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Company Company
Date Date

Company Seal

Name & Signature of the Bidder along with Seal


RajCOMP Page 156 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-13: Authorization Letters from OEMs (Template)


Date: dd/mm/2010
To,
Managing Director,
RajCOMP,
1st floor, C-block, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005 (Raj.)

Reference: Supply of equipment/ software for EDistrict project

Sir,

We ____________________ , (name and address of the manufacturer) who are established and
reputed manufacturers of __________having factories at______________ (addresses of
manufacturing locations) do hereby authorize M/s_____________________ (name and address
of the bidder) to bid, negotiate and conclude the contract with you against the above mentioned
tender for the above equipment manufactured by us.

Yours faithfully,

For and on behalf of M/s __________________________ (Name of the

Manufacturer)

Signature ______________________________________________________
Name _______________________________________________________
Designation ______________________________________________________
Address ______________________________________________________
Date ______________________________________________________

Directorate Seal

Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer

Name & Signature of the Bidder along with Seal


RajCOMP Page 157 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-14: OEM’s Support Form

Date: dd/mm/2010
To,
Managing Director,
RajCOMP,
1st floor, C-block, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005 (Raj.)

Reference: Supply of equipment & system software for eDistrict project

Sir,

We ____________________ , (name and address of the manufacturer) who are established and
reputed manufacturers of _______________having factories at ______________(addresses of
manufacturing locations) do hereby assure that our equipment & system software will be
supported and upgraded during the entire Contract/ Project period by M/s
_______________________ ____________________ (name and address of the bidder) has
proposed to use for eDistrict project.

Yours faithfully,

For and on behalf of M/s _______________________ (Name of the manufacturer)


Signature _________________________________________________
Name __________________________________________________
Designation _________________________________________________
Address _________________________________________________
Date _________________________________________________

Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.

Name & Signature of the Bidder along with Seal


RajCOMP Page 158 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-15: Warranty
(On the Bidder‟s Letterhead)
We warrant that the equipments supplied under the contract are newly manufactured, free from all
encumbrances, defects and faults in material or workmanship or manufacture, shall be of the
highest grade and quality, shall be consistent with the established and generally accepted
standards for materials of the type ordered, shall be in full conformity with the specifications,
drawings of samples, if any, and shall operate as designed. We shall be fully responsible for its
efficient and effective operation. We also warrant that the services provided under the contract
shall be as per the Service Level Agreement (SLA) with GoR. This warranty shall survive
inspection of and payment for, and acceptance of the Equipment and Services, but shall expire 3
years after their successful installation and acceptance by GoR.

We warrant that all services to be provided under the contract shall be as per our Service Level
Agreement (LA) with GoR. This warranty on services provided shall remain valid for the entire
duration of the services contract from the date of acceptance by GoR.

The obligations under the warranty expressed above shall include all costs relating to labor,
spares, maintenance (preventive as well as unscheduled), and transport charges from site to
manufacturer‟s works / service facilities and back for repair or modification or replacement at site
of the equipment or any part of the equipment, which under normal care and proper use and
maintenance proves defective in design, material or workmanship or fails to operate effectively
and efficiently or conform to the specifications and for which notice is promptly given by GoR to us
(bidder). We shall provide on-site support for all the equipment and system software will be
supported and upgraded and updated during the entire Project period has proposed to use for
eDistrict project.

___________________________
Authorized Signatory
Name :
Designation:

Name & Signature of the Bidder along with Seal


RajCOMP Page 159 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-16: Work Plan and Methodology

Technical approach, methodology and work plan are key components of the Technical Proposal.
You are suggested to present your Technical Proposal (50-60 pages, inclusive of charts and
diagrams) divided into the following two sections:
Approach and Methodology
Work Plan

a) Approach and Methodology. In this section, please explain your understanding of the
objectives of the assignment, approach to the services, methodology for carrying out the activities
and obtaining the expected output, and the degree of detail of such output. Please highlight the
expected challenges and their importance, and explain the approach you would adopt to address
them. You should also explain the methodologies you propose to adopt and highlight the
compatibility of those methodologies with the proposed approach.

b) Work Plan. In this section, please propose the main activities of the assignment, their content
and duration, phasing and interrelations, milestones (including interim approvals by the Client),
and delivery dates of the reports. The proposed work plan should be consistent with the approach
and methodology, showing understanding of the scope of services and ability to translate them
into a feasible working plan. A list of the final documents, including reports, drawings, and tables to
be delivered as final output, should be included here.

Name & Signature of the Bidder along with Seal


RajCOMP Page 160 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-17: DRAFT COPY OF SLA AGREEMENT

THIS AGREEMENT is made on this ___ day of [ ], 2010, between Managing Director, RajCOMP
with Head Quarter at Yojana Bhawan, Tilak Marg, Jaipur-302005 (here referred as “ RajCOMP”)
which expression unless repugnant to the context or meaning hereof at, present represented by
Managing Director, RajCOMP ,Jaipur. (Client), having its office at Yojna Bhawan, Tilak Marg,
Jaipur, (which term or expression shall unless Repugnant to the context or meaning thereof shall
mean and include his successors-in office and assigns) of the FIRST PART;

AND

(ii) ___________, a company registered under the Indian Companies Act, 1956 having its
registered office at __________ and place of business at ______________________________
hereinafter referred to as "SI" (which expression shall unless repugnant to the context or meaning
thereof shall include its successors-in business and assigns) of the SECOND PART.

WHEREAS

a. The RajCOMP is desirous of implementing eDistrict project in two pilot districts (Ajmer &
Jodhpur) of Rajasthan as described in the RFP document.

b. The SI has been selected as the successful bidder to undertake the eDistrict Project involving
the installation, integration & deployment of the total solution as mentioned in the RFP document
and sustained operations and maintenance and increase the usage of the network by provisioning
new and innovative set of services and provide staffing and maintenance services;

RajCOMP on behalf of Government of Rajasthan intends to accord to the SI the right to undertake
and implement and finally operate the eDistrict Project on the terms and conditions as per RFP
Document for entire project period (Three Years) as depicted in RFP document starting from the
date of signing of this agreement.

Name & Signature of the Bidder along with Seal


RajCOMP Page 161 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-18: To Be Process

Name & Signature of the Bidder along with Seal


RajCOMP Page 162 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-19: Change Management Report

Name & Signature of the Bidder along with Seal


RajCOMP Page 163 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011
ANNEXURE-20: eDistrict Guidelines

Name & Signature of the Bidder along with Seal


RajCOMP Page 164 of 165
RFP for the Selection of System Integrator for Implementing eDistrict in Ajmer & Jodhpur
Ref No: F4.3 (209)/RajCOMP/Tech/10/2871 Date: 05.01.2011

ANNEXURE-21: Power of Attorney Template


(On a Stamp Paper of relevant value and duly attested by notary public)

POWER OF ATTORNEY

Whereas the RajCOMP, C-Block, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005
(hereinafter referred as RajCOMP) has invited RFP from interested parties for the selection of System
Integrator (SI) for implementation of Rajasthan e-District Project on pilot basis in Ajmer and Jodhpur.

Whereas, the members of the XYZ Consortium are interested in bidding for the Project and implementing
the Project.

Whereas the members of the Consortium have nominated ABC Limited as the PRIME BIDDER with all
necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may
be necessary in connection with the Consortium‟s proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:


We, M/s. _________________ (name and address of the registered office of consortium member) do
hereby constitute, appoint and authorize M/s. ABC Limited being one of the members of the XYZ
Consortium, as the PRIME BIDDER of the XYZ Consortium and as our attorney to do on behalf of XYZ
Consortium, all or any of such acts, deeds or things as may be necessary in connection with or incidental to
the proposal of XYZ Consortium for the Project, including submission of application/ proposal, participating
in meetings / discussions / conferences, responding to queries, submission of information / documents and
generally to represent XYZ Consortium in all its dealings with RAJCOMP, any other government agency or
any person, in connection with the Project until culmination of the process of bidding and thereafter till the
Concession Agreement is entered into with RAJCOMP.

We hereby agree to ratify all such acts, deeds and things lawfully done by ABC Limited as the PRIME
BIDDER of XYZ Consortium as our said attorney pursuant to this Power of Attorney and that all such acts
deeds and things lawfully done by our aforesaid attorney shall and shall always be deemed to have been
done by XYZ Consortium.

Dated this _______ Day of ________ 2011

__________________
(Executants)

(To be executed separately by all the members of the Consortium)

The executants should submit for verification the extract of the charter documents and documents such as
Board Resolution and Power of Attorney in favour of the person executing this Power of Attorney in favour
of the PRIME Member.

Name & Signature of the Bidder along with Seal


RajCOMP Page 165 of 165

Вам также может понравиться