View
3
Download
0
Category
Preview:
Citation preview
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 1 of 160
Request for Proposals (RFP)
for
Customization, Integration, Data Migration,
Implementation & Maintenance of
e-Procurement Solution
for
Government of Madhya Pradesh
2012
Madhya Pradesh State Electronic Development Corporation
147, Zone-1, M.P. Nagar, Bhopal- 462001
Phone: 0755-2554107, Email: brahme@mpsedc.com, Website:www.mpsedc.com
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 2 of 160
Table of Contents
Acronyms................................................................................................................................................. 9
Executive Summary ................................................................................................................................ 10
1. Invitation for Competitive Bidding ...................................................................................................... 11
1.1. RFP Notice ................................................................................................................................... 11
1.2 Critical Information ...................................................................................................................... 12
1.2.1 Time schedule of various Tender related events ..................................................................... 12
1.2.2. Other Important Information related to Bid........................................................................... 13
2. Pre Qualification Criteria .................................................................................................................... 14
3. Introduction ...................................................................................................................................... 16
3.1 Features of Proposed System ........................................................................................................ 16
3.2. e-Procurement Software Functional Vision .................................................................................. 18
3.3. Terms of Reference (ToR)............................................................................................................. 19
3.4. Objectives of the Proposed Solution............................................................................................. 21
3.5. Objectives of RFP ......................................................................................................................... 23
3.6. Implementation Approach ........................................................................................................... 23
3.7. Stakeholders ................................................................................................................................ 24
4. Scope of Work ................................................................................................................................... 25
4.1. Overview of the Current Scenario ................................................................................................ 25
4.2. Current Government Procurement Mechanisms .......................................................................... 25
4.3. Need for New e-Procurement Solution......................................................................................... 25
4.4. Data Migration Requirements ...................................................................................................... 26
4.5. Solution deployment model ......................................................................................................... 26
4.5.1. Client Tier ............................................................................................................................. 26
4.5.2. Web Server Tier .................................................................................................................... 26
4.5.3. Application Server Tier .......................................................................................................... 26
4.5.4. Database Tier ........................................................................................................................ 27
4.6. Functional Requirements of e-Procurement ................................................................................. 27
4.6.1 Basic Functional Requirements of e- Procurement modules.................................................... 28
4.6.1.1 Indent Management system ............................................................................................... 28
4.6.1.2 e-Auction system ................................................................................................................ 30
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 3 of 160
4.6.1.3 Contract Management system ............................................................................................ 32
4.6.1.4 Catalogue Management system .......................................................................................... 35
4.7. Technical Requirements ............................................................................................................... 37
4.8 Table of Technical Requirements .................................................................................................. 39
4.9. Software Licenses ........................................................................................................................ 40
4.10. Integration/Interface Requirements ........................................................................................... 40
4.11. Operational Support (For 5 years) .............................................................................................. 41
4.12. Compliance to Guidelines .......................................................................................................... 42
5. Security Requirements ....................................................................................................................... 43
5.1 Information System Security (Compliance/Certification) ............................................................... 43
5.1.1. Web Services Security ..................................................................................................... 43
5.1.2 STQC Certification ........................................................................................................... 43
5.1.3 Authorization .................................................................................................................. 44
5.1.4 Data Integrity and Data Confidentiality ............................................................................ 44
5.1.5 Integrity of Transactions and Communications ................................................................ 44
5.1.6 Non-Repudiation ............................................................................................................. 44
5.1.7 End-to-End Integrity and Confidentiality of Messages ...................................................... 44
5.1.8 Audit Trails ...................................................................................................................... 44
5.1.9 Application Controls ........................................................................................................ 45
5.1.10 Database Controls ........................................................................................................... 45
5.1.11 Additional Security Features ............................................................................................ 45
5.1.12 Backup Management Services ......................................................................................... 46
5.1.13 Maintenance ................................................................................................................... 47
5.2 Audit Requirement ................................................................................................................. 48
5.3 E-Procurement Portal Solution Requirements ......................................................................... 49
5.4 User Registration & Access Control Management Requirements ............................................. 52
5.5 PKI Services Requirements ...................................................................................................... 54
5.6 Database System Requirements .............................................................................................. 55
5.7 Requirements of Solution Integration with Departmental Information System......................... 56
5.8 Interface with Payment Gateway ............................................................................................ 57
5.9 India Localization .................................................................................................................... 58
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 4 of 160
5.10 Data Search, input, validation and confirmation ...................................................................... 58
5.11 Documentation ....................................................................................................................... 59
5.12 Overall Solution Security Requirements................................................................................... 60
5.13 Implementation Model/Approach ........................................................................................... 63
5.13.1. Implementation Model with Timelines – O&M for 5 year..................................................... 64
5.13.2. Training .............................................................................................................................. 64
5.14. Governance Structure ................................................................................................................ 65
5.15. Roles & Responsibilities ............................................................................................................. 65
5.15.1. Bidder’s Responsibilities ...................................................................................................... 65
5.15.2. Stakeholder Departments Responsibilities ........................................................................... 66
5.15.3. IT Department Responsibilities ............................................................................................ 66
5.15.4. MPSEDC .............................................................................................................................. 66
5.16. Project Deliverables ................................................................................................................... 67
6. Instruction to Bidders ..................................................................................................................... 68
6.1. Introduction & Issuer ................................................................................................................... 68
6.2. Compliance & Completeness of Response .................................................................................... 68
6.3. Proposal Preparation Costs .......................................................................................................... 69
6.4. Signing of Communication to MPSEDC ......................................................................................... 70
6.5. Cost of RFP .................................................................................................................................. 70
6.6. Transfer of RFP ............................................................................................................................ 70
6.7. Pre-Bid Meeting........................................................................................................................... 70
6.8. Bidder inquiries and MPSEDC’s response...................................................................................... 70
6.9. Clarification on Bid Document ...................................................................................................... 71
6.10. Address for Clarification ............................................................................................................. 71
6.11. Amendment of Bid Document .................................................................................................... 72
6.12. General Instructions .................................................................................................................. 72
6.13. General Eligibility ....................................................................................................................... 73
6.14. Site Visit .................................................................................................................................... 73
6.15. Bid Validity ................................................................................................................................ 73
6.16. Documents Comprising the Bid .................................................................................................. 73
6.17. MPSEDC’s right to modify submission deadline .......................................................................... 74
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 5 of 160
6.18. MPSEDC’s right to terminate the process ................................................................................... 74
6.19. Earnest Money Deposit (EMD) ................................................................................................... 75
6.20. Bidding Procedure ..................................................................................................................... 76
I EMD (Original) & Pre Qualification Bid – (2 copies) in one cover ................................................... 76
II Technical Bid - (2 copies) in one cover .......................................................................................... 77
III Commercial Bid - (2 copies) in one cover ..................................................................................... 78
6.21. Authentication of Bid ................................................................................................................. 80
6.22. Validation of interlineations in Bid ............................................................................................. 80
6.23. Language of Bids ........................................................................................................................ 80
6.24. Bid Validity ................................................................................................................................ 80
6.25. Deadline for submission of Bids ................................................................................................. 80
6.26 Late Bid ...................................................................................................................................... 81
6.27. Withdrawal of the Bids .............................................................................................................. 81
6.28. Disqualification of bids ............................................................................................................... 81
6.29. Bid Submission Format .............................................................................................................. 82
6.30. Opening of Bids ......................................................................................................................... 82
6.31 Clarification of Bids during Evaluation ......................................................................................... 82
6.32. Preliminary Examination of the Bids ........................................................................................... 82
6.33. MPSEDC’s Rights to Accept / Reject any or all Proposals ............................................................. 83
6.34. Bid Prices ................................................................................................................................... 83
6.35. Bid Security ............................................................................................................................... 87
6.36. Substantially Responsible Bids ................................................................................................... 87
6.37. Bid Opening and Evaluation ....................................................................................................... 87
6.37.1. Bid Evaluation Committee ................................................................................................... 87
6.37.2. Overall Evaluation ............................................................................................................... 88
6.37.3. Evaluation of Pre-Qualification bids ..................................................................................... 88
6.37.4. Evaluation of Technical bids ................................................................................................ 88
6.37.5 Parameters for technical evaluation (indicative). .................................................................. 90
6.37.6. Commercial Bid Evaluation .................................................................................................. 91
6.38. Overall Evaluation ...................................................................................................................... 92
6.39 Confidentiality ............................................................................................................................ 93
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 6 of 160
6.40. Assumptions and Exclusions ....................................................................................................... 93
6.41. Corrupt Fraudulent Practices ..................................................................................................... 93
6.42. Contract Finalization and Award Criteria .................................................................................... 93
7. General Conditions of Contract (GCC) ............................................................................................. 95
7.1 Contract and Interpretation .......................................................................................................... 95
7.2 Confidentiality .............................................................................................................................. 96
7.3 Intellectual Property Rights ........................................................................................................... 97
7.4 Bid Security, Payments, Guarantees and Liabilities ......................................................................... 98
7.4.1. Bid Security (EMD) ................................................................................................................ 98
7.4.2. Performance Bank Guarantee (PBG) ...................................................................................... 98
7.4.3. Payment ............................................................................................................................... 99
7.4.4. Prices .................................................................................................................................... 99
7.4.5. Taxes and Duties ................................................................................................................. 100
7.4.6. Delay in the Bidder Performance ......................................................................................... 100
7.4.7. Liquidated Damages ............................................................................................................ 100
7.4.8. Application of Liquidated Damages ..................................................................................... 101
7.5 Termination for Default .............................................................................................................. 101
7.6 Termination for Insolvency ......................................................................................................... 101
7.7 Force Majeure ............................................................................................................................ 101
7.8 Resolution of Disputes ................................................................................................................ 102
7.9 Governing Language ................................................................................................................... 102
7.10 Applicable law .......................................................................................................................... 102
7.11 No Interest for Performance Guarantee .................................................................................... 102
7.12 Notices ..................................................................................................................................... 102
8. Contract Execution ........................................................................................................................... 103
8.1. Inspections and Acceptance Test ............................................................................................... 103
8.2. The Bidder warrants to MPSEDC ................................................................................................ 103
8.3. Bidder’s Obligations ................................................................................................................... 103
9. Service Level Requirements ............................................................................................................. 105
9.1. Category of SLRs ........................................................................................................................ 105
9.1.1. Deployment SLR ................................................................................................................... 106
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 7 of 160
9.1.2. Technical SLR ...................................................................................................................... 107
9.1.3 Operational SLR .................................................................................................................... 108
9.2. Basis of Measurement ............................................................................................................... 110
9.3. Penalty Clause ........................................................................................................................... 112
9.4. SLRs for Helpdesk/ Maintenance ................................................................................................ 113
9.4.1. Penalty Clause for Helpdesk/Maintenance support calls ...................................................... 115
9.5. Project Management Review ..................................................................................................... 115
9.6 Acceptance Criteria..................................................................................................................... 116
10. Special Conditions of the Contract (SCC) ......................................................................................... 117
10.1. Subject Matter of Contract....................................................................................................... 117
10.1.1. Contract Agreement .......................................................................................................... 117
10.1.2. Contract Signing ................................................................................................................ 117
10.2. Payments................................................................................................................................. 117
10.2.1. Contract Price & Payments ................................................................................................ 117
10.2.2. Payment Authority ............................................................................................................ 118
10.2.4. Subcontract ...................................................................................................................... 118
10.2.5. Infrastructure arrangement by Bidder ............................................................................... 118
11. Table of Sample Forms and Procedures........................................................................................... 120
11.1. Bid Form .................................................................................................................................. 120
11.2 Form of Contract Agreement.................................................................................................... 122
Annexure – A: Bid table of contents and Checklists ............................................................................... 125
Stage – I - Bidding (Pre-Qualification Bid) Formats ................................................................................ 126
Form – P#0 : COVERING LETTER FROM THE Bidder ............................................................................ 126
Form - P#1 : FORMATS FOR SUBMISSION OF DETAILS ....................................................................... 133
Form - P#2 : Financial Information for Single bidder / Consortium Member ....................................... 134
Form - P#3 : e-Procurement Implementation Experience .................................................................. 135
Form - P#4 : Quality Certification ...................................................................................................... 136
Form - P#5 : List of Professionals with CV of e-Procurement Experts ................................................. 137
Form – P#6 : Declaration Regarding Clean Track Record & Satisfactory Performance ......................... 138
Stage – II : Bidding (Technical Bid) Formats ........................................................................................... 139
Form – T#1 ....................................................................................................................................... 139
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 8 of 160
Form – T#2 : Brief detail of the e-Procurement Project ..................................................................... 141
Stage – III : Bidding (Commercial Bid) Formats ...................................................................................... 142
Form – P#99 : Compliance/Agreed/Enclosed/Deviation Statement ................................................... 143
Annexure 1 : As-Is Report ..................................................................................................................... 144
Annexure 2 : Commercial Bid ............................................................................................................... 152
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 9 of 160
Acronyms
ASP Authorize Service Provider
BOOT Build Own Operate Transfer
COTS Commercial Off the Shelf Software
CA Certification Authorities
DSC Digital Signature Certificates
ECV Estimated Contract Value
EMD Earnest Money Deposit
GoMP Government of Madhya Pradesh
IPR Intellectual Property rights
LoI Letter of Intent
LAN Local Area Network
LOI Letter of Intent
MPSEDC Madhya Pradesh State Electronics Development Corporation
MIS Management Information System
MoU Memorandum of Understanding
OEM Original Equipment Manufacturer
PWD Public Works Department
PHE Public Health Engineering
PKI Public Key Infrastructure
PPP Public Private Partnership
RFP Request for Proposal
SP Service Provider
SRS System Requirement Specification
SLA Service Level Agreement
SSL Secure Socket layer
SSP Software Solution Provider
WRD Water Resource Department
WAN Wide Area Network
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 10 of 160
Executive Summary
Government of Madhya Pradesh (GoMP) seeks for an end-to-end e-Procurement solution which
should be much more comprehensive than e-Tendering. Since 2006 an e-tendering project was
running in the state and now there is a need to move a step ahead with full solution of e-
procurement. GoMP wish to implement e-Procurement on a Private-Public-Partnership (PPP)
mode. The Service Provider is required to provide e-Procurement as a service and engage on a
Build-Own-Operate (BOO) basis with Transfer – BOO (T) after the period of 5 years. By BOO, it is
meant that the selected private partner shall customize, deploy and maintain the e-Procurement
infrastructure. It should include the modules like Centralized Registration of Contractors, Indent
management, e-Auction, e-Tendering, Contract management, Catalogue management, e-
Payments, Accounting and MIS.
The selected Service Provider shall be responsible for the Data migration from the existing e-
tendering application to the new system. The entire activities like e-procurement solution,
necessary hardware, maintenance, operations, payment gateway integration, ongoing training
to user departments & bidders would be undertaken by the Service Provider along with
Helpdesk services on a 8AM to 10PM on all days to assist Government users and contractors
in using the e-Procurement system. The selected Service Provider needs to bear the entire
Operating expenditure for the project for the entire operational period of 5 years.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 11 of 160
1. Invitation for Competitive Bidding
1.1. RFP Notice
Madhya Pradesh State Electronics Development Corporation (MPSEDC) on behalf of Department
of Information Technology, Government of Madhya Pradesh seek proposals from reputed and
experienced Companies to participate in competitive tendering for a single, unitary, end-to-end
e-Procurement solution in the State. GoMP has implemented e-tendering since year 2006 and
now wishes to move forward with an end-to-end e-Procurement solution for the State
Government departments/ organizations. MPSEDC has decided to implement e-Procurement
solution for all type of procurement and wishes to select a suitable Service Provider, who can
provide this facility.
The Government requires the Service Provider (SP) to provide e-Procurement solution as a
service. The SP needs to provide an entire suite of e-Procurement services to the departments/
agencies of GoMP. This would call for setting up the required infrastructure and deploying an e-
Procurement solution to suit the Government requirements and maintaining the system. The
bidder would be required to Customise, Integrate, Implement and Maintain the web based PKI
enabled e-Procurement solution for GoMP Departments. Interested competent bidders must
submit their bids indicating that they are qualified to perform the services listed above.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 12 of 160
1.2 Critical Information
1.2.1 Time schedule of various Tender related events
Item Description
Bid calling date 17th
October 2012, Wednesday
Date of Sale of RFP document 17th
October 2012, Wednesday
Date, Time & venue for Pre-bid
Conference
31st
October 2012, Wednesday at 11:30 am
3rd
Floor, MPSEDC Building, 147 Zone 1 MP Nagar,
Bhopal
Release of Response to clarifications
On website www.mpsedc.com
On or before 5th
November 2012
Bid Submission date and time 16th
November 2012 till 3:00 pm
Opening of Bids 16th
November 2012 till 3:30 pm
Technical Presentations Would be communicated
Commercial bid opening date and time Would be communicated to qualified bidders
Bid Document Price Rs. 10,000/-
MPSEDC contact person Mr. Nandkishore Brahme,
OSD (e-Procurement)
Phone: 0755-2554107
Email brahme@mpsedc.com
The RFP document fee is Rs 10,000/- to the bidders. The companies which are interested in
participation shall download the soft copy from the MPSEDC website www.mpsedc.com. The
bidders should submit the RFP Document fee in form of a crossed demand draft from any
scheduled/ nationalized bank drawn in favour of “Managing Director, MPSEDC” payable at
Bhopal along with Technical Proposal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 13 of 160
1.2.2. Other Important Information related to Bid
This section provides important deadlines and associated activities, such as Bid Security
information, Implementation cum Performance Guarantee, O&M Period.
S.No Item Description
1. Earnest Money Deposit (EMD) Rs.5,00,000/- (Rupees Five Lacs only)
2. Bid Validity Period 180 days from the date of opening of bid.
3. EMD Validity Period 180 days from the date of opening of bid.
4. Implementation Period As per the RFP clauses
5. Performance Guarantee Value
(in Rupees) Rs. 30 lacs ( Rupees Thirty Lacs only)
6. Performance Guarantee validity
period 3 Months beyond the contract period
7. Period for submission of Performance
Guarantee
Within 15 days of receipt of letter of
notification of award.
8. Period for signing contract Within 15 days from the date of receipt of
letter of notification of award.
9. Penalty for delay in implementation Please refer penalty clause.
10. O&M Period
The e-Procurement System shall be under
O&M for a period of 5 year from the date of
Go-Live.
11. Address for correspondence in
respect of Technical clarifications
Mr. Nandkishore Brahme,
OSD (e-Procurement)
147, Zone I, M.P. Nagar
Bhopal, Madhya Pradesh
E-mail: brahme@mpsedc.com
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 14 of 160
2. Pre Qualification Criteria
This invitation for RFP is open to all those who are eligible to do business in India under relevant
Indian laws as in force at the time of bidding and who fulfil the eligibility criteria mentioned in
this document. The pre-qualification criteria for the participating bidders are as given below:
1. The bidder should be an IT company registered under the Indian Companies Act, 1956
since last 5 (five) years. Incorporation certificate is to be enclosed.
2. Bids can be submitted by an Individual company or a Consortium. (Please refer
*Consortium Criteria)
a. “Consortium**” shall mean more than one company up to a maximum of three
(3) which joins with other companies for complementing skills to undertake the
scope of work defined in this RFP.
b. Memorandum of Understanding (MOU)/Agreement among the members signed
by the Authorized Signatories of the companies dated prior to the submission of
the bid to be submitted in original. The MoU /Agreement shall clearly specify the
prime bidder, stake of each member and outline the roles and responsibilities of
each member. However, complete responsibility from the submission of Bid to the
successful completion of the project lies with the Prime Bidder, in case the other
consortium members fail in their responsibilities.
3. The Bidder (Lead Bidder in case of consortium) should have a minimum of 5 years’
experience in the field of e-procurement domain and shall provide references of at least
five successfully completed/ running e-Procurement projects of Govt. Depts. /PSUs along
with supporting testimonials from them. Any company having experience of running even
a single state wide/ nationwide (India or International) e-Procurement application since
last 5 years would be considered equivalent to the aforesaid criteria. The bidder should
provide work orders, experience certificate and relevant documents in this regard.
4. The bidder should have processed at least 10,000 e-Tenders for Govt. Depts. / PSUs in the
last 3 years as on the date of submission of bids.
5. The bidder’s (prime) development unit should have certification of CMMi Level 3 or
above and BS 7799 / ISO 27001. The bidder should submit a copy of the certificates valid
as on bid calling date.
6. Solution should be PKI enabled and should support industry standard encryption
algorithm conforming to IT Act 2000.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 15 of 160
7. The e-Procurement Application should undergo STQC certification. Certification should be
initiated within three months from the Go-live / Final UAT signoff.
8. The bidder should have the IPR (Intellectual Property Rights) of the proposed e-
Procurement solution so that all type of customization related issues can be addressed by
the bidder.
9. The bidder (Prime) should be a profit making company having earned profits, for last 3
years, with a minimum turnover of Rs. 50 Crore in all of the last 3 years (09-10, 10-11, 11-
12). As documentary proof, Balance Sheet & Profit & Loss A/c is to be submitted.
10. The bidder shall not have been black listed by any State Government, Central
Government or any other Public Sector undertaking or a Corporation as on bid calling
date.
Note:
1. Bidder agencies are advised to study this RFP document carefully before submitting their
proposals in response to this RFP Notice. Submission of a proposal in response to this
notice shall be deemed to have been done after careful study and examination of this
document with full understanding of its terms, conditions and implications. This RFP
document is not transferable.
2. Proposals of bidders who do not conform to above PQ criteria will not be considered for
further evaluation and shall be summarily rejected without any separate notice or
assigning any reason whatsoever.
3. The Bidder should have a point of presence in Bhopal or should open a Project Office
within 30 days of receipt of Letter of Intent (LoI). An undertaking to this effect should be
submitted by the bidder on its letter head.
4. An applicant shall not have conflict of interest that may affect the bidding process or the
Bidder (the “Conflict of Interest”). Any applicant found to have a Conflict of Interest shall
be disqualified.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 16 of 160
3. Introduction
The e-governance has become an accepted methodology involving the use of IT to providing
information speedily to all citizens, Improving Public services, improving administrative
efficiency. In this direction Government of Madhya Pradesh (GoMP) has adopted to rollout major
Information Technology Infrastructure project namely State Wide Area Network, State Data
Centre and electronics Infrastructure for e-Procurement and other vital e-governance projects
for the use of ICT in general administration.
GoMP requires the Bidder hereon for Customisation, Integration, Implementation and
Maintenance of Single, Unitary, Web Based e-Procurement Software (Portal) with all the
specified modules (Supplier Management, e-Tendering, e-Auctions, Indent Management,
Contract Management, Catalogue Management, e-Payments, Accounting and MIS) which can be
utilized by all GoMP departments including, local bodies and municipal corporations along with
their vendors. The Bidder has to exhibit its capability to deploy the sought modules.
3.1 Features of Proposed System
1. The Developed Software should be Role Based, Workflow Driven Web Application,
providing real-time bidding solutions for buyers and sellers that bring Efficiency, Control,
and Simplicity.
2. The Developed Software should be compatible with the GoMP Procurement Guidelines,
PSU, World Bank, IRC & MORTH requirements and Centrally Sponsored Scheme (CSS)
guidelines and any other guidelines specified from time to time. It should also compliant
with all relevant Government rules, laws, instructions, acts including provisions of IT Act.
3. Facility for User Authentication & Role based access control. The user ID and Password
policy should be same as of a Certifying Authority.
4. Version archiving and version control.
5. The proposed Software should help both the buyers and the suppliers to reduce the cycle
time, unnecessary paper work, waiting in long queues and simultaneously maintain the
transparency in the entire process. e-Procurement solution will be utilized by
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 17 of 160
Government of Madhya Pradesh departments including, local bodies and municipal
corporations along with their vendors. Co-operative Sectors, Public Sectors and other
State Governments can also other authorities can use this solution.
6. The intellectual property rights in anything developed by the Bidder under this RFP
exclusively for MPSEDC and based on information owned by MPSEDC shall vest with
MPSEDC. GoMP shall use existing domain name or can register different domain name for
the installed instance. The software shall be gradually rolled-out across offices in the
Government of Madhya Pradesh.
7. The e-Procurement application shall be a n-tiered (3 or more) architecture with Web,
Application and Database Server & offers a superior level of security with Secure Socket
Layer (SSL) encryption, strong authentication with digital certificates and speed to
conduct real time bidding over the Internet.
8. The e-Procurement software should be Platform and Browser Independent however
browser for all legal purpose is Microsoft Internet explorer 6.0 above. Application must
work on IE 6.0 & above. At the user-end, various users of the e-Procurement system
should be able to use their PCs under MS Windows XP and above and / or Linux with
commonly used office automation tools such as MS office/Star Office/Abode publishing
system along with S-MIME (Secure-Multipurpose Internet Mail Extensions) compliant
email systems and Internet browsers. The Software should support multi platform and
should run on open source & Windows platform as well. GoMP shall provide the Data
centre facility to host the e-Procurement Solution.
9. For the purpose of notional sizing of hardware, the approximate total number of
concurrent online e-Procurement system users may be taken as 500 (approx).
10. The proposed e-Procurement application should be highly robust, scalable. The Bidder
needs to check the scalability, interoperability of its e-Procurement application and the
data on the maximum number of concurrent users and transactions the system can
handle.
11. Detailed User and Operational Manual to be provided to each department.
12. The User Department shall provide Digital Signatures to their Officials that are involved in
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 18 of 160
the tendering process and requiring access to the e-procurement systems.
13. An option to view and download the tender document should be provided without
making any payment by the tenderer. However the transaction fee for per tender
processing would be charged from tenderer as per module.
14. The transaction fees would be shared between the Service Provider and the MPSEDC in
90:10 ratios respectively.
15. Data Migration- Bidder shall be responsible for the Data migration from the existing e-
Procurement application to the new system. (Modalities of the data migration will be
finalized after discussions with selected service provider).
MPSEDC as a corporation under the Department of Information Technology, Government of
Madhya Pradesh is the nodal agency for selection of the e-Procurement agency &
implementation of e-Procurement solution on behalf of GoMP. The intellectual property rights in
anything developed under this RFP exclusively for MPSEDC and the information or data owned by
GoMP shall be proprietary to MPSEDC. However, each party shall own and retain its pre-existing
IP. The Bidder shall sign the Non Disclosure Agreement with MPSEDC.
3.2. e-Procurement Software Functional Vision
A web based, State of the Art Secured Solution that provides:
1. Single Platform for Buyers
a. On Line Purchases – Contracts
b. On Line Requisitions, Bidding, Contracting.
c. Web Posting & Distribution of RFPs/RFI/Expression of interest etc.
d. Single Source of Purchase Transaction Data.
2. Single Platform for Suppliers/Vendors
a. Centralized Vendor Registration � To Agencies.
b. All RFI/RFP/opportunities From Agencies
c. IFB/RFP “Push” Technology � To All Eligible Vendors
d. Accept Electronic bids From All Vendors.
e. Facilitate Payment � To Both
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 19 of 160
3.3. Terms of Reference (ToR)
Covers full life cycle of purchasing of Goods, Products, Services & works (Indent to Final Payment
on Completion of the work)
� Connects buyers and suppliers through electronic exchange of Tenders, Catalogues,
contracts, POs, invoices etc.
� Create and publish Tender documents
� Sell Tenders
� Receive Bids
� Evaluate Tenders
� Award Contract / PO
� Using e-Tendering, the suppliers can:
• Receive notification of the relevant tenders
• Purchase tenders document
• Submit Bids Online
• Track the status of their bids
� Indent management
� Aggregation of demand
� Tender Hosting
� Tender requisition
� Tender approval
� Tender publishing
� Tender amendments/ corrigendum
� Pre-bid meeting
� Bid submission
� Online receipt of payments
� Bid opening
� Bid evaluation
� Supplier selection
� Letter of award
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 20 of 160
� Ordering items with rate contracts
� Catalogue based procurement
� Creation of purchase requisitions from standard catalogues
� Workflows
� Create and output purchase orders
� Receipt and returns
� Supplier Order Management
� Supplier registration for mutually agreed and identified items
� Supply order management
� Price updates
� Auctions
� Forward auctions
� Reverse auctions
� Creation of Contractor /Vendor database
� Vendor uploading their data in the online structured forms
� Updating the data by the Bidder on intervals
� Publication of database in the public domain
� Integration of the database with e-Tendering module for bid submission by the Bidder
� Auto bid evaluation by the user department
� Online application for new registration of contractors
� Renewal of registrations
� Workflow to process the application
� Approval / Rejection of contractors registration
� Black listing/ suspension of contractors
� Contract Monitoring
� Integration with e-Tendering module
� Contract status (physical & financial) online inputs from the field functionaries
� Generation of progress charts/graphs by the software for work/project
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 21 of 160
3.4. Objectives of the Proposed Solution
The key objectives of the e-Procurement solution are listed but not limited to:
• Demand Aggregation – The ability to aggregate Government departments demand to
leverage buying power with the supply market.
• Reduced inventory costs – Improved planning and management of inventory leading to
lower levels of inventory
• Internal Arbitrage – Ensuring consistency in goods and services costs at the best price
across all Departments at item level.
• Consistent and sustainable vendor development – Enabling pre-qualified vendors the
opportunity to access other government departments.
• Transactional Effectiveness – Eliminating or automating non-value adding steps within
the procurement to enable efficient and effective processes.
• Total Cost of Ownership – Understanding the supply chain and life cycle costs in
procurement to establish value adding supply relationships leading to reduced cost of
doing business for both government and industry
• Effective Tender processing - Use of different types of e-Auctions to get better deals
• Open Platform – Level playing field and fair competitive platform for the suppliers
• Disposals – Accessing a wider customer base when disposing of redundant assets
• Smart governance – Increased transparency, monitoring and control of procurement
process.
• Scalability: The Bidder's proposed / developed e-Procurement software should be highly
robust, scalable and proven. The Bidder needs to check the scalability of its e-
Procurement application and the data on the maximum number of concurrent users and
transactions the system can handle.
• Security: offer a superior level of security with Secure Socket Layer (SSL) encryption,
strong authentication with digital certificates and speed to conduct real time bidding over
the Internet e-Procurement has secured demonstrable benefits to the stake holders by
providing transparency, cost and time savings, improved efficiency and decreased the
scope for corrupt practices.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 22 of 160
• The Software should be configurable to create various types of the following users on the
portal to be set up using the aforesaid software. Software to support creation of
Administrative hierarchy, using adequately secured passwords with digital signatures in
addition to user ID & PKI support
I. Authorized personnel from the GoMP or whosoever is designated authority;
II. Authorized personnel from the supplier organizations of GoMP;
III. System Administrators of GoMP or supplier organization;
IV. Super user of GoMP to control all operations on the e-Procurement Portal; and
V. Any other user such as payment gateway providers or as per the architecture of
the proposed Software by the Bidder / consortium
VI. Payment gateway details shall be provided by GoMP and bidder shall integrate
the same as per the specifications provided.
• Compliance: The Software services must be PKI enabled so as to ensure secure and
authenticated access and transactions which are in conformity with the IT Act 2000 and
any further amendments issued by the Government of India (GoI).
• Availability: To ensure full availability of web site during working hours, alternative
facilities should be provided.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 23 of 160
3.5. Objectives of RFP
The objective of MPSEDC’s e-Procurement solution is to develop a coordinated approach to
attain leading procurement practices across the government departments. In order to achieve
the objective MPSEDC desires to utilize new technologies and applications to create a suitable
comprehensive e-Procurement solution that meets the present and future requirements of
various departments of GoMP and also other entities. The e-Procurement solution can be utilized
by all GoMP departments including, local bodies and municipal corporations along with their
vendors. Co-operative sectors, public sectors, world bank funded projects, centrally sponsored
schemes, other state government and other authorities can also use this solution.
3.6. Implementation Approach
GoMP proposes to implement new e-Procurement system in a phased manner across
departments in the State. The Software must be Internet based and accessible by both
Government employees and the contractor community from all over the world. The services shall
be made available to the government employees through internet by MPSEDC.
In the first phase, MPSEDC requires to implement the following specified modules across all the
departments of GoMP.
a. Registration of Suppliers/ Contractors
b. Indent Management
c. e-Tendering
d. e-Auctions
e. e-Payments
f. MIS & Accounting
Once the infrastructure & software development is completed, the bidder has to implement the
solution on pilot basis that would comprise of all the department/ agencies on board who are
currently using e-tendering solution and test solution till the successful completion of the pilot.
The Go-Live date would be considered with effect from the clearance of First phase Pilot
implementation.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 24 of 160
In the second phase, MPSEDC requires to implement the other modules (Contract Management
& Catalogue Management) on pilot basis in few selected departments. Then, when the Bidder
has exhibited its capability to deploy the sought modules, the system shall be gradually rolled-
out across all the departments in the Government.
3.7. Stakeholders
The current stakeholders are all GoMP departments including, local bodies and municipal
corporations along with their vendors. So far 70 Departments/Agencies/PSU’s & Corporations,
Universities and urban local bodies and any other agency identified by GoMP are using the e-
tendering services.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 25 of 160
4. Scope of Work
4.1. Overview of the Current Scenario
Departments procure goods and services depending on specific needs. Types of procurement can
be broadly classified as:
i. Procurement of goods and services
ii. Procurement of works (projects)
Goods/Services are procured both centrally and from individual locations. Departments such as
MP Laghu Udhog Nigam, NICSI & Directorate General of Supplies & Disposals (DGS&D) procure
centrally on behalf of other departments. These are typically of high value such as IT
infrastructure equipment and huge projects. Procurement of low value items is usually done
locally. The delivery of goods is done at the premises of individual users. The payments are made
by the respective PAOs (Pay and Accounts Officers).
4.2. Current Government Procurement Mechanisms
Government of Madhya Pradesh is the one of the pioneering state in India to embark upon e-
tendering by adopting the information Technology tools for public procurements. The GoMP e-
Procurement system is on portal http://mpeprocurement.gov.in/. The initiative has proved that
transparency; fairness and equal opportunity to private entrepreneurs who bid for Govt.
Contracts, sell products or expertise to Govt. agencies will evolve a competitive market and
contribute significantly to a vibrant economy. So far 70 Departments/agencies are using the
e-tendering service. The current “As-Is” scenario is annexed as Annexure-1
4.3. Need for New e-Procurement Solution
Since 2006 an e-tendering project was running in the state and now there is a need to move a
step ahead with full solution of e-procurement. Government of Madhya Pradesh (GoMP) seeks
for an end-to-end e-Procurement system which should be much more comprehensive than e-
Tendering. The existing e-Procurement system of GoMP needs much more improvements to
cater the present needs and also to provide more convenience to the users by way of providing
much more user friendly with superior security features. The existing e-Procurement system is
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 26 of 160
confined to the following few modules.
i. Registration of Suppliers/ Contractors
ii. e-Tendering for all the department processes
iii. Limited Management Information Systems (MIS)
Keeping view of the present requirements and to have a comprehensive e-Procurement system
with complete end to end e-Procurement solution which is to be owned by MPSEDC this RFP is
invited.
4.4. Data Migration Requirements
Data Migration includes the following:
1. Extraction of existing data from the legacy systems;
2. Cleansing and formatting of data extracted from the legacy systems;
3. Creation of new/additional data mandatory in the new system covering the past years.
4. Uploading of these data to the new system;
4.5. Solution deployment model
e-Procurement application shall be a 3 or more tiered architecture with web, application and
database server farms. Each tier shall be scaled independently, both vertically and horizontally,
to address the performance and scalability requirements.
4.5.1. Client Tier
The client tier shall run in a browser and uses HTML for presentation. The client communicates
with the web server tier using HTTP or HTTPS.
4.5.2. Web Server Tier
The web server manages static images and pages and passes client requests from the browsers
to the application server tier using HTTP.
4.5.3. Application Server Tier
The application servers (buyer management, supplier management etc.,) are multi-threaded
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 27 of 160
applications with two main areas of logical functionality:
� Managing and supplying object data, including database interaction
� Handling client request and generating HTML as a response.
4.5.4. Database Tier
The e-Procurement application suite shall use standard relational database platform for object
persistence - all business object data shall be stored in the database.
4.6. Functional Requirements of e-Procurement
The e-Procurement software should be capable of handling limited tenders, open tenders, global
tenders, reverse auction and auction sale etc. Web software shall support email, SMS, payment
gateway and digital certification certified by Certification Authorities (CA). The e-Procurement
application requires integration with legacy systems and Bank payment gateways which should
be undertaken by service provider in consultation with MPSEDC. It should also support the
ASP/SAAS requirements. In addition to the above, the software must have a well-built MIS
reporting system.
Dissemination of tender and other procurement information from the GoMP e-Procurement
website. This will involve only posting of such information on the site and shall not involve any
backend workflows or automation of process thereof. This can be on current & future tendering
opportunities, general guidelines for doing business with the Govt., new supplier registration etc.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 28 of 160
4.6.1 Basic Functional Requirements of e- Procurement modules
4.6.1.1 Indent Management system
Sl. No. Feature Functional Requirement
1 Indent
Creation
Facilitate online creation of the works and goods indents in
standardized formats.
Facilitate upload of documents (Drawings-scanned or CAD format,
technical specifications, etc.) with the indent.
The system should auto generate a unique indent number for
each new indent.
2 Demand Aggregation
In case of goods procurement, provide online templates for
demand estimation from several departmental locations.
Support consolidation of several indents into a single indent by
a centralized indenting authority.
3 Estimate Preparation
In case of works and goods procurements facilitate
preparation of estimates (value put to tender).
In case of goods procurement, support cost estimation using the
last RC‟s price or other price as specified by the indent creator.
In case of works procurement, facilitate storing of the Schedule
of Rates (SOR) in the system for use during the preparation of the
estimate.
Facilitate uploading of the SOR through excel file.
In case of works procurement, support estimate generation.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 29 of 160
4 Indent
Approval
Workflow
Facilitate hierarchy-based workflow in the system for creation
and approval of the indent.
In the workflow system, comments made by an approver at each
stage or creator should be frozen, stored and viewable.
In case of works procurement, facilitate the workflow for
creation and approvals (Administrative & Technical Approvals) of
plans and estimates.
Facilitate configuration of separate workflows depending on
the type & value of work selected at the time of creating the
indent (e.g. major or minor work, original or repair, etc.).
Maintain auditable logs of all indent actions (creation, approvals,
rejections, etc)
5 Indent
Approval
Facilitate online review of submitted indent by the approver. In case of works procurement, support use of Digital Certificates
for providing administrative approval and technical sanction
online.
Facilitate providing comments, etc. with the indent. System
should capture comments of the approvers at each stage.
Update/cancel the indent number based on the results of the
review by the authorized approver.
Provision for modifications/ amendments after publication of
indent.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 30 of 160
6 Identification
of indents
under project
code
Allow linking of the indent number with the overall project code,
if the procurement is part of a bigger project with multiple
procurements (indents).
Facilitate computation of the overall project expenditure based
on the expenditures of the individual procurements (indents)
linked to the project code.
7 Integration
with
Budgeting/
Project
Management Module
Allow integration with existing budgeting/project management
module or back-office application to facilitate validation of
project (indent) cost with available departmental budget, to
avoid project cost overruns.
8 Indent
Tracking
Allow tracking of the indent throughout the creation and
approval cycle using the unique indent number.
4.6.1.2 e-Auction system
Sl.
No. Feature Functional Requirement
1 Create Online Auction
Provide simplified menu based workflow to create online
auction by the Auction Administrator.
Facilitate specification of various auction parameters.
2 Online Bidding
during Live
Auction
Facilitate proxy bidding for contractors, if decided by the
department.
Provide a tabular view of auction items allowing fast and easy
bidding by contractors in case of multiple line items
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 31 of 160
3 Auction Types Support multiple types of auction.
Support multi variable bidding, assigning weights to different
variables and use of formulae in an auction.
Support dependent auctions i.e. it should open an auction
only on the successful completion of the previous auction.
Support for parcel auctions – bidders can either place one bid
for the whole lot or individual bids for each component that
makes up a lot.
4 Advanced
Auction Features
Allow department to assign weights to different contractors
based on their past performance and quality in an auction.
5 Auction Viewing
and Monitoring
Allow viewing of the lowest going price in real time, by the
bidders.
Allow Inviting Officer to view history of items and price bids
during the live auction and after with date and time stamp.
Disallow divulging the identity of the participating bidders on
the system.
6 Online Auction
Features
The system should be flexible to allow defining several
categories, sub-categories and attributes for an item,
Customizing auction rules to fit departmental need,
Permitting both auto-approval and manual approval of auction
results, Changing of auction data by the Auction Administrator or
departmental administrator at any time.
7 Bidder Administration
Provide a bidder administration module to add, delete, enable
or disable the contractors or contractor group.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 32 of 160
4.6.1.3 Contract Management system
Sl.
No. Feature Functional Requirement
1 Online Contract
Template
Library
Template library for contracts with common set of terms and
conditions. Further, user should be able to define the contract
on the selected vendor.
2 Online Issue of
Work Order
The system should verify receipt of digitally signed
undertaking (in response to the Tender Acceptance Notice)
from the contractor before allowing issue of Work Order.
Allow issue of Work Order to the selected contractor online.
3 Integration With
Tendering
Module
Facilitate instant availability of information on contract terms
and conditions, payment conditions, delay clauses, etc. to the
Contract Management module.
Facilitate processing of contractor payments based on the
contract information available from the Tendering Module.
4 Integration with
Project
Accounting
Module
Facilitate tracking previous payments/advances released to a
contractor, cost overruns, etc via integration with the Project
Accounting Module.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 33 of 160
5 Online
Measurement
Book in case of
works contracts
Allow initiation of online measurement book.
Enable contractor’s login to access and update completed
work information in the online measurement book.
Freeze the details of the measurement book, while it is sent
from one official to another in the workflow.
Time stamp the file while it moves from one desk to another.
Support uploading of measurements in the form of pre-
specified excel spreadsheet, text, etc. formats. Facilitate the filing of deviation requests (variations in project
scope, work content, etc) by the contractor.
Send alerts to contractors and departmental staff on critical
dates for updating the online measurement book, verification of
measurement book, generation of bill, bill approval, and
release of payment, etc. The dates to be available from the contract agreement details transferred from the tendering
module.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 34 of 160
6 Contract Status
Tracking
Track a contract through various stages- Active, close,
terminated.
Support pre-contract stages such as under construction
(contract document under construction) and under
negotiation (negotiations underway between department and
contractor).
Facilitate login of concerned departmental officials for the
purpose of entering project related information and for
providing approvals at various stages.
Allow entry of third party verification information on project
progress, quality control in the system.
Designated staff should be able to upload inspection reports,
photographs, etc. on the system for review of higher up
authorities.
Allow documents, as necessary, to be attached with the 7 Project Analytics
Capture information on project analytics, such as percent of
work completed against time elapsed, corresponding
payments made, work extensions, delays, etc. for the purpose of
generating reports.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 35 of 160
8 Automatic Bill Support automatic generation of the bill based on verified MB
entries, and other contract agreement terms and conditions.
Apply to the bill any service tax, sales tax, etc. as applicable
locally.
Track project delays on the part of the contractor and apply
penalty clauses accordingly at the time of preparation of the
bill.
Track delays in payment to the contractor, and apply interest
payment clauses as per the terms and conditions of the contract
agreement.
9 Audit Trail Maintain all reports/audit trails as required for the AG’s audit purpose.
Compliance with relevant provisions of the Works Manual,
Account Code, Finance Code, and appropriate statute, etc.
4.6.1.4 Catalogue Management system
Sl.
No.
Feature Functional Requirement
1 Online Rate
Contract
Repository
Make available online the various attributes of the rate
contracts negotiated by a nodal agency.
2 Online RC database
Store the information on concluded rate contracts in a
database format.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 36 of 160
3 Online Search Allow end users to view the rate contract database (option)
provided they had logged in.
Have both simple and advanced search functionalities.
Allow categorization of rate contracts and locating rate
contracts through browsing.
4
Rate Contract
creation
Provide a simple, form-based system to upload the rate-
contract information.
5 Online Rate
Contract Validity
Management
Warn the rate contract negotiating official about the expiry of
rate contracts.
Provide a system for administering the rate contracts.
Maintain a separate file for each of the rate-contracts
negotiated.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 37 of 160
4.7. Technical Requirements
This section details the requirements of the e-Procurement Software from a technical
perspective. In response to the RFP, the service provider shall propose their technical solution
meeting the software requirements. Some of the requirements and guidelines are indicative and
thus open-ended to which the vendors are required to provide descriptive responses explaining
the manner in which the specified requirements are addressed in their solution.
4.7.1. The server-end software should be platform independent and able to run on
Microsoft Windows Server and LINUX Operating System environment. At the user-
end, various users of the e-Procurement software should be able to use their PCs
under MS Windows XP and above and/or Linux with commonly used office
automation tools such as MS office/Star Office/Abode publishing system along with S-
MIME compliant email systems and Internet browsers.
4.7.2. The e-Procurement Software must be compliant to international open standards at
various levels such as schema definition, security, document management, E-mail/File
Transfer Protocol (FTP) etc. Any proprietary component of the software which is not
compliant to international standards should be clearly mentioned. Proprietary
components, if any, in the e-Procurement software should be downloadable from the
portal-server by each user for creating tenders and procurement methodologies at its
end, which may include provision for bid submission and signing/encryption of the
document except the Digital Signature Certificates (DSCs).
4.7.3. Technical Specifications for Design & Development of e-Procurement system
1. The e-Procurement software should be capable of handling limited tenders, open
tenders, global tenders, reverse auction and auction sale etc.
2. Web software shall integrate Payment, SMS, email gateways and digital signature
certificates certified by GoMP.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 38 of 160
3. Vendor should indicate the software technologies used for writing the application
software with comment on back-end/front-end integration with the existing
hardware / software available.
4. e-Procurement software should be capable for adoption for supporting different
kind of formats of tenders, tender conditions and output reports.
5. The e-Procurement system should run in complete secured environment with
following minimum features and Bidder should be able to successfully
demonstrate each of these:
� User ID and access control through password and Digital Signature
Certificate
� Hierarchical set up with pre-defined roles and access levels with specific
permission for overriding default roles by proper authority.
� Data encryption with PKI support certified by GoMP 256 or higher bit
encryption with SSL Security or equivalent must be provided for Data Flow
and Data encryption during Storage in Data Box.
� Audit trail with log files for each & every event for diagnostic & Auditing
purposes.
� Intrusion detection & protection security features. The Vendor shall
provide firewall and IPS as part of the SDC.
� Digital time stamping provision on each document.
� MIS report features on tenders, evaluation, tabulations and procurement
spending.
� Provision for attachment of drawings on electronic tenders.
� Payment Gateway enabled features.
� Adoption of Industry standard symmetric/asymmetric algorithm. Vendors
to specify the standard of algorithm adopted in the software.
� Provision of database(s) for every activity.
� Provision of sending automated email/SMS to tenderers’. Vendor shall
provide SMS gateways and e-Mail SMTP details to send the SMS or Mail.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 39 of 160
4.8 Table of Technical Requirements
S.No. Description
1 The solution offered should be Uni-Code Compliant.
2 The solution offered should be Service Oriented Architecture complaint.
3 The solution shall support 3 or more tiered & Internet Architecture.
4 The solution should be natively built on 64 bit Operating System.
5 Should support Application & database clustering & Load Balancing.
6 The solution should provide an Architecture which can be integrated with third party
/ legacy applications using the build-in Integration tools technology.
7 Ability to maintain Log of Transactions.
8 The solution should include tools / mechanism for System, Database & performance
measurement activates.
9 To support GUI and Web based User Interface.
10 Ability to support multi currency operations.
11 Ability to generate report output directly in excel, PDF, text, XML ,HTML or such
other file types.
12 The solution shall be able to import data from various formats (Text, Excel, XML etc.).
13 The future versions of the solution shall support functionalities provided in the
earlier versions.
14 Ability to provide MIS dashboards for senior management.
15 It should have import/export tools as well as APIs that will allow users to easily
manage content and documents during staging, back-up, offline usage and
deployment.
16 The solution shall be capable of being deployed on multiple OS platforms like Linux,
Unix and Windows
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 40 of 160
17 Ability to support XML, WML, SOAP by the solution to integrate with other systems.
18 Ability to support role based access control.
19 Shall facilitate the system administrator to
� Add
� Delete
� Modify
� Password reset
� Restrict
for the user profiles.
20 Ability to provide automatic time out (log out) for user.
4.9. Software Licenses
The software licenses required if any shall be procured by the bidder. The system software
licenses required shall be genuine, perpetual, full use and should provide patches, fixes, security
updates directly from the OEM at no additional cost to MPSEDC / GoMP for the entire period of
contract. All the licenses and support should be in the name of MPSEDC. However, if the
software is open source then this provision shall not be applicable.
4.10. Integration/Interface Requirements
The implementation of the developed e-Procurement application requires integration with the
existing legacy systems & interfacing with the various user departments. The bidders shall
provide open APIs for interface with future e-commerce / m-commerce /ERP applications. The e-
Procurement system should support integration of payment gateway for electronic payment
through web towards the tender fees, earnest money and security money etc. with all security
standards in place and the Bidder shall facilitate the integration as per requirements. The e-
Procurement application must be integrated with the payment gateway & should allow bidders
to remit the funds via NEFT / RTGS. The bidder should be able to make the EMD & document fees
payment online. Also it should have a provision to get EMD automatically refunded via NEFT to
his/her account for the unsuccessful bidders.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 41 of 160
4.11. Operational Support (For 5 years)
The responsibilities of the bidder include, but are not limited to, the following:
• The operation support for end-to-end e-procurement system would be for 5 years that
would be starting from the Go-live date. The O&M period can be further extended on or
before the expiration of the contract on mutually agreed terms & conditions with the
consent of both Parties.
• Support for the all system and associated components of the e-Procurement solution
during 8 AM to 8 PM during all the days through an onsite support team of minimum
dedicated three members. The bidder has to suggest the exact requirements to meet the
SLAs. At least two resources should be full time for the helpdesk.
• Ensuring that the system is available as per the prescribed SLAs. The Bidder should install/
develop his/her own tools for monitoring the SLAs.
• Re-installations, in the event of system crash/failures.
• Develop Standard Operating Procedures (SOPs)
• Over all monitoring and management of the systems implemented, which includes
administration of Networks, UPS and all other services ancillary to these facilities, in
compliance with standards and specifications.
• Ensure overall security of the solution for protection of all the servers and systems
implemented for the project,.
• Backup of operating system, database and application as per stipulated policies which will
be defined by GoMP.
• Monitoring and enhancement of the performance of scheduled backups, schedule regular
testing of backups and ensure adherence to related retention policies. Retention policies
shall be defined by GoMP. SAN storage and other related infrastructure for backup shall
be provided by GoMP.
• Reactive maintenance that is intended to troubleshoot the system with sufficient teams
positioned at key places
• Performance tuning of the system as may be needed to comply with SLA requirements on
a continuous basis.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 42 of 160
• Escalation and co-ordination with other partners for problem resolution wherever
required.
• System administration tasks such as creating and managing users, taking backups etc.
• Whenever a component has to be replaced because of technical, functional,
manufacturing or any other problem, it shall be replaced with a component of the same
make or higher configuration. If the components are not available same shall be mutually
agreed and replaced with appropriate approved components.
4.12. Compliance to Guidelines
Bidders to ensure incorporate the guidelines as a must for the e-Procurement
System/Application. It should comply with guidelines issued by CVC/ NIC/ DIT/ GFR/ GIGW or any
other guidelines with respect to procurements issued by the Authorized Agencies from time to
time.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 43 of 160
5. Security Requirements
5.1 Information System Security (Compliance/Certification)
Quality certification of the e-Procurement Project components i.e. application is mandatory. The
software solution shall contain all suitable security features like DDOS, any virus attack or hackers
and vulnerabilities as mentioned in STQC to protect and secure the databases used by the
proposed system, data in transit etc. Appropriate access and authorization controls should be
incorporated into software.
To facilitate secured transactions, reliable data availability 24x7x365, confidentiality and
authentication, the following security controls are proposed for the solution:
5.1.1. Web Services Security
All aspects of Web services including routing, management, publication, and discovery should be
performed in a secure manner. Web services implementers must be able to utilize security
services such as authentication, authorization, encryption and auditing. Encryption of data shall
take place at client level itself. Application server shall provide SSL security. Adherence to all
security guidelines issued by Govt. of India from time to time.
5.1.2 STQC Certification
The STQC will be the designated agency to perform the task of providing compliance, conformity
assessment and quality certification. Security Feature of the incoming Bid(s) in the e-
Procurement System should have but not limited to, the following feature(s):
� The bids shall be encrypted using PKI at the bidders’ end with adequate secured level.
� The bid flow must also be further encrypted when it leaves the bidders.
� Encrypted bids should get stored in a time lock electronic tender box. And opening shall
be permitted by the authorised officers only, supported by digital certification certified by
Certifying Agency.
The bidder shall, to the extent relevant and possible, be guided by the standard information
Systems Security Policies and Guidelines issued by STQC.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 44 of 160
5.1.3 Authorization
Authorization is needed in order to control access to resources. Once authenticated,
authorization mechanisms control the requester access to appropriate system resources. There
should be controlled access to systems and their components. Policy determines the access
rights of a requester. The principle of least privilege access should be used when access rights are
given to a requester.
5.1.4 Data Integrity and Data Confidentiality
Data integrity techniques shall be deployed to ensure that information has not been altered, or
modified during transmission without detection. Data confidentiality features to be applied to
ensure that the data is only accessible by the intended parties.
5.1.5 Integrity of Transactions and Communications
This is needed to ensure that the business process was done properly and the flow of operations
was executed in correct manner.
5.1.6 Non-Repudiation
The application shall have the Non-repudiation security services to protect a party to a
transaction against false denial of the occurrence of that transaction by another party.
5.1.7 End-to-End Integrity and Confidentiality of Messages
The integrity and confidentiality of messages must be ensured even in the presence of
intermediaries.
5.1.8 Audit Trails
The design and implementation shall ensure audit trails to trace user access and behaviour, also
to ensure system integrity through verification. Audit trails shall play the role of an audit guard
that can monitor; watch resources and other agents, validating those obligations that have been
established are respected and/or discharged.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 45 of 160
5.1.9 Application Controls
Application controls must be designed such that the roles are assigned to the right controls:
• Access Controls
• Input & Output Controls
• Processing Controls
• Monitoring Transaction processing
• Authorization Controls
• Interface Controls
• Data Integrity / File Continuity Controls
• Output controls
• Change control procedures
• Version Controls
5.1.10 Database Controls
The design shall ensure the data integrity controls Atomicity, Consistency, Isolation, and
Durability. The database controls for online Transaction processing systems like Access to
database directly, Access to database through application, Access to log files, Access by the
remote terminals, DBA Controls, Backup policy and backup procedures.
5.1.11 Additional Security Features
a. Electronic tender box must be time locked and opening should be permitted by
authorized officers, supported by Digital Certification certified by GoMP.
b. Software must support authentication and authorization of each supplier for each tender.
c. Freezing of each bid will be done by digital counter signatures by the tender opening
officials.
d. Support of advanced biometric technology for security and authentication of electronic
documentation to establish unique identity with electronic signature.
e. Security would be one of the most important aspects of the department network.
f. The software solution shall contain all suitable security features and firewalls using the
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 46 of 160
latest features to protect and secure the databases used by the proposed system, data in
transit etc. Appropriate access and authorization controls should be incorporated into
software.
g. In general, the Bidder shall ensure the following:
I. Integration of all security components used in the department network
II. Secured network access provision for all authorized users
III. Ability to detect and control any unauthorized access to the system
IV. Secure data transaction within department
V. Appropriate Anti Virus rules and general security policies.
VI. Shall filter packets based on protocol, source & destination address, source &
destination ports, interface of the firewall that the packet entered
VII. Proxy operations shall, at a minimum, be operable on the content of SMTP, FTP
and HTTP protocol traffic
VIII. Shall perform inspection of connections.
IX. Support for protection of common internet applications like mail, DNS, AAA, etc.
and shall prevent IP Spoofing & Denial of Service Attacks.
X. Shall be able to filter malicious viz. Java Applets, ActiveX.
XI. Shall log different type of events viz. Traffic allowed, denied etc. in standard
formats. Filters shall allow viewing of different events based on IP address,
network numbers, connection types, domain names, date & time etc.
XII. Shall have facility to query the logs and display the appropriate results
XIII. Should support 24/7 Security Update Service
XIV. Adherence to all security guidelines issued by Govt. of India from time to time.
5.1.12 Backup Management Services
The Bidder shall provide for backup management services (conduct regular backups and
restoration (if required), of critical data and systems to achieve the required service level). The
activities shall include:
i. Backup of operating system, database and application as per stipulated policies.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 47 of 160
ii. Monitoring and enhancement of the performance of scheduled backups, schedule
regular testing of backups and ensure adherence to related retention policies.
iii. Ensuring prompt execution of on-demand backups of volumes, files and database
applications whenever required by User Departments or in case of upgrades and
configuration changes to the system.
iv. Real-time monitoring, log maintenance and reporting of backup status on a regular
basis. Prompt problem resolution in case of failures in the backup processes.
5.1.13 Maintenance
The Bidder should define and indicate the preventive maintenance schedule and procedure. Any
special tools/ instruments/ equipments required carrying out the preventive and break down
maintenance of the system offered should be clearly indicated and offered to department by the
selected bidder at no extra cost.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 48 of 160
5.2 Audit Requirement
The IS security audit is an annual activity and the service provider should facilitate it by
complying with noted deviations. The IS Audit shall be carried out by STQC.
Features Requirement
Audit Trail I. Information contained within Data records generated within
the System must be capable of being documented for audit
purposes, i.e. to form an Audit Trail.
II. Allow Audit Trails to be configurable to meet individual
Department requirements.
III. If the information is updated from the initial entry, all update
information, through to the current form, must be recorded in
an Audit Trail.
IV. The system must be able to log all the activities, up to field
level, carried out on the system by any user.
Audit Trail Security I. Data that has been Audit Stamped must not be physically
deleted from the System until it has been Archived.
II. It must not be possible to alter Audit Trail information using
the System or other utilities.
Printing of Audit Log I. The activity log should be printable.
II. It must be possible to select ranges of appropriate Audit Trails
to be printed at any one time.
Search Facility The administrator should be able to make intelligent search on the
log based on user name, time period, type of activity, etc.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 49 of 160
5.3 E-Procurement Portal Solution Requirements
Features Requirement
Provide Platform Layer The online procurement needs of various departments of Madhya
Pradesh Government shall be addressed through single, unitary
platform.
Transaction Security i. The e-Procurement Software proposed by the Bidder shall ensure
that the bids submitted by the suppliers are encrypted, using at
least 256 bit encryption, and should be ensured that such
encrypted bids cannot be viewed by any one till the commercial
bids are officially opened by the respective government officials
ii. The commercial bids submitted by the suppliers from the client
machines (browsers) shall be transported to the server in an
encrypted format and shall remain in encrypted format till the
opening of such commercial bids by authorized govt. Officials.
Portal Security Provide security features like User authentication, authorization,
role based access; rules based access, ACLs etc and should be able
to work with user information repositories including standard
relational databases and identity management systems.
Portal Presentation I. Provide consistent look & feel to the users and the
standards shall be defined for content, structure and
presentation of the portal.
II. These standards should be applied and followed
throughout the portal.
Metadata Directory I. Shall provide Metadata directories or indexes for data
about the data available in the e Procurement solution.
II. The search engine should be integrated with the metadata
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 50 of 160
directory or any other data sources created for the content
in the e Procurement solution, which enables efficient
retrieval of the information within the portal and the
database based on the access to the user.
Caching Provide caching at multiple levels including page/sections in the
page, which improves the performance of the portal, in terms of
the speed at which content is delivered to users, by caching
frequently accessed information.
Content Management Provide import/export tools as well as APIs so as to easily manage
content and documents during staging, back-up, offline usage and
for deployment.
Portal Usage Analytics I. Provide interface that manages and creates reports on
Software usage and the analysis of user or system behaviour.
Metrics that are logged shall pertain to portal user network
demographics as well as click through behaviour.
II. Enable these metrics to be analyzed in order to derive user
trends.
III. Shall provide trend analysis facility to record usage behaviour
patterns providing forward-looking predictions of
department user/supplier interests in the solution.
Interfacing to Other
Software
I. Support interfacing with participating departments’ legacy
software’s such as an inventory management system, if
available.
II. Include a standards (preferably web services) based
connector for easy integration with the legacy software.
The software should be multi platform, multi browser based.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 51 of 160
Note: Any supplier/Bidder/service provider having digital signature,
the e-Procurement software should accept such digital signature
also.
User Interface and
Usability
i. Operate over the Internet and through any web browser.
ii. The Software must not require the installation of Software on
User’s personal computers other than software normally
associated with web browser operation.
iii. All functional areas must employ a consistent look and feel
across all functions.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 52 of 160
5.4 User Registration & Access Control Management Requirements
Features Requirement
User Registration
Services
I. Should enable department users and suppliers to register
with the Software using both the User Id/Password and
Digital Certificates as required for the services catered
through the solution. The Software shall facilitate usage of
digital certificates issued by authorized PKI vendors
adhering to IT Act 2000 and approved by CCA. The Software
should interface with the new interoperability guidelines of
CCA.
II. Should provide detailed instructions for obtaining and
usage of Digital Certificates on e-Procurement portal.
III. Should enable registration of users with multiple levels of
access and authorization privileges.
User Authentication
Services
I. Support authentication mechanisms including User
Id/Password and digital Certificates issued by CA’s
approved by CCA.
II. Be able to integrate with leading PKI vendors adhering to
the IT ACT 2000 and approved by CCA.
III. Once authenticated, users should be allowed to access the
services for which he/she has enrolled and for which access
has been provided.
User Management,
Auditing & Reporting
I. Provide the Security & User administration interface for
system administrator to enable management of access
rights and privileges of users.
II. User Administration activities should be carried over a
secured and encrypted connection.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 53 of 160
III. The Passwords and other confidential information related
to the users should be stored and transmitted in a secured
and encrypted manner.
IV. Password Management services must enforce password
restrictions, which include the criteria and limitations that
can be placed on passwords to increase security. It should
provide features such as periodic forced changes, not
reusable, hard to guess, mixed characters, etc.
V. Successful/unsuccessful user login requests should be
logged for investigative purposes in case of a security
breach.
Audit Logs I. The auditing and logging should allow secure logging of
events in the software.
II. The Software should allow a choice of the persistent
storage for the logs (e.g. RDBMS, flat file).
III. The Software should be capable of secure, tamper proof
auditing and logging features.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 54 of 160
5.5 PKI Services Requirements
Feature Requirement
Acceptance of Digital
Signature Certificates
(DSC)
I. The Software should support Digital Certificates issued by
licensed CA’s in India as approved by CCA.
II. Client Digital Certificates based authentication should be
used for access to the services as mandated by GoMP.
III. The digital signatures used in e-Procurement Software must
be compliant to RSA standards as required by IT-Act 2000 and
shall adhere to any further amendments issued by Govt. of
India in this regard.
IV. The User Department shall provide Digital Signatures to their
Officials that are involved in the tendering process and
requiring access to the e-procurement systems.
DSC Validation I. Automatic validation of Digital Certificates used for
Authentication and Digital Signatures is required.
II. The validation must include check for acceptance criteria
(Issuer, Class, and Policy Identifiers), validity period, and
current CRL based revocation checking.
DSC Compliance I. Digital signing and encryption of attachments (documents)
compliant to PKCS standards is required.
II. XML Digital Signatures compliant to W3C XML-Signature syntax
and processing are required for transactions.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 55 of 160
5.6 Database System Requirements
Feature Requirement
Relational database
Requirement
A relational database Software should be deployed for storing the
service related information & records.
Support Clustering Support clustering features exploiting rapidly emerging disk storage
and interconnect technologies.
Access Control Allow for server-enforced, fine-grained access controls and also for
row level security (in conjunction with application contexts).
Data Encryption Encryption capabilities while transferring data over networks, and
ability to encrypt data stored in the database at the column level.
PKI Support Support PKI based authentication for administrative access to the
Server.
Multi-lingual Support Database must be capable of storing Unicode data formats, for
multilingual language support.
Auditing Comprehensive auditing for inserts/ deletes/ updates / selects to
quickly spot and respond to security breaches.
Comprehensive Storage The database system deployed for the solution should also address
the storage requirements of other services such as content,
transaction and activity logging etc.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 56 of 160
5.7 Requirements of Solution Integration with Departmental Information
System
The e-Procurement Software shall be designed to facilitate synchronous, real-time integration
and asynchronous integration with ERPs and Legacy applications, which are used in the
procurement processes by the user departments. The e-Procurement application should support
integration with leading ERP vendors as well as the legacy applications used by the departments.
Feature Requirement
Integration Interface to
Support Information
Exchange
I. Provide integration interfaces for inbound and outbound
communication that provide an integration framework. This
integration framework shall allow integration with multiple
EAI vendors.
II. Support a reliable Message Transport for delivery of
messages across multiple hardware and OS platforms.
III. Support adapters or other mechanisms for sending and
receiving the information to and from the standard ERP
solutions and legacy solutions.
IV. Support Message Transformation to map e-Procurement
software application server object attributes (schema) to the
corresponding formats the external systems expect.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 57 of 160
5.8 Interface with Payment Gateway
Feature Requirement
Payment
Gateway
Interface
i. Provide the interface and access to external payment gateway
services providers and should be integrated with the e-
Procurement software.
ii. The payments engine shall use a 3rd party payment service
provider or gateway to validate, authorize and collect
payments duly approved by MPSEDC.
iii. The Payments Engine should also support paperless Direct
Debit set-up and draw down.
iv. Connection to the Portal can provide the following additional
functionality:
• The Payments Engine API should provide for a real-time
response of success or failure with an authorization code
v. RTGS enabled
• Core Banking solution enabled
• Highly secure PKI enabled transactions
Payment
Instruments
Facilitate payment through credit card, debit cards and direct debit
facilities.
Support Audit of
Transactions
Provide complete audit functionality for tracking & monitoring/
reconciling the financial transactions taking place through e-
Procurement software.
Standard
Protocols
Use standard protocols such as HTTP, Secure Socket Layer (SSL) etc.,
for supporting & securing the transactions taking place through the
payment gateway.
Payment Types Allow for payment/receipt of tender fees, EMD payments, EMD
refunds and Bidder payments both in an instant and batch modes.
Also it should have a provision to get EMD automatically refunded via
NEFT to his/her account for the unsuccessful bidders.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 58 of 160
5.9 India Localization
Feature Requirement
Currency i. The base currency of the System must be Indian Rupees.
ii. Handle multiple currency transactions, if required.
Language Multilingual support - English and Hindi
Compliance i. Other relevant legislations applicable in the State.
ii. Be compliant with Indian tax regulations and
iii. IT Act 2000 and other relevant legislation.
Local Calendar i. Support local calendar, including public holidays;
ii. Be able to process date-oriented functions with appropriate regard
to leap years, public holidays, local anniversaries and weekends.
5.10 Data Search, input, validation and confirmation
Feature Requirement
Simple and
Quick Search
Features
I. Where a functional Requirement is noted as “search” the System
must provide intuitive search facilities to locate particular records
quickly.
II. Allow Users to locate key items quickly through on-line search
facilities in a variety of ways including product code, supplier
code, department code etc.
Error Message I. Issue clear, unambiguous error messages in a consistent manner,
so that errors are highlighted.
II. The error message generated by the System must indicate the
appropriate corrective action to the User.
III. Error messages, codes, descriptions of codes, menus and help
text must be held in a central repository in the System for ease of
alteration.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 59 of 160
5.11 Documentation
Feature Requirement
User Manual Vendor shall provide user manuals that provide a functional
description of all the facilities available must be available online.
Technical
Manual
Vendor shall provide technical manuals that provide the procedures
for system configuration, parameter configuration, system fine
turning, security configuration any other configuration and system
installation and management information.
On-Screen Help The System must provide context sensitive on-screen help facilities at
operation and field level.
Version
Management
Documentation must be comprehensively indexed and updated for
each Revision and Version.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 60 of 160
5.12 Overall Solution Security Requirements
Feature Requirement
Map User
Information
Provide the ability to map together two sources of user
information. For instance, LDAP is very good at storing largely
static data about users. However in there is some data about
users that is highly dynamic, it can be more efficient to store such
information in an RDBMS, and retain the static data in LDAP. The
Software should provide a method for linking the two. For
example a users ID and contact details are largely static, whereas
transactional information relating to the user (i.e. service
registration details) are liable to frequent changes.
Browser based
password change
service
Features such as minimum password length, minimum number of
numeric characters, forced password change with optional grace
logins, non-dictionary words, password history etc.
Access control to
information
i. Be able to support a variety of ways to restrict access for
specific users to only certain resources in the e-Procurement
Software.
ii. The System must provide single sign-on- to all functional areas
Scalable & Portable
solution
Provide scalable access services for the portal solution, including
scalability in terms of number of users, user groups, resources,
and access control policies.
Open & extensible
Security platform
Provide a robust & customizable security Software that meets the
application requirements of the e-Procurement software. An
open, extensible architecture & documented application
programming interfaces (APIs) enable developers to customize an
access control system to their specific requirements. A platform
that will grow with additional application deployment & scales as
user traffic grows, while providing highest level of reliability is
required.
Uninterrupted
Security
services/automated
load balancing to
backup services
Provide for load balancing to enable a fully scalable solution. It
should also enable continued service on failure of one or more of
its component parts.
Secure storage of Provide for the ability to securely store critical data within the
LDAP or other user directory structure or any user related
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 61 of 160
critical items database so that database administrators or any unauthorized
users do not have access to such items as passwords and other
critical documents of any oration
Detailed session
Management
abilities
Provide for session settings such as idle or max session time-outs,
concurrent sessions and other session control settings
Web Access Filtering i. Examine all traffic to all services/pages being protected by the
solution.
ii. All access attempts to the web server / application should be
intercepted and examined for authentication & authorization
requirements.
Security Monitoring i. Be capable of comprehensive logging of the traffic through the
network and applications under its control
ii. Be capable of logging unauthorized access attempts in to the
internal resources, and attempts to login that fail.
iii. Also be capable of notifying appropriate parties including the
department users/security administrators etc of suspicious
activity.
Configuration
Management
Provide a way of controlling changes to configuration, if a major
change to configuration is made then a way of recording this
change must be provided with the possibility of rolling back
through previous configurations in the case of problems.
Virus Management i. The portal environment, including the documents uploaded by
the users, needs to be adequately protected against viruses.
ii. Run most up-to-date anti-virus software to avoid malicious
program to cause damage to the systems.
Security-User
profiles
i. For an administrator - The system should provide two layers of
access control over the creation/modification of user profiles.
ii. For the first login by a user, the system should prompt the user
to change his password.
iii. When a user logs-in, the system should show him the date &
time of last login.
iv. Restrict user access based on the privileges assigned to the
user.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 62 of 160
Log User Activities
i. Maintain a log of all the activities carried out by a user along
with a date and time stamp.
ii. Maintain a log of all activities carried out by an administrator.
Bid Encryption I. The commercial bids of the suppliers should be encrypted
at the database level.
II. The system should support 256-bit encryption for
transmission of the data over the internet.
Database Access Any access to the e-Procurement Software database should only
be via application/portal authorization.
Physical Security Physical security for the solution should address securing all
information assets form physical access by unauthorized
personnel. For example, the data centre server infrastructure
should not be physically accessible by anyone other than the
responsible for on-site maintenance of the systems.
Compliance With
Standards
i. The technology solution should comply with BS7799 standards.
Subsequently periodic surveillance audits must be carried out.
ii. The technology solution should comply with CVC guidelines.
iii. Security certification process shall include audit of network,
server and application security mechanisms.
Audit trail Maintain complete audit trail of all system related activities.
User Authentication Provide for two-factor authentication for authorizing access to
the System.
Encryption & Time
stamping
Provide for digital signing, encryption and time-stamping of
internal documents at various stages.
Adherence to IT Act
2000
The system shall adhere with the guidelines provided in IT Act
2000
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 63 of 160
5.13 Implementation Model/Approach
MPSEDC proposes to implement new e-Procurement system in a phased manner across
departments in the State. The Software must be Internet based and accessible by both
Government employees and the contractor community from all over the world. The services shall
be made available to the government employees through internet by MPSEDC.
In the first phase, MPSEDC requires to implement the following specified modules across all the
departments of GoMP:
a. Registration of Suppliers/ Contractors
b. Indent Management
c. e-Tendering
d. e-Auctions
e. e-Payments
f. MIS & Accounting
Once the infrastructure & software development is completed, the bidder has to implement the
solution on pilot basis that would comprise of all the department/ agencies on board who are
currently using e-tendering solution and test solution till the successful completion of the pilot.
The Go-Live date would be considered with effect from the clearance of First phase Pilot
implementation.
In the second phase, MPSEDC requires to implement the other modules (Contract Management
& Catalogue Management) on pilot basis in few selected departments. Then, when the Bidder
has exhibited its capability to deploy the sought modules, the system shall be gradually rolled-
out across all the departments in the Government.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 64 of 160
5.13.1. Implementation Model with Timelines – O&M for 5 year
S/N Activity/Task/ Milestones Time to Completion
(in Weeks**)
1 Project Start T
2 Study of As-Is and preparation of To-Be Workflow
processes.
T+2
3 Customization & Testing of e-Procurement Software
Application.
T+4
4 Integration with third party tools like payment gateway. T+6
5 Deployment of Phase-I modules (including Training to
user departments).
T+8
6 Migration of existing Departments on New Application. T+12
7 Parallel run and stabilisation phase. T+16
8 Project Sign-off (Go-Live Date). T+18
‘T’ refers to project start date. This should be within 2 weeks of signing of contract. O&M Phase
will start from the date of project signoff and will last for 5 (Five) year.
Note: As the project involves live takeover of user departments using e-tendering, thus the
aforesaid timelines should be strictly adhered to the given schedules.
5.13.2. Training
The objective is to build internal capacities to support the line departments of the State on an
on-going basis on usage of e-Procurement system along with the bidders/ users. MPSEDC will
provide class room infrastructure for ongoing training. Service provider shall provide training
material on usage of the application in hard as well soft copy to be distributed during the
training. Training shall also be provided for teaching the basic trouble shooting activities in case
of problems.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 65 of 160
The Bidder will provide necessary training to department users. Bidder should consider all the
costs related with training like manuals, travelling cost and trainer cost. The bidder has to depute
two master trainers for the purpose of continuous training. The master trainer may be required
to travel to district level for providing training in case GoMP establishes the site for decentralized
trainings.
The Bidder will be responsible for following types of training:
(I) Technical training for the MPSEDC central team of at least 4 members
(II) Continuous end user training, to be imparted.
(III) All the end users through different batches
5.14. Governance Structure
The steering committee established by the Government shall be the apex governing body.
5.15. Roles & Responsibilities
5.15.1. Bidder’s Responsibilities
i. To submit Pre-Qualification documents as required.
ii. To understand the Scope of Work and the expected Outcomes & Deliverables.
iii. To obtain necessary clarifications during Pre-Bid meeting, for preparing a
comprehensive Proposal.
iv. To provide a comprehensive RFP response for e-Procurement System.
v. To provide necessary collaterals to substantiate RFP response.
vi. To present the salient features of RFP response to facilitate evaluation.
vii. To prepare System Integration Plan, FRD, SRS, Solution Architecture, System
Deployment Plan, etc. as per requirements for the respective phase.
viii. To develop e-Procurement System as per committed plans and timelines.
ix. To ensure Quality Assurance of developed system.
x. To deploy e-Procurement System as per committed Deployment plan.
xi. To monitor Risks and mitigate them continuously.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 66 of 160
xii. To complete User Acceptance & Sign-Off for Phase wise functionalities.
xiii. The Customization of the application using the infrastructure of the bidders at bidders
development centre. If the local office does not exist, the bidder will open a Project
Office with development centre within 15 days of award notification and establish
development centre.
xiv. Submission of the reports to department on project progress on weekly basis.
xv. Data migration for the master data - Prepare routines for data migration of the
existing data to the new system.
xvi. Configuration management of the system during O&M period.
xvii. Furnish all deliverables as per the RFP.
xviii. The service provider shall design a detailed training program for the staff users.
xix. Deliver the deliverables as per the contract terms and conditions.
xx. Responsibility of getting sign-off on As-Is & To-Be Processes from the Department.
xxi. Adding value to the To-Be Process documents provided in the RFP.
xxii. Responsibility to conduct further research on process reform.
xxiii. Bring to the attention of the Government GPR opportunities.
5.15.2. Stakeholder Departments Responsibilities
i. To participate in Program Governance processes as required.
ii. To facilitate departmental process changes as required for e-Procurement System
deployment.
iii. To provide SPOCs for acceptance & sign-off for the deployed e-procurement System
for respective Phases
5.15.3. IT Department Responsibilities
IT department shall be the apex project controlling department and shall issue necessary
guidelines from time to time.
5.15.4. MPSEDC
MPSEDC shall act as the Nodal Agency & MPSEDC will have the overall responsibility for the
smooth implementation of the whole project. MPSEDC would be responsible for monitoring the
e-procurement project as a whole.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 67 of 160
5.16. Project Deliverables
The suggested list of deliverables (but not limited to) from the successful bidder includes:
i. Document containing detailed requirement capture and analysis including functional
requirement, Interface Specifications, application security requirements and As-Is & To-
Be workflows.
ii. High Level Software Design document including Software Architecture design, Logical and
Physical Database Design etc. Test Plans and Test cases at overall level
iii. Tools to monitor the SLAs should be supplied by the Bidder.
iv. Training Plan, Training Manuals and literature
v. User Administration Manuals
vi. User manuals
vii. Operational Manuals
viii. Migration Plan (Existing e-Procurement System to New System)
ix. Periodic Status and Review Reports
x. Internal Review and testing documents of the Bidder.
xi. Escalation Mechanism
xii. Exit Management Plan.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 68 of 160
6. Instruction to Bidders
6.1. Introduction & Issuer
M.P. State Electronics Development Corporation Ltd. is the agency of the state working towards
promotion & implementation of IT and e-Governance. MPSEDC is a corporation under the
Department of Information Technology, Government of Madhya Pradesh (GoMP).
MPSEDC invites the interested & eligible agencies for the Customization, Integration, Data
Migration, and Implementation and Maintenance of the e-Procurement application software to
submit their Pre Qualification, Technical and Commercial offers in accordance with the
conditions and manner prescribed in this RFP document.
6.2. Compliance & Completeness of Response
6.2.1. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP document carefully. Submission of bid shall be deemed to have been
done after careful study and examination of the RFP document with full understanding of its
implications.
6.2.2. The response to this RFP should be full and complete in all respects. Failure to furnish all
information required by the RFP documents or submission of a proposal not substantially
responsive to the RFP documents in every respect will be at the bidder's risk and may result in
rejection of its proposal and forfeiture of the bid EMD.
i. Failure of the Bidder to reach an agreement on the terms & conditions of the Contract
shall constitute sufficient grounds for the annulment of the award of contract, in
which event the contract may be awarded to the next most responsive bidder.
ii. Failure to comply with the requirements of this paragraph may render the Proposal
non-compliant and the Proposal may be rejected. Bidders must:
1. Include all documentation specified in this RFP;
2. Follow the format of this RFP and respond to each element in the order as set out
in this RFP.
3. Comply with all requirements as set out within this RFP.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 69 of 160
6.2.3. Even though the bidders meet the qualifying criteria, they are subject to be disqualified if
they have:
1. Made misleading or false representations in the forms, statements and
attachments submitted in proof of the eligibility requirements;
2. A record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, delay in payment of
salary to its staff deployed to client’s site, litigation history, or financial failures
etc.;
3. Submitted a bid which is not substantially responsive to the requirements stated
in the tender document.
6.3. Proposal Preparation Costs
6.3.1. The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of proposal,
in providing any additional information required by MPSEDC to facilitate the evaluation process,
or all such activities related to the bid process. MPSEDC will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
6.3.2. This RFP does not commit MPSEDC to award a contract or to engage in negotiations.
Further, no reimbursable cost may be incurred in anticipation of award.
6.3.3. All materials submitted by the bidder become the property of MPSEDC and may be
returned at its sole discretion, provided, any materials which are identified as “Proprietary and
Confidential Material of Bidder” shall remain the property of such bidder and MPSEDC shall
maintain confidentiality of such materials.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 70 of 160
6.4. Signing of Communication to MPSEDC
All the communication to MPSEDC including this RFP and the bid documents shall be signed on
each page by the authorized representative of the bidder and authority letter should be attached
with the bid.
6.5. Cost of RFP
The RFP document fee is Rs 10,000/- to the bidders. The soft copy may be downloaded from the
MPSEDC website “www.mpsedc.com”. The bidders should submit the RFP Document fee in form
of a crossed demand draft from any scheduled/ nationalized bank drawn in favour of “Managing
Director, MPSEDC” payable at Bhopal along with Technical Proposal.
6.6. Transfer of RFP
The RFP Document is not transferable to any other bidder.
6.7. Pre-Bid Meeting
MPSEDC will host a Pre-Bid Meeting as per the schedule given in this RFP. It is not mandatory for
all bidders to attend this meeting. All those who have obtained bidding document can participate
in pre-bid meeting to seek clarification on the bid if any. Bidders shall submit their queries in
writing as per the stipulated timelines.
6.8. Bidder inquiries and MPSEDC’s response
6.8.1. All enquiries / clarifications from the bidders, related to this RFP, must be directed in
writing exclusively to the contact person notified in this RFP document.
6.8.2. The preferred mode of delivering written questions to the aforementioned contact person
would be through mail or fax or email. Telephone calls will not be accepted. In no event will
MPSEDC be responsible for ensuring that bidders' inquiries have been received by MPSEDC.
6.8.3. After distribution of the RFP, the contact person notified by MPSEDC will begin accepting
written questions from the bidders. MPSEDC will endeavour to provide a full, complete, accurate,
and timely response to all questions. However, MPSEDC makes no representation or warrants as
to the completeness or accuracy of any neither response, nor does MPSEDC undertake to answer
all the queries that have been posed by the bidders. The responses to the queries from all
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 71 of 160
bidders will be distributed to all.
6.8.4. No request for clarification from any bidder shall be entertained after the issue of Pre-bid
Clarifications and amendments and beyond the date & time of acceptance of written Pre-bid
queries.
6.9. Clarification on Bid Document
6.9.1. A prospective Bidder requiring any clarification of the bid documents may notify GoMP
Contact Person. Written copies of the GoMP response (including an explanation of the query but
without identifying the source of inquiry) will be sent to all prospective bidders that have
received the bid documents.
6.9.2. The concerned contact person will respond to any request for clarification of bidding
documents which it receives no later than bid clarification date mentioned in the notice prior to
deadline for submission of bids prescribed in the tender notice. No clarification from any bidder
shall be entertained after the close of date and time for seeking clarification mentioned in tender
call notice. It is further clarified that MPSEDC shall not entertain any correspondence regarding
delay or non receipt of clarification.
6.9.3. In order to afford prospective bidders a reasonable time to take the amendment into
account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the
submission of bids suitably
6.10. Address for Clarification
The Managing Director,
M.P. State Electronics Development Corporation,
147 Zone-I, M.P.Nagar, Bhopal- 462011
Website: www.mpsedc.com
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 72 of 160
6.11. Amendment of Bid Document
At any time prior to the deadline for submission of bids, MPSEDC for any reason, whether at its
own initiative or in response to a clarification requested by a prospective bidder, may modify the
bid documents by amendment. All prospective bidders those have received the bid documents
will be notified of the amendment through email or by uploading on website and such
modification will be binding on all bidders. In order to allow prospective bidders reasonable time
in which to take the amendment into account in preparing their bids, the MPSEDC, at its
discretion, may extend the deadline for the submission of bids. It is vital that bidders read and
fully understand all the requirements included in the RFP.
If MPSEDC deems it appropriate to revise any part of this RFP or to issue additional data to clarify
an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such
corrigendum shall be deemed to be incorporated by this reference into this RFP.
6.12. General Instructions
6.12.1. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions about
the solution needed to meet the requirements. Bidders and recipients of this RFP may wish to
consult their own legal advisers in relation to this RFP.
6.12.2. All information supplied by Bidders may be treated as contractually binding on the
Bidders, on successful award of the assignment by MPSEDC on the basis of this RFP.
6.12.3. No commitment of any kind, contractual or otherwise shall exist between the parties
unless and until a formal written contract has been executed by or on behalf of MPSEDC. Any
notification of preferred bidder status by MPSEDC shall not give rise to any enforceable rights by
the Bidder. MPSEDC may cancel this public procurement at any time prior to a formal written
contract being executed by or on behalf of MPSEDC.
6.12.4. This RFP supersedes and replaces any previous public documentation & communications,
and Bidders should place no reliance on such communications.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 73 of 160
6.13. General Eligibility
6.13.1. This invitation for bids is open to all Indian firms who fulfil Pre-Qualification criteria.
6.13.2. Bidders marked /considered by MPSEDC/GoMP to be ineligible to participate for non-
satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall
not be eligible.
6.13.3. Breach of general or specific instructions for bidding, general and special conditions of
contract with MPSEDC or any of its user organizations may make a firm ineligible to participate in
bidding process.
6.13.4. The selected single Bidder shall not outsource the work to any other 3rd Party Bidder
without the consent of MPSEDC, which shall not be unreasonably withheld. Any violation may
invite imposition of sanctions, which shall include forfeiture of the security deposit, revocation of
bank guarantees (including the ones submitted for other work orders) and termination of the
Contract for default.
6.14. Site Visit
The bidder shall bear all the cost associated with the preparation and submission of bid including
presentations. The client/consultant will in no case be responsible or liable for those costs.
6.15. Bid Validity
All the bids must be valid for a period of 180 days from the last date of submission of the tender
for execution of Contract Agreement. However, the quoted rates should be valid for the initial/
extended period of the contract from the effective date of the Contract Agreement. No request
will be considered for price revision during the contract period.
6.16. Documents Comprising the Bid
The bids prepared by the bidder shall comprise of the following:
� Proposal Covering letter
� A board resolution authorizing the bidder to sign/ execute the proposal as a binding
document and also execute all relevant agreements forming part of RFP.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 74 of 160
� Power of attorney executed by the bidder in favour of the Principal Officer or the duly
Authorized Representative, certifying him as an authorized signatory for the purpose of
this tender.
� Declaration that the bidder has not been debarred / blacklisted by any Govt. / Semi-Govt.
organization for quality of services / product and there is no major complaint against the
bidder by any organization
� RFP fee in the form of a demand draft.
� Earnest Money Deposit (EMD) amount in the form of a Demand Draft.
� Technical Proposal Cover Letter
� Technical proposal
� Commercial proposal Cover letter
� Commercial proposal
� Team Composition
� Curriculum Vitae (CV) of Proposed Staff
6.17. MPSEDC’s right to modify submission deadline
MPSEDC may, in exceptional circumstances and at its discretion, extend the deadline for
submission of proposals by issuing an corrigendum or by intimating all bidders who have been
provided the proposal documents, in writing or by facsimile, in which case all rights and
obligations of the project and the bidders previously subject to the original deadline will
thereafter be subject to the deadline as extended.
6.18. MPSEDC’s right to terminate the process
6.18.1. MPSEDC may terminate the RFP process at any time and without assigning any reason.
MPSEDC makes no commitments, express or implied, that this process will result in a business
transaction with anyone.
6.18.2. This RFP does not constitute an offer by MPSEDC. The bidder's participation in this
process may result in MPSEDC selecting the bidder to engage in further discussions and
negotiations toward execution of a contract. The commencement of such negotiations does not,
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 75 of 160
however, signify a commitment by MPSEDC to execute a contract or to continue negotiations.
MPSEDC may terminate negotiations at any time without assigning any reason.
6.19. Earnest Money Deposit (EMD)
6.19.1. Bidders shall submit, along with their bids, EMD of Rs. 5,00,000 (Rupees Five Lacs only) in
the form of a Crossed Demand Draft/Bank Gauranttee only drawn from any
scheduled/nationalized bank in favour of “Managing Director, MPSEDC” payable at Bhopal, valid
for six months from date of the pre bid meeting. EMD in any other form shall not be entertained.
6.19.2. The EMD shall be denominated in Indian Rupees only.
6.19.3. No interest will be payable to the bidder on the amount of the EMD.
6.19.4. Unsuccessful bidder’s EMD will be discharged/ returned as promptly as possible, but not
later than 30 days after the award of the contract to the selected Bidder.
6.19.5. The EMD may be forfeited:
I. If a bidder withdraws his bid or increases his quoted prices during the period of bid
validity or its extended period, if any; or
II. In the case of a successful bidder if the bidder fails to sign the contract for any reason
directly attributable to the bidder or to furnish Performance Bank Guarantee within
specified time in accordance with the format given in the RFP.
III. The EMD shall be submitted with the Prequalification cover in a separately sealed
envelope as mentioned in this section at Stage I. Bids submitted without adequate EMD
will be liable for rejection.
IV. Bids Submitted with EMD not Valid in the specified period will also be rejected
V. During the bid process, if any information is found wrong / manipulated / hidden in the
bid. The decision of MPSEDC regarding forfeiture of the EMD and rejection of bid shall be
final & shall not be called upon question under any circumstances.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 76 of 160
6.20. Bidding Procedure
The evaluation of the proposals will be carried out in three stages (EMD & PQ, Technical and
Commercial) and at the end of every stage short listed bidders will be informed to have fair and
healthy competition. The following is the comprehensive procedure for selection of bidders at
each and every stage. Each copy of Tender Document Fees, EMD & Pre Qualification, Technical
bid and commercial bid of the tender should be covered in separate sealed covers super-scribing
“Tender Document Fees”, "EMD & Pre Qualification” ”Technical Bid" and “Commercial Bid”
respectively. Each copy of each bid should also be marked as "Original" and "Copy" as the case
may be. Both the copies of each bid along with the envelop of Tender Document Fees should be
put in a single sealed cover super-scribing “EMD & Pre Qualification”, “Technical Bid" and
“Commercial Bid” as the case may be.
Please note that prices should not be indicated in the technical bid but should only be indicated
in the commercial bid. It is proposed to have a Three Cover System for this tender:
I EMD (Original) & Pre Qualification Bid – (2 copies) in one cover
The bidder shall furnish the information in the required formats specified in Annexure-C [Stage-I
Bidding (Pre-Qualification)]. In case the bidder fails to provide necessary information or fails to
fill any columns, bid will be liable to be treated, as non-responsive. Information furnished after
opening of the Stage-I bids will not be considered for evaluation purpose. Stage-I bidding formats
consists of the following information.
The Pre-Qualification Bid shall include:
It shall include the following information about the firm:
1. Name of the company/ organization registered with ROC in Form P#1
2. Turn over details in Form P#2
3. e-Procurement Implementation Experience in Form P#3
4. Quality Certification obtained by the company in Form P#4
5. Certificate proving that they are not black listed by any Central/ State Govt.
Department/corporation - Form P#5
6. Other information, if any required in the bid document (own format)
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 77 of 160
II Technical Bid - (2 copies) in one cover
The bidder shall furnish the information in the required formats specified in Stage-II Bidding
(Technical Bid)]. In case the bidder fails to provide necessary information or fails to fill any
columns, bid will be liable to be treated, as non-responsive. Information furnished after opening
of the Stage-II bids will not be considered for evaluation purpose.
The Technical Bid submitted by the bidder will be evaluated in this stage. The evaluation
committee will evaluate the Technical Bids in detail in order to determine whether they are
substantially responsive to the requirements set forth in the Request for Proposal. In order to
reach such a determination, department will examine the information supplied by the bidders,
and shall evaluate the same as per the evaluation criteria specified in this RFP.
• The Technical Bid Opening Committee will open all the parts of Technical Proposals, in
the presence of Bidders' designated representatives who choose to attend, at the time,
date, and location, to be intimated by MPSEDC.
• The department shall review the submitted proposal and a Proposal shall be rejected at
this stage if it does not respond to important aspects of the RFP or if it fails to comply
with the technical requirements.
• Proposal may be rejected at any stage of the evaluation if it is found that the company
has provided misleading information or has been black listed by a central or state
government or has indulged in any malpractice/ unethical practice and has not honoured
contractual obligation elsewhere. MPSEDC shall have the rights to verify the same.
• The Bidders would be required to make presentation/ demo on technical and operations
aspect (including timelines) of the bid at the time, date, & location, to be intimated by
MPSEDC. Along with other points the Technical Presentation should have following
salient points:
o Presentation on Technical Architecture.
o How the solution will address non-functional requirements such as security,
scalability, response time, reliability etc.
o Presentation on Hardware specifications & configurations and the capacity
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 78 of 160
planning and assessment for the solution taking into account a period of 5 years.
o Backup management & disaster recovery mechanism.
o Bidder shall demonstrate their mechanism to adhere to SLAs.
o Team composition with experience & qualification.
• After the technical evaluation is completed MPSEDC shall notify in writing to the bidders
that have complied with the technical criterion specified in the RFP the date, time and
location for opening the Financial Proposals.
• Evaluators of Technical Proposals shall have no access to the Financial Proposals until the
technical evaluation is concluded and the same is approved by the appropriate
committee.
At this stage the bidder are expected to provide information for evaluation based on the
following criteria in Form T#1:
1. Technology model.
2. Project execution plan
3. Manpower deployment plan.
4. Implementation Methodology Plan.
5. Security Methodology and Plan.
6. Issues and Risks in the implementation of the Project.
7. Data Migration Plan
8. Past Experience & learning for e-Procurement project in Form T#2
III Commercial Bid - (2 copies) in one cover
The commercial proposal of the short-listed bidders in Stage-II will only be opened. Based on the
results of the technical evaluation, duly constituted financial evaluation committee will proceed
to open and evaluate the financial proposal of the technically acceptable Bidders. The financial
evaluation will take into account the information supplied by the Bidders in their financial
proposal.
Note: Any bidder who offers discounts/ benefits suomoto after opening of commercial bid(s)
will be automatically disqualified from the current bidding process without any prior
notification and also may be disqualified for future bidding processes in MPSEDC.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 79 of 160
6.20.1. Each copy of the tender should be a complete document and should be bound as a
volume. The document should be page numbered and appropriately flagged and must contain
the list of contents with page numbers. Different copies must be bound separately. Any
deficiency in the documentation may result in the rejection of the bid.
6.20.2. In case of any discrepancy observed by MPSEDC in the contents of the submitted original
paper bid documents with respective copies, the information furnished on original paper bid
document will prevail over the copy.
6.20.3. As part of the bid, bidder should also provide the technical bid in soft copy format, in the
form of a non-re-writeable CD (Compact Disc) as follows:
a) One set of CD containing the technical bid - should be sealed along with the hard copies
of the respective technical bids. The CD should contain a single PDF file with all the
relevant information included in a sequence exactly as in the paper proposal.
b) All CDs submitted by the bidder must be in sealed covers. The sealed covers as well as the
CD media must be duly signed by the bidder using a Permanent Pen/Marker, should be
super-scribed with “Technical Bid-Soft Copy from <<Bidder Name>>” and should bear the
name and number of the RFP.
c) Bidder must ensure that the information furnished by him in respective CDs is identical to
that submitted by him in the original paper bid document. In case of any discrepancy
observed by MPSEDC in the contents of the CDs and original paper bid documents, the
information furnished on original paper bid document will prevail over the soft copy.
d) Bidder must ensure that technical bid CDs do not contain any commercial items / prices.
e) Telex/Telegraphic/Tele-fax bids will not be considered. All out-station bids, if sent by
post, should be sent under registered cover.
If the outer envelope is not sealed and marked as indicated above, MPSEDC will assume no
responsibility for the bid’s misplacement or premature opening.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 80 of 160
6.21. Authentication of Bid
The original and all copies of the bid shall be typed or written in indelible ink. The original and all
copies (hard copies) shall be signed by the bidder or a person or persons duly authorized to bind
the bidder to the contract. A letter of authorization shall be supported by a written power of
attorney accompanying the bid. All pages of the bid, except for un-amended printed literature,
shall be signed and stamped by the person or persons signing the bid.
6.22. Validation of interlineations in Bid
The bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the bidder, in which case such corrections shall be counter signed by the person
or persons signing the bid.
6.23. Language of Bids
6.23.1. The bids prepared by the bidder and all correspondence and documents relating to the
bids exchanged by the bidder and MPSEDC, shall be written in English language, provided that
any printed literature furnished by the bidder may be written in another language so long the
same is accompanied by an English translation in which case, for purposes of interpretation of
the bid, the English translation shall govern.
6.23.2. This bid should be filed in English language only. If any supporting documents submitted
are in any language other than English, translation of the same in English language is to be duly
attested by the bidder.
6.24. Bid Validity
The bid validity period shall as indicated in the bid document. A bid having validity for shorter
period shall be treated as non-responsive and rejected.
6.25. Deadline for submission of Bids
The MPSEDC at the address specified in the Bid Document not later than the date and time
indicated in bid document must receive bids. The Client may, at its discretion, extend this
deadline for submission of bids by amending the Bidding Documents, in which case all rights and
obligations of the Client and Bidders will thereafter be subject to the deadline as extended.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 81 of 160
6.26 Late Bid
Any bid received by MPSEDC after the bid submission deadline prescribed in the Bid Data Sheet
shall be rejected and returned unopened to the bidder.
6.27. Withdrawal of the Bids
The Bidder may withdraw their bids after submission provided MPSEDC receives information one
day prior to the deadline date prescribed for bid submission receives a written consent. No bid
can be withdrawn after expiry of time allowed for withdrawal of bid till bid validity period.
Withdrawal of bid during this prohibited period will result in forfeiture of bid security (EMD).
6.28. Disqualification of bids
MPSEDC may at its sole discretion and at any time during the processing of tender, disqualify any
bidder from the tendering process if the bidder has:
6.28.1. Submitted the tender after the prescribed date and time of submission of bids.
6.28.2. Made misleading or false representations in the forms, statements and
attachments submitted in proof of the eligibility requirements.
6.28.3. If found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being involved in
litigation or financial failures, etc.
6.28.4. Submitted bid document, which is not accompanied by required documentation
and Earnest Money Deposit (EMD) or non-responsiveness.
6.28.5. Failed to provide clarifications related thereto, when sought.
6.28.6. If the technical offer contains any price information the offer will be summarily
rejected.
6.28.7. Conditional bids will be summarily rejected.
6.28.8. 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.
6.28.9. If found to submit more than one bid.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 82 of 160
6.29. Bid Submission Format
The entire proposal shall be strictly as per the format specified in this Request for Proposal. Bids
with deviation from this format shall be rejected.
6.30. Opening of Bids
Bids will be opened in the presence of bidder’s representatives who choose to attend. The bidder
representatives who are present shall sign a register evidencing their attendance. The bidders
names, bid modifications or withdrawals, discounts, and the presence or absence of requisite bid
security and such other details of MPSEDC officer at his/her discretion, may consider
appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except
for late bids, which shall be returned unopened. Bids that are not opened and read out at bid
opening shall not be considered further for evaluation, irrespective of the circumstances.
Withdrawn bids will be returned unopened to the bidders.
No Commercial bid shall be rejected at the time of Bid Opening. Opening of Commercial bids may
or may not happen in presence of bidders as decided by MPSEDC at the time of opening of
Commercial bids; however the successful bidder shall be informed.
6.31 Clarification of Bids during Evaluation
During evaluation of the bids, MPSEDC may, at its discretion, ask the bidder for clarification of its
bid content and seek information.
6.32. Preliminary Examination of the Bids
Preliminary scrutiny will be made to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether
the documents have been properly signed, and whether the bids are generally in order.
Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price shall be corrected. If the Bidder does not accept the
correction of the errors, its bid will be rejected and its bid security may be forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 83 of 160
Prior to the detailed evaluation, MPSEDC will determine the substantial responsiveness of each
bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is
one, which conforms to all the requirements, pre-conditions, and technical specifications of the
bidding documents without material deviations.
If a bid is not substantially responsive, it will be rejected by MPSEDC and may not subsequently
be made responsive by the bidder by correction of the nonconformity.
6.33. MPSEDC’s Rights to Accept / Reject any or all Proposals
MPSEDC reserves the right to accept or reject any proposal, and to annul the bidding process and
reject all bids at any time prior to award of contract, without thereby incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or bidders of the
grounds for MPSEDC’s action.
6.34. Bid Prices
The bidder shall express their bid price for the information system using the price schedule form
provided in the bidding documents. All costs and charges related to the bid shall be expressed in
Indian Rupees. Following would be the Business Model in this regard:
• The SSP will be remunerated for the services rendered on a “transaction fee” model that
would be charged from the tenderers under PPP model. The methods prescribed for
calculating the transaction fee are explained in this section.
• The transaction fees paid to the SSP is calculated at the module level which is comprised
of the following modules:
1. Centralized Registration of Suppliers/ Contractors
2. Indent management
3. e-Auction
4. e-Tendering
5. Contract management
6. Catalogue management
7. e-Payments
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 84 of 160
8. Accounting and
9. Management Information Systems (MIS)
• Some of the 9 modules have been clubbed together and termed as a unit for transaction
fee calculation purposes. A payment mechanism is not devised specifically for the last
three modules (e-Payments, Accounting and MIS), since they are an integral part of the
rest of the modules. These three modules, though they are identified individually, are
very much so an integral part of the six modules explained above. The successful bidder is
expected to implement the three modules in an integral manner with the rest of the
modules. For provision of the modules, the bidder shall not seek a separate payment.
• The clubbing of the modules has resulted in 5 units, for each of which a method is
prescribed for calculating the transaction fee. Looking at the business model holistically, a
combination of methods has been adopted to calculate the pay-outs made to the private
partner for provision of the different services of e-Procurement system.
• Since e-Procurement is a commercial activity, it is proposed that the transaction fee shall
be paid by the supplier/contractor organizations responding to the government
procurement requirements. In a few instances, the Government has defined a cap or
ceiling on the fee the SSP can charge for provision of the services of a module. Such a
cap/ ceiling has been defined as a measure to protect the interests of the suppliers/
contractors and to ensure that unduly high rates charged for such services would not
adversely affect the growth of the usage of the e-Procurement system.
• In the tenders where Estimated Contract Value (ECV) is not mentioned, the minimum Cap
of that module will be applicable.
• The e-Procurement system is comprised of the following 5 units, for each of which a
method for calculation of Service Charge is defined:
i. e-Tendering and e-Auction modules
ii. Indent management, e-Tendering and e-Auction
iii. Contract management module
iv. Catalogue procurement module
v. Centralized supplier registration module
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 85 of 160
• In the methods prescribed, the Government seeks information on the rates quoted by the
ASP. To arrive at a final commercial quote, the ASPs are required to input the rates
quoted by them within procurement scenarios provided in the commercial quote formats
and calculate the Rupee value sought to undertake the transactions specified in the
scenario.
• A set of scenarios included in the RFP have been prepared based on the volume of data
gathered from the existing departments/ agencies that are using the e-tendering
application of GoMP. The base data represents the volume of procurement handled by
the departmental units in the year 2011-2012 in approximation which is bifurcated based
on the slab mentioned in each table based on certain percentage of users that are
expected to use the particular module.
• The SSPs however shall not regard the indicated numbers as a commitment or guarantee
from the Government for providing such a volume of business through the e-
Procurement Portal. While the commercial quote is the final output taken into
consideration for bid-evaluation purposes, the rates (percentage, fixed fee and so on)
quoted by SSPs are the commitment the SSPs make in their commercial bid response.
• The Price has to be quoted as per the format specified in Annexure 2. While Annexure 2A
is the summary of all the units, Annexure 2B is the values & percentages that need to be
filled by the bidder and Annexure 2C, 2D, 2E, 2F & 2G are there for the purpose of
calculation of payouts as per the data given. First Annexure 2B is required to be filled,
that would be used for Annexure 2C, 2D, 2E, 2F & 2G and the final figure i.e. summary
would be reflected in Annexure 2A. In case of any discrepancy in any of the commercial
bid annexure from 2A to 2G, the percentage and values mentioned in the Annexure 2B
would be considered final.
• Guidance criteria: The bidders are asked to take into consideration the following while
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 86 of 160
quoting the fee to be charged for provision of the sought modules:
Methods adopted for commercial quote calculation
Unit
No. Unit Name Payment Method Paid by
1 e-Tendering & e-Auctions
procurement Percentage of ECV with cap All bidders
2 Indent Management, e-
Tendering and e-Auctions Percentage of ECV with cap All bidders
3 Contract management Percentage of ECV with cap The winning bidder
4 Catalogue based procurement Percentage of order value with Cap Suppliers on whom
order is placed
5 Supplier registration system –
Pre Defined
One time registration fee (Rs. 500)
and yearly maintenance
fee (Rs. 100)
All registered
suppliers
6 e-Payments, accounting and
MIS No separate Payment Not-applicable
Divide the Service charge/ fee charged among the various modules/units fairly evenly taking into
consideration the ground realities. Since the fee for most of the modules is paid on a per-
transaction basis, overcharging for provision for one or more of the modules would deter the
implementation of those modules. The deterrence would imply lesser revenues for the private
partner and a challenging effort for the Government.
Note: In the tenders where Estimated Contract Value (ECV) is not mentioned, the minimum Cap
of that module will be applicable.
The price would be inclusive of all taxes, duties, charges and levies as applicable except Service
Tax. Service Tax shall be reimbursed based on the submission of proof of actual service tax
payments made by the bidder. The offer shall be in Indian Rupees. Prices indicated in the Price
Schedule shall be entered in the following manner:
• The Unit Price quoted by the bidder shall remain fixed during the entire period of
contract and shall not be subject to variation on any account. A bid submitted with an
adjustable price quotation will be treated as non - responsive and rejected.
• The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to
arrive at the price of the services offered.
• Discount, if any, offered by the bidders shall not be considered unless specifically
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 87 of 160
indicated in the price schedule. Bidders desiring to offer discount shall therefore modify
their offers suitably while quoting and shall quote clearly net price taking all such factors
like Discount into account.
6.35. Bid Security
The Bid Security shall, be in the form of a Demand Draft or Bank Guarantee from a Scheduled/
nationalised bank located in India and at least having one branch in Bhopal in the form given in
bid document. Any bid not accompanied by an acceptable bid security shall be rejected and
treated as non-responsive.
The bids with bid security not valid for period specified period will be rejected.
The bid securities of unsuccessful Bidders will be returned as promptly as possible, but not later
than thirty (30) days after the expiration of the period of bid validity. The bid security of the
successful bidder will be returned when the bidder has signed the Agreement and furnished the
required Performance Bank Guarantee.
6.36. Substantially Responsible Bids
A substantially responsive bid is one, which conforms to all the requirements, and specifications
of the Request for Proposal. Any attempt by a bidder to influence it’s the bid evaluation process
may result in the rejection of the bidder's bid.
6.37. Bid Opening and Evaluation
6.37.1. Bid Evaluation Committee
The bid evaluation committee constituted by MPSEDC shall evaluate the tenders. This may
involve the representations from the user departments of e-tendering. The decision of the bid
evaluation committee in the evaluation of the Technical and Commercial bids shall be final. No
correspondence will be entertained outside the process of negotiation/ discussion with the
committee.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 88 of 160
6.37.2. Overall Evaluation
• Bid evaluation committee will evaluate and compare the bids determined to be
substantially responsive. It is bid evaluation committee’s intent to select the proposal
that is most responsive to the project needs and each proposal will be evaluated using
the criteria and process outlined in this section.
• Technical bids shall be examined by the bid evaluation committee with respect to
compliance, completeness and suitability of the proposal to the project and only the bids
which are in compliance to the requirements mentioned in the RFP shall be considered as
technically qualified.
• Total bid evaluation: Only the commercial bids of those bidders qualified in the technical
evaluation shall be opened. Commercial bids of the other bidders will not be opened.
• The evaluation shall be strictly based on the information and supporting documents
provided by the bidders. It is the responsibility of the bidders to provide all supporting
documents as listed in Forms necessary to fulfil the mandatory eligibility criteria.
6.37.3. Evaluation of Pre-Qualification bids
Pre - qualification bid documentation shall be evaluated as under:
1. The evaluation committee will check if the bidder has deposited the EMD along
with the Technical Proposal and the same is found to be in order.
2. The documentation furnished by the bidder will be examined prima facie to see if
the Company’s capacity, skill base and other Bidder attributes as claimed therein
are consistent with the needs of this project.
3. MPSEDC may ask bidder(s) for additional information, and/or arrange discussions
with their professional, technical faculties to verify claims made in bid
documentation. If the bidder fails to submit the additional supporting documents,
the PQ bid shall be rejected.
6.37.4. Evaluation of Technical bids
The evaluation of the Technical bids will be carried out in the following manner:
i. The Technical Bids of only the pre-qualified bidders will be opened for evaluation.
ii. The bidders’ technical solution proposed in the bid document shall be evaluated as
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 89 of 160
per the requirements specified in the RFP and adopting the evaluation criteria spelt
out in this document. The Bidders are required to submit all required documentation
in support of the evaluation criteria specified (e.g. detailed project citations and
completion certificates, client contact information for verification, profiles of project
resources and all others) as required for technical evaluation.
iii. Live Presentations: Each bidder has to make a Live presentation/ demo of the e-
Procurement System/ Application which is claimed as experience to the Project
Evaluation Committee at a date, time and venue as informed by MPSEDC.
iv. Following will be the technical evaluation scheme:
1. Each Technical Bid will be assessed for technical score on a scale of 1 (minimum)
to 100 (maximum) points Only the bidders, who score a total Technical score of 70
(Seventy) or more, will qualify for the evaluation of their commercial bids.
2. The bidder with less than 70 score in technical evaluation will be treated as non-
responsive. Each bidder has to present the technical bids to the evaluation
committee for examination. The score will be computed for Score of 100.
3. The technical evaluation of the bid will be based on the bidder’s response to the
requirements as mentioned in the RFP, which will include the Technical
Specifications mentioned in RFP. The bidder shall furnish documentary evidence
about technical and production capability necessary to perform the contract.
Technical bid documentation shall be evaluated in two sub-steps.
1. The Technical Bids shall be examined with respect to compliance, completeness and
suitability of the proposal to the RFP requirements and only the bids which are in
compliance to the requirements mentioned in the RFP shall be considered as technically
qualified. The Bidder should provide the information in the technical bid as per the
criteria mentioned. The information furnished by the bidders in the technical bid shall be
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 90 of 160
the basis for this evaluation. Each proposal will be examined according to the Project
objective, scope of work and understanding of the project and bidders approach to the
solution.
6.37.5 Parameters for technical evaluation (indicative).
Sl.No Technical Parameter – Checklist Max score
1. IT company registered under the Indian Companies Act, 1956 since
last 5 (five) years:
>= 5 Years (10 marks)
4 years (8 marks)
3 years (6 marks)
2 years (4 marks)
1 years (2 marks)
10
2. The Bidder’s experience in e-procurement domain during the last
5 years in Govt. Depts. /PSUs.
>= 5 projects (20 marks)
4 projects (16 marks)
3 projects (12 marks)
2 projects (08 marks)
1 projects (04 marks)
OR
Single state wide/ nationwide e-Procurement application since last
5 years (20 marks)
20
3. Total number of e-tenders processed for Govt. Depts. / PSUs in
last 3 years as on the date of submission of bids.
>= 50000 (20 marks)
49999 to 35000 (15 marks)
34999 to 20000 (10 marks)
19999 to 10000 (5 marks)
20
4. Certification of CMMi Level 3 or above
CMMi L-5 (10 marks)
CMMi L-4 (6 marks)
CMMi L-3 (3 marks)
10
5. Technical Presentation (Live Demo) 40
Total 100
** Technical Score less than 70% will not be considered for Financial Bid
MPSEDC will assign points (quality of services score) to the technically qualified bidders based on
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 91 of 160
the technical evaluation criterion mentioned & approved by committee. The commercial bids for
the technically qualified bidders will then be opened and reviewed to determine whether the
commercial bids are substantially responsive. The passing score in Technical stage is 70.
6.37.6. Commercial Bid Evaluation
• Commercial Bids of only those bidders will be opened who have obtained 70 or above
marks and are declared as technically qualified.
• Financial Score will be computed by dividing the least of the Quotes received from
different bidders by the Bidder’s own Quote.
The Financial Bids will be opened, in the presence of Bidders’ representatives who choose to
attend the Financial Bid opening on date and time to be communicated to all the technically
qualified Bidders. The Bidder’s representatives who are present shall sign a register evidencing
their attendance. The name of Bidder, Bid Prices, Discount, etc. will be announced at the
meeting.
MPSEDC reserves the right to reject all/any part of the tender without assigning any reason
whatsoever and decision of MPSEDC in this regard, shall be final and binding. MPSEDC is not
bound to disclose the details of the evaluation process in terms of methodology, evaluation
criteria and scores.
Commercial Bid Rejection Criteria
� Incomplete Price Bid
� Price Bids that do not conform to the Tender’s price bid format
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 92 of 160
6.38. Overall Evaluation
The Bids received will be evaluated using Quality cum Cost Based Solution (QCBS).
After the Technical evaluation, the evaluation committee will evaluate each of the Technically
Qualified bidders’ response on the basis of technical and commercial parameters. The weightage
of the technical and commercial parameters will be in the ratio of 80:20 respectively.
For calculation of the combined Technical and Price Score of all bidders, following formula will be
used:
Total Score = [(Technical Score x 0.80) + ((LP/OP x 100) x 0.20)]
Where LP is the Lowest Price offer of the Technically Qualified Bidders and OP is the Offer Price
of the bidder being evaluated.
Bidder scoring highest “Total Score” will be given highest priority and will be selected.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 93 of 160
6.39 Confidentiality
Information relating to evaluation of proposals and recommendations concerning awards shall
not be disclosed to the consultants who submitted the proposals or to other persons not
officially concerned with the process, until the award of contract is notified to the successful
firm.
6.40. Assumptions and Exclusions
The bidder should state clearly the assumptions and exclusions based on which he/she is bidding
for the contract.
• The bid is liable to be disqualified if not submitted in accordance with this document.
• Bid received after due date and time
• Bid not accompanied by all requisite documents.
• Price offer is enclosed in the same envelope as of PQ.
6.41. Corrupt Fraudulent Practices
Defines, for the purpose of this provision, the terms set forth below as follows:
“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the process of Contract execution and
“fraudulent practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a Contract the detriment of the Borrower, and includes collusive
practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at
artificial non competitive levels and to deprive the Borrower of the benefits of free and open
competition.
MPSEDC will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for, or in executing, Contract(s).
6.42. Contract Finalization and Award Criteria
The notification of the award shall be followed by signing of the agreement. The signing of
agreement will amount to award of contract and bidder will initiate the execution of the work as
specified in the agreement. At the same time as MPSEDC notifies the successful bidder that its
bid has been accepted, MPSEDC will send the bidders the proforma for contract, incorporating all
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 94 of 160
agreements between the parties. Within 15 days of receipt of the contract, the successful Bidder
shall sign and date the contract and return it to MPSEDC.
i. Prior to the expiration of the period of proposal validity, the bidder will be notified in
writing or by fax or email that its proposal has been accepted.
ii. The notification of award will take place after the signing of the contract.
iii. The Bidder shall acknowledge in writing receipt of the notification of award and shall
send a confirmation of his intention to enter into agreement within Fifteen (15) days
of receiving the notification.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 95 of 160
7. General Conditions of Contract (GCC)
7.1 Contract and Interpretation
In this Contract, the following terms shall be interpreted as indicated below and the solution
provider must bind all the definitions and prepare financial quotations.
Applicable Law means the Contract shall be interpreted in accordance with the laws of the
Client’s country, unless otherwise specified in Special Conditions of Contract (SCC).
Bidder means any firm offering the solution(s), service(s) and/ or materials required in the tender
call. The word Bidder when used in the pre award period shall be synonymous with bidder and
when used after award of the contract shall mean the successful bidder with whom User signs
the contract for rendering of goods and services.
Client means the MPSEDC as defined in clause 6.1.
Composite bid means a bid in which the technical and financial parts are combined into one but
their evaluation is sequential.
SSP Software Solution Provider means the firm or joint venture providing the solution under this
contract as named in RFP/ Technical specifications/scope of work.
Consultancy Service Provider’s Bid means the SSP’s bid which shall form part of the Contract.
Contract: means the agreement entered into between the Client and the Service Provider
(Bidder), as recorded in the Contract Form signed by the parties including all attachments and
appendices thereto and all documents incorporated by reference therein.
Contract Price means the price payable to the SSP under the Contract for the full and proper
performance of all its contractual obligations.
Bidder’s representative means the duly authorized representative of the SSP, approved by the
Clients and responsible for the SSP’s performance under the contract.
Day means all Government working day from 8AM to 8 PM.
Effective Date means the date on which the Agreement is executed.
Financial bid means that part of the offer that provides price schedule.
GCC means these General Conditions of Contract.
Goods when used singly shall mean the hardware, firmware component of the goods and
services.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 96 of 160
Goods and services mean the solution(s), service(s), materials or a combination of them in the
context of the tender call and specifications.
Incidental services means those services ancillary to the supply of the goods and services, such
as transportation and insurance, and any other incidental services, such as provision of technical
assistance and other such obligations of the Bidder covered under the contract.
Implementation cum Performance security means on receipt of notification of award from the
User, the successful bidder shall furnish the security in accordance with the conditions of
contract, in the Implementation cum performance security form provided in the bidding
documents or in another form acceptable to the User.
Pre-qualification and Technical bid means that part of the offer that provides information to
facilitate assessment, by MPSEDC, professional, technical and financial standing of the bidder,
conformity to specifications etc.
Products mean all of the equipment, Hardware, Software, supplies and consumable items that
the SSP is required to install or provide under the contract, plus the associated documentation.
Project Plan means the document to be developed by the Bidder and approved by the Clients,
based on the requirements of the Contract and the preliminary project plan included in the
Bidder’s bid. Should the Project Plan conflict with the Contract in any way; the relevant
provisions of the Contract shall prevail in each and every instance.
Specification means the functional and technical specifications or statement of work, as the case
may be.
Tender call or invitation for bids means the detailed notification seeking end to end solution.
Two part bid or Two Stage bid means the pre-qualification bid, technical and financial bids are
put in separate covers and their evaluation is sequential.
O&M Period is the period specified in the GCC or SCC, following Acceptance of the deliverables
during which the SSP’s O&M obligations in respect of the delivered materials are in force.
7.2 Confidentiality
The Bidder must maintain absolute confidentiality of the documents/maps/tools collected in any
form including electronic media and any other data/information provided to him for the
execution of the work. The bidder should not use the Project data for any purpose other than the
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 97 of 160
scope of work specified in the document and added/amended before signing the contract. If at
any stage it is found that the bidder is using the data provided by the client any time during the
contract execution or after completion of the contract for any other purposes, stringent legal
action will be initiated as per applicable law of land and the contract will be terminated without
assigning any reasons.
7.3 Intellectual Property Rights
The intellectual property rights held by a Party in any software, product or solution, on the
effective date of the Agreement, shall continue to vest with that Party and nothing in this shall be
construed to grant or transfer any rights of a Party in the pre-existing intellectual property to the
other Party. However, intellectual property in anything developed by the Bidder under this
Agreement exclusively for MPSEDC, and based on the information or data owned by MPSEDC,
shall vest with MPSEDC.
Use of documents and Information
• The Bidder shall not, without prior written consent from MPSEDC, disclose/share/use
the bid document, contract, or any provision thereof, or any specification, plan,
drawing, pattern, sample or information furnished by or on behalf of the MPSEDC in
connection therewith, to any person other than a person employed by the Bidder in
the 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.
• The Vendor shall not, without prior written consent of MPSEDC, make use of any
document or information made available for the project, except for purposes of
performing the Contract.
• All project related document (including this bid document) issued by MPSEDC, other
than the contract itself, shall remain the property of the MPSEDC and shall be
returned (in all copies) to the MPSEDC on completion of the Vendor’s performance
under the contract.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 98 of 160
7.4 Bid Security, Payments, Guarantees and Liabilities
7.4.1. Bid Security (EMD)
Bidders shall submit, along with their bids, EMD of Rs. 5,00,000 (Rupees Five Lacs only) in the
form of a Crossed Demand Draft/Bank Guarantee only drawn from any scheduled/nationalized
bank in favour of “Managing Director, MPSEDC” payable at Bhopal, valid for six months from
date of the pre – bid meeting. EMD in any other form shall not be entertained.
The EMD shall be denominated in Indian Rupees only. No interest will be payable to the bidder
on the amount of the EMD. Unsuccessful bidder’s EMD will be discharged/ returned as promptly
as possible, but not later than 30 days after the award of the contract to the selected Bidder.
The EMD may be forfeited:
i. If a bidder withdraws his bid or increases his quoted prices during the period of bid
validity or its extended period, if any; or
ii. In the case of a successful bidder if the bidder fails to sign the contract for any reason
directly attributable to the bidder or to furnish Performance Bank Guarantee within
specified time in accordance with the format given in the RFP.
iii. The EMD shall be submitted with the Prequalification Bid cover in a separately sealed
envelope as mentioned in this section at Stage I. Bids submitted without adequate
EMD will be liable for rejection.
iv. Bids Submitted with EMD not Valid in the specified period will also be rejected during
the bid process, if any information is found wrong / manipulated / hidden in the bid.
7.4.2. Performance Bank Guarantee (PBG)
The Bidder shall at his own expense, deposit with department, within Fifteen (15) working days
of the date of notice of award of the contract or prior to signing of the contract, whichever is
earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) from a Scheduled/
nationalized Bank acceptable to department, payable on demand, for the due performance and
fulfilment of the contract by the bidder.
This PBG shall be for an amount of Rs 30,00,000 (Rupees Thirty Lacs only). All charges
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 99 of 160
whatsoever such as premium, commission, etc. with respect to the PBG shall be borne by the
bidder.
The PBG shall be valid till the end of three months after the expiration of contract period and
should be in the format prescribed in this RFP.
The PBG may be discharged/ returned by department before the expiry of the same upon being
satisfied that there has been due performance of the obligations of the bidder under the
contract. However, no interest shall be payable on the PBG.
In the event of the bidder being unable to service the contract for whatever reason, department
would give reasonable notice and cure period before evoking the PBG. Notwithstanding and
without prejudice to any rights whatsoever of department under the contract in the matter, the
proceeds of the PBG shall be payable to department as compensation for any loss resulting from
the bidder’s failure to complete its obligations under the contract. Department shall notify the
bidder in writing of the exercise of its right to receive such compensation before 14 days,
indicating the contractual obligation(s) for which the Bidder is in default.
Department shall also be entitled to make recoveries from the bidder’s bills, performance bank
guarantee, or from any other amount due to him, the equivalent value of any payment made to
him due to inadvertence, error, collusion, misconstruction or misstatement.
7.4.3. Payment
The method and conditions of payment to be made to the Bidder under this contract shall be
specified in SCC.
7.4.4. Prices
• The SSP will be remunerated for the services rendered on a “transaction fee” model
that would be charged from the tenderers under PPP model. The methods prescribed
for calculating the transaction fee are explained under Clause No. 6.34 “Bid Price”.
The detailed mechanism is provided in Annexure 2.
• An option to view and download the tender document should be provided without
making any payment by the tenderer.
• The transaction fees would be shared between the Service Provider and MPSEDC in
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 100 of 160
90:10 ratio respectively.
• Revenue sharing from other potential revenue streams if any in future like
advertisements on website etc will be on 50:50 equal sharing ratio.
Prices charged for deliverables and Services performed under the Contract shall not be increased
from the prices quoted by them in its bid.
7.4.5. Taxes and Duties
The price would be inclusive of all taxes, duties, charges and levies as applicable except Service
Tax. Service Tax shall be reimbursed based on the submission of proof of actual service tax
payments made by the bidder.
7.4.6. Delay in the Bidder Performance
I. The Bidder has to start as per the direction of the client at the designated locations and
Services shall be made in accordance with the time schedule prescribed by the Client in
the Schedule of Requirements.
II. If at any time during performance of the Contract, the Bidder should encounter
conditions impeding timely delivery or installation of the Systems or performance of the
Services, the Bidder shall promptly notify the Client in writing of the fact of the delay,
likely duration and its cause(s). As soon as practicable after receipt of the Bidder notice,
the Client shall evaluate the situation and may at its discretion extend the time for
performance, with or without liquidated damages, and revised implementation plan will
be prepared by both parties.
III. Except as provided under GCC Clause, if, Bidder fails in the performance of its delivery
obligations it shall render the bidder liable to the imposition of liquidated damages
pursuant to GCC Clause, unless an extension of time is agreed upon by client without the
application of liquidated damages.
7.4.7. Liquidated Damages
If the Bidder fails to deliver the products within the agreed time-period, the Client shall, be
entitled to impose as liquidated damages, a sum equivalent to 0.1% of the value of the
undelivered portion of the products for every week of delay, up to a maximum of 10% of value of
the undelivered portion of the products.. Once the maximum is reached, the Client may consider
termination of the Contract. If delivered goods cannot be put to use without the undelivered
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 101 of 160
goods, the damages will be calculated using the total price of the goods/services that cannot be
put to use.
7.4.8. Application of Liquidated Damages
Liquidated damages shall be assessed as per the millstones as per schedule, submission of
deliverables and its acceptance”.
7.5 Termination for Default
A Party, without prejudice to any other remedy for breach of Contract, may terminate this
Contract in whole or in part by giving 30 days advance notice; if the other Party commits a
material breach of the Contract and fail to rectify it after being granted a reasonable cure-period
to rectify the defect. In the event of termination, MPSEDC shall pay all amounts due from its side
for the products delivered and services performed by the Bidder till the date of termination. The
Bidder shall continue performance of the contract to the extent not terminated.
7.6 Termination for Insolvency
The Client may at any time terminate the Contract by giving written notice to the Bidder, if they
become bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the Bidder, provided that such termination will not prejudice or affect any right
of action or remedy that has accrued or will accrue thereafter to the Client.
7.7 Force Majeure
The Bidder shall not be to liable for forfeiture of its performance security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure. For
purposes of this Clause, “Force Majeure” means an event beyond the control of the Bidder and
not involving Bidder’s fault or negligence and not foreseeable. Such events may include, but are
not restricted to, acts of the Client in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes, act of god, riots, strikes etc.
If a Force Majeure situation arises, the Bidder shall promptly notify the Client in writing of such
condition and the cause thereof. Unless otherwise directed by the Client in writing, the Bidder
shall continue to perform its obligations under the Contract as far as is reasonably practical, and
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 102 of 160
shall seek all reasonable alternative means for performance not prevented by the Force Majeure
event. If an event of Force Majeure continues for a period of one hundred and eighty (180) days
or more, the parties may, by mutual agreement, terminate the Contract without either party
incurring any further liabilities towards the other with respect to the Contract, other than to
effect payment for goods/services already delivered or performed.
7.8 Resolution of Disputes
The Client and the Vendor shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the
contract. If, after thirty (30) days from the commencement of such informal negotiations, the
Client and the Vendor have been unable to resolve amicably a contract dispute, either party may
require that the dispute be referred for resolution to the formal mechanisms specified here in.
These mechanisms may include, but are not restricted to, conciliation mediated by a third party.
In case of a dispute or difference arising between the Client and the Vendor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be
settled in accordance with the Arbitration and Conciliation Act, of India, 1996.
7.9 Governing Language
The contract shall be written in English. All correspondence and other documents pertaining to
the contract, which are exchanged by the parties, shall be written in same languages.
7.10 Applicable law
The contract shall be interpreted in accordance with appropriate Indian laws.
7.11 No Interest for Performance Guarantee
No interest shall be paid on the earnest money, security deposit and the amount retained against
performance guarantee.
7.12 Notices
Any notice given by one party to the other pursuant to this contract shall be sent to the other
party in writing or by telex, email, cable or facsimile and confirmed in writing to the other party’s
last known address. A notice shall be effective when delivered or tendered to other party
whichever is earlier.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 103 of 160
8. Contract Execution
8.1. Inspections and Acceptance Test
The Client or its representatives shall have the right to inspect the commissioning works or any
other work that would carried as part of contract execution for its quality to confirm their
Contract specifications at point of development/delivery and/or at the final place(s) of delivery.
8.2. The Bidder warrants to MPSEDC
8.2.1. The system proposed to be developed and maintained by bidder represents a complete,
integrated solution meeting MPSEDC requirements and will provide the functionality and
performance, as per the terms and conditions and SLAs under the contract.
8.2.2. The Bidder shall accept responsibility for the successful implementation and operation of
the proposed System and for the compatibility of the various software, hardware and networking
components.
8.2.3. The bidder will also provide/make necessary patches for upgrades /changes, without any
extra cost in software to ensure compliance to MPSEDC tender.
8.2.4. The successful bidder shall carry out modification of the software during O&M period so as
to ensure generation of reports/outputs as per MPSEDC requirement, bug removal and support
by providing software patches during O&M Period.
8.3. Bidder’s Obligations
8.3.1. The Bidder will abide by the job safety, insurance, customs and immigration measures
prevalent and laws in force in India, and will defend or settle any claims, demands, suits, or
proceedings against the MPSEDC for bodily injury or loss of life arising directly out of gross
negligence or wilful misconduct of Bidder, provided MPSEDC promptly notifies Bidder of the
claim in writing, cooperates with the Bidder in the defence or settlement of the claim, and grants
full control of the claim to the Bidder. The Bidder will pay all damages arising from such incidents
and will not hold the MPSEDC responsible or obliged.
8.3.2. The Bidder is responsible for, and obligated to conduct all contracted activities with due
care and diligence, in accordance with the Contract and using state of the art methods and
economic principles, and exercising all reasonable means to achieve the performance specified in
the Contract.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 104 of 160
8.3.3. The Bidder must provide a team of qualified technical persons for constant interaction with
MPSEDC/GoMP officials during the entire duration of contract including installation,
customization, testing, validation, trials, live running and maintenance.
8.3.4. The Bidder is responsible for, and obligated to work closely with MPSEDC Designated
Project monitoring team. Bidder shall grants a license to MPSEDC to use the e-Procurement
application for internal purposes.
8.3.5. The MPSEDC monitoring team will associate throughout the process of development/
customization. However the submission of the project deliverables is the responsibility of the
Bidder.
8.3.6. The Bidder is obliged to work closely with the MPSEDC’s Project Manager and staff, act
within its own authority, and abide by directives issued by the MPSEDC that are consistent with
the terms of the Contract. Bidder is responsible for managing the activities of its personnel, and
will hold itself responsible for any misdemeanours.
8.3.7. The Bidder shall appoint an experienced Representative to manage its performance of the
Contract within 15 days from Contract signature. The Representative shall be authorized to
accept orders and notices on behalf of the Bidder, and to generate notices and commit the
Bidder to specific courses of action within the scope of the Contract. The Representatives may be
replaced only with the prior written consent of the MPSEDC, which shall not be unreasonably
withheld.
8.3.8. The Bidder shall complete Delivery, Installation, Acceptance, up-gradation & maintenance
of the Systems in accordance with Contract requirements
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 105 of 160
9. Service Level Requirements
The purpose of this Service Level Requirements (hereinafter referred to as SLR) is to clearly
define the levels of service which shall be provided by the Bidder to MPSEDC for the duration of
this contract for the e-Procurement Project.
9.1. Category of SLRs
This SLR section provides for minimum level of services required as per contractual obligations
based on performance indicators and measurements thereof. The Bidder shall ensure
provisioning of all required services while monitoring the performance of the same to effectively
comply with the performance levels. The services provided by Bidder shall be reviewed by
MPSEDC that shall:
� Regularly check performance of the Bidder against this SLR.
� Discuss escalated problems, new issues and matters still outstanding for resolution.
� Review of statistics related to rectification of outstanding faults and agreed changes.
� Obtain suggestions for changes to improve the service levels.
The SLAs defined are indicative that can be modified by MPSEDC based on the technical
presentations and other aspects at the time of signing of agreement with the selected service
provider.
The SLR has been logically segregated in the following categories:
Deployment SLR - SLR is applicable as per the scope for development, supply, installation and
commissioning.
Technical SLR – SLR applicable and must be complied by demonstration at the time of
acceptance of the e-Procurement Project.
Operational SLR – SLR applicable after the acceptance of the e-Procurement Project and the
entire support period of the e-Procurement Project.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 106 of 160
9.1.1. Deployment SLR
The Deployment SLR is applicable to the following scope
i. Installation and commissioning of the e-Procurement Project and to comply with the technical
and Operational SLR
ii. Migration of existing data to the e-Procurement Project
iii. Customize and commission the applications.
iv. The Duration, measurement basis and penalty is defined in the below table:
S. No. Deployment SLA
Component
Baseline *
(T) (In
weeks)
Low
Performance
Penalty **
1 Deployment &
installation and
configuration of e-
procurement Project
(Phase I).
=T+8 >T+8 A Penalty of Rs. 50,000 per week
for first four weeks, Rs. 1,00,000
per week for every subsequent
week or part thereof subject to a
maximum of Rs. 5,00,000.
2 Migration of existing
Departments on New
Application
=T+12 >T+12 A Penalty of Rs. 50,000 per week
for first four weeks, Rs. 1,00,000
per week for every subsequent
week or part thereof subject to a
maximum of Rs. 5,00,000.
3 Parallel Run
& stabilisation phase
=T+16 >T+16 A Penalty of Rs. 50,000 per week
for first four weeks, Rs. 1,00,000
per week for every subsequent
week or part thereof subject to a
maximum of Rs. 5,00,000.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 107 of 160
Baseline (T) starts from the date of signing the contract between Bidder and state for the project
**Any delay beyond maximum penalty allowed may lead to termination of the contract at the
discretion of MPSEDC.
9.1.2. Technical SLR
The solution would be tested during the user acceptance testing phase with reference to the
technical SLRs mentioned in the table.
S. No. Service Metrics
Parameters
Metric Basis of measurement Response
time/remarks
1 Capacity of the e-
procurement project
portal
Equivalent of
capacity to
handle 500
concurrent online
e-procurement
users per day
with a bid
document size of
2000 pages
approx.
Simulated the stated
loads and testing the
system performance
using load-testing tools
Static web pages of
e-Procurement
Project, rules and
regulations hosted
in e-Procurement
Project instance <=
5 seconds; static
web pages shall be
Home Page
Dynamic web
pages of e-
Procurement
Project <=7 sec
2 Concurrent connects to
e-Procurement project
portal
500
3 e-Procurement Project
Storage and Retrieval
from per-defined
locations
>=99% on quartely
basis
Audit done by third
party administrators-
sample and random
audits done by
concerned authority
For 99% of request,
should store and
retrieve the data
form per defined
location
4 Provision for uploading
new versions/pages with
maintenance of version
control (installation of
New Patch)
No errors allowed Error monitoring
and clearance
within 1 working
day.
Submission of
version control
document by
Bidder every
quarter.
5 Denial of Service (DoS)
is the most common
form of attack on the
application, which leads
to application
No errors allowed In case it is identified
as DoS attack,
operator shall identify
the source of Denial of
Service attack &
The operator
shall respond to
Denial of Service
attacks reported
by application
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 108 of 160
unavailability for the
genuine application
users. The denial of
Service attack can be
defined as sudden burst
of network traffic
leading to more than
90-95% utilization of the
application in any
segment or complete
network.
resolve the issue to
ensure availability and
performance of the
backbone. The e-
procurement
Operator, at regular
intervals, shall
monitor and measure
the performance.
users of
maintenance
personnel within
15 minutes of
intimation to the
helpdesk.
In such a scenario
operator shall
perform an
analysis of the
issue, Verify
whether the
application
utilization is due
to genuine user
requirements or
it is a denial of
service attack
* A Business Transaction represents a Business process, which have multiple transactions.
Service Type: Availability of Non-Production Environment
SLA SLA Definition SLA Metric Measurement &
Reporting
Comment/Assumption
98.5% Monthly
Avg.
Hours of
Availability
Unless
otherwise
specified, the
listed hours
of
availability:
Availability:
Mon - Sat
6:00 AM -
10:00 PM
Availability:
Sunday 6:00
Am - 7:00 PM
Monitored daily,
reported monthly
All maintenance work to
be performed during
Maintenance Window
Backup will be required
both prior to batch
processing and after
batch processing is
completed. "Business
hours" to be calculated
based on Hours of
Availability "Hours"
refers to clock hours or
contiguous hours
Any down time required
shall mutually agreed and
approved and shall not
be considered for SLA
calculation
9.1.3 Operational SLR
a. SLR for Helpdesk/Maintenance support calls:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 109 of 160
The Bidder and MPSEDC shall regularly review the performance of the services being provided by
the Bidder and the effectiveness of this SLA. As and when the Disaster Recovery (DR) site comes
up for SDC, the corresponding SLA’s will be included.
Definitions
For purposes of this Service Level Agreement, the definitions and terms as specified in the
contract along with the following terms shall have the meanings set forth below:
• "Uptime" shall mean the time period for which the specified services / components with
specified technical and service standards are available to the state and user departments.
Uptime, in percentage, of any component (Non IT & IT) can be calculated as:
Uptime = {1- [(Downtime) / (Total Time – Maintenance Time)]} * 100
• “Downtime” shall mean the time period for which the specified services / components
with specified technical and service standards are not available to the state and user
departments and excludes the scheduled outages planned in advance for SDC and the link
failures. It is clarified that this term covers non-availability of the Application at Server
Side and shall be monitored at Server Side.
• Bidder shall be given maintenance time as per the Tier II SDC standards.
• “Incident” refers to any event / abnormalities in the functioning of the e- procurement
Project application services that may lead to disruption in normal operations.
• “Helpdesk Support" shall mean the centre which shall handle fault reporting, trouble
ticketing and related enquiries during the term of this contract and on all days from 8AM
to 10PM.
• “Response Time” shall mean the time incident is reported to the Helpdesk and an
engineer is assigned for the call.
• “Resolution Time” shall mean the time taken (after the incident has been reported at the
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 110 of 160
helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the
second level or to respective vendors, getting the confirmatory details about the same
from the Vendor and conveying the same to the end user), the services related troubles
during the first level escalation. The resolution time shall vary based on the severity of
the incident reported at the Helpdesk.
9.2. Basis of Measurement
The basis of measurement for service metrics parameters is mentioned in the below table.
S.No. Service
Metrics
Baseline metrics Basis of
measurement
Remarks
1 e-
Procurement
Portal uptime
web pages of portals,
rules and regulations
hosted in e-
Procurement Project
instance- 99.0 %
Based on the
call raised by end
user and
application
availability of
reports
2 Portal
response
Time
Static web pages of
e-Procurement
Project, rules and
regulations hosted in
e-Procurement
project instance <=7
sec
Dynamic web pages
of e-Procurement
Project
<=7 sec.
Reports
submitted by
Bidder and
audited by Third
Party.
Sample and random audits
would be done by designated
authority using broadband as
well as dial up connections.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 111 of 160
3 e-
Procurement
Project Load
Testing
Conduct load testing
on the Portal every 3-
4 Months.
Reports
submitted by
Bidder and
audited by Third
Party
Quarterly MIS reports.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 112 of 160
9.3. Penalty Clause
The penalty parameters related to performance of e-Procurement Project are mentioned in the
below table.
S.No
.
e-Procurement Project
Performance
Target Low
Performance
Severity Penalty
1 e-Procurement Project-
Up time (Total time
other than scheduled
>=99.0% Critical No Penalty
2 e-Procurement Project-
Up time (Total time
>=99.0% Critical No Penalty
<99.0% - >=
98.0%
Critical 1% of the Monthly revenue
for every one 0.1% or part
thereof down time at a
stretch or in parts.
This down time shall be
calculated over and above
total hours of downtime
permissible.
<97.9% - >=
96%
Critical 1.5% of the Monthly Revenue
for every 0.1% or part thereof
down time at a stretch or in
parts. This down time shall
be calculated over and above
the total hours of downtime
permissible
<96% 3% of the Monthly Revenue
for every 0.1% or part thereof
down time at a stretch or in
parts. This down time shall
be calculated over and above
the total hours of downtime
Permissible
Note:
a. The Penalty shall be calculated on a Monthly basis.
b. Report for the previous month shall be submitted by the 7th of the next month. Penalty shall
be levied only after the 10th of the month of submission
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 113 of 160
9.4. SLRs for Helpdesk/ Maintenance
The Helpdesk service will serve as a single point of contact for all incidents and service requests
for the user departments & for Bidders. The service will provide a Single Point of Contact (SPOC)
and also escalation / closure of incidents for the user departments & Bidders. The activities shall
include:
I. Provide Helpdesk facility during agreed service period window for reporting user
department incidents / issues.
II. Service Provider shall set up the training centre and shall provide the sitting space, desks,
chairs, power supply and connectivity for the Helpdesk. The entire IT infrastructure
required for the Helpdesk services shall be arranged by the Bidder. Email-id and
Telephones shall be facilitated by GoMP
III. Provide necessary channels for reporting issues to the Helpdesk. The incident reporting
channels shall be the following:
� Specific e-Mail account
� Telephone line including telephone sets
� e-Procurement Portal
IV. Implement a call logging system in line with the defined incident types as per the SLRs.
The Helpdesk shall log user calls related and create an incident.
V. Creation of knowledge base on frequently asked questions to assist user departments in
resolving basic issues themselves.
VI. Track each incident / call to resolution
VII. Provide feedback to callers.
VIII. Analyze the call statistics
IX. Creation of knowledge base on frequently asked questions to aid users.
X. Continuous monitoring to ensure availability as per agreed SLRs.
XI. Day-to-day monitoring shall be done with the manpower to be deployed at the various
divisions by selected Bidder.
XII. Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix
agreed between the Bidder and the user department. The escalation matrix shall be
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 114 of 160
developed by the Bidder in discussion with MPSEDC.
XIII. Coordinate with respective vendors for closure of calls.
XIV. Analyze the incident / call statistics and provide monthly reports including but not limited
to:
• Type of incidents / calls logged
• Incidents / calls resolved
• Incidents / calls open
XV. SLR for support calls for e-Procurement project application are mentioned
S/N Type of Incident Response Time Resolution time SLA
1 Critical
For critical incidents the
resolution time “T” shall
be mutually agreed by the
State and the Bidder at the
time of award of contract.
15 minutes from call
logged <= T
“T” shall be the agreed
Resolution Time between
Bidder and MPSEDC (or
else considered to be 2 hrs
for critical incident).
2 Medium 30 minutes from call
logged <=1 day from the time of
incident logged at
Helpdesk
3 Low 45 minutes from call
logged <= 2 days from time of
response logged.
Critical: fault which impact 80% of the user community shall be considered under Critical
faults.
Medium: fault which impact 40% of the user community shall be considered under
medium faults and rest fall under Low.
Level 1: The e-procurement outage, security or performance related issues impacting
the performance and leading to unavailability of the services.
Level 2: The e-procurement outage, security or performance related issues impacting
the performance and leading to unavailability of the services in one or more locations
/departments.
Level 3: The e-procurement outage, security or performance related issues impacting
the performance and leading to unavailability of the services to one or more users in
the departments.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 115 of 160
9.4.1. Penalty Clause for Helpdesk/Maintenance support calls
SLR for helpdesk/maintenance calls for departments is mentioned in the below table:
S.
No.
Type of Incident Response
Time
Resolution time
SLR
Penalties
Critical
For critical
incidents the
resolution time “T”
shall be mutually
agreed by the State
and the Bidder at
the time of award
of contract.
30
minutes
from call
logged
7 hours
<= T
“T” shall be the
agreed Resolution
Time between
Bidder and
Departments/
MPSEDC (or else
considered to be 2
hrs for critical
incident)
Beyond 7 hours of down time or T
whichever is lower, Rs.500 per incident
subject to a maximum of Rs. 2000
2 Medium 60
minutes
from call
logged
Within 24 hours
from the time of
incident logged at
the Helpdesk
Beyond 24 hours of down time, Rs.
300.00 per incident subject to a
maximum of Rs. 1500
3 Low 60
minutes
from call
logged
Within 48 hours
from time of
incident logged at
the Helpdesk
Beyond 48 hours of down time, Rs.
200.00 per incident subject to a
maximum of Rs. 2000.00
9.5. Project Management Review
The Steering Committee shall be the Apex Committee for the Strategic Decisions on the project & shall be
responsible for overall guidance, deciding policy level matters and to act as final body for approving all
issues relating to project implementation. State Project Committee will provide overall leadership for the
project implementation and shall be responsible for all the approvals to be given to the selected Bidder.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 116 of 160
As per the guidelines of IT Dept., GoMP, the Project Management Committee shall be separately
established for review of the Project which may have the representation from user departments as well.
9.6 Acceptance Criteria
i. State will accept the commissioning and project Go-Live only after successful implementation
of Phase 1 as described earlier.
ii. A team comprising of representatives from MPSEDC, Bidder and respective departments will
verify satisfactory performance of all the modules.
v. Any delay on account of Government side procedures such as issuance of Government
orders, logistics arrangement at site offices, personnel deployment, power supply, network
connectivity and bandwidth etc. should not be considered for acceptance. In case such a
delay occurs, the acceptance should be completed for those services where these procedures
are not impacting. The prorated payment for the delayed service may be made in good faith
by MPSEDC.
v. For acceptance testing of the e-Procurement system and application the Parties shall mutually
agree on a detailed Acceptance Test Plan.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 117 of 160
10. Special Conditions of the Contract (SCC)
The following Special Conditions of Contract (SCC) shall supplement to the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions of the SCC shall prevail over those in the General
Conditions of Contract.
10.1. Subject Matter of Contract
10.1.1. Contract Agreement
The successful bidder should enter into agreement with the MPSEDC.
• Key Personnel for MPSEDC
o Nodal Officer from the MPSEDC.
o Any other person authorized by MPSEDC
• Key Personnel for Bidder
o List of Key personnel identified and listed by the Bidder in the bid
document.[Bidder shall provide the List]
10.1.2. Contract Signing
The Service Provider (Successful Bidder) has to enter into agreement by signing the contract
through Authorized Person with the MPSEDC for which he has quoted and awarded within the
stipulated time as mentioned in the bid document.
10.2. Payments
10.2.1. Contract Price & Payments
Prices are fixed and no adjustment will be made to the contract price. The payment will be done on
submission of invoices to the authorized officer of the MPSEDC. The process to be followed will be as
under:
i. The Service Provider shall raise an invoice on 5th
of every month for the previous month as per
the terms of payment to MPSEDC. The MPSEDC shall pay all invoices within 30 day from the
date of receipt of invoice.
ii. The Service Provider would generate the invoice based on the number of transactions that have
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 118 of 160
occurred in each month that would be computed based on the online tools to be set up by the
partner for this purpose.
iii. The number of transactions will be multiplied by the transaction cost agreed with the successful
bidder for each unit category with applicable Caps. Thus, the total gross amount of the month
would be arrived at.
iv. The transaction fees (Refer Annexure 2) would be shared between the Service Provider and
MPSEDC in 90:10 ratio respectively, wherein MPSEDC after keeping 10% of the revenue would
remit the remaining to the Service Provider against the monthly invoice raised by the Service
Provider.
v. The invoice amount would be paid after the evaluation of performance against both the
deployment and operational SLAs in respect of that month and after deducting penalties if any.
vi. Any Liquidated Damage, Penalty by whatever name called shall not exceed a maximum of 10%
of billing of the relevant quarter.
10.2.2. Payment Authority
MPSEDC will make the payment as per payment terms and conditions on submission of invoices with
necessary certifications.
10.2.4. Subcontract
The selected Bidder shall not outsource/ subcontract the work to any other Party without the consent of
MPSEDC, which shall not be unreasonably withheld. However, the Bidder shall be responsible to MPSEDC
for the complete performance of its obligations under the Contract.
10.2.5. Infrastructure arrangement by Bidder
The Bidder shall assess and make his own arrangements for infrastructure which includes necessary
hardware, system software and transportation of personnel deployed by him, security at the site in
addition to the men, machine and material. The servers and other hardware have to be physically located
and operated from State Data Centre of GoMP. The bidder should assess the capacity planning and
assessment for the solution taking into account a period of 5 years including hardware specifications &
configurations.
10.3. Limitation of Liability
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 119 of 160
In no event shall either party or its Affiliates be liable to other party, its Employees or any other party
seeking damages under this Agreement, whether in contract, tort (including negligence or
misrepresentation) or otherwise, for any special, indirect, incidental, punitive or consequential losses,
damages, costs or expenses whatsoever, including without limitation, damages related to losses of
production, losses of profits or of contracts, losses of business or of revenues, losses of operation time or
losses of goodwill or reputation.
Except for payment obligations, damages for intellectual property infringement and damages for bodily
injury (including death), a Party’s total aggregate liability shall be limited to the amount paid by MPSEDC
for the services or deliverables that is subject of the claim. To the extent allowed by Indian law, these
limitations shall apply regardless of the basis of liability, including negligence, misrepresentation, breach
of any kind, or any other claims in Contract, Tort or otherwise
10.4. Change Management
Any change in the Scope of Work shall only be undertaken by a mutually agreeable Change Management
Procedure and with the consent of both Parties.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 120 of 160
11. Table of Sample Forms and Procedures
11.1. Bid Form
Date: [ insert: date of bid ]
To:
The Managing Director ,
MPSEDC, 147, Zone-1, M.P. Nagar
Bhopal- 462011
Dear Sir,
1. Having examined the Bidding Documents, the receipt of which is hereby acknowledged,
we, the undersigned, submit deliverables under the above-named Contract in full
conformity with the said Bidding Documents.
2. We undertake, if our bid is accepted, to commence work as per the schedule and to
achieve the Acceptance within the respective times stated in the Bidding Documents.
3. We have read the provisions of bid & confirm that these are acceptable to us.
4. We further declare that bid is unconditional.
5. We undertake, if our bid is accepted, to commence the work as per the schedule
immediately upon signing of the Agreement by both parties, and to achieve Completion
within the time stated in the Bidding Documents.
6. If our bid is accepted, we undertake to provide an Implementation cum Performance
Security in the form and amounts, and within the times specified in the Bidding
Documents.
7. We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India.
8. We, hereby, declare that only the persons or firms interested in this proposal as principals
are named here and that no other persons or firms other than those mentioned herein
have any interest in this proposal or in the Contract to be entered into, if the award is
made on us, that this proposal is made without any connection with any other person,
firm or party likewise submitting a proposal is in all respects for and in good faith, without
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 121 of 160
collusion or fraud.
9. We agree to abide by this bid, consists of this letter, the Price Schedules, the Bid Security,
the duly notarized written power of attorney, and attachments to this Bid Form, for a
period of bid validity from the date fixed for submission of bids as stipulated in the
Bidding Documents, and it shall remain binding upon us and may be accepted by you at
any time before the expiration of that period.
10. Until the formal final Contract is prepared and executed between us, this bid, together
with your written acceptance of the bid and your notification of award, shall constitute a
binding contract between us.
Dated this [ insert: number ] day of [ insert: month ], [ insert: year ]Signed:
In the capacity of [ insert: title of position ]
Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]
Attachments:
As per the technical specifications
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 122 of 160
11.2 Form of Contract Agreement
This contract agreement is made on the [insert: number] day of [insert: month],
[insert: year].
Between
(1) [ insert: Name of Client ], (hereinafter called “the Client”), and
(2) [ insert: name of ], (hereinafter called “the Bidder ”).
Whereas the Client desires to engage the ……………………………………………….as per the scope and
deliver all the deliverables and have agreed to such engagement upon and subject to
the terms and conditions appearing below in this Contract Agreement.
NOW IT IS HEREBY AGREED as follows:
1. Article 1 - Contract Documents
1.1 Contract Documents
The following documents shall constitute the Contract between the MPSEDC and
the Bidder, and each shall be read and construed as an integral part of the
Contract:
This Contract Agreement and the Appendices attached to the Contract Agreement
(a) Notification of Award
(b) The Bid and Price Schedules submitted by the Bidder
(c) Special Conditions of Contract
(d) General Conditions of Contract
(e) Pre-bid conference minutes.
(f) Bid document with modification if any
(g) Add here – any other documents)
1.2 Order of Precedence
In the event of any ambiguity or conflict between the Contract Documents listed
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 123 of 160
above, the order of precedence shall be the order in which the Contract Documents
are listed in Article 1.1 (Contract Documents) above.
1.3 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used in this Contract Agreement shall have the same
meanings as are ascribed to them in the General Conditions of Contract.
2. Article 2 - Contract Price and Terms of Payment
2.1 Contract Price
The GOMP hereby agrees to pay to the Bidder the amount of
Transaction Fees (Refer Annexure 2), the Contract Price in
consideration of the performance by the Bidder of its obligations
under the Contract.
3. Article 3 - Effective Date for Determining Time for Operational Acceptance
3.1 Effective Date
The date of signing of the contract
(a) This Contract Agreement has been duly executed for and on
behalf of the GOMP and the Bidder;
(b) The Bidder has submitted to the GOMP the Implementation
cum performance security.
4. Article 4 – Jurisdiction
4.1. Any legal proceedings arising out of the agreement shall be subject
to the appropriate court in Madhya Pradesh.
5. Article 5 - Appendixes
5.1. The Appendixes listed in the attached List of Appendixes shall be
deemed to form an integral part of this Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the
Appendixes attached to this Contract Agreement, and the Contract
shall be read and construed accordingly.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 124 of 160
IN WITNESS WHERE OF the MPSEDC and they have caused this Agreement to be duly executed
by their duly authorized representatives the day and year first above written.
For and on behalf of the MPSEDC
Signed: _________________
in the capacity of [ insert: title or other appropriate designation ]
in the presence of
For and on behalf of the Bidder
Signed:
in the capacity of [ insert: title or other appropriate designation]
in the presence of
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 125 of 160
Annexure – A: Bid table of contents and Checklists
Bidders may expand and modify (if appropriate) and complete the following table. The purpose
of the table is to provide the Bidder with a summary checklist of items that must be included in
the bid to be considered for contract award. It also provides a summary reference scheme to
ease and speed the Client’s bid evaluation process.
Sl. No Item Present (Yes/No) If “Yes” Page
Number
a. Proof of bid purchase
b. Bid Form
c. EMD/Bid Security
d. Pre Qualification formats
e. Commercial Proposal
f. Technical Proposal
g. Attachment if any
Attachment 1, attachment 2
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 126 of 160
Stage – I - Bidding (Pre-Qualification Bid) Formats
Form – P#0 : COVERING LETTER FROM THE Bidder
Company letter head
[Date]
The Managing Director,
MPSEDC, Bhopal
Reference: RFP Notice for implementation of e-Procurement system in GoMP Departments
Dear Sir,
This is to notify you that our company intends to submit a proposal in response to the RFP for
Customization, Integration, Data Migration, Implementation and Maintenance of e-Procurement System
in GoMP Departments Primary and Secondary contacts for our company are:
Primary Contact Secondary Contact
Name:
Title:
Company Name:
Address:
Phone:
Mobile:
Fax:
E-mail:
We have read the provisions of the RFP and confirm that these are acceptable to us. We also confirm that
the information contained in this response or any part thereof, including its exhibits, and other
documents and instruments delivered or to be delivered to the MPSEDC is true, accurate, verifiable and
complete. This response includes all information necessary to ensure that the statements therein do not
in whole or in part mislead the MPSEDC in its short listing process.
We hereby declare that all the information and statements made in this proposal are true and accept that
any misinterpretation contained in it may lead to our disqualification. We fully understand and agree to
comply that on verification, if any of the information provided here is found to be misleading the short
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 127 of 160
listing process or unduly favors our company in the short listing process, we are liable to be disqualified
from the selection process or shall be terminated from the contract, if selected. We agree to abide by this
RFP, consisting of this letter, the detailed response to the RFP and all attachments.
It is hereby confirmed that I/We are entitled to act on behalf of our company and empowered to sign this
document as well as such other documents, which may be required in this connection.
Dated this Day of 2012
(Signature)
(In the capacity of)
Duly authorized to sign the RFP Response for and on behalf of:
Sincerely,
[Bidder’s Name]
Name
Title
Signature
Date
(Name and Address of Company) Seal/Stamp of System Integrator
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 128 of 160
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am …………………………… of the,.................................., and that
................................................. who singed the above response is authorized to bind the corporation by
authority of its governing body.
Date
(Seal here)
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 129 of 160
**Consortium Criteria
In case of consortium the prime bidder must be specified by the bidder. The Prime/Lead Bidder shall be
solely responsible to the MPSEDC for executing the activities enlisted in this RFP and the contractual
obligations, if selected for carrying out these activities. The Lead Bidder shall submit the Financial Bid on
behalf of the Consortium.
The prime bidder cannot be a partner in more than one consortium. In case of consortium no company
will be allowed to participate in more than one bid i.e. they should have exclusive partners. In case it is
observed that any consortium have a common partner then such consortiums will stand disqualified and
under no circumstances their bids will be entertained. An undertaking in this regard has to be enclosed. In
case of a consortium, applicant consortia shall have a valid Memorandum of Understanding (MoU)/
Agreement (duly registered) among all the members signed by the Chief Executives/ Authorized
Signatories of the companies dated prior to the submission of the bid. The MoU/ consortium agreement
shall clearly state the composition of the consortium who shall be the prime bidder, the complete
description of the partner and roles and responsibilities of the partners. The MoU/agreement shall be
exclusively for this project and prime bidder shall be responsible in case of failure by any partner.
MoU/agreement should clearly clarify the roles & responsibilities of consortium partners.
In case of a consortium, the maximum of bidders should not be more than 3 bidders. If the bidder (All
members of consortium) is a bidder, it should be registered under company’s act 1956. Partnership and
Proprietor firm are not allowed.
The bidder (Each member of the Consortium) shall have company registration certificate, registration
under labour laws & contract act, valid sales tax registration certificate, valid Service tax registration
certificate and Permanent Account Number (PAN) issued by income Tax department. (Copy of each
registration should be provided).
Attested copy of the company’s annual report has to be attached along with the bid. Bidder should submit
an undertaking that Bidder (or any member of the consortium) is as a company/consortium and product
quoted are not Black Listed by any Govt. dept. /agency in India.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 130 of 160
Members of the Consortium shall be jointly and severally liable to the Government for the execution of
the project in accordance with the terms of the bid document and a statement of this effect shall be
included in the Memorandum of Understanding/ consortium Agreement.
Lead Bidder – shall mean the member of a consortium which shall act as the sole interface with the
Purchaser on behalf of the consortium, contractually and for other interactions, and who shall be
responsible for successful execution of the project including support and maintenance activities if any for/
after the entire agreement period and in accordance with any surviving provisions thereof.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 131 of 160
INDEX OF FORMATS & SUPPORTING DOCUMENTS
Requested Information
Suggested Format:
Form P-1: Details of the Organization for single bidder / consortium members
Mandatory Supporting Documents:
a. Certificate of Incorporation from Registrar Of Companies (ROC)
b. Relevant sections of Memorandum of Association of the company or
filings to the stock exchanges to indicate the nature of business of the
company
c. Letter of Association in case of Consortium
Suggested Format:
Form P-2: Financial Information for single bidder / consortium members
Mandatory Supporting Documents:
a. Auditor Certified financial statements for the last three financial years,
2009-10, 2010-11, and 2011-12 (Please include only the sections on
P&L and the assets, not the entire balance sheet.)
b. In case the annual audited financial statement for the Year 2011-12 is not prepared, a CA
certified Provisional Accounts statement should be produced.
Suggested Format:
Form P-3: e-Procurement Implementation Experience (forms for each project reference)
Mandatory Supporting Documents:
1. Copy of Award of Contract
2. Experience Certificate from the Client on the number of tenders processed in last three
years through the e-Procurement system.
Suggested Format:
Form P-4: CMMi Level 3 and above & BS 7799 / ISO 27001 Certificate
Assessment
Mandatory Supporting Documents:
a) Copies of the valid CMMi LEVEL 3 and above certification
b) Copies of valid BS7799/ ISO 27001 Certificate Assessment
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 132 of 160
Suggested Format:
Form P-5: List of Professionals with Curriculum Vitae (CV) of e-Procurement Experts
Suggested Format:
Form P-6: Declaration Regarding Clean Track Record & Satisfactory
Performance
Self declaration Certificate by the organization.
Name of the Service Provider (Bidder):
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 133 of 160
Form - P#1 : FORMATS FOR SUBMISSION OF DETAILS
Nature of Bidding (Single Bidder / Consortium)
(to be filled by each bidder in case of consortium)
Details of the Organization for single bidder / consortium members
Form P#1: Details of the Organization
1 Name of the Company :
2 Date of Incorporation (Registration
Number & Registering Authority) VAT
No., CST No., PAN No.
3 Legal Status of the Company in India &
Nature of Business in India
Public Ltd Company/ Private
4 Address of the Registered Office in India :
5 Date of Commencement of Business
6 Name & e-mail id, phone number, fax of
the Contact Person
: Phone:
Fax:
7 Web-Site :
8 Quality Certifications attained by the firm
– CMMi level 3 and above certification & BS
7799 / ISO 27001 Certificate issued date and
expiry date
:
9 EMD details : Amount:
DD No. & Date
Name of the Bank:
Valid up to :
10 Proof of purchase of bid document : MPSEDC Receipt No:
Date of purchase:
Place:
Date:
Bidder’s signature and seal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 134 of 160
Form - P#2 : Financial Information for Single bidder / Consortium Member
(to be filled by each bidder in case of consortium)
(All values in Rs. Lacs)
Form P-2: Financial Information S/No Financial Year Total Turnover of the firm Total Net Worth of
Company
(1) (2) (3) (4)
1 FY.2009-10
2 FY.2010-11
3 FY.2011-12
Place&Date: Bidder’s signature and seal
Note:
1. Please attach audited Balance Sheets and IT return statements to confirming the figures
mentioned in columns (2).
Name of the Bidder:
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 135 of 160
Form - P#3 : e-Procurement Implementation Experience
(For each Govt. /PSU/ Dept)
To establish eligibility, the bidder must provide certificates from the organizations where e-Procurement
System, implemented by the bidder is working in India. These certificates must have the following format:
Indicate whether your firm / consortium have experience in implementing State wide e-Procurement
System (Yes / No) ……..
Previous eProcurement Implementation Experience
Name of the Client Department/ State
Year of Go-Live
Whether Client-end PKI enabled system is under operation Yes / No
Number of Departments using e-Procurement system
Statistics handled(No. of Tenders etc) by e-Procurement System
installed by the bidder in the last three years
No. of Modules in active use in the State/ Dept.
Date of commercialization of System implemented by the bidder
Make and version number of the software supplied & installed and
working commercially
Offered Software should be in operation & working satisfactorily in
Govt. /PSU in India for at least last five year on the date of
submission of bids.
Yes / No
Details of Contact Person/ Nodal Officer from PSU/ Dept/ State
Name, Designation & Contact Details
Note:
1. Please provide separate details for each departments/ PSU/ State in similar format.
2. Statement by the service provider that the e-Procurement System installed by the bidder is working
successfully.
3. Certificate of third party audit (if any)
Place: Bidder’s signature
Date : and seal.
Name of the Bidder :
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 136 of 160
Form - P#4 : Quality Certification
(CMMi Level 3 or above & BS 7799/ ISO 27001) obtained by the firm
Place: Bidder’s signature
Date : and seal.
Name of the Service Provider (Bidder):
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 137 of 160
Form - P#5 : List of Professionals with CV of e-Procurement Experts
Sl.
No
Employee
Name
Qualification Designation Skills &
Professional
Certifications,
if any
Proposed
Area of
expertise
Experience
with Bidder
Place: Bidder’s signature
Date : with seal.
Name of the Bidder :
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 138 of 160
Form – P#6 : Declaration Regarding Clean Track Record & Satisfactory
Performance
To,
The Managing Director
MPSEDC
147, Zone 1, M.P. Nagar, Bhopal
Dear Sir,
I have carefully gone through the Terms & Conditions contained in the RFP Document regarding
“Customisation, Integration, Data Migration, Implementation & Maintenance of e-Procurement
Application for GoMP” for a period of 5 years.
I hereby declare that my company has not been debarred/black listed by any Government/Semi
Government organizations in India. I further certify that I am competent officer in my company to make
this declaration.
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation Seal
Date:
Business Address:
Place: Bidder’s signature
Date : with seal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 139 of 160
Stage – II : Bidding (Technical Bid) Formats
(This format must be kept in a separate sealed cover)
Name of the Bidder :
Name of the Project:
Form – T#1
Understanding of the Project
A Brief technical proposal by the bidder on Project Scope, Understanding of the project, technologies
proposed covering the following and other issues related to project:
1. Bidders understanding of the Project.
2. Bidders Approach & Methodology. - Preparation of System Integration Plan and System
Deployment Plan
3. Data Migration & Roll-out strategy.
4. Operations & Maintenance
5. System Maintenance & Management plan
6. Helpdesk Services & Escalation plan
7. System / Storage / Database / Network / Security Administration
8. Backup & Restoration plan
9. The proposed solution must provide all industry standard security mechanisms like:
a. System Level Security
b. Application Level Security
c. User Level Security
d. Database Security
e. Transaction level security.
10. Manpower Deployment & Retention strategy.
11. Proposed Security model, Roles Creation, Data Safety with authorizations and
authentications.
12. Scalability, robustness and Openness and Inter-Operability of the proposed solution.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 140 of 160
13. Implementation Strategy and Disaster Recovery Plan for the continued business
operations
14. The bidder shall clearly define the sizing of the servers requirements & connectivity
(bandwidth) requirements for the implementation of the proposed solution
15. Training Plan
16. Any other relevant items related to the project.
17. Overall Project/Engagements level Risks, Assumptions & proposed Mitigation
Place: Bidder’s signature
Date : with seal.
Name of the Bidder :
Name of the Project:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 141 of 160
Form – T#2 : Brief detail of the e-Procurement Project
Modules implemented in two organizations with the Project Experience & learning.
Place: Bidder’s signature
Date : with seal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 142 of 160
Stage – III : Bidding (Commercial Bid) Formats
(This format must be kept in a separate sealed cover)
(This format to be kept in a separate sealed cover super scribing “Commercial Bid” for the project cost for
Customization, Integration, Data Migration, Implementation and Maintenance, O&M support)
Please refer Annexure 2 for “Commercial Bid” format.
Note: The Price has to be quoted as per the format specified in Annexure 2. While Annexure 2A
is the summary of all the units, Annexure 2B is the values & percentages that need to be filled by
the bidder and Annexure 2C, 2D, 2E, 2F & 2G are there for the purpose of calculation of payouts
as per the data given. First Annexure 2B is required to be filled, that would be used for Annexure
2C, 2D, 2E, 2F & 2G and the final figure i.e. summary would be reflected in Annexure 2A. In case
of any discrepancy in any of the commercial bid annexure from 2A to 2G, the percentage and
values mentioned in the Annexure 2B would be considered final.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 143 of 160
Form – P#99 : Compliance/Agreed/Enclosed/Deviation Statement
The following are the particulars of compliance/deviations from the requirements of the tender
specifications.
Bid document reference Yes/No Remarks
1. Period of schedule
Form P#0
Form P#1
Form P#2
Form P#3
Form P#4
Form P#5
Form P#6
Form T#1
Form T#2
Annexure 2 (Commercial Bid)
General instruction to bidders
Standard procedure for bid evaluation
General condition of proposed contract (GCC)
Special Condition of proposed Contract (SCC)
The specifications and conditions furnished in the bidding document shall prevail over those of any other
document forming a part of our bid, except only to the extent of deviations furnished in this statement.
Note:For every item appropriate remarks should be indicated like ‘no deviation’, ’agreed’, ‘enclosed’ etc.
as the case may be.
Place: Bidder’s signature
Date : with seal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 144 of 160
Annexure 1 : As-Is Report
Summary of existing e-tendering project till 31.08.2012 since inception:
Particulars Quantity
Total Number of Tenders
Processed / completed - Physical
Numbers
22,156
Tenders Processed / completed –
Value Rs. 38,45,582 lacs
Approved Registration of
suppliers (Numbers) 10,385
Detailed breakup as per department users is as below:
S/N Departments / Agency Total Tenders
Completed
Total Value
(Rs. In Lacs)
1 Narmada Valley Development Authority 127 3,80,928.63
2 Public Works Department 10758 10,92,451.44
3 Madhya Pradesh Madhya Kshetra Vidyut
Vitaran Company Ltd. 98 66,530.02
4 Madhya Pradesh State Electronics
Development Corporation Ltd. 2 0.00
5 Water Resources Department 1591 6,49,089.05
6 Madhya Pradesh Professional Examination
Board (VYAPAM) 0 0.00
7 Indore Municipal Corporation 255 38,495.63
8 Madhya Pradesh Audyogik Kendra Vikas
Nigam (Bhopal) Ltd 79 5,699.40
9 Jabalpur Municipal Corporation 129 15,112.81
10 Public Health and Engineering Department 483 27,478.60
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 145 of 160
11 Madhya Pradesh Housing Board 360 88,042.17
12 Madhya Pradesh Roads Development
Corporation 208 49,717.01
13 Madhya Pradesh Rural Roads Development
Agency 3179 7,50,736.65
4 Madhya Pradesh State Tourism
Development Corporation Ltd 364 39,215.53
15 Madhya Pradesh Council of Scinece &
Technology 3 60.00
16 Capital Project Administration 348 25,709.09
17 Madhya Pradesh Text Book Corporation 2 1,800.00
18 Horticulture Department of Madhya
Pradesh , Vindhyachal Bhawan, Bhopal 0 0.00
19 Bhopal Development Authority 98 36,098.01
20 M.P.State Agriculture Marketing Board 648 76,808.29
21 Gwalior Development Authority 17 2,774.63
22 Jabalpur Development Authority 110 11,087.45
23 Madhya Pradesh Police Housing
Corporation Ltd. 552 70,324.20
24 Indore Development Authority 164 54,254.81
25 Madhya Pradesh Audyogik Kendra Vikas
Nigam (Jabalpur) Ltd. 15 786.31
26 Special Area Development Authority
(SADA), Gwalior 32 16,803.68
27 Ujjain Development Authority 107 14,729.49
28 Harda Municipal Council 0 0.00
29 M.P.Fisheries Federation 7 1,622.80
30 Dewas Development Authority 15 1,903.90
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 146 of 160
31 Ujjain Municipal Corporation 213 10,478.18
32 Jhabua Municipal Council 3 109.12
33 M.P.POWER TRANSMISSION COMPANY
LTD.( MPPTCL) 20 15,000.00
34 Municipal Council Guna 2 1,664.00
35 M.P. State Mining Corporation Limited 10 9,786.54
36 M.P. Poorv Kshetra Vidyut Vitaran Compnay
Limited 5 1,350.00
37 Integrated Tribal Development Project
Baihar 15 1,170.20
38 Nagar Panchayat Chhanera 0 0.00
39 Madhya Pradesh Audyogik Kendra Vikas
Nigam (Rewa) Ltd 8 1,559.76
40 Tribal Welfare Department 26 1,484.62
41 Madhya Pradesh Paschim Kshetra Vidyut
Vitaran Company Limited 79 648.19
42 M P State Cooperative Marketing
Federation Limited 133 19,229.69
43 Department of Animal Husbandry 15 0.00
44 M.P.State Cooperative Dairy Federation Ltd. 53 300.96
45 Vikram University Ujjain 17 797.64
46 Madhya Pradesh Audyogik Kendra Vikas
Nigam (Indore) Ltd 62 10,409.35
47 Industrial Infrastructure Development
Corporation (Gwalior) M.P.Ltd. 36 2,736.45
48 MP State Livestock and Poultry
Development Corporation 4 0.00
49 Madhya Pradesh Audyogik Kendra Vikas
Nigam (Ujjain) Ltd 20 1,071.42
50 A.P.S. University Rewa 18 576.01
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 147 of 160
51 Singrauli Municipal Corporation 43 1,709.52
52 Dewas Municipal Corporation 42 2,260.62
53 M.P. Rural Engineering Service Department
(RES) 1208 1,85,953.65
54 M.P. Vikas Pradhikaran Sangh 0 0.00
55 M.P.Warehousing & Logistics Corporation
(MPWLC) 100 34,565.35
56 Public Health & Family Welfare 121 5,921.43
57 Nagar Palika Pandhurna 4 459.36
58 Pithampur Auto Cluster Ltd.(PACL) 1 67.00
59 Katni Municipal Corporation 12 725.50
60 Madhya Pradesh Laghu Udyog Nigam
Limited 35 4,715.01
61 Madhya Pradesh Vidhan Sabha 3 0.00
62 Jabalpur Garment & Fashion Design Cluster
Pvt. Ltd. Jabalpur 0 0.00
63 Devi Ahilya Vishwavidyalaya Indore 1 52.00
64 Gwalior Municipal Corporation 92 7,056.91
65 Ratlam Development Authority 2 63.64435
66 Sagar Municipal Corporation 0 0
67 Urja Vikas igam 2 5400
68 Madhav Institute of Technology & Science,
Gwalior 0 0
69 Urban Administration and Development
Department 0 0
70 Sainik School Madhya Pradesh 0 0
Total 22,156 38,45,582
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 148 of 160
Year 2007-08
User Department (Year 2007-08) No. of
Tenders
ECV
(In Crores)
mpmkvvc.mpeprocurement.gov.in 3 7.71
mpsedc.mpeprocurement.gov.in 1 0.00
nvda.mpeprocurement.gov.in 10 917.17
pwd.mpeprocurement.gov.in 73 328.16
Total 87 1253.04
Year 2008-09
User Department (Year 2008-09) No. of
Tenders
ECV
(In Crores)
mpakvn.mpeprocurement.gov.in 2 2.57
mphousing.mpeprocurement.gov.in 5 10.08
pwd.mpeprocurement.gov.in 278 1222.16
Total 285 1234.81
Year 2009-10
User Department (Year 2009-10)
No. of
Tenders
ECV
(In Crores)
mpakvn.mpeprocurement.gov.in 1 0.83
mpcost.mpeprocurement.gov.in 3 0.00
mphousing.mpeprocurement.gov.in 66 85.34
mprdc.mpeprocurement.gov.in 3 9.58
mprrda.mpeprocurement.gov.in 569 1346.45
mpt.mpeprocurement.gov.in 11 10.33
mptbc.mpeprocurement.gov.in 3 29.00
nvda.mpeprocurement.gov.in 20 74.46
phed.mpeprocurement.gov.in 83 33.52
pwd.mpeprocurement.gov.in 386 1190.69
wrd.mpeprocurement.gov.in 40 156.82
Total 1185 2937.02
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 149 of 160
Year 2010-11
User Department (Year 2010-11)
No. of
Tenders
ECV
(In Crores)
cpa.mpeprocurement.gov.in 125 57.37
dda.mpeprocurement.gov.in 1 1.77
gda.mpeprocurement.gov.in 2 1.18
ida.mpeprocurement.gov.in 39 69.62
imc.mpeprocurement.gov.in 44 59.42
itdpbhr.mpeprocurement.gov.in 12 3.02
jda.mpeprocurement.gov.in 30 48.66
jmc.mpeprocurement.gov.in 3 4.67
mcjhabua.mpeprocurement.gov.in 1 0.78
mpakvn.mpeprocurement.gov.in 2 1.60
mpcdf.mpeprocurement.gov.in 2 0.00
mpcost.mpeprocurement.gov.in 10 0.00
mpez.mpeprocurement.gov.in 1 0.00
mphousing.mpeprocurement.gov.in 55 120.95
mpmandiboard.mpeprocurement.gov.in 279 241.02
mpmkvvc.mpeprocurement.gov.in 12 63.66
mpphc.mpeprocurement.gov.in 131 57.40
mprdc.mpeprocurement.gov.in 96 414.74
mprrda.mpeprocurement.gov.in 730 1120.20
mpsmcl.mpeprocurement.gov.in 3 7.73
mpt.mpeprocurement.gov.in 79 36.75
nvda.mpeprocurement.gov.in 78 3227.64
phed.mpeprocurement.gov.in 113 44.11
pwd.mpeprocurement.gov.in 1992 2024.04
sadagwl.mpeprocurement.gov.in 10 15.82
twd.mpeprocurement.gov.in 10 3.30
uda.mpeprocurement.gov.in 33 47.21
umcujjain.mpeprocurement.gov.in 5 8.04
wrd.mpeprocurement.gov.in 424 1731.78
Total 4322 9412.477
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 150 of 160
Year 2011-12
User Department (Year 2011-12) No. of Tenders
ECV
(In Crores)
akvnindore.mpeprocurement.gov.in 35 47.13
akvnjbp.mpeprocurement.gov.in 7 3.02
akvnrewa.mpeprocurement.gov.in 8 9.30
akvnujjain.mpeprocurement.gov.in 12 4.61
apsurewa.mpeprocurement.gov.in 11 3.98
bda.mpeprocurement.gov.in 44 82.99
cpa.mpeprocurement.gov.in 163 108.10
dda.mpeprocurement.gov.in 12 10.08
dmc.mpeprocurement.gov.in 10 4.76
gda.mpeprocurement.gov.in 3 1.92
health.mpeprocurement.gov.in 80 7.63
ida.mpeprocurement.gov.in 83 294.61
iidcgwl.mpeprocurement.gov.in 25 15.80
imc.mpeprocurement.gov.in 95 163.49
itdpbhr.mpeprocurement.gov.in 3 2.07
jda.mpeprocurement.gov.in 24 6.67
jmc.mpeprocurement.gov.in 68 28.36
mcguna.mpeprocurement.gov.in 2 8.32
mpahd.mpeprocurement.gov.in 14 0.00
mpakvn.mpeprocurement.gov.in 37 28.30
mpcdf.mpeprocurement.gov.in 40 1.97
mpez.mpeprocurement.gov.in 4 0.00
mpfishfed.mpeprocurement.gov.in 5 8.98
mphousing.mpeprocurement.gov.in 106 304.65
mplivestock.mpeprocurement.gov.in 6 0.00
mplun.mpeprocurement.gov.in 7 1.90
mpmandiboard.mpeprocurement.gov.in 234 406.41
mpmarkfed.mpeprocurement.gov.in 80 183.65
mpmkvvc.mpeprocurement.gov.in 57 339.50
mpphc.mpeprocurement.gov.in 134 215.27
mppkvvcl.mpeprocurement.gov.in 52 6.48
mpptcl.mpeprocurement.gov.in 6 0.00
mprdc.mpeprocurement.gov.in 78 82.37
mprrda.mpeprocurement.gov.in 865 1667.28
mpsmcl.mpeprocurement.gov.in 6 24.82
mpwlc.mpeprocurement.gov.in 8 109.18
mpt.mpeprocurement.gov.in 146 163.91
mpvs.mpeprocurement.gov.in 2 0.00
mpwlc.mpeprocurement.gov.in 11 137.63
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 151 of 160
npp.mpeprocurement.gov.in 2 1.06
nvda.mpeprocurement.gov.in 51 659.21
pacl.mpeprocurement.gov.in 1 0.67
phed.mpeprocurement.gov.in 108 46.90
pwd.mpeprocurement.gov.in 3761 2635.56
sadagwl.mpeprocurement.gov.in 18 85.75
smc.mpeprocurement.gov.in 6 0.95
twd.mpeprocurement.gov.in 9 5.69
uda.mpeprocurement.gov.in 35 30.60
umcujjain.mpeprocurement.gov.in 62 72.82
vuu.mpeprocurement.gov.in 22 7.65
wrd.mpeprocurement.gov.in 563 2909.94
Total 7221 10941.95
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 152 of 160
Annexure 2 : Commercial Bid
(Comprises of Annexure from 2A to Annexure 2G)
Name of the Bidder :
Name of the Project:
Annexure 2: Commercial Proposal (Stage III bidding format)
(This format to be kept in a separate sealed cover super scribing “Commercial Bid” for the project cost for
Customization, Integration, Data Migration, Implementation and Maintenance, O&M support)
Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to implement the e-Procurement system in the Government of Madhya Pradesh. To
meet such requirements and to provide services as set out in the tender document, we herewith submit
our quotation, summarizing our commercial proposal as under:
Annexure 2A: Summary of Unit wise Transaction Fees
Transaction Fees
Module wise payout as per the commercial bid formats Total pay-out (in Rs.)
In numbers
Unit-1: e-Tendering & e-Auctions procurement (pay-out
calculated as per the format specified in Annexure 2C)
Unit-2: Indent Management, e-Tendering and e-Auctions (pay-
out calculated as per the format specified in Annexure 2D)
Unit 3: Contract management (pay-out calculated as per the
format specified in Annexure 2E)
Unit 4: Catalogue based procurement (pay-out calculated as
per the format specified in Annexure 2F)
Unit 5: Supplier registration system (pay-out calculated as per
the format specified in Annexure 2G)– pre-defined 63,00,000
Grand Transaction Fee Total (in Rs.)
Grand Transaction Fee Total in Words:
Note:
1. The above price is inclusive of all the taxes except the Service Tax (if any) as applicable on date of
bid submission.
2. The price would remain fixed for the entire contract period.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 153 of 160
Further, as per the formats specified in Annexure 2B, we have quoted the rates for provision of the sought
e-Procurement modules. To arrive at the final commercial quote, we have inputted the rates quoted by us
in Annexure 2B within procurement scenarios provided in the commercial quote formats (2C, 2D, 2E, 2F
and 2G) and calculated the Rupee value sought to undertake the transactions specified in the scenario.
We understand that while the commercial quote is the final output taken into consideration for bid-
evaluation purposes, the rates quoted in Appendix 2B is the commitment we make in our commercial bid
response. Further we undertake that in case of any discrepancy in any of the commercial bid annexure
from 2A to 2G, the percentage and values mentioned in the Annexure 2B would be considered final.
Place: Bidder’s signature
Date : with seal.
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 154 of 160
Annexure 2B: Unit Rates
Unit Rates
Unit 1 - Provision of e-Tendering & e-Auctions procurement
Payment Method Rates Quoted
Units In numbers
Percentage of ECV %
Minimum transaction fee per bidder Rupees
Cap for tenders with ECV of upto 10 lacs Rupees
Cap for tenders with ECV of between 10 -50 lacs Rupees
Cap for tenders with ECV of between 50 – 100 lacs Rupees
Cap for tenders with ECV of between 1 – 10 Crores Rupees
Cap for tenders with ECV of more than 10 Crores Rupees
Unit 2 - Provision of Indent Management, e-Tendering & e-Auctions procurement
Payment Method Rates Quoted Units
In numbers
Percentage of ECV %
Minimum transaction fee per bidder Rupees
Cap for tenders with ECV of upto 10 lacs Rupees
Cap for tenders with ECV of between 10 -50 lacs Rupees
Cap for tenders with ECV of between 50 – 100 lacs Rupees
Cap for tenders with ECV of between 1 – 10 Crores Rupees
Cap for tenders with ECV of more than 10 Crores Rupees
Unit 3 - Provision of contract management module
Payment Method Rates Quoted Units
In numbers
Percentage of contract value %
Minimum transaction fee per contract Rupees
Cap for contracts valued upto 10 lacs Rupees
Cap for contracts valued between 10 -50 lacs Rupees
Cap for contracts valued between 50 – 100 lacs Rupees
Cap for contracts valued between 1 – 10 Crores Rupees
Cap for contracts valued more than 10 Crores Rupees
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement Solution for GoMP
MPSEDC Page 155 of 160
Unit 4 - Provision of catalogue procurement module
Payment Method Rates Quoted Units
In numbers
Percentage of order value %
Minimum transaction fee per order Rupees
Cap for orders valued between Rs. 5,000 and 25,000 Rupees
Cap for orders valued between Rs. 25,000 and 50,000 Rupees
Cap for orders valued between Rs. 50,000 and 100,000 Rupees
Cap for orders valued between Rs. 1 and 10 Lacs Rupees
Cap for orders valued between more than Rs.10 Lacs Rupees
Unit 5 - Provision of supplier registration module (Pre Defined-not to be changed)
Payment Method Fee charged
Units In numbers
One-time registration fee per supplier (for 7000 suppliers) 500 Rupees
Yearly maintenance fee per supplier (for 7000 suppliers) 100 Rupees
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement application for GoMP
MPSEDC Page 156 of 160
Annexure 2C: Pay-out for provision of unit 1 (e-Tendering & e-Auctions procurement modules)
Assumptions held
i) The base data used for generating the data set specified in the table 2C is based on the volume of data gathered
from the existing departments/ agencies that are using the e—tendering application of GoMP. The base data
represents the volume of procurement handled by the departmental units in the year 2011-2012 in
approximation which is bifurcated based on the slab mentioned in each table based on certain percentage of
users that are expected to use the particular module. The estimated number of tenders for unit 1 is specified in
table 2C.
ii) The procurement data specified in the table 2C indicates the volume of procurement likely to get routed
through this unit during in a year which is purely based on last year data. The data is not extrapolated to
ascertain the estimated volume in any further period. The bidder shall not regard the procurement volume
specified in table 2C as a commitment from the Government. The figures are bound to change based on various
circumstances.
iii) The average number of bidders is purely based on estimation and is considered only to evaluate the bids and is
not to be considered as the factual case.
iv) Bidder shall quote a “Percentage of Estimated Cost Value” and caps for each of the six ranges (e.g. more than
10 Crores) and calculate the pay-out for the Government presuming the volume of procurement as specified in
table 2C happens:
Table 2C: Pay-out for provision of unit 1 (e-Tendering & e-Auctions Procurements)
Percentage of Estimated Value quoted in %:
Estimated Value of
tenders floated
Value in
Rupees
(median
value)
Fee paid by
bidder as
per the %
quoted
Fee paid by
bidder after
cap is
applied
Average
number of
bidders
Fee paid
per
tender
Number
of
Tenders
in a year
Total fee
paid
Less than 1 lac 50000 5 64
Upto 10 lacs 550000 5 148
10 lacs – 50 lacs 3000000 5 1,033
50 lacs - 100 lacs 7500000 5 508
1cr - 10 cr 50000000 5 709
10 cr and above 100000000 5 65
Total for provision of unit 1 in Rs.(A):
No. of Years of Operation & Maintenance (B): 5
Grand Total for Unit 1 for 5 years (A x B):
Grand Total for provision of unit 1 in words:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement application for GoMP
MPSEDC Page 157 of 160
Annexure 2D: Pay-out for provision of unit 2 (Indent Management, e-Tendering & e-Auctions for procurement modules)
Assumptions held
i) The base data used for generating the data set specified in the table 2D is based on the volume of data
gathered from the existing departments/ agencies that are using the e—tendering application of GoMP. The
base data represents the volume of procurement handled by the departmental units in the year 2011-2012 in
approximation which is bifurcated based on the slab mentioned in each table based on certain percentage of
users that are expected to use the particular module. The estimated number of tenders for unit 2 is specified in
table 2D.
i) The procurement data specified in the table 2D indicates the volume of procurement likely to get routed
through this unit during in a year which is purely based on last year data. The data is not extrapolated to
ascertain the estimated volume in any further period. The bidder shall not regard the procurement volume
specified in table 2D as a commitment from the Government. The figures are bound to change based on various
circumstances.
ii) The average number of bidders is purely based on estimation and is considered only to evaluate the bids and is
not to be considered as the factual case.
iii) Bidder shall quote a “Percentage of Estimated Cost Value” and caps for each of the six ranges (e.g. more than
10 Crores) and calculate the pay-out for the Government presuming the volume of procurement as specified in
table 2D happens:
Table 2D: Pay-out for provision of Unit 2 (Indent Mgmt., e-Tendering & e-Auctions procurement)
Percentage of Estimated Value quoted in %:
Estimated Value of
tenders floated
Value in
Rupees
(median
value)
Fee paid by
bidder as
per the %
quoted
Fee paid by
bidder after
cap is
applied
Average
number
of bidders
Fee paid
per
tender
Number
of
Tenders
in a year
Total fee paid
Less than 1 lac 50000 5 120
Upto 10 lacs 550000 5 274
10 lacs - 50 lacs 3000000 5 1,919
50 lacs - 100 lacs 7500000 5 943
1cr - 10 cr 50000000 5 1,317
10 cr and above 100000000 5 121
Total for provision of unit 2 in Rs.(A):
No. of Years of Operation & Maintenance (B): 5
Grand Total for Unit 2 for 5 years in Rupees (A x B):
Grand Total for provision of unit 2 in words:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement application for GoMP
MPSEDC Page 158 of 160
Annexure 2E: Pay-out for provision of unit 3 (Contract management module)
Assumptions held
i) The base data used for generating the data set specified in the table 2E is based on the volume of data gathered
from the existing departments/ agencies that are using the e—tendering application of GoMP. The base data
represents the volume of procurement handled by the departmental units in the year 2011-2012 in
approximation which is bifurcated based on the slab mentioned in each table based on certain percentage of
users that are expected to use the particular module. The estimated number of tenders for unit 3 is specified in
table 2E.
i) The procurement data specified in the table 2E indicates the volume of procurement likely to get routed
through this unit during in a year which is purely based on last year data. The data is not extrapolated to
ascertain the estimated volume in any further period. The bidder shall not regard the procurement volume
specified in table 2E as a commitment from the Government. The figures are bound to change based on various
circumstances.
ii) The average number of bidders is purely based on estimation and is considered only to evaluate the bids and is
not to be considered as the factual case.
iii) Bidder shall quote a “Percentage of Estimated Cost Value” and caps for each of the six ranges (e.g. more than
10 Crores) and calculate the pay-out for the Government presuming the volume of procurement as specified in
table 2E happens:
Table 2E: Pay-out for provision of unit 3 (Contract Management module)
Percentage of contract value quoted in %:
Contract value
range
Contract
award value
Fee paid by bidder
as per the % quoted
(in Rs.)
Fee paid by bidder
after cap is applied
(in Rs.)
Number of
contracts
in a year
Total fee
paid (in Rs.)
Less than 1 Lakh 50000 37
1 - 10 Lacs 550000 84
10 - 50 Lacs 3000000 590
50 - 100 Lacs 7500000 290
1cr - 10 Cr 55000000 405
More than 10 Cr. 100000000 37
Total for provision of unit 3 in Rs.(A):
No. of Years of Operation & Maintenance (B): 5
Grand Total for Unit 3 for 5 years in Rupees (A x B):
Grand Total for Provision of Unit 3 in Words:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement application for GoMP
MPSEDC Page 159 of 160
Annexure 2F: Pay-out for provision of unit 4 (Catalogue management module)
Assumptions held
i) The base data used for generating the data set specified in the table 2F is based on the volume of data gathered
from the existing departments/ agencies that are using the e—tendering application of GoMP. The base data
represents the volume of procurement handled by the departmental units in the year 2011-2012 in
approximation which is bifurcated based on the slab mentioned in each table based on certain percentage of
users that are expected to use the particular module. The estimated number of tenders for unit 4 is specified in
table 2F.
ii) The procurement data specified in the table 2F indicates the volume of procurement likely to get routed
through this unit during in a year which is purely based on last year data. The data is not extrapolated to
ascertain the estimated volume in any further period. The bidder shall not regard the procurement volume
specified in table 2F as a commitment from the Government. The figures are bound to change based on various
circumstances.
iii) The average number of bidders is purely based on estimation and is considered only to evaluate the bids and is
not to be considered as the factual case.
iv) Bidder shall quote a “Percentage of Order Value” and caps for each of the six ranges (e.g. between 5000 and
10000) and calculate the pay-out for the Government presuming the volume of procurement as specified in
table 2F happens:
Table 2F: Pay-out for provision of unit 4 (Catalogue management module)
Percentage of order value quoted in %
Order value
Order value
(median
number)
Fee paid by
bidder as
per the %
quoted
Fee paid by
bidder after cap
is applied
No. of
orders in
a year
Total fee paid
(in Rupees)
Between 5 - 10K 7500 18
Between 10 – 25K 17500 42
Between 25 – 50K 37500 295
Between 50 – 100K 75000 145
Between 1 - 10 Lacs 550000 203
More than 10 Lacs 1000000 19
Total for provision of unit 4 in Rs.(A):
No. of Years of Operation & Maintenance (B): 5
Grand Total for Unit 4 for 5 years in Rupees (A x B):
Grand total for provision of Unit 4 in words:
Private & Confidential
RFP for Customization, Integration, Data Migration, Implementation & Maintenance of e-Procurement application for GoMP
MPSEDC Page 160 of 160
Annexure 2G: Pay-out for provision of unit 5 (Supplier registration module)
Assumptions held
i) The Government expects 7000 suppliers will get registered in the e-Procurement system.
ii) The Government will require the suppliers to pay a one-time registration fee of Rs. 500 and yearly maintenance fee of Rs.
100 as service charges for provision of the Supplier registration module.
iii) The Bidder’s shall regard the number of registered suppliers (i.e. 7000) as an indication and not as a commitment.
Table 2G: Pay-out for provision of unit 5: Supplier registration module
Headings Fee charged Value (in Rs.)
Fixed registration fee per supplier for 7000 suppliers (A) 500 35,00,000
Yearly maintenance fee per supplier for 7000 suppliers (B) 100 7,00,000
No. of Years for yearly maintenance (C): 4
Grand Total for unit 5 in Rupees = [A+(BxC)] : 63,00,000
Grand total for provision of unit 5 in words: Sixty three Lacs Rupees Only
Recommended