44
Page 1 of 44 Corrigendum Document For “Selection of System Integrator for Implementation of e-Governance in Municipal Corporation of Shimla under JnNURM” The Project Director (JNNURM Cell) Municipal Corporation Shimla The Mall, Shimla, HP-171001 Corrigendum Reference Number: MCS/COMM/JNNURM/e-Governance/2013-1371 /1 Corrigendum Date: 27, Sept 2013 RFP Document Number: MCS/COMM/JNNURM/e-Governance/2013-1371 dated 31-08-2013 Project Name: Selection of System Integrator for Implementation of e-Governance in Municipal Corporation of Shimla under JnNURM S.No. Existing clauses as per RFP RFP Page No Amendment i. 1.REQUEST FOR PROPOSAL DATA SHEET Last Date and Time for Submission of Bids: 23.09.2013 Validity period of Bid Security / Earnest Money Deposit (EMD) 180 days Proposal Validity period 180 days Place, Date and Time of Opening of Technical Bids: MC Office, 30.09.2013, 2 PM 16 Last Date and Time for Submission of Bids: 10.10.2013 up to 2:00 PM. Validity period of Bid Security / Earnest Money Deposit (EMD) 180 days from opening of tender document. Proposal Validity period 180 days from opening of tender document. Place, Date and Time of Opening of Technical Bids: MC Office, 10.10.2013, at 2:30 PM

Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 1 of 44

Corrigendum Document

For

“Selection of System Integrator for Implementation of e-Governance in

Municipal Corporation of Shimla under JnNURM”

The Project Director (JNNURM Cell)

Municipal Corporation Shimla

The Mall, Shimla, HP-171001

Corrigendum Reference Number: MCS/COMM/JNNURM/e-Governance/2013-1371 /1

Corrigendum Date: 27, Sept 2013

RFP Document Number: MCS/COMM/JNNURM/e-Governance/2013-1371 dated 31-08-2013

Project Name: Selection of System Integrator for Implementation of e-Governance in Municipal

Corporation of Shimla under JnNURM

S.No. Existing clauses as per RFP RFP Page No Amendment

i. 1.REQUEST FOR PROPOSAL DATA SHEET

Last Date and Time for Submission of Bids: 23.09.2013

Validity period of Bid Security / Earnest Money Deposit (EMD) 180 days

Proposal Validity period 180 days

Place, Date and Time of Opening of Technical Bids: MC Office, 30.09.2013, 2 PM

16 Last Date and Time for Submission of Bids: 10.10.2013 up to 2:00 PM.

Validity period of Bid Security / Earnest Money Deposit (EMD) 180 days from opening of tender document.

Proposal Validity period 180 days from opening of tender document.

Place, Date and Time of Opening of Technical Bids: MC Office, 10.10.2013, at 2:30 PM

Page 2: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 2 of 44

Commercial Bid Opening: 04.10.2013

Award letter to SI: 10.10.2013

Agreement/assignment of contract: 17.10.2013

Development and implementation of Project 5 Months

Commercial Bid Opening: To be intimated later.

Award letter to SI: To be intimated later.

Agreement/assignment of contract: To be intimated later.

Development and implementation of Project 7 Months, section “7.2 IMPLEMENTATION PLAN “ revised as per “CORRIGENDUM ANNEXURE 1 REVISED -7.2 IMPLEMENTATION PLAN”

ii. 5. SCOPE OF THE PROJECT “Annual Maintenance Support for 2 years, extendible up to 5 years”: “Infrastructure and Network Services Management at all offices of MCS, Data Centre etc”

26 Functionality added in “Annual Maintenance Support for 2 years, extendible up to 5 years” for support and maintenance activities as per “CORRIGENDUM ANNEXURE 2 REVISED- 5. SCOPE OF THE PROJECT”

iii. i. Design, Develop, Test and Install

a scalable and secure application for SLSS as per the open standards, preferably COTS, and not on open source technologies. (3.3.3 SYSTEM INTEGRATOR)

ii. The proposed solution will be preferably COTS based to meet the budget and project timelines.( 6.1 PROPOSED ARCHITECTURE)

iii. If proposed solution is COTS based solution: 5 Marks, 1 Point for each successfully completed project – up to 5 Projects (13.2 CRITERIA FOR TECHNICAL EVALUATION)

21, 47,175 COTS word to be deleted from the RFP. It is up to the bidder to quote customized product or COTS. However, in case of COTS, the perpetual licenses to be provided by the bidder i.e. one time license cost for life time including update and upgrades.

iv. Following clauses from section “5.4 IT INFR ASTRUCTURE AT TH E STATE DATA CENTER AND DISASTER RE COVERY CENTRE”

i. The rates discovered during the State Data Centre bid processing for Common software usage shall be applicable on the

33 Following clauses from section “5.4 IT INFR ASTRUCTURE AT TH E STATE DATA CENTER AND DISASTER RE COVERY CENTRE”

i. The payment of common software (EMS Server Monitoring, EMS Network Monitoring, EMS Other

Page 3: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 3 of 44

hardware or software that will be hosted in the State Data Centre. The common software would include EMS Server Monitoring, EMS Network Monitoring, EMS Other Modules, Antivirus License, HIPS License, EMS Application Performance Management etc

Modules, Antivirus License, HIPS License etc. ) used during the operationalization of this project would be paid by MC Shimla on as per actual basis (i.e. the cost determined by DIT HP under SDC project).

v. Following clauses of “Database Server” from section “5.4 IT INFR ASTRUCTURE AT TH E STATE DATA CENTER AND DISASTER RE COVERY CENTRE”

OS support: Microsoft® Windows Server 2003 / 2008, Enterprise Edition / Red Hat® Enterprise

RAID controller with RAID 0/1/5 with 512 MB cache

33 Following clauses of “Database Server” from section “5.4 IT INFR ASTRUCTURE AT TH E STATE DATA CENTER AND DISASTER RE COVERY CENTRE”

OS support: Microsoft® Windows Server 2008 / 2012 Enterprise Edition/Datacenter / Red Hat Linux Enterprise Edition/ SUSE Linux Enterprise Edition

RAID controller with RAID 0, 1 and 5 with 512 MB or higher Battery Backed Write Cache (BBWC)/ Flash Backed Write Cache (FBWC) with 48 hrs battery backup.

Added following specification in “Database Server”

The Server should have TPCC rating of 1 million or TPC-H rating of 100,000 Qph-H, or min of 1900 tpsE of TPC-E Throughput or TPMC rating of minimum 2.7 million.

vi. Following clause from section “6.1.3 SCALABILITY” Scalability in terms of addition of new ULB: The SLSS should be scalable enough to allow addition of all the 49 ULBs within Himachal Pradesh

49 Addition: in “Scalability in terms of addition of new ULB:” in section “6.1.3 SCALABILITY” “The SLSS should be flexible and configurable in such a way so that Administrator user should be able to add new ULB and provide options to select the different available modules from SLSS which are suitable for newly created ULB and can define workflow for different users of ULB as per their role in the administrative hierarchy. “

vii. 10. ANNEXURE 1: FUNCTIONAL REQUIREMENT SPECIFICATIONS OF THE

87 Functionality added in “10. ANNEXURE 1: FUNCTIONAL REQUIREMENT

Page 4: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 4 of 44

MODULES (INDICATIVE) SPECIFICATIONS OF THE MODULES (INDICATIVE) “ as per “CORRIGENDUM ANNEXURE 3 REVISED- 10. ANNEXURE 1: FUNCTIONAL REQUIREMENT SPECIFICATIONS OF THE MODULES (INDICATIVE)”

viii. 9.1.2.3 MINIMUM TECHNICAL SPECIFICATIONS FOR ROUTER ( 28 NOS)

72 Amended Router specification as per “CORRIGENDUM ANNEXURE 4 REVISED- 9.1.2.3 MINIMUM TECHNICAL SPECIFICATIONS FOR ROUTER (28 NOS)”

ix. 9.2.2 DATABASE SERVER 78 Amended Database Server specification as per “CORRIGENDUM ANNEXURE 5- REVISED-9.2.2 DATABASE SERVER”

x. Following clauses from section “11.9 ELIGIBILITY CRITERIA”

Certifications (Primary Applicant (PA)): Should have valid ISO 9001:2008,AND ISO 27001:2005 Certification/SEI-CMMi Level 3 Certifications, as evidenced by the copy of the certificates.

Annual Turnover for Implementation Partner (IP): Should have Minimum Average Annual turnover should be at least Rs. 50 crores in the past three consecutive financial years till the year March 2013 from similar IT Software / System Integration / Software services from bidder’s Indian operation only.

Net Profit for Primary Applicant (PA) and Implementation Partner (IP): Should have registered net profit during each of the past three financial years.

Undertaking for Primary

168 Following clauses from section “11.9 ELIGIBILITY CRITERIA”

Certifications (Primary Applicant (PA)): Certifications (Primary Applicant (PA)): Should have valid ISO 9001:2008 or ISO 27001:2005 Certification with SEI-CMMi Level 3 Certifications, as evidenced by the copy of the certificates.

Annual Turnover for Implementation Partner (IP): Should have Minimum Average Annual turnover should be at least Rs. 25 crores in the past three consecutive financial years till the year March 2013 from similar IT Software / System Integration / Software services from bidder’s Indian operation only.

Net Profit for Primary Applicant (PA) and Implementation Partner (IP): Should have registered net profit in any three financial years out of the past five consecutive financial years till March 2013.

Undertaking for Primary

Page 5: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 5 of 44

Applicant (PA) and Implementation Partner (IP): The bidder should not have been blacklisted/ banned/ suspended by any government organization in India in last 5 years irrespective of whether in vogue or not as of date of submission of the Tender.

Applicant (PA) and Implementation Partner (IP): The bidder should not have been blacklisted/ banned/ suspended at the time of submission of the bid by any government organization in India.

xi. Following clauses from section “12.5 SUBMISSION OF BIDS”

The bidder shall submit the Bid in a sealed cover consisting of five (5) hard copies (1 Original and 4 Duplicate) & one soft copy in the form of non re-writable CD/DVD of the Bid. Both the "Original" and "Duplicate" Bids must be packed into separate sealed envelopes (appropriately labeled, "Original" and "Duplicate") with each envelope comprising the three proposals. CD/DVD must be duly signed using a “Permanent Pen/Marker” and should bear the name of the firm /agency, submitting the proposal. Only 1 hard copy (original) and 1 soft copy of commercial proposal to be submitted. In case of discrepancy between the copies the Original copy will prevail.

174 Following clauses from section “12.5 SUBMISSION OF BIDS”

The bidder shall submit the Bid in a sealed cover consisting of two (2) hard copies (i.e. 1 Original and 1 Duplicate) & one soft copy in the form of non re-writable CD/DVD of the Bid. Both the "Original" and "Duplicate" Bids must be packed into separate sealed envelopes (appropriately labeled, "Original" and "Duplicate") with each envelope comprising the three proposals. CD/DVD must be duly signed using a “Permanent Pen/Marker” and should bear the name of the firm /agency, submitting the proposal. Similarly, 2 hard copies (1 original and one duplicate) and 1 soft copy of commercial proposal to be submitted. In case of discrepancy between the copies the Original copy will prevail.

xii. Section “13.2 CRITERIA FOR TECHNICAL EVALUA TION”

A. Organizational Capability-

B. Experience of Application Development and Implementation in Government

D. Proposed Human Resources

175 Section “13.2 CRITERIA FOR TECHNICAL EVALUA TION”

A. Organizational Capability- : Point “(c)” to be considered as deleted and points “(a),(b) and (d) has been amended.

B. Experience of Application Development and Implementation in Government: Point “(a)” has been amended.

D. Proposed Human Resources: Point “(a)” has been amended.

Please refer “CORRIGENDUM

Page 6: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 6 of 44

ANNEXURE 6-REVISED-CRITERIA FOR TECHNICAL EVALUATION” for amended points.

xiii. Following points from section “14. PAYMENT TERMS AND SCHEDULE”

i. Payment Milestones ii. Fee Payable in %

iii. Remarks iv. AMC may be further extended

up to 3 years.

180 Following points from section “14. PAYMENT TERMS AND SCHEDULE” have been amended as per “CORRIGENDUM ANNEXURE 7-REVISED- PAYMENT TERMS AND SCHEDULE”

i. Payment Milestones, ii. Fee Payable in % of CAPEX

(excluding ULBs cost) iii. Remarks iv. The Operation and Maintenance

phase of the project (including MC Shimla and all ULBs covered under this project) may be extended further up to 3 years as per the rates quoted by the bidder.

Apart from this, table for Payment for each phase of ULBs rollout is added in the “CORRIGENDUM ANNEXURE 7-REVISED- PAYMENT TERMS AND SCHEDULE”

xiv. Following points from section “15.18 DELAYS IN THE BIDDER ’S PERFORMANCE”

Except as provided under GCC Clause 3.20, a delay by the Bidder in the performance of its delivery obligations shall render the Bidder liable to the imposition of a penalty as well as seeking enforcement of Performance Security

186 Following points from section “15.18 DELAYS IN THE BIDDER ’S PERFORMANCE”

Except as provided under clause “15.21 FORCE MAJURE”, a delay by the Bidder in the performance of its delivery obligations shall render the Bidder liable to the imposition of a penalty as well as seeking liquidation of Performance Security

xv. Section “15.20 TERMINATION FOR DEFAULT”

186 Section “15.20 TERMINATION FOR DEFAULT” amended as per “CORRIGENDUM ANNEXURE 8 REVISED-TERMINATION FOR DEFAULT”

xvi. Following text from section “16.3 ANNEXURE III : PROFILE S OF KEY

196 Text from section “16.3 ANNEXURE III : PROFILE S OF KEY PERSONNEL”, the

Page 7: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 7 of 44

PERSONNEL” The indicative resources required and minimum Qualification & Skills has been given below: 1. Program Manager - Dedicated - 1 (No.) - BTech/MCA with 10+ years of experience. 5+yrs exp in eGovernance domain. PMI certificate is desirable 2. Application Development & Integration (Lead) - Dedicated - BTech/MCA with 5+ years of experience. 3. Domain Specialist - Shared - As required - Graduate 8+ years of experience in Urban Local Bodies. Experience of similar works is desirable. 4. Quality Manager - Shared - 2(No.) - B.E/B.Tech. with 3+ years of Exp. and min 1 years exp in e-Gov domain related projects for testing. 5. Training and Change Management Lead -Shared - As Required - Post Graduate with exp of handling trainings to Govt – Semi Govt users. Atleast 2 years of exp in e-Gov.

indicative resources required and minimum Qualification & Skills are now amended as per “CORRIGENDUM ANNEXURE 9 REVISED-MANPOWER REQUIREMENTS”. The following text stands deleted from 16.3 Annexure III: “Note: The indicative resources required and minimum Qualification & Skills has been given below:1. Program Manager - Dedicated - 1 (No.) - BTech/MCA with 10+ years of experience. 5+yrs exp in e-Governance domain. PMI certificate is desirable 2. Application Development & Integration (Lead) - Dedicated - BTech/MCA with 5+ years of experience.3. Domain Specialist - Shared - As required - Graduate 8+ years of experience in Urban Local Bodies. Experience of similar works is desirable.4. Quality Manager - Shared - 2(No.) - B.E/B.Tech. with 3+ years of Exp. and min 1 years exp in e-Gov domain related projects for testing. 5. Training and Change Management Lead -Shared - As Required - Post Graduate with exp of handling trainings to Govt – Semi Govt users. Atleast 2 years of exp in e-Gov.”

xvii. Following text in Section “16.7 ANNEXURE VII: SUMMARY OF COST COMPONENTS (ON BIDDER’S LETTER HEAD)”:

Services Provided During Implementation Phase along with 3 years of comprehensive onsite warranty

CAPEX item at serial number 1 (Development/Configuration/Customizationof State Level Software Solution)

Rollout(Software) Cost of Other ULBs

202 Section “16.7 ANNEXURE VII: SUMMARY OF COST COMPONENTS (ON BIDDER’S LETTER HEAD)” following changes made:

Services Provided During Implementation Phase along with comprehensive onsite warranty till Go-Live of the Project

CAPEX item at serial number 1 (System Study, BPR, Design, Development, Configuration, Customization of the State Level Software Solution including manpower cost (Breakup of manpower to be provided in the table (E) below to justify the cost of manpower))

Software Rollout Cost in Other ULBs including user training and

Page 8: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 8 of 44

Roll out Cost of One ULB X 48

OPEX

Bidder has to provide the cost of Operation and Maintenance for 4th, 5th and 6th year of go-live; however for this period whether AMC will be given to the same bidder lies on whole discretion of MCS.

OPEX item Seral no-11 (Operation & Maintenance for 6th year after go-live)

handholding, Master Data Entry, software customization, workflow changes, Support and Maintenance during the operation & maintenance phase of the Project etc.

Roll out Cost of in 49 ULBs is Rs.

OPEX of the whole Project including MC Shimla and ULBs (including the cost for comprehensive onsite operational support and maintenance services for all ULBs including MC Shimla, such as, support and Maintenance, customization in software application, solution maintenance, database administration, end user problem resolution, license cost, maintenance of IT infrastructure, patch updates, Security Compliance Audits, Comprehensive onsite warranty, Manpower cost for maintenance and support etc.)

Text deleted

OPEX item Serial no-11 Text deleted, now OPEX cost should be provided for 5 years after successful commissioning of the project, i.e., after go-live date

Section “16.7 ANNEXURE VII: SUMMARY OF COST COMPONENTS (ON BIDDER’S LETTER HEAD)” shall be referred as per “CORRIGENDUM

ANNEXURE 10 REVISED -ANNEXURE VII: SUMMARY OF COST COMPONENTS (ON BIDDER’S LETTER HEAD)”

xviii. Following clause from section “16.15 221 Following clause from section “16.15

Page 9: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 9 of 44

ANNEXURE XV: IT INFRASTRUCTURE REQUIRMENT FOR MC SHIMLA”

The specifications for Database Server and Portal Server (Application/Web Server) will remain same as per Clause 9.2 of the RFP and various points mentioned in RFP.

ANNEXURE XV: IT INFRASTRUCTURE REQUIRMENT FOR MC SHIMLA”

The specifications for Database Server and Portal Server (Application/Web Server) will remain same as per existing Clause 9.2 and 5.4 (newly defined clause) of the RFP and various points mentioned in RFP.

xix. Additional Clause The bidder (prime) should submit valid letter from the OEMs as per as per “CORRIGENDUM ANNEXURE 11 FORMAT OF MANUFACTURERS'

AUTHORIZATION FORM”, The bidder (prime) should submit valid letter from the OEMs for each product/ Software application/System software/tool/equipment etc., to be used in providing services mentioned in this tender.

xx. Additional Clause Additional Clause: Bidder has to submit the declaration as per “CORRIGENDUM ANNEXURE 12-DECLARATION OF ACCEPTANCE OF TERMS AND CONDITIONS IN RFP” for accepting all the conditions of the RFP.

xxi. Additional Clause Use of freeware open source technologies by SI is not allowed.

xxii. Additional Clause Additional clause for Manpower Requirements: Additional clause added for Manpower Requirements as per “CORRIGENDUM ANNEXURE 9 REVISED-MANPOWER REQUIREMENTS”, SI has to provide the minimum indicative manpower during project implementation phase and support & maintenance phase

xxiii. Additional specification for 15 U rack Added rack specification as per “CORRIGENDUM ANNEXURE 13 RACK SPECIFICATION”

xxiv. Additional specification for UPS Added rack specification as per “CORRIGENDUM ANNEXURE 14 UPS SPECIFICATION”

Page 10: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 10 of 44

Page 11: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 11 of 44

CORRIGENDUM ANNEXURE 1

REVISED -7.2 IMPLEMENTATION PLAN

The implementation plan the project in MC Shimla is mentioned below:

Activity Time of Completion (Weeks)

Effective date of agreement T0

Team Mobilization T0+1

As-Is study, SRS Preparation, BPR and sign-off T0+8

Design, Development and Customization and Integration of software/ applications, Procurement of hardware (Desktop/Laptop, LAN/WAN implementation)

T0+20

Testing, Modification and User Acceptance of Software T0+26

Data Entry, Digitization and Migration T0+26

Stakeholder Training & Change Management T0+26

System “Go-Live” T0+28 (T1)

Operation and Maintenance for 2 years T1+ 2 years

Bidders have to quote keeping in mind minimum 2 years of Operation and Maintenance phase of the whole project after system Go-Live. However, the Operation and Maintenance phase can be extended further for a period of another three years or in parts thereof solely on the discretion of the Client and cannot be called upon questions under any circumstances. Rollout of application Software in other ULBs Application Software shall be developed in such a manner that it should act as umbrella application which is to be rolled out in other ULBs in a time bound manner. Therefore, the bidder is supposed to study the functioning of 4 ULBs along with MC Shimla during the system study phase only so that generic application could be developed in the first instance only. Application Software rollout in other ULBs shall include minor customization in the software, if required, workflow changes as per the requirement of ULB, impart training to end-users of concerned ULBs, technical support to end-users of the ULBs, resolving operational and functional queries of the ULBs during roll-out as well as after rollout, handholding support, master data entry and technical support after roll out of the application in the ULB. The support period of the application in the ULBs shall be coterminous with the MC Shimla provided the ‘Go-live’ of application in all the ULBs is achieved in the prescribed time frame, as defined below, failing which the support period of the whole project would be extended, without additional cost to the client, by the period equivalent to sum total of the delay in the rollout of application in all the ULBs and accordingly the PBG would be extended for the extended period. The bidder is supposed to roll out the application software in a ULB, including master data entry required to be done, in two weeks’ time from the date of award of work. The client can award work to the bidder for the rollout of application software in a batch of minimum 5 (five) ULBs at one point of time so that the application software could be rolled out in 100% ULBs in 20 weeks’ time period.

Page 12: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 12 of 44

CORRIGENDUM ANNEXURE 2

REVISED- 5. SCOPE OF THE PROJECT

Following are the additions in “5. SCOPE OF THE PROJECT “:

“Maintenance and Support for 2 years, extendible up to 5 years”

a. Annual Technical Support and Maintenance for Application Software : Successful Bidder

would be completely responsible for the defect free functioning of the application

software and would undertake following as part of Annual Technical Support and

Maintenance for Application Software:

1. Application system maintenance such as changes, modifications etc.

2. Technical support includes minor enhancements like changes in appearance,

changes in GUI, addition of new features in existing functionality, adapt to any

regulatory/technical changes that may come over time etc.

3. Resolve any issues including bug fixing, improvements in presentation/user interface

and/or functionality and others within a duration mentioned in Service Level

Agreement.

4. Provide the latest updates, patches and fixes, relevant for the software components.

5. Software version management and software documentation management reflecting

features and functionality of the solution.

b. Annual Technical Support and Maintenance for Hardware and Software Infrastructure

etc. (including System Software and application software).

1. Provide the latest updates, upgrades, patches and fixes, etc.

2. Software version management and software documentation management reflecting

features and functionality of the solution.

3. Database / Application Software tuning to enhance the performance of the overall

system.

c. Infrastructure Management: This includes the design of an appropriate System

Administration policy with precise definition of duties and adequate segregation of

responsibilities and obtaining the approval for the same from MC Shimla. System

Administration includes the following activities:

1. Overall management and administration of infrastructure solution (H/w, S/w, N/w

components) all the items part of procurement under this RFP.

2. The bidder has to co-ordinate with other stakeholders wherever

required/applicable.

Page 13: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 13 of 44

3. Performance tuning of the system as may be needed to enhance system’s

performance and comply with SLA requirements on a continuous basis.

4. Security management including monitoring security (develop an information security

policy, perform a risk assessment of the services / transactions) and intrusions into

the system to maintain the service levels as per SLA defined. Successful Bidder will

strictly adhere to the Security Policy adopted by MC Shimla, if any.

5. Monitor and track server performance and take corrective actions to optimize the

performance on a weekly basis.

6. Escalation and co-ordination with other bidders for problem resolution wherever

required.

7. Data storage management activities including regular backup, restore and archival

activities.

8. Support to system users with respect to attending to their requests for assistance in

usage and management of the application.

9. 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 and configuration. In case the component of same make and

configuration is not available, the replacement shall conform to open standards and

shall be of a higher configuration specifically approved by MC Shimla.

Page 14: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 14 of 44

CORRIGENDUM ANNEXURE 3

REVISED- 10. ANNEXURE 1: FUNCTIONAL REQUIREMENT SPECIFICATIONS OF THE

MODULES (INDICATIVE)

Following are the additions in “10. ANNEXURE 1: FUNCTIONAL REQUIREMENT SPECIFICATIONS OF THE MODULES (INDICATIVE) “:

a) Birth & Death s/w interface to be provided to Hospitals and other government

organizations.

b) Interface to Common Service Centres (CSCs) to collect bill payment/ dues on behalf of

MC Shimla/ ULBs

c) Facility to upload Photograph of picking up of bin.

d) Service to citizens to upload and submit the drawings/maps online for approval and

facility to amend the same as per the feedback of MC Shimla/ULBs.

e) Integration of GIS related functionality available from Department of Science and

Technology, Himachal Pradesh.s

f) 10.7 CITIZEN SERVICE CENTRE– IT: Integration of e-Governance Software application

services with CSC (Common Service Centre) and SSDG portal so that citizens can avail all

the services from either online or through CSC centers.

g) 10.2 WATER BILLING - WATER SUPPLY & SEWERAGE:

o Sanitation management such as door to door garbage collection details, Garbage

Collection Scheduling, Location-wise assignment of Sanitation Staff, sweeping of

roads, drains, NALAS, chocking details etc. details to capture the cases regarding

banning of polythene etc.

o Monitoring of Sewerage treatment plants.

o Sewerage management such as meeting of sewerage effluent at STP (Sewerage

Treatment Plant), Quality test data capturing, coverage of sewerage, details of

existing network of sewerage, missing links, proposed works etc.

h) 10.12 PROJECT MANAGEMENT / ENGINEERING WING - ROADS & BUILDING

o define Project Milestones & track work execution, Measurement Book Entry ,

quality control, Monitoring of progress , uploading the actual photograph of the

project site and progress through system

o Notices to vendors (for delay, for poor quality, any other reason)

o Generation of Account Bills & Billing for extra items

o Generation of Completion certificate

o Project estimation : Identification of different items, defining units, Selection of

DSR / ESR / WSR rates

Page 15: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 15 of 44

o Management of Technical sanction, Administrative sanction as per delegation of

powers

i) 10.17 HUMAN RESOURCES MANAGEMENT & EMPLOYEE SELF SERVICE – GENERAL

o Provision to capture the UID (unique Identification number) of the users.

Furthermore, capturing UID for citizens also should be available in respective

modules.

Page 16: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 16 of 44

CORRIGENDUM ANNEXURE 4

REVISED- 9.1.2.3 MINIMUM TECHNICAL SPECIFICATIONS FOR ROUTER (28 NOS)

Hardware Architecture o Multiple services (Data, voice, video) o Technologies like IP, MPLS etc o Modular Chassis o Power supply 230 V AC 50 Hz

Interface / Slots o Ethernet Ports 2 x 10/100 Mbps o Supports variety of interfaces like

V.35/ G.703 port E1 Port Fast Ethernet

o E1 Interfaces ->2 ports o Ethernet ports -> 2 ports o Console port -> 1 number

Memory o RAM -> 256 MB upgradeable to 1 GB o 256 MB Flash

Security o GRE and IP Sec 3DES/AES VPN for configuration of VPN tunnels. o Encryption -> IP Sec 3DES/AES o NAT, PAT o Access control -> Multilevel o Supports Standard Access Lists to provide supervision and control. o Controlled SNMP Access using ACL on router to ensure SNMP access only to identified NMS/EMS o Controlled SNMP access through the use of SNMP with MD5 authentication. o Multiple Privilege Levels for managing & monitoring o Supports RMON 1 & 2 groups o Supports Remote Authentication User Service (RADIUS) and AAA o PPP CHAP support

Routing Protocols o Static Routes o RIPv1, RIPv2 o OSPFv2 and v3. o BGP4, IS-IS o Route redistribution between any of the above protocols

Protocols o PPP, Multi-link PPP o HDLC o IPv4, IPv6 o MPLS o VRRP

IP Accounting o Using external hardware/software infrastructure o Packet & Byte Counts o Start & End Time Stamp o Network Time Protocol

Page 17: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 17 of 44

o Input & Output interface ports. o Type of service, TCP Flags & Protocol o Source & Destination IP addresses o Source & Destination TCP/UDP ports

Management o Accessibility using Telnet, SSH, Console access. o Easier Software upgrades through network, using FTP, TFTP, etc. o SNMPv1, snmpv2 o Configuration management through CLI, GUI based software utility and using web interfaces. GUI

tools will be provided. o Supports Event and system history logging functions. o Support for Syslog Server required o Supports pre-planned timed reboot to upgrade hardware to a new software feature and plan the

rebooting as an off-peak time. o Supports boot options booting from remote Network node.

QoS o ToS, CoS, Queuing, prioritizing o IP Precedence, Policy based routing

Debug & Diagnostics o Display of input and output error status on all interfaces o Display of Dynamic ARP table o Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all interfaces o Display of Routing table o Trace-route, Ping, extended PING

Physical o 19” Rack Mountable

All necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire

managers, etc. will be provided

Page 18: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 18 of 44

CORRIGENDUM ANNEXURE 5

REVISED-9.2.2 DATABASE SERVER

Database Server (RDBMS)

The server should support flavors of Enterprise Windows or Enterprise Linux or Oracle Solaris Operating

System

The server should support all 32-bit and 64-bit OS and applications. The server should be supplied along

with software utilities for System Configuration, OS Installation and System Information. Driver Software

for all the adapters as per the Configuration and Operating System is required.

RDBMS must provide following administration tools:

o notification services

o Enterprise reporting services

o business intelligence

o Analysis services

o Clustering

o RDBMS must provide failover support & must be in high availability

o Management tools at no additional cost to the government.

The RDBMS must provide full use processor licenses & should allow hosting of other application on the

same system from day one

The system software and RDBMS must provide perpetual & full use licenses.

The Volume Manager and File system on the server should support heterogeneous Storage models from

different OEMs.

The RDBMS must be configured and activated with Clustering features from day one

For Database cluster, the clustering software should support Operating systems quoted by the Bidder. In

case clustering is not native feature of the database, third party clustering software compatible with OS

and database must be provided by Bidder.

Page 19: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 19 of 44

CORRIGENDUM ANNEXURE 6

REVISED-CRITERIA FOR TECHNICAL EVALUATION

The bidder shall be evaluated and weighted on the merits considering aspects mentioned in table-A as below:

S. No.

Parameters Maximum Points

Evaluation Criteria Minimum Qualifying Score/Supporting

A Organizational Capability- 40 24

(a) Similar ICT/e-Governance projects (activities like software development, hardware procurement and installation, service delivery infrastructure development, and deployment of manpower to execute service delivery) for Central Government / State Government / PSU / Government Undertaking / ULB in India Value Greater than Rs. 5 Crores

10 2 points for each successfully completed project – up to 5 projects

Work order and Experience certificate from the client

(b) No. of similar e-Governance application software under development/ implementation for Municipal Corporation/ ULB in India/abroad

15 Points shall be given as

per following scheme if

the module is under

development/

implementation for

Municipal Corporation/

ULB in India/abroad:

1/3 point per

module of similar

functionality asked

in this RFP, per

corporation

Maximum 15

modules per

corporation will

considered

Maximum 5 marks

per corporation

Work order and Experience certificate from the client containing the modules

Page 20: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 20 of 44

Marks for

maximum 3

Corporations will

be given

(c) Experience of providing post implementation support for at least 3 years after successful go-live of similar e-Governance application software for Municipal Corporation/ ULB in India/abroad

15 Points shall be given as per following scheme to bidders having experience of providing post implementation support for at least 3 years after successful go-live of similar e-Governance application software for Municipal Corporation/ ULB in India/abroad:

1/3 point per

module of similar

functionality asked

in this RFP, per

corporation

Maximum 15

modules per

corporation will

considered

Maximum 5 marks

per corporation

Marks for

maximum 3

Corporations will

be given

Work order and Experience certificate from the client containing the modules and functionality

B Experience of Application Development and Implementation in Government

15 9

(a) Project of value more than Rs 2 Crore providing services to employees and citizens with online application and delivery, online payments etc.

12 3 points for each successfully completed project – up to 4 projects

Work order and Experience certificate

(b) Multi-location operations 3 1 points for each successfully completed

Work order and Experience

Page 21: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 21 of 44

project – up to 3 projects

certificate

C Proposed Methodology / Process / Plan

5 3

(a) Proposed Implementation Plan including week wise activities.

2 Clarity and detail of the document

Proposal

(b) Proposed Training Management Plan, Risk Management, Transition Management and Change Management Process

3 Clarity and detail of the document

Proposal

D Proposed Human Resources

10 6

(a) Details of project Team dedicated for this project – Technical Skill Sets, Experience in Similar Projects, Certifications relevant to the role described in this corrigendum

10 a) Implementation stage: 5 Marks

Team members as per Implementation stage: 3 Marks

one additional business analyst, System Administrator and Database Administrators per Implementation stage: 2 Marks OR Five additional Software Engineers as per Implementation stage: 2 Marks

b) During Operations and Maintenance Phase

Team members as per Operations and Maintenance Phase: 3 Marks

one additional System Administrator, Software Engineer and Database

Experience, Qualification and skills of resources as desired Corrigendum annexure 9 and CVs of the proposed resources needs to be attached as per response format given in “ANNEXURE III”

Page 22: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 22 of 44

Administrator as per Operations and Maintenance Phase: 2 Marks OR Two additional Software Engineers and Field Engineers as per Operations and Maintenance Phase: 2 Marks

E Proposed Solution for e-Governance Project

30 18

(a) Understanding of Project Requirements

3 Clarity and detail of the document

Proposal

(b) Technologies Proposed 3 Clarity and detail of the document

Proposal

(c) Solution Design & Approach 2 Clarity and detail of the document

Proposal

(e) Solution Architecture 2 Clarity and detail of the document

Proposal

(f) Service Delivery Approach 2 Clarity and detail of the document

Proposal

(g) Helpdesk, Incident, Problem Management Plan

2 Clarity and detail of the document

Proposal

(h) Project Plan 3 Clarity and detail of the document

Proposal

(i) Data digitization, Migration and Quality assessment plan and methodology

3 Clarity and detail of the document

Proposal

(J) Technical Presentation 10 Clarity and detail in the presentation and replies to queries

Presentation

Note: The bidder will be considered as technically qualified Bidder if they achieve:

Technical score of 70% or more in total

Technical score of 60% in each of respective sections.

Those bidders who can fulfill above mentioned qualifying criteria will qualify for the opening of the

commercial bid.

The formula for calculating final score would be:

Total Score of the Bidder =

(Technical Score x 0.70) + (Commercial quote of the lowest bidder x 100 x 0.30)

Commercial quote of the bidder

Page 23: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 23 of 44

CORRIGENDUM ANNEXURE 7

REVISED-PAYMENT TERMS AND SCHEDULE

SI will sign the contract with the MCS covering all the required services. The payment schedule and

milestones for each of the cost components are as follows.

S

No.

Payment Milestones Fee

Payable in

% of CAPEX

(excluding

ULBs cost)

Remarks

1. Award of Contract & Team Mobilization on

submission of PBG

10 After complete on-site team is mobilized and PBG is received.

2. On submission of SRS document (AS-Is &

TO-BE)

10 As-Is study, SRS & FRS sign-off,

Procurement of hardware (Desktop/Laptop, LAN/WAN implementation)

3. Signoff on Prototype 5 Successful completion and approval

of:

Training Plan

Data Digitization Plan

Payable on successful verification of prototype by the technical committee

4. On successful installation, test and

deployment of 50% of services mentioned in

RFP on completion of IT application audit

and certification;

On successful delivery and installation of

Hardware/ Networking equipment as per

BOM & BOQ at offices with acceptance

certificate

15 Completion of half of the modules (Testing, Modification and User Acceptance of Software. Data Entry, Digitization and Migration).

5. On successful installation, test and

deployment of next 50% of services

mentioned in RFP on completion of IT

application audit and certification and

Capacity Building

15 Completion of rest half of the modules. (Testing, Modification and User Acceptance of Software. Data Entry, Digitization and Migration).

Stakeholder Training & Change Management

Page 24: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 24 of 44

6. On successful completion of 3 months of

running of application.

20 Live Load test, performance tests and

certification by IT consultant.

7. On completion of IT application audit and

certification

25 STQC certification and System “Go-

Live”

8. Operation and Maintenance phase Fee to be

paid on

equal

quarterly

installment

basis of the

OPEX

amount

quoted by

the bidder

Operation and Maintenance phase – to

be paid in equal quarterly installments

Payment for each phase of ULBs rollout shall be made as described below:

S

No.

Payment Milestones Fee

Payable in

%

Remarks

1. On successful rollout of software application in

those ULBs for which work order issued to the

bidder

100 (i.e.

rollout cost

of one ULB

multiply by

number of

ULBs

selected for

rollout +

Data

Digitization

(if any))

Successful completion and approval of the following points from each ULB:

User Training

Master Data Entry

Data Digitization (if any)

Customization of the software

application (if any)

User Acceptance of Software

(Go-Live)

The Operation and Maintenance phase of the project (including MC Shimla and all ULBs covered under this project) may be extended further up to 3 years as per the rates quoted by the bidder.

Page 25: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 25 of 44

CORRIGENDUM ANNEXURE 8

REVISED-TERMINATION FOR DEFAULT

The MCS may, without prejudice to any other remedy for breach of contract, by written notice

of default sent to the Bidder, terminate the Contract in whole or part:

o if the Bidder fails to deliver / provide any or all of the Goods / Products / Services /

Solutions within the period(s) specified in the Contract, or within any extension thereof

granted by the MCS or

o if the Bidder fails to perform any other obligation(s) under the Contract.

o If the Bidder, in the judgment of the MCS, has engaged in corrupt and / or fraudulent

practices in competing for or in executing the Contract.

o For the purpose of clause above, a corrupt practice means the offering, giving, receiving

or soliciting of anything of value to influence the action of the MCS, its agents,

employees or Office Bearers in the procurement process or in contract execution.

o For the purpose of clause above, fraudulent practice is a misrepresentation of facts in

order to influence a procurement process or the execution of a contract to the

detriment of the MCS, 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 MCS of the benefits of free and open competition.

In the event the MCS terminates the Contract in whole or in part, the MCS may procure, upon

such terms and in such manner as it deems appropriate, Goods / Products / Services/ Software

Solutions similar to those undelivered, and the Bidder shall be liable to pay excess cost of for

such similar Goods or Services to the MCS. This liability will be in addition to forfeiture of

performance guarantee and any other legal proceedings, which the Client may initiate.

Page 26: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 26 of 44

CORRIGENDUM ANNEXURE 9

REVISED-MANPOWER REQUIREMENTS

a. During Development and Implementation Phase

The minimum team size should adhered to the specification as mentioned in the below table:

Role Nos. Required

Project Manager 1

Business Analyst 2

Software Engineer 4

Database Administrator 1

System Administrator 1

Network Administrator 1

Note: The above table identifies the minimum indicative team structure to be deployed full time

at client site during the development and implementation period. However, the bidder may

propose the additional resources apart from those mentioned in the table above, and that

would be taken in to consideration during technical evaluation and in case if bidder is supplying

the additional resources then they should be available during project otherwise penalty shall be

imposed for the same.

b. During Operations and Maintenance Phase

The minimum indicative manpower requirement is depicted in the following table for various

activities to be carried out during the operation and maintenance phase includes comprehensive

onsite operational support and maintenance services such as minor enhancements in the

software application, resolving user related issues, fixing problems, user trainings, resolving

problems related to IT hardware supplied in this tender at user end, customization in software

application, solution maintenance, database administration, end user problem resolution,

maintenance of IT infrastructure, patch updates, Security Compliance Audits etc.

Role Nos. Required

Project Manager cum System Administrator 1

Software Engineer 2

Database Administrator cum network Administrator 1

Field Engineers for user support 2

Note: The above table identifies the minimum indicative team structure to be deployed full time

at client site during the operations and maintenance period (i.e. for two or more years, as the

case may be, after Go-live). However, the bidder may propose additional resources, apart from

those mentioned in the table above, and that would be taken in to consideration during technical

Page 27: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 27 of 44

evaluation and in case if bidder is supplying the additional resources then they should be

available during project otherwise penalty shall be imposed for the same.

c. Desired Minimum Resource (Manpower) Qualifications

• Project Manager

Qualification: BE (CS)/ B. Tech (CS)/MCA (MBA Degree preferred)

Experience: Minimum 8 years

Relevant Experience: Must have managed at least one e-governance implementation

project in India

• Business Analyst

Qualification: BE (CS)/ B. Tech (CS)/MCA (MBA Degree preferred)

Experience: Minimum 5 years

Certification: Any certifications related to the assignment (optional)

• Software Engineer

Qualification: BE (CS)/ B. Tech (CS)/MCA

Experience: Minimum 3 years

• Database Administrator

Qualification: BE (CS)/ B. Tech (CS) /MCA

Experience: Minimum 5 years (DBA with any state level government/ corporate projects)

• System Administrator

Qualification: BE (CS)/ B. Tech (CS)/MCA

Experience: Minimum 5 years (Systems Administration)

Certification: Requisite OEM Certified or equivalent

• Network Administrator

Qualification: BE (CS)/ B. Tech (CS)/MCA

Experience: Minimum 5 years (Network Administration)

Certification: OEM Certifications, CCNA, or equivalents.

Expert in Network Administration - LAN, MAN & WAN

• Field Engineers

Qualification: BE (CS)/B. Tech (CS)/MCA

Experience: Minimum 3 years (LAN/ WAN/ Servers / Storage / Hardware and Application

support)

Certification: Any certifications related to the assignment (optional)

Page 28: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 28 of 44

CORRIGENDUM ANNEXURE 10

REVISED -ANNEXURE VII: SUMMARY OF COST COMPONENTS (ON BIDDER’S LETTER HEAD)

Sl.

No.

Description Total Price

(INR)

Taxes and

Other Duties

(Enter the

total Tax

Value not in

%)

Total

Amount

including

taxes and

other duties

(INR)

Services Provided During Implementation Phase along with comprehensive onsite warranty till Go-

Live of the Project

CAPEX

1 System Study, BPR, Design, Development,

Configuration, Customization of the State

Level Software Solution including manpower

cost

(Breakup of manpower to be provided in the

table (E) below to justify the cost of

manpower)

2 IT Infrastructure at the SDC and DR locations

(A)

(Breakup to be provided in the subsequent

tables)

3 IT Infrastructure at the Client site locations (B)

(Breakup to be provided in the subsequent

tables)

4 Training and Capacity Building (C)

(Breakup to be provided in the subsequent

tables)

5 Data Migration and Digitization (D)

(Breakup to be provided in the subsequent

Page 29: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 29 of 44

tables)

Software Rollout Cost in Other ULBs including user training and handholding, Master Data Entry,

software customization, workflow changes, Support and Maintenance during the operation &

maintenance phase of the Project etc.

6 Roll out Cost of One ULB is Rs.---------

Roll out

Cost of in

49 ULBs is

Rs.

_________

OPEX of the whole Project including MC Shimla and ULBs (including the cost for comprehensive onsite

operational support and maintenance services for all ULBs including MC Shimla, such as, support and

Maintenance, customization in software application, solution maintenance, database administration,

end user problem resolution, license cost, maintenance of IT infrastructure, patch updates, Security

Compliance Audits, Comprehensive onsite warranty, Manpower cost for maintenance and support etc.)

7 Operation & Maintenance for 1st year after

go-live

8 Operation & Maintenance for 2nd year after

go-live

9 Operation & Maintenance for 3rd year after

go-live

10 Operation & Maintenance for 4th year after go-

live

11 Operation & Maintenance for 5th year after go-

live

12 Grand Total (Gross Bid Value) *

Note:

1. Reasonableness of CAPEX and OPEX: In order to ensure a reasonable and realistic ratio (based

on street prices of components / labour cost, remuneration rates of technical personnel,

customization cost and other recurring expenses) between CAPEX and OPEX, a bid may be

liable to be rejected after scrutiny if total OPEX happens to be less than 30 % CAPEX. In order

to assess reasonableness of OPEX (neither too high nor too low), approximate break-up of

OPEX to be mentioned in Table (E).

Page 30: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 30 of 44

2. The decision of client on awarding Operation & Maintenance contract of the whole Project for

3rd, 4th and 5th year period to the successful bidder (as per the rates given above) or to some

other agency shall be final and cannot be called upon questions under any circumstances.

*Gross Bid Value would be calculated after discovering the NPV value of O & M period of 5 years

using following formula:

Financial bids will be compared after calculating Net Present Value (NPV) as CAPEX + NPV (O&M)

. NPV will be calculated based on the following formula.

Where B = [1+0.08/4], considering rate of interest as 8% per annum

1.) IT Infrastructure at the SDC and DR locations (Table A):

Sl

No. Components/Items

Quantity in

Nos. (SDC)

Make and

Model Quantity

in Nos.

(DR)

Unit Cost (INR)

Including

Taxes

Total

Amount

(INR)

Including

Taxes

A IT Infrastructure –

Hardware

1 Database Server 2 1

2 Application Server &

Web Server

2 1

3 Integration & FTP Server 1 0

4 Backup Server 1 1

5 DMS Server 1 1

6 Servers Racks (42U) with

KVM Switches

1 1

7 Application Server Load

Balancer

1 0

8 Any Other Items <To be

mentioned

by

prospective

Bidder>

Gross Bid Value =

CAPEX +

20

i=1

(Quarterly O&M)i

(B)i-1

Page 31: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 31 of 44

B IT Infrastructure –

Software for Servers

mentioned above

9 Operating System with

Enterprise Edition Latest

Version for processor

based full use and with

five years of updates &

upgrades

<To be

mentioned

by

prospective

Bidder>

10 DB Enterprise edition

Latest Version with

processor based full use

for Database Server and

with five years of

updates & upgrades

<To be

mentioned

by

prospective

Bidder>

11 Document Management

System Latest Version

with processor based full

use with five years of

updates & upgrades

<To be

mentioned

by

prospective

Bidder>

12 SLA monitoring Tool to

monitor application

performance to be

supplied for measuring

the SLA as mentioned in

this tender document

<To be

mentioned

by

prospective

Bidder>

Any Other Items <To be

mentioned

by

prospective

Bidder>

9 TOTAL COST (A)

2.) IT Infrastructure at the Client site locations (Table B):

Sl

No. Components/Items Quantity in Nos.

Unit Cost (INR)

Including Taxes

Total Amount

(INR) Including

Taxes

1. Desktop PCs (including UPS- 650 VA

with 30 min backup)

80 Unit Cost PC:____

Unit UPS:____

Page 32: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 32 of 44

2. Laptops 5

3. Black & white laser printers – A4 (one in each of 25 ward offices and 3 MCS offices)

28

4. Colored Laserjet printers – A4 (one

in each of 3 MCS offices)

3

5. All in one Laserjet –Print, Scan, Copy

– A4 (one in each of 3 MCS offices)

3

6. Routers 28

7. Switch 28

8. Rack 15 U 28

9. UPS (20 KVA) with minimum 30

minute backup

1

10. UPS (10 KVA) with minimum 30

minute backup

1

11. UPS (5 KVA) with minimum 30

minute backup

1

12. UPS (3 KVA) with minimum 30

minute backup

1

13. OS Licenses <To be

mentioned by

prospective

Bidder>

14. Other Licenses <To be

mentioned by

prospective

Bidder>

15. Any Other Items <To be

mentioned by

prospective

Bidder>

TOTAL COST (B)

3.) Training and Capacity Building Cost (Table C):

Training/Workshop type Duration

(Full Day /

Half day)

Lumpsum cost for

Training per Batch

(Rs.)

Batch Size

of

Trainees

Total Cost for

16 Batches

including

Page 33: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 33 of 44

taxes(400

Employees)

(Rs.)

E-GOVERNANCE ORIENTATION

TRAINING

APPLICATION FUNCTIONAL

TRAINING

TECHNICAL TRAINING

Total (C )

4.) Data Migration and digitization (Table D):

Record Scanning details

Page Size

Cost of Digitization per page (INR) including

taxes Total Records/Pages

Total (Unit Cost

X 3 Lacs)

including taxes

(INR)

A3 3 Lacs or above

A4

Total (1)

Data Entry Details

Items Data Entry Per

Record Rate (INR)

including taxes

Total Records Total Cost (Unit

Cost X 4

Lacs)(INR)

including taxes

Births/Deaths Certificate 4 Lacs or above

Property tax, utility bills

Licensing (food & market)

Page 34: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 34 of 44

-------

Total (2)

Grand Total ( D)= (1+2)

5.) Format for Quoting Man-month rates for Manpower to be provided (Table E):

Sl.

No.

Manpower Roles Proposed

Units (In

Nos.)

Unit Rate – Man

Month (In Rs.)

including taxes

Total Man-Month

Cost

(In Rs.) including

taxes

For Implementation Phase

1 Project Manager

2 Business Analyst

3 Software Engineer

4 Database Administrator

5 System Administrator

6 Network Administrator

7 Any Other

Total (1)

During O&M Phase

1 Project Manager

2 Database Administrator

3 System Administrator

4 Software Engineer

5 Field Engineers

6 Any other

Cost for 1st year(1)

Page 35: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 35 of 44

Cost for 2nd year(2)

Cost for 3rd year(3)

Cost for 4th year(4)

Cost for 5th year(5)

Total manpower cost ( E1)= (1+2+3+4+5)

AMC cum Warranty for IT Components

S.

No.

Item Year wise Cost / Break-up (In Rs.) including

taxes

5 Year Cost

(1+2+3+4+5)

Year 1 Year2

2

Year 3 Year 4 Year 5

A. AMC & Warranty – IT Hardware

1. As per table A and

table B (i.e.

Equipment -1) =a11 =a12 =a13 =a14 =a15

2. As per table A and

table B (i.e.

Equipment -2)

=a21 =a22 =a23 =a24 =a25

3. --------

n As per table A and

table B (i.e.

Equipment-n)

=an1 =an2 =an3 =an4 =an5

Total cost (Ya) (in

INR)

Ya1=Σ

(ax1)

Ya2=Σ

(ax2)

Ya3=Σ

(ax3)

Ya4=Σ

(ax4)

Ya5=Σ

(ax5)

Ya= Ya1+ Ya2+ Ya3+

Ya4+ Ya5

B. AMC & Warranty – IT Software

1. As per table A and

table B (i.e. s/w

Item -1) =b11 =b12 =b13 =b14 =b15

2. As per table A and

table B (i.e. s/w

Item -2)

=b21 =b22 =b23 =b24 =b25

3. --------

Page 36: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 36 of 44

n As per table A and

table B (i.e. s/w

Item -n)

=bn1 =bn2 =bn3 =bn4 =bn5

Total cost(Yb) (in

INR)

Yb1=Σ

(bx1)

Yb2=Σ

(bx2)

Yb3=Σ

(bx3)

Yb4=Σ

(bx4)

Yb5=Σ

(bx5)

Yb= Yb1+ Yb2+ Yb3+

Yb4+ Yb5

Total AMC & Warranty (E2) =Ya+Yb

Note: Quantity of above mentioned hardware items may vary little bit as per requirement of the purchaser

Yours sincerely

Name.................................................................

In the capacity of.................................................................

Signed.................................................................

Duly authorized to sign the Application for and on behalf of.................................................................

Stamp / Seal………………………………………………………..

Page 37: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 37 of 44

CORRIGENDUM ANNEXURE 11

FORMAT OF MANUFACTURERS' AUTHORIZATION FORM

The bidder (prime) should submit valid letter from the OEMs as mentioned below, for each

product/Software application/System software/tool/equipment etc., to be used in providing

services mentioned in this tender.

(Authorization to be taken from Hardware/Software OEM’s)

Ref. No. __________ Date:

To,

The Project Director (JNNURM Cell)

Municipal Corporation of Shimla

The Mall, Shimla, HP-171001

Dear Sir,

Please refer to your Notice Inviting Tenders for “Selection of System Integrator for

implementation of e- Governance in Municipal Corporation of Shimla.

M/S ________________________________________(Bidder), who is our reliable

distributor/Parterner for the last ____________years, is hereby authorised to quote on our

behalf for this prestigious tender.

M/S _____________________________________(Bidder) is likely to continue as our business

partner during years to come. We undertake the following regarding the supply of all the

equipments and related software as described in this tender

1. Authorization for M/S ________________________________________ (Bidder) to sell the

hardware / software.

2. Confirm that the products quoted are not “end of life or end of sale products” as on Bid

Submission date. If in case the support for the product quoted has been stopped/ withdrawn till

the time of delivery of equipment, the same will be changed with the equivalent or superior

product at no extra cost.

Page 38: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 38 of 44

3. Undertake that the support including spares, patches, and upgrades for the quoted

products shall be available for 6 years from the signing of contract or 5 years from the Go-live.

Yours faithfully,

(NAME) (Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be

signed by a person competent and having the power of attorney to bind the manufacturer. It

should be included by the Bidder in its bid.

Page 39: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 39 of 44

CORRIGENDUM ANNEXURE 12

DECLARATION OF ACCEPTANCE OF TERMS AND CONDITIONS IN RFP

Date: ...................................

To,

The Project Director (JNNURM Cell)

Municipal Corporation of Shimla

The Mall, Shimla, HP-171001

Project Name:

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP document [No.

…………………………………..] regarding Selection of System Integrator for implementation of e-Governance in

Municipal Corporation of Shimla.

I declare that all the provisions of this RFP/Tender Document are acceptable to my company. I

further certify that I am an authorized signatory of my company and am, therefore, competent to make this

declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 40: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 40 of 44

CORRIGENDUM ANNEXURE 13

RACK SPECIFICATION

15 U or higher

1 5 U R a c k

Type Wall / floor mount

Wire managers: One horizontal

Power distribution: (6 points – 5Amp sockets) power distribution

Door Glass door in front with lock

Fan trays With 1/2 fans:

Equipment Tray: One number(to install router and switch)

Depth 800 mm

Metal Aluminium extruded profile

Side panels Detachable /non detachable side panels

Width 19” equipment mounting

Castors Suitable castors with brakes.

CORRIGENDUM ANNEXURE 14

UPS SPECIFICATION

UPS Technical Specification

UPS (20 KVA) with minimum 30 minute backup

Input Standard Voltage: 160V – 270V

Input Frequency, 50 Hz, +5% or -5%

Output Steady State Voltage 220VAC-230VAC +/-2% (or better)

Output Frequency, 50 Hz, +0.25Hz to 0.5Hz

Output Transient Voltage Stability, < 5% or –5% for a load change from 0% to 100%

Efficiency at full rated load, Not less than 90%

Total Harmonic Content – With < 2% of Linear Load and < 5% for Non Linear Load

Crest factor should be 3:1

Input Harmonic Filter (for <10% Input current distortion)

Acoustic Noise 70-75 dBA

DC ripple (with & without Battery connected) < 1%

Page 41: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 41 of 44

Displaying the voltage/current draw of the component

Automatic restarting of component following a power outage

Providing alarms on some error connections

Providing protection against short circuits

Operating Temperature range - 0 to 40 Celsius.

Design compliance with IEC and ISO

Software that must be installed and integrated suitable operating system

Supplies True Online UPS Power

Non-Linear load compatible

Capability to handle high Crest Factor load

Ventilation- Air cooling with Integral Fans

Built in Reliability & High Efficiency

Low Audible Noise

Compact Footprint

Front Access for easy Maintenance

The power factor of the UPS system shall not be less than 0.90 at all load conditions

Input Current Harmonics < 10%

The battery circuit breaker MCCB shall have O/L and U/V protection.

The UPS shall have built in isolation transformer for re-referencing and to limit neutral- ground

voltage to 1.50 volts as stipulated by server manufactures.

The UPS system batteries shall be of 12 Volts, Sealed Valve-Regulated lead acid (VRLA) heavy

duty type batteries with 30 Minutes backup on full load.

UPS (10 KVA) with minimum 30 minute backup

Manufacturer ISO 9001 & ISO 14001 Certified

TECHNOLOGY

o IGBT based PWM Technology

o Microprocessor Controlled Digital Design

o Double Conversion True On-line UPS

Overall Efficiency (AC-AC) : 85%

INPUT

o Voltage range 160V – 270V

o Frequency range 47 to 53 Hz

o Phase Single Phase with ground

o Power Factor >0.9 or better

OUTPUT

o Voltage 220VAC-230VAC

o Voltage regulation +/-2% (or better)

o Frequency regulation 50 Hz +/- 0.1% (free Run Mode)

Page 42: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 42 of 44

o Harmonic Distortion (THD) < 3% (linear load)

o Waveform Pure Sinewave

o Crest Factor 3:1

o Load power factor 0.8 lag

o Galvanic Isolation Provided through Inbuilt transformer

o Battery Type Sealed Lead Maintenance Free VRLA type (Lead Calcium SMF batteries

NOT acceptable)

o DC Bus Voltage As per OEM Architecture

o Transfer Time 0 ms

o Battery Enclosure Powder Coated Cabinets matching with color of UPS.

o Battery Brands Reputed & Reliable brands

o General Operating Temperature 0 to 40 Degree C

o Audible Noise <55 dB at 1 mtr distance

o Alarms & Indications All necessary alarms & indications essential for performance

o monitoring of UPS like mains fail, low battery & fault detection

o Bypass Automatic, Manual Bypass Switch

o Compatibility UPS to be compatible with DG Set supply

o Communication Interface Standard RS 232 port for software interface

o Optional SNMP interface support

o Certifications For Safety & EMC as per international standards

UPS (5 KVA) with minimum 30 minute backup

Manufacturer ISO 9001 & ISO 14001 Certified

TECHNOLOGY

o IGBT based PWM Technology

o Microprocessor Controlled Digital Design

o Double Conversion True On-line UPS

Overall Efficiency (AC-AC): 85%

INPUT

o Voltage range 160V – 270V

o Frequency range 47 to 53 Hz

o Phase Single Phase with ground

o Power Factor >0.9 or better

OUTPUT

o Voltage 220VAC-230VAC

o Voltage regulation +/-2% (or better)

o Frequency regulation 50 Hz +/- 0.1% (free Run Mode)

o Harmonic Distortion (THD) < 3% (linear load)

o Waveform Pure Sine wave

o Crest Factor 3:1

o Load power factor 0.8 lag

Page 43: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 43 of 44

o Galvanic Isolation Provided through Inbuilt transformer

o Battery Type Sealed Lead Maintenance Free VRLA type (Lead Calcium SMF batteries

NOT acceptable)

o DC Bus Voltage As per OEM Architecture

o Transfer Time 0 ms

o Battery Enclosure Powder Coated Cabinets matching with color of UPS.

o Battery Brands Reputed & Reliable brands

o General Operating Temperature 0 to 40 Degree C

o Audible Noise <55 dB at 1 mtr distance

o Alarms & Indications All necessary alarms & indications essential for performance

monitoring of UPS like mains fail, low battery & fault detection

o Bypass Automatic, Manual Bypass Switch

o Compatibility UPS to be compatible with DG Set supply

o Communication Interface Standard RS 232 port for software interface

o Optional SNMP interface support

o Certifications For Safety & EMC as per international standards

UPS (3 KVA) with minimum 30 minute backup

Manufacturer ISO 9001 & ISO 14001 Certified

TECHNOLOGY

o IGBT based PWM Technology

o Microprocessor Controlled Digital Design

o Double Conversion True On-line UPS

Overall Efficiency (AC-AC) : 85%

INPUT

o Voltage range 160V – 270V

o Frequency range 47 to 53 Hz

o Phase Single Phase with ground

Power Factor >0.9 or better

OUTPUT

o Voltage 220VAC-230VAC

o Voltage regulation +/-2% (or better)

o Frequency regulation 50 Hz +/- 0.1% (free Run Mode)

o Harmonic Distortion (THD) < 3% (linear load)

o Waveform Pure Sine wave

o Crest Factor 3:1

o Load power factor 0.8 lag

o Galvanic Isolation Provided through Inbuilt transformer

o Battery Type Sealed Lead Maintenance Free VRLA type (Lead Calcium SMF batteries

NOT acceptable)

o DC Bus Voltage As per OEM Architecture

Page 44: Corrigendum Documenthimachaldit.gov.in/file.axd?file=2013/9/Corrigendum_MC_RFP.pdfManagement at all offices of MCS, Data Centre etc _ 26 Functionality added in ^Annual Maintenance

Page 44 of 44

o Transfer Time 0 ms

o Battery Enclosure Powder Coated Cabinets matching with color of UPS

o Battery Brands Reputed & Reliable brands

o General Operating Temperature 0 to 40 Degree C

o Audible Noise <55 dB at 1 mtr distance

o Alarms & Indications All necessary alarms & indications essential for performance

monitoring of UPS like mains fail, low battery & fault detection

o Bypass Automatic, Manual Bypass Switch

o Compatibility UPS to be compatible with DG Set supply

o Communication Interface Standard RS 232 port for software interface

o Optional SNMP interface support

o Certifications For Safety & EMC as per international standards