69
| Page 1 LABOUR DEPARTMENT, HARYANA Request for Proposal (RFP) for 1. Design, development and deployment of Aadhaar Enabled Canteen Attendance System (AECAS) And 2. Establishment of Worker Facilitation Centres and capturing the legacy data for workers. Cost of the RFP: -Rs. 10,000/- (Non-refundable and in the form of Demand Draft in favour of Labour Commissioner, Haryana payable at Chandigarh) 30 Bays Building, Sector 17-B, Chandigarh – 160 017 Tele-fax: 0172-2701266 Tel.: 0172-2701373, Website: hrylabour.gov.in, e-mail:[email protected]

LABOUR DEPARTMENT, HARYANA

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

| P a g e

1

LABOUR DEPARTMENT, HARYANA

Request for Proposal (RFP)

for

1. Design, development and deployment of Aadhaar Enabled Canteen

Attendance System (AECAS)

And

2. Establishment of Worker Facilitation Centres and capturing the legacy data

for workers.

Cost of the RFP: -Rs. 10,000/-

(Non-refundable and in the form of Demand Draft in favour of Labour Commissioner,

Haryana payable at Chandigarh)

30 Bays Building, Sector 17-B, Chandigarh – 160 017

Tele-fax: 0172-2701266 Tel.: 0172-2701373,

Website: hrylabour.gov.in, e-mail:[email protected]

| P a g e

2

RFP NO.IT Cell/2018/02

Online bids are invited from qualified bidders, as per criteria laid in Annexure 2

of this RFP, in two covers as technical and financial bids for development &

implementation of Aadhaar Enabled Canteen Attendance System (AECAS),

establishment of Worker Facilitation Centres (WFC) and Legacy data digitization.

The Bidders shall submit their bids documents only at

https://etenders.hry.nic.in as per the dates mentioned below. No bids by any other

method and beyond last date of submission shall be accepted. The department

reserves the right to withdraw this RFP and cancel this bid at any stage without

assigning any reason whatsoever.

Summary of Key Dates:-

SN Department Stage Bidder’s Stage Start date and time Expiry date and time

1 Publication of RFP Document Download 12.06.2018 at 11.00 AM 02.07.2018 at 3.00 PM

2 Pre Bid Meeting

To understand the

broad scope of the

project

18.06.2018 at 11.00 AM

onward

18.06.2018 till 4.00

PM

3 Technical Bid

Opening - 02.07.2018 at 3.10 PM --

4

Technical

presentation by the

Bidders for the

project

Presentation 04.07.2018

At 11. AM onwards

04.07.2018

Till 5.00 PM

5 Financial Bid Opening -

05.07.2018 at 11. AM

onwards but not before

technical evaluation is

finalised.

-

This Request for Proposal is being re-advertised. The bidders who have applied

earlier at EOI stage or RFP stage as against first advertisement shall have to bid again

afresh. The Demand Drafts for cost of RFP and EMD submitted earlier with the

Department by bidders may be collected from this office on any working day.

The bidders shall also submit or send the certified hard copy of the technical

bid documents only on or before 02.07.2018 at 3.10 PM to this office; failing which

bid will not be considered. All the above activities shall be held in the office of the

Labour Commissioner, Haryana, First Floor, 30 Bays Building, Sector 17-B, Chandigarh.

The address for all above activities is:-

30 Bays Building, Sector 17-B, Chandigarh – 160 017 Tele-fax: 0172-2701266 Tel.: 0172-2701373, 2971057

Website: hrylabour.gov.in, e-mail:[email protected]

| P a g e

3

1 Table of Contents

1. Department Overview ........................................................................................................................6

1.1 Core Activities of Labour Department ............................................................................7

1.2 The functions performed by these Wings of the Department are as follows: - ......7

2. Project Overview ................................................................................................................................7

2.1 General Scope & Deliverables ..................................................................................................8

2.2 Scope for Aadhaar Enabled Canteen Attendance System (AECAS)– An Overview ...........9

2.2.1 Scope of Work for AECAS ................................................................................................... 10

2.2.2 Broad classification of requirement............................................................................. 11

2.3 Scope for Workers Facilitation Centre (WFC) - An Overview .......................................... 15

2.3.1 Scope of Work for WFC ....................................................................................................... 16

2.4 Scope for Legacy Data Digitization – Data Entry & Scanning ........................................... 18

2.5 Scope Deviations ..................................................................................................................... 20

3. Roles and Responsibilities .............................................................................................................. 21

3.1. Responsibilities of Labour Department ................................................................................... 21

3.2. Responsibilities of Selected Vendor ......................................................................................... 21

3.3 Responsibilities of Project Coordinator/Project Manager, Labour Department .......... 22

4. Time Schedule for implementation of the project ................................................................... 23

5. Operational Requirements ............................................................................................................. 24

5.1. Warranty and Post installation Support Requirements......................................................... 24

5.2. Annual Maintenance Contract (AMC) ....................................................................................... 24

5.2.1. Project Management Unit (PMU) at Head Office – Broad Scope of Work ...................... 24

5.2.2. The constitution of the Project Management Unit (PMU) ................................................ 25

5.2.3. Space for PMU .......................................................................................................................... 25

5.2.4. General Guidelines for PMU .................................................................................................. 25

5.2.5. Help Desk .................................................................................................................................. 26

5.3. Annual Maintenance Contract (AMC) for Hardware Items ................................................... 26

5.4. Change Requests Management (CRM) ...................................................................................... 27

5.5. Documentation ............................................................................................................................ 27

5.6. Training Requirement (Capacity Building) .............................................................................. 28

6. Delivery of Hardware items and penalty for late deliver ........................................................ 28

7. Testing and user Acceptance ........................................................................................................ 28

7.1. Acceptance Criteria .................................................................................................................... 28

| P a g e

4

8. Exit Management at the completion of the project period ..................................................... 29

8.1. Extension beyond 3 years .......................................................................................................... 29

9. Bid Documents ................................................................................................................................. 29

9.1. Who can bid as against this bid ................................................................................................ 29

9.2. Distribution of Tender Documents ........................................................................................... 30

9.3. Cost of Bidding ............................................................................................................................. 30

9.4. Instruction for the Bidder .......................................................................................................... 30

9.5. Documents comprising the bidder‟s bid .................................................................................. 30

9.6. The cost of bid document i.e. RFP .......................................................................................... 30

10. Bidding Process ............................................................................................................................ 31

10.1. Important dates ....................................................................................................................... 31

10.2. Bid Submission, Format and Signing .................................................................................... 31

10.3. Language of Bid ....................................................................................................................... 31

10.4. Preliminary Process to be confidential ............................................................................... 32

11. Earnest Money Deposit (EMD) .................................................................................................... 32

12. Submission of Bids ....................................................................................................................... 32

12.1 Late Bids ................................................................................................................................... 32

12.2 Modification, Substitution & Withdrawal of Bids .............................................................. 33

13. Technical Bid Evaluation ............................................................................................................ 33

13.1 Venue of Opening the Technical Bids .................................................................................. 33

13.2 General Guidelines for Opening of Bids .............................................................................. 33

13.3 Opening of Technical Bids ..................................................................................................... 33

13.4 Correction of errors ................................................................................................................ 33

13.5 Evaluation Procedure ............................................................................................................. 34

14. Financial Bid Evaluation ............................................................................................................. 34

14.1 Venue of Opening of Commercial Bids ................................................................................ 34

14.2 Opening of Financial Bids ...................................................................................................... 34

14.3 Clarification of Bids ................................................................................................................ 35

14.4 Correction of errors ................................................................................................................ 35

14.5 Evaluation Procedure and Criteria ....................................................................................... 35

14.6 Acceptance or Rejection of Bids .......................................................................................... 36

15. Award of Contract ....................................................................................................................... 36

15.1 Notification of award ............................................................................................................. 36

| P a g e

5

15.2 Signing of contract .................................................................................................................. 36

16. Performance Guarantee ............................................................................................................. 36

17. The Ownership and Intellectual Property Rights in the Software and database. ............ 37

18. Miscellaneous ............................................................................................................................... 37

18.1 Delays in Performance Schedule .......................................................................................... 37

19. Corrupt, fraudulent and unethical practices ......................................................................... 38

20. Resolution of disputes and jurisdiction ................................................................................... 38

20.1 Overriding Authority for Clause conflict ............................................................................. 38

20.2 Arbitration ................................................................................................................................ 38

21. Notices .......................................................................................................................................... 39

22. Use of documents and Information .......................................................................................... 39

23. Currency of the bid ..................................................................................................................... 39

24. Period of bid validity .................................................................................................................. 39

25. Payment Schedule ....................................................................................................................... 40

25.1. Payment Schedule for AECAS ................................................................................................ 40

25.2. Payment Schedule for WFC ................................................................................................... 40

25.3 Payment Schedule for Legacy Data Entry ............................................................................... 40

25.4 General terms and conditions for payment schedules ......................................................... 41

26 Penalties ....................................................................................................................................... 41

26.1 Data Entry & Scanning ................................................................................................................ 41

26.2 Development of Software for AECAS ....................................................................................... 41

26.3 Replacement of manpower at WFC.......................................................................................... 42

26.4 Penalty during warranty period of hardware ......................................................................... 42

27 Compliance of Labour Laws for the manpower employed at WFC etc. ............................ 42

28 Tentative Bill of Material ........................................................................................................... 42

Annexure 1 - Bid Letter .......................................................................................................................... 45

Annexure 2 - Technical Evaluation Criteria ........................................................................................ 46

Annexure 3–Financial Quotation ........................................................................................................... 52

Annexure X - Qualification of Manpower ............................................................................................ 56

Annexure Y - Technical Specifications ................................................................................................ 57

Annexure Z - Sample Form for HBOCWWB Workers Registration ................................................... 67

| P a g e

6

1. Department Overview

The State of Haryana has witnessed an unprecedented era of swift industrialization

since its formation on 1stNovember, 1966. Maintenance of industrial peace and

harmony, safeguarding and improving the working conditions of the workers in

industries is the responsibility of the Labour Department. The department seeks to

promote a healthy and positive partnership between the labour, the management and

the Government. While the department takes care of the interests of the worker, it is

sensitive to the needs of the industry. It is gratifying to record that Haryana enjoys

exemplary harmonious relations in the industrial sector. This has been made possible

by the conscious efforts of the Government, the willing cooperation of the workers

and the managements. The subject of labour is included in the concurrent list of the

Constitution of India and both the Central and State Governments are competent to

enact legislation on the subject. Therefore, more than 25 labour enactments are

being administered and enforced by the Labour Department.

The Labour Department, Haryana based out in Chandigarh is under the administrative

control of Ministry of Labour & Employment, Government of Haryana. The

Department is responsible for the enforcement of more than twenty-five Central and

State legislated Labour Laws. The Labour Laws are for ensuring the basic rights of the

workers towards their safety, health, welfare, wages, working hours, welfare

schemes, settlement of industrial disputes and prevention of malpractices like

exploitation by employment of child labour, bonded labour etc. etc. running over a

wide spectrum of workforce related issues.

The Labour Department makes it possible for its functionaries to be in tune with the

changing industrial atmosphere which requires them to act as a catalyst in

maintaining harmonious industrial relations, by training them in modern management

techniques in collaboration with industry. This sensitizes them to the market changes

that have taken place, keep them in touch with future global developments and lead

to increasing faith and trust in their professional competence. In this regard, the

State Government has formulated a 'State Labour Policy-2006'.

The aim of the Labour Policy has been to help in evolving a mutually and increasingly

beneficial partnership between employers and workers; to help create conditions in

which workers can make their maximum contribution towards increasing productivity

while their rights are protected and their exploitation is prevented; to ensure the

welfare of workers along with economic progress and Stability; to help the employers

and workers to cooperate continuously and resolve their differences amicably through

Social Dialogue; and the Labour Policy aims to foster peaceful and in-house

settlement of disputes, by progressively narrowing down the areas of conflict and

maintain industrial peace in the State, so that there are no strikes or lockouts.

| P a g e

7

1.1 Core Activities of Labour Department

For enforcement of the legislations the various functions of the Department are

performed through following four arms namely: -

i) Labour Wing,

ii) Industrial Safety and Health Wing (Factory Wing),

iii) Adjudication Wing,

iv) Welfare Boards

1.2 The functions performed by these Wings of the Department are as follows: -

i) Enforcement of Labour Laws and maintaining industrial peace and

harmony.

ii) Regulatory functions of registration, licensing and compliance of

provisions relating to safety, health and welfare provided under the Acts

and Rules.

iii) Ensuring industrial safety and health at work places.

iv) Conciliation and counselling for the compliance of labour laws.

v) Adjudication.

vi) Labour welfare and social security through various welfare schemes of

the Haryana Labour Welfare Board (HLWB) and the Haryana Building and

Other Construction Workers Welfare Board (HBOCWWB).

2. Project Overview

The development and implementation of Information Technology (IT) related works of

the Labour Department, Haryana and its associated two welfare Boards i.e. the

Haryana Labour Welfare Board (HLWB) and the Haryana Building and Other

Construction Workers Welfare Board (HBOCWWB) is centrally performed by the IT cell

of the Labour Department, Haryana. Therefore, the term Department or Labour

Department in this document shall mean and refer to the Labour Department or any

of the associated welfare boards interchangeably in the given context as the case

may be. Hence, this Request for Proposal (RFP) has been issued by the Labour

Department on behalf of itself and two associated welfare Boards.

Also the already running online services for industries and workers have developed

and implemented in integrated manner as the target users of these services are also

highly inter related in their functioning.

The Labour Department requires external agency to work on the present project

specifically for the following major activities:-

1. Designing, developing and operating Aadhaar Enabled Canteen Attendance

System (AECAS)

2. Setting up and operating Worker Facilitation Centres (WFC)

3. Perform Legacy Data Digitization – Data Entry and Scanning of old records.

| P a g e

8

2.1 General Scope & Deliverables

The bidder‟s responsibilities shall majorly include

1. Developing software application for WFC, AECAS and Legacy Data Digitization

as explained in the scope here and Expression of Interest already issued in the

first advertisement of this bidder selection procedure.

2. Provide necessary infrastructure, manpower, hardware items and other

resources for smooth operations and use of this intended software

development system.

3. Development of an inventory management software for all the hardware items

procured for WFC and AECAS.

4. Setting up of Project Management Unit (PMU) at Head Office to support

existing online applications and new software system along with all the

hardware, software as per requirements specified in corresponding part of this

document.

5. Setting up of a dedicated call based Helpdesk support for WFC and AECAS at

Head office along with hardware, software as per requirements specified in

corresponding part of this document.

6. Setting up of control room at head office for monitoring of CCTV feeds from

WFC and AECAS in the field.

7. Study of existing online applications and infrastructure available with the

department.

8. Integration of new software applications developed for WFC, AECAS and the

legacy data digitization for already registered beneficiaries workers and

welfare benefits disbursed; with the existing application developed in PHP,

MySQL at www.hrylabour.gov.in.

9. Any enhancements in existing online application of department and to study

likely impact of this integration on the already in use system.

10. Integration of existing application with any other services and to study likely

impact on that system.

11. SMS Gateway services along with MIS reports to track services wise usages of

SMSs.

12. Security audit of the overall software of the department (both existing as well

as to be developed) from CERT-In empanelled company. It shall be done once

in each year during the entire duration of the project i.e. each year for 3 years

or 5 year if extended beyond 3 years. The bidder shall provide Security

Certificate of the department‟s website and new website launched for AECAS,

if any, to the department from the CERT-In empanelled company. The

department shall not make any separate payment for incurring the cost of

implementation of their suggestion (s), if any. The bidder is to adequately

factor in these costs in their financial bid quotes.

| P a g e

9

13. Coordination and supporting existing vendor for application integrations, as per

requirement.

14. Providing complete documentation, back up, work flows, manuals etc. of the

system.

15. Providing necessary trainings to department staff for putting this software in

operations and subsequent training. All the logistics for training shall be

arranged by the department. The bidders shall provide the trained resource

person along with relevant material to give one or two days training to the

department personnel.

2.2 Scope for Aadhaar Enabled Canteen Attendance System (AECAS)– An Overview

On the occasion of “SwarnJayanti” of the State of Haryana, through these two

welfare Boards i.e. the HLWB & the HBOCWWB has set up subsidised canteens for

workers. Launched under a scheme “आहारयोजना”, the aim is to provide adequate

quantity of healthy, nutritional and hygienic food at affordable prices to the

construction workers. Therefore, the Government has decided to set-up twenty-three

canteens initially, one at each District Headquarter of the State except Gurugram and

Faridabad, where two such canteens will be established. Initially, one meal i.e. lunch

shall be served. The other meal may be extended as decided by the Board. Currently,

5 canteens at Sonepat, Hisar, Yamunagar, Faridabad and Gurugram are operational

and the process of setting up such canteens at other locations is underway. The

number of such canteens may vary from time to time.

The Government of Haryana has set up subsidized canteens with the aim to provide

adequate quantity of healthy, nutritional and hygienic food at affordable prices to

the industrial/ construction workers or to the general public in the State of Haryana.

These canteens will be established at accessible and convenient places to the

majority of such workers. The meal will be provided to the beneficiaries of these

welfare Boards or general public @ Rs. 10/- only and the balance amount of the cost

of the meal will be borne by the respective Boards or the Food and Supplies

Department. The unregistered workers will also be allowed to take the meals from

these canteens on the payment of the full cost of the meal. The scheme would be

executed in partnership with the private/ government service providers engaged in

the service of providing food to masses.

The main objectives of setting up Aadhaar Enabled Canteen Attendance System

(AECAS) are:

To capture the Aadhaar enabled attendance of the person taking meal at any of

these canteens.

Ease of Administration and reduction in Manual work.

Efficient, Effective and Transparent Processes.

| P a g e

10

Eliminate chances of leakages in the system

Eliminate chances of duplication / fake reporting by vendor

Gather accurate analytical data for help in better decision making by Government

for welfare of workers

Improving the Quality of Service and Information to all the functionaries and stake

holders.

2.2.1 Scope of Work for AECAS

This is a turnkey based project and it is responsibility of the system integrator i.e. SI,

here in this document bidder, to design system, supply, install and commission system

for satisfactory functioning. The scope of the project involves design, development

and deployment of comprehensive end-to-end software and providing compatible

hardware solution for Aadhaar Enabled Canteen Attendance System (AECAS). The

entire activity should be completed within a time period of 9 weeks with maximum

limits of 10 weeks at one location and then eventually it should be expandable within

two weeks to other locations, as many locations and at any time as the Department

desires. The Detailed Functional Requirements specification given in this document

shall be considered as an integral part of the scope of work and intending bidders

should take it into account while estimating their efforts and bids. The broad scope of

work of this engagement would include:

i) To prepare a Software Requirement Specification (SRS) Report – based on an

independent assessment of the requirements of the department and the

functional requirements as specified in this tender document i.e. RFP for

designing, development and implementing AECAS.

ii) To design and develop web based attendance software solution – based on

Requirement Specifications, Technological and Operational Requirements and

the existing system features. The proposed system shall be integrated with the

existing system, which has been developed in open source technologies.

iii) Supply and commission Aadhaar based biometric device equipped with finger

print scanner along with any peripherals as required.

iv) Supply and commission CCTV cameras as per requirement along with any

peripherals as required.

v) To establish control room at Head office in Chandigarh or Panchkula for

monitoring of CCTV feeds.

vi) To provide integrations with SMS Gateway and Mail / Messaging System.

vii) To test and pilot run the proposed system software.

viii) To get the software security audit done by the CERT-In empanelled agencies

along with the patching of the bugs raised during security audit process.

| P a g e

11

ix) Hosting and Support for implementing the application on hosting servers

provided by the Labour Department or bidder.

x) Multi location implementation – Approx 40 different locations in the state.

xi) To ensure that the software design and implementation takes care of necessary

security aspects such as data safety, access controls, integrity, backup

measures and disaster recovery etc. as per latest industry standard.

xii) To provide training and support - the software vendor should ensure that the

users are suitably trained for using their respective application areas.

xiii) To provide full documentation of the system design, installation and

implementation of the Proposed and Existing software solutions and user

manuals both in hard copy and soft copy.

xiv) To provide the support for database administration, optimization of data, and

handling /managing the applications and different databases on live servers.

xv) To suggest the department regarding specifications of the required Hardware

and software for smooth and efficient working of servers.

xvi) Business Process Re-engineering, if any.

xvii) To provide MIS reports as and when desired.

xviii) To undertake Annual Maintenance work for software and hardware items

supplied for three years extendable for 2 years more if department desires,

after completion of handholding period of three months.

xix) Change Requests Management (Handling Change Requests – Post

Implementation), if any.

xx) Integration with other database of Haryana Labour web portal

www.hrylabour.gov.in, UIDAI and any other applications of Haryana State

Government or Government of India as per requirement for this purpose.

2.2.2 Broad classification of requirement

The requirements can be broadly classified into four categories as detailed

below:-

1. Defining the requirement for software development

An Aadhaar enabled web based biometric attendance system for the workers taking

meals in the canteens is to be designed and deployed. The working of this software is

enumerated in the following steps:

a. Whenever any user walks into the canteen for consuming food, he / she will

have to first mark attendance in the installed system by way of entering

Aadhaar number and scanning of fingerprint through the device for

authentication from UIDAI.

| P a g e

12

b. The system would first validate the credentials of the persons i.e. matching of

Aadhaar number with fingerprints by hitting at UIDAI portal in real time and

then identifies him/her as the beneficiary of the respective welfare Boards or

as others whose subsidized food payment is to be made by the Food & Supplies

department, Haryana as the case may be. Once the attendance is marked, the

person can proceed for consuming food.

c. In this process, the software shall automatically cross-check with the existing

database & categorize the user falling into any one of the following

categories:-

i) The Haryana Building and Other Construction Workers Welfare Board or

ii) The Haryana Labour Welfare Board or

iii) Others

d. A MIS reporting panel is to be designed for the department. Through this

reporting panel, the department officer can easily generate reports which can

be bifurcated as per below (but not limited to these only. The department may

ask to provide any other report as required from time to time) :-

i) District/location Wise

ii) Canteen Wise

iii) Worker Wise

iv) Time Slab Wise

v) Date Wise etc.

e. The software shall have admin panel to create different canteen sites with the

functionalities of making them active and inactive as and when demanded. The

allocation of the canteen to service providers/ operator can be done through

admin.

f. The department officer will be able to add the details of canteen operator

along with payment released as per subsidy.

g. The admin panel of the software shall enable the departmental officer to set

the time slab particularly in the case if in future more than one meal per day is

served at a particular site e.g. for breakfast the system can have time slab

| P a g e

13

from 7am-10am and 12noon - 3pm for lunch etc. which can be changed as per

departmental requirement from time to time.

h. Even the time slab for different canteen can be set different depending upon

the requirement at the moment/ location.

i. The admin should be able to create sub-admin for management of canteens by

local officer. The sub-admin shall be able to perform routine tasks of handling

operations of a particular canteen.

j. The software is to ensure that only one attendance is registered for one meal

per day, however, if more than one meal is served at a canteen then between

the two attendances of a user in a day, if any, minimum gap period say one

hour, to be set by admin for individual canteen, is blocked to prevent duplicity

of attendance and only one attendance is marked between the stated time slab

(s).

k. If someone does not have Aadhaar or the Aadhaar is not being captured or

internet is unavailable momentarily, food must not be denied. There should be

provision to take CCTV Camera snapshot record and submitted by canteen

operator / vendor as a record simultaneously. The operator shall seed this

offline attendance record, if any, on daily basis well in time in this system.

l. The system shall flag to the offices controlling the canteen as and when offline

record per day is entered above a threshold limit to prevent any possible

misdeeds.

m. The admin / sub-admin panel would be assigned based on user‟s requirements

from the departmental or operators side.

n. Total no of terminals with site location details along with unique address shall

be displayed for identification purpose.

o. The admin panel to show live i.e. online / offline status of attendance

terminals installed at canteen locations.

p. All attendance data captured by attendance terminal shall be immediate

transferred to central server.

q. Canteen site specific team shall be able to view site specific attendance data.

| P a g e

14

r. Central monitoring team shall be able to view all the canteen site data on one

screen.

s. Security Audit of the system would have to be got done by CERT-In empaneled

agencies and to incorporate the recommendation thereof.

t. The system should be immensely scalable, secure and reliable.

u. Training of the developed software system for department officer / canteen

operator.

v. User Manual for the attendance software system would be prepared.

2. The hosting and procuring of dedicated domain/subdomain for marking the

attendance of the worker taking meals.

The hosting of the developed canteen attendance software system shall be done at

the servers provided by the vendor from MEITY empanelled hosting company or by the

Department as the case may be and charges shall be paid to the vendor accordingly.

A separate dedicated domain /subdomain name shall be also taken for the new

system to be developed e.g. or www.hrylabourcanteen.in or

www.hrylabourcanteen.gov.in as per availability. Vendor has to provide all the other

necessary support and infrastructure like regular backup, SSL certificate etc.

3. Integration with the existing database of the e-services of the Labour

Department, Haryana & UIDAI for Aadhaar verification.

The new developed system will be integrated with the existing database of the

operational e-services hosted at www.hrylabour.gov.in and UIDAI for identifications

and verification of workers using Aadhaar details and scanning of fingerprints of the

beneficiaries of the welfare Boards / workers or general public.

4. Hardware and other infrastructures like internet, fingerprint scanning

devices, CCTV, computer machines, web camera to be installed at the

canteens locations to make the system functional/operational.

To make the above mentioned system functional / operational, minimum hardware

infrastructure required is as under:

| P a g e

15

a. Aadhaar based Biometric device equipped with finger print scanner along

with any peripherals like cables etc. as required. Minimum 1 fingerprint

device per 50 workers or part their off to avoid rush and chaos at canteens.

Further waiting time for the user workers to make attendance should not be

above 10 minutes.

b. CCTV cameras along with any peripherals like cable, switch, storage etc. as

required to make it operational. Minimum 2 CCTV cameras to be installed in

every canteen to have real time surveillance for capturing day to day

activities. Minimum One camera should be installed at the cash counter /

near attendance device and the other camera to be installed in kitchen to

keep a check on quality of food being served. Depending upon the size of

the canteen site, no. of cameras to be installed per site may vary. All the

installation and networking to be done by vendor.

c. Minimum 1 Laptop/Desktop with storage, UPS backup as per specified

d. Web camera

e. Internet / wifi connection with bandwidth of at least 2 MBPS and able to

connect with at least 10 devices at a site.

f. Parties may suggest any additional hardware required, if any, to accomplish

objective of the project.

2.3 Scope for Workers Facilitation Centre (WFC) - An Overview

The Labour Department has also developed an online system for facilitation of

industries and workers. The online system is for deliveries of online services related

to registrations and licensing for the industries under various labour laws. This system

is also enabled for registration of workers as beneficiaries of the two welfare Boards

associated with the Department and disbursement of welfare benefits to these

beneficiaries in their AADHAAR seeded bank accounts. The two welfare Boards are

the Haryana Welfare Board and the Haryana Building & Other Construction Workers

Welfare Boards for the industrial workers and the building & other construction

workers respectively.

The use of the online services require some level of computer literacy and requisite

infrastructure facilities like computer, printer, scanner, copier internet and use of e-

payment etc. It is a fact that majority of workers in India are not well acquainted

with online processes and do not have such computer and allied facilities at their

disposal. Therefore, the Labour Department, Haryana is intending to provide these

| P a g e

16

workers the facilities of Workers Facilitation Centres, where computer literate

manpower with necessary infrastructure is available for his/her use to get him

registered as beneficiary of any of the two eligible welfare Boards and to seek various

welfare benefits. Hence is the requirement of Workers Facilities Centres (WFC).

2.3.1 Scope of Work for WFC

This is a turnkey based project and it is responsibility of the system integrator to

design set up, supply manpower, install and commission hardware, software and

system for satisfactory functioning. The scope of the project involves physical site

preparation, deployment of a comprehensive end-to-end software and hardware

solution for the centre. The department shall only provide sitting space, water and

electricity connections apart from other civil works required. All other required items

including manpower, hardware, software, furniture, stationery etc. for successful

operations shall be provided and managed by the bidder only. The entire activity of

setting up WFC at one location should be completed within a time period of Four (4)

weeks of handing over the site. The Detailed Functional Requirements specification

given in this document shall be considered as an integral part of the scope of work

and intending bidders should take it into account while estimating their efforts and

bids. The broad scope of work of this engagement would include:

1. The bidder shall establish two such WFCs at each District Headquarter of the

State and one at Head office, Chandigarh / Panchkula. The number of centres

can be increased or decreased in future.

2. The bidder shall provide all the hardware, software and manpower to

undertake above activity like industrial grade scanner, printer, copier, printing

paper for smart card, smart card reader etc.

3. The bidder shall design and develop the software and integrate the same with

the existing online e-services of the labour department/ welfare boards for

tracking the work performed by their manpower.

4. The bidder shall also provide require hardware, software, manpower and

infrastructure for printing and issuing smart cards to the workers on their

registration. Initially, this service shall have to be made available to six

locations in Haryana preferably at Ambala, Panipat, Gurugram, Hisar,

Faridabad, Rohtak and eventually may be extended for other locations in the

State of Haryana. The smart card should contain necessary information of the

worker and a unique identification number.

5. The bidder is to provide all the infrastructure for keeping the WFC operational

such as computers, UPS with power back up, printer cum scanner, web cam,

still camera for capturing the photo of the users, internet facility, phone

facility, tables chairs, all kind of stationeries needed i.e. pen, file, papers

sheets of different sizes etc. at the point of supply of manpower for WFC.

| P a g e

17

6. The bidder shall also supply IT/ computer trained manpower having the

requisite qualifications to the district level / below / upper level of

administrative unit of the Labour Department, Haryana or its associated

welfare Boards.

7. The bidder shall train its manpower to be deployed at WFC in departmental /

welfare Boards instructions/ guidelines in the online processes of workers

registrations and related with receipt of their claims for seeking welfare

benefits and their disbursement.

8. The bidder shall maintain an account/e wallet etc. for making contribution

payments to the welfare Board on behalf of the workers. The cash received

from workers shall be deposited in this account/e wallet at the end of the day.

9. The department/ welfare boards shall provide building and Electricity & water

connection and basic civil works at the locations. The bidder shall be

responsible for making the place upto liveable standards and setting up the

other entire required infrastructure like, Internet, Tables, chairs, air

conditioning of place, payment of electricity & water charges, daily cleaning

etc.

10. The bidder shall undertake the above mentioned activities for a period of three

years which may be extended for further two years on mutual consents. After

completion of the project if extended, the bidder shall undertake Annual

Maintenance work of software and hardware for two years as well.

11. For the sake of simplicity of operations, the activity at each location will be

performed by a unit, which shall consist of following items:

o Min. Two (2) Nos. of manpower as per qualification specified in the

Annexure X

o Min. Two (2) Nos. of laptops/desktops and allied items

o Min. Two (2) UPS for power back up

o One (1) Scanner / Copier and allied items

o One (1) Printer and allied items

o One (1) Aadhaar based biometric device for attendance of the staff

provided.

o Min. Two (2) Nos. of CCTV camera and allied items required for installation

& networking

o Internet connection of at least 2 MBPS with unlimited usage

o Stationery as is used including pen, pencil, paper, diaries, markers, files,

folders etc.

o Furniture like sitting arrangement for operations manpower as well as

public and storage like Tables, Chairs, Almirah, Racks, Workstations (as per

requirement)

o Regular Payment of Electricity & water charges

| P a g e

18

12. Payments to the bidder shall be done from head office on monthly basis / per

unit basis as the case may be.

13. The bidder is required to develop a dashboard for monitoring attendance of

the manpower provided through Aadhaar based biometric systems at each

WFC.

14. The bidder is to provide all the infrastructure for keeping the WFC operational

such as computers, UPS with power back up, printer, copier, scanner, web cam

- still camera for capturing the photo of the users, internet facility, phone

facility, tables, chairs, all kind of stationeries needed i.e. pen, file, papers

sheets of different sizes etc. at the point of supply of manpower for WFC.

15. The department shall get the waiver on transaction charges on using online

wallet for making payment for workers registration from the concerned

authorities. Till the time the waiver is provided, the department will reimburse

transaction charges borne by the bidder. The bidder shall provide complete

dashboard for usage of e wallet.

16. Control Room / Command centre to be set up at Head office in Chandigarh for

monitoring of CCTV feeds from fields.

17. The bidder shall provide hierarchy / escalation matrix of the manpower

resources provided to undertake all the above mentioned activities. This

hierarchy / escalation matrix is different from Project Management Unit in

article 5.2.2

18. The bidder shall provide option to replace manpower in case the

department/board is not satisfied by performance of particular resource

person provided by the bidder for the above mentioned activities. The overall

more than annual 20 percentage replacement of manpower on the directions of

the department/board shall attract penal provisions. The bidders shall provide

the dashboard for monitoring the replacement of resource person.

19. The manpower provided should be on rolls of the bidder. Subcontracting not

allowed.

20. In future, the location may ask to add more units depending upon the

workload. Minimum tenure for each unit shall be three years. The tenure may

be extended on mutual consent for further two for which bidder shall give

financial quotation by considering the inflation cost and hardware

maintenance/ replacement cost.

2.4 Scope for Legacy Data Digitization – Data Entry & Scanning

The Labour Department also requires the legacy data to be digitized and integrated

with the existing application developed by department. The objective is mainly to

utilize the data for searches and modification. Due to the nature of working of Labour

Department/ boards the historical data is equally significant for meeting the

objectives of department. The Boards/ Department requires historical data for two

major reasons; one to understand the complete strength of workers, working in both

| P a g e

19

the boards and what the benefits they are taking of different welfare schemes. Based

on this information, the department/ boards can make future improvement plans and

shall make decision making more effective. This exercise is explained in the following

steps:-

1. The bidder shall undertake the digitization of legacy data pertaining to

workers‟ registrations and details of any benefits availed by the worker or its

family in the past.

2. The bidder is required to make software for data entry and integrate with the

existing application of the department and integrate in overall system as

required.

3. The bidder shall be required to scan and upload the registration forms in a

repository / integrate the same with the existing online e-services of the

labour department/ welfare boards. The legacy data is for around seven lakhs

beneficiaries in the standard applications forms. The paper based form

application is running in around three A4 size sheets per application i.e. around

21 lakh pages. The actual number shall be based on as is where is.

4. The data is available in fields and the bidder will not be allowed to take

physical forms out of the office premises. It is the responsibility of the bidder

to collect data from the locations.

5. The bidder will be handed over the documents in a batch and will cross check

this information and will prepare a list containing discrepancies, if any.

6. Bidder will carry his scanner and any other hardware required to location and

scan all documents in the office premises only. Data entry/digitization can be

done at any other place of bidders.

7. It will be the responsibility of the bidder to take the documents from the stack

area for digitizing and after digitalizing should be restored in the same place

from where it has been taken. Documents/Records are to be arranged

chronologically and necessary pagination done.

8. The bidder shall be required to independently arrive at the methodology,

based on globally acceptable standards and best practices, suitable for the

Department by providing state-of-art technology.

9. The source document will be in Hindi/Punjabi/English either typed or hand

written.

10. The documents are primarily available on paper media only. They are generally

very old, delicate, fragile and brittle and need special and sophisticated

handing techniques.

11. The bidder shall be responsible to scan all the documents and carry out Quality

Checks in order to ensure that the scanning quality is good and the pages are

perfectly scanned.

12. Scanned images (preferably in .jpg, .gif, .tifformat) of these documents will

have to be converted into enhanced PDF files.

| P a g e

20

13. The bidder shall be responsible to use scanner only with minimum resolution of

300 dpi.

14. The data entry of indexing field of scanned document should be prepared in

consultation with the concerned department.

15. The bidder or deployed manpower will get the entered data verified from the

concerned official of the department.

16. The bidder shall provide all the required hardware, software and manpower to

undertake above mentioned digitization activity. The bidder should provide

necessary hardware (including desktop systems, scanners, printers/copiers,

UPS etc., in sufficient quantity), application software and other infrastructure

for Scanning & Digitization work.

17. The hardware supplied for this scope shall be the property of the bidder and

any maintenance required in this regard shall be the responsibility of the

bidder.

18. This is a one-time activity, which is to be completed within three (3) months of

the award of work and providing the relevant data by the department/boards.

19. The bidder shall provide hierarchy / escalation matrix of the manpower

resources provided to undertake all the above mentioned activities.

20. Sample form is attached at Annexure Z.

21. The party shall be responsible for maintaining the confidentially of data

supplied. The original data or punched data will not be used for any other

purpose during or after the job.

22. The selected bidder or his employees will not disclose the content of

documents given for scanning or archiving. The selected bidder should not also

disclose the above to any of its existing or future clients.

23. It is responsibility of the bidder to generate Check-list, Proof Reading,

Updation of record & final check-list with back-up.

24. The bidder shall have to supply the dully Punched and verified data as per

requirements (in English/Hindi/Punjabi) on CDs/DVDs/HDDs as well per defined

schedule. The bidder will also have to keep back-up of the punched data till

the completion of the project.

2.5 Scope Deviations

In requirement gathering phase, complete information related to proposed software

development shall be provided to the selected vendor. During the Design and

Development phase a few session for requirement clarification can also be arranged.

But there should be a provisioning of atleast 20% changes/scope deviation during

implementation/integration phase.

| P a g e

21

3. Roles and Responsibilities

A clear definition of roles and responsibilities of all the partners involved brings

transparency, accountability, manageability and efficiency in any project. The

following are the roles and responsibilities of department, the Selected Vendor, and

the Project Coordinator.

3.1. Responsibilities of Labour Department

As owner of the Project, the role of Labour Department in the successful

implementation of the project includes discharging the following responsibilities:

i) To ensure that all the participating branches take active part in project.

ii) To identify the officials for conducting detailed SRS.

iii) To identify key points of contacts who would be able to dedicate quality time

with the vendor.

iv) To conduct review meetings at regular intervals to monitor the overall progress

of the project.

v) To ensure participation and support from all the Branches and employees in

the implementation of the project.

vi) To provide all the formats of forms and reports to be designed into the system.

vii) To ensure speedy centralized issue resolution.

viii) To identify employees who can be trained by selected vendor for learning the

technical details of the Software.

ix) To ensure timely sign – offs.

x) To provide necessary infrastructure support and resources to the vendor during

the development stage.

xi) To handle the crucial change requests management.

3.2. Responsibilities of Selected Vendor

The following are roles and responsibilities of the vendor to be selected for design,

development, testing and implementation of the software at Labour Department.

i) To design, develop, test and implement a secure, scalable Application

Software system for the department, adopting interoperable standards.

ii) To prepare a System Requirement Specification (SRS) Report and get it

approved by department.

iii) To supply, commission hardware as per required and always keep it use

worthy.

iv) The bidder shall provide reporting and logging panel by department for any

hardware maintenance related issues.

v) To ensure security of the data with adequate back–up measures.

| P a g e

22

vi) To provide training to the user community to make them conversant with the

application software.

vii) To meet the functional requirements specified in this document and cover any

other related functionality identified by labour department whilst preparation

of detailed SRS.

viii) To provide full documentation of the design, training and implementation of

the software and user manuals.

ix) To provide new changes of software as warranted by needs of Labour

department.

x) To ensure successful integration of the proposed system with the existing

systems.

xi) To make reports at specified periodic intervals on progress of the project.

xii) To interface with Project Coordinator and Management of department for

managing the Change.

xiii) To follow the terms and conditions as specified in this Tender document and in

any other subsequent related documents.

xiv) To get the security audit done by the CERT-In empanelled agencies and to fix

the deficiencies so surfaced.

xv) To monitor the project as a whole including the new software development

and performance of Project Management Unit (PMU) through a project

monitoring tool. Any appropriate tool for project monitoring has to be provided

by the vendor at his cost. The department officers shall also be provided the

login id to this tool.

xvi) The vendor shall handover all the relevant data in readable form from this tool

at the exit of the contract for record of the department.

xvii) To assistant and support the existing software and server hosting providers in

operations, customisation, stabilisation, improvement etc. of the already

running online applications of the department and welfare Boards through

PMU.

3.3 Responsibilities of Project Coordinator/Project Manager, Labour Department

The Project Coordinator/ Project Manager or known by whatever name is the key

person who serves a pivotal role in this project. The roles and responsibilities of the

Project Coordinator are as follows:

i) To ensure close coordination of all the participants and the external agencies

involved in the project.

ii) To give the valuable inputs while preparing SRS document.

iii) To take steps to mitigate any potential risks that might surface during the

course of the project.

iv) Set up and administration of an issue and escalation management process.

| P a g e

23

v) To identify the staffs, who need to undergo user training at various levels.

vi) Handle change requests management.

vii) To monitor the overall progress of the project.

viii) To ensure timely release of the payments as per agreed Schedule.

ix) Any other work in the interest of smooth roll out of the project timely.

4. Time Schedule for implementation of the project

The vendor shall implement the system on pilot basis at one location, to ascertain its

stability. The stability assessment shall be done upon successful user acceptance

testing of modules and the system. On successful implementation the stability of the

software shall be tested and thereafter, the system shall be rolled out across the

state as per the availability of the sites. The indicative Project Plan for the

implementation activity is given below:

S No Activity Milestone/Deliverable Time

1 AECAS

System Study and Preparation of SRS and its sign off

X+2 weeks

Design and development of software module for AECAS and WFC

X+6 weeks

Testing, Modification and User Acceptance Testing (Pilot Run)

X+8 weeks

Implementation and Go live

(After go live at one location, every location to

be made go live in 2weeks‟ time as and when

required)

X+9 Weeks (maximum

X+10)

2 WFC

Setting up of WFC including development of software and its integration with the already running system. The subsequent addition of WFC shall be done with in four weeks from demand by the department.

Y + 4 weeks

3 Legacy Data Digitization Software development, Data Scanning, Data

Entry Z + 12 Weeks

4

PMU and Helpdesk set up at Head Office

PMU and Helpdesk should be set up from Day 1 of the project so that they are ready as soon as soon as either one or both of the WFC & Canteen facilities go live

X

X: Start date of the Project Y: Date of Handing over of site by department after civil works Z: Date of handing over of Data by department to the bidder

| P a g e

24

Any delay on part of department due to approvals time would be excluded.

Deemed approval if department fails to reply within 15 days of document

submission.

Data verification by department for data entry time shall be excluded from vendor

time period for implementation of the project.

The Project Management Unit shall start functioning from the award of the work

order and continue to work during the subsistence of the project of three years or

in its extended period, if any.

5. Operational Requirements

This section outlines the operational requirements of the overall system developed. It

should be noted that the Vendor would be involved in the implementation of the

solution as well as on-going support during the entire duration of project.

5.1. Warranty and Post installation Support Requirements

The successful bidder must furnish a warranty for providing free post installation

comprehensive support during a warranty period of three years from the date of

successful installation and commissioning and for extended period as and when

extended. The bidder should have own in-house software development and

customization set-up.

5.2. Annual Maintenance Contract (AMC)

5.2.1. Project Management Unit (PMU) at Head Office – Broad Scope of Work

The bidder shall set up a project management unit at head office during the entire

duration of the project including the extended period as when it is extended to

support all the activities including implementation, maintenance and dedicated

management of the developed system. The scope includes managing software and

related activities including monitoring of CCTV feeds from Canteens and WFCs. The

bidder shall also be responsible for coordinating with the agency that has developed

the existing application software for the department for generation of new MIS

required and to integrate the newly developed modules with existing application as

well as in case of any other integration required.

Deployed manpower will be responsible for following major activities:

1. They will be responsible to undertake the support work for smooth and trouble

free running of the new developed application system including hardware.

2. They will take the timely and accurate data backup of the application software

until the period of entire contract.

| P a g e

25

3. They will be helping the department in generation of various MIS reports.

4. They will be completely responsible for training the departmental staff and

involved stakeholders as and when desired by the department.

5. To assistant and support the existing software and its vendor and server

hosting providers in operations, customisation, stabilisation, improvement etc.

of the already running online applications of the Department and welfare

Boards.

6. Any other work assigned by the Department from time to time to accomplish

the overall objective of the online services of the department or the welfare

boards or creation of new websites or any integrated services web portal of the

Central or State Government/ Department /Organisation or any other relevant

service provider of the private organisation.

5.2.2. The constitution of the Project Management Unit (PMU)

For this purpose the bidder should provide full time resources at head office for

better co-ordination with field staff and improvement, enhancement, stabilisation,

customisation of already existing online applications of the department/boards.

1. Project Manager – 1 (experience of more than 8 years)

2. Team lead – 1 (experience of more than 5 years)

3. Sr. Software Developers – 2(experience of more than 4 years)

4. Software Developers – 2(experience of more than 2 years)

5. Quality Analyst – 1 (experience of more than 3 years)

6. Network Admin – 1 (experience of more than 3 years)

7. Business Analysts – 1 (experience of more than 3 years)

8. Field Support staff - Software implementers for training and technical support –

2

9. Office boys –2

5.2.3. Space for PMU

The department will provide sitting space but the bidder shall provide the required

hardware like laptop, printer, internet, telephone lines (minimum two) and furniture

including air condition etc. to its resources.

5.2.4. General Guidelines for PMU

1. The resources of the PMU shall not be generally changed. However, if changed

due to any reason, the bidders shall provide replacement with equal or higher

experience and qualification. Such replacement should be trained on the

project by bidder before deployment in the PMU.

2. If any resources remains on leave for more than once in a month and no

replacement provided the corresponding cost shall be deducted from the

| P a g e

26

approved price of the PMU. The corresponding cost shall be decided on his

latest salary paid by the bidder.

3. The resources of PMU should be on rolls of the bidder. Subcontracting not

allowed.

4. The bidders shall provide and replace the senior software developers or

software developers or any other resource of the technology as per

requirement basis from time to time.

5. The department may reduce or increase the size of this PMU depending on the

requirement with prior notice. In case of reduction one month notice shall be

given. In case of increase vendor shall make all the good endeavour to provide

the resource in shortest possible time and not later than two weeks form

communication.

6. For determination of the price of each resource in case of increase or decrease

of resource, the bidder‟s finally approved price quoted in article 5.4 shall be

used.

7. The department may ask the replacement of any resource person if his/her

work is not fond satisfactory. No cost shall be borne by the department for

such replacement.

5.2.5. Help Desk

The selected bidder will be responsible for setting up a call based helpdesk at the

Head office for supporting system developed for WFC and AECAS. The entire set up

has to be arranged by the bidder including 4 manpower, required hardware (including

phones, desktop/laptop, internet, email facility etc. per resource) and Help Desk

Management software etc.

The resources of Help desk should be on rolls of the bidder. Subcontracting not

allowed.

5.3. Annual Maintenance Contract (AMC) for Hardware Items

1. It is the sole responsibility of the bidders to ensure the continuous operations of

all the hardware like computer, printer, air conditioner etc. and services like

internet, phone etc. supplied at WFC or otherwise during and after the expiry

of their warranty / guaranty period as long as contract under this document is

in subsistence in original three years or in extended period as and when

extended.

2. If after sales support is provided by separate agency/third party, it should

either be an Authorised service centre or certified by the Original Equipment

Manufacturer (OEM) and to be co-ordinated by the bidder.

3. This bidder shall factor in the cost of transportation & halts of the servicing

staff of the Supplier and cost of any components that might require to be

| P a g e

27

replaced in course of clearing faults in his bid quotes itself. The department

shall not make any payment for these purposes.

4. If any hardware is not repaired within two days of its reporting, the penal

provisions shall be attracted.

5. The bidder shall provide reporting and logging panel for any hardware

maintenance related issues.

5.4. Change Requests Management (CRM)

1. On successful implementation of the developed modules and user acceptance

testing the vendor shall also be optionally required to provide the support for

change requests management. The vendor shall provide the complete

screenshots, work flows, manuals etc. and get them approved from the

department.

2. If case any new module is required to be developed or need of some major

changes occurs in the than existing functionalities; then the department shall

evaluate and decide on the basis the approved document whether the work is

to be handled under CRM. During this period the vendor shall facilitate the

department with following team members, whenever required; if the resources

provided in PMU are not enough for the task:-

Developer (Minimum experience 3 years)

Designer (Minimum experience 3 years)

Tester (Minimum experience 3 years)

Business Analyst (Minimum experience 4 years)

3. Bidder must quote the man day cost (8 hours) for change requests management

requirement for employing above profiles separately as optional cost, which

shall be binding for the subsistence period of project. The price for any CRM in

future as and when demanded shall be arrived based upon required number of

hours for each profile. The bidder shall get the tentative hours approved from

the Department at the appropriate time of implementation of any CRM on

demand of the department. The department shall monitor the actual

consumption of hours for each profile and compensate accordingly.

4. The bidders shall provide above resources in the technology as required at that

time.

5.5. Documentation

The Software vendor is required to submit documents as mentioned in different

sections in this RFP Document.

| P a g e

28

5.6. Training Requirement (Capacity Building)

1. On successful commissioning of the system, the agency shall impart training for

day-to-day operations to any numbers of the chosen executive/staff of the

department / board. The resource of PMU specifically assigned for training

shall provide the training on the system.

2. In case, training needs outstation visit, the boarding and lodging has to be

arranged by the bidder. However, the conveyance for the employees would be

borne by the Department. The conveyance charges shall be as admissible to

class II Officer of the Factory Wing of the Labour Department.

6. Delivery of Hardware items and penalty for late deliver

Free of cost delivery to the consignee at the ordered sites in the State of Haryana

within four weeks of placement of Purchase order.

In case supplier fails to supply the item within specified time frame, a penalty shall

be imposed @ 0.5% per week or part thereof of the value of the delayed supply for

each week of delay or part thereof. Maximum penalty will be restricted to the 10% of

agreed price for the contract for that item(s) only and beyond that the Purchase

order shall be treated as cancelled and the security deposit to the extent of the price

of that item (s) will be forfeited. Thereafter the department may buy it from market

and bidders shall compensate the price.

7. Testing and user Acceptance

The Department will undertake an exercise of Testing and User Acceptance of the

system as soon as the vendor declares the system to be ready for the exercise. The

Selected vendor shall test the application and invite department to test the

modules/application.

7.1. Acceptance Criteria

The primary goal of Testing and Acceptance is to ensure that the project meets

requirements, standards, specifications and performance prescribed by the

department by ensuring that the following are associated with clear, quantifiable

metrics for accountability:

Performance

Availability

Security

| P a g e

29

Manageability

Standards and protocols

The project is to be designed to meet all functional, non-functional and management

requirements as mentioned in this Document.

8. Exit Management at the completion of the project period

The bidder is required to share exit management plan for handing over the project

post completion. The initial duration of the project is 3 years which is extendable

upto further 2 years on mutual agreement. In case, the project is not extended

beyond 3 years period, the entire solution including hardware, software has to be

handed over to the department in working condition. In case any hardware is found in

faulty or nonworking condition, the same shall be replaced/ repaired by the bidder or

the department has the right to adjust the cost in the final bill. For calculation

purposes, the depreciation cost shall be counted as per the Income tax rules.

8.1. Extension beyond 3 years

The bidder has to provide rates for 4th and 5th years which will come into effect in

case the project is extended beyond initial period of 3 years. The bidder shall take

care of the depreciation cost of hardware within first 3 years of the contract period.

In case contract is extended beyond initial 3 years in to 4th and 5th years, the bidders

shall be responsible for maintaining all the hardware, software and other allied

services of initial three years into working and operational mode/conditions extended

period also.

9. Bid Documents

9.1. Who can bid as against this bid

All interested persons can bid for this RFP. The interested bidders must be qualified

in terms of the qualification criteria in Annexure 2 of this RFP. This Request for

Proposal is being re-advertised. The bidders who have applied earlier at EOI stage or

RFP stage as against first advertisement shall have to bid again afresh. The Demand

Drafts for cost of RFP and EMD submitted earlier with the Department by bidders may

be collected from this office on any working day.

| P a g e

30

9.2. Distribution of Tender Documents

A complete set of the Tender Document shall be available on the website

https://etenders.hry.nic.in. The time schedule for issue, closing etc. of the tender

document is as per mentioned in the tender document earlier. The bidder shall bear

the risk of delay in receiving the Tender Documents for any reasons whatsoever.

9.3. Cost of Bidding

The bidder shall bear all the cost associated with the preparation, submission of bid

including presentation and any travelling expenses. The Department will in no case be

responsible or liable for any such costs.

9.4. Instruction for the Bidder

The bidders are expected to examine all instructions, forms, project requirements

and other information in the Tender documents. Failure to furnish all information

required by the Tender documents or submission of a bid not substantially responsive

to the Tender documents in every respect will be at the Bidder's risk and may result

in rejection of its Bid.

9.5. Documents comprising the bidder’s bid

The following documents should constitute the bidder‟s bid:

1. Bid Letter in Annexure 1 (Covering Letter)

2. Technical bid along with all relevant attachments/ schedules duly completed

and signed by the Bidder

3. Technical Bid should address all the requirements specified in the Tender and

should contain but not be limited to the sections specified in the Annexure 2.

4. The Bidder's Commercial Bid with content as mentioned in Annexure 3.

5. A declaration that Key Personnel (by name) whose name has been mentioned

in the bid would be deployed in this project till they continue to remain in

employment of the vendor and in case of substitution, a resource of matching

capabilities would be made available.

6. Any other information that is to be submitted during the course of bid process

9.6. The cost of bid document i.e. RFP

The cost of bid document i.e. RFP is Rs. 10,000/-. This cost is non-refundable and

shall have to be submitted in the form of Demand Draft separately in favour of Labour

| P a g e

31

Commissioner, Haryana payable at Chandigarh). The DD must be submitted in the

office of Labour Commissioner, Haryana before the last date and time of bid

submission. The failure of which shall reject the bid.

10. Bidding Process

10.1. Important dates

The date for issuance of RFP, pre bid meeting, closing of bid submission, opening of

bids – Technical as well financial are as indicated above in Summary of Key Dates.

Please note that the dates and times are final, however, the Department reserves the

right to change the same at any point of time. The bidders would, however be

intimated of the changes on the website and by no other means as and when it

happens.

10.2. Bid Submission, Format and Signing

1. Complete proposals must be submitted to https://etenders.hry.nic.in/ on the

specified Date & Time in the Two Bid format

Technical Bid,

Commercial Bid - “Financial Bid”.

2. The bid, consisting of the documents listed in the instructions, shall be typed, uploaded and shall be digitally signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract.

3. All the documents comprising the bid shall be serially page-numbered. Only detailed complete bids in the form indicated above received prior to the closing time and date of the bids shall be taken as valid.

4. The cost of the this RFP is Rs. 10,000/-, which is non-refundable and to be submitted in the form of Demand Draft in favour of Labour Commissioner, Haryana payable at Chandigarh. The DD should be submitted separately in the office of Labour Commissioner, Haryana and copy of which may be enclosed with the bid documents.

10.3. Language of Bid

The Bid and all correspondence and documents related to the Bid exchanged by the

Bidder shall be written in English language only. Supporting documents and printed

literature furnished by the Bidder may, however, be in another language provided

that they are accompanied by an accurate translation of the relevant passages in

English language.

| P a g e

32

10.4. Preliminary Process to be confidential

Information relating to the examination, clarification and comparison of the bids and

recommendations for the award of the project shall not be disclosed to bidders or any

other persons not officially concerned with such process until the award to the

successful bidder has been announced.

11. Earnest Money Deposit (EMD)

The bids should be submitted along with an EMD of Rs. 10,00,000 (Rupees Ten Lakh

Only). Those bids without this EMD will be summarily rejected. The Demand Draft

/Banker‟s Cheque/Pay Order of Scheduled or Nationalized Banks/Call deposit receipts

payable at Chandigarh should be drawn in favour of “Labour Commissioner,

Haryana” Payable at Chandigarh. The instrument for EMD must be submitted in the

office of Labour Commissioner, Haryana before the last date and time of bid

submission. The failure of which shall reject the bid.

The EMD of those companies that are rejected during the technical evaluation stage

will be returned within one week from the date of the decision. The EMD of the

remaining unsuccessful companies will be returned after one week from the date of

signing the agreement with the successful bidder. The EMD of the successful bidder

shall be returned to the vendor on submission of Performance Guarantee by the

bidder. The vendor shall not claim any interest on the EMD. The EMD money shall

remain deposited in the department head of account during this period.

A Letter of Intent (LoI) will be issued to the Successful Bidder. However, if the

successful bidder is unable to sign the LoI/ contract within 15 days from the award of

the contract, the EMD will be forfeited and the award will be treated as withdrawn.

Department reserves the right to award the contract to the next lower bidder(s), at

the price of L1, who will also be required to sign the LoI/contract as per the terms

and conditions of this document and so on so forth.

12. Submission of Bids

Bids must be submitted only at https://etenders.hry.nic.in/

12.1 Late Bids

Bids received after the due date and time for any reason whatsoever shall not be

opened and shall be returned to the respective bidder.

| P a g e

33

12.2 Modification, Substitution & Withdrawal of Bids

The Bidder is not permitted to modify, substitute, or withdraw the bid after its

submission

13. Technical Bid Evaluation

13.1 Venue of Opening the Technical Bids

The venue of opening of Technical Bids is given as below:

Venue: Office of the Labour Commissioner, Haryana

30 Bays Building, Sector 17,

Chandigarh - 160 017

If the specified date of bid opening is declared a holiday for Labour Department the

bids shall be opened at the appointed time and location on the next working

day/specified date.

13.2 General Guidelines for Opening of Bids

Bids will be in two parts (Technical and Financial) as indicated in the Tender. There

will be two bid – opening events, namely Technical Bid Opening and Financial Bid

Opening. The eligibility documents submitted along with the Technical bids will be

evaluated first and only those vendors will be evaluated further which are found

Eligible.

13.3 Opening of Technical Bids

Bids will be opened in the presence of the Bidder or the bidder's representatives

present if any on the specified date, time and venue in this document. If the bidder‟s

representative is present at the event, he/ she shall sign an attendance register to

acknowledge his/ her presence for the same.

13.4 Correction of errors

Prior to the detailed evaluation, Department 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 terms and conditions of

the bidding documents without material deviations. No Correction in the bid shall be

entertained after submission of the bid.

Labour Department may, at its discretion, waive any minor infirmity or nonconformity

or irregularity in a bid, which does not constitute a material deviation, provided such

| P a g e

34

waiver does not prejudice or affect the relative ranking of any bidder. If a bid is not

substantially responsive, it will be rejected by Labour Department and may not

subsequently be made responsive by the bidder by correction of the nonconformity.

13.5 Evaluation Procedure

1. Technical bids shall be evaluated using „Technical Bid Evaluation Criteria‟. An

indicative list of evaluation criteria is given in Annexure 2. The bidders

securing more than 40 percent score in technical bid shall be treated as

Technically Qualified Bidders.

2. The Financial Bids of only the Technically Qualified bidders will be opened for

further processing.

3. The technical and financial scores secured by each bidder will be added using

weightage of 60% and 40% respectively to compute a Composite Bid Score.

4. Financial Bids that are less than 50% of the average bid price will be

disqualified [the average bid price is computed by adding all Financial Bid

values of ALL the technically qualified bidders and dividing the same by the

number of bidders].

5. The bidder securing the highest Composite Bid Score will be adjudicated as the

Best Value Bidder for award of the Project.

6. In the event the bid composite bid scores are „tied‟, the bidder securing the

highest technical score will be adjudicated as the Best Value Bidder for award

of the Project.

14. Financial Bid Evaluation

14.1 Venue of Opening of Commercial Bids

The venue of opening of Financial Bids is given as below:

Venue: Office of the Labour Commissioner, Haryana

30 Bays Building, Sector 17,

Chandigarh - 160 017

If the specified date of bid opening is declared a holiday for Labour Department the

bids shall be opened at the appointed time and location on the next working

day/specified date.

14.2 Opening of Financial Bids

The Financial Bids of only those Bidders, who are technically qualified during the

technical evaluation, would be opened. Bids will be opened in the presence of the

Bidder or the bidder's representatives present if any. If the bidder‟s representative is

| P a g e

35

present at the event, he / she shall sign an attendance register to acknowledge his/

her presence for the same. The bidders names, bid‟s modifications or deviations,

withdrawals, and such other details as the department officer at his discretion, may

consider appropriate, will be announced at the opening.

14.3 Clarification of Bids

During evaluation of the bids, department may, at its discretion, ask the bidder for

clarification of its Financial Bid. The bidder may be required to produce detailed

price break-up to demonstrate the internal consistency and justification/

reasonability of those prices.

14.4 Correction of errors

If there is a discrepancy between the quoted rate in figures and the quoted rates in

words, quoted rate in words will take precedence.

If there is a discrepancy between the unit rate and the total price that is obtained by

multiplying the unit rate and the quantity, the unit rate shall prevail and the total

price shall be corrected, unless in the opinion of the evaluation committee there is an

obvious misplacement of the decimal point in the unit rate in which case the total

cost as quoted will govern and the unit rate are corrected. No Correction in the bid

shall be entertained after submission of the bid.

14.5 Evaluation Procedure and Criteria

1. The financial quotation of the bidders for the entire project shall be as per the

format mentioned in Annexure - 3.

2. The financial bid of technical qualified bidders shall only be opened.

3. Financial evaluation would be done based on the commercial quote being made

by the bidders in the bid.

4. Financial Quotation for Component „A, B & C‟ in Financial Bid Format in

Annexure 3 shall only be considered for lowest commercial quote (L1)

calculation.

5. L1 Calculation shall be done using following formula:-

a) The bidder with lowest financial bid (L1) will be awarded 100% financial score.

b) Financial Scores for other than L1 bidders will be evaluated using the following

formula:

Financial Score of a Bidder

The value shall be adjusted to two decimal places

| P a g e

36

6. The technical and financial scores secured by each bidder will be added using

weightage of 60% and 40% respectively to compute a Composite Bid Score.

14.6 Acceptance or Rejection of Bids

Department reserves the right to accept or reject any bid, 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. In that case the EMD shall be refunded and no

other costs.

15. Award of Contract

15.1 Notification of award

Prior to expiry of the period of the bid validity, Department will notify the successful

bidder in writing that its bid has been accepted. The Department will promptly notify

each unsuccessful bidder and will discharge their Earnest Money Deposit (EMD).

15.2 Signing of contract

At the same time as department notifies the successful bidder that its bid has been

accepted, department will issue the LoI/ work order and agency will submit a non-

judicial stamp paper of Rs. 50/- for execution of the contract.

In case of joint bid/ consortium, the lead bidder shall be responsible for successful

execution of the contract with the department. The contract will be executed

between the department and all the parties of the consortium.

Failure of the successful bidder to accept the contract within time period of 7 days

from the date of the award letter/LoI, shall constitute sufficient grounds for the

annulment of the award, in which event, Department may make the award to the

next lowest bidder at the cost of L1 or call for new bids.

16. Performance Guarantee

On receipt of notification of award from department the successful bidder shall

deposit an irrevocable performance guarantee equivalent to 5 % (five) of the non-

recurring expenses inaward value of the contract or of minimum of Rs. 10,00,000/- ,

whichever is higher. The guarantee shall be in the form of Deposit at Call

Receipt/Banker‟s Cheque/Pay Order/Demand Draft/Guarantee Bond from any

Nationalized/Scheduled Bank in favour of “Labour Commissioner, Haryana” Payable

at Chandigarh. The performance guarantee shall be initially valid up to the

stipulated date of completion of handholding period plus 30 days beyond that. In case

| P a g e

37

the time of completion of work gets enlarged, the vendor shall get the validity of the

Performance Guarantee extended to cover such enlarged time of completion of work.

After recording of the completion certificate for the work by the competent

authority, the Performance Guarantee shall be returned to the vendor, without any

interest.

In the event of contract being determined or rescinded under the provision of any of

the Clause/Condition of the agreement, the Performance Guarantee shall stand

forfeited in full and shall be absolutely at the disposal of the Labour Department. The

bidder shall not seek any interest or appreciation of the amount deposited with

Labour Department.

17. The Ownership and Intellectual Property Rights in the Software and

database.

This contract is hire for work contract and Labour Department shall be solely owner

of the software so developed in the process, data base and hardware purchased as

per exit management plan mentioned in this document. Also all the Intellectual

property rights in the software so developed in the process shall entirely vest in the

Labour Department and successful bidders shall not use it for any other person

without the prior permission of the Labour Department.

18. Miscellaneous

18.1 Delays in Performance Schedule

The Vendor shall perform the tasks under the project in accordance with the activity

schedule specified by the department as per this Tender document. An unexcused

delay by the Vendor in the performance of its contract obligations shall render the

Vendor liable to any of the following sanctions:

Forfeiture of its Performance Guarantee

Termination of the contract for default

If at any time during the performance of the contract, the Vendor encounters

conditions impending timely completion of the services under the contract and

performance of services, the Vendor shall promptly notify department in writing of

the reason for the delay, its likely duration and causes. As soon as practicable, after

receipt of the Vendor‟s notice, department shall evaluate the situation and may at its

discretion extend the Vendor‟s time for performance, in which case the extension

shall be ratified by an amendment of the contract.

| P a g e

38

19. Corrupt, fraudulent and unethical practices

“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of

value to influence the action of department official in the process of contract

execution. “Fraudulent Practice” means a misrepresentation of facts in order to

influence a Tendering process or the execution of a contract detrimental to the

interests of department and includes collusive practice among Bidders (prior to or

after bid submission) designed to establish prices at artificial non-competitive levels

and to deprive department of the benefits of free and open competition. “Unethical

Practice” means any activity on the part of bidder, which tries to circumvent Tender

process in any way. Unsolicited offering of discounts, reduction in financial bid

amount, upward revision of quality of goods, etc. after opening of first bid will be

treated as unethical practice. Department will reject a bid for award and also may

debar the bidder for future Tenders in department if it determines that the bidder

has engaged in corrupt, fraudulent or unethical practices in competing for, or in

executing a contract.

20. Resolution of disputes and jurisdiction

Department and the Bidder 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. Any matter arising out of the above contract or project

or for the procedure for the appointment of the vendor shall be governed by the Laws

of Union of India. Only Courts at Chandigarh (with exclusion of all other Courts) shall

have the jurisdiction to decide or adjudicate on any matter or dispute which may

arise.

20.1 Overriding Authority for Clause conflict

In case of any conflict arising out between two clauses, workability of any technical

specification, operation of the terms and conditions of this RFP as a whole; the

Administrative Secretary of the Department shall be the sole over riding authority to

decide on such matter for smooth operations of the mandate of this RFP. The vendor

shall be given the opportunity to represent his case before deciding anything likely to

affect his cost.

20.2 Arbitration

In the event of any doubt, dispute or differences arising under the tender agreement

or in connection wherewith except as to matters the decision on which is specifically

under the terms and conditions of this tender. The same shall be referred to the

| P a g e

39

arbitration appointed in mutual consent between the Labour Department and the

bidder. The award of the Arbitrator shall be final and binding on the parties.

21. 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 to the other party‟s

address, and confirmed in writing by the other party. A notice shall be effective when

delivered or tendered to other party whichever is earlier.

22. Use of documents and Information

The Bidder shall not, without prior written consent from department, disclose/

share/ use the any document, contract, or any provision thereof, or any specification,

plan, drawing, pattern, sample or information furnished by or on behalf of

department in connection there with, to any person other than a person employed by

the Bidder in the performance of the contract. The Bidder shall not, without prior

written consent of department, 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 Tender document) issued by department, other than

the contract itself, shall remain the property of department and shall be returned (in

all copies) to department on completion of the Bidder‟s performance under the

contract if so required by department.

23. Currency of the bid

Currency of the Bid should be in Indian Rupees only.

24. Period of bid validity

The bid shall be valid for 180 days after date of opening of the bids. If any bidder

withdraws his tender before the „said‟ period or makes any modifications in the terms

and conditions of the tender which are not acceptable to department, then the

department shall, without prejudice to any other right or liberty, be at liberty to

forfeit the entire said Earnest Money Deposit absolutely. In addition to all these, the

party will not be allowed to tender for any work of department for a period of five

years.

| P a g e

40

25. Payment Schedule

25.1. Payment Schedule for AECAS

1. Advance up to 20% of the one-time software development, hardware set up

and 3 month of recurring cost. The advance for hardware set up and 3 month

of recurring cost shall be only proportional to the number of canteen locations

being set up initially in first stage. Thereafter similar advance for hardware set

up and three months recurring cost will be paid as and when the new canteens

are set up.

2. 50% payment of software after its development and successful UAT.

3. 20% payment of software on its go live.

4. Balance 10% payment of software after one month of successful operations/go-

live.

5. 70% payment of the hardware after obtaining the performing UAT (User

Acceptance Test) from department / concerned office that the hardware has

been delivered, installed and made operational for AECAS at a particular

canteen location.

6. Balance 10% payment of hardware after one months of successful operation

after UAT.

25.2. Payment Schedule for WFC

1. Advance up to 20% of the one-time software development, hardware set up

and 3 month of recurring cost. The advance for hardware set up and 3 month

of recurring cost shall be only proportional to the number of WFCs being set up

initially in first stage. Thereafter similar advance for hardware set up and

three months recurring cost will be paid as and when the new WFCs are set up.

2. 50% payment of software after its development and successful UAT.

3. 20% payment of software on its go live.

4. Balance 10% payment of software after one month of successful operations/go-

live.

5. 70% payment of the hardware after obtaining the performing UAT (User

Acceptance Test) from department / concerned office that the hardware has

been delivered, installed and made operational for WFC at a particular office

location.

6. Balance 10% payment of hardware after one months of successful operation

after UAT.

25.3 Payment Schedule for Legacy Data Entry

1. 100% payment for Data Digitization within 7 days of submission of bills and

after obtaining the clearance of the concerned office/officers. The concerned

office/officers shall give clearance after the bidder claims his work

| P a g e

41

completion. The payment can be made on monthly basis for the part of the

work completed.

25.4 General terms and conditions for payment schedules

1. The cumulative of all the above mentioned advances is against the

Performance Guarantee. If the overall advance required exceeds the amount of

Performance Guarantee, then the bidder shall submit an additional Bank

Guarantee for the excess amount over and above the Performance Guarantee

already submitted. (Format to be notified at the time of signing of the

Agreement).

2. Once AECAS (s) or WFC (s) becomes functional at the first stage identified

locations the payment for subsequent monthly recurring cost shall be paid on

monthly basis on post usages basis. The advances already made for monthly

recurring cost shall be adjusted as against the first three months of actual

expenses of these locations.

3. Recurring payments for AECAS (s) or WFC (s) or PMU or helpdesk or server etc.,

whatever availed, will be done on monthly basis after obtaining the Clarence

from the users of these services. The users of these services shall give

clearance within 7 days of submission of bills otherwise clearance shall be

treated as deemed clearance.

4. All the payment for AECAS or WFC or Legacy Data Entry shall be done from

head office.

5. The payment of security audit shall be made on production of certificate for

relevant years.

6. The price of the SMS, if availed, shall be paid on monthly actual usages basis

only.

26 Penalties

The bidder shall be liable for deduction of payment in case of delay/non-completion

of assigned job in stipulated time from the date of award as per details given

hereunder:-

26.1 Data Entry & Scanning

1. No payment will be deducted upto delay of 14 days.

2. Delay after two weeks, Rs. 5,000/- per week will be deducted.

3. Delay more than four week and upto 45 days Rs. 10,000/- per day will be

deducted.

26.2 Development of Software for AECAS

1. No payment will be deducted upto delay of 14 days.

| P a g e

42

2. Delay after 14 days, 0.5% of the cost of software development per week

will be deducted.

3. Delay more than four week and upto 45 days 1%of the cost of software

development will be deducted.

26.3 Replacement of manpower at WFC

The overall more than annual 20 percentage replacement of manpower on the

directions of the department/board shall attract penal provisions at the rate of salary

of one month for that resource manpower.

In case of delay delivery beyond the delivery period, a penalty @0.5% for two weeks

(fourteen days) for the delay of first four weeks and 1% for the delay of four weeks

(30 days) upto a maximum cap of penalty of 4% for total delay of six weeks (42 days)

would be applicable. However if the department opts to accept the items beyond six

weeks (42 days) delay, 1% penalty per week would continue.

26.4 Penalty during warranty period of hardware

If the complaints are not rectified within the stipulated period as mentioned in clause above an equivalent standby shall be supplied till rectification. A penalty of 0.25% on the value of the item will be charged per day till the equipment is put on working condition, in case the standby item is not supplied.

27 Compliance of Labour Laws for the manpower employed at WFC etc.

It shall be entirely the responsibility of the bidders to make compliance of the various

Law including Labour Laws for the manpower working under this project and shall be

the employee of the bidders only. The bidder shall make the relevant statutory

payment to ESI/EFP etc. as applicable and shall factor in this his bid. The department

shall not be responsible for such lapse on the part of bidder, if any.

28 Tentative Bill of Material

A. Bill of material for WFC

1. One Time Set up - Department will provide building, water & electricity

connection. Rest everything has to be set up and run by the bidder.

S. No

Item (s) Description Min

quantity required

1 Laptop / Desktop

for operations by manpower 2

| P a g e

43

2 UPS power supply 2

3 Scanner, printer, copier

for operations 1

4 Web Cam for operations 2

5 CCTV IP Camera Installation including peripherals like NVR, HDD, switch, networking etc

2

6 Biometric Aadhaar based

Including installation and peripherals 1

7 AC Including peripherals and installation 1

8 Fans, Lighting ISI marked set 1

9 RO, Water cooler

ISI marked including installtion 1

10 Furniture Min. 1 Table, 1 Waiting bench min. capacity 4 persons, 1 Almirah, 2 Rack, 2 persons sitting capacity workstation/computer sitting table, 4 chairs

1

11 Site preparation Networking, Renovation, Electric worketc, if required

1

12 Smart card printer

For smart card operations Note:- Ref. Article 2.3.1 (4). The cost of this item is to be quoted separately and payment shall be made only for the actually installed.

1

13 Smart Card Reader

One smart card reader for each WFC and it is to be integrated with the online services

1

2. Recurring / monthly – (Include monthly water & electricity bills charges)

S. No

Item (s) Description Min

quantity required

1 Manpower Operators& Manager 2

2 Internet 2 Mbps 1

3 Consumables Stationary, Printer Consumables 1

4 Maintenance Site, Hardware, electricity, water charges

1

B. Bill of material for AECAS

1. One Time Set up

S. No

Item (s) Description Min

quantity required

1 Laptop / Desktop for operations by

manpower 1

| P a g e

44

2 UPS power supply 1

3 Aadhaar enabled Biometric device

Finger print 1

4 Web Cam for operations 1

5 CCTV IP Camera Including peripherals like

NVR, 1 TB HDD, switch 2

6 Site preparation Networking, CCTV

installation, Renovation etc, if required

1

2. Recurring / monthly

S. No

Item (s) Description Min

quantity required

1 Internet 2 Mbps 1

2 Maintenance Site, Hardware, software 1

C. Bill of material for PMU and Help desk- Head office - Recurring / monthly

S. No

Item (s) Description Min

quantity required

1 Internet 4 Mbps 1

2 PMU Manpower, Hardware, software (including CCTV

control room), work station with Air conditioning etc.

1

3 Helpdesk Manpower, Hardware, software 1

| P a g e

45

Annexure 1 - Bid Letter

Submission Letter Date: [Insert Date]

To,

Labour Commissioner,

30 Bays Building, Sector 17,

Chandigarh - 160 017

Dear Sir,

[Sub: Bid for AECAS, WFC and Legacy data digitization for Labour Department

Project]

Having examined the Tender Documents, the receipt of which is hereby

acknowledged, we, the undersigned, offer to design, develop, test, deliver and put

into operation the aforementioned software, in full conformity with the said Tender

Documents. We undertake, if our bid is accepted, to commence work on the Project

and to achieve Operational Acceptance within the respective timelines stated in this

Document. We declare that we have studied the Tender Documents and are making

this bid with a stipulation that you shall award us Contracts for the Development/

Delivery/Integration/Implementation of the software including all maintenance/

improvement/ customization services and other services specified in the Tender

Documents. We have read the provisions mentioned in the Tender Documents and

confirm that these are acceptable to us. We further declare that additional

conditions, variations, deviations, if any, found in the bid shall not be given effect to.

We undertake, if our bid is accepted, to commence the work on the project

immediately upon your Notification of Award to us, and to achieve Completion within

the time stated in the Tender Documents. We agree to abide by this bid, consisting of

this letter, the technical specifications, the Price Schedules. 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 and on behalf of [insert Name of Bidder]

Attachments: 1.

2.

| P a g e

46

Annexure 2 - Technical Evaluation Criteria

The bid submitted by the bidders will be screened by the technical committee of the

department. The department shall evaluate the bids using following Technical Bid

Evaluation Criteria:-

SN Attribute Description Max

Pts. Supporting Documents

Part A - Qualifying Technical Evaluation Criteria

1. Incorporation

The Bidder must be registered in

India under the Companies Act

1956/ the Companies Act 2013 as

the case may be having its

registered office in India or a

Partnership Firm registered under

the Partnership Act, 1932 or

registered under LLP Act, 2008 for

the last five years as on

31.03.2018. Certified Copy must be

attached.

N/A

Attested copy of the

Certificate of Incorporation.

2. Turnover

The bidder should have average

Turnover of Rs. 7 (Seven) Crores in

last three Financial Years (2014-

15, 2015-16, 2016-17) and should

be a profit making company before

tax in each of the last three

audited financial years from IT

software services.

N/A Audited Balance sheet and

Profit & Loss account

statement of the Bidder for

each of the last 3 audited

financial years.

Certificate duly signed by

Company Secretary of the

Bidder confirming the

positive net-worth for the

last three financial years.

3.

Previous

Experience in

IT/ IT enabled

services

The bidder must have adequate

experience for development &

implementation of customized IT/ IT

enabled services in Central / any

State/UT Government Department /

PSU/ Board/ Corporation for atleast

10 different projects.

The above project experience may

be for any period post incorporation

of the bidder‟s entity.

N/A

Work Order / Client

Certificate/ Project

citations/Define of

satisfactory execution &

payment record. etc.

The above documents should

be on the name of bidder

only.

4.

Previous

capacity for

doing IT/ IT

enabled

services

The bidder must have adequate

experience for at least one project

of value equal or more than Rs. 3

(three) Crores. for development &

implementation of customized IT/ IT

N/A Work Order / Client

Certificate/ Project

citations/Define of

satisfactory execution &

payment record. etc.

| P a g e

47

enabled services in Central / any

State/ UT Government Department

/ PSU/ Board/ Corporation.

The above project experience may

be for any period post incorporation

of the bidder‟s entity.

The above documents should

be on the name of bidder

only.

5. Manpower on roll of the bidder

The bidder should have minimum 50

regular IT professional employees on

its payroll as on 31.03.2018.

N/A Proof of Head count – Self

certificate from company HR

head on company letter

head.

6. Office in Tricity

The bidder should have or shall have

to establish/ maintain an office in

Tricity (Chandigarh / Mohali /

Panchkula) with presence of

relevant professional manpower

during the subsistence of the

project, if work is awarded.

N/A Proof of address of Office

location – Electricity bill/

Rent Agreement/ Water Bill

/ BSNL telephone bill etc. or

an undertaking duly signed

by the Promoter/ Director of

the company/ firm to the

effect, if work is awarded.

7. Debarred/ Black Listed

The bidders should not have been

black listed in the last five years

by any Government entity in India

by Central / any State/ UT

Government Department / PSU/

Board/ Corporation for breach of

any applicable law or violation of

regulatory prescriptions or

breach of agreement as on date of

submission of Bid.

N/A Self-certificate duly signed

by the Promoter/ Director of

the company/ firm etc.

8. Compatibility

with system

The proposed hardware and

software system should have mutual

compatibility for overall operations

including AECAS and meet the

minimum specifications as indicated

in the document.

N/A A self-certificate document

indicating minimum

compliance.

9. Certification

The bidder should be ISO / CMMI

compliant.

N/A Relevant certificate, valid at

least as on date last date of

RFP submission.

Part B - Marks Awarding Technical Evaluation Criteria

1.

e-Governance

Project -

exposure

Bidder's experience of development,

deployment and implementation of

customized web based application /

software work in last five years i.e.

ending on 31.3.2018.

Direct Purchase Order (s) from

Central / any State/ UT Government

Department / PSU/ Board/

Corporation. The individual project

20

Purchase Order / Completion

certificate / Payment

Receipts.

The above documents should

be on the name of bidder

only.

| P a g e

48

must be with minimum value of Rs.

50 lakh each.

Five marks for one project with maximum 20 marks.

2. Multi location

Implementation

Bidder's capability of

implementation of the projects at

multiple locations.

The project may have been assigned

to bidder from Central / any State/

UT Government Department / PSU/

Board/ Corporation.

The locations must be

geographically apart.

The individual project to qualify in

this criterion must have more than

10 locations in implementation. The

marks shall be awarded as per

number of multi-location in any

single project

11 to 40 locations= 5 marks,

41 to 70 locations = 10 marks,

71 to 100 locations = 15 marks,

101 and above locations = 20

marks.

20

Purchase Order / Completion

certificate / Payment

Receipts

The above documents should

be on the name of bidder

only. The bidder is self-

certify that the multi

locations are geographically

apart.

3.

Technical

Manpower Set

up Experience

Bidders experience of supplying

technical manpower in the form of

Project Management Unit (PMU) or

Help Desk or known by any other

name for handling the project in the

office of any Central / State/UT

Government Department / PSU/

Board/ Corporation.

The individual PMU must have had

minimum of five technical

resources.

Three marks for one project with

maximum 15 marks.

15

Purchase Order / Completion

certificate / Payment

Receipts

The above documents should

be on the name of bidder

only

4. Domain

Experience

Bidder‟s experience of development

of software solution for Labour

Department of Central / any State/

UT Government Department / PSU/

Board/ Corporation or such similar

organisation handling the welfare

schemes.

In particular the criteria is to test

the domain knowledge of

implementation of welfare schemes

run by Labour related Welfare Board

or such similar organisation handling

the welfare schemes, known by any

15

Purchase Order / Completion

certificate / Payment

Receipts

The above documents should

be on the name of bidder

only

| P a g e

49

name, of any Central or any

State/UT Government Department/

PSU/ Board/ Corporation.

Up to one project = 7 marks

Up to two projects = 15.

5.

Data

Digitization

Experience

Bidder‟s experience of executing

data digitization projects for any

Central / any State/ UT Government

Department / PSU/ Board/

Corporation.

Three marks for one project with

maximum 15 marks for up to five

projects.

15

Purchase Order / Completion

certificate / Payment

Receipts

The above documents should

be on the name of bidder

only

6. Technical

presentation

Presentation about company profile,

quality of constitution of team and

the technical proposal with special

attention paid to approach,

methodology and understanding of

the requirements.

Completeness of the proposed

solution relative to other bidders.

All activities to be undertaken

during development,

implementation and maintenance.

Capability in executing open source

technologies projects for

government units. What value does

the bidder proposes to add in the

department with their proposed

solution. The marks shall be based

upon:-

Company profile,

Project Understanding,

Technology Stack,

Implementation Plan -including

the hierarchy / escalation

matrix in WFC in article 2.3.1.17

Value Addition.

15

Presentation. Signed and

stamped copy to be

submitted at the time of

presentation

Note:-

1. The bidders who qualify the criteria of Part A – i.e. Qualifying Technical

Evaluation Criteria of above annexure 2 shall only be awarded marks in Part B

i.e. Marks Awarding Technical Evaluation Criteria.

2. The marks for any project implemented in State of Haryana shall be 100

percent of the marks allocated but the marks for any project implemented

| P a g e

50

outside of the State of Haryana but within India shall be 70 percent of the

marks allocated.

3. The marks against criteria no. 4 (Domain Experience) of Part B of above

Annexure 2 for the project implemented in Labour Department of Central / any

State/ UT Government Department / PSU/ Board/ Corporation shall be 100

percent of the marks allocated but the marks for any other such project shall

be 70 percent of the marks allocated. This condition is to be read with above

conditions at no. 2.

4. The implementation locations of the projects must be in India only.

5. The value of marks shall be adjusted only up to two decimal places.

6. All the documents should be submitted with proper pagination.

7. The supporting documents for technical evaluation criteria should in the same

sequence of the annexure 2 above and duly number and indexed.

8. The single project can be submitted against more than one criterion of part A

or B of above Annexure 2. The copy of same project is not required to be

submitted multiple times in such eventualities.

9. The above documents should be on the name of bidder only.

10. The bidder is to submit comprehensive listing of the each project required for

different criteria of Part A & B of above annexure 2 in the format given below.

Please also submit s small write up of maximum one A4 size page on scope of

each project. The write up shall have on top of it the project no as per table

given below.

Project No.

Name of client

Please specify the category of the client out of Central / State/ UT Government Department / PSU/ Board/ Corporation

The project is to be treated as against serial nos --- of part ----- (Please write all the sr. nos. and their respective part of the A or B, if project is to be considered for more than one criteria.

Value of the project in Rs. --- in lakhs as per award of work order.

Duration of the project with Start date, finish date

Page no. from --- and to --- in the pagination of submitted documents.

Implementation Location of the project. Indicate the State/ UT

1

| P a g e

51

2

11. The bid shall be treated faulty bid and shall be rejected if summery of

document for all the project is not submitted in the above format.

12. The Vendors who get a score of 40 or more in the technical bid round shall be

considered to be technically qualified.

13. The Labour Department, Haryana / associated welfare Boards may withdraw

this RFP at any time without assigning any reason what so ever.

14. This RFP is for selecting the service provider only for hire for service contract.

15. The Bidder must be a manufacturer or its authorised partner for supply of

major hardware items based in India and it shall furnish necessary proof for the

same in the specified format.

| P a g e

52

Annexure 3–Financial Quotation

(All price to be quoted in Indian Rs.---- only)

Note: The financial quotation should be excluding the applicable taxes.

A. One Time Cost- Software Development and Hardware Set up Cost

Description Units Price per

unit Total

AECAS

One Time Software Development for AECAS. Ref. Article 2.2

1

One Time Setup & Site Preparation of AECAS, Ref. Article 2.2, 28.B.1

20

WFC

One Time Software Development for WFC. Ref. Article 2.3

One time Setup & Site Preparation of WFC (Including Hardware, Furniture etc.). Ref. Article 2.3, 28.A.1

50

Smart card Printer

Note:- Ref. Article 2.3.1 (4) 6

Legacy Data Capturing

One Time Software Development for legacy data capturing, Ref. Article 2.4

1

One Time Data entry Cost, Ref. Article 2.4 7,00,000

Per Page Scanning Cost (approximately 7 lac documents, 3 page each record). Ref. Article 2.4

21,00,000

Others

Security Audit Charges, Ref. Article 2.1.12. Please quote year wise price for five years.

1

The one time server setup fee, Ref. Article 2.2.2.2, Annexure Y.12

1

Total One Time Cost (in Rupees)

The total cost of all the above components shall be taken for financial bid evaluation

as A.

B. Operational / Recurring Cost on Monthly Basis

SN Description

Units

(U)

Year 1 Year 2 Year 3 Year 4 Year 5 Total quotation for five

years

Price (a)

Total (u*a*12)

Price (b)

Total

(u*b*12)

Price

(c)

Total

(u*c*12)

Price

(d)

Total

(u*d*12)

Price

(e)

Total

(u*e*12)

| P a g e

53

1 Monthly Cloud Server Hosting Charges. Ref. Article 2.2.2.2, Annexure Y.12

1

2 Monthly Cost for PMU. Ref. Article 5.2, 5.2.1, 28.C

1

3 Monthly Cost for Helpdesk. Ref. Article 5.2.5, 28.C

1

4 Monthly Cost for WFC Operations. Ref. Article 2.3, 28.A.2

50

5 Monthly Cost for AECAS Operations. Ref. Article 2.2, 28.B.2

20

6 SMS Charges. Ref. Article 2.1.11

One lacs per month

Total yearly Cost (in Rupees)

The total cost for all the above components from 1 to 6 for five years shall be taken

in financial bid evaluation as B.

The price of the SMS shall be paid on monthly actual usages basis only. The vendor

shall provide free MIS Panel with tracking of SMS used in respective services in the

already running online system, Sender ID registration and SMS Whitelisting in case his

SMS service is used by the department/board.

| P a g e

54

C. Rates for Additional resources, if required. Ref. Article 5.4

S. No Profile

Man Day rate (in Rs) (8 hours/ day) for one

resource

Please quote only for one days of work for

each resource.

1st year 2nd

year 3rd year 4th year 5th year

1 Developer

2 Designer

3 Tester / QA

4 Business Analyst

5 Helpdesk Operator

Total

Grant Total of all the above

The total cost for all the above components from 1 to 5 for five years shall be taken

in financial bid evaluation as C.

Note:-

1. The department may take the services of any number of the above resources

and for any integral multiple of man days. The payment for such utilisation of

such resources shall be done on the monitoring of their work assigned on daily

basis to be shared by the vendor.

2. The total cost of all the above resources quoted for only one day for all the

five years shall be taken for financial bid evaluations. The bidders may factor

in the inflation cost over the years as the price shall remain as per this bid

approved.

3. The total of the three head of account above in financial bid at A - One Time

Cost- Software Development and Hardware Set up Cost, B - Operational /

Recurring Cost on Monthly Basis and C - Rates for Additional resources hall be

taken as overall financial bid for the project for the purposes of composite

score of the bidders.

4. All the financial price/quotes of L1 bidders shall be reduced proportionally to

the negotiated price by the Special High Powered Committee to the quoted

price for each item in the eventuality if only overall total cost of the project

has been negotiated instead of negotiation of individual items.

| P a g e

55

The total of all the above three components of bid quotation at A, B & C in this

annexure 3 shall be taken as overall financial quotation for financial bid evaluation as

per article 15.5.

Grant total of A+B+C = ------------------------------ in figure.

Grant total of A+B+C = ------------------------------ in words.

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 and on behalf of [insert Name of Bidder]

| P a g e

56

Annexure X - Qualification of Manpower

1. Worker Facilitation Centre (WFC)

Operator

Education – Minimum 10+2 or equivalent, ITI / Diploma, any Computer course

Experience – Minimum 2 years relevant experience

Manager

Education - Minimum graduate, any Computer course

Manager – Minimum 4 years relevant experience

2. Data Entry Operator – Legacy Data Entry

Operator

Education – Minimum 10+2 or equivalent, ITI / Diploma, any Computer course

Experience – Minimum 2 years relevant experience

Manager

Education - Minimum 10+2 or equivalent, ITI / Diploma, any Computer course

Experience – Minimum 4 years relevant experience

3. Project Management Unit - PMU at Head Office

S. No

Category Experience

Level Min. Qualification

1 Project Manager 8 year+ B.E. / B.Tech / MCA

2 Team Lead 5 year+ B.E. / B.Tech / MCA

3 Sr. Software Developer 4 year+ B.E. / B.Tech / MCA

4 Software Developer 2 year+ B.E. / B.Tech / MCA

5 Quality Analyst 3 year+

B.E. / B.Tech / MCA / BCA

6 Network / Server Admin 3 year+

B.E. / B.Tech / MCA / BCA

7 Business Analysts 3 year+

B.E. / B.Tech / MCA / BCA

8 Software Implementers for Training & Tech support

2 year+ B.E. / B.Tech / MCA / BCA

9 Office Boys NA 10th Pass Certificate

4. Helpdesk at Head Office

S. No Category Experience Level Min. Qualification

1 Operator 1 year+ Diploma / Graduate in IT/Computers

| P a g e

57

Annexure Y - Technical Specifications

1. Finger print based Biometric Device Specification – (Offered make / model / part no.

(to be specified by the bidder)

Parameters Specification

Minimum Platen Area

Optical/multispectral/capacitance technology

If platen area is 15.24 mm x 20.32 mm or more Sensor-extractor should meet<2% FRR in Aadhaar authentication system (at FAR of 0.01%)

If platen area is 12.8 mm x 16.5 mm but less than 15.24 mm x 20.32 mm, sensor-extractor should meet<2% FRR in Aadhaar authentication system (at FAR of 0.01%)

Any other Technologies <2% FRR in Aadhaar authentication set up (at FAR of 0.01%)

Image quality

Must be listed on “IAFIS Certified Product List” posted on https//www.fbibiospecs.org/IAFIS/Default.aspx under “PIV Single Finger Capture Devices” OR Lab Test conformance report showing compliance to ISO 19794-4OR Any other equivalent conformance report (to be approved for equivalence by expert committee appointed by Competent Authority

Extractor Quality

2. MINEX compliance 3. Number of Minutiae generated by extractor to be in

conformance to ISO Specification. Tested for at least 12 Minutiae points generated under test conditions.

NFIQ Quality Software

Inbuilt NFIQ quality software either at device level or extractor level.

Resolution Minimum 500 DPI with 5% margin on the lower side

Grey scale/ Image type

8 bit, 256 levels

Extractor & Image Template Standard

ISO 19794-2 for fingerprint minutiae template and ISO 19794-4 for Fingerprint Image Template

Maximum Acquisition time(Placement to Template)

< 2 secs

Audio/Visual indication

A/V indication either at device level or at application level for indicating various events like: a) Indication for placing finger b) Start of capturing c) End of capturing

Liveness Detection

Preferable

Latent detection Preferable

| P a g e

58

Platen Rugged, minimum IP 54 rating preferable Prefer scratch resistant features

Preferred Operating Temperature

0 to 45 degree Centigrade

Preferred Storage Temperature

0 to 50 degree Centigrade

Preferred Humidity

10 to 90%

ESD >= 8Kv

Environment, health and safety

ROHS certification

Safety UL or IEC60950 compliance

EMC compliance FCC class A or equivalent

Operating system environment

Vendor needs to declare the compatible operating system

Connectivity 1. Standard USB connectivity for PC based application. 2. Connectivity for POS devices

2. Indoor Dome IP Camera CCTV Camera device - - Offered make / model / part

no. to be specified by the bidder

S. No

Parameter Min. Technical Specification

1 Image Sensor 1/2.9 ” 2MP progressive scan CMOS

2 Effective Pixels 1920(H) ´ 1080(V)

3 Electronic Shutter Speed

Auto/Manual, 1/6s~1/100000s

4 Min. Illumination Colour: 0. 08Lux(F2.0,AGC ON), 0Lux With IR on

5 S/N Ratio More than 45dB

6 Video Streaming Dual

7 Max. IR LEDs Length IR Range 30m

8 ICR Auto(ICR)/Color/B/W

9 White Balance Auto/Natural/Street Lamp/Outdoor/Manual

10 Gain Control(AGC) Auto/Manual

11 Back Light Compensation

BLC,HLC,DWDR

12 Privacy Masking Off/On (4 Zone, Rectangle)

13 Motion Detection Off/On (4 Area, Rectangle)

14 Lens 2.8 mm Fixed Lens(3.6mm Optional)

15 Video Compression H.265+/ H.265/H.264+/H.264

16 Resolution

1080P(1920×1080)/1.3MP(1280x960)/720P(1280x720)/D1(704x576)

17 CIF(352x240)

| P a g e

59

18 ROI Off/on (4 Zone)

19 Ethernet 1 RJ-45

20 Bit Rate H.265 : 12K – 6400kbps,H.264: 32K – 10240kbps

21 Protocol

IPv4/IPv6, HTTP, HTTPS, TCP/IP, UDP, UPnP, ICMP, IGMP, RTSP, RTP,SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS,L2TP,RTCP,SIP,802.1x,ONVIF,API

22 User Access 20 users

23 Power Supply DC12V, PoE (802.3af)

24 Power Consumption Max<4.22W

25 Working Environment -30°C~+60°C, Less than 95% RH

26 Dimension 109.9mm x 81mm

27 Weatherproof Standard

IP67,IK10

28 Weight 0.34Kg

3. Four Channel 4K H.265 Network Video Recorder (NVR) - Offered make / model

/ part no. to be specified by the bidder

S. No

Parameter Min. Technical Specification

1 Main Processor Dual-core embedded processor

2 IP Camera Input 4 channel

3 Operating System Embedded Linux

4 Two-way Talk 1 channel Input, 1 channel Output

5 User Interface GUI

6 Interface 1 HDMI, 1 VGA

7 Resolution

3840 × 2160 , 1920 × 1080 , 1280 × 1024, 1280 × 720 , 1024 × 768

8 Compression H.265 / H.264

9 Motion Detection MD Zones: 396(22×18)

10 Video Loss Supports

11 Camera Blank Supports

12 Smart Phone iPhone,iPad,Android Phone

13 Video Display Split \1/4

14 Video Recording

Max 80Mbps,8MP/6MP/5MP/4MP/3MP/1080P/720P/D1 etc

15 Record Mode Manual, Schedule (Regular, MD(Motion Detection), Stop

16 Trigger Events

Recording, PTZ, Tour, Video Push, Snapshot and Screen Tips

17 Video Detection

Motion Detection, MD Zones: 396 (22 × 18), Video Loss and Tampering

18 Playback Function

Play, Pause, Stop, Rewind, Fast play, Slow play, Next file, Previous file, Next camera, Previous camera, Full screen, Repeat, Shuffle, Backup selection,Digital zoom

| P a g e

60

19 Search Mode Time/Date,MD& Exact search (accurate to second)

20 Backup Mode USB Device/Network

21 Interface 1 HDMI, 1 VGA, 2 USB(USB 2.0)

22 Ethernet Port 1 RJ-45 port (10/100Mbps)

23 Record Interval

1-120Min(Default: 60Min),Pre Record:1-30Sec,Post Record:10-300 Sec

24 Max. User Access 128 users

25 Protocols

HTTP, HTTPS, TCP/IP, IPv4/IPv6, UPnP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPoE, DDNS, FTP, IP Search, ONVIF 2.4, CGI Conformant

26 Storage 1 SATA III Ports, Up to 6TB capacity

27 Power Supply DC12V/2A

28 Power Consumption <3W (Without HDD)

29 Operating Conditions -10°C ~ +55°C (+10°F ~ +90%°RH), 86 ~ 106kpa

30 Weight 0.45Kg

4. Five Port fast Ethernet Switch with 4 PoE- Offered make / model / part no. to

be specified by the bidder

S. No

Parameter Min. Technical Specification

1 Relatively Operating Humidity

0~95%

2 Ethernet Standard IEEE 802.3/802.3u/802.3af/at

3 Anti-thunder Level Common mode 6KV Standard: IEC61000-4-5

4 Buffer 768K

5 CCTV Mode 1pc (Green), green indicates CCTV

6 Ethernet Speed

1~4 ports:Default:10/100Mbps; CCTV:10Mbps; UPLINK:100Mbps

7 ESD 6KV/8KV Standard: IEC61000-4-2

8 Ethernet Port Light

2pc (Yellow & Green) on RJ45,yellow indicates PoE, green indicates Link/Act

9 Transmission Distance

1~4 ports:Default:0~100m; CCTV:0~250m; Uplink:0~100m

10 Pluse Group Level 3 Standard: IEC61000-4-4

11 PoE Power Budget 12W

12 Power Light 1pcs (Red)

13 Power Consumption <5W

14 Net Weight(g) 315g

15 Dimension 135mm x 85.6mm x 27mm

16 Exchange Capacity 1.0Gbps

17 Packet Forwarding Rate .74Mpps

18 Operating Temperature- 10°C~ 55°C

19 MAC Address List 2K

| P a g e

61

20 Power Source DC48V-54V

6. Cat 6 Cable (OSP)

Minimum required Technical Specification

Offered make / model / part no. (to be specified by the bidder)

Cat 6 cable should be shielded twisted pair CAT-6, High quality 250 MHz, Compatible with PoE Switches and Injector, Compatible with all Network IP Camera, TIA/EIA and ISO Category 6 as per specifications

7. Smart Card Printer - Offered make / model / part no. (to be specified by the

bidder)

Parameter Minimum required Technical Specification

Printing Capability Single-sided & dual-sided printing

Printing Speeds (Sec/Card)

4.2 seconds (monochrome (K) single-sided card)

18 seconds (full-color (YMCKO) single-sided card)

24 seconds (full-color (YMCKOK) dual-sided card)

Input Hopper Capacity 100

Output Hopper Capacity

25

Card sizes accepted CR80 - standard PVC or PET (CR80 is the size of a standard credit card)

Card thickness accepted

10-37 mil

Interface USB 2.0 & Ethernet

Print Resolution DPI Min. 300 DPI

Software Drivers Compatible with latest Windows

Warranty 36 months on printer and print head

Weight & Dimensions Less than6 kg, 6.9'' x 8.8'' x 21.2'' (175mm x 223mm x 538mm)

Printer includes Printer Driver CD

Quick Install Guide and Warranty

Cleaning pen

Cleaning roller spindle

USB cable

Power supply

Power cord

Printer options Encoding –

ISO magnetic stripe

JIS magnetic stripe

Smart card personalization o Contact/contactless all-in-one reader o HID iClass read/write encoder o Third-party OEM smart card option-ready

Extended 200-card input hopper

| P a g e

62

Extended 100-card output hopper

8. Laptop/ desktop with storage - Offered make / model / part no. (to be

specified by the bidder)

Parameter Minimum required Technical Specification

CPU Minimum i3 core processor or higher, Minimum 2 GHZ speed

Memory 4 Gb RAM or higher

Storage 1 Tb or higher

Monitor LED Display 1366*768 pixel or higher

Features/Ports Antivirus protected, Webcam 1.0 MP or more, 64 bit OS, Wireless, Bluetooth, USB slots etc.

Operating Systems

The necessary software licenses (OS, Database) etc. should also be provided along with the system

9. Printer/Scanner/Copier - Offered make / model / part no. (to be specified by

the bidder)

Copy

Copy Type Monochrome Laser

Copy Speed Up to 18 / 19cpm (A4 / LTR)

Copy Resolution Speed priority

mode:

600 x 400dpi

Resolution

priority mode:

600 x 600dpi

Halftones 256 levels

Warm up Time (From

Power On)

10secs. or less

Recovery Time (From Sleep

Mode)

2secs. or less (Copy)

0.3sec. or less (Print)

First Copy Time (FCOT) 12.0 / 11.8secs. (A4 / LTR)

Paper Source 150-sheet cassette

Paper Weight 60 to 163g/m2 (cassette)

| P a g e

63

Papet Output 100 sheets (face down)

Zoom 50 - 200% in 10% increments

Copy Size Platen: Up to A4 / LTR

Copy Features 2 on 1, ID Card Copy

Copy Memory 64MB (Shared)

Print

Printer Type Monochrome Laser

Print Speed Up to 18 / 19ppm (A4 / LTR)

First Printout Time (FPOT) 7.8 / 7.7secs. (A4 / LTR)

Print Language UFR II LT

Print Resolution Up to 600 x 600dpi, 1200 (equivalent) x 600dpi

Print Memory 64MB (Shared)

Scan

Scan Type CIS

Scan Resolution Optical: Up to 600 x 600dpi

Driver

enhanced:

Up to 9600 x 9600dpi

Colour Depth 24-bit

Document Size Platen: Up to A4

Compatibility TWAIN, WIA

Output File Format Windows: Hi-Compression PDF, Searchable

PDF, PDF, JPEG, TIFF, BMP

Mac: PDF, JPEG, TIFF, BMP, PNG

Pull Scan Yes, USB

| P a g e

64

Scan To PC None

Interface / Software

Standard Interface USB 2.0 Hi-Speed

USB Function Print, Scan

Compatible Operating

Systems*1

Windows 8 (32 / 64-bit), Windows 7 (32 / 64-bit),

Windows Vista (32 / 64-bit), Windows XP (32 / 64-

bit), Windows 2000, Mac OS X 10.4 - 10.8, Linux*3

General Specifications

LCD Display 7 Segment (1 digit) LED

Dimensions

(W x D x H)

372 x 276 x 254mm (With the cassette closed)

372 x 371 x 254mm (With the cassette opened)

Weight w/CRG: 8.2kg

w/o CRG: 7.6kg

Power Consumption Max:

960W

During

Operation:

450W

Standby: 2.5W

Sleep: Approx.1.4W

TEC (Typical Electricity

Consumption)

0.6kWh/W

Toner Cartridge Cartridge 325(1,600 pages)

(Bundled cartridge 700 pages)

Recommended Monthly

Print Volume

250 - 1,000 pages

10. UPS - Offered make / model / part no. (to be specified by the bidder)

UPS In case of Desk top 1. 600 VA UPS –with 230 V 1 Phase / Load 140-300 VAC

| P a g e

65

2. Line Interactive UPS with AVR & PWM Technology for computers suitable for Single Phase Input &Single Phase Output, 3. Indicators: Mains presence, UPS mode, Battery low, Overload Battery, 4. Sealed Maintenance Free (VRLA) Built-in type of Exide / Quanta / CSB / Panasonic Make Batteries, 5. Switching Device shall be MOSFET Switching over time from AC mains to PS mode on power failure shall be Max. 10 milliseconds.

11. Other Miscellaneous Item(s)

S. No

Item Specification

1 ACalongwith installation 5 star rating, 1.5 Ton, ISI

2 Tubelight setalongwith installation ISI marked LED tubelight

3 Fanalongwith installation ISI marked Standard 3 blade

4 Web cam / still camera Standard make good quality, connectible with desktop/laptop

5 Furniture – (Min. 1 Table, 1 Waiting bench min. capacity 4 persons, 1 Almirah, 2 Rack, 2 persons sitting capacity workstation/computer sitting table, 4 chairs) along with installation

Standard size furniture of good make

Almirah - Steel make approx. size 7*4*1.5,

Rack - Standard size steel 7*4*1.5 aprrox.

6 Water Cooler with ROalongwith installation ISI marked standard make min capacity 50 Litre

7 Stationery Consumables - Smart card PVC blank cards/ribbon, Printer paper, Diaries, notebooks, Pen, Pencil, Markers, Cardboards, Notice Boards, staplers, Drinking glasses, stamp pads and any other such items as required.

Standard items of good make

12. Monthly Cloud Server Hosting Charges (from MIETY Empanelled Hosting

company). The Server Specification. Table A.

S. No Type Qty Sizing (CPU/RAM/STORAGE)

1 Application server 1 4 CPU / 6 GB / 120 GB

2 Storage Server 1 4 CPU / 6 GB / 2 TB

3 Database server 2 6 CPU / 6 GB / 120 GB

4 Testing server 1 4 CPU / 4 GB / 120 GB

5 SMTP server 1 2 CPU / 2 GB / 40 GB

6 Reporting server 1 4 CPU / 4 GB / 120 GB

7 Server / OS Management of all 1 As required

| P a g e

66

VMs

8 Back up Management of all VMs 1 As required

9 Data Transfer Bandwidth 1 1 Tb / Month (Inbound/Outbound)

1. The selected bidder shall also provide rate card for individual item(s) like

CPU/core, RAM, Storage space, bandwidth etc. which has been used to arrive

at the cost of above server specifications in financial quotation. This rate card

can be negotiated prior to the award of the work order and accordingly

negotiated rate card shall be applicable for arriving price of items in case

server specifications are changed in future.

2. The selected bidder will be responsible to manage and perform all the server

related activities including the server operations, management, optimisation

services and back up etc. The bidder should quote price accordingly.

3. One Time Setup Fee: Professional Services charges for Setting up the service

including the server, storage, network, firewall, Load balancer and Backup

solution and cabling etc. to make the server operational shall also be provided

in the financial quotation.

4. Once the new applications are live the performance of the servers would

indicate whether we have to scale up or down the server requirements.

Therefore, department may use any scaled down or scaled up version of the

specifications and cost would be calculated accordingly.

5. The specification above are minimum, the vendor may opt to have better

technical specification as per availability in the market trend.

6. The above proposal must be with the shifting plan / strategy with specific

reference to the down time of the application/web portal, in case the

department decides to shift from the already running online applications to the

server provided by the bidder.

7. The bidder shall be paid for server hosting services only if it is availed by the

department and only for the actual quantity used.

8. The total cost of server against items in table A above and one time server

setup fee is to be evaluated in financial quotation.

| P a g e

67

Annexure Z - Sample Form for HBOCWWB Workers Registration

| P a g e

68

| P a g e

69